ADDENDUM NUMBER ONE - TN

11

Transcript of ADDENDUM NUMBER ONE - TN

Page 1: ADDENDUM NUMBER ONE - TN
Page 2: ADDENDUM NUMBER ONE - TN

Page | 2

i. Discussed special construction requirements noted for construction within the limits of the North Hollywood dump site, listed as Attachment ‘C’ on Sheets C9.08 and C9.09 of the Construction Drawings.

j. Discussed ‘O’ Belmont, Materials Management Plan as noted on Sheets C9.10 and C9.11 of the Construction Drawings, and reviewed ACI Environmental Associates, Inc. responsibilities/involvement for certifying the proper disposal of the contaminated soils.

k. Bid Bond Clarification: Use only the bid bond provided in the Contract Bid Proposal Book. All others will be considered non-responsive. The Power of Attorney (POA) can be stapled or just sat inside of the Contract Bid Proposal Book. The bid bond and POA must be dated within a couple of days of each other.

Additional items provided for information only:

l. NOTE: The completed DBE Form 1247A (same as TDOT Form 8-5) shall be

submitted within three (3) business days after the Letting. Failure to provide a completed form or documentation clearly evidencing a good faith effort, as detailed in the Contract Bid Proposal Book under SP1247LP Section 4, within three (3) business days after the Letting may cause the bid to be rejected as irregular. Only certified DBE firms may be used. Contractor may access certification information by viewing the TNUCP DBE Directory website.

m. Cutoff date for Questions: Friday, May 24th @ 12:00 p.m. (Memorial Day is Monday, May 27th)

n. NOTE: All Phase 3a improvement items are included in the ITEM NUMBER 920-12.05 – PHASE 3a TRAIL HEAD PARKING LOT AND MISC IMPRV lump sum unit price except for the Phase 3A tree trimming and removal which is included in ITEM NUMBER 920-10.05 –COST FOR TREE TRIMMING/REMOVAL.

o. Construction testing for Quality Control: It is the Contractor’s responsibility as noted in TDOT’s Standard Specification for Quality Control Testing, to include their cost associated with required testing as incidental to each respective bid item. There is no separate Bid Item for testing.

2. Please note the following revisions/additions to the Specifications/Construction

Drawings:

A. CONTRACT BID PROPOSAL BOOK: On the Bid Form for Item No. 920-11.05 “MLG&W Utility Adjustments and Private Outdoor Lighting” Bidder shall enter the lump sum amount of $30,250.00 for the Unit Price and the Unit Total.

B. CONSTRUCTION DRAWINGS (DATED OCTOBER 1, 2018 – RE-BID MAY 29,

2019): Bidder shall make a pen and ink change to Sheet C0.00 “Cover Sheet” to read City Project Number PK07113.

C. SHEET C0.01 – ESTIMATED & TABULATED QUANTITIES: 1. FOOTNOTE NUMBER 29, revise last sentence to read: ‘REFER TO SHEETS

55 THRU 68’. 2. FOOTNOTE NUMBER 31 Clarification: The Lump Sum Bid ITEM NUMBER

920-12.05 PHASE 3a TRAIL HEAD PARKING LOT AND MISC IMPRV shall include the cost for one additional Project Sign and one additional City Council Sign; refer to Specification Section 01580 “PROJECT IDENTIFICATION” for sign requirements. The Four Project Identification Signs listed as Item No. 920-17.04 – PROJECT IDENTIFICATION SIGNS are

Page 3: ADDENDUM NUMBER ONE - TN

Page | 3

separate and part of Phase 4. Revise the last sentence in FOOTNOTE NUMBER 31 to read: SEPARATE PHASE 3a SIGNS SHOULD BE INCLUDED WITH THE LUMP SUM PRICE FOR ITEM NUMBER 920-12.05.

3. ITEM NO. 202-06.01 REMOVAL OF BUILDING (TRACT NO. 5) (PER TDEC REQ.) Clarification: See attached photo (Attachment 2) of existing ‘building’, it is recommended that Contractor visit site to confirm existing conditions. This building on Tract 5 is located on the west side of Belmont Circle, south of Harrison Street.

4. ITEM 920-10.05 COST FOR TREE TRIMMING/REMOVAL clarification: This bid item is a separate Phase 3A cost that is not included with the Phase 3A Lump Sum Item 920-12.05. Refer to Sheet C2.02a which lists/describes the activity/quantities associated with ITEM 920-10.05, i.e.: ‘approx. 25 total trees of various sizes and selectively trim existing vegetation’.

5. ITEM 920-16.04 DRINKING FOUNTAIN MDF INC., MODEL MPS-10145 DB CUSTOM: Clarification: MLGW will set a new water meter (included in the cost for ITEM NUMBER 920-11.05) in the sidewalk at the back of curb along Belmont Circle. (See Drawing C2.42 DETAIL LAYOUT PLAN). Contractor is responsible for installing required 5/8” copper service line from the new water meter to the drinking fountain and this coast should include this cost in Item No. 920-16.04, DRINKING FOUNTAIN MDF INC., MODEL MPS-10145 DB CUSTOM.

6. ITEM 730-12.02 CONDUIT 2” DIAMETER (PVC): Clarification: Conduit to be installed from existing power pole located on North Hollywood Street and run to each of the new parking lot light poles. Contractor to coordinate with MLGW on exact location and requirements.

7. ITEM 920-10.03 CONTAMINATED SOIL REMOVAL (TRACT NO. 5) & HAULING PER TDEC REQ.: Clarification, Refer to Sheets C9.10 and C9.11, “‘0’ BELMONT CIRCLE MATERIALS MANAGEMENT PLAN” for limits of required site remediation. (Note: A higher resolution copy of the printed Materials Management Plan is available for review at the office of ETI Corporation.)

D. SHEET C2.01a – PROPOSED LAYOUT: On Detail 1, ‘3 RAIL CONCRETE FENCE’, revise quantity for Line Posts, the correct number is 38. Also on SHEET 2.01a, delete detail flag X/C9.01 (there is no detail X on Sheet C9.01). However, the 2” PVC Conduit being referenced is correct. The cost of this 2” PVC Conduit should be included in Item No. 920-12.05, PHASE 3a TRAIL HEAD PARKING AND MISC. IMPRV. (Actual installation of the Phase 3a parking lot lighting is part of ITEM NO. 920-11.05, MLGW UTILITY ADJUSTMENTS AND PRIVATE OUTDOOR LIGHTING.)

E. SHEET C2.02a GENERAL IMPROVEMENTS AND REPAIRS: Clarification: There are 6 existing sections (various lengths) of Arkansas Field Stone retaining walls (Photo Number 4) that require repair and reset of stone. Contractor should visit site to verify quantity and condition. Proposed/required repairs shall match original/existing materials and construction methods. Cost to be included as part of ITEM NUMBER 920-12.05.

F. SHEET C3.01a GRADING AND DRAINAGE PLAN: Revise Detail Tag 3/C3.01a MITERED, END SECTIONS W/ ARKANSAS FIELD STONE, to read ‘CITY OF MEMPHIS TYPE ‘D’ HEADWALL’, as listed in Drainage Structure Table DS-3 and DS-4.

Page 4: ADDENDUM NUMBER ONE - TN

Page | 4

G. SHEET C9.04 CONSTRUCTION DETAILS: Detail 4, 911 LOCATOR SIGN AND POST, Revise number of sign post required to be included with Phase 3A Lump Sum Bid to 23 Signs Post (46 sign panels) required for Phase 3A as noted on Sheet C2.02a – GENERAL IMPROVEMENT and REPAIRS. (See Attachment No. 3 of this Addendum for photo of current sign face design.)

H. SHEET L1.03 – LANDSCAPE PLAN AND DETAILS: On ‘PLANT SCHEDULE” delete entire line associated with NATIVE GRASSES AND WILD FLOWERS. The areas noted on the Landscape Plans to be seeded with the ‘Mix of Native Grasses and Wild Flowers’ shall be seeded with the Permanent Seed Mix associated with hydro mulching. (This does not affect the quantity listed for ITEM NO. 801-01.16 BONDED FIBER MATRIX HYDROMULCH (W/PERMANENT SEED) as listed on SHEET C0.01 - ESTIMATED ROADWAY QUANTITIES tabulation.)

END OF ADDENDUM NUMBER ONE

May 20, 2019

M:\07107\-04\Specifications\2019-05-29 Re-Bid Documents\Addendum No 1\ADDENDUM NUMBER ONE.doc

Page 5: ADDENDUM NUMBER ONE - TN
Page 6: ADDENDUM NUMBER ONE - TN
Page 7: ADDENDUM NUMBER ONE - TN
Page 8: ADDENDUM NUMBER ONE - TN
Page 9: ADDENDUM NUMBER ONE - TN
Page 10: ADDENDUM NUMBER ONE - TN

WOLF RIVER GREENWAY TRAIL PHASE 4 – RE-BID, ADDENDUM NUMBER 1

ATTACHMENT No. 2

BID ITEM No. 202-06.01 REMOVAL OF BUILDING (TRACT No 5) (PER TDEC REQ.)

Page 11: ADDENDUM NUMBER ONE - TN

WOLF RIVER GREENWAY TRAIL PHASE 4 – RE-BID, ADDENDUM NUMBER 1

ATTACHMENT No. 3

CONSTRUCTION DETAIL 4/C9.04, 911 LOCATOR SIGN AND POST.