HOLLOWAY HALL AUDITORIUM RENOVATION

Size: px
Start display at page:

Download "HOLLOWAY HALL AUDITORIUM RENOVATION"

Transcription

1 HOLLOWAY HALL AUDITORIUM RENOVATION BID DOCUMENTS PROJECT MANUAL JANUARY 2, 2013 SALISBURY UNIVERSITY FACILITIES PLANNING AND CAPITAL PROJECTS 1101 CAMDEN AVENUE SALISBURY, MARYLAND DESIGN COLLECTIVE, INC. 601 EAST PRATT STREET, SUITE 300, BALTIMORE, MARYLAND TEL: FAX:

2

3 TABLE OF CONTENTS This Table of Contents is provided for convenience only and its completion is not guaranteed. It shall not be considered a part of the Contract Documents. It does not imply division of the work into specific subcontracts. SPECIFICATIONS GROUP General Requirements Subgroup DIVISION 01 - GENERAL REQUIREMENTS SUMMARY ALTERNATES SUBSTITUTION PROCEDURES CONTRACT MODIFICATION PROCEDURES PAYMENT PROCEDURES PROJECT MANAGEMENT AND COORDINATION CONSTRUCTION PROGRESS DOCUMENTATION SUBMITTAL PROCEDURES QUALITY REQUIREMENTS TEMPORARY FACILITIES AND CONTROLS PRODUCT REQUIREMENTS EXECUTION CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL CLOSEOUT PROCEDURES OPERATION AND MAINTENANCE DATA PROJECT RECORD DOCUMENTS Facility Construction Subgroup DIVISION 03 - CONCRETE MAINTENANCE OF CAST-IN-PLACE CONCRETE GYPSUM CEMENT UNDERLAYMENT DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES ROUGH CARPENTRY INTERIOR FINISH CARPENTRY WOOD STAIRS DIVISION 07 - THERMAL AND MOISTURE PROTECTION JOINT SEALANTS DIVISION 08 - OPENINGS HOLLOW METAL DOORS AND FRAMES STILE AND RAIL WOOD DOORS ACCESS DOORS AND FRAMES DOOR HARDWARE DIVISION 09 - FINISHES NON-STRUCTURAL METAL FRAMING CEMENT PLASTERING GYPSUM BOARD ACOUSTICAL PANEL CEILINGS RESILIENT BASE AND ACCESSORIES LINOLEUM FLOORING SHEET CARPETING FIXED SOUND-ABSORPTIVE PANELS INTERIOR PAINTING TABLE OF CONTENTS TOC - 1

4 DIVISION 11 - EQUIPMENT AUDIO - VISUAL EQUIPMENT THEATRE AND STAGE EQUIPMENT ACOUSTICAL SHELLS RIGGING SYSTEMS AND CONTROLS STAGE CURTAINS AND TRACKS DIVISION 12 - FURNISHINGS FIXED AUDIENCE SEATING DIVISION 14 - CONVEYING EQUIPMENT WHEELCHAIR LIFTS DIVISION 21 - FIRE SUPPRESSION FIRE SUPPRESSION SYSTEMS Facility Services Subgroup DIVISION 23 - MECHANICAL COMMON WORK RESULTS FOR MECHANICAL COMMON MOTOR REQUIREMENTS FOR MECHANICAL EQUIPMENT HANGERS AND SUPPORTS FOR MECHANICAL PIPING AND EQUIPMENT MECHANICAL VIBRATION CONTROL IDENTIFICATION FOR MECHANICAL TESTING, ADJUSTING, AND BALANCING FOR HVAC MECHANICAL INSULATION HVAC INSTRUMENTATION AND CONTROLS HYDRONIC PIPING REFRIGERANT PIPING METAL DUCTS HVAC POWER VENTILATORS DIFFUSERS, REGISTERS, AND GRILLES SPLIT SYSTEM AIR-CONDITIONING UNITS DIVISION 26 - ELECTRICAL LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS IDENTIFICATION FOR ELECTRICAL SYSTEMS EMERGENCY LIGHTING TRANSFER CABINET LOW-VOLTAGE TRANSFORMERS PANELBOARDS WIRING DEVICES ENCLOSED SWITCHES AND CIRCUIT BREAKERS INTERIOR LIGHTING (HOUSE AND BACK OF HOUSE) DIVISION 28 - ELECTRONIC SAFETY AND SECURITY FIRE ALARM SYSTEM END OF TABLE OF CONTENTS TABLE OF CONTENTS TOC - 2

5 SECTION 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, apply to this Section. 1.2 SUMMARY A. Section includes: 1. Project information. 2. Work covered by Contract Documents. 3. Phased construction. 4. Work by Owner. 5. Access to site. 6. Work restrictions. 7. Specification and drawing conventions. 1.3 PROJECT INFORMATION A. Project Identification: Holloway Hall Theater Renovation. 1. Project Location: Salisbury, Maryland. B. Owners: 1. Salisbury University. C. Architect: Design Collective, Inc., 601 East Pratt Street, Suite 300, Baltimore, MD, D. Type of Contract 1. Project will be constructed under a single prime contract. E. Description: 1. The project consists of the renovation of the theater and stage of Holloway Hall at Salisbury University in Maryland. Holloway Hall is the first building built on the campus for Salisbury University and currently houses the office of the president, administrative offices and the 776 seat Auditorium. The renovation is focused on the Auditorium and the back of house support systems for the Auditorium. The project will consist of demolition of the existing theater lighting, sound and electrical systems as well as the existing seating and finishes. New theater lighting, sound, video projection and rigging systems will be included in the renovation. The space will have a sound booth and ticket booth added within the space. 1.4 ACCESS TO SITE A. General: Contractor shall have full use of Project site for construction operations during construction period. Contractor's use of Project site is limited only by Owner's right to perform work or to retain other contractors on portions of Project and as follows: 1. 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. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. SUMMARY

6 b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. 1.5 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and other requirements of authorities having jurisdiction. B. Nonsmoking Site: Smoking is not permitted on site. C. Controlled Substances: Use of tobacco products and controlled substances on the Campus is prohibited. 1.6 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on the Drawings are described in detail in the Specifications. One or more of the following are used on the Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations published as part of the U.S. National CAD Standard and scheduled on Drawings. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION SUMMARY

7 SECTION ALTERNATES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for alternates. 1.3 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the bidding requirements that may be added to or deducted from the base bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. Alternates described in this Section are part of the Work only if enumerated in the Agreement. 2. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. B. Bid Option: Same as Alternate except that the base bid item is to build nothing. 1.4 PROCEDURES A. Coordination: Revise or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated revisions to alternates. C. Execute accepted alternates under the same conditions as other work of the Contract. D. Schedule: A schedule of alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. ALTERNATES

8 PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 SCHEDULE OF ALTERNATES A. Alternate No. 1 AV Equipment Upgrades: Provide the following AV equipment: 1. (3) PTZ Cameras. (Note base bid to include cabling rough-in and wall jacks). Provide control for the PTZ camera as alternate. 16 port model with integrated controller and input/outputs. 2. (1) Piano Microphone. 3. Additional Wireless Microphone Devices - base bid is 4 lav/4 handheld. Alternate adds 4 additional lav units. 4. (1) ATEM M/E Broadcast Panel. 5. (8) Stage Monitors. B. Alternate No. 2 Acoustical Treatments: 1. Furnish specified Stage Acoustical Shell. 2. Remove existing acoustical wall treatments and provide new sound panels at locations not otherwise indicated to be provided under base bid. C. Alternate No. 3 Rigging Equipment Upgrades: 1. Provide the following Rigging Equipment upgrades in lieu of specified base bid systems: a. Chandelier Motorized Hoist and associated electrical. b. Truss at FOH B. (Note Base Bid to include all ceiling penetrations with escutcheons, electrical raceways and boxes, circuit wiring, dimmers, and chain hoist top anchors. D. Alternate No. 4 Stage Area Upgrades: 1. Provide the following upgrades to the Stage Area and Back of House in lieu of, or in addition to, specified base systems: a. C1 Blue Light Fixtures in backstage Storage Room/Shop and all associated rough-in and devices. b. On Stage 200A and 400A Company Switch. c. Wireless comm system - locate in AR-04 and connect to stage circuit and circuit 8 from SB-704. E. Alternate No. 5 Auditorium Upgrades: 1. Provide the following Auditorium upgrades in lieu of specified base bid systems: a. Beam mounted Auditorium Seats at Level 1 seating. b. Premium Velour Auditorium Seating Fabric. c. Tandus Powerbond Carpet. F. Alternate No. 6 Theater Equipment Upgrades: 1. Provide the following Theater Equipment Upgrades: a. (4) additional Intelligent Theater Lighting Fixtures. G. Alternate No. 7 Miscellaneous Upgrades: 1. Provide the following miscellaneous upgrades above and beyond, or in lieu of, specified base bid work: a. Ticket Booth in its entirety. END OF SECTION ALTERNATES

9 SECTION SUBSTITUTION PROCEDURES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for substitutions. 1.3 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.4 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use facsimile of form provided in Project Manual. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. b. Coordination information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. Certificates and qualification data, where applicable or requested. g. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. h. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. i. Research reports evidencing compliance with building code in effect for Project, from ICC-ES. j. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract SUBSTITUTION PROCEDURES

10 Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. k. Cost information, including a proposal of change, if any, in the Contract Sum. l. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials, and is appropriate for applications indicated. m. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Architect's Supplemental Instructions for minor changes in the Work. b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. 1.5 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.6 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. PART 2 PRODUCTS 2.1 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Requested substitution provides sustainable design characteristics that specified product provided for achieving LEED prerequisites and credits. c. Substitution request is fully documented and properly submitted. d. Requested substitution will not adversely affect Contractor's construction schedule. e. Requested substitution has received necessary approvals of authorities having jurisdiction. f. Requested substitution is compatible with other portions of the Work. g. Requested substitution has been coordinated with other portions of the Work. h. Requested substitution provides specified warranty. i. 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. SUBSTITUTION PROCEDURES

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

12

13 DESIGN COLLECTIVE SUBSTITUTION REQUEST Project: Substitution Request Number: From: To: Date: A/E Project Number: Re: Contract For: Specification Title: Description: Section: Page: Article/Paragraph: Proposed Substitution: Manufacturer: Address: Phone: Trade Name: Model No.: Installer: Address: Phone: History: New product 1-4 years old 5-10 years old More than 10 years old Differences between proposed substitution and specified product: Point-by-point comparative data attached - REQUIRED BY A/E Reason for not providing specified item: Similar Installation: Project: Address: Architect: Owner: Date Installed: Proposed substitution affects other parts of Work: No Yes; explain Savings to Owner for accepting substitution: ($ ). Proposed substitution changes Contract Time: No Yes [Add] [Deduct] days. Supporting Data Attached: Drawings Product Data Samples Tests Reports SUBSTITUTION REQUEST PAGE 1 OF 2

14 DESIGN COLLECTIVE SUBSTITUTION REQUEST The Undersigned certifies: Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. Same warranty will be furnished for proposed substitution as for specified product. Same maintenance service and source of replacement parts, as applicable, is available. Proposed substitution will have no adverse effect on other trades and will not affect or delay progress schedule. Cost data as stated above is complete. Claims for additional costs related to accepted substitution which may subsequently become apparent are to be waived. Proposed substitution does not affect dimensions and functional clearances. Payment will be made for changes to building design, including A/E design, detailing, and construction costs caused by the substitution. Coordination, installation, and changes in the Work as necessary for accepted substitution will be complete in all respects. Submitted by: Signed by: Firm: Address: Telephone: Attachments: A/E s REVIEW AND ACTION Substitution approved - Make submittals in accordance with Specification Section Substitution Procedures. Substitution approved as noted - Make submittals in accordance with Specification Section Substitution Procedures. Substitution rejected - Use specified materials. Substitution Request received too late - Use specified materials. Signed by: Date: Approvals are based upon the opinion, knowledge, information, and belief of Architect and reliance upon data submitted at time of issuance. Approvals are therefore interim in nature and subject to reconsideration as additional data, materials, workmanship, and coordination with other work are observed and reviewed. In proposing items, Contractor assumes all risks, costs, and responsibilities for items final acceptance, integration into Work, and performance. Additional Comments: Contractor Subcontractor Supplier Manufacturer A/E SUBSTITUTION REQUEST PAGE 2 OF 2

15 HOLLOWAY HALL RENOVATIONS 100% CONST. DOCS. DESIGN COLLECTIVE, INC. SECTION CONTRACT MODIFICATION PROCEDURES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. B. Related Requirements: 1. Division 01 Section "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award. 1.3 PROPOSAL REQUESTS/ARCHITECT S SUPPLEMENTAL INSTRUCTIONS A. Owner-Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change. 2. Within time specified in Proposal Request or 20 days, when not otherwise specified, after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. e. Quotation Form: Use forms acceptable to Architect. B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, CONTRACT MODIFICATION PROCEDURES

16 HOLLOWAY HALL RENOVATIONS 100% CONST. DOCS. DESIGN COLLECTIVE, INC. and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Division 01 Section "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use form acceptable to Architect. 1.4 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Changes Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive will be in accordance with the project s General Terms and Conditions of the Contract, or in the absence thereof, as mutually agreed to by both Owner and Contractor. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION CONTRACT MODIFICATION PROCEDURES

17 SECTION PAYMENT PROCEDURES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements necessary to prepare and process Applications for Payment. 1.3 DEFINITIONS A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 1.4 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's construction schedule. 1. Coordinate line items in the schedule of values with other required administrative forms and schedules, including the following: a. Application for Payment forms with continuation sheets. b. Submittal schedule. c. Items required to be indicated as separate activities in Contractor's construction schedule. 2. Submit the schedule of values to Architect at earliest possible date, but no later than seven days before the date scheduled for submittal of initial Applications for Payment. B. Format and Content: Use Project Manual table of contents as a guide to establish line items for the schedule of values. Provide at least one line item for each Specification Section. 1. Identification: Include the following Project identification on the schedule of values: a. Project name and location. b. Name of Architect. c. Architect's project number. d. Contractor's name and address. e. Date of submittal. 2. Arrange schedule of values consistent with format of AIA Document G Arrange the schedule of values in tabular form with separate columns to indicate the following for each item listed: a. Related Specification Section or Division. b. Description of the Work. c. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers) that affect value. g. Dollar value of the following, as a percentage of the Contract Sum to nearest onehundredth percent, adjusted to total 100 percent. (1) Labor. (2) Materials. PAYMENT PROCEDURES

18 (3) Equipment. 4. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with Project Manual table of contents. Provide multiple line items for principal subcontract amounts in excess of five percent of the Contract Sum. 5. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 6. Provide a separate line item in the schedule of values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. a. Differentiate between items stored on-site and items stored off-site. If required, include evidence of insurance. 7. Provide separate line items in the schedule of values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 8. Each item in the schedule of values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. a. Temporary facilities and other major cost items that are not direct cost of actual workin-place may be shown either as separate line items in the schedule of values or distributed as general overhead expense, at Contractor's option. 9. Schedule Updating: Update and resubmit the schedule of values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.5 APPLICATIONS FOR PAYMENT A. Each Application for Payment following the initial Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: The date for each progress payment is indicated in the Agreement between Owner and Contractor. The period of construction work covered by each Application for Payment is the period indicated in the Agreement. C. Application for Payment Forms: Use AIA Document G702 and AIA Document G703 as form for Applications for Payment. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the schedule of values and Contractor's construction schedule. Use updated schedules if revisions were made. 2. Include amounts for work completed following previous Application for Payment, whether or not payment has been received. Include only amounts for work completed at time of Application for Payment. 3. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. 4. Indicate separate amounts for work being carried out under Owner-requested project acceleration. E. Stored Materials: Include in Application for Payment amounts applied for materials or equipment purchased or fabricated and stored, but not yet installed. Differentiate between items stored on-site and items stored off-site. 1. Provide certificate of insurance, evidence of transfer of title to Owner, and consent of surety to payment, for stored materials. PAYMENT PROCEDURES

19 2. Provide supporting documentation that verifies amount requested, such as paid invoices. Match amount requested with amounts indicated on documentation; do not include overhead and profit on stored materials. 3. Provide summary documentation for stored materials indicating the following: a. Value of materials previously stored and remaining stored as of date of previous Applications for Payment. b. Value of previously stored materials put in place after date of previous Application for Payment and on or before date of current Application for Payment. c. Value of materials stored since date of previous Application for Payment and remaining stored as of date of current Application for Payment. F. Transmittal: Submit three signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments if required. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. G. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of values. 3. Contractor's construction schedule (preliminary if not final). 4. Submittal schedule (preliminary if not final). 5. List of Contractor's staff assignments. 6. Copies of building permits. 7. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 8. Certificates of insurance and insurance policies. 9. Performance and payment bonds. H. Application for Payment at Substantial Completion: After Architect issues the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificate(s) of Substantial Completion issued previously for Owner occupancy of designated portions of the Work. I. Final Payment Application: After completing Project closeout requirements, submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 5. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 6. AIA Document G707, "Consent of Surety to Final Payment." 7. Evidence that claims have been settled. 8. Final liquidated damages settlement statement. PAYMENT PROCEDURES

20 PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION PAYMENT PROCEDURES

21 SECTION PROJECT MANAGEMENT AND COORDINATION PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. General project coordination procedures. 2. Administrative and supervisory personnel. 3. Coordination drawings. 4. Requests for Information (RFIs). 5. Project meetings. 6. Hot work permits. B. Related Sections: 1. Division 01 Section "Execution" for procedures for coordinating general installation and field-engineering services, including establishment of benchmarks and control points. 2. Division 01 Section "Closeout Procedures" for coordinating closeout of the Contract. 1.3 DEFINITIONS A. RFI: Request from Owner, Architect, or Contractor seeking information from each other during construction. 1.4 COORDINATION A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's construction schedule. 2. Preparation of the schedule of values. PROJECT MANAGEMENT AND COORDINATION

22 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 9. Project closeout activities. 1.5 COORDINATION DRAWINGS A. Coordination Drawings, General: Prepare coordination drawings in accordance with requirements in individual Sections, where installation is not completely shown on Shop Drawings, where limited space availability necessitates coordination, or if coordination is required to facilitate integration of products and materials fabricated or installed by more than one entity. 1. Content: Project-specific information, drawn accurately to a scale large enough to indicate and resolve conflicts. Do not base coordination drawings on standard printed data. Include the following information, as applicable: a. Use applicable Drawings as a basis for preparation of coordination drawings. Prepare sections, elevations, and details as needed to describe relationship of various systems and components. b. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. c. Indicate space requirements for routine maintenance and for anticipated replacement of components during the life of the installation. d. Show location and size of access doors required for access to concealed dampers, valves, and other controls. e. Indicate required installation sequences. f. Indicate dimensions shown on the Drawings. Specifically note dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect indicating proposed resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. B. Coordination Drawing Organization: Organize coordination drawings as follows: 1. Floor Plans and Reflected Ceiling Plans: Show architectural and structural elements, and mechanical, plumbing, fire protection, fire alarm, and electrical Work. Show locations of visible ceiling-mounted devices relative to acoustical ceiling grid. Supplement plan drawings with section drawings where required to adequately represent the Work. 2. Plenum Space: Indicate subframing for support of ceiling and wall systems, mechanical and electrical equipment, and related Work. Locate components within ceiling plenum to accommodate layout of light fixtures indicated on Drawings. Indicate areas of conflict between light fixtures and other components. 3. Mechanical Rooms: Provide coordination drawings for mechanical rooms showing plans and elevations of mechanical, plumbing, fire protection, fire alarm, and electrical equipment. 4. Structural Penetrations: Indicate penetrations and openings required for all disciplines. 5. Mechanical and Plumbing Work: Show the following: a. Sizes and bottom elevations of ductwork, piping, and conduit runs, including insulation, bracing, flanges, and support systems. b. Dimensions of major components, such as dampers, valves, diffusers, access doors, cleanouts and electrical distribution equipment. c. Fire-rated enclosures around ductwork. 6. Electrical Work: Show the following: a. Runs of vertical and horizontal conduit 1-1/4 inch diameter and larger. PROJECT MANAGEMENT AND COORDINATION

23 b. Light fixture, exit light, emergency battery pack, smoke detector, and other fire alarm locations. c. Panel board, switch board, switchgear, transformer, busway, generator, and motor control center locations. d. Location of pull boxes and junction boxes, dimensioned from column center lines. 7. Fire Protection System: Show the following: a. Locations of standpipes, mains piping, branch lines, pipe drops, and sprinkler heads. 8. Review: Architect will review coordination drawings to confirm that the Work is being coordinated, but not for the details of the coordination, which are the Contractor's responsibility. If the Architect determines that the coordination drawings are not being prepared in sufficient scope or detail, or are otherwise deficient, the Architect will so inform the Contractor, who shall make changes as directed and resubmit. 9. Coordination Drawing Prints: Prepare coordination drawing prints in accordance with requirements of Division 01 Section "Submittal Procedures." 1.6 REQUESTS FOR INFORMATION (RFIS) A. General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return RFIs submitted to Architect by other entities controlled by Contractor with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. 3. Prior to issuing an RFI, carefully study and compare the Contract Documents, other Owner provided information, Contractor prepared coordination Drawings, and other project correspondence or documentation for the required information. B. Frivolous RFI s: 1. A frivolous RFI is an RFI for which the answer is simply a reference to the plans or specifications with no additional input required to clarify or answer the question. C. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: 1. Project name. 2. Project number. 3. Date. 4. Name of Contractor. 5. Name of Architect. 6. RFI number, numbered sequentially. 7. RFI subject. 8. Specification Section number and title and related paragraphs, as appropriate. 9. Drawing number and detail references, as appropriate. 10. Field dimensions and conditions, as appropriate. 11. Contractor's suggested resolution. If Contractor's solution(s) impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 12. Contractor's signature certifying that the request has been researched in the drawings and specifications, and is not answered by the Contract Documents. 13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. a. Include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments on attached sketches. D. RFI Forms: Software-generated form with substantially the same content as indicated above, acceptable to Architect. PROJECT MANAGEMENT AND COORDINATION

24 E. Architect's Action: Architect will review each RFI, determine action required, and respond. Allow seven working days for Architect's response for each RFI. RFIs received by Architect after 1:00 p.m. will be considered as received the following working day. 1. The following RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. c. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Time or the Contract Sum. e. Requests for interpretation of Architect's actions on submittals. f. Incomplete RFIs or inaccurately prepared RFIs. g. RFIs deemed by the Architect to be frivolous. 2. Architect's action may include a request for additional information, in which case Architect's time for response will date from time of receipt of additional information. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Division 01 Section "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within 10 days of receipt of the RFI response. F. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. G. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. Software log with not less than the following: 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number including RFIs that were dropped and not submitted. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. 8. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 1.7 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site, unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. B. Preconstruction Conference: Schedule and conduct a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. 1. Conduct the conference to review responsibilities and personnel assignments. 2. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect progress, including the following: PROJECT MANAGEMENT AND COORDINATION

25 a. Tentative construction schedule. b. Phasing. c. Critical work sequencing and long-lead items. d. Designation of key personnel and their duties. e. Lines of communications. f. Procedures for processing field decisions and Change Orders. g. Procedures for RFIs. h. Procedures for testing and inspecting. i. Procedures for processing Applications for Payment. j. Distribution of the Contract Documents. k. Submittal procedures. l. Preparation of record documents. m. Use of the premises. n. Work restrictions. o. Working hours. p. Owner's occupancy requirements. q. Responsibility for temporary facilities and controls. r. Procedures for moisture and mold control. s. Procedures for disruptions and shutdowns. t. Construction waste management and recycling. u. Parking availability. v. Office, work, and storage areas. w. Equipment deliveries and priorities. x. First aid. y. Security. z. Progress cleaning. 4. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. C. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. Contract Documents. b. Options. c. Related RFIs. d. Related Change Orders. e. Purchases. f. Deliveries. g. Submittals. h. Review of mockups. i. Possible conflicts. j. Compatibility problems. k. Time schedules. l. Weather limitations. m. Manufacturer's written recommendations. n. Warranty requirements. o. Compatibility of materials. p. Acceptability of substrates. q. Temporary facilities and controls. r. Space and access limitations. s. Regulations of authorities having jurisdiction. PROJECT MANAGEMENT AND COORDINATION

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

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

More information

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

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

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

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

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

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

SECTION PAYMENT PROCEDURES

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

More information

University Apartments on Brooklyn PROJECT MANUAL

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

More information

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

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

More information

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

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

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

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

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

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

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

ENTRY SECURITY MODIFICATIONS

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

More information

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

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

More information

LCCC MAIN PLANT BOILER BURNER UPGRADES

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

More information

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

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

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

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

More information

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

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

More information

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

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

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

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

More information

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

New Mexico State University Herritage Farm Interpretive Trail

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

More information

PROJECT SPECIFICATIONS PENSACOLA INTERNATIONAL AIRPORT PARKING GARAGE REHABILITATION

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

More information

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

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

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

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

RICHMOND PUBLIC SCHOOLS

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

More information

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

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

More information

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

RICHMOND PUBLIC SCHOOLS

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

More information

Baseball Performance Development Center A Prevailing Wage Project

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

More information

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

Project Manual OVERLAND PARK BRANCH & ESIS RELOCATION. for

Project Manual OVERLAND PARK BRANCH & ESIS RELOCATION. for Project Manual OVERLAND PARK BRANCH & ESIS RELOCATION for Chubb Floor 4 34 Corporate Woods 10950 Grandview Drive Overland Park KS 66210 Issued for Bid & Permit July 18, 2016 SECTION 000110 TABLE OF CONTENTS

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Notice to Bidders

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

IBMF STATE OF GOOD REPAIR UPGRADES

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

More information

FRANKLIN VILLAGE APARTMENTS Building I Franklin Street Morristown, NJ Block: 3901 Lots: 4,5,6

FRANKLIN VILLAGE APARTMENTS Building I Franklin Street Morristown, NJ Block: 3901 Lots: 4,5,6 PROJECT MANUAL for: FRANKLIN VILLAGE APARTMENTS Building I Morristown, NJ 07960 Block: 3901 Lots: 4,5,6 Owner: Atlantic Health Investment Corp. 200 American Road Morris Plains, NJ 07950 Architect NETTA

More information

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

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

More information

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

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

More information

INVITATION FOR BIDS FOR

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

More information

CONTRACTOR S PROPOSAL

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

More information

Willow Oak Veterinary Hospital

Willow Oak Veterinary Hospital Project Manual For Willow Oak Veterinary Hospital Durham, North Carolina Linton Architects Project #1219 September 11, 2013 Linton Architects 331 West Main Street, Suite 608 Durham, North Carolina 27701

More information

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

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

More information

ANTELOPE VALLEY COLLEGE PALMDALE AIRPORT TERMINAL REMODEL

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

More information

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

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

More information

PROJECT MANUAL UNIVERSITY HALL BOILER REPLACEMENT PROJECT NO. EM 610

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

More information

Franklin Hall Renovation TABLE OF Document Indiana University Bloomington

Franklin Hall Renovation TABLE OF Document Indiana University Bloomington VPS Project No. 2013022.00 Page 1 SPECIFICATIONS VOLUME I INTRODUCTORY INFORMATION Document 000010 - Table of Contents... 6 Document 000011 - Certification and Seals... 2 Document 000012 - Project Directory...

More information

SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS

SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS INDIANA UNIVERSITY BIDDING REQUIREMENTS NOTICE TO BIDDERS BID FORM INSTRUCTIONS TO BIDDERS CONTRACTOR S BID FOR PUBLIC WORK - FORM 96 (REVISED 2005) MINORITY,

More information

TABLE OF CONTENTS VOLUME 1. DIVISION 00 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, CONTRACT FORMS & CONDITIONS OF THE CONTRACT Pages

TABLE OF CONTENTS VOLUME 1. DIVISION 00 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, CONTRACT FORMS & CONDITIONS OF THE CONTRACT Pages TABLE OF CONTENTS VOLUME 1 DIVISION 00 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, CONTRACT FORMS & CONDITIONS OF THE CONTRACT Pages SCHEDULE OF DRAWINGS...... 1 PROJECT PERSONNEL & DIRECTORY......

More information

PROJECT MANUAL ISSUE FOR PERMIT 08 AUGUST 2018 Volume 1 of 1 Divisions 00 through 33 ASTERISK EVENT SPACE DENVER, COLORADO Path21 Project No.

PROJECT MANUAL ISSUE FOR PERMIT 08 AUGUST 2018 Volume 1 of 1 Divisions 00 through 33 ASTERISK EVENT SPACE DENVER, COLORADO Path21 Project No. PROJECT MANUAL ISSUE FOR PERMIT 08 AUGUST 2018 Volume 1 of 1 Divisions 00 through 33 ASTERISK EVENT SPACE DENVER, COLORADO Path21 Project No. 18-003 PROJECT MANUAL Asterisk Event Space Denver, Colorado

More information

ruby ridge terrace apartments

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

More information

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

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

More information

***Specifications***

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

More information

Robert M. Ball Conference Room Renovation Project

Robert M. Ball Conference Room Renovation Project ROBERT M. BALL BUILDING SOCIAL SECURITY ADMINISTRATION CAMPUS WOODLAWN, MARYLAND Robert M. Ball Conference Room Renovation Project Specifications Prepared for: General Services Administration Region 3

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

Division 00 Procurement and Contracting Requirements

Division 00 Procurement and Contracting Requirements SECTION 00 01 10 TABLE OF CONTENTS Division SECTION NO. VOLUME ONE Title SECTION TITLE Division 00 Procurement and Contracting Requirements 00 11 00 Invitation to Bidders 00 21 00 Instructions to Bidders

More information

UMC El Paso Far East Clinic and Neighborhood Healthcare Center West Issue for Construction Page Project No and April 13, 2015

UMC El Paso Far East Clinic and Neighborhood Healthcare Center West Issue for Construction Page Project No and April 13, 2015 Page Project No. 414018 and 414019 April 13, 2015 Table of Contents Division Section Title Pages PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 003100

More information

A. Remove Table of Contents and insert new attached Table of Contents.

A. Remove Table of Contents and insert new attached Table of Contents. ADDENDUM NO. 01 PROJECT Colby Glass E.S. Window Upgrades and ADA Work PROJECT NO. 16043 DATE February 07, 2018 TO: All Prime Contract Bidders and all others to whom Drawings and Specifications have been

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

A. Project Identification: Wiggums Park Place Renovation. D. See Section Project Team List for additional information.

A. Project Identification: Wiggums Park Place Renovation. D. See Section Project Team List for additional information. SECTION 01 10 00 - SUMMARY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Specification and drawing conventions. 4. Miscellaneous provisions.

More information

Illinois State University Softballl Dugout Replacement Normal, Illinois

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

More information

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

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

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Notice to Bidders

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

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

DESIGN & CONSTRUCTION GUIDELINES

DESIGN & CONSTRUCTION GUIDELINES DESIGN & CONSTRUCTION GUIDELINES EDITION: USF FACILITIES MANAGEMENT - DC 5 DCG FACILITIES MANAGEMENT DESIGN & CONSTRUCTION PHONE: (813) 974-2845 4202 E. FOWLER AVENUE, OPM 1000 TAMPA, FLORIDA 33620-7550

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION Section 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Invitation

More information

GADSDEN ELEMENTARY SCHOOL PHOTOVOLTAIC SYSTEM PROJECT

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

More information

PROJECT MANUAL FOR: HUMPHREYS CO. SHERRILL BUILDING RENOVATIONS: NEW URGENT CARE CLINIC & EXTENSION SERVICE OFFICE

PROJECT MANUAL FOR: HUMPHREYS CO. SHERRILL BUILDING RENOVATIONS: NEW URGENT CARE CLINIC & EXTENSION SERVICE OFFICE PROJECT MANUAL FOR: HUMPHREYS CO. SHERRILL BUILDING RENOVATIONS: NEW URGENT CARE CLINIC & EXTENSION SERVICE OFFICE HUMPHREYS COUNTY BOARD OF SUPERVISOR BELZONI, MISSISSIPPI APRIL 20, 2016 EMILY POOLE ARCHITECTURE,

More information

SPECIFICATIONS VOLUME II August 26, 2016

SPECIFICATIONS VOLUME II August 26, 2016 SPECIFICATIONS VOLUME II August 26, 2016 Savannah Chatham County Public School System Charles Ellis Montessori Academy 220 East 49 th Street Savannah Ga 31406 FACILITY NUMBER 625-4054 BY: LS3P/Dawson 321

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

Southwest Middle School 6030 Ogeechee Road, Savannah Georgia

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

More information

KONA COMMUNITY HOSPITAL

KONA COMMUNITY HOSPITAL KONA COMMUNITY HOSPITAL Kealakekua, Island of Hawaii, Hawaii HAWAII HEALTH SYSTEMS Kona Community Hospital 79-1019 Haukapila Street Kealakekua, HI 96750 SPECIFICATIONS CONSTRUCTION SUBMITTAL MARCH 2018

More information

Project Manual Index of Specifications Shenandoah Schools Concession Building

Project Manual Index of Specifications Shenandoah Schools Concession Building INDEX OF SPECIFICATIONS Division 0..BIDDING AND CONTRACT REQUIREMENTS 00 11 13 Advertisement for Bids 00 21 13 Instructions to Bidders 00 41 00 Bid Forms 00 43 13 Bid Security Form 00 72 00 General Conditions

More information

PROCUREMENT AND CONTRACTING DOCUMENTS GROUP

PROCUREMENT AND CONTRACTING DOCUMENTS GROUP PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 11 00 Notice To Bidders 00 21 00 Instructions To Bidders 00 22 00 Supplementary Instructions To Bidders

More information

Façade Access Upgrade Project

Façade Access Upgrade Project University of California Hastings College of Law Façade Access Upgrade Project 200 McAllister Street, San Francisco, CA 94102 Project Number 12042.04 ITB #56-0160 (Revised) August 20, 2015 PROJECT MANUAL

More information

SANTA FE STATION KDOT Grant No. 23 TE

SANTA FE STATION KDOT Grant No. 23 TE SANTA FE STATION KDOT Grant No. 23 TE-0373-01 PRESERVATION PROJECT 413 E 7 TH Street - Lawrence, Kansas Project Manual Issue Date: July 15, 2015 KANSAS DEPT. OF TRANSPORTATION Dwight D. Eisenhower State

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

QUALITY REQUIREMENTS

QUALITY REQUIREMENTS SECTION 014000 - 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

Watercrest - Sand Hill - Columbia, SC TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS

Watercrest - Sand Hill - Columbia, SC TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS Watercrest - Sand Hill - Columbia, SC 00 0110-1 TABLE OF CONTENTS DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS INTRODUCTORY INFORMATION Document 00 0101 Document 00 0110 Project Title Page CONTRACTING

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

AMENDMENT OF SOLICITATION

AMENDMENT OF SOLICITATION Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION PAGE 1 Metropolitan Washington Airports Authority 1A. AMENDMENT OF SOLICITATION NO. 1B. DATED Procurement

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

AIR CONDITIONING SYRACUSE JUNIOR HIGH SCHOOL

AIR CONDITIONING SYRACUSE JUNIOR HIGH SCHOOL PROJECT MANUAL FOR AIR CONDITIONING DAVIS SCHOOL DISTRICT 1450 S. 2000 W. Syracuse, UT 84075 January 2017 BLANK PAGE TABLE OF CONTENTS DIVISION 01 GENERAL CONDITIONS 01 1000 Summary 01 2900 Payment Procedures

More information

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More information

PROJECT MANUAL. New Building Addition for Kenworth Sales Company, Inc. Ontario, Oregon. Set No. 01. For the Construction of: October 2017

PROJECT MANUAL. New Building Addition for Kenworth Sales Company, Inc. Ontario, Oregon. Set No. 01. For the Construction of: October 2017 PROJECT MANUAL For the Construction of: New Building Addition for Kenworth Sales Company, Inc. Ontario, Oregon October 2017 Set No. 01 990 John Adams Parkway, P.O. Box 2212, Idaho Falls, Idaho 83403-2212

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

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades Dayton Metropolitan Housing Authority 111071 Rosemont/Hoch Electrical Upgrades Addendum No. 3 August 10, 2011 DMHA 400 Wayne Ave. Dayton, OH 45410 Re: 1432-1438 Rosemont oh5-12b 261 Hoch Street oh5-18d

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

August 15, 2009 Project No RMW 2009 ALL RIGHTS RESERVED

August 15, 2009 Project No RMW 2009 ALL RIGHTS RESERVED PROJECT MANUAL - Bid Set Issued for review by CSU CALIFORNIA STATE UNIVERSITY Student Services Replacement Building First Floor Main Lobby (SIL) Hayward, California August 15, 2009 Project No. 25150.03

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

TABLE OF CONTENTS Public Safety Building

TABLE OF CONTENTS Public Safety Building DOCUMENT 00 01 10 - TABLE OF CONTENTS VOLUME I DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 10 Table of Contents 00 31 32 Geotechnical Data DIVISION 01 GENERAL REQUIREMENTS 01 10 00 Summary

More information