CITY OF COLLEGE PARK. BADGETT STADIUM FACILITY 2336 COLLEGE STREET College Park, Georgia Fulton County PROJECT MANUAL. Construction Documents
|
|
- Gloria Baldwin
- 6 years ago
- Views:
Transcription
1 Metrocorp Development Enterprises, Inc. Program Management Development Consultants Construction Managers Civil Engineers Globalizations & Emerging Markets 3707 Main Street, Ste. No. 15 College Park, Georgia (O) (F) CITY OF COLLEGE PARK BADGETT STADIUM FACILITY 2336 COLLEGE STREET College Park, Georgia Fulton County LEADERSHIP EXPERIENCE TEAM BUILDING SUCCESS ARCHITECT: NORMAN ROBINSON, AIA NORMAN ROBINSON ARCHITECTS, LLC PROJECT MANUAL CIVIL ENGINEER: HERBERT HUMPHREY, P.E. METROCORP DEVELOPMENT ENTERPRISES, INC. FIRE PROTECTION, PLUMBING, HVAC AND ELECTRICAL ENGINEER: WINSTON RICHARDS, P.E. ENGINEERING CONSULTANTS SERVICES, INC. Contact Person: Herbert Humphrey, P.E, Managing Principal Construction Documents Issued: April 11, 2018
2 Table of Contents Page I
3 BADGETT STADIUM FACILITY COLLEGE STREET TABLE OF CONTENTS SPECIFICATION SECTION TITLE TABLE OF CONTENTS 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS Project Title Page Table of Contents Seals Page List of Drawing Sheets Addenda Note: Contract documents and schedules for Procurement and Contracting requirements. See City of College Park, Invitation to Bid GENERAL REQUIREMENTS Summary Allowances Unit Prices Submittal Procedures Closeout Procedures 02 - EXISTING CONDITIONS Selective Demolition Selective Demolition Exterior Improvements 03 - CONCRETE Miscellaneous Cast-In-Place Concrete 04 - MASONRY - (Not Used) 05 - METALS - (Not Used) 06 - WOOD, PLASTICS, AND COMPOSITES - (Not Used) 07 - THERMAL AND MOISTURE PROTECTION - (Not Used) METROCORP DEVELOPMENT ENTERPRISES, INC. APRIL 11, 2017
4 BADGETT STADIUM FACILITY COLLEGE STREET TABLE OF CONTENTS SPECIFICATION SECTION TITLE 08 - OPENINGS Overhead Coiling Doors 09 - FINISHES Tiling 10 - SPECIALTIES Toilet Compartments Toilet, Bath, and Laundry Accessories 11 - EQUIPMENT Food Service Equipment 12 FURNISHINGS- (Not Used) 13 - SPECIAL CONSTRUCTION- (Not Used) 21 - FIRE SUPPRESSION - (Not Used) 22 - PLUMBING Refer to Plumbing Drawing Sheet P-0.1 for plumbing specifications HEATING, VENTILATING, AND AIR CONDITIONING (HVAC) Refer to Mechanical Drawing Sheet M-0.1 for Mechanical specifications ELECTRICAL Refer to Electrical Drawing Sheet E-0.1 for Electrical specifications 27 COMMUNICATIONS- (Not Used) 28 - ELECTRONIC SAFETY AND SECURITY- (Not Used) 29 FIRE ALARM SYSTEM- (Not Used) 31 - EARTHWORK Refer to Section Unit Prices, Supplemental Specifications and Civil Drawing C3.0, C5.7 and C5.8 for Sanitary Sewer connection to the Grease Trap Installation (See Mechanical Plans). METROCORP DEVELOPMENT ENTERPRISES, INC. APRIL 11, 2017
5 BADGETT STADIUM FACILITY COLLEGE STREET TABLE OF CONTENTS SPECIFICATION SECTION TITLE 32 - EXTERIOR IMPROVEMENTS - - Refer to Section Unit Prices, Supplemental Specifications and Civil Drawing C3.0, C5.7 and C5.8 for Sanitary Sewer connection to the Grease Trap Installation (See Mechanical Plans) UTILITIES - Refer to Section Unit Prices, Supplemental Specifications and Civil Drawing C3.0, C5.7 and C5.8 for Sanitary Sewer connection to the Grease Trap Installation (See Mechanical Plans). Supplemental Contract Specifications and Documents END OF TABLE OF CONTENTS METROCORP DEVELOPMENT ENTERPRISES, INC. APRIL 11, 2017
6 BADGETT STADIUM FACILITY COLLEGE STREET LIST OF DRAWING SHEETS SECTION LIST OF DRAWING SHEETS 1.1 LIST OF DRAWINGS A. Drawings: Drawings consist of the Contract Drawings and other drawings listed on the Table of Contents page of the separately bound drawing set titled City of College Park Badgett Stadium Project dated April 2018, as modified by subsequent Addenda and Contract Modifications.
7 BADGETT STADIUM FACILITY COLLEGE STREET SEALS PAGE 1.1 DESIGN PROFESSIONALS OF RECORD A. Architect 1. Norman F. Robinson, AIA Architect 2. Responsible for divisions Sections included in project manual except as indicated prepared by other design professionals of record. B. Civil Engineer 1. Herbert Humphrey, P.E., Metrocorp Development Enterprises, Inc. 2. Responsible for divisions 01,31,32,33, and Supplemental Specifications included in PROJECT MANUAL except as indicated prepared by other design professionals of record. C. Fire-Protection, Plumbing, HVAC and Electrical Engineer 1. Winston Richards, P.E., Engineering Consultants Services, Inc. (ECSi). 2. Responsible for divisions 21,22,23,26,27,28 Sections included in project manual except as indicated prepared by other design professionals of record.
8 BADGETT STADIUM FACILITY COLLEGE STREET ADDENDA SECTION ADDENDA 1.1 As issued
9 BADGETT STADIUM FACILITY COLLEGE STREET SUMMARY SECTION SUMMARY GENERAL RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. SUMMARY Section Includes: Project information. Work covered by Contract Documents. Contractor-furnished, Owner-installed products. Access to site. Coordination with occupants. Work restrictions. Specification and drawing conventions. Miscellaneous provisions. PROJECT INFORMATION Project Identification: Badgett Stadium. Project Location: 2336College street. Owner: City of College Park 3636 College St. College Park Architect: Metrocorp Development Enterprises, Inc Hospital Dr. Ste. 101 Douglasville, Ga WORK COVERED BY CONTRACT DOCUMENTS The Work of Project is defined by the Contract Documents and consists of the following: 1. The work consist of the renovation and replacement of the existing toilet facilities plumbing fixtures and toilet accessories including partitions.
10 BADGETT STADIUM FACILITY COLLEGE STREET SUMMARY 2. The conversion of a portion of the existing Field house to a Concession. The scope includes HVAC, plumbing, electrical and general construction work. Type of Contract: Project will be constructed under a single prime contract. ACCESS TO SITE General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. Use of Site: Limit use of Project site to work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. Driveways, Walkways and Entrances: Keep driveways and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair damage caused by construction operations. COORDINATION WITH OCCUPANTS Full Owner Occupancy: Owner will occupy site and existing building(s) during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and approval of authorities having jurisdiction. Notify Owner not less than 72 hours in advance of activities that will affect Owner's operations. WORK RESTRICTIONS Work Restrictions, General: Comply with restrictions on construction operations. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated:
11 BADGETT STADIUM FACILITY COLLEGE STREET SUMMARY Notify Architect not less than two days in advance of proposed utility interruptions. Obtain Architect's written permission before proceeding with utility interruptions. Controlled Substances: Use of tobacco products and other controlled substances [within the existing building] [on Project site] is not permitted. SPECIFICATION AND DRAWING CONVENTIONS Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. Abbreviations: Materials and products are identified by abbreviations scheduled on Drawings. Keynoting: Materials and products are identified by reference keynotes referencing Specification Section numbers found in this Project Manual. PRODUCTS (Not Used) EXECUTION (Not Used) END OF SECTION
12 BADGETT STADIUM FACILITY ALLOWANCES SECTION ALLOWANCES A. GENERAL A.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. A.2 SUMMARY A. Section includes administrative and procedural requirements governing allowances. 1. Certain items are specified in the Contract Documents by allowances. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when direction will be provided to Contractor. If necessary, additional requirements will be issued by Change Order. B. Types of allowances include the following: 1. Lump-sum allowances. 2. Unit-cost allowances. 3. Quantity allowances. 4. Contingency allowances. 5. Testing and inspecting allowances. C. Related Requirements: 1. Division 01 Section "Unit Prices" for procedures for using unit prices. 2. Division 01 Section "Quality Requirements" for procedures governing the use of allowances for testing and inspecting. 3. Divisions 02 through 33 Sections for items of Work covered by allowances. A.3 SELECTION AND PURCHASE A. At the earliest practical date after award of the Contract, advise Architect/Engineer of the date when final selection and purchase of each product or system described by an allowance must be completed to avoid delaying the Work. B. At Architect/Engineer's request, obtain proposals for each allowance for use in making final selections. Include recommendations that are relevant to performing the Work. C. Purchase products and systems selected by Architect/Engineer from the designated supplier.
13 BADGETT STADIUM FACILITY A.4 ACTION SUBMITTALS ALLOWANCES A. Submit proposals for purchase of products or systems included in allowances, in the form specified for Change Orders. A.5 INFORMATIONAL SUBMITTALS A. Submit invoices or delivery slips to show actual quantities of materials delivered to the site for use in fulfillment of each allowance. B. Submit time sheets and other documentation to show labor time and cost for installation of allowance items that include installation as part of the allowance. C. Coordinate and process submittals for allowance items in same manner as for other portions of the Work. A.6 COORDINATION A. Coordinate allowance items with other portions of the Work. Furnish templates as required to coordinate installation. A.7 LUMP-SUM, UNIT-COST AND QUANTITY ALLOWANCES A. Allowance shall include cost to Contractor of specific products and materials ordered by Owner or selected by Architect/Engineer under allowance and shall include taxes, freight, and delivery to Project site. B. Unless otherwise indicated, Contractor's costs for receiving and handling at Project site, labor, installation, overhead and profit, and similar costs related to products and materials ordered by Owner selected by Architect/Engineer under allowance shall be included as part of the Contract Sum and not part of the allowance. A.8 CONTINGENCY ALLOWANCES A. Use the contingency allowance only as directed by Architect/Engineer for Owner's purposes and only by Change Orders that indicate amounts to be charged to the allowance. B. Contractor's overhead, profit, and related costs for products and equipment ordered by Owner under the contingency allowance are included in the allowance and are not part of the Contract Sum. These costs include delivery, installation, taxes, insurance, equipment rental, and similar costs. C. Change Orders authorizing use of funds from the contingency allowance will include Contractor's related costs and reasonable overhead and profit margins.
14 BADGETT STADIUM FACILITY ALLOWANCES D. At Project closeout, credit unused amounts remaining in the contingency allowance to Owner by Change Order. A.9 TESTING AND INSPECTING ALLOWANCES A. Testing and inspecting allowances include the cost of engaging testing agencies, actual tests and inspections, and reporting results. B. The allowance does not include incidental labor required to assist the testing agency or costs for retesting if previous tests and inspections result in failure. The cost for incidental labor to assist the testing agency shall be included in the Contract Sum. C. Costs of services not required by the Contract Documents are not included in the allowance. D. At Project closeout, credit unused amounts remaining in the testing and inspecting allowance to Owner by Change Order. A.10 ADJUSTMENT OF ALLOWANCES A. Allowance Adjustment: To adjust allowance amounts, prepare a Change Order proposal based on the difference between purchase amount and the allowance, multiplied by final measurement of work-in-place where applicable. If applicable, include reasonable allowances for cutting losses, tolerances, mixing wastes, normal product imperfections, and similar margins. 1. Include installation costs in purchase amount only where indicated as part of the allowance. 2. If requested, prepare explanation and documentation to substantiate distribution of overhead costs and other margins claimed. 3. Submit substantiation of a change in scope of work, if any, claimed in Change Orders related to unit-cost allowances. 4. Owner reserves the right to establish the quantity of work-in-place by independent quantity survey, measure, or count. B. Submit claims for increased costs because of a change in scope or nature of the allowance described in the Contract Documents, whether for the purchase order amount or Contractor's handling, labor, installation, overhead, and profit. 1. Do not include Contractor's or subcontractor's indirect expense in the Change Order cost amount unless it is clearly shown that the nature or extent of work has changed from what could have been foreseen from information in the Contract Documents. 2. No change to Contractor's indirect expense is permitted for selection of higher- or lowerpriced materials or systems of the same scope and nature as originally indicated.
15 BADGETT STADIUM FACILITY B. PRODUCTS (Not Used) ALLOWANCES C. EXECUTION C.1 EXAMINATION A. Examine products covered by an allowance promptly on delivery for damage or defects. Return damaged or defective products to manufacturer for replacement. C.2 PREPARATION A. Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related work. C.3 SCHEDULE OF ALLOWANCES A. Allowance No. 1: Quantity Allowance: Include 150 cu. yd. for unsatisfactory soil excavation and disposal off-site and replacement with satisfactory soil material from off-site. Subparagraph below addresses relationship to unit prices. 1. Coordinate quantity allowance adjustment with unit-price requirements in Division 01 Section "Unit Prices." B. Allowance No. 2: Quantity Allowance: Include Sum of 100 cu. yd. of rock for removal and replacement with satisfactory soil material Subparagraph below addresses relationship to unit prices. 1. Coordinate quantity allowance adjustment with unit-price requirements in Division 01 Section "Unit Prices." C. Allowance No. 6: Testing and Inspection Allowance: Include the sum of $5, for testing and CCTV services to be provided by Owner as directed by the Architect/Engineer. 1. This allowance includes material cost, receiving, handling, and installation, and Contractor overhead and profit. 2. The Contractor shall purchase "allowed materials" or "allowed services" as directed by the Owner on the basis of the lowest and best bid of at least three competitive sources unless otherwise requested by the Owner. If the actual price for purchasing allowed materials is more or less than the stated allowance, the Contract Price shall be adjusted accordingly. The adjustment in Contract Price shall be made based on the purchase cost including applicable sales taxes, but exclusive of additional charges for overhead, profit, insurance, or any other incidental expenses. Cost of installation of allowed materials shall be included in the Bid.
16 BADGETT STADIUM FACILITY ALLOWANCES 3. Contractor shall coordinate work with the owner. D. Allowance No. 12: Miscellaneous repairs to building facilities: Lump-sum allowance includes the sum of $ $25, for fees to be provided by Owner. 1. This allowance is for work to be performed as directed by the architect/engineer. 2. Contractor shall coordinate work with owner representative.
17 BADGETT STADIUM FACILITY COLLEGE STREET UNIT PRICES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for unit prices. B. Related Requirements: 1. Division 01 Section "Contract Modification Procedures" for procedures for submitting and handling Change Orders. 2. Division 01 Section "Quality Requirements" for general testing and inspecting requirements. 3. Division 01 Section Allowances" for procedures for handling allowances requirements. 1.2 GENERAL INFORMATION A. A Unit Price is an amount proposed by Bidders and stated on the Proposal Unit Price Schedule as a price per unit of measurement for materials or services that will be added to or deducted from the Contract Sum by Change Order in the event the estimated quantities of work required by the Contract Documents are increased or decreased. Unit Prices included on Proposal Unit Price Schedule shall include full compensation for required labor, products, tools, equipment, plants, transportation, services and incidentals; erection, application or installation of an item of Work; overhead and profit, as described below. 1.3 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead, and profit. B. Measurement and Payment: See individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections. C. Owner reserves the right to reject Contractor's measurement of work-in-place that involves use of established unit prices and to have this work measured, at Owner's expense, by an independent surveyor acceptable to Contractor. D. List of Unit Prices: A schedule of unit prices is included in Part 3. Specification Sections referenced in the schedule contain requirements for materials described under each unit price. A Schedule of Unit Cost is included as part of the Proposal Unit Price Schedule.
18 BADGETT STADIUM FACILITY COLLEGE STREET UNIT PRICES PART 2 - NOT USED PART 3 - EXECUTION 3.1 SCHEDULE OF UNIT PRICES A. Unit Price No. 1 Silt Fence Type NS : 1. Description: Installation of Type NS silt fence. Install per standard Erosion Sedimentation & Pollution Control as shown on Sheet C5.8 and/or directed by the Owner s Representative. 2. The bid total for the estimated quantity shown in the Proposal Unit Price Schedule shall be included in the Base Proposal Amount Division 32 Exterior Improvements. 3. Quantity to be included in contract sum: 175 L.F. 4. Unit of measurement: Linear feet 5. Include the following in the unit price: Material and installation of silt fence type A ; maintenance, repair, replacement, removal and disposal of fence; overhead and profit. 6. Include all other costs in the Base Proposal Amount. 7. Seventy-five percent of the Contract Price bid per linear foot will be paid when the fence is completely in place. The remaining twenty-five percent will be paid after the complete removal of fence or acceptance by the Owner. Contractor is responsible for maintenance of in-place fence, as directed by Owner s Representative. 8. Methods of measurement: Measurement will be made and verified by the Owner as outlined in the specifications. B. Unit Price No. 2, Construction Exit: 1. Description: Installation of Construction Exit. Install per standard Erosion Sedimentation & Pollution Control as shown on Sheet C5.8 and/or directed by the Owner s Representative. 2. The bid total for the estimated quantity shown in the Proposal Unit Price Schedule shall be included in the Base Proposal Amount Division 32 Exterior Improvements. 3. Quantity to be included in contract sum: 1 each. 4. Unit of measurement: Each
19 BADGETT STADIUM FACILITY COLLEGE STREET UNIT PRICES 5. Include the following in the unit price: Material and installation of silt fence type A ; maintenance, repair, replacement, removal and disposal of fence; overhead and profit. 6. Include all other costs in the Base Proposal Amount. 7. Seventy-five percent of the Contract Price bid per linear foot will be paid when the fence is completely in place. The remaining twenty-five percent will be paid after the complete removal of fence or acceptance by the Owner. Contractor is responsible for maintenance of in-place fence, as directed by Owner s Representative. 8. Methods of measurement: Measurement will be made and verified by the Owner as outlined in the specifications. C. Unit Price No. 3: Sanitary Sewer Manhole (Doghouse) 1. Description: Installation of Sanitary Sewer Manhole (Doghouse) as indicated on plans, according to Civil Sheet #C3.0 and Details #4.0 on sheet C The bid total for the estimated quantity shown in the Proposal Unit Price Schedule shall be included in the Base Proposal Amount Division 33 Utilities. 3. Quantity to be included in contract sum: 1 each 4. Unit of Measurement: Each (Max. depth 6 feet) 5. Include the following in the unit price: Material and installation of a Sanitary sewer Manhole (Doghouse), overhead and profit. 6. Include all other cost in the Base Proposal Amount 7. Methods of measurement: Measurement will be made and verified by the Owner as outlined in the specifications D. Unit Price No. 4: Sanitary Sewer Manhole (Precast) 1. Description: Installation of Sanitary Sewer Manhole (Doghouse) as indicated on plans, according to Civil Sheet #C3.0 and Details #4 and 5 on sheet C The bid total for the estimated quantity shown in the Proposal Unit Price Schedule shall be included in the Base Proposal Amount Division 33 Utilities. 3. Quantity to be included in contract sum: 2 each 4. Unit of Measurement: Each (Max. depth 6 feet) 5. Include the following in the unit price: Material and installation of a Sanitary sewer Manhole (Doghouse), overhead and profit. 6. Include all other cost in the Base Proposal Amount
20 BADGETT STADIUM FACILITY COLLEGE STREET UNIT PRICES 7. Methods of measurement: Measurement will be made and verified by the Owner as outlined in the specifications E. Unit price No. 5 PVC -Schedule 80 Pipe 6-inch 1. Description: Installation of PVC -Schedule 80 Pipe 6-inch Sanitary Sewer Pipe as indicated on plans, Sheet #C The bid total for the estimated quantity shown in the Proposal Unit Price Schedule shall be included in the Base Proposal Amount in Division Quantity to be included in contract sum: 250 L.F. 4. Unit of measurement: Linear feet 5. Include the following in the unit price: Material and installation of PVC -Schedule 80 Pipe 6-inch Sanitary Sewer Pipe and trench construction; overhead and profit. 6. Include all other costs in the Base Proposal Amount. 7. Seventy-five percent of the Contract Price bid per linear foot will be paid when the pipe is completely in place. The remaining twenty-five percent will be paid after the complete acceptance by the Owner. 8. Methods of measurement: Measurement will be made and verified by the Owner as outlined in the specifications. F. Unit price No. 6 Sanitary Sewer Service Line PVC Schedule inch fittings: 1. Description: Installation of 6 PVC Schedule 80 domestic water service as indicated on plans, according to Division 33 shown on Civil Sheet #C5.7 and 5.8: 2. The bid total for the estimated quantity shown in the Proposal Unit Price Schedule shall be included in the Base Proposal Amount in Division Adjustments in quantity based on quantities installed 4. Quantity to be included in contract sum: a. 90 deg. Qty. 2 each Elbow $ b. Wyes Qty. 4 each $ c. 1/8 bend $ d. Cleanout Service Connection per Detail #2 and #3 on Sheet C5.8 (unpaved area) Qty. 4 each $ e. Ready Mix Concrete Qty. 8 cu. yds $ 5. Unit of measurement: Linear feet
21 BADGETT STADIUM FACILITY COLLEGE STREET UNIT PRICES 6. Include the following in the unit price: Material and installation of 6-inch Schedule 80 PVC, fittings (i.e.-elbows, tees, crosses and wyes), clean outs and trench construction; overhead and profit. 7. Methods of measurement: Measurement will be made and verified by the Owner as outlined in the specifications. G. Unit Price No. 7: Removal of paved areas as required 1. Description: Excavation, demolition of concrete or paved areas and disposal off site and replacement with satisfactory fill material or engineered fill from off site, as required, according to Division 02 - Selective Demolition Exterior Improvements. 2. The bid total for the estimated quantity shown in the Proposal Unit Price Schedule shall be included in the Base Proposal Amount Division 02 - Selective Demolition Exterior Improvements. 3. Quantity to be included in contract sum: 60 C.Y. Unit Price to be perform as required: $ C.Y. 4. Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. 5. Include the following in the unit price: Unsatisfactory soil excavation and disposal off site by contractor and replacement with satisfactory fill material or engineered fill from off site, as required and approved by the engineer. 6. Include all other cost in the Base Proposal Amount 7. Quantity Allowance: Coordinate unit price with allowance adjustment requirements in Division 01 Section "Allowances." H. Unit price No. 8 Grassing 1. Description: Installation of Temporary Grassing in areas as directed by engineer. 2. The bid total for the estimated quantity shown in the Proposal Unit Price Schedule shall be included in the Base Proposal Amount Division Adjustments in quantity based on actual area in square feet installed. 4. Quantity to be included in contract sum: 400 S.F. 5. Unit of measurement: Square Feet 6. Include the following in the unit price: Material and installation to allow for soil preparation, seeding, watering, fertilization; overhead and profit. 7. Include all other costs in the Base Proposal Amount. 8. Methods of measurement: Measurement will be made and verified by the Owner as outlined in the specifications.
22 BADGETT STADIUM FACILITY COLLEGE STREET UNIT PRICES Note: Quantities that were included in the base proposal will be credited to the owner if not installed. The following items are not to be included in Base Proposal and the contractor is required to provide unit pricing for the following additional items that may be required to complete the project. I. Unit Price No. 9: Removal of unsatisfactory soil and replacement with satisfactory soil material. 1. Description: Unsatisfactory soil excavation and disposal off site and replacement with satisfactory fill material or engineered fill from off site, as required, according to Division 31 Section "Earth Moving." 2. The bid total for the estimated quantity shown in the Proposal Unit Price Schedule shall not be included in the Base Proposal Amount Division 31 Section "Earth Moving." 3. Quantity to be included in contract sum: 150 C.Y. Unit Price to be perform as required: $ C.Y. 4. Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. 5. Include the following in the unit price: Unsatisfactory soil excavation and disposal off site by contractor and replacement with satisfactory fill material or engineered fill from off site, as required, in accordance with Division 31 Section "Earth Moving." 6. Include all other cost in the Base Proposal Amount 7. Quantity Allowance: Coordinate unit price with allowance adjustment requirements in Division 01 Section "Allowances." J. Unit Price No. 10: Removal of unsatisfactory soil and replacement with w/#57 crushed stone: 1. Description: Unsatisfactory soil excavation and disposal off site and replacement with satisfactory fill material or engineered fill from off site, as required, according to Division 31 Section "Earth Moving." 2. The bid total for the estimated quantity shown in the Proposal Unit Price Schedule shall not be included in the Base Proposal Amount. 3. Quantity to be included in contract sum: 100 C.Y. Unit Price to be perform as required: $ cu. yd. 4. Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. 5. Include the following in the unit price: Unsatisfactory soil excavation and disposal off site by contractor and replacement with satisfactory fill material or engineered fill from off site, as required, in accordance with Division 31 Section "Earth Moving."
23 BADGETT STADIUM FACILITY COLLEGE STREET UNIT PRICES 6. Quantity Allowance: Coordinate unit price with allowance adjustment requirements in Division 01 Section "Allowances." K. Unit Price No. 11: Sanitary Sewer Manhole Additional Depth 1. Description: Installation of additional depth of manhole as determined by engineer, according to Details # 3.0 shown on Civil Sheet #C The bid total for the estimated quantity shown in the Proposal Unit Price Schedule shall not be included in the Base Proposal Amount. 3. Unit Price to be perform as required: $ l.f. 4. Unit of measurement: Linear feet 5. Include the following in the unit price: Material and installation of Sanitary Sewer Manhole Additional Depth and trench construction; overhead and profit. 6. Seventy-five percent of the Contract Price bid per linear foot will be paid when the pipe is completely in place. The remaining twenty-five percent will be paid after the complete acceptance by the Owner. 7. Methods of measurement: Measurement will be made and verified by the Owner as outlined in the specifications. L. Unit price No. 12 Sanitary Sewer Service Line PVC Schedule inch fittings: 1. Description: Installation of 6 PVC Schedule 80 domestic water service as indicated on plans, according to Division 33 shown on Civil Sheet #C5.7 and 5.8: 2. The bid total for the estimated quantity shown in the Proposal Unit Price Schedule shall not be included in the Base Proposal Amount. 3. Adjustments in quantity based on quantities installed 4. Quantity to be included in contract sum: a. 90 deg. Elbow $ /each b. 45 deg. Elbow $ /each c. Wyes $ /each d. 1/8 bend $ /each e. Cleanout Service Connection per Detail #2 and #3 on Sheet C5.8 (paved area) $ /each f. Cleanout Service Connection per Detail #2 and #3 on Sheet C5.8 (unpaved area) $ /each g. Ready Mix Concrete $ /cu. yds. M. Unit price No. 9 Concrete Pavement 4 Thick
24 BADGETT STADIUM FACILITY COLLEGE STREET UNIT PRICES 1. Description: Installation of concrete pavement in non-vehicle traffic areas as indicated on plans, according to Division 32 Section Concrete Paving and Details # 5.0 shown on Civil Sheet #C The bid total for the estimated quantity shown in the Proposal Unit Price Schedule shall not be included in the Base Proposal Amount. 3. Unit Price to be perform as required: $ S.F. 4. Unit of measurement: Square Feet 5. Include the following in the unit price: Material and installation to allow for thickness of sub-base, base material, and concrete pavement (i.e. Concrete w/6x6x1.4 WWF, graded aggregate subbase and subgrade compaction); overhead and profit. 6. Methods of measurement: Measurement will be made and verified by the Owner as outlined in the specifications. END OF SECTION
25 BADGETT STADIUM FACILITY COLLEGE STREET SPECIFICATION SECTION TITLE SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's[ responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." 1.4 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or revisions to submittals noted by Architect and additional time for handling and reviewing submittals required by those corrections. 1.5 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Architect's Digital Data Files: Electronic digital data files of the Contract Drawings will[ not] be provided by Architect for Contractor's use in preparing submittals. 1. Architect will furnish Contractor one set of digital data drawing files of the Contract Drawings for use in preparing Shop Drawings. METROCORP DEVELOPMENT ENTERPRISES, INC. APRIL 11, 2017
26 BADGETT STADIUM FACILITY COLLEGE STREET SPECIFICATION SECTION TITLE a. Architect makes no representations as to the accuracy or completeness of digital data drawing files as they relate to the Contract Drawings. B. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 5 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. C. Paper Submittals: Place a permanent label or title block on each submittal item for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Include the following information for processing and recording action taken: a. Project name. b. Date. c. Name of Architect. d. Name of Contractor. e. Name of subcontractor. f. Name of supplier. g. Name of manufacturer. D. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's action stamp. PART 2 - PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. Action Submittals: Submit three paper copies of each submittal unless otherwise indicated. Architect will return two copies. 2. Informational Submittals: Submit two paper copies of each submittal unless otherwise indicated. Architect will not return copies. 3. Certificates and Certifications Submittals: Provide a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. METROCORP DEVELOPMENT ENTERPRISES, INC. APRIL 11, 2017
27 BADGETT STADIUM FACILITY COLLEGE STREET SPECIFICATION SECTION TITLE B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches, but no larger than 24 by 36 inches. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. For projects where electronic submittals are required, provide corresponding electronic submittal of Sample transmittal, digital image file illustrating Sample characteristics, and identification information for record. 3. Disposition: Maintain sets of approved Samples at Project site, available for qualitycontrol comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. 4. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. E. Contractor's Construction Schedule: Comply with requirements specified in Division 01 Section "Construction Progress Documentation." F. Application for Payment and Schedule of Values: Comply with requirements specified. G. Test and Inspection Reports and Schedule of Tests and Inspections Submittals: Comply with requirements specified in Division 01 Section "Quality Requirements." H. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Division 01 Section "Closeout Procedures." I. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. J. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. METROCORP DEVELOPMENT ENTERPRISES, INC. APRIL 11, 2017
28 BADGETT STADIUM FACILITY COLLEGE STREET SPECIFICATION SECTION TITLE K. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Project Closeout and Maintenance Material Submittals: See requirements in Division 01 Section "Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECT'S[ AND CONSTRUCTION MANAGER'S] ACTION A. Action Submittals: Architect will review each submittal, make marks to indicate corrections or revisions required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. B. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. C. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. D. Submittals not required by the Contract Documents may be returned by the Architect without action. END OF SECTION METROCORP DEVELOPMENT ENTERPRISES, INC. APRIL 11, 2017
29 BADGETT STADIUM FACILITY COLLEGE STREET SELECTIVE DEMOLITION EXTERIOR IMPROVEMENTS SECTION SELECTIVE DEMOLITION EXTERIOR IMPROVEMENTS 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 SUMMARY A. Section Includes: 1. Demolition and removal of selected site elements. B. Related Requirements: 1. Section "Site Clearing" for site clearing and removal of above- and below-grade improvements not part of selective demolition. 1.3 DEFINITIONS A. Remove: Detach items from existing construction and dispose of them off-site unless indicated to be salvaged or reinstalled. B. Existing to Remain: Leave existing items that are not to be removed and that are not otherwise indicated to be salvaged or reinstalled. 1.4 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. B. Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be uncovered during demolition remain the property of Owner. 1. Carefully salvage in a manner to prevent damage and promptly return to Owner. 1.5 INFORMATIONAL SUBMITTALS A. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity.
30 BADGETT STADIUM FACILITY COLLEGE STREET SELECTIVE DEMOLITION EXTERIOR IMPROVEMENTS B. Pre-demolition Photographs: Show existing conditions of adjoining construction, including finish surfaces, that might be misconstrued as damage caused by demolition operations. Submit before Work begins. 1.6 CLOSEOUT SUBMITTALS A. Inventory: Submit a list of items that have been removed. 1.7 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. Hazardous materials will be removed by Owner before start of the Work. 2. If suspected hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. E. Storage or sale of removed items or materials on-site is not permitted. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1.8 COORDINATION A. Arrange selective demolition schedule so as not to interfere with Owner's operations. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction.
31 BADGETT STADIUM FACILITY COLLEGE STREET SELECTIVE DEMOLITION EXTERIOR IMPROVEMENTS B. Standards: Comply with ASSE A10.6 and NFPA 241. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Review Project Record Documents of existing construction or other existing condition and hazardous material information provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in Project Record Documents. 1. Inventory and record the condition of items to be removed and salvaged. Provide photographs or video of conditions that might be misconstrued as damage caused by salvage operations. 2. Before selective demolition or removal of existing building elements that will be reproduced or duplicated in final Work, make permanent record of measurements, materials, and construction details required to make exact reproduction. 3.2 PROTECTION A. Temporary Protection: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area. B. Remove temporary barricades and protections where hazards no longer exist. 3.3 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. B. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. C. There are no historic areas identified on site. D. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition
32 BADGETT STADIUM FACILITY COLLEGE STREET SELECTIVE DEMOLITION EXTERIOR IMPROVEMENTS 3.4 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A. Concrete: Demolish in small sections. Using power-driven saw, cut concrete to a depth of at least 3/4 inch (19 mm) at junctures with construction to remain. Dislodge concrete from reinforcement at perimeter of areas being demolished, cut reinforcement, and then remove remainder of concrete. Neatly trim openings to dimensions indicated. B. Concrete: Demolish in sections. Cut concrete full depth at junctures with construction to remain and at regular intervals using power-driven saw, and then remove concrete between saw cuts. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. Remove demolition waste materials from Project site 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. 4. Comply with requirements specified in Section "Construction Waste Management and Disposal." B. Burning: Do not burn demolished materials. 3.6 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. 3.7 SELECTIVE DEMOLITION SCHEDULE A. Remove and Reinstall: Sidewalk and miscellaneous site structures incidental to re-installing and/or installing driveway and ADA ramps and other site improvements as indicated on plans. END OF SECTION
33 BADGETT STADIUM FACILITY COLLEGE STREET SELECTIVE STRUCTURE DEMOLITION SECTION SELECTIVE STRUCTURE DEMOLITION GENERAL RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. SUMMARY Section Includes: Demolition and removal of selected portions of building or structure. FIELD CONDITIONS Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. Hazardous materials will be removed by Owner before start of the Work. If suspected hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. WARRANTY Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. Notify warrantor before proceeding. Existing warranties include the following: Roofing System Notify warrantor on completion of selective demolition, and obtain documentation verifying that existing system has been inspected and warranty remains in effect. Submit documentation at Project closeout.
HOTEL SANDFORD. C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated.
SECTION 024119 - 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
More informationCITY OF COLLEGE PARK. BADGETT STADIUM FACILITY 3645 COLLEGE STREET College Park, Georgia Fulton County PROJECT MANUAL. Construction Documents
Metrocorp Development Enterprises, Inc. Program Management Development Consultants Construction Managers Civil Engineers Globalizations & Emerging Markets 3707 Main Street, Ste. No. 102 College Park, Georgia
More informationDIVISION 2- EXISTING CONDITIONS
DIVISION 2- EXISTING CONDITIONS 024100- SELECTIVE DEMOLITION PART 1 - GENERAL: 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
More informationB. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner.
SECTION 02 41 19 - SELECTIVE STRUCTURE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division
More information1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.
SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,
More informationRichmond Hill Primary Renovation SECTION SELECTIVE DEMOLITION
SECTION 024119 SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification
More informationA. Section includes: removal of paving, pipes and utilities, and other site items as required by the project drawings.
SECTION 024113 - SITE DEMOLITION PART 1 -GENERAL 1.1 SUMMARY A. Section includes: removal of paving, pipes and utilities, and other site items as required by the project drawings. 1.2 SUBMITTALS A. Obtain
More informationUnion County Vocational - Technical Schools Scotch Plains, New Jersey
SECTION 024116 - STRUCTURE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification
More information1. Before selective demolition, Owner will remove the following items:
SECTION 024119 - SELECTIVE STRUCTURE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Demolition and removal of selected portions of building or structure. 2. Demolition and removal of selected
More information707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax
ADDENDUM 707 Minnesota Ave., Suite 506 Kansas City, Kansas 66101 Tel. 913.287.1900 Fax. 816.300.4102 www.wskfarch.com A r c h i t e c t u r e I n t e r i o r D e s i g n I l l u s t r a t I o n P l a n
More informationBOWIE STATE UNIVERSITY CAR PARKING LOT
BOWIE STATE UNIVERSITY CAR PARKING LOT TECHNICAL SPECIFICATIONS 100% CD SUBMISSION NOVEMBER 2, 2018 Prepared by WHITNEY, BAILEY COX & MAGNANI, LLC 300 East Joppa Road, Suite 200 Baltimore, Maryland 21286
More informationSECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS
SECTION 01 00 00 GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Summary of Work: 1. General 2. Contract. B. Contract Considerations: 1. Schedule of values. 2. Applications for payment. 3.
More informationSAN DIEGO STATE UNIVERSITY PACIFIC CORNERSTONE ARCHITECTS TENOCHCA HALL PROJECT NO FAN COIL UNITS, RESTROOM AND FINISH RENOVATION
SECTION 02 41 14 SELECTIVE BUILDING DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for systematic removal of site improvements or portions of exterior and interior of buildings
More informationTRUMAN STATE UNIVERSITY SITE IMPROVEMENTS, KIRK BLDG, MISSOURI HALL & STUDENT REC CENTER LTD RENOVATIONS
SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,
More information1ARCHITECTURE TABLE OF CONTENTS
TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 0102 COVER 00 0107 SEALS PAGE 00 0111 TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS 01 1000 01 2000 01 2100 01 2300 01
More informationRWA, Inc. TECHNICAL SPECIFICATIONS NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS Willow Park Drive Suite 200 Naples, FL 34109
RWA, Inc. TECHNICAL SPECIFICATIONS NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS 6610 Willow Park Drive Suite 200 Naples, FL 34109 MAY 23, 2012 NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS
More information1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.
SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,
More informationPAULDING 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 informationC. Type of Selective Demolition Work: Demolition requires the selective removal and subsequent off-site disposal of:
02070 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 STIPULATIONS A. The specifications sections " General Conditions of the Construction Contract ", "Special Conditions", and "Division 1 - General Requirements"
More informationMATERIAL ALLOWANCES AND UNIT PRICES
PART 1 - GENERAL 1.1 SECTION INCLUDES ADDITIONS AND RENOVATIONS TO WEST YORK AREA HIGH SCHOOL - #1231 SECTION 012200 MATERIAL ALLOWANCES AND UNIT PRICES A. Measurement and payment criteria applicable to
More informationSECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION
820-1 SCOPE OF WORK: SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION a. Furnish all labor, materials, equipment, and incidentals required for demolition and/or removal and disposal of existing
More informationRANDOLPH COMMUNITY CENTER GYMNASIUM FLOOR REPLACEMENT
PROJECT MANUAL RANDOLPH COMMUNITY CENTER GYMNASIUM FLOOR REPLACEMENT CITY OF RICHMOND Richmond, Virginia Architect s Project No. 563107 ARCHITECT/ENGINEER RICHMOND, VIRGINIA A/E s Project No. 563107 set
More informationBIRMINGHAM CITY SCHOOLS (BCS) OPERATIONAL CENTER COMPLEX BID PACKAGE #1 SITE WORK
HOSKINS ARCHITECTURE, LLC 1827 1 ST AVENUE NORTH, SUITE 104 BIRMINGHAM, ALABAMA 35203 205.321.4122 ADDENDUM NO. 1 PROJECT: BIRMINGHAM CITY SCHOOLS (BCS) OPERATIONAL CENTER COMPLEX BID PACKAGE #1 SITE WORK
More informationSurgical Associates Commercial Remodel
ADDENDUM Project Name: Studio 951 Project No.: 17-012 Surgical Associates Commercial Remodel Addendum No.: 01 Issue Date: 6 December 2017 This Addendum serves to clarify, revise and supersede information
More information1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.
CSB 7th Floor Orthopaedic Surgery Office Renovation Phase 2 SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary
More informationTRUMAN STATE UNIVERSITY BALDWIN HALL, PERSHING BLDG AND VIOLETTE HALL ROOFING & EXT. RENOV.
SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,
More informationThe Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.
ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications
More informationDIVISION 02 SELECTIVE DEMOLITION
DIVISION 02 SELECTIVE DEMOLITION SECTION 02 41 19 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Demolition and removal of selected portions of a building.
More informationB. Subsurface data is available from the Owner. Contractor is urged to carefully analyze the site conditions.
SECTION 31 23 33 - TRENCHING, BACKFILLING AND COMPACTION PART 1 - GENERAL 1.1 SCOPE A. This Section specifies the requirements for excavating and backfilling for storm sewer, sanitary sewer, water distribution
More informationTOWNES + architects, P.A.
TOWNES + architects, P.A. 2421 North 12th Avenue, Pensacola, Florida 32503 Telephone: (850) 433-0203 Florida Registration AA-26001051 PROJECT MANUAL City of Pensacola Fleet Maintenace Garage Re ovation
More informationSECTION 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 informationSECTION SELECTIVE DEMOLITION
SECTION 024113- PART 1 - GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to the
More informationBADGETT STADIUM FACILITY
4/11/18 No. Date Revision/Issue Designer: Technician: Checked by: BADGETT STADIUM FACILITY PROJECT TEAM: VICINITY MAP NTS 2336 COLLEGE STREET, COLLEGE PARK,GA. 30337 MAYOR JACK P. LONGINO BADGETT STADIUM
More informationProject Name: Window and Roofing Replacement at Blanton-Nason-Brewer (BNB) Hall.
DOCUMENT 0091101 ADDENDUM NO. 1 1 PROJECT INFORMATION Project Name: Window and Roofing Replacement at Blanton-Nason-Brewer (BNB) Hall. Project Location: Truman State University Campus. Owner: Truman State
More informationNMSU Carlsbad Campus Main Building and Computer Building DDC Control Upgrade. Project Manual Technical Specifications Review Submittal May 12, 2017
NMSU Carlsbad Campus Main Building and Computer Building DDC Control Upgrade NMSU Facilities and Services Department P.O. Box 30001 Las Cruces, NM 88003-8001 Project Manual Technical Specifications Review
More informationSECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.
SECTION 311000 PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. B. Examine all conditions as they exist at the project prior to submitting
More informationWEST GATE ENTRANCE EXTERIOR IMPROVEMENTS BEXAR COUNTY ARENAS - FENCING PACKAGE
PROJECT MANUAL / TECHNICAL SPECIFICATIONS WEST GATE ENTRANCE EXTERIOR IMPROVEMENTS - FENCING PACKAGE 3201 E. HOUSTON STREET SAN ANTONIO, TEXAS 78219 OCTOBER 6, 2017 HUMBERTO SALDANA & ASSOCIATES, INC.
More informationPRIVATE PLAN ROOM. Document Information Sheet
PRIVATE PLAN ROOM Document Information Sheet Job Name: Partial Renovation for Lewes Streets Department Breakroom Bid Date: October 22, 2018 2:00 pm Placed on file by: George, Miles, and Buhr Contact: Lee
More informationSECTION A. Examination, preparation, and general installation procedures.
SECTION 01 7000 PART 1 GENERAL 1.1 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Cutting and patching. C. Cleaning and protection. D. Substantial Completion E. Final
More informationCITY OF TACOMA Department of Public Utilities Tacoma Power
CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL
More informationWINDOW REPLACEMENT FOR ARCHITECT'S NO NORWOOD ELEMENTARY SCHOOL. A. Project Name: Window Replacement for Norwood Elementary School.
WINDOW REPLACEMENT FOR ARCHITECT'S NO. 2638 NORWOOD ELEMENTARY SCHOOL DOCUMENT 00 9113A - ADDENDUM NO. 1 1.1 PROJECT INFORMATION A. Project Name: Window Replacement for Norwood Elementary School. B. Owner:
More informationTCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II
SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division
More informationCITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT PROJECT MANUAL. Commonwealth Architects
CITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT 701 North 25th Street Richmond, Virginia 23223 PROJECT MANUAL PERMIT SET FEBRUARY 27, 2017 Commonwealth Architects 101 Shockoe Slip Richmond, VA 23219 CITY
More informationOgden Regional Medical Center Courtyard Remodel. Construction Documents. MountainStar Healthcare PROJECT MANUAL FOR
PROJECT MANUAL FOR Ogden Regional Medical Center 5475 South 500 East Ogden, UT 84405 for MountainStar Healthcare Construction Documents NJRA Architects, Inc. 5272 South College Dr. Murray, Utah 84123 Telephone:
More informationCITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT 701 North 25th Street Richmond, Virginia PROJECT MANUAL BID SET April 4, 2018
CITY OF RICHMOND EDI BUILDING WINDOW REPLACEMENT 701 North 25th Street Richmond, Virginia 23223 PROJECT MANUAL BID SET April 4, 2018 Commonwealth Architects 101 Shockoe Slip, Fl 3 Richmond, VA 23219 CITY
More informationBuildingName The Description of the Project P DOCUMENTS
ARCHITECTURE, ENGINEERING AND CONSTRUCTION P00000000 0000 DOCUMENTS ARCHITECTURE & ENGINEERING 326 East Hoover, Mail Stop B Ann Arbor, MI 48109-1002 Phone: 734-764-3414 Fax: 734-936-3334 SPECIFICATION
More informationA. 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 informationSECTION CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL. A. This Section includes administrative and procedural requirements for the following:
SECTION 017419 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
More information1) Unified School District No. 489 reserves the right to reject any or all bids and to waive any informalities in the bid procedure.
Prospective bidders: The Board of Education, Unified School District No. 489, will receive bids for the fabrication and construction of two pre-manufactured metal building in the designated area at the
More informationADDENDUM #1 BL Construction of Club Drive Park: Phase II
October 25, 2017 ADDENDUM #1 BL094-17 Construction of Club Drive Park: Phase II 1389 Peachtree Street, NE Suite 200 Atlanta, GA 30309 Phone: 404.873.6730 www.tsw-design.com Principals: William Tunnell
More informationSECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards...
SECTION 02210 - SITE GRADING CONTENTS: Part 1 - General... 1 1.01 Work Included... 1 1.02 Related Requirements... 1 1.03 Reference Standards... 1 1.04 Quality Assurance... 1 1.05 Measurement and Payment...
More informationUNIVERSITY OF ROCHESTER DIVISION 01 SPECIFICATIONS April 15, 2015
SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,
More informationBeverly Gardens Park City of Beverly Hills, CA. Block #9: Elm Foothill Garden
Beverly Gardens Park Block #9: SPECIFICATIONS 100% CD / BID SET TABLE OF CONTENTS DIVISION 01 GENERAL REQUIREMENTS SECTION No. TITLE 011000.Summary. 3 012213.Unit Prices...1 012500.Substitution Procedures
More informationSECTION GENERAL EXCAVATION
02210-1 of 11 SECTION 02210 GENERAL EXCAVATION 02210.01 GENERAL A. Description 1. General excavation shall include but not necessarily be limited to, excavation and grading for general site work, roadways,
More informationAnswer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?
ADDENDUM NO. 1 July 26, 2017 223837 RE: FROM: TO: CITY OF BARRE HMGP STORM DRAIN IMPROVEMENT PROJECTS DuBOIS & KING, INC. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders This Addendum
More information1. Instructions to Bidders AIA Document A701, 1997 Section of the above referenced IFB is hereby amended and restated as follows:
Segments 3, 4, 6 and 7 Pier Repairs Invitation for Bids (IFB) Project/Contract #C4962 Addendum # 1 November 30, 2018 To All Bidders: 1. Instructions to Bidders AIA Document A701, 1997 Section 5.3.1.3 of
More informationWillow Oak Veterinary Hospital
Project Manual For Willow Oak Veterinary Hospital Durham, North Carolina Linton Architects Project #1219 September 11, 2013 Linton Architects 331 West Main Street, Suite 608 Durham, North Carolina 27701
More informationSMMUSD LINCOLN MIDDLE SCHOOL ATHLETIC FIELD PROJECT
ADDENDUM 01 SMMUSD LINCOLN MIDDLE SCHOOL ATHLETIC FIELD PROJECT 06/08/2017 DSA NO. A03-117787/File No.19-96 Prepared By DLR Group Project No. 75-07256-24 SECTION 00 91 00 GENERAL ADDENDUM 01 1.01 The following
More informationSECTION DRILLED CONCRETE PIERS AND SHAFTS
1 PART ONE - GENERAL 1.1 COORDINATION SECTION 02466 DRILLED CONCRETE PIERS AND SHAFTS A. The General, Supplementary, and Special Conditions of these specifications shall all be considered as a part of
More informationSECTION MEASUREMENT AND PAYMENT
SECTION 01026 PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values E. Application for Payment 1.2 EXPLANATION AND DEFINITIONS A. The following
More informationINTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements
RFP 2019-01 Reeta s Building Demolition City of Morgantown REQUEST FOR PROPOSALS Demolition Contractors INTRODUCTION A. Overview This Request for Proposals ( RFP ) is being issued by the City of Morgantown
More informationPROJECT SPECIFICATIONS PENSACOLA INTERNATIONAL AIRPORT PARKING GARAGE REHABILITATION
PROJECT SPECIFICATIONS PENSACOLA INTERNATIONAL AIRPORT PARKING GARAGE REHABILITATION CITY OF PENSACOLA November 2018 SECTION 011000- SUMMARY OF WORK PART 1 - GENERAL 1.1 DOCUMENTS A. Drawings and general
More informationruby ridge terrace apartments
p r o j e c t m a n u a l for: ruby ridge terrace apartments 550 South, 12th Street 89801 Re-Bid Package 01 May 14, 2014 TABLE OF CONTENTS 1. Title page 2. Table of Contents 3. Invitation to Bid 4. Bid
More informationOCONEE 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 informationLot C Walkway and Bridge Repair Project #23829
Lot C Walkway and Bridge Repair Project #23829 PREPARED BY: Moody Nolan, Inc. MKEC Engineering Consultants Inc. Division 00 through Division 33 Bid Documents, August 13, 2012 SPECIFICATIONS for Lot C
More informationBID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS
BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway
More informationSECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.
SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section
More informationJob Order Sewer Repair Services
Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified
More informationSECTION CONCRETE CURBS, GUTTERS AND SIDEWALKS
SECTION 32 16 13 CONCRETE CURBS, GUTTERS AND SIDEWALKS PART 1 GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required
More informationProject Manual OVERLAND PARK BRANCH & ESIS RELOCATION. for
Project Manual OVERLAND PARK BRANCH & ESIS RELOCATION for Chubb Floor 4 34 Corporate Woods 10950 Grandview Drive Overland Park KS 66210 Issued for Bid & Permit July 18, 2016 SECTION 000110 TABLE OF CONTENTS
More information~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)
~lamance
More informationOSNI PONCA OFFICE REMODEL
OSNI PONCA OFFICE REMODEL PROJECT MANUAL OCTOBER 2016 SCHEMMER PROJECT NO. 06571.002 OSNI PONCA OFFICE REMODEL TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000115 LIST OF DRAWING
More informationSECTION BASIC ELECTRICAL MATERIALS AND METHODS
SECTION 26 05 05 BASIC ELECTRICAL MATERIALS PART 1 - GENERAL 1.1 SUMMARY A. Section includes the limited scope construction materials and methods for application with electrical installations as follows:
More informationProject 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 informationFt. Clinch State Park 09/09
SECTION 01100 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections,
More informationMain 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 informationBID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE
BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819
More informationAddendum No. 1 Issue Date: March 29, 2016
Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South
More informationSECTION GENERAL REQUIREMENTS
SECTION 01005 GENERAL REQUIREMENTS PART 1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Work of this Contract comprises the chiller and cooling tower replacement at Five Oaks Middle School which includes
More informationSECTION TRENCHING & BACKFILLING
SECTION 02225 - TRENCHING & BACKFILLING 1.0 GENERAL 1.1 Work included in this Section includes trenching and backfilling for underground pipelines and related structures only. 1.2 Reference Specifications
More informationPermit Requirements: Building Codes: The City of Clanton has adopted the following codes which are enforced by the Building Department:
Permit Requirements: Any owner, authorized agent, or contractor who desires to construct, enlarge, alter, repair, move, demolish, or change the occupancy of a building or structure, or to erect, install,
More informationSECTION SUMMARY OF WORK
SECTION 011000- SUMMARY OF WORK 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
More informationSANTA FE STATION KDOT Grant No. 23 TE
SANTA FE STATION KDOT Grant No. 23 TE-0373-01 PRESERVATION PROJECT 413 E 7 TH Street - Lawrence, Kansas Project Manual Issue Date: July 15, 2015 KANSAS DEPT. OF TRANSPORTATION Dwight D. Eisenhower State
More informationDeKalb County Library Dunwoody Library Staff Area Renovation
PROJECT MANUAL DeKalb County Library Dunwoody Library Staff Area Renovation OWNER: DeKalb County Library Email: kimbroj@dekalblibrary.org Contact: Jackee Kimbro 404-508-719-, ext. 2236 ARCHITECT: MEP ENGINEER:
More informationCONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the
CONTRACT AGREEMENT This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the "City") and Contractor as of the date the last party to this Contract Agreement signed below. W I T N E
More informationADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN
ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents
More informationGENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM
1. GENERAL 1.01 DESCRIPTION GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM A. The Contractor shall furnish all labor, equipment and materials necessary
More informationADDENDUM 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 informationPROJECT MANUAL POINT BLANK RANGE & GUN SHOP. 600 Corporate way Knoxville, TN. Bid/Permit Set
PROJECT MANUAL POINT BLANK RANGE & GUN SHOP 600 Corporate way Knoxville, TN Bid/Permit Set Division Section Title SPECIFICATIONS GROUP DIVISION 01 - GENERAL REQUIREMENTS 011000 SUMMARY 012600 CONTRACT
More informationDIVISION 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 informationTRAINING ROOM RENOVATION
FLORIDA DEPARTMENT OF TRANSPORTATION TECHNICAL SPECIFICATIONS For BROOKSVILLE MAINTENANCE YARD FPN# 427908-1-52-01 Prepared By: URS CORPORATION SOUTHERN September 2011 FLORIDA DEPARTMENT OF TRANSPORTATION
More informationPROJECT MANUAL UNIVERSITY HALL BOILER REPLACEMENT PROJECT NO. EM 610
PROJECT MANUAL For UNIVERSITY HALL BOILER REPLACEMENT PROJECT NO. EM 610 Prepared For: UNIVERSITY OF COLORADO AT COLORADO SPRINGS September 27, 2010 Prepared By: SCHENDT ENGINEERING CORP. 2912 Beacon Street
More informationSECTION A1 EXCAVATION AND BACKFILL GENERAL
SECTION A1 EXCAVATION AND BACKFILL GENERAL The work under this section shall include all excavation to such width and depth as shown on the drawings, specified herein, or ordered by the Engineer. Such
More informationCommercial Submittal Packet
Commercial Submittal Packet City of Pepper Pike Building Department 28000 Shaker Boulevard Pepper Pike, Ohio 44124 Phone: (216) 896-6134 Fax: (216) 831-6525 www.pepperpike.org Submitting for the Architectural
More informationSPECIFICATIONS. September 27, 2016 Bid Set
SPECIFICATIONS September 27, 2016 Bid Set CITY HALL SUITE 100 & 102 RENOVATIONS TABLE OF CONTENTS (Refer to Project Book under separate cover for additional requirements) SPECIFICATIONS DIVISION 1 - GENERAL
More informationa. Unless otherwise specified, all lengths shall be horizontal distances.
SECTION 01025 PART 1- GENERAL 1.01 DESCRIPTION A. This section describes the method used to determine quantities of Work performed or materials supplied for which a price is given in the Bid. It establishes
More informationRFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered
RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater
More informationNew Mexico State University Herritage Farm Interpretive Trail
PROJECT MANUAL PROJECT MANAGER: SHELLEY ZIVKOVICH 575-646-1991 shelleyz@nmsu.edu New Mexico State University Herritage Farm Interpretive Trail APRIL 28, 2017 PROJECT #206-88 WDG ARCHITECTS 1014 South Main
More information1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:
SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification
More informationSECTION BID FORM. Garfield Street Drainage Improvements
SECTION 00410 BID FORM Garfield Street Drainage Improvements ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City of Lindsborg, Kansas City Clerk s Office 101 S. Main Street Lindsborg, KS 67456
More information