(Full legal name of business submitting the offer)
|
|
- Winfred Fields
- 5 years ago
- Views:
Transcription
1 Procurement Services Addendum # 1 Proposal Request Date Printed Date Issued Procurement Officer Phone Address 18-CMG-B-012 April 16, 2018 April 16, 2018 Raymond Jenkins raymond_jenkins@ charleston.k12.sc.us DESCRIPTION: MIDLAND PARK PRIMARY SCHOOL CLASSROOM MODIFICATIONS & PAINTING Offeror is to submit a signed copy of this Addendum # 1 form with BID NAME OF OFFEROR (Full legal name of business submitting the offer) AUTHORIZED SIGNATURE (Person signing must be authorized to submit binding offer to enter contract on behalf of Offeror named above.) TITLE (Business title of person signing above) PRINTED NAME (Printed name of person signing above) DATE SIGNED ACKNOWLEDGMENT OF AMENDMENTS Amendment No. Amendment Issue Date Amendment No. Amendment Issue Date Amendment No. Amendment Issue Date Amendment No. Amendment Issue Date Offerors acknowledges receipt of amendments by indicating amendment number and its date of issue. See "Amendments to Solicitation" Provision DISCOUNT FOR PROMPT PAYMENT See "Discount for Prompt Payment" clause 10 Calendar Days (%) 20 Calendar Days (%) 30 Calendar Days (%) Calendar Days (%) SEE NEXT PAGE
2 AMENDMENTS TO SOLICITATION (a) The Solicitation may be amended at any time prior to opening. (b) Offerors shall acknowledge receipt of any amendment to this solicitation (1) by signing and returning the amendment, (2) by identifying the amendment number and date in the space provided for this purpose on Page Two, (3) by letter, or (4) by submitting a bid that indicates in some way that the bidder received the amendment. (c) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Solicitation has been amended as follows: FOR MURRAY LASAINE ELEMENTARY SCHOOL CLASSROOM MODIFICATIONS PREPARED BY: CUMMING CONSTRUCTION MANAGEMENT, INC FABER PLACE DRIVE, SUITE 600 N. CHARLESTON, SOUTH CAROLINA This addendum consists of the following attachments: AND JOHN CICCARELLI ARCHITECT, LLC 337 MOLASSES LANE MT. PLEASANT, SC ITEM No. of Pages 1. Pre-Bid Meeting Minutes & Sign-In Sheet dated 4/11/ Jobsite walk through Sign In Sheet dated 4/12/ Sketch of Room 186 showing areas to paint & areas not to paint 1 4. REVISED Section Invitation for Bid, Page REPLACE Section Allowances 3 6. REPLACE Section Owner Furnished Products 6 PRE_BID CONFERENCE ITEM 1.1 PRE_BID CONFERENCE MEETING MINUTES: See attached Pre-Bid Conference Meeting Minutes and Sign In Sheet dated 4/11/2018. GENERAL ITEM 1.2 ROOM 186: Paint entire West wall from window to North wall. Eliminate painting South & East wall and ceiling. (See attached sketch.) ITEM 1.3 Use South yard for lay down area. Gate is locked with CAT-1, they will be provided to the General Contractor. ITEM 1.4 Ice Maker Box is provided and installed by Contractor as shown on Sheet P101. 2
3 SPECIFICATIONS ITEM 1.5 SPECIFICATION SECTION INVITATION FOR BID: Specification Section Invitation For Bid, Page 21, VIII Bid Form, Replace page 21, Bid Form with Revised Page 21 Bid Form. ITEM 1.6 SPECIFICATION SECTION ALLOWANCES: Replace section in its entirety. ITEM 1.7 SPECIFICATION SECTION : Replace section in its entirety. ITEM 1.8 SPECIFICATION SECTION DOMESTIC WATER PIPING: Refer to specification section Domestic Water Piping for use of copper pipe instead of PEX as noted on Drawing P001, Note 14. QUESTIONS ITEM 1.9 Question: Has accent wall color been selected? Carpet tile Pattern/Color? Texas Granite Color? Backsplash & Countertop Pattern/Color? Cabinetry Pattern/Color? Answer: Drawings identify these items with final color selection to be made by architect. We can match existing or select new color with user. ITEM 1.10 Question: Outdoor Furniture by Others are these Owner furnished items? Answer: Civil Engineer showed these items for scale based on described use. ITEM 1.11 Question: Sheet A101 Work Items W13 not used. What does this denote? Answer: The Contractor can ignore this item. ITEM 1.12 Question: Dishwasher owner furnished? Answer: See added Allowance. ITEM 1.13 Question: Ice maker box owner furnished? Answer: By contractor See plumbing drawings. ITEM 1.14 Question: Should there be seismic shop drawings for plumbing? Answer: No. We are connecting to existing piping. ITEM 1.15 Question: Sheet P001, note 12, are underground and above ground transposed? Should above ground piping be K copper and underground be PEX tubing? Answer: Delete reference to underground domestic water piping. 3
4 ITEM 1.16 Question: Sheet P001, note 14, should all Waste and drainage piping be C.I. or is PVC acceptable for underground? PVC conflicts with CCSD design guidelines. Answer: We are connecting to existing piping. Change note 1 in the plumbing fixture to replace PVC with 17 gauge tubular brass ITEM 1.17 Question: Sheet E001, Note 12 change concrete decking to protuberant rib of concrete decking to be specific, unless it does not matter seismically. Answer: This change is acceptable. ITEM 1.18 Question: Sheet E001, note 14 add Submit U.L. design for fire rated penetration seals to Architect/Engineer for approval prior to start. Answer: Okay. ITEM 1.19 Question: Sheet E101 add by owner under owner furnished items for continuity. Answer: Okay. END OF ADDENDUM No. 1 4
5 CHARLESTON COUNTY SCHOOL DISTRICT Murray LaSaine Elementary School Classroom Modification PRE-BID CONFERENCE April 11, :00 P.M. MINUTES I. Introductions See Sign-In Sheet attached. II. Scope of Work The Scope of work includes, but is not limited to, A. The project: Classroom Modifications at Murray LaSaine ES: The scope of work consists of, but is not limited to Classroom Modifications at Murray Lasaine Elementary, includes renovation of select classrooms in the annex building and creation of an enclosed outdoor space. Work includes, but is not limited to: selective demolition, vinyl composite tile, sheet vinyl, carpet tile, painting, gypsum wallboard, plastic laminate cabinets and countertops, aluminum storefront and miscellaneous electrical and plumbing. See construction documents for portions of work described above to be performed by owner or by others. B. Contractor to schedule their work in accordance with all noise ordinances per the authority having jurisdiction. C. Contractor shall provide a letter accepting all project conditions prior to commencing work. D. Contractor is responsible for any damages to existing fencing. E. Contractor shall provide a project specific safety plan prior to mobilization. III. Bid Date: April 20, :00 A.M. Location: Cumming Construction Management 3820 Faber Place Drive, Suite 600 North Charleston, SC IV. Proposal Requirements 1. Bid Form Enclosed in a sealed, opaque envelope, bearing the name and address of the Bidder, South Carolina Contractor s identification of the contract being bid and the name of the project Faber Place Drive, Suite 600 North Charleston, SC Phone Fax
6 2. Bid Bond or Cashier s check for 5% of Base Bid. 3. Acknowledge receipt of Addenda. 4. All bids must comply with the laws of South Carolina and Charleston County School District Procurement Code. 5. Authorized Signature. V. General Requirements 1. Attendance at Pre-bid Meeting and site visits is not mandatory but is strongly urged. 2. All prospective bidders are to monitor for Addenda or Amendments. VI. VII. Schedule: The Contractor start date for submittals and shop drawings is May 3, 2018 and the first day the Contractor will have access to the site is June 5, 2018 and Substantial Completion is scheduled for August 1, 2018 (90 Days). Allowances: Classroom Modification Allowance 1. General Contingency Allowance $20, It should be noted that if these allowances are not expended, the amounts revert back to the Owner VIII. IX. Unit Prices None. Alternates Alternate #1: Base cabinets, wall cabinets, & countertop in area identified. X. Owner Furnished / Owner Installed Flooring Refrigerator XI. XII. XIII. Temporary Facilities Contractor will need to provide portable restrooms. Special Inspections Terracon will be the 3 rd party inspector for this project. SWMBE Charleston County School District encourages SWMBE businesses to participate in the bid process, as well as all bidders to strive for maximum participation by SWMBE contractors. Please refer to the Invitation for bid document Faber Place Drive, Suite 600 North Charleston, SC Phone Fax
7 XIV. Questions/Comments Last day to submit questions is April 13, 2018, no later than 12:00 p.m. All questions should be submitted in writing to: o o John Ciccarelli Architects (john@jcarchitects.net) and Bob Faust with Cumming (bfaust@ccorpusa.com). CC Raymond Jenkins at CCSD (raymond_jenkins@charleston.k12.sc.us) and Teresa Davis at Cumming (tdavis@ccorpusa.com). Builder s Risk Policy The Contractor is required to provide a Builder s Risk policy. Contractor shall submit proof of such insurance prior to the start of work on site (AIA , page 52). GC has to verify location of x-bracings in wall to be demoed. OF/OI items are flooring and refrigerator. Dishwasher will be an allowance item. Walkthrough will be held April 12, 2018 at 3:00 PM at jobsite. 691 Riverland Drive, Charleston, SC Is there a lay down area? Look at yard area south of school. Tree protection must be maintained Faber Place Drive, Suite 600 North Charleston, SC Phone Fax
8
9
10 NO PAINT THESE 1 2 WALLS OR CEILING 3 A PT-2 PT-2 W2 W3 CLASSROOM SF W3 W2 CLASSROOM SF A ' - 10" 3' - 0" CLEAR W2 W3 PT-2 SMALL GROUP 186S 147 SF PT-2 A101 B PT-2 PT-2 6' - 0" W9 W5 PT-2 W10 W11 W8 8 W1 W7 PT-2 15' - 6" W5 PAINT WALL W7 W19 W18 ALTERNATE #1 BASE CABINETS, WALL CABINETS AND COUNTERTOP IN AREA IDENTIFIED C 2 FLOOR PLAN 1/8" = 1'-0" A101
11 VIII. Bid Form /Cost Proposal CLASSROOM MODIFICATION AT MURRAY LASAINE ELEMENTARY SCHOOL A. ALLOWANCES 1. General Contingency Allowance $ 20, Dishwasher Allowance $ 1, B. BASE BID 1. Total Base Bid without Allowances $ 2. Total of Allowances $ 21, Total of Base Bid with Allowances $ C. ALTERNATES Alternate #1: Base cabinets, wall cabinets, & countertop in area identified. $ D. UNIT PRICES ITEM Unit COST None GC License # COMPANY NAME ADDRESS COMPANY REPRESENTATIVE Authorized to Sign BY TITLE TELEPHONE ADDENDA RECEIPT ( ) Addendum #1 Date (if applicable) ( ) Addendum #2 Date 21
12 CLASSROOM MODIFICATION AT MURRAY LASAINE ELEMENTARY SCHOOL PART I - GENERAL 1.1 RELATED DOCUMENTS SECTION ALLOWANCES A. Drawings and general provisions of Contract, including AIA Documents A132 and A232, as amended, General and Supplementary conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative procedural requirements governing handling and processing allowances. 1. Selected materials and equipment, and in some cases, their allowances. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when additional information is available for evaluation. Additional requirements, if necessary, will be issued by Change Order. B. Types of allowances required include the following: 1. General Contingency Allowance $ 20, Dishwasher Allowance $ 1, C. Procedures for submitting and handling Change Orders are included in Section Contract Modification Procedures and Article 7 of the AIA A232 General Conditions of the Contract for Construction. D. Inclusion of unit prices is explained in Section Unit Prices. 1.3 SELECTION AND PURCHASE A. At earliest feasible date after Contract award, advise Program Manager of date when final selection and purchase of each product or system described by allowance must be completed in order to avoid delay in performance of Work. 1. When requested by Program Manager, obtain proposals for each allowance for use in making final selections; include recommendations that are relevant to performance of Work. 2. Purchase products and systems as selected from designated supplier. ALLOWANCES
13 CLASSROOM MODIFICATION AT MURRAY LASAINE ELEMENTARY SCHOOL SECTION ALLOWANCES B. Costs Included in Allowances: Cost of product to Contractor or Subcontractor, delivery to site and applicable taxes (less applicable trade discounts), product handling at the site, including unloading, uncrating, and storage; protection of products from elements and from damage, and labor for installation and finishing, unless specifically stated otherwise in allowance for particular product. Cost shall also include overhead (including, but not limited to, field and home office overhead, insurance, bonds, labor burden, etc.) and profit associated with each item. D. Program Manager (in consultation with the Architect) Responsibilities: 1. Consult with Contractor in consideration and selection of products, suppliers and installers. 2. Select products in consultation with Owner and transmit to Contractor. 3. Prepare Change Order, if an increase or decrease in price exists from the listed allowance amount. E. Contractor Responsibilities: 1.4 SUBMITTALS 1. Assist Program Manager in selection of products, suppliers and installers. 2. Obtain proposals from suppliers and installers and offer recommendations. 3. On notification of selection by Program Manager, execute purchase agreement with designated supplier and installer. 4. Arrange for and process shop drawings, product data, and samples. Arrange for delivery. 5. Promptly inspect products upon delivery for completeness, damage, and defects. Submit claims for transportation damage. A. Submit proposals for purchase of products or systems included in allowances, in form specified for Submittals. B. Submit invoices or delivery slips to indicate actual quantities of materials delivered to site for use in fulfillment of each allowance. 1.5 UNUSED MATERIALS A. Return unused materials to manufacturer or supplier for credit to Owner, after installation has been completed and accepted. B. When not economically feasible to return unused material for credit and when requested by Program Manager, prepare unused material for Owner's storage, ALLOWANCES
14 CLASSROOM MODIFICATION AT MURRAY LASAINE ELEMENTARY SCHOOL SECTION ALLOWANCES and deliver to Owner's storage space as directed. Otherwise, disposal of excess material is Contractor's responsibility. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 INSPECTION A. Inspect product covered by allowance promptly upon delivery for damage or defects. 3.2 PREPARATION A. Coordinate materials and installation for each allowance with related construction to ensure that each allowance item is completely integrated and interfaced with related construction activities. 3.3 SCHEDULE OF ALLOWANCES 1. General Contingency Allowance $ 20, Dishwasher Allowance $ 1, END OF SECTION ALLOWANCES
15 CLASSROOM MODIFICATION AT MURRAY LASAINE ELEMENTARY SCHOOL SECTION PART 1 GENERAL 1.01 DESCRIPTION A. Work Included: Coordinate and, if required, install Owner Furnished Equipment as shown on the drawings, as specified herein, and as needed for a complete and proper installation. 1. Owner Furnished/Contractor Installed (OF/CI) Equipment items and Owner Furnished/Owner Installed (OF/OI) Equipment items will be identified on the drawings or in the specifications. 2. Connections and interface: All necessary connections and interface with new construction shall be the responsibility of the General Contractor. This includes but is not limited to mechanical, plumbing, and electrical connections, sealing and trim closures QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section SUBMITTALS A. Product Data: In accordance with the Contractor's Construction Schedule, the Owner shall submit to the Contractor the following: 1. Materials list of items proposed to be provided under this Section. 2. Manufacturer s specifications, catalog cut sheets, installation and instructions. 3. Shop drawings indicating assembly and construction interface details COORDINATION - FOR OF/CI EQUIPMENT A. Owner's Responsibilities: 1. Have the Program Manager arrange for and deliver Owner reviewed Shop Drawings, Product Data, and Samples to Contractor. 2. Arrange and pay for Product delivery to site. 3. On delivery, the Program Manager and Owner will inspect Products jointly with Contractor
16 CLASSROOM MODIFICATION AT MURRAY LASAINE ELEMENTARY SCHOOL SECTION Have Program Manager submit claims for transportation damage and replace damaged, defective, or deficient items. 5. Have Program Manager arrange for manufacturer's warranties, inspections, and service. B. Contractor's Responsibilities: 1. Review Owner reviewed Shop Drawings, Product Data, and Samples. 2. Receive and unload Products at site; inspect for completeness or damage, jointly with Program Manager. 3. Handle, store, install and finish Products. 4. Repair or replace items damaged after receipt COORDINATION FOR OF/OI EQUIPMENT A. Owner's Responsibilities: 1. Have the Program Manager arrange for and deliver Owner reviewed Shop Drawings, Product Data and Samples to Contractor. 2. Arrange and pay for Product delivery to site. 3. On delivery, the Program Manager and Owner will inspect Products jointly with Contractor. 4. Have the Program Manager submit claims for transportation damage and replace damaged, defective, or deficient items. 5. Arrange and pay for Product installation at site. 6. Have the Program Manager arrange for manufacturer's warranties, inspections, and service. B. Contractor's Responsibilities: 1. Review Owner reviewed Shop Drawings, Product Data and Samples to become thoroughly familiar with the work. Establish work schedules and material deliveries. 2. Receive and unload Products at site, inspect for completeness or damage, jointly with Program Manager
17 CLASSROOM MODIFICATION AT MURRAY LASAINE ELEMENTARY SCHOOL SECTION Coordinate work with Owner's installation Contractor. Provide temporary power, water, etc. to facilitate work. 4. Provide storage, if necessary, of products prior to installation. 5. Make final connections to permanent utility services, such as power, water, gas, sewer to allow for full functional use. 6. Protect all completed work. 7. Repair or replace items damaged after completion. 8. Coordinate training sessions with Program Manager to train Owner's personnel in the proper operation of the equipment. PART 2 PRODUCTS 2.01 GENERAL A. The following equipment will be furnished by the Owner. This general listing is for rough-in information and coordination. See the drawings for the location of the installation EQUIPMENT A. Owner Furnished/Contractor Installed (OF/CI) 1. None B. Owner Furnished. Owner Installed (OF/OI) 1. Carpet (Demoed by GC) 2. VCT (Demoed by GC) 3. Rubber Cove Base (Demoed by GC) 4. Window Shades 5. Refrigerator (GC to provide icemaker hookup). 6. Furniture, Office Equipment and Computer Equipment 7. Technology wiring and equipment (GC to provide conduits and raceways) 3.03 SURFACE CONDITIONS A. Examine the area and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected INSTALLATION
18 CLASSROOM MODIFICATION AT MURRAY LASAINE ELEMENTARY SCHOOL SECTION A. Coordinate as required with other trades to assure proper and adequate provision in the work of those trades for interface with the work of this Section. B. For OF/CI equipment, install the work of this Section in strict accordance with the original design, pertinent requirements of governmental agencies having jurisdiction, and the manufacturer's recommended installation procedures as approved, anchoring all components firmly into position for long life under hard use. C. For OF/CI and OF/OI equipment, upon completion of installation and hookup to utilities, put each operating component through at least five complete operating cycles, adjusting as needed to secure optimum operation level. D. Promptly remove from the job site all cartons and packing material associated with the work of this Section RESPONSIBILITY CHARTS A. Refer to the attached charts for representation of areas of responsibility between OF/CI and OF/OI System of Products. OWNER FURNISHED/CONTRACTOR INSTALLED (OF/CI) TYPICAL RESPONSIBILITY CHART Item Description School District Contractor Manufacturer A/E Program Manager
19 CLASSROOM MODIFICATION AT MURRAY LASAINE ELEMENTARY SCHOOL SECTION List of Equipment X 2 Bidding Negotiations X 3 Purchase Equipment X 4 Produce Equipment Shop Drawings X 5 Shop Drawing Approval X 6 Schedule Equipment Delivery Dates X 7 Deliver to Jobsite X 8 Unload at Jobsite X 9 Inspect at Jobsite X X X 10 Property Insurance X X 11 Installation X 12 Equipment Startup X 13 Clean-up X 14 Warranty (Labor) X (Material) X OWNER FURNISHED/OWNER INSTALLED (OF/OI) TYPICAL RESPONSIBILITY CHART Item Description School District Contractor Manufacturer A/E Program Manager
20 CLASSROOM MODIFICATION AT MURRAY LASAINE ELEMENTARY SCHOOL SECTION List of Equipment X X 2 Bidding Negotiations X X 3 Purchase Equipment X 4 Produce Equipment Shop Drawings X 5 Shop Drawing Approval X X 6 Schedule Equipment Delivery Dates X X X 7 Deliver to Jobsite X 8 Unload at Jobsite X 9 Inspect at Jobsite X X X 10 Property Insurance X 11 Installation X X 12 Equipment Startup X X 13 Clean-up X X 14 Warranty (Labor) X (Material) X END OF SECTION
Answer: Qualification statement should be provided with the bid.
Little Diversified Architectural Consulting, Inc. 5815 Westpark Drive Charlotte, North Carolina 28217 Phone: 704-525-6350 Fax: 704-561-8700 Lincoln County Probation Renovation 208 N. Government Street
More informationA. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following:
SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division
More informationINDEX OF SPECIFICATIONS SECTION F SPECIAL CONDITIONS DIVISION 1 - GENERAL REQUIREMENTS:
INDEX OF SPECIFICATIONS SECTION F SPECIAL CONDITIONS DIVISION 1 - GENERAL REQUIREMENTS: 013300 SUBMITTAL PROCEDURES 018116 CONSTRUCTION WASTE MANAGEMENT DIVISION 2 EXISTING CONDITIONS: 023000 EARTHWORK
More informationSECTION ADMINISTRATIVE REQUIREMENTS SECTION ADMINISTRATIVE REQUIREMENTS
PART 1 GENERAL 1.01 SECTION INCLUDES A. Project Coordination. B. Preconstruction meeting. C. Progress meetings. D. Preinstallation conferences. E. Requests for information (RFI). F. Coordination drawings.
More informationA. Action Submittals: Written and graphic information that requires Architect's responsive action.
SECTION 01330 - 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 1 Specification
More informationSECTION SUBMITTALS. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.
SECTION 013300 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 informationSection Meetings Section Material and Equipment. None Required
January 2000 Page 1 of 8 PART 1 GENERAL 1.01 OTHER CONTRACT DOCUMENTS 1.02 DESCRIPTION OF WORK 1.03 RELATED WORK PART 2 PRODUCTS The General Conditions of the Contract, General Requirements and Supplemental
More informationSECTION SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS
SECTION 01 33 00 - 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
More informationSECTION PROJECT MANAGEMENT AND COORDINATION
SECTION 013100 - PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other
More informationWATER MAIN ALONG ENTRANCE TO ENCINO PS / HWY 281 TO ENCINO TANK Solicitation Number: CO Job No.:
WATER MAIN ALONG ENTRANCE TO ENCINO PS / HWY 281 TO ENCINO TANK Solicitation Number: CO-00111 Job No.: 16-7003 To Respondent of Record: ADDENDUM 2 July 5, 2017 This addendum, applicable to work referenced
More informationMerrick Pet Care New Distribution Center Hereford, Texas
Merrick Pet Care New Distribution Center Hereford, Texas DATE: March 16, 2015 ARCHITECTURAL/ELECTRICAL ADDENDUM #6 FROM: TO: PROJECT: Lavin Associates, Architects Plan Holders of Record Merrick Pet Care,
More informationFacility Services Subgroup Preface for Divisions 21` through 28
Facility Services Subgroup Preface for Divisions 21` through 28 1.1 EXECUTIVE SUMMARY A. This document provides standards for the Consultants and Contractors producing mechanical and electrical design
More informationJEFFERSON LAB TECHNICAL ENGINEERING & DEVELOPMENT FACILITY (TEDF ONE) Newport News, Virginia
BULLETIN NO. 6 TO THE PLANS AND SPECIFICATIONS FOR JEFFERSON LAB TECHNICAL ENGINEERING & DEVELOPMENT FACILITY (TEDF ONE) Newport News, Virginia EwingCole Architects.Engineers.Interior Designers.Planners
More informationA. Action Submittals: Written and graphic information that requires Engineer's responsive action.
SECTION 01330 - 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 1 Specification
More informationSECTION SUBMITTAL PROCEDURES
SECTION 01330 - 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 1 Specification
More informationKINGS COUNTY JAIL EXPANSION PHASE III COUNTY OF KINGS
SECTION 01 3100 - 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 informationAddendum #1 - Bid Package #
Addendum #1 - Bid Package #6929-08 Project Name: Lincoln Public Schools District Office 5901 O Street Lincoln, NE Project No.: 11065 Issued: September 18, 2012 This Addendum is issued by Hampton Construction
More informationSECTION 2 GENERAL REQUIREMENTS
SECTION 2 GENERAL REQUIREMENTS 2-1 ENGINEER REQUIRED: All plans and specifications for Improvements which are to be accepted for maintenance by the County and private, on-site drainage and grading shall
More informationUCCS University Hall Fire Sprinkler System Upgrade March 1, 2011 RTA SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL
SECTION 013300 - 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
More informationSection Project Closeout
Section 01700 - Project Closeout PART 1 GENERAL A. STIPULATIONS The section Special Requirements forms a part of this section by this reference thereto and shall have the same force and effect as if printed
More informationUNION COUNTY VOCATIONAL-TECHNICAL SCHOOLS West Hall Addition Project Raritan Road, Scotch Plains, NJ
SECTION 013300 - 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 1 General
More informationInvitation for Bids Amendment #1
Invitation for Bids Amendment #1 DESCRIPTION: Interior Door Hardware Replacement Solicitation: Date Issued: Procurement Officer: Phone: E-Mail Address: Mailing Address: USING GOVERNMENTAL UNIT: SPARTANBURG
More informationEast Central College
SECTION 013300 - 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
More informationTCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II
SECTION 013300 - 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
More informationFebruary 18, Re: Zephyr Lakes Amenity Center Zephyrhills, Florida
February 18, 2019 Re: Zephyr Lakes Amenity Center Zephyrhills, Florida These are the responses to the RFIs received by 2:00 PM on Monday, February 11, 2019. All items that are not answered in the following
More informationDIVISION 1 - GENERAL REQUIREMENTS SECTION SUBMITTALS
DIVISION 1 - GENERAL REQUIREMENTS SECTION 01300 - SUBMITTALS PART 1 - GENERAL 1.1 STIPULATIONS A. The section "Special Requirements" forms a part of this section by this reference thereto and shall have
More informationNORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017
SECTION 01 3300 - 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
More information10930 W. Sam Houston Parkway N., Suite 900
ADDENDUM NO. 1 10930 W Sam Houston Pkwy. North Suite 900 Houston, Texas 77064 281.664.1900 281.664.1912 (f) www.salasobrien.com March 21, 2018 Project: Prepared by: Taylor Career Center Welding Labs Beaumont
More informationSECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES
SECTION 01 33 23 - SHOP DRAWINGS, PRODUCT DATA, AND PART 1 - GENERAL 1.1 SUMMARY A. Products include, but are not limited to, the following construction submittals: 1. Shop Drawings. 2. Product Data. 3.
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR WELL MAINTENANCE SERVICES ADDENDUM NO.
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: D. Anthony Rubin Date Issued: May 21, 2015 BID NO.: 15-7031 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR WELL MAINTENANCE SERVICES ADDENDUM NO.
More informationSolid Surface Countertops
USE THIS SECTION FOR COUNTERTOPS. USE SECTION 06 61 16 FOR OTHER SOLID SURFACING APPLICATIONS INCLUDING WALL CLADDING AND MISCELLANEOUS FABRICATIONS. GENERAL NOTES TO SPECIFIER: THIS SPECIFICATION SECTION
More informationSECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES
SECTION 01334 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES PART 1 GENERAL 1.01 SUMMARY A. Submit to the ENGINEER for review, such working drawings, shop drawings, test reports and data on materials and equipment
More informationSECTION CONTRACTOR SUBMITTALS. A. All submittals by the CONTRACTOR shall be submitted to the ENGINEER.
SECTION 01300 - PART 1 - GENERAL 1.1 GENERAL A. All submittals by the CONTRACTOR shall be submitted to the ENGINEER. B. Unless otherwise noted, within 14 days after the date of commencement as stated in
More informationTaylor County July 2011 SECTION SHOP DRAWINGS, WORKING DRAWINGS AND SAMPLES
SECTION 01340 SHOP DRAWINGS, WORKING DRAWINGS AND SAMPLES PART 1 - GENERAL 1.1 REQUIREMENTS INCLUDED A. Contractor shall submit to the Architect/Engineer for review and exception, if any, such working
More informationSECTION SUBMITTAL PROCEDURES
SECTION 013300 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
More informationIFB PAINTING AT HAYDON ELEMENTARY ADDENDUM #1
IFB 18-14 PAINTING AT HAYDON ELEMENTARY ADDENDUM #1 IFB MODIFICATIONS: BONDING REQUIREMENTS: Due to the complexity of the scope of work, MCPS is requiring bonding for this bid. The following bonds are
More informationADDENDUM #2 September 12, 2018
Physical Plant Services Project Management 1000 Rim Drive Phone: (970) 247-7523 Fax: (970) 247-7555 Project No. 2007-130P18 Whalen Gymnasium Expansion and Renovation for Exercise Science Request for Qualifications
More informationDecember 31, 2015 A. THE BID OPENING DATE IS UNCHANGED. B. Questions, Additions, and Deletions
December 31, 2015 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA Y16-721-MM / ADDENDUM No. 1 ORANGE COUNTY CONVENTION CENTER PHASE III VALENCIA BALLROOM RENOVATION Bid Opening Date: January 12, 2016
More informationADDENDUM #1. April 29, 2009
April 29, 2009 Re: HACC, Central Pennsylvania s Community College Midtown 1 CCTA Phase 2 Solicitation # 09-17 From: Eastern pcm, LLC Construction Manager HACC 212 Locust Street, Suite 604 Harrisburg, PA
More informationBidders for the Oak Brook Park District Family Locker Room Renovation
BIDDING & CONTRACT REQUIREMENTS Document 00901 Addendum No. 1 Date: June 1, 2017 From: To: Wight Construction Services, Inc. 2500 Frontage Road Darien, IL 60561 Bidders for the Oak Brook Park District
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS PROJECT: Painting of the Signal Poles, Mast Arms and Decorative Bases OWNER: City of Goose Creek, Department of Public Works RECEIPT OF PROPOSALS: Separate sealed proposals for the
More informationA. Section includes administrative and procedural requirements for project record documents, including the following:
SECTION 017839 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01
More information1.01 NOTICE TO BIDDERS
ADDENDUM NO. 1 1.01 NOTICE TO BIDDERS A. Date: 15 March 2013 B. From: Bahr Vermeer and Haecker Architects, Ltd. C. To: Prospective Bidders. D. Project: Lexington Public Schools Lexington Middle School
More informationJames W. Moore, PE / Brandon D. Enevold, PE / Kjersten E. Kuhta, PE Dylan J. Cunningham, PE / Jacob L. Deering, PE / Joel R.
ADDENDUM NO. 1 October 21, 2016 PROJECT: CWU CAMPUS GENERATOR PROJECT #: CWU Project No. 12238-02 The additions, clarifications and corrections contained herein shall be made to the Project Manual, Drawings
More informationCLARIFICATIONS 1. See attached meeting minutes from the Pre-Bid meeting on June 14, 2017.
June 15, 2017 GS#108-281 Greene Hall Renovations University of Southern Mississippi Hattiesburg, Mississippi 00.910 ADDENDUM NO 1. This Addendum contains 6 pages and 21 pages of attachments for a total
More informationSECTION A. RFI: Request from Contractor seeking interpretation, information, or clarification of the Contract Documents.
SECTION 01 3000 PART 1 GENERAL 1.1 SECTION INCLUDES A. Electronic document submittal service. B. Preconstruction meeting. C. Submittals for review, information, and project closeout. D. Submittal procedures.
More informationMISSISSIPPI STATE UNIVERSITY Office of Planning Design and Construction Administration
SECTION 01 340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other
More informationSECTION SUBMITTAL PROCEDURES
SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1 GENERAL 1.1 SUMMARY A. Section Includes. 1. Submittal procedures. 2. Product data. 3. Shop drawings. 4. Samples. 5. Design data. 6. Test reports. 7. Certificates.
More informationSECTION ADMINISTRATIVE REQUIREMENTS
PART 1 GENERAL 1.01 SECTION INCLUDES A. Electronic document submittal service. B. Preconstruction meeting. C. Progress meetings. D. Construction progress schedule. E. Coordination drawings. SECTION 013000
More informationMontclair, NJ ADDENDUM NO. 1 Issue Date: May 15, 2017
Montclair, NJ 0704 ADDENDUM NO. Issue Date: May 5, 207 Request for Proposal # 294 Building 47 West Renovation- Phase 6a Number of Pages: 2 plus 5 sketches Date of Original Bidding Documents: April 26,
More informationSECTION CLOSEOUT SUBMITTALS SECTION CLOSEOUT SUBMITTALS
PART 1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Manuals. C. Warranties and bonds. 1.02 RELATED REQUIREMENTS SECTION 01 78 00 A. Section 01 30 00 - Administrative
More informationPROJECT TITLE PROJECT NO: CONTRACT TITLE UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA
If project is not administered in PRISM, coordinate use of Exhibit 6 submittal schedule with this section. SECTION 01 33 23 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 - GENERAL 1.1 REQUIREMENTS INCLUDED
More informationWhat Are Submittals?
Introduction Overview of the Submittal Process Comparison of AIA with ConsensusDOCS Architect and Contractor Obligations FAR Requirements State Licensing Requirements 1 What Are Submittals? Submittals
More informationSECTION OPERATION AND MAINTENANCE DATA
SECTION 01787 OPERATION AND MAINTENANCE DATA PART 1 GENERAL 1.01 SUMMARY A. Compile product data and related information appropriate for OWNER's maintenance and operation of products furnished under Contract.
More informationFAB GSE Remodel ITB Solicitation #1538 Invitation to Bid (ITB) for General Contracting Services. ADDENDUM #4 December 5, 2014
FAB GSE Remodel ITB Solicitation #1538 Invitation to Bid (ITB) for General Contracting Services ADDENDUM #4 December 5, 2014 This Addendum is issued to provide answers to questions from potential bidders
More information.2 Accompany all submissions with a transmittal letter, in duplicate, containing:.4 Specification Section number for each submittal
City of Winnipeg Brady Road Landfill Site Section 01300 New Entrance and Scale Facility Page 1 of 4 SUBMITTALS 1. SHOP DRAWINGS 1.1 General.1 Arrange for the preparation of clearly identified Shop Drawings
More information835 Gil Harbin Industrial Blvd Valdosta, GA 31601
QUALITY CONTROL PLAN NAVFAC SE PUBLIC WORKS MAYPORT FEAD MAYPORT 1966 BONHOMME RICHARD STREET MAYPORT NAVAL STATION FL 32228-0073 N69450-08-D-1781/0004 835 Gil Harbin Industrial Blvd Valdosta, GA 31601
More informationTELEPHONE: (215) Addendum No. 1
THE SCHOOL DISTRICT OF PHILADELPHIA SCHOOL REFORM COMMISSION Office of Capital Programs 440 North Broad Street, Third Floor - Suite 371 Philadelphia, PA 19130-4015 TELEPHONE: (215) 400-4730 Addendum No.
More informationSECTION SUBMITTALS PART 1 - GENERAL 1.01 RELATED DOCUMENTS
SECTION 01300 SUBMITTALS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections,
More informationSECTION PROJECT COORDINATION VIA BIM
SECTION 01 31 13 PROJECT COORDINATION VIA BIM 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 MORRO BAY / CAYUCOS SANITARY DISTRICT
CITY OF MORRO BAY / CAYUCOS SANITARY DISTRICT ADDENDUM NO. 1 TO REQUEST FOR PROPOSALS For EQUIPMENT FOR THE 2014 CITY OF MORRO BAY / CAYUCOS SANITARY DISTRICT WASTEWATER TREATMENT PLANT IMPROVEMENT PROJECT:
More informationCity of Lompoc Building & Safety Services Section 100 Civic Center Plaza Lompoc, CA Phone: Fax:
City of Lompoc Building & Safety Services Section 100 Civic Center Plaza Lompoc, CA 93436 Phone: 805-875-8220 Fax: 805-875-8198 RESIDENTIAL BUILDING PLANS SUBMITTAL REQUIREMENTS A. APPLICATION PROCESS
More informationNORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 12/12/2018
SECTION 01 7839 - PROJECT RECORD DOCUMENTS GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification
More informationREVISION #1. Section. fire alarm B. C. the hot. intent of. required. manufacturer. materials. C. Warranty
HOT AISLE CONTAINMENT SYSTEM (HACS) REVISION #1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. B. C. Drawings and general provisions of the Contract, including General and Supplementary. Conditions apply to
More information2016 CDM Smith All Rights Reserved July 2016 SECTION PROJECT MEETINGS
PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED SECTION 01 20 00 PROJECT MEETINGS A. Construction Manager shall schedule and administer pre-construction meeting, periodic progress meetings, and specially called
More informationSeptember 6, 2018 CITY OF BERKELEY SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO C ADDENDUM NO.
Department of Public Works Transportation Division September 6, 2018 CITY OF BERKELEY SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C ADDENDUM NO. 3 Dear Bidder: The
More informationSolid Surface Fabrications
USE THIS SECTION F WALL CLADDING AND MISCELLANEOUS FABRICATIONS OTHER THAN COUNTERTOPS. USE SECTION 06 61 18 F COUNTERTOPS. GENERAL NOTES TO SPECIFIER: THIS SPECIFICATION SECTION HAS BEEN PREPARED TO ASSIST
More informationA. This section specifies procedural requirements for Shop Drawings, product data, samples, and other miscellaneous Work-related submittals.
SECTION 01300 PART 1 GENERAL 1.1 SECTION INCLUDES A. Description of Requirements B. Submittal Procedures C. Specific Submittal Requirements D. Action on Submittals E. Repetitive Review 1.2 DESCRIPTION
More information1. Land survey Work. 2. Civil and Structural engineering services.
SECTION 01050 FIELD ENGINEERING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division-1 Specification
More informationDEVELOPMENT REVIEW COMMENTS LAND DISTURBANCE PERMIT (LDP) CLEARING CLEARING & GRUBBING GRADING. Date Reviewed by. Project Name
GWINNETT COUNTY Department of Planning and Development One Justice Square 446 West Crogan Street Suite 150 1 st Floor Lawrenceville, GA 30046 Phone: 678.518.6000 Fax: 678.518.6240 www.gwinnettcounty.com
More informationRENOVATION OF THE FARMERS MARKET Reference Number:
RENOVATION OF THE FARMERS MARKET Reference Number: 13-098 A D D E N D U M NO. 1 The following shall form part of the tender documents issued by the City of Guelph s Purchasing Department, June, 2013. NOTE:
More informationDIVISION 1 GENERAL REQUIREMENTS SECTION SUBMITTAL PROCEDURES
DIVISION 1 GENERAL REQUIREMENTS SECTION 01 33 00 PART 1 - GENERAL 1.1 SUMMARY A. This section includes administrative and procedural requirements for submittals required for performance of the work, including
More informationCHAPTER 11 PRELIMINARY SITE PLAN APPROVAL PROCESS
CHAPTER 11 PRELIMINARY SITE PLAN APPROVAL PROCESS 11.01.00 Preliminary Site Plan Approval 11.01.01 Intent and Purpose 11.01.02 Review 11.01.03 Application 11.01.04 Development Site to be Unified 11.01.05
More informationArchitectural Design Process
Architectural Design Process Custom Residential A. Schematic Design Phase Pre-Design Meeting Site Analysis Site Survey Conceptual Design & Project Scope Design Program Guideline Project Team Formation
More informationCS2.0 COVER SHEET VOL. 2
ARCHITECT GEORGE CROMWELL ELEMENTARY SCHOOL REVITALIZATION 525 Wellham Avenue Glen Burnie, Maryland 21061 OWNER ANNE ARUNDEL COUNTY PUBLIC SCHOOLS 9034 FT. SMALLWOOD ROAD PASADENA, MARYLAND 21122 tel:
More informationAddendum No. 1 page 1
Addendum No. 1 page 1 Project: 2018 Interior Renovations Jeffersonville Township Public Library Jeffersonville Facility Jeffersonville, Indiana Project No.: 1723.01 Date: April 12, 2018 This addendum is
More informationB. Bidders shall acknowledge receipt of this Addendum in writing on his Proposal Form.
McKee and Associates Architecture and Interior Design Addendum No. THREE Date: 12.11.17 Project: A NEW BUILDING FOR THE GREATER LIMESTONE COUNTY CHAMBER OF COMMERCE ATHENS, ALABAMA A3.1 GENERAL PROJECT
More information12560 W. Cedar Drive Lakewood, CO Barry Himmelman President
Denver Public Schools Purchasing Department 1617 S. Acoma St. Denver, Colorado 80223 INVITATION TO BID 16-BS-2260 ADDENDUM NUMBER FOUR January 8, 2016 THIS ADDENDUM MUST BE ACKNOWLEDGED. THIS ADDENDUM
More informationGRICE-TRIVERS JOINT VENTURE ARCHITECTS PAGE 1 PROJECT NO
PAGE PROJECT NO. 0-0 0 0 0 0 0 DATE: PROJECT: GATEWAY STEM ATHLETICE FIELD ALTERATIONS GATEWAY STEM HIGH SCHOOL - ST. LOUIS PUBLIC SCHOOLS 0 MCRTEE AVENUE ST. LOUIS, MISSOURI 0 TO BID DOCUMENTS DATED DECEMBER,
More informationHAMMEL ASSOCIATES ARCHITECTS, LLC 2 5 E A S T G R A N T S T R E E T, S U I T E L A N C A S T E R, P E N N S Y L V A N I A
CHL ASSOCIATES ARCHITECTURE 1 5 7 0 R I V E R R O A D, M A R I E T T A, P E N N S Y L V A N I A 1 7 5 4 7 HAMMEL ASSOCIATES ARCHITECTS, LLC 2 5 E A S T G R A N T S T R E E T, S U I T E 1 0 2 L A N C A
More informationSECTION SCHEDULE OF VALUES PART 1 - GENERAL 1.1 THE REQUIREMENT A. This Section defines the process whereby the Schedule of Values (Lump Sum
SECTION 013201 - SCHEDULE OF VALUES PART 1 - GENERAL 1.1 THE REQUIREMENT A. This Section defines the process whereby the Schedule of Values (Lump Sum Pay Unit price breakdown) shall be developed and ultimately
More informationREFLECTION POINTE SUBMITTAL FORMS March 2018 Edition
REFLECTION POINTE SUBMITTAL FORMS March 2018 Edition GENERAL NOTE: BUILDER AND PROPERTY OWNER MUST ACKNOWLEDGE THEIR ACCEPTANCE OF THESE GUIDELINES ON Page! 1 of 16 TABLE OF CONTENTS Schematic Review Submittal
More informationNEVADA DEPARTMENT OF TRANSPORTATION Addendum 3 to RFP July 28, 2017
NEVADA DEPARTMENT OF TRANSPORTATION Addendum 3 to RFP 697-16-016 July 28, 2017 Reference is made to the Request for Proposal (RFP) to Service Providers for Nevada Shared Radio Replacement Project, upon
More informationJacksonville District Master
-01 33 00 (April 2006) From USACE / NAVFAC / AFCESA UFGS UNIFIED FACILITIES GUIDE SPECIFICATIONS Revised thoughout - changes not indicated by CHG tags SECTION TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS
More informationExcavating, Backfilling, and Compaction for Utilities Piping (Plumbing).
SECTION 15047 - IDENTIFICATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes: Identification including necessary accessories indicated on Construction Documents and specified in this section or as required
More informationStanford University-Facilities Design Guideline SECTION Plans Review Submission Guidelines
SECTION 01 33 00 Plans Review Submission Guidelines PART 1 GENERAL 1.01 OVERVIEW A. University Plans Review Process: 1. The process by which the Designer s schematic, design development, construction documents
More informationFor crossing under a railroad, contact the specific railroad company's engineering department.
PAGE 330524-1 SECTION 330524 SPECIFIER: This section is for the underground installation of piping by directional drilling. When specifying this method of piping installation, care must be taken to ensure
More information01100 SUMMARY OF WORK
Lambert..STL Airport Uve Animal Facility- World Trade Center- St. Louis, Missouri 01100 SUMMARY OF WORK PART 1.. DESCRIPTION a. General: The work to be completed consists of fabrication, deliver, and installation
More informationHow to Estimate the Cost of a. Precast Concrete Parking Structure
How to Estimate the Cost of a Precast Concrete Parking Structure 1 TABLE OF CONTENTS 1. INTRODUCTION 2. TYPES AND METHODS OF MEASUREMENT 3. SPECIFIC FACTORS THAT MAY AFFECT TAKE OFF AND PRICING 4. OVERVIEW
More informationState College Area School District
State College Area School District The following is a guideline for project design submittals to the Facility Committee of the State College Area School District. During the design process the committee
More informationSTATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1073 PRECAST CONCRETE CERTIFICATION PROGRAM JULY 20, 2018
STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1073 PRECAST CONCRETE CERTIFICATION PROGRAM JULY 20, 2018 1073.01 Program Overview 1073.02 Qualification 1073.03 Documentation Phase 1073.04 Documentation
More informationAddendum No. 4 page 1
Addendum No. 4 page 1 Project: Proj. No: 1541.01 Athletic Support Building and Site Improvements Woehrle Athletic Complex Jeffersonville, Indiana Date: December 11, 2015 This addendum is a part of the
More informationADDENDUM NUMBER ONE (1) For. Occoquan Regional Park Jean R. Packard Center 1608 Room Exhibit Fabrication & Installation
ADDENDUM NUMBER ONE (1) For Occoquan Regional Park Jean R. Packard Center 1608 Room Exhibit Fabrication & Installation Addendum Date: Thursday, May 4, 2017 GENERAL: A. This addendum is hereby made a part
More informationII. Statutory and Regulatory Authorities for Underground Coal Mines
I. Purposes MEMORANDUM OF UNDERSTANDING BETWEEN THE U.S. DEPARTMENT OF LABOR, MINE SAFETY AND HEALTH ADMINISTRATION AND THE U.S. DEPARTMENT OF THE INTERIOR, BUREAU OF LAND MANAGEMENT The purposes of this
More informationADDENDUM NO. 3, March 14, 2017 A.B.C. No
ADDENDUM NO. 3, March 14, 2017 A.B.C. No. 2017044 RE: UM Harman Hall Mechanical Renovation Montevallo, Alabama 35115 Architect s job no. 2747 FROM: TurnerBatson 1950 Stonegate Drive, Suite 200 Birmingham,
More informationDWG, Inc. Coastal Carolina University State Project No. Consulting Engineers HTC Arena Lighting H17-N112-JM
SECTION 011000 SUMMARY PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Work under other contracts. 3. Use of premises. 4. Specification
More informationSANITARY SEWER SYSTEM ADMINISTRATIVE STANDARDS A.1 SANITARY SEWER SYSTEM PLAN SUBMITTAL PROCEDURES AND GENERAL REQUIREMENTS
SANITARY SEWER SYSTEM ADMINISTRATIVE STANDARDS A.1 SANITARY SEWER SYSTEM PLAN SUBMITTAL PROCEDURES AND GENERAL REQUIREMENTS All plans for sanitary sewer main extensions, improvements and modifications
More information2016 Specification Treads, Base, Stringers and other Amenities Wausau Tile Precast Epoxy Terrazzo
2016 Specification Treads, Base, Stringers and other Amenities 09400 Wausau Tile Precast Epoxy Terrazzo PART 1 - GENERAL 1.1 SUMMARY A. Perform all work required to complete, as indicated by the Contract
More informationSpecifications: Other: sign in sheet
To: All Vendors Bidding on The College of New Jersey Nursing Simulation Lab Fit-Out Project From: Roselle Horodeski Finance & Business Services Date: July 29, 2015 ADDENDUM NO. 1 ISSUE DATE: July 29, 2015
More informationDOCUMENT ADDENDUM NO. 4. Issued to all Bidders: Date: October 14, Contract Name: Electrical Installation. Contract Number: C8410
DOCUMENT 009104 - ADDENDUM NO. 4 Issued to all Bidders: Date: October 14, 2015 Contract Name: Electrical Installation Contract Number: C8410 This addendum forms a part of the Bid described above. The original
More information