RTC ADMIN. BUILDING SECURITY UPGRADE

Size: px
Start display at page:

Download "RTC ADMIN. BUILDING SECURITY UPGRADE"

Transcription

1 RTC ADMIN. BUILDING SECURITY UPGRADE 100% DESIGN DOCUMENTS CLIENT: Regional Transportation Commission of Southern Nevada 600 Grand Central Parkway Las Vegas, NV ARCHITECT: TATE SNYDER KIMSEY ARCHITECTS 709 VALLE VERDE COURT T: (702) HENDERSON, NEVADA F: (702) April 23, 2014

2 SPECIFICATIONS FOR REGIONAL TRANSPORTATION COMMISSION OF SOUTHERN NEVADA ADMIN BUILDING SECURITY UPGRADE LOCATION: 600 GRAND CENTRAL PARKWAY LAS VEGAS, NEVADA PREPARED BY Tate Snyder Kimsey Architects, AIA 709 Valle Verde Court Henderson, Nevada DATE April 23, 2014 TITLE PAGE April 23, 2014 Page 1

3 REGIONAL TRANSPORTATION COMMISSION OF SOUTHERN NEVADA ADMIN BUILDING SECURITY UPGRADE SPECIFICATIONS TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS Summary of Work Allowances Alternates Product Substitutions Change Order Procedures Request for Information (RFI) Schedule of Values Applications for Payment Coordination and Meetings Progress Schedule Submittal Procedures Alteration Project Procedures Quality Requirements Temporary Facilities and Controls Product Requirements Execution Closeout Procedures Closeout Submittals DIVISION 07 - THERMAL AND MOISTURE PROTECTION Firestopping Joint Sealants DIVISION 08 - OPENINGS Hollow Metal Replacement Doors Flush Wood Replacement Doors Aluminum Replacement Doors Door Hardware DIVISION 26 - ELECTRICAL Raceways and Boxes for Electrical System DIVISION 27 - COMMUNICATIONS Cabinets, Enclosures and Racks 27`13 00 Communications Backbone Cabling Communications Horizontal Cabling SPECIFICATION TABLE OF CONTENTS April 23, 2014 Page 1

4 DIVISION 28 - ELECTRONIC SAFETY AND SECURITY Electrical Systems General Requirements Conductors and Cables Fiber Optics Raceways and Boxes Access Control System Electronic Systems and Components Duress Alarm System Video Surveillance (CCTV) System END OF TABLE OF CONTENTS SPECIFICATION TABLE OF CONTENTS April 23, 2014 Page 2

5 SECTION SUMMARY OF WORK PART 1 - GENERAL 1.1 SECTION INCLUDES A. Contract Description. B. Owner Occupancy C. Contractor's Use of Site D. Specification Conventions. 1.2 CONTRACT DESCRIPTION A. The project consists primarily of replacing and expanding the buildings access control system (ACAM system) along with replacing and expanding the buildings CCTV system. B. The existing building was constructed in 1999 and is fully occupied by the Owner (the RTC) and also their tenants the Regional Flood District on part of the third floor and TV Channel 4 on part of the first floor. C. Access Control System: 1. The replacement and expansion of the access control system involves: a. Upgrading or adding hardware at existing doorways, b. Replacing some door panels as indicated, c. Removing the existing Johnson Controls access control system and d. Installing a new fully functional access control system. 2. Some doorways shall have their access controls removed and blanked off to function as standard manual doors as noted. 3. Other doors will be upgraded from manual controls to access controls as indicated on the plans. 4. The Access Control System shall be fully compatible with the Access Control System of the other existing RTC Facility and must be capable of automatically updating the databases at the existing facilities via the RTC network. D. CCTV System: 1. The replacement and expansion of the existing CCTV system involves removing the existing CCTV equipment and hardware and installing a new IP based system with additional CCTV equipment, infrastructure and camera locations as indicated. 2. Existing low voltage pathways can be reutilized for new cabling system where feasible, and new low voltage pathways shall be added as required to provide a fully functional system as designed. 3. The new CCTV system shall be fully integratible and compatible to all the existing RTC systems both at onsite and offsite remote locations. E. Work of the Project includes: 1. Replacing and expanding the facilities CCTV system; 2. Replacing and expanding the access control system (ACAM) 3. Replacement and upgrade of the existing doorways hardware and door panels as shown on the plans. 4. Cutting and patching existing construction to provide access for Access Control and CCTV Systems work. SUMMARY OF WORK April 23, Page 1

6 F. Contract: Perform Work under a single prime, lump sum contract, including labor, equipment, materials, and services required for the completion of the project. 1.3 OWNER OCCUPANCY A. The Owner will occupy the premises during the entire period of construction. B. Schedule the Work to accommodate Owner occupancy as listed under Contractor's Use of Site below. C. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations. D. Notify the Owner, in writing, when materials which may cause odors will be used, applied, or mixed nearby or directly to the existing building during normal operating hours. E. Noise criteria shall require written approval of Owner for any operation that results in noise of over 85 db, 50 feet from source. 1.4 CONTRACTOR'S USE OF SITE A. Limit use of site to allow Owner occupancy, work by public utilities and use of existing adjacent facilities by the public. Construction operations shall be limited to areas noted on drawings. B. Maintain fire lanes required by local Fire Department and other access routes required. C. Allow Owner to perform Work by Others. D. Access to the occupied areas of the building will need to be coordinated with the RTC and local tenants. E. The buildings occupant s normal business hours are Monday through Thursday 7 am to 7 pm. F. Working hours are 7 pm to 3 am weekdays. G. Access to the facility shall be limited to the following areas due to the building being fully occupied by the Owner and Tenants during normal business hours. 1. Frist Floor Level: Limited to Nights (after 7 pm) and Weekends (Friday through Sunday) for the main building areas. Access to Telecom and Equipment Rooms shall be as needed so the Owner can provide escorted and controlled access to these areas as required. 2. Second Floor Level: Limited to Nights (after 7 pm) and Weekends (Friday through Sunday) for the main building areas. Access to Telecom and Equipment Rooms shall be as needed so the Owner can provide escorted and controlled access to these areas as required. 3. Third Floor Level: Limited to Nights (after 7 pm) and Weekends (Friday through Sunday) for the main building areas. Access to Telecom and Equipment Rooms shall be as needed so the Owner can provide escorted and controlled access to these areas as required. 4. Roof Level: Access shall be during normal business hours (Monday through Thursday) so the Owner can provide escorted and controlled access to these areas as required. 5. Exterior Areas: Access shall be as needed as well as nights and weekends as required. H. Maintain emergency exits from existing building during construction. I. Utility Outages and Shutdown: Provide three (3) days notice of scheduled shutdowns and immediate notification of unscheduled utility interruptions to site. SUMMARY OF WORK April 23, Page 2

7 J. Submit a coordination plan for all Work for review and approval by the Owner and the Architect. K. Coordinate this Work so as not to interfere with the operation of the existing site and facility. L. Abide by additional access restrictions in specific areas during specific times noted in Contractor's Use of Site portion of this Section. 1.5 SPECIFICATION CONVENTIONS A. These specifications are written in imperative mood and streamlined form. This imperative language is directed to the Contractor, unless specifically noted otherwise. The words shall be are included by inference where a colon (:) is used within sentences or phrases. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION SUMMARY OF WORK April 23, Page 3

8 SECTION ALLOWANCES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Administrative and procedural requirements governing handling and processing allowances. B. Selected materials and equipment, and in some cases, their installation are shown and specified in the Contract Documents by allowances. C. 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. D. Allowance costs shall be included in the Base Bid as listed below. E. Additional requirements, if necessary, will be issued by Change Order. 1.2 SELECTION AND PURCHASE A. At the earliest feasible date after Contract award, advise the Architect of the date when the final selection and purchase of each product or system described by an allowance must be completed in order to avoid delay in performance of the Work. 1. When requested by the Architect, obtain proposals for each allowance for use in making final selections; include recommendations that are relevant to performance of the Work. 2. Purchase products and systems as selected by the Architect from the designated supplier. 1.3 SUBMITTALS A. Submit proposals for purchase of products or systems included in allowances, in the form specified for Change Orders. B. Submit invoices or delivery slips to indicate actual quantities of materials delivered to the site for use in fulfillment of each allowance. 1.4 ALLOWANCE A. Contractor pricing and fee for the use of allowances shall be calculated the same as allowed for change orders as specified in Section Change Order Procedures. B. Pricing shall include labor, materials, fees, permits, overhead and profit. 1.5 DIFFERENCES IN COSTS A. Differences in costs will be adjusted by Change Order. 1. Actual costs shall be submitted in accordance with the General Conditions. 2. Contractor s overhead and profit on the basis shall be calculated in accordance with General Conditions. 3. The difference in cost between the Allowance and the actual cost shall be the basis for a additive/deductive Change Order at the end of the Contract. 4. Any adjustment in contract time is to be included in the analysis of cost. ALLOWANCES April 23, Page 1

9 1.6 OWNER/ARCHITECT RESPONSIBILITIES A. Consult with Contractor for consideration and selection of materials, suppliers, and installers. B. Select materials and transmit decision to Contractor. C. Prepare requirements for difference in cost Change Order. 1.7 CONTRACTOR RESPONSIBILITIES A. Assist Architect/Owner in selection of materials, suppliers, and installers. B. Obtain bids and offer recommendations. C. Upon approval of the Owner/Architect, execute purchase agreement with designated supplier and installer. D. Arrange for and process shop drawings, product data, and samples. Arrange for delivery. E. Promptly inspect materials upon delivery for completeness, damage, and defects. Submit claims for transportation damage. F. Execute the difference in cost Change Order. 1.8 UNUSED MATERIALS A. Return unused materials to the manufacturer or supplier for credit to the Owner, after installation has been completed and accepted. B. Where it is not economically feasible to return unused material for credit and when requested by Architect/Owner, prepare unused material for the Owner s storage, and deliver to the Owner s storage space as directed. Otherwise, disposal of excess material is the Contractor s responsibility. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 INSPECTION A. Inspect products promptly upon delivery for damage or defects. 3.2 PREPARATION A. Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related construction activities. 3.3 SCHEDULE OF ALLOWANCE A. Allowance No. 1: Include a lump sum of $12, for Permits and Fees not identified in the Contract Documents 1. Allowance No. 1 to be used for permits and fees required by regulatory agencies to ALLOWANCES April 23, Page 2

10 complete Work of this Project. 2. This allowance amount shall be included in the base bid amount. B. Allowance No. 2: Include a lump sum of $50, for construction conflicts and additional Work bid allowance. 1. Allowance No. 2 to be used for changes to the bid documents that may be required in relation to the replacing and expanding the buildings access control system (ACAM system) along with replacing and expanding the buildings CCTV system. 2. Due to the extent of the renovation of these two systems in an existing facility it is recognized that there may be situations arise that require additional work beyond that included in the Contract Documents. 3. Work that may be included as part of this allowance shall include adjustments to the ACAM system, CCTV system, related existing door and hardware, existing facility finishes, and the electrical distribution system related to these other systems. 4. This allowance amount shall be included in the base bid amount. END OF SECTION ALLOWANCES April 23, Page 3

11 SECTION ALTERNATES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Submission procedures for Alternate items of Work as included in this Section. B. Documentation of changes to Contract Sum and Contract Time 1.2 REQUIREMENTS A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at Owner s option. B. Accepted alternates will be identified in the Owner Contractor Agreement. C. Coordinate related Work and modify surrounding Work to integrate the Work of each alternate. 1.3 SELECTION AND AWARD OF ALTERNATES A. Indicate lump sum for alternates, described below and list each alternate in the Bid Form Document. B. The successful Bidder will be determined on base bid sum, including none or any combination of Alternates, whichever is in the best interest of the Owner. 1.4 SCHEDULE OF ALTERNATES A. In general, the alternates described below shall include the cost of all labor, materials and equipment required to accomplish the work as indicated in the plans and specifications. B. ALTERNATE NO. 1: Doors #166 & #168: 1. Base Bid Item: : a. Delete references to new doors and new hardware shown on Sheet A1.01 and Door Schedule Sheet A2.01. b. Delete references to all access control work and card reader upgrade shown on Sheet TY1.01. c. Deactivate Card reader system and remove from Access Control System. d. Work deleted includes all conduit, cable, wire, fiber, firmware, licenses, programming, software and appurtenances. 2. Alternate Item: a. Provide all new doors, hardware, electric locks and access control work shown on Sheets A1.01, A2.01 and TY1.01. b. Manual key lock at 5 pm not required. C. ALTERNATE NO. 2: Door #185: 1. Base Bid Item: a. Delete reference to new door and new hardware shown by Keynote 1 on Sheet A1.01 and Door Schedule Sheet A2.01 except provide new security hinges. b. Door and existing mag locks to remain. c. Provide card reader upgrade as shown on Sheet TY1.01 and connect to existing door hardware. ALTERNATES April 23, Page1

12 2. Alternate Item: a. Provide all new door and hardware shown by Keynote 1 on Sheet A1.01 and A2.01. b. Provide card reader upgrade as shown on Sheet TY1.01 and connect to new door hardware. New hardware includes new electric locks. c. Manual key lock at 5 pm not required. D. ALTERNATE NO. 3: Doors #101C, #101D, and #107A: 1. Base Bid Item: a. Modify doors in accordance with Keynote 3 on Sheet A1.01 and Door Schedule Sheet A2.01. b. Existing door and mag locks to remain. c. Provide card reader and ADA button upgrade as shown on Sheet TY1.01 and Sheet TY Alternate Item: a. Provide all new door and electric locks shown by Keynote 5 on Sheet A1.01 and A2.01. b. Provide card reader and ADA button upgrade as shown on Sheet TY1.01 and TY6.03 for new hardware. c. Manual key lock at 5 pm not required. A. ALTERNATE NO. 4: Doors #120 and #150: 1. Base Bid Item: a. Modify doors in accordance with Keynote 3 on Sheet A1.01 and Door Schedule Sheet A2.01. b. Door and existing mag locks to remain. c. Provide card reader upgrade as shown on Sheet TY1.01 and connect to existing door hardware. 2. Alternate Item: a. Provide all new door and electric locks shown by Keynote 1 on Sheet A1.01 and A2.01. b. Provide card reader as shown on Sheet TY1.01 and connect to new door hardware. c. Manual key lock at 5 pm not required. B. ALTERNATE NO. 5: 24 Single-Multi/Multi-Mode Mode Fiber Backbone: 1. Base Bid Item: Provide Multi-Mode optical fiber (B1) as shown on Sheet TY Alternate Item: Add Single-Mode optical fiber (A1) as shown on Sheet TY1.01. Upgrade conduit size and path as required to accept the fiber upgrade. C. ALTERNATE NO. 6: Door #126: 1. Base Bid Item: Delete reference to all access control work shown on Sheet TY Alternate Item: Provide all access control work shown on Sheet TY1.01. D. ALTERNATE NO 7: Video Intercom at Gate #SA-1 1. Base Bid Item: Provide access control system without video intercom as shown by Keynote 1 on Sheet TY Alternate Item: Include video intercom with access control system as shown by Keynote 5 on Sheet TY1.01 E. ALTERNATE NO. 8: First Floor Cameras: 1. Base Bid Item: Do not install cameras #001, #002, #005, #015, and #034 as shown on Sheet TY3.01 and Keynote Alternate Item: Provide all cameras, including those referenced in as Base Bid Item, on Sheet TY3.01. ALTERNATES April 23, Page2

13 F. ALTERNATE NO. 9: Camera on Roof: 1. Base Bid Item: Do not install camera #405 as shown by Keynote 2 on Sheet TY Alternate Item: Provide all cameras, including those referenced in the Base Bid Item, on Sheet TY3.04. PART 2 - PRODUCTS - Not Used PART 3 - EXECUTION - Not Used END OF SECTION ALTERNATES April 23, Page3

14 SECTION PRODUCT SUBSTITUTIONS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Contractor s selection of products B. Requests for substitution of products 1.2 SELECTION OF PRODUCTS A. Contractor(s) bid shall be based on the products, materials, or systems specified in the project manual to establish the standard of quality required and a uniform basis for evaluating the bids. B. For products specified by naming only one manufacturer, that manufacturer is to be included in the base bid. C. For products specified by naming more than one manufacturer, any of the listed manufacturers of that section may be used in the base bid. D. When product or manufacturer s names are not specifically specified, provide products, materials, or systems in strict accord with performance requirements and install such products in strict accordance with the material manufacturer s recommendations. E. "Or Equal" 1. For any listing of products and manufacturers found in the specification, it is understood that the phrase or equal will apply to that listing except as otherwise noted. a. Any product submitted as an or equal must be submitted to the Owner prior to bid opening. Specific justification substantiating the or equal must be submitted to the Owner at least ten (10) days prior to bid date. An or equal submission will not be used as a basis for bid. b. Or Equal substitutions may be submitted up to 7 days after award of the Contract per NRS Where the phrase or equal or or approved equal occurs in the project manual, do not assume that the products, materials, or system will be approved as equal (even if approved for use on previous projects) until the item has been specifically so approved for this work by the Owner. 3. Approval or rejection of a request for an or equal will be based on the Architect s opinion, as concurred by the Owner, to the adaptability, durability, quality, aesthetics, functionality, compatibility, and contract amount change, compared to the specified or noted items. 4. The decision of the Owner shall be final. F. Subsequent request for Substitutions will be considered in case of product unavailability. 1. Submit a letter to this effect written by the manufacturer. If, in the opinion of the Owner, any product specified: a. Cannot be delivered during the progress of the Work. b. Will no longer be available during the progress of the Work, or c. If the quality of the material, as specified, no longer meets the Specifications, the Owner shall specify a substitute. The material cost differential (credit or extra) substitute, will be reflected in a Change Order to the Contractor. PRODUCT SUBSTITUTIONS April 23, Page 1

15 d. The contractor may submit request for subsequent substitutions no later than 10 days after the preconstruction conference. 2. The request for a subsequent substitution constitutes a representation that the Contractor has investigated the proposed product and has determined that it is equal to or superior in all respects to the specified product. In addition the contractor: a. Will provide same warranty for substitution as for specified product. b. Will coordinate installation of accepted substitute, making such changes as may be required for Work to be complete in all respects. c. Will certify that cost data presented is complete and includes all related costs under this Contract. d. Will certify that the substituted products are fully compatible with the existing system and software. e. Waives claims for additional costs related to substitution, which may later become apparent. 3. Approval, or rejection, of a request for a Substitution will be based on the Owner s opinion to adaptability, durability, quality, aesthetics, and Contract Amount change, compared to the specified or noted items. 4. For accepted products, submit shop drawings, product data, and samples under provisions of individual sections. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION PRODUCT SUBSTITUTIONS April 23, Page 2

16 SECTION CHANGE ORDER PROCEDURES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Procedures for processing Change Orders 1.2 SUBMITTALS A. Submit name of the individual authorized to accept changes, and to be responsible for informing others in Contractor s employ of changes in the Work. 1.3 DOCUMENTATION A. Maintain detailed records of Work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. All change order requests and change orders shall be in compliance with the requirements of the General Conditions. D. On request, provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes. 3. Overhead and profit. 4. Justification for any change in Contract Time according to CPM schedule. 5. Credit for deletions from Contract, similarly documented. E. Support each claim for additional costs, and for Work done on a time and material basis, with additional information. 1. Origin and date of claim. 2. Dates and times Work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 5. Any RFI, NOC, RFP, COR, or COA which effected claim a. RFI Request For Information b. NOC Notice Of Clarification c. RFP Request For Proposal d. COR Change Order Request 1.4 PRELIMINARY PROCEDURES A. Owner may submit a Request for Proposal (RFP) which includes: detailed description of change with supplementary or revised drawings and specifications, the projected time for executing the change with a stipulation of any overtime work required, and the period of time during which the requested price will be considered valid. 1. Upon receipt of a Request for Proposal from the Architect, the Contractor shall provide complete pricing data within 7 calendar days. The Contractor shall submit the Request for Proposal pricing in accordance with the Owner s approved format. CHANGE ORDER PROCEDURES April 23, Page 1

17 2. Within 7 calendar days from date of receipt, the Architect shall review the Contractor s pricing of the Request for Proposal, and take one or more of the following actions: a. Request additional supporting data; b. Reject the pricing in whole or in part and provide the basis of rejection; c. Accept the pricing and forward necessary documents to the Owner for final approval; or d. Schedule a meeting to reach a resolution. B. Contractor may initiate a change by submittal of a Change Order Request (COR) to the Owner describing the proposed change with a statement of the reason for the change, and the effect on Contract Sum and Contract Time 1. The Change Order Request shall include a detailed description for the proposed change, the reason for the change, and documentation substantiating the effect on the Contract Sum and Contract Time. 2. Within 7 calendar days from date of receipt of a Change Order Request, the Architect shall review and take one or more of the following actions: a. Request additional supporting data; b. Reject the pricing in whole or in part and provide the basis of rejection; c. Accept the pricing and forward necessary documents to the Owner for final approval; or d. Schedule a meeting to reach a resolution. 1.5 CONSTRUCTION CHANGE DIRECTIVE (CCD) A. Owner may issue a Construction Change Directive (CCD) instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. A Construction Change Directives shall be in accordance with the General Conditions. C. Directive will describe changes in the Work, and will designate method of determining any change in Contract Sum or Contract Time. D. Upon receipt of an Owner and Architect signed Construction Change Directive, the Contractor shall promptly proceed with the change in the Work involved. E. The Contractor shall sign the CCD if he is in agreement with the adjustments in Contract sum and Contract Time. F. The Contractor shall immediately provide written notice detailing exceptions and rationale to the Architect upon disagreement with any part of a Construction Change Directive. 1.6 LUMP SUM CHANGE ORDER A. Will be based on proposal request and agreed upon Contractor s lump sum quotation. 1.7 TIME AND MATERIAL CHANGE ORDER A. Time and material costs for changes in the Work must be recommended by the Architect and approved by the Owner before Work may begin. B. Contractor shall maintain detailed records of Work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. Supporting data shall include but not be limited to: 1. Origin and date of change; 2. Dates and times Work was performed, and by whom; 3. Time records and wage rates paid; 4. Invoices and receipts for products, equipment, and subcontracts; and CHANGE ORDER PROCEDURES April 23, Page 2

18 5. Document(s) which generated or effected the Work (RFI, RFP or COR, etc). C. Costs of time and material Work shall be included in a subsequent Change Order. D. Submit itemized account and supporting data after completion of change, within time limits in Conditions of the Contract. 1.8 EXECUTION OF CHANGE ORDERS A. Changes in the Work, which are agreed to by the Owner, Architect and Contractor shall be promptly recorded as a Change Order. B. The Architect shall issue Change Orders for signatures of the Parties as provided in the Conditions of the Contract. 1.9 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum as shown on Change Order. B. Promptly revise CPM Schedules to reflect any change in Contract Time, revise sub schedules to adjust times for other items of Work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION CHANGE ORDER PROCEDURES April 23, Page 3

19 SECTION REQUEST FOR INFORMATION (RFI) PART 1 - GENERAL 1.1 SECTION INCLUDES A. Administrative requirements for Request for Information. 1.2 CONTRACTOR S REQUEST FOR INFORMATION A. When the Contractor is unable to determine from the Contract Documents the material, process or system to be installed, the Architect shall be requested to make a clarification of the indeterminate item. B. All RFIs shall be originated by the Contractor. 1. RFIs from subcontractors or material suppliers shall be submitted through, reviewed by, and signed by the Contractor prior to submittal to the Architect. 2. RFIs sent by a subcontractor or material supplier directly to the Architect or the Architect s consultants shall not be accepted and will be returned unanswered. C. Contractor shall carefully study the Contract Documents to assure that the requested information is not available therein. RFIs which request information available in the Contract Documents will be deemed frivolous. D. Frivolous RFIs: RFIs that request information that is clearly shown on the Contract Documents may be returned unanswered or may be processed by the Architect at the Architect s standard hourly rate and the Architect may charge the Owner. Such costs will be deducted from monies still due the Contractor. The Contractor will be notified by the Architect prior to the processing of frivolous RFIs. E. RFIs shall not be used for the following purposes: 1. To request approval of submittals. 2. To request approval of substitutions. 3. To request changes which entail additional cost or credit. 4. To request methods of performing work different than those shown or specified. F. In cases where RFIs are issued to request clarification of coordination issues, for example, pipe and duct routing, clearances, specific locations of work shown diagrammatically and similar items the Contractor shall fully lay out a suggested solution using drawings or sketches drawn to scale and submit same with the RFI. RFIs which fail to include a suggested solution will be returned unanswered with a requirement that the Contractor submit a complete request. G. RFIs shall be submitted in a format acceptable to the architect. This format shall be utilized throughout the course of the Work. H. The Contractor shall prepare and maintain a log of RFIs. Upon request by the Owner or Architect, the Contractor shall furnish copies of the log showing outstanding RFIs. The Contractor shall note unanswered RFIs in the log. 1.3 ARCHITECT S RESPONSE TO RFIs A. Contractor shall allow 7 days for the Architect s review and response time for RFIs, after receipt at Architects office, however, the Architect will endeavor to respond in less time. If additional time is required beyond the 7 days allowed, the Architect shall notify the Contractor in writing. REQUEST FOR INFORMATION April 23, Page 1

20 B. Architect will respond to properly prepared RFIs on one of the following forms: 1. Directly upon the RFI Form 2. Notice of Clarification (NOC) 3. Request for Proposal form. C. Frivolous RFIs shall be subject to one of the following: 1. A Notification of Processing Fee(s) 2. Unanswered and returned with the notation: Not Reviewed. D. Responses from the Architect will not change any requirement of the Contract Documents unless so noted by the Architect in the response to the RFI. 1. In the event the Contractor believes that a response to a RFI will cause a change to the requirements of the Contract Documents, the Contractor shall immediately give written notice to the Architect stating that the Contractor considers the response to be a Change Order. 2. Failure to give written notice within 7 days shall waive the Contractor s right to seek additional time or cost. 3. Answered RFIs shall not be construed as approval to perform extra work. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION REQUEST FOR INFORMATION April 23, Page 2

21 SECTION SCHEDULE OF VALUES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Format B. Schedule of Values C. Updating Schedule of Values D. Submittals 1.2 FORMAT A. The Schedule of Values shall be submitted in Mircrosoft Excel format and shall be based on the AIA Form G703. B. The Schedule of Values shall separate values of the work in accordance with the attached RTC Schedule of Values as applicable. C. Coordinate preparation of the Schedule of Values with preparation of the Contractor s Construction Schedule and the Contract Cost Breakdown. 1.3 SCHEDULE OF VALUES A. The Contractor shall submit a detailed Schedule of Values to the Owner for review and approval. B. The approved Schedule of Values shall be used as a basis for reviewing the Contractor s Applications for Payment. C. The Schedule of Values shall separate values of the work as applicable, aggregating the total Contract Sum, divided so as to facilitate payments to subcontractors and materials suppliers in accordance with the project requirements. D. Each item in the Schedule of Values shall be complete, including its total cost and its proper share of overhead and profit. E. Provide a breakdown of the Contract Sum in sufficient detail to facilitate continued evaluation of Applications for Payment and progress reports. Round amounts off to the nearest whole dollar; the total shall equal the Contract Sum. F. For each part of the Work where an Application for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed, provide separate line items on the Schedule of Values for cost of the materials, and for subsequent installation costs for the materials. G. Temporary facilities and other major cost items that are not direct cost of actual work in place may be shown as separate line items in the appropriate sections of the Schedule of Values, or distributed as general overhead or mobilization expenses. SCHEDULE OF VALUES April 23, Page 1

22 1.4 UPDATING SCHEDULE OF VALUES A. Update and resubmit the Schedule of Values when Contract Change Orders result in a change in the total Contract Sum. 1.5 SUBMITTALS A. Submit Schedule of Values to Owner/Architect for approval at the preconstruction meeting. B. After review by Owner/Architect, revise and resubmit, if required, within ten (10) days after the preconstruction meeting, incorporating all comments from the joint review. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION ATTACHMENT FOLLOWS RTC ADMINISTRATION BUILDING - SECURITY AND SURVEILLANCE UPGRADE SCHEDULE OF VALUES SCHEDULE OF VALUES April 23, Page 2

23 RTC Administration Building Security and Surveillance Upgrade Schedule of Values Updated 03/06/14 Description Cost DIVISION 01 - GENERAL REQUIREMENTS Allowances Allowance No. 1 (Spec section , 3.3A) Permits $ 12, Allowance No. 2 (Spec section , 3.3B) Construction Conflicts $ 50, All remaining other General Requirements costs $ DIVISION 07 - THERMAL AND MOISTURE PROTECTION Firestopping $ Joint Sealants $ DIVISION 08 DOORS AND HARDWARE Hollow Metal Replacement Doors $ Flush Wood Replacement Doors $ Aluminum Replacement Doors $ Door Hardware $ DIVISION 26 - ELECTRICAL Raceways and Boxes for Electrical System $ DIVISION 27 - COMMUNICATIONS Cabinets, Enclosures and Racks $ 27`13 00 Communications Backbone Cabling $ Communications Horizontal Cabling $ DIVISION 28 - ELECTRONIC SAFETY AND SECURITY Electrical Systems General Requirements month full system warranty see / Extra materials $ 36 month Software Service Agreement (SSA) see / Five Operator Workstation licenses $ Spec section 3.5A training $ Conductors and Cables - coaxial $ Fiber Optics Spec section Gig OM4 multi-mode fiber $ Raceways and Boxes $ Access Control System month ACAM warranty $ Software Service Agreement (SSA) $ Workstations 2.6 five new workstations $ Balance of costs $ Electronic Systems and Components $ Duress Alarm System $ Video Surveillance (CCTV) System month CCTV warranty $ Software Service Agreement (SSA) $ Fixed Camera costs $ PTZ Camera costs $ SCHEDULE OF VALUES April 23, Page 3

24 Camera license costs $ Balance of costs $ TOTAL BASE BID $ ADDITIVE ALTERNATES Bid No *Add Alt #1 Doors #166/ #168 Channel 4 A1.01 $ *Add Alt #2 Door #185 RTC IT Area A1.01 $ *Add Alt #3 Doors #101C, #101D, #107A RTC Lobby Area A1.01 $ *Add Alt #4 Door #120 and #150 RTC Entry Area A1.01 $ *+Add Alt #5 24 Single Mode/Multi-Mode Fiber Backbone TY0.00 $ Add Alt #6 Door Hardware - #126 RTC Area TY1.01 $ *Add Alt #7 Video Gate/Lobby TY1.01 $ *Add Alt #8 - First Floor Cameras (#001/002/005/015/034) TY3.01 $ +*Add Alt #9 Camera on Roof (#405) TY3.04 $ TOTAL ADDITIVE ALTERNATES $ *- this/these Add Alternate line item(s) shall include all conduit, cable, wire, fiber, firmware, licenses, programming, software and appurtenances to assure the device(s) are installed in the nearest data room, the devices are active and part of the new systems being installed. *+ - this Add Alternate line item fiber shall be installed using the same route as the single mode fiber. And shall be multimode 10 Gig OM4 compliant (per ) and the awarded contractor shall assure the conduit size and path for base contract line item is adequate for this installation. +* - the Add Alternate line item shall be include all roof supports, roof weight system, conduit, cable, wire, fiber, firmware, licenses, programming, software and appurtenances to assure the device(s) are installed in the nearest data room, the devices are active and part of the new systems being installed. GRAND TOTAL BASE BID AND ADDITIVE ALTERNATES $ END OF SCHEDULE SCHEDULE OF VALUES April 23, Page 4

25 SECTION APPLICATIONS FOR PAYMENT PART 1 - GENERAL 1.1 SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1.2 FORMAT A. AIA G702 Application and Certificate for Payment, including continuation sheets AIA Form G703. B. Contractor's electronic media driven form including continuation sheets in the same format as the AIA forms will be considered. C. Applications shall be in accordance with Section GC.4 of the General Conditions. 1.3 PREPARATION OF APPLICATIONS A. Present required information in typewritten form or an acceptable electronic media printout. B. Execute certification by signature of authorized representative. C. Provide detail data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed. D. List each authorized Change Order as a separate line item payment application, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment in accordance with the General Conditions. 1.4 RETAINAGE A. During the first 50 percent of the Work not more than 95 percent of the amount of any progress payment (including labor and materials incorporated during the preceding month) may be paid until 50 percent of the Work required has been performed B. Thereafter, upon satisfactory performance and completion of the first 50 percent of the Work, the Contractor may request in writing a reduction in retainage. C. Approval for reduction or release of retention is at the sole discretion of the Owner and shall be in accordance with the General Conditions. 1.5 SUBMITTAL PROCEDURES A. Submit three (3) copies of each Application for Payment. B. Submit an updated Construction Progress Schedule with each Application for Payment. C. Payment Period: Submit at intervals stipulated in the agreement but not more than one submittal per calendar month unless approved by the Owner. APPLICATIONS FOR PAYMENT April 23, Page 1

26 D. Submit under transmittal listing all required items. 1.6 SUBSTANTIATING DATA A. When the Architect requires substantiating information, submit data justifying dollar amounts in question. B. Provide one (1) copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description. 1.7 QUALITY ASSURANCE A. Verify that as built drawings are up to date. B. Verify that Project has been maintained in a clean condition. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF DOCUMENT APPLICATIONS FOR PAYMENT April 23, Page 2

27 SECTION COORDINATION AND MEETINGS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Coordination and project conditions. B. Preconstruction meeting. C. Site mobilization meeting. D. Progress meetings. E. Pre-installation meetings. 1.2 COORDINATION AND PROJECT CONDITIONS A. Coordinate scheduling, submittals, and Work of various sections of Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements. B. Verify utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, operating equipment. C. Coordinate space requirements, supports, and installation of mechanical and electrical Work indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within construction. Coordinate locations of fixtures and outlets with finish elements. E. Maintain fire-rated assemblies as applicable during and after construction. F. Coordinate completion and clean-up of Work of separate sections in preparation for Substantial Completion. 1.3 PRECONSTRUCTION MEETING A. Architect/Engineer will schedule meeting after Notice of Award. B. Attendance Required: Owner, Architect/Engineer, Contractor and major subcontractors. C. Agenda: 1. Submission of list of Subcontractors, list of products, schedule of values, and progress schedule. 2. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 3. Scheduling. D. Architect will record minutes and distribute copies. COORDINATION AND MEETINGS April 23, Page 1

28 1.4 PROGRESS MEETINGS A. Owner shall schedule and administer meetings throughout progress of the Work on a weekly basis. B. Contractor shall make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major subcontractors and suppliers, Owner, Architect/Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems impeding planned progress. 5. Review of submittals schedule and status of submittals. 6. Maintenance of progress schedule. 7. Corrective measures to regain projected schedules. 8. Planned progress during succeeding work period. 9. Coordination of projected progress. 10. Maintenance of quality and work standards. 11. Effect of proposed changes on progress schedule and coordination. 12. Other business relating to Work. E. Record minutes and distribute copies. 1.5 PRE-INSTALLATION MEETINGS A. When required in individual specification sections, Contractor shall convene pre-installation meetings at Project site prior to commencing work of specific section. B. Require attendance of parties directly affecting, or affected by, Work of specific section. C. Notify Owner five (5) working days in advance of meeting date. D. Prepare agenda and preside at meeting: 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION COORDINATION AND MEETINGS April 23, Page 2

29 SECTION PROGRESS SCHEDULES PART 1 - GENERAL 1.1 SECTION INCLUDES A. References B. Schedule Requirements C. Schedule Format D. Submittals E. Updating schedules F. Schedule Revisions 1.2 SCHEDULE REQUIREMENTS A. The Contractor will be responsible for planning, scheduling, managing, and reporting progress of the work in accordance with all of the specific methods and submittals described in this section. B. The Project Schedule shall be in accordance with Paragraph B of the General Conditions. C. The construction schedule shall be utilized by the contractor to plan, execute, and coordinate the work in an orderly and expeditious manner. D. The schedule will be used by the Owner and the A/E to evaluate progress and status at various stages of the Project. Determine the impact of changes to the Contract, and establish the basis for progress payments. E. Required Critical Path Method (CPM) software shall be acceptable to the Owner. 1.3 SCHEDULE FORMAT A. Prepare network analysis diagrams and supporting mathematical analyses using Critical Path Method, under concepts and methods outlined in "CPM in Construction Management" and supported by the Association of General Contractors (AGC). B. Illustrate order and interdependence of activities and sequence of work; how start of given activity depends on completion of preceding activities, and how completion of activity may restrain start of subsequent activities. C. Illustrate complete sequence of construction by activity. Indicate dates for submittals and return of submittals; dates for procurement and delivery of critical products; and dates for installation and provision for testing. Include legend for symbols and abbreviations used. D. Network Diagram 1. The diagram shall show the order and interdependence of activities and the sequence in which the work is to be accomplished as planned by the Contractor. PROGRESS SCHEDULE April 23, Page 1

30 2. The basic concept of a network analysis diagram shall be followed to show how the start of a given activity is dependent on the completion of preceding activities and its completion restricts the start of the following activities. E. Include activities for submittals, including Owner furnished items; activities and dates for procurement and delivery of products, fabrication of special material and equipment and their installation and testing. F. Coordinate construction activities within the indicated phases and the CSI Specification Divisions within each phase as shown in the Schedule of Values. Each activity shall be identified by the appropriate CSI Division Number and tie into the Contractor s Application for Payment. G. Contractor s original network diagram submitted shall become the Baseline schedule once the Owner has approved it. H. The Baseline schedule shall be duplicated and utilized as the Contractor s Progress or Updated Master Schedule. I. The Progress schedule will reflect actual starts, work progress, and actual completion dates, and show any deviations from the baseline schedule as well as issues addressed a the scheduled Progress Meetings. 1.4 SUBMITTALS A. Submit preliminary Baseline Progress Schedule to the Owner/Architect at the Preconstruction Conference. B. Participate in review of preliminary schedule jointly with Owner and A/E. C. Progress Schedule Submittals will be reviewed by the Owner and the A/E. Such review shall not constitute an approval or acceptance of the Contractor s construction means, methods, sequencing, or its ability to complete the work in a timely manner. D. Within ten (10) calendar days after receipt of the complete baseline schedule the Owner and the A/E will communicate in writing, its comments and concerns to the Contractor. E. Within five (5) calendar days the Contractor will incorporate all the Owner s and the Architect s comments and return them to the Owner and the Architect. F. Updated Time Scaled Logic Diagram shall be issued once a month with one (1) copy to accompany the monthly Application For Payment, reflecting progress since previous month s submittal, as requested by the Owner. 1.5 UPDATING SCHEDULES A. Maintain current schedules to record actual start and finish dates of completed activities. B. Indicate progress of each activity to date of revision, with projected completion date of each activity, including highlighting critical path(s). Update diagrams to graphically depict current status of Work. C. Identify activities modified since previous submittal, major changes in Work, changes associated with Change Orders, and any other identifiable changes. D. Indicate changes required to maintain Date of Substantial Completion. PROGRESS SCHEDULE April 23, Page 2

31 E. Provide narrative report to define problem areas, anticipated delays, and impact on schedule. Report corrective action taken, or proposed, and its effect. 1.6 SCHEDULE REVISIONS A. Updating the schedule to reflect actual progress made up to the date of a schedule update shall not be considered revisions to the approved baseline schedule. B. If, as a result of a schedule update, it appears the approved baseline schedule no longer represents the actual prosecution and the progress of the work, the Architect may request, and the Contractor shall submit, a proposed revision to the approved baseline schedule. C. The revision shall address the Contractor s current construction plan for completing the work without impacting contract time and cost. Approved revisions to the schedule shall be incorporated into the baseline schedule at the next schedule update submission. D. The Contractor may also request revisions to the baseline schedule in the event the Contractor s planning for the work is revised. E. When delays are experienced, or the contractor proposes to revise the baseline schedule with impact to project milestones and/or substantial completion, the Contractor shall submit to the Architect a written time impact analysis illustrating the influence of each modification, delay. F. The revised baseline schedule for approval of additional contract days shall be by changer order only. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION PROGRESS SCHEDULE April 23, Page 3

Amphitheater High School Fire Alarm System Replacement

Amphitheater High School Fire Alarm System Replacement Amphitheater School District Amphitheater High School Fire Alarm System Replacement SFB Project No: 100210281-9999-018-BRG BG Project No: 15.20.02 Request for Bid No: 06-28-2017 Construction Document Specifications

More information

Electronic Safety and Security

Electronic Safety and Security 28 Electronic Safety and Security NOTE: This is a new section, which includes content from previous sections of the KU Design Standards, along with appropriate revisions and updates. Significant revisions

More information

SECTION SECURITY TESTING AND COMMISSIONING

SECTION SECURITY TESTING AND COMMISSIONING SECTION 280800 - SECURITY TESTING AND COMMISSIONING PART 1 - GENERAL 1.1 WORK INCLUDES A. General Description: This specification section covers the provision of preliminary testing, acceptance testing,

More information

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

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 21 0800 - COMMISSIONING OF FIRE SUPPRESSION SYSTEMS GENERAL 1.1 SUMMARY General 1. Work under this contract shall meet the requirements of Division 01, General Requirements, Conditions of Contract,

More information

DOCUMENT ADVERTISEMENT FOR BIDS

DOCUMENT ADVERTISEMENT FOR BIDS IFB 15-014 - 2015 Fire Alarm Upgrades for 4-15078 DOCUMENT 00 11 13 ADVERTISEMENT FOR BIDS 1.1 PROJECT INFORMATION A. Notice to Bidders: Qualified bidders may submit bids for project as described in this

More information

DONALD H. BERG, ARCHITECT

DONALD H. BERG, ARCHITECT DONALD H. BERG, ARCHITECT DVA PROJECT 632-CSI-402 PET/CT ROOM #A0-10 RENOVATION BASEMENT LEVEL, BUILDING 200 ARCHITECT S PROJECT No. 0917-02 ADDENDUM NO. 1 JUNE 25, 2018 Page 1 of 1 ARCHITECTURAL 1. Specifications:

More information

RFP Addendum 2 March 31, 2016

RFP Addendum 2 March 31, 2016 RFP Addendum 2 March 31, 2016 For Best Value Procurement Option Three Security Upgrades Ph 1 UT Health Science Center SBC No. 540/013-04-2015 This Addendum forms a part of the Request for Proposals (RFP)

More information

RFP REQUEST FOR PROPOSALS CITY OF PORTSMOUTH, NH. DESIGN ENGINEERING SERVICES North Mill Pond Trail and Greenway

RFP REQUEST FOR PROPOSALS CITY OF PORTSMOUTH, NH. DESIGN ENGINEERING SERVICES North Mill Pond Trail and Greenway RFP 61-18 REQUEST FOR PROPOSALS CITY OF PORTSMOUTH, NH DESIGN ENGINEERING SERVICES North Mill Pond Trail and Greenway Sealed Requests for Proposals, plainly marked RFP 61-18 Design Engineering Services

More information

Pre-Bid Meeting Minutes 2018 A & E RFP February 6, :00 a.m.

Pre-Bid Meeting Minutes 2018 A & E RFP February 6, :00 a.m. Attendees: Pre-Bid Meeting Minutes 2018 A & E RFP February 6, 2019 10:00 a.m. Anthony Shomin Sue Martin Architectural & Engineer Professionals KCKHA Modernization Coordinator KCKHA Modernization Admin.

More information

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS Annex Laundry and Shower Alterations ADDENDUM #1 March 7, 2019 ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS A. Invitation to Bid - Call for Bids has been modified as follows: 1. Notice

More information

C. The system shall be capable of turning luminaires on/off (where supported by the luminaire) as well as full range dimming.

C. The system shall be capable of turning luminaires on/off (where supported by the luminaire) as well as full range dimming. SECTION 260943 SPECIFICATIONS - Wireless Network Lighting Controls. PART 1 - GENERAL 1.1 RELATED DOCUMENTS 1.2 SUMMARY AND KEY SYSTEM DIFFERENTIATORS A. The lighting control system specified herein shall

More information

DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL

DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL RULES AND REGULATIONS CONCERNING 8 CCR 1507-57 BUILDING AND FIRE CODE ENFORCEMENT AND CERTIFICATION OF INSPECTORS FOR LIMITED GAMING

More information

M001. Revenue Services ISSUED FOR CONSTRUCTION SEPTEMBER. 2, East State Parkway Schaumburg, Illinois Do Not Scale Drawings

M001. Revenue Services ISSUED FOR CONSTRUCTION SEPTEMBER. 2, East State Parkway Schaumburg, Illinois Do Not Scale Drawings 1 T Consultant: NOTES, SYMBOLS & ABBREVIATIONS - MECHANICAL Number Description M001 Vestibule 117 LAN/IT Coffee 115 116 Mail Room 118 114 113 112 Scanning 119 Open Office 101 FIRST FLOOR PLAN - MECHANICAL

More information

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS SMALL WORKS PROJECT REQUEST FOR SEALED BIDS PIERCE COUNTY FIRE PROTECTION DISTRICT #22 18421 OLD BUCKLEY HIGHWAY BONNEY LAKE, WA 98391 (253) 863-1800 (253) 863-1848 (FAX) Date Bid Requested: 5/24/2012

More information

FIRE & LIFE SAFTEY STANDARD

FIRE & LIFE SAFTEY STANDARD Title: Effective Date: 01/01/14 Revised Date: 1/1/14 Code References: Title 16, Chapter 16.16 of the Roseville Municipal Code, NFPA 72 Note: This standard is a summary of Fire Department clarifications

More information

1.3 REFERENCE STANDARDS

1.3 REFERENCE STANDARDS SECTION 28 4600 FIRE DETECTION AND ALARM PART 1 -GENERAL 1.1 SECTION INCLUDES A. Fire alarm system design and installation, including all components, wiring, and conduit. B. Circuits from protected premises

More information

REQUEST FOR PROPOSALS CLEANING SERVICES

REQUEST FOR PROPOSALS CLEANING SERVICES REQUEST FOR PROPOSALS CLEANING SERVICES Jeffrey Gray City Manager City of Jonesville 265 E. Chicago Street Jonesville, MI 49250 manager@jonesville.org (517) 849-2104 Overview The City of Jonesville is

More information

Springpoint Architects, pc SECTION Childcare Center Architect s Project No TABLE OF CONTENTS Monroe County Comm. Sch. Corp.

Springpoint Architects, pc SECTION Childcare Center Architect s Project No TABLE OF CONTENTS Monroe County Comm. Sch. Corp. Volume 1 Bidding Requirements, Contract Forms, Conditions of the Contract, Division 1, Architectural and Site Specifications 000107 Certification Page 000110 Table of Contents DIV00 PROCUREMENT AND CONTRACTING

More information

PROJ. NO SECTION PAGING, SPEAKERS AND HARD-WIRED CLOCK SYSTEMS

PROJ. NO SECTION PAGING, SPEAKERS AND HARD-WIRED CLOCK SYSTEMS SECTION 26 92 50 PAGING, SPEAKERS AND HARD-WIRED CLOCK SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions

More information

1. Floor above/floor below notification. 2. Private alarm notification. 3. Not Used 4. Voice alarm notification. 5. Not Used.

1. Floor above/floor below notification. 2. Private alarm notification. 3. Not Used 4. Voice alarm notification. 5. Not Used. PART 1 GENERAL 1.01 Scope of Standard A. This Standard is intended to assure that fire alarm and signaling systems at Sam Houston State University provide the highest level of life safety possible. This

More information

SECTION DIGITAL, ADDRESSABLE FIRE-ALARM SYSTEM

SECTION DIGITAL, ADDRESSABLE FIRE-ALARM SYSTEM SECTION 283111 - DIGITAL, ADDRESSABLE FIRE-ALARM SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division

More information

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619 DOCUMENT 00 11 16 INVITATION TO BID 1. Notice is hereby given that the governing board ( Board ) of the Oakland Unified School District will receive sealed bids for the following: Project No. 07127 Allendale

More information

University of Texas Project Schedule Narrative February 17, 2009 Page 1

University of Texas Project Schedule Narrative February 17, 2009 Page 1 Page 1 I. General A. The purpose of this narrative is to explain key elements of the sample project schedule and their relevance to completion of the security system by the project Substantial Completion

More information

BID FORM CITY OF BEVERLY HILLS. The undersigned, having carefully examined the site conditions and the Contract Documents for

BID FORM CITY OF BEVERLY HILLS. The undersigned, having carefully examined the site conditions and the Contract Documents for BID FORM CITY OF BEVERLY HILLS N O T E : An y A l t e r a t i o n o r Ad d i t i o n t o t h e B i d F o r m M a y I n v a l i d a t e t h e B i d The undersigned, having carefully examined the site conditions

More information

1.1 DESCRIPTION A. The purpose of this section is to specify Division 23 responsibilities in the commissioning (Cx) process.

1.1 DESCRIPTION A. The purpose of this section is to specify Division 23 responsibilities in the commissioning (Cx) process. SECTION 239950 MECHANICAL COMMISSIONING SYSTEMS PART 1 - GENERAL 1.1 DESCRIPTION A. The purpose of this section is to specify Division 23 responsibilities in the commissioning (Cx) process. B. Commissioning

More information

PRIVATE FIRE SERVICE INSTALLATION PACKET

PRIVATE FIRE SERVICE INSTALLATION PACKET PRIVATE FIRE SERVICE INSTALLATION PACKET The 2017 Edition supersedes all previous versions for Private Fire Service Installation To Whom It May Concern: SUBJECT: PRIVATE FIRE SERVICE INSTALLATION Illinois

More information

Rancho Cucamonga Fire Protection District Prevention Bureau Standard

Rancho Cucamonga Fire Protection District Prevention Bureau Standard Rancho Cucamonga Fire Protection District Prevention Bureau Standard Title: Fire Alarm and Monitoring Systems Standard # 9-3 Effective: May 2002 Number of Pages: 7 Updated: December 2016 for consistency

More information

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015. SECTION 000050 - INVITATION AND NOTICE TO BIDDERS PROJECT: OWNER: 3003 Cisco Road Sidney, Ohio 45365 Ohio Presbyterian Retirement Services 1001 Kingsmill Parkway Columbus, Ohio 43229 ARCHITECT: 4685 Larwell

More information

CARD ACCESS CONTROL SYSTEM

CARD ACCESS CONTROL SYSTEM SECTION 13851 CARD ACCESS CONTROL SYSTEM PART 1 GENERAL 1.01 SUMMARY A. Section Includes: A complete, operable, tested, integrated proximity access control system, to operate on a proximity principle where

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING. SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions

More information

Update all extract references to NFPA documents (including NFPA 72) in Chapter 3 and related annex material to the latest editions.

Update all extract references to NFPA documents (including NFPA 72) in Chapter 3 and related annex material to the latest editions. 11/16/12 TerraView First Revision No. 15-NFPA 720-2012 [ Global Input ] Update all extract references to NFPA documents (including NFPA 72) in Chapter 3 and related annex material to the latest editions.

More information

SECTION GENERATOR PARALLELING CONTROLS

SECTION GENERATOR PARALLELING CONTROLS PART 1 - GENERAL 1.1 DESCRIPTION SECTION 26 23 13 GENERATOR PARALLELING CONTROLS SPEC WRITER NOTE: Delete between // -- // if not applicable to project. Also delete any other item or paragraph not applicable

More information

CLARK COUNTY FIRE DEPARTMENT Fire Prevention Bureau

CLARK COUNTY FIRE DEPARTMENT Fire Prevention Bureau CLARK COUNTY FIRE DEPARTMENT Fire Prevention Bureau 575 E. Flamingo Road, Las Vegas, NV 89119 (702) 455-7316 FAX (702) 455-7347 Permit Type: 105.6.54 Control Number: A.0 Effective Date: TITLE: PROPRIETARY

More information

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements Request for roposals (RF) for: Columbia County Facilities Fire Detection and Security Improvements roposals Due: 4:30 M Friday November 13, 2015 Introduction: Columbia County is soliciting proposals from

More information

Changes in NFPA

Changes in NFPA Changes in NFPA 72-2002 2002 Oregon Fire Code Committee November 25, 2003 Michael B. Baker, SET Automatic Fire Alarm Association MikeBaker@afaa.org 2003 Michael B. Baker 1 Table of Contents 1. Administration

More information

SECTION GAS-FIRED RADIANT HEATERS

SECTION GAS-FIRED RADIANT HEATERS SECTION 23 55 23 PART 1 - GENERAL 1.1 DESCRIPTION SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between // // if not applicable to project. Also delete any other item or paragraph

More information

BULLETIN. Temperature Controls (10/2013)

BULLETIN. Temperature Controls (10/2013) BULLETIN Temperature Controls (10/2013) This bulletin is to advise you of the fees and responsibilities associated with the tenant s temperature controls. This applies to Phase I & II only. Tenant Responsibility:

More information

Tenant Heat Pump Bulletin Temperature Controls Buildings A1, C1, and H1

Tenant Heat Pump Bulletin Temperature Controls Buildings A1, C1, and H1 12/4/2017 Tenant Heat Pump Bulletin Temperature Controls Buildings A1, C1, and H1 This bulletin is to advise you of the fees and responsibilities associated with the tenant s temperature controls. Tenant

More information

Second Revision No. 104-NFPA [ Section No ] Submitter Information Verification. Committee Statement

Second Revision No. 104-NFPA [ Section No ] Submitter Information Verification. Committee Statement of 1 9/22/2014 1:38 PM Second Revision No. 104-NFPA 72-2014 [ Section No. 3.3.3 ] 3.3.3 Accessible, Readily (Readily Accessible). Capable of being reached quickly for operation, renewal, or inspections

More information

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose INVITATION TO QUOTE Title: Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, 2018 Purpose The District of Sparwood (Sparwood) invites interested parties (Respondents) to submit

More information

ELECTRICAL SERVICES FORM

ELECTRICAL SERVICES FORM Booth Number: EVENT DATES: MAIL OR FAX FORMS WITH PAYMENT TO : ENCORE EVENT TECHNOLOGIES AT CAESARS PALACE LAS VEGAS 5150 So. Decatur Blvd., Las Vegas, Nevada 89118 Ph: (702) 866-1056 Fax: (702) 967-3844

More information

Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM.

Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM. City of Raleigh, Fire Station No. 11 Renovation September 28, 2018 274-CM2018-15A Page 1 HUFFMAN ARCHITECTS, PA 632 PERSHING ROAD RALEIGH, NORTH CAROLINA 27608 PHONE (919) 740-5669 TO: ALL PRIME BIDDERS

More information

BOARD OF COUNTY COMMISSIONERS

BOARD OF COUNTY COMMISSIONERS TULSA COUNTY PURCHASING DEPARTMENT MEMO DATE: SEPTEMBER 2, 2015 FROM: PURCHASING DIRECTO -~ TO: SUBJECT: BOARD OF COUNTY COMMISSIONERS PROFESSIONAL SERVICE AGREEMENT- HOWELL & VANCUREN, INC. SUBMITTED

More information

BULLETIN. Temperature Controls (VAV) (3/11/2010)

BULLETIN. Temperature Controls (VAV) (3/11/2010) BULLETIN Temperature Controls (VAV) (3/11/2010) This bulletin is to advise you of the fees and responsibilities associated with Tenant s temperature controls. Tenant Responsibility: 1. Unit power is by

More information

Standard of Practice - Fire Alarm Systems. NOTE: Significant revisions or additions to the previous standards are highlighted in italics.

Standard of Practice - Fire Alarm Systems. NOTE: Significant revisions or additions to the previous standards are highlighted in italics. A28.1 Standard of Practice - Fire Alarm Systems NOTE: Significant revisions or additions to the previous standards are highlighted in italics. OBJECTIVE OF STANDARD To provide compliant smart addressable

More information

CLARK COUNTY FIRE DEPARTMENT Fire Prevention Bureau

CLARK COUNTY FIRE DEPARTMENT Fire Prevention Bureau CLARK COUNTY FIRE DEPARTMENT Fire Prevention Bureau 575 E. Flamingo Road, Las Vegas, NV 89119 (702) 455-7316 FAX (702) 455-7347 Permit Type: 105.7.14 Control Number: A.0 Effective Date: 9/14/11 TITLE:

More information

WEST VIRGINIA UNIVERSITY

WEST VIRGINIA UNIVERSITY WEST VIRGINIA UNIVERSITY Environmental Health and Safety (SOP) WV State Fire Marshal (SFM) Project Plans Review Process & Procedures West Virginia University Environmental Health & Safety Page 1 of 10

More information

SECTION INTRUSION DETECTION

SECTION INTRUSION DETECTION (NOTE TO DESIGNER: These Specifications are basic minimum criteria to be met in preparing the final specifications for this section, which is the responsibility of the Designer.) SECTION 28 16 00 INTRUSION

More information

ADDENDUM NO. 1 COPPER COMMUNICATIONS CABLE AND VOICE AND DATA EQUIPMENT MONITORING, TESTING, AND REPAIR DEPARTMENT OF WATER RESOURCES

ADDENDUM NO. 1 COPPER COMMUNICATIONS CABLE AND VOICE AND DATA EQUIPMENT MONITORING, TESTING, AND REPAIR DEPARTMENT OF WATER RESOURCES ADDENDUM NO. 1 PROJECT TITLE: LOCATION: COPPER COMMUNICATIONS CABLE AND VOICE AND DATA EQUIPMENT MONITORING, TESTING, AND REPAIR CALIFORNIA AQUEDUCT SPECIFICATION NO.: 09-02 CONTRACT NO.: ISSUED BY: C51387

More information

UNIFIED FACILITIES GUIDE SPECIFICATIONS

UNIFIED FACILITIES GUIDE SPECIFICATIONS USACE / NAVFAC / AFCEC / NASA UFGS-28 20 02 (November 2008) ----------------------------- Preparing Activity: USACE Superseding UFGS-13729 (April 2006) UNIFIED FACILITIES GUIDE SPECIFICATIONS References

More information

DIVISION 28 ELECTRONIC SAFETY AND SECURITY

DIVISION 28 ELECTRONIC SAFETY AND SECURITY DESIGN CONSIDERATIONS DIVISION 28 ELECTRONIC SAFETY AND SECURITY The Consultant shall provide a written description of how the entire system is designed to operate. This Basis of Design (BOD) narrative

More information

A. Drawings and general provisions of Contract, including General and Supplementary Conditions apply to work of this section.

A. Drawings and general provisions of Contract, including General and Supplementary Conditions apply to work of this section. SECTION 16770 PAGE 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions apply to work of this section. B. Division 16

More information

Bold items are particular to the City of Euless

Bold items are particular to the City of Euless EULESS FIRE DEPARTMENT FIRE MARSHAL S OFFICE INFORMATION LINE: Revised 8/2004 Fire Chief Lee Koontz Fire Marshal Paul Smith EFD-FMO 3-1 2003 International Fire & Building Code as Amended NFPA Standards

More information

Architectural and Engineering Specification for a Real-Time Locating System Flare

Architectural and Engineering Specification for a Real-Time Locating System Flare Architectural and Engineering Specification for a Flare AE-T1-IN-R3-E-0617 Page 1 of 14 This document is intended to provide performance specifications and operational requirements for the Flare. It is

More information

Michigan State University Construction Standards COMMISSIONING OF FIRE ALARM SYSTEMS PAGE

Michigan State University Construction Standards COMMISSIONING OF FIRE ALARM SYSTEMS PAGE PAGE 280800-1 SECTION 280800 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

.4 Do complete installation in accordance with latest Electrical Bulletins of the local inspection authority.

.4 Do complete installation in accordance with latest Electrical Bulletins of the local inspection authority. Fitness Facility Addition Page 1 1.1 CODES AND STANDARDS.1 Do complete installation in accordance with the latest edition of the CSA C22.1 as amended by the latest editions of the National Building Code

More information

NOTICE TO CONTRACTORS

NOTICE TO CONTRACTORS NOTICE TO CONTRACTORS Notice is hereby given that sealed bids will be received by the City Council of the City of Reedley for furnishing all labor, materials, services, and equipment and performing all

More information

CITY OF MILTON INVITATION TO BID (THIS IS NOT AN ORDER)

CITY OF MILTON INVITATION TO BID (THIS IS NOT AN ORDER) CITY OF MILTON INVITATION TO BID (THIS IS NOT AN ORDER) Bid Number: 13-CM01 Due Date and Time: March 12th, 2013 Local Time: 2:00pm Project Name: City of Milton Outdoor Warning Siren System ISSUING DEPARTMENT

More information

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH SPECIFICATIONS FOR TENDER #0371-0739 SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH CLOSING DATE: 8 June 2007 CLOSING TIME: 11:00 AM (Newfoundland Time) Invitation to Tender for a

More information

Annual Fire Systems and Backflow Preventers Testing

Annual Fire Systems and Backflow Preventers Testing Facilities Management Request for Qualifications Annual Fire Systems and Backflow Preventers Testing At Various Facilities Proposals Due: 2:30 PM, Tuesday May 15, 2018 Deliver to: Attn: Sara Winger, Purchasing

More information

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico 88202-1437 General Bid Conditions BID # 19-06 Fire Sprinkler Systems Inspections, Testing and Maintenance SEALED BIDS will be opened

More information

CONTENTS AUTOMATIC TRANSFER SWITCHES

CONTENTS AUTOMATIC TRANSFER SWITCHES CONTENTS AUTOMATIC TRANSFER SWITCHES PART 1 GENERAL 1.1 Related Documents 1.2 Summary 1.3 References 1.4 Quality Assurance 1.5 Submittals 1.6 Delivery, Storage and Handling 1.7 Instructions And Training

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS for the City of Lake Forest Issue Date: September 23, 2015 Bid Due Date: October 19, 2015 The City of Lake Forest 800 N. Field Drive Lake Forest, Illinois 60045 THE CITY OF LAKE

More information

SANTA CLARA COUNTY Winchester Blvd., Los Gatos, CA (408) (408) (fax)

SANTA CLARA COUNTY Winchester Blvd., Los Gatos, CA (408) (408) (fax) FIRE DEPARTMENT SANTA CLARA COUNTY 14700 Winchester Blvd., Los Gatos, CA. 95032-1818 (408) 378-4010 (408) 378-9342 (fax) www.sccfd.org STANDARD DETAILS & SPECIFICATIONS Spec No C-4 Rev. Date 03/10/10 SUBJECT:

More information

Commercial Remodel/ Add On Rules and Regulations

Commercial Remodel/ Add On Rules and Regulations Commercial Remodel/ Add On Rules and Regulations Public Works and Community Development Department City of Shenandoah 29955 I-45 North Shenandoah, Texas 77381 281-298-5522 www.shenandoahtx.us Construction

More information

Request For Quotations. For The. Fire Sprinkler Retrofit Program For Licensed Small Or Rural Retirement Homes. October 11, 2017

Request For Quotations. For The. Fire Sprinkler Retrofit Program For Licensed Small Or Rural Retirement Homes. October 11, 2017 Request For Quotations For The Fire Sprinkler Retrofit Program For Licensed Small Or Rural Retirement Homes October 11, 2017 1 Table of Contents Introduction... 3 Retirement Home Information... 3 RFQ Overview...

More information

"This is only the scope of work for the project. For more information, interested parties should contact Procurement at

This is only the scope of work for the project. For more information, interested parties should contact Procurement at "This is only the scope of work for the project. For more information, interested parties should contact Procurement at purchasing@stpgov.org to ensure receipt of a full bid package, to be listed as a

More information

TABLE OF CONTENTS. Tender Forms Letter of Tender A20 Appendix to Tender A20 A20 Contract Agreement A20

TABLE OF CONTENTS. Tender Forms Letter of Tender A20 Appendix to Tender A20 A20 Contract Agreement A20 TABLE OF CONTENTS VOLUME I TENDER DOCUMENTS Part 1 Instructions to Tenderers... thru - 27 Part 2 Part 3 A16 Part 4 Tender Forms Letter of Tender A20 Appendix to Tender A20 A20 Contract Agreement A20 Forms

More information

RFP-FQ18063/KKB-Replace Three Roofs, DC, MD AND VA GREETINGS

RFP-FQ18063/KKB-Replace Three Roofs, DC, MD AND VA GREETINGS RFP-FQ18063/KKB-Replace Three Roofs, DC, MD AND VA GREETINGS Good morning, on behalf of the Washington Metropolitan Area Transit Authority, we would like to welcome you to the Pre-proposal meeting for

More information

Commercial Rules and Regulations

Commercial Rules and Regulations Commercial Rules and Regulations Public Works and Community Development Department City of Shenandoah 29955 I 45 North Shenandoah, Texas 77381 281 298 5522 www.shenandoahtx.us Construction Documents Submit

More information

FRONT PORCH SUNSHINE REQUEST FOR QUOTATIONS CONTRACTOR AND SYSTEM QUALIFICATIONS

FRONT PORCH SUNSHINE REQUEST FOR QUOTATIONS CONTRACTOR AND SYSTEM QUALIFICATIONS FRONT PORCH SUNSHINE REQUEST FOR QUOTATIONS CONTRACTOR AND SYSTEM QUALIFICATIONS The Florida Solar Energy Research and Education Foundation, Inc. (FlaSEREF) is seeking the services of solar companies to

More information

Article 3: Police Regulated Occupations and Businesses. Division 37: Burglary, Robbery and Emergency Alarm Systems

Article 3: Police Regulated Occupations and Businesses. Division 37: Burglary, Robbery and Emergency Alarm Systems Article 3: Police Regulated Occupations and Businesses Division 37: Burglary, Robbery and Emergency Alarm Systems 33.3701 Definitions Defined words appear in italics. Except as otherwise provided, for

More information

CITY OF LONG BEACH Department of Development Services BUILDING AND SAFETY BUREAU FIRE ALARM / ELECTRICAL FIRE PLAN REVIEW CHECKLIST

CITY OF LONG BEACH Department of Development Services BUILDING AND SAFETY BUREAU FIRE ALARM / ELECTRICAL FIRE PLAN REVIEW CHECKLIST CITY OF LONG BEACH Department of Development Services BUILDING AND SAFETY BUREAU FIRE ALARM / ELECTRICAL FIRE PLAN REVIEW CHECKLIST DATE: PROJECT NO.: EXPIRATION DATE: STATUS: INFORMATION PROJECT ADDRESS:

More information

SECTION INSPECTION AND TESTING OF WORK

SECTION INSPECTION AND TESTING OF WORK SECTION 01455 PART I - GENERAL 1.01 SECTION INCLUDES A. Project Inspections and Procedures B. Scheduling Inspectors Notification requirements 1.02 RELATED SECTIONS A. Section 01310 COORDINATION B. Section

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: September 21, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: September 21, 2017 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2017-66 Issue Date: September 21, 2017 Project Name: Quote Due Date/Time:

More information

RENO-TAHOE INTERNATIONAL AIRPORT RENO-TAHOE AIRPORT AUTHORITY PURCHASING AND MATERIALS MANAGEMENT

RENO-TAHOE INTERNATIONAL AIRPORT RENO-TAHOE AIRPORT AUTHORITY PURCHASING AND MATERIALS MANAGEMENT RENO-TAHOE INTERNATIONAL AIRPORT RENO-TAHOE AIRPORT AUTHORITY PURCHASING AND MATERIALS MANAGEMENT Date: March 24, 2016 To: From: Prospective Proposers Joyce A. Humphrey, Manager of Purchasing/Materials

More information

MANUAL OF DESIGN CRITERIA AND SPECIFICATIONS FOR FIRE DETECTION AND ALARM SYSTEMS PUBLIC SCHOOLS IN NEW MEXICO

MANUAL OF DESIGN CRITERIA AND SPECIFICATIONS FOR FIRE DETECTION AND ALARM SYSTEMS PUBLIC SCHOOLS IN NEW MEXICO MANUAL OF DESIGN CRITERIA AND SPECIFICATIONS FOR FIRE DETECTION AND ALARM SYSTEMS PUBLIC SCHOOLS IN NEW MEXICO Prepared For: Public Schools Facilities Authority State of New Mexico 2019 Galisteo, Suite

More information

Full Service Central Station Fire Alarm Listing Evaluation

Full Service Central Station Fire Alarm Listing Evaluation Full Service Central Station Fire Alarm Listing Evaluation Listing Evaluation A UL Listing project includes: 1. Evaluating the central station facility for compliance with UL 827, Central-Station Alarm

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division Department of General Services Purchasing Division Title: Contract Period: Fire Extinguishers and Suppression Systems-Inspection, Testing, Maintenance, Repair and Recharging 3/1/18 through 2/28/19 with

More information

Purpose : Project Manager. Professional. Contractor: devices/system. compatibility

Purpose : Project Manager. Professional. Contractor: devices/system. compatibility I. Title: Fire Alarm Systems Design, Construction and Commissioning II. Purpose : Define activities, identify stakeholders, and assign responsibilities as it relates to the installation of fire alarm devices

More information

ONYX FirstVision Specification Interactive Firefighters Display

ONYX FirstVision Specification Interactive Firefighters Display ONYX FirstVision Specification Interactive Firefighters Display NOTIFIER is a registered trademark, and ONYX FirstVision, NOTI FIRE NET, and VeriFire are trademarks of Honeywell International Inc. Microsoft

More information

PROJECT MANUAL FOR REPLACEMENT OF EXISTING FIRE ALARM SYSTEM AT ADMINISTRATION BUILDING

PROJECT MANUAL FOR REPLACEMENT OF EXISTING FIRE ALARM SYSTEM AT ADMINISTRATION BUILDING Bidder Name: JACK BEACHAM, C.P.M., A.P.P. PURCHASING AGENT TARRANT COUNTY PURCHASING DEPARTMENT MELISSA LEE, C.P.M., A.P.P. ASSISTANT PURCHASING AGENT VOLUME 2 TECHNICAL SPECIFICATIONS RFB NO. 2019-005

More information

COMMISSION ORDER. IT IS FURTHER ORDERED that the Request for Bid and Notice to Bidders be displayed on the Franklin County website.

COMMISSION ORDER. IT IS FURTHER ORDERED that the Request for Bid and Notice to Bidders be displayed on the Franklin County website. 4.e STATE OF MISSOURI County of Franklin ss. COMMISSION ORDER Commission Order No. 2016-316 Third Quarter Term 2016 Tuesday,August,09,2016 Bid Notice IN THE MATTER OF ADVERTISING FOR SEALED BIDS FOR SMOKE

More information

SPECIFICATIONS FOR PURCHASE AND INSTALLATION OF A NEW ACCESS CONTROL AND CCTV SECURITY SYSTEM FOR LARSON ICE CENTER. (Revised February 13, 2014)

SPECIFICATIONS FOR PURCHASE AND INSTALLATION OF A NEW ACCESS CONTROL AND CCTV SECURITY SYSTEM FOR LARSON ICE CENTER. (Revised February 13, 2014) SPECIFICATIONS FOR PURCHASE AND INSTALLATION OF A NEW ACCESS CONTROL AND CCTV SECURITY SYSTEM FOR LARSON ICE CENTER (Revised February 13, 2014) BID OPENING, FEBRUARY 25, 2014 GOVERNMENT CENTER, Rm. 241,

More information

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS PART 1 FIRE PROTECTION SPRINKLER SYSTEMS Source: Tennessee Code/TITLE 62 PROFESSIONS,

More information

PRO-WATCH NOTIFIER SECONDARY FIRE INTERFACE ARCHITECT AND ENGINEERING SPECIFICATION

PRO-WATCH NOTIFIER SECONDARY FIRE INTERFACE ARCHITECT AND ENGINEERING SPECIFICATION Section 00000 SECURITY PRO-WATCH NOTIFIER SECONDARY FIRE INTERFACE ARCHITECT AND ENGINEERING SPECIFICATION PART 1 GENERAL A. The intent of this document is to specify the minimum criteria for the design,

More information

DTW Master Specification Section EMCS: Start Up, Verification and Commissioning

DTW Master Specification Section EMCS: Start Up, Verification and Commissioning Page 1 of 6 PART 1 GENERAL 1.1 RELATED SECTIONS.1 Related Sections..1 The contractor is to ensure that all related work is co ordinated among all specification sections, as well as between Division 11,

More information

HILLSIDE BUILDING COMMITTEE PLAN REVIEW DIRECTIONS

HILLSIDE BUILDING COMMITTEE PLAN REVIEW DIRECTIONS HILLSIDE BUILDING COMMITTEE PLAN REVIEW DIRECTIONS 1 1. Review Hillside Regulations to ensure your design is in conformance with current Town Code. 2. Complete page 3 and contact Paul Mood at 480-348-3573,

More information

UNIVERSITY OF MANITOBA PROCEDURE

UNIVERSITY OF MANITOBA PROCEDURE UNIVERSITY OF MANITOBA PROCEDURE Procedure: UNIVERSITY BUILDING ACCESS CONTROL Parent Policy: Effective Date: July 2, 2013 Revised Date: Review Date: July 2, 2023 Approving Body: Authority: Responsible

More information

BULLETIN. Temperature Controls (Chilled Water) Phase III only (3/11/2010)

BULLETIN. Temperature Controls (Chilled Water) Phase III only (3/11/2010) BULLETIN Temperature Controls (Chilled Water) Phase III only (3/11/2010) This bulletin is to advise you of the fees and responsibilities associated with the tenant s temperature controls. Tenant Responsibility:

More information

Division 21: FIRE SUPRESSION WET-PIPE SPRINKLER PROTECTION SYSTEM. The Academy Sept Table of Contents 1 Division 21

Division 21: FIRE SUPRESSION WET-PIPE SPRINKLER PROTECTION SYSTEM. The Academy Sept Table of Contents 1 Division 21 Division 21: FIRE SUPRESSION 21 1313 WET-PIPE SPRINKLER PROTECTION SYSTEM Table of Contents 1 Division 21 SECTION 21 1313 WET-PIPE SPRINKLER PROTECTION SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A.

More information

National Fire Protection Association. 1 Batterymarch Park, Quincy, MA Phone: Fax:

National Fire Protection Association. 1 Batterymarch Park, Quincy, MA Phone: Fax: National Fire Protection Association 1 Batterymarch Park, Quincy, MA 02169-7471 Phone: 617-770-3000 Fax: 617-770-0700 www.nfpa.org M E M O R A N D U M TO: FROM: NFPA Technical Committee on Mercantile and

More information

National Fire Protection Association. 1 Batterymarch Park, Quincy, MA Phone: Fax:

National Fire Protection Association. 1 Batterymarch Park, Quincy, MA Phone: Fax: National Fire Protection Association 1 Batterymarch Park, Quincy, MA 02169-7471 Phone: 617-770-3000 Fax: 617-770-0700 www.nfpa.org M E M O R A N D U M TO: FROM: Technical Committee on Notification Appliances

More information

National Fire Protection Association. 1 Batterymarch Park, Quincy, MA Phone: Fax:

National Fire Protection Association. 1 Batterymarch Park, Quincy, MA Phone: Fax: National Fire Protection Association 1 Batterymarch Park, Quincy, MA 02169-7471 Phone: 617-770-3000 Fax: 617-770-0700 www.nfpa.org M E M O R A N D U M TO: FROM: NFPA Technical Committee on Notification

More information

CHAPTER Committee Substitute for Committee Substitute for Committee Substitute for House Bill No. 973

CHAPTER Committee Substitute for Committee Substitute for Committee Substitute for House Bill No. 973 CHAPTER 2013-203 Committee Substitute for Committee Substitute for Committee Substitute for House Bill No. 973 An act relating to low-voltage systems; amending s. 489.503, F.S.; revising an exemption from

More information

A. The requirements of this Section and the other Division 26, 27 & 28 Sections apply to all the video surveillance system work.

A. The requirements of this Section and the other Division 26, 27 & 28 Sections apply to all the video surveillance system work. PART 1 GNRAL 1.1. APPLICABL PROVISIONS A. The General, Supplementary and other Conditions of the Contract, modifications to the General Conditions, the Drawings, and the applicable provisions of the other

More information

Olivenhain Municipal Water District (OMWD) REQUEST FOR PROPOSALS. For. Ultraviolet Disinfection System at. 4S Ranch Water Reclamation Facility

Olivenhain Municipal Water District (OMWD) REQUEST FOR PROPOSALS. For. Ultraviolet Disinfection System at. 4S Ranch Water Reclamation Facility Olivenhain Municipal Water District (OMWD) REQUEST FOR PROPOSALS For Ultraviolet Disinfection System at 4S Ranch Water Reclamation Facility Date of Issuance: May 5, 2017 Proposals may be submitted to OMWD

More information

Mr. Burke presented the Airport and Boeing s badging process and public safety issues as outlined in the attached meeting agenda.

Mr. Burke presented the Airport and Boeing s badging process and public safety issues as outlined in the attached meeting agenda. MIDAMERICA ST. LOUIS AIRPORT TO: ISSUED BY: All Plan Holders and Meeting Attendees (Meeting Roster Attached) MidAmerica St. Louis Airport Dept. of Engineering & Planning DATE: November 22, 2016 Re: Summary

More information

A. Hydraulic calculations shall be prepared in accordance with Chapter 23 of NFPA 13 with the following exceptions:

A. Hydraulic calculations shall be prepared in accordance with Chapter 23 of NFPA 13 with the following exceptions: SECTION 21 13 13 WET-PIPE FIRE SPRINKLER SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. The Conditions of the Contract and applicable requirements of Division 1, "General Requirements", and Section

More information

HEATING AND COOLING REBATES

HEATING AND COOLING REBATES Thank you for choosing to increase your customer's home energy efficiency with heating and cooling rebates. Follow the steps below to ensure eligibility to receive a rebate from the ComEd Energy Efficiency

More information