Loading...
ST9302-CS 980721 AGENDA FOR PRE-BID CONFERENCE CITY OF COPPELL SANDY LAKE ROAD PAVING, DRAINAGE & WATER SYSTEM IMPrOVe, MENTS PROJECT//ST 93-02 BID #Q0598-07 Date: July 21, 1998 Time: 2:00 P.M. Place: City of Coppell Engineer: Municipal Building, 255 Parkway Boulevard, Coppell, TX Lee Allison, P.E. ~"~o~., i ~ -~o~v~ ~ Mike Weiss, P.E. ~-.~,~ r~ ~ Kimley-Horn & Associates, Inc. Suite 1100, 801 Cherry Street Fort Worth, TX 76102 Phone: (817) 335-6511 Fax: (817) 335-5070 City of Coppell: Ken Griffin, P.E., Director of Engineering and Public Works 255 Parkway Boulevard Coppell, TX 75019 Phone: (972) 304-3679 Fax: (972) 304-3570 1. PROJECT SCOPE: This project is bid in four parts as follows: Part I - Paving and Drainage: mobilization; Right-of-Way preparation; mailbox and sign relocations; field office; removal of existing pavement, inlets, and storm drain; street excavation; 8" lime or cement treated subgrade; 8" concrete and transition pavement; 6" curb; 4" sidewalk; pavestones; alleys; driveways; storm drains and trench safety; pavement marking; retaining walls; traffic signals; temporary roadway; concrete drainage channel; topsoil; hydromulch; and SWPPP. Part II - Water and Sewer: 30', 24', 16', 12', 8", 6", and 4" water pipe and gate valves; fire hydrants; connections to existing water mains; combination air release valves; water services; meter and sprinkler box relocations; 8" fire meter vault, water main removal; 8" sanitary sewer; manhole removal; new manholes; sewer service connections; and trench safety. Part III - Landscaping and Irrigation: 6" and 2" irrigation sleeving. Part IV- Dallas Water Utilities: mobilization; 30" PCCP water main and gate valve with pavement replacement; connections to existing water mains; combination air release valves; trench safety; 4" combined service meter; water main removal; and SWPPP. Sandy Lake Road PreBid Conference Agenda, July 21, 1998, Page 2 PREQUALIFICATION REQUIREMENTS: A current financial statement, an acceptable current and past experience record and an acceptable equipment schedule must be filed with the City at least one week prior to the hour for opening bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and within six (6) months of the bid date. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Proposals submitted by a prospective bidder who has not fulfilled the above requirements shall be returned unopened. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have must have been on projects completed not more than five (5) years prior to the date on which bids are to be received. The City shall be the sole judge as to the acceptability of experience for qualification to bid on any City project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. BID DATE: 2:00 P.M.~ Thursda2y~ August 6~ 1998: Submit 2 identical copies of Bid Form; include 5 % Bid Bond and Bid Affidavit. Visiting project site is required in affidavit; Contractor needs to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work. Contractor will be selected on basis of total bid (Base Bid + Alternate Bid Items). City reserves the right to delete alternate bid items per project construction requirements. 0 UTILITY SHUT-DOWN REQUIREMENTS: All work involving shut-down of the existing utilities shall be coordinated with the City. This work shall be scheduled at the beginning of construction and be completed within a minimal shutdown period. If this work cannot be done initially due to high water demands, it must be rescheduled during low water demand periods and still be completed with the specified shut-down period. All materials, equipment, and personnel required to complete the work shall be on site prior to commencing shut-down. The Contractor shall prepare a work plan for all shut-downs and submit them to the Engineer for review. Shut-down procedures shall be coordinated with the Engineer and the City at least seven days in advance. Sandy Lake Road Pre-Bid Conference Agenda, July 21, 1998, Page 5 5. UNCLASSIFED EXCAVATION (STREET AND CHANNEL): Final excavation quantities will be measured by survey and will be paid by the actual cubic yards of material removed from the project. Prior to the beginning of construction, the Contractor shall survey cross sections along the existing right-of-way and easements at 50-foot intervals for the entire length of the project. At the completion of construction, the Contractor shall resurvey the cross sections and obtain the final quantities. Submit final cross sections and quantity calculations to the Engineer for review. (During construction, the Contractor shall base monthly estimates on the excavation quantities listed in the bid form; this will be adjusted by the final pay estimate.) 6. RETAINING WALL (Sta. 14+75 to Sm. 16+68 Right): Existing stockade fence will be removed and replaced along top of retaining wall. (To be further addressed in Addendum.) 7. EAST END OF PROJECT (Sta. 103+28.89): Contractor shall coordinate work with Sverdrup. Final plans will be given to the construction contractor when available. Se MOORE ROAD: Moore Road intersection improvements have been included in the project. If this intersection is deleted from the project for construction by others, a change order will be issued to revise the contract. 9. CONTRACTOR QUESTIONS: (Engineer will transmit to all prospective bidders of record such Addenda as Engineer considers necessary in response to questions.) Sandy Lake Road PreBid Conference Agenda, July 21, 1998, Page 4 CITY OF COPPELL SANDY LAKE ROAD PAVING, DRAINAGE, WATER SYSTEM IMPROVEMENTS PRE-BID CONFERENCE ATTENDANCE SHEET NAME: PHONE No.: COMPANY: July 21, 1998 q7~ 70q- 70tq Memorandum Date July 21, 1998 CITY OF DALLAS To Jun Battad Subject Sandy Lake Road from Denton Tap to MacArthur Blvd 685W-678A sheet 1 through 16 In response to the July 20, 1998 "as-advertised" plans and specs for Sandy Lake Road, · please consider the following comments: ^ ,i.I-L~/.._ 1. At Station 86+00 there is a high point in the 30" water line with a 24" air bubble: an air relief valve is required at this location (see sheet 11). 2. The linear feet of pipe to be installed is missing from sheet 4. 3. The station equation on sheet 15 is correct in the profile, but is reversed in the plan view. t 4. "Lowering #3" from station 29+25 to 33+50 is still missing. ~"~/' ~4'~ 5 6") 5. The requested vertical 6-inch blow-of tap-valve on the existing30' water pipe at paving station 38 +50 for de-watering the existing main prior to tie-in with .the new pipe is not shown on the as-advertised plans. ('~u~/','/ ,/6. DWU Contract No. 98-311F must be added to the plans and specifications. 7. In Item 1 of Section A1 of the DWU portion of the specifications, reference must be made to "see Map 685W-678A plan-profile sheets 1 through 16.'-" I~. 5'.--~ 8. In Special Provision S-l, overtime charges for inspection is $30 per hour, not $25, with a minimum of $60 per day, rather than $50 per day. -.?, 9. In Special Provision S-3, delete "DWU Drawings, Details and Standard Appurtenances" and substitute "DWU Standard Drawings".-- 10. In Special Provision S-10, delete "valve" and substitute "water manhole".-- 11. Delete Bid Items No. 506A (4" water service) and 150LP (4" DI pipe) since there is no such service shown on the.plans. The 30" line is a transmission main to Flower Mound and has no intermediate service taps within the City of Coppell.'--" ~0. ~,-"~ 12. In Item No. 200SP, delete "Pretensioned" and substitute "Bar-wrapped", since pretensioned is no longer availabe and has been replaced with bar-wrapped. Add the phrase "and all embedment materials" to the end of the second paragraph, after "sod, seed, etc.)". ?, g'-[ 13. Eliminate Bid Items No. 203 and 204: connections are not paid by DWU as a separate bid item. - 1o- ~.'~ ~o 14. Eliminate Bid Item No. 560CP: there is no "cut and plug existing main" shown on the plans.- I~, X'- I 0 15. Eliminate Bid Items No. 700 and 701, since all embedment materials are included in the pipe bid item (see comment #12 above).~ jo. 16. Delete Bid Item No. 100 Mobilization: Larry Scalf, City of Dallas Assistant City Attorney, has determined that this is an illegal bid item, per Randy Nelson, PE. 17. Delete redundant Bid Item No. 515H, since Item 515F is already described as being "complete", including all materials and labor. '"The Only Reason You And I Are Here Is To Serve The Citizens Of Dallas" Sandy Lake Road Comments (continued) 18. Delete redundant Bid Item No. 577B, since Item 576B is akeady described as being "complete", including all materials and labor. --- p. ~-.--~0 19. Delete redundant Bid Item No. 577C, since Item 576C is already described as being "complete", including all materials and labor.--- 1~, 20.Eliminate Bid Item No. 2067 Abandon Existing Water Service, since there are no existing water services off this transmission main within the Coppell City Limits. -- ~ 21. Provide a list of all intended Investigation locations (50 are called out in the specs). List by paving station and offset in the General Notes on the plans. --- ? ~'-- 1'7..- 22. Utilize DWU Bid Item No. 614A and associated bid item description ag found in the nlq DWU Bid Item Manual for Abandon Existing Manhole (in lieu of 2058A and the /,n, inadequate description currently shown in the specifications). Increase the count _ from one to three..---P. '1~ >~3. AddBid Item 707B Yhr~t Blocking, which will be~required for all tie-in bends. ~ 24. Add Bid Item 705A Sand Backfill as a contingency. 25. Add Bid Item 704C Modified Flowable Backfill as a contingency."- ,.. ~ 26. Add Bid Item 703 Rock Foundation as a contingency.~-~~//'~ bO4L 4t3 } 27. Add Bid Item 2033 for adjustment of water valve covers to finished paving grade. } 28. Add Bid Item 2039 for adjustment of water manhole lids to finished paving grade. / 29. Add Bid Item 2042 for adjustment of, Type II Air Valves to finished paving grade. ,_ ' , V~ ; /' t~r''c* ~/# r~ r~ Urtl' Michael Fay (~ "Thc Only Reason You And I Are Here Is To Serve The Citizens Of Dallas"