Carter Lawson, Jeri
From: Sent: To: Subject:
FYI
Donna Dones CBU
Dones, Donna Tuesday, September 23, 2014 8:17AM Carter Lawson, Jeri FW: Texas Public Information Request- Trinity Watershed Management
Trinity Watershed Management (214) 243-1164
From: Fernandez, Elizabeth Sent: Tuesday, September 23, 2014 7:56AM To: Dones, Donna; Tippie, Kristina; Cottingham, Jennifer Cc: Nguyen, Than Subject: FW: Texas Public Information Request - Trinity Watershed Management
Please address
From: Hal Barker [mailto:hbarker [email protected]] Sent: Tuesday, September 23, 2014 6:10AM To: OpenRecords Cc: Fernandez, Elizabeth Subject: RE: Texas Public Information Request- Trinity Watershed Management
Correction in Open Records Request To Trinity Watershed Management.
In my September 22 2014 request below, I had identified Borrow Area D AKA Borrow Area 3.
This should be Borrow Area D AKA Borrow Area 4. For further clarification, this is also located on the Burrescia property noted in maps south of Elam Road.
Please note this correction in my request.
Hal Barker 9191 Garland Road 1126 Dallas, TX 75218 Hbarker [email protected]
From: Hal Barker [mailto:hbarker [email protected]] Sent: Monday, September 22, 2014 9:24AM To: 'OpenRecords~ Cc: 'Fernandez, Elizabeth' Subject: Texas Public Information Request- Trinity Watershed Management
Greetings,
Carter Lawson, Jeri
From: Fernandez, Elizabeth Sent: To:
Thursday, September 18, 2014 10:53 AM Clark, Dorey
Subject: FW: Tree Survey for Borrow Areas A, B, C, and D Attachments: Combined Tree removal.pdf; Simpkins Remediation -Vegetative Support Layer (PBSWM007)
Overview Map.pdf
FYI
-----Original Message----From: Nguyen, Than Sent: Tuesday, September 16, 2014 3:39PM To: Fernandez, Elizabeth Cc: Standifer, Sarah; Cottingham, Jennifer Subject: RE: Tree Survey for Borrow Areas A, B, C, and D
Liz,
The index cover page was old but has been updated; see enclosed. I inserted an aerial overlay to help out for Borrow Area A. Below is the tree count and mitigation inches for each Borrow Area:
Borrow Area A - 294 trees - 3511 inches (Selected due to the lower concentration of trees) Borrow Area B - 172 trees - 2,329 inches (Large and heavily wooded and near abandoned United Gas line easement). A lot smaller in size than Borrow Area A. Borrow Area C- 434 trees- 5,562 inches (Irrigation Pond) Borrow Area D- 14 trees-SIS inches (Burrescia Property- small number of trees but they were all very large pecan trees)
Than
----Original Message----From: Fernandez, Elizabeth Sent: Tuesday, September 16, 2014 10:29 AM To: Nguyen, Than Cc: Standifer, Sarah; Cottingham, Jennifer Subject: Re: Tree Survey for Borrow Areas A, B, C, and D
Than,
This is the old borrow A. What is the new borrow A tree count?
>On Sep 15, 2014, at 2:00PM, "Nguyen, Than" <[email protected]> wrote: > >Sarah,
1
> >Enclosed is the finalized tree survey for Borrow Areas A, B, C (Irrigation Pond), and D (Burrescia Property). We do not plan on using Borrow Area Band D. We chose Borrow Area A dues to the amount of tree in that area. We may slight modifications to Borrow Area A & C in the construction phase as the enclosed file has the updated survey information. > >Than ><Tree Survey for Borrow Areas A, B, C & D.pdf>
2
!
l ~! ~~
gu I I
II I I I I
/~ ///
J &
\~ 8
~ GRAPHIC SCALE IN FEET
i ~
~ ~
D7/2B/Z0\4 ~
~~~;;~~~~~~~~~~~~~~~ i Na PATE REV!SION (lj
l& Pacheco Koch::~~.~.::';;;;,""~,;~~'~::' ~ ."W, II AliAS • FORT WORTH o lj;~~~ ~: ~~; ~~~~~~~~~GFI~=ML-; ~~~90!!0 00 ~ TREE MITIGATION ~
KEY MAP SIMPKINS REMEDIATION
VEGETATIVE SUPPORT LAYER IMPROVEMENTS ,...,_~ __ , .. ,, ...... _____ .. ..._
20
~
~ • ~
01252 01253
01350 ~ o' ..
054
m{"X)01248 ~21249
212~.9
"'8~, ·'''" 21 • ·2 34
2118· 3
"
@21054
,o,
\_f00662~66J 200661 -:Ji::jJJ
200659~· 2006~ 660 ~53 ,058
&~71
~ (_0';' -fii'Y'. ;'l ... cg~~, .) .2166 21159 ' 21159 21lba
187, /21109 '
G6706B G69
t ONON-PROTECTEOTRE[
' --= ··- . I ' ,_., 0'""'"'- ~~ !ttEilt:'cl=] eiJI I 1·+··1· I ,_- ~::.:: ~ J ,~r:: : .., ~ ' . .. . . . . . :: -~= '"' "''' ,.==-. .. ·i . ...... . .....
G .2131
• , c in ~ .. .. -c c .. • .. c c
i8mJ~~~~I!Ii -.e:= :Z0170J --------------2615111 ---------
~mRI=--==--~------201641 -~-----------l'Jl!ll~_;;/
crrn ~',;',~ 261~
(~S,~~""" '".1'~,• 2016~201 L 2016~201400 402
28"1.5:1e~ 201404 2617 61044 "'--... -201569 201046,-.-"'1
56?-.~5sr'.-,s~2B1e€) ~''t:4. zo:~~il! ~~1562,2.Q1~
2016
·~ 201 1 9
~ "'' '"' 20165-. 261B
,. 201 J
0~&86 : ~~~J.lL_ ~'i81~ 20\0;g;:~~
"''·
o'l0ll3
·1l900b,
''"" \
r'""'' /89091
Gll94 ()o"~
LEGEND.
0 200951 NON-PROTECfEDTREE TO BE REMOVED
0200~51~~
.....
ltr~-
AreaB stnti'":':,.~.,::-IPJII!•.te4st.~u~
Ill -. . .
" --------. . =
.... ij94 ..
MHillaiiOlllnlnlhH
PrGtotled !Noo·Prlllocttil
-~---+-
~-~--
't=:f==::: 201:'"" '" ""'""" Ill
;:::::: I:: t--
·8<Joofl
09t!{lq
f.?l>cto ~020
,..,., 12
L"'- " ljji3iio "
'""""" " ~ _ .... _ ~ ""'"" """" 1> 20\4(14 """"" ,.
''".00~ .....,,, ............ ,.
r::i.~- "~
:::::1=-~ ~:l::l :;;:;;;.
~ = 1"'=1 -~-
G "'"" . Hlffi:t--~
Goa~
0011
t==
--
+---
1--
It ---
""
i=:::: 1~1 ~
~ ~
~ ~ +--'~
.:1 =
r=.= '-":: -!--+-- -·-
--
"; 1-.,
p,....;.;.
.
~
~ GRAPHIC SCAL£ IN FEET
I !==1=---r-==. -==----=== .. ===-=11
P h -·K-·-h=CErfiRI'.LEXPWV.-:::-Iooo ~ ac eco oc p~ 1X 75298 972.2l5.30J1 ~
v•;Y·,<·'i.'7-/'\TXRE9.ENCINE£l<I~F1RMF-411g ~ UALLJ\S • FORI WORTH • HOUSTON 1X REO. SUR\IEYIMl FlRiol LS-100081l-99 ;
TREE MITIGATION AREAB
SIMPKINS REMEDIATION
8 20 :~t.,%. ~~,~~-~:::r?N4~~0RRECTE
~ § ~
I i J ·• ~}
in
c~
LEGEND
O NON-PROTECTEDTREE TOBEREMOVEO
O PRGTfCTEOTREE TOBEREMDVEO
30:.!5\.._/ J~Gl\0"10 G29!J 1026G4nr7l0'N?'l9
'-ts4n G·" G ·8416
0~4-21 Qe~~l!l'""\
~ U'"" 9170
(;')419
Gi4tU
G436 __ __o~414 Gq4J/ /// ------------------~~,_ 6'0140
O n"''--" 0~,$ ~G .. ~ ~#_'!' .. · .. ~~ "'" // .
G444 0:~43
G442
( ~--
----~
0~45
894-Di
Go~u
Gm (J4n
!Jffil 1!84-UJ 8476 8~ G477
1]948 8'148
!J945,4
··9@fl1'>2
"' ·~-- .. ;~:~·
\ ""'"
.
. ,,:~;·'"~'
\ . ~;=.>" :;; 8~~42 §
" . ' "
G,.. ]::.·! ~_ !J 12-------- 09"1~
. ' ~ ,.::.·;=_-:::: \~~ . "'"'- -- ~ ~-"""' '"',,~""": -----.:: _____ -~-------- 89501-----:--
G54:,
LEGEND
0-· NON-PROTF.:ClEDTJIEE TO!iEREMOVED
Q2oogor ~~o::~~
AreaD Slul A~~;,:.-:·
~-t:;' --" " -
:::::1 •.
8
~ GRAPHIC SCALE IN FEET
I ~==l=~~====~==~============~~
- -~ NO.- IJII~ ------~~----~
1 .1 Pacheco Koch 8350 "'·CENTRAL EXPWV. SUilE woo ~:::
• \ "''~' , coo woo" ~-·;~;;o: ~~ ?.=;:~::t£~oo ~ TREE MITIGATION
AREAD SIMPKINS REMEDIATION
VEGETATIVE SUPPORT IAYERlMPROVEMENfS -· -----·.- ---
- 20 ~~LE:-.:~~!;;-!!·~,?.::.~-POitiTS CORRf:CTE
~ cdi::!Siii&lliliii=::gg::£t;«~1!:~:8:::!G'!!.Sl ~~ijUHiU~~~i~~nu~u ~W[ijijijfiijiji,ilijijijij!jijij~i(i~~~ij~ ~"l:!:~~l'll:llll:ll~s~~e•~==lll!~l!!;;;a
liiiUUUIIUIBUU!i ~ ~ ~ "'.., .. ., ..... 110 "' !! :: ~ ::! :: :!! !! !::: ! !! g: r;;
0 w
z
0 !-w • J
Carter Lawson, Jeri
From: Clark, Dorey Sent: To:
Thursday, September 18, 2014 10:55 AM Fernandez, Elizabeth
Subject: RE: Tree Survey for Borrow Areas A, 8, C, and 0
Includes non-protected in count.
Dorey Clark Sr Project Coordinator Trinity Watershed Management City of Dallas 214.671.9583
-----Original Message----From: Fernandez, Elizabeth Sent: Thursday, September 18, 2014 10:53 AM To: Clark, Dorey Subject: FW: Tree Survey for Borrow Areas A, B, C, and D
FYI
-----Original Message---From: Nguyen, Than Sent: Tuesday, September 16, 2014 3:39PM To: Fernandez, Elizabeth Cc: Standifer, Sarah; Cottingham, Jennifer Subject: RE: Tree Survey for Borrow Areas A, B, C, and D
Liz,
The index cover page was old but has been updated; see enclosed. I inserted an aerial overlay to help out for Borrow Area A. Below is the tree count and mitigation inches for each Borrow Area:
Borrow Area A- 294 trees- 3511 inches (Selected due to the lower concentration of trees) Borrow Area B- 172 trees- 2,329 inches (Large and heavily wooded and near abandoned United Gas line easement). A lot smaller in size than Borrow Area A. Borrow Area C- 434 trees- 5,562 inches (Irrigation Pond) Borrow Area D- 14 trees- 313 inches (Burrescia Property- small number of trees but they were all very large pecan trees)
Than
----Original Message----
3
From: Fernandez, Elizabeth Sent: Tuesday, September 16, 2014 10:29 AM To: Nguyen, Than Cc: Standifer, Sarah; Cottingham, Jennifer Subject: Re: Tree Survey for Borrow Areas A, B, C, and D
Than,
This is the old borrow A. What is the new borrow A tree count?
>On Sep 15, 2014, at 2:00PM, "Nguyen, Than" <[email protected]> wrote: > >Sarah, > >Enclosed is the finalized tree survey for Borrow Areas A, B, C (Irrigation Pond), and D (Burrescia Property). We do not plan on using Borrow Area Band D. We chose Borrow Area A dues to the amount of tree in that area. We may slight modifications to Borrow Area A & C in the construction phase as the enclosed file has the updated survey information. > >Than > <Tree Survey for Borrow Areas A, B, C & D.pdf>
4
Carter Lawson, Jeri
From: Sent: To:
Fernandez, Elizabeth Friday, April25, 2014 7:45AM Nguyen, Than
Cc: Subject: Attachments:
Standifer, Sarah; Cottingham, Jennifer RE: Simpins Remediation -Addendum #1 Draft Simpkins Addendum #1.doc
See attachment for my comments
From: Nguyen, Than Sent: Friday, April 25, 2014 7:01AM To: Standifer, Sarah; Cottingham, Jennifer; Fernandez, Elizabeth Subject: FW: Simpins Remediation -Addendum #1
Let me know if you have any comments also.
From: Nguyen, Than Sent: Friday, April 25, 2014 7:01AM To: 'Jim Barger'; Chris M. Jones Cc: Lou Nance; Jack Morgan; Wade Peterson Subject: Simpins Remediation- Addendum #1
Please review the enclosed draft Addendum #1 and provide comments to me by noon today. Please track any changes. Thanks.
Than
8
1. The bid closing date will remain unchanged, Thursday, May 1, 2014.
2. The structural fill area near the main entrance for South Loop Landfill within Fill Area 2 on Plan Sheet 13 will require removal of trees not currently identified on the plans as a tree survey for this area will be done but has not been completed. As a result, the bid quantities for Bid Items 645A (Remove Trees 6 - 12 inches diameter), 645B (Remove Trees 13 -24 inches diameter), and 645C (Remove Trees over 24 inches diameter) have been increased from 475, 300, and 40 to 1 ,000, 410, and 60 respectively to include trees to be removed in this area. The winning bidder will be given the tree survey in this area. No tree mitigation for this area will be needed by the Contractor. Payment for this bid item includes tree removal (no grinding of the stumps or chasing roots) and offsite disposal unless arrangements are made as no additional payment will be made. See attached bid proposal sheets and revised Plan Sheet T-0 with these changes.
3. The trees to be removed as part of this project are primarily identified within the borrow areas only. The City of DaHas will begin construction on the 1st related project (remediation project - Simpkins Remediation [PBSWM007]) within the next few weeks. All trees on the landfill footprint will be removed as part of that project. There may be some additional trees to be removed in the identified fill areas. No payment will be made for additional trees to be removed for access or staging purposes not shown on the plans.
4. The calculated quantity for Bid Item 101 (Clearing and Grubbing) is estimated at 32.8 acres with a bid quantity of 35 acres as this is estimated for the borrow areas only. There may be some additional areas to clear and grub in the fill areas.
5. There are 4 identified soil stratums in the borrow areas; clay, silty clay, limestone, and high quality sands. Landscapes Unlimited would like for soils from these stratums to be placed in specific layers within the fill areas as they will be performing the grading work. The Contractor will not be responsible for determining these soil stratums or the associated depths as Landscapes Unlimited will inform the Contractor on the depth and placement of this material in regions within the fill areas. Due to the size of the borrow areas and soil stratum depths, the amount of dirt from each stratum of each borrow source will be substantial so this will not delay the Contractor's construction schedule.
6. The estimated amount of dirt to be processed by the Contractor is 5,000 cubic yards a day as the intent is to place the dirt in front of the earthwork equipment for Landscapes Unlimited to grade. If the Contractor processes more than 5,000 cubic yards a day (or more than Landscapes Unlimited can handle), an agreed upon stockpile location will be given within the fill areas to
not slow operations by the Contractor.
7. For Bid Alternate 2 (Bid Item 1345A- Clay Cap for Borrow Areas A, B, and/or D), the Contractor shall install an 18-inch clay liner using native clay material having a minimum plasticity index of 25 and compact to 92%-98% at or above optimum moisture content to all areas under normal water surface elevations. Seal all permeable areas to restrict seepage from the ponds.
The City of Dallas (City) will procure a local geotechnical firm for this testing. The Contractor shall pay for any retesting fees not meeting these requirements. [Paymenffor this -item ~iJUfl~ll1c!~ __ Ufl~l_a~sJf[~d~)(C~y_a~i~I1_,_J~~flS_p_<?rt __ 1~Uh~ fill ______ -- _commem:IFJ;l.]: Whatitemlsthlsbeingpaid
area, and compaction. Payment will be based on a ground survey before and ;:"="d;::::"'=?;::::;::::========~ after by a )rexas RPLS @_n_dna_ !:;UI11_1l1Ciry reJ)()rt. l_lllP()rtnlllCite~iCII CCII1 b~ nus_ed /----{Comment (fE2]•Whois payingforthe-swveyor l and will be paid through delivery tickets.
8. As clarification for General Note #44 on Page 2 of the plans, a trench burn pit will not be allowed on the landfill footprint due to safety concerns. However, a trench burn pit will be allowed at a minimum distance of [1 00 feet' ~Wa}l from_______ Commem: [i'E3]: 1 think this is tooctosetrom the
the landfill footprint as )rexas Commission on Environme.ntai Quailty-:and ;::'·="d=fi=" =·==========~ Dallas Fire Rescue approval ~iii __ ~.E? r_e_q~ire_g,_ T_~~tr~I1Ch __ ~l1rf!_[()c~t[()n __ lll~SL.----- Comment[FE-1]: Whcis respqnsib!et<>obtain
be approved by the Engineer as no payment will be made for removal of rcEQappr<>valandDall;;sfireRescueapproval?
additional trees to accommodate this trench burn.
9. As clarification for Bid Alternate 1, Bid Items 1 03A (Unclassified Excavation for Borrow Area ~ and 222A (Dewatering and Debris Removal for Borrow Area ~ has been changed to Bid Items 1 03A (Unclassified Excavation for Borrow Area Q) and 222A (Dewatering and Debris Removal for Borrow Area Q)'---as Borrow Area 4 is referred to as Borrow Area D on the plans. See attached bid proposal sheets with these changes.
10.As clarification for Bid Item 222A (Dewatering for Borrow Area D)- Alternate Bid 1, this bid item will also apply during the installation of the clay cap until it is completed. No additional payment will be made for dewatering for Alternate Bid 2.
11. Plan Sheet 4 has been updated with new surveying information. See attached [Sheet 4lCI!S __ itwi!Lre_ple~<::~th~ __ orig[l1_aL§h~~-t_•L__ __ ___ ____ ______ ____ ___ _ ______ _
12.As clarification for the cubic yards and bank yards notes shown on the fill area plan sheets, those 2 numbers reflect the range of dirt volumes that could be brought to that fill area as the final layout has not been finalized to date. The grading plans are for information purposes only as Landscapes Unlimited will perform the shown grading work.
13. This is a closed landfill project as the 40-hour safety trained in accordance with 29 CFR 1910.120 is not required but recommended. Borrow areas are not
Comment [FES]: Make sure this sheet has the n'otatioil of "Addendum No.1" on it
located within the landfill footprint.
14.This project will start upon completion on the 1st City project mentioned above. As a result, no exposed surface waste should be encountered by the Contractor. If there are exposed waste as a result of the Contractor's recent construction activities, the Contractor shall place at least 2 feet of clay material on top of this area and inform the Engineer as this will be considered incidental with no separate payment.
15. For Bid Alternate 3 (Bid Item 1346 - Process/Compact Fill at Structural Fill Locations), payment for this item will include survey staking and compaction as the City will procure a local geotechnical firm for this testing. The Contractor shall pay for any retesting fees not meeting these requirements. Additional fill allowance shall be not be stockpiled and bidders are to assume an average haul distance to the center of each fill zone for this additional fill material. All additional fill material shall be spread by others.
16.The bid quantities for Bid Items 103 (Unclassified Excavation), 1341 (Transport Dirt to Fill Area 1), 1342 (Transport Dirt to Fill Area 2), 1343 (Transport Dirt to Fill Area 3), and 1344 (Transport Dirt to Fill Area 4) has been changed from 656,418, 213,827, 204,892, 179,482, and 58,217 cubic yards to 725,000, 205,500, 300,000, 180,500, and 39,000 cubic yards respectively due to additional soils that may be needed. The bid price will not be renegotiated based on overages or underage of these bid items. See attached bid proposal sheets with these changes.
17. The J=nginee~, o_r_~l1 app_r_O\f~d __ a~s]gl1ee1_Yifill sign_ a119_ffsite_Y1fast~_rnal1ifest~.--
18. On the plans, there is an existing DWU wastewater easement along Elam Road and a United Gas easement in Borrow Area B. The Contractor shall pothole and verify the existence of any existing utility line in both areas as payment will be made through Bid Item 1652 (Locate Underground Utility Not Under Paving) for each of the 2 lines. Field verification is needed to determine if existing lines are still present or ever installed.
19.pue to the proposed city council approval date of May 14, 2014, theGontractor shall submit normal Business Inclusion and Development (BID) forms associated with a council item CiS part of their bid. Bids without this paperwork will be considered non·responsive and bid rejected.
Attached are the forms to be completed as they can. be downloaded at: http://www.dallascityhall.com/business development/business inclusion for ms.htmi . Also attached. are possible MWBE subcontractors to be considered based on the scope of work for this project .For any questions about the forms, please contact Lisa Brough at [email protected] & (214)
_.----·{Comment [FE6]: Who Is the Engineer?
Carter Lawson, Jeri
From: Sent: To: Subject: Attachments:
Jennifer,
Nguyen, Than Thursday, July 03, 2014 4:49 PM Cottingham, Jennifer Simpkins Remediation - DCI Contracting Issue Summary DCI Contracting Package.pdf
The owner of DCI Contracting will fly in on Monday as I think he may want to meet with you to discuss the rock excavation issue for Simpkins Remediation. Enclosed is a package to help explain this better. Let me know what time you can meet with the owner if he requests a meeting.
Than
7
Simpkins Remediation - Vegetative Support layer (PBSWM007)
DCI Contracting, Inc. is working on the 2nd City construction contract as the 1st City
construction contract is being done by L.D. Kemp Excavating, Inc. L.D. Kemp will
be restoring the landfill cap to the 2-foot minimum per TCEQ to obtain the
Subchapter T Permit for the golf course. DCI will begin work once L.D. Kemp has
finished up in an area.
This Vegetative Support Layer contract is intended to bring the additional dirt
needed for the golf course while also providing a thicker cap over the 2 closed
landfills; Elam and South Loop Landfills.
Background: The bidding phase for this project was at an extremely fast paced
schedule. Originally, the City was going to pay for the engineering design through
a design contract to be awarded on the March 28th council agenda. In order for
the construction award to be approved by council on May 28th, the engineering
design would have to be completed by March 29th (1 day after council approval)
based on our bidding schedule as the City would not approve any improvements
through council until the $20M was met by the golf developer.
As a result, the golf developer hired the engineering firm the City was going to use
for this; Pacheco Koch, as they spend about $150K of their own money. The
developer did this to expedite the construction schedule. We awarded the
engineering design contract to Pacheco Koch on April gth for Elam Road, Loop 12
improvements, and Water Transfer Line.
During the bidding phase for this Vegetative Support Layer, we did not get the
geotechnical report and boring logs until a day before the construction plans were
issued. The grading plans were done by Pacheco Koch but were developed by the
golf developers (since they paid for the design and the City provided a borrow
source only) as it was based on the volume of borrow soils needed by them. The
developers didn't realize they were going that deep into limestone until . afterwards. The boring logs were shown in the spec book and plan sheets cross
section; see following pages. The technical specs in B-14 describe how limestone
was to be processed.
There are 3 boring in the Pond C (Irrigation Pond) area; B-8, B-9, and B-10. The
attached figure shows the depths.
Golf Developer: They claim that the other 2 bidders accounted for this rock
excavation in their higher bids and that DCI talked to them (before the project
started) on how they were going to address the rock in construction. The golf
developer's stance is that the plans and specs are clearly shown and no payment
will be made by them. Since this project has met the City's $2M cap for this cap
and any additional charges will be paid by the developers. They need about 3
weeks worth of pumping capacity in this irrigation pond if the pumps from the
water transfer line near the Trinity River ever fail. They have agreed to raise the
rock excavation by about 13- 15 feet; making rock excavation into limestone
shallower than shown on the plans.
Issue: DCI Contracting has been claiming that this limestone excavation may
require specialized equipment to handle the rock excavation. From prior jobs
they have had in this area, the limestone can be excavated with their planned
equipment. If this is the case, they will not ask for rock excavation compensation.
They fear that they will have to use a 15,000 pound hammer on top of a 100,000
pound excavator as this will increase their cost and project schedule. Enclosed is
bid tabulation as unclassified excavation is $0.50 per cubic yard and they want
$16 per cubic yard for rock excavation.
SPECIAL PROVISIONS
SECTION B: TECHNICAL PROVISIONS
TABLE OF CONTENTS
B-1 PROVIDE STORM WATER POLLUTION PREVENTION PLAN & IMPLEMENTATION, BID ITEM 1225C
B-2 TRAFFIC CONTROL- BID ITEM 1601A
B-3 LOCATE UNDERGROUND UTILTITES, BID ITEMS 1652 & 1653
B-4 FLOWABLE FILL- NO PAY ITEM
B-5 PARTNERING, BID ITEM 900
B-6 MOBILIZATION, BID ITEM 110
B-7 SITE ACCESS
B-8 DEWATERING, BID ITEM 222
B-9 BERMUDA AND ST. AUGUSTINE SODDING, BID ITEMS 607A & 608
B-10 CLEARING AND GRUBBING, BID ITEM 101
B-11 UNCLASSIFIED EXCAVATION, BID ITEM 103 &ALTERNATE BID ITEM 1
B-12 CLAY CAP FOR BORROW AREAS 1, 2, AND/OR 4, ALTERNATE BID ITEM 2, BID ITEM 1345A
B-13 ALTERNATE BID 3, PROCESS/COMPACT FILL AT STRUCTURAL FILL LOCATIONS, BID ITEM 1346
B-14 GEOTECHNICAL INFORMATION
Simpkins Remediation -Vegetative Support Layer (PBSWM007) Page 1 of 28
B-11 UNCLASSIFIED EXCAVATION, BID ITEM 103 &ALTERNATE BID ITEM 1
There are 4 borrow areas identified for this project; Borrow Area 1, Borrow Area 2, Borrow Area 3, and Borrow Area 4 (Bid Alternate 1).
The Contractor shall remove all trees in the borrow areas through Bid Items 639A (Remove Tree 6- 12 Inches Diameter), 639B (Remove Tree 13-24 Inches Diameter), and 639C (Remove Tree over 24 Inches). All trees will be removed offsite through these bid items as this is considered incidental to the bid items.
The Contractor shall excavate in the 4 identified borrow areas through Bid Item 103 (Unclassified Excavation). Payment for this bid item will be done through ground survey (no separate payment) performed by the Contractor before and after the excavation through a licensed Texas Profession Land Surveyor (RPLS) and a sealed summary report.
The Contractor shall then transport this dirt to 4 identified fill areas (Fill Area 1, Fill Area 2, Fill Area 3, and Fill Area 4) through Bid Items 1341 (Transport to Fill Area 1), 1342 (Transport to Fill Area 2), 1343 (Transport to Fill Area 3), and 1344 (Transport to Fill Area 4). The bid quantities were based on the closest borrow area with respect to the fill area. Payment will be based on dirt brought to the fill areas regardless of the borrow area used or transported from. For example, Borrow Source 3 is the closest borrow area to Fill Area 1. No additional payment will be made for dirt brought from Borrow Source 2 (if the Contractor decides to do this) to Fill Area 1. The Contractor will determine the borrow source location to use for each fill area.
Payment for Bid Items 1341, 1342, 1343, and 1344 will be through counted truck load (volume approved by the City of Dallas or Engineer for each truck) or through ground survey mentioned above for each fill area. The total quantities for Bid Items 1341, 1342, 1343, and 1344 will not exceed the bid quantity for Bid Item 103 and/or 103A (Unclassified Excavation for Borrow Area 4). No geotech testing or survey is needed for this placement of dirt by the Contractor except for Bid Alternate 3. Any unsuitable material (must be approved by the City of Dallas or Engineer) will be disposed of through Bid Item 1345 (Solid Waste Removal [Off Cap]) as this bid item will include transport, disposal, and any associated waste profiling; no separate payment made. This material may include landfill type material in the identified borrow areas.
As clarification, the Contractor will be paid through Bid Item 103 and/or Bid Items 1341, 1342, 1343, and 1344.
The contours shown on the plan sheets for the fill areas are for guidance only. The Contractor shall excavate dirt from the borrow areas and place the dirt based on guidance from the construction contractor for the developer, Landscape Unlimited, LLC (project manager will be Jack Morgan, [ 402] 613-2591, or
Simpkins Remediation -Vegetative Support Layer (PBSWM007) Page 18 of 28
[email protected]) who will be onsite at the same time. As clarification, the Contractor will only dump dirt (collected from the borrow areas} to areas located with the fill areas and will not grade or compact this dirt. This other contractor will then spread and compact the dirt per their grading plan. The grading plans may change during the construction phase so the Contractor will dump dirt as directed. The Contractor is only responsible for placing the dirt in areas designated (within the fill areas) and as directed. Placement of dirt will generally be in the vicinity of two dozers (owned and operated by the other contractor) working in that area. No stockpiling is anticipated as the dirt should be spread as soon as it is dumped by the Contractor. If this other contractor cannot keep up with the loads brought by the Contractor, the contractor shall dump the dirt in an agreed upon location within the fill areas. Therefore, the dirt will be placed in strategic locations in the fill areas. Coordination between both contractors will be needed.
After excavation of each borrow area is complete, or as certain areas of the borrow areas are completed, the Contractor shall grade the finished excavated areas and slopes so that they are smooth and have the final appearance of a lake. No separate pay item as this is considered incidental.
As guidance, this contractor is expected to start work on South Loop Landfill (South of Loop 12) in the southeast corner and then work westward and northwest. Elam Landfill (north of Loop 12) will be completed next and from south to north.
Borrow Area 4 will only be used if needed (Alternate Bid 1); as directed by the Engineer. This borrow area may not be needed if there are sufficient borrow material from the other 3 borrow areas; Borrow Areas 1, 2, and 3. For this alternate bid item, the Contractor shall excavate in this area through Bid Item 103A (Unclassified Excavation for Borrow Area 4) and dewater the existing pond and removal all debris through Bid Item 222A (Dewater and Debris Removal for Borrow Area 4).
Technical Specification B-14 (Geotechnical Information) will apply for this project also.
The Owner will decide the winning bidder based on the base bid or the base bid with all or any of the 3 bid alternates; Bid Alternate 1, Bid Alternate 2, and Bid Alternate 3.
Simpkins Remediation -Vegetative Support Layer (PBSWM007) Page 19 of 28
B-14 GEOTECHNICAL INFORMATION
Geotechnical Investigation completed by GME.
The Contractor shall make his/her own interpretation based on the examination of the boring logs. The soil borings are not a part of this contract and are to be used for information only and are not warranted to be accurate in any way. The OWNER accepts no responsibility for any deviation from or variance in soil types and/or depths shown on the borings. The Contractor will not be permitted to request additional compensation for differing site condition or changed site condition based on soil borings in accordance with NCTCOG item 1.21(e).
Simpkins Remediation -Vegetative Support Layer (PBSWM007) Page28 of28
Geotechnical Exploration PROPOSED TRINITY FOREST INFRASTRUCTURE-PHASE 1
North and South of State Highway Loop 12 Dallas, Texas
GME Project No. 14.04.0028
Site and Subgrade Preparation
Before proceeding with general fill placement, all existing vegetation, root systems, and other deleterious, non-soil materials beneath these areas should be stripped from areas where grade fill will be required. Careful attention to the dearing phase of construction as well as the initial grading operations on this site is very important due to the heavily wooded nature of some areas and due to the past site development such as those areas underlain by existing landfill(s). Additional care must be given during proofrolling by the field representative of the design geotechnical engineer to confirm that sufficient unsuitable materials such as soft, wet and weak fill soils have been removed prior to proceeding with any new fill placement.
All tree roots greater than 2 inches in diameter must be removed from those areas of the site where fill placement will be performed. Some hand labor may be necessary to adequately remove the tree roots from the fill matrix. Organic material must not comprise more than 5 percent of the soil matrix within any areas of structural fill.
After clearing, stripping, and excavating areas intended to support future new pavements, new fill, and new building areas; these areas must be carefully evaluated by a geotechnical engineer. Proofrolling of the site is very critical to the performance of the new fill areas. After excavation and removal and prior to any required filling, proofrolling of the subgrade with a 20- to 30-ton loaded truck or other pneumatic-tired vehicle of similar size and weight must be performed. The purpose of the proofrolling is to locate soft, weak; or excessively wet soils present beneath areas where fill placement is planned. Any unsuitable materials observed during the evaluation and proofrolling operations must be undercut and replaced with compacted fill or stabilized in-place. The proofrolling operation must be performed under the observation of the GME geotechnical engineer or his representative. The geotechnical engineer must also determine whether the existing sub grade is suitable for the proposed construction.
Proper subgrade preparation and placement and construction of the grade raise fill materials will be very critical to the performance of future buildings and new pavements. Care should be exercised during the grading operations at the site. The traffic of heavy equipment, including heavy compaction equipment, may create a general deterioration of the shallower, clayey and or sandy soils. Therefore, it should be anticipated that some construction difficulties could be encountered during periods when these soils are saturated and that it may be necessary to improve, remove or simply stay off of the saturated soils.
Fill Placement and Compaction
Low Plasticity Clayey and Sandy Fill Materials
All low plasticity clay soils and low to non-plastic sand soils obtained from borrow pit areas, which have a plasticity index less than 20, can be used as grade-raise fill. All low plasticity clayey and sandy soils must be compacted to a dry density of at least 95 percent of Standard Proctor and not exceeding 102 percent. The compacted moisture content of the soils during placement must be between minus 3 to plus 3 percentage points of the soil's optimum moisture content.
High Plasticity Clayey Fill Materials
All high plasticity clay soils obtained from borrow pit areas with a plasticity index greater than 20 can also be used as grade-raise fill. All high plasticity clay soils must be compacted to a dry density of at least 93 percent of Standard Proctor and not exceeding 98 percent. The compacted moisture content of the clays during placement must be between 3 and 8 percentage points above optimum moisture content.
Limestone Fill Materials
Limestone fill materials comprised of tan weathered limestone or gray unweathered limestone excavated from borrow pit areas may also be used as grade raise fill. All limestone materials must be pulverized and broken down into pieces less than 4 inches in diameter before being placed as fill. The maximum particle size should be further reduced by compaction once the material is placed in the fill and compacted with proper compaction equipment sufficient for breaking down this material such as heavy sheepsfoot compactors. All limestone fill materials must be compacted to a dry density of at least 95 percent of Standard Proctor and not exceeding 102 percent. The compacted moisture content of the limestone materials during placement must be between minus 3 to plus 4 percentage points of optimum moisture content.
General Guidelines
Due to the difficulty of compacting non-cohesive sand soils, some blending and mixing with low to highly plastic clay soils may be required to incorporate these materials into the grade raise fill.
Compaction of any fill by flooding must not be permitted. During wet and rainy periods, aeration is generally necessary to bring the fill materials to the required moisture condition. During dry periods, the addition of water may be necessary to reach the proper soil moisture content for compaction.
Compaction must be accomplished by placing the fill in either 6-inch lifts for limestone fill or 8-inch thick loose lifts for the clayey and sandy soils, and compacting each lift to at least the specified minimum dry density. It is imperative that the fill particle size be less
than four inches in diameter as they are placed in the fill lift prior to compaction. If larger clods or rock fragments are encountered during grading, then these clods or rock fragments must be broken down prior to final placement in the fill. This work may require placement of the material, an initial compactive effort to break the clods down, scarifying, wetting and recompacting.
It is important that the contractor be required to provide equipment specifically designed for fill compaction. Walking in clayey fill or compacting the fill with track type equipment by itself, such as bulldozers or front-end loaders, should not be considered acceptable compaction methods or equipment. For on-site clayey fill materials and limestone materials, two or four wheel, steel drum, self-propelled or tractor-pulled, sheepsfoot compactors must be utilized for compacting. We have found that this type of equipment is best for breaking down any large clods, kneading the clayey soils to provide more uniformity in the resulting compacted fill, and tying the clay fill material layers together into a well compacted, homogeneous material. A sheepsfoot compactor should also be anticipated for properly preparing and pulverizing any weathered or unweathered limestone materials in structural fill for this project. A water truck should be available to provide adequate moisture to the fill as it is placed.
In order for the fill materials to perform as intended, the fill material must be placed in a manner which produces a good uniform fill compacted within the density and moisture ranges outlined in the preceding paragraphs. Density testing must be performed on fill soils to confirm this performance as construction progresses. We recommend that each lift be tested at a frequency of no less than 1 test per lift per each 10,000 square feet. The testing frequency for utility trench backfill should no less than one density test for each 1 foot of compacted fill depth (2 lifts) and each 150 lineal feet of trench. Testing of grade beam backfill should be performed at a frequency of 1 test per compacted lift for every 1 00 to 150 If of utility line backfill. Depending upon the type of compaction equipment used for backfill compaction in utility trenches, it may be necessary to reduce the fill lift thickness and maximum particle size to about one-half of the above recommended dimensions in order to achieve properly compacted backfill.
...
Legend:
~ Soil Boring Location
Note: Boring Locations are Approximate.
Project: Proposed Trinity Forest Infrastructure Phase I North and South of State Highway Loop 12 Dallas Texas
Scale: 1" = 400'±
Project Number: 14.04.0028
Date: AprillO, 2014
0 200 400
Approximate Scale In Feet
Figure 3B
Boring Location Plan Borrow Area 3
800
RECORD OF SUBSURFACE EXPLORATION Client: PACHECO KOCH CONSULTING ENGINEERS Boring No.: B- 8 Page 1 of 1
Project No.: 14.04.0028 Project: PROPOSED TRINITY FOREST INFRASTRUCTURE-PHASE I NORTH AND SOUTH OF STATE HIGHWAY LOOP 12 DALLAS, TEXAS
Approved By: D. ZIOLKOWSKI, P.E.
Date :; •• u •o:::u. 03/28/14 Date Con 03/28/14 [)rilling ~o.:_ GMt:.N_I t:.~t"'t<_!l:St:.~ Drillil ............ _ ... (.SJ: Boring advanced using continuous flight auger drilling ..... u't'" .... ..
FIELD DATA
11:: w
I ARODJ\TORY DATA ATTERBERG
LIMITS c >< 1- w z Q
1- ~ w :E 1- 1-~ 1- z :E :::i
>II.: 0 :::i u u u Q i= i= i=' ~::a w
~in 11:: 5 U) U) !!:. ::1 0 < < WQ ..J ..J :i Cz 1- :::i II. II. U) 1->::I 6 II.
11::0 LL PL PI w
QQ,. ::!; Q
Grounuwe~•t:• 11 11 u11 ue~••uu. Groundwater seepage encountered at _. I~ ~ 16.5' during drilling. Boring dry upon completion and at end of day. al ~
Co~~~~~====~~~tiP~TIO~NO~FS~TRA~cr~·uM~==========~~=~~-i-+----+---~-+-+-4--~~~ ~rown, very stiff, SANDY lean CLAY (CL)- ____
2.0 ~ ~ '-
I
I
f
I-
f
f-
1-
1-
1--10
f-
1-
f-
f-
-15
Brown, stiff or medium dense, CLAYEY SILT (ML) to J':% 2 CLAYEY fine SAND (SC) ~.0 :/;; ---------------- -Brown, very dense, CLAYEY SAND to fine SAND (SC-SP) t% · · X 3
~---------------s.oVJ Brown, very dense, fine SAND (SP) · · k--l---1 :·x 4
5
..
-_-.: __ -: __ •·IX 6
¥ -with trave to some gravel below 16.0' -
-
--20~--------------- Tan WEATHERED LIMESTONE over gray LIMESTONE
20.0 >> IX 7
11
14
9
2
3
N: 66 2
N: 50/5.5" 4
=5 T· 10011 o"
I
;-
Bottom of Test Boring at 22.0'
-25 ~
;-
I-
f-
1--30 I-
f-
§1-
!:_35 (!1-
~fgr~f-
~ 'Sl WATER INITIAL
s ,Y WATER FINAL
~ !IJ CUTTINGS
lSI NO RECOVERY
[I] ROCK CORE
• SHELBY TUBE SAMPLES
IJ BAG SAMPLE
liiiJ TEXAS CONE PENETROMETER
i2?J DRIVEN SPLIT SPOON
N- STANDARD PENETRATION TEST
P - HAND PENETROMETER
T ·TEXAS CONE PENETROMETER
--
-
-
-~
-
--
10--
-
-
-
115--
---
[20--
--
[25-----
130--
-
--
1-
--
--
RECORD OF SUBSURFACE EXPLORATION
Client: PACHECO KOCH CONSULTING ENGINEERS Boring No.: B- 9 Page 1 of 1
Project No.: 14.04.0028 Project: PROPOSED TRINITY FOREST INFRASTRUCTURE-PHASE I NORTH AND SOUTH OF STATE HIGHWAY LOOP 12 DALLAS, TEXAS
Approved By: D. ZIOLKOWSKI, P.E.
Date S~a• ... .::: 03/28/14 Date Con.~:<>!...... 03/28/14 Drilling Co.: GM Et-.11 Drilling Method(s): Boring advanced using continuous flight auger drilling equipment
Groundwater Information: No seepage encountered during drilling. Dry upon completion and at end of day.
FIELD DATA
~ w
i! ~ ~ ~ ~
I ARORATOR'fDATA ATTERBERG
LIMITS
~ >< 1- w
Q z 1- ~ w :E 1- 1- > 1- z :E :::i 1-
>"": 0 :::i () (3 ~::I ()
Q i= i= I= II)() w 5 (/) (/) !!:.. il]iii ~ <( <(
Q~ ::1 0 ..J ..J :i 1- :::i a. a. (/) 1->::» 0 a.
~0 LL PL PI
w ca. :::!: Q l D~~H Ut:>)\,~~ON OF S"T~UM ~ ~
:row~edium dens~SIL TV fine SAND (SM~ ___ 2
.
0 lliJJ:ti-1-+-P-: 1-_3-t---t---t--6-t--1---t----11---=-t
I
I
I
I-
1-r---
Brown, ve<y still, SANDY lean CLAY (CL) I c-'_ p, 3.8 9 =
rsrown to orange brown, dense, fine SAND (SP) - - -5
.5
. . . • ~ P: 3
.5 12 --=
--
--10 -
--
-with thin clayey sand layers below 11.0'
.··.··.·.·.lX 4
··IV ··. 1/\ 5
N: 38 7
N:46 6
- · .. ·. 6 N: 56 6 -15 .. - ________________ 16.0 ..
_ Tan WEATHERED LIMESTONE over gray LIMESTONE _;gl'-$
1-
r--20 i-
Bottom of Test Boring at 18.0'
I-
f-
r---1--25 r---1-
I-
f-
r-- 30
r---1-
~ '5j_ WATER INITIAL
~ ,Y WATER FINAL
~ [I] CUTTINGS
lSI NO RECOVERY
OJ ROCK CORE
• SHELBY TUBE SAMPLES
(] BAG SAMPLE
liJ TEXAS CONE PENETROMETER
~ DRIVEN SPLIT SPOON
<nntn 7<:"
N -STANDARD PENETRATION TEST
P- HAND PENETROMETER
T ·TEXAS CONE PENETROMETER
--
-
·--
--
1-
-
-
-1-
-
---
125--
-
-
-,_ -
-
--
35---
--
RECORD OF SUBSURFACE EXPLORATION Client: PACHECO KOCH CONSULTING ENGINEERS
Project: PROPOSED TRINITY FOREST INFRASTRUCTURE-PHASE I NORTH AND SOUTH OF STATE HIGHWAY LOOP 12 DALLAS, TEXAS
Boring No.: B-10 Page 1 of 1
Project No.: 14.04.0028
Approved By: D. ZIOLKOWSKI, P.E.
Date sldl LCU. 03/31/14 Date Cor 03/31/14 FIELD DATA I 4ROR 4; I UK y I)Ji.TA Drilling Co. GM EN'• r::n.r "'~ES Drilling Method(s): Boring advanced using continuous flight auger drilling equipment
Groundwater Information: No seepage encountered during drilling. Dry upon completion. u
--~----~--4---+-~-+~~+-~ o~:nTH ut-st:lo(IIJ IIUN OF STRATUM
~row~ard, SANDY-lean CLAY (CL)- - ----2.0 ~ -
-
-'-
f-
f
f
f
f-
B•own, mod; urn dense, CLAYEY flne SAND (SC) ~
6.0~ 1-----------------=--t-4-~
Tan and light gray, hard, lean CLAY (CL) with iron oxide t/" ~ stains s.o 1%%/
1------------------"'-"'-H;'--L...ri Tan WEATHERED LIMESTONE over gray LIMESTONE I £1'~
f- '" Bottom of Test Boring at 10.0'
f-
f-
f-
f--- 15 I-
f-
f-
I-
f-- 20 I-
f-
f-
f
f---25 f-
f-
f-
f-
f--- 30 f-
f-
~ 5j_ WATER INITIAL
~ ~ WATER FINAL
1SJ NO RECOVERY
[I] ROCK CORE
IJ BAG SAMPLE
1iiiJ TEXAS CONE PENETROMETER
I8J DRIVEN SPLIT SPOON .;
~ [I) CUTTINGS • SHELBY TUBE SAMPLES
N- STANDARD PENETRATION TEST
P -HAND PENETROMETER
T ·TEXAS CONE PENETROMETER
-
-
-
-
---
-
-
IV
-
-
-
-11i-
--
-
-120-
-
-
-
-
125---
-
-
l3o---
-
-
135--
-
-
-
~~----------~------------------------------~
Nguyen, Than
From: Sent: To: Cc: Subject:
greg sherman @d cicontracti ng .org Friday, June 27, 2014 9:19AM Nguyen, Than [email protected]; David Proctor Rock Excavation Break Down Simpkens
Than,
This thought process is what we utilized when looking at the rock excavation for pricing: 12,200 cyds. based on reducing 16' from the pond height or depth.
600 Komatsu Excavator 500 cyd./day = 240 hr x $100/hr= $24,000.00 Doosan 340 xI with lO,OOOib. hammer= 240 hr x $125/hr = $30,000.00 Operator 520/hr x $30/hr = $16,640.00 Fuel 5,280/ gal x $3.50/gal. = $ 18,480.00 Mobilize equip. $1,200 each way x 4 = $6,000.00
Total = $95,120.00 divided by 12,200 cyd. = $ 7.80/cy.
Make gradtion of rock :
600 Komatsu Excavator 500/cyd/day = 240 hr x $100/hr= $24,000.00 Rented Rock Crusher 500/cy/day = $43,300.00/mth. Operator 520/hr. x $30/hr.= $16,640.00 Fuel 5,280/gal x $3.50/gal. = $18,480.00 Mobilize equip. $1,500.00 each way by 2= $3,000.00
Total = $105,420.00 $8.65/cy.
Grand Total= $200,540.00
We are aware this total is slightly higher than original estimate.
This scenerio is in our opinion worst case per cubic yard.
We would start with only the 600 Komatsu in the excavation , if we can excavate the rock without the need for a hammer the excavation price would be reduced.
If NO gradation is required the Crusher would not be required. With the thought that the City would allow the Excavated Rock to be Transported to fill Area 2 , Alt. 3 and 4 , and no further work be done to the excavated rock, and place it in the lower layer of the Alt. 3 and 4 fill.
Feel free to call or discuss at any time.
1
Tabulation of Bi 05-May-14
Simpkins Vegetative
FileNo.
Item No Qty Units
Start Schedule 1: Base Bid
101
103.
110
222
521A
607A
608
639A
6398
639C
645
6458
900
1225C.
1341
1342
1343
1344
1345
1601A
1652
1653
35
656418
1
220
500
1000
475
300
40
41000
5
213827
204892
179482
58217
100
Lump Sum
Cu. Yd.
Lump Sum
Lump Sum
Ton
Sq. Yd.
Sq. Yd.
Each
Each Each Lin. Ft.
Each
Lump Sum
Cu. Yd.
Cu. Yd.
Cu. Yd.
Cu. Yd.
Cu. Y~.
Cu. Yd.
Lump Sum
Each
Each
Description
CLEARING AND GRUBBING
Unclassified Excavation
MOBILI2ATION
Dewatering
Stabilized Construction Entrance
Bermuda/St. Augustine Block Sodding
Bermuda/St. Augustine Hydromuch
Remove Tree {6-12 Inches Diameter)
Remove Tree(13-241nches Dicrneter)
Remove Tree (Lager than 241nches Di
GEOTEXTILE SILT FENCING
Rock Check Dam
Project Partnerlng
Provide SWPPP and Implementation.
Transport Dirt to Fill Area 1
Transport Dirt to Fill Area 2
Transport Dirt to Fill Area 3
Transport Dirt to Fill Area 4
Solid Waste Removal (Off CAP)
Traffic Control
LOCATE UNGD. UTY NOT UND PA
LOCATE UNGD. UTY UND CON PA
Total for Items on Scedule Schedule 1: Base Bid
-------------------------Start Schedule 2: Alternate Bid 1
103A.
222A.
120000 Cu. Yd.
Lump Sum
UNCLASSIFIED EXCAVATION FOR
DEWATERING AND DEBRIS REMO
Total for Items on Scedule Schedule 2: Alternate Bid 1
Start Schedule 3~ Alternate Bid 2
1345A 47000 Cu. Yd. CLAY CAP FOR BORROW AREAS A
Total for Items on Scedule Schedule 3; Alternate Bid 2
OCI Contracting Vilhauer Enterprises
2045 E. highway 380 P.O. Box 957 Suite 100 Frisco TX 75034 Decatur TX 76234
Unit Price Total Amount
$2,100.00 $73,500.00
$0.50 $328,209.00
Unit Price Total Amount
$1 '155.00 $40,425.00
$1.10 $722,059.80
$118.000.00 $118,000.00 $250,000.00 $250,000.00
$50,000.00 $50,000.00 $7,130.00 $7,130.00
$40.00 $8,800.00 $54.00 $11,880.00
$5.00 $2,500.00 $4.50 $2,250.00
$1.00 $1,000.00
$90.00 $42,750.00
$175.00 $52,500.00
$400.00 $16,000.00
$1.30 $53,300.00
$1.12 $1,120.00
$50.00 $23,750.00
$98.00 $29,400.00
$147.00 $5,880.00
$2.26 $92,660.00
$1,500.00 $7,500.00 $2,240.00 $11,200.00
$6,500.00 $6,500.00
$4,000.00 $4,000.00
$1.80 $384,888.60
$2.25 $461,007.00
$1.90 $341.015.80
$1.80 $1 04,790.60
$50.00 $5,000.00
$10,000.00 $10,000.00
$500.00 $2,000.00
$1.500.00 $3,000.00
$0.00
$0.00
$0.00
$2,076,261.00
$0.00
$0.00
$0.00
$0.00
$0.00
$16,800.00 $16,800.00
$5,320.00 $5,320.00
$1.74 $372,058.98
$1.96 $399,539.40
$1.24 $222.557.68
$1.42 $82,668.14
$95.00 $9,500.00
$7,104.00 $7,104.00
$748.00 $2,992.00
$3,200.00 $6,400.00
. $2,322,695.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Longhorn Excavators
1625 Cottonwood School Rosen bergs TX 77471
Unit Price Total Amount
L D Kemp Excavating
5409 Denton HWY Fort Worth TX 76148
Unit Price Total Amount
$5,700.00 $199,500.00 $3.475.00 $121,625.00
$1.80 1,181,552.40 $1.15 $754,880.70
$73,200.00 $73,200.00 $175,000.00 $175,000.00
$39,900.00 $39,900.00 $120,000.00 $120,000.00
$33.00 $7,260.00
$9.00 $4,500.00
$4.50 $4,500.00
$69.00 $32,775.00
$96.00 $28,800.00
$150.00 $6,000.00
$2.40 $98,400.00
$6,369.00 $31,845.00
$4,800.00 $4,800.00
$24.900.00 $24,900.00
$2.52 $538,844.04
$2.13 $436,419.96
$1.80 $323,067.60
$1.80 $104,790.60
$57.00 $5,700.00
$96.00 $21,120.00
$4.80 $2,400.00
$1.20 $1,200.00
$160.00 $76,000.00
$193.00 $57,900.00
$225.00 $9,000.00
$2.00 $82,000.00
$1,795.00 $8,975.00
$12,000.00 $12,000.00
$18,000.00 $18,000.00
$2.44 $521,737.88
$2.36 $483,545.12
$2.30 $412,808.60
$2.40 $139,720.80
$84.00 $8.400.00
$7,860.00 $7,860.00 $130,068.00 $130,068.00
$2,400.00 $9,600.00 $250.00 $1,000.00
$2,400.00 $4,800.00 $1,500.00 $3,000.00
$0.00
$0.00
$0.00
$3,169,014.60
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$3,160,381.10
$0.00
$0.00
$0.00
$0.00
$0.00
FCS Construction
6991 Ash St. Frisco TX 75034
Unit Price Total Amount
$4,200.00 $147,000.00
$1.00 $656,418.00
$115,000.00 $115,000.00
$78,000.00 $78,000.00
$40.00 $8,800.00
$5.00 $2,500.00
$2.00 $2,000.00
$25.00 $11,875.00
$35.00 $10,500.00
$200.00 $8,000.00
$1.60 $65,600.00
$1,800.00 $9,000.00
$18,000.00 $18,000.00
$32,000.00 $32,000.00
$3.05 $652,172.35
$3.10 $535,165.20
$2.55 $457.679.10
$3.00 $174,651.00
$80.00 $8,000.00
$37,000.00 $37,000.00
$1,200.00 $4,800.00
$1.200.00 $2,400.00
$0.00
$0.00
$0.00
$3,136,560.65
$0.00
$0.00
$0.00
$0.00
$0.00
Unit Price Total Unit Price Total Unit Price Total Amount Amount Amount
Simpkins Vegetative
Item No Qty Units Description
Start Schedule 4: Alternate Bid 3
1346 137500 Cu. Yd. Process/Compact Fill at Structural Fill
Total for Items on Scedufe Schedule4: Afternate Bid 3
Start Schedule 5; Alternate Bid 4
640A
6406
640C
525
110
20
Each
Each
Each
REMOVE TREE (6 • 12 INCHES DIA
REMOVE TREE (13 · 241NCHES DIA
REMOVE TREE (LARGER THAN 24 I
Total for Items on Scedule Schedule 5: Alternate Bid 4
Start Schedule 6: Alternate Bid 5
1038 68582 Cu. Yd. UNCLASSIFIED EXCAVATION FOR
1341A. 1000 Cu. Yd. TRANSPORT DIRT TO FILL AREA 1.
1342A. 65564 Cu. Yd. TRANSPORT Dl RT TO FILL AREA 2.
1343A. 1018 Cu. Yd. TRANSPORT DIRT TO FILL AREA 3.
1344A. 1000 Cu. Yd. TRANSPORT DIRT TO FILL AREA 4.
DCI Contracting Vilhauer Enterprises
2045 E. highway 380 P.O. Box 957 Suite 1 00 Frisco TX 75034 Decatur TX 76234
Unit Price Total Amount
$1.50 $206,250.00
$206,250.00
$110.00 $57,750.00
$195.00 $21,450.00
$500.00 $10,000.00
Unit Price Total Amount
$3.13 $430,375.00
$430,375.00
$57.00 $29,925.00
$106.89 $11,757.90
$197.00 $3,940.00
$89,200.00 $45,622.90
$0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00
Longhorn Excavators
1625 Cottonwood School Rosenbergs TX 77471
Unit Price Total Amount
$0.96 $132,000.00
$132,000.00
$69.00 $36,225.00
$96.00 $10,560.00
$150.00 $3,000.00
L D Kemp Excavating
5409 Denton HWY Fort Worth TX 76148
Unit Price Total Amount
$1.32 $181,500.00
$181,500.00
$1 n.oo $92,92s.oo
$214.00 $23,540.00
$245.00 $4,900.00
$49,785.00 $121,365.00
$0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00
-------------------------------------------------- -----Total for Items on Scedule Schedule 6: Alternate Bid 5 $0.00 $0.00 $0.00 $0.00
----------------------------------------------------Total Project Amount $2,371,711.00 $2,798,692.90 $3,350,799.60 $3,463,246.10
2
FCS Construction
6991 Ash St. Frisco TX 75034
Unit Price Total Amount
$3.10 $426,250.00
$426.250.00
$25.00 $13,125.00
$35.00 $3,850.00
$200.00 $4,000.00
$20,975.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00
$3,583,785.65
Unjt Price Total Amount
Unit Price Total Amount
-------------
Unit Price Total Amount
-------
Respectfully,
Greg Sherman Vice President DCi Contracting, Inc. 2042 E. US HWY. 380 Decatur, TX 76234 P: 940-626-0022 F: 940-626-0047
2
Carter Lawson, Jeri
From: Dones, Donna Sent: To:
Monday, September 22, 2014 12:39 PM Fernandez, Elizabeth
Subject: RE: Texas Public Information Request- Trinity Watershed Management
Hi Liz:
I took care of it. Thank You
Donna Dones CBU Trinity Watershed Management (214) 243-1164
From: Fernandez, Elizabeth Sent: Monday, September 22, 2014 12:38 PM To: Dones, Donna; Tippie, Kristina Subject: FW: Texas Public Information Request- Trinity Watershed Management
Please send to the appropriate person for log in, thanks
From: Hal Barker [mailto:hbarker [email protected]] Sent: Monday, September 22, 2014 9:24AM To: OpenRecords Cc: Fernandez, Elizabeth Subject: Texas Public Information Request- Trinity Watershed Management
Greetings,
This is a request under the Texas Public Information Act.
Records relating to Trinity Watershed Management
Reference: Proposal Documents for Simpkins Remediation- Vegetative Support Layer PBSWM007, File NO. 428D-20, 251D-1. A Notice to all Bidders dated April 25, 2014. I have a 186 page set of records relating to this filing. I do not need an additional copy.
Clarification: Recently, I was told by officials of the Trinity Watershed Management that Borrow Area D, AKA Borrow Area 3, was originally designated for most if not all borrow soil needs for the Simpkins Remediation and additional facilities needs ( in conjunction with Borrow Area C south of Loop 12). The statements were that the City of Dallas determined that due to a stand of trees in Borrow Area D, and the desire to protect these trees, Borrow Area A was designated to provide soil needs for the Simpkins Remediation.
Request:
I request copies of all communications, including emails and communications reduced to writing, relating to the Borrow Area D, AKA Borrow Area 3, from the date January 1 2013 to date of this request.
This should include all communications between Trinity Watershed Management and the City Arborist relating to Borrow Area D.
5
If any contracts were let and signed for removal of soil from Borrow Area D, please provide a copy of the contract.
If you have any questions, please let me know. If this appears overly broad in scope, we can discuss narrowing the scope of this request.
Hal Barker 9191 Garland Road 1126 Dallas, TX 75218 Hbarker [email protected]
6
Carter Lawson, Jeri
From: Nguyen, Than Sent: Tuesday, June 17, 2014 4:58PM
[email protected] Greg Sherman
To: Cc: Subject: RE: Simpkins Remediation - Rock Excavation, Other Issues
Simpkins Remediation- Addendum #1 -Letter Only. pdf Attachments:
David,
See my response in blue below:
Than
From: [email protected] [mailto:[email protected]] Sent: Friday, June 13, 2014 10:02 AM To: Nguyen, Than Cc: Diviney, Patrick; Greg Sherman Subject: Simpkins Remediation- Rock Excavation, Other Issues
Than, As requested per your previous e-mail, here is the additional cost for rock excavation:
Based on a reduced depth of 16', this equates to an additional cost for 12,200 cu. yds@ $16 per cu.yd. = $195,200.00 Ifthis material can be placed in a single layer in the bottom ofthe base of the structural fiH, 12" to 18" pieces, then run over with a sheepsfoot compactor, then the additional cost to excavate would be $8.00 per cu. yd. x 12,200 cu. yds. = $97,600.00
I have review the plans and spec book for this and feel that additional compensation for rock excavation is not justified. As stated within B-H (Unclassified Excavation, Bid Item 103 & Alternate Bid Item 1), "Technical Specification B-14 (Geotechnical Information) will apply for this project also." Within B-14, it about limestone fill material as shown in the Boring logs and Plan sheets. The logs were shown in the spec book and plan sheets near the cross section pages. The soil stratums were presented in the bid documents (plans and specification book) and the volume accounted for in the cross sections and the bid quantity of 656,418 cubic yards of material needed. This was not an unforeseen existing condition and your proposed cost is unreasonable also.
Additionally, at the pre-construction/partnering meeting today, Greg Sherman and Jim Barger (Oncor) had a discussion and we were asked to put some costs together for the following items:
1) Pond B - COD would like to eliminate and move that quantity, if needed, to Pond A ( east) ..... Add $0.50 per cu.. yd to the Fill Area #2 quoted unit price of$2.25 per cu. yd ..... 81,3l5 CY x $0.50 = $40,457.00 additional cost Per Addem:Jum #1, Note #9 says "The primary borrow sources (in order of priority) are Borrow Areas A, C, B, and D. Borrow Area D will only be used is the City decides to not use Borrow Area B or additional soils are needed. The calculated amount of borrow dirt needed is cubic yards as this amount can be obtained from Borrow Areas A and C together. The City will decide on the borrow areas used for this project as the grading plans for the borrow areas may change". Note #16 says "The bid quantities for Bid Items 103 (Unclassified Excavation), 1341 (Transport Dirt to fill Area 1}, 1341 (Transport Dirt to fill Area 1), 1343 (Transport Dirt to fill Area and 1344 (Transport Dirt to fill Area 4} will not be renegotiated based on overages or underage of these bid items." This additional cost is unjustified.
2) Pond C a) Haul limestone to structural fill area .... add $2.25 per cu. yd. to the fiU area #2 quoted unit
price of $2.25 per cu. yd ...... l2,200 cu. yds. x $2.25 = $27,450.00 additional cost This is already paid for in Bid !terns 1341, 1342, 1343, and 1344. The Bid Item 1346 is to indude survey staking, compaction, and geotechnical testing. Per Addendum 111, Note #15 says "Far Bid Alternate 3
Item 1346- Process/Compact FiU at Structural Fill Locations), payment for this item will include sur~~ey staking, compaction, and geateclmical testing as this will be considered Incidental to the bid item. Additional fill allowance shall be nat be stockpiled and bidders are to assume an average haul distance to the center of each fill zane far this additional fill material. All additional fill material shall be spread others."
b) Haul approx. 16,000 cu. yd. of sand from Pond "C" to Fill Area #2 .... add $2.75 per cu. yd. = $44,000.00 additional cost Per Addendum #1, Note #5 says "There are 4 identified soil stratums in the borrow areas; clay, silty clay, limestone, and high quality sands. Landscapes Unlimited would like for soils from these stratums to be placed in specific areas within i:he fill areas as they wUI be spreading of the fill. Due to the size of the borrow areas and sail stratum depths, the amount of dirt from each stratum of each borrow source will substantial so this wm not delay the Contractor's construction schedule. The Contractor will nat be responsible for determining these soil stratums or the associated depths as Landscapes Unlimited will inform the Contractor on the depth and placement of this material in regions within the fill areas. However, Landscapes Unlimited requests that the Contractor use best efforts to inform Landscapes Unlimited when contractor observes a significant change in soil type, stratum, or encounters ground water during excavations." If intended area for this sand is in another zone not planned, that Fm Zone price wm apply.
3) Structural Fill a) East parking lot will not be filled to QIOO. This lot will be filled to a .5% grade from existing to the south. How much is this reduced? See revised structural fill area email sent earlier today
b) Emergency access road fill eliminated. How much is this .reduced'? See revised structural fill area email sent earlier today
c) "Bump-out" area at clubhouse pad eliminated. How much is this .reduced? See
revised structural fm area sent earlier
4) Stratum Excavation. \Vbat does this mean? See 2 above
5) Fill area 4 may be deleted and the quantity moved to area 3. Add $0.50 per cu.yd. to the quoted unit price of $1.90 per cu. yd. for fiU area 3. 58,217 cu. yds. x 0.50 = $ 29,108.50 additional cost. ! am unaware of this. Please provide more details
6) Need to pothole gas line ASAP. \Ve will discuss and get Dig Tess ... Scott talking to Oncor 06-12-14 Please pothole the DWU line also per Addendum #1, Note #18 says "On the plans, there is an existing DWU wastewater easement along flam Road and a United Gas easement in Borrow Area B. The Contractor shall pothole and verify the existence of any existing utility line in both areas as payment will be made through Bid Item 1652 (Locate Underground Utility Not Under Paving) for each the 21ines. Field verification is needed to determine if existing lines are still present or ever installed."
7) Various sand material hauled to various fill areas (small quantities) ... additional $200.00 per load Explained above as this does not apply
Please let us know on these items as soon as possible. Thank you,
David Proctor, Vice President DCI Contracting, Inc.
2
2045 E. Hwy 380, Suite 100 Decatur, TX 76234 Ph. (940)626-0022 Fax (940)626--0047 Cell (940)453-2472 e-mail : [email protected]
3
CITY OF DALLAS
April 25, 2014
TO: ALL PLANHOLDERS OF CITY OF DALLAS
SIMPKINS REMEDIATION -VEGETATIVE SUPPORT LAYER (PBSWM007) CONTRACT NO. PBSWM007
ADDENDUM NO. 1
Attached is Addendum No. 1 to the subject contract. Please incorporate this addendum into your bidding documents.
Steve Parker, P.E., CFM Program Manager Floodplain Management Trinity Watershed Management
Simpkins Remediation- Vegetative Support Layer (PBSWM007) -Addendum #1
ADDENDUM NO. 1 FOR
CONTRACT NO. PBSWM007
SIMPKINS REMEDIATION- VEGETATIVE SUPPORT LAYER {PBSWM007)
NOTICE TO ALL BIDDERS April 25, 2014
The following constitutes Addendum No. 1 to the Plans, Special Provisions, and Proposal for this referenced project. This item is provided as clarification and general information, and is hereby included as part of the specifications for the subject project:
1. Due to the proposed city council approval date of May 14, 2014 for this construction contract and the City of Dallas's intent to issue a Notice to Proceed (NTP) date within
2 weeks of such approval, the Contractor shall submit normal Business Inclusion and Development (BID) forms associated with a city council agenda item as part of their bid package.
Attached are the forms to be completed as they can be downloaded at: http:l/www.dallascitvhall.com/business development/business inclusion forms.html. Also attached are possible MWBE subcontractors to be considered based on the scope of work for this project. For any questions about the forms, please contact Lisa Brough at [email protected] & (214) 670-3335. If the Contractor does not meet or exceed the BID goal of 25% for this project, the Contractor will need to complete the attached MWBE Documentation Form.
2. The bid closing date will remain unchanged, Thursday, May 1, 2014.
3. The structural fill area near the main entrance for South Loop Landfill within Fill Area 2 on Plan Sheet 13 will require removal of trees not currently identified on the plans as a tree survey for this area will be done but has not been completed at the time of this addendum issuance. The winning bidder will be given the completed tree survey in this area.
No tree mitigation for this area will be needed by the Contractor. Payment for this bid item includes tree removal (including stumps and root ball) and offsite disposal unless arrangements are made for on site disposal as no additional payment will be made. All structural fill areas shall be cleared and grubbed in accordance with the structural fill requirements for site preparation.
The trees to be removed as part of this project are primarily identified within the borrow areas only, with the exception of those areas identified above. The City of Dallas (City) will begin construction on the 1st related project (remediation project -Simpkins Remediation [PBSWM007]) within the next few weeks. All trees on the landfill footprint for Elam and South Loop Landfills will be removed as part of that project. There may be some additional trees to be removed in the identified fill areas
Page 2 of 7
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
not on the landfill footprint. No payment will be made for additional trees to be removed for construction access, staging purposes, or not shown on the plans.
As clarification for Bid Items 639A (Remove Trees 6 - 12 inches diameter), 639B (Remove Trees 13 -24 inches diameter), and 639C (Remove Trees over 24 inches diameter), payment for these bid items includes tree removal (including stumps and root ball).
4. The calculated quantity for Bid Item 101 (Clearing and Grubbing) is estimated at 32.8 acres with a bid quantity of 35 acres as this is estimated for the borrow areas only. There may be some additional areas to clear and grub in the fill areas.
5. There are 4 identified soil stratums in the borrow areas; clay, silty clay, limestone, and high quality sands. Landscapes Unlimited would like for soils from these stratums to be placed in specific areas within the fill areas as they will be spreading of the fill. Due to the size of the borrow areas and soil stratum depths, the amount of dirt from each stratum of each borrow source will be substantial so this will not delay the Contractor's construction schedule. The Contractor will not be responsible for determining these soil stratums or the associated depths as Landscapes Unlimited will inform the Contractor on the depth and placement of this material in regions within the fill areas. However, Landscapes Unlimited requests that the Contractor use best efforts to inform Landscapes Unlimited when contractor observes a significant change in soil type, stratum, or encounters ground water during excavations.
6. The estimated amount of dirt to be processed by the Contractor is 5,000 cubic yards a day as the intent is to place the dirt in front of the earthwork equipment for Landscapes Unlimited to grade. If the Contractor processes more than 5, 000 cubic yards a day (or more than Landscapes Unlimited can handle), an agreed upon stockpile location will be given within the fill areas to not slow operations by the Contractor.
7. For Alternate Bid 2 (Bid Item 1345A- Clay Cap for Borrow Areas A, B, and/or D), the Contractor shall install an 18-inch clay liner using native clay material having a minimum plasticity index of 25 and compact to 92%-98% at or above optimum moisture content to all areas under normal water surface elevations. Seal all permeable areas to restrict seepage from the ponds as no separate payment will be made.
The City will procure a local geotechnical firm for this testing. The Contractor shall pay for any retesting fees not meeting these requirements. Payment for Bid Item 1345A will include unclassified excavation, transport to the fill area, and compaction. Payment will be based on a ground survey before and after by a Texas Registered Professional Land Surveyor (RPLS) and a summary report as this will be paid by the Contractor. Import material can be used and will be paid through delivery tickets.
8. As clarification for General Note #44 on Page 2 of the plans, a trench burn pit will not be allowed on the landfill footprint due to safety concerns. However, a trench burn pit will
Page 3 of 7
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
be allowed at a minimum distance of 500 feet away from the landfill footprint as the
Contractor will obtain approval from the Texas Commission on Environmental Quality
and Dallas Fire Rescue. The trench burn location must be approved by the Engineer
as a trench burn pit may be allowed near Borrow Areas A. No payment will be made
for removal of additional trees to accommodate this trench burn. The Contractor shall
verify if the trench burn pit is located within the landfill permit.
9. The primary borrow sources (in order of priority) are Borrow Areas A, C, B, and D.
Borrow Area D will only be used is the City decides to not use Borrow Area B or
additional soils are needed. The calculated amount of borrow dirt needed is 625,160
cubic yards as this amount can be obtained from Borrow Areas A and C together. The
City will decide on the borrow areas used for this project as the grading plans for the
borrow areas may change.
10. As clarification for Bid Item 222A (Dewatering for Borrow Area D) -Alternate Bid 1, this
bid item will also apply during the installation of the clay cap until it is completed. No
additional payment will be made for dewatering associated with Alternate Bid 2.
11 . As clarification for the cubic yards and bank yards notes shown on the fill area plan
sheets, those 2 numbers reflect the range of dirt volumes that could be brought to that
fill area as the final layout has not been finalized to date. The grading plans are for
information purposes only as Landscapes Unlimited will perform the spreading of the
fill material.
12. This is a closed landfill project as the 40-hour safety trained in accordance with 29 CFR
1910.120 is not required but recommended. Borrow areas are not located within the
landfill footprint.
13. This project will start subsequent to the start of the 1st City project mentioned above but
shall run concurrent with such project. It is recommended that the Contractor follows the same sequencing as the 1st City project.
14.1f there are exposed waste as a result of the Contractor's recent construction activities,
the Contractor shall place at least 2 feet of clay material on top of this area and inform
the Engineer as this will be considered incidental with no separate payment.
15. For Bid Alternate 3 (Bid Item 1346 - Process/Compact Fill at Structural Fill Locations),
payment for this item will include survey staking, compaction, and geotechnical testing
as this will be considered incidental to the bid item. Additional fill allowance shall be
not be stockpiled and bidders are to assume an average haul distance to the center of
each fill zone for this additional fill material. All additional fill material shall be spread
by others.
16. The bid quantities for Bid Items 103 (Unclassified Excavation), 1341 (Transport Dirt to Fill
Area 1 ), 1342 (Transport Dirt to Fill Area 2), 1343 (Transport Dirt to Fill Area 3), and
Page 4 of7
Simpkins Remediation- Vegetative Support Layer (PBSWM007)- Addendum #1
1344 (Transport Dirt to Fill Area 4) will not be renegotiated based on overages or
underage of these bid items.
17. The Engineer (Than Nguyen), or an approved assignee, will sign all offsite waste manifests.
18. On the plans, there is an existing DWU wastewater easement along Elam Road and a United Gas easement in Borrow Area B. The Contractor shall pothole and verify the existence of any existing utility line in both areas as payment will be made through Bid Item 1652 (Locate Underground Utility Not Under Paving) for each of the 21ines. Field verification is needed to determine if existing lines are still present or ever installed.
All bidders shall be required to add the following sentence to the inside of the front cover sheet of the special Provisions and Proposal with signatures:
----------------------------------------------------- acknowledges (Give Legal Name of Organization)
Receipt of Addendum No. 1, and has taken due cognizance of the said addendum in all its forms in the preparation and submission of this bid.
Page 5 of 7
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
BID ITEMS AND QUANTITIES
REVISE THE FOLLOWING BID ITEM & QUANTITIES:
1. As clarification for Bid Alternate 1, Bid Items 1 03A (Unclassified Excavation for Borrow Area~) and 222A (Dewatering and Debris Removal for Borrow Area~) has been changed to Bid Items 1 03A (Unclassified Excavation for Borrow Area Q) and 222A (Dewatering and Debris Removal for Borrow Area Q). Borrow Area 4 is referred to as Borrow Area Don the plans.
2. The bid quantity for Alternate Bid 1 (Bid Item 1 03A- Unclassified Excavation for Borrow Areas D) has been changed from 92,610 cubic yards to 120,000 cubic yards.
3. The bid quantity for Alternate Bid 2 (Bid Item 1345A - Clay Cap for Borrow Areas A, B, and/or D) has been changed from 34,000 cubic yards to 47,000 cubic yards.
4. Alternate Bid 4 includes 3 new bid items; Bid Items 640A (Remove Trees 6 - 12 inches diameter), 640B (Remove Trees 13 -24 inches diameter), and 640C (Remove Trees over 24 inches diameter) with bid quantities of 525, 110, and 20 respectively.
5. For Bid Alternate 5, additional dirt may be needed and includes 5 new bid items; so new bid items 1 03B (Unclassified Excavation for Contingency), 1341 A (Transport Dirt to Fill Area 1 ), 1342A (Transport Dirt to Fill Area 2), 1343A (Transport Dirt to Fill Area 3), and 1344A (Transport Dirt to Fill Area 4) with bid quantities of 68582, 1000, 65564, 1018, and 1 000 cubic yards respectively.
PROPOSAL
Enclosed are Revised Bid Proposal Sheets 1 through 9 as they will replace the Original Bid Proposal Sheets 1 through 7. The attached bid proposal sheet shall apply in the preparation of bids for this project and will replace the corresponding page of the bid proposal included in the bid book.
PLAN SHEETS
Plan Sheet 4 has been updated with new surveying information. In addition, Plan Sheet T-0 has been revised with updated tree removal information. See attached Sheet 4 and T-0 as both pages will replace the original Plan Sheet 4 and T-0.
DELETE THE FOLLOWING PLAN SHEETS:
1. Original Plan Sheet 4 2. Original Plan Sheet T -0
Page 6 of 7
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
ADD THE FOLLOWING PLAN SHEETS:
1. Revised Plan Sheet 4 2. Revised Plan Sheet T -0
Page 7 of 7
Carter Lawson, Jeri
From: Sent: To: Cc: Subject:
dproctor@dcicontracting. org Wednesday, June 18,201410:11 AM Nguyen, Than Greg Sherman; [email protected]
Attachments: RE: Simpkins Remediation - Rock Excavation, Other Issues 20140618085451490.pdf
Than, Please see the attachment, as our reply to your reply is numbered for reference.
1. We agree there is all of what you state in your reply. The material is unclassified.
A) Bid Item 1341 States: For transport dirt to Fill Area 1
Bid Item 1342 States: For transport dirt to Fill Area 2
Bid Item 1343 States: For transport dirt to Fill Area 3
Bid Item 1344 States: For transport dirt to Fill Area 4
B) These items indicate we are hauling "dirt only". Thus, our view at bid time was hauling "dirt only"
C) Specification Section B-11 Paragraph 4 furthermore confirms transport of "dirt only".
D) Specification Section B-11 Paragraphs 6 & 7 indicate excavating "dirt only".
E) There is no other information in the specifications that indicate we are excavating or making gradation of rock that would supersede the bid item description
1) On June 2, 2014 we identified this item
2) On June 10, 2014 the City contacted us by phone and indicated the rock excavation had been missed. That same day we received an e-mail requesting pricing per cu.yd. for rock excavation.
We disagree with your finding and stand behind the 10 different times that the bid items reference "dirt only" and have no pay method in the specifications to make gradation of any material.
We are open to solutions that best address this issue on behalf of both parties.
2. A) We agree that the addendum indicates what you say
Here are the CAD file volumes at the date ofbidding of this project.
Pond A. .................. .450,218 CY
Pond B ...................... 81,315 CY
Pond C ................... 103,223 CY
1
Total Volume .......... 634,756 CY
B) As you can see, at the time of bidding all3 ponds were required to meet the plan volume
C) After the "Bid", the City has increased the size of Pond A and deleted Pond B, thus creating an 800 ft. longer haul.
We are open to solutions that best address this issue on behalf of all parties.
3. A) We disagree with your response.
1) We are hauling "dirt only"
2) B-11 Paragraph 9: "As guidance, this contractor is expected to start work on the South Loop Landfill (South of Loop 12) in the southeast corner and then work westward and northwest. Elam Landfill (North of Loop 12) will be completed next and from south to north."
All of Pond Cis to go in the first half of Fill Area 1 to meet the closest point per this direction.
B) We agree with your note. We disagree on the "place wherever someone says".
1) B-11 Paragraph 9. As long as it is in the first half of Fill Area 1
4. We are reviewing this document
5. We have no bid item to verify soils
Another item to be aware of: Pond A has roughly 160,000 CY of satisfactory soil for the structural fill requirement as noted in 2.2.A
There are 4 borings indicating SM, SM-ML, SP that meet this specification.
Per specification Section B-13 we are processing, compacting, etc. Item B-11 is for hauling dirt to B-13
Please take these items into consideration and let's get together and resolve these issues.
Respectfully,
David Proctor, Vice President DCI Contracting, Inc. 2045 E. Hwy 380, Suite 100 Decatur, TX 76234 Ph. (940)626-0022 Fax (940)626--004 7 Cell (940)453-2472 e-mail : [email protected]
--------- Original Message ---------
2
Subject: RE: Simpkins Remediation - Rock Excavation, Other Issues From: "Nguyen, Than" <[email protected]> Date: 6/17114 4:57pm
. To: [email protected] ·. Cc: "Greg Sherman" <[email protected]>
David,
See my response in blue below:
Than
, From: dproctor@dcicontracting .org [mailto:dproctor@dcicontracting .org] Sent: Friday, June 13, 2014 10:02 AM To: Nguyen, Than Cc: Diviney, Patrick; Greg Sherman Subject: Simpkins Remediation - Rock Excavation, Other Issues
Than,
As requested per your previous e-mail, here is the additional cost for rock excavation:
Based on a :reduced depth of 16', this equates to an additional cost fo:r :12,200 cu. yds@ $16 per cu.yd. = $195,200.00
If this material can be placed in a single layer in the bottom of the base of the structural fill, 12" to 18" pieces, then run over with a sheepsfoot compactor, then the additional cost to excavate would be $8.00 pe:r cu. yd. x 12,200 cu. yds. = $97,600.00
I have review the plans and spec book for this and fee! that additional compensation for rock excavation is not justified. As stated within B-11 (Unclassified Excavation, Bid Item 103 & Alternate Bid Item 1), "Technical Specification B-14 (Geotechnical Information) will apply for this project also." Within B-14, it talks about limestone fill materia! as shown in the Boring logs and Plan sheets. The boring logs were shown in the spec book and plan sheets near the cross section pages. The stratums were presented in the bid documents (plans and specification book) and the volume accounted for in the cross sections and the bid quantity of 656,418 cubic yards of materia! needed. This was not an unforeseen existing condition and your proposed cost is unreasonable also.
Additionally, at the pre-construction/partnering meeting today, Greg Sherman and Jim Barger (Oncor) · had a discussion and we were asked to put some costs together for the following items:
3
1) Pond B- COD would like to eliminate and move that quantity, if needed, to Pond A ( east) ..... Add $0.50 pe:r cu. yd to the FiH Area #2 quoted unit p:rice of $2.25 per cu. yd .... .81,315 CY x $0.50 = $40,457.00 additional cost Per Addendum #1, Note #9 says '7he primary borrow sources order of priority) are Borrow Areas A, C, B, and D. Borrow Area D will only be used is the City decides to not use Borrow Area B or additional soils are needed. The calculated amount borrow dirt needed is 625,160 cubic yards as this amount can be obtained from Bom::tw Areas A and C together. The City will decide on the borrow areas used for this project as the grading plans for the borrow areas may change". Note #16 says "The bid quantities for Bid items 103 (Unclassified Excavation}, 1341 (Transport Dirt to fill Area 1}, 1342 (Transport Dirt ta fill Area 2), 1343 (Transport Dirt to fill Area and 1344 (Transport Dirt to fill Area 4) will not renegotiated based on overages or underage of these bid items. 11 This additional cost is unjustified.
2) Pond C
a) Haul limestone to structural fill area .... add $2.25 per cu. yd. to the flU a:rea #2 quoted unit price of $2.25 per cu. yd ...... 12,200 cu. yds. x $2.25 = $27,450.00 additional cost This is already paid for in Bid items 1341, 1342, 1343, and 1344. The Bid Item 1346 is to include survey staking, compaction, and geotechnical testing. Per Addendum #1, Note #15 says "For B!d_Aitemate 3 (Bid Item 1346- Process/Compact Fill at Structural fill Locations}, payment for this item will include survey staking, compaction, and geotechnical testing as this will be considered incidental to the bid item. Additional fill allowance shall be not be stockpiled and bidders are to assume an average haul distance to the center of each fill zone for this additional fill material. All additional fill material shall be spread by others."
b) Haul approx. 16,000 cu. yd. of sand from Pond "C" to Fill Area #2 .... add $2.75 per cu. yd. = $44,000.00 additional cost Per Addendum #1, Note #5 says "There are 4 identified soil stratums in the borrow areas; clay, silty clay, limestone, and quality sands. Landscapes Unlimited would like for soils from stratums to be placed in specific areas within the fill areas as they will be spreading of the fill. Due to the size of the borrow areos and soil stratum depths, the amount of dirt from each stratum of each borrow source will be substantial so this will not delay the Contractor's construction schedule. The Contractor will not be responsible for determining these soil stratums or the associated depths as Landscapes Unlimited will inform the Contractor on the depth and placement of this material in regions within the fill areas. However, Landscapes Unlimited requests that the Contractor use best efforts to inform Landscapes Unlimited when contractor observes o significant change in soil type, stratum, or encounters ground water during excavations." If the intended area
sand is in another zone not planned, that Fm Zone price wm apply.
3) Structural Fill a) East parking lot will not be filled to Q100. This lot will be filled to a .5% grade from existing to the south. How much is this reduced'? See revised structural fm area email sent earlier today
b) Emergency access road fill eliminated. How much is this reduced? See revised structural fil! area email sent earlier today
4
c) "Bump-out" area at clubhouse pad eliminated. How much is this reduced? See revised structural fm area email sent earlier today
4) Stratum Excavation. \Vhat does this mean'? See 2 B) above
5) Fill area 4 may be deleted and the quantity moved to area 3. Add $0.50 per cu.yd. to the quoted unit price of $1.90 per cu. yd. for fill area 3. 58,217 cu.. yds. x 0.50 = $ 29,108.50 additional cost. I am unaware of this. Please provide more details
6) Need to pothole gas line ASAP. \Vc win discuss and get Uig Tess ... Scott talking to Oncor 06-12-14 pothole the DWU line a!so per Addendum Note #18 says "On plans, there is an existing DWU wastewater easement along flam Road and a United Gas easement in Borrow Area B. The Contractor shall pothole and verify the existence of any existing utility line in both areas as payment will be made through Bid Item 1652 (Locate Underground Utility Not Under Paving) for each of the llines. Field verification is needed to determine if existing lines are sti!l present or ever insta!!ed."
7) Various sand material hauled to various fill areas (small quantities) ... additional $200.00 per load Explained above as this does not apply
. Please let us know on these items as soon as possible.
• Thank you,
David Proctor, Vice President
DCI Contracting, Inc.
2045 E. Hwy 380, Suite 100
· Decatur, TX 76234
Ph. (940)626-0022
Fax (940)626--0047
Cell (940)453-2472
• e-mail : dproctor(ci{dcicontracting.org
5
Subject: RE: Simpkins Remediation - Rock Excavation, Other Issues
From: "Nguyen, Than" <than.nguyen@dallascityha!!.com> Date: Tue, Jun 17, 2014 4:57 pm
To: <[email protected]>
Cc: "Greg Sherman" <[email protected]> Attach: Simpkins Remediation- Addendum #1 ·Letter Only.pdf
David,
See my response in b!ue below:
Than
from: [email protected] [mailto:[email protected]] Sent: Friday, June 13, 2014 10:02 AM
i To: Nguyen, Than · Cc: Diviney, Patrick; Greg Sherman
Subject: Simpkins Remediation - Rock Excavation, Other Issues
Than, (!) As requested per your previous e-mail, here is the additional cost for rock excavation:
I , to an cu.
and spec book for this and feel that As stated within B-11
"TI•cl"',ntc.al S,pei:i/il:at:ran B-14 (G~cot<echnicafll'l•f,·u·mrttii"i'"
also." Within
Page 1 of3
....... ~ ...... The were shown in the spec book and sheets near the cross section pages. The soil stratums were ru•@•«~?:nte·ff in the bid documents and and
of of materia!
Additionally, at the pre-construction/partnering meeting today, Greg Sherman and Jim Barger (Oncor) had a discussion and we were asked to put some costs together for the following items:
1) Pond B- COD vvould like to eliminate and move that quantity, if needed, to Pond A ( east) ..... Add eu.
-· Note #9 says ffrhe primary borrow sources (in order are Borrow Areas A, C, B, and D. Borrow Area D will
be used is the decides to not use Borrow Area B or additional soils are needed. The calculated amount dirt needed is cubic yards as this amount can be obtained
The on the barraw areas this nrtliP1'7
as the . Note #16 says "The
https://emaill O.secureserver .net/view _print_ multi.php?uidArray=241 0 liiNBOX&aEmlPar ... 6/18/2014
Page 2 of3
!Tr,am;oort Dirt to Fill Area 1}, 1341 Dirt to flU
cmd 1344 Dirt to fill Area 4) wi!J not be bid items." This ;:u::lditiunal cost is
~2) Pond C a) Haul limestone to stmctural fill area .... add
dlstortce to the center ,....,.,, .. "",.,,.,shall be athers."
b) Haul approx. 16,000 cu. yd. of saud from Pond "C" to Fill Area #2. ttL ""'$44,000.00 eost Per Note #5 st¥ys "There t¥re 4 it'i<>ntH'i""rl
sands. Lm1asca&,es
stratums or the associated
and this mrJteriaf in """'''"'"r"' that the Contractor use best
"""'""'"""'" rl>tru41r><>in soil type, or em:ounters ground water "',.,.,.,,.,..,., area for this sand !s in ;:mother zone not planned, that fill Zone
'@) 3) Structural Fill a) East parking lot will not be filled to QlOO. This lot will be filled to a .5%
grade from existing to the south. is See revised structural fm area
email sent earlier b) Emergency access road fill eliminated. h; See
rf!IJ'i"l>'n structural fill area email sent earlier c) '1Bump-out" area at clubhouse pad eliminated. l<ii
See structural fill area email sent earlier todav
@ 4) Stratum Excavation. See l above
5) Fill area 4 may be deleted and the quantity moved to area 3. cu. flU area 3. cu.
eost. l am unaware of this. Please more details
6) Need to pothole gas line ASAP. Please the OWU line also per Addendum Note 1118 says "On the there
"' ... ·"""'& DWU wastewater easement flam Road and o United Gtls easement in Borraw
The Contractor sha!J and existem:e line in both
areas tls wm be Bid item 1652 Not Under
https://emaill O.secureserver.net/view _print_multi.php?uidArray=241 Ol!INBOX&aEmlPar... 6/18/2014
7) Various sand material hauled to various fill areas (small quantities) ... <~bove as this does not
Please let us know on these items as soon as possible. Thank you,
David Proctor, Vice President
1 DCI Contracting, Inc. 2045 E. Hwy 380, Suite 100 Decatur, TX 76234
i Ph. (940)626-0022 Fax (940)626--0047 Cell (940)453-2472 e-mail : dproctor(a1ddcontracting.org
Copyright© 2003-2014. All rights reseNed.
Page 3 of3
https:/ /emaill O.secureserver.net/view __print~ multi.php?uidArray=241 01 )INBOX&aEmlPar... 6/18/2014
Carter Lawson, Jeri
From: Sent: To: Subject: Attachments:
Jim,
Nguyen, Than Thursday, July 24, 2014 3:55 PM [email protected] Geotechnical Testing for Bid Alternate 3 Simpkins Remediation -Addendum #1 - Letter Only.pdf
DCI Contracting is supposed to run geotechnical test on the structural fill areas (Bid Alternate 3) as part of Item #15 on Addendum #1; see enclosed. They plan on using Alpha Testing as the local geotech firm. Do you know what test arid parameters you want them to run or is it stated in the specification book? Just making sure.
Than
1
CITY OF DALLAS
April 25, 2014
TO: ALL PLANHOLDERS OF CITY OF DALLAS
SIMPKINS REMEDIATION- VEGETATIVE SUPPORT LAYER (PBSWM007) CONTRACT NO. PBSWM007
ADDENDUM NO. 1
Attached is Addendum No. 1 to the subject contract. Please incorporate this addendum into your bidding documents.
Steve Parker, P.E., CFM Program Manager Floodplain Management Trinity Watershed Management
Simpkins Remediation- Vegetative Support Layer (PBSWM007) -Addendum #1
ADDENDUM NO. 1 FOR
CONTRACT NO. PBSWM007
SIMPKINS REMEDIATION- VEGETATIVE SUPPORT LAYER (PBSWM007)
NOTICE TO ALL BIDDERS April 25, 2014
The following constitutes Addendum No.1 to the Plans, Special Provisions, and Proposal forth is referenced project. This item is provided as clarification and general information, and is hereby included as part of the specifications for the subject project:
1. Due to the proposed city council approval date of May 14, 2014 for this construction contract and the City of Dallas's intent to issue a Notice to Proceed (NTP) date within 2 weeks of such approval, the Contractor shall submit normal Business Inclusion and Development (BID) forms associated with a city council agenda item as part of their bid package.
Attached are the forms to be completed as they can be downloaded at: http://www.dallascitvhall.com/business development/business inclusion forms.html. Also attached are possible MWBE subcontractors to be considered based on the scope of work for this project. For any questions about the forms, please contact Lisa Brough at [email protected] & (214) 670-3335. If the Contractor does not meet or exceed the BID goal of 25% for this project, the Contractor will need to complete the attached MWBE Documentation Form.
2. The bid closing date will remain unchanged, Thursday, May 1, 2014.
3. The structural fill area near the main entrance for South Loop Landfill within Fill Area 2 on Plan Sheet 13 will require removal of trees not currently identified on the plans as a tree survey for this area will be done but has not been completed at the time of this addendum issuance. The winning bidder will be given the completed tree survey in this area.
No tree mitigation for this area will be needed by the Contractor. Payment for this bid item includes tree removal (including stumps and root ball) and offsite disposal unless arrangements are made for on site disposal as no additional payment will be made. All structural fill areas shall be cleared and grubbed in accordance with the structural fill requirements for site preparation.
The trees to be removed as part of this project are primarily identified within the borrow areas only, with the exception of those areas identified above. The City of Dallas (City) will begin construction on the 1st related project (remediation project -Simpkins Remediation [PBSWM007]) within the next few weeks. All trees on the landfill footprint for Elam and South Loop Landfills will be removed as part of that project. There may be some additional trees to be removed in the identified fill areas
Page 2 of 7
Simpkins Remediation- Vegetative Support Layer (PBSWM007) -Addendum #1
not on the landfill footprint. No payment will be made for additional trees to be removed for construction access, staging purposes, or not shown on the plans.
As clarification for Bid Items 639A (Remove Trees 6 - 12 inches diameter), 639B (Remove Trees 13 -24 inches diameter), and 639C (Remove Trees over 24 inches diameter), payment for these bid items includes tree removal (including stumps and root ball).
4. The calculated quantity for Bid Item 101 (Clearing and Grubbing) is estimated at 32.8
acres with a bid quantity of 35 acres as this is estimated for the borrow areas only. There may be some additional areas to clear and grub in the fill areas.
5. There are 4 identified soil stratums in the borrow areas; clay, silty clay, limestone, and
high quality sands. Landscapes Unlimited would like for soils from these stratums to
be placed in specific areas within the fill areas as they will be spreading of the fill. Due
to the size of the borrow areas and soil stratum depths, the amount of dirt from each
stratum of each borrow source will be substantial so this will not delay the Contractor's construction schedule. The Contractor will not be responsible for determining these soil stratums or the associated depths as Landscapes Unlimited will inform the
Contractor on the depth and placement of this material in regions within the fill areas.
However, Landscapes Unlimited requests that the Contractor use best efforts to inform
Landscapes Unlimited when contractor observes a significant change in soil type, stratum, or encounters ground water during excavations.
6. The estimated amount of dirt to be processed by the Contractor is 5,000 cubic yards a
day as the intent is to place the dirt in front of the earthwork equipment for Landscapes
Unlimited to grade. If the Contractor processes more than 5,000 cubic yards a day (or
more than Landscapes Unlimited can handle), an agreed upon stockpile location will
be given within the fill areas to not slow operations by the Contractor.
7. For Alternate Bid 2 (Bid Item 1345A- Clay Cap for Borrow Areas A, B, and/or D), the Contractor shall install an 18-inch clay liner using native clay material having a
· minimum plasticity index of 25 and compact to 92%-98% at or above optimum
moisture content to all areas under normal water surface elevations. Seal all
permeable areas to restrict seepage from the ponds as no separate payment will be
made.
The City will procure a local geotechnical firm for this testing. The Contractor shall pay for any retesting fees not meeting these requirements. Payment for Bid Item 1345A will include unclassified excavation, transport to the fill area, and compaction. Payment will be based on a ground survey before and after by a Texas Registered Professional Land Surveyor (RPLS) and a summary report as this will be paid by the Contractor. Import material can be used and will be paid through delivery tickets.
8. As clarification for General Note #44 on Page 2 of the plans, a trench burn pit will not be allowed on the landfill footprint due to safety concerns. However, a trench burn pit will
Page 3 of 7
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
be allowed at a minimum distance of 500 feet away from the landfill footprint as the Contractor will obtain approval from the Texas Commission on Environmental Quality and Dallas Fire Rescue. The trench burn location must be approved by the Engineer as a trench burn pit may be allowed near Borrow Areas A. No payment will be made for removal of additional trees to accommodate this trench burn. The Contractor shall verify if the trench burn pit is located within the landfill permit.
9. The primary borrow sources (in order of priority) are Borrow Areas A, C, B, and D. Borrow Area D will only be used is the City decides to not use Borrow Area B or additional soils are needed. The calculated amount of borrow dirt needed is 625,160 cubic yards as this amount can be obtained from Borrow Areas A and C together. The City will decide on the borrow areas used for this project as the grading plans for the borrow areas may change.
10. As clarification for Bid Item 222A (Dewatering for Borrow Area D) -Alternate Bid 1, this bid item will also apply during the installation of the clay cap until it is completed. No additional payment will be made for dewatering associated with Alternate Bid 2.
11. As clarification for the cubic yards and bank yards notes shown on the fill area plan sheets, those 2 numbers reflect the range of dirt volumes that could be brought to that fill area as the final layout has not been finalized to date. The grading plans are for information purposes only as Landscapes Unlimited will perform the spreading of the fill material.
12. This is a closed landfill project as the 40-hour safety trained in accordance with 29 CFR
1910.120 is not required but recommended. Borrow areas are not located within the landfill footprint.
13. This project will start subsequent to the start of the 1st City project mentioned above but shall run concurrent with such project. It is recommended that the Contractor follows the same sequencing as the 1st City project.
14.1f there are exposed waste as a result of the Contractor's recent construction activities, the Contractor shall place at least 2 feet of clay material on top of this area and inform the Engineer as this will be considered incidental with no separate payment.
15. For Bid Alternate 3 (Bid Item 1346 - Process/Compact Fill at Structural Fill Locations), payment for this item will include survey staking, compaction, and geotechnical testing as this will be considered incidental to the bid item. Additional fill allowance shall be not be stockpiled and bidders are to assume an average haul distance to the center of each fill zone for this additional fill material. All additional fill material shall be spread by others.
16. The bid quantities for Bid Items 103 (Unclassified Excavation), 1341 (Transport Dirt to Fill Area 1 ), 1342 (Transport Dirt to Fill Area 2), 1343 (Transport Dirt to Fill Area 3), and
Page 4 of7
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
1344 (Transport Dirt to Fill Area 4) will not be renegotiated based on overages or underage of these bid items.
17. The Engineer (Than Nguyen), or an approved assignee, will sign all offsite waste manifests.
18. On the plans, there is an existing DWU wastewater easement along Elam Road and a United Gas easement in Borrow Area B. The Contractor shall pothole and verify the existence of any existing utility line in both areas as payment will be made through Bid Item 1652 (Locate Underground Utility Not Under Paving) for each of the 2 lines. Field verification is needed to determine if existing lines are still present or ever installed.
All bidders shall be required to add the following sentence to the inside of the front cover sheet of the special Provisions and Proposal with signatures:
acknowledges (Give Legal Name of Organization)
Receipt of Addendum No.1, and has taken due cognizance of the said addendum in all its forms in the preparation and submission of this bid.
Page 5 of 7
Simpkins Remediation -Vegetative Support layer (PBSWM007) -Addendum #1
BID ITEMS AND QUANTITIES
REVISE THE FOLLOWING BID ITEM & QUANTITIES:
1. As clarification for Bid Alternate 1, Bid Items 1 03A (Unclassified Excavation for Borrow Area~) and 222A (Dewatering and Debris Removal for Borrow Area~ has been changed to Bid Items 1 03A (Unclassified Excavation for Borrow Area Q) and 222A (Dewatering and Debris Removal for Borrow Area Q). Borrow Area 4 is referred to as Borrow Area D on the plans.
2. The bid quantity for Alternate Bid 1 (Bid Item 1 03A- Unclassified Excavation for Borrow Areas D) has been changed from 92,610 cubic yards to 120,000 cubic yards.
3. The bid quantity for Alternate Bid 2 (Bid Item 1345A- Clay Cap for Borrow Areas A, B, and/or D) has been changed from 34,000 cubic yards to 47,000 cubic yards.
4. Alternate Bid 4 includes 3 new bid items; Bid Items 640A (Remove Trees 6 - 12 inches diameter), 640B (Remove Trees 13 -24 inches diameter), and 640C (Remove Trees over 24 inches diameter) with bid quantities of 525, 110, and 20 respectively.
5. For Bid Alternate 5, additional dirt may be needed and includes 5 new bid items; so new bid items 1 03B (Unclassified Excavation for Contingency), 1341 A (Transport Dirt to Fill Area 1 ), 1342A (Transport Dirt to Fill Area 2), 1343A (Transport Dirt to Fill Area 3), and 1344A (Transport Dirt to Fill Area 4) with bid quantities of 68582, 1000, 65564, 1018, and 1000 cubic yards respectively.
PROPOSAL
Enclosed are Revised Bid Proposal Sheets 1 through 9 as they will replace the Original Bid Proposal Sheets 1 through 7. The attached bid proposal sheet shall apply in the preparation of bids for this project and will replace the corresponding page of the bid proposal included in the bid book.
PLAN SHEETS
Plan Sheet 4 has been updated with new surveying information. In addition, Plan Sheet T-0 has been revised with updated tree removal information. See attached Sheet 4 and T-0 as both pages will replace the original Plan Sheet 4 and T-0.
DELETE THE FOLLOWING PLAN SHEETS:
1. Original Plan Sheet 4 2. Original Plan Sheet T -0
Page 6 of?
Simpkins Remediation- Vegetative Support Layer (PBSWM007) -Addendum #1
ADD THE FOLLOWING PLAN SHEETS:
1. Revised Plan Sheet 4 2. Revised Plan Sheet T-0
Page 7 of 7
Carter Lawson, Jeri
From: Sent: To: Cc:
Subject: Attachments:
Greg,
Nguyen, Than Thursday, July 24, 2014 4:49PM Greg Sherman ([email protected]) '[email protected]' ([email protected]); [email protected]; Phillips, Anthony; Adams, Richard; Smetak, Joe Existing Landfill Cap Simpkins Remediation- Addendum #1 -Letter Only. pdf
This is just a reminder that if your crew happens to damage the landfill cap in any way, we require placement of clay (up
to 2 feet) to repair this area as the golf folks are concerned about the landfill cap. Thanks.
Than
1
CITY OF DALLAS
April25, 2014
TO: ALL PLANHOLDERS OF CITY OF DALLAS
SIMPKINS REMEDIATION -VEGETATIVE SUPPORT LAYER (PBSWM007) CONTRACT NO. PBSWM007
ADDENDUM NO. 1
Attached is Addendum No. 1 to the subject contract. Please incorporate this addendum into your bidding documents.
Steve Parker, P.E., CFM Program Manager Floodplain Management Trinity Watershed Management
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
ADDENDUM NO. 1 FOR
CONTRACT NO. PBSWM007
SIMPKINS REMEDIATION- VEGETATIVE SUPPORT LAYER (PBSWM007)
NOTICE TO ALL BIDDERS April 25, 2014
The following constitutes Addendum No. 1 to the Plans, Special Provisions, and Proposal for this referenced project. This item is provided as clarification and general information, and is hereby included as part of the specifications for the subject project:
1. Due to the proposed city council approval date of May 14, 2014 for this construction contract and the City of Dallas's intent to issue a Notice to Proceed (NTP) date within 2 weeks of such approval, the Contractor shall submit normal Business Inclusion and Development (BID) forms associated with a city council agenda item as part of their bid package.
Attached are the forms to be completed as they can be downloaded at: http://www.dallascityhall.com/business development/business inclusion forms.html. Also attached are possible MWBE subcontractors to be considered based on the scope of work for this project. For any questions about the forms, please contact Lisa Brough at [email protected] & (214) 670-3335. If the Contractor does not meet or exceed the BID goal of 25% for this project, the Contractor will need to complete the attached MWBE Documentation Form.
2. The bid closing date will remain unchanged, Thursday, May 1, 2014.
3. The structural fill area near the main entrance for South Loop Landfill within Fill Area 2 on Plan Sheet 13 will require removal of trees not currently identified on the plans as a tree survey for this area will be done but has not been completed at the time of this addendum issuance. The winning bidder will be given the completed tree survey in this area.
No tree mitigation for this area will be needed by the Contractor. Payment for this bid item includes tree removal (including stumps and root ball) and offsite disposal unless arrangements are made for on site disposal as no additional payment will be made. All structural fill areas shall be cleared and grubbed in accordance with the structural fill requirements for site preparation.
The trees to be removed as part of this project are primarily identified within the borrow areas only, with the exception of those areas identified above. The City of Dallas (City) will begin construction on the 151 related project (remediation project -Simpkins Remediation [PBSWM007]) within the next few weeks. All trees on the landfill footprint for Elam and South Loop Landfills will be removed as part of that project. There may be some additional trees to be removed in the identified fill areas
Page 2 of 7
Simpkins Remediation -Vegetative Support Layer (PBSWMOO?) -Addendum #1
not on the landfill footprint. No payment will be made for additional trees to be removed for construction access, staging purposes, or not shown on the plans.
As clarification for Bid Items 639A (Remove Trees 6 - 12 inches diameter), 639B (Remove Trees 13 -24 inches diameter), and 639C (Remove Trees over 24 inches diameter), payment for these bid items includes tree removal (including stumps and root ball).
4. The calculated quantity for Bid Item 101 (Clearing and Grubbing) is estimated at 32.8 acres with a bid quantity of 35 acres as this is estimated for the borrow areas only. There may be some additional areas to clear and grub in the fill areas.
5. There are 4 identified soil stratums in the borrow areas; clay, silty clay, limestone, and high quality sands. Landscapes Unlimited would like for soils from these stratums to be placed in specific areas within the fill areas as they will be spreading of the fill. Due to the size of the borrow areas and soil stratum depths, the amount of dirt from each stratum of each borrow source will be substantial so this will not delay the Contractor's construction schedule. The Contractor will not be responsible for determining these soil stratums or the associated depths as Landscapes Unlimited will inform the Contractor on the depth and placement of this material in regions within the fill areas. However, Landscapes Unlimited requests that the Contractor use best efforts to inform Landscapes Unlimited when contractor observes a significant change in soil type, stratum, or encounters ground water during excavations.
6. The estimated amount of dirt to be processed by the Contractor is 5,000 cubic yards a day as the intent is to place the dirt in front of the earthwork equipment for Landscapes Unlimited to grade. If the Contractor processes more than 5,000 cubic yards a day (or more than Landscapes Unlimited can handle), an agreed upon stockpile location will be given within the fill areas to not slow operations by the Contractor.
7. For Alternate Bid 2 (Bid Item 1345A- Clay Cap for Borrow Areas A, B, and/or D), the Contractor shall install an 18-inch clay liner using native clay material having a minimum plasticity index of 25 and compact to 92%-98% at or above optimum moisture content to all areas under normal water surface elevations. Seal all permeable areas to restrict seepage from the ponds as no separate payment will be made.
The City will procure a local geotechnical firm for this testing. The Contractor shall pay for any retesting fees not meeting these requirements. Payment for Bid Item 1345A will include unclassified excavation, transport to the fill area, and compaction. Paymentwill be based on a ground survey before and after by a Texas Registered Professional Land Surveyor (RPLS) and a summary report as this will be paid by the Contractor. Import material can be used and will be paid through delivery tickets.
8. As clarification for General Note #44 on Page 2 of the plans, a trench burn pit will not be allowed on the landfill footprint due to safety concerns. However, a trench burn pit will
Page 3 of 7
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
be allowed at a minimum distance of 500 feet away from the landfill footprint as the Contractor will obtain approval from the Texas Commission on Environmental Quality and Dallas Fire Rescue. The trench burn location must be approved by the Engineer as a trench burn pit may be allowed near Borrow Areas A. No payment will be made for removal of additional trees to accommodate this trench burn. The Contractor shall verify if the trench burn pit is located within the landfill permit.
9. The primary borrow sources (in order of priority) are Borrow Areas A, C, B, and D. Borrow Area D will only be used is the City decides to not use Borrow Area B or additional soils are needed. The calculated amount of borrow dirt needed is 625,160 cubic yards as this amount can be obtained from Borrow Areas A and C together. The City will decide on the borrow areas used for this project as the grading plans for the · borrow areas may change.
10.As clarification for Bid Item 222A (Dewatering for Borrow Area D)- Alternate Bid 1, this bid item will also apply during the installation of the clay cap until it is completed. No additional payment will be made for dewatering associated with Alternate Bid 2.
11.As clarification for the cubic yards and bank yards notes shown on the fill area plan sheets, those 2 numbers reflect the range of dirt volumes that could be brought to that fill area as the final layout has not been finalized to date. The grading plans are for information purposes only as Landscapes Unlimited will perform the spreading of the fill material.
12. This is a closed landfill project as the 40-hour safety trained in accordance with 29 CFR 1910.120 is not required but recommended. Borrow areas are not located within the landfill footprint.
13. This project will start subsequent to the start of the 1st City project mentioned above but shall run concurrent with such project. It is recommended that the Contractor follows the same sequencing as the 1st City project.
14. If there are exposed waste as a result of the Contractor's recent construction activities, the Contractor shall place at least 2 feet of clay material on top of this area and inform the Engineer as this will be considered incidental with no separate payment.
15. For Bid Alternate 3 (Bid Item 1346- Process/Compact Fill at Structural Fill Locations), payment for this item will include survey staking, compaction, and geotechnical testing as this will be considered incidental to the bid item. Additional fill allowance shall be not be stockpiled and bidders are to assume an average haul distance to the center of each fill zone for this additional fill material. All additional fill material shall be spread by others.
16. The bid quantities for Bid Items 103 (Unclassified Excavation), 1341 (Transport Dirt to Fill Area 1 ), 1342 (Transport Dirt to Fill Area 2), 1343 (Transport Dirt to Fill Area 3), and
Page 4 of 7
Simpkins Remediation -Vegetative Support Layer (PBSWMOO?) -Addendum #1
1344 (Transport Dirt to Fill Area 4) will not be renegotiated based on overages or underage of these bid items.
17. The Engineer (Than Nguyen), or an approved assignee, will sign all offsite waste manifests.
18. On the plans, there is an existing DWU wastewater easement along Elam Road and a United Gas easement in Borrow Area B. The Contractor shall pothole and verify the existence of any existing utility line in both areas as payment will be made through Bid Item 1652 (Locate Underground Utility Not Under Paving) for each of the 2 lines. Field verification is needed to determine if existing lines are still present or ever installed.
All bidders shall be required to add the following sentence to the inside of the front cover sheet of the special Provisions and Proposal with signatures:
acknowledges (Give Legal Name of Organization)
Receipt of Addendum No.1, and has taken due cognizance of the said addendum in all its forms in the preparation and submission of this. bid.
Page 5 of 7
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
BID ITEMS AND QUANTITIES
REVISE THE FOLLOWING BID ITEM & QUANTITIES:
1. As clarification for Bid Alternate 1, Bid Items 1 03A (Unclassified Excavation for Borrow Area~ and 222A (Dewatering and Debris Removal for Borrow Area~) has been changed to Bid Items 1 03A (Unclassified Excavation for Borrow Area Q) and 222A (Dewatering and Debris Removal for Borrow Area Q). Borrow Area 4 is referred to as Borrow Area Don the plans.
2. The bid quantity for Alternate Bid 1 (Bid Item 1 03A- Unclassified Excavation for Borrow Areas D) has been changed from 92,610 cubic yards to 120,000 cubic yards.
3. The bid quantity for Alternate Bid 2 (Bid Item 1345A - Clay Cap for Borrow Areas A, B, and/or D) has been changed from 34,000 cubic yards to 47,000 cubic yards.
4. Alternate Bid 4 includes 3 new bid items; Bid Items 640A (Remove Trees 6 - 12 inches diameter), 640B (Remove Trees 13 -24 inches diameter), and 640C (Remove Trees over 24 inches diameter) with bid quantities of 525, 110, and 20 respectively.
5. For Bid Alternate 5, additional dirt may be needed and includes 5 new bid items; so new bid items 1 03B (Unclassified Excavation for Contingency), 1341 A (Transport Dirt to Fill Area 1 ), 1342A (Transport Dirt to Fill Area 2), 1343A (Transport Dirt to Fill Area 3), and 1344A (Transport Dirt to Fill Area 4) with bid quantities of 68582, 1000, 65564, 1018, and 1000 cubic yards respectively.
PROPOSAL
Enclosed are Revised Bid Proposal Sheets 1 through 9 as they will replace the Original Bid Proposal Sheets 1 through 7. The attached bid proposal sheet shall apply in the preparation of bids for this project and will replace the corresponding page of the bid proposal included in the bid book.
PLAN SHEETS
Plan Sheet 4 has been updated with new surveying information. In addition, Plan Sheet T-0 has been revised with updated tree removal information. See attached Sheet 4 and T-0 as both pages will replace the original Plan Sheet 4 and T-0.
DELETE THE FOLLOWING PLAN SHEETS:
1. Original Plan Sheet 4 2. Original Plan Sheet T -0
Page 6 of 7
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
ADD THE FOLLOWING PLAN SHEETS:
1. Revised Plan Sheet 4 2. Revised Plan Sheet T-0
Page 7 of 7
Carter Lawson, Jeri
From: Sent: To: Subject: Attachments:
Fyi. Item #18.
Nguyen, Than Thursday, July 24, 2014 4:47 PM Ellis, Bret ([email protected]) FW: DWU Line and United Gas Line Pothole Investigation Simpkins Remediation- Addendum #1 -Letter Only.pdf
From: [email protected] [mailto:[email protected]] Sent: Thursday, July 24, 2014 4:38 PM To: Nguyen, Than Cc: [email protected]; David Proctor Subject: RE: DWU Line and United Gas Line Pothole Investigation
Than,
Those areas pot holed had NO utilities in them
Greg Sherman Vice President
-------""""'" ....... ....,. .............. """"" __ DCi Contracting, Inc. 2042 E. US HWY. 380 ___________ ..._ __ .._Decatur, TX 76234
P: 940-626-0022 F: 940-626-0047
-------- Original Message--------Subject: DWU Line and United Gas Line Pothole Investigation From: "Nguyen, Than" <[email protected]> Date: Thu, July 24, 2014 3:57pm To: "Greg Sherman ([email protected])" <gregsherma n@dcicontracti ng .org > Cc: "'[email protected]' ( dproctor@dcicontracti ng .org)" <[email protected]>, "[email protected]" <[email protected]>
Greg,
Can you please update me on the status of the United Gas Line and DWU line potholing investigation done several weeks ago? Where there any lines present? Thanks.
Than
1
CITY OF DALLAS
April25, 2014
TO: ALL PLANHOLDERS OF CITY OF DALLAS
SIMPKINS REMEDIATION -VEGETATIVE SUPPORT LAYER (PBSWM007) CONTRACT NO. PBSWM007
ADDENDUM NO. 1
Attached is Addendum No. 1 to the subject contract. Please incorporate this addendum into your bidding documents.
Steve Parker, P.E., CFM Program Manager Floodplain Management Trinity Watershed Management
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
ADDENDUM NO. 1 FOR
CONTRACT NO. PBSWM007
SIMPKINS REMEDIATION -VEGETATIVE SUPPORT LAYER (PBSWM007)
NOTICE TO ALL BIDDERS April 25J 2014
The following constitutes Addendum No. 1 to the Plans, Special Provisions, and Proposal for this referenced project. This item is provided as clarification and general information, and is hereby included as part of the specifications for the subject project:
1. Due to the proposed city council approval date of May 14, 2014 for this construction contract and the City of Dallas's intent to issue a Notice to Proceed (NTP) date within 2 weeks of such approval, the Contractor shall submit normal Business Inclusion and Development (BID) forms associated with a city council agenda item as part of their bid package.
Attached are the forms to be completed as they can be downloaded at: http://www.dallascitvhall.com/business development/business inclusion forms.html . Also attached are possible MWBE subcontractors to be considered based on the scope of work for this project. For any questions about the forms, please contact Lisa Brough at [email protected] & (214) 670-3335. If the Contractor does not meet or exceed the BID goal of 25% for this project, the Contractor will need to complete the attached MWBE Documentation Form.
2. The bid closing date will remain unchanged, Thursday, May 1, 2014.
3. The structural fill area near the main entrance for South Loop Landfill within Fill Area 2 on Plan Sheet 13 will require removal of trees not currently identified on the plans as a tree survey for this area will be done but has not been completed at the time of this addendum issuance. The winning bidder will be given the completed tree survey in this area.
No tree mitigation for this area will be needed by the Contractor. Payment for this bid item includes tree removal (including stumps and root ball) and offsite disposal unless arrangements are made for on site disposal as no additional payment will be made. All structural fill areas shall be cleared and grubbed in accordance with the structural fill requirements for site preparation.
The trees to be removed as part of this project are primarily identified within the borrow areas only, with the exception of those areas identified above. The City of Dallas (City) will begin construction on the 1st related project (remediation project -Simpkins Remediation [PBSWM007]) within the next few weeks. All trees on the landfill footprint for Elam and South Loop Landfills will be removed as part of that project. There may be some additional trees to be removed in the identified fill areas
Page 2 of7
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
not on the landfill footprint. No payment will be made for additional trees to be removed for construction access, staging purposes, or not shown on the plans.
As clarification for Bid Items 639A (Remove Trees 6 - 12 inches diameter), 639B (Remove Trees 13 -24 inches diameter), and 639C (Remove Trees over 24 inches diameter), payment for these bid items includes tree removal (including stumps and root ball).
4. The calculated quantity for Bid Item 101 (Clearing and Grubbing) is estimated at 32.8 acres with a bid quantity of 35 acres as this is estimated for the borrow areas only. There may be some additional areas to clear and grub in the fill areas.
5. There are 4 identified soil stratums in the borrow areas; clay, silty clay, limestone, and high quality sands. Landscapes Unlimited would like for soils from these stratums to be placed in specific areas within the fill areas as they will be spreading of the fill. Due to the size of the borrow areas and soil stratum depths, the amount of dirt from each stratum of each borrow source will be substantial so this will not delay the Contractor's construction schedule. The Contractor will not be responsible for determining these soil stratums or the associated depths as Landscapes Unlimited will inform the Contractor on the depth and placement of this material in regions within the fill areas. However, Landscapes Unlimited requests that the Contractor use best efforts to inform Landscapes Unlimited when contractor observes a significant change in soil type, stratum, or encounters ground water during excavations.
6. The estimated amount of dirt to be processed by the Contractor is 5,000 cubic yards a day as the intent is to place the dirt in front of the earthwork equipment for Landscapes Unlimited to grade. If the Contractor processes more than 5,000 cubic yards a day (or more than Landscapes Unlimited can handle), an agreed upon stockpile location will be given within the fill areas to not slow operations by the Contractor.
7. For Alternate Bid 2 (Bid Item 1345A- Clay Cap for Borrow Areas A, B, and/or D), the Contractor shall install an 18-inch clay liner using native clay material having a minimum plasticity index of 25 and compact to 92%-98% at or above optimum moisture content to all areas under normal water surface elevations. Seal all permeable areas to restrict seepage from the ponds as no separate payment will be made.
The City will procure a local geotechnical firm for this testing. The Contractor shall pay for any retesting fees not meeting these requirements. Payment for Bid Item 1345A will include unclassified excavation, transport to the fill area, and compaction. Payment will be based on a ground survey before and after by a Texas Registered Professional Land Surveyor (RPLS) and a summary report as this will be paid by the Contractor. Import material can be used and will be paid through delivery tickets.
8. As clarification for General Note #44 on Page 2 of the plans, a trench burn pit will not be allowed on the landfill footprint due to safety concerns. However, a trench burn pit will
Page 3 of 7
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
be allowed at a minimum distance of 500 feet away from the landfill footprint as the Contractor will obtain approval from the Texas Commission on Environmental Quality and Dallas Fire Rescue. The trench burn location must be approved by the Engineer as a trench burn pit may be allowed near Borrow Areas A. No paymentwill be made for removal of additional trees to accommodate this trench burn. The Contractor shall verify if the trench burn pit is located within the landfill permit.
9. The primary borrow sources (in order of priority) are Borrow Areas A, C, B, and D. Borrow Area D will only be used is the City decides to not use Borrow Area B or additional soils are needed. The calculated amount of borrow dirt needed is 625,160 cubic yards as this amount can be obtained from Borrow Areas A and C together. The City will decide on the borrow areas used for this project as the grading plans for the borrow areas may change.
1 O.As clarification for Bid Item 222A (Dewatering for Borrow Area D)- Alternate Bid 1, this bid item will also apply during the installation of the clay cap until it is completed. No additional payment will be made for dewatering associated with Alternate Bid 2.
11.As clarification for the cubic yards and bank yards notes shown on the fill area plan sheets, those 2 numbers reflect the range of dirt volumes that could be brought to that fill area as the final layout has not been finalized to date. The grading plans are for information purposes only as Landscapes Unlimited will perform the spreading of the fill material.
12. This is a closed landfill project as the 40-hour safety trained in accordance with 29 CFR 1910.120 is not required but recommended. Borrow areas are not located within the landfill footprint.
13. This project will start subsequent to the start of the 151 City project mentioned above but shall run concurrent with such project. It is recommended that the Contractor follows the same sequencing as the 1st City project.
14.1f there are exposed waste as a result of the Contractor's recent construction activities, the Contractor shall place at least 2 feet of clay material on top of this area and inform the Engineer as this will be considered incidental with no separate payment.
15. For Bid Alternate 3 (Bid Item 1346- Process/Compact Fill at Structural Fill Locations), payment for this item will include survey staking, compaction, and geotechnical testing as this will be considered incidental to the bid item. Additional fill allowance shall be not be stockpiled and bidders are to assume an average haul distance to the center of each fill zone for this additional fill material. All additional fill material shall be spread by others.
16. The bid quantities for Bid Items 103 (Unclassified Excavation), 1341 (Transport Dirt to Fill Area 1 ), 1342 (Transport Dirt to Fill Area 2), 1343 (Transport Dirt to Fill Area 3), and
Page4 of7
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
1344 (Transport Dirt to Fill Area 4) will not be renegotiated based on overages or
underage of these bid items.
17. The Engineer (Than Nguyen), or an approved assignee, will sign all offsite waste
manifests.
18.0n the plans, there is an existing DWU wastewater easement along Elam Road and a
United Gas easement in Borrow Area B. The Contractor shall pothole and verify the
existence of any existing utility line in both areas as payment will be made through Bid
Item 1652 (Locate Underground Utility Not Under Paving) for each of the 2 lines. Field
verification is needed to determine if existing lines are still present or ever installed.
All bidders shall be required to add the following sentence to the inside of the front cover sheet of the special Provisions and Proposal with signatures:
----------------------------------------------------- acknowledges (Give Legal Name of Organization)
Receipt of Addendum No. 1, and has taken due cognizance of the said addendum in all its forms in the preparation and submission of this bid.
Page 5 of 7
Simpkins Remediation- Vegetative Support Layer (PBSWM007) -Addendum #1
BID ITEMS AND QUANTITIES
REVISE THE FOLLOWING BID ITEM & QUANTITIES:
1. As clarification for Bid Alternate 1, Bid Items 1 03A (Unclassified Excavation for Borrow Area!) and 222A (Dewatering and Debris Removal for Borrow Area!) has been changed to Bid Items 1 03A (Unclassified Excavation for Borrow Area Q) and 222A (Dewatering and Debris Removal for Borrow Area Q). Borrow Area 4 is referred to as Borrow Area Don the plans.
2. The bid quantity for Alternate Bid 1 (Bid Item 1 03A- Unclassified Excavation for Borrow Areas D) has been changed from 92,610 cubic yards to 120,000 cubic yards.
3. The bid quantity for Alternate Bid 2 (Bid Item 1345A - Clay Cap for Borrow Areas A, B, and/or D) has been changed from 34,000 cubic yards to 47,000 cubic yards.
4. Alternate Bid 4 includes 3 new bid items; Bid Items 640A (Remove Trees 6 - 12 inches diameter), 640B (Remove Trees 13-24 inches diameter), and 640C (Remove Trees over 24 inches diameter) with bid quantities of 525, 110, and 20 respectively.
5. For Bid Alternate 5, additional dirt may be neededand includes 5 new bid items; so new bid items 1 03B (Unclassified Excavation for Contingency), 1341A (Transport Dirt to Fill Area 1 ), 1342A (Transport Dirt to Fill Area 2), 1343A (Transport Dirt to Fill Area 3), and 1344A (Transport Dirt to Fill Area 4) with bid quantities of 68582, 1000, 65564, 1018, and 1000 cubic yards respectively.
PROPOSAL
Enclosed are Revised Bid Proposal Sheets 1 through 9 as they will replace the Original Bid Proposal Sheets 1 through 7. The attached bid proposal sheet shall apply in the preparation of bids for this project and will replace the corresponding page of the bid proposal included in the bid book.
PLAN SHEETS
Plan Sheet 4 has been updated with new surveying information. In addition, Plan Sheet T-0 has been revised with updated tree removal information. See attached Sheet 4 and T -0 as both pages will replace the original Plan Sheet 4 and T-0.
DELETE THE FOLLOWING PLAN SHEETS:
1. Original Plan Sheet 4 2. Original Plan Sheet T-0
Page 6 of 7
Simpkins Remediation -Vegetative Support Layer (PBSWM007) -Addendum #1
ADD THE FOLLOWING PLAN SHEETS:
1. Revised Plan Sheet 4 2. Revised Plan Sheet T-0
Page 7 of 7
Carter Lawson, Jeri
From: Nguyen, Than Sent: To:
Thursday, September 18, 2014 4:57PM Lou Nance
Subject: RE: Borrow Source Band D Size
Thanks.
From: Lou Nance [mailto:[email protected]] Sent: Thursday, September 18, 2014 4:31PM To: Nguyen, Than Cc: Chris M. Jones Subject: RE: Borrow Source Band D Size
Than: Borrow Area B: 4.2 acres, 13' deep Borrow Area D: 3.8 acres, 1 0' deep
Thanks, Lou Nance Senior Project Coordinator
Pacheco Koch 8350 N Central Expwy, Suite 1000, Dallas, TX 7 5206-1612 T: 972.235.3031 • F: 972.235.9544 • M: 214.926.6263 TBPE Firm No. F-469 • TBPLS Firm No. 10008000
From: Nguyen, Than [mailto:[email protected]] Sent: Thursday, September 18, 2014 3:50 PM To: Lou Nance Subject: Borrow Source B and D Size
Lou,
What is the acreage size of Borrow Area Band D please? Depths also please.
Than
1
Carter Lawson, Jeri
From: Sent: To: Cc: Subject: Attachments:
Liz,
Nguyen, Than Saturday, May 03, 2014 2:57PM Fernandez, Elizabeth Standifer, Sarah Simpkins Remediation- Vegetative Suport Layer Bid Schedule Explanation Simpkins Remediation - Explanation of Bid Items and Bid Alternates.doc
If Jill asks about the alternate bid schedules, the enclosed file will help explain. Jim has asked me some questions also so he told me Monday morning would be the time when they decide on the bid alternates to move forward.
Than
1
Simpkins Remediation- Vegetative Support Layer (PBSWM007)
• The total amount of dirt needed for the grading work associated with the golf ·
course is around 580,000 cubic yards of dirt. We have a bid quantity of 656,418
cubic yards in the Base Bid (Schedule 1). The golf folks wanted a contingency
amount of around 150,000 cubic yards of dirt; or a combined total of around
725,000 cubic yards of dirt. This contingency amount of dirt is in Schedule 6 (Bid
Alternate 5).
• We can obtain this 656,418 cubic yards of dirt from Borrow Area A (north of Elam
Road) and Borrow Area C (Irrigation Pond). In Addendum #1, it is stated "The
primary borrow sources (in order of priority) are Borrow Areas A, C, B, and D.
Borrow Area D will only be used is the City decides to not use Borrow Area B or if
additional soils are needed. The calculated amount of borrow dirt needed is
625,160 cubic yards as this amount can be obtained from Borrow Areas A and C
together. The City will decide on the borrow areas used for this project as the
grading plans for the borrow areas may change. '1
• The Borrow Area B (triangular piece) near Elam Road with the United Gas line
has a lot of trees and we can avoid excavating in this area as this will lessen the
tree mitigation numbers.
• We can obtain all of this dirt from Borrow Area A (north of Elam Road) and
Borrow Area C (Irrigation Pond). With revised grading plans, we can get almost all
of this from Borrow Area A if we want. The intent is not get dirt from the
Burrescia property.
Bid Alternate 1
This should not be used but this is to excavate additional dirt needed from Borrow
Source D. This is the Burrescia property. This bid quantity of 120,000 cubic yards is not
included within the 656,418 cubic yards in the base bid.- City/Developer Decision
Bid Alternate 2
This was added to add a clay cap to the borrow ponds we create. This is only for Borrow
Areas A, possibly Borrow Area B, and unlikely Borrow Area D (Burrescia property). the
developers will enhance the irrigation pond (Borrow Area C) as that is where the
cottages will be constructed. The 47,000 cubic yards is for the anticipated water surface
elevation of the borrow ponds and not the entire pond surface area. This bid item is to
use native soils for a Plasticity Index (PI) of 25 and includes excavation and placement of
clay cap. The PI was raised to encourage the use of native material as opposed to using
imported material which is costly.- City Decision
Bid Alternate 3
This was added for this construction contractor to place the fill material brought in lifts,
compact, stake the location, and perform the geotech testing. This work was to be done
by Landscapes Unlimited as the 137,500 cubic is already included within the 656,418
cubic yard number.- Developer Decision
Bid Alternate 4
This is to remove the additional trees for the structural fill area near the planned
clubhouse on South Loop Landfill; Bid Alternate 3. Not added to base bid.- Developer
Decision
Bid Alternate 5
The bid quantity for dirt was 725,000. I subtracted this number for the base bid amount
of 656A18 cubic yards and this totals 68,582 cubic yards. If the developer wants extra
dirt, this is what the bid alternate is for. -Developer Decision
Carter Lawson, Jeri
From: Sent: To: Subject: Attachments:
Jennifer,
Nguyen, Than Thursday, July 03, 2014 4:49PM Cottingham, Jennifer Simpkins Remediation - DCI Contracting Issue Summary DCI Contracting Package.pdf
The owner of DCI Contracting will fly in on Monday as I think he may want to meet with you to discuss the rock
excavation issue for Simpkins Remediation. Enclosed is a package to help explain this better. Let me know what time
you can meet with the owner if he requests a meeting.
Than
1
Carter Lawson, Jeri
From: Dones, Donna Sent: To:
Tuesday, September 23, 2014 8:17AM Carter Lawson, Jeri
Subject: FW: Texas Public Information Request- Trinity Watershed Management
FYI
Donna Dones CBU Trinity Watershed Management (214) 243-1164
From: Fernandez, Elizabeth Sent: Tuesday, September 23, 2014 7:56AM To: Dones, Donna; Tippie, Kristina; Cottingham, Jennifer Cc: Nguyen, Than Subject: FW: Texas Public Information Request- Trinity Watershed Management
Please address
From: Hal Barker [mailto:hbarker [email protected]] Sent: Tuesday, September 23, 2014 6:10AM To: OpenRecords Cc: Fernandez, Elizabeth Subject: RE: Texas Public Information Request- Trinity Watershed Management
Correction in Open Records Request To Trinity Watershed Management.
In my September 22 2014 request below, I had identified Borrow Area D AKA Borrow Area 3.
This should be Borrow Area D AKA Borrow Area 4. For further clarification, this is also located on the Burrescia property noted in maps south of Elam Road.
Please note this correction in my request.
Hal Barker 9191 Garland Road 1126 Dallas, TX 75218 Hbarker [email protected]
From: Hal Barker fmailto:hbarker [email protected]] Sent: Monday, September 22, 2014 9:24AM To: 'OpenRecords' Cc: 'Fernandez, Elizabeth' Subject: Texas Public Information Request- Trinity Watershed Management
Greetings,
1
Top Related