Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE. Building 300 Administration Fire Protection Bronson Blvd. Fennimore, WI 53809

Size: px
Start display at page:

Download "Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE. Building 300 Administration Fire Protection Bronson Blvd. Fennimore, WI 53809"

Transcription

1 Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE Building 00 Administration Fire Protection 00 Bronson Blvd. Fennimore, WI 0 PRA Project No SWTC Project No. -0 July 0

2

3 00-0 TITLE PAGE PROJECT MANUAL for SOUTHWEST WISCONSIN TECHNICAL COLLEGE Building 00 Administration Fire Protection 00 Bronson Blvd. Fennimore, WI, 0 PRA Project No SWTC Project No. -0 July 0 Owner Architect Southwest Wisconsin Technical College 00 Bronson Blvd Ph: Fennimore, WI 0 Fax: Plunkett Raysich Architects LLP Crossroads Drive, Suite 000 Ph: Madison, WI Fax: 00-0 Fire Protection IMEG Corp. Engineer 00 Deming Way Suite 00 Ph: 0-00 Middleton, WI Fax: 0-0 Copyright 0 by Plunkett Raysich Architects LLP All rights reserved under Pan American and International Copyright Conventions. This manual nor any part thereof may not be scanned or reproduced in any form without the written permission of Plunkett Raysich Architects LLP.

4

5 00-0 TABLE OF CONTENTS Southwest Wisconsin Technical College 00 Bronson Blvd. Fennimore, WI 0 PRA Project No SWTC Project No. -0 July 0 TABLE OF CONTENTS Title Page 00 0 Table of Contents DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 Invitation to Bid 00 Instructions to Bidders 00 Bid Form 00 Request for Interpretation 00 Substitution Request General Conditions Supplementary Conditions DIVISION 0 - GENERAL REQUIREMENTS 0 00 Summary 0 00 Work Restrictions 0 00 Unit Prices 0 00 Substitution Procedures 0 00 Contract Modification Procedures 0 00 Submittal Procedures Quality Requirements 0 00 References 0 Standard Architectural Drawing Abbreviations Temporary Facilities and Controls Product Requirements 0 00 Execution 0 Cutting and Patching 0 Construction Waste Management 0 00 Closeout Procedures DIVISION 0 EXISTING CONDITIONS 0 Selective Structure Demolition DIVISION 0 - FINISHES 0 Gypsum Board Assemblies 0 00 Acoustical Ceilings 0 00 Painting DIVISION - FIRE SUPPRESSION 0 00 Basic Fire Suppression Requirements 0 0 Through Penetration Firestopping 0 0 Fire Suppression Demolition for Remodeling 0 Fire Suppression Supports and Anchors 0 Fire Suppression Identification 00 Fire Protection Systems END OF TABLE OF CONTENTS

6

7 00-0 INVITATION TO BID INVITATION TO BID Southwest Wisconsin Technical College Building 00 Administration Fire Protection 00 Bronson Blvd. Fennimore, WI 0 Bids are solicited for the interior renovation at Building 00 to extend the Fire Protection system throughout the Administration area. An acceptable bid will require the contractor to provide a base bid amount for the described scope of work. It will be deemed by SWTC s choice to accept or reject from a single contractor, any combination of base bids submitted, to perform the work. The work consists of installing fire protection systems across approximately,00 square feet gross floor area. Bids Due: :00 pm, August 0 At: Southwest Wisconsin Technical College (SWTC) 00 Bronson Blvd., Room 0, Fennimore, WI 0 Attn: Ashley Crubel Bid Opening: Public Basis of Bid: Single lump sum Completion: November, 0 Bidding Documents and plan holders lists may be viewed on-line at A Pre-bid Conference is scheduled for am, August 0 at the main entry to Building 00 SWTC 00 Bronson Blvd., Fennimore, WI 0. Representatives, from the Owner, and the Architect's consultants will be present to answer questions. Prospective Contractors and Subcontractors are urged to attend. Owner: Southwest Wisconsin Technical College, 00 Bronson Blvd., Fennimore, WI 0. Architect: Plunkett Raysich Architects, LLP, Crossroads Dr., Suite 000, Madison, WI. Steve Kieckhafer, Architect skieckhafer@prarch.com Phone: END OF INVITATION TO BID

8

9 00-0 INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS DEFINITIONS Bidding Documents include the Bidding requirements and the proposed Contract Documents. The Bidding Requirements consist of the Instructions to Bidders, the Bid Form, and other sample bidding and contract forms. The proposed Contract Documents consist of the Agreement between the Owner and Contractor, Conditions of the Contract (General and Supplementary), Drawings, Specifications and Addenda issued prior to execution of the Contract. Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A0, or in other Contract Documents are applicable to the Bidding Documents. Addenda are written or graphic instruments issued by the Architect prior to the execution of the Contract that modify or interpret the Bidding Documents by additions, deletions, clarifications or corrections. A Bid is a complete and properly signed proposal to do the Work for the sums stipulated therein, submitted in accordance with the Bidding Documents. The Base Bid is the sum stated in the Bid for which the Bidder offers to perform the Work described in the Bidding Documents not indicated as Alternate Bids. An Alternate Bid is an amount stated in the Bid to be added to or deducted from the amount of the Base Bid if the corresponding change in the Work, as described as an Alternate in the Bidding Documents, is accepted. Alternates are mandatory; bids not responding to Alternates are liable to disqualification. A Bidder Proposed Alternate Bid is an amount stated in the Bid to be added to or deducted from the amount of the Base Bid if the corresponding change in the Work, as described in the proposal, is accepted. A Unit Price is an amount stated in the Bid as a price per unit of measurement for materials, equipment or services or a portion of the Work as described in the Bidding Documents. A Bidder is a person who or entity that submits a Bid. BIDDING DOCUMENTS Carefully review Project Manual, including Bidding Requirements, General and Supplementary Conditions, General Requirements, Specifications, Alternates and Addenda, all of which contain provisions applicable to all Bidders. Examine all drawings, as successful Bidder will be required to execute all Work belonging to its contract that is shown on Drawings, stated in the Specifications, or reasonably implied as necessary to complete the contract. Visit site to become acquainted with adjacent areas, means of approach to the site, present conditions of project site and facilities for delivering, storing, placing and handling of materials and equipment. Compare specifications and Drawings with existing work in place, inspect demolition requirements and become acquainted with conditions affecting execution of work, including other work being performed. Unless specifically stated otherwise, base bids upon assumption that work will be performed during regular working hours. INTERPRETATIONS AND CORRECTIONS

10 00-0 INSTRUCTIONS TO BIDDERS Bidders requiring clarification or interpretation of the Bidding Documents shall submit a written request to the Architect, to be received in Architect s office at least ten () days prior to the date set for receipt of Bids. Interpretations and corrections of and changes to the Bidding Documents will be made in writing by Addendum. The Owner, the Architect and the Architect's consultants cannot be held accountable for interpretations and corrections of and changes to the Bidding Documents made in any other manner. Failure to request timely clarification or interpretation of Bidding Documents does not relieve Bidder of responsibility to execute the work in accordance with the Contract Documents. Signing of Contract implies that Contractor has thorough comprehension of full intent and scope of Contract Documents. SUBSTITUTIONS Requests for substitution, in compliance with Section 0 00 "Substitution Procedures," will be considered if received by the Architect at least ten days prior to the date for receipt of Bids. Form of Acceptance: Addendum. Base Bid on product specified if an addendum regarding use of proposed substitution is not issued prior to Bid date. SALES TAX Each Bidder shall include all taxes required by law in the Bid. BIDDER'S REPRESENTATIONS In submitting a Bid, the Bidder represents that: He or she has thoroughly reviewed and understands the Bidding Documents and the Bid is made in full accordance with these documents and addenda issued thereto. He or she has thoroughly reviewed and understands the Bidding Documents related to the Work of other portions of the Project being bid concurrently or presently under construction. He or she has thoroughly reviewed available informational reports and documentation, visited the project site, become familiar with actual local conditions under which the Work is to be performed and has correlated his or her evaluations and personal observations with the requirements of the Bidding Documents. The Bid is based without exception upon the products, materials, equipment and systems required by the Bidding Documents. BID FORM Make bids on Bid Form provided. Alterations of or amendments to Bid Form, attachments thereto, or inclusion other written or printed matter other than that called for may disqualify Bid. Bids for arbitrary sub-divisions or sub-classifications of the work will not be accepted. Completing Bid Form: Fill out all blanks on the Bid Form by typing or writing in ink. Sign in ink. Erasures or other changes in Bid must be explained or noted over signature of Bidder. Bid Forms containing qualifications, conditions, omissions, unexplained erasures, alterations or items not called for in Bid Form or other irregularities of any kind may disqualify Bid. Enter bid amount in both written

11 00-0 INSTRUCTIONS TO BIDDERS words and printed figures in spaces provided on Bid Form. In case of conflict, amount given in written words will govern. Bid all requested Alternates. If no change to the Base Bid applies, enter No Change. Requirements of Signing: Include with each Bid full business address of Bidder. When requested by Owner, furnish satisfactory evidence of agency or authority of any person signing on behalf of another. Bids by corporations shall be executed in the full legal name of the corporation, giving State of Corporation and be signed by an authorized officer or officers, who shall, in each case, type or print name and corporate title beneath the signature. Bids by partnerships shall state the full name of all partners, such as "Smith and Jones, a partnership of John S. Smith and William B. Jones". Such bids must be signed by an authorized partner or other representative, with the name and title of the signer typed or printed beneath the signature. Bids by single proprietor: shall be signed by the company Owner. The signature shall be followed by the words "Sole Proprietor, with the name and title of the signer typed or printed beneath. Submission of Bids: The Bid, the bid security, and other documents required to be submitted with the Bid shall be enclosed in a sealed opaque envelope. The envelope shall be addressed to the party receiving the Bids and shall be identified with the Project name, the Bidder's name and address and, if applicable, the designated portion of the Work for which the Bid is submitted. If the Bid is sent by mail, the sealed envelope shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face thereof. Bids shall be deposited at the designated location prior to the time and date set for receipt of Bids (bid opening). Bids received after the time and date for receipt of Bids will be returned unopened. The Bidder assumes full responsibility for timely delivery at the location designated for receipt of Bids. Oral, telephonic, ed, or faxed Bids will not be considered. BID SECURITY Security in the form of a Bid Bond or Certified check at % of the Bid payable to the Owner shall accompany each bid as a guarantee that, if the Bid is accepted, the Bidder will execute the proposed contract and file the required bonds within days of Award of the Contract. Bonds shall be executed by an attorney-in-fact, and shall include a certified and effectively dated copy of his/her power of attorney. Where the certification is by facsimile, or otherwise does not bear an original signature, the bonding company must be qualified for recognition under facsimile execution. See Supplementary Conditions for Bond Requirements. CONTRACTOR S QUALIFICATION STATEMENT Bidders who are being considered for the award of a Contract shall submit to the Architect upon request a properly executed AIA Document A0, Contractor s Qualification Statement. ACCEPTANCE OF BID It is the intent of the Owner to accept the bid that, in the Owner s judgment, will be in the best interests of the Owner, provided the Bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available.

12 00-0 INSTRUCTIONS TO BIDDERS Owner reserves the right to: Reject any or all Bids Reject a Bid not accompanied by required bid security or by other data required by the Bidding Documents, Reject a Bid that is in any way incomplete or irregular, Waive any irregularities in any Bid, Reject any Unit Prices for additions to or deductions from scheduled amount of work as given in Bid, if considered excessive or unreasonable; or to accept them, by including in Contract any or all of such Unit Prices considered fair and reasonable. CONTRACT The Agreement into which the successful Bidder will be required to enter is based on AIA document A 00, Standard form of Agreement Between Owner and Contractor - Stipulated sum. The successful Bidder shall submit a completed copy of the above Agreement to the Owner for review within three days of notification of Bid acceptance. WITHDRAWAL OF BIDS Bids may be withdrawn on written or telegraphic request received from bidders prior to time set for Bid opening. Negligence on part of bidder in preparing bid confers no right for withdrawal of Bid after it has been opened. Withdrawn Bids will be returned unopened. All Bids shall be effective and open for acceptance for a period of 0 (sixty) days after date set for opening of Bids. END OF INSTRUCTIONS TO BIDDERS

13 00-0 BID FORM 00 - BID FORM Southwest Wisconsin Technical College Building 00 Administration Fire Protection 00 Bronson Blvd. Fennimore, WI 0 BIDS DUE: August 0, :00pm AT: Southwest Wisconsin Technical College (SWTC) 00 Bronson Blvd., Room 0, Fennimore, WI 0 TO: Southwest Wisconsin Technical College (SWTC) ATTENTION: Ashley Crubel Name of Corporation, Partnership, Sole Owner (cross out inapplicable) of Street City Zip Phone hereby agree(s) to execute proposed contract and to furnish a satisfactory bond in the amount specified and to provide all labor and materials required for the construction of the project designated above, for the prices set forth below, in strict accordance with the Contract Documents prepared by Plunkett Raysich Architects, LLP, Crossroads Drive, Suite 000, Madison, WI, dated July 0.. BASE BID Base Bid includes all work required to complete the Project, including Conditions of the Contract and Division 0 General Requirements, General Construction, Mechanical and Electrical Work, for the sum of: Dollars ($ ). BOND PREMIUM INFORMATION Cost of [Bid Bond] [and] [Performance and Payment Bond] included in Base Bid: Dollars ($ ). ADDENDUM RECEIPT The undersigned hereby acknowledges receipt and inclusion into this Bid Form of Addendum No. thru. 0

14 00-0 BID FORM FAMILIARITY WITH PROJECT CONDITIONS The undersigned acknowledges having visited the project site, become familiar with existing conditions and having attended the Pre-Bid Conference.. COMMENCEMENT, PROGRESS AND COMPLETION OF WORK The undersigned agrees, if awarded the contract, to commence the contract work within ten () calendar days upon receipt of Owner s written Notice to Proceed or award of Contract and as referred to in Article of the General Conditions "Time" and related Supplementary Conditions. The undersigned further agrees to complete the work in compliance with the requirements of the Contract Documents by. The undersigned understands that time is of the essence and agrees that the specified time period for completion stated above is a reasonable time for the completion of the work.. ASSIGNMENT FEE (not used). UNIT PRICES Refer to Division 0 Section "Unit Prices." A. ACT Tiles and supporting framing per sq ft. $ B. Painting, per sq ft. $ C. Steel stud partition, sound attenuation batts and /" gypsum oard both sides, per sq. ft $. MANDATORY ALTERNATE BIDS (not used). BID ACCEPTANCE.All Bids as stated above are effective and open for acceptance by the Owner for a period of sixty (0) days after date set for opening of bids.. SIGNATURE FIRM NAME: BY: TITLE: DATED: SEAL (If Bid is by Corporation) * * * Attached: Informational Attachment to Bid Form ( pages) 0

15 00-0 BID FORM 00 - INFORMATIONAL ATTACHMENT TO BID FORM Southwest Wisconsin Technical College Building 00 Administration Fire Protection 00 Bronson Blvd. Fennimore, WI 0 TO: Southwest Wisconsin Technical College (SWTC) We Name of Corporation, Partnership, Sole Owner (cross out inapplicable) of Street City Zip Phone hereby offer the following information regarding the work identified above and described in the preceding Bid Form:. The following work will be performed with our own forces as the Contractor:. The names of the supervisory personnel (manager, foreman, etc.) employed by us, as the Contractor, and selected for this project are:. The names and qualifications of the principal Subcontractors (Include drywall, painting, fire protection) proposed for applicable parts of the work are: 0

16 00-0 BID FORM 00 - We understand that the successful Bidder/Contractor shall establish to the acknowledged acceptance and satisfaction of the Owner and Architect the competence, the reliability and responsibility of the persons or entities proposed to administer, supervise, furnish and perform the Work required by the Bidding and Contract Documents. Any deviations from the above listed information shall also be approved by the Owner and Architect. FIRM NAME BY TITLE DATED SEAL (If Bid is by Corporation) * * * 0

17 00-0 REQUEST FOR INTERPRETATION 00 REQUEST FOR INTERPRETATION Project: Southwest Wisconsin Technical College Building 00 Administration Fire Protection To: Plunkett Raysich Architects, LLP RFI Number: Date: From: Re: Contractor s Request: Signed: Date Response Requested: To: THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE NOR A REQUEST FOR A PROPOSAL Architect s Interpretation: Proceeding with the Work in compliance with this interpretation indicates the Contractor's acceptance of no change in the Contract Sum and Contract Time. Signed: 0 Plunkett Raysich Architects, LLP Date:

18

19 00-0 SUBSTITUTION REQUEST 00 SUBSTITUTION REQUEST Date Received PROJECT: SWTC Building 00 Administration Fire Protection SPECIFIED ITEM: PROPOSED SUBSTITUTION: Description Section Number and Page Substitution for Cause; explain: Substitution for Convenience DOCUMENTATION Product Data, marked up to indicate compliance Specification, marked up to indicate compliance If submitted after Award of Contract, itemized cost difference between proposed and specified work. Other: CERTIFICATIONS Submitted by: Name and Title Firm Name phone The proposed substitution satisfies the conditions for substitutions listed in Section 0 00 "Substitution Procedures." Signature (Proposing sub-contractor) Date Endorsement (required for Substitutions after Award of Contract) The undersigned certifies that the above information is correct and that proposed substitution complies with the requirements of Section 0 00 "Substitution Procedures." Signature (Contractor/Construction Manager) Date ARCHITECT'S ACTION Approved: the Substitution will be incorporated in the Contract by Change Order. Approved: this form authorizes the Substitution as a Minor Change in the Work Request Denied: proposed substitution does not comply with Contract Documents. Request Denied: information is inadequate for evaluation. Comments: Consultant Date Plunkett Raysich Architects, LLP Date 0

20

21 00-0 SUPPLEMENTARY CONDITIONS SUPPLEMENTARY CONDITIONS TABLE OF ARTICLES The Supplementary Conditions modify the following paragraphs of AIA Document A0-00, General Conditions of the Contract for Construction. Where a portion of the General Conditions is modified or deleted by the Supplementary Conditions, the unaltered portions of the General Conditions remain in effect. Correlation and Intent of the Contract Documents Ownership and Use of Drawings, Specifications and Other Instruments of Service Labor and Materials Taxes Shop Drawings, Product Data and Samples Architect s Administration of the Contract Changes in the Work Substantial Completion Insurance and Bonds CORRELATION AND INTENT OF THE CONTRACT DOCUMENTS Add the following to Subparagraph..:... In the case of conflicts or discrepancies within or among the Contract Documents not clarified by Addendum, the better quality or greater quantity of work, as determined by the Architect, shall be provided.... Requirements of Sections in Division 0 "General Requirements" apply to the Work of all Sections in the Specifications. OWNERSHIP AND USE OF DRAWINGS, SPECIFICATIONS AND OTHER INSTRUMENTS OF SERVICE Add the following to Paragraph.:.. Copies of Architect's Electronic files plan view files (CAD) will be provided to Contractor for Contractor's use in connection with Project, subject to execution of AIA Document C-00 "Digital Data Licensing Agreement", any other disclaimer that PRA or our engineers deem necessary, and receipt of $0 processing fee for each discipline (Architectural, Fire Protection) requested. REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR Add the following to Paragraph.:.. The Owner is entitled to reimbursement from the Contractor for amounts paid to the Architect for evaluating and responding to the Contractor s requests for information that are not prepared in accordance with the Contract Documents or where the requested information is available to the Contractor from a careful study and comparison of the Contract Documents, field conditions, other Owner-provided information, Contractorprepared coordination drawings or prior Project correspondence or documentation. LABOR AND MATERIALS Add the following to Subparagraph..:

22 00-0 SUPPLEMENTARY CONDITIONS The Owner is entitled to reimbursement from the Contractor for amounts paid to the Architect for reviewing the Contractor's proposed substitutions and making agreed-upon changes in the Drawings and Specifications resulting from such substitutions. TAXES Add the following to Paragraph.:.. The Owner asserts to be exempt from payment of State sales and use taxes. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES.. The Architect s review of Contractor s submittals will be limited to examination of an initial submittal and one re-submittal. The Owner is entitled to reimbursement from the Contractor for amounts paid to the Architect for evaluation of additional re-submittals. ARCHITECT S ADMINISTRATION OF THE CONTRACT... The Owner is entitled to reimbursement from the Contractor for amounts paid to the Architect for site visits made necessary by the fault of the Contractor or by defects and deficiencies in the Work. CHANGES IN THE WORK Add the following to Paragraph.:.. The combined overhead and profit included in the total cost to the Owner of a change in the Work shall be based on the following schedule:. For the Contractor, for Work performed by the Contractor s own forces, percent of the cost.. For the Contractor, for Work performed by the Contractor s Subcontractors, -/ percent of the cost.. For each Subcontractor involved, for Work performed by that Subcontractor s own forces, percent of the cost.. For each Subcontractor involved, for Work performed by the Subcontractor s Subsubcontractors, -/ percent of the amount due the Sub-subcontractor.. Cost to which overhead and profit is to be applied shall be determined in accordance with Subparagraph.... In order to facilitate checking of quotations for extras or credits, all proposals shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. Where major cost items are Subcontracts, they shall be itemized also. SUBSTANTIAL COMPLETION... The Architect will perform no more than one inspection to determine whether the Work or a designated portion thereof has attained Substantial Completion in accordance with the Contract Documents. The Owner is entitled to reimbursement from the Contractor for amounts paid to the Architect for any additional inspections.

23 00-0 SUPPLEMENTARY CONDITIONS Add the following to Subparagraphs..: The Architect will perform no more than one inspection to determine whether the Work or a designated portion thereof has attained Final Completion in accordance with the Contract Documents. The Owner is entitled to reimbursement from the Contractor for amounts paid to the Architect for any additional inspections. Add the following to Subparagraphs..:... The adjustment for Work that is incomplete or not in accordance with the requirements of the Contract Documents shall be equal to -/ times estimated cost to complete or correct the Work as determined by the Architect. INSURANCE AND BONDS Add the following Clauses to Subparagraph..:... The limits for Worker s Compensation and Employers Liability insurance shall meet statutory limits mandated by State and Federal Laws. If limits in excess of those required by statute are to be provided, or the employer is not statutorily bound to obtain such insurance, or additional coverages are required, additional coverages and limits for such insurance shall be as follows: Each accident $,000,000 Disease, policy limit $,000,000 Disease, each employee $,000, The limits for Commercial General Liability insurance including coverage for Premises-Operations; Independent Contractor's Protective, Products and Completed Operations, Contractual Liability, Personal Injury and Broad Form Property Damage (including coverage for Explosion, Collapse and Underground Hazards) shall be as follows: Each Occurrence $,000,000 General aggregate $,000,000 Personal and Advertising Injury $,000,000 Products-Completed Operations Aggregate $,000,000. The policy shall be endorsed to have the General Aggregate apply to this Project only.. The Contractual Liability insurance shall include coverage sufficient to meet the obligations in AIA Document A0-00 under Paragraph... Products and Completed Operations insurance shall be maintained for a minimum period of () one year after either 0 days following Substantial Completion or final payment, whichever is earlier.... Automobile Liability Insurance (owned, non-owned and hired vehicles) for bodily injury and property damage: Each accident $,000, Umbrella or Excess Liability Coverage: Each occurrence $,000,000 END OF SUPPLEMENTARY CONDITIONS

24

25 00-0 SUMMARY SECTION 0000 SUMMARY SUMMARY Contracts Use of Premises Direct Purchase by Owner Energy rebates CONTRACTS The Project will be constructed under a construction contract between the Owner and the Contractor. USE OF PREMISES Owner will occupy site and existing building during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Provide not less than hours' notice of activities that will affect Owner's operations. Limit use of premises to work in areas where construction is indicated. Existing Building: Maintain existing building in a weather-tight condition throughout construction period. Repair damage caused by construction operations. Protect building and its occupants during construction period. Maintain access to exits, corridors and other adjacent in-use facilities. Do not close or obstruct exits, corridors or other in-use facilities without written permission from Owner. Maintain fire-resistance-rated enclosures and separations. Driveways 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 storage of materials. Schedule deliveries to minimize use of driveways and entrances. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. DIRECT PURCHASE BY OWNER The Owner asserts to be exempt from Wisconsin Sales and Use Taxes on direct purchases and reserves the right to implement the Owner s state sales tax exemption procedure. The Owner intends to purchase or rent directly materials, products and equipment for construction, when the total cost of an item or an aggregation of items to be ordered from one supplier is $, or more, and when the other conditions of this procedure are satisfied. The Contractor shall include the total of such applicable purchases in the [Bid Price] [Guaranteed Maximum Price]. In addition, after commencement of the Construction Phase, the Contractor shall promptly submit to the Owner a schedule of such purchases, including the total and itemized costs (separating sales and use taxes) of materials and equipment, the Vendor s name and general description of items to be purchased. 0-0

26 00-0 SUMMARY The Contractor shall provide services to the Owner for such purchases, including preparation of proposed purchase orders, recommendations of suppliers and vendors, receipt, storage, and protection of materials and equipment. The Owner will purchase from the vendor(s) and supplier(s) recommended by the Contractor, unless he is able to secure more advantageous prices elsewhere. Suppliers shall invoice the Owner. Invoices shall name the Owner as the purchaser and reference the purchase order number. The Contractor shall review the invoices and recommend to the Owner approval, partial approval or rejection. The Contractor shall also recommend to the Owner what retainage. if any, should be withheld from each Supplier. The Owner will order all materials and equipment directly purchased by him to be delivered to the job site. The Contractor shall accept delivery and promptly notify the Owner thereof. When the materials are delivered to the jobsite, the Contractor shall promptly unload and inspect them and bring defects and deficiencies to the attention of the Owner. The Contractor shall assist the Owner in contacting the supplier to correct or adjust the defects and deficiencies found. The cost for transportation and delivery is the responsibility of the Material Supplier/Vendor and shall be included in the Owner s total purchase price. The Contractor, as agent of the Owner, shall accept delivery and inform Owner thereof and be responsible for receiving, unloading, storage, inspection, temporary protection and installation of all material and equipment purchased by Owner. The Contractor shall have the same responsibilities for the installation of materials, products and equipment furnished by the Owner as he has for materials, products and equipment purchased by him, except as amended by this article. The Owner shall indemnify and hold the Contractor and Architect harmless from and against all claims asserted against the Contractor or Architect relating to the liability for Sales or Use Tax on materials, products and equipment, purchased or rented directly by the Owner, provided that: The Contractor promptly tenders to the Owner the defense, negotiation, or other handling of such claim; The Contractor provides all information requested by the Owner for the Owner s defense of the claim The claim is not the result of a breach by the Contractor of an agreement with the Owner. Requirements of this subparagraph shall not apply to materials, products or equipment manufactured or fabricated by the Contractor, nor to materials, products or equipment of which the Contractor is the vendor, nor to materials, products and equipment supplied and installed by the same entity. The Owner will write checks and remit payment directly to Suppliers. ENERGY REBATES The Contractor shall provide administrative help to the Owner for applications in the application process for energy rebates, including: Filling out required rebate application forms on behalf of the Owner. Providing required invoices for material purchases in the format required for the rebate. END OF SECTION 0-0

27 00-0 WORK RESTRICTIONS SECTION 000 WORK RESTRICTIONS SUMMARY Access to site. Coordination with occupants. Work restrictions. ACCESS TO SITE Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. 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. Driveways, Walkways and Entrances: Keep driveways, loading areas, 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 storage of materials. Existing Building: Repair damage caused by construction operations. COORDINATION WITH OCCUPANTS 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. Maintain access to existing, walkways, corridors, and other adjacent in-use facilities. Do not close or obstruct walkways, corridors, or other in-use facilities without written permission from Owner and approval of authorities having jurisdiction. Notify Owner not less than hours in advance of activities that will affect Owner's operations. WORK RESTRICTIONS Use of Public Streets: Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. On-Site Work Hours: Limit work in the existing building to normal business working hours of :00a.m. to :00 p.m., Monday through Friday, unless approved by owner. Weekend Hours: None, unless approved by owner. Hours for Utility Shutdowns: Owner's restrictions. Hours for noisy activity: Limit to early mornings and late in the evening. 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: Notify Owner not less than three days in advance of proposed utility interruptions. Obtain Owner's written permission before proceeding with utility interruptions. -0

28 00-0 WORK RESTRICTIONS Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Owner occupancy with Owner. Notify Owner not less than three days in advance of proposed disruptive operations. Obtain Owner's written permission before proceeding with disruptive operations. Nonsmoking Building: Smoking is not permitted within the building or within feet of entrances, operable windows, or outdoor-air intakes. Controlled Substances: Use of tobacco products and other controlled substances within the existing building is not permitted. END OF SECTION -0

29 00-0 UNIT PRICES SECTION 000 UNIT PRICES PART - GENERAL RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 Specification Sections, apply to this Section. SUMMARY Administrative and procedural requirements for unit prices. DEFINITIONS Unit price is a price per unit of measurement for materials, equipment or services, or a portion of the Work, added to or deducted from the Contract Sum by appropriate modification, if estimated quantities of Work required by the Contract Documents are increased or decreased. PROCEDURES Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead and profit. Owner reserves the right to reject Contractor s measurement of work-in-place that involves use of established unit prices and to have this work measured, at Owner s expense, by an independent surveyor acceptable to Contractor. List of Unit Prices: The list of unit prices is included in the Bid Form. Applicable Specification Sections contain requirements for materials described under each unit price. PART - PRODUCTS (Not Used) PART - EXECUTION (Not Used) END OF SECTION -0

30

31 00-0 SUBSTITUTION PROCEDURES SECTION SUBSTITUTION PROCEDURES PART - GENERAL RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 Specification Sections, apply to this Section. SUMMARY Administrative and procedural requirements for substitutions. Related requirements include: Section 0 0 "Allowances" for products selected under an allowance. Section 0 00 "Alternates" for products selected under an alternate. Section "Product Requirements" for comparable product submittals. DEFINITIONS Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 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. 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. ACTION SUBMITTALS Substitution Requests: Identify product, fabrication or installation method to be replaced. Substitution Request Form: Use form provided as page 00 of Project Manual. Documentation: Show compliance with conditions for substitutions and the following, as applicable: Statement indicating why specified product or installation cannot be provided. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Significant qualities include performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Include: Product Data, including drawings, descriptions of products, and fabrication and installation procedures. Annotate data to indicate compliance of proposed substitution with requirements. Copy of applicable Specification Section annotated to show compliance of proposed substitution. Deviations, if any, from the Work specified. -0

32 00-0 SUBSTITUTION PROCEDURES Samples, where requested. Coordination information, including a list of changes or revisions needed to other parts of the Work which will be necessary to accommodate proposed substitution. Certificates and qualification data, where requested. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. Detailed comparison of Contractor's construction schedule using proposed substitution 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. Cost information, including a proposal of change, if any, in the Contract Sum. 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. 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. 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 () fifteen days of receipt of request, or () seven days of receipt of additional information or documentation, whichever is later. Forms of Acceptance: Change Order, Construction Change Directive, or Architect's Supplemental Instructions for minor changes in the Work. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. QUALITY ASSURANCE 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. PROCEDURES The Contractor s submittal and Architect s acceptance of Schedules, Drawings, Product Data or Samples that relate to construction activities not complying with the Contract Documents does not constitute an acceptable request for substitution, nor does it constitute approval. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. -0

33 00-0 SUBSTITUTION PROCEDURES PART - PRODUCTS SUBSTITUTIONS Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than days prior to time required for preparation and review of related submittals. 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: Requested substitution is consistent with the Contract Documents and will produce indicated results. Requested substitution provides sustainable design characteristics that specified product provided. Substitution request is fully documented and properly submitted. Requested substitution will not adversely affect Contractor's construction schedule. Requested substitution has received necessary approvals of authorities having jurisdiction. Requested substitution is compatible with other portions of the Work. Requested substitution has been coordinated with other portions of the Work. Requested substitution provides specified warranty. 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. Substitutions for Convenience: Architect will consider requests for substitution if received within 0 days after commencement of the Work. Requests received after that time may be considered or rejected at discretion of Architect. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect may return requests without action, except to record noncompliance with these requirements: 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. Requested substitution does not require extensive revisions to the Contract Documents. Requested substitution satisfies the conditions for Substitution for Cause above. END OF SECTION -0

34

35 00-0 CONTRACT MODIFICATION PROCEDURES SECTION 000 CONTRACT MODIFICATION PROCEDURES PART - GENERAL RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 0 Specification Sections, apply to this Section. SUMMARY Administrative and procedural requirements for handling and processing Contract modifications. MINOR CHANGES IN THE WORK Architect will issue to the Contractor supplemental instructions authorizing minor changes in the work, not involving adjustment to the Contract Sum or Contract Time, as a response to a Request for Architect's Interpretation; a form for this is included in the Project Manual. OWNER-INITIATED PROPOSAL REQUESTS Architect will issue a detailed description of proposed changes in the work that will require adjustment to the Contract Sum or Contract Time. If necessary, the description will include supplemental or revised drawings and specifications. Proposal requests issued by Architect are for information only. Do not consider them as an instruction either to stop work in progress or to execute the proposed change. Within days of receipt of a proposal request, submit an estimate of cost necessary to execute the change to the Architect for the Owner s review. Include an itemized breakdown of costs, including a list of quantities of products required and unit costs, if applicable, with the total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities. Indicate amounts of applicable taxes, insurance and bond requirements, delivery charges, equipment rental and trade discounts. List separately overhead and profit, and supplier and handling fees. Credit for deletions from Contract shall be documented same as additions to Contract. Include a statement indicating justification of the total effect the proposed change in the work will have on the Contract Time. CONTRACTOR-INITIATED PROPOSALS When latent or unforeseen conditions require modifications to the Contract, the Contractor may propose changes by submitting a request for a change to the Architect. Include a statement outlining the reasons for the change and the effect of the change on the work. Provide a complete description of the proposed change. Indicate the total effect of the proposed change on the Contract Sum and Contract Time for a total, all-inclusive cost necessary to execute the proposed change. Include a list of quantities of products required and unit costs, if applicable, with the total amount of purchases to be made. Where requested, furnish all survey data to substantiate quantities. 0

36 00-0 CONTRACT MODIFICATION PROCEDURES Indicate applicable taxes, delivery charges, equipment rental and amounts of trade discounts. 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. Comply with requirements for substitutions in Division Section Product Requirements if the proposed change requires substitution of one product or system for a product or system specified. CONSTRUCTION CHANGE DIRECTIVES When the Owner and the Contractor disagree on the terms of a Proposal Request, the Architect will issue a Construction Change Directive on AIA Form G. The Construction Change Directive instructs the Contractor to proceed with a change in the work, for subsequent inclusion in a Change Order. The Construction Change Directive contains a complete description of the change in the work. It also designates the method to be followed to determine change in the Contract Sum or Contract Time. Promptly execute the change in work. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. After completion of the change, submit an itemized account and all supporting data necessary to substantiate cost and time adjustments to the Contract. CHANGE ORDERS On Owner's approval of a Proposal, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G0. Where quantities and unit costs have been quoted and verified, Change Order will be executed on Lump Sum Basis. Where unit cost is quoted and quantity is not, Change Order will be treated as a Time and Material Change Order. Submit promptly itemized account and supporting data after completion of change. Include the following: Origin and date of the claim. Dates and times of work was performed and by whom. Time records and wage rates paid. Invoices and receipts for products, equipment and subcontracts similarly documented. The Contractor shall revise Schedule of Values and Application of Payment AIA Form G0 to record each authorized Change Order as a separate line item, and adjust the Contract Sum as shown on Change Order. END OF SECTION 0

37 00-0 SUBMITTAL PROCEDURES SECTION 000 SUBMITTAL PROCEDURES PART - GENERAL RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 Specification Sections, apply to this Section. SUMMARY Administrative and procedural requirements for submitting shop drawings, product data, samples and other miscellaneous submittals. Related sections include: Division 0 Section "Quality Requirements" for submitting test and inspection reports. Division 0 Section "Product Requirements" for submitting Substitution Requests. Division 0 Section Closeout Procedures for submitting warranties, project record documents and operation and maintenance manuals. DEFINITIONS Action Submittals: Written and graphic information that requires Architect s responsive action. Informational Submittals: Written information that does not require Architect s approval. Submittals may be rejected for not complying with requirements. SUBMITTAL PROCEDURES Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and related activities that require sequential activity. Coordinate transmittal of different types of submittals for related parts of the work so processing will not be delayed because of need to review submittals concurrently for coordination. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. Processing Time: Allow enough time for submittal review, including time for re-submittals, as follows. Time for review shall commence on Architect s receipt of submittal. Allow not less than days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Architect will advise Contractor when a submittal being processed must be delayed for coordination. Where sequential review of submittals by Architect s consultants, Owner or other parties is required, allow days for initial review of each submittal. Allow days for processing each re-submittal. 0-00

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

OSNI PONCA OFFICE REMODEL

OSNI PONCA OFFICE REMODEL OSNI PONCA OFFICE REMODEL PROJECT MANUAL OCTOBER 2016 SCHEMMER PROJECT NO. 06571.002 OSNI PONCA OFFICE REMODEL TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000115 LIST OF DRAWING

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

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

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

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. 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

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

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

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

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

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

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

1. Project Name: Lafayette Meadows Elementary School Addition & Renovation, Fort Wayne, Indiana

1. Project Name: Lafayette Meadows Elementary School Addition & Renovation, Fort Wayne, Indiana The following information and special instructions is being furnished to prospective Bidders desiring to submit Bids for the Work on the following project. NOTE: Interested bidders shall submit to the

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT RFP # 1710005 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

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

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

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

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

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation 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 information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

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

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 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 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

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

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

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for

More information

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

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

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

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

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

Audio Sessions. Session 4 PROCUREMENT. Construction Contract Administration Education Program

Audio 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 information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

6494 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 information

NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation

NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation Bid No. B18/9998 05/09/2018 NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation Sealed Bids will be received until 3:00 P.M. (Tucson Time), June 5, 2018, by Pima County Community

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

Building E 2017 RTU Replacement

Building E 2017 RTU Replacement Building E 2017 RTU Replacement 8900 US Hwy 14 Crystal Lake, Illinois 60012 PROJECT MANUAL January 31, 2017 20/10 Engineering Group, LLC 1216 Tower Road Schaumburg, Illinois 60173 847-882-2010 Fax (847)

More information

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal 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 information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

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

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

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

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

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

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

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

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017 Addendum No. 1 DATE: October 16, 2017 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Respondents SUBJECT: Addendum No. 1 PROJECT NAME: IT Office Remodel JJC PROJECT NO.: B17027

More information

NOTICE INVITING SEALED BIDS East Campus Exterior EIFS and Painting Project

NOTICE INVITING SEALED BIDS East Campus Exterior EIFS and Painting Project Bid No. B17/9963 April 11, 2017 NOTICE INVITING SEALED BIDS East Campus Exterior EIFS and Painting Project Sealed Bids will be received until 3:00 P.M. (Tucson Time), May 4, 2017, by Pima County Community

More information

REQUEST FOR QUOTATIONS Crushed Gravel

REQUEST FOR QUOTATIONS Crushed Gravel REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

Faculty Student Association

Faculty Student Association State University of New York College at Fredonia 280 Central Ave. Fredonia, New York 14063 PROJECT SPECIFICATIONS BID SET CHAINTREUIL JENSEN STARK ARCHITECTS, LLP 54 SOUTH UNION ST. ROCHESTER, NEW YORK

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

SECTION ADVERTISEMENT FOR BIDS

SECTION ADVERTISEMENT FOR BIDS George FROM: SECTION 00 1113 ADVERTISEMENT FOR BIDS 1.01 THE OWNER (HEREINAFTER REFERRED TO AS OWNER): A. Ogden School District B. 1950 Monroe Boulevard C. Ogden, Utah 84401 1.02 AND THE ARCHITECT (HEREINAFTER

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY 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 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

ADDENDUM 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 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

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

Building D 2016 Boiler Replacement McHenry County College 8900 US Hwy 14 Crystal Lake, Illinois 60012

Building D 2016 Boiler Replacement McHenry County College 8900 US Hwy 14 Crystal Lake, Illinois 60012 Building D 2016 Boiler Replacement 8900 US Hwy 14 Crystal Lake, Illinois 60012 PROJECT MANUAL April 13, 2016 20/10 Engineering Group, LLC 1216 Tower Road Schaumburg, Illinois 60173 847-882-2010 Fax (847)

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

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) February 16, 2017 PROJECT Facilities Master Plan - Phase 1 Interior Renovations PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century,

More information

FURNITURE, FURNISHINGS AND EQUIPMENT BID DOCUMENTS

FURNITURE, 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 information

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL WASHINGTON COMMUNITY SCHOOLS Washington, Indiana PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

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

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor 2375 Roosevelt Street Dubuque, IA 52001 Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor Kitchen Ventilation SUNNYCREST MANOR KITCHEN VENTILATION 2375

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

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

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

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

SECTION SUPPLEMENTARY GENERAL CONDITIONS

SECTION SUPPLEMENTARY GENERAL CONDITIONS SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS PART 1 - GENERAL 1.1 SCOPE OF WORK In general, the Work consists of application of a fluid applied membrane, installation of new tapered insulation, installation

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

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT 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 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

GENERAL REQUIREMENTS

GENERAL REQUIREMENTS CITY OF BRAMPTON LANDSCAPE SPECIFICATIONS SECTION 01001-1 PART 1 GENERAL 1.1 Work Covered By Contract Documents.1 Work covers, in general terms: demolition, removals, site preparation and complete construction

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 1: Stairs DATE: December 29, 2017 1235 Mission Street San Francisco, California SFUSD Project

More information

Document B105. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

Document B105. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project TM Document B105 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

PORT OF TACOMA TACOMA, WASHINGTON NIM TOWER FOURTH FLOOR RENOVATIONS PROJECT NO CONTRACT NO

PORT OF TACOMA TACOMA, WASHINGTON NIM TOWER FOURTH FLOOR RENOVATIONS PROJECT NO CONTRACT NO DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 00 01 01 - PROJECT TITLE PAGE PORT OF TACOMA TACOMA, WASHINGTON NIM TOWER FOURTH FLOOR RENOVATIONS PROJECT NO. 101247.02 CONTRACT NO. 070929

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

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT 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 information

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center. ADDENDUM #2 Design/Build Contractor RFP Bid #0606-14 for the Joint-Use 21 st Century Post-Century Education Center SJECCD California July 7, 2014 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San

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