OSNI PONCA OFFICE REMODEL

Size: px
Start display at page:

Download "OSNI PONCA OFFICE REMODEL"

Transcription

1 OSNI PONCA OFFICE REMODEL PROJECT MANUAL OCTOBER 2016 SCHEMMER PROJECT NO

2

3 OSNI PONCA OFFICE REMODEL TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS LIST OF DRAWING SHEETS INVITATION TO BID INSTRUCTIONS TO BIDDERS PROCUREMENT SUBSTITUTION PROCEDURES EXISTING CONDITION INFORMATION BID FORM PROJECT FORMS DIVISION 01 - GENERAL REQUIREMENTS SUMMARY SUBSTITUTION PROCEDURES CONTRACT MODIFICATION PROCEDURES PAYMENT PROCEDURES PROJECT MANAGEMENT AND COORDINATION SUBMITTAL PROCEDURES QUALITY REQUIREMENTS TEMPORARY FACILITIES AND CONTROLS PRODUCT REQUIREMENTS EXECUTION CLOSEOUT PROCEDURES PROJECT RECORD DOCUMENTS TECHNICAL SPECIFICATIONS ARE ON THE DRAWINGS. TABLE OF CONTENTS TOC - 1

4

5 DOCUMENT LIST OF DRAWING SHEETS 1.1 LIST OF DRAWINGS A. Drawings: Drawings consist of the Contract Drawings and other drawings listed on the Table of Contents page of the separately bound drawing set titled Osni Ponca Office Remodel, dated October , as modified by subsequent Addenda and Contract modifications. LIST OF DRAWING SHEETS

6

7 DOCUMENT INVITATION TO BID 1.1 PROJECT INFORMATION A. Notice to Bidders: Prequalified bidders are invited to submit bids for Project as described in this Document according to the Instructions to Bidders. B. Project Identification: Osni Ponca Office Renovation. 1. Project Location: 2756 O Street, Lincoln, NE Schemmer Project #: C. Owner: Osni Ponca LLC, 2756 O Street, Lincoln, NE Owner's Representative: Otto LaPointe, Osni Ponca LLC, 402/ D. Architect: Pat Birch, AIA, The Schemmer Associates Inc., 134 S. 13 th Street, Suite 1100, Lincoln, NE E. Project Description: Project consists of the interior remodel of approximately 2,200 SF and limited exterior improvements. The Project includes architectural and electrical work and limited mechanical and structural work. F. Construction Contract: Bids will be received for the following Work: 1. General Contract (all trades). 1.2 BID SUBMITTAL AND OPENING A. Owner will receive sealed bids until the bid time and date at the location indicated below. Owner will consider bids prepared in compliance with the Instructions to Bidders issued by Owner, and delivered as follows: 1. Bid Date: November 3, Bid Time: 2:00 p.m., local time. 3. Location: Osni Ponca, 2756 O Street, Lincoln, NE B. Bids will be thereafter privately opened. 1.3 BID SECURITY A. Bid security is not required. B. No bids may be withdrawn for a period of 60 days after opening of bids. Owner reserves the right to reject any and all bids and to waive informalities and irregularities. INVITATION TO BID

8 1.4 PREBID CONFERENCE A. A prebid conference for all bidders will be held at Osni Ponca, 2756 O Street, Lincoln, NE on October 18, 2016 at 9:00 a.m., local time. Prospective bidders are requested to attend. 1.5 DOCUMENTS A. Printed Procurement and Contracting Documents: Obtain after October 6, 2016 by contacting A&D Technical Supply. Only complete sets of documents will be issued. 1. Deposit: $50.00, refundable. Checks are to be made payable to Osni Ponca LLC. 2. Shipping: Additional shipping charges of $20.00 will apply, non-refundable, payable to A&D Technical Supply. B. Online Procurement and Contracting Documents: Obtain access after October 6, 2016 by contacting A&D Technical Supply. Online access will be provided to all registered bidders and suppliers. 1.6 TIME OF COMPLETION A. Bidders shall begin the Work on receipt of the Notice to Proceed and shall complete the Work within the Contract Time. 1.7 BIDDER'S QUALIFICATIONS A. Bidders must be prequalified by Owner. B. Bidders must be properly licensed under the laws governing their respective trades and be able to obtain insurance and bonds required for the Work. A Performance Bond, a separate Labor and Material Payment Bond, and Insurance in a form acceptable to Owner will be required of the successful Bidder. END OF DOCUMENT INVITATION TO BID

9 DOCUMENT INSTRUCTIONS TO BIDDERS 1.1 INSTRUCTIONS TO BIDDERS A. AIA Document A701, "Instructions to Bidders," is hereby incorporated into the Procurement and Contracting Requirements by reference. 1. A copy of AIA Document A701, "Instructions to Bidders," is available at the Architect s office or by contacting AIA. a. Section 3.3 Substitutions, Paragraph 3.3.2, is revised to allow requests at least seven (7) days prior to the date for receipt of Bids. b. Section 3.4 Addenda, Paragraph 3.4.3, is revised to indicate that Addenda will be issued no later than three (3) days prior to the date for receipt of Bids except an Addendum withdrawing the request for Bids or one which includes postponement of the date for receipt of Bids. END OF DOCUMENT INSTRUCTIONS TO BIDDERS

10

11 DOCUMENT PROCUREMENT SUBSTITUTION PROCEDURES 1.1 DEFINITIONS A. Procurement Substitution Requests: Requests for changes in products, materials, equipment, and methods of construction from those indicated in the Procurement and Contracting Documents, submitted prior to receipt of bids. B. Substitution Requests: Requests for changes in products, materials, equipment, and methods of construction from those indicated in the Contract Documents, submitted following Contract award. See Section "Substitution Procedures" for conditions under which Substitution requests will be considered following Contract award. 1.2 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.3 PROCUREMENT SUBSTITUTIONS A. Procurement Substitutions, General: By submitting a bid, the Bidder represents that its bid is based on materials and equipment described in the Procurement and Contracting Documents, including Addenda. Bidders are encouraged to request approval of qualifying substitute materials and equipment when the Specifications Sections list materials and equipment by product or manufacturer name. B. Procurement Substitution Requests will be received and considered by Owner when the following conditions are satisfied, as determined by Architect; otherwise requests will be returned without action: 1. Extensive revisions to the Contract Documents are not required. 2. Proposed changes are in keeping with the general intent of the Contract Documents, including the level of quality of the Work represented by the requirements therein. 3. The request is fully documented and properly submitted. 1.4 SUBMITTALS A. Procurement Substitution Request: Submit to Architect. Procurement Substitution Request must be made in writing in compliance with the following requirements: 1. Requests for substitution of materials and equipment will be considered if received no later than 7 days prior to date of bid opening. 2. Submittal Format: Submit three copies, or PDF of each written Procurement Substitution Request, using form bound in Project Manual or CSI Substitution Request Form 1.5C. a. Identify the product or the fabrication or installation method to be replaced in each request. Include related Specifications Sections and drawing numbers. PROCUREMENT SUBSTITUTION PROCEDURES

12 B. Architect's Action: b. Provide complete documentation on both the product specified and the proposed substitute, including the following information as appropriate: 1) Point-by-point comparison of specified and proposed substitute product data, fabrication drawings, and installation procedures. 2) Copies of current, independent third-party test data of salient product or system characteristics. 3) Samples where applicable or when requested by Architect. 4) Detailed comparison of significant qualities of the proposed substitute with those of the Work specified. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. 5) Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. 6) Research reports, where applicable, evidencing compliance with building code in effect for Project.. 7) Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors, which will become necessary to accommodate the proposed substitute. c. Provide certification by manufacturer that the substitute proposed is equal to or superior to that required by the Procurement and Contracting Documents, and that its in-place performance will be equal to or superior to the product or equipment specified in the application indicated. d. Bidder, in submitting the Procurement Substitution Request, waives the right to additional payment or an extension of Contract Time because of the failure of the substitute to perform as represented in the Procurement Substitution Request. 1. Architect may request additional information or documentation necessary for evaluation of the Procurement Substitution Request. Architect will notify all bidders of acceptance of the proposed substitute by means of an Addendum to the Procurement and Contracting Documents. C. Architect's approval of a substitute during bidding does not relieve Contractor of the responsibility to submit required shop drawings and to comply with all other requirements of the Contract Documents. END OF DOCUMENT PROCUREMENT SUBSTITUTION PROCEDURES

13 OSNI PONCA OFFICE RENOVATION OCTOBER 2016 DOCUMENT EXISTING CONDITION INFORMATION 1.1 EXISTING CONDITION INFORMATION A. This Document with its referenced attachments is part of the Procurement and Contracting Requirements for Project. They provide Owner's information for Bidders' convenience and are intended to supplement rather than serve in lieu of the Bidders' own investigations. They are made available for Bidders' convenience and information, but are not a warranty of existing conditions. This Document and its attachments are not part of the Contract Documents. B. Existing drawings that include information on existing conditions including previous construction at Project site are available for viewing by contacting the Architect. C. Related Requirements: 1. Document "Instructions to Bidders" for the Bidder's responsibilities for examination of Project site and existing conditions. EXISTING CONDITION INFORMATION

14

15 DOCUMENT BID FORM - STIPULATED SUM (SINGLE-PRIME CONTRACT) 1.1 BID INFORMATION A. Bidder:. B. Project Name: Osni Ponca Office Renovation. C. Project Location: 2756 O Street, Lincoln, NE D. Owner: Osni Ponca LLC. E. Architect: The Schemmer Associates Inc. F. Architect Project Number: CERTIFICATIONS AND BASE BID A. Base Bid, Single-Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, and all subsequent Addenda, as prepared by The Schemmer Associates Inc., having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above-named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: 1. Dollars ($ ). 1.3 BID GUARANTEE A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within 10 days after a written Notice of Award, if offered within 60 days after receipt of bids. 1.4 TIME OF COMPLETION A. The undersigned Bidder proposes and agrees hereby to commence the Work of the Contract Documents on a date specified in a written Notice to Proceed to be issued by Architect, and shall fully complete the Work within [insert number] calendar days. BID FORM - STIPULATED SUM (SINGLE-PRIME CONTRACT)

16 1.5 ACKNOWLEDGEMENT OF ADDENDA A. The undersigned Bidder acknowledges receipt of and use of the following Addenda in the preparation of this Bid: 1. Addendum No. 1, dated. 2. Addendum No. 2, dated. 3. Addendum No. 3, dated. 4. Addendum No. 4, dated. 1.6 SUBMISSION OF BID A. Respectfully submitted this day of, B. Submitted By (Name of bidding firm or corporation). C. Authorized Signature: (Handwritten signature). D. Signed By: (Type or print name). E. Title: (Owner/Partner/President/Vice President). F. Witness By: (Handwritten signature). G. Attest: (Handwritten signature). H. By: (Type or print name). I. Title: (Corporate Secretary or Assistant Secretary). J. Street Address:. K. City, State, Zip. L. Phone:. M. License No.:. N. Federal ID No.: (Affix Corporate Seal Here). END OF DOCUMENT BID FORM - STIPULATED SUM (SINGLE-PRIME CONTRACT)

17 DOCUMENT FORMS 1.1 FORM OF AGREEMENT AND GENERAL CONDITIONS A. The following form of Owner/Contractor Agreement and form of the General Conditions shall be used for Project: 1. AIA Document A101, "Standard Form of Agreement between Owner and Contractor, Stipulated Sum." a. The General Conditions for Project are AIA Document A201, "General Conditions of the Contract for Construction." 2. The General Conditions are incorporated by reference. 1.2 ADMINISTRATIVE FORMS A. Administrative Forms: Additional administrative forms are specified in Division 01 General Requirements. B. Copies of AIA standard forms may be obtained from the American Institute of Architects; (800) C. Preconstruction Forms: 1. Form of Performance Bond and Labor and Material Bond: AIA Document A312, "Performance Bond and Payment Bond." 2. Form of Certificate of Insurance: AIA Document G715, "Supplemental Attachment for ACORD Certificate of Insurance 25-S." D. Information and Modification Forms: 1. Form for Requests for Information (RFIs): AIA Document G716, "Request for Information (RFI)," or similar form provided by Contractor. 2. Form of Request for Proposal: AIA Document G709, "Work Changes Proposal Request," or similar form provided by Architect. 3. Change Order Form: AIA Document G701, "Change Order" or similar form provided by Architect. 4. Form of Architect's Memorandum for Minor Changes in the Work: AIA Document G707, "Architect's Supplemental Instructions," or similar form provided by Architect. 5. Form of Change Directive: AIA Document G714, "Construction Change Directive," or similar form provided by Architect. E. Payment Forms: 1. Schedule of Values Form: AIA Document G703, "Continuation Sheet," or similar form provided by Contractor. 2. Payment Application: AIA Document G702/703, "Application and Certificate for Payment and Continuation Sheet," or similar form provided by Contractor. FORMS

18 3. Form of Contractor's Affidavit: AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 4. Form of Affidavit of Release of Liens: AIA Document G706A, "Contractor's Affidavit of Payment of Release of Liens." 5. Form of Consent of Surety: AIA Document G707, "Consent of Surety to Final Payment." END OF DOCUMENT FORMS

19 SECTION SUMMARY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Phased construction. 4. Access to site. 5. Coordination with occupants. 6. Work restrictions. 7. Specification and Drawing conventions. B. Related Requirements: 1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.2 PROJECT INFORMATION A. Project Identification: Osni Ponca Office Renovation, Schemmer Project No Project Location: 2756 O Street, Lincoln, NE B. Owner: Osni Ponca LLC., 2756 O Street, Lincoln, NE Owner's Representative: Otto LaPointe, 402/ C. Architect: Pat Birch, AIA, The Schemmer Associates Inc., 134 S. 13 th Street, Suite 1100, Lincoln, NE D. Web-Based Project Software: Project software administered by Architect will be used for purposes of managing communication and documents during the construction stage. 1. See Section "Project Management and Coordination." for requirements for establishing, administering and using web-based Project software. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. Interior remodel of approximately 2,200 SF of office space. Existing building is Type VB construction with no automatic fire sprinkler system. The Project includes Architectural and Electrical Work, and limited Structural and Mechanical Work. With the exception of four new windows, there is no exterior work. Other Work as indicated in the Contract Documents. B. Type of Contract: 1. Project will be constructed under a single prime contract. SUMMARY

20 1.4 ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as coordinated with Owner and as indicated by requirements of this Section. B. Use of Site: Limit use of Project site to Work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Driveways, Walkways, and Entrances: Keep driveways and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or for storage of materials. C. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair damage caused by construction operations. 1.5 COORDINATION WITH OCCUPANTS A. Partial Owner Occupancy: Owner will occupy the premises during entire construction period, with the exception of areas under construction. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's operations. Maintain existing exits unless otherwise indicated. Coordinate construction areas and occupied areas with Owner prior to commencement of construction, and sequencing of construction areas to enable Owner occupancy needs for four employees. Owner can vacate site for brief periods of time if necessary, with advance notice. B. Owner Limited Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and to place and install equipment in completed portions of the Work, prior to Substantial Completion of the Work, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and limited occupancy shall not constitute acceptance of the total Work. 1.6 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work in the existing building to normal business working hours of 8 a.m. to 5 p.m., Monday through Friday, unless otherwise indicated, or agreed to by Owner. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner not less than two days in advance of proposed utility interruptions. 2. Obtain Owner's written permission before proceeding with utility interruptions. D. Restricted Substances: Use of tobacco products and other controlled substances within the existing building is not permitted. SUMMARY

21 1.7 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION SUMMARY

22

23 SECTION SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Section "Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 1.2 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.3 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation method cannot be provided, if applicable. b. Coordination of information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitutions with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes, such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. Certificates and qualification data, where applicable or requested. g. List of similar installations for completed projects, with project names and addresses as well as names and addresses of architects and owners. SUBSTITUTION PROCEDURES

24 h. Material test reports from a qualified testing agency, indicating and interpreting test results for compliance with requirements indicated. i. Research reports evidencing compliance with building code in effect for Project. j. Detailed comparison of Contractor's construction schedule using proposed substitutions with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. k. Cost information, including a proposal of change, if any, in the Contract Sum. l. Contractor's certification that proposed substitution complies with requirements in the Contract Documents, except as indicated in substitution request, is compatible with related materials and is appropriate for applications indicated. m. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 2. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Architect's Supplemental Instructions for minor changes in the Work. b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. 1.4 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.5 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. 1.6 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Substitution request is fully documented and properly submitted. c. Requested substitution will not adversely affect Contractor's construction schedule. d. Requested substitution has received necessary approvals of authorities having jurisdiction. SUBSTITUTION PROCEDURES

25 e. Requested substitution is compatible with other portions of the Work. f. Requested substitution has been coordinated with other portions of the Work. g. Requested substitution provides specified warranty. h. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. B. Substitutions for Convenience: Architect will consider requests for substitution if received within 60 days after commencement of the Work. Requests received after that time may be considered or rejected at discretion of Architect. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. b. Requested substitution does not require extensive revisions to the Contract Documents. c. Requested substitution is consistent with the Contract Documents and will produce indicated results. d. Substitution request is fully documented and properly submitted. e. Requested substitution will not adversely affect Contractor's construction schedule. f. Requested substitution has received necessary approvals of authorities having jurisdiction. g. Requested substitution is compatible with other portions of the Work. h. Requested substitution has been coordinated with other portions of the Work. i. Requested substitution provides specified warranty. j. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION SUBSTITUTION PROCEDURES

26

27 THE SCHEMMER ASSOCIATES INC. 134 S. 13 TH STREET, SUITE 1100 LINCOLN, NEBRASKA (402) FAX (402) Contact : Pat Birch, AIA, pbirch@schemmer.com SUBSTITUTION REQUEST FORM TO: PROJECT: SPECIFIED ITEM: Section Page Paragraph Description The undersigned requests consideration of the following: PROPOSED SUBSTITUTION: Attached data includes product description, specifications, drawings, photographs, performance and test data adequate for evaluation of the request; applicable portions of the data are clearly identified. Attached data also includes a description of changes to the Contract Documents which the proposed substitution will require for its proper installation. The undersigned certifies that the following paragraphs, unless modified by attachments, are correct: 1. The proposed substitution does not affect dimensions shown on drawings. 2. The undersigned will pay for changes to the building design, including engineering design, detailing and construction costs caused by the requested substitution. 3. The proposed substitution will have no adverse affect on other trades, the construction schedule, or specified warranty requirements. 4. Maintenance and service parts will be locally available for the proposed substitution. The undersigned further states that the function, appearance, and quality of the proposed substitution are equivalent or superior to the specified item. Submitted by: Signature For use by the design consultant Firm Accepted Accepted as noted Address Not Accepted Received too late By Date Date Telephone Remarks Attachments:

28

29 SECTION CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. 1.2 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710 or similar form by Architect PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change. 2. Within time specified in Proposal Request or 20 days, when not otherwise specified, after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. CONTRACT MODIFICATION PROCEDURES

30 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Section "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 1.4 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Change Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701or similar form provided by Architect. 1.5 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Architect may issue a Construction Change Directive on AIA Document G714, or similar form provided by Architect. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. 1.6 WORK CHANGE DIRECTIVE A. Work Change Directive: Architect may issue a Work Change Directive on EJCDC Document C- 940 or similar form provided by Architect. Work Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Work Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Work Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION CONTRACT MODIFICATION PROCEDURES

31 SECTION PAYMENT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements necessary to prepare and process Applications for Payment. 1.2 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's construction schedule. 1. Coordinate line items in the schedule of values with items required to be indicated as separate activities in Contractor's construction schedule. 2. Submit the schedule of values to Architect at earliest possible date, but no later than seven days before the date scheduled for submittal of initial Applications for Payment. B. Format and Content: Use Project Manual table of contents as a guide to establish line items for the schedule of values. Provide at least one line item for each Specification Section. 1. Arrange schedule of values consistent with format of AIA Document G Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Provide multiple line items for principal subcontract amounts in excess of five percent of the Contract Sum. 3. Provide a separate line item in the schedule of values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. a. Differentiate between items stored on-site and items stored off-site. 4. Allowances: Provide a separate line item in the schedule of values for each allowance. Show line-item value of unit-cost allowances, as a product of the unit cost, multiplied by measured quantity. Use information indicated in the Contract Documents to determine quantities. 5. Overhead Costs: Include total cost and proportionate share of general overhead and profit for each line item. 6. Overhead Costs: Show cost of temporary facilities and other major cost items that are not direct cost of actual work-in-place as separate line items. 7. Closeout Costs. Include separate line items under Contractor and principal subcontracts for Project closeout requirements in an amount totaling five percent of the Contract Sum and subcontract amount. 8. Schedule of Values Revisions: Revise the schedule of values when Change Orders or Construction Change Directives result in a change in the Contract Sum. Include at least one separate line item for each Change Order and Construction Change Directive. 1.3 APPLICATIONS FOR PAYMENT A. Each Application for Payment following the initial Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. B. Payment Application Times: The date for each progress payment is indicated in the Agreement between Owner and Contractor. The period of construction work covered by each Application for Payment is the period indicated in the Agreement. PAYMENT PROCEDURES

32 C. Application for Payment Forms: Use AIA Document G702 and AIA Document G703 as form for Applications for Payment. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the schedule of values and Contractor's construction schedule. Use updated schedules if revisions were made. 2. Include amounts for work completed following previous Application for Payment, whether or not payment has been received. Include only amounts for work completed at time of Application for Payment. 3. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. E. Transmittal: Submit three signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments if required. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. F. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of values. 3. Contractor's construction schedule (preliminary if not final). 4. List of Contractor's staff assignments. 5. Copies of building permits. G. Application for Payment at Substantial Completion: After Architect issues the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificate(s) of Substantial Completion issued previously for Owner occupancy of designated portions of the Work. H. Final Payment Application: After completing Project closeout requirements, submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AIA Document G AIA Document G706A. 6. Evidence that claims have been settled. 7. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. PAYMENT PROCEDURES

33 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION PAYMENT PROCEDURES

34

35 SECTION PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. General coordination procedures. 2. Coordination drawings. 3. RFIs. 4. Digital project management procedures. 5. Project meetings. B. Related Requirements: 1. Section "Execution" for procedures for coordinating general installation and fieldengineering services, including establishment of benchmarks and control points. 1.3 DEFINITIONS A. BIM: Building Information Modeling. B. RFI: Request for Information. Request from Owner, Architect, or Contractor seeking information required by or clarifications of the Contract Documents. 1.4 INFORMATIONAL SUBMITTALS A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form: 1. Name, address, telephone number, and address of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. 1.5 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations included in different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. PROJECT MANAGEMENT AND COORDINATION

36 2. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's construction schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 1.6 COORDINATION DRAWINGS A. Coordination Drawings, General: Prepare coordination drawings according to requirements in individual Sections, and additionally where installation is not completely indicated on Shop Drawings, where limited space availability necessitates coordination, or if coordination is required to facilitate integration of products and materials fabricated or installed by more than one entity. B. Coordination Digital Data Files: Prepare coordination digital data files according to the following requirements: 1. File Preparation Format: Same digital data software program, version, and operating system as original Drawings. 2. File Submittal Format: Submit or post coordination drawing files using PDF format. 3. Upon request, Architect will furnish Contractor one set of digital data files of Drawings for use in preparing coordination digital data files. a. Architect makes no representations as to the accuracy or completeness of digital data files as they relate to Drawings. b. Contractor shall execute a data licensing agreement using form provided by Architect REQUEST FOR INFORMATION (RFI) A. General: Immediately on discovery of the need for additional information, clarification, or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return without response those RFIs submitted to Architect by other entities controlled by Contractor. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: 1. Project name. 2. Project number. PROJECT MANAGEMENT AND COORDINATION

37 3. Date. 4. Name of Contractor. 5. Name of Architect. 6. RFI number, numbered sequentially. 7. RFI subject. 8. Specification Section number and title and related paragraphs, as appropriate. 9. Drawing number and detail references, as appropriate. 10. Field dimensions and conditions, as appropriate. 11. Contractor's suggested resolution. If Contractor's suggested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 12. Contractor's signature. 13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. C. RFI Forms: AIA Document G716 or Software-generated form with substantially the same content as indicated above, acceptable to Architect. D. Architect's Action: Architect will review each RFI, determine action required, and respond. Allow seven working days for Architect's response for each RFI. RFIs received by Architect after 1:00 p.m. will be considered as received the following working day. 1. The following Contractor-generated RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. c. Requests for approval of Contractor's means and methods. d. Requests for coordination information already indicated in the Contract Documents. e. Requests for adjustments in the Contract Time or the Contract Sum. f. Requests for interpretation of Architect's actions on submittals. g. Incomplete RFIs or inaccurately prepared RFIs. 2. Architect's action may include a request for additional information, in which case Architect's time for response will date from time of receipt by Architectof additional information. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Section "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within 10 days of receipt of the RFI response. E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. F. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. 1.8 DIGITAL PROJECT MANAGEMENT PROCEDURES A. Use of Architect's Digital Data Files: Digital data files of Architect's CAD drawings will be provided by Architect for Contractor's use during construction. 1. Digital data files may be used by Contractor in preparing coordination drawings, Shop Drawings, and Project record Drawings. PROJECT MANAGEMENT AND COORDINATION

38 2. Architect makes no representations as to the accuracy or completeness of digital data files as they relate to Contract Drawings. 3. Digital Drawing Software Program: Contract Drawings are available in AutoCAD. 4. Contractor shall execute a data licensing agreement in the form provided by Architect.. a. Subcontractors, and other parties granted access by Contractor to Architect's digital data files shall execute a data licensing agreement in the form provided by Architect.. B. Web-Based Project Software: Use Architect's web-based Project software site for purposes of hosting and managing Project communication and documentation until Final Completion. Architect s web-based Project software is Newforma. C. PDF Document Preparation: Where PDFs are required to be submitted to Architect, prepare as follows: 1. Assemble complete submittal package into a single indexed file incorporating submittal requirements of a single Specification Section and transmittal form with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision identifier. 3. Certifications: Where digitally submitted certificates and certifications are required, provide a digital signature with digital certificate on where indicated. 1.9 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site unless otherwise indicated. B. Preconstruction Conference: Schedule and conduct a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. 1. Attendees: Authorized representatives of Owner Architect; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Responsibilities and personnel assignments. b. Tentative construction schedule. c. Critical work sequencing and long lead items. d. Designation of key personnel and their duties. e. Lines of communications. f. Use of web-based Project software. g. Procedures for processing field decisions and Change Orders. h. Procedures for RFIs. i. Procedures for processing Applications for Payment. j. Distribution of the Contract Documents. k. Submittal procedures. l. Preparation of Record Documents. m. Use of the premises and existing building. n. Work restrictions. o. Working hours. p. Owner's occupancy requirements. q. Responsibility for temporary facilities and controls. PROJECT MANAGEMENT AND COORDINATION

TRUMAN STATE UNIVERSITY SITE IMPROVEMENTS, KIRK BLDG, MISSOURI HALL & STUDENT REC CENTER LTD RENOVATIONS

TRUMAN STATE UNIVERSITY SITE IMPROVEMENTS, KIRK BLDG, MISSOURI HALL & STUDENT REC CENTER LTD RENOVATIONS SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,

More information

VAE VIEW ELEMENTARY WINDOW REPLACEMENT West 1600 North Layton, UT Specifications. Construction Documents

VAE VIEW ELEMENTARY WINDOW REPLACEMENT West 1600 North Layton, UT Specifications. Construction Documents VAE VIEW ELEMENTARY WINDOW REPLACEMENT 1750 West 1600 North Layton, UT 84041 Specifications 19 March 2018 TABLE OF CONTENTS DIVISION 00 PREREQUIREMENT AND CONTRACTING REQUIREMENTS A101 A201 A310 A312 G701

More information

NMSU Carlsbad Campus Main Building and Computer Building DDC Control Upgrade. Project Manual Technical Specifications Review Submittal May 12, 2017

NMSU Carlsbad Campus Main Building and Computer Building DDC Control Upgrade. Project Manual Technical Specifications Review Submittal May 12, 2017 NMSU Carlsbad Campus Main Building and Computer Building DDC Control Upgrade NMSU Facilities and Services Department P.O. Box 30001 Las Cruces, NM 88003-8001 Project Manual Technical Specifications Review

More information

RANDOLPH COMMUNITY CENTER GYMNASIUM FLOOR REPLACEMENT

RANDOLPH COMMUNITY CENTER GYMNASIUM FLOOR REPLACEMENT PROJECT MANUAL RANDOLPH COMMUNITY CENTER GYMNASIUM FLOOR REPLACEMENT CITY OF RICHMOND Richmond, Virginia Architect s Project No. 563107 ARCHITECT/ENGINEER RICHMOND, VIRGINIA A/E s Project No. 563107 set

More information

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

1. Section Temporary Facilities and Controls for limitations and procedures governing temporary use of Owner's facilities. CSB 7th Floor Orthopaedic Surgery Office Renovation Phase 2 SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary

More information

University of Oklahoma Sarkeys Energy Center Atriums Waterproofing Project mass project no Set no. project manual.

University of Oklahoma Sarkeys Energy Center Atriums Waterproofing Project mass project no Set no. project manual. University of Oklahoma Sarkeys Energy Center Atriums Waterproofing Project mass project no. 1801.01 07 12 2018 Set no. project manual. University of Oklahoma Sarkeys Energy Center Atriums Waterproofing

More information

CITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT PROJECT MANUAL. Commonwealth Architects

CITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT PROJECT MANUAL. Commonwealth Architects CITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT 701 North 25th Street Richmond, Virginia 23223 PROJECT MANUAL PERMIT SET FEBRUARY 27, 2017 Commonwealth Architects 101 Shockoe Slip Richmond, VA 23219 CITY

More information

CITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT 701 North 25th Street Richmond, Virginia PROJECT MANUAL BID SET April 4, 2018

CITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT 701 North 25th Street Richmond, Virginia PROJECT MANUAL BID SET April 4, 2018 CITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT 701 North 25th Street Richmond, Virginia 23223 PROJECT MANUAL BID SET April 4, 2018 Commonwealth Architects 101 Shockoe Slip, Fl 3 Richmond, VA 23219 CITY

More information

SSM Project: Centennial School District Issued for Bid AC Unit Replacements 05/16/2014 Klinger and Log College Middle Schools

SSM Project: Centennial School District Issued for Bid AC Unit Replacements 05/16/2014 Klinger and Log College Middle Schools Division Section Title SPECIFICATIONS GROUP General Requirements Subgroup DIVISION 01 GENERAL REQUIREMENTS 011000 SUMMARY 012500 SUBSTITUTION PROCEDURES 012600 CONTRACT MODIFICATION PROCEDURES 012900 PAYMENT

More information

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

1. Section Temporary Facilities and Controls for limitations and procedures governing temporary use of Owner's facilities. SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,

More information

BOWIE STATE UNIVERSITY CAR PARKING LOT

BOWIE STATE UNIVERSITY CAR PARKING LOT BOWIE STATE UNIVERSITY CAR PARKING LOT TECHNICAL SPECIFICATIONS 100% CD SUBMISSION NOVEMBER 2, 2018 Prepared by WHITNEY, BAILEY COX & MAGNANI, LLC 300 East Joppa Road, Suite 200 Baltimore, Maryland 21286

More information

SPECIFICATIONS May 25, Ellicott Station Redevelopment Brewery Building - 40 Ellicott Street Ellicott Street Batavia, New York United States

SPECIFICATIONS May 25, Ellicott Station Redevelopment Brewery Building - 40 Ellicott Street Ellicott Street Batavia, New York United States SPECIFICATIONS May 25, 2018 Ellicott Station Redevelopment Brewery Building - 40 Ellicott Street Ellicott Street Batavia, New York United States Ellicott Station Development, LLC 500 Seneca Street Suite

More information

THE FORUM ROME, GEORGIA FOR FLOYD COUNTY PROJECT MANUAL (BALLROOM AND CONCESSIONS) Construction Documents

THE FORUM ROME, GEORGIA FOR FLOYD COUNTY PROJECT MANUAL (BALLROOM AND CONCESSIONS) Construction Documents THE FORUM ROME, GEORGIA FOR FLOYD COUNTY PROJECT MANUAL (BALLROOM AND CONCESSIONS) Construction Documents Architect s Project Number: 420.01.01 Issued: November 11, 2016 PEACOCK a r c h i t e c t s 5525

More information

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement PROJECT MANUAL Volume 1 Project: Clayton Greenway System -Mark s Creek Bridge Replacement Owner: Town of Clayton Construction Manager: Lysaght & Associates Issued August 9, 2017 COVER SHEET 000000-1 TABLE

More information

George Washington Middle School - HVAC Replacement 100% Construction Documents May 7, 2018 TABLE OF CONTENTS

George Washington Middle School - HVAC Replacement 100% Construction Documents May 7, 2018 TABLE OF CONTENTS TABLE OF CONTENTS DIVISION 01 GENERAL REQUIREMENTS 011000 SUMMARY 012500 SUBSTITUTION PROCEDURES 012900 PAYMENT PROCEDURES 013100 PROJECT MANAGEMENT AND COORDINATION 013200 CONSTRUCTION PROGRESS DOCUMENTATION

More information

CHAPEL HILL TOWN HALL RENOVATIONS UPPER LEVEL, SOUTH CHAPEL HILL, NORTH CAROLINA

CHAPEL HILL TOWN HALL RENOVATIONS UPPER LEVEL, SOUTH CHAPEL HILL, NORTH CAROLINA SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,

More information

PROJECT MANUAL POINT BLANK RANGE & GUN SHOP. 600 Corporate way Knoxville, TN. Bid/Permit Set

PROJECT MANUAL POINT BLANK RANGE & GUN SHOP. 600 Corporate way Knoxville, TN. Bid/Permit Set PROJECT MANUAL POINT BLANK RANGE & GUN SHOP 600 Corporate way Knoxville, TN Bid/Permit Set Division Section Title SPECIFICATIONS GROUP DIVISION 01 - GENERAL REQUIREMENTS 011000 SUMMARY 012600 CONTRACT

More information

SPECIFICATIONS. Permit Set RICHMOND CITY HALL: SUITE 110 RENOVATIONS. City of Richmond, Virginia Architect s Project No

SPECIFICATIONS. Permit Set RICHMOND CITY HALL: SUITE 110 RENOVATIONS. City of Richmond, Virginia Architect s Project No SPECIFICATIONS Permit Set RICHMOND CITY HALL: SUITE 110 RENOVATIONS ARCHITECT RICHMOND, VIRGINIA MECHANICAL, PLUMBING, FIRE PROTECTION, AND ELECTRICAL ENGINEERS GLEN ALLEN, VIRGINIA A/E s Project No. 563109

More information

DeKalb County Library Dunwoody Library Staff Area Renovation

DeKalb County Library Dunwoody Library Staff Area Renovation PROJECT MANUAL DeKalb County Library Dunwoody Library Staff Area Renovation OWNER: DeKalb County Library Email: kimbroj@dekalblibrary.org Contact: Jackee Kimbro 404-508-719-, ext. 2236 ARCHITECT: MEP ENGINEER:

More information

1) Unified School District No. 489 reserves the right to reject any or all bids and to waive any informalities in the bid procedure.

1) Unified School District No. 489 reserves the right to reject any or all bids and to waive any informalities in the bid procedure. Prospective bidders: The Board of Education, Unified School District No. 489, will receive bids for the fabrication and construction of two pre-manufactured metal building in the designated area at the

More information

University Apartments on Brooklyn PROJECT MANUAL

University Apartments on Brooklyn PROJECT MANUAL Section 011000 - Summary PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Phased construction. 4. Work under separate contracts. 5. Access

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

Hard Rock Hotel and Casino - Tulsa Casino 3 and Suite Hotel Exterior Painting Bid Issue Issue Date: 18 March 2013 Project Number

Hard Rock Hotel and Casino - Tulsa Casino 3 and Suite Hotel Exterior Painting Bid Issue Issue Date: 18 March 2013 Project Number Hard Rock Hotel and Casino - Tulsa Casino 3 and Suite Hotel Exterior Painting Issue Date: 18 March 2013 Project Number 13-201.1 9400 Gateway Drive, Suite B Reno, NV 89521 775.852.3977 (p) 775.852.6543

More information

TOWNES + architects, P.A.

TOWNES + architects, P.A. TOWNES + architects, P.A. 2421 North 12th Avenue, Pensacola, Florida 32503 Telephone: (850) 433-0203 Florida Registration AA-26001051 PROJECT MANUAL City of Pensacola Fleet Maintenace Garage Re ovation

More information

New Mexico State University Herritage Farm Interpretive Trail

New Mexico State University Herritage Farm Interpretive Trail PROJECT MANUAL PROJECT MANAGER: SHELLEY ZIVKOVICH 575-646-1991 shelleyz@nmsu.edu New Mexico State University Herritage Farm Interpretive Trail APRIL 28, 2017 PROJECT #206-88 WDG ARCHITECTS 1014 South Main

More information

PROJECT SPECIFICATIONS PENSACOLA INTERNATIONAL AIRPORT PARKING GARAGE REHABILITATION

PROJECT SPECIFICATIONS PENSACOLA INTERNATIONAL AIRPORT PARKING GARAGE REHABILITATION PROJECT SPECIFICATIONS PENSACOLA INTERNATIONAL AIRPORT PARKING GARAGE REHABILITATION CITY OF PENSACOLA November 2018 SECTION 011000- SUMMARY OF WORK PART 1 - GENERAL 1.1 DOCUMENTS A. Drawings and general

More information

ENTRY SECURITY MODIFICATIONS

ENTRY SECURITY MODIFICATIONS Rio Rancho Public Schools ENTRY SECURITY MODIFICATIONS Volume 2 of 2 Divisions 01 through 28 Mountain View Middle School Project Number 083105-16-002 Rio Rancho Cyber Academy Project Number 083018-16-001

More information

SPECIFICATIONS. September 27, 2016 Bid Set

SPECIFICATIONS. September 27, 2016 Bid Set SPECIFICATIONS September 27, 2016 Bid Set CITY HALL SUITE 100 & 102 RENOVATIONS TABLE OF CONTENTS (Refer to Project Book under separate cover for additional requirements) SPECIFICATIONS DIVISION 1 - GENERAL

More information

RICHMOND PUBLIC SCHOOLS

RICHMOND PUBLIC SCHOOLS PROJECT MANUAL RICHMOND PUBLIC SCHOOLS E.S.H. GREENE ELEMENTARY SCHOOL CONSTRUCTION PROJECT DEPT. OF EDUCATION NO. 123-144-00-100 DIVISION 1 (DRAFT SPECIFICATIONS) PREPARED BY RRMM ARCHITECTS ARCHITECTURE

More information

LCCC MAIN PLANT BOILER BURNER UPGRADES

LCCC MAIN PLANT BOILER BURNER UPGRADES LCCC MAIN PLANT BOILER BURNER UPGRADES FOR Laramie County Community College (LCCC) 1400 East College Drive Cheyenne, WY 82007 ENGINEERS Cator, Ruma & Associates 420 West Lincolnway Cheyenne, WY 82001 PROJECT

More information

PROJECT MANUAL VOLUME ONE EOP Project # August 17, 2018

PROJECT MANUAL VOLUME ONE EOP Project # August 17, 2018 PROJECT MANUAL VOLUME ONE EOP Project # 201732 August 17, 2018 KCTCS System Office Renovation MECHANICAL ROOM EQUIPMENT DEMOLITION 300 N. Main St. Versailles, Kentucky 40383 ARCHITECT EOP Architects 201

More information

RICHMOND PUBLIC SCHOOLS

RICHMOND PUBLIC SCHOOLS PROJECT MANUAL RICHMOND PUBLIC SCHOOLS NEW MIDDLE SCHOOL CONSTRUCTION ON HULL STREET CONSTRUCTION PROJECT DEPT. OF EDUCATION NO. 123-108-00-100 DIVISION 1 (DRAFT SPECIFICATIONS) PREPARED BY RRMM ARCHITECTS

More information

Project Manual. Beaverton School District Beaverton High School Gymnasium Improvement Beaverton, Oregon. Issue date: December 21st 2017

Project Manual. Beaverton School District Beaverton High School Gymnasium Improvement Beaverton, Oregon. Issue date: December 21st 2017 Project Manual Beaverton School District Beaverton High School Gymnasium Improvement Beaverton, Oregon Issue date: December 21st 2017 18241 Beaverton High School Gymnasium Improvement TABLE OF CONTENTS

More information

Ogden Regional Medical Center Courtyard Remodel. Construction Documents. MountainStar Healthcare PROJECT MANUAL FOR

Ogden Regional Medical Center Courtyard Remodel. Construction Documents. MountainStar Healthcare PROJECT MANUAL FOR PROJECT MANUAL FOR Ogden Regional Medical Center 5475 South 500 East Ogden, UT 84405 for MountainStar Healthcare Construction Documents NJRA Architects, Inc. 5272 South College Dr. Murray, Utah 84123 Telephone:

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

1ARCHITECTURE TABLE OF CONTENTS

1ARCHITECTURE TABLE OF CONTENTS TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 0102 COVER 00 0107 SEALS PAGE 00 0111 TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS 01 1000 01 2000 01 2100 01 2300 01

More information

TRUMAN STATE UNIVERSITY BALDWIN HALL, PERSHING BLDG AND VIOLETTE HALL ROOFING & EXT. RENOV.

TRUMAN STATE UNIVERSITY BALDWIN HALL, PERSHING BLDG AND VIOLETTE HALL ROOFING & EXT. RENOV. SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,

More information

PROJECT MANUAL. Phi Delta Theta Phase NW 13 th Street Corvallis, OR Varitone Architecture LLC

PROJECT MANUAL. Phi Delta Theta Phase NW 13 th Street Corvallis, OR Varitone Architecture LLC PROJECT MANUAL Phi Delta Theta Phase 2 120 NW 13 th Street Corvallis, OR 97330 Varitone Architecture LLC 231 SW 2nd Ave. PO Box 3420 Albany, Oregon 97321 Project Contacts Owner Phi Delta Theta Chapter

More information

RWA, Inc. TECHNICAL SPECIFICATIONS NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS Willow Park Drive Suite 200 Naples, FL 34109

RWA, Inc. TECHNICAL SPECIFICATIONS NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS Willow Park Drive Suite 200 Naples, FL 34109 RWA, Inc. TECHNICAL SPECIFICATIONS NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS 6610 Willow Park Drive Suite 200 Naples, FL 34109 MAY 23, 2012 NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS

More information

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 3100 - PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other

More information

DIVISION 10 - SPECIALTIES Toilet, Bath, and Laundry Accessories Fire Extinguishers

DIVISION 10 - SPECIALTIES Toilet, Bath, and Laundry Accessories Fire Extinguishers DIVISION 01 GENERAL REQUIREMENTS 012500 Substitution Procedures 012600 Contract Modification Procedures 013100 Project Management and Coordination 013150 Requests for Information 013200 Construction Progress

More information

County of Elko, Nevada Requirements, Specifications and Contract Documents. Mechanical System Upgrade, Project Manuel. Jackpot, Elko County, Nevada

County of Elko, Nevada Requirements, Specifications and Contract Documents. Mechanical System Upgrade, Project Manuel. Jackpot, Elko County, Nevada 1 County of Elko, Nevada Requirements, Specifications and Contract Documents for Jackpot Recreation Center Mechanical System Upgrade 2016 Project in Jackpot, Elko County, Nevada Department of Community

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

CONTRACTOR S PROPOSAL

CONTRACTOR S PROPOSAL WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER PREQUALIFICATION

More information

G , Request for Proposal Land Survey

G , Request for Proposal Land Survey G601 1994, Request for Proposal Land Survey AIA Document G601 1994 allows owners to request proposals from a number of surveyors based on information deemed necessary by the owner and architect. G601 1994

More information

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

1. Section Temporary Facilities and Controls for limitations and procedures governing temporary use of Owner's facilities. SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

PROJECT MANUAL. Bleacher Addition Rigby High School School District No. 251 Rigby, Idaho. Set No. F o r t h e C o n s t r u c t i o n o f :

PROJECT MANUAL. Bleacher Addition Rigby High School School District No. 251 Rigby, Idaho. Set No. F o r t h e C o n s t r u c t i o n o f : PROJECT MANUAL F o r t h e C o n s t r u c t i o n o f : Bleacher Addition Rigby High School School District No. 251 Rigby, Idaho M a r c h 2 0 1 8 Set No. 9 9 0 J o h n A d a m s P a r k w a y, P. O.

More information

SECTION PAYMENT PROCEDURES

SECTION PAYMENT PROCEDURES SECTION 012900 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract including General and Supplementary Conditions and other Division 01 Specifications Sections apply

More information

The following shall be incorporated into the Contract Documents dated 12 MARCH 2018.

The following shall be incorporated into the Contract Documents dated 12 MARCH 2018. ADDENDUM NO. 1 DATE: March 28, 2018 PROJECT: OWNER: BID DATE: L Anse Area Schools Concession Building L Anse Area Schools Monday, April 9, 2018 at 2:00 PM The following shall be incorporated into the Contract

More information

PAWLEYS ISLAND TOWN HALL

PAWLEYS ISLAND TOWN HALL DOCUMENT 001116 - INVITATION TO RE-BID 1.1 PROJECT INFORMATION A. Notice to Bidders: Prequalified bidders are invited to submit bids for Project as described in this Document according to the Instructions

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

CONSTRUCTION DOCUMENTS Part 1

CONSTRUCTION DOCUMENTS Part 1 Audio Presentation Session 4 CONSTRUCTION DOCUMENTS Part 1 Project Delivery Education Program Construction Document Technology (CDT) Preparatory Course 2011 The Construction Specifications Institute www.csinet.org

More information

A. Section includes administrative and procedural requirements for substitutions.

A. Section includes administrative and procedural requirements for substitutions. SPECIFICATIONS NO. XX-XX-XXX-XX SECTION 01 25 00 - SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary

More information

IBMF STATE OF GOOD REPAIR UPGRADES

IBMF STATE OF GOOD REPAIR UPGRADES IBMF STATE OF GOOD REPAIR UPGRADES City of North Las Vegas, Nevada SPECIFICATIONS For 14-092 December 26, 2013 TABLE OF CONTENTS SECTION 01100 SECTION 01250 SECTION 01290 SECTION 01310 SECTION 01322 SECTION

More information

ruby ridge terrace apartments

ruby ridge terrace apartments p r o j e c t m a n u a l for: ruby ridge terrace apartments 550 South, 12th Street 89801 Re-Bid Package 01 May 14, 2014 TABLE OF CONTENTS 1. Title page 2. Table of Contents 3. Invitation to Bid 4. Bid

More information

University of South Florida Health Center MDL-0114 Building Reroofing USF Project No. PF

University of South Florida Health Center MDL-0114 Building Reroofing USF Project No. PF University of South Florida Health Center MDL-0114 Building Reroofing USF Project No. PF154317843202 Project Manual October 31, 2017 October 31, 2017 Project Manual For University of South Florida Health

More information

ROOF REPLACEMENT PROJECT

ROOF REPLACEMENT PROJECT Specification for ROOF REPLACEMENT PROJECT Prepared for: Muskegon Community College 221 South Quarterline Road Muskegon, Michigan 49442 Prepared by: Century A&E 277 Crahen Avenue Grand Rapids, Michigan

More information

SECTION PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS

SECTION PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS SECTION 01600 - PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum. ADDENDUM NO. FOUR March 5, 2018 NORTH IDAHO COLLABORATIVE EDUCATION BUILDING North Idaho College, Coeur d Alene, ID DPW PROJECT 16251 - H2A PROJECT 1616 This addendum is hereby incorporated into and is

More information

Illinois State University Softballl Dugout Replacement Normal, Illinois

Illinois State University Softballl Dugout Replacement Normal, Illinois Illinois State University Softballl Dugout Replacement Normal, Illinois Issue for Bid ISU Project No. 10611 DLR Group Project No. 22-11116-10 July 1, 2016 NOTICE: These documents are instruments of professional

More information

AWT 9TH FLOOR IMPROVEMENTS CITY OF ANAHEIM, CALL CENTER CREDIT & BILLING DEPARTMENTS, ANAHEIM, CA TECHNICAL SPECIFICATIONS AUGUST 2, 2018

AWT 9TH FLOOR IMPROVEMENTS CITY OF ANAHEIM, CALL CENTER CREDIT & BILLING DEPARTMENTS, ANAHEIM, CA TECHNICAL SPECIFICATIONS AUGUST 2, 2018 CITY OF ANAHEIM, CALL CENTER CREDIT & BILLING DEPARTMENTS, ANAHEIM, CA TECHNICAL SPECIFICATIONS AUGUST 2, 2018 ROBERT BORDERS & ASSOCIATES. General Conditions AIA A201 by reference. TABLE OF CONTENTS DIVISION

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

ISU Liberal Arts Chiller Replacement DPW # February 2018

ISU Liberal Arts Chiller Replacement DPW # February 2018 SECTION 01 1000 - SUMMARY PART 1 GENERAL 1.01 PROJECT A. Project Name: DPW 18223 ISU Liberal Arts Chiller Replacement. B. Owner's Name: Idaho State University (ISU) / State of Idaho. C. Engineer's Name:

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

AWT 2ND FLOOR IMPROVEMENTS CITY OF ANAHEIM, HOUSING AUTHORITY & WORKPLACE, ANAHEIM, CA TECHNICAL SPECIFICATIONS OCTOBER 24, 2017

AWT 2ND FLOOR IMPROVEMENTS CITY OF ANAHEIM, HOUSING AUTHORITY & WORKPLACE, ANAHEIM, CA TECHNICAL SPECIFICATIONS OCTOBER 24, 2017 CITY OF ANAHEIM, HOUSING AUTHORITY & WORKPLACE, ANAHEIM, CA TECHNICAL SPECIFICATIONS OCTOBER 24, 2017 ROBERT BORDERS & ASSOCIATES. General Conditions AIA A201 by reference. TABLE OF CONTENTS DIVISION 1

More information

INVITATION FOR BIDS FOR

INVITATION FOR BIDS FOR ********************************************************************************************** IFB NO. Y18-749-RM ISSUED: March 16, 2018 INVITATION FOR BIDS FOR EAST ORANGE HEAD START MODULAR RELOCATION

More information

Appendix D University of Maine System. Supplementary Requirements to AIA Document B Standard Form of Architect s Services

Appendix D University of Maine System. Supplementary Requirements to AIA Document B Standard Form of Architect s Services Appendix D University of Maine System Supplementary Requirements to AIA Document B201-2007 Standard Form of Architect s Services This document provides the Architect s scope of services only and must be

More information

PROJECT MANUAL VOLUME ONE EOP Project # November 12, 2018

PROJECT MANUAL VOLUME ONE EOP Project # November 12, 2018 PROJECT MANUAL VOLUME ONE EOP Project # 201732 November 12, 2018 KCTCS System Office Renovation COPY CENTER FIT-UP 300 N. Main St. Versailles, Kentucky 40383 ARCHITECT EOP Architects 201 W. Short St.,

More information

Baseball Performance Development Center A Prevailing Wage Project

Baseball Performance Development Center A Prevailing Wage Project June 30, 2016 Baseball Performance Development Center A Prevailing Wage Project PROJECT MANUAL Owner CENTRAL MICHIGAN UNIVERISTY 206 Combined Services Building Mount Pleasant, Michigan PROJECT NUMBER 15-231

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

ANTELOPE VALLEY COLLEGE PALMDALE AIRPORT TERMINAL REMODEL

ANTELOPE VALLEY COLLEGE PALMDALE AIRPORT TERMINAL REMODEL PALMDALE AIRPORT TERMINAL REMODEL 21000 20 TH STREET EAST, PALMDALE, CA 93550 for ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT 3041 WEST AVENUE K LANCASTER, CALIFORNIA 93536-5436 PROJECT MANUAL AUGUST 15,

More information

Owner: Metropolitan Park District of Tacoma

Owner: Metropolitan Park District of Tacoma Metropolitan Park District of Tacoma STAR Center HVAC Improvements SWR Bid# J2016-08 In TACOMA, WASHINGTON CONTRACT DOCUMENTS Owner: Metropolitan Park District of Tacoma Planning, Design and Development

More information

OAK PARK HIGH SCHOOL. Planetarium Upgrade from Analog to Digital

OAK PARK HIGH SCHOOL. Planetarium Upgrade from Analog to Digital PROJECT MANUAL For OAK PARK HIGH SCHOOL Planetarium Upgrade from Analog to Digital OWNER: OAK PARK SCHOOLS 13900 Granzon Oak Park, MI 48237 ARCHITECT: 65 Market Street Mount Clemens, MI 48043 P. (586)

More information

Chapter 6, Construction

Chapter 6, Construction Chapter 6, Construction CHAPTER CONTENTS 6.1 OWNER-CONTRACTOR AGREEMENT A. Preparation B. Owner Signature C. Award 6.2 PRE-CONSTRUCTION CONFERENCE A. Administration B. Attendees C. Pre-Construction Conference

More information

GADSDEN ELEMENTARY SCHOOL PHOTOVOLTAIC SYSTEM PROJECT

GADSDEN ELEMENTARY SCHOOL PHOTOVOLTAIC SYSTEM PROJECT GADSDEN ELEMENTARY SCHOOL PHOTOVOLTAIC SYSTEM PROJECT JUNE 13, 2018 PROJECT MANUAL SAVANNAH-CHATHAM COUNTY PUBLIC SCHOOL SYSTEM DULOHERY WEEKS GADSDEN ELEMENTARY SCHOOL PHOTOVOLTAIC SYSTEM PROJECT TABLE

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

PROJECT MANUAL UNIVERSITY HALL BOILER REPLACEMENT PROJECT NO. EM 610

PROJECT MANUAL UNIVERSITY HALL BOILER REPLACEMENT PROJECT NO. EM 610 PROJECT MANUAL For UNIVERSITY HALL BOILER REPLACEMENT PROJECT NO. EM 610 Prepared For: UNIVERSITY OF COLORADO AT COLORADO SPRINGS September 27, 2010 Prepared By: SCHENDT ENGINEERING CORP. 2912 Beacon Street

More information

Project Manual. Brooks Medical Office Building 323 East 100 North, Lehi, UT Lehi, UT 84043

Project Manual. Brooks Medical Office Building 323 East 100 North, Lehi, UT Lehi, UT 84043 423 West 800 South, Suite A316 Salt Lake City, UT 84101 cell: 801.652.7171 email: nh@ratherarchitecture.com Project Manual Brooks Medical Office Building 323 East 100 North, Lehi, UT 84043 Lehi, UT 84043

More information

Facility Expansion/Renovation for: CLEVELAND EYE & LASER SURGERY CENTER Fairview Corporate Center Fairview Park, Ohio DSCA Project No.: 11.

Facility Expansion/Renovation for: CLEVELAND EYE & LASER SURGERY CENTER Fairview Corporate Center Fairview Park, Ohio DSCA Project No.: 11. Facility Expansion/Renovation for: Fairview Corporate Center Fairview Park, Ohio DSCA Project No.: 11.058 Project Manual Permit Issue Date: April 14, 2011 DSCA #11.058 FACILITY EXPANSION/RENOVATION FOR

More information

***Specifications***

***Specifications*** STEM 2 Greenhouse Project Bid No. B17-14 ***Specifications*** Bid RFI Questions Due: Tuesday, July 11, 2017 2:00PM Gale Stevens, Buyer gasteven@cabrillo.edu BID DOCUMENTS: GALE STEVENS, BUYER 831-477-5613

More information

UNIVERSITY OF ROCHESTER DIVISION 01 SPECIFICATIONS April 15, 2015

UNIVERSITY OF ROCHESTER DIVISION 01 SPECIFICATIONS April 15, 2015 SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,

More information

Southwest Middle School 6030 Ogeechee Road, Savannah Georgia

Southwest Middle School 6030 Ogeechee Road, Savannah Georgia Southwest Middle School 6030 Ogeechee Road, Savannah Georgia Savannah Chatham County Public School System Savannah, GA Bid C18-01 May 2017 Barnard Architects 220 East Hall Street, Savannah GA 31410 Southwest

More information

DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) Bidder:.

DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) Bidder:. DOCUMENT 004120 - BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) BID INFORMATION Bidder:. Project Name: Remodeling for Urban Style Apartments 409 N. Broadway Green Bay, WI 54303 Owner: Architect:

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College Cosumnes River College

More information

Project Manual. Unitarian Universalist Congregation of Princeton 50 Cherry Hill Road Princeton, New Jersey Lot: 11 Block: 5201

Project Manual. Unitarian Universalist Congregation of Princeton 50 Cherry Hill Road Princeton, New Jersey Lot: 11 Block: 5201 Project Manual for Alterations & Building Addition to: Unitarian Universalist Congregation of Princeton 50 Cherry Hill Road Princeton, New Jersey Lot: 11 Block: 5201 SCHEMATIC DESIGN ISSUE NOT FOR CONSTRUCTION

More information

DREW UNIVERSITY SPECIFICATIONS ARCHITECTURAL & M.E.P. HALL OF SCIENCES LABORATORY 129 AND 133 RENOVATION. 36 Madison Avenue Madison, New Jersey

DREW UNIVERSITY SPECIFICATIONS ARCHITECTURAL & M.E.P. HALL OF SCIENCES LABORATORY 129 AND 133 RENOVATION. 36 Madison Avenue Madison, New Jersey SPECIFICATIONS ARCHITECTURAL & M.E.P. DREW UNIVERSITY HALL OF SCIENCES LABORATORY 129 AND 133 RENOVATION 36 Madison Avenue Madison, New Jersey NK Project #2199.000 ISSUED FOR REVIEW March 09, 2018 95 Washington

More information

MASTERSPEC TECHNICAL SPECIFICATIONS DIVISION 01 GENERAL REQUIREMENTS

MASTERSPEC TECHNICAL SPECIFICATIONS DIVISION 01 GENERAL REQUIREMENTS SECTION 016000 - PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage,

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

Amphitheater High School Roof Replacement

Amphitheater High School Roof Replacement Amphitheater Public Schools Amphitheater High School Roof Replacement BG Project No: 17.14.06 Construction Document Specifications Amphitheater High School Roof Replacement SPECIFICATIONS INDEX DIVISION

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 4000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information