Loading...
ST9601-CN 980422 FAX To: Michael Martin Engineering Department City of Coppell Fax #: (972) 304-3570 Subject: Wrangler Drive Reconstruction Project (Project No. ST 96-01) Date: April 22, 1998 Pages: 7, including this cover sheet. COMMENTS: Michael- Attached is a copy of Addendum No. 1 for the Wrangler Drive project, per our meeting yesterday. Please review and let me know if you have any questions. If everything looks okay, please include this with the plans and specification documents as they are being picked-up and be sure those contractors who have already picked-up plans also receive a copy. Should you have any questions or need any additional information, please let me know. Thanks. A hard copy of this information will be sent in the From the desk or.. mail today. Michael h. Jones, P.E. Principal ///~ Teague Nail and Perkins, Inc. ~ ~ Fort Worth, Texas 76102 (817) 336-5773 4 Fax: (817) 336-2813 Email:mjones@tnp-online.com ADDENDUM NO. 1 PROJECT: Paving, Drainage and Water Line Improvements for WRANGLER DRIVE (Freeport Parkway to Belt Line Road) Project No. ST 96-01, Bid No. 0398-01 OWNER: City of Coppell, Texas CONSULTING ENGINEERS: Teague Nall and Perkins, Inc. 9 15 Florence Street Fort Worth, Texas 76102 (817) 336-5773 DATE OF ADDENDUM: April 22, 1998 DATE OF BID OPENING: Tuesday, April 28, 1998 at 10:00 am INSTRUCTIONS TO BIDDERS: All bidders shall acknowledge receipt of this Addendure No. 1 by completing and initialing the appropriate space on Page 1-13 of the Bidding Documents. I. PLAN CLARIFICATION ITEMS: 1. Sheet 1 of 36- Note No. 2 under the Sheet Index refers to a standard drawing from the NCTCOG Standard Drawings For Public Works Construction. A copy of this detail is attached and will be included in the construction documents which are provided to the Contractor prior to construction. 2. Sheet 3 of 36- Note No. 11 (Phase 1) of the Construction Sequencing Notes should be revised to read as follows: "All Phase 1 improvements must be completed, accepted by the City and open to traffic no later than Aul~ust 12, 1998." 3. Sheet 4 of 36- The proposed reinforcement for the concrete pavement on the TYPICAL ROADWAY SECTION FOR WRANGLER DRIVE should be revised to reflect No. 3 Bars on 24" Centers Both Ways, instead of 18" centers. -1- 4. Sheet 12 of 36- The adjustment of the existing gas valve box in the driveway off of Crestside Drive will be accomplished by others. 5. Sheet 16 of 36- A note should be added to the plans at the Belt Line Road intersection, instructing the Contractor to replace the vehicle detector loops for east-bound traffic at this intersection, upon completion of the new pavement. 6. Sheet 22 of 36- The note in profile for the inlet lead at Sta. 8 +59.06 should be revised to reflect a pipe size of 42" instead of 45 ". II. CONSTRUCTION SPECIFICATIONS/CONTRACT DOCUMENTS CLARIFICATION ITEMS: 1. Delete Pay Item No. II-21 Adjust Existing Gas Valve Box to Grade from Page 1-30 of the Unit Price Bid Schedule in the Bid Form and replace with the following Pay Item No. II-21 Replace Vehicle Detector Loops. (See the attached revised Page 1-30 of the BID FORM) Item Quantity Unit Description and Price in Words Unit Total No. Price Price II-21 400 LF Replace Vehicle Detector Loops, Complete in Place Dollars and Cents per Linear Foot 2. Replace the original Page 1-30 of the Unit Price Bid Schedule in the BID FORM with the attached revised Page 1-30. 3. Revise Paragraph 5.8.2 (e) (2) on Page 2-12 of the SPECIAL PROVISIONS TO STANDARD SPECIFICATIONS to read as follows: "(2) Contraction Joints. Delete the first sentence of the first paragraph and insert the following: Contraction or dummy joints shall be -2- sawed to 1-1/4 inches in depth, and 1/4 inch in width, and installed at a maximum spacing of 18 linear feet of pavement, and extend through the curb unless otherwise directed by the Engineer." 4. Revise the second paragraph in Item 1.25 CONSTRUCTION SEQUENCING: on Page 3-7 of the SPECIFIC PROJECT REQUIREMENTS to read as follows: "NOTE: Emphasis is placed on the completion of the Phase 1 improvements, acceptance of these improvements by the City and opening of Phase 1 of the project to traffic (from Freeport Parkway to Sta. 17 + 84), by no later than Aueust 12, 1998. This date is critical in order to facilitate school traffic at the beginning of the fall semester at the Coppell Middle School West Campus." 5. Add the following paragraph to the Pay Item for UNCLASSIFIED STREET EXCAVATION on Page 4-3 of the DESCRIPTION OF PAY ITEMS: "The work covered in NCTCOG Standard Specification Item 3.7 EMBANKMENT shall be included in the work under this pay item for unclassi~ed excavation as required to place and compact suitable materials within the street right-of-ways to the line and grades established on the plans." 6. Add the following paragraph to the Pay Item for MODULAR CONCRETE- BLOCK RETAINING WALL on Page 4-6 of the DESCRIPTION OF PAY ITEMS: "The Contractor shall submit shop drawings and a manufacturer's approved design for the proposed modular retaining wall to the Engineer, for approval, prior to beginning construction." 7. Replace the Pay Item description for ADJUST EXISTING MANHOLE, WATER & GAS VALVE BOX, SANITARY SEWER CLEANOUT, AND FIRE HYDRANT on Page 4-12 of the DESCRIPTION OF PAY ITEMS in its entirety with the following paragraph: "ADJUST EXISTING MANHOLE, WATER VALVE BOX, SANITARY SEWER CLEANOUT, AND FIRE HYDRANT: At locations in which street grades are being revised as indicated on the Plans, it will be necessary to adjust existint, utility manhole rims, water valve boxes, fire hydrants and cleanouts as required. No separate pay is allowed for damage to utilities due to asphalt removal, additional grading, etc., as may occur at time of construction. Cost for repair to such damage shall be considered incidental to the contract. -3- Measurement and payment for each item shah be made on the basis of the price bid per each for the unit adjusted properly to Plan grade." 8. Add the following Pay Item description for Vehicle Detector Loops to Page 4-20 of the DESCRIPTION OF PAY ITEMS: "REPLACE VEHICLE DETECTOR LOOPS: This items consists of aH work and materials required to reinstall the vehicle detector loops for east-bound traffic on Wrangler Drive at the intersection with Belt Line Road. The work shall be accomplished in accordance with TxDOT's Standard Specifications for Construction of Highways, Streets and Bridges - 1993 Item 688 and shall match the configuration and type of the existing loops, unless directed otherwise by the Engineer. The sealant shall be a one-part polyurethane material suitable for concrete pavement in accordance with TxDOT Special Specification Item 6003, or as approved by the Engineer. Measurement and payment shall be made on the basis of the price bid per linear foot and shall be full compensation for all materials, labor, tools, equipment and incidentals necessary to complete the work, including removal of existing loops, saw-cutting of pavement, installation of new wiring and tubing, connecting to the existing detector unit/system and testing." - END OF ADDENDUM - ~le:Q:\proj-r14~cp196164~docs\specs\addendl.wpd -4- 4'-0' · W+2T · · 4°-0- T W · T TOOLED EDGES ~5 BENT BARS SEC~ON "A-A" N.T.S. W+ 2T T W- OPENING T ~r5 BEFIT BAR _' ~ ~//--'ro A - - i -;L - ""~_~=_ ,X, _ INLET SIZE T W X~'~.~ ~ 4' SQUARE 7" 4'-0" " _ __ 5' SQUARE 8' 5'-0" . m- 6' SQUARE 9" 6'-0' C-C EACH WAY PLAN OF TOP SLAB N.T.S, 1. MATERIAL AND WORKMANSHIP SHALL CONFORM WI'I'H THE REQUIREMENTS OF NCTCOG STANDARD SPECIFICATIONS FOR STANDARD CONCRETE MANHOLES. MINIMUM CLASS 'A' CONCRETE. 2. LAYERS OF REINFORCING STEEL NEAREST THE INTERIOR AND EXTERIOR SURFACES SHALL HAVE A COVER OF 2' TO THE CENTER OF BARS, UNLESS OTHERWISE NOTED. 3. FOR DETAILS OF REINFORCING OF LOWER PORTIONS OF INLET SEE APPROPRIATE SQUARE MANHOLE DETAILS, 4. DEPTH OF DROP INLET FROM RNISHED GRADE TO FLOW LINE OF INLET IS VARIABLE. APPROXIMATE DEPTH WILL BE SHOWN ON PLANS AT LOCATION OF INLET. 5. ALL STANDARD DROP INLETS SHALL HAVE ONE OPENING ON EACH SIDE UNLESS OTHERWISE SHOWN ON PLANS. 6. DECK MAY BE REINFORCED SAME AS 4' SQUARE MANHOLE. DROP INLET 2', 4', 5' OR 6' SQUARE UNIT PRICE BID SCHEDULE WRANGLER DRIVE / ST 96-01 Item Quantity Unit Description and Price in Words Unit Total No. Price Price II-21 400 LF Replace Vehicle Detector Loops, Complete in Place Dollars and Cents per Linear Foot II-22 1 LS Reconstruct Existing Berms at Enterprise Drive, Complete in Place Dollars and Cents per Lump Sum II-23 1 LS Restore Parkways &Yards - Block Sod (Approx. 9,450 s.y.), Complete in Place Dollars and Cents per Lump Sum II-24 1 LS Restore Parkways &Yards - Hydromulch (Approx. 4,475 s.y.), Complete in Place Dollars and Cents per Lump Sum II-25 145 LF Thermoplastic 18" Stop Bars (Type 1), Complete in Place Dollars and Cents per Linear Foot 1 - 30 Bidding Documents