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

Size: px
Start display at page:

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

Transcription

1 PROJECT MANUAL For the Construction of: New Building Addition for Kenworth Sales Company, Inc. Ontario, Oregon October 2017 Set No John Adams Parkway, P.O. Box 2212, Idaho Falls, Idaho Telephone:(208) /

2

3 Project Manual for New Building Addition Kenworth Sales Company Inc. Ontario, Oregon October 2017 ARCHITECTS: STRUCTURAL CONSULTANT: MECHANICAL CONSULTANT: ELECTRICAL CONSULTANT: CIVIL CONSULTANT: NBW Architects, P.C. 990 John Adams Parkway P.O. Box 2212 Idaho Falls, Idaho Telephone: (208) Fax: (208) Call Engineering 7337 W. Northview St. Boise, Idaho Telephone: (208) Engineered Systems Associates, Inc East Center Street Pocatello, Idaho Telephone: (208) Fax: (208) Payne Engineering, Inc East Center Street Pocatello, Idaho Telephone: (208) Fax: (208) CK3, LLC 368 SW 5 th Avenue Ontario, Oregon Telephone: (541)

4 B L A N K P A G E

5 PROJECT MANUAL TABLE OF CONTENTS Division Section Title PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS COVER TITLE PAGE TABLE OF CONTENTS NOTICE TO BIDDERS BID FORM INSTRUCTIONS TO BIDDERS SUPPLEMENTARY INSTRUCTIONS TO BIDDERS PERFORMANCE AND PAYMENT BOND STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR GENERAL CONDITIONS SUPPLEMENTARY CONDITIONS GEOTECHNICAL DATA SPECIFICATIONS GROUP General Requirements Subgroup DIVISION 01 - GENERAL REQUIREMENTS SUMMARY ALLOWANCES SUBSTITUTION PROCEDURES CONTRACT MODIFICATION PROCEDURES PAYMENT PROCEDURES PROJECT MANAGEMENT AND COORDINATION CONSTRUCTION PROGRESS DOCUMENTATION SUBMITTAL PROCEDURES QUALITY REQUIREMENTS REFERENCES TEMPORARY FACILITIES AND CONTROLS PRODUCT REQUIREMENTS EXECUTION CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL CLOSEOUT PROCEDURES OPERATION AND MAINTENANCE DATA PROJECT RECORD DOCUMENTS DEMONSTRATION AND TRAINING DIVISION 03 - CONCRETE CAST-IN-PLACE CONCRETE DIVISION 04 - MASONRY CONCRETE UNIT MASONRY Facility Construction Subgroup Kenworth Sales Co. - Ontario, Oregon October 2017 TABLE OF CONTENTS

6 DIVISION 05 - METALS STRUCTURAL STEEL FRAMING STEEL JOIST FRAMING STEEL DECKING COLD-FORMED METAL FRAMING METAL FABRICATIONS DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES MISCELLANEOUS ROUGH CARPENTRY SHEATHING DIVISION 07 - THERMAL AND MOISTURE PROTECTION BITUMINOUS DAMPPROOFING THERMAL INSULATION STANDING-SEAM METAL ROOF PANELS INSULATED METAL WALL PANELS POLYVINYL-CHLORIDE (PVC) ROOFING SHEET METAL FLASHING AND TRIM ROOF ACCESSORIES PENETRATION FIRESTOPPING JOINT SEALANTS DIVISION 08 - OPENINGS HOLLOW METAL DOORS AND FRAMES OVERHEAD COILING DOORS SECTIONAL DOORS UNIT SKYLIGHTS DOOR HARDWARE DIVISION 9 - FINISHES GYPSUM BOARD RESILIENT BASE AND ACCESSORIES PAINTING HIGH-PERFORMANCE COATINGS DIVISION 10 - SPECIALITIES PANEL SIGNAGE FIRE EXTINGUISHERS DIVISION 21 FIRE SUPPRESSION COMMON REQUIREMENTS FOR FIRE SUPPRESSION IDENTIFICATION FOR FIRE SUPPRESSION PIPING AND EQUIPMENT WET PIPE FIRE SUPPRESSION SPRINKLERS DIVISION 22 - PLUMBING COMMON PLUMBING REQUIREMENTS PIPE, PIPE FITTINGS, PIPE HANGERS & VALVES IDENTIFICATION FOR PLUMBING PIPES AND EQUIPMENT MECHANICAL INSULATION AND FIRE STOPPING UNDERGROUND PIPING INSULATION POTABLE WATER PIPE INSULATION RAIN DRAIN INSULATION FIRE STOPPING Kenworth Sales Co. - Ontario, Oregon October 2017 TABLE OF CONTENTS

7 NATURAL GAS SYSTEMS DOMESTIC WATER PIPING SYSTEMS (COPPER) BACKFLOW PREVENTER VALVE SOIL, WASTE, & VENT PIPING SYSTEMS STORM DRAINAGE PIPING PLUMBING FIXTURES DIVISION 23 HEATING, VENTILATING AND AIR CONDITIONING COMMON HVAC REQUIREMENTS IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT TESTING, ADJUSTING, AND BALANCING EXHAUST FANS AIR OUTLETS & INLETS FLUES GAS FIRED UNIT HEATERS EVAPORATIVE AIR COOLING EQUIPMENT DIVISION 26 - ELECTRICAL COMMON ELECTRICAL REQUIREMENTS ELECTRICAL DEMOLITION REQUIREMENTS EQUIPMENT WIRING SYSTEMS LINE-VOLTAGE CONDUCTORS AND CABLES GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS ELECTRICAL IDENTIFICATION CIRCUIT-BREAKER PANELBOARDS WIRING DEVICES ENCLOSED SWITCHES AND CIRCUIT BREAKERS INTERIOR LIGHTING EMERGENCY LIGHTING EXTERIOR LIGHTING AUXILIARY SYSTEMS DATA SYSTEM CABLING FIRE DETECTION AND ALARM SYSTEM DIVISION 31 - EARTHWORK SITE CLEARING EARTH MOVING DIVISION 32 EXTERIOR IMPROVEMENTS ASPHALT PAVING PAVEMENT MARKINGS CHAIN LINK FENCES AND GATES BOLLARD COVERS DIVISION 34 - TRANSPORTATION BOLLARD COVERS END OF TABLE OF CONTENTS Kenworth Sales Co. - Ontario, Oregon October 2017 TABLE OF CONTENTS

8 B L A N K P A G E

9 BIDDING DOCUMENTS

10 NOTICE TO BIDDERS Sealed Proposals will be received by Kenworth Sales Company, Inc., at a time and place to be determined at the prebid conference for the Construction of a New Building Addition for Kenworth Sales Company, Ontario, Oregon and will be opened in a closed meeting at a time and place to be announced. Bids received after the time fixed for opening will not be considered. Bid proposals shall be made out on the forms furnished, shall be sealed and upon the envelope bear the endorsement: New Building Addition for: Kenworth Sales Company, Inc. Ontario, Oregon Bid Proposal: Each bid shall be accompanied by a bid bond made payable to the Owner in an amount not less than five percent (5%) of the amount of bid. This bid bond of the accepted bidder shall be forfeited in case he fails or refused to enter into the contract or furnish the Performance Bond required within ten (10) days after date of award. A pre-bid conference will be held at a time and place to be announced. Attendance at the pre-bid conference is mandatory. The right is reserved by the Owner to accept or reject any or all proposals and the right to waive any informalities in bid opening. No bidder may withdraw his bid after the hour set for the bid opening or before contract is awarded unless said award is delayed for a period exceeding thirty (45) days. Printed plans, specifications and forms for bidding may be obtained at the office of NBW Architects, P.C., P. O. Box 2212, Idaho Falls, Idaho 83403, Telephone: (208) , upon depositing $ per set. Digital copies of the documents in the form of PDF files will be made available to general bidders without deposit. Plans, specifications, proposal forms and other information are on file for examination at the following locations: NBW Architects, P.C. 990 John Adams Parkway Idaho Falls, Idaho Telephone: McGraw Hill Companies Kenworth Sales Co. Ontario, Oregon October 2017 NTB NOTICE TO BIDDERS

11 B L A N K P A G E

12 BID FORM Kenworth Sales Company, Inc. Salt Lake City, Utah Gentlemen: The undersigned Bidder has carefully examined the Advertisement for Bids, Instructions to Bidders, Form of Contract Agreement, Bonds, General Conditions of the Contract, and the complete Drawings and Specifications, as well as the site and conditions affecting the work, and will provide all necessary machinery, tools, apparatus, and other means of construction, and do all work and furnish all materials and equipment called for by said Documents and Drawings, to construct a New Building Addition for Kenworth Sales Company, Inc., Ontario, Oregon in the manner prescribed therein and in said Contract for the sum of: Base Proposal: Dollars ($ ). The undersigned agrees, if awarded the Contract, to execute and deliver to the Owner, within seven (7) days after having been given notice of the award, satisfactory Payment and Performance Bonds in an amount not less than one hundred percent (100%) of the Contract Price. The Bond Forms to be provided as noted in the Project Manual. Herewith is enclosed a bid bond payable to the Owner in an amount not less than five percent (5%) of the total amount of the bid, and said bond and its proceeds shall be forfeited to the Owner if the undersigned fails or refuses to enter into the contract and furnish bonds required within the specified dates. Herewith enclosed is Appendix A representing a list of subcontractors to be utilized on this project. The completion time for the entire work will be 180 calendar days. The right is reserved to reject any or all bids, and to waive any informalities. Bidder acknowledges receipt of the Addenda noted: # # # The names and addresses of the entities who will perform the plumbing, heating and air conditioning and electrical work, subject to approval of Owner and Architect, if Undersigned is awarded the Contract, are as follows: Plumbing (Name) (Address) Oregon Plumbing Contractors License No. Heating/Air Conditioning (Name) (Address) Oregon Contractors License No. Electrical (Name) (Address) Oregon Electrical Contractors License No. Dated this day of, Respectfully, By Address Oregon Contractor's License No. Kenworth Sales Co. Ontario, Oregon October 2017 BF BID FORM

13 BID INFORMATION Appendix A - List of Subcontractors Herewith is the list of Subcontractors referenced in the Bid submitted by: Bidder: Project: Kenworth - Ontario dated, 2017 and which is an integral part of the Bid Form. The following work will be performed or provided by Subcontractors and coordinated by the General Contractor: Section of Work Name Use additional pages as required. Kenworth Sales Co. Ontario, Oregon October 2017 BF BID FORM

14

15

16

17

18

19

20 SUPPLEMENTAL INSTRUCTIONS TO BIDDERS The following supplements modify, change, delete, or add to the "Instructions to Bidders", AIA Document A701, Where any part of the Instructions to Bidders is modified or voided by these Articles, the undeleted provisions of that part shall remain in effect. ARTICLE 3: BIDDING DOCUMENTS 3.1 COPIES Delete the entire subparagraph and substitute the following: "Bidding Documents may be issued to major Sub-bidders or others at the discretion of the Architect on a first come first serve basis. 3.3 SUBSTITUTIONS In the second line change the word "ten" to "seven". ARTICLE 4: BIDDING PROCEDURES 4.2 BID SECURITY No proposal will be considered unless accompanied by a deposit in the amount of five percent (5%) of the total bid, either by a Bid Bond, certified or cashier's check made payable to the Owner In the first line following the word "Bond," add "or other approved form,". ARTICLE 5: CONSIDERATION OF BIDS 5.1 OPENING OF BIDS Sealed Bids for performing the work contemplated by this contract will be received at the date, time and place indicated in the advertisement for bids. 5.3 ACCEPTANCE OF BID (AWARD) The Bidder to whom the award is made will be promptly notified and within seven (7) calendar days. From the date of such notification, he shall execute the contract agreement in triplicate, furnish contract bond and insurance certification. ARTICLE 9: PROJECT INFORMATION 9.1 THE WORK New Building Addition for Kenworth Sales Company, Inc. Ontario, Oregon 9.2 THE OWNER Kenworth Sales Company, Inc South Constitution Blvd. West Valley City, Utah THE ARCHITECT NBW Architects, P.C. 990 John Adams Parkway P.O. Box 2212 Kenworth Sales Co. Ontario, Oregon October 2017 SIB SUPPLEMENTAL INSTRUCTIOBNS TO BIDDERS

21 Idaho Falls, Idaho ARTICLE 10: ARRANGEMENT OF CONTRACTS 10.1 PROPOSALS The proposed work will be bid and awarded under one contract covering only those divisions and work stipulated in the construction Documents Proposals must be for the complete Work and no separate proposals will be received on portions of the Work. ARTICLE 11: CONSTRUCTION TIME AND LIQUIDATED DAMAGES 11.2 TIME OF COMPLETION Time is hereby expressly declared to be of the essence of the contract. The successful bidder will be expected to gear his operations and organize his work and subcontract to complete this project in the earliest possible time. The Owner acknowledges that the Contractor is not able to control the weather; however, the Contractor shall be otherwise required to take all necessary steps to furnish adequate labor to complete the project as soon as possible. He shall be responsible for any and all damages incurred by the Owner by reason of delays necessitated by his failure or failure of the Subcontractors to diligently act to secure necessary materials and labor for the completion of this project in a reasonable time, which we have calculated to be 180 calendar days after receiving notice to proceed with actual construction LIQUIDATED DAMAGES The Contractor agrees to pay to the Owner the sum of $ per day as liquidated damages for delays in Substantial Completion of the Work unless he notified the Architect in writing that conditions are beyond his control and his request is approved by the Architect and the Owner The Contractor agrees to pay to the Owner the sum of $ per day as liquidated damages for delays in in completing work itemized on the Substantial Completion Certificate unless he notified the Architect in writing that conditions are beyond his control and his request is approved by the Architect and the Owner. END OF SUPPLEMENTAL INSTRUCTIONS TO BIDDERS Kenworth Sales Co. Ontario, Oregon October 2017 SIB SUPPLEMENTAL INSTRUCTIOBNS TO BIDDERS

22 PERFORMANCE BOND AND PAYMENT BOND The printed Performance Bond and Payment Bond, Standard Form of the American Institute of Architects, Form A312, 1984 Edition, is hereby made part of the Contract Documents, by reference, to the same extent as if herein written out in full. Copies of this Document are available for examination at the office of the Architect and will be furnished for the execution of this Contract. Kenworth Sales Co. - Elko, Nevada February 2017 BND BOND FORM

23 B L A N K P A G E

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41 B L A N K P A G E

42

43

44

45

46

47

48

49

50

51

52

53

54

55

56

57

58

59

60

61

62

63

64

65

66

67

68

69

70

71

72

73

74

75

76

77

78

79

80

81

82

83

84 SUPPLEMENTARY CONDITIONS The following supplements modify AIA Document A201B2007, General Conditions of the Contract for Construction. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. 1.1 ARTICLE 3 PERMITS, FEES, NOTICES, AND COMPLIANCE WITH LAWS A. Add to Section the words plan review fees and before the word building in the first line. 1.2 ARTICLE 4 ARCHITECT A. Add Section to Section 4.2.2: 1. ' The Owner is entitled to reimbursement from the Contractor for amounts paid to the Architect for site visits made necessary by the fault of the Contractor or by defects and deficiencies in the Work. 1.3 ARTICLE 7 CHANGES IN THE WORK A. Add the following Section to Section 7.1: 1. ' The combined overhead and profit included in the total cost to the Owner for a change in the Work shall be based on the following schedule: a. For the Contractor, for Work performed by the Contractor=s own forces, 10 percent of the cost. b. For the Contractor, for Work performed by the Contractor=s Subcontractors, 5 percent of the amount due the Subcontractors. c. For each Subcontractor involved, for Work performed by that Subcontractor=s own forces, 10 percent of the cost. d. For each Subcontractor involved, for Work performed by the Subcontractor=s Subsubcontractors, 5 percent of the amount due the Sub-subcontractor. e..cost to which overhead and profit is to be applied shall be determined in accordance with Section f. In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. Labor and materials shall be itemized in the manner prescribed above. Where major cost items are Subcontracts, they shall be itemized also. In no case will a change involving over $ be approved without such itemization. g. No more than three (3) five percent (5%) markups shall be added regardless of number of subcontractors and the maximum percentage of all markups allowed on any change order shall not exceed fifteen percent (15%). 1.4 ARTICLE 9 PAYMENTS AND COMPLETION A. ' 9.3 Applications for Payment 1. Add the following Section to Section 9.3.1: a. ' Until Substantial Completion, the Owner shall pay 95 percent of the amount due the Contractor on account of progress payments. B. ' 9.8 Substantial Completion 1. Add the following Section to Section 9.8.3: a. ' The Architect will perform no more than Two (2) inspections to determine whether the Work or a designated portion thereof has attained Substantial Completion in accordance with the Contract Documents. The Owner is entitled to reimbursement from the Contractor for amounts paid to the Architect for any additional inspections. 2. Add the following Section to Section : a. ' The Architect will perform no more than Two (2) inspections to determine whether the Work or a designated portion thereof has attained Final Completion in accordance with the Contract Documents. The Owner is entitled to reimbursement from the Contractor for amounts paid to the Architect for any additional inspections. 1.5 ARTICLE 10 PROTECTION OF PERSONS AND PROPERTY Kenworth Sales Co. Ontario, Oregon October 2017 SC SUPPLEMENTARY CONDITIONS

85 A. ' 10.2 Safety of Persons and Property 1. Add the following Section to Section : a. ' When use or storage of explosives, or other hazardous materials, substances or equipment, or unusual methods are necessary for execution of the Work, the Contractor shall give the Owner reasonable advance notice. 1.6 ARTICLE 11 INSURANCE AND BONDS A. ' 11.4 Performance Bond and Payment Bond 1. Delete Section and substitute the following: a. ' The Contractor shall furnish bonds covering faithful performance of the Contract and payment of obligations arising thereunder. Bonds may be obtained through the Contractor=s usual source and the cost thereof shall be included in the Contract Sum. The amount of each bond shall be equal to100 percent of the Contract Sum. 1) ' The Contractor shall deliver the required bonds to the Owner not later than three days following the date the Agreement is entered into, or if the Work is to be commenced prior thereto in response to a letter of intent, the Contractor shall, prior to the commencement of the Work, submit evidence satisfactory to the Owner that such bonds will be furnished. 2) ' The Contractor shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney. 1.7 ARTICLE 15 CLAIMS AND DISPUTES A. Add the following Sections and to Section : 1. ' Claims for increase in the Contract Time shall set forth in detail the circumstances that form the basis for the Claim, the date upon which each cause of delay began to affect the progress of the Work, the date upon which each cause of delay ceased to affect the progress of the Work and the number of days= increase in the Contract Time claimed as a consequence of each such cause of delay. The Contractor shall provide such supporting documentation as the Owner may require including, where appropriate, a revised construction schedule indicating all the activities affected by the circumstances forming the basis of the Claim. 2. ' The Contractor shall not be entitled to a separate increase in the Contract Time for each one of the number of causes of delay which may have concurrent or interrelated effects on the progress of the Work, or for concurrent delays due to the fault of the Contractor. END OF SECTION SUPPLEMENTARY CONDITIONS Kenworth Sales Co. Ontario, Oregon October 2017 SC SUPPLEMENTARY CONDITIONS

86 GEOTECHNICAL DATA 1.1 GEOTECHNICAL DATA A. This Document with its referenced attachments is part of the Procurement and Contracting Requirements for Project. They provide Owner's information for Bidders' convenience and are intended to supplement rather than serve in lieu of Bidders' own investigations. They are made available for Bidders' convenience and information, but are not a warranty of existing conditions. This Document and its attachments are not part of the Contract Documents. B. A geotechnical investigation report prepared by Materials Testing and Inspection, Boise, Idaho dated 16 August 2017, is available for viewing at the office of Architect. END OF DOCUMENT Kenworth Sales Co. Ontario, Oregon October 2017 GD GEOTECHNICAL DATA

87 B L A N K P A G E

88 SPECIFICATIONS

89 T A B L E O F C O N T E N T S DIVISION 01 - GENERAL REQUIREMENTS SUMMARY ALLOWANCES SUBSTITUTION PROCEDURES CONTRACT MODIFICATION PROCEDURES PAYMENT PROCEDURES PROJECT MANAGEMENT AND COORDINATION CONSTRUCTION PROGRESS DOCUMENTATION SUBMITTAL PROCEDURES QUALITY REQUIREMENTS REFERENCES TEMPORARY FACILITIES AND CONTROLS PRODUCT REQUIREMENTS EXECUTION CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL CLOSEOUT PROCEDURES OPERATION AND MAINTENANCE DATA PROJECT RECORD DOCUMENTS DEMONSTRATION AND TRAINING DIV 01 TABLE OF CONTENTS

90 SECTION SUMMARY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Access to site. 4. Coordination with occupants. 5. Work restrictions. 6. Specification and drawing conventions. 7. Miscellaneous provisions. 1.2 PROJECT INFORMATION A. Project Identification: New Building Addition for Kenworth Sales Co., Inc. 1. Project Location: 920 SE 9 th Avenue, Ontario, Oregon B. Owner: Kenworth Sales Co., Inc South Constitution Boulevard, West Valley City, Utah Owner's Representative: Kyle Treadway. C. Architect: NBW Architects, P.C., 990 John Adams Parkway, P.O. Box 2212, Idaho Falls, Idaho Telephone: Fax: WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. Project consists of construction of a new 6,000 sq. ft. warehouse addition. Work includes but is not limited to site work, concrete masonry, steel joists, light gage metal framing, gypsum board, concrete and concrete polishing, insulated metal panels, single-ply roofing, interior finishes, hvac, plumbing and electrical work. B. Type of Contract. 1. Project will be constructed under a single prime contract. 1.4 ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. B. Use of Site: Limit use of Project site to Work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Driveways, Walkways, and Entrances: Keep driveways and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or for storage of materials. C. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair damage caused by construction operations. 1.5 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site and existing adjacent building(s) during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated. Kenworth Sales Co. Ontario, Oregon October SUMMARY

91 1.6 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner not less than two days in advance of proposed utility interruptions. C. Nonsmoking Building: Smoking is not permitted within the building or within 25 feet of entrances, operable windows, or outdoor-air intakes. 1.7 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on 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 and scheduled on Drawings. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Kenworth Sales Co. Ontario, Oregon October SUMMARY

92 SECTION ALLOWANCES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements governing allowances. B. Types of allowances include the following: 1. Lump-sum allowances. C. Related Requirements: 1. Section "Quality Requirements" for procedures governing the use of allowances for testing and inspecting. 1.2 SELECTION AND PURCHASE A. At the earliest practical date after award of the Contract, advise Architect of the date when final selection and purchase of each product or system described by an allowance must be completed to avoid delaying the Work. B. At Architect's request, obtain proposals for each allowance for use in making final selections. Include recommendations that are relevant to performing the Work. C. Purchase products and systems selected by Architect from the designated supplier. 1.3 ACTION SUBMITTALS A. Submit proposals for purchase of products or systems included in allowances, in the form specified for Change Orders. 1.4 INFORMATIONAL SUBMITTALS A. Submit invoices or delivery slips to show actual quantities of materials delivered to the site for use in fulfillment of each allowance. B. Submit time sheets and other documentation to show labor time and cost for installation of allowance items that include installation as part of the allowance. C. Coordinate and process submittals for allowance items in same manner as for other portions of the Work. 1.5 COORDINATION A. Coordinate allowance items with other portions of the Work. Furnish templates as required to coordinate installation. 1.6 LUMP-SUM ALLOWANCES A. Allowance shall include cost to Contractor of specific products and materials ordered by Owner or selected by Architect under allowance and shall include taxes, freight[,] and delivery to Project site. B. Unless otherwise indicated, Contractor's costs for receiving and handling at Project site, labor, installation, overhead and profit, and similar costs related to products and materials selected by Architect under allowance shall be included as part of the Contract Sum and not part of the allowance. C. Unused Materials: Return unused materials purchased under an allowance to manufacturer or supplier for credit to Owner, after installation has been completed and accepted. 1. If requested by Architect, retain and prepare unused material for storage by Owner. Deliver unused material to Owner's storage space as directed. Kenworth Sales Co. - Ontario, Oregon October ALLOWANCES

93 1.7 CONTINGENCY ALLOWANCES A. Use the contingency allowance only as directed by Architect for Owner's purposes and only by Change Orders that indicate amounts to be charged to the allowance. B. Contractor's overhead, profit, and related costs for products and equipment ordered by Owner under the contingency allowance are included in the allowance and are not part of the Contract Sum. These costs include delivery, installation, taxes, insurance, equipment rental, and similar costs. C. Change Orders authorizing use of funds from the contingency allowance will include Contractor's related costs and reasonable overhead and profit margins. D. At Project closeout, credit unused amounts remaining in the contingency allowance to Owner by Change Order. 1.8 ADJUSTMENT OF ALLOWANCES A. Allowance Adjustment: To adjust allowance amounts, prepare a Change Order proposal based on the difference between purchase amount and the allowance, multiplied by final measurement of work-in-place where applicable. If applicable, include reasonable allowances for cutting losses, tolerances, mixing wastes, normal product imperfections, and similar margins. 1. Include installation costs in purchase amount only where indicated as part of the allowance. 2. If requested, prepare explanation and documentation to substantiate distribution of overhead costs and other margins claimed. 3. Submit substantiation of a change in scope of work, if any, claimed in Change Orders related to unit-cost allowances. 4. Owner reserves the right to establish the quantity of work-in-place by independent quantity survey, measure, or count. B. Submit claims for increased costs because of a change in scope or nature of the allowance described in the Contract Documents, whether for the purchase order amount or Contractor's handling, labor, installation, overhead, and profit. 1. Do not include Contractor's or subcontractor's indirect expense in the Change Order cost amount unless it is clearly shown that the nature or extent of work has changed from what could have been foreseen from information in the Contract Documents. 2. No change to Contractor's indirect expense is permitted for selection of higher- or lower-priced materials or systems of the same scope and nature as originally indicated. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Examine products covered by an allowance promptly on delivery for damage or defects. Return damaged or defective products to manufacturer for replacement. 3.2 PREPARATION A. Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related work. 3.3 SCHEDULE OF ALLOWANCES A. Allowance No. 1: Lump-Sum Allowance: Include the sum of $15, This allowance is for miscellaneous adjustments required by the AHJ and includes material cost, receiving, handling, and installation and Contractor overhead and profit. END OF SECTION Kenworth Sales Co. - Ontario, Oregon October ALLOWANCES

94 SECTION SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Section "Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 1.2 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1.3 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use CSI Form 13.1A. 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 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. Kenworth Sales Co. - Ontario, Oregon October SUBSTITUTION PROCEDURES

95 1.4 QUALITY ASSURANCE b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. 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. 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: 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. c. Requested substitution will not adversely affect Contractor's construction schedule. d. Requested substitution has received necessary approvals of authorities having jurisdiction. e. Requested substitution is compatible with other portions of the Work. f. Requested substitution has been coordinated with other portions of the Work. g. Requested substitution provides specified warranty. h. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. B. Substitutions for Convenience: Not allowed. PART 3 - EXECUTION (Not Used) END OF SECTION Kenworth Sales Co. - Ontario, Oregon October SUBSTITUTION PROCEDURES

96 SECTION CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. 1.2 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions." 1.3 PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change. 2. Within time specified in Proposal Request or 20 days, when not otherwise specified, after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. e. Quotation Form: Use forms acceptable to Architect. B. Contractor-Initiated Work Change 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, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Section "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Work Change Proposal Request Form: Use form acceptable to Architect. 1.4 ADMINISTRATIVE CHANGE ORDERS A. Allowance Adjustment: See Section "Allowances" for administrative procedures for preparation of Change Order Proposal for adjusting the Contract Sum to reflect actual costs of allowances. 1.5 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 G701. Kenworth Sales Co. - Ontario, Oregon October CONTRACT MODIFICATION PROCEDURES

97 1.6 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Architect may issue a Construction Change Directive on AIA Document G714. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Kenworth Sales Co. - Ontario, Oregon October CONTRACT MODIFICATION PROCEDURES

98 SECTION PAYMENT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements necessary to prepare and process Applications for Payment. B. Related Requirements: 1. Section "Contract Modification Procedures" for administrative procedures for handling changes to the Contract. 2. Section "Construction Progress Documentation" for administrative requirements governing the preparation and submittal of the Contractor's construction schedule. 1.2 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's construction schedule. 1. Coordinate line items in the schedule of values with 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 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. 4. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 5. 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. 6. 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. 7. Allowances: Provide a separate line item in the schedule of values for each allowance. Show line-item value of unit-cost allowances, as a product of the unit cost, multiplied by measured quantity. Use information indicated in the Contract Documents to determine quantities. 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 work-in-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. 1.3 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. Kenworth Sales Co. - Ontario, Oregon October PAYMENT PROCEDURES

99 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. Payment Application Times: Submit Application for Payment to Architect by the first of the month. The period covered by each Application for Payment is one month, ending on the twenty-fifth day of the month. D. Application for Payment Forms: Use AIA Document G702 and AIA Document G703 as form for Applications for Payment. E. 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 of Change Orders and Construction Change Directives issued before last day of construction period covered by application. 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. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's lien from entities lawfully entitled to file a mechanic's lien arising out of the Contract and related to the Work covered by the payment. 1. Submit partial waivers on each item for amount requested in previous application, after deduction for retainage, on each item. 2. When an application shows completion of an item, submit conditional final or full waivers. 3. Owner reserves the right to designate which entities involved in the Work must submit waivers. 4. Waiver Forms: Submit executed waivers of lien on forms acceptable to Owner. H. 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. List of Contractor's principal consultants. 7. Copies of building permits. 8. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 9. Initial progress report. 10. Report of preconstruction conference. 11. Certificates of insurance and insurance policies. I. 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 Certificates of Partial Substantial Completion issued previously for Owner occupancy of designated portions of the Work. J. 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. Kenworth Sales Co. - Ontario, Oregon October PAYMENT PROCEDURES

100 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AIA Document G , "Contractor's Affidavit of Payment of Debts and Claims." 5. AIA Document G706A-1994, "Contractor's Affidavit of Release of Liens." 6. AIA Document G , "Consent of Surety to Final Payment." 7. Evidence that claims have been settled. 8. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. 9. Final liquidated damages settlement statement. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Kenworth Sales Co. - Ontario, Oregon October PAYMENT PROCEDURES

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

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

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

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

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

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

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

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

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

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

Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE. Building 300 Administration Fire Protection Bronson Blvd. Fennimore, WI 53809 Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE Building 00 Administration Fire Protection 00 Bronson Blvd. Fennimore, WI 0 PRA Project No. 00-0 SWTC Project No. -0 July 0 00-0 TITLE PAGE 00

More information

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017 Exterior Alterations and New Office/ Warehouse for All Weather Shelters Northwest Business Park, Building 5, Bay 3 13459-149 Street Edmonton, AB Issued for Tender: Site Visit: Available upon request. Closing

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

HOLLOWAY HALL AUDITORIUM RENOVATION

HOLLOWAY HALL AUDITORIUM RENOVATION HOLLOWAY HALL AUDITORIUM RENOVATION BID DOCUMENTS PROJECT MANUAL JANUARY 2, 2013 SALISBURY UNIVERSITY FACILITIES PLANNING AND CAPITAL PROJECTS 1101 CAMDEN AVENUE SALISBURY, MARYLAND 21801 DESIGN COLLECTIVE,

More information

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

More information

New Outdoor Firing Range Facility Project Manual

New Outdoor Firing Range Facility Project Manual Pinellas County Sheriff s Office New Outdoor Firing Range Facility Project Manual April 5, 2010 Project Address: 3410 118 th Avenue North Pinellas Park, Florida 337625 Owner: Pinellas County Sheriff s

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

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

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

More information

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

WEST GATE ENTRANCE EXTERIOR IMPROVEMENTS BEXAR COUNTY ARENAS - FENCING PACKAGE

WEST GATE ENTRANCE EXTERIOR IMPROVEMENTS BEXAR COUNTY ARENAS - FENCING PACKAGE PROJECT MANUAL / TECHNICAL SPECIFICATIONS WEST GATE ENTRANCE EXTERIOR IMPROVEMENTS - FENCING PACKAGE 3201 E. HOUSTON STREET SAN ANTONIO, TEXAS 78219 OCTOBER 6, 2017 HUMBERTO SALDANA & ASSOCIATES, INC.

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More 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

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities Division 1 Requirements Design and Construction Quality Campus Master Plans Texas Tech University System Operating and Building Maintenance Project Administration Historically Underutilized Business (HUB)

More information

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Addenda - Documents used by the Owner to incorporate interpretations or clarifications, modifications,

More information

Scope of Work Bid Package C-4 - West Polished Concrete

Scope of Work Bid Package C-4 - West Polished Concrete Scope of Work Bid Package C-4 - West Polished Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

INVITATION TO BID CITY OF HOPKINSVILLE

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

More information

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit:

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit: TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION 355-7575 Ext. 395 Needed to Obtain Permit: 1. Building Permit Application, and/or residential plumbing permit application, as applicable, to be

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

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

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

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

More information

Property Condition Assessment

Property Condition Assessment Property Condition Assessment Pewaukee, WI 53072 Inspection Date: 1/6/15 Prepared For: Report Number: Prepared By: Shamrock Building Inspection Consultants LLC N29 W29951 Shel-Mar Dr. Pewaukee, WI 53072

More information

Exhibit A Scope of Services and Deliverables

Exhibit A Scope of Services and Deliverables Exhibit A Scope of Services and Deliverables Attachment to MnDOT Contract No. for Project Name Project # 16-TZ dated Scope of Services includes: Programming / Schematic Design Phase Design Development

More information

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

Project Manual. Arriba Flagler Consolidated School District 20. Flagler School. MEP Renovations. 100% Construction Documents.

Project Manual. Arriba Flagler Consolidated School District 20. Flagler School. MEP Renovations. 100% Construction Documents. Project Manual Arriba Flagler Consolidated School District 20 Flagler School MEP Renovations 100% Construction Documents Prepared By: Leffingwell Consulting Engineers, Inc. 1315 North El Paso Street Colorado

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

SECTION BASIC ELECTRICAL MATERIALS AND METHODS

SECTION BASIC ELECTRICAL MATERIALS AND METHODS SECTION 26 05 05 BASIC ELECTRICAL MATERIALS PART 1 - GENERAL 1.1 SUMMARY A. Section includes the limited scope construction materials and methods for application with electrical installations as follows:

More information

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. SEVEN Date: 07.11.17 Project: A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA A7.1

More information

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

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3

More information

Project Manual. Administration Building & North Pointe Center Window Replacement. Lewis Cass Intermediate School District Cassopolis, Michigan

Project Manual. Administration Building & North Pointe Center Window Replacement. Lewis Cass Intermediate School District Cassopolis, Michigan 68817 Cass St. / P.O. Box 627 Edwardsburg, MI 49112 Project Manual Administration Building & North Pointe Center Lewis Cass Intermediate School District Cassopolis, Michigan Issue Date: 9 July 2015 TABLE

More information

MATERIAL ALLOWANCES AND UNIT PRICES

MATERIAL ALLOWANCES AND UNIT PRICES PART 1 - GENERAL 1.1 SECTION INCLUDES ADDITIONS AND RENOVATIONS TO WEST YORK AREA HIGH SCHOOL - #1231 SECTION 012200 MATERIAL ALLOWANCES AND UNIT PRICES A. Measurement and payment criteria applicable to

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More information

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient... BID PROPOSAL For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations...

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

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089

More information

DOWNTOWN UNDERGROUND NETWORK SECONDARY SERVICES GUIDELINES

DOWNTOWN UNDERGROUND NETWORK SECONDARY SERVICES GUIDELINES Guidelines effective March 5, 2007 NES is committed to providing safe, reliable electric service at a reasonable price for all of our customers. These guidelines offer direction for activities relating

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

CITY OF RICHMOND PINE CAMP COMMUNITY CENTER ROOF REPLACEMENT PROJECT RCS PROJECT NO

CITY OF RICHMOND PINE CAMP COMMUNITY CENTER ROOF REPLACEMENT PROJECT RCS PROJECT NO SECTION 01010 - SCOPE OF WORK PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. General provisions of Contract, General Conditions and Technical Specification Sections, apply to this Section. 1.02 PROJECT DESCRIPTION

More information

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION:

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION: CONTRACT DOCUMENTS AND BID FORM PROJECT IDENTIFICATION: THIS BID IS SUBMITTED TO: MANDATORY PRE-BID CONFERENCE: FPL Remediation and Redevelopment City of Biddeford c/o Brian Phinney Environmental Codes

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

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES

REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES If your home or business incurred damage, the engineering department, in conjunction with the Flood Mitigation Officer, will

More information

APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES

APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES Appendix A RFP No. 894-2014 Page 1 of 1 Template Version: SrC120131129 - Consulting Services RFP APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES Revision: 2014-09-22 DEFINITION OF

More information

Aurora Public Schools. Modular Placement at Crawford Elementary & CDC Laredo. Project Manual

Aurora Public Schools. Modular Placement at Crawford Elementary & CDC Laredo. Project Manual Aurora Public Schools Modular Placement at Crawford Elementary & CDC Laredo Project Manual Bid Number 2447-13 April 30, 2013 Table of Contents Section Document Title 00020 00100 Invitation to Bid Instructions

More information

DESIGN ARCHITECTS, INC.

DESIGN ARCHITECTS, INC. DESIGN ARCHITECTS, INC. ROOF REPLACEMENT WOOD RIVER PUBLIC LIBRARY DAi # 270-0325 Wood River Public Library 326 E. Ferguson Ave. Wood River, Madison County, Illinois Kate Kite, Director April 21, 2015

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

Guidelines for

Guidelines for Page1 Guidelines for Weather Tightness Warranty For Standing Seam Metal Panels General Today s metal roofing industry is faced with growing demand for warranties that help it compete with other types of

More information

TECHNICAL SPECIFICATIONS & SPECIAL CONDITIONS OF CONTRACT FOR ELECTRICAL WORKS CHAPTER 1 SPECIAL CONDITIONS OF CONTRACT

TECHNICAL SPECIFICATIONS & SPECIAL CONDITIONS OF CONTRACT FOR ELECTRICAL WORKS CHAPTER 1 SPECIAL CONDITIONS OF CONTRACT TECHNICAL SPECIFICATIONS & SPECIAL CONDITIONS OF CONTRACT FOR ELECTRICAL WORKS CHAPTER 1 SPECIAL CONDITIONS OF CONTRACT 1.1 General 1.1.1 These Special Conditions of Contract supplement the General Instructions.

More information

Exhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction

Exhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction - State of Ohio Professional Services Agreements for Public Facility Construction TABLE OF CONTENTS ARTICLE 1 - BASIC SERVICES... 1 ARTICLE 2 - PROGRAM VERIFICATION STAGE... 2 ARTICLE 3 - SCHEMATIC DESIGN

More information

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

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

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

LEVEL TWO NUMBERS AND TITLES. Introductory Information. Bidding Requirements. Contracting Requirements. Facilities and Spaces. Systems and Assemblies

LEVEL TWO NUMBERS AND TITLES. Introductory Information. Bidding Requirements. Contracting Requirements. Facilities and Spaces. Systems and Assemblies MasterFormat LEVEL TWO NUMBERS AND TITLES Introductory Information 00001 Project Title Page 00005 Certifications Page 00007 Seals Page 00010 Table of Contents 00015 List of Drawings 00020 List of Schedules

More information

TOWNSHIP OF LOGAN 125 MAIN STREET, PO BOX 314 BRIDGEPORT, NJ FAX

TOWNSHIP OF LOGAN 125 MAIN STREET, PO BOX 314 BRIDGEPORT, NJ FAX TOWNSHIP OF LOGAN 125 MAIN STREET, PO BOX 314 BRIDGEPORT, NJ 08014 856-467-3626--- FAX 856-467-9260 Application for Certificate of Occupancy for Change of Occupancy Pursuant to Chapter 119 of the Township

More information

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual.

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual. January 5, 2005 Traffic Signal Installation NE Lakewood Blvd. and NE Anderson Dr. Bid No. 06-075 ADDENDUM NO. 1 Contract Bidders: Enclosed is Addendum No. 1 to the above reference contract documents. Please

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

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT SPECIFICATIONS FOR THE CONSTRUCTION OF HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. 139 OCTOBER 2017 LACSD PO

More information

SECTION QUALITY REQUIREMENTS

SECTION QUALITY REQUIREMENTS SECTION 014000 - PART 1 - GENERAL 1.1 SUMMARY A. Defines SRP requirements for Contractor Quality Control and Owner Quality Assurance. As an Electric and Water Utility, SRP has many critical facilities.

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

ORANGE COUNTY CONVENTION CENTER PHASE 1 HALL D CATWALK POWER BID DOCUMENTS

ORANGE COUNTY CONVENTION CENTER PHASE 1 HALL D CATWALK POWER BID DOCUMENTS PHASE 1 HALL D CATWALK POWER BID DOCUMENTS FOR ORANGE COUNTY CAPITAL PLANNING & CONSTRUCTION GROUP ORANGE COUNTY CONVENTION CENTER P.O. BOX 691509 ORLANDO, FLORIDA 32869-1509 BY MATERN PROFESSIONAL ENGINEERING,

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 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 CONTRACTOR

More information

600 - Phase C Intermediate Review Checklist for the Architect- Engineer

600 - Phase C Intermediate Review Checklist for the Architect- Engineer 600 Phase C Intermediate Review Checklist for the Architect Engineer This checklist is to be used by the ArchitectEngineer during Phase C of the Project and shall be included in the Intermediate Review

More information

Basic Information for Obtaining Permits, Submitting Plans, Scheduling Inspections, etc.

Basic Information for Obtaining Permits, Submitting Plans, Scheduling Inspections, etc. Basic Information for Obtaining Permits, Submitting Plans, Scheduling Inspections, etc. Franklin County Septic & Zoning permit application: A septic and zoning permit is required for residential or commercial

More information

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015 T S G TSG Architects AIA 427 Saint George, Suite 300 Gonzales, Texas 78629 8 3 0. 6 7 2. 7 8 0 1 8 3 0. 6 7 2. 4 3 4 0 f a x Member of the American Institute of Architects To: All Approved Contractors

More information

The following is required for a complete permit submittal for each unit.

The following is required for a complete permit submittal for each unit. P: (847)810-3502 OR (847)810-3503/3521, F: (847)615-4383 MULTI-FAMILY OR COMMERCIAL ADDITION OR ALTERATION PERMIT REQUIREMENTS The following is required for a complete permit submittal for each unit. MULTI-FAMILY

More information

DOCUMENT BID FORM - STIPULATED SUM

DOCUMENT BID FORM - STIPULATED SUM DOCUMENT 004113 BID FORM - STIPULATED SUM Architect s Project No. 2007024EXC Project: Excell Academy for Tenant: Excell Academy for Higher Learning, Inc. Higher Learning Interiors Package 6510 Zane Avenue

More information

New Aspen Art Museum. Aspen Art Museum, Owner 590 N. Mill St. Aspen, CO % Construction Documents Specifications

New Aspen Art Museum. Aspen Art Museum, Owner 590 N. Mill St. Aspen, CO % Construction Documents Specifications 100% Construction Documents Specifications 02-04-13 PART ONE GENERAL REQUIREMENTS New Aspen Art Museum 637 E. Hyman Avenue Aspen, CO 81611 CCY PROJECT #10126 Aspen Art Museum, Owner 590 N. Mill St. Aspen,

More information

Project Manual April 20, 2015

Project Manual April 20, 2015 Project Manual April 20, 2015 Bozeman School District No. 7 Bozeman, Montana 2015 Roof Replacement Project for: Set Number PROJECT MANUAL BOZEMAN SCHOOL DISTRICT No.7 ROOF REPLACEMENT 2015 Comprised of

More information

BUILDING PERMIT APPLICATION

BUILDING PERMIT APPLICATION TOWN OF LEICESTER 132 Main Street Post Office Box 197 Leicester, New York 14481 Phone: (585) 382-3231 FAX: (585) 382-9766 BUILDING PERMIT APPLICATION All Town of Leicester property owners are required

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

Chapter UNIFORM CODES FOR CONSTRUCTION BUILDING CODE

Chapter UNIFORM CODES FOR CONSTRUCTION BUILDING CODE Chapter 23.12 UNIFORM CODES FOR CONSTRUCTION BUILDING CODE 23.12.010 Adoption of the 2010 California Building Code. Part 2. Title 24 of the California Code of Regulations. There is adopted and incorporated

More information

Richard J. Long, P.E.

Richard J. Long, P.E. Richard J. Long, P.E. LONG INTERNATIONAL Long International, Inc. 5265 Skytrail Drive Littleton, Colorado 80123-1566 USA Telephone: (303) 972-2443 Fax: (303) 200-7180 www.long-intl.com Construction Contract

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF ARCHITECT/ENGINEER. A. Basic Services... A-2. B. Architectural Programming... A-5

EXHIBIT A RESPONSIBILITIES AND SERVICES OF ARCHITECT/ENGINEER. A. Basic Services... A-2. B. Architectural Programming... A-5 EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF ARCHITECT/ENGINEER A. Basic Services... A-2 B. Architectural Programming... A-5 1. Project Initiation... A-5 C. Design Services... A-6 1. Schematic Design Phase...

More information

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the CONTRACT AGREEMENT This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the "City") and Contractor as of the date the last party to this Contract Agreement signed below. W I T N E

More information

2016 CALGREEN RESIDENTIAL CHECKLIST MANDATORY ITEMS City of San Carlos - Building Division 600 Elm Street, San Carlos, CA Phone:

2016 CALGREEN RESIDENTIAL CHECKLIST MANDATORY ITEMS City of San Carlos - Building Division 600 Elm Street, San Carlos, CA Phone: 2016 CALGREEN RESIDENTIAL CHECKLIST MANDATORY ITEMS City of San Carlos - Building Division 600 Elm Street, San Carlos, CA 94070 Phone: 650-802-4261 PURPOSE: The residential provisions of the 2016 CalGreen

More information

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10 Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 BID OPENING: 1/30/2018, @ 2 pm EST ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) ADS Environmental Services 935 W Chestnut Street,

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

VANDERBILT UNIVERSITY

VANDERBILT UNIVERSITY VANDERBILT UNIVERSITY CAMPUS PLANNING & CONSTRUCTION PROJECT MANUAL GUIDELINES INTRODUCTION These instructions are intended to guide the Architect in preparing the Project Manual for Vanderbilt University

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES This Agreement, approved on January 20 th, 2009 by and between the Monroe County Community School Corporation, 315 North Drive, Bloomington, Indiana (hereinafter

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

More information

EXAM GUIDE. & Services. Overview a Knowledge / Skills 1. Sample Multiple-Choice Questions 4 Sample Multiple-Choice Answers 15

EXAM GUIDE. & Services. Overview a Knowledge / Skills 1. Sample Multiple-Choice Questions 4 Sample Multiple-Choice Answers 15 RE Construction EXAM GUIDE Documents & a Knowledge / 1 4 Choice Answers 15 16 Sample Passing Solution 18 Sample Failing Solution 19 20 Copyright 2013 This document, effective July 2013, supersedes all

More information

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION From: TO THE CITY COUNCIL CITY OF CARLYLE, ILLINOIS EQUIPMENT FOR AUTOMATIC METER READING SYSTEM AND HOSTING SERVICES for the MUNICIPAL ELECTRIC and WATER UTILITY. The undersigned, having familiarized

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

Practice Note 16: Professional Design and Field Review By Supporting Registered Professionals

Practice Note 16: Professional Design and Field Review By Supporting Registered Professionals Practice Note 16: Professional Design and Field Review By Supporting Registered Professionals February 2017 1.0 Purpose 1.1 This Practice Note is a guide to the recommended use of two, new intraprofessional

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information