ADDENDUM 1. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession.

Size: px
Start display at page:

Download "ADDENDUM 1. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession."

Transcription

1 ADDENDUM 1 Additions and Renovations to Sol Feinstone Elementary School 1090 Eagle Road Newtown, PA To: For: Prepared For: ALL BIDDERS Additions and Renovations to Sol Feinstone Elementary School 1090 Eagle Road Newtown, PA Council Rock School District 30 North Chancellor Street Newtown, PA Date: March 5, 2014 Notice to all Contractors bidding the Additions and Renovations to Sol Feinstone Elementary School project. This Addendum is to amend or clarify the Contract documents as follows: GENERAL A. This Addendum constitutes part of the Project Manual and Contract. Should conflict occur between the Project Manual and items in this Addendum or between Drawings and this Addendum, the Addendum shall govern. B. Work described in this Addendum shall be in accordance with Specifications for like items in remainder of building and complete with all labor and materials required. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession. D. Work affected by items in this Addendum shall be appropriately adjusted to accommodate these changes. E. Acknowledge receipt of this Addendum by inserting its number and date in the space provided in the Bid Form. Failure to do so may subject Bidder to disqualification. F. The agenda for Pre-Bid Meeting held on February 26 th, 2014 is attached to this addendum. G. The Sign-In Sheet for Pre-Bid Meeting held on February 26 th, 2014 is attached to this addendum. Council Rock School District Additions and Renovations to ADDENDUM 1-1 Philadelphia, Pennsylvania Sol Feinstone Elementary School

2 Additions and Renovations to Sol Feinstone Elementary School 1090 Eagle Road Newtown, PA SPECIFICATIONS: Specification Section , Bid Form: REMOVE Bid Form for Contract Number 1 in entirety and REPLACE with revised Bid Form for Contract Number 1, General Construction. Reference attachments this Addendum Specification Section , Bid Form: REMOVE Bid Form for Contract Number 2 in entirety and REPLACE with revised Bid Form for Contract Number 2, Plumbing Construction. Reference attachments this Addendum Specification Section , Bid Form: REMOVE Bid Form for Contract Number 3 in entirety and REPLACE with revised Bid Form for Contract Number 3, HVAC Construction. Reference attachments this Addendum Specification Section , Bid Form: REMOVE Bid Form for Contract Number 4 in entirety and REPLACE with revised Bid Form for Contract Number 4, Electrical Construction. Reference attachments this Addendum Specification Section , Summary of Work, Item 1.5, A: DELETE reference to 5 Prime Contractors and REPLACE with 4 Prime Contractors Specification Section , ALTERNATES: REMOVE specification in entirety from the project manual and REPLACE with revised Specification Section , ALTERNATES, included as part of attachments this Addendum Specification Section , UNIT PRICES: DELETE this specification in entirety from the project manual. Note that UNIT PRICES and ALLOWANCES along with their descriptions are included on the revised bid forms Specification Section , Commercial Plumbing Fixtures: REMOVE specification in entirety from the project manual and REPLACE with revised Specification Section , Commercial Plumbing Fixtures, included as part of attachments this Addendum ADD Specification Section , Commercial Water Closets, included as part of attachments this Addendum ADD Specification Section , Commercial Lavatories, included as part of attachments this Addendum Specification Section , Concrete Paving: REMOVE specification in entirety from the project manual and REPLACE with revised Specification Section , CONCRETE PAVING, included as part of attachments this Addendum. DRAWINGS: Civil 2.01 Drawing C2.0, Site: At Partial Site Plan, REVISE ALT BID #1 reference to ALT BID # GC-3. Architectural Council Rock School District Additions and Renovations to ADDENDUM 1-2 Philadelphia, Pennsylvania Sol Feinstone Elementary School

3 Additions and Renovations to Sol Feinstone Elementary School 1090 Eagle Road Newtown, PA Drawing AD101, Detail 1, Demolition Floor Plan: ADD door opening to temporary partition for contractor egress/ingress. ADD to core existing masonry wall for new duct penetration. Opening approx. 7'- 6" x 1'-6"; 8'-6" AFF of gym. Verify req'd opening size and location. Ref Mech and Structural drawings Detail 2, Demolition Roof Plan; ADD to Note: The building must remain secure and water tight throughout construction Drawing AD301, Detail 5: ADD NOTE The cutting and patching of the existing roof system must to tie-in with new counter flashings Drawing A103, Detail 1, Roof Plan: ADD Ice and water shield to the entire Standing Seam Metal Roof Area Drawing A103, Detail 2, Roof Drain Scupper: ADD two-piece counter flashings beneath metal wall panels and at roof terminations. Reference drawing attachment AD1-A7 this Addendum for typical Drawing A201, Detail 3, North Elevation: ADD water-proofing of the existing brick veneer wall above new roof flashings. Reference drawing AD1-A8 attached this Addendum Drawing A301, Detail 1, Building Section: ADD water-proofing note to the existing brick veneer wall above new roof flashings Drawing A401, Details 1, 4, 5, and 6, Wall Sections: ADD NOTE Window sill flashing to extend a minimum of 1-1/2 over the face of the concrete sill construction. (typical at concrete sill locations) 2.10 Drawing A402, Details 5, 6, 7, and 8, Wall Sections: ADD two-piece counter flashings beneath metal wall panels and at roof terminations. Reference drawing attachment AD1-A7 this Addendum. (typical) 2.11 Drawing A402, Detail 8, Wall Sections: CLARIFY metal panel termination and roof patching. Reference drawing attachment AD1-A7 this Addendum Drawing A801, Detail 5, Corridor Bench: REVISE bench seat finish from plastic laminate to 1-1/2 thick solid maple wood finish Drawing A802, Detail 12, Mailboxes: ADD name plates at Work Room and Corridor side of the mail slots, typical Drawing A951, Demolition Plan: REVISE sheet title from Demolition Plan ALTERNATE 1 to Demolition Plan ALTERNATE GC-2. ADD closet partitions to demo. ADD note Demo and repair chase as necessary. Ref Mech. CLARIFY that keys D01 and D02 apply to entire room (including toilet and closets.) Reference drawing AD1-A1 attached Drawing A952: REVISE sheet title from ALTERNATE 1 to ALTERNATE GC-2. Note Toilet Room 202 has been DELETED from the scope of work. 1/A952, Floor Plan: REMOVE Toilet room 202 and associated wall partitions, door 202-1, fixtures, accessories, and finishes. (REMOVE Door from door schedule on A601). ADD 5/8 GWB over 7/8 hat channel to cover existing wall finishes where indicated. ADD and REVISE casework. REVISE interior elevations 2A, 2C and 2D per attached sketches. 6/A952, Reflected Ceiling plan: REMOVE Toilet 202 ceiling. ADD bulkhead Council Rock School District Additions and Renovations to ADDENDUM 1-3 Philadelphia, Pennsylvania Sol Feinstone Elementary School

4 Additions and Renovations to Sol Feinstone Elementary School 1090 Eagle Road Newtown, PA above casework. ADD Note Reference A801 for casework schedule. Reference drawings AD1-A2, AD1-A3, AD1-A4, AD1-A5, and AD1-A6 attached. Structural 2.16 Drawing 1/S202, Roof Framing Plan: ADD Section Indicator 13/S202 and ALTERNATE GC-1 reference note to partial plan 1/S202 as shown on AD1-S Drawing S202: ADD ALTERNATE GC-1 reference note to Section 8/S202 as shown on AD1-S Drawing S202: ADD Section 13/S202 as shown on AD1-S03. Plumbing 2.19 Drawing P201, Alternate 1-Plumbing: Revise all references from Alternate 1 to Alternate PC-2 including at Drawing title. Revise and Remove scope of work related to the bathroom that was removed in addendum. Cap existing Sanitary, HW and CW that previously served old bathroom. See AD1-P01 and AD1-P02. Mechanical 2.20 Drawing M000, Symbols, Legends, and Abbreviations Mechanical: ADD to General Notes: Provide finished flanges where duct work passes through exposed, finished surfaces Drawing M500, Schedules: REVISE roof top unit schedule to meet updated selection to hot water heating coil. See AD1-M Drawing M500, Schedules: REVISE fan schedule to meet remove bathroom exhaust fan. See AD1-M02. Electrical 2.01 Drawing E100, REVISE lighting related to new administration layout modifications. Reference AD1-E01 attached Drawing E101, REVISE lighting related to new Classroom layout modifications. Reference AD1-E02 attached Drawing E202, REVISE power/telecom/fire alarm related to new Classroom layout modifications. Reference AD1-E03 attached. BIDDERS QUESTIONS: (Questions and response information through February 28 th, 5:00 PM. Further questions received will be incorporated as part of Addendum #2.) Council Rock School District Additions and Renovations to ADDENDUM 1-4 Philadelphia, Pennsylvania Sol Feinstone Elementary School

5 Additions and Renovations to Sol Feinstone Elementary School 1090 Eagle Road Newtown, PA /21/14 Jerry DiCicco Question: Spec Section Alternates PC1 has HVAC at Gymnasium with no description. PC 2 has Classroom Renovation per drawings P951 & P952 and no description. The only Plumbing drawings are P000, P201 & P202, there are no P951 or P952 Drawings. Response: Reference revised Specification Section , Alternates included as part of this addendum. Also, reference clarifications under DRAWINGS which revise references from Alternate 1 to Alternate PC-2 at the Plumbing series drawings /21/14 Jerry DiCicco Question: On Drawing P201 it shows both details as alternate 1. Response: All classroom related plumbing work indicated at Drawing P201 is to be included as part of Alternate PC /21/14 Jerry DiCicco Question: On drawing P200 & P201 on the piping detail it shows Lav-1, WC-1 & KS-1. These fixture designations are not in spec section Commercial Plumbing Fixtures, and there is no Plumbing Fixture Schedule on any drawing. Response: The Toilet Room 202 has been deleted from the Classroom renovation scope of work. Therefore, plumbing fixtures have been deleted /20/14 Dennis Fratrik Question: Section 11 and 12 of the architectural spec are missing. Response: Reference Division 11 and 12 technical specifications attached this Addendum /20/14 Meghan- Sha-Nic, Inc. Question: Do you have an estimated start date for the project? Response: Start date is April /21/14 Bob Maio Question: There is no spec in this documentation, but there is a sequence-no names in the spec or on the drawings. Can you give me an idea of what the District is looking for? Council Rock School District Additions and Renovations to ADDENDUM 1-5 Philadelphia, Pennsylvania Sol Feinstone Elementary School

6 Additions and Renovations to Sol Feinstone Elementary School 1090 Eagle Road Newtown, PA Response: Provide stand alone ddc controls for the new equipment. Refer to equipment schedules for additional requirements. Basis of design is Johnson Controls. Include tie in to existing Johnson Controls front end /24/14 Harris London Question: Could you tell me the start and completion dates for the project? Response: Start date is April Substantial Completion date is August 29 th, /26/14 Pre Bid Meeting Question: What is the existing HVAC control system? Response: Johnson /26/14 Pre Bid Meeting Question: What is the distance from the boiler room to the area of new construction? Response: The approximate distance is , not including risers. Contractors are required to field verify /27/14 Dennis Fratrik Question: Please clarify the elevations on sheet A803. Elevations are letters, numbers on the floor plan. Response: 3/A803 = A 4/A803 = B 5/A803 = C 6/A803 = D 7/A803 = E Clarified on conformed set ATTACHMENTS: General: Pre-Bid Meeting Agenda Pre-Bid Sign-in Sheet Specifications: Table of Contents Council Rock School District Additions and Renovations to ADDENDUM 1-6 Philadelphia, Pennsylvania Sol Feinstone Elementary School

7 Section Bid Form Section Alternates Section Residential Appliances Section Institutional Casework Section Recycled Rubber Entry Floor Tile Section Roller Shades Section Commercial Plumbing Fixtures Section Commercial Water Closets Section Commercial Lavatories Section Concrete Paving Drawings: Architectural AD1-A01 AD1-A02 AD1-A03 AD1-A04 AD1-A05 AD1-A06 AD1-A07 AD1-A08 Structural AD1-S01 AD1-S02 AD1-S03 Mechanical AD1-M01 AD1-M02 Plumbing AD1-P01 AD1-P02 Electrical AD1-E01 AD1-E02 AD1-E03 Additions and Renovations to Sol Feinstone Elementary School 1090 Eagle Road Newtown, PA Council Rock School District Additions and Renovations to ADDENDUM 1-7 Philadelphia, Pennsylvania Sol Feinstone Elementary School

8 Additions and Renovations to Sol Feinstone Elementary School 1090 Eagle Road Newtown, PA END OF ADDENDUM NO. 1 Council Rock School District Additions and Renovations to ADDENDUM 1-8 Philadelphia, Pennsylvania Sol Feinstone Elementary School

9

10

11 MEETING AGENDA CLIENT: PROJECT: COUNCIL ROCK SCHOOL DISTRICT SOL FEINSTONE ELEMENTARY SCHOOL Additions and Renovations to Sol Feinstone Elementary School MEETING DATE: 26 February 2014 MEETING TIME: MEETING TOPIC: 4:15 PM Sol Feinstone Elementary School Pre-bid Meeting 1. WELCOME AND PROJECT TEAM DESCRIPTION a. Introductions b. Issues discussed during pre-bid ARE NOT contractual unless affirmed in a formal addendum. c. Bid Due date Tuesday, March 18th, 2014 at 2:00 PM at the Council Rock School District, 30 North Chancellor Center, Newtown, PA BIDDING REQUIREMENTS a. One Prime Contractor: Contract 1 General Construction Contract 2 - Plumbing Construction Contract 3- HVAC Construction Contract 4- Electrical Construction b. Forms to be submitted with bids (3 copies of each) Bid form (acknowledge all addenda) Non-Collusion Affidavit Bid bond (10% of base bid sum) Performance bond (100% of base bid sum with Bond Rating of A- or better)- Submit following bid award Contractor Qualification Statement c. Bid opening is on Tuesday, March 18 th, 2014 at 2:00 PM at the Council Rock School District, 30 North Chancellor Street, Newtown, PA d. Prevailing Wage Reference front-end of specifications e. Steel Products Act- Supplement Instructions to Bidders f. Basis for award is low responsible/responsive bidder g. Bids irrevocable for 60 and 120 days per Act Leverington Avenue, Suite 105 Philadelphia, Pennsylvania T: F:

12 h. Bonds Bid Bond (10% contract amount) Performance / Payment Bond (100% of contract with A- or better rating) i. Insurance Requirements See Article 11 of General Conditions A j. Pre-bid RFI process: - to KRyan@sgarc.com Accept questions up through Tuesday, March 11 th, 2014 at 5:00 PM k. Last Addendum will be issued no later than three calendar days prior to bid l. Reference Alternates and for Unit Prices 3. GENERAL ISSUES a. Criminal Background checks required (Criminal, Child Abuse and FBI) b. Form of contract is through AIA Document A General Conditions of the Contract for Construction c. Building Permit to be provided by Owner See Contract documents: Contractors are responsible for arranging all the inspections and securing all final approvals. 4. PROJECT SCHEDULE a. April 3 Board Meeting Acceptance of Bids and Notice To Proceed b. Mobilize within 10 days of Notice to Award for shop drawings, schedule development and logistics c. Substantial Completion is August 29, SPECIFIC SITE ISSUES a. Contractor parking b. Trailer/site storage requirements or availability c. Site laydown area To be d consistent with Site Phasing Plans. d. Site cleanliness Everyone cleans their own area daily. e. Safety General Contractor responsible for Lead Safety Role 6. REVIEW OF PROJECT SCOPE OF WORK a. Power Point Presentation b. Additional site visits should be scheduled with Doug Taylor, Director of Operational Services dougtaylor@crsd.org 7. QUESTIONS 8. TOUR OF PROJECT SITE 9. CLOSE 161 Leverington Avenue, Suite 105 Philadelphia, Pennsylvania T: F:

13 Renovations and Additions to Sol Feinstone Elementary School TABLE OF CONTENTS - REVISED ADDENDUM 1 VOLUME 1 Copyright DRAWING INDEX As Listed On Contract Drawings Cover Sheet DIVISION 00- BIDDING AND CONTRACT REQUIREMENTS Section Invitation to Bid Section Instructions to Bidders AIA Document A701 Section Supplemental Instructions to Bidders Section Background Checks Section Bid Form - REVISED ADDENDUM 1 Section Bid Attachments Section Non-Collusion Affidavit of Contractor Section Agreement between Owner and Contractor AIA Document A Section Performance Bond AIA A312 Section Payment Bond AIA A312 Section General Conditions of the Project for Construction AIA Document A Section Prevailing Wages and Forms Section Construction Forms DIVISION 01 - GENERAL REQUIREMENTS Section Summary of Work - REVISED ADDENDUM 1 Section Multiple Contract Summary Section Alternates - REVISED ADDENDUM 1 Section Unit Prices - DELETED ADDENDUM 1 Section Contract Modification Procedures Section Payment Procedures Section Coordination Section Project Meetings Section Construction Progress Documentation Section Submittal Procedures Section Safety Section Special Inspections and Structural Testing Section Reference Standards and Definitions Section Quality Control Section Temporary Utilities and Facilities Section Basic Product Requirements Section Products Substitution Procedures TABLE OF CONTENTS Philadelphia, Pennsylvania TOC - Page 1

14 Renovations and Additions to Sol Feinstone Elementary School Section Section Section Section Section Section Section Section Section Field Engineering Cutting and Patching Selective Demolition Cleaning Closeout Procedures Project Record Documents Warranties and Bonds Spare Parts and Maintenance Manuals Operation and Maintenance Data VOLUME 2 DIVISIONS DIVISION 2 - SITEWORK Section Structure Demolition DIVISION 3 CONCRETE Section Cast-In-Place Concrete DIVISION 4 MASONRY Section Section Anchored Stone Masonry Veneer Unit Masonry Assemblies DIVISION 5 - METALS Section Section Section Section Section Structural Steel Framing Steel Joist Framing Steel Decking Cold-Formed Metal Framing Metal Fabrications DIVISION 6 - WOOD AND PLASTICS Section Section Miscellaneous Carpentry Interior Architectural Woodwork DIVISION 7 - THERMAL AND MOISTURE PROTECTION Section Section Section Section Section Section Section Bituminous Dampproofing Building Insulation Roof Insulation Manufactured Metal Roof Panels Metal Wall Panels Modified Bituminous Membrane Roofing Torch Application Sheet Metal Flashing and Trim TABLE OF CONTENTS Philadelphia, Pennsylvania TOC - Page 2

15 Renovations and Additions to Sol Feinstone Elementary School Section Section Section Flexible Flashing System Snow Retention System, Mechanically Fastened Joint Sealants DIVISION 8 - DOORS AND WINDOWS Section Section Section Section Section Flush Wood Doors Aluminum Framed Entrances and Storefronts Sloped Glazing Assemblies Aluminum Windows Finish Hardware DIVISION 9 - FINISHES Section Section Section Section Section Section Section Section Section Gypsum Sheathing Gypsum Board Systems Ceramic Tile Quarry Tile Acoustical Tile Ceilings Resilient Floor Tile Resilient Wall Base and Accessories Carpet Tile Painting DIVISION 10 - SPECIALTIES Section Section Section Visual Display Boards Plastic Signage Fire Protection Specialties DIVISION 11 EQUIPMENT Section Residential Appliances DIVISION 12 - FURNISHINGS Section Section Section Institutional Casework Recycled Rubber Entry Floor Tile Roller Shades DIVISION 13 - SPECIAL CONSTRUCTION DIVISION 14 - CONVEYING SYSTEMS VOLUME 3 DIVISION TABLE OF CONTENTS Philadelphia, Pennsylvania TOC - Page 3

16 Renovations and Additions to Sol Feinstone Elementary School DIVISION 22 - PLUMBING Section Common Work Results for Plumbing Section Basic Plumbing Materials and Methods Section General-Duty Valves for Plumbing Piping Section Hangers and Supports for Plumbing Piping and Equipment Section Plumbing Piping Insulation Section Domestic Water Piping Section Sanitary Waste and Vent Piping Section Plumbing Specialties Section Commercial Plumbing Fixtures REVISED ADDENDUM 1 Section Commercial Water Closets ISSUED ADDENDUM 1 Section Commercial Lavatories ISSUED ADDENDUM 1 DIVISION 23 HEATING, VENTILATING AND AIR CONDITIONING (HVAC) Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Basic Mechanical Materials and Methods Common Motor Requirements Expansion Fittings and Loops for HVAC Piping Meters and Gages Valves Hangers and Supports Vibration and Seismic Controls Mechanical Identification Testing Adjusting and Balancing Duct Insulation HVAC Equipment Insulation HVAC Piping Insulation Commissioning of HVAC Sequence of Operations for HVAC Hydronic Piping Pumps Metal Ducts HVAC Air Distribution System Cleaning Duct Accessories HVAC Power Ventilators Air Terminal Units Diffusers, Registers, and Grilles Packaged, Outdoor, Central-Station Air-Handling Units DIVISION 26 -ELECTRICAL Section Section Section Section Section Section Section Section General Requirements for Electrical Work Building Wire and Cable Grounding and Bonding Supporting Devices Equipment Wiring Systems Conduit Boxes Electrical Identification TABLE OF CONTENTS Philadelphia, Pennsylvania TOC - Page 4

17 Renovations and Additions to Sol Feinstone Elementary School Section Section Section Section Section Section Section Section Section Section Electrical Demolition for Renovations Electrical System Tests Panelboards Wiring Devices and Wall Plates Fuses Disconnect Switches Circuit Breaker Enclosures Molded Case Circuit Breakers Enclosed Motor Controllers Lighting DIVISION 27 - COMMUNICATIONS Section Section Section Section Section Common Work Results for Communications Telecommunications Systems Structured Cabling System CAT6 Communications Coaxial Cabling Integrated Audio-Video Systems Intercommunications and Program Systems DIVISION 28 ELECTRONIC SAFETY AND SECURITY Section Section Section Section Section Common Work Results for Electronic Safety and Security Conductors and Cables for Electronic Safety and Security Electronic Access Control and Intrusion Detection Video Surveillance Fire Detection and Alarm DIVISION 31 EARTHWORK Section Site Clearing Section Earth Moving Section Sedimentation & Erosion Control Systems DIVISION 32 EXTERIOR IMPROVEMENTS Section Flexible Asphalt Paving Section Concrete Paving - REVISED ADDENDUM 1 Section Concrete Paving Joint Sealants Section Lawns, Grasses and Exterior Plants END OF TABLE OF CONTENTS TABLE OF CONTENTS Philadelphia, Pennsylvania TOC - Page 5

18 Renovations and Additions to Sol Feinstone Elementary School THIS PAGE INTENTIONALLY LEFT BLANK TABLE OF CONTENTS Philadelphia, Pennsylvania TOC - Page 6

19 Additions and Renovations to Sol Feinstone Elementary School SECTION BID FORM BID FORM FOR CONTRACT NUMBER: 1 CONTRACT NAME: General Construction FOR Additions and Renovations to Sol Feinstone Elementary School Newtown, PA Proposal of: (Name) (Address) (Telephone) (Contact Person) Council Rock School District 30 North Chancellor Street Newtown, PA In conformity with the Plans and Specifications as prepared by Schrader Group Architecture LLC, 161 Leverington Ave, Ste 105, Philadelphia PA 19127, after an examination of the site and the Bidding and Contract Documents, the undersigned submits this proposal and enclosed herewith a bond in an amount of not less than ten percent (10%) of the total of the hereinafter stated Base Bid, made payable to or indemnifying the Council Rock School District, 30 N. Chancellor Street, Newtown, PA , which it is understood will be held by the Owner, as security as provided in the Instructions to Bidders, if this proposal or any part thereof is accepted by the Owner, and the undersigned shall fail to furnish approved bonds and execute the Agreement within ten (10) days from the date of issuance of the award. Should the Owner fail to make an award on this project through no fault or failure on the part of the Bidder, then the Owner shall return said bid security. BID FORM Philadelphia, Pennsylvania Page 1

20 Additions and Renovations to Sol Feinstone Elementary School It is hereby certified that the undersigned is the only person(s) interested in this proposal as principal, and that the proposal is made without collusion with any person, firm or corporation. The Bidder submits herewith, as such, a Non-Collusion Affidavit in accordance with the provisions of the Pennsylvania Anti-bid-Rigging Act of October 28, Bidder hereby agrees to execute the Agreement and furnish surety company bonds in the amount of one hundred percent (100%) of the Contract Price for the Performance Bond and Labor and Material Payment Bond, within ten (10) days after mailing by the Owner of notice of award, and to begin work with ten (10) days after date of Notice to Proceed. Bidder guarantees that, if awarded contract, he will furnish and deliver all materials, tools, equipment, tests transportation, secure all permits and licenses, do and perform all labor, supervision and all means of construction, pay all fees and do all incidental work, and to execute, construct and finish, in an expeditious, substantial and workmanlike manner, in accordance with the plans and specifications, to the complete satisfaction and acceptance of the Owner, for the Work of this Contract for the Additions and Renovations to Sol Feinstone Elementary School. It is understood that the Owner, reserves the right to reject any or all proposals, or part thereof, or items therein and to waive technicalities required for the best interest of the Owner. It is further understood that competency and responsibility of bidders will receive consideration before the award of the contract. A certified copy of the Contractor s Qualification Statement, AIA Document A-305 will be submitted as part of this bid. Bidders submit this proposal with the understanding that the work shall be substantially complete by the dates indicated in Supplemental Instruction to Bidders, Item 18, Time for Completion. The time for completion of the work of all contracts shall be considered as of the essence of this Contract. Liquidated Damages do apply to this Project and are further described in Supplemental Instructions to Bidders, Item 18C. The Contractor understands and agrees the TIME IS OF THE ESSENCE and that all schedule dates are minimum performance dates, notwithstanding anything to the contrary contained in the Contract Documents, should the progress of the Project be ahead of schedule dates, the Contractor agrees to coordinate and complete its Work in accordance with the actual Project Progress and the actual pace of the Project without additional compensation. The bidder agrees that he will not assign his bid or any of his rights or interests thereunder without the written consent of the Owner. In the event of a discrepancy between the verbiage (words) and numbers entered here below, the verbiage shall govern. Bid Withdrawal This proposal is submitted with the definite understanding that it will not be withdrawn for a period of sixty (60) days after Bids are due, or any authorized postponement thereof, except as provided by law (73 P.S. 1602, as amended). BID FORM Philadelphia, Pennsylvania Page 2

21 Additions and Renovations to Sol Feinstone Elementary School THE BID, as called for, is submitted as follows: Item A. BASE BID: For all General, and Site Construction Work, complete, for the Sol Feinstone Elementary School Additions and Renovations project, as shown and specified in the Contract Documents, for the lump sum of: Dollars ($ ) Item B. ALTERNATES: See Section for Full Description Alternates left blank or indicated as Not Applicable (N/A) shall be considered the same as No Change in Cost. Alternate No GC 1 HVAC at Gymnasium ADD/DEDUCT Dollars ($ ) Alternate No GC 2 Classroom Renovation ADD/DEDUCT Dollars ($ ) Alternate No GC 3 Sidewalk Removal and Reconstruction ADD/DEDUCT Dollars ($ ) Item C. UNIT PRICES Unit Prices shall include costs for furnishing and installing all materials, labor, tools, equipment, and other incidental necessary to complete the specified operation. Unit Prices will be used to ADD/DEDUCT the contract where appropriate. Schedule of Unit Prices: Unit Price #G1 Unsuitable Soils (removal and replacement) $ /cy Provide unit price for additional undercutting, unsuitable soils removal and replacement with suitable fill per cubic yard (cy) up to 100 cubic yards below the planned minimum depth of undercut due to soft consistency based on the observations and testing by a geotechnical engineer. BID FORM Philadelphia, Pennsylvania Page 3

22 Additions and Renovations to Sol Feinstone Elementary School Unit Price #G2 Rock Removal $ /cy Provide unit price for excavation of any subsurface rock encountered per cubic yard up to 100 cubic yards. Definition of rock as described in specification Section , Earth Moving, Item 1.4 Definitions, Item I, Rock. Unit Price #G3 $ /lf Excavate, form and install new concrete curb on site at the following unit price. Unit Price #G4 $ /sy Provide bituminous asphalt paving including excavation and consisting of 8 2A stone base, 3 binder course, and 1-1/2 wearing course topping. Unit Price #G5 $ /sf Provide exterior concrete sidewalk or flatwork including excavation and consisting of 4 stone base and 4 concrete. Unit Price #G6 Provide a Laborer (Class 03) at the following Unit Price $ per hour Item D. ALLOWANCES Bidder agrees to include in the Base Bid Price, in addition to the Work shown on the Drawings and Specifications the following: Quantity Allowance 1: One hundred (100) cubic yards of Unit Price G1 work $ Quantity Allowance 2: One hundred (100) cubic yards of Unit Price G2 work Quantity Allowance 3: One hundred (100) lineal feet of Unit Price G3 work Quantity Allowance 4: One hundred (100) square yards of Unit Price G4 work Quantity Allowance 5: Two hundred (200) square feet of Unit Price G5 work Quantity Allowance 6: Eighty (80) hours of Unit Price G6 work $ $ $ $ $ TOTAL ALLOWANCE (INCLUDE IN BASE BID PRICE): $ BID FORM Philadelphia, Pennsylvania Page 4

23 Additions and Renovations to Sol Feinstone Elementary School Name of Contractor ATTACHMENTS: The following Documents are attached and are made a condition of this Bid: a. Non-collusion Affidavit b. Bid Bond c. Contractor Qualification Statement ACCEPTANCE OF ADDENDA: In submitting this proposal, I have received and included in this bid, the instructions and information contained in the following Addenda: Addendum No. Dated SIGNATURES The Undersigned here certifies that this Proposal is genuine and not a sham, collusive or fraudulent or made in the interest of or in behalf of any person, firm or corporation not herein named; and that the Undersigned has not, directly or indirectly, inducted or solicited any bidder to submit a sham bid, or any other person, firm or corporation from bidding, and that the Undersigned has not, in any manner, sought by collusion to secure for himself any advantage over any other Bidder. (Individual Bidder) Seal WITNESS BID FORM Philadelphia, Pennsylvania Page 5

24 Additions and Renovations to Sol Feinstone Elementary School Trading and doing business as Business Address: ** If a fictitious trade name is employed in the conduct of business, insert such name and complete appropriate, by deletion, the following sentence: The foregoing fictitious trade name (has) (has not) been registered under Pennsylvania Law. (Partnership Bidder) Seal WITNESS Seal Partner Seal Partner Seal Partner Business Address: ** If a fictitious or trade name is employed in the conduct of business, insert such name and complete, as appropriate, by deletion, the following statement: The foregoing fictitious or trade name (has) (has not) been registered under Pennsylvania law. BID FORM Philadelphia, Pennsylvania Page 6

25 Additions and Renovations to Sol Feinstone Elementary School Complete, as appropriate, the following statement: The Partners constituting the Partnership are: (Corporate Bidder) *** (Name of Corporation) By: (Vice) President ATTEST: (Asst.) Secretary (Corporate Seal) Business Address: OR (If appropriate) (Name of Corporation) BID FORM Philadelphia, Pennsylvania Page 7

26 Additions and Renovations to Sol Feinstone Elementary School WITNESS ***By: Authorized Representative Business Address: *** Complete, as appropriate, the following statement: The Corporation has been organized and is existing under the laws of the of (state/commonwealth) (state) END OF BID FORM BID FORM Philadelphia, Pennsylvania Page 8

27 Additions and Renovations to Sol Feinstone Elementary School SECTION BID FORM BID FORM FOR CONTRACT NUMBER: 2 CONTRACT NAME: Plumbing Construction FOR Additions and Renovations to Sol Feinstone Elementary School Newtown, PA Proposal of: (Name) (Address) (Telephone) (Contact Person) Council Rock School District 30 North Chancellor Street Newtown, PA In conformity with the Plans and Specifications as prepared by Schrader Group Architecture LLC, 161 Leverington Ave, Ste 105, Philadelphia PA 19127, after an examination of the site and the Bidding and Contract Documents, the undersigned submits this proposal and enclosed herewith a bond in an amount of not less than ten percent (10%) of the total of the hereinafter stated Base Bid, made payable to or indemnifying the Council Rock School District, 30 N. Chancellor Street, Newtown, PA , which it is understood will be held by the Owner, as security as provided in the Instructions to Bidders, if this proposal or any part thereof is accepted by the Owner, and the undersigned shall fail to furnish approved bonds and execute the Agreement within ten (10) days from the date of issuance of the award. Should the Owner fail to make an award on this project through no fault or failure on the part of the Bidder, then the Owner shall return said bid security. BID FORM Philadelphia, Pennsylvania Page 1

28 Additions and Renovations to Sol Feinstone Elementary School It is hereby certified that the undersigned is the only person(s) interested in this proposal as principal, and that the proposal is made without collusion with any person, firm or corporation. The Bidder submits herewith, as such, a Non-Collusion Affidavit in accordance with the provisions of the Pennsylvania Anti-bid-Rigging Act of October 28, Bidder hereby agrees to execute the Agreement and furnish surety company bonds in the amount of one hundred percent (100%) of the Contract Price for the Performance Bond and Labor and Material Payment Bond, within ten (10) days after mailing by the Owner of notice of award, and to begin work with ten (10) days after date of Notice to Proceed. Bidder guarantees that, if awarded contract, he will furnish and deliver all materials, tools, equipment, tests transportation, secure all permits and licenses, do and perform all labor, supervision and all means of construction, pay all fees and do all incidental work, and to execute, construct and finish, in an expeditious, substantial and workmanlike manner, in accordance with the plans and specifications, to the complete satisfaction and acceptance of the Owner, for the Work of this Contract for the Additions and Renovations to Sol Feinstone Elementary School. It is understood that the Owner, reserves the right to reject any or all proposals, or part thereof, or items therein and to waive technicalities required for the best interest of the Owner. It is further understood that competency and responsibility of bidders will receive consideration before the award of the contract. A certified copy of the Contractor s Qualification Statement, AIA Document A-305 will be submitted as part of this bid. Bidders submit this proposal with the understanding that the work shall be substantially complete by the dates indicated in Supplemental Instruction to Bidders, Item 18, Time for Completion. The time for completion of the work of all contracts shall be considered as of the essence of this Contract. Liquidated Damages do apply to this Project and are further described in Supplemental Instructions to Bidders, Item 18C. The Contractor understands and agrees the TIME IS OF THE ESSENCE and that all schedule dates are minimum performance dates, notwithstanding anything to the contrary contained in the Contract Documents, should the progress of the Project be ahead of schedule dates, the Contractor agrees to coordinate and complete its Work in accordance with the actual Project Progress and the actual pace of the Project without additional compensation. The bidder agrees that he will not assign his bid or any of his rights or interests thereunder without the written consent of the Owner. In the event of a discrepancy between the verbiage (words) and numbers entered here below, the verbiage shall govern. Bid Withdrawal This proposal is submitted with the definite understanding that it will not be withdrawn for a period of sixty (60) days after Bids are due, or any authorized postponement thereof, except as provided by law (73 P.S. 1602, as amended). BID FORM Philadelphia, Pennsylvania Page 2

29 Additions and Renovations to Sol Feinstone Elementary School THE BID, as called for, is submitted as follows: Item A. BASE BID: For all Plumbing Construction Work, complete, for the Sol Feinstone Elementary School Additions and Renovations project, as shown and specified in the Contract Documents, for the lump sum of: Dollars ($ ) Item B. ALTERNATES: See Section for Full Description Alternates left blank or indicated as Not Applicable (N/A) shall be considered the same as No Change in Cost. Alternate No PC 1 HVAC at Gymnasium NOT USED Alternate No PC 2 Classroom Renovation ADD/DEDUCT Dollars ($ ) Item C. UNIT PRICES Unit Prices shall include costs for furnishing and installing all materials, labor, tools, equipment, and other incidental necessary to complete the specified operation. Unit Prices will be used to ADD/DEDUCT the contract where appropriate. Schedule of Unit Prices: Unit Price #P1 $ /lf Furnish and install ½ type L copper piping including hangers and insulation. Unit Price #P2 $ /lf Furnish and install ¾ type L copper piping including hangers and insulation. Unit Price #P3 Furnish and install 2 inch Schedule 40 steel piping including hangers. Unit Price #P4 Provide a Journeyman Plumber at the following Unit Price $ /lf $ per hour BID FORM Philadelphia, Pennsylvania Page 3

30 Additions and Renovations to Sol Feinstone Elementary School Item D. ALLOWANCES Bidder agrees to include in the Base Bid Price, in addition to the Work shown on the Drawings and Specifications the following: Quantity Allowance 1: One hundred (100) lineal feet of Unit Price P1 work Quantity Allowance 2: One hundred (100) lineal feet of Unit Price P2 work Quantity Allowance 3: One hundred (100) lineal feet of Unit Price P3 work Quantity Allowance 4: Eighty (80) hours of Unit Price P4 work $ $ $ $ TOTAL ALLOWANCE (INCLUDE IN BASE BID PRICE): $ BID FORM Philadelphia, Pennsylvania Page 4

31 Additions and Renovations to Sol Feinstone Elementary School Name of Contractor ATTACHMENTS: The following Documents are attached and are made a condition of this Bid: a. Non-collusion Affidavit b. Bid Bond c. Contractor Qualification Statement ACCEPTANCE OF ADDENDA: In submitting this proposal, I have received and included in this bid, the instructions and information contained in the following Addenda: Addendum No. Dated SIGNATURES The Undersigned here certifies that this Proposal is genuine and not a sham, collusive or fraudulent or made in the interest of or in behalf of any person, firm or corporation not herein named; and that the Undersigned has not, directly or indirectly, inducted or solicited any bidder to submit a sham bid, or any other person, firm or corporation from bidding, and that the Undersigned has not, in any manner, sought by collusion to secure for himself any advantage over any other Bidder. (Individual Bidder) Seal WITNESS BID FORM Philadelphia, Pennsylvania Page 5

32 Additions and Renovations to Sol Feinstone Elementary School Trading and doing business as Business Address: ** If a fictitious trade name is employed in the conduct of business, insert such name and complete appropriate, by deletion, the following sentence: The foregoing fictitious trade name (has) (has not) been registered under Pennsylvania Law. (Partnership Bidder) Seal WITNESS Seal Partner Seal Partner Seal Partner Business Address: ** If a fictitious or trade name is employed in the conduct of business, insert such name and complete, as appropriate, by deletion, the following statement: The foregoing fictitious or trade name (has) (has not) been registered under Pennsylvania law. BID FORM Philadelphia, Pennsylvania Page 6

33 Additions and Renovations to Sol Feinstone Elementary School Complete, as appropriate, the following statement: The Partners constituting the Partnership are: (Corporate Bidder) *** (Name of Corporation) By: (Vice) President ATTEST: (Asst.) Secretary (Corporate Seal) Business Address: OR (If appropriate) (Name of Corporation) BID FORM Philadelphia, Pennsylvania Page 7

34 Additions and Renovations to Sol Feinstone Elementary School WITNESS ***By: Authorized Representative Business Address: *** Complete, as appropriate, the following statement: The Corporation has been organized and is existing under the laws of the of (state/commonwealth) (state) END OF BID FORM BID FORM Philadelphia, Pennsylvania Page 8

35 Additions and Renovations to Sol Feinstone Elementary School SECTION BID FORM BID FORM FOR CONTRACT NUMBER: 3 CONTRACT NAME: HVAC Construction FOR Additions and Renovations to Sol Feinstone Elementary School Newtown, PA Proposal of: (Name) (Address) (Telephone) (Contact Person) Council Rock School District 30 North Chancellor Street Newtown, PA In conformity with the Plans and Specifications as prepared by Schrader Group Architecture LLC, 161 Leverington Ave, Ste 105, Philadelphia PA 19127, after an examination of the site and the Bidding and Contract Documents, the undersigned submits this proposal and enclosed herewith a bond in an amount of not less than ten percent (10%) of the total of the hereinafter stated Base Bid, made payable to or indemnifying the Council Rock School District, 30 N. Chancellor Street, Newtown, PA , which it is understood will be held by the Owner, as security as provided in the Instructions to Bidders, if this proposal or any part thereof is accepted by the Owner, and the undersigned shall fail to furnish approved bonds and execute the Agreement within ten (10) days from the date of issuance of the award. Should the Owner fail to make an award on this project through no fault or failure on the part of the Bidder, then the Owner shall return said bid security. BID FORM Philadelphia, Pennsylvania Page 1

36 Additions and Renovations to Sol Feinstone Elementary School It is hereby certified that the undersigned is the only person(s) interested in this proposal as principal, and that the proposal is made without collusion with any person, firm or corporation. The Bidder submits herewith, as such, a Non-Collusion Affidavit in accordance with the provisions of the Pennsylvania Anti-bid-Rigging Act of October 28, Bidder hereby agrees to execute the Agreement and furnish surety company bonds in the amount of one hundred percent (100%) of the Contract Price for the Performance Bond and Labor and Material Payment Bond, within ten (10) days after mailing by the Owner of notice of award, and to begin work with ten (10) days after date of Notice to Proceed. Bidder guarantees that, if awarded contract, he will furnish and deliver all materials, tools, equipment, tests transportation, secure all permits and licenses, do and perform all labor, supervision and all means of construction, pay all fees and do all incidental work, and to execute, construct and finish, in an expeditious, substantial and workmanlike manner, in accordance with the plans and specifications, to the complete satisfaction and acceptance of the Owner, for the Work of this Contract for the Additions and Renovations to Sol Feinstone Elementary School. It is understood that the Owner, reserves the right to reject any or all proposals, or part thereof, or items therein and to waive technicalities required for the best interest of the Owner. It is further understood that competency and responsibility of bidders will receive consideration before the award of the contract. A certified copy of the Contractor s Qualification Statement, AIA Document A-305 will be submitted as part of this bid. Bidders submit this proposal with the understanding that the work shall be substantially complete by the dates indicated in Supplemental Instruction to Bidders, Item 18, Time for Completion. The time for completion of the work of all contracts shall be considered as of the essence of this Contract. Liquidated Damages do apply to this Project and are further described in Supplemental Instructions to Bidders, Item 18C. The Contractor understands and agrees the TIME IS OF THE ESSENCE and that all schedule dates are minimum performance dates, notwithstanding anything to the contrary contained in the Contract Documents, should the progress of the Project be ahead of schedule dates, the Contractor agrees to coordinate and complete its Work in accordance with the actual Project Progress and the actual pace of the Project without additional compensation. The bidder agrees that he will not assign his bid or any of his rights or interests thereunder without the written consent of the Owner. In the event of a discrepancy between the verbiage (words) and numbers entered here below, the verbiage shall govern. Bid Withdrawal This proposal is submitted with the definite understanding that it will not be withdrawn for a period of sixty (60) days after Bids are due, or any authorized postponement thereof, except as provided by law (73 P.S. 1602, as amended). BID FORM Philadelphia, Pennsylvania Page 2

37 Additions and Renovations to Sol Feinstone Elementary School THE BID, as called for, is submitted as follows: Item A. BASE BID: For all HVAC Construction Work, complete, for the Sol Feinstone Elementary School Additions and Renovations project, as shown and specified in the Contract Documents, for the lump sum of: Dollars ($ ) Item B. ALTERNATES: See Section for Full Description Alternates left blank or indicated as Not Applicable (N/A) shall be considered the same as No Change in Cost. Alternate No MC 1 HVAC at Gymnasium ADD/DEDUCT Dollars ($ ) Alternate No MC 2 Classroom Renovation ADD/DEDUCT Dollars ($ ) Item C. UNIT PRICES Unit Prices shall include costs for furnishing and installing all materials, labor, tools, equipment, and other incidental necessary to complete the specified operation. Unit Prices will be used to ADD/DEDUCT the contract where appropriate. Schedule of Unit Prices: Unit Price #M1 $ /lf Furnish and install 1-½ insulated HVAC piping and accessories including hangers and insulation. Unit Price #M2 $ per lb. Furnish and install insulated galvanized steel ductwork including hangers and accessories. Unit Price #M3 Provide a Journeyman sheet metal worker. Unit Price #M4 Provide a Journeyman steamfitter (pipe fitter). $ per hour $ per hour BID FORM Philadelphia, Pennsylvania Page 3

38 Additions and Renovations to Sol Feinstone Elementary School Item D. ALLOWANCES Bidder agrees to include in the Base Bid Price, in addition to the Work shown on the Drawings and Specifications the following: Quantity Allowance 1: One hundred (100) lineal feet of Unit Price M1 work Quantity Allowance 2: One hundred (100) pounds of Unit Price M2 work Quantity Allowance 3: Eighty (80) hours of Unit Price M3 work Quantity Allowance 4: Eighty (80) hours of Unit Price M4 work $ $ $ $ TOTAL ALLOWANCE (INCLUDE IN BASE BID PRICE): $ BID FORM Philadelphia, Pennsylvania Page 4

39 Additions and Renovations to Sol Feinstone Elementary School Name of Contractor ATTACHMENTS: The following Documents are attached and are made a condition of this Bid: a. Non-collusion Affidavit b. Bid Bond c. Contractor Qualification Statement ACCEPTANCE OF ADDENDA: In submitting this proposal, I have received and included in this bid, the instructions and information contained in the following Addenda: Addendum No. Dated SIGNATURES The Undersigned here certifies that this Proposal is genuine and not a sham, collusive or fraudulent or made in the interest of or in behalf of any person, firm or corporation not herein named; and that the Undersigned has not, directly or indirectly, inducted or solicited any bidder to submit a sham bid, or any other person, firm or corporation from bidding, and that the Undersigned has not, in any manner, sought by collusion to secure for himself any advantage over any other Bidder. (Individual Bidder) Seal WITNESS BID FORM Philadelphia, Pennsylvania Page 5

40 Additions and Renovations to Sol Feinstone Elementary School Trading and doing business as Business Address: ** If a fictitious trade name is employed in the conduct of business, insert such name and complete appropriate, by deletion, the following sentence: The foregoing fictitious trade name (has) (has not) been registered under Pennsylvania Law. (Partnership Bidder) Seal WITNESS Seal Partner Seal Partner Seal Partner Business Address: ** If a fictitious or trade name is employed in the conduct of business, insert such name and complete, as appropriate, by deletion, the following statement: The foregoing fictitious or trade name (has) (has not) been registered under Pennsylvania law. BID FORM Philadelphia, Pennsylvania Page 6

41 Additions and Renovations to Sol Feinstone Elementary School Complete, as appropriate, the following statement: The Partners constituting the Partnership are: (Corporate Bidder) *** (Name of Corporation) By: (Vice) President ATTEST: (Asst.) Secretary (Corporate Seal) Business Address: OR (If appropriate) (Name of Corporation) BID FORM Philadelphia, Pennsylvania Page 7

42 Additions and Renovations to Sol Feinstone Elementary School WITNESS ***By: Authorized Representative Business Address: *** Complete, as appropriate, the following statement: The Corporation has been organized and is existing under the laws of the of (state/commonwealth) (state) END OF BID FORM BID FORM Philadelphia, Pennsylvania Page 8

43 Additions and Renovations to Sol Feinstone Elementary School SECTION BID FORM BID FORM FOR CONTRACT NUMBER: 4 CONTRACT NAME: Electrical Construction FOR Additions and Renovations to Sol Feinstone Elementary School Newtown, PA Proposal of: (Name) (Address) (Telephone) (Contact Person) Council Rock School District 30 North Chancellor Street Newtown, PA In conformity with the Plans and Specifications as prepared by Schrader Group Architecture LLC, 161 Leverington Ave, Ste 105, Philadelphia PA 19127, after an examination of the site and the Bidding and Contract Documents, the undersigned submits this proposal and enclosed herewith a bond in an amount of not less than ten percent (10%) of the total of the hereinafter stated Base Bid, made payable to or indemnifying the Council Rock School District, 30 N. Chancellor Street, Newtown, PA , which it is understood will be held by the Owner, as security as provided in the Instructions to Bidders, if this proposal or any part thereof is accepted by the Owner, and the undersigned shall fail to furnish approved bonds and execute the Agreement within ten (10) days from the date of issuance of the award. Should the Owner fail to make an award on this project through no fault or failure on the part of the Bidder, then the Owner shall return said bid security. BID FORM Philadelphia, Pennsylvania Page 1

44 Additions and Renovations to Sol Feinstone Elementary School It is hereby certified that the undersigned is the only person(s) interested in this proposal as principal, and that the proposal is made without collusion with any person, firm or corporation. The Bidder submits herewith, as such, a Non-Collusion Affidavit in accordance with the provisions of the Pennsylvania Anti-bid-Rigging Act of October 28, Bidder hereby agrees to execute the Agreement and furnish surety company bonds in the amount of one hundred percent (100%) of the Contract Price for the Performance Bond and Labor and Material Payment Bond, within ten (10) days after mailing by the Owner of notice of award, and to begin work with ten (10) days after date of Notice to Proceed. Bidder guarantees that, if awarded contract, he will furnish and deliver all materials, tools, equipment, tests transportation, secure all permits and licenses, do and perform all labor, supervision and all means of construction, pay all fees and do all incidental work, and to execute, construct and finish, in an expeditious, substantial and workmanlike manner, in accordance with the plans and specifications, to the complete satisfaction and acceptance of the Owner, for the Work of this Contract for the Additions and Renovations to Sol Feinstone Elementary School. It is understood that the Owner, reserves the right to reject any or all proposals, or part thereof, or items therein and to waive technicalities required for the best interest of the Owner. It is further understood that competency and responsibility of bidders will receive consideration before the award of the contract. A certified copy of the Contractor s Qualification Statement, AIA Document A-305 will be submitted as part of this bid. Bidders submit this proposal with the understanding that the work shall be substantially complete by the dates indicated in Supplemental Instruction to Bidders, Item 18, Time for Completion. The time for completion of the work of all contracts shall be considered as of the essence of this Contract. Liquidated Damages do apply to this Project and are further described in Supplemental Instructions to Bidders, Item 18C. The Contractor understands and agrees the TIME IS OF THE ESSENCE and that all schedule dates are minimum performance dates, notwithstanding anything to the contrary contained in the Contract Documents, should the progress of the Project be ahead of schedule dates, the Contractor agrees to coordinate and complete its Work in accordance with the actual Project Progress and the actual pace of the Project without additional compensation. The bidder agrees that he will not assign his bid or any of his rights or interests thereunder without the written consent of the Owner. In the event of a discrepancy between the verbiage (words) and numbers entered here below, the verbiage shall govern. Bid Withdrawal This proposal is submitted with the definite understanding that it will not be withdrawn for a period of sixty (60) days after Bids are due, or any authorized postponement thereof, except as provided by law (73 P.S. 1602, as amended). BID FORM Philadelphia, Pennsylvania Page 2

45 Additions and Renovations to Sol Feinstone Elementary School THE BID, as called for, is submitted as follows: Item A. BASE BID: For all Electrical Construction Work, complete, for the Sol Feinstone Elementary School Additions and Renovations project, as shown and specified in the Contract Documents, for the lump sum of: Dollars ($ ) Item B. ALTERNATES: See Section for Full Description Alternates left blank or indicated as Not Applicable (N/A) shall be considered the same as No Change in Cost. Alternate No EC 1 HVAC at Gymnasium ADD/DEDUCT Dollars ($ ) Alternate No EC 2 Classroom Renovation ADD/DEDUCT Dollars ($ ) Alternate No EC 3 PA Sound System ADD/DEDUCT Dollars ($ ) Item C. UNIT PRICES Unit Prices shall include costs for furnishing and installing all materials, labor, tools, equipment, and other incidental necessary to complete the specified operation. Unit Prices will be used to ADD/DEDUCT the contract where appropriate. Schedule of Unit Prices: Unit Price #E1 $ per outlet Furnish and install additional computer data outlet including up to 100 feet of wire and all terminations and accessories. Unit Price #E2 Furnish and install additional fire alarm audio /visual device. $ per device BID FORM Philadelphia, Pennsylvania Page 3

46 Additions and Renovations to Sol Feinstone Elementary School Unit Price #E3 Furnish and install additional system smoke detector. Unit Price #E4 Provide a Journeyman electrician. $ per device $ per hour Item D. ALLOWANCES Bidder agrees to include in the Base Bid Price, in addition to the Work shown on the Drawings and Specifications the following: Quantity Allowance 1: Twelve (12) outlets of Unit Price E1 work Quantity Allowance 2: Ten (10) devices of Unit Price E2 work Quantity Allowance 3: Ten (10) detectors of Unit Price E3 work Quantity Allowance 4: One hundred (100) hours of Unit Price E4 work $ $ $ $ TOTAL ALLOWANCE (INCLUDE IN BID PRICE): $ BID FORM Philadelphia, Pennsylvania Page 4

47 Additions and Renovations to Sol Feinstone Elementary School Name of Contractor ATTACHMENTS: The following Documents are attached and are made a condition of this Bid: a. Non-collusion Affidavit b. Bid Bond c. Contractor Qualification Statement ACCEPTANCE OF ADDENDA: In submitting this proposal, I have received and included in this bid, the instructions and information contained in the following Addenda: Addendum No. Dated SIGNATURES The Undersigned here certifies that this Proposal is genuine and not a sham, collusive or fraudulent or made in the interest of or in behalf of any person, firm or corporation not herein named; and that the Undersigned has not, directly or indirectly, inducted or solicited any bidder to submit a sham bid, or any other person, firm or corporation from bidding, and that the Undersigned has not, in any manner, sought by collusion to secure for himself any advantage over any other Bidder. (Individual Bidder) Seal WITNESS BID FORM Philadelphia, Pennsylvania Page 5

48 Additions and Renovations to Sol Feinstone Elementary School Trading and doing business as Business Address: ** If a fictitious trade name is employed in the conduct of business, insert such name and complete appropriate, by deletion, the following sentence: The foregoing fictitious trade name (has) (has not) been registered under Pennsylvania Law. (Partnership Bidder) Seal WITNESS Seal Partner Seal Partner Seal Partner Business Address: ** If a fictitious or trade name is employed in the conduct of business, insert such name and complete, as appropriate, by deletion, the following statement: The foregoing fictitious or trade name (has) (has not) been registered under Pennsylvania law. BID FORM Philadelphia, Pennsylvania Page 6

49 Additions and Renovations to Sol Feinstone Elementary School Complete, as appropriate, the following statement: The Partners constituting the Partnership are: (Corporate Bidder) *** (Name of Corporation) By: (Vice) President ATTEST: (Asst.) Secretary (Corporate Seal) Business Address: OR (If appropriate) (Name of Corporation) BID FORM Philadelphia, Pennsylvania Page 7

50 Additions and Renovations to Sol Feinstone Elementary School WITNESS ***By: Authorized Representative Business Address: *** Complete, as appropriate, the following statement: The Corporation has been organized and is existing under the laws of the of (state/commonwealth) (state) END OF BID FORM BID FORM Philadelphia, Pennsylvania Page 8

51 Additions and Renovations to Sol Feinstone Elementary School SECTION ALTERNATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This 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. B. 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. 1.4 PROCEDURES A. Coordination: Modify 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 modifications 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 Philadelphia, Pennsylvania Page 1

52 Additions and Renovations to Sol Feinstone Elementary School PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 SCHEDULE OF ALTERNATES A. Alternate No. GC 1: HVAC at Gymnasium: Provide alternate pricing to furnish and install general construction demolition of existing skylight system, roof deck infill, new roofing system, and additional structural steel support associated with HVAC roof top equipment being installed as part of this alternate. B. Alternate No. GC 2: Classroom Renovation: Provide alternate pricing to furnish and install general construction work indicated at Drawings A951 and A952. Extent of general construction work includes but is not limited to the following: demolition of existing interior partitions, doors, finish floor, ACT ceiling and bulkheads where indicated on Drawing A951. Provide new interior partition(s) and wood door and metal frame, finish floor, ACT ceiling and GWB bulkhead, institutional casework, white boards, tack boards where indicated on Drawing A952. C. Alternate No. GC 3: Sidewalk Removal and Reconstruction: Provide alternate pricing to furnish and install general construction work indicated at Drawing C2.0, Site. Alternate bid includes additional sidewalk removal and reconstruction north of the base bid limit of work as noted on Drawing C2.0. The alternate bid also includes removal, storage, and re-installation of one (1) additional bench and a new Type 1 Handicap Ramp as indicated on the Site Plan and Details. D. Alternate No. PC 2: Classroom Renovation : Provide alternate pricing to furnish and install plumbing construction work indicated at Drawings P201. Extent of plumbing demolition work includes but is not limited to removal of existing plumbing fixtures, removal and capping off of existing cold/hot return piping, removal of existing vent and sanitary piping. E. Alternate No. MC 1: HVAC at Gymnasium: Provide alternate pricing to furnish and install Rooftop Air Handler with direct expansion cooling coil with air cooled condenser and hot water heating coil. Provide unit with roof curb and all appurtenances as shown in the contract documents. Provide flat oval supply ductwork and rectangular return ductwork, with air devices as noted in contract documents. Provide secondary heating hot water pump and piping to rooftop air handler. Work is documented over multiple M series drawings. F. Alternate No. MC 2: Classroom Renovation: Provide alternate pricing to furnish and install HVAC construction work indicated at Drawings M203. Work includes but is not limited to refurbishing existing unit ventilator. Extending ductwork off of existing air handler to serve SGI room. G. Alternate No. EC 1: HVAC at Gymnasium: Provide alternate pricing to furnish and install breaker, disconnect, wiring, conduit and all appurtenances to power rooftop air handler electrical construction work indicated E-series drawings. ALTERNATES Philadelphia, Pennsylvania Page 2

53 Additions and Renovations to Sol Feinstone Elementary School H. Alternate No. EC 2: Classroom Renovation: Provide alternate pricing to furnish and install electrical construction work indicated on multiple drawings including but not limited to drawings E101, E201, E202, E300 and E400 series drawings. Work includes but is not limited to new lighting, new power, and new data in classroom and SGI Room. I. Alternate No. EC 3: PA Sound System : Provide alternate pricing to furnish and install new PA Sound System tying into existing speakers along with new as indicated on E-series drawings including but not limited to E200 and E500. Additionally see specification section END OF SECTION ALTERNATES Philadelphia, Pennsylvania Page 3

54 Additions and Renovations to Sol Feinstone Elementary School THIS PAGE INTENTIONALLY LEFT BLANK ALTERNATES Philadelphia, Pennsylvania Page 4

55 Renovations and Additions to Sol Feinstone Elementary School SECTION RESIDENTIAL APPLIANCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Refrigerators/freezers. 2. Microwave Oven 3. 3-Drawer Vertical Metal Filing Cabinets 4. Ceiling Fan B. Related Sections include the following: 1. Division 12 Section "Institutional Casework" for standard cabinets and countertops that receive residential appliances. 2. Division 22 for plumbing connections to residential appliances. 3. Division 22 for drainage plumbing connections to residential appliances. 4. Division 22 Section "Plumbing Fixtures" for kitchen sinks 5. Division 26 for electrical services and connections to residential appliances. 1.3 SUBMITTALS A. Product Data: For each appliance type required indicating compliance with requirements. Include complete operating and maintenance instructions for each appliance. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who is an authorized representative of the residential appliance manufacturer for both installation and maintenance of appliances required for this Project. B. Source Limitations: Obtain residential appliances through one source from a single manufacturer. C. Electrical Appliances: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction. RESIDENTIAL APPLIANCES Philadelphia, Pennsylvania Page 1

56 Renovations and Additions to Sol Feinstone Elementary School D. UL and NEMA Compliance: Provide electrical components required as part of residential appliances that are listed and labeled by UL and that comply with applicable NEMA standards. E. AHAM Standards: Provide appliances that comply with the following AHAM standards: F. Energy Ratings: Provide residential appliances that carry labels indicating energy-cost analysis (estimated annual operating costs) and efficiency information as required by the Federal Trade Commissio Appliance Labeling Rulen. 1. Provide appliances that qualify for the EPA/DOE ENERGY STAR product labeling program. 1.5 DELIVERY A. Deliver appliances only after utility rough-in is complete, building is closed in and locked after working hours, and construction in the spaces to receive appliances is substantially complete and ready for installation. 1.6 WARRANTIES A. General Warranty: Special warranties specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents. B. Special Warranties: Written warranties, executed by manufacturer of each appliance specified agreeing to repair or replace residential appliances or components that fail in materials or workmanship within specified warranty period. 1. Refrigerator/Freezer: Five-year limited warranty for in-home service on the sealed refrigeration system. PART 2 - PRODUCTS 2.1 PRODUCTS AND MANUFACTURERS A. Basis-of-Design Product: Whirlpool B. Manufacturers: Subject to compliance with requirements, provide products by one of the following meeting the basis-of-design requirements. 1. Amana 2. General Electric 3. Kenmore RESIDENTIAL APPLIANCES Philadelphia, Pennsylvania Page 2

57 Renovations and Additions to Sol Feinstone Elementary School 2.2 REFRIGERATION APPLIANCES A. Refrigerator/Freezer RF-1 (1 TOTAL Required) 1. Whirlpool Corporation; Model WRT311SFYB 2. Type: Top Freezer Refrigerator, with freezer on top. 3. Storage Capacity: a. Total Capacity: 21 Cubic foot. 4. ENERGY STAR Qualified 5. Temperature Controls: Separate temperature controls for each compartment. 6. Front Panel: Manufacturer's standard. a. Panel Color: Black. 7. Appliance Color: Black. 2.3 COOKING APPLIANCES (1 TOTAL Required) A. Microwave Oven: 1. Basis-of-Design Product: Whirlpool Corporation; Model WMC30516AB 2. Type: Countertop Microwave with sensor cooking and recessed glass turntable 3. Capacity: 1.6 Cubic feet 4. Appliance Color: Black 5. ENERGY STAR Qualified 2.4 METAL FILING CABINET (7 TOTAL Required) A. 3-Drawer Vertical Metal Filing Cabinet: 1. Basis-of-Design Product: Global Industrial; Model bk 2. Type: 2600 Series Vertical; Letter Size 3. Width: Depth: 26-1/2 5. Height: Color Finish: Black 7. Construction: Steel 8. Drawer Quantity: 3-Drawer RESIDENTIAL APPLIANCES Philadelphia, Pennsylvania Page 3

58 Renovations and Additions to Sol Feinstone Elementary School 2.5 CEILING FAN (1 TOTAL Required) A. Ceiling Fan: Existing Lobby Basis-of-Design Product: Big Ass Fan; Model Haiku, S3150-A0 2. Fan Diameter: Motor and assembly finish: Black 4. Air foil material: Bamboo 5. Air foil finish: Caramel 6. No. of Air foils: Three (3) 7. Motor type: EC Motor with a digital inverter drive 8. Controller: Yes. Remote 9. Controller features: On/Off, Reverse, Sleepmode, Off timer, Whoosh Mode 10. Mount and drop tube: Standard, 10.2 inches 11. No. of fan speeds: Seven (7) 12. Operating Voltage: VAC, single-phase 13. Operating Frequency: Hz. 14. Amps (min/max): A 15. Watts (min/max): 2/30 W 16. Fan motor indicator: LED Display 17. Warranty: Limited Lifetime 18. ENERGY STAR Qualified 2.6 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine roughing-in for plumbing, mechanical, and electrical services, with Installer present, to verify actual locations of services before residential appliance installation. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. General: Comply with manufacturer's written instructions. RESIDENTIAL APPLIANCES Philadelphia, Pennsylvania Page 4

59 Renovations and Additions to Sol Feinstone Elementary School B. Built-in Equipment: Securely anchor units to supporting cabinets or countertops with concealed fasteners. Verify that clearances are adequate for proper functioning and rough openings are completely concealed. C. Freestanding Equipment: Place units in final locations after finishes have been completed in each area. Verify that clearances are adequate to properly operate equipment. D. Utilities: Refer to Divisions 22 and 26 for plumbing and electrical requirements. 3.3 ADJUSTING AND CLEANING A. Test each item of residential appliances to verify proper operation. Make necessary adjustments. B. Verify that accessories required have been furnished and installed. C. Remove packing material from residential appliances and leave units in clean condition, ready for operation. 3.4 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain residential appliances. END OF SECTION RESIDENTIAL APPLIANCES Philadelphia, Pennsylvania Page 5

60 Renovations and Additions to Sol Feinstone Elementary School THIS PAGE INTENTIONALLY LEFT BLANK RESIDENTIAL APPLIANCES Philadelphia, Pennsylvania Page 6

61 Renovations and Additions to Sol Feinstone Elementary School SECTION INSTITUTIONAL CASEWORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Plastic-laminate-faced wood cabinets of stock design. 2. Plastic-laminate countertops. 3. Wall shelving. B. Related Sections include the following: 1. Division 6 Section "Miscellaneous Carpentry" for wood blocking for anchoring institutional casework. 2. Division 6 Section Interior Architectural Woodwork. 3. Division 9 Section "Gypsum Board Systems" for reinforcements in gypsum board partitions for anchoring institutional casework. 4. Division 9 Section "Resilient Floor Tile" for resilient base applied to institutional casework. 5. Division 22 Section Plumbing. 6. Division 26 Section Electrical. 1.3 DEFINITIONS A. Exposed Portions of Cabinets: Surfaces visible when doors and drawers are closed, including bottoms of cabinets more than 48-inches above floor, and surfaces visible in open cabinets. B. Semiexposed Portions of Cabinets: Surfaces behind opaque doors, such as interiors of cabinets, shelves, dividers, interiors and sides of drawers, and interior faces of doors. Tops of cases 78-inches or more above floor are defined as semiexposed. C. Concealed Portions of Cabinets: Surfaces not usually visible after installation, including sleepers, web frames, dust panels, and ends and backs that are placed directly against walls or other cabinets. 1.4 INSPECTION REQUIREMENTS INSTITUTIONAL CASEWORK Philadelphia, Pennsylvania Page 1

62 Renovations and Additions to Sol Feinstone Elementary School A. The following list of minimal compliance standards are to be inspected and brought into compliance by the Contractor during construction. Discovery and correction of noncomplying work is the responsibility of the Contractor. The Contractor shall identify and correct all non-complying items prior to requesting the processing of the Certificate of Substantial Completion. B. Complying Institutional Casework work shall be capable of withstanding dead and live loads under normal use. C. Non-complying work includes but is not limited to the following: 1. Delamination of components or other failures of glue bond. 2. Warping of components causing misalignment of doors, drawers or shelves. 3. Loose or failed operating hardware. 4. Deterioration of finishes. 5. Cabinets falling off walls. 6. Moisture swelling of core wood products. 7. Joinery separation. 8. Scratched, chipped or misaligned laminate. 9. Gapping of backsplash corners, tops-to-wall or separation from countertop. 10. Permanent shelf-sagging under uniformly distributed load of a full shelf of textbooks. 11. Cabinetry settlement due to non-uniform loading. 1.5 SUBMITTALS A. Shop Drawings: Show fabrication and installation details for institutional casework. Include plans, elevations, sections, details, and attachments to other Work. B. Submit documentation of AWI Quality Certification program in place and certificate indicating that institutional casework complies with requirements. C. Samples for Initial Selection: For cabinet finishes and for each type of top material indicated. D. Samples for Verification: 6-inch square samples for each type of finish, including top material and the following: 1. Section of countertop showing top, front edge, and backsplash construction. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Each Installer shall be certified by manufacturer in writing to have a minimum of five (5) years experience installing institutional plastic-laminated casework. B. Source Limitations: Obtain institutional casework through one source from a single manufacturer. INSTITUTIONAL CASEWORK Philadelphia, Pennsylvania Page 2

63 Renovations and Additions to Sol Feinstone Elementary School C. Quality Standard: Unless otherwise indicated, comply with AWI's "Architectural Woodwork Quality Standards," Section 1600 Quality Certification Program. D. Product Designations: Drawings indicate sizes, configurations, and finish material of institutional casework by referencing designated manufacturer's catalog numbers. Other manufacturers' casework of similar sizes and door and drawer configurations, of same finish material, and complying with the Specifications may be considered. Refer to Division 1 Section "Product Requirements and Substitution Request. 1.7 DELIVERY, STORAGE, AND HANDLING A. Ship in corrugated cardboard boxes. B. Deliver institutional casework only after painting, utility roughing-in, and similar operations that could damage, soil, or deteriorate casework have been completed in installation areas. If casework must be stored in other than installation areas, store only in areas where environmental conditions meet requirements specified in "Project Conditions" Article. C. Keep finished surfaces covered with polyethylene film or other protective covering during handling and installation. D. Store 1-inch off floor on plastic supports and space 1-inch apart. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install institutional casework until building is enclosed, wet work is complete, and HVAC system is operating and maintaining temperature and relative humidity at occupancy levels during the remainder of the construction period. B. Field Measurements: Where institutional casework is indicated to fit to other construction, verify dimensions by field measurements before fabrication and indicate measurements on Shop Drawings. 1.9 COORDINATION A. Coordinate layout and installation of metal framing and blocking in wall assemblies for support of casework. Inspect drywall construction wood blocking prior to covering studs. B. Coordinate layout of building utility rough-ins. INSTITUTIONAL CASEWORK Philadelphia, Pennsylvania Page 3

64 Renovations and Additions to Sol Feinstone Elementary School 1.10 WARRANTY A. Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of institutional casework that fail in performance, materials or workmanship within specified warranty period. B. Warranty Period: One year from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Basis-of-Design Product: The design for institutional plastic-laminate casework is based on LSI Corporation of America, Inc., New Century L44 Series. Subject to compliance with requirements, provide the named product or a substitute product by one of the following: 1. Plastic-Laminate-Faced Institutional Casework: a. Case Systems, Inc. b. TMI c. LSI Corporation of America, Inc. 2. Plastic-Laminate Material: Reference Finish Specification drawing A6.02 for plastic laminate color selection information. Color compliance with basis of design color schemes indicated at Finish Specifications subject to final approval by the Architect. a. Panolam Industries International, Inc., Pionite decorative surfaces (basis of design) b. Laminart. c. Formica Corporation. d. Wilsonart International; Div. of Premark International, Inc. 2.2 MATERIALS A. General: 1. Maximum Moisture Content for Lumber: 7 percent for hardwood and 12 percent for softwood. 2. Ag-Fiber: Blended bio-fiber composition with non-formaldehyde binders. Board shall exceed performance requirements for ANSI AS M3 Standards. 3. Hardwood Plywood: HPVA HP-1, either veneer core or particle core, unless otherwise indicated. 4. Softwood Plywood: DOC PS Particleboard: ANSI A208.1, Grade M-2-Exterior Glue or, 6. Medium-Density Fiberboard: ANSI A208.2, Grade MD-Exterior Glue. 7. Hardboard: AHA A135.4, Class 1 Tempered. INSTITUTIONAL CASEWORK Philadelphia, Pennsylvania Page 4

65 Renovations and Additions to Sol Feinstone Elementary School 8. Plastic Laminate: High-pressure decorative laminate complying with NEMA LD Edgebanding for Plastic Laminate: Rigid PVC extrusions, through color with satin finish, at doors and drawer fronts, and countertop edges. B. Exposed Cabinet Materials: 1. Plastic Laminate: Type VGS. a. Provide plastic laminate for doors and drawer fronts and where indicated. C. Semiexposed Cabinet Materials: 1. Plastic Laminate: Type CLS. a. Provide plastic laminate for semiexposed surfaces, unless otherwise indicated. D. Concealed Cabinet Materials: 1. Plastic Laminate: Type BKL. a. Provide plastic-laminate backer for all concealed surfaces unless otherwise indicated. 2.3 DESIGN, COLOR, AND FINISH A. Design: Provide institutional casework of the following design: 1. Reveal overlay with wire pulls. B. Plastic-Laminate Colors, Patterns, and Finishes: As indicated in the Finish Specifications Drawing A CABINET FABRICATION A. Plastic-Laminate-Faced Cabinet Construction: 1. Bottoms and Ends of Cabinets, Shelves, and Tops of Wall Cabinets and Tall Cabinets: 3/4-inch particleboard, plastic-laminate faced on exposed surfaces, melamine faced on semiexposed surfaces. 2. Backs of Cabinets: 1/2-inch particleboard, plastic-laminate faced on exposed surfaces, melamine faced on semiexposed surfaces. 3. Drawer Fronts: 3/4-inch particleboard, plastic-laminate faced on both sides. 4. Drawer Sides and Backs: 1/2-inch melamine-faced particleboard, with glued dovetail or multiple-dowel joints. 5. Drawer Bottoms: 1/2-inch melamine-faced particleboard glued and dadoed into front, back, and sides of drawers. 6. Shelf: Shelf thickness and maximum spans shall be in accordance with AWI 400. INSTITUTIONAL CASEWORK Philadelphia, Pennsylvania Page 5

66 B. Leg Shoes: Vinyl or rubber, open-bottom type. Renovations and Additions to Sol Feinstone Elementary School C. Sub-base: All base cabinets shall have a separate ladder type continuous sub-base constructed of veneer core, water resistant glue type plywood. D. Filler Strips: Provide as needed to close spaces between cabinets and walls, ceilings, and indicated equipment. Fabricate from same material and with same finish as cabinets. Provide both horizontal and vertical filler strips to completely enclose any residual space between casework,wardrobe units, cabinetry, etc. and adjacent wall systems. E. Doors and drawer edges to be 2 PVC edging let into kerf and with radius corners. F. Joinery: Provide hot melt glue at all joints with 100 percent coverage. Mechanically fasten glued joints when hot. 2.5 CASEWORK HARDWARE A. Hardware, General: Match existing hardware at new casework required for the Classroom and Science Classroom additions. B. Hardware, Other: Provide manufacturer's standard satin-finish, commercial-quality, heavy-duty hardware complying with requirements indicated. 1. Use threaded metal or plastic inserts with machine screws for fastening to particleboard except where hardware is through-bolted from back side. C. Butt Hinges: Chrome-plated, 5-knuckle hinges complying with BHMA A156.9, Grade 1, with antifriction bearings and rounded tips. Provide 2 hinges for doors less than 48- inches high and 3 hinges for doors more than 48-inches high. D. Pulls: Solid chrome-plated brass wire pulls, fastened from back with two screws. For sliding doors, provide recessed chrome-plated flush-pulls. Provide 2 pulls for drawers more than 24-inches wide. E. Door Catches: Zinc-plated, nylon-roller spring catch. Provide 2 catches on doors more than 48-inches high. F. Drawer Slides: Zinc-plated, metal-channel, self-closing drawer slides, designed to prevent rebound when drawers are closed, with nylon-tired, ball-bearing rollers, and complying with BHMA A156.9, Type B05091, and rated for the following loads: 1. Box Drawer Slides: 75 lbf. 2. File Drawer Slides: 150 lbf. 3. Pencil Drawer Slides: 45 lbf. 4. Keyboard Slide: 75 lbf. 5. Trash Bin Slides: 100 lbf. G. Drawer and Cabinet Door Locks: Cylindrical (cam) type, 5-pin tumbler, brass with chrome-plated finish, complying with BHMA A156.11, Grade 1. INSTITUTIONAL CASEWORK Philadelphia, Pennsylvania Page 6

67 Renovations and Additions to Sol Feinstone Elementary School 1. Provide a minimum of two keys per lock and six master keys. 2. Provide locks on all cabinet doors and drawers H. Adjustable Shelf Supports: 2-pin locking plastic shelf rests complying with BHMA A156.9, Type B Drill side walls 1-1/4 inch on center in two rows for 12- inch maximum depth shelves. I. Grommets: Provide 2-1/2 inch ID plastic grommets with two cord U slot in snap cover. Color to be selected by Architect from factory standards. Provide one grommet in each individual computer work station location(s) at a minimum and as depicted on the furniture plans. Proposed grommet locations shall be reviewed and final approved as part of the shop drawing review process. J. Backsplash Clips for Laminate Construction: Provide concealed nylon 3-screw clip fastened to countertop with two screws 12-inches on center. Two-way clip is designed to hold backsplash down onto countertop and back tight against (slightly curved) walls. Route bottom of backsplash and install screws lined up to engage clip. 2.6 COUNTERTOPS A. Countertops, General: Provide smooth, clean exposed tops and edges in uniform plane free of defects. Provide front and end overhang of 1-inch over base cabinets. B. Plastic-Laminate Tops: Plastic-laminate sheet, shop bonded with waterproof glue to both sides of 1-1/8-inch plywood or particleboard. Sand surfaces to which plastic laminate is to be bonded. 1. Plastic-Laminate Type for Flat Tops: HGS. 2. Plastic-Laminate Type for Backing: BKL. 3. Use exterior plywood or phenolic-resin-bonded particleboard for countertops containing sinks. 2.7 WALL SHELVING WITH WALL STANDARDS AND SHELF BRACKETS A. Plastic-Laminate Shelving: Plastic-laminate sheet, Type HGL or HGP, shop bonded with waterproof glue to both sides of particleboard. Sand surfaces to which plastic laminate is to be bonded. 1. Shelf Thickness: ¾-inch. 2. Edge Treatment: Finish both edges with plastic laminate that matches faces. 3. Adjustable Shelf Supports: Powder coated steel standards and shelf brackets, complying with BHMA A156.9, Types B04102 and B04112, mortise type. PART 3 - EXECUTION 3.1 EXAMINATION INSTITUTIONAL CASEWORK Philadelphia, Pennsylvania Page 7

68 Renovations and Additions to Sol Feinstone Elementary School A. Examine areas, with Installer present, for compliance with requirements for installation tolerances, location of reinforcements, and other conditions affecting performance of institutional casework. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 CASEWORK INSTALLATION A. Install plumb, level, and true; shim as required, using concealed shims. Glue shims to cabinetry and to substrate using construction adhesive. Where institutional casework abuts other finished work, apply filler strips and scribe for accurate fit, with fasteners concealed where practical. B. Base Cabinets: Set cabinets straight, level, and plumb. Adjust subtops within 1/16- inch of a single plane. Fasten cabinets to partition framing, wood blocking, or reinforcements in partitions with fasteners spaced 24-inches o.c. Bolt adjacent cabinets together with joints flush, tight, and uniform. Align similar adjoining doors and drawers to a tolerance of 1/16-inch. 1. Where base cabinets are not installed adjacent to walls, fasten to floor at toe space with fasteners spaced 24-inches o.c. Secure sides of cabinets to floor, where they do not adjoin other cabinets, with not less than two fasteners. C. Wall Cabinets: Hang cabinets straight, level, and plumb. Adjust fronts and bottoms within 1/16-inch of a single plane. Fasten to hanging strips, masonry, partition framing, blocking, or reinforcements in partitions. Align similar adjoining doors to a tolerance of 1/16-inch. D. Fastening: 1. Provide No. 10 oval head screws sized for 1-inch penetration into wood framing or blocking, and 3/4 of the way through hanging strips. 2. Provide No. 10 oval head sheet metal screws into metal framing behind wall finish. 3. Provide countersunk 3/16-inch diameter flat head concrete tapping screws into concrete or blocking walls. Screws and finishing washers at all screw heads shall be nickel-plated. 4. Provide Torx drive wood-to-metal trim head screw to fasten wood-to-wood and wood through gypsum drywall into metal studs. Screws shall be Fastenal No Plus Series. Equals by ITT Buildex and Triangle Fasteners. E. Install hardware uniformly and precisely. Set hinges snug and flat in mortises, unless otherwise indicated. Adjust and align hardware so moving parts operate freely and contact points meet accurately. Allow for final adjustment after installation. F. Adjust casework and hardware so doors and drawers operate smoothly without warp or bind. Lubricate operating hardware as recommended by manufacturer. INSTITUTIONAL CASEWORK Philadelphia, Pennsylvania Page 8

69 Renovations and Additions to Sol Feinstone Elementary School 3.3 INSTALLATION OF TOPS A. Field Jointing: Where possible make in the same manner as shop jointing, using dowels, splines, adhesives, and fasteners recommended by manufacturer. Prepare edges to be joined in shop so Project-site processing of top and edge surfaces is not required. Locate field joints where shown on Shop Drawings. 1. Secure field joints in plastic-laminate countertops with concealed clamping devices located within 6-inches of front and back edges and at intervals not exceeding 24-inches. Tighten according to manufacturer's written instructions to exert a constant, heavy-clamping pressure at joints. B. Secure tops to cabinets with Z-type fasteners or equivalent, using two or more fasteners at each front, end, and back. C. Abut top and edge surfaces in one true plane, with internal supports placed to prevent deflection. D. Secure backsplashes and sidesplashes to tops. Set back- and edgesplash mating surfaces with 100 percent coverage silicone sealant. Wipe excess off all surfaces and clean smears off with solvent cleaner. E. Seal junctures of top, splash, and walls with mildew-resistant silicone sealant or another permanently elastic sealing compound recommended by countertop material manufacturer. 3.4 INSTALLATION OF SHELVING A. Securely fasten adjustable shelving supports to partition framing, wood blocking, or reinforcements in partitions. B. Install shelf standards plumb and at heights to align shelf brackets for level shelves. Install shelving level and straight, closely fitted to other work where indicated. 3.5 INSTALLATION OF SINKS A. The Plumbing Contractor shall provide and install all sink faucets, strainers, tailpieces, traps, bubblers, valves, trim, and accessories not specified in this section in openings factory cut by the casework supplier. The Plumbing Contractor shall provide templates to this manufacturer to show locations, opening sizes, and clearances of all required cutting. The Plumbing Contractor shall interconnect these items, and connect these items to the appropriate building systems. 3.6 INSTALLATION OF ELECTRICAL OUTLETS A. The Electrical Contractor shall furnish and install all electrical outlets, conduit junction boxes and wiring for installation of and interconnection of all electrical devices in casework and connection to building electrical system. INSTITUTIONAL CASEWORK Philadelphia, Pennsylvania Page 9

70 3.7 CLEANING AND PROTECTING Renovations and Additions to Sol Feinstone Elementary School A. Repair or remove and replace defective work as directed on completion of installation. B. Clean finished surfaces, touch up as required, and remove or refinish damaged or soiled areas to match original factory finish, as approved by Architect. C. Protection: Provide 6-mil plastic or other suitable water-resistant covering over countertop surfaces. Tape to underside of countertop at a minimum of 48-inches o.c. Remove protection at Substantial Completion. END OF SECTION INSTITUTIONAL CASEWORK Philadelphia, Pennsylvania Page 10

71 Renovations and Additions to Sol Feinstone Elementary School SECTION RECYCLED RUBBER ENTRY FLOOR TILE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Recycled rubber tire fabric entry floor tile. 1.3 RELATED SECTIONS A. Division 3 Section Cast-in-Place Concrete, placement and finishing of concrete floor slab. 1.4 SUBMITTALS A. Shop Drawings, Product Data and Samples: Submit in accordance with Division 1 Section Submittal Procedures. B. Shop Drawings: Prior to fabrication and delivery, submit shop drawings clearly indicating: 1. Dimensions, layout, and edge details. C. Product Data: Submit manufacturer s descriptive literature and recommended installation instructions and procedures. D. Samples: Submit appropriate sized samples to illustrate pattern, a corner with two adhered reducer edges and manufacturer s colors for color selection by Architect. E. Maintenance Data 1. Submit under provisions of Division 1 Section Operation and Maintenance Data. 2. Maintenance Data: Include cleaning instructions, and stain removal procedures. RECYCLED RUBBER ENTRY FLOOR TILE Philadelphia, Pennsylvania Page 1 SGA Project:13.020

72 Renovations and Additions to Sol Feinstone Elementary School PART 2 - PRODUCTS 2.1 MANUFACTURER A. Basis-of-Design Product: Recycled, rubberized fabric strip entry floor tile has been designed around designer tile pattern as manufactured by the Mats Inc. B. Manufacturers: Subject to compliance with requirements. Provide products by one of the following meeting the Basis-of-Design requirements. 1. U.S. Rubber Recycling 2. Durable Corp. 3. R.C. Musson Rubber Company 2.2 MATERIAL A. Mat Tile: Close-nap carpet-like surface of specially processed rubber-fabric strips made from recycled heavy-duty truck and bus tires, heat bonded to a woven flexible backing in factory rolls which reacts to a non-flammable adhesive to bond to the floor. Each tile shall have a geometric design created by placing the cut strips into a specific design pattern within each 18-inch x 18-inch x 3/8-inch minimum thick tile. 1. Color: to be selected by Architect from manufacturer standard color guide. B. Provide solid rubber 360 degree reducer strip around tile once it is adhered to floor. 1. Reducer strip shall be adhered to concrete slab and to edge of rubber tiles using 100% coverage adhesive. C. Adhesive: Manufacturers non-flammable, environmentally safe synthetic elastomer adhesive. PART 3 - EXECUTION 3.1 INSPECTION/PREPARATION A. Verify that field measurements are as indicated on drawings. 3.2 INSTALLATION (Provide at new Secure Vestibule location 001) A. Install entrance tile mating in strict compliance with manufacturer s printed installation instructions and recommended procedures, in locations as indicated on drawings. B. Scribe and cut ties to side and end walls; accurately cut and fit tile to job conditions. RECYCLED RUBBER ENTRY FLOOR TILE Philadelphia, Pennsylvania Page 2 SGA Project:13.020

73 Renovations and Additions to Sol Feinstone Elementary School C. Install tiles with minimum 1/2 full width, except as otherwise approved by Architect at room or area perimeter. END OF SECTION RECYCLED RUBBER ENTRY FLOOR TILE Philadelphia, Pennsylvania Page 3 SGA Project:13.020

74 Renovations and Additions to Sol Feinstone Elementary School THIS PAGE INTENTIONALLY LEFT BLANK RECYCLED RUBBER ENTRY FLOOR TILE Philadelphia, Pennsylvania Page 4 SGA Project:13.020

75 Renovations and Additions to Sol Feinstone Elementary School SECTION ROLLER SHADES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes roller shades. B. Related Sections include the following: 1. Division 6 Section "Miscellaneous Carpentry" for wood blocking and grounds for mounting roller shades and accessories. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include styles, material descriptions, construction details, dimensions of individual components and profiles, features, finishes, and operating instructions. B. Shop Drawings: Show location and extent of roller shades. Include elevations, sections, details, and dimensions not shown in Product Data. Show installation details, mountings, attachments to other work, operational clearances, and relationship to adjoining work. C. Coordination Drawings: Reflected ceiling plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: 1. Ceiling suspension system members and attachment to building structure. 2. Ceiling-mounted or penetrating items including light fixtures, air outlets and inlets, speakers, sprinklers, recessed shades, and special moldings at walls, column penetrations, and other junctures of acoustical ceilings with adjoining construction. 3. Shade mounting assembly and attachment. 4. Size and location of access to shade operator and adjustable components. 5. Minimum Drawing Scale: 1/8 inch = 1 foot. D. Samples for Initial Selection: For each colored component of each type of shade indicated. 1. Include similar Samples of accessories involving color selection. ROLLER SHADES Philadelphia, Pennsylvania Page 1 SGA Project:13.020

76 Renovations and Additions to Sol Feinstone Elementary School E. Samples for Verification: 1. Complete, full-size operating unit not less than 16 inches wide for each type of roller shade indicated. 2. For the following products: a. Shade Material: Not less than 3 inches square, with specified treatments applied. Mark face of material. b. Shade Material: Not less than 12-inch square section of fabric, from dye lot used for the Work, with specified treatments applied. Show complete pattern repeat. Mark top and face of material. c. Valance: Full-size unit, not less than 12 inches long. F. Window Treatment Schedule: For roller shades. G. Product Certificates: For each type of roller shade, signed by product manufacturer. H. Qualification Data: For Installer. I. Product Test Reports: For each type of roller shade. J. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for each type of roller shade. K. Maintenance Data: For roller shades to include in maintenance manuals. Include the following: 1. Methods for maintaining roller shades and finishes. 2. Precautions about cleaning materials and methods that could be detrimental to fabrics, finishes, and performance. 3. Operating hardware. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Fabricator of products. B. Source Limitations: Obtain roller shades through one source from a single manufacturer. C. Fire-Test-Response Characteristics: Provide roller shade band materials with the firetest-response characteristics indicated, as determined by testing identical products per test method indicated below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction: 1. Flame-Resistance Ratings: Passes NFPA 701. D. Product Standard: Provide roller shades complying with WCMA A E. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. ROLLER SHADES Philadelphia, Pennsylvania Page 2 SGA Project:13.020

77 Renovations and Additions to Sol Feinstone Elementary School 1. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver shades in factory packages, marked with manufacturer and product name, and location of installation using same designations indicated in manufacturer s window treatment schedule. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Do not install roller shades until construction and wet and dirty finish work in spaces, including painting, is complete and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. B. Field Measurements: Where roller shades are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication and indicate measurements on Shop Drawings. Allow clearances for operable glazed units' operation hardware throughout the entire operating range. Notify Architect of discrepancies. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 1.7 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Rollers Shades: Before installation begins, for each size, color, texture, and pattern indicated, full-size units equal to 5 percent of amount installed. PART 2 - PRODUCTS 2.1 ROLLER SHADES A. Basis-of-Design Product: Subject to compliance with requirements, provide Hunter Douglas, Inc.; Hunter Douglas Window Fashions Division manually operated roller shade system or approved equal. B. Shade Band Material: 100% polyester (PVC free). 1. Fabric: Inherently anti-static, flame retardant, fade and stain resistant. Meets or Exceeds Fed. FR Spec. NFPA Material/Pattern: Manufacturers GreenScreen Eco : 100% Polyester. 3. Material Openness Factor: 3%. ROLLER SHADES Philadelphia, Pennsylvania Page 3 SGA Project:13.020

78 Renovations and Additions to Sol Feinstone Elementary School 4. Colors: As selected by Architect from manufacturer's full range. 5. Bottom Hem: Straight. C. Rollers: Electrogalvanized or epoxy primed steel or extruded-aluminum tube of diameter and wall thickness required to support and fit internal components of operating system and the weight and width of shade band material without sagging; designed to be easily removable from support brackets; with manufacturer's standard method for attaching shade material. Provide capacity for one roller shade band per roller. D. Direction of Roll: Regular, from back of roller. E. Mounting Brackets: Fascia end caps, fabricated from steel finished to match fascia or headbox. F. Fascia: L-shaped, formed-steel sheet or extruded aluminum; long edges returned or rolled; continuous panel concealing front and bottom of shade roller, brackets, and operating hardware and operators; removable design for access. G. Top/Back Cover: L-shaped; material and finish to match fascia; combining with fascia and end caps to form a six-sided headbox enclosure sized to fit shade roller and operating hardware inside. H. Bottom Bar: Steel or extruded aluminum, with plastic or metal capped ends. Provide concealed, by pocket of shade material, internal-type bottom bar with concealed weight bar as required for smooth, properly balanced shade operation. I. Mounting: Top mounting permitting easy removal and replacement without damaging roller shade or adjacent surfaces and finishes. J. Shade Operation: Manually operated. 2.2 ROLLER SHADE FABRICATION A. Product Description: Roller shade consisting of a roller, a means of supporting the roller, a flexible sheet or band of material carried by the roller, a means of attaching the material to the roller, a bottom bar, and an operating mechanism that lifts and lowers the shade. B. Concealed Components: Noncorrodible or corrosion-resistant-coated materials. 1. Lifting Mechanism: With permanently lubricated moving parts. C. Unit Sizes: Obtain units fabricated in sizes to fill window and other openings as follows, measured at 74 deg F: 1. Shade Units Installed between (Inside) Jambs: Edge of shade not more than 1/4 inch from face of jamb. 2. Shade Units Installed Outside Jambs: 72 max. width with terminations between shades of end-to-end installations at centerlines of mullion or other defined ROLLER SHADES Philadelphia, Pennsylvania Page 4 SGA Project:13.020

79 Renovations and Additions to Sol Feinstone Elementary School vertical separations between openings. Length equal to head to sill dimension of opening in which each shade is installed, max 3/8 clearance at sill. D. Installation Brackets: Designed for easy removal and reinstallation of shade, for supporting fascia, headbox, roller, and operating hardware and for hardware position and shade mounting method indicated. E. Installation Fasteners: No fewer than two fasteners per bracket, fabricated from metal noncorrosive to shade hardware and adjoining construction; type designed for securing to supporting substrate; and supporting shades and accessories under conditions of normal use. F. Color-Coated Finish: For metal components exposed to view, apply manufacturer's standard baked finish complying with manufacturer's written instructions for surface preparation including pretreatment, application, baking, and minimum dry film thickness. G. Colors of Metal and Plastic Components Exposed to View: As selected by Architect from manufacturer's full range. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, operational clearances and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 ROLLER SHADE INSTALLATION A. Install roller shades level, plumb, and aligned with adjacent units according to manufacturer's written instructions, and located so shade band is not closer than 1 inch to interior face of glass. Allow clearances for window operation hardware. 3.3 ADJUSTING A. Adjust and balance roller shades to operate smoothly, easily, safely, and free from binding or malfunction throughout entire operational range. 3.4 CLEANING AND PROTECTION A. Clean roller shade surfaces after installation, according to manufacturer's written instructions. ROLLER SHADES Philadelphia, Pennsylvania Page 5 SGA Project:13.020

80 Renovations and Additions to Sol Feinstone Elementary School B. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that ensure that roller shades are without damage or deterioration at time of Substantial Completion. C. Replace damaged roller shades that cannot be repaired, in a manner approved by Architect, before time of Substantial Completion. 3.5 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain roller shades. Refer to Division 1 Section Demonstration and Training." 3.6 SHADE SCHEDULE A. Manually Operated: Provide manually operated roller shades for exterior window locations at Principal 104, Psych 105, Office Staff 101. Also, provide manually operated shades at interior door sidelight locations for Doors Conference, Principal, and Pysch Office. END OF SECTION ROLLER SHADES Philadelphia, Pennsylvania Page 6 SGA Project:13.020

81 Renovations and Additions to Sol Feinstone Elementary School SECTION COMMERCIAL PLUMBING FIXTURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 WORK INCLUDED A. This Section includes the following conventional plumbing fixtures and related components: 1. Commercial Kitchen Sinks 2. Faucets for sinks. 1.3 DEFINITIONS A. ABS: Acrylonitrile-butadiene-styrene plastic. B. Accessible Fixture: Plumbing fixture that can be approached, entered, and used by people with disabilities. C. Cast Polymer: Cast-filled-polymer-plastic material. This material includes culturedmarble and solid-surface materials. D. Cultured Marble: Cast-filled-polymer-plastic material with surface coating. E. Fitting: Device that controls the flow of water into or out of the plumbing fixture. Fittings specified in this Section include supplies and stops, faucets and spouts, shower heads and tub spouts, drains and tailpieces, and traps and waste pipes. Piping and general-duty valves are included where indicated. F. FRP: Fiberglass-reinforced plastic. G. PMMA: Polymethyl methacrylate (acrylic) plastic. H. Solid Surface: Nonporous, homogeneous, cast-polymer-plastic material with heat-, impact-, scratch-, and stain-resistance qualities. COMMERCIAL PLUMBING FIXTURES Philadelphia, Pennsylvania Page 1

82 Renovations and Additions to Sol Feinstone Elementary School 1.4 SUBMITTALS A. Product Data: For each type of plumbing fixture indicated. Include selected fixture and trim, fittings, accessories, appliances, appurtenances, equipment, and supports. Indicate materials and finishes, dimensions, construction details, and flow-control rates. B. Shop Drawings: Diagram power, signal, and control wiring. C. Operation and Maintenance Data: For plumbing fixtures to include in emergency, operation, and maintenance manuals. D. Warranty: Special warranty specified in this Section. 1.5 QUALITY ASSURANCE A. Source Limitations: Obtain plumbing fixtures, faucets, and other components of each category through one source from a single manufacturer. 1. Exception: If fixtures, faucets, or other components are not available from a single manufacturer, obtain similar products from other manufacturers specified for that category. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Regulatory Requirements: Comply with requirements in ICC A117.1, "Accessible and Usable Buildings and Facilities"; Public Law , "Architectural Barriers Act"; and Public Law , "Americans with Disabilities Act"; for plumbing fixtures for people with disabilities. D. Regulatory Requirements: Comply with requirements in Public Law , "Energy Policy Act," about water flow and consumption rates for plumbing fixtures. E. NSF Standard: Comply with NSF 61, "Drinking Water System Components--Health Effects," for fixture materials that will be in contact with potable water. F. Select combinations of fixtures and trim, faucets, fittings, and other components that are compatible. G. Comply with the following applicable standards and other requirements specified for lavatory and sink faucets: 1. Backflow Protection Devices for Faucets with Hose-Thread Outlet: ASME A M. 2. Faucets: ASME A COMMERCIAL PLUMBING FIXTURES Philadelphia, Pennsylvania Page 2

83 Renovations and Additions to Sol Feinstone Elementary School 3. Hose-Connection Vacuum Breakers: ASSE Hose-Coupling Threads: ASME B Integral, Atmospheric Vacuum Breakers: ASSE NSF Potable-Water Materials: NSF Pipe Threads: ASME B Supply Fittings: ASME A H. Comply with the following applicable standards and other requirements specified for miscellaneous fittings: 1. Atmospheric Vacuum Breakers: ASSE Brass and Copper Supplies: ASME A I. Comply with the following applicable standards and other requirements specified for miscellaneous components: 1. Hose-Coupling Threads: ASME B Off-Floor Fixture Supports: ASME A M. 3. Pipe Threads: ASME B Plastic Toilet Seats: ANSI Z Supply and Drain Protective Shielding Guards: ICC A WARRANTY A. Special Warranties: Manufacturer's standard form in which manufacturer agrees to repair or replace components of whirlpools that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Deterioration of metals, metal finishes, and other materials beyond normal use. 2. Warranty Period for Commercial Applications: Three year(s) from date of Substantial Completion. PART 2 - PRODUCTS 2.1 SINK FAUCETS A. Sink Faucet, SF-1: Include hot- and cold-water indicators; coordinate faucet inlets with supplies and fixture holes and outlet with spout and fixture receptor. 1. Available Manufacturers: COMMERCIAL PLUMBING FIXTURES Philadelphia, Pennsylvania Page 3

84 Renovations and Additions to Sol Feinstone Elementary School a. Chicago Faucets. Model 786-E29. b. Delta Commercial Brass. c. Speakman. d. Symmons. e. T &S Brass. 2. Maximum Flow Rate: 2.5 gpm, unless otherwise indicated. 3. Body Material: Cast brass. 4. Finish: Polished chrome plate. 5. Type: Kitchen faucet without spray. 6. Mixing Valve: 2-lever handle. 7. Centers: Mounting: Deck. 9. Handles: Wrist blade, Inlets: NPS 3/8 tubing with NPS ½ male adapter. 11. Spout: Swivel gooseneck. 12. Spout Outlet: Aerator. 13. Operation: Compression, manual. 14. Drain: Strainer basket. 2.2 SINKS A. Stainless Steel Sinks, KS-1: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Dayton Products, Inc. b. Elkay Manufacturing Co., model LRAD1720. c. Just Manufacturing Company. 2. Description: Single-bowl, ADA stainless-steel kitchen sink. a. Overall Dimensions: 17 x 20. b. Metal Thickness: 18 gauge. c. Bowl: 1) Dimensions: 14 x 14 x 5 1/2 2) Drain: 3-1/2 crumb cup. a) Location: Centered in rear of bowl. d. Sink Faucet: SF-2. e. Supplies: NPS 1/2 chrome-plated copper with stops. f. Drain Piping: NPS 1-1/2 chrome-plated, cast-brass P-trap; thick tubular brass waste to wall; continuous waste; and wall escutcheon(s). COMMERCIAL PLUMBING FIXTURES Philadelphia, Pennsylvania Page 4

85 Renovations and Additions to Sol Feinstone Elementary School PART 3 - EXECUTION 3.1 EXAMINATION A. Examine roughing-in of water supply and sanitary drainage and vent piping systems to verify actual locations of piping connections before plumbing fixture installation. B. Examine cabinets, counters, floors, and walls for suitable conditions where fixtures will be installed. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Assemble plumbing fixtures, trim, fittings, and other components according to manufacturers' written instructions. B. Install floor-mounting fixtures on closet flanges or other attachments to piping or building substrate. C. Install fixtures level and plumb according to roughing-in drawings. D. Install water-supply piping with stop on each supply to each fixture to be connected to water distribution piping. Attach supplies to supports or substrate within pipe spaces behind fixtures. Install stops in locations where they can be easily reached for operation. 1. Exception: Use ball, gate, or globe valves if supply stops are not specified with fixture. Valves are specified in Division 22 Section "General-Duty Valves for Plumbing Piping." E. Install trap and tubular waste piping on drain outlet of each fixture to be directly connected to sanitary drainage system. F. Install tubular waste piping on drain outlet of each fixture to be indirectly connected to drainage system. G. Install faucet-spout fittings with specified flow rates and patterns in faucet spouts if faucets are not available with required rates and patterns. Include adapters if required. H. Install water-supply flow-control fittings with specified flow rates in fixture supplies at stop valves. COMMERCIAL PLUMBING FIXTURES Philadelphia, Pennsylvania Page 5

86 Renovations and Additions to Sol Feinstone Elementary School I. Install faucet flow-control fittings with specified flow rates and patterns in faucet spouts if faucets are not available with required rates and patterns. Include adapters if required. J. Install shower flow-control fittings with specified maximum flow rates in shower arms. K. Install traps on fixture outlets. 1. Exception: Omit trap on fixtures with integral traps. 2. Exception: Omit trap on indirect wastes, unless otherwise indicated. L. Install escutcheons at piping wall ceiling penetrations in exposed, finished locations and within cabinets and millwork. Use deep-pattern escutcheons if required to conceal protruding fittings. Escutcheons are specified in Division 23 Section "Basic Mechanical Materials and Methods." M. Set service basins in leveling bed of cement grout. Grout is specified in Division 22 Section "Basic Plumbing Materials and Methods." N. Seal joints between fixtures and walls, floors, and countertops using sanitary-type, onepart, mildew-resistant silicone sealant. Match sealant color to fixture color. Sealants are specified in Division 7 Section "Joint Sealants." 3.3 CONNECTIONS A. Piping installation requirements are specified in other Division 22 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. B. Connect fixtures with water supplies, stops, and risers, and with traps, soil, waste, and vent piping. Use size fittings required to match fixtures. 3.4 FIELD QUALITY CONTROL A. Verify that installed plumbing fixtures are categories and types specified for locations where installed. B. Check that plumbing fixtures are complete with trim, faucets, fittings, and other specified components. C. Inspect installed plumbing fixtures for damage. Replace damaged fixtures and components. D. Test installed fixtures after water systems are pressurized for proper operation. Replace malfunctioning fixtures and components, then retest. Repeat procedure until units operate properly. COMMERCIAL PLUMBING FIXTURES Philadelphia, Pennsylvania Page 6

87 Renovations and Additions to Sol Feinstone Elementary School E. Install fresh batteries in sensor-operated mechanisms. 3.5 ADJUSTING A. Operate and adjust faucets and controls. Replace damaged and malfunctioning fixtures, fittings, and controls. B. Adjust water pressure at faucets to produce proper flow and stream. C. Replace washers and seals of leaking and dripping faucets and stops. 3.6 CLEANING A. Clean fixtures, faucets, and other fittings with manufacturers' recommended cleaning methods and materials. Do the following: 1. Remove faucet spouts and strainers, remove sediment and debris, and reinstall strainers and spouts. 2. Remove sediment and debris from drains. B. After completing installation of exposed, factory-finished fixtures, faucets, and fittings, inspect exposed finishes and repair damaged finishes. 3.7 PROTECTION A. Provide protective covering for installed fixtures and fittings. B. Do not allow use of plumbing fixtures for temporary facilities unless approved in writing by Owner. END OF SECTION COMMERCIAL PLUMBING FIXTURES Philadelphia, Pennsylvania Page 7

88 Renovations and Additions to Sol Feinstone Elementary School THIS PAGE INTENTIONALLY LEFT BLANK SCHRADERGROUP architecture LL COMMERCIAL PLUMBING FIXTURES Philadelphia, Pennsylvania Page 8

89 Renovations and Additions to Sol Feinstone Elementary School SECTION COMMERCIAL WATER CLOSETS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Water closets. 2. Flushometer valves. 3. Toilet seats. B. Related Requirements: 1. Section "Residential Plumbing Fixtures" for residential water closets. 2. Section "Medical Plumbing Fixtures" for healthcare water closets. 3. Section "Security Plumbing Fixtures" for security water closets. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for water closets. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. B. Shop Drawings: Include diagrams for power, signal, and control wiring. 1.4 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For flushometer valves to include in operation and maintenance manuals. COMMERCIAL WATER CLOSETS Philadelphia, Pennsylvania Page 1

90 Renovations and Additions to Sol Feinstone Elementary School 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that are packaged with protective covering for storage and identified with labels describing contents. 1. Flushometer-Valve Repair Kits: Equal to 10 percent of amount of each type installed, but not fewer than one of each type. PART 2 - PRODUCTS 2.1 WALL-MOUNTED WATER CLOSETS (HIGH EFFICIENCY) A. Water Closets: Wall mounted, top spud, accessible, high efficiency. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 2. Bowl: a. American Standard America. b. Crane Plumbing, L.L.C. c. Kohler Co. d. TOTO USA, INC. e. Zurn Industries, LLC; Commercial Brass and Fixtures. a. Standards: ASME A /CSA B45.1 and ASME A b. Material: Vitreous china. c. Type: Siphon jet. d. Style: Flushometer valve. e. Height: Standard. f. Rim Contour: Elongated. g. Water Consumption: 1.28 gal. (4.85 L) per flush. h. Spud Size and Location: NPS 1-1/2 (DN 40); top. 3. Support: a. Standard: ASME A M. b. Description: Waste-fitting assembly as required to match drainage piping material and arrangement with faceplates, couplings gaskets, and feet; bolts and hardware matching fixture. Include additional extension coupling, faceplate, and feet for installation in wide pipe space. c. Provide all wall-mounting hardware, support structures/braces, and assemblies necessary to support the fixture from the structural floor below without imposing load on the wall. COMMERCIAL WATER CLOSETS Philadelphia, Pennsylvania Page 2

91 Renovations and Additions to Sol Feinstone Elementary School d. Water-Closet Mounting Height: Handicapped/elderly according to ICC/ANSI A FLUSHOMETER VALVES A. Lever-Handle, Diaphragm Flushometer Valves: 1. Basis of Design Manufacturer and Model: a. Sloan Valve Company. (Water Closets: Royal ; Urinals: Royal ) 2. Alternate Manufacturers: Subject to compliance with requirements, provide products equal to the basis of design product by one of the following manufacturers: a. Toto. b. Zurn Industries, LLC; Commercial Brass and Fixtures. 3. Standard: ASSE Minimum Pressure Rating: 125 psig (860 kpa). 5. Features: Include integral check stop and backflow-prevention device. 6. Material: Brass body with corrosion-resistant components. 7. Exposed Flushometer-Valve Finish: Chrome plated. 8. Panel Finish: Chrome plated or stainless steel. 9. Style: Exposed. 10. Consumption (Water Closets): 1.00 gal. (3.785 L) per flush. 11. Consumption (Urinals): gal. (0.473 L) per flush. 12. Minimum Inlet: NPS 1 (DN 25). 13. Minimum Outlet: NPS 1-1/4 (DN 32). 2.3 TOILET SEATS A. Toilet Seats: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. American Standard America. b. Bemis Manufacturing Company. c. Kohler Co. d. TOTO USA, INC. e. Zurn Industries, LLC; Commercial Brass and Fixtures. 2. Standard: IAPMO/ANSI Z COMMERCIAL WATER CLOSETS Philadelphia, Pennsylvania Page 3

92 Renovations and Additions to Sol Feinstone Elementary School 3. Material: Plastic with all stainless hardware. 4. Type: Commercial (Heavy duty). PART 3 - EXECUTION 3.1 EXAMINATION A. Examine roughing-in of water supply and sanitary drainage and vent piping systems to verify actual locations of piping connections before water-closet installation. B. Examine walls and floors for suitable conditions where water closets will be installed. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Water-Closet Installation: 1. Install level and plumb according to roughing-in drawings. 2. Install floor-mounted water closets on bowl-to-drain connecting fitting attachments to piping or building substrate. 3. Install accessible, wall-mounted water closets at mounting height for handicapped/elderly, according to ICC/ANSI A B. Support Installation: 1. Install supports, affixed to building substrate, for floor-mounted, back-outlet water closets. 2. Use carrier supports with waste-fitting assembly and seal. 3. Install floor-mounted, back-outlet water closets attached to building floor substrate, onto waste-fitting seals; and attach to support. 4. Install wall-mounted, back-outlet water-closet supports with waste-fitting assembly and waste-fitting seals; and affix to building substrate. C. Flushometer-Valve Installation: 1. Install flushometer-valve, water-supply fitting on each supply to each water closet. 2. Attach supply piping to supports or substrate within pipe spaces behind fixtures. 3. Install lever-handle flushometer valves for accessible water closets with handle mounted on open side of water closet. 4. Install actuators in locations that are easy for people with disabilities to reach. 5. Install fresh batteries in battery-powered, electronic-sensor mechanisms. COMMERCIAL WATER CLOSETS Philadelphia, Pennsylvania Page 4

93 Renovations and Additions to Sol Feinstone Elementary School D. Install toilet seats on water closets. E. Wall Flange and Escutcheon Installation: 1. Install wall flanges or escutcheons at piping wall penetrations in exposed, finished locations and within cabinets and millwork. 2. Install deep-pattern escutcheons if required to conceal protruding fittings. 3. Comply with escutcheon requirements specified in Section "Escutcheons for Plumbing Piping." F. Joint Sealing: 1. Seal joints between water closets and walls and floors using sanitary-type, onepart, mildew-resistant silicone sealant. 2. Match sealant color to water-closet color. 3. Comply with sealant requirements specified in Section "Joint Sealants." 3.3 CONNECTIONS A. Connect water closets with water supplies and soil, waste, and vent piping. Use size fittings required to match water closets. B. Comply with water piping requirements specified in Section "Domestic Water Piping." C. Comply with soil and waste piping requirements specified in Section "Sanitary Waste and Vent Piping." D. Where installing piping adjacent to water closets, allow space for service and maintenance. 3.4 ADJUSTING A. Operate and adjust water closets and controls. Replace damaged and malfunctioning water closets, fittings, and controls. B. Adjust water pressure at flushometer valves to produce proper flow. C. Install fresh batteries in battery-powered, electronic-sensor mechanisms. 3.5 CLEANING AND PROTECTION A. Clean water closets and fittings with manufacturers' recommended cleaning methods and materials. COMMERCIAL WATER CLOSETS Philadelphia, Pennsylvania Page 5

94 Renovations and Additions to Sol Feinstone Elementary School B. Install protective covering for installed water closets and fittings. C. Do not allow use of water closets for temporary facilities unless approved in writing by Owner. END OF SECTION COMMERCIAL WATER CLOSETS Philadelphia, Pennsylvania Page 6

95 Renovations and Additions to Sol Feinstone Elementary School SECTION COMMERCIAL LAVATORIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Lavatories. 2. Faucets. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for lavatories. Include rough-in information. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. B. Shop Drawings: Include diagrams for power, signal, and control wiring of automatic faucets. 1.4 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Counter cutout templates for mounting of counter-mounted lavatories. 1.5 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For lavatories and faucets to include in operation and maintenance manuals. 1. In addition to items specified in Section "Operation and Maintenance Data," include the following: COMMERCIAL LAVATORIES Philadelphia, Pennsylvania Page 1

96 Renovations and Additions to Sol Feinstone Elementary School a. Servicing and adjustments of automatic faucets. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Faucet Washers and O-Rings: Equal to 10 percent of amount of each type and size installed, not less than 1 of each. 2. Faucet Cartridges and O-Rings: Equal to 5 percent of amount of each type and size installed, not less than 1 of each. PART 2 - PRODUCTS 2.1 VITREOUS-CHINA, WALL-MOUNTED LAVATORIES A. Lavatory LAV-1: Wheelchair, vitreous china, wall mounted. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. American Standard America. b. Crane Plumbing, L.L.C. c. Gerber Plumbing Fixtures LLC. d. Kohler Co. 2. Fixture: a. American Standard , or equal. b. Standard: ASME A /CSA B45.1. c. Type: Slab or wheelchair. d. Nominal Size: Rectangular, 27 by 20 inches (686 by 508 mm). e. Faucet-Hole Punching: Three holes, 2-inch (51-mm) centers. f. Faucet-Hole Location: Top. g. Color: White. h. Mounting: For concealed-arm carrier. 3. Faucet: American Standard V, or equal. 4. Support: ASME A M, Type II, concealed-arm lavatory carrier with rectangular, steel uprights. COMMERCIAL LAVATORIES Philadelphia, Pennsylvania Page 2

97 Renovations and Additions to Sol Feinstone Elementary School 2.2 SOLID-BRASS, MANUALLY OPERATED FAUCETS A. NSF Standard: Comply with NSF/ANSI 61, "Drinking Water System Components - Health Effects," for faucet materials that will be in contact with potable water. B. Lavatory Faucets: Manual-type, two-handle mixing, commercial, solid-brass valve. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. American Standard America. b. Chicago Faucets. c. Delta Faucet Company. d. Elkay Manufacturing Co. e. Kohler Co. f. Moen Incorporated. g. Speakman Company. h. T & S Brass and Bronze Works, Inc. i. Zurn Industries, LLC; Commercial Brass and Fixtures. 2. Standard: ASME A /CSA B General: Include hot- and cold-water indicators; coordinate faucet inlets with supplies and fixture hole punchings; coordinate outlet with spout and fixture receptor. 4. Body Type: Centerset. 5. Body Material: Commercial, solid brass. 6. Finish: Polished chrome plate. 7. Maximum Flow Rate: 0.5 gpm (1.5 L/min.). 8. Mounting Type: Deck, exposed. 9. Valve Handle(s): Dual levers. 10. Spout: Rigid gooseneck type. 11. Spout Outlet: Aerator. 12. Operation: Compression, manual. 13. Drain: Not part of faucet. 2.3 SUPPLY FITTINGS A. NSF Standard: Comply with NSF/ANSI 61, "Drinking Water System Components - Health Effects," for supply-fitting materials that will be in contact with potable water. B. Standard: ASME A /CSA B C. Supply Piping: Chrome-plated-brass pipe or chrome-plated copper tube matching water-supply piping size. Include chrome-plated-brass or stainless-steel wall flange. COMMERCIAL LAVATORIES Philadelphia, Pennsylvania Page 3

98 Renovations and Additions to Sol Feinstone Elementary School D. Supply Stops: Chrome-plated-brass, one-quarter-turn, ball-type or compression valve with inlet connection matching supply piping. E. Operation: Wheel handle. F. Risers: 1. NPS 1/2 (DN 15). 2. ASME A , braided- or corrugated-stainless-steel, flexible hose riser. 2.4 WASTE FITTINGS A. Standard: ASME A /CSA B B. Drain: Grid type with NPS 1-1/4 (DN 32) offset and straight tailpiece. C. Trap: 1. Size: NPS 1-1/2 by NPS 1-1/4 (DN 40 by DN 32). 2. Material: Chrome-plated, two-piece, cast-brass trap and swivel elbow with inch- (0.83-mm-) thick brass tube to wall; and chrome-plated, brass or steel wall flange. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine roughing-in of water supply and sanitary drainage and vent piping systems to verify actual locations of piping connections before lavatory installation. B. Examine counters and walls for suitable conditions where lavatories will be installed. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install lavatories level and plumb according to roughing-in drawings. B. Install supports, affixed to building substrate, for wall-mounted lavatories. Wall mounted fixtures shall be supported with integrated carriers framed into the wall or plumbing chase. C. Install accessible wall-mounted lavatories at handicapped/elderly mounting height for people with disabilities or the elderly, according to ICC/ANSI A COMMERCIAL LAVATORIES Philadelphia, Pennsylvania Page 4

99 Renovations and Additions to Sol Feinstone Elementary School D. Install wall flanges or escutcheons at piping wall penetrations in exposed, finished locations. Use deep-pattern escutcheons if required to conceal protruding fittings. Comply with escutcheon requirements specified in Section "Escutcheons for Plumbing Piping." E. Seal joints between lavatories, counters, and walls using sanitary-type, one-part, mildew-resistant silicone sealant. Match sealant color to fixture color. Comply with sealant requirements specified in Section "Joint Sealants." F. Install protective shielding pipe covers and enclosures on exposed supplies and waste piping of accessible lavatories. Comply with requirements in Section "Plumbing Piping Insulation." 3.3 CONNECTIONS A. Connect fixtures with water supplies, stops, and risers, and with traps, soil, waste, and vent piping. Use size fittings required to match fixtures. B. Comply with water piping requirements specified in Section "Domestic Water Piping." C. Comply with soil and waste piping requirements specified in Section "Sanitary Waste and Vent Piping." 3.4 ADJUSTING A. Operate and adjust lavatories and controls. Replace damaged and malfunctioning lavatories, fittings, and controls. B. Adjust water pressure at faucets to produce proper flow. C. Install fresh batteries in battery-powered, electronic-sensor mechanisms. 3.5 CLEANING AND PROTECTION A. After completing installation of lavatories, inspect and repair damaged finishes. B. Clean lavatories, faucets, and other fittings with manufacturers' recommended cleaning methods and materials. C. Provide protective covering for installed lavatories and fittings. COMMERCIAL LAVATORIES Philadelphia, Pennsylvania Page 5

100 Renovations and Additions to Sol Feinstone Elementary School D. Do not allow use of lavatories for temporary facilities unless approved in writing by Owner. END OF SECTION COMMERCIAL LAVATORIES Philadelphia, Pennsylvania Page 6

101 Renovations and Additions to Sol Feinstone Elementary School SECTION CONCRETE PAVING PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.3 SUMMARY A. This Section includes exterior cement concrete pavement for the following: 1. Curbs and gutters. 2. Sidewalks. 3. Roadways. B. Related Sections include the following: 1. Division 31 Section "Earth Moving": Subgrade preparation, grading, and subbase course. 2. Division 03 Section "Cast-in-Place Concrete": General building applications of concrete, including pads and steps directly abutting the buildings. 3. Division 07 Section "Joint Sealants": Joint sealants within concrete pavement and at isolation joints of concrete pavement with adjacent construction. 4. Division 32 Section Concrete Paving Joint Sealers : Joint sealants within concrete paving. 1.4 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast-furnace slag (GGBFS), and silica fume; subject to compliance with requirements. 1.5 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. CONCRETE PAVING Philadelphia, Pennsylvania Page 1

102 Renovations and Additions to Sol Feinstone Elementary School B. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. C. Material Certificates: Signed by manufacturers certifying that each of the following materials complies with requirements: 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Admixtures. 4. Curing compounds. 5. Bonding agent or adhesive. 6. Joint fillers. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: Manufacturer of ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. E. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. PART 2 PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal-framed plywood, or other approved panel-type materials to provide full-depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet or less. B. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. CONCRETE PAVING Philadelphia, Pennsylvania Page 2

103 Renovations and Additions to Sol Feinstone Elementary School 2.2 STEEL REINFORCEMENT A. Steel Welded Wire Fabric: ASTM A 185, fabricated from as-drawn steel wire into flat sheets. B. Reinforcement Bars: ASTM A 615, Grade 60, deformed. C. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber-reinforced concrete of greater compressive strength than concrete, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. D. All steel reinforcement to contain minimum 90 percent combined post-consumer and pre-consumer recycled content. E. Epoxy-Coated Reinforcing Bars: ASTM A 775/A 775M or ASTM A 934/A 934M; with ASTM A 615/A 615M, Grade 60 deformed bars. Steel Bar Mats: ASTM A 184/A 184M; with ASTM A 615/A 615M, Grade 60, deformed bars; assembled with clips. F. Plain-Steel Wire: ASTM A 82/A 82M, as drawn. G. Deformed-Steel Wire: ASTM A 496/A 496M. H. Epoxy-Coated-Steel Wire: ASTM A 884/A 884M, Class A coated, plain. I. Epoxy-Coated, Joint Dowel Bars: ASTM A 775/A 775M; with ASTM A 615/A 615M, Grade 60, plain-steel bars, deformed. J. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed. K. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hookbolt joint assembly to hold coupling against paving form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. L. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars, welded wire reinforcement, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete of greater compressive strength than concrete specified, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2. For epoxy-coated reinforcement, use epoxy-coated or other dielectric-polymercoated wire bar supports. CONCRETE PAVING Philadelphia, Pennsylvania Page 3

104 Renovations and Additions to Sol Feinstone Elementary School M. Epoxy Repair Coating: Liquid, two-part, epoxy repair coating, compatible with epoxy coating on reinforcement. 2.3 CONCRETE MATERIALS A. General: Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, gray portland cement Type I or Type II. a. Fly Ash: ASTM C 618, Class C. b. Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 100 or Blended Hydraulic Cement: ASTM C 595, Type IP, portland-pozzolan cement. B. Aggregate: ASTM C 33, uniformly graded, from a single source, with coarse aggregate as follows: 1. Class: 4S. 2. Maximum Aggregate Size: 1 inch nominal. 3. Do not use fine or coarse aggregates containing substances that cause spalling. C. Water: ASTM C ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. B. Air-Entraining Admixture: ASTM C 260. C. Water-Reducing Admixture: ASTM C 494, Type A. D. High-Range, Water-Reducing Admixture: ASTM C 494, Type F. E. Water-Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water-Reducing and Retarding Admixture: ASTM C 494, Type D. 2.5 CURING MATERIALS A. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. B. Water: Potable. C. Clear Solvent-Borne Liquid-Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B. CONCRETE PAVING Philadelphia, Pennsylvania Page 4

105 Renovations and Additions to Sol Feinstone Elementary School 2.6 RELATED MATERIALS A. Expansion- and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber. B. Bonding Agent: ASTM C 1059, Type II, and non-redispersible, acrylic emulsion or styrene butadiene. 2.7 CONCRETE MIXES A. Prepare design mixes, proportioned according to ACI and ACI 301, for each type and strength of normal-weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality-control testing agency as the independent testing agency. C. Proportion mixes to provide concrete with the following properties: 1. Compressive Strength (28 Days): 4,000 psi. 2. Maximum Water-Cementitious Materials Ratio: Slump Limit: 3 inches. a. Slump Limit for Concrete Containing High-Range Water-Reducing Admixture: Not more than 8 inches after adding admixture to plant- or siteverified, 2- to 3-inch slump. D. Cementitious Materials: Provide composite mix of Portland Cement and Ground Granulated Blast-Furnace Slag or Blended Hydraulic Cement and reduce percentage, by weight, of Portland Cement (ASTM C150) relative to total cementitious material weight for each design mix to at least 40 percent less than standard regional concrete mix designs. Limit percentage, by weight, of standard Portland cement (C-150), to the following maximum percentages of the cementitious portion of the mix while maintaining the above 40% required reduction in Portland cement across the project s total quantity of concrete: 1. Exterior Concrete 65 percent except as noted in paragraph E below. E. Cementitious Materials for Exterior Concrete: For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than Portland cement according to ACI 301 requirements as follows: CONCRETE PAVING Philadelphia, Pennsylvania Page 5

106 Renovations and Additions to Sol Feinstone Elementary School 1. Fly Ash: 25 percent. 2. Combined Fly Ash and Pozzolan: 25 percent. 3. Ground Granulated Blast-Furnace Slag: 50 percent. 4. Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag: 50 percent portland cement minimum, with fly ash or pozzolan not exceeding 25 percent. 5. Silica Fume: 10 percent. 6. Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent. 7. Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, and Silica Fume: 50 percent portland cement minimum, with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent. F. Add air-entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content as follows within a tolerance of plus or minus 1.5 percent: 1. Air Content: 6.0 percent for 1-inch maximum aggregate. 2.8 CONCRETE MIXING A. Ready-Mixed Concrete: Comply with requirements and with ASTM C 94. PART 3 EXECUTION 3.1 PREPARATION A. Proof-roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. B. Remove loose material from compacted subbase surface immediately before placing concrete. C. Preparation work, including finish grading (rough grade should be within 1/10 of finish grade), setting forms, and furnishing and installing of reinforcing steel shall also be done by the Contractor. 3.2 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. CONCRETE PAVING Philadelphia, Pennsylvania Page 6

107 Renovations and Additions to Sol Feinstone Elementary School B. Clean forms after each use and coat with form release agent to ensure separation from concrete without damage. 3.3 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSI's "Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond-reducing materials. C. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A. General: Construct construction, isolation, and contraction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. Install concrete joints in sidewalks at 5-0 on center in both directions, unless otherwise indicated. Install perpendicular to curbs or building walls. 2. Verify exact joint placement with the Architect prior to installation. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Install construction joints at a maximum of 20-0 on center. C. Isolation Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Locate expansion joints at intervals of 50 feet, unless otherwise indicated. 2. Extend joint fillers full width and depth of joint. 3. Terminate joint filler less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 4. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. CONCRETE PAVING Philadelphia, Pennsylvania Page 7

108 Renovations and Additions to Sol Feinstone Elementary School 5. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint-filler sections together. 6. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Contraction Joints: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness, as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. Provide 1/4-inch radius. E. Edging: Tool edges of pavement, curbs, and joints in concrete after initial floating with an edging tool to the following radius. Repeat tooling of edges after applying surface finishes. Eliminate tool marks on concrete surfaces. Provide 1/4-inch radius. 3.5 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Do not add water to concrete during delivery, at Project site, or during placement. F. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. G. Consolidate concrete by mechanical vibrating equipment supplemented by hand spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for hand spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint CONCRETE PAVING Philadelphia, Pennsylvania Page 8

109 Renovations and Additions to Sol Feinstone Elementary School devices. H. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry-shake surface treatments. I. Cold-Weather Placement: Comply with ACI and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. J. Hot-Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot-weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog-spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.6 GENERAL CONCRETE FINISHING A. General: Wetting of concrete surfaces during screeding, initial floating, or finishing operations is prohibited. B. Float Finish: Begin the second floating operation when bleed-water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power-driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Medium-to-Coarse-Textured Broom Finish: Provide a coarse finish by striating float-finished concrete surface 1/16 to 1/8 inch deep with a stiff-bristled broom, perpendicular to line of traffic; at ramps and similar sloped surfaces. CONCRETE PAVING Philadelphia, Pennsylvania Page 9

110 3.7 CONCRETE PROTECTION AND CURING Renovations and Additions to Sol Feinstone Elementary School A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI for cold-weather protection and follow recommendations in ACI 305R for hot-weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturers written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. D. Curing Methods: Cure concrete by moisture curing, moisture-retaining-cover curing, curing compound, or a combination of these as follows: 1. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 2. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.8 PAVEMENT TOLERANCES A. Comply with tolerances of ACI 117 and as follows: 1. Elevation: 1/4 inch. 2. Thickness: Plus 3/8 inch, minus 1/4 inch. 3. Surface: Gap below 10-foot-long, unleveled straightedge not to exceed 1/4 inch. 4. Joint Spacing: 3 inches. 5. Contraction Joint Depth: Plus 1/4 inch, no minus. 6. Joint Width: Plus 1/8 inch, no minus FIELD QUALITY CONTROL A. Testing Agency: The Owner will engage a qualified independent testing and inspection agency to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Article. Contractor to coordinate with the Owner s testing agency. B. Testing Services: Testing shall be performed according to the following requirements: 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be CONCRETE PAVING Philadelphia, Pennsylvania Page 10

111 Renovations and Additions to Sol Feinstone Elementary School obtained according to ASTM C 172, except modified for slump to comply with ASTM C Slump: ASTM C 143; one test at point of placement for each compressive-strength test, but not less than one test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 3. Air Content: ASTM C 231, pressure method; one test for each compressivestrength test, but not less than one test for each day's pour of concrete. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each set of compressive-strength specimens. 5. Compression Test Specimens: ASTM C 31; one set of four standard cylinders for each compressive-strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory-cured test specimens unless field-cured test specimens are required. 6. Compressive-Strength Tests: ASTM C 39; one set for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. 7. When frequency of testing will provide fewer than five compressive-strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 8. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, current operations shall be evaluated and corrective procedures shall be provided for protecting and curing in-place concrete. 9. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive compressive-strength test results equal or exceed specified compressive strength and no individual compressive-strength test result falls below specified compressive strength by more than 500 psi. C. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 24 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as the sole basis for approval or rejection. E. Additional Tests: Testing agency shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Architect. Testing agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. CONCRETE PAVING Philadelphia, Pennsylvania Page 11

112 3.11 REPAIRS AND PROTECTION Renovations and Additions to Sol Feinstone Elementary School A. Remove and replace concrete pavement that is broken, damaged, or defective, or does not meet requirements in this Section. B. Drill test cores where directed by Architect when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with Portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material. Sweep concrete pavement not more than two days before date scheduled for Substantial Completion inspections. END OF SECTION CONCRETE PAVING Philadelphia, Pennsylvania Page 12

113 D04 DEMO FIXTURES D04 D19 D19 D04 1 NEW CLASSROOM 201 DEMO BULKHEAD AND LIGHTS D17 D01 D02 D18 1 D17 D17 1 DEMO AND REPAIR CHASE AS NECESSARY. REF. MECH. SCHRADERGROUP Architecture, LLC Architecture Planning Programming 161 Leverington Ave Suite 105 Philadelphia, Pennsylvania T F Drawing Title: DEMO FLOOR PLAN (1/A951) February 28, /8" = 1'-0" SOL FEINSTONE ES - SECURE ENTRY AND ADMINISTRATION STE 1090 Eagle Rd, Newtown, PA DATE: SCALE: Drawing Number: AD1-A1

114 TERMINATE 5/8" GWB OVER 7/8" HAT CHANNEL AT EDGE OF BULKHEAD ABOVE EQ EQ 2' - 6" 4' - 0" 8'WB SB 8'WB 1 SCHRADERGROUP Architecture, LLC Drawing Title: ELEVATION 2A (A952) February 28, /4" = 1'-0" SOL FEINSTONE ES - SECURE ENTRY AND ADMINISTRATION STE 1090 Eagle Rd, Newtown, PA Architecture Planning Programming 161 Leverington Ave Suite 105 Philadelphia, Pennsylvania T F DATE: SCALE: Drawing Number: AD1-A2

115 1 8'TB NEW ROLLER SHADES SCHRADERGROUP Architecture, LLC Drawing Title: ELEVATION 2C (A952) February 28, /4" = 1'-0" SOL FEINSTONE ES - SECURE ENTRY AND ADMINISTRATION STE 1090 Eagle Rd, Newtown, PA Architecture Planning Programming 161 Leverington Ave Suite 105 Philadelphia, Pennsylvania T F DATE: SCALE: Drawing Number: AD1-A3

116 1 W1 W2 W1 W4 W4 W4 W4 1 B14 B7 B14 B3 B3 B3 B3 B12 Drawing Title: DATE: SCALE: SCHRADERGROUP Architecture, LLC ELEVATION 2D (A952) February 28, /4" = 1'-0" SOL FEINSTONE ES - SECURE ENTRY AND ADMINISTRATION STE 1090 Eagle Rd, Newtown, PA Architecture Planning Programming 161 Leverington Ave Suite 105 Philadelphia, Pennsylvania T F Drawing Number: AD1-A4

117 5/8" GWB OVER 7/8" VERTICAL HAT 16" O.C. MIN, OVER EXISTING WALL FINISH FOR ENTIRE LENGTH OF WALL ALIGN WALL W/ END OF CMU PATCH FLOOR TO MATCH EXISTING CORRIDOR IW /8" GWB OVER 7/8" VERTICAL HAT 16" O.C. MIN, OVER EXISTING WALL FINISH FOR ENTIRE LENGTH OF WALL. TERMINATE AT INSIDE OF BULKHEAD ABOVE. 1 2' - 10" ' - 2" 2 2D NEW CLASSROOM 2A 201 A952 NEW SGI 203 2C NEW ROLLER SHADE A952 3B SCHRADERGROUP Architecture, LLC Architecture Planning Programming 161 Leverington Ave Suite 105 Philadelphia, Pennsylvania T F SOL FEINSTONE ES - SECURE ENTRY AND ADMINISTRATION STE 1090 Eagle Rd, Newtown, PA Drawing Title: FLOOR PLAN (1/A952) February 28, /8" = 1'-0" DATE: SCALE: Drawing Number: AD1-A5

118 1 PATCH CEILING TO MATCH EXISTING CORRIDOR HEIGHT 7' - 0" 3 A102 NEW CLASSROOM 201 9' - 1" SCHRADERGROUP Architecture, LLC Architecture Planning Programming 161 Leverington Ave Suite 105 Philadelphia, Pennsylvania T F SOL FEINSTONE ES - SECURE ENTRY AND ADMINISTRATION STE 1090 Eagle Rd, Newtown, PA ' - 0" 3 A102 Drawing Title: REFLECTED CEILING PLAN (6/A952) February 28, /4" = 1'-0" DATE: SCALE: Drawing Number: AD1-A6

119 W 1 SNOW GUARD, REFERENCE ROOF DETAILS STANDING SEAM ROOFING SYSTEM 5" MIN. RIGID INSULATION AIR / VAPOR BARRIER ACOUSTICAL METAL ROOF DECK -REFERENCE STRUCTURAL DRAWINGS FOR SIZE AND TYPE OF METAL DECK NEW STEEL TUBE, REFERENCE STRUCTURAL DRAWINGS TOP OF EXISTING BEAM ELEVATION: ± 12' - 2" EXISTING STEEL STRUCTURE INFILL FRAMING ABOVE EXISTING STRUCTURAL STEEL TO CONTINUE GWB TO UNDERSIDE OF DECK 5/8" GYPSUM WALL BOARD ON 7/8" HAT 16" O.C. TOP OF EXISTING BEAM ELEVATION: ± 9' - 0 1/2" PRE-FINISHED ALUMINUM GUTTER; REFERENCE ROOF PLAN AND ELEVATIONS MCM COMPOSITE ALUMINUM PANEL 1/2" EXTERIOR GYPSUM SHEATHING 2" RIGID POLYSTY INSULATION (R-10) MOISTURE BARRIER 1/2" EXTERIOR GYPSUM SHEATHING 6" STRUCTURAL STEEL STUD O.C. MAX W/ R-19 MIN. BATT INSULATION AIR/VAPOR BARRIER 5/8" GWB INTERIOR FINISH TWO-PIECE CONCEALED FASTENER COUNTERFLASHING OVER TERM BAR, TYP. ALL VERT. WALL LOCATIONS 8" MIN PATCH EXISTING ROOF SYSTEM WHERE CUT TO TIE-IN NEW COUNTER FLASHINGS EXISTING STEEL STRUCTURE EXISTING ROOF AND CEILING SYSTEMS TO REMAIN Drawing Title: DATE: SCALE: SCHRADERGROUP Architecture, LLC Architecture Planning Programming 161 Leverington Ave Suite 105 Philadelphia, Pennsylvania T F WALL SECTION (8/A402) February 28, /4" = 1'-0" SOL FEINSTONE ES - SECURE ENTRY AND ADMINISTRATION STE 1090 Eagle Rd, Newtown, PA Drawing Number: AD1-A7

120 1 EXISTING T/STL TOP 17' - 7 1/2" B/DECK ROOF 11' - 8" SCHRADERGROUP Architecture, LLC Architecture Planning Programming 161 Leverington Ave Suite 105 Philadelphia, Pennsylvania T F WATERPROOF EXISTING BRICK VENEER ABOVE NEW ROOF FLASHINGS 18 Drawing Title: NORTH ELEVATION (3/A201) February 28, /4" = 1'-0" SOL FEINSTONE ES - SECURE ENTRY AND ADMINISTRATION STE 1090 Eagle Rd, Newtown, PA DATE: SCALE: Drawing Number: AD1-A8

121

122

123

124

125

126

127

128

129

130

ADDENDUM 1. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession.

ADDENDUM 1. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession. ADDENDUM 1 Renovations to Council Rock High School North Secured Entry 62 Swamp Road Newtown, PA 18940 To: For: Prepared For: ALL BIDDERS Renovations to Council Rock High School North Secured Entry 62

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

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

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

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

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

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

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

PAULDING COLLEGE & CAREER ACADEMY

PAULDING COLLEGE & CAREER ACADEMY PAULDING COLLEGE & CAREER ACADEMY 000110 OF THE PROJECT MANUAL FOR THE CONSTRUCTION OF: PAULDING COLLEGE & CAREER ACADEMY DALLAS, GEORGIA DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000101 TITLE

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

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

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

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

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

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

ADDENDUM 2 - JULY 14, 2015

ADDENDUM 2 - JULY 14, 2015 7/9/2015 The Professional(s) of Record above has signed for the following specification sections: DIVISION 1 GENERAL REQUIREMENTS Section 01 10 00 Summary of Work Section 01 25 00 Substitution Procedures

More information

CM ASSIGNMENT OF TEMPORARY FACILITIES see included IU Project Site Requirements

CM ASSIGNMENT OF TEMPORARY FACILITIES see included IU Project Site Requirements SECTION A CM INSTRUCTIONS TO BIDDERS SECTION B BID CATEGORY DESCRIPTIONS & BID FORMS BC-07: Building HVAC and Plumbing BC-08: Building Electric BC-09: General Trades BC-10: Masonry BC-11: Precast Structural

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

RIVERSIDE CHURCH OF CHRIST. Lafayette, LA

RIVERSIDE CHURCH OF CHRIST. Lafayette, LA SECTION 000010 INVITATION FOR BIDS Bids for will be received in the office of Church Development Construction Services, 708 S. Rosemont Road, Suite #101,, until 12:00 noon Local Prevailing Time on Friday,

More information

CSO / BSU NW2 NORTH RESIDENTIAL NEIGHBORHOOD PHASE #2 VOLUME 1 PROCUREMENT AND CONTRACTING DOCUMENTS GROUP

CSO / BSU NW2 NORTH RESIDENTIAL NEIGHBORHOOD PHASE #2 VOLUME 1 PROCUREMENT AND CONTRACTING DOCUMENTS GROUP VOLUME 1 PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 01 Project Title Page 00 01 10 Table of Contents 00 01 15 List of Drawing Sheets 00 21

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

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

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

4.1.3 Project Manual

4.1.3 Project Manual 4.1.3 Project Manual (*Section requires Filed Sub-Bid) PROCUREMENT AND CONTRACTING REQUIREMENTS GROUP Division 00 Procurement and Contracting Requirements Section 00 01 03 Project Directory Section 01

More information

ADDENDUM NO. 2 Consisting of 3 pages and Attachments

ADDENDUM NO. 2 Consisting of 3 pages and Attachments 10404-125 Street, Edmonton, AB. T5N 1T2 Tel: 780.455.5975 Fax: 780.454.2397 info@cdyarchitect.com ADDENDUM NO. 2 Consisting of 3 pages and Attachments PROJECT: Maina Centre Ville Phase II, Beaumont, Alberta

More information

VOLUME 4 DIVISION SPECIFICATIONS

VOLUME 4 DIVISION SPECIFICATIONS Page 1 Section Title Consultant Pages VOLUME 4 DIVISION 00-01 SPECIFICATIONS Division 00 - Procurement and Contracting Requirements 00 01 07 SEALS PAGE All 5 00 01 11r6 TABLE OF CONTENTS All 7 00 21 13r1

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

J~e~~r Senior Director of Construction Services Facilities Design and Construction UNIVERSITY OF CALIFORNIA, SAN DIEGO.

J~e~~r Senior Director of Construction Services Facilities Design and Construction UNIVERSITY OF CALIFORNIA, SAN DIEGO. BERKELEY DAVIS IR VINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SAN!' A BARBARA SANT A CRUZ OFFICE OF THE ASSIST ANT VICE CHANCELLOR CAMPUS ARCHITECT - FACILITIES DESIGN & CONSTRUCTION TEL:

More information

Northwestern Facilities

Northwestern Facilities Northwestern Facilities NU Master Specification - Issuances Record & Summary of Changes Only the most current version of an NU Master Specification is included as a PDF for download on this website. The

More information

Kimberly School District New Elementary School

Kimberly School District New Elementary School Kimberly School District New Elementary School Bids to complete work as defined will be accepted, from invited contractors, by Starr Corporation until March 21st, 2017 at 2:00 PM. Bids may be delivered

More information

ADDENDUM NO. 3 February 28, 2017

ADDENDUM NO. 3 February 28, 2017 ADDENDUM NO. 3 February 28, 2017 Project: From: To: Grimsley High School Auditorium Roof Replacement 801 Westover Terrace Greensboro, North Carolina 27408 Terracon Consultants, Inc. 7327-G West Friendly

More information

TABLE OF CONTENTS Updated 1/2014 SECTION TITLE DATE

TABLE OF CONTENTS Updated 1/2014 SECTION TITLE DATE TABLE OF CONTENTS SECTION TITLE DATE Division 00 Procurement and Contracting Requirements 000101... Project Title Page 000116... CAD Standards 001116... Invitation to Bid 002113... Instructions to Bidders

More information

Project Manual for the TCU ADDITION AND MEDICAL IMAGING RENOVATION. Lincoln, Nebraska. ESA Project No

Project Manual for the TCU ADDITION AND MEDICAL IMAGING RENOVATION. Lincoln, Nebraska. ESA Project No Project Manual for the TCU ADDITION AND MEDICAL IMAGING RENOVATION Lincoln, Nebraska ESA Project No. 14518 May 15, 2018 SECTION 00 01 07 PROJECT DIRECTORY MADONNA TCU ADDITION & IMAGING RENOVATION ARCHITECT

More information

TABLE OF CONTENTS DIVISION 1 GENERAL REQUIREMENTS

TABLE OF CONTENTS DIVISION 1 GENERAL REQUIREMENTS AIA General Conditions... GC-1 to GC-44 Amendments to General Conditions... AM-1 to AM-2 Supplements to General Conditions... SU-1 to SU-7 00200 Instructions To Bidders... 1 3 00201 Contractor s Bidding

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

KU West Campus LEEP II High Bay Facility Project # , A (c)

KU West Campus LEEP II High Bay Facility Project # , A (c) Number Revision Title Rev Date Discipline Bulletin Drawings B-West Structural Category S051 0 General Notes - Sheet 1 7/31/13 Structural Bid Package B- West Campus S052 0 General Notes - Sheet 2 7/31/13

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

DALLAS-FORT WORTH INTERNATIONAL AIRPORT

DALLAS-FORT WORTH INTERNATIONAL AIRPORT DALLAS-FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2 TO THE REQUEST FOR BIDS Contract No. 9500445 Restroom Rehabilitation at Terminal B (Phase 3 & 4) December 20, 2010 THE REQUEST FOR BIDS (RFB) FOR

More information

APPLICATION AND CERTIFICATE FOR PAYMENT

APPLICATION AND CERTIFICATE FOR PAYMENT AND CERTIFICATE FOR PAYMENT TO OWNER: MASTER TEMPLATE - SAVE PROJECT FILE 1 DATE: 10/5/2012 PERIOD TO: ARCHITECT: PROJECT NO: CONTRACTOR'S FOR PAYMENT Application is made for payment, as shown below, in

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

April 4, ADDENDUM NO. 1 This Addendum and attachments consists of: 47-Pages. ITB Northwood ABC Elementary School Roof Replacement

April 4, ADDENDUM NO. 1 This Addendum and attachments consists of: 47-Pages. ITB Northwood ABC Elementary School Roof Replacement Anchorage School District Purchasing Warehouse 4919 Van Buren Street Anchorage, Alaska 99517 Phone (907) 742-8621 April 4, 2018 ADDENDUM NO. 1 This Addendum and attachments consists of: 47-Pages TO: SUBJECT:

More information

Invitation to Bid. RLS Construction Group requests your firm to submit a quotation on the following project:

Invitation to Bid. RLS Construction Group requests your firm to submit a quotation on the following project: RLS CONSTRUCTION GROUP Phone: 717-502-6680 Fax: 717-502-6681 www.rlscg.com Invitation to Bid RLS Construction Group requests your firm to submit a quotation on the following project: Project: Location:

More information

KIPLING SCHOOL RENOVATION AND EXPANSION PHASE 2 KIPLING, SASKATCHEWAN

KIPLING SCHOOL RENOVATION AND EXPANSION PHASE 2 KIPLING, SASKATCHEWAN 2012-07-26 00 91 14 31/2011 ADDENDUM NO. 2 Kipling School Renov. & Expansion Phase 2, Kipling, SK. Page 1 of 2 ADDENDUM NUMBER: ISSUED BY: PROJECT: TWO SEPW Architecture Inc. 109 3725 Pasqua St., Regina,

More information

TABLE OF CONTENTS SECTION TITLE PAGE. Bidder s Signature Page List of Subcontractors Construction Agreement Guaranty...

TABLE OF CONTENTS SECTION TITLE PAGE. Bidder s Signature Page List of Subcontractors Construction Agreement Guaranty... TABLE OF CONTENTS SECTION TITLE PAGE Forms Notice to Contractors... 1 Bid Proposal... 4 A. Unit Price Schedule... 5 B. Bid Form... 10 C. Reservation... 10 D. Subcontractors... 10 E. Notice... 10 F. Disclosure...

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 ADDENDUM No. 2 DATED JULY 2, 2013 TO THE PROJECT MANUAL and PLANS

More information

Plainview ISD High School Addition and Renovations 1501 Quincy Avenue Plainview, Texas

Plainview ISD High School Addition and Renovations 1501 Quincy Avenue Plainview, Texas August 8, 2011 Plainview ISD High School Addition and Renovations 1501 Quincy Avenue Plainview, Texas Chapman Harvey Architects, Inc. 612 Broadway Lubbock, Texas 79401 806-749-1153 CHA, Inc. Project #1029

More information

DOCUMENT B. 2. The low bidder shall submit this Expanded Subcontractors Listing to the Owner within 24 hours after the bid opening.

DOCUMENT B. 2. The low bidder shall submit this Expanded Subcontractors Listing to the Owner within 24 hours after the bid opening. DOCUMENT 00 43 36B EXPANDED SUBCONTRACTORS LISTING TO: CLARK COUNTY SCHOOL DISTRICT hereinafter called "Owner" FROM: ~AU;)"''"-' Oeve\,(;p,-...e,.,,... IA... t. ~o~ t>.m..e>u,i-j (Print Company Name) Pe-Mo1..,,,-t,:;>.tJ

More information

PROJECT MANUAL PROJECT LABOR AGREEMENT

PROJECT MANUAL PROJECT LABOR AGREEMENT June 30, 2017 ISSUED FOR BID: January 25, 2018 PROJECT MANUAL PROJECT LABOR AGREEMENT VOLUME 6 OF 6: DIVISIONS 26 33 City School District of Albany Albany High School Additions & Renovations Phase 1 CSArch

More information

Issued for Bid West Alexandria, OH 05/2018 WWTP Improvements Contract 2 TABLE OF CONTENTS

Issued for Bid West Alexandria, OH 05/2018 WWTP Improvements Contract 2 TABLE OF CONTENTS 669.7403.001 West Alexandria, OH 05/2018 WWTP Improvements Contract 2 TABLE OF CONTENTS Page C-111 Advertisement for Bids 1-2 C-200 Instruction to Bidders 1-10 C-410 Bid Form for Construction Projects

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

Minneapolis Community and Technical College T-Building Floor 2 Student Affairs Cost Estimating Form Templates - Exhibit C

Minneapolis Community and Technical College T-Building Floor 2 Student Affairs Cost Estimating Form Templates - Exhibit C 2 3 4 5 6 7 8 9 0 2 3 4 5 6 7 8 9 20 2 22 23 24 25 26 27 28 29 30 3 32 33 34 35 36 37 38 39 40 4 42 43 44 45 46 DIVISION 02 EXISTING CONDITIONS Demolition; Removal & Disposal: CMU Partitions AD Quan UM

More information

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016. ADDENDUM NUMBER ONE - June 15, 2016 CITY OF CLARKSVILLE TO: All Bidders of Record This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8,

More information

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY The City University Of New York August 19, 2010 Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY600-006 This Addendum is for the purpose of conveying the below Documents

More information

State of Ohio Ohio School Facilities Commission TABLE OF CONTENTS

State of Ohio Ohio School Facilities Commission TABLE OF CONTENTS State of Ohio Ohio School Facilities Commission TABLE OF CONTENTS TABLE OF CONTENTS DEFINITIONS NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS BID FORM. BID GUARANTY AND CONTRACT BOND Article 1 Contract Information

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

TABLE OF CONTENTS. (Δ = Rev 06/08)

TABLE OF CONTENTS. (Δ = Rev 06/08) TABLE OF CONTENTS (Δ = Rev 06/08) INTRODUCTION REQUEST FOR REVISION FORMS TAB A TABLE OF CONTENTS TAB B PROCEDURES B-9 Record Drawings B-10 Variance Procedure B-11 Surface Water Procedures (New Section)

More information

ADDENDUM NO Refer to Specifications Section Alternates. Clarifications to alternate descriptions are as follows:

ADDENDUM NO Refer to Specifications Section Alternates. Clarifications to alternate descriptions are as follows: ADDENDUM NO. 1 TO THE DRAWINGS AND SPECIFICATIONS FOR THE New Dishman-McGinnis Elementary School Bowling Green Independent Schools Bowling Green, Kentucky BG 12-256 RTA 1209 March 11, 2013 To All Plan

More information

EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT

EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT Addendum No. 2 Attachment B Contract Document Revisions Specifications: TABLE OF CONTENTS ADDENDUM NO. 2 Attachment B Contract

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

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

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY 140 John James Audubon Parkway, Suite 201, Amherst, New York 14228 P 716.688.0766 F 716.625.6825 ADDENDUM NO. 1 Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley,

More information

TABLE OF CONTENTS. (Δ = Rev 11/15) Update #7

TABLE OF CONTENTS. (Δ = Rev 11/15) Update #7 TABLE OF CONTENTS ( = Rev 11/15) Update #7 INTRODUCTION REQUEST FOR REVISION FORMS TAB A TABLE OF CONTENTS TAB B PROCEDURES B-4 International Suite of Codes (New) B-9 Record Drawings B-10 Variance Procedure

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

TABLE OF CONTENTS. (Δ = Rev 04/17) Update #8

TABLE OF CONTENTS. (Δ = Rev 04/17) Update #8 TABLE OF CONTENTS ( = Rev 04/17) Update #8 INTRODUCTION REQUEST FOR REVISION FORMS TAB A TABLE OF CONTENTS TAB B PROCEDURES B-4 International Suite of Codes B-9 As-Builts and Record Drawings B-10 Variance

More information

PROFESSIONAL DESIGN MANUAL INDEX

PROFESSIONAL DESIGN MANUAL INDEX PROFESSIONAL DESIGN MANUAL INDEX DIVISION A--GENERAL PROJECT REQUIREMENTS... A2-A15 A.1 INTRODUCTION... A-2 A.2 CODES COMPLIANCE (VERIFY CITY REQUIREMENTS)... A-5 A.3 SPECIAL SUBSURFACE AND LAND CONDITIONS...

More information

BUREAU Joe Iuviene, AIA January 20, 2017

BUREAU Joe Iuviene, AIA January 20, 2017 architectural BUREAU Joe Iuviene, AIA January 20, 2017 Alterations & Additions NEW TOWN HALL for TOWN OF AUSTERLITZ 816 State Route 203, Spencertown, New York 12165 ADDENDUM NO. 1 This addendum amends

More information

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School.

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School. ADDENDUM #1 Date: 7/24/2013 Project: Window-Door Replacement/Repair Kiser Middle School 716 Benjamin Parkway, Greensboro, NC Number of Pages: The following corrections, changes, additions, deletions, revisions,

More information

PHASE I ACADEMIC BUILDING CORE RENOVATIONS RCNJ Project No C

PHASE I ACADEMIC BUILDING CORE RENOVATIONS RCNJ Project No C PHASE I ACADEMIC BUILDING CORE RENOVATIONS RCNJ Project No. 20140101C CONSTRUCTION ESTIMATE AND PROJECT BUDGET Dated June 7. 2014 Estimated Cost HARD COSTS $ 1,560,284 Core Renovations (Toilet Rooms, Ceilings

More information

Schedule of Values Cruise Terminal 2 Expansion

Schedule of Values Cruise Terminal 2 Expansion Schedule of Values The Schedule of Values outlined below is intended to reflect the standard format that would be used in a Contractors Application for Payment. Values reflect materials and labor. General

More information

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO Bid Proposal Form C.I.P. NO. 2016-012 PROJECT: BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND ATTACHMENTS AS REQUIRED SUBMITTED BY: (Bidder s Name) In accordance with the City of Commerce s Notice

More information

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum. ADDENDUM NO. FOUR March 5, 2018 NORTH IDAHO COLLABORATIVE EDUCATION BUILDING North Idaho College, Coeur d Alene, ID DPW PROJECT 16251 - H2A PROJECT 1616 This addendum is hereby incorporated into and is

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

Town of Milton Halton Paramedic Services Station No. 17 and Milton Fire Station No. 5 Tender No and

Town of Milton Halton Paramedic Services Station No. 17 and Milton Fire Station No. 5 Tender No and Town of Milton No. 17 and Milton Fire Station No. 5 Tender No. 19-500-1 and 19-500-2 BID SUBMISSION 19-500-2 Part Two In accordance with Tender No. 19-500-2, Tender Form Part Two must be submitted electronically

More information

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC 29691 Robyn M. Courtright, CPPO, Procurement Director Tronda Spearman, CPPB, Assistant Procurement Director Telephone: 864-638-4141

More information

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents. PROJECT NO. 13-130.03 Splash Pad at Lakeside Park ADDENDUM #4 `` Splash Pad at Lakeside Park Pell City, AL WBA No. 13-130.03 OWNER: City of Pell City 1905 First Ave. North Pell City, AL 35125 ph. (205)338-2244

More information

G703 Continuation Sheet Minimum Schedule of Values Please use the breakdown listed below when submitting your billing for the project

G703 Continuation Sheet Minimum Schedule of Values Please use the breakdown listed below when submitting your billing for the project Billing Requirements G703 Continuation Sheet Minimum Schedule of Values Please use the breakdown listed below when submitting your billing for the project Sitework / Paving Excavation and Grading Labor

More information

ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1. September 9, to the BIDDING DOCUMENTS for

ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1. September 9, to the BIDDING DOCUMENTS for AUSTIN ARCHITEXAS DALLAS ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1 September 9, 2014 to the BIDDING DOCUMENTS for ELLIS COUNTY COMPLEX Records Storage Building Waxahachie, Texas

More information

DOCUMENT BID DOCUMENT

DOCUMENT BID DOCUMENT DOCUMENT 00 40 00 BID DOCUMENT 1 Submit bids in compliance with Document 00 21 00Instructions to Bidders. Fill in blanks which pertain to the project or indicate N/A. The Owner reserves the right to reject

More information

See attached answers to questions and requests for clarification received.

See attached answers to questions and requests for clarification received. Office of the Vice President 971 Elmore Drive and Chief Financial Officer PO Box 115250 Procurement Services Gainesville, FL 32611-5250 http://procurement.ufl.edu/ (352) 392-1331 Fax 352-392-8837 June

More information

INVITATION TO TENDER ITT No. PS RODDAN LODGE CONSTRUCTION ADDENDUM NO. 16

INVITATION TO TENDER ITT No. PS RODDAN LODGE CONSTRUCTION ADDENDUM NO. 16 FINANCE, RISK AND SUPPLY CHAIN MANAGEMENT Supply Chain Management August 2, 2018 INVITATION TO TENDER ITT No. PS20180883 RODDAN LODGE CONSTRUCTION ADDENDUM NO. 16 RE: REVISIONS TO BASE PRICE TABLE IN SCHEDULE

More information

ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # February 1, 2018

ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # February 1, 2018 ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP #2018-09-01 NOTICE TO PROSPECTIVE BIDDERS February 1, 2018 Prospective bidders are hereby informed of the following corrections, additions,

More information

Item # 1: Attached are the revised Table of Contents and Specifications added: Section Cabinets and Vanities

Item # 1: Attached are the revised Table of Contents and Specifications added: Section Cabinets and Vanities ADDENDUM NO. 1 Proposed Residence 422 Hickory Street Buffalo, New York 14204 February 15, 2019 Long Associates, Architects 189 Kenmore Avenue Buffalo, New York 14223 This addendum is issued to amend the

More information

Dick s Sporting Goods Demolition Package

Dick s Sporting Goods Demolition Package REQUEST FOR PROPOSAL FOR COMPETITIVE SEALED PROPOSALS TO PROVIDE: Dick s Sporting Goods Demolition Package at Salt Lake City, UT 2425 E. Camelback Rd. Suite 750 Phoenix AZ 85016 Notice of Extended Payment

More information

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4 RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the

More information

REVISED BID FORM WILLIAM PATERSON UNIVERSITY OF NEW JERSEY. PROJECT NAME: Renovations & Addition to Hunziker Hall & Wing

REVISED BID FORM WILLIAM PATERSON UNIVERSITY OF NEW JERSEY. PROJECT NAME: Renovations & Addition to Hunziker Hall & Wing REVISED BID FORM WILLIAM PATERSON UNIVERSITY OF NEW JERSEY PROJECT NUMBER: WP-14-14-8/14 PROJECT NAME: Renovations & Addition to Hunziker Hall & Wing Bids are to be returned to The Office of Associate

More information

Building Permit Application

Building Permit Application Building Permit Application Administrative Use Only PARENT PERMIT NUMBER (Required if part of another project) PERMITTEE: PERMITTEE ADDRESS: E-MAIL ADDRESS: ARCHITECT/ENGINEER: ARCHITECT/ENGINEER ADDRESS:

More information

Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina

Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina January 11, 2013 Addendum #4 Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina The following changes, revisions, additions,

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

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A

More information

ALL PROSPECTIVE CONTRACTORS, PLAN ROOMS AND SUPPLIERS

ALL PROSPECTIVE CONTRACTORS, PLAN ROOMS AND SUPPLIERS Architect: Studio 2H Design, LLC 1721 4 th Avenue North, Suite 101 Birmingham, Alabama 35203 (205) 264-9988 July 26, 2018 ADDENDUM NO. 5 UA Project No.: 712-17-1081 EDA Investment No.: 04-79-07154 B.C.

More information

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT:

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT: ADDENDUM NO. 2 PROJECT: ARCHITECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No. 7-7 PETERS AND ASSOCIATES, ARCHITECTS, P.C. 427 Dayton Circle, Suite Omaha, Nebraska 6837-5558 Date

More information

DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) Bidder:.

DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) Bidder:. DOCUMENT 004120 - BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) BID INFORMATION Bidder:. Project Name: Remodeling for Urban Style Apartments 409 N. Broadway Green Bay, WI 54303 Owner: Architect:

More information

COUNCIL ROCK SCHOOL DISTRICT ADMINISTRATION & BUSINESS OFFICES The Chancellor Center 30 North Chancellor Street Newtown, PA ADDENDA No.

COUNCIL ROCK SCHOOL DISTRICT ADMINISTRATION & BUSINESS OFFICES The Chancellor Center 30 North Chancellor Street Newtown, PA ADDENDA No. COUNCIL ROCK SCHOOL DISTRICT ADMINISTRATION & BUSINESS OFFICES The Chancellor Center 30 North Chancellor Street Newtown, PA 18940 Doug Taylor, Assoc. AIA, AVS TELEPHONE (215) 944-1015 Supervisor of Operational

More information

2016 CDM Smith All Rights Reserved July 2016 SECTION MULTIPLE CONTRACT SUMMARY

2016 CDM Smith All Rights Reserved July 2016 SECTION MULTIPLE CONTRACT SUMMARY PART 1 - GENERAL SECTION 01 01 11 MULTIPLE CONTRACT SUMMARY 1.01 SCOPE OF WORK A. This Section includes a summary of each Contract, including responsibilities for coordination and temporary facilities

More information

CONSTRUCTION DOCUMENTS CHECKLIST for the 2012 Michigan Building Code Including Building Permit Application Checklist

CONSTRUCTION DOCUMENTS CHECKLIST for the 2012 Michigan Building Code Including Building Permit Application Checklist CONSTRUCTION DOCUMENTS CHECKLIST for the 2012 Michigan Building Code Including Building Permit Application Checklist This checklist is a convenient reference to the 2012 Michigan Building Code. The checklist

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

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. FOUR Date: 07.17.17 Project: REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA A4.1 GENERAL

More information

We will need to keep a minimum of 6-0 wide pathway.

We will need to keep a minimum of 6-0 wide pathway. 2 April 16, 2018 FRESNO CHAFFEE ZOO WARTHOG EXHIBIT 894 West Belmont Avenue Fresno, CA 93728 Architect Project Number: 1616 FCZ Project Number: 0192 To: Prospective Bidders ADDENDUM NO. 2 The following

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information