GEMINI MAUNA KEA CHILLED WATER RENOVATION PROJECT (MK) TECHNICAL SPECIFICATIONS

Size: px
Start display at page:

Download "GEMINI MAUNA KEA CHILLED WATER RENOVATION PROJECT (MK) TECHNICAL SPECIFICATIONS"

Transcription

1 GEMINI MAUNA KEA CHILLED WATER RENOVATION PROJECT (MK) PREPARED FOR: Gemini Observatory 670 North Aohoku Place Hilo, HI TECHNICAL SPECIFICATIONS FINAL (BID) SUBMITTAL FEBRUARY 2017 Prepared By: 828 Fort Street Mall, Suite 500 Honolulu, Hawaii Tel: of 108

2 TABLE OF CONTENTS FRONT END BIDDING AND CONTRACT FORMS TO BE SUBMITTED DIVISION 1 TO DIVISION General Requirements Work Sequence Administrative Provisions Project Coordination Work Restrictions Description of Alternates Submittal Procedures Construction Facilities Pollution Control Contract Close-Out Cleaning DIVISION 15 - MECHANICAL Mechanical General Provisions Supports, Anchors, and Seals Mechanical Identification Glycol Cooling Distribution w-attachments Direct Digital Controls Testing, Adjusting, and Balancing DIVISION 16 - ELECTRICAL Electrical General Provisions Electrical Work of 108

3 DIVISION 1 GENERAL REQUIREMENTS SECTION GENERAL REQUIREMENTS PART 1 GENERAL 1.01 GENERAL CONDITIONS The General Provisions and Special Provisions in these specifications shall govern all work specified hereinafter in all DIVISIONS and SECTIONS DIVISION OF WORK The Divisions and Sections into which these specifications are divided shall not be considered an accurate or complete segregation of work by trades. This also applies to all work specified within each section SCOPE OF WORK A. All materials and effort necessary for a complete and functioning system (excluding scope self-performed by Gemini) in accordance with the Construction Documents including but not limited to: 1. MK Phase 1: Fluid Cooler Scope MK Mechanical Scope: a. Demolition work between POC#1 and POC#2 b. Installation of FC-1 on Fluid Cooler Isolation Frame c. Installation of CP-6A, CP-6B, CP-8, ET-3, AS-3 d. Installation of interconnecting piping including all valves, gauges and sensors e. Leak check systems to 1.5x operating pressure f. Flush clean, refill coolant and bleed air from pipe circuits (GN to provide coolant) g. Installation of insulation on pipe and accessories h. Wall mount (5) ea. VFD 3-hp Plate Mounted Assembly i. Wall mount(1) ea. PRFlex 5 Control Enclosure j. Support system start-up, functional testing and commissioning MK Electrical Scope: a. Installation of all necessary power and control conduits and wiring for CP-6A, CP-6B, CP-8, PRFLex5, and FC-1. This includes but is not limited to necessary junction boxes, hangers and accessories. Provide electrical connections to owner furnished VFDs. b. Termination and labeling of all necessary wires to point of connection on terminal devices, equipment and control enclosures. c. Quality check all wiring for continuity and proper termination. d. Necessary troubleshooting during functional testing and system start-up to resolve any electrical scope issues. MK Controls Scope(Self-performed by Gemini): a. All necessary PLC programming and hardware in accordance with Construction Documents b. System start-up and commissioning 2. MK Phase 1.5: Critical Coolant Tie-in Scope TECHNICAL SPECIFICATIONS General Requirements Gemini Mauna Kea Chilled Water Renovation Project (MK) of 108

4 MK Mechanical Scope: a. Functional test of Isolation Valves at POC#11 and POC#12 to confirm proper operation. Replace valves if determined necessary b. Advance prep work for critical coolant tie-ins at POC#13 c. Perform Critical Tie-ins at POC#13 during shutdown of 15 o F chilled water circuit d. Install 2 ea IV on CP-4 circuit e. Install FM-3, 6, 8 & 9 f. Remove Gemini Cross Over to pumps at POR #9 & POR #10 3. MK Phase 2: Chiller Scope MK Mechanical Scope: a. Reclaim all R-22 refrigerant in existing CH-2 and provide to GN in R-22 canisters for future reuse by GN. b. Demolition and disposal of existing CH-2 in accordance with all applicable regulations. c. Transport CH-2N from level 2 corridor thru Plant Room and Wind Tunnel to point of installation d. Installation of CH-2N on CH-2N Isolation Frame e. Installation of CP-5, CP-7, HX-2, HX-3 and ET-4 including all necessary mounting hardware f. Installation of interconnecting piping including all valves, gauges and sensors g. Leak check systems to 1.5x operating pressure h. Flush clean, refill coolant and bleed air from pipe circuits (GN to provide coolant) i. Installation of insulation on pipe and accessories j. Pedestal mount (4) ea. VFD 7.5-hp Strut Mounted Assembly k. Wall mount (1) ea. PRFlex 6 Control Enclosure l. Support system start-up, functional testing and commissioning MK Electrical Scope: a. Demolition and disposal of conduit and wiring for existing CH-2, CH-3, CP-2, CP-3, CP-4 and CP-5. b. Installation of all necessary power and control conduits and wiring CH-2, CP-2, CP-3, PRFLex6, CP-4 and CP-5. This includes but is not limited to necessary junction boxes, hangers and accessories. Provide electrical connections to owner furnished VFDs. c. Termination and labeling of all necessary wires to point of connection on terminal devices, equipment and control enclosures d. Quality check all wiring for continuity and proper termination e. Necessary troubleshooting during functional testing and system start-up to resolve any electrical scope issues MK Controls Scope (Self-performed by Gemini): a. All necessary PLC programming b. System start-up and commissioning of CH-2N, HX-3 circuit and HX-2 circuit B. In the fall of 2016, the project submitted an application for a County of Hawaii Building Permit. The County assigned the project Permit # A2016-BH County released a Plan Review Comments Letter dated 01/06/17. The Project anticipates receiving County permit approval prior to execution of construction contract. TECHNICAL SPECIFICATIONS General Requirements Gemini Mauna Kea Chilled Water Renovation Project (MK) of 108

5 1.04 DRAWINGS A. The location, extent and design of the required construction and improvements are shown and noted on the Drawings accompanying these Specifications, which Drawings are hereby made a part of these Specifications and the Contract. A complete list of Drawings and Titles is given on the Title Sheet of the Drawings. B. Where as shown, as indicated, as noted, as detailed, as scheduled, or words of like meaning are used in these Contract Documents, it shall be understood that the reference to the foregoing Drawings is being made, unless otherwise specified. C. When reference to the work plans is made anywhere in the Contract Documents, it shall be understood that such reference refers to the Drawings SPECIFICATION LANGUAGE These Specifications are written in imperative and abbreviated form. This imperative language of the technical sections is directed at the Contractor, unless specifically noted otherwise. Incomplete sentences shall be completed by inserting shall, the Contractor shall, and shall be, and similar mandatory phrases by inference in the same manner as they are applied to notes on the drawings. The words shall be shall be supplied by inference where a colon (:) is used within sentences or phrases. Except as worded to the contrary, fulfill (perform) all indicated requirements whether stated imperatively or otherwise SUBSTITUTION OF MATERIALS AND EQUIPMENT A. Request for substitution shall be submitted within the time designated in the SPECIAL PROVISIONS. B. All submittals, excepting for samples and documents requiring original signature, shall be e- mailed to Gemini.Contract.N79684C@gemini.edu. Samples and documents requiring original signature shall be mailed or delivered to 670 North A ohoku Place, Hilo, HI C. ed request shall be submitted together with electronic technical brochures and be accompanied by a statement of variances as shown on the attached Sample Request for Substitution. Only Request for Substitution using the attached sample format will be considered. The statement of variances shall list all features of the proposed substitution which differ from the plans, specifications and/or product(s) specified and shall further certify that the substitute has no other variant features. The brochures shall be clearly marked showing make, model, size, options, etc., and shall include sufficient evidence to enable the owner to evaluate each feature listed as a variance. All submittals with insufficient information for evaluation shall be rejected. Should an unlisted variance be discovered after installation of the product, the penalty shall be immediate replacement with the original specified item at no cost to the owner. If sufficient evidence from which a determination can be made for a particular model does not accompany a request for substitution, the request shall be denied. The decision of the owner will be final. D. When submitting request for substitutions, if the Contractor elects to use materials and/or equipment other than those shown on the plans and/or specifications, the Contractor shall be responsible to revise existing conditions and to coordinate work with other trades as many be TECHNICAL SPECIFICATIONS General Requirements Gemini Mauna Kea Chilled Water Renovation Project (MK) of 108

6 necessary because of the substituted product. Any additional cost to implement such a change shall be borne by the Contractor at no cost to the owner. E. Bidders are cautioned to review the Technical Specifications carefully and thoroughly. Objections to or request for clarification of the specifications shall be made in writing to Gemini.Contract.N79684C@gemini.edu no later than the time and date designated in the Notice to Bidders. The submittal of a bid shall be considered as acceptance of the specifications as published. Protest concerning the Technical Specifications lodged after bid opening shall not be considered PATENTED DEVICES, MATERIALS AND PROCESSES If the Contractor is required or desires to use any design, device, material or process covered by letters of patent or copyright, the right for such use shall be processed by the Contractor from the patentee or owner. The Contractor and Surety shall indemnify and hold harmless the owner, and affected third part or Designer of Record (Engineer) from any and all claims for infringement by reason of the trademark or copyright in connection with the work to be performed under the contract, shall indemnify the owner and Designer of Record (Engineer) for any costs, expenses and damages which it may be obligated to pay by reason of any infringement at any time during the prosecution of after the completion of the work DESCRIPTION OF BID ITEM A. The work to be done shall include performing all operations and furnishing all equipment (excluding equipment furnished by Gemini itemized in 1.09 MK EQUIPMENT PROVIDED BY GEMINI), fixtures, appliances, tools, materials, and labor necessary to execute, complete, and deliver all of the work and incidental related items required for the project as called for on the drawings and as described in the Contract Documents. B. The project site is located at the Gemini North Observatory located at the summit of Mauna Kea, Hawaii at an elevation of 13,750 ft. above sea level. C. Contractor shall review the Construction Drawings and Technical Specifications Manual for a complete description of the work. D. Contractor shall visit the job site and make certain that he/she understands the extent of the work and existing job conditions before he/she submits a formal bid. See Section WORK SEQUENCE paragraph 1.02 B, Mandatory Contractor s Pre-Bid Meeting Information. E. Contractor to provide the following as part of the Bid Proposal: 1. Documented Injury & Illness and Prevention Plan 2. Documented Employee Safety Program 3. Documented Hazard Communication Program 4. A Preliminary Project Plan (Preliminary Plan). The Preliminary Plan shall include but not be limited to: a. Estimated project duration b. A minimum of 24 work task describing the sequence of work. c. Each work task shall have a maximum duration of one week d. Each work task shall identify effort by trade to perform the task e. Each work task shall identify specialty equipment needed to perform the task TECHNICAL SPECIFICATIONS General Requirements Gemini Mauna Kea Chilled Water Renovation Project (MK) of 108

7 f. Each work task shall identify anticipated disruption to Gemini operations and Bidder s proposed mitigation strategy to limit the disruption g. Each work task shall Identify perceived risk and challenges and Bidder s proposed risk mitigation strategy h. All work task shall be compiled into a preliminary schedule i. The preliminary schedule shall include all milestone payments j. The plan shall also state the earliest contractor could commence on-site work k. The preliminary plan should clearly demonstrate to owner that Bidder has thoroughly thought thru all aspects of the project and is uniquely qualified to execute the plan safely in a timely, efficient and professional manner F. A Milestone Payment Schedule having a minimum of 12 payments. Bidder s Milestone Payments shall be based on verifiable deliverables identified in Bidder s Preliminary Plan. Sum of Bidder s Milestone Payments shall equal Bidder s full Contract Cost as itemized on Bidder s Fixed Price Cost Sheet. G. RFB Schedule: RFBs Issued: 13 February 2017 Bidders Site Visit: 22 February 2017 Bids Due: 09 March :00 pm HST 1.09 MK EQUIPMENT PROVIDED BY GEMINI: GN shall provide MK Contractor with the below list of equipment and hardware delivered to site for installation by MK Contractor. MK Contractor shall provide the balance of hardware, equipment and materials for a complete and functioning system unless otherwise noted below. For a more detail description of GN provided hardware please refer to the MK Construction Documents. a. CH-2N Modular Chiller b. CH-2N Support Frame including vibration isolation springs (per drawing S011) c. FC-1 Fluid Cooler d. FC-1 Support Frame including vibration isolation springs (per drawing SO11) e. CP-5 Pump-end only f. CP-6A Pump & Motor Assembly g. CP-6B Pump & Motor Assembly h. CP-7 Pump & Motor Assembly i. CP-8 Pump Assembly j. AS-2 Air Separator k. AS-3 Air Separator l. ET-3 Expansion Tank m. ET-4 Expansion Tank n. HX-2 Plate Heat Exchanger o. HX-3 Plate Heat Exchanger p. FM-1 thru FM-9 Flow Sensors q. TCV-1 Temperature Control Valve r. TCV-2 Temperature Control Valve s. NS1 2-way Solenoid Valve t. NS-2 2-way Solenoid Valve u. VFD 3-hp Plate Mounted Assembly; (5) ea. v. VFD 7.5-hp Pedestal Mounted Assembly; (4) ea. w. PrFlex 5 Control Enclosure TECHNICAL SPECIFICATIONS General Requirements Gemini Mauna Kea Chilled Water Renovation Project (MK) of 108

8 x. PrFlex 6 Control Enclosure y. All pressure gauges, pressure sensors and differential pressure sensors z. All temperature gauges and temperature sensors 1.10 MK CONTROLS EFFORT SELF-PERFORMED BY GEMINI: GN shall self-perform the Controls Contractor scope of work including but not limited to providing all control hardware, control enclosures, programming, control sequencing and system start-up and commissioning. Electrical Contractor shall provide and install all necessary control conduits and wiring and make all necessary terminations to Control System components. Mechanical Contractor shall mount all necessary Control Enclosures, Plate Mounted VFD Assemblies and Strut Mounted VFD Assemblies. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. TECHNICAL SPECIFICATIONS General Requirements Gemini Mauna Kea Chilled Water Renovation Project (MK) of 108

9 S A M P L E Date: Chas Cavedoni 670 North Aohoku Place Hilo, Hawaii ccavedoni@gemini.edu To Whom It May Concern: Subject: REQUEST FOR SUBSTITUTION Project Title: In accordance with the GENERAL REQUIREMENTS, I hereby submit for substitution with the technical brochures and statement of variances for your review and approval for the item(s) shown below: SECTION/ ITEM SPECIFIED BRAND SUBSTITUTE OR ALTERNATE BRAND VARIANT FEATURES I further certify that my request for substitution of the above item(s) has no other variant features and complies with the plans and specifications for subject project. SIGNATURE NOTE: 1. Please use own letterhead. 2. Submit by ccavedoni@gemini.edu 3. If no variant feature indicate None. END OF SECTION TECHNICAL SPECIFICATIONS General Requirements Gemini Mauna Kea Chilled Water Renovation Project (MK) of 108

10 SECTION WORK SEQUENCE PART 1 GENERAL 1.01 GENERAL CONDITIONS As specified in Section GENERAL REQUIREMENTS A. The Contractor shall be responsible for planning, scheduling and reporting the progress of the project as to ensure timely completion of the work as required by the Contract Documents. B. Mandatory Contractor s Pre-Bid Meeting Information: 1. On February 22, 2017, GN will host a mandatory Bidders Site Visit. All interested Bidders must attend the Site Visit. At the Site Visit, attendees will participate in meetings to discuss the scope of work, technical issues, and contractual issues, view the area of the work and discuss services required. The mandatory site visit shall commence 8:00 am at the Hilo Base Facility located at 670 North A ohoku Pl, Hilo Hawaii across from the Imiloa Center on the University of Hawaii Hilo campus. The GN 8-M Telescope site visit shall commence 1:00 pm, at the summit of Maunakea, however all attendees must first meet at the Onisuka Center for International Astronomy Visitor Center (VIS) located at 9,200 feet elevation at 12 noon for acclimation prior to ascending to the summit Contractors must notify the AURA Contracts Office via at Gemini.Contract.N79684C@gemini.edu no later than 4:00 PM HST on Friday, February 17 to confirm their attendance, submit mandatory Summit Safety Release form, and to obtain directions, if necessary. Attendees of the Mandatory Contractor s Pre-Bid Summit Site Visit shall meet first at the Onizuka Center for International Astronomy Visitor Information Station (VIS) at 12 noon to acclimate, then shall proceed in your own vehicle to the summit at 12:40 pm arriving at the summit at 1 pm. The Contractor s Visitor Information Guide includes a map to the designated parking lot and meeting area. Contractors need to provide their own transportation; 4WD highly recommended due to unpredictable weather conditions. C. Within fourteen (14) consecutive calendar days from the date noted in the Notice to Proceed letter, the Contractor shall prepare and submit for approval by the owner an electronic progress chart and work schedule, indicating a time bar for each major category or unit of work to be performed, properly sequenced without conflicts. Submission of the progress chart and work schedule to the owner shall not relieve the Contractor of his total responsibility of scheduling, phasing, and pursuing the work to comply with the Contract Documents. Any material change to the progress chart and work shall be approved in writing in advance by the owner. The schedule shall be used effectively by the Contractor for control, coordination and monitoring of all work under the Contract including all activities of subcontractors, engineers and suppliers. Schedule shall be critical path method. 10 of 108

11 D. Scheduling requirements MK Phase 1 Scope: Fluid Cooler a. Contractor shall commence MK site work within 2-weeks of Contractor receiving Notice to Proceed b. Contractor shall complete system start-up, commissioning and acceptance testing of the Fluid Cooler System NO LATER THAN June 9, E. Scheduling requirements MK Phase 1.5 Scope: Critical Coolant Tie-in a. Contractor shall perform prep work for critical tie-ins anytime convenient b. Contractor shall perform necessary shutdown to critical cooling systems during a mutually agreed period of time estimated to be less than 1 day scheduled between July 10, 2017 and August 25, 2017 F. Scheduling requirements MK Phase 2 Scope: Chiller a. Contractor shall perform Phase 2 prep work anytime convenient b. Contractor shall NOT BE ALLOWED to reclaim and demo out existing CH-2 till successful completion of Phase 1, Phase 1.5 and receipt of a Gemini issued Phase 2 Notice to Proceed. c. Contractor shall substantially complete MK Phase 2 scope within 3 months of Phase 2 Notice to Proceed. G. Consult with the owner, review site conditions and factors which affect construction procedures and construction aids, including adjacent public facilities and properties which may be affected by execution of the Work. H. Relocate construction aids as required by progress of construction, by storage, or by work requirements, and to accommodate legitimate requirements of AURA/Gemini and other Contractors employed at the site. I. The Contractor shall notify AURA/Gemini and schedule an inspection for each part of the work at least seven (7) consecutive calendar days prior to the start of the scheduled operation. J. The Contractor shall schedule his work and operation in such a manner as to minimize disturbance and hazard to normal operations, parking, and surrounding grounds. K. Construction fence and covered safety protective walkway, as may be required, shall be erected at the start of the project SITE SPECIFIC WORK PLACE REQUIREMENTS AURA/Gemini affirms its commitment to providing a work place environment of the highest professional and ethical standards of conduct for all employees and one that is fair and humane. AURA is a highly diverse organization composed of people from differing backgrounds, perspectives and experiences. We are dedicated to fostering a civil and inclusive community characterized by mutual respect for the contributions of all individuals. We believe that this is essential to our ability to provide excellent service to the astronomical community. Although not all inclusive, we embrace the following values: 11 of 108

12 Civility and respect for others should be demonstrated through behavior, attitude, language and tone of voice. Embracing difference and fostering an inclusive environment creates opportunities for participation and innovation and contributes to a productive, high-achieving workforce. Each person s contribution is valued and his/her opinion should be heard and treated with dignity, civility and respect. All individuals should demonstrate personal and organizational integrity in all matters. Accepting personal responsibility and accountability are the foundation of successful outcomes for individuals, teams and the organization. All employees and contractors performing work on-site, regardless of their positions, are covered by and are expected to comply with this policy and to take appropriate measures to ensure that their conduct reflects our values of civility, respect and inclusiveness and that prohibited behavior does not occur. Standards%20of%20Workplace%20Conduct.pdf A. Summit Location and Altitude. The AURA/Gemini Mauna Kea (MK) Facility is located at an elevation of 13,750 feet above sea level, which means that there are reduced oxygen levels at the Site which may cause mild to severe health problems that may substantially reduce worker efficiency. All contractors working for AURA/Gemini above Hale Pohaku at 9,200 ft. elevation shall thoroughly investigate the special challenges posed by working at this altitude and take all appropriate measures to deal with the issues raised by working at this altitude. AURA/Gemini shall in no event be responsible for any delays, additional costs or health problems related to the high altitude of the Site. Required Summit Acclimation All Contractors, subcontractors and workers working on site for AURA/Gemini at the MK Facility are required to acclimate for a period of no less than 30 minutes at the Maunakea Visitor Information Center (MK VIC). For further details on the hazards of working on Maunakea as described by the Maunakea Visitor Information Station, please visit the following link: B. Summit Safety Briefing and Facility Orientation. All Contractors, subcontractors and workers working for AURA/Gemini above the Maunakea Visitor Information Center (MK VIC) at 9,000 ft. elevation MUST participate in an in-person safety briefing and facility orientation. The informal briefing lasts approximately 15 minutes and typically occurs at or near the MK VIC prior to contractor s first day of work at the summit. Contractors/Subcontractors shall schedule the Safety Briefing and Facility Orientation with the AURA/Gemini Technical Representative Required Summit Daily Site Briefing - Daily Site Safety Briefings occur each morning at nominally 9:00 am for approximately 15 minutes to coordinate site wide activities. Contractor Site Manager MUST attend the daily Summit Site Safety Briefing each morning when Contractor staff are on-site to coordinate Contractor s work with Gemini Operations. 12 of 108

13 C. Summit Visitors (Contractors) Safety Release Form. All contractors working for AURA/Gemini above the MK VIC MUST complete and submit to AURA/Gemini Technical Representative a Safety Release Form prior to traveling to the MK Summit Facility. Please review the following Gemini North Visitors Safety Information; sign and return the mandatory Gemini North Release Form found at the following link: D. Summit Job Safety Analysis (JSA). To effectively reduce incidents, accidents, and injuries and to facilitate coordination of Contractor s work and Gemini operations, all work performed at the Gemini MK Facility must undergo a Job Hazard Analysis (JSA). Contractor s Project Manager shall perform JSAs in advance of the work task, typically a minimum of 14 days prior to commencement of work task and present to Gemini Technical Representative for review and approval. AURA/Gemini performs JSAs using a third party web based tool from JSA Builder ( AURA/Gemini shall provide Contractor with ID and password to the JSA Gemini portal. E. Summit Safety. All Contractors working for AURA/Gemini shall comply with the Gemini Safety Manual. The Gemini Safety Manual covers various aspects of occupational safety, fire safety, product safety, and environmental good practices. This document will serve as a binding reference document for all Gemini/AURA employees, visitors, and Contractors. The latest version of the Gemini Safety Manual is available at the following link: 1. Contractor shall be responsible for all safety aspects related to performance of the Work, which shall include adequate safety precautions to protect all personnel employed by the Contractor and its subcontractors as well as all third parties who may be present at the Site, provided, however, that the provisions of this section are not intended to, and shall not, extend to the benefit of any such personnel or parties as third party beneficiaries under this Contract. Contractor shall prepare and implement an adequate safety program that complies with recognized safety standards and all applicable laws, statutes, rules, and regulations, including those of OSHA, ANSI, and the NFPA. Contractor shall ensure that all personnel engaged in the work are familiar with all pertinent aspects of Contractor's safety program. 2. Contractor Site Manager shall ensure that all personnel engaged in the work will have and use all proper Personal Protection Equipment (PPE) for said task. 3. Nothing contained in this section shall be construed to limit, waive, or terminate the provisions of this Contract that requires Contractor to carry insurance. 4. Site safety briefings will occur each morning at nominally 9 am for approximately 15 minutes to coordinate site wide activities. Ameresco Site Manager shall attend all morning meetings when Ameresco staff are on-site. 5. If death or serious injuries and damages occur, the accident shall be reported immediately by telephone or messenger to the Technical Representative. In addition, Contractor shall promptly report in writing to the Technical Representative all accidents whatsoever arising out of, or in connection with, the performance of the work whether on or adjacent to the Site, and shall provide full details and statements of witnesses if and when requested by AURA. If a claim is made by anyone against Contractor in the event of any accident, 13 of 108

14 Contractor shall promptly report the facts in writing to the Technical Representative, giving full details of the claim. 6. Contractor shall be responsible for ensuring that it complies with the requirements of this Section, and AURA shall have no obligation to review or inspect the adequacy of Contractor s safety program F. OMKM Maunakea Resource Orientation. All Contractors, subcontractors and workers working for AURA/Gemini above the MK VIC MUST attend a one-hour resource orientation presented by the Office of Maunakea Management (OMKM). The MK Resource Orientation includes training on cultural, archaeological and environmental resources of Maunakea. The orientation also describes mandatory requirements and guidelines that must be followed when traveling and working above the MK VIC. One can attend the orientation either in person at the University of Hawaii Institute for Astronomy (UH IFA) Hilo Auditorium or via a Webinar. Orientations typically occur monthly or possibly upon special request. All Contractors, subcontractors and workers shall be responsible for scheduling the orientation directly with the OMKM. Please see the following link for details: G. OMKM Maunakea Invasive Species Management Plan. All Contractors, subcontractors and workers working for AURA/Gemini above the MK VIC MUST comply with all aspects of the Maunakea Invasive Species Management Plan designed, implemented and enforced to prevent and control invasive species on Maunakea Please visit the following link for details: In particular, all Contractors MUST comply with all aspects of the OMKM SOP02 Inspection of Vehicles, Construction Material, Scientific Equipment and Supplies. Please visit the following link for details: Supplies-Inspection.pdf H. Summit Transportation. All Contractors working for AURA/Gemini above the MK VIC shall be responsible for providing transportation for its staff and equipment to and from the Site unless otherwise arranged with the AURA/Gemini Technical Representative in advance. Summit Access. Access to the summit of Maunakea involves unpaved roads with steep grades. All Contractors MUST travel to the summit with four-wheel drive vehicles. During severe weather conditions, OMKM Rangers at their discretion may mandate that all vehicles passing above the MK VIC must install appropriate tire snow chains. Under these conditions, Contractors will NOT be able to travel beyond the MK VIC unless appropriate tire snow chains are installed on their vehicles Summit Vehicle RFID. All Contractor vehicles traveling above the MK VIC while working for AURA/Gemini MUST display an OMKM Radio Frequency Identification Devise (RFID). The OMKM uses the device to identify, monitor and log vehicles traveling the summit road above the MK VIC. Contractor request for RFID s will be transmitted to the AURA/Gemini Technical Representative; one for each vehicle traveling to the summit. OMKM Ranger Speed Survey. All vehicles traveling the road above the MK VIC may be subject to random Maunakea Access Road Speed Surveys intended to monitor and enforce the speed limit. All vehicles traveling the Summit Access Road are observed by other Maunakea observatories, may report speeding vehicles to OMKM. At 14 of 108

15 Aura/Gemini s discretion, any Contractor, Subcontractor or worker working for AURA/Gemini surveyed by OMKM rangers or reported by other Maunakea observatories to be exceeding the posted speed limit may be banned from returning to the Site. I. Summit Weather. Weather on the summit of Maunakea is substantially colder and more severe than at sea level in Hawaii, and winter blizzards and/or extremely high winds requiring evacuation of the summit occur a number of times each winter. Weather can deteriorate rapidly with ice, snow, wind or fog being factors that require special attention. All Contractors working for AURA/Gemini above the MK VIC shall check the weather forecast each trip to the summit. The Maunakea weather forecast can best be accessed at the following link: J. Summit Work Hours. All work performed by Contractors at the summit shall be performed during normal work days described as Monday through Friday from 9:00 am till 4:45 pm, excluding observed AURA/Gemini Holidays. Summit Stop Work Authority In the event any Gemini personnel perceive any work, method or practice performed by Contractor to be unsafe to personnel, equipment or Gemini operations; Gemini Telescope Representative, Gemini Safety Officer or Gemini Site Manager shall have the authority to direct Contractor to stop work immediately and perform emergency correction action. K. Contractor Summit Site Manager. Contractor shall designate a Contractor Site Manager who will oversee all contractor operations at the summit in coordination with the AURA/Gemini Technical Representative. The Contractor Site Manager shall be the technical point of contact between Contractor and AURA/Gemini Technical Representative L. Summit Coordination of Work. All work performed by Contractors at the summit shall be carefully coordinated in advance with the AURA/Gemini Technical Representative. As much as possible, all work shall be planned and coordinated in advance with work varying daily. Daily planning of services will take place on-site and led by the AURA/Gemini Technical Representative. M. Summit Tools and Equipment. Contractor will provide all tools and equipment needed to perform the work. AURA/Gemini will not provide any tools, facilities, support services, scaffolding, lifts, lighting, equipment, power distribution cords, or any other materials, supplies, or equipment, except as specifically provided otherwise in this Contract. Before starting work at the Site, Contractor shall provide the AURA/Gemini Technical Representative with a list of equipment (other than hand tools) they will use to perform the Services, and for each piece of equipment provide evidence of inspection during the previous 30 days. As part of the Bid submittal, the Contractor shall provide a preliminary list of tools and equipment. As part of the JSA, the contractor shall provide details of the tools and equipment that will be used. Contractor shall obtain advance written permission from the AURA/Gemini Technical Representative for any rentals or purchases of tools or equipment not identified in Contractor's Proposal. N. Summit Phones. The use of cellular phones at the summit is discouraged except in emergency situations because cellular transmissions can negatively interfere with the performance of summit telescopes. Gemini shall allow Contractor s use of the observatory land based phones for business and incidental personal communication 15 of 108

16 as long as the activity does not interfere with normal observatory operations. If anyone accidentally dials 911 please do not hang up. Stay on the line and inform the emergency response attendant that the call was accidental. O. Summit Restrooms. The summit observatory has two single-occupancy restrooms shared by all Gemini staff located on the 2 nd floor of the observatory near the main entrance way. Gemini/AURA shall allow the Contractor shared use of the restrooms as long as the activity does not interfere with normal observatory operations. P. Summit Lunch Room. The summit observatory has a small crew room shared by all Gemini staff located on the 2 nd floor of the observatory near the main entrance way. Gemini/AURA shall allow Contractor shared use of the crew room as long as the activity does not interfere with normal observatory operations and Gemini personnel. Q. Summit Office Space. The summit observatory has NO available office space and only a limited amount of desk space. Geminin/AURA shall provide Contractor with a small amount of desk space for an on-site office use on a best effort basis. At the discretion of AURA/Gemini, the designated space may change during the project. R. Summit Cleaning. Contractor, at its own expense, shall be responsible for appropriately cleaning and securing its area of work at the end of each work day. It is imperative that observatory and support equipment at the end of each work day are left in a safe, clean, and ready to operate mode. The AURA/Gemini Technical Representative in coordination with the Contractor Site Manager shall conduct final end-of-day checks to assure Contractor is in full compliance with this requirement. S. Summit Disposal of Solid, Liquid, and Hazardous Waste. Contractor at its own expense, shall be responsible for appropriately disposing off-site all solid, liquid, and hazardous waste generated while performing its scope of work in a manner that is in compliance with OMKM and all laws and regulations. T. Summit Storage. AURA/Gemini shall provide approximately 200 sq.ft. of rent free storage space on the ground level of the observatory for Contractor and/or its subcontractors to mobilize and store their supplies, tools, and equipment in support of on-site work. The storage space in the Observatory is secured from the public, however, not from Gemini staff. Contractor may make reasonable adjustments to secure the storage area to its satisfaction. AURA/Gemini assumes no responsibility for safe storage nor will AURA/Gemini provide any additional security for the storage provided. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION 16 of 108

17 SECTION ADMINISTRATIVE PROVISIONS PART 1 GENERAL 1.01 GENERAL CONDITIONS As specified in Section WORK SEQUENCE A. Construct work in stages to accommodate owner s occupancy requirements during the construction period. See drawings for more information on scheduling order and requirements. Coordinate schedule and operations with Gemini. B. Notification of Work: Notify AURA/Gemini Technical Representative: Chas Cavedoni at ccavedoni@gemini.edu or ccavedoni@gemini.edu. Give at least five (5) consecutive calendar days notice before starting of any work on the building. C. Work Schedule: The sequence of work shall be based on the schedule approved by AURA/Gemini. No work shall be started without the approved schedule. Submit the Schedule of Operation for approval within, fourteen (14) consecutive calendar days from the date noted in the Notice to Proceed letter CONTRACTOR USE OF PREMISES A. Limit use of premises for work and for construction operations, to allow for AURA/Gemini occupancy. Limit access to site as directed by AURA/Gemini. B. The Contractor shall conduct operations with minimum interference to the building facilities, streets, driveways, sidewalks, etc.; and shall confine all work, equipment, materials and personnel as much as possible, to the work area indicated. The Contractor will schedule all work that involves excessive noise, dust, dirt, or any other detrimental aspect of this work in order that there will be a minimum disruption to normal facility operations and the normal flow of traffic CONTRACT ZONE LIMITS The Contract Zone Limits shown on the drawings indicate only in general the limits of the work involved. The Contractor, however, is required to perform any and all necessary and incidental work which may fall outside of these demarcation lines. The Contractor is also expected to confine all of his construction activities within the Contract Zone Limits and not to spread his equipment and materials indiscriminately about the area PERMITS, NOISE, ETC. A. The Contractor shall procure and pay for all necessary permit or certificates that may be required in connection with this project. B. The Contractor shall serve proper notices and consult with the owner regarding any temporary disconnections of electrical and other utility lines and all such lines where necessary shall be properly disconnected before commencing with the work. 17 of 108

18 1.06 PROJECT MEETINGS A. Contractor will schedule and administer all project meetings throughout the progress of the Work including pre-construction and all called meetings. Contractor will make physical arrangements for meetings, prepare agenda, and preside at meetings. Those in attendance shall include; job superintendent, major subcontractors and suppliers, Architect/Engineer and Gemini as appropriate to agenda topics for each meeting. Meetings shall be held a minimum of every 2 weeks or approved by Gemini Technical Representative. B. Contractor will schedule pre-construction meeting AFTER the owner receives schedule for operation and MSDS. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION 18 of 108

19 SECTION PROJECT COORDINATION PART 1 GENERAL 1.01 GENERAL CONDITIONS As specified in Section REQUIREMENTS INCLUDED A. Provide project interface and coordination as required to properly and accurately bring together the several parts, components, systems, and assemblies and as required to complete the Work and the Project, pursuant to the General Provisions and Special Provisions. B. Provide interface and coordination of all trades, crafts and subcontracts as required to provide correct and accurate connection of abutting, adjoining, overlapping, and related Work, and provide any and all anchors, fasteners, accessories, appurtenances, and incidental items as required to complete the Work properly, fully, and correctly in accordance with the Contract Documents. C. Provide additional structural components, miscellaneous metal, bracing, blocking, backing, anchors, fasteners, and installation accessories as required to properly anchor, fasten, or attach materials, equipment, appliances, hardware systems and assemblies to the structure. D. Include sealing, flashing, and related work as may be required to prevent moisture intrusion, air infiltration, and light leakage. E. Materials, equipment, component parts, accessories, incidental items, connections, and services required to complete the Work which are not provided by subcontractors shall be provided by the Contractor INTERFACE AND COORDINATION A. The specifying of interface and coordination in the various Sections is provided for information and convenience only and is intended to highlight where such interface and coordination may be needed. Such requirements in the various Sections shall complement the requirements of this Section. B. There may be other concurrent construction contracts, scheduled at the job site. Therefore, this Contractor shall coordinate its work schedule for this project with the owner if it is determined that other Contractors and Subcontractors will be performing work at this job site. All job site operations shall be coordinated and performed in such a manner so as not to interrupt and/or interfere with work being executed by others. In the event there is schedule conflict between Contractors, the owner will resolve the conflict, and the owner s determination will be final. The Contractor will not be allowed an extension of time and any additional compensation from the owner for its inability to coordinate the work FIELD MEASUREMENTS AND TEMPLATES A. Contractor shall obtain all field measurements required for the accurate fabrication and installation of the Work included in this Contract. Exact measurements are the Contractor s responsibility. 19 of 108

20 B. Contractor shall also furnish or obtain templates, patterns, and setting instructions as required for the installation of all work. All dimensions shall be verified in the field RESPONSIBILITY A. The Prime Contractor shall be in charge of this Contract and the site, as well as the directing and scheduling of all Work in coordination with Gemini. B. Final responsibility for performance, interface and completion of the Work and the Project shall be the Contractor s in coordination with Gemini. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION 20 of 108

21 SECTION WORK RESTRICTIONS PART 1 GENERAL 1.01 GENERAL CONDITIONS As specified in Section SUMMARY Section includes work restriction on Contractor s operations, and construction as required by Gemini to maintain the Gemini s operations during the construction period GEMINI S OPERATIONS AND REQUIREMENTS A. The Contractor shall plan, schedule, coordinate and perform all work in such a manner to minimize impact to ongoing operations at the GN 8-M Telescope Facility. B. Refer to Section 01014, paragraph 1.03 for information regarding specific requirements for working at the summit. C. Use of Premises 1. Operate machinery and equipment with discretion and with minimum interference to driveways, walkways and malls. Do not leave machinery and equipment unattended on roads and driveways. 2. Store materials in the areas indicated or as designated by the owner. Locate construction equipment, machinery and supplies within the contract zone limits. 3. Keep access roads to the project site free of dirt and debris. Provide, erect and maintain lights, barriers, and signs when working on campus roads, driveways and walkways to protect pedestrians, mopeds and bicycle riders. Obey campus traffic and safety regulations. D. Noise and Dust Control 1. In adjacent locations surrounding the project site, noise, dust and other disrupting activities resulting from construction operations are detrimental. Therefore, the Contractor shall monitor its construction activities and shall exercise precaution when using equipment and machinery to keep the noise and dust levels to a minimum. 2. To reduce loud disruptive noise levels, ensure mufflers and other devices are provided on equipment, internal combustion engines and compressors. 3. Barricades of appropriate material extending from the floor to ceiling shall be constructed and air conditioning registers and diffusers in the area of work shall be sealed to restrict the migration of the dust throughout the building. 4. Schedule construction activities that create noise and dust, such as concrete drilling and demolition, for the weekends or holidays. Work outside regular working hours requires owner s approval. Provide written request 15 calendar days prior to such work. Provide in the written request the specific dates, hours, location, type of work to be performed, Project number and project title. Based on the justification provided, the owner may approve work outside regular working hours. During periods of darkness, the different 21 of 108

22 parts of the work shall be lighted in a manner approved by the owner. Work performed outside regular working hours shall be done at the Contractor s expense. E. Disruption of Utility Services 1. Disruption of facility cooling is of great concern. Coordinate with Gemini any disruptions that may affect cooling operation. 2. Make utility cutovers and interruptions after normal working hours or on Saturdays, Sundays, Federal and State holidays. 3. Work outside regular working hours requires owner s approval. Provide written request 7 calendar days prior to such work to allow arrangements to be made by the owner for inspecting the work in progress. Provide in the written request the specific dates, hours, location, type of work to be performed, project number and project title. Based on the justification provided, the owner may approve work outside regular working hours. 4. Ensure that new utility lines are complete, except for the connection, before interrupting existing service. 5. All work related to the temporary disconnection of electrical system shall be pre-arranged with the owner so that all disruption of such services shall be kept to a minimum. Such interruption shall be further limited to 4 hours. This time limit includes time for deactivation and reactivation. In the event temporary power hook-up is required, the Contractor shall provide the necessary services. 6. The existence of active and abandoned underground utility lines within the construction area is not definitely known other than those indicated in their approximate location on the drawings. Perform toning operations prior to excavation or trenching. Notify the owner if any unknown utility line is discovered. 7. Shore and protect uncovered underground piping or conduit. If utilities are damaged, notify the owner and commence repairs within two hours after the damage. 8. Record on the As-Built drawings existing utilities. For exposed existing utilities, new utilities, replacement and rerouting or utilities, record the size of pipe or conduit and its depth on the As-Built drawings. F. Burning and Disposal of Trash 1. Burning debris is expressly prohibited. 2. Do not use the Gemini trash receptacles for disposal of construction materials and waste. Provide separate trash receptacles. Remove and dispose of all construction materials. G. Barricades, Signs and Lighting 1. Erect temporary barricades and post directional signs at construction limits. Provide separate building entrances, walkways for pedestrians, driveways for vehicles, and other barricades and construction aids to prevent unauthorized individuals form entering the construction area. To ensure the protection and safety of the public, adjust or extend the barricades and directional signs if directed by the owner. 2. Locate exterior barricades to maintain existing (and required) fire exits or lanes from adjoining buildings. 22 of 108

REQUEST FOR QUOTES (RFQ) N FOR

REQUEST FOR QUOTES (RFQ) N FOR 1 REQUEST FOR QUOTES (RFQ) N0560470 FOR GEMINI NORTH OBSERVATORY: Roof Weather Sealing (RWS) ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, INC. OPERATING THE GEMINI NORTH OBSERVATORY 670 N. A

More information

GEMINI HILO BASE FACILITY AIR CONDITIONING RENOVATION PROJECT ORIGINAL BUILDING ONLY - (HBFO) TECHNICAL SPECIFICATIONS

GEMINI HILO BASE FACILITY AIR CONDITIONING RENOVATION PROJECT ORIGINAL BUILDING ONLY - (HBFO) TECHNICAL SPECIFICATIONS GEMINI HILO BASE FACILITY AIR CONDITIONING RENOVATION PROJECT ORIGINAL BUILDING ONLY - (HBFO) PREPARED FOR: Gemini Observatory 670 North Aohoku Place Hilo, HI 96720 FINAL (BID) SUBMITTAL FEBRUARY 2017

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

SECTION 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 information

DIVISION 2- EXISTING CONDITIONS

DIVISION 2- EXISTING CONDITIONS DIVISION 2- EXISTING CONDITIONS 024100- SELECTIVE DEMOLITION PART 1 - GENERAL: 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and

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

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

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

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY 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 information

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

1. Division 1 Section Temporary Facilities and Controls for limitations and procedures governing temporary use of Owner's facilities. CFA A HVAC PROJECT SECTION 01100 - 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

SECTION TEMPORARY FACILITIES AND CONTROLS

SECTION TEMPORARY FACILITIES AND CONTROLS SECTION 015000 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 GENERAL A. Each Contractor shall be responsible for arranging for and providing construction facilities and temporary controls as required

More information

Union County Vocational - Technical Schools Scotch Plains, New Jersey

Union County Vocational - Technical Schools Scotch Plains, New Jersey SECTION 024116 - STRUCTURE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum

More information

TRIAD ENGINEERING CONSULTANTS, INC.

TRIAD 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 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

Capital Projects Group Mechanical Work Commissioning Specification

Capital Projects Group Mechanical Work Commissioning Specification Capital Projects Group Mechanical Work Commissioning Specification Specification 20 05 40 Revision 0 Date: August 2018 Mechanical Work Commissioning Specification Specification 20 05 40 Publication Date:

More information

SAN DIEGO STATE UNIVERSITY PACIFIC CORNERSTONE ARCHITECTS TENOCHCA HALL PROJECT NO FAN COIL UNITS, RESTROOM AND FINISH RENOVATION

SAN DIEGO STATE UNIVERSITY PACIFIC CORNERSTONE ARCHITECTS TENOCHCA HALL PROJECT NO FAN COIL UNITS, RESTROOM AND FINISH RENOVATION SECTION 02 41 14 SELECTIVE BUILDING DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for systematic removal of site improvements or portions of exterior and interior of buildings

More information

ADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208)

ADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208) Great West Engineering, Inc. 3363 N. Lakeharbor Lane Boise, Idaho 83703 (208) 576-6671 April 7, 2017 Whitman County Department of Public Works Carothers Road Solid Waste Facility Contact Water and Fire

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

Submission, Review and Approval of Construction Documents Submission and Review of a Completed Application for Permit

Submission, Review and Approval of Construction Documents Submission and Review of a Completed Application for Permit Building Code The Florida State University Building Code Administration Program (BCA) was established in 2001 and is responsible for ensuring that all construction activities on FSU owned facilities are

More information

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering

More information

3.0 Crane Heavy Lift Service General Requirements

3.0 Crane Heavy Lift Service General Requirements 3.0 Crane Heavy Lift Service General Requirements 3.1 Scope of Work: Under the direction of the GPA Representative, contractor s work includes, but is not limited to, providing supervision, materials (if

More information

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 FOR ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions... SP-1 SECTION 2 BIDDING... SP-1 2-1.01 General...

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

UNIVERSITY OF ROCHESTER DIVISION 01 SPECIFICATIONS April 15, 2015

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

More information

CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA PHONE: 727/ FAX: 727/

CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA PHONE: 727/ FAX: 727/ CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA 34695 PHONE: 727/724-1555 FAX: 727/724-1566 RIGHT-OF-WAY / EASEMENT USE PERMIT DATE SUBMITTED: EXPIRATION DATE: Submit the following to the

More information

TRIAD ENGINEERING CONSULTANTS, INC.

TRIAD 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 information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE DIVISION 1 GENERAL REQUIREMENTS SECTION 01 32 16 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. All drawings and technical specifications, Notice to Bidders, Instructions and Information to Bidders, Bid Proposal

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

(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 (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 information

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION 820-1 SCOPE OF WORK: SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION a. Furnish all labor, materials, equipment, and incidentals required for demolition and/or removal and disposal of existing

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

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project I INVITATION TO BID Water Distribution Department The Water Distribution Department is accepting sealed bids for a until 2:45 p.m. (our clock) on March 8, 2018 at City Hall located at 110 Main Street,

More information

PRIVATE PLAN ROOM. Document Information Sheet

PRIVATE PLAN ROOM. Document Information Sheet PRIVATE PLAN ROOM Document Information Sheet Job Name: Partial Renovation for Lewes Streets Department Breakroom Bid Date: October 22, 2018 2:00 pm Placed on file by: George, Miles, and Buhr Contact: Lee

More information

B. Sections and all references contained therein form a part of this Section of the Specifications.

B. Sections and all references contained therein form a part of this Section of the Specifications. KARGES-FAULCONBRIDGE, INC. KFI: 14-044.00 SEWARD MONTESSORI SCHOOL ADDITION & REMODELING SECTION 260010 - PART 1 - GENERAL 1.01 SCOPE OF WORK A. Drawings and general provisions of the Contract, including

More information

b. Fair Labor Standards Act Contractors shall comply with the Fair Labor Standards Act of 1938 (52 Stat. 1060) as amended as it may be applicable.

b. Fair Labor Standards Act Contractors shall comply with the Fair Labor Standards Act of 1938 (52 Stat. 1060) as amended as it may be applicable. Section 6 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 6-1 LAWS TO BE OBSERVED Contractor shall be familiar with all Federal, State, and local Laws or Regulations that in any manner affect those

More information

SECTION GENERAL REQUIREMENTS

SECTION GENERAL REQUIREMENTS SECTION 01005 GENERAL REQUIREMENTS PART 1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Work of this Contract comprises the chiller and cooling tower replacement at Five Oaks Middle School which includes

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

The University of Alabama General Requirements for Purchase Orders Involving Public Works

The University of Alabama General Requirements for Purchase Orders Involving Public Works The University of Alabama General Requirements for Purchase Orders Involving Public Works Revised January, 2011 The following items are to be included in the scope of each Purchase Order individually,

More information

SECTION TEMPORARY SEWER BYPASS PUMPING

SECTION TEMPORARY SEWER BYPASS PUMPING PART 1 GENERAL 1.1 DESCRIPTION A. The CONTRACTOR shall provide a complete sewer bypassing system including, but not limited to, the following: 1. Developing a sewer bypassing plan 2. Developing a spill

More information

DIVISION 02 SELECTIVE DEMOLITION

DIVISION 02 SELECTIVE DEMOLITION DIVISION 02 SELECTIVE DEMOLITION SECTION 02 41 19 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Demolition and removal of selected portions of a building.

More information

NOTICE TO BIDDERS. Bids will be publicly opened and read aloud at approximately 2:15pm in the Saugatuck-Douglas District Library.

NOTICE TO BIDDERS. Bids will be publicly opened and read aloud at approximately 2:15pm in the Saugatuck-Douglas District Library. SECTION 00 02 00 - NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that sealed bids will be received: By: Saugatuck-Douglas District Library 137 Center Street Douglas, MI 49406 For: Saugatuck-Douglas

More information

SECTION CONSTRUCTION OPERATIONS AND SITE UTILIZATION PLAN

SECTION CONSTRUCTION OPERATIONS AND SITE UTILIZATION PLAN SECTION 01 14 11 CONSTRUCTION OPERATIONS PART 1 - GENERAL 1.1 SUMMARY A. The Construction Operations Plan provides a coordinated construction environment to ensure an orderly, secure and safe operation

More information

COUNTY OF SAN JOAQUIN

COUNTY OF SAN JOAQUIN August 1, 2012 COUNTY OF SAN JOAQUIN General Services Department 44 North San Joaquin Street, Suite 590 Stockton, California 95202-2778 (209) 468-3357, Fax (209) 468-2186 GABRIEL E. KARAM Director Capital

More information

SECTION 813 SEWER FLOW CONTROL

SECTION 813 SEWER FLOW CONTROL SECTION 813 SEWER FLOW CONTROL 813-1 DESCRIPTION: Sewer flow control is a set of methods to adjust the flow in the sewer system to allow for inspection, maintenance, repair or replacement. This is accomplished

More information

DECLARATION OF COVENANTS, CONDITIONS AND RESTRICTIONS RADIANT LAKE ESTATES SUPPLEMENTAL ARCHITECTURAL GUIDELINES ARTICLE I INTRODUCTION AND POLICY

DECLARATION OF COVENANTS, CONDITIONS AND RESTRICTIONS RADIANT LAKE ESTATES SUPPLEMENTAL ARCHITECTURAL GUIDELINES ARTICLE I INTRODUCTION AND POLICY DECLARATION OF COVENANTS, CONDITIONS AND RESTRICTIONS RADIANT LAKE ESTATES SUPPLEMENTAL ARCHITECTURAL GUIDELINES ARTICLE I INTRODUCTION AND POLICY SECTION 1.1. Pursuant to the Declaration of Covenants,

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

DUKE UNIVERSITY CONSTRUCTION STANDARDS

DUKE UNIVERSITY CONSTRUCTION STANDARDS 1 23 08 00 Commissioning of HVAC Systems 1. GENERAL A. GENERAL PROVISIONS 1. Drawings and general provisions of the Contract, including General Conditions and Division - 1 Specifications Sections, apply

More information

Contractor EHS Program Attachments

Contractor EHS Program Attachments Contractor EHS Program Attachments Contractor Environmental Health & Safety Program Safety Work Permit Attachments Attachment 1- Contractor Safety Work Permit The Contractor Safety Work Permit Checklist

More information

C. Type of Selective Demolition Work: Demolition requires the selective removal and subsequent off-site disposal of:

C. Type of Selective Demolition Work: Demolition requires the selective removal and subsequent off-site disposal of: 02070 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 STIPULATIONS A. The specifications sections " General Conditions of the Construction Contract ", "Special Conditions", and "Division 1 - General Requirements"

More information

SECTION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS

SECTION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.1 DESCRIPTION A. Temporary Utilities: Electricity, lighting, heating, cooling, ventilation, water, and sanitary facilities. B. Temporary Controls: Barriers, fencing, erosion control, exterior

More information

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12

Cherokee 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 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

Pre-Construction Meeting Minutes

Pre-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 information

ATTACHMENT A. Bid # 6793

ATTACHMENT 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 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

DEMOLITION OF BUILDINGS

DEMOLITION OF BUILDINGS INFORMATION BULLETIN / PUBLIC - BUILDING CODE REFERENCE NO.: LABC Chapter 33 Effective: 01-01-2017 DOCUMENT NO.: P/BC 2017-039 Revised: 01-22-2019 Previously Issued As: P/BC 2014-039 DEMOLITION OF BUILDINGS

More information

Phoenix Building Construction Code Updated Amendments to the Administrative Provisions

Phoenix Building Construction Code Updated Amendments to the Administrative Provisions Phoenix Building Construction Code Updated Amendments to the Administrative Provisions CHAPTER 1 ADMINISTRATION Section 101.2 Change to read as shown: 101.2 Scope. The provisions of this Code shall apply

More information

EXHIBIT A SCOPE OF WORK

EXHIBIT A SCOPE OF WORK EXHIBIT A SCOPE OF WORK THE FLORIDA DEPARTMENT OF TRANSPORTATION, DISTRICT 4 HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS 1.0 Purpose 2.0 Definitions 3.0

More information

REQUEST FOR PROPOSAL (RFP) INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS

REQUEST 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 information

ADDENDUM NO. 1. TO SCOPE OF WORK: Section 0220, Form 01004/5

ADDENDUM NO. 1. TO SCOPE OF WORK: Section 0220, Form 01004/5 ADDENDUM NO. 1 TO SCOPE OF WORK: Section 0220, Form 01004/5 PROJECT: Tankless Water Heaters Installation Glenn Edge and Rich Martin Apartments and Main Office Water Heater Replacement New Memorial Community

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

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

707 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 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

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

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

More information

A. Section includes: removal of paving, pipes and utilities, and other site items as required by the project drawings.

A. Section includes: removal of paving, pipes and utilities, and other site items as required by the project drawings. SECTION 024113 - SITE DEMOLITION PART 1 -GENERAL 1.1 SUMMARY A. Section includes: removal of paving, pipes and utilities, and other site items as required by the project drawings. 1.2 SUBMITTALS A. Obtain

More information

TYPICAL APARTMENT FLOOR PLAN

TYPICAL APARTMENT FLOOR PLAN PHOTO #7 PHOTO #8 EAST 8TH STREET (60' WIDE STREET) P L P L PHOTO #4 P L P L A B C D E F G H I #21 ASTOR PLACE 11 STORY BUILDING HEIGHT = 130' (11 STORIES) STAIR #3 BROADWAY (100' WIDE STREET) L STAIR

More information

APPLICANT any person who makes application for a permit. BOROUGH Borough of Elizabethtown, Lancaster County, Pennsylvania.

APPLICANT any person who makes application for a permit. BOROUGH Borough of Elizabethtown, Lancaster County, Pennsylvania. CHAPTER 21 PART 2 TUNNELING AND EXCAVATIONS 201. Definitions. The following words and phrases, when used in this Part, shall have the meanings ascribed to them in this 201, except in those instances where

More information

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS SECTION 11000 MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 DESCRIPTION A. This section contains general information required to install mechanical equipment as shown on the plans and

More information

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT 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 information

DEMOLITION OF BUILDINGS

DEMOLITION OF BUILDINGS INFORMATION BULLETIN / PUBLIC - BUILDING CODE REFERENCE NO.: LABC Chapter 33 Effective: 01-01-2014 DOCUMENT NO.: P/BC 2014-039 Revised: 05-11-2016 Previously Issued As: P/BC 2008-039 DEMOLITION OF BUILDINGS

More information

Dick s Sporting Goods Demolition Package

Dick 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 information

UNION COUNTY VOCATIONAL-TECHNICAL SCHOOLS West Hall Addition Project Raritan Road, Scotch Plains, NJ

UNION 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 information

ATTACHMENT B STATEMENT OF WORK SCADA STILLING WELL/PLATFORM REPLACEMENT STORMWATER TREATEMENT AREA (STA), PACKAGE 03

ATTACHMENT B STATEMENT OF WORK SCADA STILLING WELL/PLATFORM REPLACEMENT STORMWATER TREATEMENT AREA (STA), PACKAGE 03 ATTACHMENT B STATEMENT OF WORK SCADA STILLING WELL/PLATFORM REPLACEMENT STORMWATER TREATEMENT AREA (STA), PACKAGE 03 1.0 INTRODUCTION AND BACKGROUND The South Florida Water Management District (District)

More information

SPECIAL PROVISION Description of Project, Scope of Contract and Sequence of Work

SPECIAL PROVISION Description of Project, Scope of Contract and Sequence of Work 2004 Specifications CSJ 0027-12-134 SPECIAL PROVISION 000--2823 Description of Project, Scope of Contract and Sequence of Work 1. General. The work to be performed on this project consists of furnishing,

More information

SECTION SELECTIVE DEMOLITION

SECTION SELECTIVE DEMOLITION SECTION 024113- PART 1 - GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

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

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

Generator for Maintenance/Police Complex

Generator for Maintenance/Police Complex NOTICE TO ALL BIDDERS ADDENDUM NO. 1 TO TUCSON AIRPORT AUTHORITY 11/29/2018 In accordance with the Project Specifications and Contract Documents, and as noted in the Instructions to Bidders, Bidders on

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

WHS Management Plans

WHS Management Plans WHS Management Plans Disclaimer This Guide provides general information about the obligations of persons conducting a business or undertaking and/or persons in control of premises and workers under the

More information

Facilities Planning and Construction (FP&C)

Facilities Planning and Construction (FP&C) Appendix 8.4a Facilities Planning and Construction (FP&C) UAA FP&C Quality Assessment Checklist (A) Project: PM: Project ID: Updated:

More information

REQUEST 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 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 information

REQUEST 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 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 information

Water Pollution Control for Work in Sensitive Areas

Water Pollution Control for Work in Sensitive Areas Water Pollution Control for Work in Sensitive Areas 10-1. WATER POLLUTION CONTROL The Contractor is advised that failure to fully comply with the provisions of this Section, and all requirements listed

More information

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD STREET LIFT STATION DEWATERING CONTRACT JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,

More information

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 FOR TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions...

More information

Addendum No Variable Frequency Drives Section A, revise per following:

Addendum No Variable Frequency Drives Section A, revise per following: Date of Addendum: Jan. 7, 2013 CWA Contract: LPS-311 Addendum No. 2 Project: Lynchburg Pump Station VFD Replacement for P-208 & P-209 From: Rahim Tazeh, PE Infrastructure Associates 6117 Richmond, Suite

More information

STATE OF NORTH CAROLINA B DEPARTMENT OF ADMINISTRATION February 1, 2013 PURCHASE AND CONTRACT DIVISION A MARCH 8, 1995

STATE OF NORTH CAROLINA B DEPARTMENT OF ADMINISTRATION February 1, 2013 PURCHASE AND CONTRACT DIVISION A MARCH 8, 1995 STATE OF NORTH CAROLINA 6670-1B DEPARTMENT OF ADMINISTRATION February 1, 2013 PURCHASE AND CONTRACT DIVISION Superseding 6670-1A MARCH 8, 1995 SPECIFICATION FOR SCALES, VEHICLE (THIS SPECIFICATION IS RELEASED

More information

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility RFP Components CLIENT: TradePort International Corporation, Operators of John C. Munro

More information

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling

More information

STATE OF NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION DIVISION OF COASTAL ENGINEERING

STATE OF NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION DIVISION OF COASTAL ENGINEERING INDEX OF DRAWINGS SHEET NO. DESCRIPTION 1 TITLE SHEET AND LOCATION PLAN 2 GENERAL NOTES AND SITE ACCESS AND STAGING AREA LAYOUT 3 EXISTING CONDITIONS AND DEMOLITION PLAN 4 CONSTRUCTION PLAN AND PROFILE

More information

San Antonio Water System Standard Specifications for Construction

San Antonio Water System Standard Specifications for Construction ITEM NO. 903 Construction Qc/Qa Program Formatted: Font: 11.5 pt Formatted: Font: 11.5 pt 903.1 DESCRIPTION: This item shall govern the preparation and implementation of the Contractor s Construction Quality

More information

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION 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 information

MAINE MEDICAL CENTER

MAINE MEDICAL CENTER MAINE MEDICAL CENTER Construction Projects at the East Tower, Visitor Garage, Central Utility Plant Construction Management Plan December 15, 2017 Prepared for: Portland Department of Planning & Urban

More information

1280 Maryland Avenue, SW, #280 Washington, DC 20024

1280 Maryland Avenue, SW, #280 Washington, DC 20024 TO: FROM: RE: All Contractors Republic Properties Corporation Construction Rules & Regulations The following items need to be addressed if you and/or your sub-contractors will be performing any work in

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