Loading...
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