3 - addmfmt for construction projects

14
CONSTRUCTION OF NEW MUNICPAL SOFTBALL PARK REBID PROJECT NO.: 08-18-C28-608 BID OPENING DATE: AUGUST 6, 2018 at 4:00 PM A D D E N D U M N O. 2 Prospective bidders are advised that for purposes of this project, all original bid requirements and Addendum No. 2 requirements as expressed herein shall be considered part of the bid package. As such, bidders are advised to recognize and comply with all aspects of this bid. Please see attached items as noted by project engineer CONTRACTOR IS TO ACKNOWLEDGE ALL ADDENDUMS ON ORIGINAL BID PROPOSAL FORM Signature, Acknowledge Add. #2 Date Company Name (Print/Type Name) August 2, 2018 Gerardo Noriega, CTPM Date Director of Purchasing & Contracting / All Addenda issued in respect to this project shall be considered official changes to the original bidding documents. It shall be the Respondent(s) responsibility to ensure that all Addenda have been received. Furthermore, respondents are advised that they must recognize, comply with, and recognize all Addendums on bid proposal form. Respondent(s) signature on bid form shall be interpreted as the bidder’s “recognition and compliance to” official changes as outlined by the City of McAllen and as such are made part of the original solicitation/bidding documents.

Upload: others

Post on 09-Apr-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS

CONSTRUCTION OF NEW MUNICPAL SOFTBALL PARK REBID

PROJECT NO.: 08-18-C28-608 BID OPENING DATE: AUGUST 6, 2018 at 4:00 PM

A D D E N D U M N O. 2

Prospective bidders are advised that for purposes of this project, all original bid requirements and Addendum No. 2 requirements as expressed herein shall be considered part of the bid package. As such, bidders are advised to recognize and comply with all aspects of this bid. Please see attached items as noted by project engineer CONTRACTOR IS TO ACKNOWLEDGE ALL ADDENDUMS ON ORIGINAL BID PROPOSAL FORM Signature, Acknowledge Add. #2 Date Company Name (Print/Type Name)

August 2, 2018 Gerardo Noriega, CTPM Date Director of Purchasing & Contracting / All Addenda issued in respect to this project shall be considered official changes to the original bidding documents. It shall be the Respondent(s) responsibility to ensure that all Addenda have been received. Furthermore, respondents are advised that they must recognize, comply with, and recognize all Addendums on bid proposal form. Respondent(s) signature on bid form shall be interpreted as the bidder’s “recognition and compliance to” official changes as outlined by the City of McAllen and as such are made part of the original solicitation/bidding documents.

Page 2: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS

Page 1 of 3

AUGUST 02, 2018 AVO 33348.001 ADDENDUM No. 2 SOFTBALL FIELD FACILITIES MUNICIPAL PARK McALLEN, TEXAS This Addendum shall be considered part of the Construction Documents and is issued to change, amplify, add to, delete from, or otherwise explain the plans and specifications. Where provisions of this Addendum differ from those of the original Construction Documents, this Addendum shall take precedence over the original plans and specifications and shall govern. CLARIFICATIONS

1. Revision to Clarification 1 of Addendum No 1: a. As part of the base bid, the existing scoreboards on Fields 1 and 3 are to be utilized. The

base bid also includes the relocation of the scoreboard on Field 2 to the location as shown on Sheet L4.03. The scoreboards on Fields 4, 5 and 6 are also in the base bid. Alternate #4 is to furnish and install new scoreboards for Fields 1, 2 and 3.

2. Revision to Clarification 2 of Addendum No 1: a. Existing scorekeeper’s table on Field 1, Field 2 and Field 3 are to be removed by

Others/City. New scorekeeper’s table and overhead to be furnished and installed by contractor. Refer to Detail 2, Sheet L4.06.

3. Trench drains clarifications: a. BASE BID: Sheet C3.01 Issued on 7-11-2018: Trench drains along the fence line at New

Fields 4, 5 & 6 will be included in base bid. Sheet C3.02 Issued on 7-11-2018: No trench drains along the fence line at New Fields 1, 2, & 3.

b. ALTERNATE #5: Sheet C3.02 Issued on 7-26-2018: Trench drains along the fence line at New Fields 1, 2 & 3 is to be included in Alternate #5.

4. Cover Material and finish for all warm-air dryers of the restroom shall be stainless steel. Refer to enclosed revised Toilet, Bath, and Laundry Accessories specification Section 102800.

QUESTIONS

1. Bidder Question (7/26/2018): a. Question: On sheet A2.1 door schedule doesn’t show overhead coiling counter doors.

Missing size on coiling doors. b. Answer: Concession counter roll-up doors shall be or equal to: Overhead Door Corp.-

Roll Up Counter Door: Model 651 Stainless Steel, Face of Wall Mounted Clear opening = 4’-0” width x 4’-0” height.

2. Bidder Question (7/30/2018): a. Question: Per Addendum #1, the added cupola is it to be priced separately (as an

alternate, or just listed separately, or included in the base price). b. Answer: As per Addendum #1, the added cupola will be priced within the base bid.

3. Bidder Question (7/31/2018): a. Question: RFI Louvers (Attached RFI)

Page 3: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS

Page 2 of 3

b. Answer: RUSKIN Co.: EME520MD – 5” Miami Dade Louver with Double Drainable Blades, 47% Free Area, 1,250 fpm Water Penetration. Offers both Wind Driven Rain and Impact-Resistance. Delete the following: Thinline PTAC decorative louver w/ non-drainable blades, Blank Off Panels, Security Bars, Multiple Sill Extensions Provide: Insect Screens (Aluminum: 18-16 mesh, mill finish, .011 inch wire, alum. frame) Louver Finish: 2 Coat - 70% PVDF painted finish (Color to be selected by City of McAllen) Refer to enclosed answer from BSG Architects

4. Bidder Question (8/1/2018): a. Question: Top rail for the baseball fields it is showing a 2 3/8”….There is no rail

ends or loop caps for that rail. Do you want it welded to the line post or can we install 1 5/8” top rail which is the normal way to install a fence?

b. Answer: All top rails for field fences shall be 1 5/8” in diameter with rail end cup to match. Poly-Cap is to remain 4½” in diameter. Refer to attached revised Sheet L4.01.

5. Bidder Question (8/2/2018): a. Question: Can you please clarify if the base bid includes the new scoreboards for

Fields 1, 2 and 3 and if the alternate includes Fields 4, 5 and 6. b. Answer: Clarification 1 on Addendum No 1 is incorrect, refer to Clarification 1 on

current Addendum above. TECHNICAL SPECIFICATIONS

1. Specification 102800 Toilet, Bath, and Laundry Accessories, revised warm-air dryer cover material to be stainless steel.

PLAN SHEETS

1. Civil: Sheet C0.04 Coordination with AEP for the relocation of the existing light pole located at the south entrance is to be included in base bid. AEP will provide relocation services. Existing curb and gutter/pavement at both north and south entrances are to be sawcut, replaced and regarded as needed by contractor. This work needs to be included in base bid. Existing outfield fences for Existing Baseball Field 2 & 4 (as labeled on sheet C0.04) will remain in place and be utilized for the proposed softball fields’ outfield fencing.

2. Landscape: Sheet: L4.01 Revised top rails on all softball outfield fence details to be 1 5/8” in diameter. Revised Details 4, 5 and 6.

Page 4: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS

Page 3 of 3

Sub-bidders are hereby notified that this addendum shall be incorporated in their proposals, and it shall be construed that sub-bidders’ proposals shall reflect with full knowledge, all items, changes and modifications to the Contract Documents herein specified. NOTE: This form must be filled out completely (see section below) and submitted with your Bid Proposal. WARNING: Failure of an Offeror to acknowledge receipt of this Addendum, as described herein, may result in REJECTION OF THE OFFER. ACKNOWLEDGE RECEIPT OF ADDENDUM NO.2 OFFEROR AUTHORIZED SIGNATURE OFFEROR PRINTED NAME COMPANY NAME

acarmona
Typewritten Text
Michael C. Montalvo
acarmona
Typewritten Text
acarmona
Typewritten Text
Holchemont, Ltd.
acarmona
Typewritten Text
acarmona
Typewritten Text
acarmona
Typewritten Text
Page 5: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS

AUSTIN 11525 Stonehollow Drive, Suite 150 Austin, TX 78758 P: (512) 452-2500 F: (512) 452-3794

Texas Air Products, Ltd.

SAN ANTONIO 11122 Gordon Road San Antonio, TX 78216 P: (210) 495-8100 F: (210) 495-8200

Serving South-Central Texas Since 1983

WESLACO 406 S. Nebraska, Suite B Weslaco, TX 78596 P: (956) 447-2500 F: (956) 447-2300

www.txap.com 09/2011

REQUEST FOR INFORMATION MEMO Date: 7/31/2018 Attn: Gerardo Noriega Email: [email protected] Bid date: 8/6/18

PROJECT: McAllen Softball Field Facilities

______________________________________________________________________

PRODUCT: Louvers There are discrepancies within the louver spec. The spec notes the louvers are “Thinline PTAC” decorative louvers with non-drainable blades; however, the basis of design model listed, ELF6375DX, is a standard 6” drainable louver. Additionally, the accessories noted on page 6 list blank off panels, security grilles, and multiple extended sill and louver finish types. Please clarify what type louver and what type accessories and finishes are required for these louvers. S1.00 notes the wind speed is 138 mph. We offer the following recommendations for an area with increased wind load.

ELF6375DX - 6” Standard Drainable Louver, 57% Free Area, 1,023 fpm Water Penetration. Not impact or Wind-Driven Rain Resistant.

ELF6375DFL – 6” Drainable Louver, Florida Approved for 50PSF Windload, 57% Free Area, 1,023 fpm Water Penetration. Not Impact or Wind-Driven Rain Resistant.

ELF6375DXD – 6” Drainable Miami Dade Louver, 57% Free Area, 1,023 fpm water penetration, +/-148 PSF Windload. Impact-Resistant.

EME520MD – 5” Miami Dade Louver with Double Drainable Blades, 47% Free Area, 1,250 fpm Water Penetration. Offers both Wind Driven Rain and Impact-Resistance.

Please let me know if you would like any data sheets for these proposed louver models. Thank you for your assistance, Rebecca Wilbanks Texas Air Products [email protected]

Delete the following: Thinline PTAC decorative louver w/ non-drainable blades, Blank Off Panels, Security Bars, Multiple Sill Extensions Provide: Insect Screens (Aluminum: 18-16 mesh, mill finish, .011 inch wire, alum. frame) Louver Finish: 2 Coat - 70% PVDF painted finish

Page 6: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS

TOILET, BATH, & LAUNDRY ACCESSORIES 102800 - 1

SECTION 102800

TOILET, BATH, AND LAUNDRY ACCESSORIES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Public-use washroom accessories. 2. Private-use bathroom accessories. 3. Warm-air dryers. 4. Childcare accessories. 5. Underlavatory guards. 6. Custodial accessories.

1.3 COORDINATION

A. Coordinate accessory locations with other work to prevent interference with clearances required for access by people with disabilities, and for proper installation, adjustment, operation, cleaning, and servicing of accessories.

B. Deliver inserts and anchoring devices set into concrete or masonry as required to prevent delaying the Work.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product.

1. Include construction details, materials description, dimensions of individual components and profiles, and finishes.

2. Include anchoring and mounting requirements, including requirements for cutouts in other work and substrate preparation.

3. Include electrical characteristics.

B. Samples: Full size, for each exposed product and for each finish specified.

1. Approved full-size samples will be returned and may be used in the Work.

Page 7: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS

Softball Field Facilities Municipal Park    McAllen, Texas

TOILET, BATH, & LAUNDRY ACCESSORIES 102800 - 2 Addendum No 2

C. Product Schedule: Indicating types, quantities, sizes, and installation locations by room of each accessory required.

1. Identify locations using room designations indicated. 2. Identify accessories using designations indicated.

1.5 INFORMATIONAL SUBMITTALS

A. Sample Warranty: For manufacturer’s special warranty.

1.6 CLOSEOUT SUBMITTALS

A. Maintenance Data: For accessories to include in maintenance manuals.

1.7 WARRANTY

A. Manufacturer's Special Warranty for Mirrors: Manufacturer agrees to repair or replace mirrors that fail in materials or workmanship within specified warranty period.

1. Failures include, but are not limited to, visible silver spoilage defects.

2. Warranty Period: 15 years from Date of Substantial Completion.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. Electrical Components, Devices and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

2.2 PUBLIC-USE WASHROOM ACCESSORIES

A. Source Limitations: Obtain public-use washroom accessories from single source from single manufacturer

B. Toilet Tissue (Jumbo-Roll) Dispenser (TP):

1. Manufacturers: Subject to compliance requirements, provide products by one of the following available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Specialties, Inc. b. Bobrick Washroom Equipment, Inc. c. Bradley Corporation

Page 8: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS

Softball Field Facilities Municipal Park    McAllen, Texas

TOILET, BATH, & LAUNDRY ACCESSORIES 102800 - 3 Addendum No 2

2. Description: Two-roll unit with sliding panel to expose another roll. 3. Mounting: Surface mounted 4. Capacity: 9 or 10-inch diameter rolls. 5. Material and Finish: Stainless steel, No. 4 finish (satin). 6. Lockset: Tumbler Type 7. Refill Indicator: Pierced slots at front.

C. Liquid-Soap Dispenser (SD):

1. Manufacturers: Subject to compliance requirements, provide products by the following available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. AJW Architectural Products b. American Specialties, Inc.; Model #9343 c. Bobrick Washroom Equipment, Inc. d. Bradley Corporation

2. Description: Designed for dispensing antibacterial soap in liquid or lotion form. 3. Mounting: Horizontally oriented, surface mounted. 4. Capacity 48 fluid oz. 5. Materials: Plastic valve body & push button and stainless steel (type 304)

reservoir. 6. Lockset: Tumbler type. 7. Refill Indicator: Window type.

D. Grab Bar:

1. Manufacturers: Subject to compliance requirements, provide products by the following available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Specialties, Inc. b. Bobrick Washroom Equipment, Inc. c. Bradley Corporation

2. Mounting: Flanges with concealed fasteners. 3. Material: Stainless steel, 0.05 inch (1.3 mm) thick.

a. Finish: Smooth, No. 4 finish (satin) on ends and slip-resistant texture in grip area.

4. Outside Diameter: 1-1/2 inches (38 mm). 5. Configuration and Length: As indicated on Drawings.

E. Mirror Unit:

Page 9: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS

Softball Field Facilities Municipal Park    McAllen, Texas

TOILET, BATH, & LAUNDRY ACCESSORIES 102800 - 4 Addendum No 2

1. Manufacturers: Subject to compliance requirements, provide products by the following available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. AJW Architectural Products b. American Specialties, Inc.; Model #9343 c. Bobrick Washroom Equipment, Inc. d. Bradley Corporation

2. Frame: Stainless-steel channel.

a. Corners: Welded and ground smooth. 3. Hangers: Produce rigid, tamper- and theft-resistant installation, using method

indicated below. a. Wall bracket of galvanized steel, equipped with concealed locking devices

requiring a special tool to remove.

4. Size: As indicated on Drawings.

2.3 WARM-AIR DRYERS

A. Source Limitations: Obtain warm-air dryers from single source from single manufacturer.

B. Warm-Air Dryer

1. Manufacturers: Subject to compliance requirements, provide products by the following available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

a. American Dryer, Inc. b. American Specialties, Inc. c. Bobrick Washroom Equipment, Inc. d. Bradley Corporation. e. Sloan Valley Company f. World Dryer Corporation

2. Description: Standard-speed, warm-air hand dryer. 3. Mounting: Surface mounted, with low-profile design. 4. Operation: Electronic-sensor activated with timed power cut-off switch.

a. Operation Time: 30 to 40 seconds

5. Cover Material and Finish: Stainless Steel. 6. Electrical Requirements: As indicated in drawings.

Page 10: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS

Softball Field Facilities Municipal Park    McAllen, Texas

TOILET, BATH, & LAUNDRY ACCESSORIES 102800 - 5 Addendum No 2

2.4 CHILDCARE ACCESSORIES

A. Source Limitations: Obtain childcare accessories from single source from single manufacturer.

B. Diaper-Changing Station:

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

a. American Specialties, Inc. b. Diaper Deck & Company, Inc. c. Foundations Children’s Products d. GAMCO Specialty Accessories; a division of Bobrick. e. Koala Kare Products f. SafeStrap Company, Inc. (SSC, Inc.)

2. Description: Horizontal unit that opens by folding down from stored position and with child-protection strap. a. Engineered to support minimum of 250-lb static load when opened.

3. Mounting: Surface mounted, with unit projecting not more than 4 inches from wall when closed.

4. Operation: By pneumatic shock-absorbing mechanism. 5. Material and Finish: HDPE in manufacturer's standard color. 6. Liner Dispenser: Built in.

2.5 UNDERLAVATORY GUARDS

A. Underlavatory Guard: 1. Manufacturers: Subject to compliance with requirements, provide products by the

following available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Plumberex Specialty Products, Inc. b. Truebro by IPS Corporation.

2. Description: Insulating pipe covering for supply and drain piping assemblies that prevent direct contact with and burns from piping; allow service access without removing coverings.

3. Material and Finish: Antimicrobial, molded plastic, white.

2.6 CUSTODIAL ACCESSORIES

A. Source Limitations: Obtain childcare accessories from single source from single manufacturer

B. Mop and Broom Holder:

Page 11: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS

Softball Field Facilities Municipal Park    McAllen, Texas

TOILET, BATH, & LAUNDRY ACCESSORIES 102800 - 6 Addendum No 2

1. Manufacturers: Subject to compliance with requirements, provide products by the following available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. AJW Architectural Products. b. American Specialties, Inc. c. Bobrick Washroom Equipment, Inc. d. Bradley Corporation.

2. Description: Unit with shelf, hooks, holders, and rod suspended beneath shelf. 3. Length: 36 inches . 4. Hooks: Four. 5. Mop/Broom Holders: three, spring-loaded, rubber hat, cam type. 6. Material and Finish: Stainless steel, No. 4 finish (satin).

a. Shelf: Not less than nominal 0.05-inch- (1.3-mm-) thick stainless steel. b. Rod: Approximately 1/4-inch- (6-mm-) diameter stainless steel.

2.7 MATERIALS

A. Stainless Steel: ASTM A 666, Type 304, 0.031-inch (0.8-mm) minimum nominal thickness unless otherwise indicated.

B. Brass: ASTM B 19, flat products; ASTM B 16/B 16M, rods, shapes, forgings, and flat products with finished edges; or ASTM B 30, castings.

C. Steel Sheet: ASTM A 1008/A 1008M, Designation CS (cold rolled, commercial steel), 0.036-inch (0.9-mm) minimum nominal thickness.

D. Galvanized-Steel Sheet: ASTM A 653/A 653M, with G60 (Z180) hot-dip zinc coating.

E. Galvanized-Steel Mounting Devices: ASTM A 153/A 153M, hot-dip galvanized after fabrication.

F. Fasteners: Screws, bolts, and other devices of same material as accessory unit and tamper-and-theft resistant where exposed, and of galvanized steel where concealed.

G. Chrome Plating: ASTM B 456, Service Condition Number SC 2 (moderate service).

H. Mirrors: ASTM C 1503, Mirror Glazing Quality, clear-glass mirrors, nominal 6.0 mm thick.

2.8 FABRICATION

A. General: Fabricate units with tight seams and joints, and exposed edges rolled. Hang doors and access panels with full-length, continuous hinges. Equip units for concealed anchorage and with corrosion-resistant backing plates.

Page 12: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS

Softball Field Facilities Municipal Park    McAllen, Texas

TOILET, BATH, & LAUNDRY ACCESSORIES 102800 - 7 Addendum No 2

B. Keys: Provide universal keys for internal access to accessories for servicing and resupplying. Provide minimum of six keys to Owner's representative.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Install accessories according to manufacturers' written instructions, using fasteners appropriate to substrate indicated and recommended by unit manufacturer. Install units level, plumb, and firmly anchored in locations and at heights indicated.

B. Grab Bars: Install to withstand a downward load of at least 250 lbf (1112 N), when tested according to ASTM F 446.

3.2 ADJUSTING AND CLEANING

A. Adjust accessories for unencumbered, smooth operation. Replace damaged or defective items.

B. Remove temporary labels and protective coatings.

C. Clean and polish exposed surfaces according to manufacturer's written instructions.

END OF SECTION

Page 13: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS

N

CIT

Y O

F M

cA

LLE

N

Sheet Number

Sheet Title

Checked By:

Drawn By:

Project No.:

Issued:

No.

Date

Description

Revisio

n

Scale:

MA

NN-2

347

MC

A...\

HA

LFF_

MO

N_P

EN

TA

BLE.T

BL

PD

F_2

D_

MO

N_

MW

_C

R_300.plt

Desig

n

I:\3

3000s\3

3348\0

01\C

AD

D\S

heets\C

0.0

4-D

P-3

3348.d

gn

HA

LFF

ah2961

3:3

2:1

4 P

M8/2/2

018

MU

NICIP

AL P

AR

KS

OF

TB

ALL FIE

LD F

ACILITIE

S

Mc

ALLE

N, T

EX

AS

33348.001

FC

RM

AS NOTED

TB

PE FIR

M #

F-3

12

FA

X (956) 664-0

282

TE

L (956) 664-0

286

Mc

ALLE

N, T

X 7

8503

5000 W

ES

T M

ILIT

AR

Y H

WY, S

UIT

E 1

00

July 2018

1007550250

SCALE 1"=100' (11 X 17)SCALE: 1"=50' (22 X 34)

TBM #1

TBM #2

(NAD83)

E= 1070579.89

N= 16606328.72

ELEVATION= 115.80 (NAVD88)

N. BICENTENNIAL BLVD.

CORNER OF TAMARACK AVENUE AND

SET ON CURB INLET AT THE SOUTHWEST

(NAD83)

E= 1070065.94

N= 16605622.31

ELEVATION= 115.16 (NAVD88)

AND N. BICENTENNIAL BLVD.

THE INTERSECTION OF QUINCE ST.

LOT LIMITS , APPROXIMATELY 450' WEST OF

SET ON CURB INLET WITHIN PARK'S PARKING

TBM #1

TBM #2

(NAD83)

E= 1070579.89

N= 16606328.72

ELEVATION= 115.80 (NAVD88)

N. BICENTENNIAL BLVD.

CORNER OF TAMARACK AVENUE AND

SET ON CURB INLET AT THE SOUTHWEST

(NAD83)

E= 1070065.94

N= 16605622.31

ELEVATION= 115.16 (NAVD88)

AND N. BICENTENNIAL BLVD.

THE INTERSECTION OF QUINCE ST.

LOT LIMITS , APPROXIMATELY 450' WEST OF

SET ON CURB INLET WITHIN PARK'S PARKING

TBM #1

TBM #2

(NAD83)

E= 1070579.89

N= 16606328.72

ELEVATION= 115.80 (NAVD88)

N. BICENTENNIAL BLVD.

CORNER OF TAMARACK AVENUE AND

SET ON CURB INLET AT THE SOUTHWEST

(NAD83)

E= 1070065.94

N= 16605622.31

ELEVATION= 115.16 (NAVD88)

AND N. BICENTENNIAL BLVD.

THE INTERSECTION OF QUINCE ST.

LOT LIMITS , APPROXIMATELY 450' WEST OF

SET ON CURB INLET WITHIN PARK'S PARKING

TBM #1

TBM #2

(NAD83)

E= 1070579.89

N= 16606328.72

ELEVATION= 115.80 (NAVD88)

N. BICENTENNIAL BLVD.

CORNER OF TAMARACK AVENUE AND

SET ON CURB INLET AT THE SOUTHWEST

(NAD83)

E= 1070065.94

N= 16605622.31

ELEVATION= 115.16 (NAVD88)

AND N. BICENTENNIAL BLVD.

THE INTERSECTION OF QUINCE ST.

LOT LIMITS , APPROXIMATELY 450' WEST OF

SET ON CURB INLET WITHIN PARK'S PARKING

BENCHMARKS PROVIDED BY CITY OF McALLEN

PP

GM

CV

SS

LP.

V

VV

V

V

V

SPSP

SP SP SP SP

SP

SP

SP

SPSP

SP

SP

SP

SP

SP

SP

SPSP SP

SPSP

SP

SP

SP

SP

SP

SP

SP

VV

V

SP

SP

SP

SP

SP

V

V

VV

VV

V

V

VVV

SP

V

V

VV

V

V

V

WMWM

WVWVWV

WVWV

VV

V

LP

LP

V

V

V

V

V

LP

LP

V

VV

V

V

V VV

V

V

V

VV

V

V

V

V

V

LP

SP

VV

VV

LPPP LP

LP

LP

V

EE

E

E

SP

VV

WV

FIBER OPTIC

MARKER POST

DYH

DYHLP

LP

LP

LP

V

VV

V V

V

LP

LP

VV

LP

LP

SP

V

LP

SS

LP.

V

V

V

V

V

LP

LP

V

SS

LP

EB

EB

EB

EBLP

LP

LP

LP

LP

VV

V

VV

V

VV

SP

V

VVV

RESTROOM

TAMARACK AVE.

CONC

LP

LP

BASEBALL FIELD 1BASEBALL FIELD 1BASEBALL FIELD 1BASEBALL FIELD 1

BLE

AC

HE

RS

BASEBALL FIELD 1

TAMARACK AVENUETAMARACK AVENUE( 60' R.O.W. )

SCOREBOARD

BASEBALL FIELD 4

SANITARY SEWER MANHOLETOP= 117.33INV.=

SCOREBOARD

SCOREBOARD

WIT

H C

AN

OP

Y

BLE

AC

HE

RS

WIT

H C

AN

OP

Y

BASEBALL FIELD 2

SCOREBOARD

BLEACHERS

WITH CANOPY

WITH CANOPY

BLEACHERS

BLEACHERS

WITH CANOPY

WITH CANOPY

BLEACHERS

WIT

H C

AN

OP

Y

BLE

AC

HE

RS

BLE

AC

HE

RS

WIT

H C

AN

OP

Y

BASEBALL FIELD 3

SCOREBOARD

COVEREDPAVILLION

SANITARY SEWER MANHOLETOP= 116.92

FL.= 106.92 N/S FL.= 111.32 E

PICNICPICNIC

TABLES(CONCRETE)

IRON FENCEWROUGHT

IRON FENCEWROUGHTIRON FENCE

ASPHALT PARKING LOT

CURB AND GUTTER

CURB AND GUTTER CURB AND GUTTER

CURB AND GUTTER

IRON FENCEIRON FENCE

WROUGHT

BE

NC

H

BENCH

4' SIDEWALK

PLAYGROUND

4' SIDEWALK

4' SID

EW

AL

K

IRON FENCE

WROUGHT

PICNICPICNIC

TABLES(CONCRETE)

BE

NC

HB

EN

CH

BE

NC

H

PLAYGROUND

4' SIDEWALK

4' SIDEWALK

ASPHALT PARKING LOT

VALLEY GUTTER

IRON FENCEWROUGHT

IRON FENCE

WROUGHTWROUGHT

ASPHALT PARKING LOT

VALLEY GUTTER

IRON FENCE

WROUGHT

IRON FENCE

WROUGHTWROUGHT

CURB AND G

UTTERCURB A

ND GUTTER

FL. = 111.17

TOP = 115.17STORM INLET

ASPHALT PARKING LOT

WROUGHTIRON FENCE

IRON FENCEWROUGHT

GRATE

STORMINLET

TOP= 114.00

FL.= 111.20

CHAINLINK FENCE

FIBER OPTIC

MARKER POST

FIBER OPTIC

WR

OU

GH

T I

RO

N F

EN

CE

WR

OU

GH

T I

RO

N F

EN

CE

WROUGHT IRON FENCE

WATER TOWER

SITE

WR

OU

GH

T I

RO

N F

EN

CE

WROUGHT IRON FENCE

SANITARY SEWER MANHOLETOP= 117.82

FL.= 112.82

TABLES

PICNIC

(CONCRETE)

WR

OU

GH

T I

RO

N F

EN

CE

WR

OU

GH

T I

RO

N F

EN

CE

BENCH BENCH

TRANSFORMER

ELECTRICALELECTRICAL

ELECTRICALAREA

TRAFFIC

SIGNAL BOX

POLEPOLECAMERA

POLESERVICE

QUINCE AVENUE( 60' R.O.W. )

GRATE

STORMSTORMINLET

TOP= 114.55

FL.= 112.20

ELECTRICAL

BOXBOX

FLAG

POLE

ELECTRICAL

BOX

ELECTRICAL

BOX

PP

PP

114.5

114.5

114.5

114.51

14.5

114.5

114.5

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.011

5.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.0

115.5

115.5

115.5

115.5

115.5

115.5

115.5 115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

115.5

116.0

116.0

116.0

116.0

116.0

116.0

116.0

116.0

116.

0

116.0

116.0116.0

116.0

116.0

116.0

116.0

116.0

116.0

116.0

116.0

116.0

116.0

116.0

116.0

116.0

116.0 116.0

116.0

116.0

116.0

116.0

116.0116.0

116.0

116.0

116.0

116.0

116.0116.0

116.0

116.0 116

.0

116.0

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.

5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5116.5

116.5

116.5116.5

116.5116.5116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

116.5

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.0117.0

117.0

117.0

117.0

117.0

117.0

117.0

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

117.5

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.0

118.5

118.5

118.5

118.5

118.5

118.5

118.5

118.5

118.5

118.5

118.5

118.5

118.5

118.5

118.5

118.5

119.0

119.0

119.0

119.0

119.0

119.0

119.0

119.0

DYH

x x

D

x x

1

2

2

2

2

2

2

C0.04

LEGEND

LIGHT POLE

MANHOLE DRAIN

WATER METER

ELECTRICAL BOX

DOWN GUY

SPRINKLER

INLET

TRAFFIC SIGN

ALAMO TREE

TRAFFIC SIGNAL BOX

WATER VALVE

POWER POLE

CONTROL VALVE

FIRE HYDRANT

FRESNO TREE

MESQUITE TREE

SIGN

PALM TREE

TELEPHONE MARKER

GAS METER

TV CABLE BOX

TRANSFORMER

FIELD DRAIN/GRATED INLET

SANITARY SEWER MANHOLE

FENCE LINE

WROUGH IRON FENCE

DRAINAGE MANHOLE

LAMP POST

JUNCTION BOX

WATER VALVE MARKER

WATER LINE

GAS LINE

SAN. SEW. LINE

DRAINAGE LINE

TELEPHONE LINE

IRRIGATION LINE

G

W

S

D

T

IR

EBONY TREE

V

E

WM

SP

SM

SS

WM

C

TR

GM

T

WV

AREA OF DEMOLITION

TBM #1

(TYP.)

TO BE REMOVED

EXIST. TREES

BY OTHERS

TO BE REMOVED

EXIST.STORM LINE

PERFORMED BY OTHERS

CAP EXIST. STORM LINE

BY OTHERS

TO BE REMOVED

EXIST.STORM INLET

WILL REMAIN IN PLACE

EXIST. SHADE STRUCTURES

BY OTHERS

PERFORMED

SEWER

CAP EXIST.

REPLACED BY CONTRACTOR

TO BE SAWCUT BY OTHERS &

EXIST. CURB AND GUTTER/PAVEMENT

TRANSFORMER INFORMATION.

REFER TO ELECTRICAL PLANS FOR NEW

WITH CLIENT & AEP FOR NEW TRANSFORMER.

REMAIN IN PLACE. CONTRACTOR TO COORDINATE

EXIST. ELECTRICAL TRANSFORMER PAD IS TO

BY OTHERS.

BE REMOVED AND RELOCATED

AND APPURTENANCES ARE TO

EXIST. BASKETBALL PAVILION

FOR FURTHER DIRECTION.

IRRIGATION PLANS

WITH THE CITY AND REFER TO

IS TO COORDINATE

BY OTHERS. CONTRACTOR

IS TO BE REMOVED (TYP.)

EXIST. IRRIGATION SYSTEM

BY OTHERS.

IS TO BE DEMOLISHED

CONCRETE PAD

EXIST. BASKETBALL

OTHERS.

AND RECONSTRUCTED BY

DISMANTLED, RELOCATED

EQUIPMENT IS TO BE

EXIST. PLAYGROUND

BY OTHERS.

IS TO BE DEMOLISHED

EXIST. FLATWORK

BY OTHERS

TO BE REMOVED

EXIST.STORM INLET

OF TRANSFORMER

WITH CITY AND AEP ON REMOVAL

CONTRACTOR TO COORDINATE

E=1069795.61

N=16606383.45

E=1069965.23

N=16606358.17

(REFER TO LANDSCAPE PLANS)

NEW FIELD BY CONTRACTOR.

ARE TO BE REMOVED & RELOCATED TO

EXIST. SHADE STRUCTURES AND BLEACHERS

6. COORDINATE WITH IRRIGATION PLANS FOR ADDITIONAL IRRIGATION INFORMATION.

5. COORDINATE WITH LANDSCAPE PLANS FOR ADDITIONAL TREES THAT MAY NEED REMOVAL

TO PROVIDE CERTIFIED WEIGHT TICKETS FOR PAYMENT OF THIS ITEM. (PER TON) FOR THIS ITEM. THE OWNER WILL REQUIRE THE CONTRACTOR TO A DEPTH OF FIVE (5) FEET. BIDDERS SHALL PROVIDE A UNIT COST RESPONSIBLE FOR REMOVAL AND DISPOSAL OF SAID FOUNDATIONS CONCRETE FOUNDATIONS WITH REBAR. THE CONTRACTOR WILL BE4. DURING CONSTRUCTION THE CONTRACTOR MAY ENCOUNTER BURIED

REUSED.

3. POLES AND BASES TO BE REMOVED. SIGNS TO BE SALVAGED AND

AND CONCRETE SIDEWALK AS REQUIRED. PAVEMENT , BASE MATERIAL, SUBGRADE, CURB & GUTTER, WHEEL STOPS2. PAVEMENT REMOVAL IS INCLUDING, BUT NOT LIMITED TO, ASPHALT

BE DISPOSED IN A LEGAL MANNER AT THE CONTRACTOR'S EXPENSE.1. ALL MATERIAL CALLED OUT TO BE REMOVED BY THE CONTRACTOR SHALL

NOTES:

AND RELOCATED BY CONTRACTOR

EXIST. SCOREBOARD TO BE REMOVED

17-2

6-2

018

Addendu

m N

o.1

2Addendu

m N

o.2

8-2-2

018

TO REMAIN IN PLACE

EXIST. OUTFIELD FENCE

TO REMAIN IN PLACE

EXIST. OUTFIELD FENCE

REGRADED AS NEEDED BY CONTRACTOR

SAWCUT, REPLACED AND

EXIST. CURB AND GUTTER/PAVEMENT IS TO BE

LEGAL MANNER.

PROPERLY DISPOSED OF IN A

SHALL BE REMOVED AND

OR IMPACT NEW WORK

THIS PLAN, THAT CONFLICT

OTHER THAN SHOWN ON

REMAINING,

CONTRACT. ANY ITEMS

MCALLEN UNDER SEPARATE

PROVIDED BY CITY OF

DEMOLITION BEING

DEMOLITION PLANREFER TO ELECTRICAL PLANS

OF THE EXISTING LIGHT POLE.

CLIENT AND AEP FOR THE RELOCATION

CONTRACTOR TO COORDINATE WITH

Page 14: 3 - ADDMFMT FOR CONSTRUCTION PROJECTS