Scope of Work Bid Package C-4 - West Polished Concrete
|
|
- Roberta Powers
- 6 years ago
- Views:
Transcription
1 Scope of Work Bid Package C-4 - West Polished Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools, equipment, plant, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, compliance with all agencies (University, City, County, State and Federal), taxes, insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and as defined herein: 1. Contract Document List dated August 8, Standard Provisions dated February 4, Turner CCIP Manual July 13, Turner Project Safety Program dated February 22, Storm Water Pollution Prevention Plan 6. Soils Reports- Geotechnical Services Reports (see bid manual) 7. KU LEEP2 BP-C Code Footprint document. 8. KU Select Manufacturer/Vendor List dated August 5, The Subcontractor is also responsible for trade specifications not specifically listed above but required by reference in the listed specifications or as required to perform the scope of work described herein, as well as the Division 1 specifications and the use of the Construction Documents as a whole. GENERAL The following scope of work is intended to be general in nature. This Subcontractor shall perform all work shown on the Contract Documents unless specifically indicated below to be excluded. Attention is called to the Understandings and Stipulations for additional information. The Scope of Work takes precedence over the drawings and specifications in the event of a conflict in trade assignment or responsibility. The Subcontractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. The word Provide when used in this document means to furnish and install completely, including all costs for labor, materials, equipment, hoisting, pumping, layout, scaffolding, tools, rigging, and any of the facilities necessary to complete the Work. The word Furnish when used in this document means to provide to jobsite, freight on board. SCOPE OF WORK Provide all equipment, labor, and materials necessary for the complete construction of the Concrete Package as indicated in the contract drawings and the specifications sections listed below: -1-
2 Special Bidding Instructions: 1. All subcontractors shall provide their lump-sum BASE BID utilizing the select equipment manufacturers and/or vendors as detailed on the KU Select Manufacturer/Vendor List for ALL applicable materials included as part of this specific scope of work. Each subcontractor may provide a DEDUCT ALTERNATE to provide the specified materials from a separate supplier/provider (if approved in the contract documents/specifications) and must indicate the specific value of the deduct and information on the alternate equipment, material or vendor on the Bid Form. Refer to the KU Select Manufacturer/Vendor List for additional information. This Work shall include, but not be limited to providing: 1. The Contract Sum shall not be altered for any work that could have been reasonably inferred from the Contract Documents. The following items are listed as examples of the intent of this statement, but is not limited to these items alone: a. Variations to avoid interference and obstructions. b. Providing all components as required to provide a complete overhead door package. c. Provide all necessary equipment and appurtenances. Whether shown or not, for a complete operating system in strict code compliance based on the contract documents. 2. Provide polished concrete per the contract documents. All floors to receive this finish with the exception of the strong floor located in the High Bay. These areas are marked SC in the finish schedule. 3. Provide mock up at a location determined by Turner s Superintendent for Owner approval prior to completion of this work. Assume 10 x10 size. 4. Provide all necessary protection for flooring after completion of this process to ensure a quality finish after construction is complete. 5. Provide all hoisting, staging, loading/unloading, lifts, scaffolding, cranes, equipment, etc. necessary to perform the work in this contract. 6. Include all premium time and associated costs necessary to meet the schedule. 7. Provide all layout related to work by this subcontractor. 8. Subcontractor is responsible for keeping an updated set of drawings onsite posted with all as-builts, RFI s and directives. Owner, architect or Turner Construction Company may review this set of drawings at any time upon request. Drawings found that are not posted with current information may result in denial of monthly application for payment. 9. Lay-down area will be available onsite but use must be approved by Turner s Superintendent. 10. All warranties and guarantees are to begin on substantial completion for the entire building. 11. Providing all necessary equipment and appurtenances, whether shown or not, for a complete operating system in strict code compliance based on the Contract Documents. EXCLUDED FROM THE SCOPE OF WORK 1. Sales Tax/use tax for the State of Kansas per the exemption certificate -2-
3 2. Insurance covered under the CCIP program (on-site general liability and workers compensation) 3. Bonds 4. Flooring (carpet, tile, resilient) 5. Concrete sealer (to be installed by others) UNDERSTANDINGS AND STIPULATIONS 1. This Subcontractor shall be responsible for providing all layout (including registered surveying) and field engineering required. This includes the transfer and continuation of control lines/elevations. Any layout required is to be by this Subcontractor. Any discrepancies, inconsistencies, etc., found are to be brought to Turner s attention for review prior to installation of the Work. Any work installed incorrectly from inconsistent control without being brought to Turner s attention will be the responsibility of this Subcontractor. 2. It is understood that this Subcontractor visited the project site prior to award. This Subcontractor reviewed and understands the scope of the existing conditions on site. In addition, there are several existing site features that are indicated to remain in the documents, and all new construction must take place without disturbing these features. All costs to perform the work of this package in and around the existing site features are included in the work. 3. Site access will primarily be limited to the Southwest Corner of the project area (LOT 302). Vehicle access will come from Crescent Drive off of 23 rd Street. A limited amount of material storage may be permitted on site, and only with prior approval of Turner s site manager. If required to meet the Master Project Schedule, this Subcontractor shall store material off-site until ready to be shipped to the site for installation. 4. No parking is available on campus, and it shall be the responsibility of each Subcontractor, and/or his employees, to obtain parking permits directly from the University (this includes ALL subcontractors on site). Turner will not provide permits, and does not control campus parking. Violators will be towed by the University at the vehicle owner s expense. Transport vehicles will be required to obtain a permit from the University, and park on campus next to the project site, or return to the off-site parking area if campus parking is not available. Only superintendent s/foremen s vehicles will be permitted on site as required for construction (i.e., trucks carrying tools and equipment), and only as approved by Turner s site manager. 5. Contract award is subject to the Owner s approval. 6. All Subcontractors will be required to attend a brief Turner safety orientation on site prior to beginning work. 7. Provide all sequencing/scheduling/overtime as necessary to meet the schedule. This Subcontractor shall provide Turner with a schedule for his activities that in turn can be used by Turner to develop a Master Project Schedule. This Subcontractor shall provide all necessary manpower and/or equipment to complete the Work without extending the project schedule and causing delays. 8. This project is tax exempt from Kansas Sales Tax. This Subcontractor is responsible to be in compliance with all appropriate laws, etc. in support of such a tax exemption. 9. Provide all safety and security items necessary for the completion of the Work, including Drug Screening costs. 10. Provide all unloading, hoisting, access, staging and miscellaneous handling for the Work. -3-
4 11. Turner will be providing electronic files (PDF) of the documents only. It is the responsibility of this Subcontractor to obtain any required hard copies. 12. All vehicle tires/tracks must be cleaned on site prior to entering any city or campus roads. 13. This Subcontractor shall be responsible for removal and replacement of all existing or temporary facilities and perimeter fencing as required for the Work of this package. Existing site conditions that are removed or damaged by this Subcontractor must be replaced in a manner that is equal to, or better than, the original condition. 14. This Subcontractor shall hold weekly meetings to coordinate the work of his subcontractors, independent of Turner s weekly Subcontractor Coordination Meeting. Turner s site manager may attend at his discretion. 15. No City of Lawrence permits are required for the performance of this Work. However, there are certain requirements of the that must be met even in the absence of a permit process. Allow for all inspections and testing required for the performance of the Work, and notify the Turner site manager 48 hours in advance of the need for testing services. The Owner shall provide all construction (earthwork, concrete/rebar/mortar/grout and steel) testing on site using a specified inspection company. Examples of contractor testing are pipe pressure testing, water quality testing, fire alarm testing, as well as any additional testing required by the Construction Documents. 16. All equipment access ways or other facilities necessary to allow the performance of the Work will be the responsibility of this Subcontractor and shall be approved by Turner s site manager. 17. Include all drinking water/ice for employees and all water required for the performance of the work. 18. This Subcontractor shall provide all labor, material and equipment as specified or as shown on the drawings, and as required for a complete installation whether or not shown. The intent is to include components indicated in the contract documents and any miscellaneous accessories necessary to complete said assemblies. 19. The site will not have temporary power for the performance of this subcontract Work package. Include the use of electrical generators as required to complete the Work. Any additional utilities and/or hookups required for the Work will be the responsibility of this Subcontractor. 20. This Subcontractor is to place special emphasis on the coordination and smooth transition of its work with the work of adjacent trades. 21. One week prior to installation, review existing conditions and inform Turner of any corrections required to insure proper installation of the Work. Start of the Work of this Subcontract indicates acceptance of work previously completed. 22. This Subcontractor will clean up all of his debris due to daily work during construction, and at the completion of the project. Provide all general cleanup labor necessary to maintain orderly housekeeping associated with this Work package. 23. Protect all materials, both stored and installed, from damage throughout the project. 24. All work is to be performed in accordance with OSHA and governing regulatory agency requirements. This Subcontractor is responsible for all safety requirements relative to the performance of his work, and will also be responsible for reading and understanding Turner s Project Safety Program (available upon -4-
5 request). The successful bidder must sign an agreement form accepting these safety policies prior to contract award. 25. This Subcontractor shall make a good faith effort to award a percentage of his contract value to a Minority Business Enterprise (MBE) and/or a Women Owned Business (WBE) that is certified or capable of being certified by the State of Kansas. 26. Provide the extension of warranties required so the specified warranties start at the Date of Substantial Completion of the entire project. This is irrespective of any use of the equipment for temporary services during construction. 27. All warranties shall be written directly to the Owner. 28. It is understood that at least one employee of this Subcontractor will take and pass OSHA 30 Hour training and notify Turner as to who the participant(s) is/are. In addition, all lower tiered subcontractors are required to have at least one (1) supervisor take and pass the OSHA 30 Hour training and notify Turner as to who the participant is. It is understood that all the participants must complete the training within two months of the execution of this contract. 29. Water may be available on site at a hydrant if Subcontractor makes arrangements with the University well in advance. Plan on providing a for the Use of a meter and provides a backflow assembly for this temporary usage It is understood that this subcontractor will not contract with any subcontractor who has an experience modification rate (EMR) greater than 1.0, and that evidence of this will be provided to Turner. 31. It is understood that these Understandings and Stipulations are project specific, and shall take precedence over the Standard Provisions if in conflict. ALLOWANCES Turner will use any monetary allowance(s) for the direct costs of labor and material and all overhead and profit per the terms of the formula for changes, included in the contract for any work items directed beyond the scope of this bid package. All authorized work must be approved by Turner s site manager on dailysigned work order tickets authorized by a TCCo SIS. Unused allowances shall be deducted from the contract in a change order. 1. Provide a $5,000 allowance for polishing repair/redo work that may be required but is not defined in the documents. ALTERNATES 1. None. UNIT PRICES & LABOR RATES Unit prices listed herein will be used to adjust the Subcontract Price for changes in quantities authorized by Change Orders, Subcontract Work Orders or Superintendent s Instructions to Subcontractors. Unit prices listed shall include all labor, fringe benefits, materials, tools, equipment, plant, supplies, samples, shop drawings, layout handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, compliance with all agencies (University, City, County, State and Federal), and -5-
6 all other services and facilities necessary for a complete installation of the item noted. Unit prices will apply to the net difference in quantities in any given change. 1. Unit Prices shall be priced on the Bid Form. 2. Labor Rates - Provide labor rates on the Bid Form and attach a completed bid rate calculation sheet for each applicable trade. SCHEDULE AND SEQUENCING OF WORK The schedule information below are anticipated dates of this Subcontractors Work and are to be considered as targets to assist this Subcontractor in anticipating manpower and equipment requirements. The Subcontractor is to submit a schedule showing its plan for accomplishing the work within the times described below. Submittals shall be completed as required to meet the installation dates noted below. Assume a minimum of one week for expedited submittal review. Critical dates of the work of this Contract are as follows: Start Complete Award Subcontract October 2013 Mobilize Layout - Excavate June % Complete Bid Package-C August 2014 CONTRACT PRICING Base Bid TOTAL CONTRACT TBD TBD END SCOPE OF WORK -6-
Scope of Work Bid Package C-8 - West Overhead Doors
Scope of Work Bid Package C-8 - West Overhead Doors CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,
More informationScope of Work Bid Package C-6 West Metal Panels
Scope of Work Bid Package C-6 West Metal Panels CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools, equipment,
More informationScope of Work Bid Package C-3 - West Precast Concrete
Scope of Work Bid Package C-3 - West Precast Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,
More informationScope of Work Bid Package C-1 West Site Utilities & Earthwork
Scope of Work Bid Package C-1 West Site Utilities & Earthwork CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials,
More informationUNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No
PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification
More informationCherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12
SCOPE SUMMARY: DIVISION: 0 - LEGAL DOCUMENTS Complete; DIVISION: 1 - GENERAL REQUIREMENTS As Applicable; SECTION: - ATTACHED SKETCH Complete; Geotechnical Engineering Report as prepared by Building and
More information6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents
Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL DATE: February 24, 2015 Shimizu North America LLC 909 3rd Avenue, 28th Floor New York, NY 10022 RFP Queries (646) 205-4722 Fax (212) 223-1930 PROJECT: The Japan Foundation New York
More informationTEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL
TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II El Paso, Texas EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL for the BUILDING CONCRETE GLASS AND GLAZING FIRE SPRINKLER MECHANICAL
More informationMcPherson Contractors, Inc.
McPherson Contractors, Inc. Construction Manager Manual Jardine K-8 Campus Bid Package #2 Building Package Invitation to Bid *****FROM***** McPherson Contractors, Inc. 3501 SW Fairlawn Rd., Suite 100 Topeka,
More informationis to include all work necessary to complete the Bid Package Scope
May 17, 2012 RE: BID PACKAGE INSTRUCTIONS TO BIDDERS KPMG Denver Package Description: Interiorr Demolition Bid Package #: 01 Turner Construction Company invites your firm and team of subcontractors to
More information(To be printed on Professional s Letterhead) PRE-CONSTRUCTION MEETING AGENDA (Professional to provide attendance sign-up sheet
(To be printed on Professional s Letterhead) PRE-CONSTRUCTION MEETING AGENDA (Professional to provide attendance sign-up sheet Project Name: UM Project # Design Professional: Meeting Place: Meeting Time:
More informationSECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:
ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015
More informationEXHIBIT A - INSTRUCTIONS TO BIDDERS
1.01 GENERAL INFORMATION Neiman Marcus, Oak Brook, IL Oak Brook Center Remodel Project 2 EXHIBIT A - INSTRUCTIONS TO BIDDERS PROJECT: OWNER: CONSTRUCTION MANAGER: Neiman Marcus Oak Brook Remodel Project
More informationCherokee Nation W.W. Keeler Second Story Addition and Remodel Tahlequah, Oklahoma WORK PACKAGE # 7B EIFS 3/25/15
SCOPE SUMMARY: Cherokee Nation W.W. Keeler Second Story Addition and Remodel Tahlequah, Oklahoma WORK PACKAGE # 7B EIFS DIVISION: 0 - LEGAL DOCUMENTS As Applicable; DIVISION: 1 - GENERAL REQUIREMENTS As
More informationPORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4
RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the
More informationCITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017
CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS
More information1. 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 informationPre-Construction Meeting Minutes
Project Name Project # Project Address Tel: Fax: Gilbane Building Company Pre-Construction Meeting Date Start End Next Meeting Next Time Prepared By Company Purpose Location Next Location General Notes
More informationTexas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017
Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017 Plumbing - 220000 Without limiting the application of all of the Contract Documents to the Subcontract,
More informationREQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County
REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County Proposals Due: 10:00 A.M., Thursday, March 28, 2019 Address Proposals
More informationSECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS
SECTION 01 00 00 GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Summary of Work: 1. General 2. Contract. B. Contract Considerations: 1. Schedule of values. 2. Applications for payment. 3.
More informationADDENDUM NO Refer to Specifications Section Alternates. Clarifications to alternate descriptions are as follows:
ADDENDUM NO. 1 TO THE DRAWINGS AND SPECIFICATIONS FOR THE New Dishman-McGinnis Elementary School Bowling Green Independent Schools Bowling Green, Kentucky BG 12-256 RTA 1209 March 11, 2013 To All Plan
More informationBABIES "R" US- TOYS R US
BABIES "R" US- TOYS R US PENSACOLA, FL PRE-BID CONFERENCE CALL NOTES ISSUED AS ADDENDUM #02 INFO: Call in #- 1-877-549-1308 Code- 296-130-0550 Leader code - 3107 DATE: Tuesday, October 2, 2012 TIME: 2:00
More informationSubcontractor Project Management Plan
Subcontractor Project Management Plan FOR LAYTON PROJECT: COMPANY: CONTACT NAME: ACTIVITY: Signed Date Written by: Reviewed by: Accepted by: Issue Date Description of Revisions Change Introduced by Change
More information2. 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 informationATTACHMENT D SCOPE OF SERVICES
ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.
More informationADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING
ADDENDUM No. 2 ITB No. 4561 WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING Bids Due: February 4, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be
More informationTRIAD ENGINEERING CONSULTANTS, INC.
TRIAD ENGINEERING CONSULTANTS, INC. 2638 Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and 27265 (336) 454-0225 Electrical Engineering Services Since 1984 admin@triadengmep.com
More informationJobsite Layout Considerations
1 Jobsite Layout Considerations The controlling contractor must consider many factors when laying out a site to support construction operations Site and building size and Equipment requirements configuration
More informationCherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE # 5A Metal and Structural Steel 09/01/11
SCOPE SUMMARY: DIVISION: 0 - LEGAL DOCUMENTS Complete; DIVISION: 1 - GENERAL REQUIREMENTS As Applicable; SECTION: 05 1200 - STRUCTURAL STEEL FRAMING Complete; SECTION: 05 2100 - STEEL JOIST FRAMING Complete;
More informationSAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD
TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,
More informationPROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS
ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY
More informationTexas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017
Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017 Automatic Fire Suppression - 210000 Without limiting the application of all of the Contract Documents to
More informationATTACHMENT A. Bid # 6793
ATTACHMENT A SCOPE OF WORK TECHNICAL SPECIFICATIONS AND CONTRACT DRAWINGS STORAGE SHED INSTALLATION AT THE SAN JOAQUIN COUNTY HOUSEHOLD HAZARDOUS WASTE FACILITY Bid # 6793 Department of Public Works Solid
More informationThe New Anderson County Hospital & Long Term Care Facility August 28, 2013 Garnett, KS Contract No Asphalt Paving
ADDITIONAL PROVISIONS CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools, equipment, plant, supplies,
More informationCITY OF MOORE Outdoor Fitness Equipment for Little River Park (Not to Exceed $65,000) RFP #
CITY OF MOORE Outdoor Fitness Equipment for Little River Park (Not to Exceed $65,000) RFP # 1900-04 The City of Moore Parks and Recreation Department is seeking written proposals for an Outdoor Fitness
More informationREQUEST FOR PROPOSAL. Design-Build Services for Intensive Care Unit and Patient Tower Expansion St. Charles Medical Center - Bend.
REQUEST FOR PROPOSAL Design-Build Services for Intensive Care Unit and Patient Tower Expansion St. Charles Medical Center - Bend For St. Charles Health System Issued: May 9, 2016 Proposal Due: June 9,
More information707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax
ADDENDUM 707 Minnesota Ave., Suite 506 Kansas City, Kansas 66101 Tel. 913.287.1900 Fax. 816.300.4102 www.wskfarch.com A r c h i t e c t u r e I n t e r i o r D e s i g n I l l u s t r a t I o n P l a n
More informationBi-Directional Static Load Testing of Drilled Shafts
Supplemental Technical Specification for Bi-Directional Static Load Testing of Drilled Shafts SCDOT Designation: SC-M-712 (9/15) September 2, 2015 1.0 GENERAL This work shall consist of furnishing all
More informationBi-Directional Static Load Testing of Drilled Shafts
Supplemental Technical Specification for Bi-Directional Static Load Testing of Drilled Shafts SCDOT Designation: SC-M-712 (01/18) 1.0 GENERAL This work shall consist of furnishing all materials, equipment,
More informationPrequalification Form
1.0 General Information Date: 1.1 Name of Firm _ County Telephone Toll Free Fax Website _ for Bid Purposes: Name Phone 1.2 Legal Identity: Sole Proprietorship Partnership Corporation Limited Liability
More informationA62 UT PRE-CONSTRUCTION MEETING AGENDA
Provided below are the agenda items typically required by the Owner for the Pre-Construction Meeting. Guidance provided in agenda items does not revise the requirements of the Agreement. Instructions:
More informationEXHIBIT II SCOPE OF CONTRACTOR'S SERVICES
BROOKS PATTERSON-COUNTY EECUTIVE EHIBIT II SCOPE OF CONTRACTOR'S SERVICES Provide construction management services for various projects as directed by OCFM and/or OCPRC. The scope of services for each
More informationBOWIE 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 information155 North Beech, Casper, WY * (307) * (307) Fax INDEX
INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT
More informationB ADDENDUM # 1
B0001582 ADDENDUM # 1 FROM: Kim Sowell Campus Box 12 Ph: 316-978-3784 Fax: 316-978-3528 TO: All Bidders DATE: 2/11/2019 CLOSING DATE AND TIME: 2/21/2019 @ 2:00 PM SUBJECT: B0001582 Addendum Construction
More informationVILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES. Part I: Proposal Information
VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES Part I: Proposal Information A General Information The Village of Vernon Hills is soliciting proposals for construction
More informationAddendum No. 1 Page 1 of 2
Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT
More informationUNION COUNTY VOCATIONAL-TECHNICAL SCHOOLS West Hall Addition Project Raritan Road, Scotch Plains, NJ
SPECIAL CONDITIONS Definitions: a) OWNER: Union County Vocational-Technical Schools UCVTS b) CITY or TOWN: Scotch Plains, New Jersey c) ARCHITECT: Netta Architects 1084 Route 22 West Mountainside, New
More informationGENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM
1. GENERAL 1.01 DESCRIPTION GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM A. The Contractor shall furnish all labor, equipment and materials necessary
More informationDOCUMENT BID PROPOSAL
DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of
More informationBID PACKAGE #4 BID BULLETIN #4 100% Construction Documents
BID PACKAGE #4 BID BULLETIN #4 100% Construction Documents Date: January 4, 2018 Project: Grand Island Regional Hospital 3533 Prairieview Street (SW Corner of Hwy 281 and Hwy 34) Grand Island, NE 68803
More informationThe New Anderson County Hospital & Long Term Care Facility September 5, 2013 Garnett, KS Addendum #2 Contract No Site Utilities
ADDITIONAL PROVISIONS CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools, equipment, plant, supplies,
More informationAudio Sessions. Session 4 PROCUREMENT. Construction Contract Administration Education Program
Audio Sessions Session 4 PROCUREMENT Construction Contract Administration Education Program Certified Construction Contract Administrator (CCCA) Preparatory Course 2011 The Construction Specifications
More informationUNC Chapel Hill Informal Contracting Guidelines
UNC Chapel Hill Informal Contracting Guidelines 1. Informal Contracts Informal bids are referenced by NC General Statute (NCGS) 143-131 as construction or repair work that does not reach the limits prescribed
More informationA62 PRE-CONSTRUCTION MEETING AGENDA
Provided below are the agenda items typically required by the Owner for the Pre-Construction Meeting. Guidance provided in agenda items does not revise the requirements of the Agreement. Instructions:
More information1. Instructions to Bidders AIA Document A701, 1997 Section of the above referenced IFB is hereby amended and restated as follows:
Segments 3, 4, 6 and 7 Pier Repairs Invitation for Bids (IFB) Project/Contract #C4962 Addendum # 1 November 30, 2018 To All Bidders: 1. Instructions to Bidders AIA Document A701, 1997 Section 5.3.1.3 of
More informationSubcontractor Pre-qualification Statement
Subcontractor Pre-qualification Statement By submitting this Statement, Subcontractor affirms that the information provided herein is true and sufficiently complete so as not to be misleading. All fields
More informationInvitation to Bid. Blacktop Sealcoating and Striping Dunlap High School Dunlap Middle School Dunlap Grade School
Invitation to Bid Blacktop Sealcoating and Striping Dunlap High School Dunlap Middle School Dunlap Grade School Sealed Bids will be received by the District Office, 3020 Willow Knolls Road, Peoria, IL
More informationDocument 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 informationVANDERBILT UNIVERSITY
VANDERBILT UNIVERSITY CAMPUS PLANNING & CONSTRUCTION PROJECT MANUAL GUIDELINES INTRODUCTION These instructions are intended to guide the Architect in preparing the Project Manual for Vanderbilt University
More informationSCOPE OF WORK AND GENERAL INSTRUCTIONS
SCOPE OF WORK AND GENERAL INSTRUCTIONS SCOPE OF WORK SUMMARY FOR PROJECT CONSTRUCTION SERVICES Project: IRB Planned Renovation for 16 th, 17 th and 18 th Floors Project No.: GOC1238936 Location: 300 West
More informationSECTION UNCLASSIFIED EXCAVATION AND GRADING
SECTION 02210 UNCLASSIFIED EXCAVATION AND GRADING PART 1 GENERAL 1.1 DESCRIPTION Work in this section includes the excavation, undercut excavating, grading, earthwork and compaction required as shown on
More informationInvitation for Bid - Standard Office Furniture / Task Chair
Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described
More informationBIRMINGHAM CITY SCHOOLS (BCS) OPERATIONAL CENTER COMPLEX BID PACKAGE #1 SITE WORK
HOSKINS ARCHITECTURE, LLC 1827 1 ST AVENUE NORTH, SUITE 104 BIRMINGHAM, ALABAMA 35203 205.321.4122 ADDENDUM NO. 1 PROJECT: BIRMINGHAM CITY SCHOOLS (BCS) OPERATIONAL CENTER COMPLEX BID PACKAGE #1 SITE WORK
More informationMATERIAL ALLOWANCES AND UNIT PRICES
PART 1 - GENERAL 1.1 SECTION INCLUDES ADDITIONS AND RENOVATIONS TO WEST YORK AREA HIGH SCHOOL - #1231 SECTION 012200 MATERIAL ALLOWANCES AND UNIT PRICES A. Measurement and payment criteria applicable to
More informationREQUEST FOR PROPOSAL. Construction Management Services Not at Risk
REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk
More informationFinance & Technology Administrator (815) ext 223
2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative
More informationSAMPLE WORK PLAN. 2. Execute subcontractor agreements and gather forms and documentation required from each sub
SAMPLE WORK PLAN You have just been awarded a $500,000 construction contract as a prime bidder. You will perform 60% of the work in-house (including your suppliers) and 40% will be performed by 3 different
More informationTCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II
SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division
More informationREQUEST FOR PROPOSAL (RFP) INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS
REQUEST FOR PROPOSAL (RFP) INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS Project Title: Parking Lot Sealcoating, Striping and Numbering RFP Number: EQ5P2SSAC-17-0008 RFP Issue Date: Monday, August 14, 2017
More informationRevised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY
Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY (Company Name) Port Commissioners Port of Corpus Christi Authority P. O. Box 1541 Corpus Christi,
More informationDAG 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 informationCoastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina
Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464
More informationAll subcontractor bidders are responsible for assuring that their subcontractors and vendors are properly apprised of the contents of this Addendum.
ADDENDUM NUMBER: 2 PROJECT: UNC Charlotte Residence Hall Phase XIV - Elevator Bid Package DATE: May 28, 2015 OWNER: UNC Charlotte ARCHITECT: FWA Group NOTICE TO BIDDERS: This addendum is issued prior to
More informationCHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS
CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 February 07, 2017 ITB NO. 17-17 MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY
More informationRFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION
RFB # 18-0197 ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION The following information was conveyed and discussed
More informationCARPENTRY SERVICE CONTRACT TO Salisbury University B. DIVISION 2 - SUPPLEMENTARY GENERAL CONDITIONS
CARPENTRY SERVICE CONTRACT 10-04 TO 9-09 Salisbury University SECTION III SPECIFICATIONS A. DIVISION 1 - GENERAL CONDITIONS 1. General B. DIVISION 2 - SUPPLEMENTARY GENERAL CONDITIONS 1. Qualifications
More informationTOWN OF WINTER PARK REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER / GENERAL CONTRACTOR
February 5, 2018 SUMMARY OF CM/GC SELECTION PROCESS FOR DIMMIT II APARTMENT BUILDING The Town of Winter Park requests proposals from qualified Construction Manager / General Contractor (CM/GC) firms for
More informationADDITIONAL PROVISIONS BP #3 - Site Concrete
ADDITIONAL PROVISIONS CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools, equipment, plant, supplies,
More informationSpecific requirements for individual units of work are included in the appropriate sections in Divisions 2 through 16.
SECTION 01 77 00 - PROJECT CLOSE-OUT PART 1 - GENERAL DESCRIPTION OF REQUIREMENTS: Definitions: Project close-out is the term used to describe certain collective project requirements, indicating completion
More informationAPPENDIX D CONSTRUCTION PHASE CRITERIA
A. GENERAL REQUIREMENTS CONSTRUCTION PHASE CRITERIA For the Construction Phase of the Project, the Architect/Engineer (A/E) is responsible for providing project administration for the Owner in accordance
More informationDick s Sporting Goods Demolition Package
REQUEST FOR PROPOSAL FOR COMPETITIVE SEALED PROPOSALS TO PROVIDE: Dick s Sporting Goods Demolition Package at Salt Lake City, UT 2425 E. Camelback Rd. Suite 750 Phoenix AZ 85016 Notice of Extended Payment
More informationMain 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 informationTABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE 1 PROJECT DESCRIPTION 2 2 PHYSICAL CONDITIONS/CONTRACT PLANS 2 3 PROJECT COORDINATION 3-5
TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE 1 PROJECT DESCRIPTION 2 2 PHYSICAL CONDITIONS/CONTRACT PLANS 2 3 PROJECT COORDINATION 3-5 3.1 Intent of Plans and Specifications 3.2 Interpretation of
More information1. 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 informationREQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District
REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September
More informationArchitectural Services
Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District
More informationPROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original
PROJECT BID NO EPWU PEM CONSULTANT SUBMITTED ON / / as a 95% (A) original RESUBMITTED ON / / as a 95% (B) revision 1.0 FRONT COVER 1.1 1.2 1.3 1.4 Title begins with location key words, otherwise with program/project
More informationTRIAD ENGINEERING CONSULTANTS, INC.
TRIAD ENGINEERING CONSULTANTS, INC. 2638 Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and 27265 (336) 454-0225 Electrical Engineering Services Since 1984 admin@triadengmep.com
More informationFURNITURE, FURNISHINGS AND EQUIPMENT BID DOCUMENTS
FURNITURE, FURNISHINGS AND EQUIPMENT BID DOCUMENTS FOR ORCHARD HILL ELEMENTARY SCHOOL 380 Foster Street SOUTH WINDSOR, CONNECTICUT 06074 TOWN OF SOUTH WINDSOR BID NO. 1617 031 DEPARTMENT OF ADMINISTRATIVE
More informationSECTION 2 DIVISION 01C DESIGN SERVICES PROJECT GUIDELINES (INFORMAL)
SECTION 2 DIVISION 01C DESIGN SERVICES PROJECT GUIDELINES (INFORMAL) PART 1 - PROJECT TITLE PAGE February 8, 2018 Project No. PROJECT NAME PART 2 - PROJECT GUIDELINES 2.1 BIDDERS/CONTRACTORS SHOULD CHECK
More informationOwner's Representative Scope Matrix - D/B Rev 10/28/2013
Ecluded Owner's Representative Scope Matri - D/B Rev 10/28/2013 The following matri is a worksheet to identify required and optional scope for Owner's Representative services. Please identify the scope
More informationCITY OF TACOMA Department of Public Utilities Tacoma Power
CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL
More informationSCOPE OF WORK AND GENERAL INSTRUCTIONS
SCOPE OF WORK AND GENERAL INSTRUCTIONS SCOPE OF WORK SUMMARY FOR PROJECT CONSTRUCTION SERVICES Project: ECCC Space Optimization Project No.: GOC504787 Location: 401 Burrard Street, Vancouver The purpose
More informationATTENTION: This is not an order. Read all instructions, terms and conditions carefully.
INVITATION FOR BIDS: CCK-2352-19 RESEARCH BUILDING #2: Bid Package 10 Press & Leader Ave. Hardscape, Paving, & Landscape Project #2425.0 ADDENDUM # 2 September 7th, 2018 ATTENTION: This is not an order.
More informationCONTRACT SERVICES PHASE 1: PRE-CONSTRUCTION
PHASE 1: PRE-CONSTRUCTION Schematics Phase Based upon program requirements and design parameters, D&J will establish conceptual budget and preliminary schedule for the project, which will highlight specific
More informationSECTION 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 informationADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE
ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT
More information