Illinois State University Softballl Dugout Replacement Normal, Illinois
|
|
- Rolf McDowell
- 6 years ago
- Views:
Transcription
1 Illinois State University Softballl Dugout Replacement Normal, Illinois Issue for Bid ISU Project No DLR Group Project No July 1, 2016 NOTICE: These documents are instruments of professional service, and information contained therein is incomplete unless used in conjunction with DLR Group s interpretations, decisions, observations and administrations. Use or reproduction of these documents in whole or in part without DLR Group s consent is in violation of common law, copyrights, statutory and other reserved rights, which preempts state and local public records act DLR Group inc., an Illinois corporation, ALL RIGHTS RESERVED.
2 TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS PROJECT TITLE PAGE BID FORM STIPULATED SUM (MULTIPLE PRIME CONTRACT) SUMMARY MULTIPLE CONTRACT SUMMARY ALTERNATES SUBSTITUTION PROCEDURES CONTRACT MODIFICATION PROCEDURES PAYMENT PROCEDURES PROJECT MANAGEMENT AND COORDINATION CONSTRUCTION PROGRESS DOCUMENTATION SUBMITTAL PROCEDURES REFERENCES TEMPORARY FACILITIES AND CONTROLS TEMPORARY EROSION AND SEDIMENT CONTROL PRODUCT REQUIREMENTS EXECUTION CLOSEOUT PROCEDURES OPERATION AND MAINTENANCE DATA PROJECT RECORD DOCUMENTS DEMONSTRATION AND TRAINING DIVISION 02 EXISTING CONDITIONS STRUCTURE DEMOLITION DIVISION 03 CONCRETE CONCRETE FORMING AND ACCESSORIES CAST-IN-PLACE CONCRETE CAST-IN-PLACE CONCRETE (CIVIL) DIVISION 04 - MASONRY CONCRETE UNIT MASONRY DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES EXTERIOR ARCHITECTURAL WOODWORK DIVISION 07 THERMAL AND MOISTURE PROTECTION
3 SELF-ADHERING SHEET WATERPROOFING DIVISION 08 OPENINGS HOLLOW METAL DOORS AND FRAMES DOOR HARDWARE MIRRORS DIVISION 09 - FINISHES EXTERIOR PAINTING STAINING AND TRANSPARENT FINISHING HIGH-PERFORMANCE COATINGS DIVISION 10 SPECIALTIES FIRE EXTINGUISHERS DIVISION 23 - HEATING VENTILATING AND AIR CONDITIONING COMMON WORK RESULTS FOR HVAC HVAC INSULATION METAL DUCTS HVAC POWER VENTILATORS ELECTRIC RADIANT HEATERS DIVISION 26 ELECTRICAL COMMON WORK RESULTS FOR ELECTRICAL LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS RACEWAY AND BOXES FOR ELECTRICAL UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS IDENTIFICATION FOR ELECTRICAL SYSTEMS LIGHTING CONTROL DEVICES ENCLOSED SWITCHES AND CIRCUIT BREAKERS EXTERIOR ATHLETIC LIGHTING DIVISION 31 EARTHWORK TRENCHING DIVISION 32 EXTERIOR IMPROVEMENTS
4 AGGREGATE BASE COURSE ASPHALT PAVING CONCRETE PAVING LANDSCAPE GRADING SEEDING DIVISION 33 UTILITIES WATER SERVICE CONNECTIONS DISINFECTING OF WATER UTILITY DISTRIBUTION SANITARY UTILITY SEWERAGE PIPING STORM UTILITY DRAINAGE PIPING END OF TABLE OF CONTENTS
5 DOCUMENT PROJECT TITLE PAGE 1.1 PROJECT MANUAL VOLUME 1 A. Softball Dugout Replacement. B. Illinois State University. C. Normal, Illinois. D. Owner Project No E. Architect Project No F. Scott Swanson, AIA. G. 333 West Wacker Drive, Suite 400. H. Chicago, Illinois I. Phone: J. Web Site: K. Issued: July 1, L. Copyright (2016 DLR Group, an Illinois Corporation.) All rights reserved. END OF DOCUMENT PROJECT TITLE PAGE
6 DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACT) 1.1 BID INFORMATION A. Bidder:. B. Prime Contract: C. Project Name: Illinois State university Softball Dugouts Replacement D. Project Location: Normal, Illinois. E. Owner: Illinois State University. F. Owner Project Number: G. Architect: DLR Group H. Architect Project Number: CERTIFICATIONS AND BASE BID A. Base Bid, Multiple-Prime (Single-Trade) Contract for Work: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, and all subsequent Addenda, as prepared by DLR Group and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment, and services, including all scheduled allowances, necessary to complete the construction of Work for above-named Project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: 1. Dollars ($ ). 2. The above amount may be modified by amounts indicated by the Bidder on the attached Bid Supplement - Alternates and Bid Supplement - Unit Prices. 1.3 BID GUARANTEE A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within 10 days after a written Notice of Award, if offered within 60 days after receipt of bids, and on failure to do so agrees to forfeit to Owner the attached cash, cashier's check, certified check, U.S. money order, or bid bond, as liquidated damages for such failure, in the following amount constituting five percent (5%) of the Base Bid amount above: 1. Dollars ($ ). BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACT)
7 B. In the event Owner does not offer a Notice of Award within the time limits stated above, Owner will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or bid bond. 1.4 SUBCONTRACTORS AND SUPPLIERS A. The following companies shall execute subcontracts for the portions of the Work indicated: 1. <Insert name of subcontract>:. 1.5 TIME OF COMPLETION A. The undersigned Bidder proposes and agrees hereby to commence the Work of the Contract Documents on a date specified in a written Notice to Proceed to be issued by Architect, and shall fully complete the Work within <Insert number> calendar days. 1.6 ACKNOWLEDGEMENT OF ADDENDA A. The undersigned Bidder acknowledges receipt of and use of the following Addenda in the preparation of this Bid: 1. Addendum No. 1, dated. 2. Addendum No. 2, dated. 3. Addendum No. 3, dated. 4. Addendum No. 4, dated. 1.7 BID SUPPLEMENTS A. The following supplements are a part of this Bid Form and are attached hereto: 1. Bid Form Supplement - Alternates. 2. Bid Form Supplement - Unit Prices. 3. Bid Form Supplement - Allowances. 4. Bid Form Supplement - Bid Bond Form (AIA Document A310). 5. <Insert name of Bid Form supplement>. 1.8 CONTRACTOR'S LICENSE A. The undersigned further states that it is a duly licensed Contractor, for the type of work proposed, in Normal, IL and that all fees, permits, etc., pursuant to submitting this proposal have been paid in full. 1.9 SUBMISSION OF BID A. Respectfully submitted this day of, BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACT)
8 B. Submitted By: (Name of bidding firm or corporation). C. Authorized Signature: (Handwritten signature). D. Signed By: (Type or print name). E. Title: (Owner/Partner/President/Vice President). F. Witnessed By: (Handwritten signature). G. Attest: (Handwritten signature). H. By: (Type or print name). I. Title: (Corporate Secretary or Assistant Secretary). J. Street Address:. K. City, State, Zip:. L. Phone:. M. License No.:. N. Federal ID No.: (Affix Corporate Seal Here). END OF DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACT)
9 SECTION SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Work under separate contracts. 4. Owner-furnished products. 5. Access to site. 6. Coordination with occupants. 7. Work restrictions. 8. Specification and drawing conventions. 9. Miscellaneous provisions. 1.3 PROJECT INFORMATION A. Project Identification: Softball Dugout Replacement. B. Owner: Board of Trustees of Illinois State University. 1. Owner's Representative: Mr. Rick Kentzler C. Architect: DLR Group, 333 West Wacker Drive, Suite 400, Chicago, IL WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. Demolition of existing dugouts with a full replacement of concrete dugout structures and utilities. Each dugout contains a toilet room and associated utilities. B. Type of Contract: 1. Project will be constructed under coordinated, concurrent multiple contracts. See Section "Multiple Contract Summary" for a description of work included under each of the multiple contracts and for the responsibilities of Project coordinator. Contracts for this Project include the following: SUMMARY
10 a. General Construction / Plumbing Contract b. Electrical / Technology Contract 1.5 WORK UNDER SEPARATE CONTRACTS A. General: Cooperate fully with separate contractors so work on those contracts may be carried out smoothly, without interfering with or delaying work under this Contract or other contracts. Coordinate the Work of this Contract with work performed under separate contracts. 1.6 ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. B. Use of Site: Limit use of Project site to work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Driveways, Walkways and Entrances: Keep driveways, loading areas, and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. C. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair damage caused by construction operations. 1.7 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site and adjacent building(s) during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated. 1. 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. 2. Notify Owner not less than 72 hours in advance of activities that will affect Owner's operations. B. Partial Owner Occupancy: Owner will occupy the premises during entire construction period, with the exception of areas under construction. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's operations. Maintain existing exits unless otherwise indicated. SUMMARY
11 1. 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 authorities having jurisdiction. 2. Provide not less than 72 hours' notice to Owner of activities that will affect Owner's operations. 1.8 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work in the existing building to normal business working hours of 7:30 a.m. to 3:30 p.m., Monday through Friday, unless otherwise indicated. 1. Weekend Hours: Arrange with Owner for work on Saturday and Sunday. 2. Early Morning Hours: Arrange with Owner. 3. Hours for Utility Shutdowns: Arrange with Owner 72 hours in advance. C. 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: 1. Notify Architect and Owner not less than two days in advance of proposed utility interruptions. 2. Obtain Owner's written permission before proceeding with utility interruptions. D. Nonsmoking Building: Smoking is not permitted within the building or within 25 feet of entrances, operable windows, or outdoor-air intakes. E. Controlled Substances: Use of tobacco products and other controlled substances on Project site is not permitted. F. Employee Screening: Comply with Owner's requirements for drug and background screening of Contractor personnel working on Project site. 1. Maintain list of approved screened personnel with Owner's representative. 1.9 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. SUMMARY
12 B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations published as part of the U.S. National CAD Standard. 3. Keynoting: Materials and products are identified by reference keynotes referencing Specification Section numbers found in this Project Manual. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION SUMMARY
13 SECTION MULTIPLE CONTRACT SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes a summary of each contract, including responsibilities for coordination and temporary facilities and controls. B. Specific requirements for Work of each contract are also indicated in individual Specification Sections and on Drawings. 1.3 PROJECT COORDINATOR A. Project coordinator shall be responsible for coordination between the General Construction / Plumbing Contract, and Electrical Contract. 1.4 COORDINATION ACTIVITIES A. Coordination activities of Project coordinator include, but are not limited to, the following: 1. Provide overall coordination of the Work. 2. Coordinate shared access to workspaces. 3. Coordinate product selections for compatibility. 4. Provide overall coordination of temporary facilities and controls. 5. Coordinate, schedule, and approve interruptions of permanent and temporary utilities, including those necessary to make connections for temporary services. 6. Coordinate construction and operations of the Work with work performed by each Contract and separate contracts. 7. Prepare coordination drawings in collaboration with each contractor to coordinate work by more than one contract. 8. Coordinate sequencing and scheduling of the Work. Include the following: a. Initial Coordination Meeting: At earliest possible date, arrange and conduct a meeting with contractors for sequencing and coordinating the Work; negotiate reasonable adjustments to schedules. b. Prepare a combined contractors' construction schedule for entire Project. Base schedule on preliminary construction schedule. Secure time commitments for performing critical construction activities from contractors. Show activities of each contract on a separate sheet. Prepare a simplified summary sheet indicating combined construction activities of contracts. MULTIPLE CONTRACT SUMMARY
14 1) Submit schedules for approval. 2) Distribute copies of approved schedules to contractors. 9. Provide photographic documentation. 10. Provide quality-assurance and quality-control services specified in Section "Quality Requirements." 11. Coordinate sequence of activities to accommodate tests and inspections, and coordinate schedule of tests and inspections. 12. Provide information necessary to adjust, move, or relocate existing utility structures affected by construction. 13. Locate existing permanent benchmarks, control points, and similar reference points, and establish permanent benchmarks on Project site. 14. Provide progress cleaning of common areas and coordinate progress cleaning of areas or pieces of equipment where more than one contractor has worked. 15. Coordinate cutting and patching. 16. Coordinate protection of the Work. 17. Coordinate firestopping. 18. Coordinate completion of interrelated punch list items. 19. Coordinate preparation of Project record documents if information from more than one contractor is to be integrated with information from other contractors to form one combined record. 20. Print and submit record documents if installations by more than one contractor are indicated on the same contract drawing or shop drawing. 21. Collect record Specification Sections from contractors, collate Sections into numeric order, and submit complete set. 22. Coordinate preparation of operation and maintenance manuals if information from more than one contractor is to be integrated with information from other contractors to form one combined record. B. Responsibilities of Project coordinator for temporary facilities and controls include, but are not limited to, the following: 1. Provide common-use field office for use by all personnel engaged in construction activities. Office will be located inside the construction Zone. No outside field office is required. C. Mechanical/Electrical Coordinator: Coordination activities of mechanical/electrical coordinator include, but are not limited to, the following: 1. Schedule and sequence mechanical and electrical activities. 2. Coordinate sharing access to workspaces by mechanical and electrical contractors. 3. Coordinate integration of mechanical and electrical work into limited spaces. 4. Coordinate protection of mechanical and electrical contractors' work. 5. Coordinate cutting and patching for mechanical and electrical work. 6. Prepare mechanical and electrical coordination drawings. 7. Coordinate tests and inspections for mechanical and electrical work. 8. Coordinate mechanical and electrical temporary services and facilities. MULTIPLE CONTRACT SUMMARY
15 1.5 GENERAL REQUIREMENTS OF CONTRACTS A. Extent of Contract: Unless the Agreement contains a more specific description of the Work of each Contract, requirements indicated on Drawings and in Specification Sections determine which contract includes a specific element of Project. 1. Unless otherwise indicated, the work described in this Section for each contract shall be complete systems and assemblies, including products, components, accessories, and installation required by the Contract Documents. 2. Blocking, backing panels, sleeves, and metal fabrication supports for the work of each contract shall be the work of each contract for its own work. 3. Furnishing of access panels for the work of each contract shall be the work of each contract for its own work. Installation of access panels shall be the work of each contract for its own work. 4. Equipment pads for the work of each contract shall be the work of each contract for its own work. 5. Painting for the work of each contract shall be the work of the General Construction Contract. 6. Cutting and Patching: Each contract shall perform its own cutting; patching shall be under the General Construction Contract. 7. Through-penetration firestopping for the work of each contract shall be provided by the General Construction Contract. 8. Contractors' Startup Construction Schedule: Within five working days after startup horizontal bar-chart-type construction schedule submittal has been received from Project coordinator, submit a matching startup horizontal bar-chart schedule showing construction operations sequenced and coordinated with overall construction. B. Substitutions: Each contractor shall cooperate with other contractors involved to coordinate approved substitutions with remainder of the work. 1. The General Construction Contract shall coordinate substitutions. C. Temporary Facilities and Controls: In addition to specific responsibilities for temporary facilities and controls indicated in this Section and in Section "Temporary Facilities and Controls," each contractor is responsible for the following: 1. Installation, operation, maintenance, and removal of each temporary facility necessary for its own normal construction activity, and costs and use charges associated with each facility, except as otherwise provided for in this Section. 2. Plug-in electric power cords and extension cords, supplementary plug-in task lighting, and special lighting necessary exclusively for its own activities. 3. Temporary enclosures for is the general construction contract. 4. Staging and scaffolding for its own construction activities. 5. General hoisting facilities for its own construction activities, up to 2 tons. 6. Waste disposal facilities, including collection and legal disposal of its own hazardous, dangerous, unsanitary, or other harmful waste materials. 7. Progress cleaning of work areas affected by its operations on a daily basis. 8. Secure lockup of its own tools, materials, and equipment. 9. Construction aids and miscellaneous services and facilities necessary exclusively for its own construction activities. MULTIPLE CONTRACT SUMMARY
16 1.6 GENERAL CONSTRUCTION CONTRACT / PLUMBING CONTRACT A. Work in the General Construction Contract includes, but is not limited to, the following: 1. Remaining work not identified as work under other contracts. 2. Selective demolition. 3. Exterior closure, including walls, doors, windows, and louvers. 4. Interior construction, including partitions, doors, interior glazed openings, and fittings. 5. Fire-protection specialties. 6. Interior finishes finish carpentry architectural woodwork and built-in casework. 7. Miscellaneous items, including painting of mechanical and electrical work. 8. Furnishings, including casework and window treatments. B. Temporary facilities and controls in the General Construction Contract include, but are not limited to, the following: 1. Temporary facilities and controls that are not otherwise specifically assigned to the Plumbing Contract, HVAC Contract and Electrical Contract. 2. Temporary enclosure for building exterior, except as indicated. 3. Project identification and temporary signs. 4. General waste disposal facilities. 5. Pest control. 6. Temporary fire-protection facilities. 7. Barricades, warning signs, and lights. 8. Security enclosure and lockup. 9. Environmental protection. 10. Restoration of Owner's existing facilities used as temporary facilities. 1.7 GENERAL CONSTRUCTION CONTRACT / PLUMBING CONTRACT A. Work in the Plumbing Contract includes, but is not limited to, the following: 1. Site sanitary sewerage. 2. Site special plumbing systems. 3. Plumbing fixtures. 4. Domestic water distribution. 5. Sanitary waste. 6. Plumbing connections to equipment furnished by the General Construction Contract, Plumbing, Contract HVAC and Contract Electrical Contract. 1.8 ELECTRICAL CONTRACT A. Work in the Electrical Contract includes, but is not limited to, the following: 1. Electrical service and distribution. 2. Interior lighting. 3. Communication and security. MULTIPLE CONTRACT SUMMARY
17 4. Electrical connections to equipment furnished by the General Construction Contract, Plumbing Contract, HVAC Contract and Electrical Contract. B. Temporary facilities and controls in the Electrical Contract include, but are not limited to, the following: 1. Lighting, including site lighting. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION MULTIPLE CONTRACT SUMMARY
18 SECTION ALTERNATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for alternates. 1.3 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the bidding requirements that may be added to or deducted from the base bid amount if the Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. Alternates described in this Section are part of the Work only if enumerated in the Agreement. 2. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternates into the Work. No other adjustments are made to the Contract Sum. 1.4 PROCEDURES A. Coordination: Revise or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Execute accepted alternates under the same conditions as other work of the Contract. C. 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
19 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 SCHEDULE OF ALTERNATES A. Alternate No. 1: Wood Risers. 1. Base Bid: Concrete dugout risers as indicated on Drawings and as specified. 2. Alternate: Deduct concrete riser system from scope and replace with wood riser system as indicated on Drawings. Alternate applies to each dugout. B. Alternate No. 2: Toilet Room Fixtures. 1. Base Bid: Furnish toilet rooms for each dugout as indicated on Drawings and as specified. 2. Alternate: Deduct plumbing fixtures, electrical fixtures, and toilet accessories in toilet rooms. Delete all utility systems to toilet room. Extend underground utilities from below dugout concrete floor slab, sleeve through the concrete foundation wall and adjacent concrete ramp retaining wall, terminate, and cap in final location for future installation of sewer extensions and installation of fixtures and accessories. Plumbing fixtures include lavatory (LAV-1), water closet (WC-1), hose bibb (HB-1), and electric water heater (EWH-1). Electrical fixtures include fan (EF-2), light fixture (WL2), cabinet unit heater (CUH-2). Toilet room accessories include towel and waste receptacle (TD/WR), liquid soap dispenser (SD), mirror (MR), grab bars (GB1, GB2, GB3), sanitary napkin disposal (SND), toilet paper dispenser (TTD). Additional elements, including access panel and S4 wall, shall be removed from scope. Remove paint application in Toilet room. Floor drain shall remain installed and in operation as Base Bid indicates. Provide conduit only with no wiring to be installed. Alternate applies to each dugout. C. Alternate No. 3: Surface Drain at Batting Cage. 1. Base Bid: Install surface drainage system as indicated on Drawings. 2. Alternate: Deduct surface drainage system as indicated on Drawings. D. Alternate No. 4: Conduit between press box and dugout. 1. Base Bid: Install conduit between press box and dugout as indicated on Drawings. 2. Alternate: Deduct conduit system, wiring, and camera connection. END OF SECTION ALTERNATES
20 SECTION SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Section "Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 1.3 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.4 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use CSI Form 13.1A. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. b. Coordination information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable Specification Section. SUBSTITUTION PROCEDURES
21 Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. Certificates and qualification data, where applicable or requested. g. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. h. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. i. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. j. Cost information, including a proposal of change, if any, in the Contract Sum. k. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials, and is appropriate for applications indicated. l. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Architect's Supplemental Instructions for minor changes in the Work. b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. 1.5 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.6 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. SUBSTITUTION PROCEDURES
22 PART 2 - PRODUCTS 2.1 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Substitution request is fully documented and properly submitted. c. Requested substitution will not adversely affect Contractor's construction schedule. d. Requested substitution has received necessary approvals of authorities having jurisdiction. e. Requested substitution is compatible with other portions of the Work. f. Requested substitution has been coordinated with other portions of the Work. g. Requested substitution provides specified warranty. h. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. B. Substitutions for Convenience: Not allowed. PART 3 - EXECUTION (Not Used) END OF SECTION SUBSTITUTION PROCEDURES
23 SECTION CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. B. Related Requirements: 1. Section "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award. 1.3 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions." 1.4 PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change. 2. Within 5 days, when not otherwise specified, after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and CONTRACT MODIFICATION PROCEDURES
24 finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. e. Quotation Form: Use forms acceptable to Architect. B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Section "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use form acceptable to Architect. 1.5 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Changes Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION CONTRACT MODIFICATION PROCEDURES
25 SECTION PAYMENT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements necessary to prepare and process Applications for Payment. 1.3 DEFINITIONS A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 1.4 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's construction schedule. Cost-loaded Critical Path Method Schedule may serve to satisfy requirements for the schedule of values. 1. Coordinate line items in the schedule of values with other required administrative forms and schedules, including the following: a. Application for Payment forms with continuation sheets. b. Submittal schedule. c. Items required to be indicated as separate activities in Contractor's construction schedule. 2. Submit the schedule of values to Architect at earliest possible date, but no later than 10 days before the date scheduled for submittal of initial Applications for Payment. B. Format and Content: Use Project Manual table of contents as a guide to establish line items for the schedule of values. Provide at least one line item for each Specification Section. 1. Identification: Include the following Project identification on the schedule of values: a. Project name and location. b. Name of Architect. c. Architect's project number. d. Contractor's name and address. PAYMENT PROCEDURES
26 e. Date of submittal. 2. Arrange the schedule of values in tabular form with separate columns to indicate the following for each item listed: a. Related Specification Section or Division. b. Description of the Work. c. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers) that affect value. g. Dollar value of the following, as a percentage of the Contract Sum to nearest onehundredth percent, adjusted to total 100 percent. 1) Labor. 2) Materials. 3) Equipment. 3. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with Project Manual table of contents. Provide multiple line items for principal subcontract amounts in excess of five percent of the Contract Sum. 4. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 5. Provide a separate line item in the schedule of values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. a. Differentiate between items stored on-site and items stored off-site. If required, include evidence of insurance. 6. Provide separate line items in the schedule of values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 7. Allowances: Provide a separate line item in the schedule of values for each allowance. Show line-item value of unit-cost allowances, as a product of the unit cost, multiplied by measured quantity. Use information indicated in the Contract Documents to determine quantities. 8. Purchase Contracts: Provide a separate line item in the schedule of values for each purchase contract. Show line-item value of purchase contract. Indicate owner payments or deposits, if any, and balance to be paid by Contractor. 9. Each item in the schedule of values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. a. Temporary facilities and other major cost items that are not direct cost of actual work-in-place may be shown either as separate line items in the schedule of values or distributed as general overhead expense, at Contractor's option. 10. Schedule Updating: Update and resubmit the schedule of values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. PAYMENT PROCEDURES
27 1.5 APPLICATIONS FOR PAYMENT A. Each Application for Payment following the initial Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: The date for each progress payment is indicated in the Agreement between Owner and Contractor. The period of construction work covered by each Application for Payment is the period indicated in the Agreement. 1. Submit draft copy of Application for Payment seven days prior to due date for review by Architect. C. Application for Payment Forms: Use AIA Document G702 and AIA Document G703 as form for Applications for Payment. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the schedule of values and Contractor's construction schedule. Use updated schedules if revisions were made. 2. Include amounts for work completed following previous Application for Payment, whether or not payment has been received. Include only amounts for work completed at time of Application for Payment. 3. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. 4. Indicate separate amounts for work being carried out under Owner-requested project acceleration. E. Stored Materials: Include in Application for Payment amounts applied for materials or equipment purchased or fabricated and stored, but not yet installed. Differentiate between items stored on-site and items stored off-site. 1. Provide certificate of insurance, evidence of transfer of title to Owner, and consent of surety to payment, for stored materials. 2. Provide supporting documentation that verifies amount requested, such as paid invoices. Match amount requested with amounts indicated on documentation; do not include overhead and profit on stored materials. 3. Provide summary documentation for stored materials indicating the following: a. Value of materials previously stored and remaining stored as of date of previous Applications for Payment. b. Value of previously stored materials put in place after date of previous Application for Payment and on or before date of current Application for Payment. c. Value of materials stored since date of previous Application for Payment and remaining stored as of date of current Application for Payment. PAYMENT PROCEDURES
28 F. Transmittal: Submit three signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments if required. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. G. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's lien from entities lawfully entitled to file a mechanic's lien arising out of the Contract and related to the Work covered by the payment. 1. Submit partial waivers on each item for amount requested in previous application, after deduction for retainage, on each item. 2. When an application shows completion of an item, submit conditional final or full waivers. 3. Owner reserves the right to designate which entities involved in the Work must submit waivers. 4. Waiver Forms: Submit executed waivers of lien on forms acceptable to Owner. H. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's liens from subcontractors, sub-subcontractors, and suppliers for construction period covered by the previous application. 1. Submit partial waivers on each item for amount requested in previous application, after deduction for retainage, on each item. 2. When an application shows completion of an item, submit conditional final or full waivers. 3. Owner reserves the right to designate which entities involved in the Work must submit waivers. 4. Submit final Application for Payment with or preceded by conditional final waivers from every entity involved with performance of the Work covered by the application who is lawfully entitled to a lien. 5. Waiver Forms: Submit executed waivers of lien on forms, acceptable to Owner. I. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of values. 3. Contractor's construction schedule (preliminary if not final). 4. Combined Contractor's construction schedule (preliminary if not final) incorporating Work of multiple contracts, with indication of acceptance of schedule by each Contractor. 5. Products list (preliminary if not final). 6. Schedule of unit prices. 7. Submittal schedule (preliminary if not final). 8. List of Contractor's staff assignments. 9. List of Contractor's principal consultants. 10. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 11. Initial progress report. 12. Report of preconstruction conference. PAYMENT PROCEDURES
29 13. Certificates of insurance and insurance policies. 14. Performance and payment bonds. 15. Data needed to acquire Owner's insurance. J. Application for Payment at Substantial Completion: After Architect issues the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificate(s) of Substantial Completion issued previously for Owner occupancy of designated portions of the Work. K. Final Payment Application: After completing Project closeout requirements, submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 5. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 6. AIA Document G707, "Consent of Surety to Final Payment." 7. Evidence that claims have been settled. 8. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. 9. Final liquidated damages settlement statement. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION PAYMENT PROCEDURES
TRUMAN STATE UNIVERSITY SITE IMPROVEMENTS, KIRK BLDG, MISSOURI HALL & STUDENT REC CENTER LTD RENOVATIONS
SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,
More 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 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 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 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 informationGeorge Washington Middle School - HVAC Replacement 100% Construction Documents May 7, 2018 TABLE OF CONTENTS
TABLE OF CONTENTS DIVISION 01 GENERAL REQUIREMENTS 011000 SUMMARY 012500 SUBSTITUTION PROCEDURES 012900 PAYMENT PROCEDURES 013100 PROJECT MANAGEMENT AND COORDINATION 013200 CONSTRUCTION PROGRESS DOCUMENTATION
More 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 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 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 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 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 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 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 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 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 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 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 informationUniversity of Oklahoma Sarkeys Energy Center Atriums Waterproofing Project mass project no Set no. project manual.
University of Oklahoma Sarkeys Energy Center Atriums Waterproofing Project mass project no. 1801.01 07 12 2018 Set no. project manual. University of Oklahoma Sarkeys Energy Center Atriums Waterproofing
More 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 informationENTRY SECURITY MODIFICATIONS
Rio Rancho Public Schools ENTRY SECURITY MODIFICATIONS Volume 2 of 2 Divisions 01 through 28 Mountain View Middle School Project Number 083105-16-002 Rio Rancho Cyber Academy Project Number 083018-16-001
More informationSPECIFICATIONS. Permit Set RICHMOND CITY HALL: SUITE 110 RENOVATIONS. City of Richmond, Virginia Architect s Project No
SPECIFICATIONS Permit Set RICHMOND CITY HALL: SUITE 110 RENOVATIONS ARCHITECT RICHMOND, VIRGINIA MECHANICAL, PLUMBING, FIRE PROTECTION, AND ELECTRICAL ENGINEERS GLEN ALLEN, VIRGINIA A/E s Project No. 563109
More informationADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4
ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:
More informationCHAPEL HILL TOWN HALL RENOVATIONS UPPER LEVEL, SOUTH CHAPEL HILL, NORTH CAROLINA
SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,
More 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 informationThe following shall be incorporated into the Contract Documents dated 12 MARCH 2018.
ADDENDUM NO. 1 DATE: March 28, 2018 PROJECT: OWNER: BID DATE: L Anse Area Schools Concession Building L Anse Area Schools Monday, April 9, 2018 at 2:00 PM The following shall be incorporated into the Contract
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 informationSPECIFICATIONS May 25, Ellicott Station Redevelopment Brewery Building - 40 Ellicott Street Ellicott Street Batavia, New York United States
SPECIFICATIONS May 25, 2018 Ellicott Station Redevelopment Brewery Building - 40 Ellicott Street Ellicott Street Batavia, New York United States Ellicott Station Development, LLC 500 Seneca Street Suite
More informationUniversity Apartments on Brooklyn PROJECT MANUAL
Section 011000 - Summary PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Phased construction. 4. Work under separate contracts. 5. Access
More informationHard Rock Hotel and Casino - Tulsa Casino 3 and Suite Hotel Exterior Painting Bid Issue Issue Date: 18 March 2013 Project Number
Hard Rock Hotel and Casino - Tulsa Casino 3 and Suite Hotel Exterior Painting Issue Date: 18 March 2013 Project Number 13-201.1 9400 Gateway Drive, Suite B Reno, NV 89521 775.852.3977 (p) 775.852.6543
More informationVAE VIEW ELEMENTARY WINDOW REPLACEMENT West 1600 North Layton, UT Specifications. Construction Documents
VAE VIEW ELEMENTARY WINDOW REPLACEMENT 1750 West 1600 North Layton, UT 84041 Specifications 19 March 2018 TABLE OF CONTENTS DIVISION 00 PREREQUIREMENT AND CONTRACTING REQUIREMENTS A101 A201 A310 A312 G701
More 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 informationSSM Project: Centennial School District Issued for Bid AC Unit Replacements 05/16/2014 Klinger and Log College Middle Schools
Division Section Title SPECIFICATIONS GROUP General Requirements Subgroup DIVISION 01 GENERAL REQUIREMENTS 011000 SUMMARY 012500 SUBSTITUTION PROCEDURES 012600 CONTRACT MODIFICATION PROCEDURES 012900 PAYMENT
More informationProject Manual. Beaverton School District Beaverton High School Gymnasium Improvement Beaverton, Oregon. Issue date: December 21st 2017
Project Manual Beaverton School District Beaverton High School Gymnasium Improvement Beaverton, Oregon Issue date: December 21st 2017 18241 Beaverton High School Gymnasium Improvement TABLE OF CONTENTS
More informationPAWLEYS ISLAND TOWN HALL
DOCUMENT 001116 - INVITATION TO RE-BID 1.1 PROJECT INFORMATION A. Notice to Bidders: Prequalified bidders are invited to submit bids for Project as described in this Document according to the Instructions
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 informationDOCUMENT 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 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 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 informationSERIES 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 informationTHE FORUM ROME, GEORGIA FOR FLOYD COUNTY PROJECT MANUAL (BALLROOM AND CONCESSIONS) Construction Documents
THE FORUM ROME, GEORGIA FOR FLOYD COUNTY PROJECT MANUAL (BALLROOM AND CONCESSIONS) Construction Documents Architect s Project Number: 420.01.01 Issued: November 11, 2016 PEACOCK a r c h i t e c t s 5525
More informationProject Manual. Unitarian Universalist Congregation of Princeton 50 Cherry Hill Road Princeton, New Jersey Lot: 11 Block: 5201
Project Manual for Alterations & Building Addition to: Unitarian Universalist Congregation of Princeton 50 Cherry Hill Road Princeton, New Jersey Lot: 11 Block: 5201 SCHEMATIC DESIGN ISSUE NOT FOR CONSTRUCTION
More 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 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 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 informationPROJECT MANUAL. Phi Delta Theta Phase NW 13 th Street Corvallis, OR Varitone Architecture LLC
PROJECT MANUAL Phi Delta Theta Phase 2 120 NW 13 th Street Corvallis, OR 97330 Varitone Architecture LLC 231 SW 2nd Ave. PO Box 3420 Albany, Oregon 97321 Project Contacts Owner Phi Delta Theta Chapter
More 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 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 informationBaseball Performance Development Center A Prevailing Wage Project
June 30, 2016 Baseball Performance Development Center A Prevailing Wage Project PROJECT MANUAL Owner CENTRAL MICHIGAN UNIVERISTY 206 Combined Services Building Mount Pleasant, Michigan PROJECT NUMBER 15-231
More 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 informationLCCC MAIN PLANT BOILER BURNER UPGRADES
LCCC MAIN PLANT BOILER BURNER UPGRADES FOR Laramie County Community College (LCCC) 1400 East College Drive Cheyenne, WY 82007 ENGINEERS Cator, Ruma & Associates 420 West Lincolnway Cheyenne, WY 82001 PROJECT
More informationDIVISION 10 - SPECIALTIES Toilet, Bath, and Laundry Accessories Fire Extinguishers
DIVISION 01 GENERAL REQUIREMENTS 012500 Substitution Procedures 012600 Contract Modification Procedures 013100 Project Management and Coordination 013150 Requests for Information 013200 Construction Progress
More informationPROJECT MANUAL. New Building Addition for Kenworth Sales Company, Inc. Ontario, Oregon. Set No. 01. For the Construction of: October 2017
PROJECT MANUAL For the Construction of: New Building Addition for Kenworth Sales Company, Inc. Ontario, Oregon October 2017 Set No. 01 990 John Adams Parkway, P.O. Box 2212, Idaho Falls, Idaho 83403-2212
More information***Specifications***
STEM 2 Greenhouse Project Bid No. B17-14 ***Specifications*** Bid RFI Questions Due: Tuesday, July 11, 2017 2:00PM Gale Stevens, Buyer gasteven@cabrillo.edu BID DOCUMENTS: GALE STEVENS, BUYER 831-477-5613
More informationRICHMOND PUBLIC SCHOOLS
PROJECT MANUAL RICHMOND PUBLIC SCHOOLS E.S.H. GREENE ELEMENTARY SCHOOL CONSTRUCTION PROJECT DEPT. OF EDUCATION NO. 123-144-00-100 DIVISION 1 (DRAFT SPECIFICATIONS) PREPARED BY RRMM ARCHITECTS ARCHITECTURE
More informationCoastal 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 informationINVITATION FOR BIDS FOR
********************************************************************************************** IFB NO. Y18-749-RM ISSUED: March 16, 2018 INVITATION FOR BIDS FOR EAST ORANGE HEAD START MODULAR RELOCATION
More informationDREW UNIVERSITY SPECIFICATIONS ARCHITECTURAL & M.E.P. HALL OF SCIENCES LABORATORY 129 AND 133 RENOVATION. 36 Madison Avenue Madison, New Jersey
SPECIFICATIONS ARCHITECTURAL & M.E.P. DREW UNIVERSITY HALL OF SCIENCES LABORATORY 129 AND 133 RENOVATION 36 Madison Avenue Madison, New Jersey NK Project #2199.000 ISSUED FOR REVIEW March 09, 2018 95 Washington
More informationProject Manual. Brooks Medical Office Building 323 East 100 North, Lehi, UT Lehi, UT 84043
423 West 800 South, Suite A316 Salt Lake City, UT 84101 cell: 801.652.7171 email: nh@ratherarchitecture.com Project Manual Brooks Medical Office Building 323 East 100 North, Lehi, UT 84043 Lehi, UT 84043
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 informationRICHMOND PUBLIC SCHOOLS
PROJECT MANUAL RICHMOND PUBLIC SCHOOLS NEW MIDDLE SCHOOL CONSTRUCTION ON HULL STREET CONSTRUCTION PROJECT DEPT. OF EDUCATION NO. 123-108-00-100 DIVISION 1 (DRAFT SPECIFICATIONS) PREPARED BY RRMM ARCHITECTS
More 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 informationA. Project Identification: Wiggums Park Place Renovation. D. See Section Project Team List for additional information.
SECTION 01 10 00 - SUMMARY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Specification and drawing conventions. 4. Miscellaneous provisions.
More information2016 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 informationUMC El Paso Far East Clinic and Neighborhood Healthcare Center West Issue for Construction Page Project No and April 13, 2015
Page Project No. 414018 and 414019 April 13, 2015 Table of Contents Division Section Title Pages PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 003100
More informationAWT 9TH FLOOR IMPROVEMENTS CITY OF ANAHEIM, CALL CENTER CREDIT & BILLING DEPARTMENTS, ANAHEIM, CA TECHNICAL SPECIFICATIONS AUGUST 2, 2018
CITY OF ANAHEIM, CALL CENTER CREDIT & BILLING DEPARTMENTS, ANAHEIM, CA TECHNICAL SPECIFICATIONS AUGUST 2, 2018 ROBERT BORDERS & ASSOCIATES. General Conditions AIA A201 by reference. TABLE OF CONTENTS DIVISION
More informationAIR CONDITIONING SYRACUSE JUNIOR HIGH SCHOOL
PROJECT MANUAL FOR AIR CONDITIONING DAVIS SCHOOL DISTRICT 1450 S. 2000 W. Syracuse, UT 84075 January 2017 BLANK PAGE TABLE OF CONTENTS DIVISION 01 GENERAL CONDITIONS 01 1000 Summary 01 2900 Payment Procedures
More 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 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 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 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 informationTABLE 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 informationCounty of Elko, Nevada Requirements, Specifications and Contract Documents. Mechanical System Upgrade, Project Manuel. Jackpot, Elko County, Nevada
1 County of Elko, Nevada Requirements, Specifications and Contract Documents for Jackpot Recreation Center Mechanical System Upgrade 2016 Project in Jackpot, Elko County, Nevada Department of Community
More informationAWT 2ND FLOOR IMPROVEMENTS CITY OF ANAHEIM, HOUSING AUTHORITY & WORKPLACE, ANAHEIM, CA TECHNICAL SPECIFICATIONS OCTOBER 24, 2017
CITY OF ANAHEIM, HOUSING AUTHORITY & WORKPLACE, ANAHEIM, CA TECHNICAL SPECIFICATIONS OCTOBER 24, 2017 ROBERT BORDERS & ASSOCIATES. General Conditions AIA A201 by reference. TABLE OF CONTENTS DIVISION 1
More information1. Division 1 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.
CFA A HVAC PROJECT SECTION 01100 - PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification
More informationPROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement
PROJECT MANUAL Volume 1 Project: Clayton Greenway System -Mark s Creek Bridge Replacement Owner: Town of Clayton Construction Manager: Lysaght & Associates Issued August 9, 2017 COVER SHEET 000000-1 TABLE
More informationPROJECT MANUAL. Bleacher Addition Rigby High School School District No. 251 Rigby, Idaho. Set No. F o r t h e C o n s t r u c t i o n o f :
PROJECT MANUAL F o r t h e C o n s t r u c t i o n o f : Bleacher Addition Rigby High School School District No. 251 Rigby, Idaho M a r c h 2 0 1 8 Set No. 9 9 0 J o h n A d a m s P a r k w a y, P. O.
More informationPROJECT TITLE PAGE ORANGEWALLstudios
Wahl Marine Boat Procurement and Contracting Documents 17 April 2017 DOCUMENT 00 01 01 - PROJECT TITLE PAGE PROJECT MANUAL VOLUME 1 Project: Fred Wahl Marine Boat Shop Client: Jim Zimmer Fred Wahl Marine,
More informationDIVISION 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 informationPROJECT SPECIFICATIONS. for. Grossmont Community College. Main Chiller Plant Repair. El Cajon, CA. Bid Number B18.014
PROJECT SPECIFICATIONS for Grossmont Community College El Cajon, CA Bid Number B18.014 Grossmont College Specification TOC 07/11/2018 DIVISION 01 GENERAL REQUIREMENTS 01 10 00 ~ Summary 01 14 00 ~ Work
More informationGrossmont-Cuyamaca College District Bldg. D Central Chilled Water Loop Tie-in SPECIFICATION MANUAL CUYAMACA COLLEGE, EL CAJON, CA
Grossmont-Cuyamaca College District SPECIFICATION MANUAL CUYAMACA COLLEGE, EL CAJON, CA PREPARED FOR: Cuyamaca College PREPARED BY: SC Engineers, Inc. 17075 Via Del Campo San Diego, CA 92127 P: 858.946.0333
More informationFranklin 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 informationFRANKLIN 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 informationRobert M. Ball Conference Room Renovation Project
ROBERT M. BALL BUILDING SOCIAL SECURITY ADMINISTRATION CAMPUS WOODLAWN, MARYLAND Robert M. Ball Conference Room Renovation Project Specifications Prepared for: General Services Administration Region 3
More informationADDENDUM 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 informationCONTRACTOR S PROPOSAL
WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER PREQUALIFICATION
More informationCSO / 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 informationPROJECT MANUAL VOLUME ONE EOP Project # November 12, 2018
PROJECT MANUAL VOLUME ONE EOP Project # 201732 November 12, 2018 KCTCS System Office Renovation COPY CENTER FIT-UP 300 N. Main St. Versailles, Kentucky 40383 ARCHITECT EOP Architects 201 W. Short St.,
More information[FIELDHOUSE] FLOOR R E P L A C E M E N T FLAGSTAFF, AZ
[FIELDHOUSE] FLOOR R E P L A C E M E N T FLAGSTAFF, AZ P R O J E C T M A N U A L VOLUME 1 OF 1 1729 EAST OSBORN ROAD PHOENIX, AZ 85016 CD ISSUANCE NAU PROJECT NO.: 09.0330.171 LIGHTVOX PROJECT NO.: 3001.16.01
More informationPROCUREMENT 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 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 informationANTELOPE VALLEY COLLEGE PALMDALE AIRPORT TERMINAL REMODEL
PALMDALE AIRPORT TERMINAL REMODEL 21000 20 TH STREET EAST, PALMDALE, CA 93550 for ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT 3041 WEST AVENUE K LANCASTER, CALIFORNIA 93536-5436 PROJECT MANUAL AUGUST 15,
More informationScope of Repair Davenport Grade School Roof Repair
Scope of Repair Grade School Roof Repair Prepared for: Graehm Wallace Perkins Coie LLP 1201 Third Avenue, Suite 4900 Seattle, WA 98101-3099 Date of Issuance: March 19, 2018 SECTION 011000 SUMMARY OF WORK
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 informationFaçade Access Upgrade Project
University of California Hastings College of Law Façade Access Upgrade Project 200 McAllister Street, San Francisco, CA 94102 Project Number 12042.04 ITB #56-0160 (Revised) August 20, 2015 PROJECT MANUAL
More informationDAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower
DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate
More informationDivision 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 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 informationAddendum No Variable Frequency Drives Section A, revise per following:
Date of Addendum: Jan. 7, 2013 CWA Contract: LPS-311 Addendum No. 2 Project: Lynchburg Pump Station VFD Replacement for P-208 & P-209 From: Rahim Tazeh, PE Infrastructure Associates 6117 Richmond, Suite
More informationUniversity of South Florida Health Center MDL-0114 Building Reroofing USF Project No. PF
University of South Florida Health Center MDL-0114 Building Reroofing USF Project No. PF154317843202 Project Manual October 31, 2017 October 31, 2017 Project Manual For University of South Florida Health
More informationPROJECT MANUAL ISSUE FOR PERMIT 08 AUGUST 2018 Volume 1 of 1 Divisions 00 through 33 ASTERISK EVENT SPACE DENVER, COLORADO Path21 Project No.
PROJECT MANUAL ISSUE FOR PERMIT 08 AUGUST 2018 Volume 1 of 1 Divisions 00 through 33 ASTERISK EVENT SPACE DENVER, COLORADO Path21 Project No. 18-003 PROJECT MANUAL Asterisk Event Space Denver, Colorado
More information