addendum no. 1 · required at field 1, 2, 3, and 4. refer to ad1.1 for extend of area. item no. 15....

22
July 25, 2017 ADDENDUM No. 1 Project: 2016142 Capital Improvement Projects Parks Renovation and Expansion Louisville, Mississippi The following additions, changes, clarifications, and substitutions to the drawings and specifications are to be included as part of the contract documents. Acknowledge receipt of this addendum by inserting its number and date in the proposal form. Bid Date: Sealed bids will be received at City Hall, 200 South Church Avenue, P.O. Box 510, Louisville, MS 39339 until 2:00 pm on Thursday August 3, 2017. Addendum Table of Contents: 4 8-1/2 x 11 pages of Addendum Items 15 8-1/2 x 11 pages of Specifications 3 8-1/2 x 11 pages of Drawings Total of 22 pages of Addendum _________________________________ Jose G. Arellano, Principal Architect, AIA PryorMorrow PC, Brandon, Mississippi [email protected]

Upload: others

Post on 13-Jul-2020

7 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

July 25, 2017

ADDENDUM No. 1 Project: 2016142

Capital Improvement Projects Parks Renovation and Expansion Louisville, Mississippi

The following additions, changes, clarifications, and substitutions to the drawings and specifications are to be included as part of the contract documents. Acknowledge receipt of this addendum by inserting its number and date in the proposal form. Bid Date: Sealed bids will be received at City Hall, 200 South Church Avenue, P.O. Box 510, Louisville,

MS 39339 until 2:00 pm on Thursday August 3, 2017. Addendum Table of Contents: 4 8-1/2 x 11 pages of Addendum Items

15 8-1/2 x 11 pages of Specifications 3 8-1/2 x 11 pages of Drawings Total of 22 pages of Addendum

_________________________________ Jose G. Arellano, Principal Architect, AIA PryorMorrow PC, Brandon, Mississippi [email protected]

Page 2: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

General Information Item No. 1. Clarification: All site demolition at Ivy Park shall be by Phase I Bid Contractor

Item No. 2. Clarification: Demolition of existing sports field lighting at Academy Park shall be by Phase VI Bid Contractor, all other site demolition at Academy Park shall be by Phase V Bid Contractor.

Item No. 3. Clarification: all demolitions with in and including the exterior walls of the excising metal building shall be by Phase IV Bid Contractor.

Item No. 4. Clarification: preparation of building pads for alternate structures shall be included as part of its alternate price.

Refer to Specifications Item No. 5. Refer to enclosed Section 10437 Exterior Scoreboard System – Scoreboards to be provided

and installed under Alternate A1 and A2 shall be per this section.

Item No. 6. Refer to enclosed Section 10535 Prefabricated Shelter Cover Systems – Farmers Market Pavilion shall be this section.

Item No. 7. Refer to Section 00401 Proposal Form – Replace with enclosed Section 00401

Item No. 8. Refer to Section 00402 Proposal Form – Replace with enclosed Section 00402

Item No. 9. Refer to Section 00403 Proposal From – Replace with enclosed Section 00403

Item No. 10. Refer to Section 00404 Proposal Form – Replace with enclosed Section 00404

Item No. 11. Refer to Section 00405 Proposal Form – Replace with enclosed Section 00405

Item No. 12. Refer to Section 00406 Proposal Form – Replace with enclosed Section 00406

Item No. 13. Refer to Section 01210 Allowances, Part 1, 1.02, B, 2 – Omit item “a” and “b” this shall be included as part of Phase I Bid allowances.

Item No. 14. Refer to Section 01230 Alternates – make the following changes

Replace 1.02, A, 6 as follows: Deduct Alternate A6: Furnish all labor, equipment, and materials required to provide install 3” of Slag on 6” limestone base in lieu of Asphalt base and surface.

Add 1.02, A, 8 as follows: Deduct al labor, equipment, and materials required for all work required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area.

Replace 1.02, B, 1 as follows: Furnish all labor, materials, and other services required to provide and install alternate aquatic playground equipment in lieu of flush mounted equipment.

Omit 1.02, B, 1.

Add 1.02, C, 1 as follows: Deduct all labor, equipment, and materials required for all work required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area.

Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided under Phase I Bid.

Item No. 16. Refer to Section 02840 Precast Concrete Parking Curbs – Omit this section. Parking Curbs will not be required.

Item No. 17. Refer to Section 02924 Sodding, Part 2 – Replace as follows:

2.01, A: Provide new topsoil. A minimum of 6" of topsoil is required at all areas to be sodded.

Page 3: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2.02, A: Sod shall be Hybrid 419 Bermudagrass

2.02, B: All sod shall be nursery-grown, strongly rooted, uniformly sized, and machine-stripped not more than 24 hours prior to laying. Sod shall contain at least 85% permanent grass and not weed and undesirable grasses and shall be of good texture and free from obnoxious roots, stones, and foreign materials. Sod shall be cut in 40” wide (minimum) rolls, uniformly 1½" thick (minimum) with clean cut edges.

Item No. 18. Refer to Section 06270 Utility Shelving – Utility Shelving will be provided and installed by the Owner.

Item No. 19. Refer to Section 06412 Cabinets – Cabinets will be provided and installed by the Owner.

Item No. 20. Refer to Section 11480 Athletic Equipment – omit the following: 1.01, A, 2; 1.01 A, 3, a; and 2.02, A, 6. Safety Netting, Bat and Helmet Storage, and Mesh wing of foul pole will not be required.

Refer to Drawings Item No. 21. Refer to C5.1, A2.01, A3.01, A3.11, A3.21, A3.31, A3.4, PE1.1, PE1.2, and PE1.3 – Refer to

enclosed AD1.1 for work to be omitted by alternate price.

Item No. 22. Refer to A3.02 – Farmers Market Pavilion shall be per Section 10535 Prefabricated Shelter Cover Systems and enclosed AD1.2 and AD1.3.

Item No. 23. Refer to PE1.4 – Enlarged Site Plan – Northeast – Circuit label for scoreboard at Field #5 shall be changed from SL1-1 to SMDP-1. Circuit label for scoreboard at Field #6 shall be changed from SL1-3 to SMDP-3. Circuit label for scoreboard at Field #7 shall be changed from SL1-5 to SMDP-5.

Other Addendum items Item No. 24. Question: As it pertains to Phase 3 & 6 of the project referenced above; what is the proximity of

the conduit stub-ups provided by other phases to the sports field lighting poles in the previously mentioned phases?

Answer: Conduit stub-ups for the light poles shall be at the approximate location of the pole. It will be the responsibility of the pole installer at the time of the pole installation to cut back the conduit as required to facilitate the installation of the pole, then extend the conduit back to the pole.

Item No. 25. Question: Which phase is responsible for providing and installing conduit and wire between the panels and sports lighting cabinets?

Answer: Phase 3 for Ivy Park and Phase 6 for Academy Park.

Item No. 26. Question: Does the demolition of existing sports field lighting fall under phase 3 & 6?

Answer: Refer to Addendum Clarifications above.

Item No. 27. Question: Are there any other feeders outside of those found in the Sports Lighting Circuit Summaries on sheets E5.7 and E6.3 that are the responsibility of phases 3 & 6?

Answer: For Fields 1-4: In Phase 1, feeders for dugout receptacles shall be installed and conduit only shall be installed for the scoreboards. In Phase 1 Add Alternate A1, feeders for the scoreboards shall be installed.

Page 4: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

For Fields 5-8: Scoreboards and dugout receptacles fed from Panel SMDP - conduit with pull wire shall be installed in Phase 1 and wiring installed in Phase 3. Scoreboard fed from Panel MT – conduit and wire shall be installed in Phase 1. Dugout receptacles fed from Panel PB - conduit with pull wire shall be installed, stubbed-up and marked at Panel PB location in Phase 1, then in Phase 2 the conduit shall be extended to Panel PB and wire pulled.

Item No. 28. Question: Which phase will provide and install Panel SMDP, SL1, SL2, SL3, M1, M2, and M3 depicted on sheet PE1.4?

Answer: These panels are to be installed in Phase 1. Any underground conduit to and from these panels are to be installed in Phase 1.

Item No. 29. Question: Will the sports lighting cabinets provided in the sports lighting packages in phases 3 & 6 be installed by other phases in this project?

Answer: No

Item No. 30. Question: Will the circuits for the security lights on the sports poles in phases 3 & 6 be looped or will they all have homeruns?

Answer: All are to have homeruns. All homeruns that are on the same circuit are to be combined prior to connecting to contactor.

End of Addendum No. One Items

Page 5: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2017 PryorMorrow PC Proposal Form 00401-1

SECTION 00401 PROPOSAL FORM

Proposal from*: *If the bidder is a corporation, write State of Incorporated under signature. If the bidder is a partnership, show the names of all partners Address: COR #: Representative:

Submitted by: (Signature) (Title) (Date) Project: 2016142 Parks Renovation and Expansion

Phase I Bid – Ivy Park: Softball/Baseball fields, Maintenance Shop Building, Pavement, Sidewalks, Retaining walls, & Site Grading, Drainage, and Utilities

Owner: City of Louisville, Mississippi The receipt of the following Addenda to the Contract Documents is hereby acknowledged: Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____ Having carefully examined the Contract Documents entitled Parks Renovation and Expansion, prepared by PryorMorrow PC, as well as the premises and conditions affecting the work, the undersigned proposes to furnish all labor, materials, and services required by the Contract Documents for the work described as follows: Phase I Bid (Softball/Baseball fields, Maintenance Shop Building, Restroom/Pump and Press Box Building, Pavement, Sidewalks, Retaining walls, & Site Grading, Drainage, and Utilities):

Dollars ($ )

Add Alternate A1 (Scoreboards at field 1, 2, 3, and 4):

Dollars ($ )

Add Alternate A2 (Scoreboards at field 5, 6, 7, and 8):

Dollars ($ )

Add Alternate A3 (Softball/Baseball Filed Irrigation at filed 1, 2, 3, and 4):

Dollars ($ )

Page 6: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2017 PryorMorrow PC Proposal Form 00401-2

Add Alternate A4 (Softball/Baseball Filed Irrigation at filed 5, 6, 7, and 8):

Dollars ($ ) Add Alternate A5 (Farmers Market Pavilion #1):

Dollars ($ )

Deduct Alternate A6 (Omit Asphalt base and surface and install 3” of Slag over stone base):

Dollars ($ )

Add Alternate A7 (Maintenance Shed):

Dollars ($ )

Deduct Alternate A8 (Omit all work at field 1, 2, 3, and 4 – No Work This area):

Dollars ($ )

Unit price 1 (a per square feet unit price as an additive or deductive cost associated with the base bid for sidewalk concrete paving):

/per sf. Dollars ($ /per sf.) The OWNER and the CONTRACTOR recognize that time is of the essence in this Agreement and that the OWNER will suffer financial loss if the project is not substantially completed on or before April 28, 2018, plus any extensions thereof by duly authorized Contract Amendments. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration preceding the actual loss suffered by the OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) the Owner will deduct the sum of $500.00 for each calendar day that expires after the time specified above for substantial completion until the Work is substantially complete The Contractor represents that it has (1) examined all available records and data furnished by the Owner and the Architect and has from such examination informed itself fully concerning all surface conditions in connection with the work and the services to be performed hereunder, (2) determined that the site of the work is satisfactory in all respects for the work, and (3) read the Contract Documents and is fully cognizant of and is familiar with all of the terms and conditions thereof.

END OF SECTION

Page 7: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2017 PryorMorrow PC Proposal Form 00402-1

SECTION 00402 PROPOSAL FORM

Proposal from*: *If the bidder is a corporation, write State of Incorporated under signature. If the bidder is a partnership, show the names of all partners Address: COR #: Representative:

Submitted by: (Signature) (Title) (Date) Project: 2016142 Parks Renovation and Expansion

Phase II Bid – Ivy Park: Playground, Splash Pad, and Restroom/Pump and Press Box Building

Owner: City of Louisville, Mississippi The receipt of the following Addenda to the Contract Documents is hereby acknowledged: Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____ Having carefully examined the Contract Documents entitled Parks Renovation and Expansion, prepared by PryorMorrow PC, as well as the premises and conditions affecting the work, the undersigned proposes to furnish all labor, materials, and services required by the Contract Documents for the work described as follows: Phase II Bid (Playground, Splash Pad, and Restroom/Pump and Press Box Building Concrete surface and base):

Dollars ($ )

Add Alternate B1 (Additional Equipment):

Dollars ($ )

Add Alternate B2 (Additional Equipment):

Dollars ($ )

Page 8: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2017 PryorMorrow PC Proposal Form 00402-2

The OWNER and the CONTRACTOR recognize that time is of the essence in this Agreement and that the OWNER will suffer financial loss if the project is not substantially completed on or before April 28, 2018, plus any extensions thereof by duly authorized Contract Amendments. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration preceding the actual loss suffered by the OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) the Owner will deduct the sum of $500.00 for each calendar day that expires after the time specified above for substantial completion until the Work is substantially complete The Contractor represents that it has (1) examined all available records and data furnished by the Owner and the Architect and has from such examination informed itself fully concerning all surface conditions in connection with the work and the services to be performed hereunder, (2) determined that the site of the work is satisfactory in all respects for the work, and (3) read the Contract Documents and is fully cognizant of and is familiar with all of the terms and conditions thereof.

END OF SECTION

Page 9: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2017 PryorMorrow PC Proposal Form 00403-1

SECTION 00403 PROPOSAL FORM

Proposal from*: *If the bidder is a corporation, write State of Incorporated under signature. If the bidder is a partnership, show the names of all partners Address: COR #: Representative:

Submitted by: (Signature) (Title) (Date) Project: 2016142 Parks Renovation and Expansion

Phase III Bid – Ivy Park: Fields and General Site Security Lighting

Owner: City of Louisville, Mississippi

The receipt of the following Addenda to the Contract Documents is hereby acknowledged:

Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____

Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____

Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____

Having carefully examined the Contract Documents entitled Parks Renovation and Expansion, prepared by PryorMorrow PC, as well as the premises and conditions affecting the work, the undersigned proposes to furnish all labor, materials, and services required by the Contract Documents for the work described as follows: Phase III Bid (Fields and General Site Security Lighting):

Dollars ($ )

Deduct Alternate C1 (Omit all work at field 1, 2, 3, and 4 – No Work This area):

Dollars ($ )

The OWNER and the CONTRACTOR recognize that time is of the essence in this Agreement and that the OWNER will suffer financial loss if the project is not substantially completed on or before April 28, 2018, plus any extensions thereof by duly authorized Contract Amendments. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration preceding the actual loss suffered by the OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) the Owner will deduct the sum of $500.00 for each calendar day that expires after the time specified above for substantial completion until the Work is substantially complete

The Contractor represents that it has (1) examined all available records and data furnished by the Owner and the Architect and has from such examination informed itself fully concerning all surface conditions in connection with the work and the services to be performed hereunder, (2) determined that the site of the

Page 10: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2017 PryorMorrow PC Proposal Form 00403-2

work is satisfactory in all respects for the work, and (3) read the Contract Documents and is fully cognizant of and is familiar with all of the terms and conditions thereof.

END OF SECTION

Page 11: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2017 PryorMorrow PC Proposal Form 00404-1

SECTION 00404 PROPOSAL FORM

Proposal from*: *If the bidder is a corporation, write State of Incorporated under signature. If the bidder is a partnership, show the names of all partners Address: COR #: Representative:

Submitted by: (Signature) (Title) (Date) Project: 2016142 Parks Renovation and Expansion

Phase IV Bid – Ivy Park: Existing Metal Building Renovation

Owner: City of Louisville, Mississippi

The receipt of the following Addenda to the Contract Documents is hereby acknowledged:

Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____

Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____

Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____

Having carefully examined the Contract Documents entitled Parks Renovation and Expansion, prepared by PryorMorrow PC, as well as the premises and conditions affecting the work, the undersigned proposes to furnish all labor, materials, and services required by the Contract Documents for the work described as follows: Phase IV Bid (Existing Metal Building Renovation):

Dollars ($ )

The OWNER and the CONTRACTOR recognize that time is of the essence in this Agreement and that the OWNER will suffer financial loss if the project is not substantially on or before April 28, 2018, plus any extensions thereof by duly authorized Contract Amendments. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration preceding the actual loss suffered by the OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) the Owner will deduct the sum of $500.00 for each calendar day that expires after the time specified above for substantial completion until the Work is substantially complete

The Contractor represents that it has (1) examined all available records and data furnished by the Owner and the Architect and has from such examination informed itself fully concerning all surface conditions in connection with the work and the services to be performed hereunder, (2) determined that the site of the work is satisfactory in all respects for the work, and (3) read the Contract Documents and is fully cognizant of and is familiar with all of the terms and conditions thereof.

END OF SECTION

Page 12: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2017 PryorMorrow PC Proposal Form 00405-1

SECTION 00405 PROPOSAL FORM

Proposal from*: *If the bidder is a corporation, write State of Incorporated under signature. If the bidder is a partnership, show the names of all partners Address: COR #: Representative:

Submitted by: (Signature) (Title) (Date) Project: 2016142 Parks Renovation and Expansion

Phase V Bid – Academy Park: Pavement, Sidewalks, and Site Grading and Drainage

Owner: City of Louisville, Mississippi

The receipt of the following Addenda to the Contract Documents is hereby acknowledged:

Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____

Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____

Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____

Having carefully examined the Contract Documents entitled Parks Renovation and Expansion, prepared by PryorMorrow PC, as well as the premises and conditions affecting the work, the undersigned proposes to furnish all labor, materials, and services required by the Contract Documents for the work described as follows: Phase V Bid (Pavement, Sidewalks, and Site Grading and Drainage):

Dollars ($ )

The OWNER and the CONTRACTOR recognize that time is of the essence in this Agreement and that the OWNER will suffer financial loss if the project is not substantially on or before April 28, 2018, plus any extensions thereof by duly authorized Contract Amendments. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration preceding the actual loss suffered by the OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) the Owner will deduct the sum of $500.00 for each calendar day that expires after the time specified above for substantial completion until the Work is substantially complete

The Contractor represents that it has (1) examined all available records and data furnished by the Owner and the Architect and has from such examination informed itself fully concerning all surface conditions in connection with the work and the services to be performed hereunder, (2) determined that the site of the work is satisfactory in all respects for the work, and (3) read the Contract Documents and is fully cognizant of and is familiar with all of the terms and conditions thereof.

END OF SECTION

Page 13: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2017 PryorMorrow PC Proposal Form 00406-1

SECTION 00406 PROPOSAL FORM

Proposal from*: *If the bidder is a corporation, write State of Incorporated under signature. If the bidder is a partnership, show the names of all partners Address: COR #: Representative:

Submitted by: (Signature) (Title) (Date) Project: 2016142 Parks Renovation and Expansion

Phase VI Bid – Academy Park: Filed, Court, and General Site Security Lighting

Owner: City of Louisville, Mississippi

The receipt of the following Addenda to the Contract Documents is hereby acknowledged:

Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____

Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____

Addendum No. ___ Date _________ Pages: ____ Addendum No. ___ Date _________ Pages: ____

Having carefully examined the Contract Documents entitled Parks Renovation and Expansion, prepared by PryorMorrow PC, as well as the premises and conditions affecting the work, the undersigned proposes to furnish all labor, materials, and services required by the Contract Documents for the work described as follows: Phase VI Bid (Filed, Court, and General Site Security Lighting):

Dollars ($ )

The OWNER and the CONTRACTOR recognize that time is of the essence in this Agreement and that the OWNER will suffer financial loss if the project is not substantially on or before April 28, 2018, plus any extensions thereof by duly authorized Contract Amendments. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration preceding the actual loss suffered by the OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) the Owner will deduct the sum of $500.00 for each calendar day that expires after the time specified above for substantial completion until the Work is substantially complete

The Contractor represents that it has (1) examined all available records and data furnished by the Owner and the Architect and has from such examination informed itself fully concerning all surface conditions in connection with the work and the services to be performed hereunder, (2) determined that the site of the work is satisfactory in all respects for the work, and (3) read the Contract Documents and is fully cognizant of and is familiar with all of the terms and conditions thereof.

END OF SECTION

Page 14: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2017 PryorMorrow PC Exterior Electronic Message Center 10435-1

SECTION 10437 EXTERIOR SCOREBOARD SYSTEM

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes:

1. Provide and install one, exterior scoreboard system at each field of Ivy Park.

2. Refer to alternates.

B. Coordinate with Division 16 Electrical and with Phase III Bid work.

1.02 SUBMITTALS

A. Submit manufacturer’s product data and of shop drawings for Architect’s review.

1.03 QUALITY ASSURANCE

A. All products shall conform to UL safety standards. System must have UL listing and UL sticker applied in plain view.

B. Provider and installer of this section shall be the same company.

1. Shall have at least five years of experience in providing and installing quality scoreboards and shall be in the regular business of providing athletic scoreboards.

2. Shall have a fully staffed scoreboard service department located within a 300 mile radius of the Louisville, MS area with full time service technicians trained to support the equipment to be supplied and that service facility shall have been in place for a minimum of 5 years as a scoreboard servicing facility.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Do not deliver to site until area is ready for erection.

B. Pack accessories individually in a manner to protect accessory and its finish.

1.05 WARRANTY

A. All products shall be covered by a one-year installer’s warranty against defective material and workmanship.

B. 10 Year Warranty and Life-Time Service. The Complete system shall be guaranteed against defects in workmanship and materials for ten years on a “factory exchange” basis.

C. Replacement of the unit due to defective material and workmanship shall be at no cost to the owner for the duration of the installer’s warranty.

Page 15: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2017 PryorMorrow PC Exterior Electronic Message Center 10435-2

D. Warranty shall commence at project substantial completion.

PART 2 - PRODUCTS

2.01 MANUFACTURER

A. Exterior Scoreboard system shall be equal to products manufactured by Fair-Play by Trans-lux Corporation.

2.02 SCOREBOARDS

A. Scoreboard equal to FAIR-PLAY Model BA-7109T-2 LED, 9’-0” wide by 6'-0" high, displaying TIME REMAINING or TIME ELAPSED in minutes or seconds for periods up to 9 hours and 59 minutes or less. VISITOR and HOME team scores 0-99, INNING/PERIOD 0-19, by changeable LED numerals. BALL, STRIKE, OUT, H (hit) and E (error). Lit colon indicators on each side of time to indicate minutes or seconds. Provide all necessary vinyl captions and trim for above. Provide reversible caption plate for INNING and PERIOD. Scoreboard cabinet color to be selected from standard colors by the owner.

1. Paint on scoreboard cabinet to be equal to ProGuard UV resistant paint and to include a 10 year warranty against fading, peeling, and cracking.

B. Operator’s console equal to FAIR-PLAY Model MP-80. Controller to operate from context-sensitive software menu system with no slide-in underlays required. A 900 MHz wireless radio shall be built-in for radio operation of scoreboards. Shall include an internal Lithium battery for over 30 hours of battery operation before charging is required. Include charging cable and rigid plastic carrying case.

C. Provide wireless controller system with the following features:

1. Each controller console to be furnished with one transmitter and one flexible antenna.

2. Each scoreboard to be furnished with one receiver and one flexible antenna.

3. System shall allow synchronized operation of two or more scoreboards from one controller or independent operation of up to 13 scoreboards from independent controllers all closely located.

4. System shall utilize Spread Spectrum Technology redundantly transmitting the same data at least 16 times per second.

5. System shall “hop” channels using 25 different frequencies at a rate of 10 per second.

6. System shall refresh the scoreboard with new data no less than 10 times per second for smooth and accurate operation of game clocks, including 1/10 second timing.

Page 16: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2017 PryorMorrow PC Exterior Electronic Message Center 10435-3

7. System shall have 14 channels allowing wireless operation of adjacent scoreboard systems.

8. System shall have a minimum transmission range of 300 feet indoors and 1000 feet outdoors.

9. System shall allow unlimited scoreboards to be operated from one controller console.

10. System shall be FCC certified.

11. Transmitter and receiver shall be built into the controller and scoreboard and shall not require additional mounting provisions or special placement.

D. Display digits and indicators shall be made up of 2.3 inch by 2.3 inch circuit card mounted pixels. Each pixel shall be individually replaceable and contain nine LED’s. LED’s shall be amber in color. Digit height shall be 15 inches for Team Scores and Inning. Ball, Strike, Out, Hit and Error indicators shall each consist of one pixel in a 3 inch spot.

1. Pixels shall be environmentally sealed with a Dow-Corning potting mixture to protect the electronics from moisture. A neoprene gasket shall seal each circuit card to the cabinet, preventing moisture from entering the cabinet.

2. Digits shall consist of the following number of pixels: 15 inch, 13 pixels. Each Ball, Strike, Out, Hit and Error indicator shall consist of 1 pixel.

3. LED’s shall be rated for 120˚ horizontal viewing angle and shall be designed with maximum contrast with black background surrounding LED pixels.

E. Scoreboard enclosure shall be all aluminum alloy with a 0.050" metal thickness on the front and sides. Raised vinyl trim to border the entire cabinet and to separate information sections. All electronic components shall be serviced from the front of the cabinet. Choice of standard or special manufacturer's colors to be available.

F. Electronics shall be packaged in a low voltage plug-in processor mounted inside the scoreboard cabinet accessible from the cabinet front.

G. Scoreboard cabinet shall be all aluminum with a .050 metal thickness on front sides. All service from front of cabinet with no tools required for access. Choice of standard manufacturer’s colors available.

H. Furnish an assortment of replacement parts and fuses.

I. Power required: Scoreboard (Each): 117 watts maximum; 120VAC three wire 60 Hz single phase; and 120VAC at controller location.

J. Scoreboard system shall be listed as approved for electrical safety by ETL Testing Laboratories.

Page 17: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2017 PryorMorrow PC Exterior Electronic Message Center 10435-4

2.03 SIGNS

A. Field Identification panels, 5'-8" wide x 20" high each, mounted securely to face of scoreboard next to timer section. Sign construction to be baked-finish white aluminum. Provide computer-cut adhesive high performance sign vinyl with facility’s logo and field number, as required. Must provide accurate approval drawing to Owner before delivery.

B. Sponsor Signs, 9'-0" wide x 20" high each, mounted securely to bottom of scoreboard. Sign construction to be baked-finish white aluminum with sturdy internal support ribs and sides. Provide computer-cut adhesive high performance sign vinyl with facility’s lettering, as required. Must provide accurate approval drawing to Owner before delivery.

2.04 MATERIALS

PART 3 - EXECUTION

3.01 PREPARATION

A. Before starting work, notify Architect of any conflicts detrimental to installation or operation.

3.02 INSTALLATION

A. Install plumb and level, securely anchored.

B. Completely install all scoreboard equipment and signs. New supporting structures shall be properly designed to withstand high wind load pressures using I-beams in deep sturdy concrete footings. Scoreboard and signs shall be mounted with a minimum of 10’ ground clearance. Minimum requirements:

1. Support columns shall be two W8 x 10 Grade 50 wide-flanged I-beams or equivalent (per scoreboard).

2. Concrete footings shall be two 24” diameter by 5’ deep with support columns embedded in footing with 3500 psi concrete (per scoreboard).

C. Support columns to be sandblasted, primed and painted black prior to installing in footings.

D. All equipment shall be fully tested and demonstrated to owner.

3.03 PROTECTION

A. Protect adjacent or adjoining finished surfaces and work from damages during installation of work.

END OF SECTION

Page 18: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2007 PryorMorrow PC Prefabricated Shelter Cover Systems 10535-1

SECTION 10535 PREFABRICATED SHELTER COVER SYSTEMS

PART 1 - GENERAL

1.01 WORK INCLUDED

A. Provide and install prefabricated aluminum shelter cover system.

1.02 QUALITY ASSURANCE

A. Furnish a one year, no leaks, warranty.

B. Furnish shop drawings. Show sections of all details, column spacings, and product literature.

C. The cover and all of its components shall be designed to resist the following loads:

1. Live load of 20 psf minimum.

2. Extreme wind loading in accordance with 2012 IBC.

D. Deflection under full live loading shall be limited to the following values:

1. Cold formed shapes: L/60

2. Extruded shapes: L/120

PART 2 - PRODUCTS

2.01 MANUFACTURERS

A. Poligon or equal

1. Shelters shall be bolt-together steel frames.

2. No field welding.

3. Each shelter shall be a knocked-down prefabricated kit and shall include the structural frame, roof deck, fasteners, and trim.

2.02 PREFINISHED METAL ROOF

A. Equal to Multi-Rib Rood Deck by Poligon. 36” wide, 24 ga.

1. Attached with paint-match gasketed fasteners.

B. Kynar 500 finish, color as selected by Owner.

C. Underside shall be off white wash coat primer.

Page 19: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided

2016142 Capital Improvement Projects

Parks Renovation and Expansion Louisville, Mississippi

© 2007 PryorMorrow PC Prefabricated Shelter Cover Systems 10535-2

D. All trim shall be 24 ga. in color to match roof.

E. Clips shall be stainless steel.

2.03 STRUCTURE:

A. Roof beams shall meet ASTM Specification A-653 Grade 50, 50.000 psi yield. Galvanizing shall meet ASTM specification A-924. G-90 Class. Design and size by Manufacturer.

B. Columns shall be square tubes meeting ASTM specifications A500. Grade B. Columns shall be hot-dip galvanized after fabrication with a minimum zinc coating of 2 ounces per square foot. Design and size by Manufacturer.

C. Columns shall have a fixed based plate anchored to concrete foundation on a non-shrink grout base with anchor bolts. Foundation shall be design and size by Manufacturer

2.04 FLASHINGS/WALLS

A. Continuous break metal to match roofing.

PART 3 - INSTALLATION

3.01 ERECTION

A. Strictly comply with manufacturer's shop drawings and standard procedures. Sealants shall match finish color of metal.

B. Tolerances

1. Plumbness: Columns, no more than 1/2"

2. Straightness: Columns, no more than 1/2"

3. Width: No deviation greater than 1/2"

4. Connections: No more than 1/16" out of square.

C. Fasteners: Non-corroding, gasketed.

3.02 INSPECTION

A. Inspect finished installation, touch-up scratches and damaged finishes, replace bent and warped components.

END OF SECTION

Page 20: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided
Page 21: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided
Page 22: ADDENDUM No. 1 · required at field 1, 2, 3, and 4. Refer to AD1.1 for extend of area. Item No. 15. Refer to Section 01580 Project Identification – Project sign shall be provided