Loading...
WA9601-CS 991104 SECTION 00900 ADDENDA ADDENDUM NUMBER ONE ISSUE DATE: NOVEMBER 4, 1999 WAGON WHEEL PARK - PHASE I BID DATE: NOVEMBER 18, 1999 CITY OF COPPELL, TEXAS ISSUED BY: Schrickel, Rollins and Associates, Inc. 1. This addendum modifies and extends the requirements of the plans and/or the project manual for the above referenced project, dated October 1999. 2. Staple this addendum to the inside of the rear cover of the 8%"xl 1" project manual. 3. Mark all items norated to be marked on the plan sheets and specification pages. 4. Note receipt of all addenda on the line provided in the Bid Form. PROJECT MANUAL SECTION 00300 - BID FORM 1. Replace the Bid Form in the Project Manual with the enclosed nine (9) page Bid Form, labeled "Addendum No. One." SECTION 00410 - LIST OF ALTERNATES 1. Add the enclosed three (3) page List of Alternates, labeled "Addendum No. One," to the Project Manual. SECTION 00810 - SPECIAL CONDITIONS 1. Replace page 2 (00810-2) in the Project Manual with the enclosed page 2 (00810-2), labeled "Addendum No. One." SECTION 01010 - SUMMARY OF WORK 1. Replace Section 01010 in the Project Manual with the enclosed four (4) page Section 01010, labeled "Addendure No. One." 2. Add the enclosed 8 '~" x 11" drawing AD-1, "EARLY COMPLETION PACKAGE" GENERAL DIAGRAM OF WORK, labeled "Addendum No. One." SECTION 02510 - FLEXIBLE BASE 1. Add the enclosed two (2) page Section 02510, labeled "Addendure No. One," to the Project Manual. This is an alternate bid item. SECTION 02832 - SEGMENTAL RETAINING WALLS 1. Add the enclosed seven (7) page Section 02832, labeled "Addendum No. One," to the Proiect Manual. This is an alternate bid item. SECTION 13120 - PRE-CAST CONCRETE BUILDING, PREFABRICATED 1, Add the enclosed four (4) page Section 13120, labeled "Addendum No. One," to the Project Manual. This is a Base Bid item. END OF ADDENDUM NUMBER ONE ADDENDUM NUMBER ONE 3ses 00900 - I - T BID NO. Q 1099-02 BID FORM WAGON WHEEL PARK - PHASE I THIS BID IS SUBMITTED TO: Jim Ragsdill, Purchasing Agent City of Coppell Town Center 255 Parkway Boulevard Coppell, Texas 1. The undersigned, as BIDDER, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm, or corporation, that he has carefully examined the Form of Contract, Notice to Contractors, and specifications therein referred to, and has carefully examined the location, and conditions, of the proposed work, and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to work, and will do all work and furnish all the materials called for in the contract and specifications in the manner prescribed therein. 2. It is understood by BIDDER that the phases of Work are to be substantially completed by the completion dates identified in Section 010'10, Summary of Work. 3. It is understood by BIDDER that failure of the Contractor to complete the phase(s) of Work by the respective stipulated completion date will result in the payment of liquidated damages to the Owner per paragraph SC.07 "Time for Completion and Liquidated Damages" of Section 00810, SPECIAL CONDITIONS. 4. Accompanying this proposal is a (Certified or Cashier's Check payable to the Owner) (Bid Bond) in the amount of Dollars ($ ). The bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal the bidder shall fail to execute a contract and file a performance and payment bond within ten (10) days after its acceptance, in which case the bid security shall become the property of the Owner and shall be considered as payment for damages due to delay and other inconvenience suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids. BID FORM 00300-1 Addendum No. One BID NO. Q 1099-02 5. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the stipulated Contract Time and in accordance with the other terms and conditions of the Contract Documents., 6. BIDDER accepts all of the terms and conditions of the Notice to Contractors and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for sixty (60) days after the day of Bid opening. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date of OWNER's Notice of Award. 7. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): Date Number Date Number (b) BIDDER has become familiar with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has obtained (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies that pertain to the subsurface or physical conditions at the site that may affect the cost, progress, performance or furnishing of the Work, as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. No additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract BID FORM 00300 - 2 Addendum No. One BID NO. Q 1099-02 Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given ARCHITECT/ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents, and the written resolution thereof by ARCHITECT/ENGINEER is acceptable to BIDDER. 8. BIDDER will complete the Work for the following price(s): A. (1) BASE BID ($ (use words) (2) TRENCH SAFETY is included in the Base Bid [Item 8.A.(1)] and is the sum of ($ ) (use words) (3) The PALUXY WATER WELL is included in the Base Bid [Item 8.A.(1)] and is broken down into Phases and Pay Items and Totals as given below. "Spec. Items" are found in Section 02520 - Paluxy Water Well. Phase '1 - CONSTRUCTION Item Spec. Estimated Name of Pay Item with Unit Bid Amount No. Item Quantity Units Unit Price in Words Price Bid 1 A. 1 EA Well Drilling and Development (See paragraph 8.C "Unit Prices" of this BID FORM for Additive and Deductive Items) @ dollars and cents ~er unit. $ $ BID FORM 00300 - 3 Addendum No. One BID NO. Q 1099-02 Phase 2 - CONSTRUCTION Item Spec. Estimated Name of Pay Item with Unit Bid Amount No. Item Quantity Units Unit Price in Words Price Bid 1. B. 1 EA Deep Well Pumping Equipment @ dollars and cents ~er unit. $ $ 2. C. 1 EA Controls, Electrical and Instrumentation @ dollars and cents ~er unit. $ $ 3. 6.7 60 LF 4" Ductile Iron Pipe @ . dollars and cents ~er unit. $ $ 4. 6.7 3 EA 4" Gate Valve @ dollars and cents ~er unit. $ $ 5. 6.7 I EA 4" Meter, 4" Check Valve and Vault @ dollars and cents ~er unit. $ $ 6. 6.7 1 EA 1" Air Release Valve @ dollars and cents ~er unit. $ $ BID FORM 00300 - 4 Addendum No. One BID NO. Q 1099-02 Item spec. Estimated Name of Pay Item with Unit Bid Amount No. Item Quantity Units Unit Price in Words Price Bid 7. 6.7 1 EA 1" Sampling Hydrant @ dollars and cents ~er unit. $ $ 8. 6.7 0.1 TN Ductile Iron Fittings @ dollars and cents ~er unit. $ $ 9. 7.6 2 SY Concrete Slab @ dollars and cents . >er unit. $ $ SUBTOTAL Phase 2 - CONSTRUCTION Add Nine (9) Items $ TOTAL BID FOR ALL ITEMS IN PHASE I AND PHASE II CONSTRUCTION OF PALUXY WATER WELL (Words and Figures) DOLLARS $ AND CENTS B. ALTERNATES (Refer to Section 00410 - List of Alternates) (1) STORAGE BUILDING (ADD) ($ ) (use words) BID FORM 00300 - 5 Addendum No. One BID NO. Q 1099-02 (2) RESTROOM-CONCESSION BUILDING AND CIRCULAR CENTRAL PLAZA AND CONNECTING PAVEMENTS (ADD) ($ (use words) (3) FLEX BASE (DEDUCT) ($ ) (use words) (4) POND EDGE (ADD) ($ ) (use words) (5) IRRIGATION, TREES, SHRUBS AND TURFGRASS IN THE ZONE BETVVEEN PARKING LOTS (DEDUCT) ($ ) (use words) (6) DRILLING, LOGGING AND ABANDONMENT OF PALUXY WATER WELL (DEDUCT) ($ ) (use words) (7) CASH ALLOWANCE: BONUS FOR ACCELERATED COMPLETION OF THE "EARLY COMPLETION PACKAGE" PORTION OF THE WORK. This is a Cash Allowance to provide for payment of a bonus of $800.00 per day for each day, up to a maximum of sixty (60) days, that the "Early Completion Package" is complete before the date of July 31, 2000. (ADD) Forty-eight Thousand and No/100 dollars ($ 48,000.00 ) (use words) BID FORM 00300 - 6 Addendum No. One BID NO. Q 1099-02 C. UNIT PRICES: In the event that certain quantities of Work are ordered to be increased (or decreased), the following Unit Prices shall apply as additive (or deductive) bid items, respectively. (1) DRILLED PIER CASINGS (additive if required): A unit price of ($ ) (use words) each per pier casing. (2) PALUXY WELL DRILLING AND LOGGING: A unit price of ($ ) (use words) per foot. (3) 8" PALUXY WELL CASING, GROUTING AND SEALING: A unit price of ($ ) (use words) per foot. (4) 4" GRAVEL PACKED PALUXY WELL SCREEN: A unit price of ($ ) (use words) per foot. (5) 4" GRAVEL PACKED BLANK LINER FOR PALUXY WELL: A unit price of ($ ) (use words) per foot. BID FORM 00300 - 7 3987 Addendum No. One BID NO. Q 1099-02 (6) PALUXY WELL PERFORMANCE TESTING: A unit price of ($. ) (use words) per hour. (7) 6" CONCRETE PAVEMENT ON LIME TREATED SUBGRADE: A unit price of ($ ) (use words) per square yard. (8) 5" CONCRETE PAVEMENT ON LIME TREATED SUBGRADE: A unit price of ($ ) (use words) per square yard. (9) 5" CONCRETE SIDEWALK, DRY BRUSH FINISH: A unit price of ($ ) (use words) per square yard. (10) UNCLASSIFIED FILL (ONSITE EXCAVATION) CONSTRUCTED INTO EARTH EMBANKMENT: A unit price of ($ ) (use words) per cubic yard. (11) SELECT FILL CONSTRUCTED INTO SELECT EMBANKMENT: A unit price of ($ ) (use words) per cubic yard. BID FORM 00300 - 8 Addendum No. One BID NO. Q 1099-02 9. The following documents are attached to and made a condition of this Bid: (a) Required Bid Security in the form of bid bond or cashier's check. (b) Required BIDDER's Statement of Qualifications with supporting data. (c) Bid Affidavit. 10. Communications concerning this Bid shall be addressed to: Mr. Clint Wofford, RLA Schrickel, Rollins and Associates, Inc. 1161 Corporate Drive West, Suite 200 Arlington, Texas 76006 (817) 649-3216/FAX (817) 649-7645 11. SUBMITTED on ,19__ (Date) 12. Respectfully submitted, By Title Address Phone No.: Fax No.: E-maih [] an individual 13. Submitted by [] a corporation [] a partnership Doing business as BID FORM 00300 - 9 Addendum No. One SECTION 00410 LIST OF ALTERNATES GENERAL ALTERNATE REQUIREMENTS: General: The description herein for each alternate is recognized to be incomplete and abbreviated, but implies that each change must be complete for the scope of Work affected. Refer to the applicable specification sections (Division 1 through 16), and to applicable drawings, for specific requirements of the Work, regardless of whether references are so noted in description of each alternate. Coordinate related Work and modify surrounding Work as required to properly integrate with Work of each alternate. It is recognized that descriptions of alternates are primarily scope definitions, and do not necessarily detail the full range of materials and processes needed to complete the Work as required. SCHEDULE OF ALTERNATES: Alternate No. 1: STORAGE BUILDING .Construct the Storage Building which is identified as a bid alternate on Plan Sheet L-3A. The select fill and moisture treated subgrade below the building foundation as indicated on Plan Sheet L-6A is a part of the Base Bid. If this alternate is accepted, the south wall of the building will replace the north wall of the Dumpster Enclosure which is included in the Base Bid. Accordingly, the cost of the wall in the Base Bid should be reflected as a savings in the price of this bid alternate. THIS IS AN ADDITIVE ALTERNATE. Alternate No. 2: RESTROOM-CONCESSION BUILDING AND CIRCULAR CENTRAL PLAZA AND CONNECTING PAVEMENTS Construct this bid alternate which is identified on Plan Sheets L-3B and L-13. The select fill and moisture treated subgrade as indicated on Plan Sheet L-6B is a part of the Base Bid. Construction design for the building is shown in detail on the "S" (structural), "A" (architectural), "M" (mechanical), "P" (plumbing), and "E" (electrical) Plan Sheets. The drinking fountain within the Plaza is included in this Alternate, not in the Base Bid. LIST OF ALTERNATES 00410 - 1 3987 Addendum No. One See Plan Sheets L-7 and IR-2B. Portions of the Planting Plan and portions of the Irrigation System within the limits of the circular plaza include shrubs, groundcovers, two 2" sleeves, piping and heads for planters next to the building. Planters and perforated pipe are also shown in Detail No. 4/L-15. Portions of the 4" PVC pipe within the limits of circular plaza are shown on Plan Sheet C-3. These items are included in this alternate and should not be included in the Base Bid. On Plan Sheet IR-2B the 3" conduit for irrigation valve wires which runs to the electrical room is in the Base Bid. Water and sanitary sewer lines which service the building (see the "C" civil sheets) are in the Base Bid. As part of the Base Bid, if this alternate is not accepted, a temporary building will be provided to function in lieu of storage room No. 104. The temporary building will be approximately the same size as storage room No. 104 and it will be placed in the same location as room No. 104. Specifications for the temporary building are in the Addenda, Section 13120 o "Pre-cast Concrete Building, Prefabricated." As part of the Base Bid, if this alternate is not accepted, the electrical equipment in the plans and specifications will be installed in the temporary building. Conduit runs to the temporary building will be installed exactly as they would if the permanent building were being constructed. THIS IS AN AISDITIVE ALTERNATE Alternate No. 3: FLEX BASE Construct flex base in lieu of 6" concrete paving on lime treated subgrade. This bid alternate is identified on Plan Sheet L-4. The specification for the flex base is included in the Addenda. THIS IS A DEDUCTIVE ALTERNATE. Alternate No. 4: POND EDGE This bid alternate is identified as Detail No. 2 on Plan Sheet L-6A. Construct the segmental unit retaining wall in lieu of the "Pond Edge - Base Bid," Detail No. l/L- 6A. Specification Section 02832 -"Segmental Retaining Walls" is included in the Addenda. THIS IS AN ADDITIVE ALTERNATE. Alternate No. 5: IRRIGATION, TREES, SHRUBS AND TURFGRASS IN THE ZONE BETWEEN PARKING LOTS The zone between parking lots is identified as the shaded area on Plan Sheets IR- 2B and IR-2C. This alternate includes the irrigation heads, valves and lines plus the trees, shrubs and tuffgrass located in the zone. See the Planting Plan, Plan Sheet L-7. This item does not include the irrigation main and the potable water line which LIST OF ALTERNATES 00410 - 2 Addendum No. One pass under items in the zone. See Plan Sheet C-10 for Water Lines and C-13 for Irrigation Mains. These items are in the Base Bid. THIS IS A DEDUCTIVE ALTERNATE. Alternate No. 6: DRILLING, LOGGING AND ABANDONMENT OF PALUXY WATER WELL This bid alternate is for the contingency of drilling, logging and abandonment of the well. See Specification Section 02520 - Paluxy Water Well. Alternate No. 7: CASH ALLOWANCE: BONUS FOR ACCELERATED COMPLETION OF THE "EARLY COMPLETION PACKAGE" PORTION OF THE WORK It will be of additional benefit to the Owner to have this portion of the Work completed at an earlier date. As an Alternate Bid item, a Cash Allowance of $48,000 is provided in the Bid Form. This allowance is for payment by the Owner to the Contractor of a bonus of $800.00 per day for each day, up to a maximum of sixty (60) days, that the "Early Completion Package" is complete before the date of July 31,2000. END OF SECTION LIST OF ALTERNATES 00410 - 3 Addendum No. One All items of work included in the Base Bid and Alternate Bids shall be completed as identified in the Bid Proposal Form. The work order shall consist of a written request by the Owner's Representative for the Contractor to proceed with the construction of the project. SC.07 TIME FOR COMPLETION AND LIQUIDATED DAMAGES Dates for Substantial Completion of the two phases of work in the Contract: (a) "Early Completion Package" portion of the Work in the Contract and (b) Remainder of the Work in the Contract are stipulated in Section 01010, "Summary of Work." Failure of the Contractor to complete the Work within the numbers of calendar days calculated from the date of the issuance of the work order will result in damages being sustained by the Owner. Two numbers of calendar days for the Contract will be calculated. They will be the numbers of days between the date of issuance of the work order and each of the two stipulated dates of completion in Section 01010. As illustrated in Section 010100 two sets of liquidated damages are possible - one set for each of the two phases of the Work. Such damages are, and will continue to be, impracticable and extremely difficult to determine. The Contractor will pay the Owner EIGHT HUNDRED dollars ($800.00) for each day of delay in finishing the Work in excess of time specified for substantial completion, plus any authorized time extensions. Execution of the contract under these specifications shall constitute agreement by the Owner and Contractor that EIGHT HUNDRED dollars ($800.00) per day for each of the two described phases of Work is the m inim u m value of the costs and actual damage caused by failure of the Contractor to complete the Work within the allotted time, that such sum is liquidated damages and shall not be construed as a penalty, and that such sum may be deducted from payments due the Contractor if such delay occurs. The Owner will be the sole judge as to whether the work has been completed within the allotted time. The amount or amounts of liquidated damages shag be recovered by deducting same from the monies due, or that may become due the Contractor from Owner and, if said monies be insufficient to cover the amount owning, then the Contractor or his surety shall pay any additional damages due. SC.08 BONDS The following bonds shall be required forthis project, in amounts at least equal to the Contract Price, and shall conform to the requirements of paragraphs 14.3 of the General Conditions. 3.1 Performance Bond 3.2 Payment Bond 3.3 Maintenance Bond SC.09 CONSTRUCTION SCHEDULE Prior to starting work, the Contractor shall submit a proposed schedule for the work included herein and shall submit any major revisions to this schedule as the project progresses. This schedule shall provide for completion of the project with the time provided in the specifications. SC.10 INTERPRETATIONS AND ADDENDA All questions about the meaning or intent of the Contract Documents are to be directed to Schrickel, Rollins and Associates, Inc. Interpretations or clarifications considered necessary by Architect/Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Architect/Engineer as having received the Bidding Documents. Questions received less than seven days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Arch itect/Eng ineer. SPECIAL CONDITIONS 00810 - 2 Addendum No. One SECTION 01010 SUMMARY OF WORK Wagon Wheel Park - Phase 1 PART 1 - GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Base Bid: The work to be included in the Base Bid consists of the furnishing of all labor, materials, services and equipment required in conjunction with or properly incidental to the construction of the Wagon Wheel Park - Phase I in Coppell, Texas. Items to be constructed include, but are not limited to, site preparation, earthwork, fencing, concrete paving, irrigation system, lighting, tuff planting, pumphouse and well water system. B. Alternate Bid Items: The work to be included as a part of the Alternate Bids consists of the furnishing of all labor, materials, services and equipment required in conjunction with or properly incidental to the construction of Work in the Base Bid. 1.02 EXPLANATION OF ALTERNATES A. Bidding alternates are provided in the Bid Proposal and notated on the Plan Sheets. B. General Requirements for Alternates and a Schedule of Alternates are found in Section 00410- LIST OF ALTERNATES. Section 00410 is included in the Addenda. 1.03 OWNER RESPONSIBILITIES A. The Owner will be responsible for the following construction items to be done by City forces or by separate contract: 1. Supplying and installing picnic tables at concession/restroom building. 2. Supplying and installing temporary bleachers at the Soccer Fields. 3. Primary electrical power and transformers (by power company). 1.04 OWNER'S EXPECTATION OF BIDDER'S QUALIFICATIONS A. The City will closely examine the qualifications and records of Bidders who wish to become the Successful Bidder for this project. The City will weigh the bids and the qualifications in their decision of whom to select to do the work. Any bidder with serious intent of becoming the Successful Bidder must prove SUMMARY OF WORK 01010-1 Addendum No. One that they have an experience record of having successfully completed projects similar in nature, size and complexity. B. Each Bidder must demonstrate the competence and experience of his own forces and that of the subcontractors, Each Bidder must submit WITH THE BID the required list of subcontractors. Failure to submit the list may cause disqualification. C. The City requests that bidders without the necessary qualifications not submit bids, as they will be disqualified or passed over for qualified bidders. 1.05 COMPLETION DATES FOR PHASES OF THE WORK A. The Successful Bidder/Contractor agrees to begin work within the stipulated time from the date of the written work order or notice to proceed (the award of contract is expected to occur on or about December 15, 1999, and the notice to proceed is expected to be issued on or about January 3, 2000) and to meet the following dates for substantial completion: 1. July 31,2000, for completion of the "Early Completion Package" portion of the Work in the Contract. See paragraph 1.06, below. 2. October 31, 2000, for completion of the Remainder of the Work in the Contract. B. Failure to meet these completion dates will cause liquidated damages to be assessed for each day the construction is delayed for each phase of the Work. Refer to Section 00810 - SPECIAL CONDITIONS, paragraph SC.07: "TIME FOR COMPLETION AND LIQUIDATED DAMAGES." 1. Example of a liquidated damages situation: If the "Early Completion Package" portion of Work is not substantially complete by July 31,2000, liquidated damages of $800.00 per day will be assessed by the Owner until completion of that phase of the Work. If the Remainder of the Work in the Contract is not substantially complete by October 31, 2000, additional liquidated damages of $800.00 per day will be assessed by the Owner until completion of that phase of the Work. 1.06 THE "EARLY COMPLETION PACKAGE" PORTION OF WORK IN THE CONTRACT: SCHEDULE AND WORK A. The two baseball fields must be planted by the Contractor with Tifway 419 Bermuda Rolled Sod and be accepted by the Owner on or before July 31, 2000. Due to the importance to the Owner of establishing tuffgrass on both SUMMARY OF WORK 01010-2 3987 Addendum No. One of the baseball fields during the summer of 2000, the Contractor must complete the "Early Completion Package" on or before July 31, 2000. B. The "Early Completion Package" is part of the Base Bid. It includes, but is not limited to, the Work described below. Areas in which various portions of the Work are generally located are graphically depicted on the accompanying drawing, GENERAL DIAGRAM OF WORK. It is understood that Work outside these areas may also be necessary to accomplish the "Early Completion Package." Site Work · Site preparation · Earthwork, including fine grading · Moisture conditioned subgrade below pumphouse foundation · Select fill embankment below pumphouse foundation · Galvanized chain-link fencing on the perimeters of the baseball fields - 25-foot backstops - 1 O-foot fences - 8-foot fences (foul lines and outfield) - Gates - Foul poles · Backstop curb and concrete edging pavem.ents below the fencing and gates · Infieid surfacing · Turfgrass irrigation system and controls, fully tested and operational · Tifway 419 rolled sod · Erosion control measures Irrigation-Water Supply System · Irrigation-water storage pond with waterproof membrane (liner) and pressure relief valves and underdrains · Paluxy water well, completely developed and fully operational · Potable-water line to serve irrigation supply system · Vault and irrigation-water valve · Pumphouse with foundation and irrigation wet well · Irrigation-water manhole and appurtenances · Supply lines for pond and irrigation pump station · Irrigation pump station (vertical turbine VFD) · Irrigation main loop serving the baseball fields · Controls and sensors · All related and ancillary items necessary to utilize and operate the irrigation-water supply system · All related and ancillary items necessary to utilize and operate the turfgrass irrigation system serving the baseball fields SUMMARY OF WORK 01010-3 Addendum No. One Electrical Power and Controls · Primary-power conduit and transformer pads · All conduit, circuits, panels and controls necessary to utilize and operate (a) the irrigation-water supply system and (b) the turfgrass irrigation system which serves the baseball fields · Primary power and transformer to be by power company. Civil Work · Portions of the Civil Work may need to be completed as necessary to avoid construction conflicts with Work included in the "Early Completion Package." This Work includes, but is not limited to: - Portions of the storm drainage system - Portions of the sanitary sewer system - Portions of the water lines C. Bidders are advised that it is highly recommended to have the irrigation- water supply system and the turfgrass irrigation system fully tested and operational several weeks prior to planting the rolled sod tUrfgrass. D. Bidders are reminded that the planting of the rolled sod turfgrass can proceed only after the irrigation system and fine grading have been approved by the Owner's representative. E. The Owner will be responsible for the establishment and maintenance of the turfgrass sod after it is completely and properly planted. However, the Contractor will be responsible for the maintenance of all of the irrigation system and all of the irrigation-water supply system with regard to installation, materials and workmanship throughout the period of the entire Contract. F. Within 24 hours of notification, any repairs, replacements or corrections of deficiencies in the described systems (which are related to installation, materials or workmanship) will be immediately performed by the Contractor so that the Owner will not experience damages, delays or losses of efficiency in the ability to irrigate and maintain the planted turfgrass sod in the critical establishment period which is expected to occur in typical mid-summer climatic conditions of drought and high temperatures. G. Should the Contractor fail to immediately perform appropriate repairs, replacements or corrections in the described systems, and thereby cause the Owner to be unable to successfully irrigate, establish and maintain the sodded turfgrass, the Contractor will be charged with the costs for Work the Owner must accomplish in order to successfully irrigate, establish and maintain the sodded turfgrass. SUMMARY OF WORK 01010 -4 Addendum No. One H. Items which are damaged or which require repairs or adjustments as a result of the Owner's maintenance operations will be the responsibility of the Owner. I. Failure of the Contractor to complete the "Early Completion Package" portion of Work in the Contract by July 31,2000, will result in liquidated damages as stipulated in the Agreement. 1.07 THE REMAINDER OF WORK IN THE CONTRACT: SCHEDULE AND WORK A. The Remainder of Work in the Contract must be substantially complete by October 31, 2000. B. Failure of the Contractor to complete the Remainder of Work in the Contract by October 31, 2000, will result in liquidated damages as stipulated in the Agreement. C. Any Bermudagrass seed areas not successfully established by the Contractor by the cut-off date of September 15 will be planted with ryegrass upon completion of construction. In the growing season of the following year, ryegrass areas will be tilled under and regraded, and Bermudagrass will be fully established to a uniform stand by July 15. The Contractor will be responsible for producing an acceptable stand of seeded Bermudagrass as specified. D. Liquidated damages will not apply if the only item of incomplete work on October 31, 2000, is the establishment of Bermudagrass in the seeded areas, and if ryegrass planting and the subsequent establishment of the seeded Bermudagrass areas in the following growing season are successful. However, monies will be retained from the Contractor's payment until the Work is complete per provisions of the Contract. 1.08 CASH ALLOWANCE: BONUS FOR ACCELERATED COMPLETION OF THE "EARLY COMPLETION PACKAGE" PORTION OF THE WORK A. It will be of additional benefit to the Owner to have the Work described above in paragraph 1.06 completed at an earlier date. As an Alternate Bid item, a Cash Allowance of $48,000 is provided in the Bid Form. This allowance is for payment by the Owner to the Contractor of a bonus of $800.00 per day for each day, up to a maximum of sixty (60) days, that the "Early Completion Package" is complete before the date of July 31, 2000. END OF SECTION SUMMARY OF WORK 01010-5 ae87 Addendum No. One PUMPHOUSE- - PALUXY, ; WATER MAIN WATER WELL iELECTRICAL PRIMARY TO TRANSFORMER WATER MAIN IRRIGATION  , BA8 E BALL BA8 E BALL ,~ -. NORTH 'IRRIGATION MAIN~ O IOO 200 400 GRAPHIC SCALE IN FEET ~ / ~ SCALE: I" =2OO' /I "EARLY COMPLETION PACKAGE" GENERAL DIAGRAM OF WORK SECTION 01010 - SUMMARY OF WORK Schricke], Ro]~s eric] Associates, Inc.WAGON WHEEL PARK ,,-4 Drown Consuitants in Landscape Archite~ur~ · EnBinf~erin8 · Plannins COPPELL cTw 1161 corporate Drrve West o Suite 200 · Arlington, Texas 75005 Job No. (817) 549-3216 · (817) 640-82!2 Metre, (817) S49-7845 Fax 987 Addendum No.I SECTION 02510 FLEXIBLE BASE PART 1 - GENERAL 1.01 SCOPE: This section consists of the furnishing of all labor, materials and equipment necessary to install crushed stone flexible base for hot mix asphalt concrete. As required in these specification and as shown on the drawings. PART 2 - PRODUCTS 2.01 MATERIALS: Flexible base shall consist of six (6") inches of crushed stone base. Crushed stone used shall be obtained form crushing limestone. All crushed stone used on the project shall conform to the requirements of Item 302.3, Type A, Grade 1, Aggregate, of the STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS AND BRIDGES as adopted by the State Department of Highways and Public Transportation on September 1, 1982. PART 3 - EXECUTION 3.01 PREPARATION OF SUBGRADE: The roadbed shall be excavated and shaped in conformity with the typical sections shown on plans and to the lines and grades as established by the Engineer. All unstable or otherwise objectionable material shall be removed from the subgrade and replaced with approved material. All holes, ruts and depressions shall be filled with approved material and, if required, the subgrade shall be thoroughly wetted with water and reshaped and rolled to the extent directed in order to place the subgrade in an acceptable condition to receive the base material. The surface of the subgrade shall be finished to line and grade as established and in conformity with the typical section shown on plans, and any deviation in excess of % inch in cross section and in a length of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping and recompacting by sprinkling and rolling. Sufficient subgrade shall be prepared in advance to insure satisfactory prosecution of the work. Material excavated in the preparation of the subgrade shall be utilized in the construction of adjacent shoulders and slopes or otherwise disposed of as directed, and any additional material required for the completion of the shoulders and slopes shall be secured from sources indicated on plans or designated by the Engineer. 3.02 DELIVERY: The material shall be delivered in approved vehicles of a uniform capacity, and it shall be the charge of the Contractor that the required amount of specified material shall be delivered in each 100 foot station. Material deposited upon the subgrade shall be spread and shaped the same day. In the event inclement weather or other unforeseen circumstances render impractical the spreading of the material during the first 24-hour period, the material shall be FLEXIBLE BASE 02510 - I Addendum No. One scari~ed and spread as directed by the Engineer. The material shall be sprinkled, if directed, and shall then be bladed, dragged and shaped to conform to typical sections as shown on plans. All areas and "nests" of segregated coarse or fine material shall be corrected or removed and replaced with well graded material, as directed by the Engineer. If additional binder is considered desirable or necessary after the material is spread and shaped, it shall be furnished and supplied in the amount directed by the Engineer. Such binder material shall be carefully and evenly incorporated with the material in place by scarifying, harrowing, brooming or other approved methods. 3.03 COMPACTION: The course shall be sprinkled as required and compacted to the extent necessary to provide not less than the percent density as hereina~er specified under "Density." In addition to the requirements specified for density, the full depth of the flexible base shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section of flexible base is completed, tests as indicated under 3.05 will be as directed by the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface upon completion shall be smooth and in conformity with the typical sections shown on the plans and to the established lines and grades. In that area on which pavement is to be placed, any deviation in excess of ¼ inch in cross section in a length of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping and recompacting by sprinkling and rolling. All irregularities, depressions or weak spots which develop shall be corrected immediately by scarifying the areas affected, adding suitable material as required, reshaping and recompacting by sprinkling and rolling. Should the base course, due to any reason or cause, lose the required stability, density or finish before the surfacing is complete, it shall be recompacted and refinished at the sole expense of the Contractor. 3.04 DENSITY: The density for compaction of the flexible base shall be ninety-five (95%) percent of Standard AASHTO Density per Test T99 with a moisture content of plus or minus two (2%) percent of optimum. 3.05 TESTS: A minimum of two (2) density tests will be required as selected by the Engineer, paid for by the Contractor. END OF SECTION FLEXIBLE BASE 02510 - 2 Addendum No. One SECTION 02832 SEGMENTAL RETAINING WALLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY 1. This Section includes the following: a. Segmental retaining walls. 2. Related Sections include the following: a. Division 2 Section "Earthwork" for excavation, subgrade preparation and compacted backfill for segmental retaining walls. b. Division 3 Section "Cast-in-Place Concrete" for retaining wall footings. 3. Work includes furnishing and installing concrete modular block retaining wall units to the lines and grades designated on the construction drawings and as specified herein. 1.3 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide segmental retaining walls capable of withstanding the effects of loads due to soil pressures resulting from grades indicated. 1.4 SUBMITTALS A. Product Data: Manufacturer's literature describing materials and installation instructions. Required for each type of segmental retaining wall and other manufactured products specified. B. Samples for Verification: Sets for each color, finish, and pattern of unit required. Include 2 or more samples in each set showing the full range of variations expected. Two colors to be selected by Owner's representative. SEGMENTAL RETAINING WALLS 02832-1 Addendum No. One C. Qualification Data: For firms and persons specified in the "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of Architect/Engineers and Owners, and other information specified. D. Product Test Reports: Indicate compliance of retaining wall units with requirements based on comprehensive testing of current products. 1. Include test data verifying properties used as basis of structural design. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced installer who has completed segmental retaining walls similar in material, design, and extent to that indicated for Project that has resulted in construction with a record of successful in-service performance. B. Testing Agency Qualifications: An independent testing agency with the experience and capability to conduct the testing indicated without delaying the Work, as documented according to ASTM E 548. C. Mockups: Before installing segmental retaining walls, construct sample wall panels to verify selections made under Sample submittals and to demonstrate aesthetic effects and qualities of materials and execution. Build mockups to complywith the following requirements, using materials indicated for completed Work. 1. Locate mockups in the locations indicated or, if not indicated, as directed by Owner's representative. 2.Build mockups as shown on Drawings. 2. Build mockups for each type of segmental retaining wall in sizes approximately 72 inches (1800 mm) long at top of wall by a height as shown on the plans. a. Include typical base and cap or finished top construction. b. Include backfill to typical finished grades at both sides of wall. 4. Notify Owner's representative 7 days in advance of the dates and times when mockups will be constructed. 5. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. SEGMENTAL RETAINING WALLS 02832 - 2 3987 Addendum No. One a. Approval of mockups does not constitute approval of deviations from Contract Documents contained in mockups, unless such deviations are specifically approved by Owner's representative in writing. bo When directed, demolish and remove mockups from Project site. c. Approved mockups in an undisturbed condition at the time of Substantial Completion may become part of the completed Work. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project Site in an undamaged condition. B. Store and handle retaining wall units and related materials to prevent deterioration or damage due to moisture, temperature changes, contaminants, corrosion, breaking, chipping, or other causes. C. Store accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.7 EXTRA MATERIALS A. Furnish Owner with ten (10) replacement units identical to each unit and color(s) of units installed on the Project. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include the following: 1. Retaining Wall Units: a. Licensees of Anchor Wall Systems, Inc. 2.2 RETAINING WALL UNITS A. Concrete Units: High-strength, regular-weight concrete units, designed for use in segmental retaining walls, complying with ASTM C 90, except with net-area compressive strength of 3000 psi (20.7 MPa) for average of 3 units and 2500 psi (17.2 MPa) for individual unit, maximum water absorption of 7 percent, and variation in height limited to 1/16 inch (1.6 ram). SEGMENTAL RETAINING WALLS 02832 - 3 Addendum No. One 1. Provide units with lugs or projections that locate successive courses in relation to the course below and maintain that alignment as backfill is placed, and that interlock with units above and below. B. Colors: Provide units that result in colors of exposed wall surfaces complying with the following requirements: 1. Provide Owner's representative's selections from manufacturer's full range of colors for materials and products of type indicated. C. Surface Texture: Provide units with rough textured split faces and smooth, as-cast beds. D. Shapes: Provide units with exposed face as follows, of the shapes and dimensions specified that will produce retaining walls of the dimensions and profiles indicated without interfering with other elements of the Work. 1. Exposed Face: Beveled face with rough split texture. 2. Batter: Provide units that offset (setback) from the course below by 11/8''' E. Special Units: Provide corner units, end units, cap units, and other special shapes as necessary to produce retaining walls of dimensions and profiles indicated and to provide indicated textures on exposed surfaces. 2.3 INSTALLATION MATERIALS A. Base: Concrete leveling pad complying with specifications, Division 3 - CONCRETE. B. Granular Fill: Select fill as specified under SELECT MATERIALS of "EARTHWORK," Section 02200 of the technical specifications. Select fill will be tested for material analysis and installed per the specification. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive segmental retaining walls and conditions under which walls will be installed, with Installer present, for compliance with requirements for excavation tolerances, condition of subgrades, and other conditions affecting performance of retaining walls. B. Do not proceed with installation until unsatisfactory conditions have been corrected. SEGMENTAL RETAINING WALLS 02832 - 4 Addendum No. One 1. At the time of construction, the exposed bearing surface must be observed for soft zones or for other anomalies that will reduce the bearing capacity of the soil. If soft zones or pockets are observed, these weaker areas must be removed and replaced with compacted material. Weak zones which are removed may be replaced with compacted soil similar to that removed, or with a non-expansive select fill. The need for material replacement and the proper type of material to use will require a decision at the time of construction. The intent is to provide a uniform and sufficiently strong bearing surface for the wall footing. 3.2 EXCAVATION A. The Contractor shall excavate to the lines and grades shown on the construction drawings. Over-excavation shall not be paid for and replacement with compacted fill and/or wall system components will be required at the Contractor's expense. The Contractor shall be careful not to disturb base beyond the lines shown. 3.3 RETAINING WALL INSTALLATION A. General: Place units according to manufacturer's written instructions. Lay units in running bond, overlapping half units of course below. B. Leveling Pad: Place reinforced concrete over compacted subgrade to shape and thickness indicated. Screed surface to a rough float finish. C. First Course: Place first course of retaining wall units on leveling pad for full length of wall. Place units in firm contact with each other, properly aligned and level with rear lip removed. Ensure that units are in full contact with the waterproof membrane pond liner which is to be continuous from the pond slope, across the leveling pad and behind the wall. Ensure that the liner is in direct contact with the concrete leveling pad and the wall units with no backfill or foreign material between the wall units and the liner and the leveling pad. 1. Place and compact fill, either native fill or select fill, to top of first course. D. Subsequent Courses: Sweep excess fill from tops of course below. Place units in firm contact, properly aligned, and directly on course below. 1. For units with lips at backs of units, slide units as far forward as possible for firm contact with lips of units below. SEGMENTAL RETAINING WALLS 02832 - 5 Addendum No. One 2. Place and compact fill as each course is laid. 3. Keep backfill from being spilled or scattered into the interface between the backs of wall units and the pond liner. 3.4 FILL PLACEMENT A. General: Comply with requirements of Division 2 Section "Earthwork" and retaining wall unit manufacturer's written instructions. B. Place, spread, and compact fill in uniform lifts for full width and length of embankment as wall is laid. Begin at back of wall and place and spread fill toward embankment. 1. Use only hand-operated compaction equipment within 36 inches (900 mm) of wall. 2. Compact backfill to between 92 and 98 percent maximum dry density according to ASTM D 698. 3.5 CONSTRUCTION TOLERANCES A. Variation from Level: For bed-joint lines along walls, do not exceed 1 inch in 40 feet (24 mm in 12 m) or more. B. Variation from Indicated Batter: For slope of face of wall, do not vary from indicated slope by more than ¼ inch in 10 feet (6 mm in 3 m). C. Variation in Plan Position: For ends and faces of walls in relation to layout control coordinates, do not vary from plan dimensions by more than 1 inch (25 mm) orfrom depicted plan relationship (scaled dimensions) by more than 3 inches (75 mm). 3.6 FIELD QUALITY CONTROL A. Comply with requirements of Division 2 Section "Earthwork" for in-place soil density testing. 1. In each compacted backfill layer, perform at least 1 field in-place density test for each 150 feet or less of retaining wall length, but no fewer than 10 well spaced tests. 3.7 ADJUSTING AND CLEANING A. Remove and replace segmental retaining walls of the following description: SEGMENTAL RETAINING WALLS 02832 - 6 Addendum No. One 1. Broken, chipped, stained, or otherwise damaged units. Units may be repaired if methods and results are approved by Owner's representative. 2. Segmental retaining walls not matching approved samples and mockups. 3. Segmental retaining walls not complying with other requirements indicated. B. Replace in a manner that results in segmental retaining wall's matching approved samples and mockups, complying with other requirements, and showing no evidence of replacement. END OF SECTION SEGMENTAL RETAINING WALLS 02832 - 7 Addendum No. One SECTION 13120 PRE-CAST CONCRETE BUILDING PREFABRICATED PART 1 - GENERAL 1.01 SUMMARY Contractor to furnish pre-cast concrete transportable building. Building to be delivered and placed on Owner's prepared select fill placed over moisture-treated subgrade in accordance with manufacturer's recommendations. Pre-cast building to be EASI-SET brand Model 1012 as manufactured by Lonestar Prestress Mfg., Inc., Houston, Texas, or approved equal. 1.02 QUALITY ASSURANCE A. ACI-318-95, "Building Code Requirements for Reinforced Concrete." B. ASCE-7-95, "Building Code Requirements for Minimum Design Loads in Buildings and Other Structures." C. 1994 UBC D. Walls to be UL-752 Test Method Level 4 for bullet resistance, certified by an independent structural engineer. E. Concrete Reinforcing Institute, "Manual of Standard Practice." F. Building fabricator must have a minimum of 5 years experience manufacturing pre-cast concrete buildings. G. No alternate building designs to the pre-engineered EASI-SET building will be allowed unless pre-approved by the Owner TEN days prior to the bid date. 1.03 DESIGN REQUIREMENTS A. Dimensions: 1. Exterior: 10'xl 2'x8'-8" 2. Interior: 9'-6"xl 1 '-6"x8'-0" PRE-CAST CONCRETE BUILDING PREFABRICATED 13120-1 Addendum No. One B. Design Loads: 1. Seismic load performance category C, Exposure Group III. 2. Standard Live Roof Load - 60 PSF 3. Standard Floor Load - 250 PSF 4. Standard Wind Loading - 130 MPH (ASCE 7-95) C. Roof: Roof panel shall be sloped 1" from front to back. The roof shall extend a minimum of 3" beyond the wall panel on each side and have a turndown design which extends W' below the top edge of the wall panels to prevent water migration into the building along top of wall panels. Roof shall also have an integral architectural ribbed edge. D. Floor: There shall be a ¼" turn down the width of the wall panels cast into the floor. The ¼" turn down makes the interior floor surface W' higher than the joint between the wall panel and floor slab, preventing intrusion of water. Floor shall have a 2'-0"x2'-0" opening for electrical service as directed by Architect. Contractor shall seal opening after conduit is installed with lightweight concrete. E. Roof, floor and wall panels must each be produced as single component monolithic panels. No roof, floor, or vertical wall joints will be allowed, except at corners. Wall panels shall set on top of floor slab. F. Building will be located at the same coordinates as restroom building electrical room. Opening in floor slab will be centered on incoming electrical conduits. 1.04 SUBMITTALS A. Building engineering calculations that are designed and sealed by a professional engineer shall be submitted for approval. PART 2 - PRODUCTS 2.01 MATERIALS A. Concrete: Steel-reinforced, 6000 psi minimum 28-day compressive strength. B. Reinforcing Steel: ASTM A615, grade 60, unless otherwise indicated. PRE-CAST CONCRETE BUILDING PREFABRICATED 13120 -2 3987 Addendum No. One C. Post-tensioning Strand: 41K Polystrand CP50, .50, 270 KSI, 7-wire strand, greased plastic sheath, (ASTM A416), roof and floor to be each post- tensioned by a single, continuous tendon. Said tendon shall form a substantially rectangular configuration having gently curving corners and a corner where the tendon members are anchored. Tendons shall be greased and enclosed within a sheath. 1. If post-tensioning is not used in the roof panel, the following guidelines must be followed to ensure a watertight roof design. a. The entire pre-cast concrete roof panel surface must be cleaned and primed with a material that prepares the concrete surface for proper adherence to the coating material. b. The entire pre-cast concrete roof panel surface shall be sealed with a 0.45 EPDM continuous membrane cemented to the concrete with a compound designed for this purpose. D. Caulking: All joints between panels shall be caulked on the exterior and interior surface of the joints. Caulking shall be SIKAFLEX-IA elastic sealant or equal. Exterior caulk joint to be %"x3/8" square so that sides of joint are parallel for correct caulk adhesion. Back of joint to be taped with bond breaking tape to ensure adhesion of caulk to parallel sides of joint and not the back. E. Vents: Two screened Iouvered aluminum vents to be cast in rearwall. Vents shall be SUNVENT #164FL, or equal. F. Panel Connections: All panels shall be securely fastened together with ¼" thick steel brackets. Steel is to be of structural quality, not-rolled carbon complying with ASTM A283, Grade C and hot dipped galvanized after fabrication. All fasteners to be ~" diameter bolts complying with ASTM A307 for low-carbon steel bolts. Cast-in anchors used for panel connections to be Dayton-Superior #F-63, or equal. All inserts for corner connections must be bolted directly to form before casting panels. Floating of connection inserts will not be allowed. 2.02 ACCESSORIES A. Door and Frame: Shall comply with Steel Door Institute "Recommended Specifications for Standard Steel Doors and Frames" (SDI-100), and as herein specified. The buildings shall be equipped with single 3'-0"x6'-8"x1%" 18-gauge galvanized/insulated CECO Imperial right hand reverse metal doors with 16-gauge galvanized frames. Doors and frames shall be PRE-CAST CONCRETE BUILDING PREFABRICATED 13120 - 3 Addendure No. One bonderized and painted one coat of rust inhibitive primer and one finish coat of epoxy paint, medium gray, if no other color is specified. B. Door Hardware: 1. Lock Knob: Yale stainless steel, or equal. (Door knob shall meed ADA.) 2. Hinges: Hager stainless steel BB 1191 NGP 4 %"x4 %", or equal. 3. Threshold: CECO #897 V raised interior, extruded aluminum threshold with neoprene seal, or equal. 4. Door Holder: Yale H940V26D, or equal, overhead slide type surface mounted door holder with safety release. 5. Drip Cap: Hager or National Guard Products aluminum with stainless steel screws, or equal. 2.03 FINISHES A. Interior of Building: Smooth steel form finish on all interior panel surfaces. B. Exterior of Building: Washed San Jacinto river-stone aggregate finish on all exterior wall surfaces. Aggregate must be seeded into top of panel while in form, chemical retarded, and high-pressure water-washed to expose the aggregate to a depth of 1/8". PART 3 - EXECUTION 3.01 Deliver building complete and install in proper location. END OF SECTION PRE-CAST CONCRETE BUILDING PREFABRICATED 13120-4 3987 Addendum No. One