ST9301A-CS 980117January 17, 1998 6:38 PM From:~.~, Griffin Fax #: 972-99'1-8275 I"--' a 2 of 10
BID NO. 98-050
c0 TY, TE S
ADDENDUM NO. 1
For Bid Opening Date of January 22, 1998
Sandy Lake Road Project 91-838
(Coppell City Limits to Carrollton City Limits)
The following additions, deletions and/or revisions to the proposal,
plans or specifications shall become a part of the contract and
thereby constitute additional information and/or clarifications to
bidders. Each bidder at the end of the proposal, and on the outside
of the submitted sealed proposal envelope, shall enter a statement
of receipt of any and all addenda:
PLAN CHANGES
SANDY LAKE ROAD BRIDGE AND ROADWAY PLANS
1. Plan Sheets 2A and 2B of 118, Estimate and Quantity Sheets:
make corrections to plan quantities, units or descriptions in
accordance with the changes in the following sections for Bid
Proposal Sheets.
2. Plan Sheet 7 of 118, Suggested Construction Sequencing Stage
II; Add Construction Note Number 13 that reads as follows:
"Install shoring from approximate station 67+00 to approximate
station 69+20 and install shoring between approximate station
79+30 to approximate station 82+00."
3. Plan Sheet 56 of 118, Slab Reinforcement Plan, Unit IV; refer
to the detail identified as Detail "A". The detail for the
Lenton Standard Coupler is not to be used for span 8. However,
it is required for spans 1-7.
4. Plan Sheets 57 & 58 of 118; Slab Reinforcement Plan, Units V &
VI; refer to the Detail identified as Detail "A". This detail
is to be removed, i.e., the Lenton Standard Coupler is not
required for Spans 8-12.
5. Plan Sheet 81 of 118; Permanent Metal Deck Forms; add a note
(two sentences) to the General Notes which states as follows:
Contractor shall have the option to use conventional forms in
lieu of the permanent metal deck forms. For this project
prestressed precast panels will not be allowed.
91-838, ADDENDUM PAGE I OF 3
January '17, 1998 6:38 PM From:~,~ Griffin Fax #: 972-99'1-8275 Ir"'~e 3 of '10
MCINNISH PARK IMPROVEMENT PLANS
1. Sheets 9 & 10; Add General Note #6 about mucking the pond
bottom that states the following:
"The estimate of quantities for Item 110, Excavation (Muck)
permits the removal of an average of 1.5 feet of soft material
at the bottom of the pond. The material removed is to be
stockpiled and used for the top 6" of final dressing areas in
and surrounding the pond bottom or Wetland shelf."
2. Plan Sheet 3, Estimate and Quantity Sheets: make corrections to
plan quantities, units or descriptions in accordance with the
changes in the following sections for Bid Proposal Sheets.
3. Plan Sheet 8 of 36. Add general note that states that the
"required transverse joint spacing requirement is the same as
for the Sandy Lake Road portion of this project."
4. Plan Sheets 31 and 32 of 36. The plans show the distance
between the 430 elevation on sheets 31 and 32 to be
approximately 50 feet wide. This width is being increased to
approximately 90 feet to generate the additional excavation and
embankment required
BID PROPOSAL CHANGES
SANDY LAKE ROAD BID PROPOSAL SHEETS
1. SCHEDULE I, (PAVING); ITEM 530, DRIVEWAY AND TURNOUTS
(CONCRETE); insert an item for this (120 SY) that was
previously listed in the Schedule IV County (paving) work.
2. SCHEDULE I, (DRAINAGE) ; ITEM 403, TEMPORARY SPECIAL SHORING;
add an item for this (1200 SF) that was inadvertently left off
the original bid proposal documents.
3. SC~r~.nULE I, (DRAINAGE); ITEM 402, TRENCH EXCAVATION PROTECTION
(DEWATERING). The original item description, quantity and units
were in error. Pipe trench safety protection is correctly
covered in item 4010. This item (402) is being deleted.
4. SCHEDULE I, (DRAINAGE) ; ITEM 464, PIPE SEWERS, 33" REINFORCED
CONCRETE PIPE (CLASS III); there was an arithmetic error in the
plan quantity. Plan quantity should be 402 feet instead of the
454 linear feet previously indicated.
5. SCHEDULE I, (DRAINAGE); ITEM 5916, ROCK FILTER DAM, TYPE I
(INSTALL) and TYPE I (REMOVE) (two different items); there were
errors in quantity and units. Plan quantity should be 1.8 cubic
yards total for both items.
6. SCHEDULE I, (DRAINAGE); ITEM 5916, ROCK FILTER DAM, TYPE 3
(INSTALL) and TYPE 3 (REMOVE) (two different items); there were
errors in quantity and units. Plan quantity should be 32 cubic
yards total for both items.
91-838, ADDENDUM PAGE 2 OF 3
January 17, 1998 6:38 PM From:~lz.v Griffin Fax #: 972-991-8275 '~'!e 4 of 10
7. SCHEDULE IV, (PAVING ITEMS); COUNTY BID PROPOSAL : ITEM 500,
MOBILIZATION; include mobilization item per lump sum in order
to accurately identify costs for the county excavation, grading
and paving mobilization efforts.
8. SCHEDULE IV, COUNTY BID PROPOSAL (PAVING); ITEM 530, DRIVEWAY
A~D TURNOUTS (CONCRETE) 2 items; delete both items from this
schedule because the needed item has been moved to Schedule I
for contractor work. If awarded this schedule the County R. &
B. forces will not construct concrete driveways.
MCINNISH PARK IMPROVEMENT BID PROPOSAL SHEETS
I SCHEDULE V, (DRAINAGE) ; ITEM 5916, ROCK FILTER DAM. For this
one permanent item (at two sites) there were errors in quantity
and units. Plan quantity should be 50.0 cubic yards.
2. SCHEDULE VI, (PAVING ITEMS); COUNTY BID PROPOSAL : ITEM 110,
EXCAVATION (SWALE); We are changing (increasing to 215,735 CY)
the quantity to correctly reflect excavation below elevation
430.
3. SCHEDULE VI, (PAVING ITEMS); COUNTY BID PROPOSAL : ITEM 110,
EXCAVATION (MUCK); We are adding this item (12,730 CY) to
cover removal of bottom pond material.
4. SCHEDULE VI, (PAVING ITEMS); COUNTY BID PROPOSAL : ITEM 132,
EMBANKMENT (TYPE C) (DENSITY CONTROL) (CLASS 3) ; We are
changing (increasing to 174,775 CY) the quantity to correctly
account for the excavation and embankment below elevation 430.
5. SCHEDULE VI, (PAVING ITEMS) ; COUNTY BID PROPOSAL : ITEM 500,
MOBILIZATION; include mobilization item per lump sum in order
to accurately identify costs for the county excavation, grading
and paving on the Park Improvement portion of this project.
CONTRACT DOCUMENTS
1. Within the general notes; add General Note Number 37 to read as
follows; "Contractor is to comply with the applicable Standard
Provisions of the USCOE Permit 199400405 attached".
Alberta Blair-Robinson, P.E.
Assistant Director of Public Works
Allen Bud Beene, P.E.
Director of Public Works
Attach: (Ail Bid Proposal Sheets &
Standard Provisions for COE permit)
file: Irv :ADNDNTS. 838
91-838, ADDENDUM PAGE 3 OF 3
January 17, 1998 6:38 PM From:~J~.v Griffin Fax #: 972-991-8275 ~"~e 5 of 10
PRE-BID CONFERENCE
Sandy Lake Road Project 91-838
(Coppell City Limits to Carrollton City Limits)
January 13, 1998
1. Minority/Woman Owned Business Policy: During the
conference Irv Griffin, P.E., Project Engineer for Dallas
County indicated that:
a. GOOD FAITH EFFORTS must be followed and documented.
b. Bidders should provide as must information as
possible in the forms as indicated in the Bid
Documents.
c. First and second bidder are required to obtain and
complete all M/WBE information to Dallas County
within 5 days of receipt of bids.
d. If bidders do not intend to follow the policy, i.e.,
Good Faith Efforts completely, both prior to bidding
and throughout the duration of the construction, Irv
recon~nended that the contractor consider not
submitting a bid at all.
2. Construction/Bidding issues:
a. Contractors must bid all schedules of work; Dallas
County Commissioners Court will decide which, if
any, schedules of work will be performed by County
Road and Bridge District Forces.
b. Partnering; reminder that Partnering Workshop is
included in the bid documents. Known facilitator's
include James Laughlin (210) 895-5885 and Paula
Smith (438-3292). One day workshop will be needed.
Irv also indicated that all Cities agencies and all
subcontractors involved will be invited to partner.
c. Co-Operation with County Forces if the County elects
to construct portions of the work using Road and
Bridge Forces, Irv emphasized the need to refer to
Special Provisions for Item 4 and for Item 5 of the
contract documents.
d. Cross Sections: (no additional charge) for the Sandy
Lake Road portion of the project were provided to
the bidders during the Pre-Construction Conference.
Minutes, page one of six
January 17, 1998 6:38 PM From:.h:v Griffin Fax #: 972-991-8275 ""'"le 6 of 10
PRE-BID CONFERENCE
Sandy Lake Road Project 91-838
(Coppell City Limits to Carrollton City Limits)
January 13, 1998
e. Anticipated Work Order Date; Irv indicated that it
is April 1, 1998.
f. Status of Utilities; The best information we have at
this time is follows, however, Irv stated that the
bidders are reminded that under the terms of the
specifications the contractor is required to make
their own investigation.
1. TU Electric has two service poles in front of
the park that must relocated and coordinated
during construction.
2. GTE aerial service to Harrington Bait shop has
not been relocated yet. Also, GTE still needs
to remove old abandoned underground east of the
river. GTE is expected to be complete all this
work on or before April 15, 1998.
g. Questions and Answers:
1. Will computer bids be allowed bids? No.
2. Has testing Lab been designated? Not yet
officially, but AT Laboratories submitted the
best proposal.
3. Charges for Materials Testing Services? As per
Article 6.2 of the General Provisions of the
Contract Documents.
4. Will County Forces modify their work day for
this project? If County Forces are awarded
Schedules IV and VI, County Forces will work
ten hour days, four days a week. Although
coordination may be necessary, Dallas County
will endeavor to delay the contractor not one
minute.
5. Has the County prepared a schedule for the duration
of their items of work? NO.
6. Can bidders examine a copy of the 404 permit? A
copy of the 404 permit will be available at the
Public Works office for review on Thursday, January
15, 1998. The COE Standard Provisions will be
attached to the Ad_dendum. Contractors are advised to
contact Janet Norman to arrange an examination of
the entire permit.
Minutes, page two of six
January 17, 1998 6:38 PM From: I~rv Griffin Fax #: 972-991-8275 ='".,qe 7 of 10
PRE-BID CONFERENCE
Sandy Lake Road Project 91-838
(Coppell City Limits to Carrollton City Limits)
January 13, 1998
7. Are core logs available for McInnish Park.
Yes, Schrickel-Rollins (Engineer of Record for
the Park Improvements) will provide these to
Dallas County by Thursday, 2 p.m. Contractors
are advised to contact Janet Norman for a copy.
8. Are drawings available for the existing bridge?
There are three plan sheets (73, 74 & 75)
included in the plans.
9. Has the Ozone Action Day provision been
modified to allow the contractor to work before
10 a.m. The project engineer has the
responsibility to make a determination on a
project by project, day by day basis as to
existing or extenuating factors. These factors
are health, safety, and absolute critical work
such as pouring a bridge deck. Basically, the
bridge deck placement or resolution of an
anticipated emergency would normally be the
only times we would not honor the Ozone Days.
10. Can the existing or new bridge be used for
construction purposes? In order to use the
bridge for weights over the posted limit, an
engineering study must be submitted by the
contractor for review and concurrence by the
County.
11. In regard to the casing on the drilled shafts
in the river, can the casings be left in place?
Yes, if the need arises, however, they must be
painted any point above two feet below the
finished grade for rust protection.
12. Regarding pond excavation below elevation 430',
has any extra material been calculated for
mucking? No, the calculations were to the
surface and mucking was not considered. Irv
requested that this question be considered by
Schrickel-Rollins. They should determine what,
if any, mucking, additional embankment, or
additional excavation quantities should be
changed and/or included in an Addendum that Irv
intends to finish and send out by Friday,
January 16, 1998.
13. Drilled shafts are showing penetration at 10
feet, is that for all of them. Use the minimum
penetration indicated on the plans.
Minutes, page three of six
January 17, 1998 6:38 PM From.~v Griffin Fax #: 972-991-8275 -'~le 8 of 10
PRE-BID CONFERENCE
Sandy Lake Road Project 91-838
(Coppell City Limits to Carrollton City Limits)
January 13, 1998
14. Should epoxy coated reinforcing steel be used
in the deck. The County and the Engineer of
Record (Charles Gojer, P.E.) will further
evaluate this question and if a change is
needed it will be designated in the addendum.
To document the results of this evaluation this
is to report that the County does not desire
epoxy coated steel for this project.
15. Are couplers needed throughout the bridge?
Charles Gojer, P.E. is to look at this
question and see if some of the couplers can be
omitted. He is to provide the information by
January 14, 1998 at 4 p.m. To document the
results of this evaluation, this is to report
that some of the couplers can indeed be
eliminated. Since this is a plan change it will
be documented in the Addendum.
16. Schedule I has item 402 and 4010 which seem to
be duplicated, also question about the need for
Item 403. If corrections to these items are
needed they will be included in the addendum.
Subsequent investigation reveals that changes
are indeed in order and will be covered in the
Addendum.
17. Do TU's power poles on Line B have to crowd the
ROW or can Line B be moved for better access?
We will have some small flexibility with the
location of Line B in the field. We will
endeavor to construct Line B so that no
additional pole relocation is needed and pole
bracing can be minimized. Contractor needs to
stake the line before this answer can be any
more specific.
18. Are the transitions at the east end and west
end always under traffic? Yes, detour
quantities have been overestimated slightly.
Contractor will be paid by the square yard for
detour work the County requires them to do, we
will not remove any asphalt that is not
necessary for the construction of the project.
19. Is the park swale excavation suitable for
roadway embankment for Sandy Lake and the Park
Roads? With the exception of the top soil, the
answer is YES, Type C, Item 132.
Minutes, page four of six
January 17, 1998 6:38 PM From.~[v Griffin Fax #: 972-991-8275 ~le 9 of 10
PRE-BID CONFERENCE
Sandy Lake Road Project 91-838
(Coppell City Limits to Carrollton City Limits)
January 13, 1998
20. What is the depth and is the concrete
reinforced for the pavement which is to be
removed in the park area? Although we have no
records for this we believe that the existing
park road is 6" reinforced. However, the
contractor needs to make their own
determination.
21. Why is item 530, (concrete) driveways in
schedule IV two times? If our examination
reveals an error, the needed correction will be
documented in the Addendum. It actually is also
in the wrong schedule. It belongs with the
contractor paving items.
22. Item 5916, Rock Filter Dams appears in two
schedules. One is per Each, one is per Linear
Foot and one is by the Cubic Yard. Which is
Correct? If our examination reveals errors, the
needed corrections will be documented in the
Addendum.
23. Will the park work be awarded? Yes, to either
the contractor or the county, the park work is
part of this project.
24. Are there any temporary concrete barriers owned
by Dallas County available? No.
25. On Sheet 2-A of the drainage portion of Sandy
Lake Road 52 LF of 33" RCP is called out for
sheet 23 which cannot be found. Is this a
mistake? Probably, if our examination reveals
errors, the needed corrections will be
documented in the Addendum.
26. Can precast panels be used for the bridge deck?
The blue book specifications imply that you
can. The County and the Engineer will further
evaluate this question and if a change is
needed it will be designated in the addendum.
To document the results of this evaluation this
is to report that the County does not desire
the use of precast concrete panels for decking
and will add a note on the plans and in the
Addendum stating that precast panels are not an
option on this project.
Minutes, page five of six
January 17, 1998 6:38 PM From: Irv Griffin Fax #: 972-991-8275 ~.~je 10 of 10
PRE-BID CONFERENCE
Sandy Lake Road Project 91-838
(Coppell City Limits to Carrollton City Limits)
January 13, 1998
27. Where are the Y-inlets? Contractor is to
provide bid prices for both Y-inlets and the
grated inlets. We will probably use the Y-
inlets and not the grated inlets. However that
determination will be made (IN WRITING BY Da~m~
COUNTY) subsequent to commencing construction of
the project.
28. Is there land available for batch plant and
staging area? None was previously identified.
However the City of Carrollton (Randy Walhood,
466-3200 reports on January 15, 1998) that the
Carrollton Landfill site is available for this
kind of activity provided all necessary permits
are obtained by the contractor.
29. At the place where the old pier has been used
as part of the new bent 2, has the alignment
been verified? Horizontal and vertical control
points are in and have been checked. Contractor
is responsible for the contractor survey work.
A subsequent reminder to all is that the park
plans require the contractor to employ a
registered surveyor for this work.
30. Will Addendum be needed? Yes
h. After discussion there was a consensus to provide a
Mobilization bid item for Schedules IV and VI. It
was noted that the County would elect to award
either all of Schedule IV and/or Schedule VI to the
contractor or nothing from either schedule. It was
emphasized that the contractor was to give his best
bid as if he would do the work.
minutes prepazed by Janet Norman and Irv Gziffin on January 15, 1998
f~1e:IRV:~TSP~E.~38
Minutes, page six of six