dickson downtown revitalization project - phase v state

6
LOSE DESIGN | 2809 FOSTER AVENUE NASHVILLE, TN 37210 | 615.242.0040 www.lose.design Page 1 of 3 Dickson Downtown Revitalization Project - Phase V State Project No: 22LPLM-F3-033 Federal Project No: TAP-9303(18) PIN: 125187.01 ADDENDUM NO. 2 October 15, 2021 This addendum supersedes and supplements all portions of the bidding documents and becomes part of the Contract Documents for the above referenced project. Failure to acknowledge this addendum in the Bid Form may result in Bid being deemed non- responsive. Where any original item is amended, voided or superseded hereby, the provision of such item not so specifically amended, voided or superseded shall remain in effect. ADDENDUM N0. 2 Narrative: Attachments: 1. Revised Sheet 1A 2. Revised Bid From Bidder Questions: 1. RE: Bidder Question: Are the Handicap symbols thermoplastic or paint? If they are thermoplastic, are they included in the spray plastic quantities? If they are painted there is no item # set up for them. Response: Themoplastic. Include in item 716-13.01 2. RE: Bidder Question: Please provide plastic pipe specification. Response: See TDOT Spec Section 914 – Non-Metallic Pipe. 3. RE: Bidder Question: Please provide Area Drain details/specification. Please provide storm cleanout details/ specification. Response: See ADS website for cleanout details and specifications. 4. RE: Bidder Question: How does aggregate under the sidewalk, curbs, sidewalk and concrete paving get paid? Response: Aggregate under sidewalk is not required but can be utilized on an as needed basis. Stone for curbs will need to be included in the 303-10.01. This quantity has been adjusted to include the light duty asphalt stone and stone base for curbs.

Upload: others

Post on 26-Nov-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

LOSE DESIGN | 2809 FOSTER AVENUE NASHVILLE, TN 37210 | 615.242.0040

www.lose.design

Page 1 of 3

Dickson Downtown Revitalization Project - Phase V State Project No: 22LPLM-F3-033 Federal Project No: TAP-9303(18)

PIN: 125187.01

ADDENDUM NO. 2

October 15, 2021

This addendum supersedes and supplements all portions of the bidding documents and becomes part of the Contract Documents for the above referenced project. Failure to acknowledge this addendum in the Bid Form may result in Bid being deemed non-responsive. Where any original item is amended, voided or superseded hereby, the provision of such item not so specifically amended, voided or superseded shall remain in effect.

ADDENDUM N0. 2 Narrative: Attachments:

1. Revised Sheet 1A 2. Revised Bid From

Bidder Questions:

1. RE: Bidder Question: Are the Handicap symbols thermoplastic or paint? If they are thermoplastic, are they included in the spray plastic quantities? If they are painted there is no item # set up for them. Response: Themoplastic. Include in item 716-13.01

2. RE: Bidder Question: Please provide plastic pipe specification. Response: See TDOT Spec Section 914 – Non-Metallic Pipe.

3. RE: Bidder Question: Please provide Area Drain details/specification. Please provide storm cleanout details/ specification. Response: See ADS website for cleanout details and specifications.

4. RE: Bidder Question: How does aggregate under the sidewalk, curbs, sidewalk and concrete paving get paid? Response: Aggregate under sidewalk is not required but can be utilized on an as needed basis. Stone for curbs will need to be included in the 303-10.01. This quantity has been adjusted to include the light duty asphalt stone and stone base for curbs.

LOSE DESIGN | 2809 FOSTER AVENUE NASHVILLE, TN 37210 | 615.242.0040

www.lose.design

Page 2 of 3

5. RE: Bidder Question: What size and how thick is the aggregate under sidewalk? Response: Per the TDOT standard detail MM-SW-1, aggregate is not required under sidewalk. If needed, the stone size will be #57.

6. RE: Bidder Question: How long is the no. 5 rebar in the heavy duty paving? Response: 18”

7. RE: Bidder Question: Where will the no. 5 be required? Response: Along any joints between successive pours.

8. RE: Bidder Question: Where will the ½ x 2’ dowels be required? Response: Anywhere where new concrete is poured adjacent to existing concrete.

9. RE: Bidder Question: What is the coating/finish on the dowels and rebar? Response: Rebar and dowels shall conform to TDOT spec Section 907 – Concrete Reinforcement

10. RE: Bidder Question: Please clarify on the detail where the filter fabric will be required for the ribbon curb? Response: There is a typo in the detail. It should say “pervious” instead of previous. We do not have any pervious paving therefore there will not be any filter fabric on this job.

11. RE: Bidder Question: Are only the expansion joints required to have joint sealing? Is TDOT approved Silicone acceptable? Response: Yes, only expansion joints are required to have joint sealant and yes, TDOT approved silicone is acceptable.

12. RE: Bidder Question: Is the asphalt for the stamped pattern paid for by the ton in the asphalt pay item? Response: No, the intent is to stamp the existing asphalt.

13. RE: Bidder Question: How will milling be paid? Response: Milling has been removed from the project.

14. RE: Bidder Question: How will detectable warnings be paid? Response: Detectable warnings will be paid in the curb ramp line item per the TDOT standard detail.

15. RE: Bidder Question: How will time be handled for TDOT planting season? Response: Planting restrictions: plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of substantial completion. Spring planting: January – March 15 Fall Planting: October 15 – December 31 Weather limitations: proceed with planting only when existing and forecasted weather conditions permit.

16. RE: Bidder Question: CXS Questions: Lose will issue Addendum 3 with CSX responses when they arrive.

LOSE DESIGN | 2809 FOSTER AVENUE NASHVILLE, TN 37210 | 615.242.0040

www.lose.design

Page 3 of 3

NOTE: Receipt of this addendum must be acknowledged on the bid form.

END OF ADDENDUM NO. 2

NOTE:

THIS PROJECT DOES NOT SEEK TO ACQUIRE ANY PROPERTY.

TYPE YEAR PROJECT NO.

SHEET

NO.

N:\2

00

9\0

91

90

-5

Dickso

n, P

ha

se

5

\C

AD

\0

1_

SH

EE

TS

\0

91

90

-5

_T

DO

T_

CO

VE

R.d

wg

- P

rin

te

d o

n

20

21

-1

0-1

5 a

t 1

0:2

5:2

1 A

M.

TDOT STANDARD DRAWINGSESTIMATED QUANTITIESINDEX OF SHEETS

INDEX AND

STANDARD

DRAWINGS

CONSTRUCTION 2021 TAP-9303(18) 1A

SHEET NUMBERSHEET TITLE

1 COVER SHEET

1A INDEX AND STANDARD DRAWINGS

2D GENERAL NOTES

2D1 GENERAL NOTES

2E SPECIAL NOTES

2G DETAILS

2G1 DETAILS

2G2 DETAILS

3A PROPERTY MAP

4 PRESENT LAYOUT & LEGEND

5 PRESENT LAYOUT & DEMO PLAN

6 PRESENT LAYOUT & DEMO PLAN

7 PRESENT LAYOUT & DEMO PLAN

4B PROPOSED LAYOUT & LEGEND

5B PROPOSED LAYOUT

6B PROPOSED LAYOUT

7B PROPOSED LAYOUT

4C PROPOSED GRADING LAYOUT & LEGEND

5C PROPOSED GRADING LAYOUT

6C PROPOSED GRADING LAYOUT

7C PROPOSED GRADING LAYOUT

23 EPSC NOTES

24 EPSC LAYOUT

25 EPSC LAYOUT PHASE 2

29 SIGNING & PAVEMNET MARKING PLAN

35 TRAFFIC CONTROL PLAN

60A LANDSCAPE LAYOUT & LEGEND

60B LANDSCAPE LAYOUT

60C LANDSCAPE LAYOUT

60D LANDSCAPE LAYOUT

60E NOTES & SCHEDULES

60F LANDSCAPE DETAILS

*FOOTNOTES:

1. PARTIAL REMOVAL OF STORM INLETS AND PIPE FOR PARTIAL ADJUSTMENTS.

2. EXISTING SURFACE ASPHALT COVERS EXISTING GUTTER PAN. EXISTING RESURFACING AND CURB &

GUTTER TO BE REMOVED IN PREPARATION FOR NEW WORK.

3. SEE SUBSECTION 209.07 OF THE STANDARD SPECIFICATIONS FOR MAINTENANCE REPLACEMENT. ALL

QUANTITIES ARE TO BE USED AS DIRECTED BY THE ENGINEER.

4. TRAFFIC CONTROL, REFERENCE SHEET 35 FOR LAYOUT, INDIVIDUAL COMPONENTS, AND

QUANTITIES OF THE TRAFFIC CONTROL PLAN. THE ITEMS LISTED ARE THE MINIMUM REQUIRED

SIGNS/DEVICES FOR THIS PROJECT. CONTRACTOR SHALL INSTALL MORE SIGNS AND DEVICES AS

NEEDED IF ROAD/TRAFFIC CONDITIONS DEEM NECESSARY.

5. MUTCD R1-5, W10-1, W10-2, W11-2 & W16-9P

6. EXISTING SIGNS TO REMAIN, BUT TO RECEIVE NEW POST AND FOOTING.

7. EXTERIOR LIGHTING COMPLETE UNIT TO INCLUDE FOUNDATION, POLE BASE, POLE, LUMINARIES,

PRE-WIRED, ETC. SEE SHEET L2 FOR DETAILS.

8. INSTALLATION UNDER ASPHALT PAVING TO INCLUDE RESTORATION OF EXISTING BASE PAVEMENT.

9. INSTALLATION UNDER PROPOSED CONCRETE WORK/LANDSCAPING

10. LIGHTING CIRCUITS SHALL BE 4 - #4, #6G. SEE SHEET L2 FOR ELECTRICAL GENERAL NOTES.

11. THE CONTRACTOR MAY ELECT TO SUBSTITUTE PREFORMED PLASTIC FOR THERMOPLASTIC.

PREFORMED PLASTIC SHALL BE PAID FOR AT THE SAME UNIT PRICE AS BID FOR THERMOPLASTIC.

12. CONTRACTOR TO PROVIDE 20 GAL. SLOW RELEASE DROP IRRIGATION BAGS WITH EACH TREE.

MAINTENANCE PERIOD WILL INCLUDE FILLING BAGS WEEKLY DURING THE ESTABLISHMENT PERIOD

(APRIL-NOVEMBER) FROM TIME OF PLANTING. BAGS WILL BE REMOVED AND TRANSFERRED TO

OWNER.

13. TEMPORARY SIDEWALK ACCESS SHOULD BE USED THROUGHOUT CONSTRUCTION AT BOTH ENDS OF

THE ACTIVE WORK ZONE AT THE CONTRACTOR'S DISCRETION FROM STATION 0+00 (START) TO 7+46.63

(END).

14. FOR ALL PIPE ITEMS, BEDDING MATERIAL SHALL BE INCLUDED IN THE COST OF THE PIPE.

15. COST OF FILTER FABRIC IN RIBBON CURBS SHALL BE INCLUDED IN THE UNIT PRICE COST FOR CURBS

16. RAILROAD IRON PINS

17. SEEDING (WITH MULCH) AREA IS APPROXIMATELY 4676 SF

*7,8,9,10

*7,8,9,10

*7,8,9,10

*7,8,9,10

*7,8,9,10

*3

*3

*3

*3

*2

*2

*2

*16

*1

*3

*4,13

*4

*4

*4

*5

*6

*11

*11

*12

*12

*12

*14

*14

*14

*14

*14

*15

*17

L-1

L-2

L-3

PROPOSED LIGHTING LAYOUT

ELECTRICAL NOTES AND DETAILS

PROPOSED PHOTOMETRIC PLAN

*15

*15

*11

*11

1

BID FORM - DICKSON DOWNTOWN REVITALIZATION PHASE 5

TDOT LINE ITEM # UNIT PRICEQUANTITYUNITITEM DESCRIPTION TOTAL

1LSConstruction Stakes, Lines and Grades105-01

1LSClearing and Grubbing201-01

22EACHRemoval of Structures and Obstructions202-01.50

515SYRemoval of Rigid Pavemnt, Sidewalk, etc.202-03

1,290SYRemoval of Asphalt Pavement202-03.01

202-08.15Removal of Curb and Gutter (Full Depth Removal of Existing Curb and Gutter)

165LF

500CYRoad and Drainage Excavation (Unclassified)203-01

80CYFurnishing and Spreading Topsoil203-07

100CYSediment Removal209-05

2EACHCurb Inlet Protection (Type 2)209-09.41

7EACHCurb Inlet Protection (Type 4)209-09.43

303-01.09Mineral Aggregate, Type A Base, Grading D Limestone

56TON

126TONMineral Aggregate (Size 57)303-10.01

307-01.01Asphalt Concrete Mix (PG64-22) (BPMP-HM) Grading A

20TON

307-01.08Asphalt Concrete Mix (PG64-22) (BPMB-HM) Grading B-M2)

30TON

0.5TONBituminous Material for Prime Coat (PC)402-01

0.1TONBituminous Material for Tack Coat (TC)403-01

1,501LFSaw Cutting Asphalt Pavement407-20.05

88LF15" Slotted Drain Pipe607-45.01

103LFPlastic Pipe Drains (6")610-11.02

47LFPlastic Pipe Drains (8")610-11.03

288LFPlastic Pipe Drains (12")610-11.05

10LFPlastic Pipe Drains (15")610-11.06

9EACHAdjustment of Water Valve611-01.23

Temporary Structure (S621-01.01 1LSidewalk Access - Station)

5,599SFConcrete Sidewalk (4")701-01.01

2,066SFConcrete Sidewalk (6")701-01.02

1,166SFConcrete Curb Ramp701-02.03

33LFConcrete Curb702-01.02

70CYConcrete Combined Curb and Gutter702-03

15TONMachined Riprap (Class A-3)709-05.05

78LF6" Perforated Plastic Pipe710-10.02

1LSTraffic Control712-01

16EACHFlexible Drums (Channelizing)712-04.01

122SFSigns (Construction)712-06

24LFTemporary Barricade (Type III)712-07.03

8EACHRemove Sign, Support & Footing713-15.36

6EACHSigns (new post, footing and signs)713-16.20

2EACHSigns (new post, footing and existing signs)713-16.21

714-01.65Exterior Lighting Complete (Foundation, Light Standard, Luminaires, Pre-wired, etc.; xx Units)

1LS

714-04.03Conduit (Trench and Backfill Under Asphalt Paving, for Pedestrian Lighting)

1,400LF

714-04.04Conduit (Trench and Backfill , Under Concrete /work?Landscaping, for Pedestrian Lighting)

1,400LF

1,400LFCable (1/C #4 AWG.)714-06.06

1LSElectrical Connection (Exterior Lighting)714-25.03

50LFPlastic Pavement Marking (Transverse Crosswalk)716-02.03

PIN # 125187.01

Page 1 of 2

TDOT LINE ITEM #

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL

716-02.04 Plastic Pavement Marking (Channelization Striping) SY 8

716-08.01 Removal of Pavement Marking (Line) LF 3,560

716-13.01 Spray Thermo Pvmt Mrking (6 MIL)(4IN LINE) LM 0.40

717-01 Mobilization LS 1

721-01.01 Bench EACH 2

721-01.02 Trash Receptacle EACH 1

740-10.01 Geotextile (TYPE I)(Subsurface Drainage) SY 72

801-01 Seeding (with Mulch) UNIT 15

801-06.10 Shredded Hardwood Mulch (Landscaping) CY 15

802-01.10 Tree (Bosque Elm) EACH 7

802-01.12 Tree (White Crape Myrtle) EACH 9

802-03.01 Shrub (Inkberry) EACH 35

802-03.02 Shrub (Henry's Garnet Sweetspire) EACH 21

802-03.03 Shrub (Prairie Sky Switch Grass) EACH 5

802-03.05 Shrub (Hameln Dwarf Fountain Grass) EACH 152

802-04.70 Groundcover (Stella De Oro Daylily) EACH 93

802-05.03 Refillable Drip Irrigation Flexible Bag EACH 16

802-07.01 Flower (Purple Coneflower) EACH 134

802-07.02 Flower (Black-Eyed Susan) EACH 20

803-01 Sodding (New Sod) SY 346

920-10.04Adjustment of Existing Storm Inlet Including Underground Drain Pipe Connections

EACH 2

920-11 Architectural Barrier LF 248

920-12.03 Bioretention Soil Mixture CY 36

920-13 Stamped Asphalt Decorative Band LF 50

920-13.01 Stamped Asphalt Brick Pattern Crosswalk SF 120

920-16.04 Storm Cleanout EACH 3

920-17.04 Area Drain EACH 5

920-18.03 Round Riverstone Rip-Rap (2") CY 5

TOTAL BID for PIN # 125187.01

$ Dollars

Dollars and Cents (in writing)

($ _____________________)Figures

Where the Bid Form requests prices in both words and figures, both blanks shall be completed; and in a case of a discrepancy, words shall govern.

We acknowledge the receipt to Adenda numbered _______through ___________.

Page 2 of 2