•••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• TRANSMIITAL OF ADDENDUM ******************•••••••••••••••••••••••••••••••••••••••••••••••••••••••••• •••••••••••••••••••• INSTRUCTIONS: Acknowledge reeeipt ofAddenda in Proposal, on outer envelope ofbid AND wrmTIlE FORM BELOW FAXED TO (972)4S4}. 7096 upon receipt . Addendum Acknowledgment FAX to (972) 450-7096 I Acknowledge the receipt ofAddendum No. 1 Town of: ADDISON, TEXAS Project Name: 02-47 Addison Arts and Events District By Facsimile Transmission on this date: October 22, 2002 Contractor'S Signature Company Name E-Mail Address: "PLEASE SIGN & FAX THIS PAGE BACK TO TOWN OF ADDISON" (as verification that you reeeived this Fax) 972-450-7096 Total Number of Pages: 49 Addendum No.2 02-47 Addison Am and Events District SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DOCUMENT 00902 ADDENDUM NO.2 DATE: October 22, 2002 TO: PROSPECTIVE BIDDERS FROM: SASAKI ASSOCIATES, INC. 64 Pleasant Street Watertown, Massachusetts 02172 PROJECT: ADDISON ARTS & EVENTS DISTRICT Addison, Texas This Addendum forms part of and modifies Bidding and Contract Documents dated September 3D, 2002. Acknowledge receipt of this Addendum in writing in space provided on Document "PROPOSAL FORM". This Addendum consists of twelve (12) pages plus attachments consisting of revised Project Manual Table of Contents; revised Proposal Form; list of Pre-Bid Conference attendees; revised Document 00015, List of Drawings; one newly issued Specifications Section 02782, Brick Pavers; one newly issued Specification Section 01500, Temporary Facilities and Controls; and two APpendix B attachments. Where any original flem called for in the Project Manual or indicated on the Drawings is supplemented hereby, the supplemental requirements shall be considered as added thereto. Where any original item Is amended, voided, or superseded hereby, the other provisions of such items not specifically amended, voided, or superseded shall remain in effect. Prebid Conference 1. A pre-bid conference was held at the Addison Town Hall on Tuesday, October 8, 2002. A copy of the list of attendees is attached to this Addendum. Table of Contents 1. The Table of Contents (pages TC-1 through 4) is revised. A copy of the Table of Contents, marked "Rev. October 21,2002", is attached to and made part of this Addendum. BIDDING REQUIREMENTS, CONTRACT FORMS. ANP CONPITIONS OF THE CONTRACT Advertisement for Bids 1. Paragraph 1., bid opening date has been changed from "October 22,2002" to "November 5, 2002". Bid opening time of 2:00p.m. remains unchanged. 2. Paragraph 8., rod the following sentence: "For information on electrical or mechanical work to be performed, call Keith Gassman at Campos Engineering (214) 696-6291. October 21, 2002 00902 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON. TEXAS Instructions to Bidders 1. ModifY Paragraph S as follows: Increase the amount of Daily Value from $1.000.00 10 $3.000.00. Increase the tolal incentive payment not to exceed amount from $100,000.00 10 $180,000.00. 2. ModifY Paragraph T as follows: (il Increase the incentive payment Daily Value amount from $1.000.00 to $3,000.00: (ii) Amend the first senlence of the fifth paragraph to read as follows: :Should the Contractor fail to finally complete the Contract on or before expiration of the Allowable Contract TIme, as adjusted in accordance with the provisions above. Ihe Town shall deduct from the moneys due the Contractor an amount equal to one-third of the Daily Value as shown in Provision "S" (or $1,000.00) above for each calendar day final complenon exceeds the Allowable Contract Time.:. Proposal FOrm 1. Proposal Form (Pages 1 through 4) is replaced. A copy of the new Proposal Form is attached to and made part of this Addendum. Document 00510 -Agreement 1. Standard Form of Agreement Between Owner and Contractor -AlA Document A101/CMa (As Amended): MOdifY Paragraph 7.4.1 as follows: (i) Increase the incentive payment Daily Value amount from $1,000.00 10 $3,000.00 (first sentence of the firs! paragraph): OJ) Amend the first sentence of the fifth paragraph to read as follows: "Should the Contractor fail to finally complele the Contract on or belare expiration of Ihe Allowable Contract Time. as adjusted, the Town shall deduct from the moneys due the Contractor an amount equal to one-third of the Daily Value as shown in Provision "S" 01 the Instructions to Bidders (such amount being $1,000.00) lor each calendar day final completion exceeds Ihe Allowable Contract Time.:. Document 00015 -Ust of Drawings 1. Document 00015, List 01 Drawings (pages 00015 -1 through 3) is revised. A copy 01 the revised Document, marked "Rev. October 21, 2002", is attached to and made pari 01 this Addendum. SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS Section 01330 -Submittals 1. Page 0133Q,.7, subparagraph 1.12B.2., change the words "REVIEWED AS NOTED" 10 'REVIEWED AS NOTED, PROCEED". Section 01500 -Tempora" Facilities and Controls 1. Section 01500, Temporary Facilities and Controls (pages 0150Q,.1 through 9) is issued. A copy of this newly issued section, marked "Iss. October 21, 2002", is attached to and made part of this Addendum. October 21, 2002 00902 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DiViSION 2 -SITE CONSTRUCTION Sectign 02510 Water System 1. Page 02510 ·6, delete subparagraph 2.07B.1., and replace wfth the following: "1. Double check valve backflow prevention assembly equal to Hersey Model No.2 Double Check Valve Backflow Prevention Assembly." 2. Page 02510·7, Paragraph 2.10A .. add the following after A.7: "Contractor shall also provide and inslall copper tracer wire in addition to, and in the same locations as, detector tape." 3. Page 02510·8, delete Paragraph 2,12C., and replace with the following: "C. Vault chambers shall be precast concrete with extension for aluminum hatchway. Hatchway shall be spring assisted with Y. in. thick aluminum diamond plate cover and Y. in. thick extruded aluminum frame. Hatch shall be furnished with 316 stainless steel snap lock and hinges." 4. Page 02510 ·8, Paragraph 2.13 A., add the follOWing sentence: "All hydrants shall be provided with optional screw--on vacuum breaker." Section 02782 -Brick Pavers 1. Section 02782, Brick Pavers (pages 02782·1 through 9) is issued. A copy of this newly issued seCtion, marked "Iss. October 21, 2002", is allached to and made part of this Addendum. Sectign 02815 -Fountains 1. Page 02815 -7, paragraph 2.0BA, last paragraph, revise rating for electrical control panel for fountain equipment to "NEMA 3R enclosure construction". Section 02930 -Trees, Plants and Ground Covers 1. Page 02930-10, adds Paragraph 2.16. as follows: "2.16 STEEL EDGING A. Steel edging shall be Border Concepts Edging, "Border Guard", manufactured by Ebrder Concepts, Inc., P.O. Box 471185, Charlotte, NC 28247 or approved equal. Steel edging shall be shop fabricated, 3/16 in. thick x 4 in. deep, primed and painted black. Edging shall be furnished in 16 ft. lengths. 1. Steel edging shall have slotted holes for slaking steel edging every 30 in. o.c. 2. Steel stakes shall be 15 in. long, tapered. 3. Provide manufacture~s end stake and splicer unit. October 21, 2002 00902 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 4. Provide manufacturers standard touch-up paint for in field touch-up of scratched or marred areas." 2. Page 02930-13, add Paragraph 3.18. as follows: "3.18 STEEL EDGING A. Steel edging shall be installed at locations indicated on the Drawings. Where required, edging shall be cut square and accurately to required length, 1. Steel edging shall be securely staked in required position. Stakes shall be driven every 30 in. o.c. along length of edging. 2. Adjacent lengths of edging shall be spliced together with manufacturer's standard splicer unit. 3. Edging shall be set plumb and vertical at required line and grade. Straights sections shall not be wavy; curved sections shall be smooth and shall have no kinks or sharp bends," DIVISION 9 -FINISHES Section 09900 -Painting 1. Page 09900-2, Paragraph 1.06 is deleted. DIVISION 13 -SPECIAL CONSTRUCTION Section 13600 Misting and Cooling Svstem 1. Section 13600, Misting and Cooling System (pages 13600-1 through 5) is deleted in its entirety. DIVISION 15 MECHANICAL Seelion 15060 -Piping and Accessories 1. Page 15060-2, Paragraph 2.1.C.1, delete all words after 'wrought copper fittings". Section 15440 Plumbina Pumps 1, Page 15440-2, Paragraph 2.1.D, delete and replace with the following: "D. Duplex pumps shall be operated by diaphragm actuated micro switches/level sensors designed for wet well applications. The pump manufacturer shall furnish magnetic starters, disconnect gasketed fiberglass switches, HOA selector switches and electric alternators all mounted in one gasketed fiberglass enclosure for wall mounting which meets NEMA 4X. Enclosure shall be provided with a single point to electrical connection. A separate high water alarm with a NEMA 4X enclosure shall be fumished wlih panel mounted alarm hom." 2. Page 15440-2, Paragraph 2.1.E, in line 4, insert "4X" in blank after "NEMA". October 21, 2002 00902 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS Section 15830 -ventilation Fans and Equipment 1. Page 15830-2, Paragraph 2.3.A, delete and replace with the following: "A. Below grade ductwork shall be aluminized continuous welded seam helically corrugated steel pipe. The pipe shall be coated with a bHuminous protective film coating equal to Cartex 485. Pipe shall be 161lauge construction with 2-2/3 pitch x W' deep corrugations. Pipe shall be fabricated in accordance with AASHTO Specification M36. Pipe shall be joined using coupling bands (with plugs and lugs) constructed of the same base metal and coating as the pipe. Between the corrugations, the band shall be fiat to allow setting of two O-ring gaskets to be installed in the first corrugation of each pipe to be joined. (). rings shall conform to ASTM C361. The installed ductwork assembly shall be tested in accordance with SMACNA for Leakage Class 3. Pipe and coupling bands shall be Contech Construction Products or approved equal: DIVISION 16 -ELECTRICAL Section 16525 -Site Lighting 1. Page 16525-3, delete Paragraph 2.02H., and insert the following: "H. Garden Lights: shall be "Model PPL-2546/Brown Patina/35W I6MH/277V, manufactured by Teka Illumination, Templeton, CA 93465, or approved equal." APPENDIX Appendix B -Town of Addison Public Works Department General Construction Notes 1. Delete Drawing No. DDBP-AD regarding backftow preventer assembly. 2. Add Drawing Nos. FMC-ADS and BP-AD (attached) for Town of Addison approved water meter with vault and backftow preventer with vault. DRAWINGS Drawing CO-O -Sheet Index 1. Eliminate drawing numbers C7-15, L4-1 and L4-2. Drawing C1-1 Site Preparation/Demolition/Erosion Control Plan 1. Eliminate all haybales. 2. Extend silt fence along perimeter of Quorum Drive, Addison Circle Drive, and Addison Road. Drawing C1-2 Site PreparationiDemolition/Erosion Control Plan 1. Add note 16. "AII salvaged items are to be delivered to the Town of Addison, Kellway Lift Station, 4245 Kellway Circle, Addison, Texas 75001". 75001". 2, Eliminate all haybales October 21, 2002 00902 ADDENDUM NO.2 SA 14516,00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 3, Extend silt fence along perimeter of Quorum Drive, Addison Circle Drive and Addison Road, 4, Remove Pavilion building limit of work line, 5, Note existing building has been removed. 6, Note to remove cone for manhole to be abandoned. 7. Revise limn of work line, SE comer of project site. Drawing Cl-3 -Site Preparation/Demolition/Erosion Control Plan 1, Remove haybales from Legend, 2. Add notes regarding protection of storm drainage inlet structures. 3, Note cone to be removed for manhole to be abandoned. 4. Abandon additional manhole, cap and plug pipe on north side of it. 5. Extend limit of work to include area of water main extension to Broadway Street. Drawjng C2-1 -Materials Plan 1, Indicate paved areas to be constructed with 8" slab depth. 2. Add areas of reinforced earth, 3. Add revised paving symbols and symbol for 8" slab depth paving to Legend. 4. Revise Pergola section reference. 5. Changed symbols for brick and concrete paving, Drawing C2-2 -Materials Plan 1, Indicate paved areas to be constructed with 8" slab depth. 2. Add areas of reinforced earth. 3. Revise limit of work at SE comer of project sile, eliminate reconstruction of roadway and sidewalk pavement in this area. 4, Revise detail title for paving at Pavilion, 5, Changed symbols for brick and concrete paving, Drawing C2-3 -Layout Plan 1. Add areas of reinforced earth with dimensions, 2. Add drawing reference for layout coordinates to comers of electrical room, October 21, 2002 00902 ADDENDUM NO, 2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS Drawing C24 Layout Plan 1. Add areas of reinforced earth with dimensions. 2. Revise limit of work SE comer of project site, add detail reference. Drawing C30 1 Grading & Drainage Plan 1. Add invert elevation abbreviation to Legend. 2. Add 8" cleanout ports to Retention Fields 1 and 2. 3. Revise 6" cleanout ports to 10" and relocate to pipe ends for Retention Fields 1 and 2. 4. Add underdrain around electrical room, extend 10 storm drain line and indicate Invert elevations. 5. Revise invert elevation of tree pit underdrain on Addison Circle Drive. 6. Revise invert elevation out, DMH 4A. 7. At DMH 4, revise invert elevation 628.86 reference to DMH 4A. 8. Add note and indication of electrical equipment mounted on renee panel. Drawing C3-2 Grading & Drainage Plan 1. Revise 36" RCP storm sewer from DMH 11 to connect to existing 60" RCP at SE corner of project site. Add note to protect existing curb and roadway for this work. Revise limit of work in this area. 2. Revise curb inlets 9 and 10 to 6' Ree. Inlet. 3. Revise R16 Inlet invert elevations. 4. Revise DMH 11 invert elevations for 24' RCP and invert out. 5. Revise R15 Inlet invert elevations. 6. Revise pipe between R13 and R15 inlets to 21". 7. Revise R14 Inlet invert elevations. 8. Revise R13 Inlet invert elevation out. 9. Add underdrain around fountain vault, extend to SMH 7 and add invert elevations. 10. Revise invert elevation at underdrain adjacent to Addison Circle Drive Sidewalk. 11. Revise 6" cleanout ports to 10" and relocate to pipe ends for Retention Field 3. 12. Add 8" cleanoul ports to Retention Field 3. 13. Revise length of RCP from DMH 11 to connection at 60" storm sewer. 14. Revise slope of 30' length of storm drain pipe from DMH 11 to east. October 21. 2002 00902 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 15. Revise invert elevation of Wye connection immediately north of DMH 11. 16. Revise slope of 86' length of storm drain pipe from R12 !O R14. 17. Revise invert elevations of underdrain near southwest comer of Pavilion building. 18. Add invert elevation abbreviation to legend. Drawing C4-1 -Utilities Plan 1. Revise water system main size and layout within project site. 2. Add water meter with vault and backflow preventer with vault on 8" water main. 3. Add curb valve boxes for drinking fountains. 4. Delete connection of 8" water main to existing main On Addison Circle Drive. 5. Revise yard hydrant connections to 8" water main. 6. Add/revise coordinates for water system layout. Drawino C4-2 Utilities Plan 1. Revise water system main size and layout within project site, including gate valves at tee connections. 2. Add waler meter with vaull and backflow preventer with vault on 8" water main. 3. Revise yard hydrant connections to 8" water main. 4. Add/revise coordinates for water system layout. 5. Revise slope and invert elevations of 6" sanitary sewer line. 6. Revise pipe routing for one yard hydrant connection to 8" water main. 7. Add note regarding 12" water main connection to existing 24" main on Quorum Drive. 8. Revise storm drainage outfall connection at SE comer of project site, including limit of work. 9. Add underdrain for fountain vault with connection to SMH 7. 10. Revise slope for 40' sewer pipe from SMH 7 to existing SMH. 11. Revise invert elevation at existing SMH, NE comer of project site. 12. Revise invert elevations and add invert elevation at SMH 7 for underdrain connection. 13. Revise slope on 155' of sewer pipe from SMH 6 to SMH 7. 14. Revise invert elevation at SMH 6. October 21, 2002 00902 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON. TEXAS 15. Revise invert elevation at SMH 5. 16. Revise sewer pipe stub invert elevation at Pavilion building. 17. Revise slope of 270' sewer pipe from SMH 4 to SMH 5. Drawing Ce shall be applied by mopping, squeegeeing, or troweling over the top surface of the bituminous setting bed so as to provide a bond under the pavers. 1. If adhesive is trowel-applied, trowel shall be serrated type with serrations no! to exceed 1/16 in. 3.04 SETTING BRICK PAVERS (BITUMINOUS SETTING BED) A. Brick pavers shall be on a bituminous setting bed over a prepared concrete base. All setting shall be done by competent masons under adequate supervision. B. Brick pavers with chips, cracks, stains, or other defects which might be visible in the finished work shall not be used. C. After the modified asphalt adhesive is applied, carefully place the pavers by hand in straight courses wi!h hand tight Joints and uniform top surface. D. Brick pavers shall be set true to the required lines and grades in the pattern detailed on !he Drawings. Brick pavers shall be neatly cut and fitted at all perimeters and closures to fit neatly and closely, with joints uniform in thickness. Pavers shall be cut wi!h a water-<:ooled, cut-off wheel masonry saw using a diamond blade. 3.05 JOINT TREATMENT (BITUMINOUS SETTING BED) A. Joints between pavers shall be hand tight and shall be uniform in thickness. Joint thickness shall not exceed 1/4 in. B. Joint filler shall be SNep! dry into the joints between pavers until the Joints are completely filled. Surface shall be swep! clean. Swept surface shall than be thoroughly dampened w~h a low-volume fine spray of water. 3.06 SETTING BRICK PAVERS (MORTAR SETTING BED) Iss. October 21, 2002 02782 -7 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS A, Brick pavers shall be set on a mortar setting bed over a prepared concrete base slab, All setting shall be done by competent masons under adequate supervision, B, Blick pavers with chips, cracks, slains, or other defects which might be visible in the finished work shall not be used, C, Bond coat shall be applied to concrete base slab using flat trowel. Thickness of bond coat shall be approximately 1116 in. D. Mortar bed shall be spread evenly over the troweled bond coat. Mortar setting shall be 314 in. thick, minimum, Bond coat shall be applied to mortar bed using fiat trowel to thickness of 1116 in. E. Before setting, the back of each brick shall be dampened and shall receive a slurry of mortar to ensure maximum contact with mortar bed, Each piece shall be carefully bedded in a full bed of mortar and tapped home to a full and solid bearing, Particular care shall be exercised to equalize bed and joint openings and eliminate the need for redressing redressing of exposed surfaces, F, Brick pavers shall be set true to the required lines and grades in the pattern detailed on the Drawings. Brick pavers shall be neatly cut and fitted at all perimeters and closures 10 fit neatly and closely, with jOints uniform in thickness. Pavers shall be cut with a water-oled, cut-off wheel masonry saw using a diamond blade, G, Exposed surfaces shall be kept free from mortar at all times, Excess mortar shall be immediately removed before latex modified mortar can set. 3.07 JOINT TREATMENT (MORTAR SETIING BED) A, Brick joints shall be uniform in thickness, All joints except expansion joints shall be 318 in. thick, Expansion joints shall be 112 in, thick, B, All joints, except expansion joints, shall be completely filled with mortar, then raked out to a depth of not less than 314 in. Raked joints shall be brushed clean and pointed wHh mortar grout to a flat culjoin!. 1. Mortar grout between brick shall be unifonn in appearance, texture, and color. 2, After initial set of grout. joints shall be finished by tooling wHh a rounded, non-staining jointer to produce a glassy-hard polished, slightly, concaVe joint, free of drying cracks, C. Brick paving shall be kept damp by intermittent spraying for three days, minimum, to effectively cure the joints. 3.08 SAND SETIING BED A, Sand shall be spread over concreta base slab as a setting bed for pavers, Sand shall be spread and leveled to required slope and grade. Minimum thickness of sand shall be 1 in. after leveling, Bed shall not be compacted until pavers are installed. B. Surface tolerance shall be within 114 in. of required grade as measured with a 10 ft, straightedge in both the transverse and longitudinal directions, 3,09 SETIING BRICK PAVERS (SAND SETIING BED) Iss. October 21, 2002 02782 -8 BRICK PAVERS SA 14516.00 ADDISON ARTS 8. EVENTS DISTRICT ADDISON, TEXAS A. Setting bed shall be protected from damage prior to setting pavers. B. Setting shall be done by competent workmen under adequate supervision, and in accordance with manufacturer's recommendations. Pavers shall be placed on the setting bed, to true line and plane and in required position, C. Pavers with chips, cracks, or other structural or aesthelic defects shall not be used. D. Pavers shall be sel true to the required lines and grades in the pattem detailed on the Drawings. Pavers shall be tightly butted. Joints between pavers shall be uniform and shall not exceed 118 in. E. After a sufficient area of pavers has been installed, bricks shall be sel to their final level in accordance with brick manufacturer's printed instructions. After setting brick in setting bed, joints of pavers shall be filled by sweeping sand into the JOints. When joints are filled, paver surfaces shall be misted with a fine spray of water 10 settle joint material. After Joint material has dried, repeat joint filling and sweeping process. F. Where required, pavers shall be accurately cut with a masonry or concrete saw. Cut edges shall be plumb and straight. Scoring and breaking will not be acceptable. 3.10 SETIING BRICK PAVERS (EPOXY SETIING BED) A. Brick pavers shall be set on aluminum fountain vault hatch cover in accordance with epoxy adhesive manufacturer's prinled instructions. B. Pavers shall be set in the pattem detailed on the Drawings, Pavers shall be tightly butted. Joints between pavers shall be unifonn and shall not exceed 118 in. C. Where required, pavers shall be accurately cut wilh a masonry or concrete saw. Cut edges shall be plumb and straight. Scoring and breaking will not be acceptable. 3.11 CLEANING AND PROTECTION OF BRICK SURFACES A. Alter completion of bock paving, surfaces shall be carefully cleaned, removing all dirt. excess sand, filier, and stains. B. Completed brick surfaces shall be thoroughly cleaned of wax coating using a sleam jenny or other method approved by the Architect. 1. Steam jenny shall have a capacity of 150 gal. per hour at 120 psi and 3250 F. coil temperature. END OF SECTION Iss. October 21,2002 02782 -9 BRICK PAVERS b I .J.. 10'" _ -r~",.-,--;--L --.--17.'. PLAN VIEW 36" • 4!l" AlUM~U'" HATCHWAY _/COHCRElE 00, OPTIONAl. --,,....... SpeclflcaUons CONCRETE : RElNFORCEI.IENT: STEEl COlIER: Closs 1 concrete with desrgn strength of 4500 pg at 28 do~ Unit 15 of monoUthTc, construc.tion ot floor ond frtSl stoge of woU with sectional rlur to tequlred depth. Glade 60 reinforced. Steel febor conformbg to ASN 1\615 on required cent.... or equo!.51'_ ASSISlED AlU/J, 36" X 4!l" HATCHWAY. Engineering Data F1eId excavation be fumlshed with ~16 Slornl... Stee! """" !oc:l< & hinges. Engineering Data The _ .... _1sh~ b. lottery _bled In .....t a: h)'lltostolic:olly tested 1'1'10< to delivery, Fl.ld e.",,,,,,llon a: properotlon sholl b. """,plot. prlot to deIIYery. Pip........ ond fitlln!/S or the ......lIIy ""011 b. ""pro.... by one ... m .... of the following _",lions: AAWWA ~ .. ~----".. October 21, 2002, PRECAST cctlCIlETE uo _/CAST IN ALUMINUI,4 HATCHWAY SPRING ASSISTEO DUClll£ IRON OR STUB-OUT '-----1~-I.fJ • FLG ADAPTOR 3" THRU BACKFLOW DWG. NO. BP-AD , Addendum No. 2 Addison Arts & Events District Pre-Bid Conference October a, 2002 Phone EaK I· DrAA.1 Yv\(fJ 11<1·1)AL l?I.~ay ~l·tft(·'l-'~G. ~(.., 'itt. ot'll{ JAAi-r l-ee TIU~SC>4-P6" el'7·4 il~l.Q&P in-:4 rI·Of.lS SMe SrilC#Atl4 m:H' dE /JA4dtJt:/'j?z-1"A:> -1369 'tz.·m-Z3:f~ ll(l\ .M-q~-">4'~ J4'Ft==' Wi I..-f T~14th'" ql'Z~4W-~Di) 'l 'f8~-~W ~e. AUI CQr.a~11:1fl.S ell-~"lb -4?11 911-126 -419,. '-'0 IlA ~11Jc;1ol~IFF ~~... ;~Co _ -z,.\c.{o. "75· ~~"'" Cin. K9."~" tAe N\FN ""r1"!,."b' ::tOWN ~,.tter' ~]2..1S;o-1M o.p.=1s0:ca43 !:h,.,Pu..AL( ([4trje,./f p."tlt Q71..'4 I.J.-llG. 9'l1..·f«,..fI'f" -. >, •• . I ."-,,, END OF ADDENDUM The undersigned bidder hereby certifies that the Addendum No. 2 has been incorporated in the contract and if accepted becomes part ofthe contract. By:'--_____________ Date",:___ Addendum No.2 02-47 Addison Arts and Evenls Dismct SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DOCUMENT 00902 ADDENDUM NO.2 DATE: October 18, 2002 TO: PROSPECTIVE BIDDERS FROM: SASAKI ASSOCIATES, INC. 64 Pleasant Street Watertown, Massachusetts 02172 PROJECT: ADDISON ARTS & EVENTS DISTRICT Addison, Texas This Addendum forms part of and modifies Bidding and Contract Documents dated September 30, 2002. Acknowledge receipt of this Addendum in writing in space provided on Document "PROPOSAL FORM". This Addendum consists of ten (10) pages plus attachments consisting of revised Project Manual Table of Contents; revised Proposal Form; list of Pre-Bid Conference attendees; revised Document 00015, List of Drawings; and one newly issued Specifications Section 02782, Brick Pavers. Where any original item called for in the Project Manual or indicated on the Drawings is supplemented hereby, the supplemental requirements shall be considered as added thereto. Where any original item is amended, voided, or superseded hereby, the other provisions of such items items not specifically amended, voided, or superseded shall remain in effect. Prebid Conference 1. A prebid conference was held at the Addison Town Hall on Tuesday, October 8, 2002. A copy of the list of attendees is attached to this Addendum. Table of Contents 1. The Table of Contents (pages TC-1 through 4) is revised. A copy of the Table of Contents, marked "Rev. October 18, 2002", is attached to and made part of this Addendum. BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT Advertisement for Bids 1. Paragraph 1., bid opening date has been changed from "October 22, 2002" to "November 5, 2002". Bid opening time of 2:00p.m. remains unchanged. 2. Paragraph 8., add the following sentence: "For information on electrical or mechanical work to be performed, call Keith Gassman at Campos Engineering (214) 696-6291. October 21, 2002 00902 -1 ADDENDUM NO.2 SA 14516,00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS Instructions to Bidders 1. Modify Paragraph S as follows: Increase the amount of Daily Value from $1,000.00 to $3,000,00, Increase the total incentive payment not to exceed amount from $100,000 to $180,000.0t?.. ...-6<;::--2. Modify Paragraph T as follows: (i) Increase the incentive payment Daily Value amount from $1,000.00 to $3,000,00: (ii) Amend the first sentence of the fifth paragraph to read as follows: :Should the Contractor fail to finally complete the Contract on or before expiration of the Allowable Contract Time, as adjusted in accordance with the provisions above, the Town shall deduct from the moneys due the Contractor an amount equal to one-third of the Daily Value as shown in Provision "S· (or $1,000.00) above for each calendar day final completion exceeds the Allowable Contract Time.:, Proposal Form 1. Proposal Form (pages 1 through 4) is replaced, A copy of the new Proposal Form is attached to and made part of this Addendum. Document Document 00510 -Agreement 1. Standard Form of Agreement Between Owner and Contractor· AlA Document A101/CMa (As Amended): Modify Paragraph 7.4.1 as follows: (i) Increase the incentive payment Daily Value amount from $1,000,00 to $3,000,00 (first sentence of the first paragraph): (ii) Amend the first sentence of the fifth paragraph to read as follows: "Should the Contractor fail to finally complete the Contract on or before expiration of the Allowable Contract Time, as adjusted, the Town shall deduct from the moneys due the Contractor an amount equal to one-third of the Daily Value as shown in Provision "SO of the Instructions to Bidders (such amount being $1,000,00) for each calendar day final completion exceeds the Allowable Contract Time,:. Document 00015 -list of Drawings 1. Document 00015, List of Drawings (pages 00015 -1 through 3) is revised. A copy of the revised Document, marked "Rev. October 18, 2002", is attached to and made part of this Addendum, SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS Section 01330 -Submittals 1, Page 01330-7, subparagraph 1.12B,2" change the words "REVIEWED AS NOTED" to 'REVIEWED AS NOTED, PROCEED". DIVISION 2 -SITE CONSTRUCTION Section 02510 -Water System 1. Page 02510 -6, delete subparagraph 2,078.1., and replace with the following: "1. Double check valve backflow prevention assembly equal to Hersey Model No.2 Double Check Valve Backflow Prevention Assembly." October 21, 2002 00902 -2 ADDENDUM NO, 2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT POfl' 'T pet.e.k -I (3t.7J ,A-17); ADDISON, TEXAS /2. Page 02510 -71 delete Paragraph 2.10 , and replace with the following: "A. Detector wire for I entl Ication of Water main locations shall be copper wire." 3. Page 02510 -8, delete Paragraph 2.12C., and replace with the following: "C. Vault chambers shall have precast concrete lid with cast in Xi in. aluminum diamond plate cover, with Xi in. extruded aluminum frame. Hatch shall be furnished with 316 stainless steel snap lock and hinges." Section 02782 Brick Pavers 1. Section 02782, Brick Pavers (pages 02782-1 through 9) is issued. A copy of this newly issued section, marked "Iss. October 18, 2002", is attached to and made part of this Addendum. Section 02815 -Fountains 1. Page 02815 -7, paragraph 2.06A, last paragraph, revise rating for electrical control panel for fountain equipment to "NEMA 3R enclosure construction". Section 02930 Trees, Plants and Ground Covers 1. Page 02930-10, add Paragraph 2,16. as follows: "2.16 STEEL EDGING A Steel edging shall be Border Concepts Edging, "Border Guard", manufactured by Border Concepts, Inc., P.O. Box 471185, Chanotte, NC 28247 or approved equal. Steel edging shall be shop fabricated, 3/16 in. thick x 4 in. deep, primed and painted black. Edging shall be furnished in 16 ft. lengths. 1. Steel edging shall have slotted holes for staking steel edging every 30 in. o.c, 2. Steel stakes shall be 15 in. long, tapered. 3. Provide manufacturer's end stake and splicer unit. 4. Provide manufacturer's standard touch-up paint for in field touch-Up of scratched or marred areas: 2. Page 02930-13, add Paragraph 3.18. as follows: "3.18 STEEL EDGING A Steel edging shall be installed at locations indicated on the Drawings. Where required, edging shall be cut square and accurately to required length. 1. Steel edging shall be securely staked in required position. Stakes shall be driven every 30 in. o.c, along length of edging. 2, Adjacent lengths of edging shall be splicad together with manufacturer's standard splicer unit. 3. Edging shall be set plumb and vertical at required line and grade. Straights sections shall not be wavy; curved sections shall be smooth and shall have no kinks or sharp bends: October 21, 2002 00902 -3 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DIVISION 9 -FINISHES Section 09900 -Painting 1. Page 09900-2, Paragraph 1.06 is deleted. DIVISION 13 -SPECIAL CONSTRUCTION Section 13600 -Misting and Cooling System 1. Section 13600, Misting and Cooling System (pages 13600-1 through 5) is deleted in its entirety. Division 16 -ELECTRICAL Section 16525 -Site Lighting 1. Page 16525-3, delete Paragraph 2.02H., and insert the following: "H. Garden Lights: shall be "Model PPL-2546/Brown Patinal35W t-6MHI277V, manufactured by Teka Illumination, Templeton, CA 93465, or approved equal." APPENDIX Appendix B -Town of Addison Public Works Department General Construction Notes 1. Delete Drawing No. DDBP-AD regarding backflow preventer assembly. 2. Add Drawing Nos. FMC-AD8 and BP-AD (attached) for Town of Addison approved water meter with vault and backflow preventer with vault. DRAWINGS CIVIL Drawing C1-1-Site Preparation/Demolition/Erosion Control Plan . ./he. r",terl:s _ f/Z ".1-on. elC ;rt;.o/1/t; w( m £tell -Teflt Ffr ~c. ~ -'--r M.Y 2. Extend sill fence along perimeter of Quorum Drive, Addison Circle Drive, and Addison Road. t.e..vCf. 11+ op(/l/te-f ' Drawing C1-2 -Site Preparation/Demolition/Erosion Control Plan 1. Add note 16. "All salvaged items are to be delivered to the Town of Addison, Kellway Lift Station, 4245 Kellway Circle, Addison, Texas 75001", 2. Eliminate all haybales 3. Extend silt fence along perimeter of Quorum Drive, Addison Circle Drive and Addison Road. 4. Remove Pavilion building limit of work line. 5. Note existing building has been removed. October 21, 2002 00902 -4 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 6. Note to remove cone for manhole to be abandoned. 7. Revise limit of work line, SE corner of project site. Drawing Cl-3 -Site Preparation/Demolition/Erosion Control Plan 1. Remove haybales from Legend. 2. Note cone to be removed for manhole to be abandoned. 3. Abandon additional manhole, cap and plug pipe on north side of it Drawing C2-1 -Materials Plan 1. Indicate paved areas to be constructed with 8" slab depth. 2. Add areas of reinforced earth. 3. Add paving symbols to Legend. trawing C2-2 -Materials Plan 1. Indicate paved areas to be constructed with 8" slab depth. 2. Add areas of reinforced earth. 3. Revise limit of work at SE corner of project site, eliminate reccnstruction of roadway and sidewalk "'"toit: pavement in this area. ~Revise Pergola section reference. Drawing C2-3 -Layout Plan 1. Add areas of reinforced earth with dimensions. OI? "urr I"10>2. Add layout coordinates to comers of electrical room. Drawing C2-4 -Lavout Plan 1. Add areas of reinforced earth with dimensions. 2. Revise limit of work SE corner of project site, add detail reference. Drawing C3-1 -Grading & Drainage Plan 1. Add invert elevation abbreviation to Legend. 2. Add 8" cleanout ports to Retention FieldS 1 and 2. 3. Revise 6" cleanout ports to 10' and relocate to pipe ends for Retention Fields 1 and 2. October 21, 2002 00902 -5 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 4. Add underdrain around electrical room, extend to storm drain line and indicate invert elevations. 5. Revise invert elevation of tree pit underdrain on Addison Circle Drive. !NvnT 6. Revise invert elevation out, DMH 4A ---?>t:t e~o'V (ovr) /<;. S 1lr.L 7. At DMH 4, revise invert elevation 628.86 reference to DMH 4A/Drawing C3-2 -Grading & Drainage Plan 1. Revise 36" RCP stonrn sewer from DMH 11 to connect to existing 60' RCP at SE corner of project site. Add note to protect existing curb and roadway for this work. 2. Revise curb inlets 9 and 10 to 6' Rec. Inlet 3, Revise R161nlet invert elevations. 4, Revise DMH 11 invert elevations for 24" RCP and invert out 5, Revise R151nlet invert elevations. 6, Revise pipe between R13 and R15 inlets to 21", 7, Revise R14 Inlet invert elevations. 8. Revise R 13 Inlet invert elevation out. 9. Add underdrain around fountain vault, extend to SMH 7 and add invert elevations.·10. Revise invert elevation at underdrain adjacent to Addison Circle Drive Sidewalk. 11. Revise 6" cleanout ports to 10" and relocatee to pipe ends for Retention Field 3, Drawing C4-1 -Utilities Plan 1. Revise water system main size and layout within project site, 2, Add water meter with vault and backflow preventer with vault on 8" water main. 3. Revise pipe connections for drinking fountains. 4. Delete connection of 8" water main to existing main on Addison Circle Drive. 5. Revise yard hydrant connections to 8" water main. f2-e. L-o C4n;:/N J l/!"Vee. j) rWT I '1/-(," (~p 12-l4--i'(f'e IS _ "A-r-C' /..k1J l'1 ,Drawing C4-2 Utilities Plan 1. Revise water system main size and layout within project site, AT 8'/I VYJ L Ie2. Add water meter with vault and backflow preventer with vault on 8" water main. c>tV e4-tf/51 J)e ttF 3. Revise yard hydrant connections to 8" water main. Tee /~T v/tVt:.-j4, Add/revise coordinates for water system layout, -rWl U V'Y1J"""'"' IfJ fAr >V' ?l1V ..u, .e~,5rkrOctober 21, 2002 00902 -6 ADDENDUM NO, 2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 5. Revise slope and invert elevations of 6" sanitary sewer line. 6. Revise pipe size for yard hydrant connections. 7. Add note regarding 12" water main connection to existing 24" main on Quorum Drive. 8. Revise storm drainage outfall connection at SE corner of project site, including limit of work. Drawing C4-3 -Utilities Plan 1. Extend 8" water line south to connection with existing 8" main on Broadway Street. Add gate valves. 2. Add fire hydrant on 8' water line extension. 3. Add note to repair asphalt pavement as required for water line construction. Drawing C5-1 -Materials Plan Detail 1. Add expansion jOint locations to pavement around Pavilion. 2. Revise detail reference for paving at Pavilion. Drawing C5-4 -Paving and Layout Plan Detail 1. Add note regarding new brick paving at NE corner of Festival Way/Quorum Drive intersection. Drawing C6-1 -Pergola Plan and Details 1. Detail 1: Add conduits to elevation and note regarding location of lighting and outlet conduits in columns. 2. Detail 5: Add note regarding vine planting pocket locations and dimensions, revise length of eye .y. bolt. P;' * .~) .,Spee( r7 t..e4'V ~/V~k C''''' /~.A /, f ;., , ejb. ;n Drawing C6-2 -Pergola Elevations 1. Eliminate Note 2 (misting system eliminated). Drawing C7-1 -Site Details 1, Detail 1: Add notes regarding contrasting color for handicap ramp and compliance with current accessibility standards. 2. Detail 3: Revise reinforcing spacing to 18" o.C. 3. Detail 4: Revise reinforcing spacing to 18" o,C. 4. Detail 6: Revise reinforcing spacing to 18" o.C. 5. Detail 8: Revise reinforcing spacing to 18" o.C. 6. Detail 14: Revise curb reinforcing to include "l" bar. October 21, 2002 00902 -7 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS Drawing C7 -2 -Site Details 1. Detail 1: Add cross pitch note, add expansion joint at curb, add dowels at curb. 2. Detail 2: Add cross pitch note. 3. Detail 6: Revise painted crosswalk to white thermoplastic lines. 4. Detail 9: Revise note regarding drywell dimensions and material. \ " rzr.,IPr <0/ojl/5. Detail 13: Revise paving to full depth slab with doweled expansion joints ....... A 15 ree-.~ AWWA 3" THRU 10" DOUBLE CHECK BACKFLOW PRE VENTER ASSEMBLY SCALE NONE DWG. NO. 8/97 BP-AD October 21, 2002 Addendum No, 2 b j " "'FC: PARK EOUIP CO (800)256-8041 W()£I.; FMC-All!! IlI>.TE tAANUFACTURED 10" ""N. '---'-"'-HERSEY "'ODEL I T·-:7 c --'--.-:-:: -.L. ..,.., ~.PLAN VIEW 36" • 48' AUiMINL'" HATCHWAY wI COncRETE EXT. OPTIONAl ---,"-. HERSEY MODEL I r---.~-.-,'-:~'-"-:~-'-':-:'-:":-'-:;'-j-:-'.:.."~:,-,:r...,.-i 8'" COMBINA nON METER n'-----------' wi PIT PAX'S __'.•--;.._ ..__ --1 '. , . . ~ ',: ., PRECAST CONCRETE TOP I. r-wI UFTING INSERTS..,1/B" NRS GATE VALVES (TY? 2) 6'-0' 13'-0' ELEVATION SpecificatIons CONCRETE : REINFORCEMENT: STEEL COVER: Closs 1 concrete with desjgn strength of 450D PSI at 26 days. Unit Is of monolithic construction at floor ond first stage of woll with sectional riser to required depth~ GI'Ode 60 l'einfOl'ced. Steel I'ebol' conforming to ASTM A615 on required centers 01' equo( SPRING ASSSTED ALUM. 36" X 48" HATCHWAY. EngIneerIng Data Field excavotion ond pl'epol'otion sholl be cotnpleted prior to delivery of ossembfl" Use dimensional doto os shown. Pipe.valves and fittings 0 the assembly are oppl'oved by one or mOl'e of the following associations: ~ (i) <8>A AWWA PROJECT: CUSTOMER: ENGINEER j • Expect the gest • S" FIREIOOM. COMBINA nON WATER METER VAULT ASSEMBLY wI BY PASS SCAlE NONE REV, FMC-AD8OAT!' 1/99 October 21,2002 SA 14516,00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS SECTION 02782 BRICK PAVERSv' PART 1 GENERAL 1,00 RELATED DOCUMENTS A, The BiDDiNG REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT and applicable parts of DIVISION 1 -GENERAL REQUIREMENTS, as listed in the Table of Contents, shall be included in and made a part of this Section, 1,01 WORK INCLUDED A Provide all equipment and materials and do all work necessary to furnish and install the brick pavers, as indicated on the Drawings and as specified, B. 1,02 OWner has approximately 650 square feet of Glen Gary Autumn Haze brick pavers available for the Contrac pr' for work of this Section. They are currently in storage at the Service Center on stove DrIVe in Addison, Contractor shall be responsible for hauling pavers from storage ocatio to project site. RELATED WORK t,V-rv.,to~ A Examine Contract Documents for requirements that affect work of this Section, Other Specification Sections that directly relate to work of this Section include, but are not limited to: 1, Section 02300, EARTHWORK; Establishment of subgrade elevation. 2, Section 03300, CAST-iN-PLACE CONCRETE; Concrete base slab. 1.03 REFERENCES A Comply With applicable requirements of the following standards. Where these standards conflict with other specified requirements, the most restrictive requirement shall govern. 1. American Society for Testing and Materials (ASTM): C67 C91 C 144 C 150 C207 C 136 C 144 Sampling and Testing Brick and Structural Clay Tile Masonry Cement Aggregate for Masonry Mortar Portland Cement Hydrated Lime for Masonry Purposes Sieve Analysis of Fine and Coarse Aggregates Aggregate for Masonry Mortar Iss, October 21, 2002 02782 -1 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS C 216 Facing Brick (Solid Masonry Units Made from Clay or Shale) C902 Pedestrian and Light Traffic Paving Brick D36 Softening Point of Bitumen (Ring-and-Ball Apparatus) D 113 Ductility of Bituminous Materials D 3381 Viscosity-Graded Asphalt Cement for Use in Pavement Construction. 1.04 SUBMITTALS A. Samples: Furnish ten individual brick pavers as samples, showing extreme variations in color and textu re. B. Manufacturer's Product Date: Manufacturer's product data shall be submitted for the following items: Brick paver Soil separator Latex polymer mortar additive Mortar coloring additive Neoprene-modified asphalt adhesive C. Test Report: Submit reports from tests conforming to ASTM C 67 methods indicating: 1. Compressive strength, psi. 2. Absorption, 5 hr. submersion in cold water. 3. Absorption, 24 hr. submersion in cold water. 4. Maximum saturation coefficient. 5. Initial rate of absorption (suction). 6 Abrasion index. 7. Freeze-thaw. 8. Efflorescence. 1.05 SAMPLE PANELS A. Construct two sample panels of brick paving on the specified base and setting methods before start of any brick paving. 1. Sample panels shall exhibit proposed color range, texture, bond, jointing, pattern, and workmanship. 2. Size of panels shall be 6 ft. x 6 ft., minimum. Iss. October 21, 2002 02782 -2 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS B. Sample panels shall be inspected by the Architect. If the samples are not acceptable, construct additional panels at no cost to the Owner until acceptable panels are constructed. Accepted panesl shall become the standard for the entire job, and shall remain undisturbed until completion of all work. 1.06 DELIVERY, STORAGE, AND HANDLING A. Brick pavers shall be carefully packed by the supplier for shipment. 1. Waxed bricks shall have waxed surface protected with a paper separator or shall have waxed surfaces facing each other during delivery and storage. B. Brick shall be stored off the ground and protected against staining and other damage. 1. Waxed bricks shall be stored protected from the sun. C. Pavers damaged in any manner will be rejected and replaced with new materials at no additional cost to the Owner. 1.07 PROTECTION OF FINISHED SURFACES A. Finished surfaces adjacent to the brick paving work shall be adequately protected from soiling, staining, and other damage during construction. PART 2 PRODUCTS 2.01 CONCRETE BASE A. Concrete base slab shall conform to Section 03300, CAST-IN-PLACE CONCRETE. 2.02 BRICK PAVERS A Brick pavers shall meet or exceed the requirements of ASTM C 902, Class SX, Abrasion Type I, Application PS. B. Brick pavers shall be "Autumn Haze", Classic, actual 4 in. x 8 in. 2-1/4 in. size, manufactured by Glen-Gery Brick Corp., Reading, PA. C. Brick shall conform to the following requirements: 1. Average absorption, 24 hr. cold-water absorption test = 4% or less. 2. Average compressive strength of not less than 10,500 psi for any five bricks tested. 3. Capable of withstanding at least the equivalent of 100 cycles of freeze-thaw conditions. 4. Permissible paver tolerances shall conform to ANSI/ASTM C 902. 5. Paver shall not vary from nominal dimensions by more than 1/8 in. D. Color and texture shall match the sample at the office of the Architect, and shall be as approved by the Architect from samples submitted by the Contractor prior to delivery. E. Brick Shall be uniform in color, size, appearance, and dimenSions, and shall have smooth regular edges where they are closely butted. Iss. October 21, 2002 02782 -3 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS F. Brick shall have a lemporary wax coaling with a 1300F melting poinllo protect surface from latex"modified mortar. 2.03 BITUMINOUS SETTING BED A Asphalt cement to be used in the bituminous setting bed shall conform to ASTM D 3381. Viscosity grade shall be A.C. 10 or AC. 20. B. Fine aggregale 10 be used in the biluminous setting bed shall be clean, hard sand with durable particles and free from adherent coating, lumps of clay, alkali salts, and organic matter. Aggregate shall be uniformly graded from "coarse" 10 "fine" with 100% by weight passing the No. 4 sieve and shall meet the gradation requirements when tested in accordance with ASTM C 136. C. Fine aggregate shall be dried and shall be combined with hot asphalt cemen~ and the mix shall be heated to approXimately 3000 F. at an asphalt plant. The approximate proportion of materials shall be 7% cement asphalt and 93% fine aggregate. Each Ion of material shall be apportioned by weight in the approximate ratio of 145 lb. asphalt to 1,855 lb. sand. The Contractor shall determine the exact proportions to produce the best possible mixture for construction of the bituminous setting bed to meet specified requirements. 2.04 NEOPRENE-MODIFIED ASPHALT ADHESIVE A Neoprene modified asphalt adheSive shall meet the following requirements: 1. Mastic (asphalt adhesive): a. Solids (base) content by volume =75:t 1%. b. Weight = 8 to 8.5 Ib.lgal. c. Solvent vehicle = Varsol (over 1000 F. flash). 2. Base (2% neoprene, 10% fibers, 88% asphalt): a. Melting point (ASTM D 38) = 2000 F., minimum. b. Penetration at 77oF. 100 gram load 5 second (0.1 mm) = 23 to 27. c. Ductility (ASTM D 113 at 250 C, 5 cm/minute) = 125 cm, minimum. 2.05 CUT-BACK ASPHALT A. Primer for concrete base slab beneath brick pavers subject 10 vehicular traffic shall be with rapid curing cut-back asphalt conforming to AASHTO M 81. 2,06 MORTAR SETTING BED A Setting bed mortar shall conform to ASTM C 270, Type S, except that latex polymer additive shall be be mixed with the cementitious materials and aggregate in lieu of water. 1. Cement shall conform to ASTM C 150, Type I, complying with the staining requirements of ASTM C 91 for nol more than 0.03% waler soluble alkali. Fumish Type I, except Type III may be used for setting pavers in cold weather. Iss. October 21,2002 02782 -4 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 2. Sand shall conform to ASTM C 144. 3. Hydrated lime shall conform to ASTM C 207. 4. latex polymer additive shall be equal to "Laticrete 3701" setting liquid, manufactured by Laticrete International, Inc., Woodbridge, CT 06525. Mix according to manufacturer's instructions. 2.07 BOND COAT A. High strength bond coat between concrete base slab and setting bed mortar, and between setting bed mortar and brick paver shall be equal to "laticrete 4237" mortar additive bond coat manufactured by laticrete International, Inc., Woodbridge, CT 06525. 2.08 MORTAR GROUT FOR POINTING A. Mortar grout for pointing of joints shall consist of one (1) part white Portland cement, two (2) parts sand, mortar coloring additive, gauged with latex polymer additive. 1. White Portland cement; ASTM C 150, complying with the staining requirements of ASTM C 91 for not more than 0.03% weter soluble alkali. Furnish Type I, except Type III may be used for setting pavers in cold weather. 2. Color pigment shall not exceed 10% of the Portland cement in the mortar. 3. Latex polymer additlve shall be equal to "laticrete 3701", manufactured by laticrete International, Inc., Woodbridge, CT 06525. Mix according to manufacturer's instructions. 4. Except as otherwise indicated, all other mortar grout materials shall be as specified in Paragraph 2.06, above. B. Mortar grout shall contain a coloring additive. Color shall be approved by the Architect. 1. Coloring additive shall be equal to SGS Colors, manufactured by Soiomon Grind Chem Service, Springfield, Il 62705. 2. Mortar coloring additive shall have mineral oxide pigment and shall be certified by the supplier to be resistant to alkali, light, and weather, and shall be of a chemical composition unaffected by cement and free of weter and soluble salts. 3. Color shall match color of brick pavers. Iss. October 21, 2002 02782 -5 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 2.09 SAND SETIING BED A. Sand shall be a clean, sharp, natural sand conforming to ASTM C 33, except that the fineness modulus shall be 2.25 1: 0.1 O. 1. Gradation for setting bed sand shall be as follows: Sieve Size 3/8 in. No.4 No.8 No. 16 No. 50 No. 100 No. 200 % Passing by Weight 100 95 -100 80 -100 50-85 10-30 5-15 0-10 2.10 SAND JOINT FILLER A. Gradation for jOint filler sand shall be as follows: Sieve Size % Passing by Weight No. 16 No. 200 100 10 1. Sand shall be supplied by a single source. Source of supply shall not be changed during course of project without written permission of the Architect. 2.11 EPOXY ADHESIVE A. Epoxy adhesive for setting brick pavers on aluminum fountain vault cover shall be a twocomponent, 100% solids, moisture-insensitive, high-modulus, high strength, structural, epoxy paste adhesive conforming to ASTM C 881, similar to "Sikadur 31, Hi-Mod Gel", manufactured by Sika, Glendale Heights, IL 60139, or approved equal. 2.12 WATER A. Water shall be potable and shall be free of injurious contaminants. PART 3 EXECUTION 3.01 ACCEPTABILITY OF CONCRETE BASE A. Contractor shall examine the concrete base slab to determine its adequacy to receive brick paving and setting bed. Concrete shall have fully cured. Evidence of inadequate base shall be brought to the immediate attention of the Architect. B. Start of work of this Section shall constitute acceptance of concrete base slab. 3.02 CUT-BACK ASPHALT PRIME COAT A. Cut-back asphalt shall be applied to concrete base slab at a rate sufficient to act as an adhesive between the concrete slab and the bituminous setting bed. Iss. October 21, 2002 02782-6 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 3.03 BITUMINOUS SETTING BED A. Bituminous setting bed shall be installed over the fully cured concrete base. Control bars 314 in. deep shall be placed directly over the base. If grades must be adjusted, wood chocks under depth control bars shalJ be set to proper grade. Set two bars parallel to each other to serve as guides for the striking board. The depth control bars must be set carefully to bring the pavers, when laid, to proper grade. B. While still hot (not less than 2500 F.) some of the bituminous bed material shall be placed between the parallel depth control bars. This bed shall be pulled with the striking board over the control bars several times. After each passage, low porous spots Shall be showered with fresh bituminous material to produce a smooth, firm, and even setting bed. As soon as this initial panel is completed, advance the first bar to the next position in readiness for striking the next panel. After the depth control bars and wood chocks have been removed, carefully fill any depressions that remain. C. The setting bed shall be rolled with a power roller to a nominal depth of 314 in., while still hot. The thickness shall be adjusted so that when the bricks are placed and rolled, the top surface of the pavers will be at the required finished grade. D. A coating of neoprene-modified asphalt adhesive shall be applied by mopping, squeegeeing, or troweling over the top surface of the bituminous setting bed so as to provide a bond under the pavers. 1. If adhesive is trowel-applied, trowel shall be serrated type with serrations not to exceed 1116 in. 3.04 SETTING BRICK PAVERS (BITUMINOUS SETTING BED) A. Brick pavers shall be on a bituminous setting bed over a prepared concrete base. All setting shall be done by competent masons under adequate supervision. S. Brick pavers with chips, cracks, stains, or other defects which might be visible in the finished work shall not be used. C. After the modified asphalt adhesive is applied, carefully place the pavers by hand in straight courses with hand tight joints and uniform top surface. D. Brick pavers shall be set true to the required lines and grades in the pattern detailed on the Drawings. Brick pavers shall be neatly cut and fitted at all perimeters and closures to fit neatly and closely, with joints uniform in thickness. Pavers shall be cut with a water-cooled, cut-off wheel masonry saw using a diamond blade. 3.05 JOINT TREATMENT (BITUMINOUS SETTING BED) A. Joints between pavers shall be hand tight and shall be uniform in thickness. Joint thickness shall not exceed 114 in. B. Joint filler shall be swept dry into the joints between pavers until the joints are completely filled. Surface shall be swept clean. Swept surface shall than be thoroughly dampened with a low-volume fine spray of water. 3.06 SETTING BRICK PAVERS (MORTAR SETTING BED) Iss. October 21, 2002 02782 -7 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS A. Brick pavers shall be set on a mortar setting bed over a prepared concrete base slab, All setting shall be done by competent masons under adequate supervision. B. 8rick pavers with chips, cracks, stains, or other defects which might be visible in the finished work shall not be used. C. Bond coat shall be applied to concrete base slab using flat trowel. Thickness of bond coat shall be approximately 1/16 in. D. Mortar bed shall be spread evenly over the troweled bond coat. Mortar setting shall be 314 in. thick, minimum. 80nd coat shall be applied to mortar bed using flat trowel to thickness of 1/16 in. E. 8efore setting, the back of each brick shall be dampened and shall receive a slurry of mortar to ensure maximum contact with mortar bed. Each piece shall be carefully bedded in a full bed of mortar and tapped home to a full and solid bearing. Particular care shall be exercised to equalize bed and joint openings and eliminate the need for redressing redressing of exposed surfaces. F. Brick pavers shall be set true to the required lines and grades in the pattern detailed on the Drawings. 8rick pavers shall be neatly cut and fitted at all perimeters and closures to fit neatly and closely, with joints uniform in thickness. Pavers shall be cut with a water-cooled, cut-off wheel masonry saw using a diamond blade. G. Exposed surfaces shall be kept free from mortar at all times. Excess mortar shall be immediately removed before latex modified mortar can set. 3.07 JOINT TREATMENT (MORTAR SETTING BED) A. 8rick joints shall be uniform in thickness. All joints except expansion joints shall be 3/8 in. thick. ExpanSion joints shall be 1/2 in. thick. 8. All joints, except expansion joints, shall be completely filled wHh mortar, then raked out to a depth of not less than 3/4 in. Raked joints shall be brushed clean and pointed wHh mortar grout to a flat cut joint. 1. Mortar grout between brick shall be uniform in appearance, texture, and color. 2. After initial set of of grout, joints shall be finished by tooling with a rounded, non-staining jointer to produce a glassy-hard polished, slightly, concave joint, free of drying cracks. C. 8rick peving shall be kept damp by intenmittent spraying for three days, minimum, to effectively cure the jOints. 3.08 SAND SETTING 8ED A. Sand shall be spread over concrete base slab as a setting bed for pavers. Sand shall be spread and leveled to required slope and grade. Minimum thickness of sand shall be 1 in. after leveling. 8ed shall not be compacted until pavers are installed. 8. Surface tolerance shall be within 1/4 in. of required grade as measured with a 10 ft. straightedge in both the transverse and longitudinal directions. 3.09 SETTING 8RICK PAVERS (SAND SETTING 8ED) A. Setting bed shall be protected from damage prior to setting pavers. Iss. October 21, 2002 02782 -8 8RICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS B. Setting shall be done by competent workmen under adequate supervision, and in accordance with manufacturer's recommendations. Pavers shall be placed on the setting bed, to true line and plane and in required position. C. Pavers with chips, cracks, or other structural or aesthetic defects shall not be used. D. Pavers shall be set true to the required lines and grades in the pattern detailed on the Drawings. Pavers shall be tightly butted. Joints between pavers shall be uniform and shall not exceed 1/8 in. E. After a sufficient area of pavers has been installed, bricks shall be set to their final level in accordance with brick manufacturer's printed instructions. After setting brick in setting bed, joints of pavers shall be filled by sweeping sand into the joints. When joints are filled, paver surfaces shall be misted with a tine spray of water to settle joint material. After jOint material has dried, repeat jOint tilling and sweeping process. F. Where required, pavers shall be accurately cut with a masonry or concrete saw. Cut edges shall be plumb and straight. Scoring and breaking will not be acceptable. 3.10 SETTING BRICK PAVERS (EPOXY SETTING BED) A. Brick pavers shall be set on aluminum fountain vault hatch cover in accordance with epoxy adhesive manufacturer's printed instructions. B. Pavers shall be set in the pattern detailed on the Drawings. Pavers shall be tightly butted. Joints between pavers shall be uniform and shall not exceed 118 in. C. Where required, pavers shall be accurately cut with a masonry or concrete saw. 'Cut edges shall be plumb and straight. Scoring and breaking will not be acceptable. 3.11 CLEANING AND PROTECTION OF BRICK SURFACES A After completion of brick paving, surfaces shall be carefully cleaned, removing all dirt, excess sand, filler, and stains. B. Completed brick surfaces shall be thoroughly cleaned of wax coating using a steam jenny or other method approved by the Architect. 1. Steam jenny shall have a capacity of 150 gal. per hour at 120 psi and 3250 F, coil temperature. END OF SECTION Iss. October 21, 2002 02782 -9 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DOCUMENT 00010 TABLE OF CONTENTS INTRODUCTORY INFORMATION Document 00001 Project Title Page Document 00002Consuitant Pages Document 0001 OTable of Contents Document 00015 List of Drawings BIDDING REQUIREMENTS Advertisement for Bid Instructions to Bidders Proposal Form Prevailing Wage Rates Project Sign CONTRACTING REQUIREMENTS Document 00430 Bid Bond (AlA DocumentA310) Document 0051 OAgreement (AlA Document A101/CMa) Document 0061 OPerformance Bond (AlA Document A3111CM) Document 00610Labor and Material Payment Bond (AlA Document 3111CM) Document 00700Generai Conditions (AlA Document A201ICMa) Document 00810Suppiementary General Conditions SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS Section 01110 Summary of Work Section 01310 Project Coordination Section 01330 Submittals Section 01420 References Section 01454 Mock-Up Requirements Section 01458 Testing Laboratory Services Section 01550 Vehicular Access and Parking Section 01555 Traffic Control Section 01569 Tree and Plant Protection Section 01571 Erosion and Sediment Contro I 01110-1 through 2 0131(J..1 through 3 01330-1 through 8 0142(J..1 through 4 01454-1 through 2 01458-1 through 5 01550-1 through 3 01555-1 through 3 01569-1 throug h 4 01571-1 through 4 September 3D, 2002 00010 -1 TABLE OF CONTENTS Rev. October 21, 2002 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DIVISION 1 ' GENERAL REQUIREMENTS (continued) Section 01600 Product Requirements 01600,1 through 4 Section 01722 Field Engineering 01722-1 through 2 Section 01732 Cutting and Patching 01732-1 through 4 Section 01734 Selective Demolition 01734,1 through 3 Section 01770 Closeout Procedures 01770-1 through 7 DIVISION 2 -SITE CONSTRUCTION Section 02200 Site Preparation 02200-1 through 4 Section 02300 Earthwork 02300-1 through 15 Section 02375 Drilled Concrete Piers 02375-1 through 4 Section 02510 water System 02510-1 through 12 Section 02530 Sanitary Sewerage 02530-1 through 9 Section 02624 Planting Underdrain System 02624,1 through 3 Section 02630 Storm Drainage System 02630-1 through 9 Section 02736 Stone Dust SurfaCing wi Stabilizer 02736-1 through 4 Section 02750 Portland Cement Concrete Pavement 02750-1 through 11 Section 02752 Exposed Aggregate Pavement 02752-1 through 9 Section 02760 Pavement Markings 02760-1 through 3 Section 02772 Concrete Curb and Gutter 02772-1 through 5 Section 02782 Brick Pavers 02782-1 through 7 Section 02784 Stone Pavers 02784-1 through 9 Section 02785 Granite Pavers 02785-1 through 7 Section 02786 Slate Paving Tile 02786-1 through 6 Section 02810 Irrigation System 02810-1 through 4 Section 02815 Fountains 02815-1 through 11 Section 02816 Drinking Fountains 02816-1 through 3 Section 02824 Ornamental Metal Fence and Gate 02824-1 through 5 Section 02838 stone Wall 02838-1 through 4 Section 02870 Site Furnishings 02870-1 through 2 Section 02920 Lawns and Grasses 02920-1 th rough 7 Section 02930 Trees, Plants, and Ground Covers 02930-1 through 13 DIVISION 3 -CONCRETE Section 03100 Concrete Fomns and Accessories 03100-1 through 4 Section 03200 Concrete Reinforcement 03200-1 through 5 Section 03300 Cast-In-Place Concrete 03300-1 through 16 Section 03450 Architectural Precast Concrete 03450-1 through 9 DIVISION 4 -MASONRY Section 04200 Brick Masonry 04200-1 th rough 8 Section 04270 Glass Unit Masonry 04270-1 through 5 Section 04430 Quarried Stone 04430-1 through 9 DIVISION 5 -METALS Section 05120 Structural steel 05120-1 through 7 Section 05500 Metal Fabrications 05500-1 through 9 Section 05530 Metal Grating 05530-1 through 4 Section 05700 Ornamental Metal 05700-1 through 6 September 30. 2002 00010-2 TABLE OF CONTENTS Rev. October 21. 2002 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DIVISION 6 -WOOD AND PLASTICS Not Used. DIVISION 7 -THERMAL AND MOISTURE PROTECTION Section 07110 Bituminous Dampproofing 07110-1 through 3 Section 07135 Sheet Membrane Waterproofing 07135-1 through 6 Section 07900 Joint Sealers 07900-1 through 7 DIVISION 8 -DOORS AND WINDOWS Section 08110 Steel Doors and Frames 08110-1 through 10 DIVISION 9 -FINISHES Section 09900 Painting09900-1 through 7 DIVISION 10 -SPECIALTIES Section 10210 Metal Wall Louvers 10210-1 through 4 DIVISIONS 11 -EQUIPMENT Not Used. DIVISION 12 -FURNISHINGS Not Used. DIVISION 13 -SPECIAL CONSTRUCTION Not Used. DIVISION 14 -CONVEYING SYSTEMS Not Used. DIVISION 15 -MECHANICAL Section 15010 General Requirements For Mechanical Systems 15010-1 through 14 Section 15060 Piping And Accessories 15060-1 through 6 Section 15075 Mechanical Identification 15075-1 through 3 Section 15440 Plumbing Pumps 15440-1 through 2 Section 15510 Heating Equipment 15510-1 through 2 Section 15830 Ventilation Fans And Equipment 15830-1 through 2 Section 15950 Testing And Balancing 15950-1 through 4 September 30, 2002 00010 -3 TABLE OF CONTENTS Rev. October 21, 2002 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DIVISION 16 -ELECTRICAL Section 16010 General Requirements For Electrical Work 16010.1 through 15 Section 16111 Raceways and Fittings 16111-1 through 4 Section 16120 Wire and Cable (600 Volts) 16120·1 through 4 Section 16130 Boxes 16130-1 through 3 Section 16141 Wiring Devices 16141-1 through 4 Section 16160 Cabinets and Enclosures 16160·1 through 2 Section 16190 Supporting Devices 16190-1 through 4 Section 16195 Electrical Identification 16195-1 through 2 Section 16420 Service Entrance 16420·1 through 3 Section 16425 Switchboards 16425-1 through 5 Section 16450 Grounding 16450-1 through 4 Section 16461 Transformers 16461·1 through 5 Section 16471 Panelboards 16471-1 through 4 Section 16485 Contactors 16485-1 through 2 Section 16491 Disconnect Switches 16491·1 through 3 Section 16502 Ballasts and Accessories 16502-1 through 2 Section 16525 Site Lighting 16525-1 through 3 Section 16550 Lighting and Equipment Control 16550·1 through 5 Section 16900 Coordination Study 16900-1 through 5 Section 16915 Electrical Acceptance and Field Testing, Adjusting and Balancing 16915-1 through 5 APPENDICES Appendix A Geotechnical Report AppendixB Town of Addison, Public Works Department-General Construction Notes AppendixC Town of Addison, Public Works Department-Referenced SpeCifications END OF TABLE OF CONTENTS September 30, 2002 00010-4 TABLE OF CONTENTS Rev. October 21, 2002 SA 14516,00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DOCUMENT 00015 LIST OF DRAWINGS PART 1 GENERAL 1.01 DRAWING LIST A, Ust of Drawings for Addison Arts & Events District, Addison, Texas, SA 14516.00, Date of Issue 09/30102, is as follows: Drawing Date of Rev. Rev. Drawing lliL..... Issue No. Date Title GENERAL Cover Sheet CO-O 09/30102 Sheet Index CO-l 09130102 Existing Conditions CIVil Cl-l 09/30102 Site Demolition, Preparation and Erosion Control Cl-2 09/30102 Site Demolition, Preparation and Erosion Control C2-1 09/30/02 layout a nd Materials Plan C2-1 09/30102 Layout and Materials Plan C3-1 09130/02 Grading & Drainage Plan C3-2 09/30102 Grading & Drainage Plan C3-3 09/30102 Grading & Drainage Plan C4-1 09/30/02 Utilities Plan C4-2 09/30/02 Utilities Plan C4-3 09/30/02 Utilities Plan C5-1 09130/02 Fountain layout & Materials Plan C5-2 09/30102 Fountain Layout & Materials Plan C5-3 09/30/02 Fountain Paving Plan C5-4 09/30102 Fountain Paving Plan C6-1 09/30102 Pergola Plan & Details C6-2 09130102 Pergola Elevations C7-1 09130102 Site Details C7-2 09130102 Site Details C7-3 09/30/02 Site Details September 30, 2002 00015 -1 LIST OF DRAWINGS Rev, October 21, 2002 SA 14516,00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS Drawing Date of Rev, Rev, Drawing Issue No, Date Title~ CIVIL (continued) C7-4 C7-5 C7-6 C7-7 C7-8 C7-9 C7-10 C7·11 C7-12 C7·13 C7-14 C7-15 C7-16 C7-17 C7·3 C7-4 C8-1 C8-2 C8·3 MECHANICAL M1·1 M1-2 M1·3 ELECTRICAL FE·1 FE-2 FM-1 FM·2 FM·3 FM-4 LANDSCAPE L 1·1 L2·1 L3·1 09/30/02 09/30/02 09/30/02 09/30/02 09/30102 09130102 09130102 09130102 09130102 09/30102 09130102 09130102 09130102 09130102 09/30102 09130102 09/30/02 09130102 09130/02 09130102 09130102 09130102 09130102 09130102 09130102 09130102 09130102 09130102 09130102 09130102 09130102 Site Details Site Details Site Details Site Details Site Details Site Details Site Details Site Details Site Details Site Details Site Details Deleted Site Details Site Details Wall Elevation Wall Elevation Details Details Details Mechanical/Electrical Plan Mechanical/Electrical Plan MechanicallElectrical Plan Fountain Electrical Plan Fountain Electrical Plan Fountain Mechanical Plan Fountain Details Fountain Mechanical Plan Fountain Mechanical Plan Planting Plan Irrigation Plan Planting and Irrigation Details September 30, 2002 00015 -2 LIST OF DRAWINGS Rev, October 21, 2002 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF DOCUMENT September 30, 2002 00015 -3 LIST OF DRAWINGS Rev. October 21, 2002 PROPOSAL FORM PROPOSALOF __~~__~~~_____________________________ (Name ofBidder) PROPOSAL FOR THE CONSTRUCTION OF THE ADDISON ARTS & EVENTS DISTRICT IMPROVEMENTS -ADDISON, TEXAS The Honorable Mayor and City Council Town ofAddison Addison, Texas The undersigned hereby proposes to furnish all supervision, labor, material, equipment, tools and necessary accessories for the construction ofimprovements to the Addison Arts & Events District, as set forth for the project in the Drawings, Project Manual and Addenda as prepared by Sasaki Associates Inc., dated September 30, 2002, Architect's Project Number 14516.00. The undersigned hereby proposes to furnish all ofthe above for the STANDARD BID (lump sum BASE BID) amount set forth below. Total Bid for purpose ofthis Proposal consist oftwo parts whereby: Standard Bid (A) = The sum ofthe base bid and any alternatives accepted. Time Bid (B) = Number of calendar days bid below under Time of Completion x $3,000. The undersigned hereby proposes the following: STANDARD BID ((A) ----------------------------------------_$------------TIME BID (B) (Number Calendar Days Bid Below under Time of Completion X $3,000.00) -------------------------------------$----------TOTAL BID (Standard Bid (A) +Time Bid (B» ----------------------------------------_$------------NOTE: Amounts shall be shown in both words and figures. In case of discrepancies, the amount in words shall govern. Addendum 2 -Issued October 21,2002 PROPOSAL FORM -Page 1 of4 TIME OF COMPLETION: The undersigned agrees to commence work under this Contract within ten (10) days after the issuance ofthe "Notice to Proceed" from the Owner and to fully and finally complete such work within calendar days from date ofsuch notice. {The undersigned to fill in the number ofcalendar days.] Time to complete the contract shall begin on the tenth (I Olh) day after the issuance ofthe "Notice to Proceed". LIQUIDATED DAMAGES: The undersigned agrees to fully complete the project within the time stated in the TIME OF COMPLETION paragraph above. In the event the undersigned fails to fully and finally complete the project within the number of calendar days set forth above under TIME OF COMPLETION, the undersigned agrees to pay as liquidated damages for such delay and not as a penalty, the sum 0[$1,000.00 for each consecutive calendar day thereafter that the project is not fully and finally completed. EXTRA WORK Should any change in the work or extra work be ordered, the following applicable percentage shall be added to the material and labor costs to cover overhead and profit. It is understood the terms "overhead" and "profit" are defined in the General and Supplementary Conditions. Allowance to Contractor for overhead and profit for extra work performed by the Contractor and supervised by the undersigned % Allowance to Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the undersigned % ADDENDA: The undersigned hereby acknowledges receipt ofthe following addenda to the Drawings and Specifications, all ofthe provisions and requirements of which addenda have been taken into consideration in the preparation ofthis ProposaL Addendum Number _____dated ______ Addendum Number _____dated ______ Addendum Number _____dated ______ BID SECURITY: Bid security must aceompany each proposal. Bid security shall be made to the Town ofAddison, Texas in the amount offive percent (5%) ofthe proposal sum. Security shall be either a certified check, cashier's check or bid bond by by a surety licensed in Texas and satisfactory to Town. The successful bidder's security will be retained until he has signed the contract, payment and performance bonds have been executed, and such other documents or information as the Owner may require has been submitted to the Owner. The Owner reserves the right to Addendum 2 -Issued October 21,2002 PROPOSAL FORM -Page 2 of4 retain the security ofthe next two lowest responsible bidders until the lowest responsible bidder enters into a contract or until forty-five (45) days after bid opening, whichever comes first. All other bid securities will be returned as soon as practicable. Ifany bidder refuses to enter into a contract, the Owner will retain its bid security as liquidated damages, but not as a penalty. SALES TAX EXEMPTION: The contractor shall pay all applicable consumer, use and other similar taxes required by law. The Owner, being a municipal government, qualifies for certain tax exemptions. PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND: The undersigned agrees within ten (10) days after the Contract is executed, to deliver to the Owner a Performance Bond and a Labor and Material Payment Bond as required by the Specifications or other documents in connection with this matter. CONTRACT: The undersigned agrees that upon notice ofacceptance ofthe Bid, he will execute the specified Contract within ten (10) days from notice ofacceptance. INSURANCE: The undersigned agrees within ten (IO) days after the Contract is executed, and before any work begins on the project site, to deliver to the Owner the certificates ofinsurance and any original insurance policies required in the Project Manual. ACKNOWLEDGEMENTS: The undersigned hereby declares, warrants and represents that the facts stated herein and the information given by it in connection with its bid proposal are true and correct in all respects, that the bidder has visited the Project site, has had sufficient time to make all tests and investigations, has carefully examined and understands the Plans, Specifications (Project Manual) and Contract Documents and bidding documents, is financially solvent, is familiar with all ofthe laws and regulations applicable to the Work, is and has become familiar with all conditions to arrive at an intelligent estimate ofthe cost ofperforming the Work, and agrees to do the Work for the sums and within the time set forth in this Proposal. Respectfully submitted, Addendum 2 -Issued October 21,2002 PROPOSAL FORM -Page 3 of4 Corporations only fill in the following: Legal Name ofCorporation State ofIncorporation Street Address State, Zip Code Name ofOfficer -(typed or printed) Signature ofOfficer Title Date Seal ofCorporation Witness Name of Witness -(typed or printed) Street Address City, State, Zip Code Signature Date Bidders otber tban Corporations fill in the following: Legal Name ofBidding Firm Street Address City, State, Zip Code Name of Officer -(typed or printed) Signature of Officer Title Date Addendum 2 Issued October 21 ,2002 PROPOSAL FORM» Page 4 of4 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DOCUMENT 00902 ADDENDUM NO.2 DATE: October 18, 2002 TO: PROSPECTIVE BIDDERS FROM: SASAKI ASSOCIATES, INC. 64 Pleasant Street Watertown, Massachusetts 02172 PROJECT: ADDISON ARTS & EVENTS DISTRICT Addison, Texas This Addendum forms part of and modifies Bidding and Contract Documents dated September 30, 2002. Acknowledge receipt of this Addendum in writing in space provided on Document "PROPOSAL FORM". This Addendum consists of ten (10) pages plus attachments consisting of revised Project Manual Table of Contents; revised Proposal Form; list of Pre-Bid Conference attendees; revised Document 00015, list of Drawings; and one newly issued Specifications Section 02782, Brick Pavers. Where any original item called for in the Project Manual or indicated on the Drawings is supplemented hereby, the supplemental requirements shall be considered as added thereto. Where any original item is amended, voided, or superseded hereby, the other provisions of such items items not specifically amended, voided, or superseded shall remain in effect. Prebid Conference 1. A prebid conference was held at the Addison Town Hall on Tuesday, October 8, 2002. A copy of the list of attendees is attached to this Addendum. Table of Contents 1. The Table of Contents (pages TC-l through 4) is revised. A copy of the Table of Contents, marked "Rev. October 18, 2002", is attached to and made part of this Addendum. BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT Advertisement for Bids 1. Paragraph 1., bid opening date has been changed from "October 22, 2002' to "November 5, 2002". Bid opening time of 2:00p.m. remains unchanged. 2. Paragraph 8., add the following sentence: "For information on electrical or mechanical work to be performed, call Keith Gassman at Campos Engineering (214) 696-6291. October 21, 2002 00902 -1 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS Instructions to Bidders 1. Modify Paragraph S as follows: Increase the amount of Daily Value from $1,000.00 to $3,000.00. Increase the total incentive payment not to exceed amountfrom $100,000 to $180.000.0. 2. Modify Paragraph T as follows: (i) Increase the incentive payment Daily Value amount from $1,000.00 to $3,000.00: (ii) Amend the first sentence of the fifth paragraph to read as follows: :Should the Contractor fail to finally complete the Contract on or before expiration of the Allowable Contract Time, as adjusted in accordance with the provisions above, the Town shall deduct from the moneys due the Contractor an amount equal to one-third of the Daily Value as shown in Provision "S" (or $1,000.00) above for each calendar day final completion exceeds the Allowable Contract Time.:. Proposal Form 1. Proposal Form (Pages 1 through 4) is replaced. A copy of the new Proposal Form is attached to and made part of this Addendum. Document 00510 -Agreement 1. Standard Form of Agreement Between Owner and Contractor -AlA Document A101/CMa (As Amended): Modify Paragraph 7.4.1 as follows: (i) Increase the incentive payment Daily Value amount from $1,000.00 to $3,000.00 (first sentence of the first paragraph); Iii) Amend the first sentence of the fifth paragraph to read as follows: "Should the Contractor fail to finally complete the Contract on or before expiration of the Allowable Contract Time, as adjusted, the Town shall deduct from the moneys due the Contractor an amount equal to one-third of the Daily Value as shown in Provision oS' of the Instructions to Bidders (such amount being $1,000.00) for each calendar day final completion exceeds the Allowable Contract Time.:. Document 00015 -List of Drawings 1. Document 00015, List of Drawings (pages 00015 -1 through 3) is revised. A copy of the revised Document, marked "Rev. October 18, 2002", is attached to and made part of this Addendum. SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS Section 01330 -Submittals 1. Page 01330-7, subparagraph 1.12B.2., change the words "REVIEWED AS NOTED" to 'REVIEWED AS NOTED, PROCEED'. DIVISION 2 -SITE CONSTRUCTION Section 02510 -Water Svstam 1. Page 02510 -6, delete subparagraph 2.078.1., and replace with the following: "1. Double check valve backflow prevention assembly equal to Hersey Model No. 2 Double Check Valve Backftow Prevention Assembly." October 21, 2002 00902 -2 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 2. Page 02510·7, delete Paragraph 2.10A., and replace with the following: "A. Detector wire for identification of water main locations shall be copper wire" 3. Page 02510·8, delete Paragraph 2.12C., and replace with the following: "C. Vault chambers shall have precast concrete lid with cast in Y.i in. aluminum diamond plate cover, with Y.i in. extruded aluminum frame. Hatch shall be furnished with 316 stainless steel snap lock and hinges." Section 02762 -Brick Pavers 1. Section 02782, Brick Pavers (pages 02782·1 through 9) is issued. A copy of this newly issued section, marked "Iss. October 18, 2002", is attached to and made part of this Addendum. Section 02815 Fountains 1. Page 02815 -7, paragraph 2.06A, last paragraph, revise rating for electrical control panel for fountain eqUipment 10 "NEMA 3R enclosure construction". Section 02930 -Trees, Plants and Ground Covers 1. Page 0293(}-10, add Paragraph 2.16. as follOWS: "2.16 STEEL EDGING A. Steel edging shall be Border Concepts Edging, "Border Guard", manufactured by Border Concepts, Inc., P.O. Box 471185, Charlotte, NC 28247 or approved equal. Steel edging shall be shop fabricated, 3116 in. thick x 4 in. deep, primed and painted black. Edging shall be furnished in 16 ft. lengths. 1. Steel edging shall have slotted holes for staking steel edging every 30 in. o.c. 2. Steel stakes shall be 15 in. long, tapered. 3. Provide manufacturer's end stake and splicer unit. 4. Provide manufacturer's standard touch-up paint for in field touch-Up of scratched or marred areas.' 2. Page 02930·13, add Paragraph 3.18. as follows: "3.18 STEEL EDGING A. Steel edging shall be installed at locations indicated on the Drawings. Where required, edging shall be cut square and accurately to required length. 1. Steel edging shall be securely staked in required poSition. Stakes shall be driven every 30 in. o.c, along length of edging. 2, Adjacent lengths of edging shall be spliced together with manufacturer's standard splicer unit. 3. Edging shall be set plumb and vertical at required line and grade. Straights sections shall not be wavy; curved sections shall be smooth and shall have no kinks or sharp bends." October 21,2002 00902 -3 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DIVISION 9 -FINISHES Section 09900 -Painting 1. Page 09900-2, Paragraph 1.06 is deleted. DIVISION 13 -SPECIAL CONSTRUCTION Section 13600 -Misting and Cooling System 1. Section 13600, Misting and Cooling System (pages 13600-1 through 5) is deleted in its entirety. Division 16 -ELECTRICAL Section 16525 -Site Lighting 1. Page 16525-3, delete Paragraph 2.02H., and insert the following: "H. Garden Lights: shall be "Model PPL-2546/Brown Patinal35W t-6MHI277V, manufactured by Teka Illumination, Templeton, CA 93465, or approved equal." APPENDIX Appendix B -Town of Addison Public Works Department General Construction Notes 1. Delete Drawing No. DDBP-AD regarding backflow preventer assembly. 2. Add Drawing Nos. FMC-ADB and BP-AD (attached) for Town of Addison approved water meter with vault and backflow preventer with vault. DRAWINGS CIVIL Drawing C1-1 -Site Preparation/Demolition/Erosio n Control Plan 1. Eliminate all haybales. 2. Extend silt fence along perimeter of Quorum Drive, Addison Circle Drive, and Addison Road. Drawing C1-2 -Sne Preparation/Demolition/Erosion Control Plan 1. Add note 16. "All salvaged items are to be delivered to the Town of Addison, Kellway Lift Station, 4245 Kellway Circle, Addison, Texas 75001". 2. Eliminate all haybales 3. Extend silt fence along perimeter of Quorum Drive, Addison Circle Drive and Addison Road. 4. Remove Pavilion building limit of work line. 5. Note existing building has been removed. October 21,2002 00902 -4 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 6. Note to remove cone for manhole to be abandoned. 7. Revise limit of work line, SE corner of project site. Drawing C1-3 Site PreparationlDemolitionlErosion Control Plan 1. Remove haybales from Legend. 2. Note cone to be removed for manhole to be abandoned. 3. Abandon additional manhole, cap and plug pipe on north side of it. Drawing C2-1 Materials Plan 1. Indicate paved areas to be constructed with 8" slab depth. 2. Add areas of reinforced earth. 3. Add paving symbols to Legend. Drawing C2-2 -Materials Plan 1. Indicate paved areas to be constructed with 8" slab depth. 2. Add areas of reinforced earth. 3. Revise limit of work at SE corner of project site, eliminate reconstruction of roadway and sidewalk pavement in this area. 4. Revise Pergola section reference. Drawing C2-3 -Lavout Plan 1. Add areas of reinforced earth with dimensions. 2. Add layout coordinates to comers of electrical room. Drawing C2-4 -Layout Plan 1. Add areas of reinforced earth earth with dimensions. 2. Revise limit of work SE corner of project site, add detail reference. Drawing C3-1 -Grading & Drainage Plan 1. Add invert elevation abbreviation to Legend. 2. Add S" cieanout ports to Retention Fields 1 and 2. 3. Revise 6" cleanout ports to 10' and relocate to pipe ends for Retention Fields 1 and 2. October 21, 2002 00902 -5 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 4. Add underdrain around electrical room, extend to storm drain line and indicate invert elevations. 5. Revise invert elevation of tree pit underdrain on Addison Circle Drive. 6. Revise invert elevation out, DMH 4A 7. At DMH 4, revise invert elevation 628.86 reference to DMH 4A Drawing C3-2 -Grading & Drainage Plan 1. Revise 36' RCP storm sewer from DMH 11 to connect to existing 60' RCP at SE corner of project site. Add note to protect existing curb and roadway for this work. 2. Revise curb inlets 9 and 10 to 6' Rec. Inlet. 3. Revise R16 Inlet invert elevations. 4. Revise DMH 11 invert elevations for 24' RCP and invert out. 5. Revise R15 Inlet invert elevations. 6. Revise pipe between R13 and R15 inlets to 21', 7. Revise R14 Inlet invert elevations. 8. Revise R13 Inlet invert elevation out. 9. Add underdrain around fountain vault. extend to SMH 7 and add invert elevations. 10. Revise invert elevation at underdrain adjacent to Addison Circle Drive Sidewalk. 11. Revise 6" cleanout ports to 10" and relocatee to pipe ends for Retention Field 3. Drawing C4-1 -Utilities Plan 1. Revise water system main size and layout within project site, 2. Add water meter with vault and backflow preventer with vault on 8" water main. 3. Revise pipe connections for drinking fountains. 4. Delete connection of 8' water main to eXisting main on Addison Circle Drive. 5. Revise yard hydrant connections to 8" water main. 6. Add/revise coordinates for water system layout. Drawing C4-2 -Utilities Plan 1. Revise water system main size and layout within project site. 2. Add water meter with vault and backfow preventer with vault on 8' water main. 3. Revise yard hydrant connections to 8' water main. 4. Add/revise coordinates for water system layout October 21, 2002 00902-6 ADDENDUM NO, 2 SA 14516,00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 5, Revise slope and invert elevations of 6" sanitary sewer line, 6, Revise pipe 'size for yard hydrant connections, 7, Add note regarding 12" water main connection to existing 24' main on Quorum Drive. 8. Revise storm drainage outfall connection at SE corner of project site, including limit of worle Drawing C4-3 -Utilities Plan 1. Extend 8" water line south to connection with existing 8" main on Broadway Street Add gate valves. 2. Add fire hydrant on 8" water line extension. \ 3. Add note to repair asphalt pavement as required for water line construction. Drawing C5-1 -Materials Plan Detail 1, Add expansion joint locations to pavement around Pavilion. 2. Revise detail reference for paving at Pavilion. Drawing C5-4 -Paving and Layout Plan Detail 1. Add note regarding new brick paving at NE corner of Festival Way/Quorum Drive intersection. Drawing C6-1 -Pergola Plan and Details 1. Detail 1: Add conduits to elevation and note regarding location of lighting and outlet conduits in columns, 2. Detail 5: Add note regarding vine planting pocket locations and dimensions, revise length of eye bolt. Drawing C6-2 -Pergola Elevations 1, Eliminate Note 2 (misting system eliminated), Drawing C7-1 -Site Details 1, Detail 1: Add notes regarding contrasting color for handicap ramp and compliance with current accessibility standards. 2, Detail 3: Revise reinforcing spacing to 18" o.c. 3, Detail 4: Revise reinforcing spacing to 18" o,c. 4, Detail 6: Revise reinforcing spacing to 18" o.C. 5. Detail 8: Revise reinforcing spacing to 18" o.c, 6. Detail 14: Revise curb reinforcing to include "L" bar. October 21, 2002 00902 -7 ADDENDUM NO, 2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS Drawing C7 -2 -Site Details 1. Detail 1: Add crosspitch note, add expansion joint at curb, add dowels at curb. 2. Detail 2: Add crosspitch note. 3. Detail 6: Revise painted crosswalk to white thermoplastic lines. 4. Detail 9: Revise note regarding drywell dimensions and material. 5. Detail 13: Revise paving to full depth slab with doweled expansion jOints. Drawing C7 -11 -Site Details -Stairs 1. Detail 1: Revise paving at top of stair. Drawing C7-13 -Site Details -Stairs 1. Detail 4: Revise paving at top of stair. 2. Detail 7: Revise paving at top of stair. Drawing C7-14 -Site Details -Electrical Room 1. Detail 1: Add reinforcing to pavement slab, revise wall footing to ooordinate with Detail 3 on Drawing Sl-l, add detail references. 2. Detail 2: Add note about extent of waterproofing. 3. Detail 4: Revise footing for wall between loading dock and door, revise detail reference. 4. Detail 5: Add details on Drawing C7 -15, which has been eliminated. Drawing C8-1 -Festival Way Profiles 1. Add stationing to plan view. 2. Revise profile to reflect changes to storm sewer outfall at SE comer of project site. 3. Revise yard hydrant oonnections to water supply system. 4. Revise extension of 12" water main and connection to existing 24" main on Quorum Drive. Drawing C8-2 -Sewer Profile 1. Revise pipe slope and invert elevations. Drawing C8-3 -Site Details -Roadway Paving 1. Detail 1: Eliminate hot poured rubber as joint sealing compound. 2. Detail 2: Revise detail from construction joint to undercut header section. 3. Eliminate hot poured rubber as joint sealing compound for sawed dummy joint. Drawing CB-4 -Site Details -Water October 21, 2002 00902 -8 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 1. Detail 4: Revise dimension of concrete pads at cover and pipe bedding, including notes. 2. Detail 5: Revise dimension from hydrant to valve box, height of hydrant above grade, and revise notes. 3. Add Detail 6 for typical drinking fountain supply pipe connection. 4. Delete typical hydrant layout plan diagrams. Drawing Ca-5 -Site Details -Water 1. Detail 1 : Revised yard hydrant style and setting detail. Qrawing Ca-7 -Site Details -Drainage 1. Detail 1 : Add filter fabric 2. Revise Note #10 to eliminate polyethylene pipe. Drawjng ca-a -Site Details -Drainage 1. Detail 2: Revise 6' c1eanouts to 10" and revise dimension to end of pipe, add 8" cleanouts and dimension to end of pipe. 2. Detail 3: Revise section to indicate cleanout changes in Detail 2. LANDSCAPE Drawing L 1-1 -Planting Plan 1. Add steel edging to plant beds adjacent to Addison Circle Drive, east of the Pergola. 2. Add electrical equipment indication in same area, with detail reference. reference. 3. Add note for steel edging around a/l vine planting pockets and add delail reference. 4. Add steel edging to groundcover planting bed southwest side of Main Slage/electrical room. Drawing L 1-2 -Planting Plan 1. Add steel edging 10 plant beds at garden spaces along Addison Circle Drive and at ground cover bed SE ccrner of The Bowl area. 2. Revise limit of work SE corner of project site and revise locations of loam and seed for disturbed areas. Drawing L2-1 -Planting Details and Plant List 1. Plant List Revise sizes for some plants. 2. Detail 7: Revise plant bed section to show low point adjacent to pavement edge. Drawing L3-1 -Irrigation Plan October 21, 2002 00902 -9 ADDENDUM NO.2 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 1. Add irrigation bubbler heads for street trees in grates on Addison Circle Drive. These bubbler heads were previously shown on Drawing L4-1 , which has been eliminated. 2. Revise zone valve sequence. Drawing L3-2 -Irrigation Plan 1. Add irrigation bubbler heads for street trees in grates on Addison Circle Drive. These bubbler heads were previously shown on Drawing L4-1, which has been eliminated. 2. Revise zone valve sequence. 3. Add irrigation spray heads to plant bed at NE comer of site, adjacent to handicap ramp and Pavilion building. 4. Revise schematic layout of irrigation equipment in fountain vault 5. Nole 48 station controller. Drawing L4-1 -Irrigation Bubblers 1. Drawing has been eliminated -all tree bubblers for trees other than street trees have been deleted. Drawing L4-2 -Irric alion Bubblers 1. Drawing has been eliminated -all tree bubblers for trees other than street trees have been deleted. Drawing L5-1 -Irrigation Details and Legend Legend 1. Delete bubbler head detail for trees in lawn/plant areas. STRUCTURAL Drawing S1-1 -Structural Details 1. Detail 4: Add waterstops at footing, revise slopes to sump area, add note regarding lifting lugs, add reinforcing to Section A-A Drawing S1-3 -Structural Details 1. Detail 2: Add callouts to detail, indicate piers to extend to limestone. END OF ADDENDUM October 21, 2002 00902 -10 ADDENDUM NO.2 Specifications CONCRETE : ClosS 1 concrete with desj~n strength of 4500 PSI 01 28 doys. Unit IS of monolithic construction ot floor and first stoge of ¥fall with sectional rtser to required depth. REINFORCEMENT: erode 60 reinforced. Steel rebel" conforming to ASTM A615 on required centers or equal. HATCHWAY: 1/4" Aluminum diomond plate 00""0, with 1{4" extruded aluminum frome. Hatch to be furnIshed with 316 Stainless SleeI snap lock -+-MJ x FtG ADAPTOR I b N 3" THRU 10" DOUBLE CHECK BACKFlOW PREVEI\ITER ASSEMBLY owe, NO. BP AD Addenrlnm No" ? A October 21, 2002 MODEL . BP-A03 BP-AD4 BP-A06 BP-ADB : BI"-AD10 SIZE 3" 4" 6" ! 8" . 10" H1 WEIGHT PLAN VIf'N L1 I'll Hl HWAY lBS 6'-0" 3'-6" 4'-6" 24)(30 4,500 6'-0" 3'-6" 4'-6" 24x30 4,500 7'-10" 4'-4-6'-0" :lOx4B 9,200 7'-10" 4'-4-6'-D" 30.48 9,500 9'-0" 6'-0" 7'-0" 30)(48 18.000 I SUPPORT ELEVATION PLAN VIEW 36" x 48" ALUMINUM HATCHWAY wi eONCRE!!: EXT. OPTIONAL --~ PRECAST CONeRE!!: TOP ~--wi UFllNG INSERTS ROMAC FlG. COUPUNG ADAPlER. (TYP2) 8" NRS GATE VALVES (TYP 2) S'-o' b, " 10" MIN. . '7 -,.~ -.L. co: --c.8" FIRE/DOM. COMBINATION WATER METER VAULT ASSEMBLY w/BY PASS SCALE NONE OWG. NO. REV, OATE 1/99 FMC-AD8 8" C0\i61NAnON SERIOCE 01< WATER METER ASSEM6LY Closs 1 concrete with design strength of 4500 PSI at 28 days. Unit ls of monolithic construction ot floor end first stage of woll with sectional riser to required depth. Grode 60 reinforced Steel rebar confotming to ASTM A615 on required centers or equaL SPRING ASSSTED ALUM. 36" X 48" HATCHWAY. SUMP WITH CAST IRON GRATE .. Expect the B&at • Specifications CONCRETE : REINFORCEMENT: STEEL COVER: Engineering Data Field e~covotion and preparotion sholl be completed prior to delivery of assembly. Use dimensioned dote as shown. Pipe.volves and fittings oT the assembly ore approved by one or more of the ~ing@OCiO~: ,tC <8> SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS SECTION 02782 BRICK PAVERS PART 1 GENERAL 1.00 RELATED DOCUMENTS A The BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS. OF THE CONTRACT and applicable parts of DIVISION 1 • GENERAL REQUIREMENTS, as listed in the Table of Contents, shall be included in and made a part of this Section. 1.01 WORK INCLUDED A. Provide all equipment and materials and do all work necessary to furnish and install the brick pavers, as indicated on the Drawings and as specified. B. Owner has approximately 650 square feet of Glen Gary Autumn Haze brick pavers available for the Contractors use for work of this Section. They are currently in storage at the Service Center on Westover Drive in Addison. Contractor shall be responsible for hauling pavers from storage location to project site. 1.02 RELATED WORK A. Examine Contract Documents for requirements that affect work of this Section. Other SpeCification Sections that directly relate to work of this Section include, but are are not limited to: 1. Section 02300, EARTHWORK; Establishment of subgrade elevation. 2. Section 03300, CAST·IN·PLACE CONCRETE; Concrete base slab. 1.03 REFERENCES A. Comply with applicable requirements of the following standards. Where these standards conflict with other specified requirements, the most restrictive requirement shall govern. 1. American Society for Testing and Materials (ASTM): C67 C 91 C 144 C 150 C207 C 136 C 144 Sampling and Testing Brick and Structural Clay Tile Masonry Cement Aggregate for Masonry Mortar Portland Cement Hydrated Lime for Masonry Purposes Sieve Analysis of Fine and Coarse Aggregates Aggregate for Masonry Mortar Iss. October 21, 2002 02782 ·1 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS C216 Facing Brick (Solid Masonry Units Made from Clay or Shale) C902 Pedestrian and Light Traffic Paving Brick D36 Softening Point of Bitumen (Ring-and-Ball Apparatus) D 113 Ductility of Bituminous Materials D 3381 Viscosity-Graded Asphalt Cement for Use in Pavement Construction. 1.04 SUBMITTALS A. Samples: Furnish ten individual brick pavers as samples, showing extreme variations in color and texture. . B. Manufacturer's Product Data: Manufacturer's product data shall be submitted for the following items: Brick paver Soil separator Latex polymer moriar additive Mortar coloring additive Neoprene-modified asphalt adhesive C. Test Report: Submit reports from tests conforming to ASTM C 67 methods indicating: 1. Compressive strength, psi. 2. Absorption, 5 hr. submersion in cold water. 3. Absorption, 24 hr. submerSion in cold water. 4. Maximum saturation coefficient. 5. Initial rate of absorption (suction). 6 Abrasion index. 7. Freeze-thaw. 8. Efflorescence. 1.05 SAMPLE PANELS A. Construct two sam pie panels of brick paving on the specified base and setting methods before start of any brick paving. 1. Sample panels shall exhibit proposed color range, texture, bond, jointing, pattern, and workmanship. 2. Size of panels shall be 6 ft. x 6 ft., minimum. Iss. October 21,2002 02782 -2 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS B. Sample panels shall be inspected by the Architect. If the samples are not acceptable, construct additional panels at no cost to the Owner until acceptable panels are constructed. Accepted panesl shall become the standard for the entire job, and shall remain undisturbed until completion of all work. 1.06 DELIVERY, STORAGE, AND HANDLING A. Brick pavers shall be carefully packed by the supplier for shipment. 1. Waxed bricks shall have waxed surface protected with a paper separator or shall have waxed surfaces facing each other during delivery and storage. B. Brick shall be stored off the ground and protected against staining and other damage. 1. Waxed bricks shall be stored protected from the sun. C. Pavers damaged in any manner will be rejected and replaced with new materials at no additional cost to the Owner. 1.07 PROTECTION OF FINISHED SURFACES A. Finished surfaces adjacent to the brick paving work shall be adequately protected from soiling, staining, and other damage during construction. PART 2 PRODUCTS 2.01 CONCRETE BASE A. Concrete base slab shall conform to Section 03300, CAST-IN-PLACE CONCRETE. 2.02 BRICK PAVERS A. Brick pavers shall meet or exceed the requirements of ASTM C 902, Class SX, Abrasion Type I, Application PS. B. Brick pavers shall be "Autumn Haze", Classic, actual 4 in. x 8 in. 2-1/4 in. size, manufactured by Glen-Gery Brick Corp., Reading, PA. C. Brick shall conform to the following requirements: 1. Average absorption, 24 hr. cold-water absorption test = 4% or less. 2. Average compressive strength of not less than 10,500 psi for any fIVe bricks tested. 3. Capable of withstanding at least the equivalent of 100 cycles of freeze-thaw conditions. 4. Permissible paver tolerances shall conform to ANSI/ASTM C 902. 5. Paver shall not vary from nominal dimensions by more than 1/8 in. D. Color and texture shall match the sample at the office of the Architect, and shall be as approved by the Architect from samples submitted by the Contractor Contractor prior to delivery. E. Brick shall be uniform in color, size, appearance, and dimensions, and shall have smooth regular edges where they are closely butted. Iss. October 21,2002 02782 -:3 BRICK PAVERS SA 14516,00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS F, Brick shall have a temporary wax coating with a 1300F melting point to protect surface from latex-modified mortar, 2,03 BITUMINOUS SETIING BED A Asphalt cement to be used in the bituminous setting bed shall conform to ASTM D 3381, Viscosity grade shall be AC, 10 or AC, 20, B. Fine aggregate to be used in the bituminous setting bed shall be clean, hard sand with durable particles and free from adherent coating, lumps of clay, alkali salts, and organic matter. Aggregate shall be uniformly graded from "coarse" to "fine" with 100% by weight passing the No, 4 sieve and shall meet the gradation requirements when tested in accordance with ASTM C 136, C. Fine aggregate shall be dried and shall be combined with hot asphalt cement, and the mix shall be heated to approximately 3000 F, at an asphalt plant The approximate proportion of materials shall be 7% cement asphalt and 93% fine aggregate. Each ton of material shall be apportioned by weight in the approximate ratio of 145 Ib, asphalt to 1,855 Ib, sand, The Contractor shall determine the exact proportions to produce the best possible mixture for construction of the bituminous setting bed to meet specified requirements. 2.04 NEOPRENE-MODIFIED ASPHALT ADHESIVE A Neoprene modified asphalt adhesive shall meet the following requirements: 1. Mastic (asphalt adhesive): a. Solids (base) content by volume = 75:!; 1%, b. Weight = 8 to 8.5 Ib.lgaJ. e, Solvent vehicle = Varsol (over 1000 F, flash). 2. Base (2% neoprene, 10% fibers, 88% asphalt): a. Melting point (ASTM D 36) = 2000 F., minimum. b, Penetration at nOF. 100 gram load 5 second (0.1 mm) = 23 to 27. c. Ductility (ASTM D 113 at 250C, 5 em/minute) = 125 cm, minimum, 2,05 CUT-BACK ASPHALT A. Primer for concrete base slab beneath brick pavers subject to vehicular traffic shall be with rapid curing cut-back asphalt conforming to AASHTO M 81. 2,06 MORTAR SETIING BED A Setting bed mortar shall conform to ASTM C 270, Type S, except that latex polymer additive shall be be mixed with the cementitious materials and aggregate in lieu of water. 1, Cement shall conform to ASTM C 150, Type I, complying with the staining requirements of ASTM C 91 for not more than 0,03% water soluble alkali, Furnish Type I, except Type III may be used for setting pavers in cold weather. Iss. October 21, 2002 02782 -4 BRICK PAVERS SA 14516.00 ADDISON ARTS 8. EVENTS DISTRICT ADDISON, TEXAS 2. Sand shall conform to ASTM C 144. 3. Hydrated lime shall conform to ASTM C 207. 4. Latex polymer additive shall be equal to "Laticrete 3701" setting liquid, manufactured by Laticrete International, Inc., Woodbridge, CT 06525. Mix according to manufacturers instructions. 2.Q7 BOND COAT A High strength bond coat between concrete base slab and setting bed morter, and between setting bed mortar and brick paver shall be equal to "Laticrete 4237" mortar additive bond coat manufactured by Laticrete International, Inc., Woodbridge, CT 06525. 2.08 MORTAR GROUT FOR POINTING A Morter grout for pointing of jOints shall consist of one (1) part white Portland cement, two (2) parts sand, morter coloring additive, gauged with latex polymer additive. 1. White Portland cement; ASTM C 150, complying with the staining requirements of ASTM C 91 for not more than 0.03% water soluble alkali. Furnish Type I, except Type 1\1 may be used for setting pavers in cold weather. 2. Color pigment shall not exceed 10% of the Portland cement in the morter. 3. Latex polymer add~ive shall be equal to "Lalicrete 3701 ", manufactured by Lalicrete International, Inc., Woodbridge, CT 06525. Mix according to manufacturers instructions. 4. Except as otherwise indicated, all other morter grout materials shall be as specified in Paragraph 2.06, above. B. Mortar grout shall contain a coloring additive. Color shall be approved by the Architect. 1. Coloring additive shall be equal to SGS Colors, manufactured by Solomon Grind Chem Service, Springfield, IL 62705. 2. Morter coloring additive shall have mineral oxide pigment and shall be certified by the supplier to be resistant to alkali, light, and weather, and shall be of a chemical composition unaffected by cement and free of water and soluble salts. 3. Color shall match color of brick pavers. Iss. October 21,2002 02782 -5 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 2.09 SAND SETTING BED A. Sand shall be a clean, sharp, natural sand conforming to ASTM C 33, except that the fineness modulus shall be 2.25 ;!: 0.10. 1. Gradation for setting bed sand shall be as follows: Sieve Size % Passing by Weight 3/8 in. No.4 No.8 No. 16 No. 50 No. 100 No. 200 100 95 -100 80 -100 50 -85 10-30 5 -15 0-10 2.10 SAND JOINT FILLER A. Gradation for joint filler sand shall be as follows: Sieve Size % Passjng by Weight No. 16 No. 200 100 10 1. Sand shall be supplied by a single source. Source of supply shall not be changed during course of project without written permission of the Architect. 2.11 EPOXY ADHESIVE A. Epoxy adhesive for setting brick pavers on aluminum fountain vault cover shall be a twocomponent, 100% solids, mOisture-insensitive, high-modulus, high strength, structural, epoxy paste adhesive conforming to ASTM C 881, similar to "Sikadur 31, Hi-Mod Gel", manufactured by Sika, Glendale Heights, IL 60139, or approved equal. 2.12 WATER A. Water shall be potable and shall be free of injurious contaminants. PART 3 EXECUTION 3.01 ACCEPTABILITY OF CONCRETE BASE A. Contractor shall examine the concrete base slab to determine its adequacy to receive brick paving and setting bed. Concrete shall have fully cured. Evidence of inadequate base shall be brought to the immediate attention of the Architect. B. Start of work of this Section shall constitute acceptance of concrete base slab. 3.02 CUT-BACK ASPHALT PRIME COAT A. Cut-back asphalt shall be applied to concrete base slab at a rate sufficient to act as an adhesive between the concrete slab and the bituminous setting bed. Iss. October 21, 2002 02782 -6 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS 3.03 BITUMINOUS SETTING BED A. Bituminous setting bed shall be installed over the fully cured concrete base. Control bars 3/4 in. deep shall be placed directly over the base. If grades must be adjusted, wood chocks under depth control bars shall be set to proper grede. Set two bars parallel to each other to serve as guides for the striking board. The depth control bars must be set carefully to bring the pavers, when laid, to proper grade. B. While still hot (not less than 2500 F.) some of the bituminous bed material shall be placed between the parallel depth control bars. This bed shall be pulled with the striking board over the control bars several times. After each passage, low porous spots shall be showered with fresh bituminous material to produce a smooth, firm, and even setting bed. As soon as this initial panel is completed, advance the first bar to the next position in readiness for striking the next panel. After the depth control bars and wood chocks have been removed, carefully fill any depressions that remain. C. The selting bed shall be rolled with a power roller to a nominal depth of 3/4 in., while still hot. The thickness shall be adjusted so that when the bricks are placed and rolled, the top surface of the pavers will be at the required finished grade. D. A coating of neoprene-modified asphalt adhesive shall be applied by mopping, squeegeeing, or troweling over the top surface of the bituminous selting bed so as to provide a bond under the pavers. 1. If adhesive is trowel-applied, trowel shall be serrated type with senrations not to exceed 1/16 in. 3.04 SETTING BRICK PAVERS (BITUMINOUS SETTING BED) A. Brick pavers shall be on a bituminous setting bed over a prepared concrete base. All selting shall be done by competent masons under adequate supervision. B. Brick pavers with chips, cracks, stains, or other defects which might be visible in the finished work shall not be used. C. After the modified asphalt adhesive is applied, carefully place the pavers by hand in straight courses with hand tight joints and uniform top surface. D. Brick pavers shall be set true to the required lines and grades in the paltern detailed on the Drawings. Brick pavers shall be neatly cut and filted at all perimeters and closures to fit neatly and closely, with joints uniform in thickness. Pavers shall be cut with a water-cooled, cut-off wheel masonry saw using a diamond blade. 3.05 JOINT TREATMENT (BITUMINOUS SETTING BED) A. Joints between pavers shall be hand tight and shall be uniform in thickness. Joint thickness shall not exceed 1/4 in. B. Joint filler shall be swept dry into the joints between pavers until the jOints are completely filled. Surface shall be swept clean. Swept surface shall than be thoroughly dampened with a low-volume fine spray of water. 3.06 SETTING BRICK PAVERS (MORTAR SETTING BED) Iss. October 21, 2002 02782 -7 BRICK PAVERS SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS A Brick pavers shall be set on a mortar setting bed over a prepared concrete base slab. All setting shall be done by competent masons under adequate supervision. B, Brick pavers with chips, cracks, stains, or other defects which might be visible in the finished work shall not be used, C, Bond coat shall be applied to concrete base slab using flat trowel. Thickness of bond coat shall be approximately 1/16 in. D, Mortar bed shall be spread evenly over the troweled bond coat. Mortar setting shall be 3/4 in, thick, minimum, Bond coat shall be applied to mortar bed using flat trowel to thickness of 1/16 in, E. Before setting, the back of each brick shall be dampened and shall receive a slurry of mortar to ensure maximum contact with mortar bed. Each piece shall be carefully bedded in a full bed of mortar and tapped home to a full and solid bearing, Particular care shall be exercised to equalize bed and joint openings and eliminate the need for redressing of exposed surfaces, F, Brick pavers shall be set true to the required lines and grades in the pattern detailed on the Drawings, Brick pavers shall be neaUy cut and fitted at all perimeters and closures to fit neally and closely, with joints uniform in thickness, Pavers shall be cut with a water-cooled, cut-off wheel masonry saw using a diamond blade. G. Exposed surfaces shall be kept free from mortar at all times. Excess mortar shall be immediately removed before latex modified mortar can set. 3.07 JOINT TREATMENT (MORTAR SETTING BED) A Brick joints shall be uniform in thickness. All joints except expansion joints shall be 3/8 in. thick. Expansion joints shall be 1/2 in. thick. B. All joints, except expansion joints, shall be completely filled with mortar, then raked out to a depth of not less than 3/4 in. Raked jOints shall be brushed clean and pointed with mortar grout to a fiat cut jOint. 1. Mortar grout between brick shall be uniform in appearance, texture, and color. 2. After initial set of grout, joints shall be finished by tooling wtth a rounded, non-staining jOinter to produce a glassy-hard polished, slighlly, concave jOint, free of drying cracks. C. Brick paving shall be kept damp by intermittent spraying for three days, minimum, to effectively cure the jOints. 3.08 SAND SETIING BED A Sand shall be spread over concrete base slab as a setting bed for pavers. Sand shall be spread and leveled to required slope and grade. Minimum thickness of sand shall be 1 in. after leveling. Bed shall not be compacted until pavers are installed. B. Surface tolerance shall be within 114 in. of required grade as measured with a 10ft. straightedge in both the transverse and longnudinal directions. 3.09 SETTING BRICK PAVERS (SAND SETIING BED) A. Setting bed shall be protected from damage prior to setting pavers. Iss. October 21,2002 02782 -8 BRICK PAVERS SA 14516,00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS B, Setting shall be done by competent workmen under adequate supervIsIon, and in accordance with manufacturer's recommendations, Pavers shall be placed on the setting bed, to true line and plane and in required posHion, C, Pavers with chips, cracks, or other structural or aesthetic defects shall not be used, D. Pavers shall be set true to the required lines and grades in the pattern detailed on the Drawings, Pavers shall be tightly butted. Joints between pavers shall be uniform and shall not exceed 1/8 in, E. After a sufficient area of pavers has been installed, bricks shall be set to their final level in accordance with brick manufacturers printed instructions. After setting brick in setting bed, joints of pavers shall be filled by sweeping sand into the jOints, When jOints are filled, paver surfaces shall be misted with a fine spray of water to settle joint material. After joint matenal has dried, repeat joint filling and sweeping process. F. Where Where required, pavers shall be accurately cut with a masonry or concrete saw, Cut edges shall be plumb and straight Scoring and breaking will not be acceptable. 3.10 SETIING BRICK PAVERS (EPOXY SETIING BED) A, Brick pavers shall be set on aluminum fountain vault hatch cover in accordance with epoxy adhesive manufacturers printed instructions. B. Pavers shall be set in the pattern detailed on the Drawings. Pavers shall be tightly butted. Joints between pavers shall be uniform and shall not exceed 1/8 in, C, Where required, pavers shall be accurately cut with a masonry or concrete saw. Cut edges shall be plumb and straight. Scoring and breaking will not be acceptable, 3,11 CLEANING AND PROTECTION OF BRICK SURFACES A After completion of brick paving, surfaces shall be carefully cleaned, removing all dirt, excess sand, filler, and stains. B. Completed brick surfaces shall be thoroughly cleaned of wax coating using a steam jenny or other method approved by the Architect 1. Steam jenny shall have a capacity of 150 gal. per hour at 120 psi and 3250 F. coil temperature. END OF SECTION Iss, October 21, 2002 02782 -9 BRICK PAVERS SA 1451600 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DOCUMENT 00010 TABLE OF CONTENTS INTRODUCTORY INFORMATION Document 00001 Project Title Page Document 00002Consuitant Pages Document 0001 OTable of Contents Document 00015List of Drawings BIDDING REQUIREMENTS. Advertisement for Bid Instructions to Bidders Proposal Form Prevailing Wage Rates Project Sign CONTRACTING REQUIREMENTS Document 00430Bid Bond (AlA Document A310) Document 0051 OAgreement (AlA Document A101/CMa) Document 00610Performance Bond (AlA Document A311/CM) Document 0061 OLabor and Material Payment Bond (AlA Document 311/CM) Document 00700Generai Conditions (AlA Document A201/CMa) Document 00810Suppiementary General Conditions SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS Section 01110 Summary of Work Section 01310 Project Coordination Section 01330 Submittals Section 01420 References Section 01454 Mock-Up Requirements Section 01458 Testing Laboratory Services Section 01550 Vehicular Access and Parking Section 01555 Traffic Control Section 01569 Tree and Plant Protection Section 01571 Erosion and Sediment Control 01110-1 through 2 01310-1 through 3 01330-1 through 8 01420-1 through 4 01454-1 through 2 01458-1 through 5 01550-1 through 3 01555-1 through 3 01569-1 through 4 01571-1 through 4 September 30, 2002 00010 -1 TABLE OF CONTENTS Rev. October 21, 2002 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DIVISIDN 1 -GENERAL REQUIREMENTS [continued) Section 01600 Product Requirements 01600-1 through 4 Section 01722 Field Engineering 01722-1 through 2 Section 01732 Cutting and Patching 01732-1 through 4 Section 01734 Selective Demolition 01734-1 through 3 Section 01770 Closeout Procedures 01770-1 through 7 DIVISION 2 -SITE CONSTRUCTION Section 02200 Site Preparation 02200-1 through 4 Section 02300 Earthwork 02300-1 through 15 Section 02375 Drilled Concrete Piers 02375-1 through 4 Section 02510 Water System 02510-1 through 12 Section 02530 Sanitary Sewerage 02530-1 through 9 Section 02624 Planting Underdrain System 02624-1 through 3 Section 02630 Storm Drainage System 02630-1 through 9 Section 02736 Stone Dust Surfacing wi Stabilizer 02736-1 through 4 Section 02750 Portland Cement Concrete Pavement 02750-1 through 11 Section 02752 Exposed Aggregate Pavement 02752-1 through 9 Section 02760 Pavement Markings 02760-1 through 3 Section 02772 Concrete Curb and Gutter 02772-1 through 5 Section 02782 Brick Pavers 02782-1 through 7 Section 02784 Stone Pavers 02784-1 through 9 Section 02785 Granite Pavers 02785-1 through 7 Section 02786 Slate Paving Tile 02786-1 through 6 Section 02810 I rrigation System 02810-1 through 4 Section 02815 Fountains 02815-1 through 11 Section 02816 Drinking Fountains 02816-1 through 3 Section 02824 Ornamental Metal Fence and Gate 02824-1 through 5 Section 02838 StoneWall 02838-1 through 4 Section 02870 Site Furnishings 02870-1 through 2 Section 02920 Lawns and Grasses 02920-1 through 7 Section 02930 Trees, Plants, and Ground Covers 02930-1 through 13 DIVISION 3 -CONCRETE Section 03100 Concrete Forms and Accessories 03100-1 through 4 Section 03200 Concrete Reinforcement 03200-1 through 5 Section 03300 Cast-In-Place Concrete 03300-1 through 16 Section 03450 Architectural Precast Concrete 03450-1 through 9 DIVISION 4 -MASONRY Section 04200 Brick Masonry 04200-1 through 8 Section 04270 Glass Unit Masonry 04270-1 through 5 Section 04430 Quarried Stone 04430-1 through 9 DIVISION 5 -METALS Section 05120 Structural steel 05120-1 through 7 Section 05500 Metal Fabrications 05500-1 through 9 Section 05530 Metal Grating 05530-1 through 4 Section 05700 Ornamental Metal 05700-1 through 6 September 30, 2002 00010-2 TABLE OF CONTENTS Rev. October 21,2002 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DIVISION 6 -WOOD AND PLASTICS Not Used. DIVISION 7 -THERMAL AND MOISTURE PROTECTION Section 07110 Bituminous Dampproofing 07110-1 through 3 Section 07135 Sheet Membrane Waterproofing 07135-1 through 6 Section 07900 Joint Sealers 07900-1 through 7 DIVISION 8 -DOORS AND WINDOWS Section 08110 Steel Doors and Frames 08110-1 through 10 DIVISION 9 -FINISHES Section 09900 Painting09900-1 through 7 DIVISION 10 -SPECIALTIES Section 10210 Metal Wall Louvers 10210-1 through 4 DIVISIONS 11 -EQUIPMENT Not Used, DIVISION 12 -FURNISHINGS Not Used, DIVISION 13 -SPECIAL CONSTRUCTION Not Used. DIVISION 14 -CONVEYING SYSTEMS Not Used, DIVISION 15 -MECHANICAL Section 15010 General Requirements For Mechanical Systems 15010-1 through 14 Section 15060 Piping And Accessories 15060-1 through 6 Section 15075 Mechanicalldentification 15075-1 through 3 Section 15440 Plumbing Pumps 15440-1 through 2 Section 15510 Heating Equipment 15510-1 through 2 Section 15830 Ventilation Fans Fans And Equipment 15830-1 through 2 Section 15950 Testing And Balancing 15950-1 through 4 September 30, 2002 00010 -3 TABLE OF CONTENTS Rev. October 21, 2002 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DIVISION 16 -ELECTRICAL Section 16010 General Requirements For Electrical Work 16010-1 through 15 Section 16111 Raceways and Fittings 16111-1 through 4 Section 16120 Wire and Cable (600 Volls) 16120-1 through 4 Section 16130 Boxes 16130-1 through 3 Section 16141 Wiring Devices 16141-1 through 4 Section 16160 Cabinets and Enclosures 16160-1 through 2 Section 16190 Supporting Devices 16190-1 through 4 Section 16195 Electrical Identification 16195-1 through 2 Section 16420 Service Entrance 16420-1 through 3 Section 16425 Switchboards 16425-1 through 5 Section 16450 Grounding 16450-1 through 4 Section 16461 Transformers 16461-1 through 5 Section 16471 Panelboards 16471-1 through 4 Section 16485 Contactors 16485-1 through 2 Section 16491 Disccnnect Switches 16491-1 through 3 Section 16502 Ballasts and Accessories 16502-1 through 2 Section 16525 Site Lighting 16525-1 through 3 Section 16550 Lighting and Equipment Control 16550-1 through 5 Section 16900 Coordination Study 16900-1 through 5 Section 16915 Electrical Acceptance and Field Testing, Adjusting and Balancing 16915-1 through 5 APPENDICES Appendix A Geotechnical Report Appendix B Town of Addison, Public Works Department -General Construction Notes Appendix C Town of Addison, Public Works Department -Referenced SpeCifications END OF TABLE OF CONTENTS September 30, 2002 00010-4 TABLE OF CONTENTS Rev. October 21, 2002 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS DOCUMENT 00015 LIST OF DRAWINGS PART 1 GENERAL 1.01 DRAWING LIST A. List of Drawings for Addison Arts & Events District, Addison, Texas, SA 14516.00, Date of Issue 09/30/02, is as follows: Drawing Date of Rev. Rev. Drawing ~ Issue No. Date Title GENERAL Cover Sheet CO-O 09/30/02 Sheet Index CO-1 09/30/02 Existing Conditions CIVIL C1-1 09/30/02 Site Demolition, Preparation and Erosion Control C1-2 09/30/02 Site DemOlition, Preparation and Erosion Control C2-1 09/30/02 Layout and Materials Plan C2-1 09/30/02 Layout and Materials Plan C3-1 09/30/02 Grading & Drainage Plan C3-2 09/30/02 Grading &Drainage Plan C3-3 09/30/02 Grading & Drainage Plan C4-1 09/30/02 Utilities Plan C4-2 09/30/02 Utilities Plan C4-3 09/30/02 Utilities Plan C5-1 09/30/02 Fountain Layout & Matarials Plan C5-2 09/30/02 Fountain Layout & Materials Plan C5-3 09/30/02 Fountain Paving Plan C5-4 09/30/02 Fountain Paving Plan C6-1 09/30/02 Pergola Plan & Details C6-2 09/30/02 Pergola Elevations C7-1 09/30/02 Site Details C7-2 09/30/02 Site Details C7-3 09/30/02 Site Details September 30, 2002 00015 -1 LIST OF DRAWINGS Rev. October 21, 2002 SA 14516.00 ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS Drawing Date of Rev. Rev. Drawing ~ Issue No. Date Title CIVIL (continued) C7-4 09/30/02 C7-5 09/30/02 C7-6 09/30/02 C7-7 09/30/02 C7-8 09/30/02 C7-9 09/30/02 C7-10 09/30/02 C7-11 09/30/02 C7-12 09/30/02 C7-13 09/30/02 C7-14 C7-15 C7-16 C7-17 C7-3 C7-4 C8-1 C8-2 C8-3 MECHANICAL M1-1 M1-2 M1-3 ELECTRICAL FE-1 FE-2 FM-1 FM-2 FM-3 FM-4 LANDSCAPE L1-1 L2-1 L3-1 09/30/02 09/30/02 09/30102 09/30/02 09/30/02 09130102 09/30/02 09/30/02 09/30/02 09/30/02 09/30/02 09/30/02 09/30/02 09/30/02 09130102 09130/02 09130102 09/30102 09/30/02 09/30/02 09/30/02 Site Details Site Details Site Details Site Details Site Details Site Details Site Details Site Details Site Details Site Details Site Details Deleted Site Details Site Details Wall Elevation Wall Elevation Details Details Details Mechanical/Electrical Plan Mechanical/Electrical Plan Mechanical/Electrical Plan Fountain Electrical Plan Fountain Electrical Plan Fountain Mechanical Plan Fountain Details Fountain Mechanical Plan Fountain Mechanical Plan Planting Plan Irrigation Plan Planting and Irrigation Details September 30, 2002 00015 -2 LIST OF DRAWINGS Rev. October 21, 2002 SA 14516.00 PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. ADDISON ARTS & EVENTS DISTRICT ADDISON, TEXAS END OF DOCUMENT September 3D, 2002 00015 -3 LIST OF DRAWINGS Rev, October 21, 2002 PROPOSAL FORM PROPOSALOF __________~------------------------------(Name ofBidder) PROPOSAL FOR THE CONSTRUCTION OF THE ADDISON ARTS & EVENTS DISTRICT IMPROVEMENTS -ADDISON, TEXAS The Honorable Mayor and City Council Town ofAddison Addison, Texas The undersigned hereby proposes to furnish all supervision, labor, material, equipment, tools and necessary accessories for the construction ofimprovements to the Addison Arts & Events District, as set forth for the project in the Drawings, Project Manual and Addenda as prepared by Sasaki Associates Inc., dated September 30, 2002, Architect's ProjectNwnber 14516.00. The undersigned hereby proposes to furnish all ofthe above for the STANDARD BID Ownp swn BASE BID) amount set forth below. Total Bid for purpose ofthis Proposal consist oftwo parts whereby: Standard Bid (A) = The sum ofthe base bid and any alternatives accepted. Time Bid (B) = Number of calendar days bid below under Time of Completion x $3,000. The undersigned hereby proposes the following: STANDARD BID ((A) ------------------------------------$----------TIME BID (B) (Number Calendar Days Bid Below under Time of Completion X $3,000.00) ----------------------------------------~$------------TOTAL BID (Standard Bid (A) + Time Bid (B») .--------------------------------------,$------- ----NOTE: Amounts shall be shown in both words and figures. In case of discrepancies, the amount in words shall govern. Addendwn 2 -Issued October 21,2002 PROPOSAL FORM -Page 1 of4 TIME OF COMPLETION: The undersigned agrees to commence work under this Contract within ten (10) days after the issuance ofthe "Notice to Proceed" from the Owner and to fully and finally complete such work within calendar days from date of such notice. [The undersigned to fill in the number ofcalendar days.] Time to complete the contract shall begin on the tenth (10th) day after the issuance ofthe ''Notice to Proceed". LIQUIDATED DAMAGES: The undersigned agrees to fully complete the project within the time stated in the TIME OF COMPLETION paragraph above. In the event the undersigned fails to fully and finally complete the project within the number ofcalendar days set forth above under TIME OF COMPLETION, the undersigned agrees to pay as liquidated damages for such delay and not as a penalty, the sum of$I,OOO.OO for each consecutive calendar day thereafter that the proj ect is not fully and finally completed. EXTRA WORK Should any change in the work or extra work be ordered, the following applicable percentage shall be added to the material and labor costs to cover overhead and profit. It is understood the terms "overhead" and "profit" are defined in the General and Supplementary Conditions. Allowance to Contractor for overhead and profit for extra work performed by the Contractor and supervised by the undersigned ______' Allowance to Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the undersigned % ADDENDA: The undersigned hereby acknowledges receipt ofthe following addenda to the Drawings and Specifications, all of the provisions and requirements ofwhich addenda have been taken into consideration in the preparation ofthis Proposal. Addendum Number _____dated ______ Addendum Number _____dated ______ Addendum Number _____dated ______ BID SECURITY: Bid security must accompany each proposal. Bid security shall be made to the Town ofAddison, Texas in the amount offive percent (5%) ofthe proposal sum. Security shall be either a certified check, cashier's check or bid bid bond by a surety licensed in Texas and satisfactory to Town. The successful bidder's security will be retained until he has signed the contract, payment and performance bonds have been executed, and such other documents or information as the Owner may require has been subrrritted to the Owner. The Owner reserves the right to Addendum 2 -Issued October 21,2002 PROPOSAL FORM -Page 2 of4 retain the security ofthe next two lowest responsible bidders until the lowest responsible bidder enters into a contract or until forty-five (45) days after bid opening, whichever comes first. All other bid securities will be returned as soon as practicable. Ifany bidder refuses to enter into a contract, the Owner will retain its bid security as liquidated damages, but not as a penalty. SALES TAX EXEMPTION: The contractor shall pay all applicable consumer, use and other similar taxes required by law. The Owner, being a municipal govermnent, qualifies for certain tax exemptions. PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND: The undersigned agrees within ten (10) days after the Contract is executed, to deliver to the Owner a Performance Bond and a Labor and Material Payment Bond as reqnired by the Specifications or other documents in connection witb this matter. CONTRACT: The undersigned agrees that upon notice ofacceptance ofthe Bid, he will execute the specified Contract within ten (10) days from notice ofacceptance. INSURANCE: The undersigned agrees within ten (10) days after the Contract is executed, and before any work begins on the project site, to deliver to the Owner the certificates of insurance and any original insurance policies reqnired in the Project Manual. ACKNOWLEDGEMENTS: The undersigned bereby declares, warrants and represents that the facts stated herein and the information given by it in connection with its bid proposal are true and correct in all respects, that tbe bidder bas visited the Project site, has bad sufficient time to make all tests and investigations, has carefully examined and understands the Plans, Specifications (Project Manual) and Contract Documents and bidding documents, is financially solvent, is familiar with all ofthe laws and regulations applicable to the Work, is and has become familiar with all conditions to arrive at an intelligent estimate of the cost of performing the Wark, and agrees to do the Work for the sums and within the time set forth in this Proposal. Respectfully submitted, Addendum 2 -Issued October 21,2002 PROPOSAL FORM -Page 3 of 4 Corporations only fill in the following: Legal Name of Corporation State of Incorporation Street Address City, State, Zip Code Name of Officer -(typed or printed) Signature of Officer Title Date Seal of Corporation Witness Name of Witness -(typed or printed) Street Address City, State, Zip Code Signature Date Addendum 2 -Issued October 21,2002 Bidders other than Corporations fill in the following: Legal Name of Bidding Firm Street Address City, State, Zip Code Name of Officer -(typed or printed) Signature of Officer Title Date PROPOSAL FORM -Page 4 of 4 Addison Arts and Events District BID NO 02-47 DUE: November 5, 2002 2:00 PM ,...-------------------,----------'E III '" " III .. " X" " oS! I/) Bid " " I/) III ... .,!.., oS! ... <> III ., BIDDER SIGNED Bond a1 a2 a3 « en ... III ir C .,__ CD OJ .., -'"'" Rebcon, Inc. \/'" ~v v Vvrv hl~N,EA: 110 Cflll}D&o American Civl Contructors V ......... v vI..-v' f.>rl(41,S@J 'l71J 71t{),OUiJ Abstract Construction Co v V v v '1./;; tl't8: 7t;S ?-1, (o{iJdO Ratcliff Constructors LP V"l.----1'1.-L...v '5 7.-U. belt:> iJ..10 ~/D){)eD Tri Oal Ltd v ............ v V" c: OliO. &d>1'. 300 ?tJO OM Joe Flink v v .. v ...... s;tf'lfJ,IJi!JC) 'no 'iilt>,o~ AUI ././v ... v5.113/~ '1.57 71{'tJt'o Adolfson & Peterson v v-v -V' Ia. 3'fZ er:c ~90 -D-Hisaw & Assts ........-,...... rl--' v-q; 3'r(, lliet !J.'lS 8'55.~ Cadence McShane V' ./~ -J '5: 45&, /!Joo i'.30 /<>919, D{() WBKibler Construction Co ........... ...,... v v 57/?,?D5 ~W l::>34f!!t:>o --------Total (A+B) 7fJ~bbO 7{~r;~ fi~ S; D%; 7'55 ~,D7fo,ooo ~ ~tftt tibO 1(1),303: t9&O fA Lfrfl-. (JOD r., /?I'+7, ()tXJ ~~21f.4,~ &" I tfi>(l>iJO to.3t1'6: u...A2t;; TIME BID (B) (Number Calendar Days Bid Below under Time of Completion X $1,000.00) Ten Thousand Dollars 5 10,000 ------------------------------------~ TOTAL BID (Standard Bid (A) + Time Bid om Plve.· MII:.I./0Al, 1J/A..JeT¥ eic;,HT TRoU$AIVP, --"5G=Vr3lV=---'-'Hc::oqv~PR""'eD~Lr.J.!.IErI=_u:....E.r::..JJt.IV6~'fX>(&.A?€I~~:=::=:._'___.5 6) D'39. 155 NOTE: Amounts shall be shown in both words and figures. In case ofdiscrepancies, the amount in words shall govern. " PROPOSAL FORM -Page 1 of1 TIME OF COMPLETION: The undersigned agrees to commence work under this Contract within ten (10) days after the issuance ofthe "Notice to Proceed" from the Owner and to :fully and finally Complete such work within ·2'] 3 calendar days from date ofsuch notice. [The U11dersigned tofill in the number ojcalendar days.) Time to complete the contract shall begin on the tenth (lQ'1j day allerthe issuance ofthe "Notice to Proceed". LIQUIDATED DAMAGES: The undersigned agrees to fu1ly complete the project within the time stated in the TIME OF COMPLETION paragraph above. In the event the undersigned fiIiIs to fully and finally complete the project within the number ofcalendar days set forth above under TIME OF COMPLETION, the undersigned agrees to pay as liquidated damages for such delay and not lIS a penal1;y, the sum of$l,OOO.OO for each consecutive calendar day thereafter that the project is not fu1ly and finally completed. EXTRA WORK Should any change in the work or extra work be ordered, the following app1icable percentage shall be added to the material and labor costs to cover overhead and profit. It is understood the terms "overhead" and "profit" are defined in the General and Supplementary Conditions. Allowance to Contractor for overhead and profit for extra work performed by the Contractor and supervised by the undersigned 5 . % Allowance to Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the undersigned 5" % ADDENDA: The undersigned hereby acknowledges receipt ofthe following addenda to the Drawings and Specifications, all ofthe provisions and requirements ofwhich addenda have been taken into consideration in the preparation ofthis Proposal. AddendumNumber_~l:....-_dated October 9, 2002 Addendum Number __ 2_"_dated October 22,2002 AddendumNumber_--,3__dated Oc.t.· 31,· 2002 BID SECUlUTY: Bid security must accompany each proposal. Bid security shall be made to the Town of Addison, Texas in the amount offive percent (5%) ofthe proposal sum. Security shall be either a certified check, cashier's check or bid bond by a surety licensed in Texas and satisfactory to Town. The successful bidder's security will be retained until he has signed the contract, paymeot and performance bonds have been executed, and such other documents or information as the Owner may require has been submitted to the Owner. The Owner reserves the right to retain the security ofthe next two lowest responsible bidders until the lowest responsible ." PROPOSAL FORM -Page 2 of2 ( " bidder enters into a contract or until forty-five (45) days after bid opening, whichever comes first. All other bid securities will be returned as soon as practicable. Ifany bidder refuses to enter into a contract, the Owner will retain its bid security as liquidated damages, but not as a penalty. SALES TAX EXEMPTION: The contractor shall pay all applicable co~er, use and other simi1ar taxes required by law. The Owner, being a municipal government, qualifies fur certain tax exemptions. PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND: The UIldersigned ~within ten (10) days after the Contract is executed, to deliver to the Owner a Performance Bond and a Labor and Material Payment Bond as required by the Specifications or other documents in connection with this matter. CONTRACI': The undersigned agrees that upon notice ofacceptance ofthe Bid, he will execute the specified Contract within ten (10) days from notice ofacceptance. JNSURANCE: The undersigned agrees within ten (10) days after the Contract is executed, and before any work begins on the project site, to deliver to the Owner the certificates ofinsurance and any original insurance policies required in the Project Manual. ACKNOWLEDGEMENTS: The undersigned hereby declares; warrants and represents that thefi!cts stated herein and the infurmation given by it in connection with its bid proposal are true and correct in all respects, that the bidder has visited the Project site, has had sufficient time to make all tests and investigations, has carefully examined and understands the Plans, Specifications (project Manual) and Contract Documents and bidding documents, is financially solvent, is familiar with all ofthe laws and regulations applicable to the Work, is and has become familiar with all conditions to arrive at an intelligent estimate ofthe cost ofperforming the Work, and agrees to do the Work for the sums and within the time set forth in this Proposal. . Respectfully submitted, , PROPOSAL FORM -Page 3 of3 i Corporations only fill in the following: Abstract Construction Company Legal Name ofCorpo11ltion Texas State ofIncorporatioD 11157 Ables Lane Street Address Dallas, Texas 75229 City, State, Zip Code N Signature ofOfficer Vice President Brad Title November 5, 2002 Date Seal ofCorporatioD Witness Ruthie Georgios Name ofWrtness -(typed or printed) N/A Street Address CityL;e, Zip Cod~ . ' . 'itL fJ2~ Signature Date ,. Bidden other than Corporations fill in the following: Legal Name ofBidding Firm Street Address City, State, Zip Code Name ofOfficer-(typed or printed) Signature ofOfficer TItle Date .. >. PROPOSAL FORM -Page 4 of4 -~--"--_... PROPOSAL FORM 1)' PROPOSALOF __~~~~~e~r~6~'~~~a_A_J-rf__=~~~~C~'~'_______________ (Name of Bidder) I . . PROPOSAL FOR THE CONSTRUCTION OF THE ADDISON ARTS & EVENTS DISTRICT IMPROVEMENTS -ADDISON, TEXAS The Honorable Mayor and City Council Town ofAddison Adclison, Texas The undersigned hereby proposes to finnish all supervision, labor, material, equipment, tools and necessary accessories for the construction ofimprovements to the Addison Arts & Events District, as set forth for the project in the Drawings, Project Manual and Addenda as prepared by Sasaki Associates Inc., dated September 30, 2002, Architect's Project NllIllber 14516.00. The undersigned hereby proposes to furnish all ofthe above for the STANDARD BID (lump sum BASE BID) amount set forth below. Total Bid for purpose ofIbis Proposal consist oftwo parts whereby; Standard Bid (A) = The sum·of the base bid and any alternatives accepted. Time Bid (B) = Number ofcalendar days bid below under Time of' Completion x $3,000. The undersigned hereby proposes the following; STANDARD BID (A) t, . 88"\-,000 0<> -hoI fl· • '''' Q .... /!.~ , I TIME BID (B) (Number Calendar Days Bid Below under Time ofCompletion X . $3,000.00) £II;W N",p~p.'f) TpJ m.rAwtJ del oz... O''''IfPI $ 81 Q J t;Jr;:JO TOTAL BID (Standard Bid (A) +Time Bid (B» .,,,5&ve.J M,~~",.s;~ H"""'I~,t-Addendum Number 2. dated OctfJ&eIt. t; ZDO'Z. ; Addendum Numper • 3> .dated (;f(Jf11?,"fll!-; '2~ '?Dl:>""-. BID SECURITY: Bid security must accompany each proposal. Bid security shall be made to the Town ofAddison, Texes in the amount offive percent (5%) ofthe proposal sum. Security shall be either' a eertified check, cashier's check or bid bond by a surety licensed in Texas and satisfactory to Town. The successful bidder's security will be retained until he has signed the contract, paymert and performance bonds have been executed, and such other documents 'or information as the Owner may reqQire has 'beeI\ submitted to the Owner. The Owner reserves the right to Addendum 2 -IssiJed Oc~ber21,2002 -'> PROPOSAL FORM -Page 2 of4 .'> . retain the security ofthe next tWo lowest responSible bidders until the lowest responsible . bidder enters into a contract or until fort}'-five (45) days after bid opening, whichever comes first. All other bid securities will be returned as soon as practicable. Ifany bidder refuses to enter into a contract, the Owner will retain its bid security as liquidated damages, but not as a penalty. .... . SALES TAX EXEMPTION: The contractor shall pay aJJ applicable consumer, use and other similar taxes required by law. The Owner, being a municipal government, qualifies for certain tax exemptions. PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND: The undersigned agrees within ten (10) days after the·Contract is executed, to deliver to the Owner a Performance Bond and a Labor and Material Payment Bond as required by the Specifications or other documelis in connection with this matter. CONTRACT: The undersigned agrees that upon notice ofacceptance of the Bid, he will execute the specified Contract within ten (10) days from notice ofacceptance. INSURANCE: The undersigned agrees within ten (10) days after the Contrsct is executed, and before any work begins on the project site, to deliver to the Owner the certificates ofinsurance and any original insurance policies required in the Project Manual . . " '. . . .',', . ACKNOWLEDGEMENTS: The undersigned hereby deciares, wlirrants and represents that the facts stated herein and the infoIIllation given by it in connection with its bid proposal are true and correct in all respects, that the bidder has visited the Project site, has had sufficient time to make all tests and investigations; has carefully examined and understands the Plans, Specifications (Project Manual) and Contract Documents and bidding documents, is fmancially solvent, is familiar with all ofthe laws and regulations applicable to the Work, is and has become familiar with all conditions to arrive at an intelligent estimate ofthe cost ofperforming the Wode, and agrees to do the Work for the sums and within the time set forth in this Proposal. Respectfully submitted, ,. Addendum 2 -Issued October 21,2002 PROPOSAL FORM-Page 3 of4 ._.---. . ..:::==::::.----..-'------..-...--------.~---.-.---_...... ... . Corporations only fill in the following: Legal Narile ofCorporation . State ofIncorporation 18(48 W-llorcr!lt..\I!:ST r!IN't Street Address WArt L.!5 , Tr;.rJcS 75'2.'Z. 0 City, Staie, Zip Code Title . 1/-S-02.. Date Seal ofCorporation . Witness Name ofWitness -(typed or printed) 16Ce8 IN-,,)I)g;rlAIe"r JlW¥ • : Street Address . 'DAt..kkS 1X 757.i'z,.O City, State, Zip Code Date Addendwn 2-Issued October 21,2002 -.~.....~---..... ---~ Bidders otber tban Corporations fill in the following: Legal Name ofBidding Firm Street Address City, State, Zip Code Name ofOfficer-(typed or printed) Signature ofOfficer Title PROPOSAL FORM -Page 4 of4i:-. TRANSMITI'AL OF ADDENDUM***•••*.***~*******.*****************************.*.*••••******************************************••**** . . INSTRUCTIONS: . Acknowledge receipt ofAddendainProposal, On OUler envelope ofi:>idAND WlTHTBE FORM~ELOWFAXEj)TO (972),.' .450-7096upQnreceipt." " ,'. ' " ' ",', ,,' , , , ' " . ******************************************************************'************ *****************#******** Addendum Acknowledgment FAX to (972) 450·7096 I Acknowledge-the receipt ofAddendum No. 1 Town of: ADDISON, TEXAS Project Name: 0247 Addison Arts and Events District By Facsimile Transmission on this date: October 9, 2002 , E-Mail Address: "PLEASE SIGN & FAX THIS PAGE BACK TO TOWN OF ADDISON~ (as verification that you received this Fax) 972-450-7096 .,' . ,.Total Number ofFaxl'ages: 2 .: . . :' c_ ,~r.-._ ,'; " ,,' '"',' :,:. -:,.' '.'. .' 0",' ,. _ ". . AddcndumNo. j" , .., ,-'. 02-47 Add'lSmAru and EwnlsDistrict • ......------~ TRANSMITTAL OFADDENDUM ***~••••*.*••***•••••*.*+****•••••••*.*••••••••••••••+.+••••••••••••••••••••••••••••••••••••••+. INSTRUCTIONS: Acknowl~dg.receipt ofi\ddenda in P,opos~l, on outerenvelope.ofbid ANDwfrnTIIEFORMBELoWFAXEDTO (9n)45i).. 7096 upon receipt. . • ** ••++++•••••••••••••••••••*.*•••••••••••••••••••••**•••*•••*~••••••••••••+.+••*.*•••••*•••* ••• ** Addendum Acknowledgment FAX to (972) 450-7096 I Acknowledge the receipt ofAddendum No. 2 Town of: ADDISON, TEXAS Projeet Name; 0247 Addison Arts and Events District By Facsimile Transmission on this date~ October 22, 2002 C tract ,'s SIgnature . . . CompanyName E-Mail Address: "PLEASE SIGN & FAX THIS PAGE BACK TO TOWN OFADDISON" (as yerll!!;atli!n that yo.. received this Fax) 972-450-7096 . Total Number ofP'ge.: 49 Addendum )/0. 2 NOV 1,2002 14:22 TOWN OF ADDISON FROM MSUI! To REBCON PAGE 1 OF 4 TRANSIIUITAL OF ADDENDUM ••••*.**••***••*••••**•••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• INSTRUCTIONS: Acknowledge rec'eipt of Add:mda in Proposal, on outer envelope ofbid AND wrmmFORMBELOWFAXIiD TO (97l) 451)7096 upon receipt ............................................................. ...................... ...............~ Addendum Acknowledgment FAX ro (972) 450-7096 I Acknowledge the receipt ofAddendum No. 3 Town of: ADDISON, TEXAS Project Name: 0247.Addison Arts and Events District By Facsimile Transmission on this date: October31.2002 , rnpany Name E-ManAddnss: Please check one: V Will be participating in bid __Will NOT be participating in bid "PLEASE SIGN <& FAX THIS PAGE BACK TO TOWN OF ADDISON" (as verification tltat you received this Fu) , .~ r ',. , . " . 972450·7096 , " Total Number ofP.go.: 4 NOV 1,2002 14,25 TOWN OF ADDISON FROM MSUH TO REBCON PAGE 4 or 4 • END OF ADDENDUM . The l:mdersigned bidderbereby certifies tbat ~Addendum No.3 haS been incorporated . . . in the rontrru;t and ifaccepted becomes part of tbeoontracf . 02047 Addison Am and E..... Disuiel ------------, , END OF ADDENDUM The undersigned bidder, bereby certifie~ that the Addendum No. 2 has been incorporated in the contrlict and if aqcepted becomes part ofthe contract. , " , , BY:~__~~~~~~____________ Date~tr>.--------,----.---~~-~~---.-~-~---~ -----------'-----'~-.--.. ..__.......... ... '~', ' Bid 02-47 ADDISON ARTS AND EVENTS DISTRlCf •. ' ADDENDUM 1 " "., , . :.' . Bid opening date has changed to Tuesday, November 5, 2002 at 2:00PM . Sealed bids will be accepted by the Town ofAddison, Purchasing Division, 5350 Belt Line Rd, Addison, TX. Late bids will not be opened and returned. '.. END OF ADDENDUM Th~uh~i8rted bidder he~bycertifiesthat th~:Adderiduirt N();-rhas beeri'i1lcorporat~dinth~'co~tractanci if accepted ~spart ofthe contract. . "._ BY: #c:: .Date:~(<><". ' . . . .. ";' .AddcndumNo. I PROPOSAL FORM PROPOSAL OF Aroe.r"Lo.n Civil (Name ofBidder) PROPOSAL FOR THE CONSTRUCTION OF THE ADDISON ARTS & EVENTS DISTRICT IMPROVEMENTS -ADDISON, TEXAS The Honorable Mayor and City Council Town ofAddison Addison, Texas The undersigned hereby proposes to furnish all supervision, labor, material, equipment, tools and necessary accessories for the construction of improvements to the Addison Arts & Events District, as set forth for the project in the Drawings, Project Manual and Addenda as prepared by Sasaki Associates Inc., dated September 30, 2002, Architect's Project Number 14516.00. The undersigned hereby proposes to furnish all ofthe above for the STANDARD BID (lump sum BASE BID) amount set forth below. Total Bid for purpose ofthls Proposal consist of two parts whereby: St1!lldard Bid (A) = The sum ofthe base bid and any alternatives ac.cepted. Time Bid (B) = Number of calendar days bid below under Time of Completion x $3,000. The undersigned hereby proposes the following: TIME BID (8) (Number Calendar Days Bid Below under Time of Completion X $3,000.00) E~1k.t bJ..J. t~ AOk$%d 7Lf'1O~ 7 NOTE: Amounts shall be shown in both words and figures. In case of discrepancies, the amount in words shalJ go vem. Addendum 2 -Issued October 21,2002 PROPOSAL FORM -Page 1 of 4 ____ TIME OF COMPLETION: The undersigned agrees to commence work under this Contract within ten (10) days after the issuance ofthe "Notice to Proceed" from the Owner and to fully and finally complete such work within 2...."Ja calendar days from date ofsuch notice. (The undersigned to fill in the number ofcalendar days.] Time to complete the contract shall begin on the tenth (loth) day after the issuance ofthe "Notice to Proceed". liQUIDATED DAMAGES: The undersigned agrees to fully complete the project within the time stated in the TIME OF COMPLETION paragraph above. In the event the undersigned fails to fully and finally complete the project within the number of calendar days set forth above under TIME OF COMPLETION, the undersigned agrees to payas liquidated damages for such delay and not as a penalty, the sum of$l,ooo.oo for each consecutive calendar day thereafter that the project is not fully and fmaIly completed. EXTRA WORK Should any change in the work or extra work be ordered, the following applicable percentage shall be added to the material and labor costs to cover overhead and profit. It is understood the terms "overhead" and "profit" are defined in the General and Supplementary Conditions. Allowance to Contractor for overhead and profit for extra work performed by the Contractor and supervised by the imdersigned X· 11 % ·v Allowance to Contractor for overhead and profit t: extra work performed by a Subcontractor and supervised by the undersigned 11 % ADDENDA: The undersigned hereby acknowledges receipt ofthe following addenda to the Drawings and Specifications, all ofthe provisions and requirements ofwhich addenda have been taken into consideration in the preparation ofthis Proposal. Addendum Number __1'--__dated I{) -q -fI) 'Addendum Number _ ....z.____dated -lo -"Z.~-0 oz.. Addendum Number _~.:!? dated WI -~1 -0 'LBID SECURITY: Bid security must accompany each proposal. Bid security shall be made to the Town ofAddison, Texas in the amount of five percent (5%) ofthe proposal sum. Security shall be either a certified check, cashier's check or bid bond by a surety licensed in Texas and satisfactory to Town. The successful bidder's security will be retained until he has signed the contract, paymert and performance bonds have been executed, and such other documents or information as the Owner may require has been submitted to the Owner. The Owner reserves the right to Addendum 2 -Issued October 21,2002 PROPOSAL FORM -Page 2 of4 -~ .._-_...'--......:...... ~-.. ! . ~. _.' , retain the security of the next two lowest responsible bidders until the lowest responsible bidder enters into a contract or until forty-five (45) days after bid opening, whichever comes first. All other bid securities will be returned as soon as practicable. Ifany bidder refuses to enter into a contract, the Owner will retain its bid security as liquidated damages, but not as a penalty. SALES TAX EXEMPTION: The contractor shall pay all applicable consumer, use and other similar taxes required by law. The Owner, being a municipal government, qualifies for certain tax exemptions. PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND: The undersigned agrees within ten (10) days after the Contract is executed, to deliver to the Owner a Performance Bond and a Labor and Material Payment Bond as req\lired by the Specifications or other documerts in connection with this malter. CONTRACT: The undersigned agrees that upon notice ofacceptance ofthe Bid, he will execute the specified Contract within ten (10) days from notice ofacceptance. INSURANCE: The undersigned agrees within ten (10) days after the Contract is executed, and before any work begins on the project site, to deliver to the Owner the certificates of insurance and any original insurance policies reqnired in the Project Manual. ACKNOWLEDGEMENTS: The undersigned herebY declares, warrants and represents that the facts stated herein and the information given by it in connection with its bid proposal are true and correct in all respects, that the bidder has visited the Project site, has had sufficient time to make all tests and investigations, has carefully examined and understands the Plans, Specifications (Project Manual) and Contract Documents and bidding documents, is financially solvent, is familiar with all ofthe laws and regulations applicable to the Work, is and has become familiar with all conditions to arrive at an intelligent estimate of the cost of performing the Work, and agrees to do the Work for the sums and within the time set forth in this Proposal. Addendum 2 -Issued October 21,2002 .,. PROPOSAL FORM -.p'age 3 of4 .-.. _. ---'Corporations only fill in the following: Bidders other than Corporations fill in 1 C \ /" 1 \ the following: ti h1 etta..o"tA ~ "\ f-qns,lD.,c.,"bq (~c. Legal Name ofCorporation C -..dOl12t.cl.o State of Incorporation I \.a>l \'..(, ~l!.l\...",I!."'" A"e, Street Address L,M<>n,. Ct? 8£:)\ zc) City, State, Zip Code _ ~r-(typed or priirted) Signature ofOfficer Title A~ Jl~J-Z-Seal of Corporation Wituess Name ofWituess (typed or printed) .9'21 $.. 'S.ct> Iti-k\...\(..L ~lyJ. -Street Address S Qllih\"\&!-/\;c« 71. t21'l.City, State, Zip Code ~~ Legal Name of Bidding Fiml Street Address City, State, Zip Code Name ofOfficer -(typed or printed) Signature ofOfficer Title Date Date Addendum 2 -Issued October 21,2002 _" PROPOSAL FORM -Page 4 of4 972 450 7099; OCT-9-0210:21; PAGE 2/2'SENT BV: FINANCE DEPARTMENT; Bid 02-47 ADDISON ARTS AND EVENTS DISTRICT ADDENDUM 1 Bid opening dale has changed to Tuesday, November 5, 2002 at 2:00PM Sealed bid9 will be accepted bythe Town ofAddison, Purchasing Division, 5350 Belt Line Rd. Addison. TX. Late bids will not be opened and returned. END OF ADI)F.NJ)UM The undersigned bidder hereby certifies that the Addendum No. I has been incorporated in the contract and if accepted becomes part ofthe contrnct. 0247 Addl$:m Am And l!"tnu. Oi$fl'icL END OF ADDENDUM The undersigned bidder hereby certifies that the Ad,jendum No. 2 has been incorporated in the contract and if accepted becomes part of the contract. Date~BY:.~~~~~____~_____________ Addendum No, 2 END OF ADDENDUM The undersigned bidder hereby certifies that the Addendum No.3 has been incOIporated in the contract and if accepted becomes part ofthe contract. Date: ~~~ 0247 Addison Arts and Events District Addendum3 " PROPOSAL FORM PROPOSAlOF Ratcliff Constructors, L.P. (Name ofBidder) PROPOSAL FOR THE CONSTRUCTION OF THE ADDISON ARTS & EVENTS DISTRICT IMPROVEMENTS -ADDISON, TEXAS The Honorable Mayor and City Council Town ofAddison Addison, Texas -~------.. The-undersigned hereby proposes to furnish all supervision, labOr, material, equipment, tools and necessary accessories for the construction ofimprovements to the Addison Arts & Events District, as set forth for the project:in the Drawings, Project Manual and Addenda as prepared by Sasaki Associates Inc_, dated September 30, 2002, Architect's Project Number 14516,00. The undersigned hereby proposes to furnish all ofthe above for the STANDARD BID (lump SI.Ill1 BASE BID) amount set forth below. Total Bid for purpose ofthis Proposal consist oftwo parts whereby: Standard Bid (A) The sum ofthe base bid and any alternatives accepted_ Time Bid (B) = Number ofcalendar days bid below under Time of Completion x $3,000_ The undersigned hereby proposes the following: TIME BID (B) (Number Calendar Days Bid Below under Time of Completion X $3,000.00) TOTAL BID {Standard Bid (A) + Time Bid (B» ~~~. J)O~~$ (o,OICo\OOO·i)L) NOTE: Amounts shall be shown :in both words and figures. In case ofdiscrepancies, the amount :in words shall go vem_ Addendum 2 -Issued October 21,2002 PROPOSAl FORM -Page 1 of4 -, TIME OF COMPLETION: The undersigned agrees to commence work under this Contract within ten (10) days after the issuance ofthe "Notice to Proceed" from the Owner and to fully and finally complete such work within 2 7'0 calendar days from date ofsuch notice. {The undersigned tofill in the number ofcalendar days.} Time to complete the contract shall begin on the tenth (loth) day after the issuance ofthe "Notice to Proceed". UQUlDATED DAMAGES: The undersigned agrees to fully complete the project within the time stated inthe TIME OF COMPLETION paragraph above. In the event the undersigned :IiIlls to fully and finally complete the project within the number of calendar days set forth above under TIME OF COMPLETION, the undersigned agrees to pay as .._-liquidated damages for such delay and not as a penalty, the sum of$1,000.00 for each consecutive calendar day thereafter that the proj ect is not fully and finally completed. EXTRA WORK. Should any change in the work or extra work be ordered, the following applicable applicable percentage shall be added to the material and labor costs to cover overhead and profit. It is understood the terms "overhead" and "profit" are defined in the General and Supplementary Conditions. Allowance to Contractor for overhead and profit for extra work performed by the Contractor and supervised by the undersigned . /0 % Allowance to Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the undersigned /() % ADDENDA: The undersigned hereby acknowledges receipt ofthe following addenda to the Drawings and Specifications, all ofthe provisions and requirements ofwhich addenda have been taken into consideration in the preparation ofthis Proposal. Addendum Number-c-...:1 ___dated October 9, 2002 Addendum Number _...;:2 ___dated October 22,2002 Addendum Number 3--'----dated October 31, 2002 BID SECURITY: Bid secUrity must accompany each proposal. Bid security shall be made to the Town ofAddison, Texas in the amount offive percent (5%) ofthe proposal sum. Security shall be either a certified check, caslller's check or bid bond by a surety licensed in Texas and satis:lilctory to Town. The successful bidder's security will be retained until he has signed the eontract, paymert and performance bonds have been executed, and such other documents or information as the Owner may require has been submitted to the Owner. The Owner reserves the right to Addendum 2 -Issued October 21,2002 PROPOSAL FORM -Page 2 of4 " retain the security of the next two lowest responslble bidders until the lowest responsible bidder enters into a contract or J.mtil forty-five (45) days after bid opening, whichever comes first. All other bid securities will be returned as soon as practicable. Ifany bidder refuses to enter into a contract, the Owner will retain its bid security as liquidated damages, but not as a penalty. SALES TAX EXEMPTION: The contractor shall pay all applicable consumer, use and other similar taxes required by law. The Owner, being a municipal government, qualifies for certain tax exemptions. PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND: The undersigned agrees within ten (10) days after the Contract is executed, to deliver to the ----Owneflf Performance Bond and a Labor and Material Payment Bond as required by the . Specifications or other documens in connection with this matter. CONTRACT: The undersigned agrees that upon notice ofacceptance ofthe Bid, he will execute the specified Contract within ten (10) days from notice of acceptance. INSURANCE: The undersigned agrees within ten (10) days after the Contract is executed, and before any work begins on the project site, to deliver to the Owner the certificates ofinsurance and any original insurance policies required in the Project Manual. ACKNOWLEDGEMENTS: The undersigned hereby declares, warrants and represents that the facts stated herein and the information given by it in connection with its bid proposal are true and correct in all respects, that the bidder has visited the Project site, has had sufficient time to make all tests and investigations, has carefully exalnined and understands the Plans, Specifications (Prqject Manual) and Contract Documents and bidding documents, is financially solvent, is familiar with all ofthe laws and regulations applicable to the Work, is and has become familiar with all conditions to arrive at an intelligent estimate ofthe cost ofperforming the Work, and agrees to do the Work for the S1l!llS and within the time set forth in this Proposal. Respectfully submitted, Addendmn:2 Issued October 21,2002 PROPOSAL FORM -Page 3 of 4 Name ofOfficer• 4 ., ... President Title November 5, 2002 . Date Corporations only fill in the following: Legal Name ofCorporation State ofIncorporation Street Address City, State, Zip Code Name ofOfficer-(typed or printed) Signature ofOfficer Title Date Seal ofCorporation Witness Name ofWitness-(typed or printed) $treet Address. City, State, Zip Code Signature Bidders other than Corporations :fill in the following: Ratcliff Constructors,L.P. Legal Name ofBidding Firm 11498 Luna Rd ste 200 Street Address Dallas Tx 75234 City, State, Zip Code Max K. young Date Addendum 2 -Issued October 21,2002 PROPOSAL FORM -Page 4 of4 END OF ADDENDUM The undersigned bidder hereby certifies that the Addendum No.3 has been incorporated in the contract and ifaccepted becomes part ofthe contract. Date: 11-5-02 Addendum3 END OF ADDENDUM: The undersigned bidder hereby certifies that the Addendum No. 2 has been incorporated in the contract and if accepted becomes part ofthe contract. Date:11-05-02 Addt.:tld'lDllNo.2 . ---....TM~NT; 9/2 4~O 1085;NT BY: F .. Bid 02-47 ADDISON ARTS A.1\'D EVENTS DISTRICT ADDENDUM 1 Bid open1ng date hlili changed to Tuesday, November 5,2002 at 2:00PM Sealed bids wJ11 be accepted hythe Town ofAddison, Purchasing Division, 5350 Belt Line Rd, Addison., 'IX. Late bids will not be opened and returned. END OF ADDENDUM The undersigned bidder hereby certifies thattbe Addendum No.1 has been incorporated in the contraet and if accepred becomes part of the contract. . Date: 11-05-02BY'~__~~-----r-------------_dumNo.l 0247 Addistm Arts and:Bvt1tJts t)i:~trfot PROPOSAL FORM PROPOSALOF __~~_T_R7I~D~AL~._L_TD__•_______________________ (Name ofBidder) PROPOSAL FOR THE CONSTRUCTION OF THE ADDISON ARTS & EVENTS DISTRICT IMPROVEMENTS -ADDISON, TEXAS The Honorable Mayor and City Council Town ofAddison Addison, Texas The undersigned hereby proposes to furnish all supervision, labor, material, equipment, tools and necessary accessories for the construction of improvements to the Addison Arts & Events District, as set forth for the project in the Drawings, Project Manual and Addenda as prepared by Sasaki Associates Inc., dated September 30,2002, Architect's , Project Number 14516.00. The undersigned hereby proposes to furnish all of the above for the STANDARD BID . (lump sum BASE BID) amount set forth below. Total Bid for purpose ofthis Proposal consist oftwo parts whereby: Standard Bid (A) = The sum ofthe base bid and any alternatives accepted. Time Bid (B) = Number ofcalendar days bid below under TIme of Completion x $3,000. The undersigned hereby proposes the following: following: STANDARD BID (A) "'Nt !illtlI"t-!IJlJJe HdpJ>~b FOm bIGHt 7/iOtJ>MD -:::0>$ 5 90/& 1000.1) j TIME BID (B) (Number Calendar Days Bid Below under Time of Completion X $3,000.00) 90{). OW. tlll, TOTAL BID (Standard Bid (A) + Time Bid (B» S'X {(JIlL/btl (;/6/(1 HUllbleb rtJt.ltEJ(;d '{I/IJIf5M.,J $ "J 9l( i?1 DOD. Of!,. NOTE: Amounts shall be shown in both words and figures. In case of discrepancies, the amount in words shall go vern, . . Addendum 2 -Issued October 21,2002 PROPOSAL FORM -Page 1 of4 '. NJrlI! HMM,~ 1'IIOtlSff)J/J TIME OF COMPLETION: The undersigned agrees to commence work under this Contract within ten (10) days after the issuance of the "Notice to Proceed'~ from the Owner and to fully and finally complete such work within Soo calendar days from date ofsuch notice. [The undersigned to fill in. the number 0/calendar days.] Time to complete the contract shall begin on the tenth (loth) day after the issuance of the "Notice to Proceed". LIQUIDATED DMIAGES: The undersigned agrees to fully complete the project within the time stated in the TIME OF COMPLETION paragraph above. In the event the undersigned fails to fully and finally complete the 'project within the number of calendar days set forth above under TIME OF COMPLETION, the undersigned agrees to pay as liquidated damages for such delay and not as a penalty, the sum of$1 ,000.00 for each consecutive calendar day thereafter that the project is not fully and finally completed. EXTRA WORK Should any change in the work or extra work be ordered, the following applicable percentage shall be added to the material and labor costs to cover overhead and profit. It is understood the terms "overhead" and "profit" are defmed in the General and Supplementary Conditions. Allowance to Contractor for overhead and profit foX[xtra work performed by the Con.tractor and supervised by the undersigned ~ teen % Allowance to Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the undersigned twenty-V % ADDENDA: The undersigned hereby acknowledges receipt of the following addenda to the Drawings and Specifications, all of the provisions and requirements of which addenda have been taken into consideration in the preparation of this Proposal. Addendum Number One dated-~"'--October 9, 2002 Addendum Number .--=T.;::W.;::O__ dated October 22, 2002 Addendum Number_T_h_r_e_e_dated October 3 J 2002 BID SECURITY: Bid security must accompany each proposal. Bid security shall be made to the Town ofAddison, Texas in the amount of five percent (5%) of the proposal sum. Security shall be either a certified check, cashier's check or bid bond by a surety licensed in Texas and satisfactory to Town. The successful bidder's security will be retained llntil he has signed the contract, paymert and performance bonds have been executed, and such other documents or information as the Owner may require has been submitted to the Owner. The Owner reserves the right to Addendum 2 -Issued October 21 ,2002 PROPOSAL FORM -Page 2 of4 '. retain the security of the next two lowest responsible bidders until the lowest responsible bidder enters into a contract or until forty-five (45) days after bid opening, whichever comes first. All other bid securities will be returned as soon as practicable. Ifany bidder refuses to enter into a contract, the Owner will retain its bid security as liquidated damages, but not as a penalty . . SALES TAX EXEMPTION: The contractor shall pay all applicable consumer, ·use and other similar taxes required by law.The Owner, being a municipal government, qualifies for certain tax exemptions. PERFORl\1ANCE BOND AND LABOR AND MATERIAL PAYMENT BOND: The undersigned agrees within ten (10) days after the Contract is executed, to deliver to the Owner a Performance Bond and a Labor and Material Payment Bond as required by the Specifications or other documerts in connection with this matter. CONTRACT: The undersigned agrees that upon notice of acceptance of the Bid, he will execute the specified Contract within ten (10) days days from notice ofacceptance. INSURANCE: The undersigned agrees within ten (10) days after the Contract is executed, and before any work begins on the project site, to deliver to the Owner the certificates ofinsurance and any original insurance policies required in the Project Manual. ACKNOWLEDGEMENTS: The undersigned hereby declares, warrants and represents that the facts stated herein and the information given by it in connection with its bid proposal are true and correct in all respects, that the bidder has visited the Project site, has had sufficient time to make all tests and investigations, has carefully examined and understands the Plans, Specifications (Project Manual) and Contract Documents and bidding documents, is financially solvent, is familiar with all of the laws and regnlations applicable to the Work, is and has become familiar with all conditions to arrive at an intelligent estimate ofthe cost of performing the Work, and agrees to do the Work for the sums and within the time set forth in this Proposal. Respectfully submitted, Addendum 2 -Issued October 21 ,2002 PROPOSAL FORM -Page 3 of4 , .. N/A Corporations only fill in the following: Legal Name ofCorporation State 0 f Incorporation Street Address City, State, Zip Code Name of Officer-(typed or printed) Signature ofOfficer Title Date Seal of Corporation Witness Name ofWitness .:.. (typed or printed) . Street Address -::::;--=----=--=--:-----City, State, Zip Code Signature Date Addendum 2 -Issued October 21 ,2002 Bidders other than Corporations fill in the following: TRIDAL,LTD. Legal Name of Bidding Firm 640 COMMERCE STREET Street Address SOUTHLAKE, TX 76092 City, State, Zip Code RICK MULLER Name ofOfficer -(ty~ed orJjnted) JZ.-Y /I-f~ Signature ofoffiCe!' PRESIDENT Title November 5, 2002 Date PROPOSAL FORM -Page 4 of4 •••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• •••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• • 'IRANSMIlTAL OF ADDE.'IDUM INSTRUCTIONS: Acknowledge receipt ofAddenda in Proposal. on outer envelope ofbid AND wrIlITIIEFORM BELOW FAXEDTO (97l) 45(). 7096 upon receipt. . Addendum Acknowledgment FAX to (972)450·7096 1Acknowledge the receipt ofAddendum No. I Town or: ADDlSO:S. TEXAS Project Name: 02-47 Addison Arts and Events District By Facsimile Transmission on this date: October 9. 2002 Company Name• ~. , ErMail Address: Jii'l ~lIct$ GhIeke .Lop( "PLEASE SIGN & FAX THIS PAGE BACK TO TOWN OF ADDISOi\'" (as yerification that you received this Fax) 972-450·7090 Total Number ofFax Pages: 2 • 02-47 Addison Arts.and Events Oi$tr1ctAddendum No. I '. ". •••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• .. • TRANSMIITALOF ADDENDUM....•......•......•...•....••.•.........•........••••.....•••••.......... ........... ......••••.~ INSTRUcnONS: Acknowledge receipt ofAddenda in Proposal, on outer envelope ofbid AND \VITI:!TIlEFOR."1 BEWWFAXEDTO (972)450·7096 upon receipt . Addendum Acknowledgment FAX to (972) 450-7096 I Acknowledge the receipt ofAddendum No. 2 Town of: ADDISON,TEXAS By Facsimile Transmissi Project Name: 02-47 Addison Arts and Events District n this date: Octobet 22, 2002 7ZI Orr<--Lid. • Contractor's $ignatu e Company Name EMail Address: "PLEASE SIGN & FAX THIS PAGE BACK TO TOWN OF ADDISONH (as .I.riffealion that you received this Fax) 972-450·7096 Total Number ofPages: 49 • ,,' 0241 Addison Arts and Evtnts District Addendum No.2 '. . . • TRANSMITrAL OF ADDENDUM.....,........................................................................................... lNSTRUcnoNS: Acknowledge receipt ofAddenda in Proposal. on outer,nv,lope ofbid AND WIlHTIlEFORMBELOWFAXEDTO cn2)4S07096 upon receipt . .........................................................•.......•.......•........~.. ....... ....~ ~ Addendum Acknowledgment FAX to (912) 450-7096 I Acknowledge the receipt ofAddendum No. 3 Town of: ADDISON, TEXAS Project Name: 02-47 Addison Arts and Events District By Facsimile Transmissio on this date: October 31,2002 • T~\ 'OM-, L+CL . Conl1:actor's Sign.tur. CompanyNarne Please check one: __Will NOT be participating in bidLWilI be partiCipating in bid "PLEASE SIGN & FAX THIS PAGE BACK TO TOWN OF ADDISON" (as verltjeatlontha!.you reee!ved this Fax) 972-450.7096 Total Number ofPages: 4 BoMall Address: • Addendum No. :;0247 Addison Arts and EvCflts District.., ". ': '-,',',._,--, -:',:,---~'''''''-'''-'--'-~-,,,."'-",,,,-,,~-~-,,-~,---~-",,,, , •, PROPOSAL FORM PROPOSAL OF JOE FUNK CONSTRUCTION ENGINEERS, INC. (Name of Bidder) PROPOSAL FOR THE CONSTRUCTION OF THE ADDISON ARTS & EVENTS DISTRICT IMPROVEMENTS -ADDISON, TEXAS The Honorable Mayor and City Council Town ofAddison Addison, Texas The undersigned hereby proposes to furnish all supervision, labor, material, equipment, tools and necessary accessories for the construction ofimprovements to the Addison Arts & Events District, as set forth for the project in the DraWngs, Project Manual and Addenda as prepared by Sasaki Associates Inc., dated September 30, 2002, Archltecl's " Project Number 14516.00. The undersigned hereby proposes to furnish all of the above for the STANDARD BID (lump sum BASE BID) amount set forth below. Total Bid for pw:pose ofthis Proposal consist oftwo parts whereby: ' Standard Bid (A) = The sum of the base bid and any alternatives accepted. Time Bid (B) = Number ofcalendar days bid below under Time of Completion x $3,000. The undersigned hereby proposes the following: TOTAL BID (Standard Bid (A) +Time Bid (B») 51,,, M:1\,1zt1 !h.foo. ~~~~$f.o 13D3J eoo NOTE: Amounts shall be shown in both words and fignres. In case ofdiserepancies, the amount in words shall govern. Addendum 2 -Issued October 21,2002 ~ PROPOSAL FORM -Page 1 of4 TIME OF COMPLETION: The undersigned agrees to commence work under this Contract within ten (10) days after the issuance ofthe "Notice to Proceed" from the Owner and to fully and finally complete such work within 270 calendar days from date of such notice. [The underSigned to fill in the number ofcalendar days.JTime to complete the contract shall begin on the tenth (1 Olb) day after the issuance of the "Notice to Proceed". LIQUIDATED DAMAGES: The undersigned agrees to fully complete the project within the time stated in the TIME OF COMPLETION paragraph above. In the event the undersigned fails to fully and finally complete the project within the number ofcalendar days set forth above under TIME OF.COMPLETION, the undersigned agrees to pay as liquidated damages for such delay and not as a penalty, the sum of $1,000.00 for each . consecutive calendar day thereafter that the project is not fully and finally completed. EXTRA WORK Should any change in the work or extra work be ordered, the following applicable percentage shall be added to the material and labor costS to cover overhead and profit. It is understood the terms "overhead" and "profit" are defined in the General and Supplementary Conditions. Allowance to Contractor for overhead and profit for extra work performed by the Contractor and supervised by the undersigned 15 % Allowance to Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the undersigned 15 % ADDENDA: The undersigned hereby acknowledges receipt ofthe following addenda to the Drawings and Specifications, all ofthe provisions and requirements ofwhich addenda have been taken into consideration in the preparation ofthis Proposal. Addendum Number ONE (l) dated 10/09/02 Addendum Number TWO (2) dated 10/22/02 Addendum Number THREE (3). dated 10/31/02 BID SECURITY: Bid security must accompany each proposal, Bid security shall be . made to the Town of Addison, Texas in the amount offive percent (5%) ofthe proposal sum. Security shall be either a certified check, cashier's check or bid bond by a surety licensed in Texas and satisfactory to Town. The successful bidder's security will be retained until he has signed the contract, payment and performance bonds have been executed, and such other documents or information as the Owner may require has been submitted to the Owner. The Owner reserves the right to retain the security ofthe next two lowest responsible bidders until the lowest responsible PROPOSAL FORM -Page 2 of2 · . bidder enters into a contract or until forty-five (45) days after bid opening, whichever comes first All other bid securities will be returned as soon as practicable. Ifany bidder refuses to enter into a contract, the Owner wiD retain its bid security as liquidated damages, but not as a penalty. SALES TAX EXEMPTION: The contractor shaU pay aU applicable consumer, use and other similar taxes required by law. The Owner, being a municipal government, qualifies for certain tax exemptions. PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND: The undersigned agrees within ten (I 0) days after the Contract is executed, to deliver to the Owner a Performance Bond and a Labor and Material Payment Bond as required by the Specifications or other documents in connection with this matter. CONTRACf: The undersigned agrees that upon notice ofacceptance ofthe Bid, he will execute the specified Contract within ten (10) days from notice ofacceptance. INSURANCE: The undersigned agrees within ten (10) days after the Contract is executed, and before any work begins on the project site, to deliver to the Owner the certificates ofinsurance and any original insurance policies required in the Project Manual. ACKNOWLEDGEMENTS: The undersigned hereby declares, warrants and represents that the facts stated herem and the information given by it in connection with its bid proposal are true and correct in aU respects, that the bidder has visited the Project site, has had sufficient time to make aU tests and investigations, has carefu11y examined and understands the Plans, Specifications (Project Manual) and Contract Documents and bidding documents, is financiaUy solvent, is familiar with aU ofthe laws and regulations applicable to the Work, is and has become fami1iar with aU conditions to arrive at an intelligent estimate ofthe cost ofperforming the Work, and agrees to do the Work for the sums and within the time set forth in this Proposal. RU~ IS. RE !DENT JOE FUNK CONSTRU TION ENGINEERS, INC. PROPOSAL FORM -Page 3 of3 .. , Corporations only fiJI in the following: Bidders other than Corporations fill in the following: JOE FUNK CONSTRUCTION ENGINEERS, INC. Legal Name of Corporation Legal Name ofBidding Firm TEXAS Title Date NOVEMBER 5, 2002 Date Seal ofCorporation Witness REGINA R. JAMISON Name ofWttness -(typed or printed) 11226 INDIAN TRAIL Street Address DALLAS, TEXAS 75229 .,Ci State, Zip Co e State of incorporation 11226 INDIAN TRAIL Street Address DALLAS, TEXAS 75229 City, State, Zip Code VICE PRESIDENT Street Address City, State, Zip Code Name ofOflicer -(typed or printed) Title NOVEMBER 5. 2002 Date .. PROPOSAL FORM -Page 4 of4 PROPOSAL FORM PROPOSALOF __~~__A_U~I~C~o7nt~r_a_c_to_r_S_._L_._P_.____________________ (Name ofBidder) PROPOSAL FOR THE CONSTRUCTION OF THE ADDISON ARTS & EVENTS DISTRICT IMPROVEMENTS-ADDISON, TEXAS The Honorable Mayor and City Council Town ofAddison Addison, Texas The undersigned hereby proposes to furnish all supervision, labor, material, equipment, tools and necessary accessories for the constroction of improvements to the Addison Arts & Events District, as set forth for the project in the Drawings, Project Manual and , Addenda as prepared by Sasaki Associates Inc., dated September 30, 2002, Architect's Project Number 14516.00. The undersigned hereby proposes to furnish all ofthe above for the STANDARD BID (lump sum BASE BID) amount set forth belo w. Total Bid fur purpose of this Proposal consist oftwo parts whereby: .. " Standard Bid (A) = The sum ofthe base bid and any alternatives accepted. Time Bid (B) = Number of calendar days bid below under Time of Completion x $3,000. The' undersigned hereby proposes the following: STANDARD BID (A) ft,r~ :M\W~~~~ !(\\f>l~ 1\-\\t-r~~ THDII~P $?1IS,OOO.OO TIME BID (B) (Number Calendar Days Bid Below under Time of Completion X $3,000.00) 02·41 Addison Arts and Events Disttict Addendum3 PROPOSAL FORM PROPOSAL OF Adolfson & Peterson construction (Name ofBidder) PROPOSAL FOR THE CONSTRUCTION OF THE ADDISON ARTS & EVENTS DISTRlCT IMPROVEMENTS -ADDISON, TEXAS The Honorable Mayor and City Council Town ofAddison Addison, Texas The undersigned hereby proposes to furnish all supervision, labor, material, equipment, tools and necessary accessories for the construction of improvements to the Addison Arts & Events District, as set forth for the project in the Drawings, Project Manual and Addenda as prepared by Sasaki Associates Inc., dated September 30, 2002, Architect's Project Number 14516.00. The undersigned hereby proposes to furnish all of the above for the STANDARD BID (lump sum BASE BID) amount set forth below. Total Bid for purpose of this Proposal consist of two parts whereby: Standard Bid (A) = The sum of the base bid and any alternatives accepted. Time Bid (B) = Number of calendar days bid below under Time of Completion x $3,000. The undersigned hereby proposes the following: TIME BID (B) ((Number Calendar Days Bid Below under Time of Completion X. $3,000.00) ---------rIg1~~------~~$~O~·--TO TAL BID (Standard Bid (A) +Time Bid (B» NOTE: Amounts shall be shown in both words and figures. In case of discrepancies, the amount in words shall govern. Addendum 2 .::. Issued Oeiober 21,2002 ~'PROPOSALFORM -Page lof4 TIME OF COMPLETION: The undersigned agrees to conunence work under this Contract within ten (10) days after the issuance ofthe "Notice to PrOeed" from the Owner and to fully and fwally complete such work within Z S calendar days from date of such notice. [I'he undersigned to fill in the number oJcalendar days} Time to complete the contract shall begin on the tenth (10th) day after the issuance of the '~Notice to Proceed". LIQUIDATED DAMAGES: The undersigned agrees to fully complete the project within the time stated in the TIME OF COMPLETION paragraph above. In the event the undersigned fails to fully and finally complete the project within the number of calendar days set forth above under TIME OF COMPLETION, the undersigned agrees to pay as liquidated damages for such delay and not as a penalty, the sum 0[$1,000.00 for each consecutive calendar day thereafter that the project is not fully and finally completed. EXTRA WORK Should any change in the work or extra work be ordered, the following applicable percentage shall be added to the material and labor costs to cover overhead and profit. It is understood the terms "overhead" and "profit" are defined in the General and Supplementary Conditions .. Allowance to Contractor for overhead and profit for extra work performed by the Contractor and supervised by the undersigned 8 % Allowance to Contractor for overhead and profit for eSwork performed by a Subcontractor and supervised by the undersigned % ADDENDi\: The undersigned hereby acknowledges receipt of the following addenda to the Drawings and Specifications, all of the provisions and requirements ofwhich addenda have been taken into consideration in the preparation of this ProposaL Addendum Number 1 dated 10/07/02----'--AddendumNumber_--=2:...-_dated 10/22/02 . Addendum Number _--,,3__dated 10/31/02 BID SECURITY: Bid secUrity must accompany each proposal: Bid security shall be made to the Town ofAddison, Texas in the amount of five percent (5%) of the proposal sum. Security shall be either a certified check, cashier's check or bid bond by asurety . licensed in Texas ,and satisfactory to Town:' .. The successful bidder's security will be retained until he has signed the contract, paymeIi and performance bonds have been executed, and such other documents or information as the Owner may require has been submitted to the Owner. The Owner reserves the right to Add~ndum2 -Issued Octob~i21 ,2002 ..•.PROPOSAL FORM -Page 2 0[4'.. ',", . retain the security of the next two lowest responsible bidders until the lowest responsible bidder enters into a contract or until fOrl:)'-five (45) days after bid opening, whichever comes first. All other bid securities will be returned as soon as practicable. If any bidder refuses to enter into a contract, the Owner will retain its bid security as liquidated damages, but not as a penalty. SALES TAX EXEMPTION: The contractor shall pay all applicable consumer, use and other similar taxes required by law. The Owner, being a municipal government, qualifies for certain tax exemptions. PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND: The undersigned agrees within ten (J 0) days after the Contract is executed, to deliver to the Owner a Performance Bond and a Labor and Material Payment Bond as required by the Specifications or other documeIis in connection with this matter. CONTRACT: The undersigned agrees that upon notice of acceptance of the Bid, he will execute the specified Contract within ten (10) days from notice of acceptance. INSURANCE: The undersigned agrees within ten (10) days after the Contract is executed, and before any work begins on the project site, to deliver to the Owner the certificates of insurance and any original insurance policies required in the Project Manual. ACKNOWLEDGEMENTS: The undersigned hereby declares, warrants and represents that the facts stated herein and the information given by it in connection with its bid proposal are true and correct in all respects, that the bidder has visited the Project site, has had sufficient time to make all tests and investigations, has carefully examined and understands the Plans, Specifications (Project Manual) and Contract Documents and bidding documents, is financially solvent, is familiar with all of the laws and regulations applicable to the Work, is and has become fumiliar with all conditions to arrive at an intelligent estimate ofthe cost of performing the Work, and agrees to do the Work for the sums and within the time set forth in this Proposal. Respectfully submitted, ..::.' .: .:" -.'"' " Addendu.m2 -Issu~d October 21,2002 PROPOSAL FORM ~ Page 3 of4.', . Corporations only fill in the following: Adolfson & Peterson Const. Legal Name ofCorporation Minnesota State ofIncorporation 3330 Earhart Drive #200 Street Address Carrollton, TX City, State, Zip Code 75006 r printed) V.P. Dir. of operations Title 11/05/02 Date Seal ofCorporation Witness Tamara Hodges Name ofWitness (typed or printed) 3330 Earhart Drive #200 Street Address Carrollton, TX 75006 /Ci'~State, Zip COd! l~ .' . .~1h~ . Signatnre . . . 11/05[02 Date -. , ~.Addendum :2 ...: Issu~d October 21,2002 . Bidders other than Corporations fIll in the following: Legal Name ofBidding Firm Street Address City, State, Zip Code Name ofOfficer -(typed or printed) Signature ofOfficer . Title Date "/,.' -'.' ". -_.: .-.. PRoposAL FORM ~ Page 4of4 --" ----.. ~_.~_c , _______-"---~-'-----~'--'-'~" .. .•. ..... --~~~-.-.--~-~-... -~. . -. -.. " ~~.~..: -"::-.~:~-.~:.--'~---"~-'"-'-,---': -':." .:: ....-~.!;. .. --'---.-!..~" ~--.~" --' .... "., Bid 02-47 ADDISON ARTS AND EVENTS DISTRICT ADnENDUMl . ..', " .. ~.. ' " " .. Bid 'op~ningdate has changed to Tuesday, November 5, 2002 at 2:00PM ; Sealed bids will be accepted bythe Town ofAddison, PurchasingDivision, 5350 Belt Line Rd, Addison,. TX.· Late bids will not be opened and retumed. '. . . :' '. . END OF ADDENDUM . ~e~d~~~i~~dbidd~rhereby ~ifies~at"th~'A~~:ndu~'~ ::~'has~~:in~qiorakIktheco~~~dif·' . accepted beCOnl:s the contract. . Date:l~&jOG-. .. .~.' ~ . AddeadumNo. J -'; END OF ADDENDUM The undersigned bidder hereby certifies that the Addendum No. 2 has been incorporated in the contract and if accepted becomes part e contract. Addendum No. :2 02-47 Addison Arts and Evenl.$ District ---._--_... _. _.__. -_.-~---.-.----------.---..-----------;-------END OF ADDENDUM The undersigned bidder hereby certifies that the Addendum No. 3 has been incorporated in the contract and ifaccepted becomes part of the contract. O~-47 Addison Arts and Events District Addendum 3 .-~ , PROPOS.<\L FORM PROPOSALOF Hisaw & Associates Genera1Contractors, Inc. (Name of Bidder) PROPOSAL FOR THE CONSTRUCTION OF TIlE ADDISON ARTS & EVENTS DISTRICT IMPROVEMENTS -ADDISON, TEXAS The Honorable Mayor and City Council Town of Addison Addison, Texas The undersigned hereby proposes to furnish all supervision, labor, material, equipment, tools and necessary accessories for the construction of improvements to the Addison Arts & Events District, as set forth for the project in the Drawings, Project Manual and Addenda as prepared by Sasaki Associates Inc., dated September 30, 2002, Architect's Project Number 14516.00. The nndersigned hereby proposes to furnish all of the above for the STANDARD BID (lump sum BASE BID) amount set forth below. Total Bid forpurpose ofthis Proposal consist of two parts whereby: Standard Bid (A) = The sum ofthe base bid and any alternatives accepted. Time Bid (B) = Number of calendar days bid below under Time of Completion x $3,000. The undersigned hereby proposes the following: following: STANDARD BID (A) Tl.iV1E BID (B) (Number Calendar Days Bid Below under Time of Completion :x $3,000.00) _'~E~1~'g~h~t~'~B~un~dr~~e~d~F~i=f~t~Y_-~F~i~v~e-=andn_o~/~1._00_-_~_-~$855,OOO.OO~__ __ TOTAL BID (Standard Bid (A) + Time Bid (B» 5 \Ie MIl.!..It:>--. "':wo ...........OI't.tp ....M ..:c"!' fo....,c. 1'~~lI:> $ (p, L l.f'f, 000 NOTE: Amounts shall be shown in both words and fignres. In case of discrepancies, the amount in words shall go vern. . Addendum 2 -Issued October 21,2002 PROPOSAL FORM -Page 1 of 4 TIME OF COMPLETION: The undersigned agrees to commence work under this Contract within ten (l0) days after the issuance of the "Notice to Proceed" from the Owner and to fully and finally complete such work within 285 . calendar days from date ofsuch notice. (fhe undersigned to fill in the number ofcalendar days.) Time to complete the contract shall begin on the tenth (I O'h) day after the issuance of the . "Notice to Proceed". LIQUIDATED DAMAGES: The undersigned agrees to fully complete the project within the time stated in the TIME OF COMPLETION paragraph above. In the event the undersigned fails to fully and finally complete the project within the number ofcalendar days set forth above under TIME OF COMPLETION, the llndersigned agrees to pay as liquidated damages for such delay and not as a penalty, the snm of $1 ,000.00 for each consecutive calendar day thereafter that the project is not fully and finally completed. EXTRA WORK Should any change in the work or extra work be ordered, the following applicable percentage shall be added to the material and labor costs to cover overhead and profit. It is understood the terms "overhead" and "profit" are defined in the General and Supplementary Conditions. Allowance to Contractor for overhead and profit for extra work performed by the Contractor and supervised by the undersigned 1 0 % Allowance to Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the undersigned 1 0 % ADDENDA: The undersigned hereby acknowledges receipt of the following addenda to the Drawings and Specifications, all of the provisions and requirements of which addenda have been taken into consideration in the preparation of this Proposal. Addendum Number_ll-___dated ______ Addendum Number -2___dated 10/21/02 Addendum Number~3___dated 10/31/02 BID SECURITY: Bid security must accompany each proposal. Bid security shall be made to the Town ofAddison, Texas in the amount offive percent (5%) ofthe proposal sum. Security shall be either a certified check, cashier's check or bid bond by a surety licensed in Texas and satisfactory to Town. The successful bidder's security will be retained until he has signed the contract, paymer.t and 'performance bonds have been executed, and such other documents or information as the Owner may require has been submitted to the Owner. The Owner reserves the right to Addendum 2 -Issued October 21,2002 PROPOSAL FORM -Page 2 of4 ," retain the security ofthe next two lowest responsible bidders until the lowest responsible bidder enters into a contract or until forty-five (45) days after bid opening, whichever comes first. All other bid securities will be returned as soon as practicable. Ifany bidder refuses to enter into a contract, the Owner will retain its bid security as liquidated damages, but not as a penalty. SALES TAX EXEMPTION: The contractor shall pay all applicable consumer, use and other similar taxes required by law. The Owner, being a municipal government, qualifies for certain tax exemptions. PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENTBOND: The undersigned agrees within ten (10) days after the Contract is executed, to deliver to the Owner a Performance Bond and a Labor and Material Payment Bond as required by the Specifications or other documeils in connection with this matter. CONTRACT: The undersigned agrees that upon notice ofacceptance ofthe Bid, he will execute the specified Contract within ten (10) days from notice of acceptance. INSURANCE: The undersigned agrees within ten (10) days after the Contract is executed, and "before any work begins On the project site, to deliver to the Owner the certificates of insurance and any original insurance policies required in the Project Manual. ACKNOWLEDGEMENTS: The undersigned hereby declares, warrants and represents that the facts stated herein and the information given by it in connection with its bid proposal are true and correct in all respects, that the bidder has visited the Project site, has had sufficient time to make all tests and investigations, has "carefully examined and understands the Plans, Specifications (Project Manual) and Contract Documents and bidding documents, is financially solvent, is familiar with all of the laws and regulations applicable to the Work, is and has become familiar with all conditions to arrive at an intelligent estimate ofthe cost ofperforming the Work, and agrees to do the Work for the sums and within the time set forth in this Proposal. Respectfully submitted, Addendum 2 -Issued Detober 21,2002 PROPOSAL FORM -Page 3 of 4 Corporations only fill in the following: Bidders other than Corporations fill in the following: Hisaw & Associates General contractors, Inc. Legal Name ofCorporation Texas State oflncorporation 3116 Kellway Drive, 1#116 Street Address carrollton, Texas'75006 City, State, Zip Code Richard L. Hisaw Name of Officer -(typed or printed) leerSignature of 0 " President Title November 5, 2002 Date Seal ofCorporation Witness William Horqan Name ofWitness -(typed or printed) 3116 Kellway Drive, '116 Street Address Carrollton, Texas 75006 ~ode /" _ Signature YrJ) Legal Name of Bidding Firm Street Address City, State, Zip Code Name ofOfficer-(typed or printed) Signature ofOfficer Title Date November 5, 2002 Date Addendum 2-Issued October 21 ,2002 PROPOSAL FORM· Page 4 of 4 PROPOSAL FORM PROPOSALOF __~~C~a_d_en_c~e~MC~S~h~a_ne__c_o~rp_o_r_a_tl_'o_n__________________ (Name ofBidder) PROPOSAL FOR THE CONSTRUCTION OF THE ADDISON ARTS & EVENTS DISTRICT IMPROVEMENTS -ADDISON; TEXAS ' The H~)norable Mayor and City Council To:wn ofAddison ' Addison, Texas The Ulldersigned hereby proposes to furnish all sUpervision, labor, material, ~quipment, , , tools and necessary accessories for the construction of improvements to the Addison Arts & Events District, as set furth for the project in the Drawings, Project Manual and Addenda as prepared oy Sasaki Associates Inc., dated,September 30, 2002, Architect's Project Number: 14516.00.' The undarsigned hereby proposes to furnish all of the above for the STANDARD BID (lump sum BASE BID) amount set forth below. Total Bid fur purpose ofthis Proposal consistpftwopllrtS whereby: , ,StlU:idard,Bid (A) = :£he sum ofthe base bid and anyaltematives accepted. TiineBid(B) = , Number ofcalendar days bid below )lIlder Time of , Completion xS3,OOO. The, undersigned hereby proposes the following; STANJ)ARD BID (A) hul2. ~J.IU.IOi--Jft:mJt"'lf;.fI~ 6Ftr11~~UJ>Kr$ S,4s:c ,OaG TIME BID (B) (Number Calendar Days Bid Below :onder TIme of Completion X , $3,000.00) . <::;')l ~UNb1?Eb 1l,tVE!YIHQ.ls.......u::ll. ~LJ..M..$ $ 6 J0 oro . '. ., '. . . . -I TOTAL BID (Standard Bid (A) + Time Bid (B) .5!~ MIl..t.10M C'.r...t.l-lu!JW.1':lb. fliu'L-f'l 't~ ber 'AU $ 6, JLiO t Q.;:c N01E: Amounts shall be shoWn in both words and figures. In case ofdiscrepancies, the amount in warPs shall govern.. I" Addendum 2-Issued October 21,2002 PROPOSAL FORM .. Page 1 of 4 a , ' ( TIME OF COMPLETION: The undersigned agrees to commence work under this Contract witllln ten (1 D) days after the issuance ofthe ''Notice to Proceed" from the :Owner and to fully and finally complete such work witllln 23C) calendar days from date ofsuch notice. [The undersigned to fill in the number ofcalendar days.} Time to complete the contract shall begin on the tenth (lO'th) day after the issuance ofthe '~otice to Proceed".· . :LIQUIDATED DAMAQES: The undersigned agrees to fUlly complete the project witllln the time stated in the TIME OF COMPLETION paragraph above. In th~ event the undersigned fails to fully and finally complete the project witllln the number of calendar .. days set .forth above under TIME OF COMPLETION, the undersigned agrees to pay as liquidated damages for such delay and not as a penalty, the sum of $1,0'0'0-.0'0' for each Con;;.~tive calendar day !ber.eafter that the project is not fully and finally completed. EXT~WORK . Should any change in the work or extra work be ordered, the following applicable percentage shall be added to the material and labor costs to cover overhead and profit; It is1ll;lderstoodthe terms ~overhead" and "profit".are defined in the General and -Supplementary Coriditipns. . . -. " '., ' ..Allo,wanc.e to C~ctorfor.overhead and profit for extra work perfor;ned by.the Contractor and suPerns~ by the .underSigned 7 . % '.' . . .. ( .."" ',. ." ~----_MowanCe..to..eOlltza~Lfox..Olrerhead.anclprofitiorextra w.or.k..performed.b¥-....s'--____ _____ Subco!1tractor and llUpe1:Vised by the undersigned 5 % . . "'". ' , ADDENDA: The Ulldersigned bereby acknowledges receipt ofthe following addenda to the Dmwings and Specifications, all ofthe provisions and requirements ofwbich addenda bave been taken into consid.eration in theprepaIlition ofthis l;'roposal. ... . . Addendum Number_--"I~__dated 10'/09/02 Addendum Number---.,...:;2,---:-_iiated 10/22/02 Addend.um Number 3 dated 10'/31/0'2 ;iUDSECURITY: Bid security must accompany each proposal, Bid security sball be made to the To'i\'ll ofAddison, Texas in.the amount offive percent (5%) ofthe proposal sum. SeCUrjty shall be either a certified check, caslJier's check or bili bond by a =,ty licensed in Texas !Illd satisfactQIY to TOWIl. '!be successful bid.der's security will be retained until be has signed the contract, paymert and performance bonds have been executed, and such other documents or information as the Owner mllY require has been submitt~ to the OWIler. The Owner reserves the right to , ~ . Addendum 2 -Issued October 21,2002 .:. PROPOSAL FORM -Page 20f4 retain the security of the next two lowest respoD,sible bidders until the lowest responSible bidder enters into a contract or until forty-five (45) days after bid opening. whichever -------.comes-fust:-All-other-bid~emities__'l1lil±_bHetumed_a&_5Gan_a5_:PI'-astisable,.Jf~idder-----refuses to enter into a contract; the Owner will retain its bid security as liquidated (,tamages, but not as a 'peDaJty. ' SALES TAX EXEMPTION: The contractor shall pay all applicable consumer, use and other simjlar taxes required by la"..-. The Owner, being a municipal government, qualifies for certain tax exemptions..' ..' -. ,PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND: The 'Ulldersigned agrees within ten (l.O) days after the Contract is executed, to deliver to the ,Owner a Performance Bond' and a Labor and Material Payment Bond as required by ,the ~pecifications,or either d?CUIlIe.tts in ,connection with this matter. CONTRACT: The undersigned agrees that upon notice ofacceptance ofthe Bid, he will execute the ~pecified Co,ntract wit:b.in tan QO) days from notice of acceptance. i:!'i"SURANCE: The undersigned agrees within ten (10) days after the Contract is , ,execUted, and before any work begins on the project site, to deliver to the Owner the 'Certificates ofinsuranc,e illld any: oli~insurance policies required in the Project,Manual ' ' .';..; ( AClrn0WU:DGEM::ENTs: The undersjgnedhereby declares, warrants and represents that 1l1e f~stated herein and tQe, i¢'O~tiODgiven by it in connection with its bid ~sill-aretrue ~dcOrrect in alI respeciS, that the bidder bas visited the Project site, has bad sufficient tiIIie to m,ake all tests and investig;ltions, has carefully examined and .1ingeri;iai:t$ the Plans, Specifications (Project Manual) and Contract Documents and biddiq,g documents, is,financially solvent; is familiar with all ofthe laws and regulations applicable to the Work, is and has be,come familiar with.all conditions to m:rive at an 'int~lligent estimate ofthe cost ofperfonning the Work, and agrees to do the WoIk WoIk fur the sums and within the time ~et forth in this PropQ~a1.. " .. . . ", Resp~ysubmitted, Addendmn 2 -Issued October 21,2002 PROPOSAL FORM -Page 3 of 4." Corporations only fill in the following: Cadence McShane Corporation Le,gal Name ofCorporation Texas State ofIncorporation , .14860 Montfort Drive, Suite 270 Street Address Dallas, Texas 75254 qty~ State, Z~p Code Nea 1 L. Harper rprinted) , President , Title, 11/05/02 Pa~e ,Seal ofCorJloration Witriess Patty R. Bor~n Name orWitQess-(typed or printed) 14860 Montfort Drive, Suite 270 , ,Street Address Dallas, Texas 75254 Signa 11/05/02 . Date Bidders other than Corporations fill in the following: Legal Name ofBidding Firm Street Address City, State, Zip Code ~ameofOfficer -(typed or printed) .Si~ture ofOfficer ,'Date' Addendum 2 -Issued October 21,2002 PROPOSALFORM -Page 4 of4 -~ Bid 02-47( .ADDISQN ARTS.AND EVENrS DISTRICT .. ADl)ENJ)UM 1 " ,', ,:" ;.:•... ",; .' .'..... .. ,:." ".'-• "':. :~:. ':,..... ,',;;' ....'......... '. '. .";.! .' . ", ' ' .": .. : .r '. " •. '", '. , 'J-. : " . .:-" "'; . . .... :: :.~ .' -:' ." ,," , Bid 'openi,ng date has'changed to Tuesday, November 5, iOOllIt 2:00PM' '. .. . '.. Sealed bids Will be 'accepted bytbe Town ofAddison, PurchasingDivision, 5350 Belt Ilne Rd, Addison, TX. Late bids will not be opened !iU1d returl:!ed. ..... , , , . . '.' ; .. ...... " ... .:. :..... .' . .. ' . ," .. . "'-"' ", ',' , . Date: 11/05/02 . '. . AddClldumNo.l-~--·----0247MdiSiiiAiis-.m:ciE_~c!--"'-~---'-------.---'--"--~----,,------------... --"---------~.,--,- END OF ADDENDUM The undersigned bidder hereby certifies that the Addendum No. 2 has beezi incorporated in the contract Il!ld if acc.ept~d becomes paet ofthe contract. . B¥.:·__~~~~~l:::::==::"'__ -Neal Addt.nc.,",~~~ TIME BID (B) (Number Calendar Days Bid Below under Time of Completion X $3,000.00) 'S"c ~,,"*tt> ~]l..""(' ..........4. $ <..:.}t) • ~c'C ce.~~-6b j TOTAL BID (Standard Bid (A) +Time Bid (B» "S.1f "1U..'b~ l'yru:.~ \.\..-M?P?C>=s;;::m..c -fi""!O\-\ ~~c. --o.e.""-,,,q:.'b NOTE: Amounts shall be shown in both words aild fignres. 1n case of discrepancies, the amount in words shall go vern. Addendum 2 -Issued October 21,2002 PROPOSAL FORM· Page 1 of 4 TIME OF COMPLETION: The undersigned agrees to commence work under this Contract within ten (10) days after the issuance of the "Notice to Proceed" from the Owner and to fully and finally complete such work within s?\b calendar days from date ofsuch notice. {I'he undersigned to fill in the number ofcalendar days.] Time to complete the contract shall begin on the tenth (loth) day after the issuance of the "Notice to Proceed". LIQUIDATED DAMAGES: The undersigned agrees to fully complete the project within the time stated in the TIME OF COMPLETION paragraph above. In the event the undersigned fails to fully and finally complete the project within the number ofcalendar days set forth above under TIME OF COMPLETION, the undersigned agrees to payas liquidated damages for such delay and not as a penalty, the sum of$l,ooO.OO for each consecutive calendar day thereafter that the project is not fully and finally completed. EXTRA WORK Should any change in the work or extra work be 'ordered, the following applicable: percentage shall be added to the material and labor costs to cover overhead and profit. It is understood the terms "overhead" and "profit" are defined in the General and Supplementary Conditions. Allowance to Contractor for overhead and profit for extra work perfonned by the Contractor and supervised by the undersigned . 5 % Allowance to Contractor for overhead and profit for extra work perfonned by a Subcontractor and supervised by the undersigned \ D % ADDENDA: The undersigned hereby acknowledges receipt of the following addenda to the Drawings and Specifications, all ofthe provisions and requirements of which addenda have been taken into consideration in the preparation of this Proposal. r;--... a .,..~ Addendum Number 1 dated '--.:),--n.'at;~ 1 I dCc:::.~ Addendum Number_-:-=2.:..... __dated C::::><.:r..tu.~ ':>~':'''I .;;><::::.o.:{ . Addendum Number _-::;.3__dated _C:;;;;..;<.;;=:\l!..!:.."""""~<.!9..,,,--~\"'''' I BID SECURITY: Bid security must accompany each proposal. Bid security shall be made to the the Town of Addison, Texas in the amount of five percent (5%) of the proposal sum. Security shall be either a certified check, cashier's check or bid bond by a surety licensed in Texas and satisfacto!), to Town. The successful bidder's security will be retained until he has signed the contract, paymert and perfonnance bonds have been executed, and such other documents or information as the Owner may require has been submitted to the Owner. The Owner reserves the right to Addendum 2 -Issued October 21 ,2002 PROPOSAL FORM -Page 2 of4 retain the security of the next two lowest responsible bidders until the lowest responsible bidder enters into a contract or until forty-five (45) days after bid opening, whichever comes first. All other bid securities will be returned as soon as practicable. If any bidder refuses to enter into a contract, the Owner will retain its bid security as liquidated damages, but not as a penalty. SALES TAX EXEMPTlON: The contractor shall pay all applicable consumer, use and other similar taxes required by law. The Owner, being a municipal government, qualifies for certain tax exemptions. PERFORMANCE BOND AND LABOR AND MATERlAL PAYMENT BOND: The undersigned agrees within ten (10) days after the Contract is executed, to deliver to the Owner a Performance Bond and a Labor and Material Payment Bond as required by the Specifications or other documeIts in connection with this matter. CONTRACT: The undersigned agrees that upon notice of acceptance of the Bid, he will execute the specified Contract within ten (10) days from notice of acceptance. lNSURA.;'1CE: The undersigned agrees within ten (10) days a fter the Contract is executed, and before any work begins on the project site, to deliver to the Owner the ·certificates of insurance and any original insurance policies required in the Project Manual. ACK.1'I/OWLEDGEMENTS: The undersigned hereby declares, warrants and represents that the facts stated herein and the information given by it in connection with its bid proposal are true and correct in all respects, that the bidder has visited the Project site, has had sufficient time to make all tests and investigations, has carefully examined and understands the Plans, Specifications (Project Manual) and Contract Documents and bidding documents, is financially solvent, is familiar with all of the laws and regulations applicable to the Work, is and has become familiar with an conditions to arrive at an intelligent estimate of the cost ofperforming the Work, and agrees to do the Work for the sums and within the time set forth in this Proposal. Respectfully submitted, .. Addendum 2 -Issued October 21 ,2002 PROPOSAL FORM -Page 3 of4 Corporations only fill in the following: Le.gal Name of Corporation State of Incorporation Street Address City. State, Zip Code Name of Officer -(typed or printed) Signature of Officer Title Date Seal of Corporation Witness Name of Witness -(typed or printed) Street Address City, State, Zip Code Signature Date Addendum 2 -Issued October 21,2002 Bidders other than Corporations fill in the following: w,B. Kibler Construction Legal Name of Bidding Firm 9722 Abernathy . Street Address Dallas, TX 75220 City, State, Zip Code Ell Portier 'Sigmiture of Officer President Title November 5, 2002 Date PROPOSAL FORM -Page 4 of 4 ® transmittal to Town of Addison date October 14, 2002 Public Works Department 16801 Westgrove Drive proiect name Addison Arts & Events District P.O. Box 9010 Addison, TX 75001·9010 project no. 14516.00 "Hn Jim Pierce from David Clough we are sending you via I:8J overnight courier 0 courier o us mail o athe, I8J far reyiew and comment • SASAKI Sasaki Associates Inc. 64 Pleasant Street Watertown Massachusetts 02472 USA t 6179263300 f6179242748 ! I U description quantity Information on founlain systems From Georgia Founlain ~f-~ _. r these are transmi~ t81 far your inrormatio: I I ~, ~ ttAM dated 1 10/9/02 o borrowed materials returned o os requested o lar approval o other Jim, I'm enclosing a copy of information regarding fountain operating and maintenance requirements and costs that I just received from Georgia Fountain. Also included are their calculations for the lwo systems thai we requested for our files. Please review this and let me know if you would still like me to set up a conference call with them them to discuss pump motors and other questions you raised at our meeting last Monday. dc\g:\14516.00\projmgmt\lrommittols\t-jp 14oct02.doc copy to stade Strickland, Jim Duffy, Carmen Moron (with enclosure) Z;AKlASS~<;' oJect Name~~~~:GEF 0 aoject No. ....L.2.....::':.L::.:...:..!::!:::. File Code GEORGIA FOUNTAIN COMPANW-INC. FAX TRANSMISSION SHEET mOM: STEVE A. MATONAK, SR. Date: Company: S'ASAt<"'l AS.S:::'L. hlC , Deliver to: 'l::I",...h~ e.LD,•.H:..\\' (loll) q2t..-"3~i:I Addre&s Fu No.: ((PO ) r2s.aIris;" tI •• bllSket sualner 01 tlte Aeration Display Pump S minutes Debris in the basket stminer ofthc Mist Display Pump 5 minutes Debris in the basket strainer of Ihe Plaza Fihcr Pump 5 minutes OObri. in \1><: baskcI strainer at the liarden Display Pump S minutes Debris in the basket strainer of the Garden Filter Pump S minn!eS Water p.-.:ssure on tbe fOUl filter units 10 minures Trasb, f10allnS IIcbris in pool and elllptying skimmer baskels 15 minutes cheCk Ic;veI ofbromioo and acid at chemical system 10 minUtes The rCcd or noI.C ~lId cl",... when the baok.ts bcromcs clogged. Aller the first two weeks ofoperation. the maintenance log should be reviewed and and tlten a (ime sct 10 dcWnnine futurc maintenance ~u1cs. The baskct strainers may only have to be cleaned once a week while the fillCB might have to be cleaned (wicc a week. The eltemicals levels may be done once O'Vel')' two WbCk" or .on" a ~ill \he summer. ' The debris in the basket sirnincrs of the display and filter pumps arc whell: 1hc 11'8" or larger ilom< Are tJ:aPll<"l "",,1\ .. Icav.., twiSS. rocks. coins, Slrdws, e\e. TIle tilter noils will trap Ibe smuller paniclcs down to 5 microns. Most of the water trdveling up 10 Ihe pool eyeball tillings or Mist JelS are 100% liItere4. Smaller particles less than a 118" that move direetly through the diS]llay pumps will pass through lh.2" Aerntiot! JeIS, 112" Strean\ lets and ....lIast pool fittings. Th""" portiel"" wltcn f1wullg in tile waler WIll proouo:e the cloudy effect. The filtra1ion is needod to aelUeve the crys",) clear water. The Ir.lsh and debris floating on the pool surfacse sl.ouId get collected in the skimmer tittingS. hOlNtVllr. some afthe debris will eventuany bceome water logged and will drop 10 the pond. The V'dCUUln 0)'<1.", """,Id .na1>le the mninten"""" warkcr !D WUc:<.1Ihe debris oil tlte pond floor leaving a clean surface. The chemical system will help COmbal algae thaI wlll eventually grow witbin U,e wal¢r and pool surfaces. The cllemieal system will also help control bacteria willi in the pool w-dtcr. Other item to keep watch over is burned out lalll/l~ in the 1\ghllixh'l'M. The Plal'.a Founu.in is a water featull>S thai bas been designed to be intesactive or people panidpalOry and therefore. bas been designed like a swimming pool. Cunemiy, 110 specific codes with ~sto these Inlernr.d... fOllnl\lin. b"v,,.bccn wriucn. but in tl •• lIu:;mtlmc, the system designed around swimmi1lg pool codes sllould been ,'Uflicicnt. ihis is required to insure Ih. safety, h"'Ilth and well being ofpeople participating in the water fealure. h. slloll the water in the entire system i~ filtetcd once every two hours and monitored conlinuously for pH r"".1 and 91<88 -1'88 \7£6 au 91" H cOO;:: 60 DO treated with chemicals 10 eliminale bacteria from batbet load, similar to community swilllllling pool applications. The pipl:s mUSI be sized so thaI the velocity ofthe waler traveling trough thai. line should be at or below GIl.Jsccond for suction and 10 ftfsccond 011 discharge. Also. all of the pool filters and chemical sysreUlS must be NSF Approved. NSf stands for National Sanillluon Foundation and is a testing organization Cor commercial use equipment. An Emergency Stop Switch has also been designed to be located ncar the pla:.:a 10 hail the spray jets and program if an emergency arises withoul someone having 10 go directly into the pump room to disable the founlain system. Tho 15 HP Plaza Aeration pwnp, 3HP Plaza Mist pump, 3HP Plaza Filter pump, 100 and 150 GPM Caruidge Filters. Bromine Feeder and pHIORP Conlrollcrs unit arc all NSF Us1cd and Approved. The entire coliOClion ofwater in !lie system is being filtered once every SO minutes; the norm for a standard fountain is once every 120 minutes. All ofthe suction and disc"ha'llc lines arc sized 10 allow a velodly Dow a\ 6 ft. {second. The pHlORP Controller will continually read the amount oCbromine ~dueand the actoaI pH level in the water system. Whell the Bromine level drops. a solenoid will open up allowing Bromine iolO the sysICm by iojcaing it dircaly 1010 a moor discharge IirrQ. The reason thai. Bromioc is suggested 10 be used is that it is safl:r on pipes and fittings within the pool nnd also lends 10 SIlly in the water longer where Chlorine evaporaIes quiddy. With the increase ofBromine in the water, the pH level will begin to increase because ofthe caustic propcrlics ofBromine. Whco the pH level increase above the 7.2 10 7.6 range. then the Wlil will activate a pump and inject IIlUI'2Iic acid dircclly into the filter rerum line. Pklase see the aItached Founlain WaterTreatment information that is fncluded as a general guideline with eve/)' Operation and MajnlCnnncc Manll.\! that we send Ollt ancr compleling a project. . Ifyou need furtllcr assistnnce. please reel Cree 10 call me 81 my office. Sincerely, c!ii-.4. A,4J,~ Steve A. Matonak, Sr. Design Engineer Georgia l'ounlain Company , S'cl 9v88-veS-01.1. el.O'iI aD so ~oO GarEE_'M GEORGIA FOU/>ITAIN COMPANY. INC. TelephQ". 770·934·3297 2513 R<¥>I PI"". Fo. 770.9~••8nl) Tuck"r, GOWfgl'" ~f:l.1 ':"I"I;otil ij9fcQ((JIaoI.tom October 3, 2002 Mr. David Clough Sasaki Associales, Inc. 64 Pleasant SlrctI. WalCTlOW". Mil G?A7? RE: ADDISON ARTS CENTER -Electrical Oper.IIing CoSIS The electrical calculations are broken OUl sepailItely for the two difIim:IIt WQI¢r fcalUrcs. the Pl.V.a lnll)racti.c and me Water Garden Pool system. 1 had to make an assumption on the opetatin& times for the fouDtains and lights, as well as the possible cost per KWH that the Power Company might cbatye. Pendin¥ on the ck:clrical consumption usage. the POWIII' compaJIlI llOIlIllIlly discounlS the cost aIIcr a CCtUlin K.WH is meL 11lc calculations are as follows: hSS1iMPTIQNS MADE FOR THE FOUNTAINS The foWltains will be activated each morning and operate continuously until the evening when me system will be turned olT. The IighlS win opcnilC only during the night time hours. The assumed times ate as foUows: The Fountain Pumps operate from 7:00 AM until 12;00 PM for a lola! uf17 Hours per day. The Fountain Lights operdle ftGm 6:00 PM until 12:00 PM tor a lOIaI orSHours per day. The cost that the Power Company will charge the Town per KWH is based on , ce.n1S per KWH The constant in order to convertpump HP over to wattage· multiply HP x 0.7457 KWHlHP 15 HPx 0.7457 KWIIIHP = 11.19 KWH ) HP x 0.7457 KWHIHP = 2.24 KWH PLAZA INTERACTIVE FOUNTAIN 15 HP Allration .let Display Pump -11.19 KWH x 17 Hlday ~ 190.23 KWH/day 3 HP Misting Jet Display Pump -2.24 KWH x 17 Hlday = 38.08 KWH/day 3 HP FiI!IlIlion Pwnp • 2.24 KWH X 17 Hlday '" 38.08 KWH/day Total Pump Opornlion each day = 266.39 KWH/day (46) 70 watt PIa2a Light Fixlutes • 3.22 KWH x 5 Hlday 16.10 KWH/day TolaJ LiSbl Operation c:!clI day = 16.10 KWWday Total KWH used per day for the fountain system: Totai Pump Operntion each day = 266.39 KWH/day Total Liglrt Opcrdtion each day = 16. 10 KWHL~ Total KW Consumed" 282.49 KWH/day Cost per day 10 opcr41C rQunlain system -2ga.4!' KWHiday x O.O~ centslKWH Cost = $25.42 per day to operaIl) Pla;t.a Fountain sySICm aYSS-.EB-OU. eso:!! ao BO -:100 1.0'3!ll:!d WATER GARDEN POOL fOUNTAIN 15 lIP Acrnlion Jet Display Pump • \l.19 KWIIx 17 H/day ~ I !/o.23 KWH/day 3 HP FiltrauOllPump • 2.24 KWH x 17 H/day = 38.0& KWH/day Tow Pump Operation each day = 228.31 KWH/day (34)75 watt UppcrPool Light -2.55 KWH xS Hfday = 12.75 KWH/day (ll) 300watlLowerPool Ughl$ • 3.60 KWH xS H/day = lS.00KWH/day (3)300W3uPyloDLightF'1l94 (oPM TOTAL GAlLONS FOR THE SYSTEM Aeration Jet System 594 GPM at 48 FH Total· 594 GPM at 48 FH +10% ""20FH 654 GPM at 68 FH AERATION JET DISPLAY PUMP SELECTION The desired pump needed tD operate the requited aesthetics is 650 GPM at 70 TDH. Flooded Suction; 15 HP; 1750 RPM; 208 V; 3 phase. 5" Suction and 4" Dischalge. Misting Jet calculations The pool will consist of a (24) SE1I2"G·35W Misting Jets mounted in a&tainless sl8P.l cen reeessed below the dry piull surface operating at a maximum spray height of 3',6" and a sPI'llY diameter of of 19'·0". A 112' Mislino Jet oplmdlng at 3'-6" Sprey Height requires 4.2 GPM at 35 FH. 4.2 GPM~et X24 jets" 100.8 GPM Total Gallons per minute required rorthe (24) Misting Jets is 101 GPM TOTAL GALLONS FOR THE SYSTBII Misting Jet System • 101 GPM at 35 FH Total· 101 GPM at 35 FH +10% +20FH 120 GPM at 55 FH , eso:" ~o 60 ~oO 0, • d 9 ..SS-..€6-01.1. 91>88 1>£6 au 81> : H 2:002: 60 .LJO MISTING JET DISPLAY PUMP SeLeCTION The desired pump needed to operate Ihe required aesthetics Is 120 GPM at 5S WH. Flooded Suction; 3 HP; 3450 RPM; 208 V; 3 phase. 2·112' Sudlon and 2" Discharge. Recommended Filtration is (2) 100 GPM Cartridge Filters in order to have 100% filtered water delivered to the (24) Mist Jets. Fitlration calculations Lower Reflecting Pool Area Lower Pond • 32 Ft. x13 Fl • Area .. 416 Fl> Total Lower Pool Area" 416 FlO Totlll Volume ot WIItar in System Note: The majority of the lower pool floor is 16" deep at 1IIe center. The pool floor slopes to O' deep I_rtf the outer slO!led edQes. Lower Pool Area-416 Ft> x 1.33 Ft deep" 554 Ft> Total Volume in System" 545 FI.' Total Volume in System" 554 Fl' x 7.48 Gallons! ft· .. 4.144 Gallons of water In tile luwer pool. 655 Gallons of water in Aeration Jet System 120 Gallons of water in Misting Jet System + 1 00 Galloll~ or water in niter System 5,019 Gallons of Water in System 5,019 Gallons -I-120 minutes" 41.63 GPM for" 2 hourl"m over rate. Recommended Filtration is (1) 150 GPM cartridge Filter. Shutdown calculations Total Water in Motion from nn Plaza Level from Fittration. Aeration and Mist Jets .. 655 Gallons of water in Aeration Jet System 120 Gallons atwater in Misting Jet System + 100 Gallons of water in Finer System 875 Gallons of Water in System Total Volume in System" 875 Gallons + 7.48 Gallon51 ft· ,. 117 Ft' Lower Pool Area "416 Ft" Shutdown Gain " Volume of Water in Plaza + Lower Pool Area =117 Ft' +416 Ft. , ,. 0.281 Ft X 1211l1Ft Shutdown Rise :: 3-3/6" Waler level Rise in Lower Pool 9vaa-ves-0l.1. eaO:II 20 SO ~oO ~1'3!l1;ld WATER GARDEN FOUNTAIN FeATURES Pool #1 calculations The plaza will consist of a (1) 12' wide Spillway and (24) Stream Jets operating al 4'-0' maximum spray neight and spray tnrow in to the long pool. A 12-Spillway operating at , -water depth requires 43 GPM per Foot of Weir. 43 GPMIFI x 1 Ft of Weir =43 GPM A 112' NPT Siream Jet With a 318' orifice operating at 4'.()' maximum Spray Height and 4'-0' Spray Throw requires 5 GPM at 7 FH. 5 GPMfjelx 24 jets "120 GPM Total Gallons ,,~r Minute required for Pool #1 120 GPM for the (24) Slream Jets +43 GPM for the Waterfall 16:1 GPM Pool '/I'l calculations The plaza will consist of a (1) 12' wide Spillway and (16) Stream Jets operating at 4'-0' maximum spray heighl and spray throw in to the long pool. A 12-SpillWay operating at I'water depth requires 43 GPM per Foot of Weir. 43 GPM/Ft x 1 Ft of Weir = 43 GPM A 112' NPT Stream Jel with a 3IB' orifice operaling at 4'-0' maximum Spray Height and 4'·0' Spray Throw requires 5 GPM at 7 FH. 5 GPMfjat x 16 jets =80 GPM Addhional Ballast oddcd 10 Ihe pool = 40 GPM Total Gallons per Minute required for Pool '/I'l 80 GPM for the (16) stream Jets 40 GPM for Added Ballast Water +43 GPM for the Walerfa. 163GPM Pool #3 calculations The plaza will consist of a (1) 12' wide Spillway and (8) Stream Jets operating at 4'·0' maximum sprey height and spray throw in to the long pool. A 12'" Spillway operating at 1'walerdepth requires 43 GPM per Foot of Weir. 43 GPMlFt x1 Ft of Weir =43 GPM A 112' NPT Stream Jet with a 3/8' orifice operating at 4'·0' maximum Spray Height and 4'.()· Spray Throw requires 5 GPM at 7 FH. 5 GPMljet )( 16 jets = 80 GPM , Additional ilallost added to the pool .. 80 GPM eSO'lt ~O SO ~oO 9;'88-;'E:S-OU. 91>88 t»:G au Total Gallons per Minute required for Pool #3 40 GPM for the (8) stream Jets 80 GPM for Added Ballast Water +43 GPM for the Waterfall 163GPM TOTAL GALLONS FOR THE SYSTEM All Three Pool Systems -163 GPM at 7 FH for Pool #1 System 163 GPM at 7 FH for Pool #2 System +103 GPM at 7 FH for Pool #3 system Total· 489 GPM at 7 FH +10% +50FH SSD GpU at 80 FH WATERFALLANO STREAM JET DISPLAY PUMP SELECTION The desired pump needed to operate the required aesthetics is 550 GPM at 60 TDH. Flooded Suction; 15 HP; 1750 RPM; 208 V; 3 phase. S" Suction and 4" Discharge. Filtration calculations Upper Poolitll Area • 8 Ft )( 124 Ft • Area " 992 FlO Total Upper Pool#1 Area = 992 Ft-Upper 1"001#2 Area -8 Ft x84 Ft -Area =672 Ft" Total Upper PooltIiZ Area ~ 672 FI" Upper Pool#3 Area • 8 Ft )( 44 Ft -Area = 352 Ft" Total Upper Pool#3 Area =352 Ft. Lower P"olArca • 10 Ft x 220 Ft • Area '" 2,200 Ft· Total Upper PooW1 Area =2,200 Ft" Total Volume ofwater in system Note: The majority of 1M Upper Pool floors are 12" deep and the Lower Pool floor is 1S" deep. . Upper Pool#1 Area-992 Ft-x 1.0 Ft deep" 992 Ft' Upper Poo!#2 Area-872 Fp x 1.0 Ft deep = 672 FI' Upper 1"001#3 Area-352 Ft· x 1.0 Ft deep" 352 FI' Lower Pool Area-2,200 Fl' x 1.5 Ft deep" +3.300 FI' Total Volume in System '" 5,316 FI' Total Volume in System'" 5,316 FI' x 7.48 Gallons! ft' " 39.764 Gallons 01 water in Ina emlre system. , 39.764 Gallons + 480 minutes =82.84 GpM for an 8 hourlum overrate. eso:!! ao so ~oo vl'3!li:Jd Recommended FiRralion is (1) 150 GPM Cartlidge Fnter, Shutdown calculations EacIJ long Upper Pool will create a 1-114' flow of waler ov"r the 3'·0' Wide Weir edge towan:! the common Lower Pool, however, the IOllger Upper Pools will back-up more water creating a deeper Row, upper PooIIJ1 Area· 992 F\2 x 0.167 Ft deep = 166 FIl' Upper Pool#2 Area-672 Ft> x 0.125 Ft deep = 84Ft> UpperPool#3 Area· 352 Ft' xO.1M A deep = .. 37 Ft' TOIuI Volume Of walllr in all tIlree Upper Pools: 287 FI' lower Pool Area-2,200 FI" Shutdown Gain:; Volume of Water In Pools" Lower Pool Area c 287 PI" .. 2.200 F\2 "0.13 Ax 121n1Ft Shutdown Rise =1·314' Water level Rise In Lower Pool , eSO:t1 ao so ~oo Company END SUCTION PUMPS 1D4OA Size 4XSx 10 TOTAL EYE AREA 12.6 SO. IN. SPHERE SIZE .94 IN. TOTAL EYE AREA 12.6 SO. IN. SPHERE SIZE.941N. A J ,Page 15 ~p.A{1~ cI ])1'Sf-""'I St· cI 91" END SUCTION PUMPS IN. "Page)t5-J~/\JA~L\... 60 no 1750RPM R8II. 7-5-91 GOeGO:,l ao ~OO9 T • cI 9lP88-lPE:S-OLL 9\788 1'£6 IOU SELECT MODEL "" SEMI-COMMERCIAL PUMPS PM100-SEAIES ,-'. I, 2S'--______-l 30 and SCI aD Ud $0. 13"''' .30 and 50, ,sW"TNPTO~ r , I• 1 ~-------------~~---------------H ----I~-+-I~I.' '--t--a..'-----!.! 3 PHASE OR SINGLE FHASE SO tiL lUI ' I ,• I , • , , , """"""'........MD!IIIl,.H ~ LIt("iii , , , I , I . • I • , , I " LUXUFiY·S1ZliO STRA1NF.R BASKET; Made of per, , •, I I I I , , I • I • I • I Z30 \ICL'r.$ .. \.H"""""....""ltI • , I I , D<22I).o.WQ\Q..T$ .. U« , I , I forated stalnlellS steel stamped and welded. with bUdaAring malOrs. in single phase. ZlO 'I01t, SO cycle. 40 degree C. ambient. Three phase. 60150 cycle.THREE PHASE SINGLE PHASE 2201208/440 volt 3450 R..P.M. It. faf ~ #PM118' 3 HP-"':;01lll....,.PM11S .. :3 HP "'PM1 IS -5 liP ' #PM115· S'HP , ~1-iJ eflJ'fi"daf'l'f L I • 01 ~O'III ~O SO ~OO 8T • 35l1:1d SELECT MODEL # SMALL COMMERCIAL BRONZE PUMPS PM100-SERIES The SmAIl Commercial Bro= Pump bas set the standard for fountain pUmps sW:.: 1959. J1 is uncqual<4 in ~bill\)lJmd perf_. the 1IIIique qualities ofth.beovy brtl!tuolain. witln>ut having 10 1i_1o iL Couple these f_with tin> sclt'-d...m,s impeller ONI you have pllttbased. mmohle. IIDCIlmpJaiDing workhon<:. • l/DLLPl.RFOaMANCE nmge. In. throU&h 3 horrt:powrime. • ON!!. PrECEDESIGN .fth. hairflintpol and pump. 00:'1$ qnie1ncsil of operation. requires Jess .,...lilrinstallation. and i. loss lim. consuming for service. ,.""," --.l1oWiljl,U I~f I ."17"J -,.JII' MOUNTING HOUlS .. A" SUCTION 1$ 2" NPT "S" OISC"AFlGf IS '·'12" NPf •• C·· I.ENGl'liS VAAV: 112 HP .. 18"::1 HP .. 23" 8t'" 9;'88-;.eS-OLL • UNDl!:Il.WRlTEltS I.ABOlIATORY is. """"'mer sa6:Iy. pnxI..........$ "'1!""i"';'" n. I"""P i. !l:sItO(j aod Iis!td by TJndttwriIon La'boraImy. • NAnONI\LSANITAnON fOUNDATION is a!cll!ng oq:ani%4tion for COIIIIIlOtIlial_ equipment. the pomp is r.:stI!d.. and Iis!td by the NAtioaal SaailAtion F01lIldati011. • S\J~;nONstr.c is 1" pipe oW:. dioolwgc a I·ln." plJI<'';'" UngIhs vary from IS' for II:! IIp to 23' for 3 bp. SINGLE OR 3 PHASE PHASE 60 HZ. , .. •·T ,... o·.. 'II " , A T ... . UIP·" " 1 Bl' I-lIZ Ill''0 til .. .. .. ... ...• " PUMP MODEL NUMBERS . SINGLE PHASE TJlREE PHASE NPMl03 -1 8P NPMI08" 3/48P IIJ'Mt04 .1-1Il8P NPMI09 -1 lIP IIPMI05· 1 lIP Rl'MllO -1-112 lIP NPMI06" J 8P IWMlll-1 DP ----'__ 1IPM!12. 3111' 600 Pumpinlt System, ell'tl 20 SO ~oo Material Ust for. Job #: 1002-512 Description: Georgia Fountain Company, Inc. Addison Circle Arts 1M) Addison. TX Two Separate Plimping sysIcm$ Operating from a Single Equipment Room Ughting By others Date: October a, 2002 PLAZA FOUNTAIN WATER FEATURE • GEFCO Select #SE112-20 Independent Aerating Jet: • made of bronze and blllss. -3116n nozzle size. -2" female H.P.T. connection. • with T' ball valve, bronze, T,. T. • GEFCO Custom Flow Stralghtner: -made of copper tlIbe construction. • GEFCO Custom Aeration Jet Sleeve Can: • made ofall stainless steel construction. -with 2" NPT bottom incoming water line and (1) r NPT bottom side drain line connections. -top ofjet sleeve can to have perfotated openings. • GEFCO Select #SE1I2"-G-3SW Misting Jet: • made of single piece brllS$. -with 35 degree inc:IUded angle. ·112" male N.P.T. connection. • with 1/2" ball valve, bronze, TxT. • CEFCO Clistom FI_ Straightner: • made of copper tube construction. • GEFCO CUStom Mist JetSleeve Can: • made of all stainless steel construction. • with 1/2" NPT bottom incoming water line and (1) 1" NPT bottom side drain line connections. • top of jet sleeve can to have perfofated openings. • GEFCO Select #SE137-2O Adjustment Flange: -cast bronze and stainless steel fitted. -5 degree adjustable from vertieel. • 2" male and female H.P.T. connections. • Ce:fCO *PE100-1 Surface Skimmer: -hi-impact plastic body. Page 1 81'01 S"'88-...e8-0l.l. 9 9 9 24 9 1 , Georgia Fountain Company. Inc. -plastic flap wier. -removable plastic basket. -brass faceplate with brass st:rews. -1-1/2'" female H.P.T. connection. • GEFCO IIPE101 Vacuum F"llting: -cast brass body with walerstop flange. -chrome plated insert and brass removable plug. -bonding ::screw. -2" female N.P.S. connection. • GI:FCO tlPE102 Eyeball Fitting: -cast brass body with waterstop flange. -Chrome plated 1· ornlCe eyeball. insert, lock ring and guide bushing. -bonding $crew. • 2" female N.P.S. connection. • GEFCO Select IPE1G4-4 Main Pool Drain: -cast bronze and bra..... • adjustable base with lock ring. -bonding screw. • plug made of brass WfIII male tllreads, neoprene o-ring and croS$ handle. -4" N.P.T. female connection. • GEFCO Select tlPE10S-4A Wall Niche Adjustable Overflow and Air Vents: -made ofcast bron:a!, bws tube and stainless steel fasteners. • acljustable interior owrflow weir edge. -neoprene o-ring seal. -11.S sq. in. open grating area. -3.15" x ." rectangularface. •4" male connection. • GEFCO tlPE1GS-2DP Slab Penetration: -P.V.C. watemop flange. -18" long. -2" G.ameter schedule ..0 P.v.c. pipe. • GEFCO tlPE109-4GP Slab Penetration: -P.V.C. watrlrstop flange . • 24"'on9. -4" diameter schl!dule ao P.V.C. pipe. • GEFCO IIP£109-60P Slab Penetration: • P.V.C. wlltemop flange. ·2.... 'on9. page 2 9HIB-v£6-0LL 1 1 7 2 8 2 eat.tt ao 60 ~Oo Georgia Fountain Company, Inc. ·6" diameter schedule 80 P.V.C. pipe. • GEFCO tlPE111 Maintenance Kit: ·1 ea. debris leaf skimmer • • 1 ea. vacuum head. • 1 N. 40' long leak proof plastic; hoo;c. • 3 ea. cam-lock aluminum pole (4'-12'). • 1 ea. nylon bristle brush. ·1 ea. vacuum h""" adlllptor. 1 • GEFCO #EE114A Anemometer: -3-cup design. • made ofsturdy cycolac plal>tic. -3/4" female N.P.T. connection. 1 • GEFCO Seled I#EE131B Dual Water Level Sensor: -cast b,nnze, COPP<>'. bt:ass, and _inl",.,. steel construction -stainless steel cover plate -pcrma magnet activated read switch senso.... • adjustability after installation. -12 VAC, 0.5 amp, non inductive. -3(4" NPT bottom connection. 1 • GEFCO Select #EE137-4 Junction Box Cord Seal: -mlllchined bntss. -compression type neoprene gland. -U.L Usted. •for cable size 16/3. -112" conduit x 314" box entry connection. 47 • GEFCO Seled#EEi38-1 Submersible Deck Box: • cast bronze bodyand cover plate, .. stainless Steel cover screws. • neoprene cover gasket. • Integ,.1 grout frame for flush installation. -sepelate grounGlng connK'lion fOr eaCh OUlIet. -42.12 eu. in. content. -must use metallic conduit. -1 ea. 314" N.P.T. side tap connection. -1 ea, 1" N.P.T. side conduit connection. 1 • GEFCO Seled#EE138-2 Submersible Deck Box: -cast bronze body and eover plate. -stainless stael cover Ilcrews. • neoprene cover gasket. -integral grout frame for flush installation. -sepetatc grounding .;onnoction for each outlet. ·42.72 cu. in. content. , 4 Page 3 lS: H 200<: 60 .I.JO Georgia Fountain Company. Inc. -must use metallic conduit. -2 ee. 3/4" N.P.T. side tap connection. ·1".1" N.P.T. side conduit connection. • GEFCO Select #E!E138-3 Submersible Deck Box: -cast bronze bOdy and cover plate. -stainless steel cover screws. : neoprene cover gasket. • intcgr.. ' grout frame for flUSh inStill/atlOn. • seperate grounding connection for each outlet. -42.72 cu. in. content. • must use metallic conduit. ·3 ea. 3/4" H.P.T. side tap connection. ·1 ea. 1" N.P.T. side conduit connection. 6 • GEFCO Select "EE13W Submersible Deck Box: • cast broll2Jl body and cover plate. • stainless 51ee1 cover Sl:rews. -neoprene coYer gasket. -integ..... grout frame for flush installation. • seperate grounding connection for each outlet. -42.72 cu. in. content. o n.""t use metallic conduit. • 4 ea. 3/4" H.P.T. side tap connection. ·1 ea. 1" H.P.T. side conduit connection. 5 • GEFCO #SK116 Pumping Skid: Display Pump is engineered, factory tested. and preassembled on a (2'-0" x 6'-0") pad. 1 • GEFCO Select ilPM21ll-15 Dicplay Pump, o is Horsepo_r pll/llp. • bronze rotted RISt ilOn construclion • ... sit suction. • 4" discharge. ·654 GPM at 711 FH. ·208 VoRs, 3 phaSe. 1750 RPM, 60 Hz. 1 • Suction assembly includes the following: • S" x 5" Eccentrfc Reducer, 125#. • 8" Basket Strainer, 125#. ·8" Butterfly Valve. gear handwheel operated. -au Companion Flange. PVC. -includes nece$Sary flange gaskets, stainless _Istuds and nute. 1 o Discharge assembly includes the following: -Discharge Manifold, PVC, 8th. 80 construction. 8" log with (i) 4" and (9) 2"lines , 1 Page 4 Sl>BB-l>ES-OLL 91>88 ;-£6 0M Georgia Fountain Company, Inc. -1114" Pressure sustaining valVe (750). -hydl1lulically-operated pilot controlled diaphragm-type. -(3) pressure relief pilot control. -auxialiary check valves. -cast iron body and cover. -brass and bronze trim. -cast bronze and stainle$S steel pilot control system. -(9) 2" Solenoid operated valVe, (793-011. --single seated, hydraulically-opell lted pilot controlled diaphragm-type. -(3) pressure reducing valVe. -f3) solenoid shut-oll'valve. • single pressure adjustment screw. -cast Iron body and cover. • brass:, brorutll, or etainlosa steel trim. -bronze pilot control. • stainle$S steel pilot control trim. -includes n~ryrJanll" gaskets, stainless _Istuds and nuts. • GEFCO IfSK103·200 Pumping Skid: Mist Filter Pump and 1 fiJlration is engineered, factory tested and preassembled on a (4'~" )( s'~n) pad. • GEFCO Select #PM113 Filter Pump: 1 ·3 Horsepower pump. -all cast bronze construction• • integral basket strainer. ·2-112" cuction. -2" discharge. ·120 GPM at 55 FH. FH. ·2111 V., :s pha5e, 34lIO RPM, 6G Hz • • Suction assembly includes the following: 1 -4")( 2-112" Eccentric Reducer. 125#. -." Butterfly ValVe, 10 position operated. -." Companion Flange, PVC. -includes necessary flange gaskets, stainless steel studs and nuts. -Filter discharge assembly includes the following: 1 -'Z' II 1·112" adapter, pvc, S II MT. -(2,2" Ch6ck Villvc, llwing type, bronze. T II T. -(2) 2" Ball Valve, bronze, T II T. • GEFCO Select tlPM90D-11K1C canridge FilterASsembly: 2 ,-1DO sq.ft. cartridge filter. PageS SioBB-ioeS-Ol.l. Georgia Fountain Company, Inc. • made of cycotac construction. • with 100 sq.ft. replacement cartridge filter. • GEFCO #SK1 03·150 Pumping Skid: FiHer Pump and filtration is engineered, factory tested and preassembled on a (4''''''' )i( 6'.(1',) pad. 1 • GEFCO Select #PM112 Filter Pump: -3 Horsepower pump. -all cast brenze construction. • integral basket strainer, -1" suction. • 1-111" discharge. ·100 GPM at 55 FH• •2Oa V., 3 phase, 34&0 RPM, 60 Hz. -(1) 3" Ball Valve, PVC. S x s. -(2) 2" Ball Valve, bron211. TxT. 1 -Filter discharge assembly includes the following: -2" ,,1-112" adapter, PVC, S l< MT. -(1) 2" Check Valve, SWing type, bronze. Tit T • . _(1) 2" Ball Valve, bronze, TxT. 2 • GEFCO Select IPM900-151lC cartridge Filter Assembly: -150 sq.1t. Cartridge filter. -made of cycolac construction. -with 150 sq.1t. replacement cartridge filter. 1 • GEFCO #PM1IOO-15 Water Control Manifold: -Automatic FilllLevel Control Manifold. -m;sc"lIaneou" coppor tube and f'Jttinga. -1" solenoid valve, 120 V., 1 phase -(-(2) 1" bill valves, bronze. -1.$" ball valve, bron2e. -1.5" baclCllow preventor, bronze. • tl2" water hammer arrestor. -314" nose bIbb, bronze. 1 • GEFCO Select l¥PM172S Brominator With Flow Indicator: • made ofall c:ycolac plastic. -with automatic dial feed. -1-112" N.P.T. connection. -Bromine Not Included. 1 • GEFCO S.llIct IPM1760 pHiORP Erosion Controller: -with 24" square mounting board and required componenUl. • Brominator, high capacity, side • line type with ball valves and by pass. CheJni.:a1 feed system to include 24 volt sotenoid valve for automation of bromine feeder, automatic chemlcat injedion 1 Page 6 Georgia Fountain CompanY,lnt:. pl8'l1p for heavy duty crock acid storage. WATER GARDEN AREA POOLS • GEFCO Select IISE1i15.oS Stream Jet: 48 -machined bralflS b .... " and nozzle. -10 degree adjustable from vertical. -31&" orifice size. ·1/1P female N.P.T. connec:llon. -with 112" ball valve, bronze, TxT. • GEFCO Custom Angle Wall Stream Jet Sleeve Can: 48 -made ofall stainless steel construction. o cans to be angled 45 degrees in order to be mounted flush with vertical side walls. -with 1/2" NPT bottom incoming water line and (1) 1" NPT bottom side drain line connections:. -top ofjet sleeve can to have stream jet opening. • GEFCO m>E100·1 Surface Skimmer: • o hi-impact plastic body. • plastic flap wier. o removable plastiC basket. o brass faceplate with brass screws. o MIT female N.P.T. connection. • GEFCO #PEi01 Vatuum Fitling: 9 o cast brass body with waterstop flange. -chrome plated insert and brass removable plug. • bonding screw. -2" female N.P.s. connection. • GEFCO WEiG2 Eyeball F'llting: 5 -cast brass body with waterstop flange. o Chrome plated 1" orifice eyeball, insert, lock ring and guide bushing. o bonding Screw. 02" female N.P.S. connection. • GEFCO Select IIPEi04-4 Main Pool Drain: 5 o cast bronze and brass. • adjustable base with lock ring. o bonding screw. • plug made of brass with male threads, neoprene o-ring and cross handla,0." N.P.T. female connection. • GEFCO Selec:t IIIPE10S....A Wan Nic;he Adjustable 2. ,OVerflow: Page 7 S;'88-;.es-ou. Georgia Fountain Comp',"y, Inc. -made of cast bronze, b/'ilS$ tube and stainleSS steel fasteners. -adjustable interior o""Jf/ow _irodge. o neoprene ooring seal. o 11.S sq. in. open grating area • .. 3.7111 X 9" rectangular face. o 4" male connection. • GEFCO WEi0l sump for ballast pools: 3 o hi-impact cycolac plastic body. -~" diameter anti-vortex plate. -2" H.P.T. female bottom and side connections. • GEFCO #PE108-6-28 Sump: • A.B.s. plastic body with waterstop flange. o 24" x 2 .... stainless steel anti..yortex plate • • 6" and 2" P.V.C. Botto... .:on .... c:tions. • GEFCO #PEi08E 12" sq. Anti-Vortex PIaIe: 3 o 12" )( 12" SUlinleas steel anti-vorte" plate. • GEFCO #PE109-07P Slab Penetration: -P.V.C. waremop flange. -is'' long. -314" diameter schedule 4G P.V.C. pipe. • GEFCO #pE109-20 Upper Pool Spillway Slab Penetration: 3 • brass waterstop flange. -bonding screw. • is'' IOIl\J. • 2" dilvneter copper tulM. • GEFCO #EE114A Anemometer: 1 -kup design. • made ofsturdy cycolac plastic. -314" female HoP.T. connection. • GEFCO Select IEE131B Dual Water Level Sensor: 1 o cast bronze, copper, bra., and stainless steel construction • stainless steel cover plale o perma malin.! activated reed switch ""nso"'. -adjustability afler installation. -12 VAC, 0.5 amp, non inductive. 031'" NPT bottom connection. • GEFCO Select #EE137-4 Junction Box Cord $eal: • machined bl'i\5S. ,-compression type neoprene gland. Pagel SIoSS-YeS-ol.l. Geotgia fountain Company, Inc. -U.l. listed. -for cable size 1613• .. 1/211 conduit )( 314" box eIItry connection.. • GEFCO Select #EE138-2 Submersible Deck Box: 6 -cast bronze body and cOYer plate. -stainless steel cover st:rews. -,neoprene cover gasket. -lmegral grout rrame for flusb installation. -sepelate grounding connection for each outlet. ·42.72 cu. in. content. -must use metallic conduit. -2 ea. 3/4" N.P.T. side tap connection. -1 ea. 1" N.P.T. side conduit COMection. • GEFCO Select #ES131-3 Submersible Deck Box: 3 -em bronze bOdy and cover plat.. • stainless S1l!e1 coverscrews. • neoprene cover gasket. -integral grout frame for !lush installatiOn. -sepeJ1lte grounding connection for each outlet. -42.72 cu. in. content. -must use memlllc conOUIt. -3 ea. 314" N.P.T. Side tap connection. -1 ca. 1" N.P.T. side conduit connection. • GEFCO Select #EE138-4 Submersible Deck Box: 6 -cast bronze body and cover plate. -stainless steel cover screws. • neoprene cover gasket.' • integral grout fram .. for flush flush installation. -sepeJ1lte grounding connection for each outlet. -42.72 cu. in. content. -must use metallic "onduH. -4 ea. 3/4" N.P.T. side tap connection. -1 ea. 1" N.P.T. side conduit connection. • GEFCO flSK11$ Pumping Skid: Display Pump is 1 engineered, factory tested, and preassembled on a (2'-0" x 4'-Oj pad. • GEFCO Select NPM212-15 Display Pump: 1 -15 Horsepower pump. -bronze fitted cast iron construction . .. 5" suction. -4" dlschatge. -S50 GPM at 60 FH. -208 Volls, 3 ph...... , 1750 RPM, 60 Hz. , Page 9 Sv88-vE:S-Ol.l. 8Z'3~d Georgia Fountain Company, Inc. -Suclion assembly includes the following: -8" x 5" Eccentril: Reducer, t25#. -8" Basket Strainer. 125#. ·8" Butterfly Valve, gear handwheel operated. -." Companion Flange, PVC. • includes neceS$3ry flange gaskets, sminlesa steel studs and nuts. -Discharge .... :;embly Includes the following: • Discharge Manifold, PVC, Sch. 80 I:onstrul:!ion, -6" log with {3) 3" and {5) 2" lines .4" SeNil:e Check Valve, flanged. • (3) 3" Butterfly Valve, infinile position. -(5) 2" Ball Valve, bronZll, TxT. . • (3) 3" Companion Flange. PVC. -includes necessary Range gaskets, stainless Sleel studs and nut!<. • GEFCO IISK103400 Pumping Skid: FiKer Pump and filttation is engineered, factory teOJted and p.... assembled on a {4-'..o" x 6'..0") pad. • GEf'CO Select iJPM11Z Filter Pump: .3 Horsepower pump. o all cast bronze construclion. -integral basket strainer. o 2" suction. ·1 117:" discharge. -100 GPM at 4-D FH. ·208 V., 3 phase, 3450 RPM, 60 Hz. 0(4) 1" Ball Valve, bronze, T)( T. • (3) 7:" 7:" Check Valve, bronze, TxT. • ..ilter discharge _emblll includes the foll_ing: -2" x 1·112" adapter, PVC, S x MT. • (i) 2" Check Valve, bronze, TxT. -(l) 2~ Ball ValVe, PVC, S x s. • GEFCO Select tlPM900·t50 Cartridge Filter Assembly: ·150 sq.ft. Cartridge filter. • made of cycolac construction. -With (1) 150 sq.ft. replacement cartridge fiKer. • GEf'CO l¥PMaoo..15 Water Control Manifold: -Automatic ..Hllu,vel Control Manifold. -miScellaneous copper tube and fittings. -1" solenoid valve, 120 V., 1 phase 0(2) 1" ball valves, bronze. • 1.5" ball valve, bronze. Page 10 1 1 1 1 1 1 1 eEI'11 ZO SO ~OOBZ'c:I SYBB-YES-Ol.l. 6i::'38<1d 91788 17£6 ebb Georgia Fountain Company. Inc:. -1.5" backflow prevemor. bronze. -1/2" water hammer arrestor. -3/4" hos. bibb, bronD. • GEFCO Select #PM1725 Bmm/nator with Flow Indicator: ~ made of all cycolac plllAil:. -with automatic dial feed. -1-1/X' N.P,T. connection. -Bromine Not Included. • GEFCO Select ilPM17S0 pHiORP Erosion Controller: -with 24" square mounting board and required components • • Bmminator, high capacity, side -line type with ball valves and by PiiI$S. Chemical feed system to include 24 volt solenoid valve for automation of bromine feeder, automatic chemical irijection pump for heavy dUty crock acid sto/'ilge. • GEFCO Custom Control Panel: U.L Usted and Labeled; Includes the following: -NEMA 1 Steel EnclOSUre: (Sized forapplicationI -flush mounted door; gasketted. ·135 Deg. opening; bonded to mounting plate. -phosphated steel construction. • ANSI 61 gray acrylic enamel finish. -internal mounting plate. '. Main Power Di9conn~: • 1201208V AC: 3 PHAS.E. -rated at 225 Amps. -door mounted interlocking red handle. -padlock capable device. • door mounted label: MAIN POWER DISCONNECT • Magnetic Motor Starter: PlAZA FOUNTAIN JET PUMP: • main contacts rated at 15 HP, 20av AC,,3 phase. -1 set N.O. & N.C. Aux. contacts min. -ovelload relay with adjustable trip range +1-15%. • door mounted H-O-A seleetorswitch. -door mounted blue indicator light. -door mounted label: PLAZA FOUNTAIN JET PUMP -Magnetic Motor Starter: PLAZA FOUNTAIN MIST PUMP: -main contacts rated at 3 HP, 20BV AC, 3 phase. -1 $Ct N.O. & N.C. AWl. eontac:ts min. -overload relay with adjustable trip range +1-15%. -door mounted H.()..A selectorswitch. -door moume4 green indicator light. -door mounted label: PlAZA FOUNTAIN MIST PUMP , Page 11 1 1 1 1 1 1 1 eEl:ll 20 SO ~oO 1 Georgia Fountain Company, Inc. -Magnetic Motor starter: PlAZA FOUNTAIN FILTE~ PUMP: • main contacts raled at :1 HP. 208\1 At!, :1 phaca. • 1 set N.O. & N.C. Aux. contacts min. -overload relay with adjustable trip IlInge +/. 15%. -door mounted H-Q.A selector :swm:h. -door mounted green indicator light. -door mounted label: PlAZA FOUNTAIN FILTER PUMP -Magnetic Motor Starter: WATER GARDEN FOUNTAIN JET -PUMP: -main contacts rated at 15 HP, 20lV AC, 3 phase. -1 set N.O. & N.C. Aux. contacts min. -overload relay with adjustable triP range +/-1$%. -door mounted H-o-A selector switch. -door mounted blue indicator light. • door mounted label: WATER GARDEN FOUNtAIN JET PUMP . -Magnetic Motor Starter: WATER GARDEN FOUNTAIN FILTER PUMP: • main contacts IlIted at 3 HP, 2D8V AC, 3 phase. -1 set N.O. & N.C. Aux. contacts min. • ol/erload relay whh adjustable trip range +/-15%. • door mounted H-o-A selectorswitch. • door mounted green indicator light. -door mounted label; WATER GARDEN FOUNTAIN FILTER PUMP • Panal Board and Circuit Breakers: -1201240V AC 3 pote. 3 Phase, 12 Space. • equipped with circuit breakers: -4 ea. 1 pole CB 15A (for controls) . • 2 ea. 2. pole CB 15A (for controls) . • Control trunsformet circuit: ·208 V primary /120 V Se<:ondary ·250 VA, fused primary and secondary • "ompl&1e with GfCl protection SWitdl • U.L standard 508 circuit. -water Level Control Monitor: -solid state electroniCs. -1 ea. red pilot light for filling. -1 ea. red pilot light for low Willer shutdown. -1 ea. green pilot light for noonallevel. -1 ea. green pilot light for minimum level. -1 ea. Aux. relay for solenoid valve. ·1 ea. Aux. relay for cut-off functions. -4 ea. 1.0. tenninal,. for probe Conn. ,-connected to U.L501 control circuit. Page 12 97BB-7E'S-Ol.l. 1 1 1 1 2 Georgia Fountain Company, Inc. -24 HR Time Clock: PUMP AND UGHTING OPERATION 2 -1 min. interval am.atorll. -7 day sklp-«-day feature. -120V power supply. -2 ea. SPDT contact Get. • 2 channel digitlll operation. • GEFCO tlEE1148 Wind Conlrol Monitor Relay: .2 -wind control monitor relay f2 stages). -.solid state electronics. -2 ea. H"()-A swItChes. -2 ea. independant speed set dials. -2 ea. SPOT set relay contacts. -0..00 mV windspeed input. -prewired to internal terminal$trip. -All control panel components Installed. -All control panel components prewired to field terminals. • Supplied with current flow schemiitiCII. • GEFCO Seloct 'PI.C Fountain Programmer ror (t) Aeration 1 Jets and (1) Mist Pump Controls -(1) PLC Programmilble Controller • WIth 24 VDC inputs on milster unit. • with 6 relay outputs on mllster unit. -master unit complete with battery back-up .-communiciltion shllll be RS232 standard. -softwiml shall be provided Ilnd pre-programmeclas a complete ruMing system. • .2 copies on 3.1/1" floppy disk or other transfer media shall be provided and contllin the user interlilce. • GEFCO Selm Low Voltage Lighting Transformer: 1 ·5 KVA: drytype. floor mounted. -120 V primary, 16/3Z V secondary, 1 phase • • vol1age reduction for Plaza lighting. • GEFCO Select Emergency Stop Button: 1 • GEFCO Selm Low Voltage Ughting Transformer. 1 ·5 KVA; dry typ4!. floor mounted. -120 V primilry. 16/32 V secondary, 1 phase. o voltaOe reduction for Water Garden lighting. 1 -variable frequency drive motor for 15 HP Plaza Jet Pump. ·203 volt. 3 phase motor. , • ABB #ACS401-601-122 Variable Frequency Drive: Page 13 et.t:tt ao so ~oOH:' cI 9t.BB-t.E:S-0l.l. Georgia Fountain COlIIpany, Inc:. • ABB #ACS401-600-422 Variable Frequency Drive: • variablel'Mqueney driue motorfor 3 HP Pla7.a Mist Pump. • 208 volt. 3 phase motor . 1 • ABB IlACS401-601-122 Variable Frequency Drn.e: -variable frequency drive motor for 16 HP Water Garden Jet Pllll'lp. -208 volt. 3 phase motor. 1 , Page 14 I • d SI>8B-i>€S-0l.l. !;lSI: n 20 SO -'00 TRENCH SAFETY PLAN .=;OUTH SIDE OF ADDISON CIRCLE (ADDISON RD TO QUORUM) ADDISON, TEXAS TRENCH SAFETY PLAN UTILITY LINES SOUTH SIDE OF ADDISON CIRCLE IN AND AROUND ADDISON RD TO QUORUM ADDISON, TEXAS FOR THE CITY OF ADDISON, TEXAS Note: 1. Soil information indicates that a stiff clay (Type "B" soil) to weathered and unweathered limestone will be found on the project site. The following applies: H =% on gray unweathered limestone. H =314 in stiff clay (Type "8" soil) and weathered limestone. H =1 or greater in Type "C" soil. 2. For the construction method of the horizontal bore, if desired, any view as Shown on this plan may be used for the "Bore Pit" and "Receiving Pif if feasible, in respect to worker's safety and equipment limitations. I~.Q,~Jr.A.t-t.......~:..\,~,. ~~., *'~.t'.I"~ • • "'x.' ',"itO',Ifti ... ..,1,..:...............................:....., I. RICHARD HALDEFI : , •••••" ................u ....." ••••__ \~;M¥-' South Side ofAddison Circle Addison, Tella R.H. " GENERAL NOTES 1. For aU excavations of trenches, which will exceed a depth offive feet, the Contractors trench safety procedures shall meet the current standards established by OSHA on excavations, trenching, and shoring, all of which are incorporated herein by reference. 2. If details shown are not feasible due to Unanticipated conditions, the Contractor shall notify the Trench Safety Engineer for re-evaluation. 3. These drawings assume all excavated areas remain free of water seepage or intrusion. Excavations shall be inspected after every storm or other hazard-increasing occurrence to assure the continued safety of the trench. The Contractor shall seek guidance from the Trench Safety Engineer where needed. 4. When installing a support system, shoring will be applied by starting at the top ofthe trench excavation and working downward. All cross beams, trench jacks, etc., will be placed in a true horizontal position. Support system removal shall begin at the bottom and proceed upward, performed from outside the trench. 5. Materials used for sheeting, sheet piling, bracing, shoring, etc., shall be in good serviceable condition. Timbers used shall be sound and free from large or loose knots and shall be designed and installed so to be effective to the bottom of the excavation. 6. Alternate design for use of steeper slopes of the use of supporting systems, i.e., piling, cribbing, shoring, etc., may be submitted by the Contractor for evaluation by the Trench Safety Engineer. 7. Slopes shown shall be the maximum unless changed by the Trench Safety Engineer due to changing soil conditions. Slopes shown are for a short-term period. If excavations are open for more than 24 hours, the Trench Safety Engineer shall be contacted for evaluation. 8. Type "A" soil is a cohesive soil with an unconfined compressive strength greater than 3,000 psf. Type "B" soil is a cohesive soil with an unconfined compressive strength greater than 1,000 psf. and less than 3,000 psf. Type "C· soil is a cohesive soil with an unconfined compressive strength less than 1,000 psf. that is not flowing or submerged. South Side ofAddlsun Circle Addison, Texas "0:2216 ;16 Dec ;Asshown R.H. Note: Either benched or sloped Is acceptable. Spoil l0'lmax. ~_.:.L.__ .:-:-:-:-:-:.:-:-:.:-:., :':':':':':-:-:':':-:'=I:-~-:-:-:.:-:-:.:-:-:.:-:.:.:-: r ...............................:::::::::::::: :::::::::::::::::::::', .,:::::::::::::::::::::::::::.::::::;:::.:.:.:.:.:.:.:-:..........y. ... ..-.......................................... :::::::::::::::: 4' max'l .. ::::::::::::::::::::::::::: ::::::::::::::::' ................ -'"----~--".'.'.'.'.'.'.'...............................'. I, ·1 As Required , ......... .· ........ .. ........ .· .......... .......... .. . • • « ••••••• ~ •... .. .... ... As Required" ·1 J'tIllCAL OPEN CUI CROSS SECDON N.T.S. Trench Saletv PhilO Ifor; CAlIfAR COl'tSlRUCftON If«: Pa:3of::5 IJtiIity Unes ~ob No: 2216 )~chail:rRarder P~~. . Date ,16 Dee20112 rench Saicty Engmccnng• 833 Rachelle Scale :As sbown Red Oak, Texas 15154 South Side of Addison Circle Addison, Texas Design: R.H. f .ooo.sm.9l'15 __ Spaced 6' to 8' o.c. in unweathered limestone. Spaced 4' o.c. In stiff clay (Type ''8'' soli) and weathered limestone. Spaced 4' o.c., In dry Type .C" Sllil sheeted with 3/4", 14itly Finland Birch, or 1-1111" COX plywood, or approved equal. ... .. . .. . .. . .. ... . · .................· " . ' ............. .·...... , ......... . · · ......................... , ...... ." ................ .· ... , ..... , ...... . · ...... " ........... ~1" '_1'11"1'~_1 --.. -..--.. -.~ ... .· ........ , ....... . . . . . . . . .. . . . " · ................ .... · , .. . .. ..., .. -. '" . .. ... ... . .. . .. . .. . · ................ .... ... . .. . . . .. " .. " · .............. , ..· ................ . · ................ .... ... ... .. .... . . . · ........ , ... " , ....... .......... . · ................ .· . . . . . . . . . . . . . . . . ·........ , , ..... , .·. . . " . . . . . . . . . . . . . . · ................ .·...... -......... .· " . . . . . -" " -. .. . . . . . . . , · ........................ , ..." .·.............. -. , .. ,...................· ................ . ·... , ..... , .... , .. • •••••••••••••• 1 ••• · ......... , ..... , .· ......... , ...... .·......... -...... .·........ , ........ .· . . . . . . . . . . . . . .. . . · ......... , ...... .·................. . · ................ .· ..... -... ... , .. ." . · .......... , .....· ................. · ................·........... ' , , . .. .·......... "-.. , .. . ............ , .... ........................ ...r ·, .... " ........ ~ ." ·, " ..... '. , .. .............................-. -. -.' ............... .::::::::::::::::: 2' max. .. " , ....... , ...... .·....... , ....., ... -... ·...... .. L-________-l ............. ~ ·.......·...... ...... . .. . ~ As Required ,I The aluminum hydraulic shoring listed below are just three eXllfRples of trade names of 'standard' hydraulic shoring which areacreptable. The examples are with a width maximun of55Speed Shore Hydraulic Shores. model No. V-1-55 or-V-5-55. or V-3.5--!i5. or equal. Shores may be stacked. GillE Vertical Shores, model No. HVS-l-3455 or HVS-5-3455, or HVS-3!i-3455, or equal. Shores may be slacked. EFFIOENCY PRODUCTION, models No. 7X3455-S or 5X345!i-S, or 3!iX3455-S or equal. Shores may be stacked. J max.. 16'max. Alsoavailable are Speed Shore lIeavy Duty'shores, which rails run in the 8', 12', and 16'range. or e Ifsheeting is desired,3M-, 14-ply Finland Birch. or 1-tm-COX plywood ual is acce ble. ALTERNATE HYDRAUUC SHOmNG CROSS SECTION N.T.S. South Side ofAddison Orde Addison, Texas No: 221.. :1& Dec :A!isITown R.M. 15154 r2' min. 'f . ... , . ... ... , .... ,., .. , ... , .. , .. , ... . . . . . . ~ .......... . . . • . .... " . ................. . ... -.. -............ .. .................. ." ................. .. ........... , ....... . •• ", •• « ••••• , •••• , •••................... ..-................ . , ................ , .... . ·. , .... , .. ,.·. , ..... ~ ..." . . . , . . . . " .. . • • " , , ••••••• *· ............ . ·........... ~ ..·..... , .. , .. , " ..·., ............ .· ..... , ........ ... , ., ......... .·............... . · ... " ......... , ..... , ~ .. ,·, ..... ..... , .. . · , .. " ................ , ..... . .. .. .. .. .. .. . · , ..................... .· "" _. , ..... , ......... .·..... . . ... . . .. .~ . -.. ... ~ .. ~ ~ ~ ~~~~~ ~.~~~,-~-~.---~~~.~.~.. .·.......................· ............. -........ .·, .. , .. ..... , ..... , ... .•• ~~~~~~~~~~, ••• ~w"._,.... , .... , , ... , ......... .~:::::::~:::~:::::::::: :~::::::: :: ·......... ..... , ...... .~ ·. ....... . . . . . .. . · _ ...................... ...... , .......... . ·................. " .... .·...................... .·........-.... ,. ,...... , .. ' .. "', . ·.. -... _. -............. .' ............. ,·...................... .·................. , .... .·" ......... , ... .· . . .. .. . . . . . . ... . ·.................. , ... . · ........ " ....... . , ·............ , ... , . , ... ..... .. ... ... . " .. -. ·.... -................. .· ..... " ................ .· ..... , .......... , ..... '" ...... , .. ' · ... , .. -" ............ , ................ . .... -............... .· ..... , ........ , .. ,.,.· ................ . , " ..... _ ............. ,.·................ .· ................ . · .................... .· ......... , ...... . · ..... . .............. .• ~ •• ~M.~"~~~~_., •• · -.-.. ... ..,~.~ -~~ ~.~~ ·........ " ...... . · " -.. . .............. . " ..'....... . ........... -.'.-.'.'.............,.........,.. I.. _w~_. w. __ ._ ••••••• _ •• www_ww~.. ..... . .............. . ········..·····4·m.......·...... .· ... , .. ~ · ... , , .... . .. .... . .. ... .... , .................. ... ................. .~ ~ As Required J 10' max rnOss.sECTION N.T.S.) Trench 80xlShield sidewall capacity shall be equal or greaterthan f30psf. This capacity is bated onType "8" sOil, or better. If there are any changes in soli conditions, the Trench Safety Engineer shall be contacted for evaluation. Trench boxes may be stacked. Trench box capacity of 630 psf refers to sidewall capacity ofbottom box, in Type "8" soil, when boxes are stacked. Ifcontractor requires "closed ends" for trench box, one acceptable method is by placing 314", orgreater (or equal substitute), steel plate (wIdth size may vary) against spreaders oftrench box. other methods maybe used with approval ofTrench Safety Engineer. AlTERNATE TRENCH BOX CROSS SECTION N.T.S. South Side ofAddison Qrde Addison. Texas No:2216 ~~:~~~;;r~"''I1![ineerillg:16 Del:~2OI12 -, ISca,le : As shown 15154 R.H. ~ ") ? :::. rt rt I -:t 0 v -!r •. (J i~<:.J:.P' c.;l ; ilir ·. ; , :. ,. , ; .; . , T3f(~ Or1Ylk'7 ~/~m'J1t!.~ c. '-(.-1 4 C¥--A ______ _ I I i i Cfent: ;7,J/t50 1\ ProJKl Nomt:I Job Numb4r. i ~iMer. __ ~~~ + ~l i j ! I 1 ! Ij I I '\ .5SMH'. A,V.. 1c:'~.IQ ~T iJ'"l:tt.., S";9 lc,z4. II .'.~ /..nq R c..p '3. OS" I,.',.';,---..--"'< -----_...-'--_.... -_.-_. ..,..-_....----' . ~-, (.,,25.S4-?,Zf.05-_., --------_.--f' d ... (" C<...J I<-\. fexu d p", P ~/f .. -... -~"..--. ... BUILDING INSPECTION DEPARTMENT 16801 Westgrove Drive Post Office Box 9010 Addis()n, Texas 75001-9010 October 2, 2002 To: Files Jr\ From: Les Folse, Chief Plumbing Inspector 0\.1. \ Subject: Approval ofproposed ground hydrant special events district Model: Zum Z-1370 Ground Hydrant, encased, hose storage, non-freeze Acceptance of the proposed ground hydrant will be approved when installed per the following: • Meets Section 608.15.4.2 Hose connections ofthe 2000 International Plumbing Code, protected by an atmospheric-type or pressure-type vacuum breaker. A permanently attached hose connection vacuum breaker will not be allowed since device would be installed below grade. • Meets manufactures installation recommendations. SPECIFICATION SHEET Z-1370 GROUND HYDRANT TAGEm: lISed. Hose Storage. Non-Fnm:e Ilimellsionaillota ~"""[mmD _Slqectto ~T__CllangeWilllout_ -,--, 121 [31l'lJ SQ, wi DEPTH Ot •SURYi (19] HOSE CONNECTION ~ [6] tP.S, ORAIN PORT ~ [19] OR 1 [25]-4 ~ fEMALE I.P,S, INTERNAl PI\RTS De!>Ih or ~ ButyFr&gJa' and is toIi"-wiIIIscoria!ed IIingad(XM!j' wiUt 0flE!I8IIng bylod<.. HydIard: is ~wiIh a tapped 114 ~dIHl port in ....... housifog. (Hose _ always be dIsmnneded for SIIlnIga.) Note: 1. !W>OBTANT HydIant ItlU$l be opeaed one tIlm ID .,.drain port during lISe. PARISUST £lwIu. 1 1 10PTl0NS (CItedt/spIdfy """....-qJ\ioII!» 1 1SUFFIXES ~_-RK Hydrant Part;; Repair Kil .1-6 Polished Bn:mze Box 2.-7 Plain Bn:mze Box 1-10 PoIIstIed Nickel Bn:mze Box -14 'WATER" Cast00 Cover REV. 0 DATE: 7112100 C.N. NO. 85623-11 1/4 [61 lP Dlain Port in Box OWG.NO. 5888IJ PRODUCT NO. Z-1370 -1III:IIlSIIlIESINC, • SPl!ClACATlDlllOIWNAGE OI'ERA_ •1IlO'I"', , .. ".-.•ErIe, PA _ ~~.Fa;c: ~• Wmld1llld&tlJII&k ~ 1ft -=_ lIIIlUSIftIESumm. __DoIoie. IT? U' 0..-LWlI2. 1'IloIIo: 9OSI4OH2!2,..,-..... I; i 1 f ! ,i , ; f /i ,J ! i I .J ,i I %1370 Parts List He", DescripUon Qty. Part No 1 Head 25302 2 Casing 50270 3 Valve 25324 4 Facenut 22156 's Operating Screw 25049 'S D-Rlng 23750 '7 Operating Coupling 25147 B Operating Rod 33375 9 Wastier Glide 25323 '10 Washer 23075 '11 Screw #10-24 N.C. 14853 I--~Ope","ng Rod'12 59546 Assembly Lenglt1 13 61755 Pin 2 06587" D 0 15 Hy&an. Body 32714 16 LockIlut 25242 2' Bury 14-314" '17 2 23750 3' 26-314" ... 6 Removable Seat 25262 4' "-"y 38..s14" 19 Frame 56499 5' "-"y 50-3/4" ZURN. 20 3 26050 6' Bury 62-314" ZURN PLUMBING PRODUCTS GROUP 21 56711 7' Bury 74-314" IBm PfTT$8URGH AVENUe 22 56712 S' Bury 86-aW ERIE, PA 16502 PHONE:. 814/4;55.092123 25513 9' Bury 98-314" FAX:B14i875-1402 24 Gasket 21425 10' "-"y 11Q..31-4-WEBSITE' WWN.zum.can -Items are avaJ1eb1e In ·RK Repair Kit Oplioo bag. • it-® Mp\L:1. [It Jre I Iii i!! i " I,T Ope....ting Rod As....mbli.... 7B