ST9302-CS 980731 (2) CITY OF COPPELL
SANDY LAKE ROAD PAVING, DRAINAGE, AND WATER SYSTEM IMPROVEME]~T~S
PROJECT # ST 93-02
BID # Q0598-07
ADDENDUM 1:
RELEASE DATE: Friday, July 31, 1998
BIDS TO BE RECEIVED: 2:00 P.M., Thursday, August 6, 1991
The following additions shall be made to the appropriate sections of t
and shall become a part of the Contract Documents. Bidders shall ac
addendum on the bid proposal and on the outside of the sealed envelc
Cr~ ?~0~
PRE-BID CONFERENCE, 2:00 P.M., Tuesday, July 21, 1998
Attached is the sign-in sheet from the Pre-Bid Conference. Response ........... u~,,~,~,~ at
the conference are attached.
CLARIFICATIONS:
1. Pavement markings shall be priced and installed per Sheet SD2 of the City of Coppell Standard
Construction Details.
2. The existing 16 inch diameter water line is RCCP pipe.
The terminus of Coppell's 30 inch water line near Station 105+00 is not resolved to date. The
quantifies shown in the bid form match the extent of the water main shown on the plans. The
extension or connection of this new main in the future will be addressed during construction.
4. Ail reference to "pre-tensioned" concrete cylinder pipe should be revised to read "bar wrapped"
concrete cylinder pipe.
5. "Omni Flex" joint material, or an approved equivalent, shall be used for the Coppell portion of
the contract, in lieu of "RAM NECK", or similar joint material.
SPECIFICATIONS:
SECTION 1 - BIDDING DOCUMENTS:
Ao
Delete the Bid Form (pages 1-14 through 144) in its entirety and insert the attached Bid Form
in its place. (Staple the new Bid Form to the Contract Documents.) Bidders shall
acknowledge receipt of Addendum #1 in the space provided in the new Bid Form.
1 of 6
CITY OF COPPI~I.L
SANDY LAKE ROAD PAVING, DRAINAGE, AND WATER SYSTEM IMPROVEMENTS
PROJECT # ST 93-02
BID # Q0598-07
ADDENDUM 1:
REI.I~.ASE DATE: Friday, July 31, 1998
BIDS TO BE RECEIVED: 2:00 P.M., Thursday, August 6, 1998
The following additions shall be made to the appropriate sections of the plans and specifications
and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this
~ddendum on the bid proposal and on the outside of the sealed envelope.
PRE-BID CONFERENCE, 2:00 P.M., Tuesday, July 21, 1998
Attached is the sign-in sheet from the Pre-Bid Conference. Responses to Contractor's questions at
the conference are attached.
CLARIFICATIONS:
1. Pavement markings shall be priced and installed per Sheet SD2 of the City of Coppell Standard
Construction Details.
2. The existing 16 inch diameter water line is RCCP pipe.
The terminus of Coppell's 30 inch water line near Station 105+00 is not resolved to date. The
quantifies shown in the bid form match the extent of the water main shown on the plans. The
extension or connection of this new main in the future will be addressed during construction.
4. All reference to "pre-tensioned" concrete cylinder pipe should be revised to read "bar wrapped"
concrete cylinder pipe.
5. "Omni Flex" joint material, or an approved equivalent, shall be used for the Coppell portion of
the contract, in lieu of "RAM NECK", or similar joint material.
SPECIFICATIONS:
SECTION 1 - BIDDING DOCUMENTS:
Delete the Bid Form (pages 1-14 through 144) in its entirety and insert the attached Bid Form
in its place. (Staple the new Bid Form to the Contract Documents.) Bidders shall
acknowledge receipt of Addendum #1 in the space provided in the new Bid Form.
1 of 6
Coppell Sandy Lake Road Paving, Drainage, and Water System Improvements, Addendum No. 1
B. Insert the following "Prevailing Wage Rate' immediately after the Bid Affidavit:
(See attached)
C. Insert the following item after Item 29, "Maintenance Bond".
"30. Bid Security
Each bid must be accompanied by a certified check of the bidder, or a bid bend duly
executed by the bidder as principal and having as surety thereon a surety company
approved by the Owner, in the amount of 5% of the bid. Such checks or bid bends will
be returned to all except the litree lowest bidders within thirty days after the opening of
bids and the remaining cheeks or bid bonds will be returned promptly after the Owner
and the aeoep~ bidder have executed lhe contract or, if no award ha~ been made within
sixty days after the date of the opening of bids, upon demand of the bidder at any time
thereafter, so long as he has not been notified of the acceptance of his bid."
SECTION 3 - CITY OF COPPELL SPECIFIC PROJECT REQUIRF3~NTS
1.11 TESTING LABORATORY SERVICE:
Add the following at the end of the paragraph:
"Testing by the City does not alleviate the Contractor's responsibility for his own quality
assurance/quality control testing. Contractor shall replace any deficient construction
1.13 PRESERVATION OF TREES:
Add the following at the end of the paragraph:
"All trees approved for removal shall be disposed of as soon as possible afar cutting."
1.16 EXISTING UTILITIES, STRUCTURES, AND OTHER PROPERTY:
Insert the following phrase in the second line of Item E, after the word "removals":
"... utility shut downs, ..."
1.20 INSPECTION:
Add the following paragraph:
2 of 6
Copper Sandy Lake Road Paving, Drainage, and Water System Improvements, Addendum No. 1
"Normal working hours for the City's project representative are Monday through Friday,
8:00 AM to 5:00 PM. Overtime pay for inspections will be paid by the Contracter at a rate
of $30 per hour, 4 hours minimum, including weekends and holidays."
1.24 TRAFFIC SIGNALS:
Add the following sentence at the end of Item 24.
"The Contractor shall keep all signals operational throughout the duration of the project."
Add the following item to SECTION 3 - SPECIFIC PROJECT REQUIRMENTS:
1.25 TEMPORARY CHAIN LINK FENCE:
Contractor shall erect a temporary 6 foot, chain link fence prior to removing the existing
fence and wall just west of Heartz. The Contractor shall notify and coordinate with the
City and property owner prior to erecting the fence. The fence shall be removed by the
Contractor after the new wail and fence are in place."
· _~_.CTION 4 - CITY OF COPPELL DESCRIFrION OF PAY ITEMS
Pay Item #1 - Mobilization
Insert the following after the first sentence:
"This pay item shall include mobilization costs for the entire project, including the 30 inch water
line for D WU.'
Pay Item #8 - Unclassified Street Excavation
Replace the last sentence with the following:
"Cross sections will be taken in the field by the Owner just prior to the start of construction to
document the exis~g elevation of the roadway and all features along the project corridor. Afar
the roadways are graded and the concrete pavement is in place, the Owner's surveyor will
document the actual top of curb elevations. Payment shall be on the basis of the bid price per
cubic yard as calculated by comparing the original cross sections to the "as built" top of curb
elevations, netting out the volume of the pavement section. Said payment shall be total
compensation for furnishing ail materiais, tools, equipment, labor and any incidentals necessary
to complete the work."
Pay Items ~ through #36 - Class HI Reinforced Concrete Pipe
Delete the words "or high density polyethylene 0tDPE)' from the title and description. HDPE
will not be allowed in accordance with the City of Coppell's standard specifications.
3 of 6
CoppeH Sandy Lake Road Paving, Drainage, and Water System Improvements, Addendum No. 1
Pay Item//63 - Structural Sidewalk
Add the following after the first sentence:
"This quantity includes the portion of sidewalk under the wall.'
Pay Item//64 - Integral Concrete Wall
Delete the station "10+71" and replace it with "10+65".
Pay Item g76 - Temporary Roadway
Add the following after the last paragraph:
"Minimum width of detours and temporary lanes shall be 10 feet. Temporary Pavement
Thickness shall be a minimum of 2" HMAC over 6" Flexible base. The Contractor shall
maintain temporary pavement in a driveable, safe condition at all times. No designated left-turn
lanes will be required during construction of this roadway All warning devices shall be included
in this pay item except concrete barriers. (See SECTION 3 - SPECIFIC PROJECT REQUIRE-
MENTS - Item 1.15) This item shall also include any temporary pavement or plating required
to patch all utility trenebes to maintain traffic."
Pay Item/f77 - Concrete Barriers
This item shall consist of concrete barriers along the temporary roadway. Measurement and
payment shall be on the basis of the linear foot bid price and shall be compensation for furni~ing
all materials, tools, equipment, labor, and any incidentals necessary to complete the work.
Pay Item #83 - Temporary Chain Link Fence
This item shall consist of furrdshing, installing, and removing a 6 foot high temporary chain link
fence along the property just west of Heartz, on the south side of Sandy Lake Road. Measure-
ment and payment shah b~ on the basis of the bid price per linear foot and shall be total
compensation for furnishing aH martials, tools, equipment, labor and any incidentals necessary
to complete the work.
Pay Item #84 - 8 Foot Cedar Fence
This item shall consist of furni~ing and installing an 8 foot high cedar fence, including galvanized
steel posts and hardware, along the top of the proposed retaining wall just west of Heartz on the
south side of Sandy Lake Road. Measurement and payment shall be on the basis of the bid price
per linear foot and shah be total compensation for furnishing all materials, tools, equipment, labor
and any incidentals necessary to complete the work.
4 of 6
Coppell Sandy I_ntke Road Paving, Drainage, and Water System Improvements, Addendum No. I
Pay Item//86 through//88 - Water l~lni~l~ (Pretensioned Concrete Cylinder Pipe (PCCP,
Class 150), PVC DR-25, Polyethylene DR-9).
Replace the descriptions of these pay items with the following paragraphs:
"These pay items shall consist of the construction of 30', 24", and 16' water mains consisting
of pre-tensioned concrete cylinder pipe (PCCP) Class 150, PVC DR-25, or polyethylene (PE)
DR-9. Contractor shall submit shop drawings for all water main pipe to be used on the project
for approval by the Engineer. PVC pipe (DR-25) is acceptable for 16', 24", and 30' sizes. 22'
PE pipe (DR-9) is only acceptable for 16' water main sizes given the minimum wall thicknesses
for the pressure class. Water mains shall meet the following AWWA Standards: PCCP -
AWWA C303, PVC - AWWA C905, PE - AWWA C906. All pipe mall be designed to operate
at 150 psi.
The main line pipe will be measured horizontally from center of titling to center of fitting or end
of pipe without any deduction for the length of intermediate fittings, specials or valves.
Measurement for payment shall be made on a linear foot basis at the contract unit price and shall
include: furnishing, hauling and installing pipe; titlings and specials; full eireumferentially welded
joints for restraint on the existing and new PCCP water main; de-watering where necessary;
trench excavation; rock excavation; backfilling and compaction, including embedment material
as specified per City of Coppell Standard Construction Details; protecting or replacing existing
structures or utilities; disposal of surplus materials; cleaning up and maintenance; sign removal
and replacement; surveying and replacement of monuments; traffic control; dust control; removal
of mud from roadways; and any incidental work and materials, all in strict accordance with the
plans and specifications.
Payment for main line pipe shall include any and all extra precautions or construction
requirements necessary to adequately protect and support existing utilities. Payment for main line
pipe shall include all costs required to have utility companies repair any damage inflicted to their
lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage
inffieted to any utility line by the Contractor. Restrained joints shall be provided as necessary and
shall consist of full welded joints on PCCP water mains in accordance with specifications."
Add the following pay item:
"Pay Item//132 - DWU Portion of Common Project lay Items
This deduct pay item shall consist of the portion of the cost of common pay items attribmable to
pay items in "Part IV - Dallas Water Utilities 30' Water Main" of the Bid Form. The Contractor
shall quantify the cost of the portion of items including, but not limited to, mobilization, field
office, right of way preparation, traffic control plan, removing existing curb and/or pavement,
temporary roadway, topsoil, hydromulch, concrete barriers, bonding, etc. These are examples
of items which are listed as "subsidiary~ to other pay items in "Section 5 - DWU Information to
5 of 6
CoppeH Sandy Lake Road Paving, Drainage, and Water System Improvements, Addendum No. i
Bidders, Special Provisions, and Description of Pay Items". The common pay items in Parts I,
II, and mi of the Bid Form are to be priced to reflect the cost for the total project."
SECTION 5 - DALLAS WATER UTILITIES INFORMATION TO BIDDERS, SPECIAL
PROVISIONS, AND DESCRIFrION OF PAY ITEMS:
Delete the Section 5 issued previously and insert the attached Section 5 in its place. Note that
revised or new text is underlined.
DRAWINGS
A. The following drawings are being reissued as part of this Addendum (all sheets numbered with
the letter "A"):
Sanitary Sewer & 16' Water Main
Sheet Numbers 1, 2, 3, 4, 7, 10, 13, and 16
30" Water Main Construction
Sheet Numbers 37 and 38
Paving and Drainage
Sheet Numbers 44 and 45
Cross Street Plan View
Sheet Number 65
Paving and Drainage Details
Sheet Number 78
Retaining Walls
Sheet Numbers 87, 88, 89, 90, and 91
Irrigation Sleeving
Sheet Numbers 108, 109, 110, 111, 112, and 113
30" Water Line- Dallas Water Utilities
Sheet Numbers 01, 04, 06 and 11
B. The following drawing is new and issued as a part of this Addendum:
30" Water Line - Dallas Water Utilities
Sheet Number 0lA
END OF ADDENDUM
P:\93021.00\93021SPCLStDD~1 .DOC
6 of 6
BID FORM
PROJECT IDENTIFICATION: Sandy Lake Ro~d Paving, Drainage, nod Water
System Improvements-
Project # ST 93-02, in Coppen, TX.
BID OF DATE
(NAM~ OF FroM)
THIS BID IS SUBMITTED TO:
City of Coppell (hereinafter ~dled OWNER)
C/O l~lrdla~dn~ Agent
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPF&L BID NO: Q0598-07
The undersigned BIDDER proposes and agrees, if thi~ Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Documents to perform and
finnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this Bid and in accordance with the other terms
and conditions of the Contract Documents.
BIDDER accepts all of the tenns and conditions of the Advertisement or Notice to Bidders
and Instructions to Bidders. This Bid will remain subject to acceptan~ for ninety (90) days
after the day of Bid opening. BIDDER will sign and submit the Agreement with other
documents required by the Bidding Requirements within fifteen (15) days after the date of
OWNER's Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set fo~da in the Agreement, that:
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
No:
Date:
BIDDER has familiarized itself with the na0Jre and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and Rggulafions
that in any manner may affect cost, progress, performance or furnishing of the
Work.
1 - 14
Bidding Documents
Revised Addendum No. 1