ADDENDUM NO. 1. October 22, BID OPENING DATE: October 28, :00 a.m. Central Standard Time

Size: px
Start display at page:

Download "ADDENDUM NO. 1. October 22, BID OPENING DATE: October 28, :00 a.m. Central Standard Time"

Transcription

1 SAN ANTONIO WATER STEM C5 Culebra Castroville to Laredo & C28 Zarzamora Creek San Gabriel to NW 23 rd Street PHASE A SAWS Job No & 4-47 Solicitation No. CO-8 ADDENDUM NO. October 22, 25 BID OPENING DATE: October 28, 25 : a.m. Central Standard Time Consulting Engineer: CP&Y, Inc. TBPE Registration No. F-74 C_5 Culebra - Castroville to Laredo & C_28 Page of 5 October 22, 25 Zarzamora Creek - San Gabriel to NW 23 rd St. Addendum No. Phase A

2 To: All Document Holders of Record This addendum, applicable to work referenced above, forms a part of the Contract Documents and modifies the original Contract Documents dated September 25. Acknowledge receipt of this addendum by entering the addendum number and issue date in the spaces provided on submitted copies of the proposals. Failure to do so may subject Respondent to disqualification. Addendum No. consists of 9 items outlined in 5 pages. In addition to these 5 pages, Addendum No. includes 3 re-issued documents, Contractor s Bid Packet Checklist, Bid Proposal and Supplemental Condition and includes 2 re-issued sheets, Drawings G-3 and C-A-3. The current construction cost estimate is $6,237,624. ADDENDUM NO. A. GENERAL QUESTIONS/CLARIFICATIONS. Question: Plan General Notes II item 8 requires Contractor to provide a written sequence of by-pass pumping for review and approval including specification of pumping equipment, type, size, capacity and amount of pumps required to handle the PEAK WET WEATHER FLOW." Can SAWS supply the flows of shall the contractor calculate? Response: The contractor should calculate the peak wet weather flows 2. Question: It is not specified whether or not sound attenuated pumps must be used. Is this a requirement since work is to be performed sun up-sun down Mon- Sat etc.? Response: Per Specification 864 Bypass Pumping, paragraph 864.5, Sound-attenuated pump enclosures shall be required on all projects where the bypass pumps are located within 5 feet of any residence, business, park or other presence of people. 3. Question: What percentage of redundancy does SAWS require for Back up pumps? Response: Per Specification 864 Bypass Pumping, paragraph 864.5, Contractor shall have one back up pump, equal in capacity to the largest pump in the system. 4. Question: Tee base neck called out as 48 that s physically not possible with a 42 or 36 main line. The tee base neck can be 42 or 36 respectively per main line. Please clarify tee base neck size. Response: Tee Base neck size shall match pipe diameter. 5. Question: What is the pipe stiffness for this project? Response: The pipe stiffness for this project is SN 72. C_5 Culebra - Castroville to Laredo & C_28 Page 2 of 5 October 22, 25 Zarzamora Creek - San Gabriel to NW 23 rd St. Addendum No. Phase A

3 6. Question: Will this be fiberglass or PVC pipe? Response: The proposed 42 and 36 sanitary sewer will be fiberglass. The proposed 2, and 8 will be PVC. 7. Question: Will a grinder pump be required for this project? Response: Per Specification 864 Bypass Pumping, paragraph 864.5, The primary pump must be a grinder or chopper pump. 8. Question: Are the utilities out of the way? Response: See sheet G-6, General Notes I, item Question: What are the construction restrictions in the flood plain? Response: Contractor is required to comply with the requirements of the floodplain permit (attached). Short term stockpiling of materials within the floodplain may be allowed if approved by SAWS and COSA Storm water Engineering.. Question: What is flowable fill (MK)? Response: The flowable fill material is a quick setting low strength flowable fill in accordance with the COSA standard specification 43 bid item 43. flowable fill (low strength). B. SPECIFICATIONS. CONTRACTOR S BID PACKET CHECKLIST a. Remove Checklist in its entirety and replace with attached Checklist. 2. BID PROPOSAL a. Remove Bid Proposal in its entirety and replace with attached Bid Proposal. 3. SUPPLEMENTAL CONDITIONS a. Remove Supplemental Conditions in its entirety and replace with attached Supplemental Conditions. 4. SECTION 584: FIBERGLASS REINFORCED PIPE a. Page 584-, Paragraph.4 B. 3., Delete paragraph and replace with the following: C_5 Culebra - Castroville to Laredo & C_28 Page 3 of 5 October 22, 25 Zarzamora Creek - San Gabriel to NW 23 rd St. Addendum No. Phase A

4 Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D242 shall normally be 72 psi. b. Page 584-5, Paragraph 2. J.., Delete paragraph and replace with the following: Manhole tee-base shall be constructed of mitered sections of FRP sewer pipe connected with fiberglass reinforced laminations. Pipes used to construct the teebase shall have the same stiffness as the adjacent line, defaulting to the greater of the two adjoining lines. Tee-base shall match pipe diameter for neck opening. The tee-base shall meet the requirements of ASTM D3262. The pipe joints used for the tee-base shall meet the requirements of ASTM 46. Tee-base shall be provided by pipe manufacturer. C. DRAWINGS 5. DRAWING NO. G-3 a. Delete this drawing in its entirety and replace with the attached drawing G-3: 6. DRAWING NO. C-A-2 a. Delete the following call out: Existing 4 Gas, See Sheet Note 2 And replace with the following: Existing 4 Gas, See Sheet Note 4 b. Add the following sheet note 4: CONTRACTOR SHALL FIELD LOCATE AND VERIFY EXACT LOCATION OF GAS UTILITIES PRIOR TO COMMENCING EXCAVATION. RELOCATE LINE AS NEEDED FOR CONSTRUCTION ACTIVITIES. RELOCATION TO BE PAID UNDER GAS ALLOWANCE. 7. DRAWING NO. C-A-3 a. Delete this drawing in its entirety and replace with the attached drawing C-A DRAWING NO. C-A-4 a. Add the following sheet note 3: STA. 6+ to 65+ PROVIDE TEMPORARY CHAIN-LINK FENCING TO SECURE WORK AREA. b. Add the following sheet note 4: BACKFILL AND PLATE OVER ACTIVE TRENCHES AT THE END OF EACH WORK DAY. C_5 Culebra - Castroville to Laredo & C_28 Page 4 of 5 October 22, 25 Zarzamora Creek - San Gabriel to NW 23 rd St. Addendum No. Phase A

5 9. DRAWING NO. C-A-5 a. Add the following sheet note 3: STA. 65+ to PROVIDE TEMPORARY CHAIN-LINK FENCING TO SECURE WORK AREA. b. Add the following sheet note 4: BACKFILL AND PLATE OVER ACTIVE TRENCHES AT THE END OF EACH WORK DAY. ACKNOWLEDGEMENT BY RESPONDENT Each respondent is requested to acknowledge receipt of this Addendum No. by his/her signature affixed hereto and to file same with and attached to his/her proposal. The Undersigned acknowledges receipt of this Addendum No. and the proposal submitted herewith is in accordance with the information and stipulation set forth. Date Signature of Respondent END OF ADDENDUM C_5 Culebra - Castroville to Laredo & C_28 Page 5 of 5 October 22, 25 Zarzamora Creek - San Gabriel to NW 23 rd St. Addendum No. Phase A

6 CONTRACTOR S BID PACKET CHECKLIST: C-5 and C-28 Phase A Project SAWS Job No SAWS Solicitation No. CO-8 Items to be included for Submittal with Bid: o Bid proposal and Acknowledgement of All Addendums o Proposal Certification; page PC- o Bid Bond/Cashier s Check o Statement on President s Executive Orders Page IB 6 or 7 o Good Faith Effort Plan o Conflict of Interest Questionnaire - Form CIQ o Proof of Insurability (Letter from Insurer or Sample Certificate of Insurance) o W-9 o Baseline schedule in Microsoft Project format refer to Supplemental Conditions Items to be submitted by Apparent Low Bidder (see Instructions to Bidders, Page IB-7, #24): o Company Information Packet o Statement regarding ability to complete the project o Record of Performance/Similar Projects Rev. 3/5 BC Add No.

7 Quotes Line No. Item No. Quote Category SOV Item Item Description Unit Quantity Unit Bid Price Total Price 3. Remove Concrete Curb LF Remove Concrete Sidewalks and Driveways LF General Sanitary Sewer Bid Items Prime Coat GAL General Sanitary Sewer Bid Items Tack Coat GAL General Sanitary Sewer Bid Items Hot Mix Asphaltic Concrete Pavement, Type D (2" Compacted Depth) General Sanitary Sewer Bid Items Hot Mix Asphaltic Concrete Pavement, Type D (3" Compacted Depth) General Sanitary Sewer Bid Items Salvage, Haul, Stockpile Asphaltic Pavement (2" Depth) General Sanitary Sewer Bid Items Salvage, Haul, Stockpile Asphaltic Pavement (3" Depth) General Water Bid Items Flowable Fill (MK) CY Concrete Curb LF Concrete Sidewalks Replacing with Hot Mix Asphaltic Concrete Pavement (5" Type B) General Sanitary Sewer Bid Items Replacing with Hot Mix Asphaltic Concrete Pavement (2" Type B) General Sanitary Sewer Bid Items Pavement 8" Depth Portland Cement General Sanitary Sewer Bid Items Bermuda Sodding General Sanitary Sewer Bid Items Hydromulching Barricades, Signs and Traffic Handling LS 8 54 Stormwater Pollution Prevention Plan LS 9 55 Trench Excavation Safety Protection LF General Water Bid Items 6" Water Line LF General Water Bid Items 8" Water Line LF General Water Bid Items 2" Water Line LF General Water Bid Items 6" Water Line LF General Water Bid Items Relay 3/4"-2" Metered SVC Line (Long) EA General Water Bid Items 6" Gate Valve EA General Water Bid Items 8" Gate Valve EA General Water Bid Items 2" Gate Valve EA General Water Bid Items 6" Gate Valve EA General Water Bid Items 8" X 6" Tee EA 3 83 General Water Bid Items 8" X 8" Tee EA General Water Bid Items 2" X 2" Tee EA General Water Bid Items 6" X 8" Tee EA General Water Bid Items Ductile Iron Fittings TN General Water Bid Items 6" Tie-ins EA General Water Bid Items 8" Tie-ins EA General Water Bid Items 2" Tie-ins EA General Water Bid Items 6" Tie-ins EA 2 Page of 3 Addendum

8 38 84 General Water Bid Items Hydrostatic Testing Operations EA General Water Bid Items 2" Temporary Blow-off EA General Sanitary Sewer Bid Items 8" Sanitary Sewer Line (6'-') LF General Sanitary Sewer Bid Items " Sanitary Sewer Line ('-6') LF General Sanitary Sewer Bid Items " Sanitary Sewer Line (6'-') LF General Sanitary Sewer Bid Items 2" Sanitary Sewer Line (6'-') LF General Sanitary Sewer Bid Items 2" Sanitary Sewer Line ('-4') LF General Sanitary Sewer Bid Items 2" Sanitary Sewer Line (4'-8') LF General Sanitary Sewer Bid Items 36" Sanitary Sewer Line (6'-') LF General Sanitary Sewer Bid Items 36" Sanitary Sewer Line ('-4') LF General Sanitary Sewer Bid Items 36" Sanitary Sewer Line (4'-8') LF General Sanitary Sewer Bid Items 36" Sanitary Sewer Line (8'-22') LF General Sanitary Sewer Bid Items 42" Sanitary Sewer Line (6'-') LF General Sanitary Sewer Bid Items 42" Sanitary Sewer Line ('-4') LF General Sanitary Sewer Bid Items 42" Sanitary Sewer Line (4'-8') LF General Sanitary Sewer Bid Items 42" Sanitary Sewer Line (8'-22') LF General Sanitary Sewer Bid Items 4" Dia. Sanitary Sewer Manhole ('-6') EA General Sanitary Sewer Bid Items Extra Depth Manholes (>6') VF General Sanitary Sewer Bid Items Sanitary Sewer Glass-Fiber Reinforced Polyester Manholes EA General Sanitary Sewer Bid Items Sanitary Sewer Glass-Fiber Reinforced Polyester Manholes Extra Depth VF General Sanitary Sewer Bid Items Sanitary Sewer Laterals LF General Sanitary Sewer Bid Items One Way Sanitary Sewer Clean-Out EA General Sanitary Sewer Bid Items Jacking, Boring, or Tunneling 54" LF General Sanitary Sewer Bid Items 36" Carrier Pipe for Jacking, Boring, Tunneling LF General Sanitary Sewer Bid Items 54" Casing LF General Sanitary Sewer Bid Items Concrete Encasement, Cradles, Saddles and Collars CY General Sanitary Sewer Bid Items Vertical Stacks VF General Sanitary Sewer Bid Items Abandonement of Sanitary Sewer Main LF General Sanitary Sewer Bid Items Bypass Pumping LS General Sanitary Sewer Bid Items Sewer Main Television Inspection (8" Through 5" Dia.) LF General Sanitary Sewer Bid Items Sewer Main Television Inspection (27" Through 36" Dia.) LF General Sanitary Sewer Bid Items Sewer Main Television Inspection (42" Through 48" Dia.) LF General Sanitary Sewer Bid Items Existing Main Pre-Televising LF General Sanitary Sewer Bid Items Temporary Chain Link Fence (6 Ft) LF General Sanitary Sewer Bid Items Brace Power Poles ALW $ 4,. $ 4,. 73 General Sanitary Sewer Bid Items Gas Relocation ALW $ 5,. $ 5,. 74 General Sanitary Sewer Bid Items Remove and Replace Basket Ball Court ALW $ 35,. $ 35, General Sanitary Sewer Bid Items 4 Inch Wide Yellow Line (<, LF) LF General Sanitary Sewer Bid Items 4 Inch Wide White Line (<3, LF) LF General Sanitary Sewer Bid Items 8 Inch Wide White Line LF General Sanitary Sewer Bid Items 24 Inch Wide White Line (<,5) LF General Sanitary Sewer Bid Items Left White Arrow EA General Sanitary Sewer Bid Items Traffic Button (Type Y) EA 2 Page 2 of 3 Addendum

9 General Sanitary Sewer Bid Items Pavement Marker (Type I-C) EA General Sanitary Sewer Bid Items Pavement Marker (Type II A-A) EA 6 83 SS 3 General Water Bid Items Removal, Transportation, and Disposal of A.C. Pipe LF General Water Bid Items 3" Schedule 8 PVC Conduit for Metered SVC Line LF Mobilization (Maximum of % of Line - 84 Sub-total Base Bid amount) LS 86 Preparation of Right-of-Way (Maximum of 5% of Line - 84 Sub-total Base Bid amount) LS Page 3 of 3 Addendum

10 C-5 and C-28 Phase A Solicitation No. CO-8 BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as THE SAN ANTONIO WATER STEM: Pursuant to Instructions and Invitation to Bidders, the undersigned proposes to furnish all labor and materials as specified and perform the work required for the project as specified, in accordance with the Plans and Specifications for the following prices to wit: (PLEASE SEE ATTACHED PDF LIST OF BID ITEMS) TOTAL BID PRICE $ Mobilization and Prep of ROW shall be limited to the maximum percentage shown. If the percentage exceeds the allowable maximum stated for mobilization and or preparation of ROW, SAWS reserves the right to cap the amount at the percentages shown and adjust the extensions of the bid items accordingly. The Contractor herein acknowledges receipt of the following: Addendum Nos. BIDDER S SIGNATURE & TITLE FIRM S NAME (TYPE OR PRINT) FIRM S ADDRESS FIRM S PHONE NO. / FAX NO. FIRM S ADDRESS OWNER RESERVES THE RIGHT TO ACCEPT THE OVERALL MOST RESPONSIBLE BID. The bidder offers to construct the Project in accordance with the Contract Documents for the contract price, and to complete the Project within 365 calendar days after the start date, as set forth in the Authorization to Proceed. The bidder understands and accepts the provisions of the contract Documents relating to liquidated damages of the project if not completed on time. Complete the additional requirements of the Bid Proposal which are included on the following pages. Rev. 7/5 BP- Add No.

11 Article V. Contractor Responsibilities Supplemental Condition Page GC 26: The following is to be replaced as to Section 5.7 Contractor s Insurance Requirements adequately specifies the lines of insurance coverage with the above Assessment results with one exception: Section Builders Risk line of coverage. Builders Risk Coverage is being Waived. Page GC 33: Section 5.3.5, last sentence shall be replaced with the following: The Bidder is required to submit a baseline schedule as part of the bid. The baseline schedule shall be a detailed, precedence-style critical path management schedule in Microsoft Project format. The baseline schedule must encompass the entire contract duration from Notice to Proceed to the Contract End Date. This baseline schedule must show a completion date that corresponds to the Contract End Date. The baseline schedule must be inclusive of all work necessary to complete the project including sufficient time necessary for submission and review of submittals, permits, etc. For the purpose of preparing this baseline schedule, all bidders shall assume a notice to proceed date of January 4, 26. Failure to include this baseline schedule with the bid documents may result in the bidder being considered non-responsive. Article VIII. - Contract Completion Time Section 8.6 Liquidated Damages for Failure to Complete on Time: of the General Conditions shall be amended as follows: Add the following to the end of the paragraph: Liquidated Damages, for the purpose of this contract, will be assessed at $3,3. per day in addition to Remedial Requirements of Consent Decree that will be assessed for each day that the Contractor fails to complete the Contract by the time specified in the Contract Documents as follows: st 3 th Day $ 75. per day 3 st 6 th Day $,5. per day 6 st 8 th Day $2,5. per day More than 8 Days $4,. per day Add No.

12 SAWS JOB NO. :3:9 AM gm ilks pw:/active Projects/SAWS5. - C- 5 & C- 28 Zarzam ora Creek/8. Plans and Drawings/8.3 Cut Sheets/Phase A/5CSGNAGQ3.dgn /22/25 SHEET NUMBER C-A- C-A-2 C-A-3 C-A-4 C-A-5 C-A-6 C-A-7 C-A-8 C-A-9 C-A- C-A- C-A-2 C-A-3 C-A-4 C-A-5 C-A-6 C-B- C-AC- C-AC-2 C-AC-3 C-AC-4 C-AC-5 C-AC-6 C-WTR- C-WTR-2 C-WTR-3 C-WTR-4 C-WTR-5 SHEET NUMBER C-A- C-A-2 C-A-3 C-A-4 C-A-5 C-A-6 C-A-7 C-A-8 C-A-9 C-A- C-A- C-A-2 C-A-3 C-A-4 C-A-5 C-A-6 C-B- C-AC- C-AC-2 C-AC-3 C-AC-4 C-AC-5 C-AC-6 C-WTR- C-WTR-2 C-WTR-3 C-WTR-4 C-WTR-5 STATION TO STATION STA + TO STA 3+ STA 3+ TO STA 7+ STA 7+ TO STA 2+ STA 2+ TO STA 25+ STA 25+ TO STA 29+ STA 29+ TO STA 33+ STA 33+ TO STA 37+ STA 37+ TO STA 4+ STA 4+ TO STA 45+ STA 45+ TO STA 49+ STA 49+ TO STA 53+ STA 53+ TO STA 57+ STA 57+ TO STA 6+ STA 6+ TO STA 65+ STA 65+ TO STA 69+ STA 69+ TO END PHASE A STA + TO STA 4+ STA + TO STA 3+ STA 3+ TO STA 7+ STA 7+ TO STA + STA + TO STA 5+ STA 5+ TO STA 9+ STA 9+ TO STA END 2" MAIN LAREDO ST 8" WATER REPLACEMENT LAREDO ST 8" WATER REPLACEMENT LAREDO ST 2" WATER REPLACEMENT LAREDO ST 2" WATER REPLACEMENT LAREDO ST 2" WATER REPLACEMENT PROJECT TOTALS STATION TO STATION STA + TO STA 3+ STA 3+ TO STA 7+ STA 7+ TO STA 2+ STA 2+ TO STA 25+ STA 25+ TO STA 29+ STA 29+ TO STA 33+ STA 33+ TO STA 37+ STA 37+ TO STA 4+ STA 4+ TO STA 45+ STA 45+ TO STA 49+ STA 49+ TO STA 53+ STA 53+ TO STA 57+ STA 57+ TO STA 6+ STA 6+ TO STA 65+ STA 65+ TO STA 69+ STA 69+ TO END PHASE A STA + TO STA 4+ STA + TO STA 3+ STA 3+ TO STA 7+ STA 7+ TO STA + STA + TO STA 5+ STA 5+ TO STA 9+ STA 9+ TO STA END 2" MAIN LAREDO ST 8" WATER REPLACEMENT LAREDO ST 8" WATER REPLACEMENT LAREDO ST 2" WATER REPLACEMENT LAREDO ST 2" WATER REPLACEMENT LAREDO ST 2" WATER REPLACEMENT PROJECT TOTALS COSA 3. COSA 3.3 COSA 22. COSA 23. COSA 25.4 REMOVE CURB REMOVAL SIDEWALKS AND DRIVEWAYS COSA 28. COSA 28. COSA 43. COSA 5. COSA 52. COSA COSA 52 PRIME COAT SAWS 55 TRENCH EXCAVATION SAFETY PROTECTION TACK COAT HOT MIX ASPHALTIC PAVEMENT, TYPE D (2" COMPACTED DEPTH) COSA 25.4 HOT MIX ASPHALTIC PAVEMENT, TYPE D (3" COMPACTED DEPTH) SALVAGE, HAUL, STOCKPILE ASPHALT PAVEMENT (2" DEPTH) SALVAGE, HAUL, STOCKPILE ASPHALT PAVEMENT (3" DEPTH) FLOWABLE FILL (LOW STRENGTH) 8" GATE VALVE CURB LF SF GAL GAL CY LF SAWS 88 SAWS 88 SAWS 824 SAWS LF LF LF LF LF EA EA EA EA EA EA EA EA EA EA TON SAN ANTONIO WATER STEM C_5 - CULEBRA - CASTROVILLE TO LAREDO & C_28 - ZARZAMORA CREEK - SAN GABRIEL TO NW 23 ST. PHASE A QUANTITY SUMMARY I SAWS 88 6" PVC WATER LINE 8" PVC WATER LINE SAWS 88 2" PVC WATER LINE 6" PVC WATER LINE SAWS 828 2" GATE VALVE SIDEWALKS COSA 56.2 BERMUDA SODDING HYDRO- MULCHING SAWS 828 6" GATE VALVE SAWS RELAY 3/4"-2" METERED SVC LINE (LONG) SAWS 828 6" GATE VALVE REPLACING WITH HOT MIX ASPHALTIC PAVEMENT (2" TYPE B) SAWS 83 8" X 8" TEE SAWS 83 8" X 6" TEE COSA 5.3 REPLACING WITH HOT MIX ASPHALTIC PAVEMENT (5" TYPE B) SAWS 83 2" X 2" TEE COSA 5.3 PAVEMENT 8" DEPTH PORTLAND CEMENT " X 8" TEE CHAIN-LINK FENCE LF SAWS 834. FIRE HYDRANT SAWS 836 DUCTILE IRON FITTINGS.86 JOHN E. LEVITT SAN ANTONIO W ATER STEM Date: NOV 25 Designed: HJC PHASE A C_5 - CULEBRA - CASTROVILLE TO LAREDO & C_28 - ZARZAMORA CREEK - SAN GABRIEL TO NW 23RD ST Drawn: GW M ADDENDUM GW M /22/5 NO. REVISION BY DATE SHEET G-3 SHEET 3 3 E. SONTERRA BLVD. STE. 25 SAN ANTONIO, TX TBPE REGISTRATION #F- 74 SAN ANTONIO W ATER STEM VERIFY SCALE BAR IS ONE INCH ON ORIGINAL " DRAWING. IF NOT ONE INCH ON THIS SHEET, ADJUST SCALE JEL QUANTITY SUM MARY I SAW5. Reviewed: CP& Y Proj. No. OF58

13 CONC. WALK :9:44 PM gm ilks pw:/active Projects/SAWS5. - C- 5 & C- 28 Zarzam ora Creek/8. Plans and Drawings/8.3 Cut Sheets/Phase A/5CSCVPP3.dgn /2/ EXIST GRND ELEV PROP FL ELEV 2926 S LAREDO ST NCB 7348 LOT 2922 S LAREDO ST NCB 7348 LOT REMOVE AND REPLACE 85 LF OF CONC CURB 298 S LAREDO ST NCB 7348 LOT 2 77 LF OF 54" STEEL CASING BORE M ATCHLINE STA 57+. STA MH A-5 INSTALL T-BASE FIBER REINFORCED MH (COMPL WTR TIGHT) ï» Î = 9Â 7'22" N E SEE NOTE MB W M 655. RET. W ALL CHAIN LINK FENCE MB PP W M 79.8 LF OF 36" FRP EXIST 8'x7' SBC RET. W ALL RET. W ALL RET. W ALL S CRAPEMYRTLE CRAPEMYRTLE CRAPEMYRTLE PP STA TREE 2" CRAPEMYRTLE TREE 2" CRAPEMYRTLE (X4) (X4) PP EXIST SS TO REMAIN IN SERVICE MH A-5 GRND. ELEV LF OF 36" +.4% 78 LF OF 54" STEEL CASING BORE 632. STA BEGIN: 54" BORE TREE 2" CRAPEMYRTLE (X4) PHONE BOOTH FH SIGN TREE 8" ELM LF OF 54" STEEL CASING BORE ASPHALT PAVEMENT LOMA VISTA ST. CONC. WALK MATCHLINE STA 57+. INV. FL. (IN) INV. FL. (OUT) STA END 54" BORE PROP 25' ESMT 8" ELM 655. TREE 7" ELM TREE 26" OAK 3" ASH SIGN 26" OAK.72 LF OF 36" FRP STA END: 54" BORE BEGIN: ASPH PVMT REPLACEMENT EXIST 2" SS TO BE REMOVED (NSPI) STA ± 433 OF MILL AND OVERLAY TIE EXIST 6" SS TO PROP MH EXIST 6" SS TO BE ABANDONED EXIST MH TO REMAIN IN SERVICE EXIST 6" SS TO REMAIN IN SERVICE ï» 8'x7' SBC î EL. STA STA EXIST MH 6443 GRND. ELEV BEGIN 54" BORE INV. 2" FL. (IN) INV. 2" FL. (OUT) STA. 55+7± 4" G EL. UNK. SEE SHEET NOTE 2 STA ± 6" AC W EL. UNK CURB CONC. WALK CONC. WALK S CONC. WALK CONC. WALK CRAPEMYRTLE EXIST 2" SS PIPE TO BE REMOVED (NSPI) STA END 54" BORE 3 LF OF 54" STEEL CASING BORE TREE 8" ELM TREE 3" CRAPEMYRTLE TREE 7" ELM 8" ELM (X8) " ELM PROP 25' ESMT TIE EXIST 8" SS TO PROP MH AND REMOVE REMAINING LINE LF OF 36" FRP LOMA VISTA ST. TIE PROP 2" PVC SDR-26 PIPE TO PROP MH EXIST 2" SS TO REMAIN IN SERVICE EXIST AND FIN ï» GRADE AT â PROP 42" STA BEGIN: 4' CONC SDWK REPLACEMENT STA MH A-6 INSTALL T-BASE FIBER REINFORCED DROP MH (COMPL WTR TIGHT) ï» Î N E TREE 7" ELM 7" ELM INSTALL 27 LF OF 2" PVC SDR-26 PIPE, SEE SHEET NOTE EXIST MH TO REMAIN IN SERVICE STA ROW STA END: 4' CONC SDWK REPLACEMENT DROP MH A-6 GRND. ELEV EXIST 2" SS PIPE TO BE REMOVED (NSPI) INV. FL. (IN) INV. 6" FL. (IN) 647.± INV. FL. (OUT) S ASPHALT PAVEMENT W V ' W M W M 652. LP GP MHS GP GP EXIST 8" SS TO BE ABANDONED STA MH A-7 INSTALL T-BASE FIBER REINFORCED DROP MH (COMPL WTR TIGHT) ï» Î N E " HACKBERRY 4" HACKBERRY ROW STA 59+77± END: ASPH PVMT REPLACEMENT PAVEMENT 65.7 TREE 6" ELM 24" RCP LOMA VISTA ST. BEGIN: ROAD REPLACEMENT " ELM TO BE REMOVED STA DROP MH A-7 CURB 24" RCP GP GP GP GRND. ELEV GP INV. FL. (IN) 2 TREE 8" ELM 65. E WHITTIER ST NCB 6739 LOTS LF OF 36" FRP 8" ELM INV. 8" FL. (IN) INV. 2" FL. (IN) INV. FL. (OUT) 2 REMOVE AND REPLACE BASKETBALL COURT, SEE NOTE 4 STA 6+2± END: 5' CONC ROAD REPLACEMENT BEGIN: SDWK REPLACEMENT REMOVE AND REPLACE 8 LF OF CONC CURB EXIST 2" SS REMOVE AND RELOCATE EXISTING PLAYGROUND, SEE SHEET NOTE 5 TREE 4" HACKBERRY PIPE TO BE REMOVED (NSPI) STA 6+25 END: 5' CONC SDWK REPLACEMENT IRON FENCE EXIST 8" SS TO BE ABANDONED.72 LF OF 36" +.4% LF OF 36" +.4% LF OF 36" +.5% S STA EXIST MH GRND. ELEV EXIST 8" SS PIPE TO BE ABANDONED CAUTION: GAS M ATCHLINE STA M ATCHLINE STA SHEET NOTES: Horizontal Scale In Feet 5 5 Vertical Scale In Feet SHEET QUANTITY SUMMARY ASPH PVMT REPLACEMENT EXIST BASKETBALL COURT EXIST PLAYGROUND LIMITS CONC REPLACEMENT JOHN E. LEVITT 4774 NO. BID ITEM NO. DESCRIPTION UNIT PLAN 3 COSA 3. REMOVE CURB LF 4 COSA 3.3 REMOVAL SIDEWALKS AND DRIVEWAYS SF 7 9 COSA 25.4 LEGEND REFER TO LINE A5 ON SHEET C-LP- FOR LATERAL PROFILE. TIE IN EXIST SS LINE TO PROP. MH (NSPI) CONTRACTOR SHALL FIELD LOCATE AND VERIFY EXACT LOCATION OF GAS UTILITIES PRIOR TO COMMENCING EXCAVATION. CONTRACTOR SHALL NOTIFY OWNER AND ENGINEER OF ANY CONFLICT. CONTRACTOR SHALL LOCATE ALL CORNERS OF THE EXIST BASKETBALL COURT AND BASKETBALL GOALS PRIOR TO THE START OF CONSTRUCTION. CONTRACTOR SHALL MATCH THE LOCATION, STEEL REINFORCEMENT, AND THICKNESS OF OF THE EXIST COURT. CONTRACTOR SHALL REMOVE AND REINSTALL EXIST BASKETBALL GOALS, AND BENCH. REPAINT COURT MARKINGS. CONTRACTOR SHALL COORDINATE WITH SAHA REPRESENTATIVE TO TEMPORARILY RELOCATE EXISTING PLAYGROUND DURING CONSTRUCTION. ONCE CONSTRUCTION IS COMPLETE, RETURN EXISTING PLAYGROUND TO ORIGINAL LOCATION. BACKFILL TUNNEL SHAFT WITH FLOWABLE FILL FROM BOTTOM OF SHAFT TO BOTTOM OF PAVEMENT. STA 6+29 TO STA. 6+ PROVIDE TEMPORARY CHAIN-LINK FENCING TO SECURE WORK AREA. BACKFILL AND PLATE OVER ACTIVE TRENCHES AT THE END OF EACH WORK DAY (NSPI.) HOT MIX ASPHALTIC PAVEMENT, TYPE D (3" COMPACTED DEPTH) 5 COSA 5. CURB LF 6 COSA 52. SIDEWALKS 9.5 REPLACING WITH HOT MIX ASPHALTIC 26 COSA 5.3 PAVEMENT (2" TYPE B) 26 COSA 5.3 PAVEMENT 8" DEPTH PORTLAND CEMENT 32 SAWS 55 TRENCH EXCAVATION SAFETY PROTECTION LF SAWS 848 2" PVC SANITARY SEWER LINE ('-4') LF SAWS " FRP SANITARY SEWER LINE (8'-22') LF SANITARY SEWER GLASS-FIBER SAWS 853. REINFORCED POLYESTER MANHOLES EA 3 SANITARY SEWER GLASS-FIBER REINFORCED 2 SAWS POLYESTER MANHOLES EXTRA DEPTH VF 47 2 SAWS 856. JACKING, BORING, OR TUNNELING 54" LF 36" CARRIER PIPE FOR JACKING, BORING, 26 SAWS TUNNELING LF SAWS 862 ABANDONMENT OF SANITARY SEWER MAIN LF 27 SEWER MAIN TELEVISION INSPECTION (8" 32 SAWS 866 THROUGH 5" DIA.) LF 27 SEWER MAIN TELEVISION INSPECTION 34 SAWS 866 (27" THROUGH 36" DIA.) LF SAWS " CASING LF SALVAGE, HAUL, STOCKPILE ASPHALT COSA 28. PAVEMENT (3" DEPTH) COSA 52 HYDROMULCHING SAWS 866 EXISTING MAIN PRE-TELEVISING LF REMOVE AND REPLACE BASKETBALL COURT ALLOWANCE COSA 56.2 BERMUDA SODDING TEMPORARY CHAIN-LINK FENCE LF SAN ANTONIO W ATER STEM Date: NOV 25 SAWS JOB NO. Designed: HJC PHASE A C_5 - CULEBRA - CASTROVILLE TO LAREDO & C_28 - ZARZAMORA CREEK - SAN GABRIEL TO NW 23RD ST Drawn: GW M ADDENDUM GW M /22/5 NO. REVISION BY DATE 3 E. SONTERRA BLVD. STE. 25 SAN ANTONIO, TX TBPE REGISTRATION #F- 74 SAN ANTONIO W ATER STEM VERIFY SCALE BAR IS ONE INCH ON ORIGINAL " DRAWING. IF NOT ONE INCH ON THIS SHEET, ADJUST SCALE JEL P& P - STA. 57+ TO STA. 6+ SAW5. Reviewed: CP& Y Proj. No. SHEET C-A-3 SHEET 22 OF58