807
  Project Manual Covenant Health System Joe Arrington Cancer Center and Medical Office Building Renovations and Additions – Phase 2 Lubbock, Texas March 2015 PSC Project # 03798614

JACC Phase 2 Project Manual_3.19.15

  • Upload
    mahesh

  • View
    26

  • Download
    1

Embed Size (px)

DESCRIPTION

JACC MANUAL

Citation preview

  • Project Manual

    Covenant Health System Joe Arrington Cancer Center and Medical Office Building Renovations and Additions Phase 2 Lubbock, Texas

    March 2015

    PSC Project # 03798614

  • Joe Arrington Cancer Center Renovations and Additions Phase 2

    03798614 TABLE OF CONTENTS PAGE - 1 03/15

    03/19/2015

    TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION

    00000 Letter from Dunn + Teinert 00010 Advertisement for Bid 00020 Phase 2 Bid Schedule 00050 Information to Proposers 00100 Proposal Form 00705 Agreement 00840 3D Model Coordination Program

    DIVISION 1 - GENERAL REQUIREMENTS

    01110 Summary of Work and Special Requirements 01120 References and Definitions 01250 Contract Modification Procedures 01290 Payment Procedures 01310 Project Management and Coordination 01315 Contractor Requests for Information 01320 Construction Progress Documentation 01325 Project Schedule 01330 Submittal Procedures 01450 Quality Control 01453 Mock-Up Requirements 01455 Testing and Inspection Services 01500 Temporary Facilities & Controls 01600 Product Requirements 01700 Execution Requirements 01720 Contract Closeout Procedures 01732 Selective Demolition

    DIVISION 2 - SITE CONSTRUCTION

    02221 Structure Demolition 02300 Earthwork

    DIVISION 3 - CONCRETE

    03300 Cast-In-Place Concrete

    DIVISION 4 - MASONRY

    04011 Masonry Cleaning 04220 Concrete Unit Masonry 04720 Cast Stone Masonry

  • Joe Arrington Cancer Center Renovations and Additions Phase 2

    03798614 TABLE OF CONTENTS PAGE - 2 03/15

    03/19/2015

    DIVISION 5 - METAL

    05120 Structural Steel 05310 Steel Deck (To Be Issued by Addendum) 05500 Metal Fabrications 05511 Metal Pan Stairs 05521 Pipe and Tube Railings 05581 Column Covers 05731 Glazed Decorative Metal Railings

    DIVISION 6 - WOOD AND PLASTICS

    06105 Miscellaneous Carpentry 06125 Sheathing 06402 Interior Architectural Woodwork 06410 Custom Casework (To Be Issued by Addendum)

    DIVISION 7 - THERMAL AND MOISTURE PROTECTION

    07015 Preparation for Reroofing (To Be Issued by Addendum) 07190 Water Repellents 07210 Building Insulation 07260 Vapor Retarders 07272 Fluid-Applied Membrane Air Barriers 07419 Metal Soffit Panels 07420 Aluminum Composite Panel 07540 Thermoplastic Membrane Roofing 07591 Preparation for Reroofing 07620 Sheet Metal Flashing and Trim 07720 Roof Accessories 07900 Joint Sealers

    DIVISION 8 - DOORS AND WINDOWS

    08110 Steel Door Frames 08210 Impact Resistant Wood Doors (Flush) 08311 Access Doors and Frames 08410 Aluminum Entrances and Storefronts 08462 Sliding Automatic Entrances 08520 Aluminum Windows 08630 Metal-Framed Skylights 08710 Finish Hardware 08800 Glazing 08816 Resinous Glazing 08911 Fixed Louvers

  • Joe Arrington Cancer Center Renovations and Additions Phase 2

    03798614 TABLE OF CONTENTS PAGE - 3 03/15

    03/19/2015

    DIVISION 9 - FINISHES 09000 Finish Material Legend 09250 Gypsum Board Systems 09300 Tile 09355 Glass Tiling 09511 Acoustical Ceilings 09540 Modular Metal Ceiling System 09651 Resilient Floor Tile 09653 Resilient Wall Base and Installation Accessories 09654 Linoleum Floor Coverings 09681 Tile Carpeting 09720 Wall Coverings 09911 Exterior Painting 09912 Interior Painting 09960 High-Performance Coatings

    DIVISION 10 - SPECIALTIES

    10100 Visual Display Boards 10191 Cubicle Curtains and Tracks 10210 Metal Wall Louvers 10265 Wall Protection 10400 Identifying Devices 10500 Metal Wardrobe Lockers 10520 Fire Extinguishers, Cabinets, and Accessories 10750 Telephone Specialties 10801 Toilet and Bath Accessories

    DIVISION 11 - EQUIPMENT

    11132 Projection Screens

    DIVISION 12 - FURNISHINGS

    12365 Pharmacy Casework 12484 Entrance Floor Mats and Frames 12491 Horizontal Louver Blinds 12494 Roller Shades

    DIVISION 13 - SPECIAL CONSTRUCTION

    13090 Radiation Protection

    DIVISION 14 - CONVEYING SYSTEMS

    14212 Machine Room-less Elevators

  • Joe Arrington Cancer Center Renovations and Additions Phase 2

    03798614 TABLE OF CONTENTS PAGE - 4 03/15

    03/19/2015

    DIVISION 15 - MECHANICAL 15000 General Mechanical Requirements 15050 Basic Mechanical Materials and Methods 15060 Hangers and Supports for Plumbing Piping and Equipment 15061 Hangers and Supports for HVAC Piping and Equipment 15075 Identification for Plumbing Piping and Equipment 15076 Identification for HVAC Piping and Equipment 15080 Plumbing Insulation 15081 HVAC Insulation 15140 Domestic Water Piping 15150 Sanitary Waste and Vent Piping 15160 Storm Drainage Piping 15180 Hydronic Piping 15212 Medical Gas and Vacuum Systems 15310 Fire Protection Piping 15325 Sprinkler Systems 15410 Plumbing Fixtures 15721 Packaged Outdoor Central-Station Air-Handling Units 15810 Ducts 15820 Duct Accessories 15840 Air Terminal Units 15850 Air Outlets and Inlets 15902 Controls & Instrumentation - DDC 15950 Testing, Adjusting, and Balancing

    DIVISION 16 - ELECTRICAL

    16000 Basic Electrical Methods 16111 Conduit 16123 Building Wire and Cable 16130 Boxes 16140 Wiring Devices 16170 Grounding and Bonding 16180 Equipment Wiring Systems 16190 Supporting Devices 16195 Electrical Identification 16441 Enclosed Switches 16470 Switchboards and Panelboards 16481 Enclosed Motor Controllers 16510 Interior Luminaires 16620 Engine Generator (Deduct Alternate No. 1) 16630 Enclosed Transfer Switches (Deduct Alternate No. 1) 16762 Telephone and Data Communications Cabling

  • Joe Arrington Cancer Center Renovations and Additions

    Phase 2

    03798614 DESIGN PROFESSIONAL RESPONSIBILITY KS - 1

    03/15

    DESIGN PROFESSIONAL RESPONSIBILITY

    The specification sections authenticated by my seal and signature are limited in the following:

    DIVISION 16 - ELECTRICAL

    16000 Basic Electrical Methods

    16111 Conduit

    16123 Building Wire and Cable

    16130 Boxes

    16140 Wiring Devices

    16170 Grounding and Bonding

    16180 Equipment Wiring Systems

    16190 Supporting Devices

    16195 Electrical Identification

    16441 Enclosed Switches

    16470 Switchboards and Panelboards

    16481 Enclosed Motor Controllers

    16510 Interior Luminaires

    16620 Engine Generator (Deduct Alternate No. 1)

    16630 Enclosed Transfer Switches (Deduct Alternate No. 1)

    16762 Telephone and Data Communications Cabling

    03/19/2015

  • January 9, 2015

    Joe Arrington Cancer Center Bidder,

    Thank you for your interest in working with Dunn+Teinert Joint Venture

    Construction Company. As we're continuing our growth here, we're enhancing

    our regional and national informational subcontractor databases. To better manage

    and maintain this information on an ongoing basis, we have created an on-line

    system where subcontractors can update and manage their prequalification

    information.

    To begin the prequalification process with Dunn+Teinert, please visit:

    http://sms.jedunn.com/ and log in by creating a new user account.

    Once logged in, you will see several sections in need of completion / updating -

    these will be highlighted on your profile with a RED CIRCLE. After completing

    the section, the system will mark it as completed with a GREEN CHECK.

    After registering it is essential that you return and update your information on an

    annual basis to maintain an active status.

    Thank you again and best wishes for continued success.

    Please contact me if you have any questions.

    Thank you again.

    Sincerely,

    Ben Donaldson

    Project Manager

  • SECTION 00010

    ADVERTISEMENT FOR BID

    JACC & MOB Package 2 ADVERTISEMENT FOR BID 00010

    1.01. OWNER: Covenant Health Systems

    1.02. PROJECT: Joe Arrington Cancer Center & MOB Renovations

    Package 2 - JACC

    4101 22nd Place

    Lubbock, TX 79410

    1.03. DATE: Proposals will be received until 2:00PM local time, April 17, 2015

    1.04. LOCATION: Proposals will be received by the Construction Manager at Risk:

    Dunn+Teinert, a Joint Venture Company

    16000 N Dallas Pkwy, Suite 500

    Dallas, Texas 75248

    Telephone: (214) 651-7103

    Facsimile: (469) 737-8600

    1.05. SCOPE OF WORK:

    A. The work in this project involves interior demolition and finish-out of existing space on the 1st and 2nd

    floor of the Joe Arrington Cancer Center. In addition to the renovation there will be two 2 story additions

    to the cancer center.

    B. The Proposer will be responsible for the accomplishment and coordination of all construction activities

    indicated in the documents.

    C. As Described in the Proposal Documents.

    1.06. CONDITIONS:

    A. Proposers shall submit their Proposals and all documentation required by this Request for Proposals in

    one complete package to the Construction Manager at Risk. Failure to include any part of the requested

    information or documentation may result in the disqualification of the Proposal

    B. Proposals shall be submitted to the Construction Manager at Risk on the date and time that the

    Proposals are due:

    1. The Construction Manager at Risks Proposal Package and ADDITIONAL REQUIRED INFORMATION as

    requested.

    C. After receiving and qualifying submitted Proposals, the Construction Manager at Risk and COVENANT

    HEALTH SYSTEMS will evaluate each qualified Proposal. The Construction Manager at Risk and

    COVENANT HEALTH SYSTEMS will select the Proposal that offers the best value for COVENANT HEALTH

    SYSTEMS.

    Contracts will be awarded on the basis of the lowest responsive proposal complying with the conditions of

    the Proposal Package provided it is in the best interest of COVENANT HEALTH SYSTEMS and the

    Construction Manager at Risk. The Construction Manager at Risk, however, reserves the right to reject

    any and all proposals and to waive any informality in proposals received whenever any such rejection or

  • SECTION 00010

    ADVERTISEMENT FOR BID

    JACC & MOB Package 2 ADVERTISEMENT FOR BID 00010

    waiver is in the best interest of COVENANT HEALTH SYSTEMS and the Construction Manager at Risk.

    In determining the lowest responsive subcontractor and best value for COVENANT HEALTH SYSTEMS, the

    Construction Manager at Risk will evaluate the following items:

    1) The number of the Base Proposal including each Alternate Proposal if applicable.

    2) The probability that the Subcontractor can and will perform in accordance with the Proposal and

    Construction Documents.

    3) The likelihood that the Subcontractor will deliver the awarded scope per the Construction

    Manager at Risk and COVENANT HEALTH SYSTEMS required schedule.

    4) The reputation and past performance of the Subcontractor including past contracts,

    subcontractors proposed personnel, financial ability, and safety record.

    D. Following successful negotiations with the Construction Manager at Risk, the Proposer will be expected to

    execute a comprehensive Subcontract Agreement indicating the contract value as the final amount

    agreed upon in negotiations with the Construction Manager at Risk.

    E. The Construction Manager at Risk, can, at its discretion, require the subcontractor to whom the work will

    be awarded, to supply a Performance and Payment Bond. As such, each proposal shall state on the line

    provided in the Form of Proposal, the added cost for the bond. If the firm submitting a proposal is unable

    to supply a Performance and Payment Bond, the words not available shall be stated in the line provided.

    It is important to note that a subcontractors inability to provide a Performance and Payment Bond will

    not solely be a determining factor in awarding a contract.

    F. Proposals received after the closing time for whatever reason, will not be accepted.

    G. No Proposer may withdraw its Proposal within sixty (60) calendar days after the bid date.

    H. The Construction Manager at Risk and COVENANT HEALTH SYSTEMS reserves the right to accept or reject

    any or all Proposals, and to waive any and all formalities.

    I. Dunn+Teinert and COVENANT HEALTH SYSTEMS are Equal Opportunity Employers.

    J. All Request for Information (RFI) to be submitted no later than April 3, 2015.

    K. Submit bids via fax or email.

    Fax: (469) 737-8600

    Email: [email protected]

    L. Construction Manager at Risk:

    Gordon McAurthur

    Pre-Construction Director

    Dunn+Teinert

    16000 N Dallas Pkwy

    Suite 500

    Dallas, Texas 75248

    Telephone: (214) 651-7103

    Facsimile: (469) 737-8600

    Email: [email protected]

  • SECTION 00010

    ADVERTISEMENT FOR BID

    JACC & MOB Package 2 ADVERTISEMENT FOR BID 00010

    1.07. CONTRACT DOCUMENT ACQUISITION:

    A. Drawings and specifications can be obtained electronically via the Construction Managers Invitation to

    Bid. The invitation to bid will be sent electronically.

    B. No hard copies of the plans and specifications will be available.

    1.08. PRE-PROPOSAL MEETING:

    A. A mandatory on-site pre-proposal meeting and walk-through will be held on :

    Structural, Exterior Skin, Drywall, Mechanical, Fire Protection, Electrical - March 31, 2015 at 10:30am

    Interior Finish Trades March 31, 2015 at 1 :30pm

    END OF SECTION

  • !

    !

    "#""#$%&'&("

    %)*" +

    "

    ","%- ( +(

    ,". ! /

    ,".* ! "

    0

    1#* /

    "

    ","*- "

    $%&'&* ! !

    (

    (

    (

    (

    ! (

    " (

    '2"*3" ( (

    $!$4 ( (

    3564 +

    7)#2/0$!

    %2 +

    %893""

    $"/(4

    %8934""

    27

    ""#(%$2':27")3

    *""#3

    %8")

    #!$ +

    ,"6&"!) +

    2&"!")$;

    (%$/4 3

    ; 3

    (%$;"3 3 3

    ")2& 3 !

    $$6'" ! !

    '304 ! !

    ':

    "'!

    :"

    ")2&!*

    "=?

    $!$4

    %8$

    "2$"$:

    22$$;

    3242047

    ?20(%$

    /0$!2$"

    %"6

    /(

    >:

    %8"3

    ""#$"2':7")3

    7*

    '"

    ""#3*

    "#"@

    %"*

    "#"@4

    ,"6&"!)

    2&"!")$;

    (%$/4

    ;

    (%$;"3

    ")2&

    $$6'"

    '304

    '

  • (%$&'3 "

    (%$&8 "

    /4*!"

    *'3& +

    ""*"

    ""2=4< +

    $3

    ; +

    %$$ :

    $ : :

    ""2$"" : :

    ("*4 :

    ( :

    '""

    '""7; 3

    (%$&2"

    " 3

    ""'"" 3

    ''44*

    "*" 3 3

    ": 3 3

    (%$?20"3* ! !

    :*# ! !

    ,"6&"!) ! !

    ''%83%4* !

    2&"!")$; ! /

    (%$/4 / /

    ; / /

    (%$;"3 / "

    ")2& / "

    $$6'" " "

    '304 " +

    '

  • ""2=4< 3 3

    $3 3 3

    %$$ 3 3

    ; 3 3

    $ ! +!

    ""2$"" ! !

    ("*4 !

    #)*& ( "

    '"" (

    '""7; ( (

    ""'"" ( (

    (%$&2"

    " ( (

    "*" ( (

    ":2%8" (

    ?4:"4" +

    (%$?20"3*

    :*#

    ;

    (%$/4 +

    (%$;"3 + 3

    ")2& 3 +3

    $$6'" 3 3

    '304 3 3

    '

  • $ ( (

    ""2$"" ! !

    ("*4 !

    (!

    (

    '""

    '""7; 3

    ""'"" 3

    (%$&2"

    " 3

    ''44*

    "*" 3 3

    ,"6&"!) 3 3

    2&"!")$; 3 3

    %83*# 3 3

    (%$/4 ! !

    ; ! !

    (%$;"3 ! /

    ''%83%4* !

    ")2& ! /

    $$6'" / /

    '304 / "

    '

  • SECTION 00050

    INFORMATION TO PROPOSERS

    JACC & MOB Renovation Package 2 INFORMATION TO PROPOSERS 00050

    ARTICLE 1. RECEIPT OF PROPOSALS:

    1.1. Competitive Proposals for:

    Joe Arrington Cancer Center & MOB Renovations

    Package 2 Cancer Center

    4101 24th Street

    Lubbock, TX 79410

    Will be received by the Construction Manager at-Risk, Dunn+Teinert, 16000 N Dallas Pkwy, Suite 500,

    Dallas, TX 75248 at 2:00PM, April 17, 2015 Any Proposals received after the closing time will be

    rejected.

    1.2. The Construction Manager at-Risk may consider informal any Proposal not prepared and submitted in

    accordance with the provisions herein. The Construction Manager at-Risk may waive any or all

    formalities and accept or reject any or all Proposals.

    1.3. Any Proposal may be withdrawn prior to the above scheduled time or authorized postponement

    thereof. No Proposer may withdraw a Proposal within 60 calendar days after the bid date.

    1.4. Faxed Proposals may be sent to:

    Construction Manager at-Risk

    Dunn+Teinert

    Attention: Gordon McArthur

    Facsimile: (469) 737-8600

    1.5 Email Proposals may be sent to:

    [email protected]

    ARTICLE 2. COMPETITIVE PROPOSALS PREPARATION:

    2.1. Each proposal must be submitted on the prescribed form. All blank spaces for the proposal prices must

    be filled, in ink or typewritten, in both words and figures. In cases of conflicts between the amount in

    words and figures, the amount in words takes precedence.

    2.2. Each proposal form must be signed by the person authorized to sign and submit a proposal.

    2.3. Any proposer may modify his proposal by facsimile communication at any time prior to the scheduled

    closing time for receipt of proposals, provided such facsimile communication is received by the

    Construction Manager at-Risk prior to the closing time.

    ARTICLE 3. BADGING:

    3.1 All employees of all subcontractors and suppliers working on site must attend Covenant Health

    Systems mandatory contractor training to obtain a badge. EMPLOYEES WILL NOT BE PERMITTED ON

    THE JOBSITE WITHOUT A BADGE. Effort must be made to coordinate the training session well in

    advance of commencing work.

  • SECTION 00050

    INFORMATION TO PROPOSERS

    JACC & MOB Renovation Package 2 INFORMATION TO PROPOSERS 00050

    ARTICLE 4. AFTER HOURS WORK:

    4.1 In general, work for this package will take place during regular business hours. However, the following

    types of work must be done after hours and coordinated with Dunn+Teinert 7 days in advance of work

    taking place.:

    a) Noisy Work (attachment to existing structure, etc.)

    b) Vibratory Work that might transfer to adjacent spaces

    c) Work that will result in transmission of odors into adjacent spaces

    d) Underfloor work in occupied spaces below*

    e) Sawcutting of existing structure or slab

    *Infection control plans must be coordinated in advance of this type of work.

    ARTICLE 5. SITE INVESTIGATION:

    5.1. It is the responsibility of each Proposer to examine the project site, existing improvements and adjacent

    property and be familiar with existing conditions before submission of a Proposal. PLEASE SEE SECTION

    00010 REGARDING ON SITE PRE-PROPOSAL MEETING.

    5.2. After investigating the project site and comparing the Contract Documents with the existing conditions,

    the Proposer should immediately notify the Construction Manager at-Risk of any conditions for which

    requirements are not clear or about which there is any question regarding the extent of the work

    involved.

    5.3. Should the successful Proposer fail to make the required investigations and should a question arise after

    award of the contract as to the extent of the work involved in any particular case, Covenant Health

    Systems, after receiving recommendations from the Design Professional, will make the interpretation of

    the Contract Documents.

    ARTICLE 6. METHOD OF PROPOSAL:

    6.1. All work called for in the Proposal Documents shall be proposed under a fixed fee subcontract and/or

    purchase order, which may include provisions for Unit Price items of work as applicable. The

    successful Proposer shall contract directly with the Construction Manager at-Risk.

    ARTICLE 7. NOT USED

    ARTICLE 8. QUALIFICATIONS OF PROPOSERS:

    8.1. The Construction Manager at-Risk may make such investigations, as it deems necessary to determine

    the ability of the Proposers to perform all the work. The Proposers shall furnish to the Construction

    Manager at-Risk all such information and data for this purpose as the Construction Manager at-Risk may

    request. The Construction Manager at-Risk reserves the right to reject any Proposal if the evidence

    submitted by, or the investigation of, the Proposer fails to satisfy the Construction Manager at-Risk that

    the Proposer is properly qualified to carry out the obligations of the contract and to complete the work

    contemplated therein.

    ARTICLE 9. ELIGIBILITY OF PROPOSERS:

  • SECTION 00050

    INFORMATION TO PROPOSERS

    JACC & MOB Renovation Package 2 INFORMATION TO PROPOSERS 00050

    9.1. Under Section 231.006 Family Code, Vernons Texas Civil Statues, relating to child support, the Proposer

    certifies that the individual or business entity named in this Proposal is not ineligible to receive the

    specified payment and acknowledges that this contract may be terminated and payment may be

    withheld if this affirmation is inaccurate. Any Proposer submitting a Proposal must include in the

    Proposal the name and Social Security Number of each person with at least 25% of the business entity.

    9.2. Governmental entities and any corporation, including a nonprofit corporation, that do not have a

    majority shareholder who is a natural person capable of being a child support obligor, are not subject to

    the Texas Family Code.

    ARTICLE 10. NOT USED

    ARTICLE 11. SECURITY FOR FAITHFUL PAYMENT (Proposals exceeding $25,000):

    11.1. Payment or Performance Bonds are not required on contracts of $25,000.00 or less unless otherwise

    stipulated in the Special Conditions. Contracts exceeding $25,000.00 may require Payment and

    Performance Bonds and the Proposer shall identify the associated costs of the bonds as listed in the

    Proposal document.

    11.2. If requested by the Construction Manager: simultaneously with the delivery of the executed contract,

    the Proposer shall furnish surety bonds as security for faithful performance of this contract and for the

    payment of all persons performing labor on the project under this contract and furnishing materials in

    connection with this contract, as specified in the General Conditions included herein. Each bond shall

    be executed by a corporate surety or corporate sureties which are on the approved list of the United

    States Department of Treasury (Federal Register Circular 570 - "Companies Holding Certificates of

    Authority as Acceptable Sureties on Federal Bonds and Acceptable Reinsuring Companies", sections

    9304 through 9308 of Title 31 of the United States Code, Surety Companies Acceptable on Federal

    Bonds) and duly authorized to do business in the State of Texas, and those acceptable to Covenant

    Health Systems , and submitted on forms approved by the Attorney General of Texas.

    ARTICLE 12. POWER OF ATTORNEY:

    13.1 Attorneys-in-fact who sign Proposal / Bid Bonds or Contract Bonds must file with each bond a certified

    and effectively dated copy of their power of attorney.

    ARTICLE 13. INSURANCE REQUIREMENTS:

    13.1. The Proposer shall provide for the insurance coverage required by the Proposal documents and the

    associated cost of the insurance shall be identified in the Proposal document.

    13.2. Except for asbestos abatement projects, all coverage must be provided on an occurrence basis, rather

    than claims made, and be provided through companies who have a minimal "Best's" rating of A with a

    financial size category of X. The company must also be authorized to do business in the State of Texas

    and be acceptable to the Owner and the Construction Manager at-Risk.

    13.3. The Successful Proposer shall not commence work under the Contract until it has obtained all the

    insurance required hereunder, with Covenant Health Systems and Dunn+Teinert as a named insured

    and certificates of such insurance have been filed with and approved by the Construction Manager at-

  • SECTION 00050

    INFORMATION TO PROPOSERS

    JACC & MOB Renovation Package 2 INFORMATION TO PROPOSERS 00050

    Risk and Covenant Health Systems. Approval of the insurance by the Covenant Health Systems and

    Construction Manager of Project Administration and the Construction Manager at-Risk shall not relieve

    or decrease the liability of the Proposer.

    13.4. The Proposer shall be responsible for the deductible associated with all Builders Risk claims.

    ARTICLE 14. NOT USED

  • SECTION 00050

    INFORMATION TO PROPOSERS

    JACC & MOB Renovation Package 2 INFORMATION TO PROPOSERS 00050

    ARTICLE 15. TIME OF COMPLETION AND LIQUIDATED DAMAGES:

    15.1. The time stipulated in the proposal documents for the completion of the work is an essential element of

    the contract. It is mutually agreed that Covenant Health Systems and the Construction Manager at-Risk

    will suffer financial damages in an amount not now possible to ascertain if this work is not completed on

    schedule, and in view of these facts, it is agreed that the Construction Manager at-Risk will withhold

    from the successful Proposer, as liquidated damages and not as a penalty, the sum as designated in the

    Proposal for each calendar day that the work remains incomplete beyond the date specified for the

    completion of the work.

    15.2. Proposer must agree to commence work on or after a date to be specified in a written "Notice to

    Proceed" by the Construction Manager at-Risk and to fully complete the Contractor's category of work

    in the number of consecutive calendar days noted on the proposal. The Proposer shall pay, as liquidated

    damages, the sum noted on the proposal for each calendar day the work remains substantially

    incomplete after the specified completion date shown on the "Notice to Proceed", or as extended by

    change order by the Construction Manager at-Risk.

    ARTICLE 16. ADDENDA AND INTERPRETATIONS:

    16.1. No oral interpretations of the meaning of the contract documents will be made to any proposer.

    16.2. Every request for such interpretation should be in writing addressed to the Project Manager as

    identified in the Request for Proposals and, to be given consideration, must be received by April 3,

    2015. Any and all such interpretations and any supplemental instructions, which if issued, will be issued

    via Invitation to Bid. All addenda and RFIs so issued shall become part of the contract documents.

    16.3. Each Proposer shall ascertain prior to submitting a Proposal that the Proposer has received all Addenda

    and RFIs issued, and the Proposer shall acknowledge their receipt in the Proposal. Failure to

    acknowledge receipt of any or all addenda may result in the disqualification of the Proposal.

    ARTICLE 17. NOT USED:

    ARTICLE 18. OBLIGATION OF PROPOSERS:

    18.1. At the time of the bid, each Proposer shall be presumed to have inspected the site and to have read and

    to be thoroughly familiar with the contract documents related to this portion of the work. The failure or

    omission of any Proposer to examine the site, any form, instrument or document shall in no way relieve

    the Proposer from any obligation in respect to its Proposal.

    ARTICLE 19. NOTICE OF SPECIAL CONDITIONS:

    19.1. Attention is particularly called to those parts of the contract documents and specifications that deal

    with General Requirements, Special Conditions, Insurance Requirements, and Conditions of

    Employment to be observed and minimum wage rates to be paid under the Contract.

    ARTICLE 20. PROPOSERS AFFIRMATION:

  • SECTION 00050

    INFORMATION TO PROPOSERS

    JACC & MOB Renovation Package 2 INFORMATION TO PROPOSERS 00050

    21.1 Signing the Proposal with a false statement shall constitute a material breach of contract and shall void

    the submitted Proposal or any resulting contracts, and the Proposer shall be removed from all Proposal

    lists. The Proposer hereby certifies that:

    1. The proposer has not given, offered to give, nor intends to give at any time hereafter

    any economic opportunity, future employment, gift, loan, gratuity, special discount, trip,

    favor, or service to a public servant in connection with the submitted proposal.

    2. The proposer is not currently delinquent in the payment of any franchise tax owed the

    State of Texas under Chapter 171 Tax Code.

    3. Neither the proposer nor the firm, corporation, partnership, or institution represented

    by the proposer, or anyone acting for such firm, corporation or institution has violated

    the antitrust laws of the state, codified in Section 15.01, et seq., Texas Business and

    Commerce Code, or the Federal Antitrust Laws, nor communicated directly or indirectly

    the proposal made to any competitor or any other person engaged in such line of

    business.

    4. The proposer has not received compensation for participation in the preparation of the

    specifications for this invitation for proposal.

    5. The proposer, or sole proprietor, partner, majority shareholder or substantial owner in

    the business entity, if a child support obligor, is not more than 30 days behind in paying

    child support and therefore ineligible to submit a proposal or enter into a contract with

    the State of Texas.

    END OF SECTION

  • SECTION 00100

    PROPOSAL FORM

    00100-1

    PROJECT: Joe Arrington Cancer Center & MOB Renovations

    Package 2 Cancer Center

    4101 24th Street

    Lubbock, TX 79410

    DATE: _____________________

    PROPOSER:

    Firm Name:

    Business Address:

    Telephone:

    Facsimile:

    E-Mail:

    TO: Construction Manager at Risk

    Dunn+Teinert, a Joint Venture Company

    16000 N Dallas Pkwy, Suite 500

    Dallas, TX 75248

    Telephone: (214) 651-7107

    Facsimile: (469) 737-8600

    Having carefully examined the UNIFORM GENERAL CONDITIONS and SUPPLEMENTARY GENERAL CONDITIONS of

    the CONTRACT, the SPECIFICATIONS, DRAWINGS, and ANY ADDENDA to the drawings and specifications prepared

    by the Design Professional on this Project, as well as the site and all conditions affecting the work, the undersigned

    proposes to provide all labor, materials, and equipment necessary to complete the entire work in accordance with

    the above documents for the following sums:

    Proposer to list all specification sections, inclusions, exclusions, and provide a complete and clear scope of work for

    submitted proposal. Proposer may attach separate scope of work or proposers standard proposal form if desired.

    _____________________________________________________________________________________________

    _____________________________________________________________________________________________

    _____________________________________________________________________________________________

    _____________________________________________________________________________________________

    _____________________________________________________________________________________________

    _____________________________________________________________________________________________

    _____________________________________________________________________________________________

    _____________________________________________________________________________________________

    _____________________________________________________________________________________________

    _____________________________________________________________________________________________

    _______________________________________________________________________________________

  • SECTION 00100

    PROPOSAL FORM

    00100-2

    ADDENDUM/ADDENDA:

    The Proposer acknowledges the receipt of _______ Addendum / Addenda to the Proposal Documents as follows:

    No.________ Date: ___________________

    No.________ Date: ___________________

    No.________ Date: ___________________

    No.________ Date: ___________________

    No.________ Date: ___________________

    No.________ Date: ___________________

    BASE PROPOSAL:

    The Construction Manager at Risk will pay the Proposer, in current funds, for the performance of all work set forth

    in the Contract Documents, the total contract sum of:

    ________________________________________________________________________and ___/100 Dollars

    (Written Amount)

    $_____________________________

    (Figures)

    Cost for Performance and Payment Bond:

    ________________________________________________________________________and ___/100 Dollars

    (Written Amount)

    $_____________________________

    (Figures)

    ALTERNATES

    A. Alternate No. 1 Eliminate emergency generator:

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    B. Alternate No. 2 Eliminate renovation of existing Courtyard #1:

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    C. Alternate No. 3 Eliminate construction of new Courtyard #2:

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

  • SECTION 00100

    PROPOSAL FORM

    00100-3

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    D. Alternate No. 4 Eliminate installation of new skylights in existing roof (north):

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    E. Alternate No. 5 Eliminate installation of new skylights in new addition (south):

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    F. Alternate No. 6A Eliminate installation of both new elevators and shaft:

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    G. Alternate No. 6B Eliminate installation of (1) one new elevator:

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    H. Alternate No. 7 Eliminate installation of new window in 2nd Floor Staff Break Room (#2516) and all

    associated work in its entirety:

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    I. Alternate No. 8 Eliminate installation of new window in 1st Floor Staff Break Room (#1424) and all

    associated work in its entirety:

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    J. Alternate No. 9 Replace interior Acrovyn style interior doors currently scheduled with alternate

    style door.

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    K. Alternate No. 10 Replace premanufactured glazed wood door panels at 2nd Floor Infusion Bays with

    shop or site-built carpentry glazed frames.

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

  • SECTION 00100

    PROPOSAL FORM

    00100-4

    L. Alternate No. 11 Eliminate new trees on north side of project (along 22nd Place).

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    M. Alternate No. 12 Eliminate check-out window at Room #1112.

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    N. Alternate No. 13 Eliminate wall modification at west side of Mechanical Room #1212.

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    O. Alternate No. 14 Eliminate storefront glazing at 2nd Floor Entry to Infusion Clinic Waiting Room.

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    P. Alternate No. 15 Reduce number of hand sinks at 2nd Floor Infusion area from 19 to 10.

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    Q. Alternate No. 16 Eliminate spandrel glass in new storefront glazing and replace with composite

    metal panels:

    1. ADD______________ DEDUCT_______________NO CHANGE_____NOT APPLICABLE_____.

    2. _____________________________________________________Dollars ($_____________).

    3. ADD__________DEDUCT__________calendar days to adjust the Contract Time for this Alternate.

    R. Voluntary Alternate

    1. Deduct___________

    2. _____________________________________________________Dollars ($_____________).

    3. Deduct___________calendar days to adjust the Contract Time for this Alternate.

    S. Voluntary Alternate

    1. Deduct___________

    2. _____________________________________________________Dollars($_____________).

    3. Deduct___________calendar days to adjust the Contract Time for this Alternate.

    LIQUIDATED DAMAGES:

    The Proposer agrees and understands that liquidated damages for this project will be assessed in accordance with

    the Supplementary General Conditions for each calendar day until the Work is Substantially Complete. The

  • SECTION 00100

    PROPOSAL FORM

    00100-5

    Proposer agrees and understands that they may be liable for damages caused by their firms delays resulting in

    said damages.

    CONSTRUCTION DURATION:

    The Proposer agrees and understands to commence work when directed by the Construction Manager and to

    diligently and continuously execute their scope of work, and to coordinate their work with other trades so that the

    Construction Manager shall not be delayed.

    THE UNDERSIGNED AGREES:

    A. To enter into a contract with the Construction Manager at Risk within five (5) days of notification of

    award.

    B. And understands that the time in the Agreement between the Construction Manager at Risk and the

    Proposer for the completion of the work is an essential element of the Agreement. It is mutually

    agreed that the Construction Manager at Risk and Covenant Health Systems will suffer financial

    damages in an amount not now possible to ascertain if the work is not completed on schedule, and in

    view of these facts, it is agreed that the Construction Manager at Risk will withhold from the

    successful Proposer, as liquidated damages and not as a penalty the sum of money indicated in this

    Section per day for each calendar day that the work remains incomplete beyond the date specified as

    the completion date of the work.

    C. Covenant Health Systems shall have the right to accept or reject any or all proposals, to reject a

    Proposal not accompanied by a required proposal security or by other data required by the Proposal

    Documents, reject a proposal that is in any way incomplete or irregular, and to waive all formalities.

    D. That this Proposal shall be valid and not withdrawn for a period of sixty (60) days from the bid date.

    E. That amounts shall be shown in both writing and figures. In case of discrepancy between the written

    amount and the figure, the written amount shall govern.

    G. That signing this Proposal with a false statement shall constitute a material breach of contract and

    shall void the submitted Proposal or any resulting contracts, and the Proposer shall be removed from

    all Proposal lists. By signature hereon affixed, the Proposer hereby certifies that:

    1. The Proposer has not given, offered to give, nor intends to give at any time hereafter any economic

    opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public

    servant in connection with the submitted Proposal.

    2. The Proposer is not currently delinquent in the payment of any franchise tax owed the State of Texas

    under Chapter 171 Tax Code.

    3. Neither the Proposer nor the firm, corporation, partnership, or institution represented by the

    Proposer, or anyone acting for such firm, corporation or institution has violated the antitrust laws of

    this state, codified in Section 15.01, et seq., Texas Business and Commerce Code, or the Federal

    Antitrust Laws, nor communicated directly or indirectly the Proposal made to any competitor or any

    other person engaged in such line of business.

    4. The Proposer has not received compensation for participation in the preparation of the specifications

    for this invitation for Proposal.

    5. The Proposer, or sole proprietor, partner, majority shareholder, or substantial owner in the business

    entity, if a child support obligor, is not more than thirty (30) days behind in paying child support and

    therefore ineligible to submit a Proposal or enter into a contract with the State of Texas.

  • SECTION 00100

    PROPOSAL FORM

    00100-6

    SUBMITTED:

    Firm:

    (SEAL: If Proposal is by a

    Corporation)

    By:

    Title:

  • Joe Arrington Cancer Center Renovations and Additions Phase 2

    03798614 AGREEMENT 00705 - 1 03/15

    SECTION 00705

    AGREEMENT

    PART 1 - GENERAL 1.1 APPLICABLE DOCUMENT

    A. The Agreement for the Work will be as indicated below and that follows this Section. 1. AIA A401-2007, Standard Form of Agreement Between Contractor and

    Subcontractor, as amended.

    PART 2 - PRODUCTS Not Used

    PART 3 - EXECUTION Not Used

    END OF SECTION

  • DOCUMENT 00840

    3D MEP MODEL COORDINATION PROGRAM

    Page 1

    I. COORDINATION SCHEDULE & MEETING REQUIREMENTS

    A. A coordination schedule will be established at the MEP coordination kickoff meeting. The building will be divided into coordination areas and a completion date will be assigned to each area.

    B. An MEP coordination meeting will be held once a week at a minimum for the duration of the MEP coordination process. Additional meetings may be held as required. JE Dunn plans to use a web meeting platform and conference call bridge. The login instructions and conference call information will be provided by JE Dunn.

    II. 3D BIM MODELS

    A. BIM Models will be prepared by each individual trade for the coordination process. All drawings will be imported into one file using Navisworks, and reviewed during the coordination meetings. The BIM Coordination models will be used to locate conflicts with trades when they must route their systems outside the assigned zones or areas.

    B. Modeling Procedures (BIM Coordination Models)

    1. JE Dunn will not provide CAD background files or 3D models to subcontractors unless they are provided to us by the design team.

    2. All files will be in a 3-D solid object format. No wire frame objects files will be accepted.

    3. All items above ceilings, and items listed in the trade specific requirements for items below ceiling, shall be included in the electronic files.

    4. The Coordinated BIM Model Manager will execute coordination using Navisworks. All other trades shall use software that can be exported into a file format that can be directly imported into Navisworks.

    5. Elevations of object must be true accurate elevations per plans and specifications. Coordinate elevations with JE Dunn grade elevation which will be established at the MEP coordination kickoff meeting.

    6. Include locations of all hangers associated with piping, ductwork and conduits. 7. Show seismic anchor points for all items needing cabling and bracing. 8. Include insulation thickness in overall dimensions and clearances on drawings. 9. All models will use the insertion point 0,0, lined up with the furthest Northwest

    grid line intersection or as mutually determined by the team. 10. Access and clearances around FP Box control panels and anything needing

    clearances by code must be maintained. Clearance requirements by code, or equipment manufacturer, must be modeled using solid objects. The fire alarm subcontractor will note clearances on coordination drawings.

    11. All coordination files for each respective subcontractor must be backed up in case of server failure.

    C. Model Creators (Architectural and Structural will be modeled as noted below when not

    modeled by the design team) 1. Architectural - JE Dunn 2. Cast-in-place Concrete JE Dunn 3. Precast Concrete by Supplier (if applicable) 4. Structural Steel by Supplier (if applicable) 5. Mech/Plum Mechanical Subcontractor

  • DOCUMENT 00840

    3D MEP MODEL COORDINATION PROGRAM

    Page 2

    6. Electrical Electrical Subcontractor 7. Fire Protection Fire Protection Subcontractor

    D. Extent of Final Model: The BIM model shall extend to five feet beyond the exterior walls of the building in plan. Vertically, the model shall extend from the lowest extent of the foundations or lowest underground utility up through and including the roof of the top most structure. The building systems will be included to the full horizontal and vertical extent of the model including underground utilities and roof-top mounted items. If site utility coordination is required, the horizontal extent of the model will be expanded as needed.

    E. As-Built Model: The extent of the as-built model will match the extent of the final model. It

    is the responsibility of the model creators to update their trade specific models to reflect as-built conditions. Any and all changes that occur during construction, that deviate from the final model, will be updated in the as-built model to reflect actual conditions.

    F. In the event equipment is provided by one entity and installed by another, it will be the

    responsibility of the installing contractor to show required equipment in their model. Equipment modeled shall include required access and clearance zones as prescribed by the governing building code or equivalent requirement.

    G. Systems Modeled and Level of Detail: The level of detail defined in each section below is the minimum level of detail required in the model.

    1. Architectural

    a. All interior walls. b. All interior and exterior doors and windows. c. All fixed casework. d. All ceilings and soffits will be modeled.

    1. Ceilings and soffits will be modeled as the overall thickness including elevation changes and termination points.

    e. Fire extinguisher cabinets.

    2. Structural

    a. All cast-in-place concrete, including all penetrations and openings identified in the construction documents, will be modeled. Chamfers at corners will not be modeled.

    b. Edges of all slabs and penetrations of structural systems will be accurately located in the model.

    c. All primary and secondary structural steel members will be modeled, including standard steel member sizes, gusset plates, braces and kickers. Any systems requiring embeds to be placed in CIP concrete will show connections in the model. Reinforcing steel will not be modeled for MEP coordination.

    d. Metal, wood and concrete decks will be modeled as the overall thickness of the slab. Ribs in metal deck will not be modeled.

    3. HVAC

    a. All ducts and air handling equipment will be modeled. If Flanges are not

    modeled, ducts will be modeled to the outside face dimension of the flanges or overall dimension including insulation (If required). Duct joints do not have to be modeled, but all hangers will be modeled to ensure conflicts are reduced.

  • DOCUMENT 00840

    3D MEP MODEL COORDINATION PROGRAM

    Page 3

    b. Equipment will be modeled to its overall height, width and depth. Equipment will be modeled as separate objects. Equipment access zones will be modeled as solids.

    c. Any piping associated with the mechanical equipment will be modeled. Pipes will be modeled to the outside diameter of the pipe or pipe insulation, whichever is greater. Pipe hangers must be shown extending to structure.

    d. The intent of this model is to show the ductwork and piping as accurately as possible to the actual condition at completion of construction. Specific dimensional location of these items may not be included in the construction documents. To the extent that location can be determined from the construction documents, the model will reflect that location.

    4. Electrical

    a. Conduits, 1" or greater or smaller conduits if in ganged runs will be

    modeled. b. Cable tray, access zones, and equipment to be included in the model. c. Light fixture locations and space requirements to be included in the model. d. All power feeds to equipment and all switch gear will be modeled. Also

    consider switches and outlets where coordination with architectural FFE or interior elevations is a concern.

    5. Plumbing

    a. All plumbing piping and gas piping, including specialty gas, access zones,

    and equipment will be modeled. Pipes will be modeled to the outside diameter of the pipe or pipe insulation, whichever is greater. Pipe slope will be incorporated in the model.

    b. All plumbing equipment will be modeled to its overall height, width and depth. Equipment will be modeled as separate objects.

    c. All valves and clean outs will be modeled along with all access to valves/cleanouts.

    6. Fire Protection Sprinkler and Alarm

    a. All components of the fire protection system will be modeled. This includes

    all piping, valves, fire pump and sprinkler heads. b. Any access zone requirements will be modeled.

    H. Model Management, Electronic File Management and the Coordinated BIM Model Manager

    1. JE Dunn will be the Coordinated BIM Model Manager and will manage and

    maintain an FTP site or similar file sharing method.

    a. The FTP site shall have enough capacity to store all subcontractors BIM models and the Coordinated BIM Model.

    b. Also stored on this database will be all the contract documents for access by all trades (if provided by the design team).

    c. Directories will be included for all subcontractors to store BIM Models and sketches.

    d. A separate directory will also be available for the posting of Coordinated BIM Models

    e. A job specific password will be provided, access will be limited to upload or download, no erase or modify allowed.

  • DOCUMENT 00840

    3D MEP MODEL COORDINATION PROGRAM

    Page 4

    2. All subcontractors will upload current project data once a week in conjunction with the MEP model coordination schedule. The day of the week and time of day requirements for uploading information will be established at the MEP coordination kickoff meeting. Uploads may occur more frequently if required by project schedule. When subcontractors upload files to the FTP site, the information shall be organized in folders with the current date (YY/MM/DD). This will ensure that the date is easily understood by the rest of the team.

    3. When uploading files, please notify all affected parties via e-mail including a list

    of uploaded files, summary and purpose of contents and location if placed in a specific folder.

    4. It is the responsibility of each team member to always download the latest files

    necessary to complete their task. Please check the folder location, name and dates of the files you download. This will reduce coordination errors throughout the design phase.

    5. File Naming Conventions: All subcontractors shall use the file naming

    conventions as follows.

    a. Working model files:

    1. 3-Letter Firm Acronym-4-Letter Discipline-Area-Date.dwg Example: JED-Conc-1stfl-composite-20110324 (Note date style: yyyymmdd)

    2. Disciplines: Sheet metal Duct Plumbing Plum Mechanical Pipe Electrical Elec Med Gas Mgas Fire Protection Fire Note: The structural and architectural information will be provided for coordination in the JED composite model when models are not provided by the Design Team.

    b. Archived model files:

    1. The Coordinated BIM Model Manager shall archive all model files as zip files using the archive file naming conventions as follows: Firm acronym-Project name-Disc-Date.zip Example: JED-SPIRE-CONC-071225.zip (Note date style: yy/mm/dd)

    III. TRADE CLASH DETECTION / COORDINATION / RESOLUTION

    A. Purpose: The Coordination and Resolution phase is used to identify conflicts between trades not coordinated during the design/drawing phase and resolve those conflicts prior to beginning the actual construction in a given space. A weekly meeting will be held to review outstanding RFIs, coordination conflicts, and additional issues that relate to the coordination process. A representative from each trade will attend these meetings and will be prepared to resolve all conflicts. Conflicts needing input from the engineers and architects will be addressed through the RFI process.

  • DOCUMENT 00840

    3D MEP MODEL COORDINATION PROGRAM

    Page 5

    B. Clash Detection: Navisworks software shall be used to identify clashes between trades. These clashes will be communicated to individual trades via a clash report in advance of weekly coordination meetings such that the clashes can be discussed and resolved in those meetings.

    C. Coordination

    1. A flow of coordination along with a completion schedule will be established

    that allows the floors to be coordinated and signed off prior to installation of any MEP equipment.

    2. All trades must review other trades drawings prior to coordination and agree to an elevation space above the ceiling for each system

    3. For each particular area or floor, there will be two phases of coordination. The first phase will be the mains associated with each trade. This includes all medium pressure duct (including VAV boxes), large return ducts (greater the 24"), large diameter pipe (2" and above), sloped piping and conduit racks. The second phase will be all remaining items.

    4. Shop Drawings for items that will be involved in coordination shall be submitted and reviewed prior to the start of coordination in each area.

    5. Systems not submitted and reviewed prior to coordination are subject to change without cost to the project.

    6. All trades to use software that can be imported into Navisworks. 7. Allow for required access over cable tray as indicated on contract

    documents. 8. Each subcontractor shall verify local code clearance requirements relating to

    their respective scopes of work. 9. Reference Division 1 Specifications for additional information. 10. Working Models will be imported into one file to create a BIM Coordination

    Model. 11. A weekly coordination meeting will be scheduled to review conflicts, or more

    often as necessary to meet project schedules. See section I.B. 12. A representative from each company coordinating must be present at each

    meeting. This representative should have first hand knowledge of what has been modeled and is prepared resolve conflicts based on what is discussed in the coordination meeting.

    13. As is the case on most structural frames, the structure takes priority over conflicts unless specific changes are approved by the EOR. Furthermore, work on the structure will proceed and will not be stopped waiting for BIM drawings from the various trades.

    14. At completion of coordination for each area, the Coordinated BIM Model Manager shall provide a coordinated drawing that includes a block with lines and spaces for every subcontractor to sign off.

    15. The clash resolution priorities listed in section E below will be reviewed at the MEP coordination kickoff meeting and will be amended as needed to fit the project specific requirements.

    D. Resolution of Conflicts

    1. All parties shall review the Coordinated CAD Drawing and the BIM Models for coordination conflicts.

    2. J.E. Dunn will be available to facilitate coordination between trades. 3. If RFIs are needed to address a conflict, that RFI will be noted on the

    Navisworks report with an image of conflict within the subcontractors drawing.

  • DOCUMENT 00840

    3D MEP MODEL COORDINATION PROGRAM

    Page 6

    4. RFIs must include an image of the conflict and a proposed answer if possible.

    5. Conflicts shall be noted on the Navisworks report and a copy kept on file until all corrections are completed.

    6. An agreed upon completion date will be established based on the estimated time to resolve the conflict (not to exceed scheduled coordination milestones, as shown on contract schedule.)

    E. Clash Resolution Priorities: In the event of conflicts involving location and layout of work,

    use the following priority guidelines to resolve

    1. Architecture and Structure take precedence over other disciplines, this includes ceilings, walls, soffit framing, light fixture locations, etc...

    2. Equipment location and access 3. Gravity drain lines, including steam, condensate, waste, storm and

    dry/preaction fire protection systems. 4. High and medium pressure ductwork and devices. 5. Large diameter pressurized pipe mains, valves and devices (2" and larger),

    including all fire protection mains. 6. Pneumatic Tube (PT) 7. Lighting fixtures and conduit racks/cable trays. 8. Fire protection branch piping, devices and heads. 9. Low pressure ductwork, grilles, registers, diffusers and associated

    equipment. 10. Small diameter pressurized pipe mains, valves and devices (3" and smaller). 11. Sleeves through rated partitions. 12. Access panels 13. Notes

    a. Ceilings should only be lowered (RFI) if all other design alternatives have been exhausted.

    b. The PT station must be per the design. All other alternatives should be exhausted before following up with an RFI.

    c. The PT Transfer Station is flexible so you can find open areas in the ceiling cavity to elevate any conflicts (they need access panel in hard ceiling, and access to this in general).

    d. Do not allow ducts to run parallel and on top of walls or crossing perpendicular to walls at the edge of door frames.

    e. If a conflict regarding access to a particular piece of equipment cannot be resolved, an RFI shall be written to the architect to confirming that the proposed layout is acceptable.

    F. Changes to the Contract Documents During Coordination

    1. When time allows, changes will be made to BIM models and re-coordinated. 2. When time does not allow, detailers and foremen will coordinate with existing

    field conditions. 3. If field coordination is required, as-builts will reflect the new field condition. 4. All changes to the construction documents (IE: ASIs, PRs, RFIs, etc.) will

    be included in the as-builts.

    G. Equipment Provided By Others

    1. Subcontractors with connections to equipment provided by others are required to coordinate layout and access as noted on the submittals and shop drawings or local codes.

  • DOCUMENT 00840

    3D MEP MODEL COORDINATION PROGRAM

    Page 7

    2. Where equipment submittals are not available or equipment is unknown at the time of coordination, subcontractors will work with J.E. Dunn to establish access and installation zones to insert in the coordinated shop drawings.

    3. Equipment locations will be coordinated with architectural layouts and owners input.

    4. Equipment requiring individualized detailing will be detailed separate from the coordination drawing and added as a block or access zone. 3D rendering and viewing may be necessary. These individual areas will be reviewed by representatives from J.E. Dunn, the supplier, the design team and the owner, for maintenance, access, and serviceability.

    IV. DRAWING SUBMITTAL AND APPROVAL

    A. General submittal requirements:

    1. Coordination Models will be submitted for information only. Each subcontractor must submit a separate set of shop drawings.

    2. All shop drawings must be submitted per the contract documents. Refer to division 1 specification sections, 15000 General Mechanical Requirements, 16000 General Electrical Requirements and related section.

    3. Drawings showing additional detail of the mechanical spaces or congested areas may be required.

    4. Shop drawings must be fully coordinated and submitted prior to the installation of any items pertaining to those drawings.

    5. Shop drawings will include background and gridlines, company title block, submittal numbers, drawing number and additional information for the title block to be identified at the MEP Coordination Kickoff Meeting.

    B. General drawing requirements:

    1. Provide detailed coordinated shop drawings (following coordination sign off) for review.

    a. Title block to include area (floor number or designation area), print date, drawn by and for review.

    b. Provide 8 copies to JE Dunn with a transmittal noting action and date required.

    2. Show all equipment (simple frame with equipment indication is acceptable, detail is preferred) and associated equipment pads, dimensioned from nearest grid lines.

    3. Show dimensions and elevations to all systems from nearest grid that would be required for accurate layout in the field.

    4. Drawings indicating structural wall and floor penetrations are required for review and approval. Also provide block wall penetrations for coordination with the block subcontractor. Drawings should show required penetration sizes not duct sizes.

    5. Where equipment needs to be coordinated with lab equipment, owner provided equipment, cut sheets and dimensional layout will be provided. Suppliers will be available for coordination meetings on an as needed basis. When equipment information is not available subcontractors will work with J.E. Dunn to establish access and installation zones to insert in the coordination drawings.

    C. Trade specific drawing requirements:

    1. HVAC Subcontractor a. All ductwork, including flexible duct and transitions outlined in the

    subcontract agreement

  • DOCUMENT 00840

    3D MEP MODEL COORDINATION PROGRAM

    Page 8

    b. Access doors c. Duct insulation d. Air handling equipment e. Filters and access to filters f. Grilles, registers and diffusers g. Fire dampers (include access to motors and dampers) h. Sound attenuating equipment i. Dampers (automatic and controlled) j. VAV boxes and access clearances (hatched) k. Equipment furnished by others when connections are to be provided

    by HVAC subcontractor l. Show locations of all balance dampers and regulators. m. Maintenance and access clearance around equipment.

    2. Plumbing Subcontractor

    a. All piping runs outlined in the subcontract agreement b. Valves (manual and automatic) c. Piping rack d. Plumbing equipment e. All fixtures and drains f. Sensor and gauge locations g. Meters and filters h. Clearances and access space (hatched) i. Equipment furnished by others when connections are to be provided

    by the plumbing subcontractor j. Maintenance and access clearance around equipment.

    3. HVAC Piping Subcontractor

    a. All piping runs outlined in the subcontract agreement b. Valves (manual and automatic) c. Piping rack d. HVAC Equipment e. All fixtures and drains f. Sensor and gauge locations g. Meters and filters h. Clearances and access space (hatched) i. Equipment furnished by others when connections are to be provided

    by the HVAC piping subcontractor j. Maintenance and access clearance around equipment.

    4. Fire Protection Subcontractor

    a. All piping runs outlined in the subcontract agreement b. Valves (manual and automatic) c. FP Equipment d. Sprinkler heads e. Fire hose cabinets f. Fire Department connection g. Drain outlets h. Clearances and access space (hatched) i. Equipment furnished by others when connections are to be provided

    by the fire protection subcontractor j. Maintenance and access clearance around equipment.

    5. Electrical Subcontractor

    a. All conduit runs as outlined in the subcontract agreement b. Light fixtures (include depth) both above, below ceiling

  • DOCUMENT 00840

    3D MEP MODEL COORDINATION PROGRAM

    Page 9

    c. Cable tray d. UPS and emergency generator systems e. Switch gear f. Electrical panels g. Fire alarm control panels h. Access required for code compliance and maintenance i. Equipment furnished by others when connections are to be provided

    by the electrical subcontractor j. Maintenance and access clearance around equipment k. Items not specifically mention in this list will be field coordinated

  • DOCUMENT 00840_DA

    3D MODEL COORDINATION PROGRAM

    Page 1

    I. 3D Model Coordination Program

    A. BIM Models will be prepared by each individual trade for the coordination process. All drawings will be imported into one file using Navisworks, and reviewed during the coordination meetings. The BIM Coordination models will be used to locate conflicts with trades when they must route their systems outside the assigned zones or areas.

    B. Due to the design assist role of each sub-contractor, model changes will need to be made as the design evolves to completion. Changes to each system model will be directed by the design team and JE Dunn based on a holistic system analysis. These changes will be made by each sub trade to their respective models, and then resubmit the model for review. Changes to these models will not be a basis for claiming additional detailing expense.

    C. Modeling Procedures (BIM Coordination Models)

    1. JE Dunn will not provide CAD background files or 3D models to subcontractors unless they are provided to us by the design team.

    2. All files will be in a 3-D solid object format. No wire frame objects files will be accepted.

    3. The Coordinated BIM Model Manager will execute coordination using Navisworks. All other trades shall use software that can be exported into a file format that can be directly imported into Navisworks or a determined collaboration platform established at a later date.

    4. Elevations of object must be true accurate elevations per plans and specifications.

    5. Include locations of all hangers associated with piping, ductwork and conduits. 6. Show seismic anchor points for all items needing cabling and bracing. 7. Include insulation thickness in overall dimensions and clearances on drawings. 8. All models will use the insertion point 0,0, lined up with the furthest Northwest

    grid line intersection or as mutually determined by the team. 9. Trades choosing not to detail any items (i.e. reheat coil piping) must field

    coordinate the installation of those items not modeled and take the responsibility for access, conflicts and design team comments. Every effort shall be made to avoid this condition.

    10. Access and clearances around FP Box control panels and anything needing clearances by code must be maintained. Clearance requirements by code, or equipment manufacturer, must be modeled using solid objects. The fire alarm subcontractor will note clearances on coordination drawings.

    11. All coordination files for each respective subcontractor must be backed up in case of server failure.

    D. Model Creators (Architectural and Structural will be modeled as noted below when not

    modeled by the design team) 1. Architectural Architect of Record 2. Cast-in-place Concrete Concrete Subcontractor 3. Mech/Plum Mechanical Subcontractor 4. Electrical Electrical Subcontractor (Includes Temperature control, AV,

    Security, Fire alarm, and any other low voltage system.) 5. Fire Protection Fire Protection Subcontractor

  • DOCUMENT 00840_DA

    3D MODEL COORDINATION PROGRAM

    Page 2

    E. Extent of Final Model: The BIM model shall extend to five feet beyond the exterior walls of the building in plan. Vertically, the model shall extend from the lowest extent of the foundations or lowest underground utility up through and including the roof of the top most structure. The building systems will be included to the full horizontal and vertical extent of the model including underground utilities and roof-top mounted items. If site utility coordination is required, the horizontal extent of the model will be expanded as needed.

    F. In the event equipment is provided by one entity and installed by another, it will be the

    responsibility of the installing contractor to show required equipment in their model. Equipment modeled shall include required access and clearance zones as prescribed by the governing building code or equivalent requirement.

    G. Systems Modeled and Level of Detail: The level of detail defined in each section below is the minimum level of detail required in the model. See Section I, part B.9 for any items not modeled.

    1. Architectural

    a. All interior ceilings and soffits will be modeled. b. Ceilings and soffits will be modeled as the overall thickness including

    elevation changes and termination points. c. Interior partition walls and doors will be modeled with king stud framing.

    2. Structural

    a. All cast-in-place concrete, including all penetrations and openings identified

    in the construction documents, will be modeled. Chamfers at corners will not be modeled.

    b. Edges of all slabs and penetrations of structural systems will be accurately located in the model.

    c. All primary and secondary structural steel members will be modeled, including standard steel member sizes, gusset plates, braces and kickers. Any systems requiring embeds to be placed in CIP concrete will show connections in the model. Reinforcing steel will not be modeled for MEP coordination.

    d. Metal, wood and concrete decks will be modeled as the overall thickness of the slab. Ribs in metal deck will not be modeled.

    3. HVAC

    a. All ducts and air handling equipment will be modeled. If Flanges are not

    modeled, ducts will be modeled to the outside face dimension of the flanges or overall dimension including insulation (If required). Duct joints do not have to be modeled, but all hangers will be modeled to ensure conflicts are reduced.

    b. Equipment will be modeled to its overall height, width and depth. Equipment access zones will be modeled as solids.

    c. Any piping associated with the mechanical equipment will be modeled. Pipes will be modeled to the outside diameter of the pipe or pipe insulation, whichever is greater. Pipe hangers must be shown extending to structure.

    d. The intent of this model is to show the ductwork and piping as accurately as possible to the actual condition at completion of construction. Specific dimensional location of these items may not be included in the construction documents. To the extent that location can be determined from the construction documents, the model will reflect that location.

  • DOCUMENT 00840_DA

    3D MODEL COORDINATION PROGRAM

    Page 3

    4. Electrical

    a. Conduits 2 or greater, or smaller conduits if in ganged runs of two or more

    will be modeled. b. Cable tray, access zones, and equipment to be included in the model. c. Light fixture locations and space requirements to be included in the model. d. All power feeds to equipment and all switch gear will be modeled. Also

    consider switches and outlets where coordination with architectural FFE or interior elevations is a concern.

    5. Plumbing

    a. All plumbing piping and gas piping, including specialty gas, access zones,

    and equipment will be modeled. Pipes will be modeled to the outside diameter of the pipe or pipe insulation, whichever is greater. Pipe slope will be incorporated in the model.

    b. All plumbing equipment will be modeled to its overall height, width and depth.

    c. All valves and clean outs will be modeled along with all access to valves/cleanouts.

    6. Fire Protection Sprinkler and Alarm

    a. All components of the fire protection system will be modeled. This includes

    all piping, valves, fire pump and sprinkler heads. b. Any access zone requirements will be modeled.

    H. Model Management, Electronic File Management and the Coordinated BIM Model Manager

    1. JE Dunn will be the Coordinated BIM Model Manager and will manage and

    maintain an FTP site or similar file sharing method.

    a. The FTP site shall have enough capacity to store all subcontractors BIM models, Design models, and the Coordinated BIM Model.

    b. Also stored on this database will be all the contract documents in electronic format for access by all trades (if provided by the design team).

    c. Directories will be included for all subcontractors to store BIM Models and sketches.

    d. A separate directory will also be available for the posting of Coordinated BIM Models

    e. A job specific password will be provided, access will be limited to upload or download, no erase or modify allowed.

    2. All subcontractors will upload current project data once a week in conjunction

    with the MEP model coordination schedule. The day of the week and time of day requirements for uploading information will be established at the MEP coordination kickoff meeting. Uploads may occur more frequently if required by project schedule. When subcontractors upload files to the FTP site, the information shall be organized in folders with the current date (YY/MM/DD). This will ensure that the date is easily understood by the rest of the team.

    3. When uploading files, please notify all affected parties via e-mail including a list

    of uploaded files, summary and purpose of contents and location if placed in a specific folder.

  • DOCUMENT 00840_DA

    3D MODEL COORDINATION PROGRAM

    Page 4

    4. It is the responsibility of each team member to always download the latest files

    necessary to complete their task. Please check the folder location, name and dates of the files you download. This will reduce coordination errors throughout the design phase.

    5. File Naming Conventions: All subcontractors shall use the file naming

    conventions as follows.

    a. Working model files:

    1. Firm Acronym-trades-floor- area-date.file extension Example: JED-Const-1stfl-composite-20110324 (Note date style: yyyymmdd)

    2. Disciplines: Sheet metal Duct Plumbing Plum Mechanical Pipe Electrical Elec Med Gas Mgas Fire Protection Fire

    Note: The structural and architectural information will be provided for coordination in the JED composite model when models are not provided by the Design Team.

    II. TRADE CLASH DETECTION / COORDINATION / RESOLUTION

    A. Purpose: The Coordination and Resolution phase is used to identify conflicts between trades not coordinated during the design/drawing phase and resolve those conflicts prior to beginning the actual construction in a given space. A weekly meeting will be held to review outstanding RFIs, coordination conflicts, and additional issues that relate to the coordination process. A representative from each trade will attend these meetings and will be prepared to resolve all conflicts. Conflicts needing input from the engineers and architects will be addressed through the RFI process.

    B. Clash Detection: Navisworks software shall be used to identify clashes between trades. These clashes will be communicated to individual trades via a clash report in advance of weekly coordination meetings such that the clashes can be discussed and resolved in those meetings.

    C. Coordination

    1. A flow of coordination along with a completion schedule will be established

    that allows the floors to be coordinated and signed off prior to installation of any MEP equipment.

    2. All trades must review other trades drawings prior to coordination and agree to an elevation space above the ceiling for each system

    3. For each particular area or floor, there will be two phases of coordination. The first phase will be the mains associated with each trade. This includes all medium pressure duct (including VAV boxes), large return ducts (greater the 24), large diameter pipe (2 and above), sloped piping and conduit racks. The second phase will be all remaining items.

  • DOCUMENT 00840_DA

    3D MODEL COORDINATION PROGRAM

    Page 5

    4. Shop Drawings for items that will be involved in coordination shall be submitted and reviewed prior to the start of coordination in each area.

    5. Systems not submitted and reviewed prior to coordination are subject to change without cost to the project.

    6. All trades to use software that can be imported into Navisworks. 7. Allow for required access over cable tray as indicated on contract

    documents. 8. Each subcontractor shall verify local code clearance requirements relating to

    their respective scopes of work. 9. Reference Division 1 Specifications for additional information. 10. Working Models will be imported into one file to create a BIM Coordination

    Model. 11. A weekly coordination meeting will be scheduled to review conflicts, or more

    often as necessary to meet project schedules. See section I.B. 12. A representative from each company coordinating must be present at each

    meeting. This representative should have first hand knowledge of what has been modeled and is prepared resolve conflicts based on what is discussed in the coordination meeting.

    13. As is the case on most structural frames, the structure takes priority over conflicts unless specific changes are approved by the EOR. Furthermore, work on the structure will proceed and will not be stopped waiting for BIM drawings from the various trades.

    D. Resolution of Conflicts

    1. All parties shall review the Coordinated CAD Drawing and the BIM Models for coordination conflicts.

    2. J.E. Dunn will be available to facilitate coordination between trades. 3. If RFIs are needed to address a conflict, that RFI will be noted on the

    Navisworks report with an image of conflict within the subcontractors drawing.

    4. RFIs must include an image of the conflict and a proposed answer if possible.

    5. Conflicts shall be noted on the Navisworks report and a copy kept on file until all corrections are completed.

    6. An agreed upon completion date will be established based on the estimated time to resolve the conflict (not to exceed scheduled coordination milestones, as shown on contract schedule.)

    E. Changes to the Contract Documents During Coordination

    1. When time allows, changes will be made to BIM models and re-coordinated. 2. When time does not allow, detailers and foremen will coordinate with existing

    field conditions. 3. If field coordination is required, as-builts will reflect the new field condition. 4. All changes to the construction documents (IE: ASIs, PRs, RFIs, etc.) will

    be included in the as-builts.

    F. Equipment Provided By Others

    1. Subcontractors with connections to equipment provided by others are required to coordinate layout and access as noted on the submittals and shop drawings or local codes.

  • DOCUMENT 00840_DA

    3D MODEL COORDINATION PROGRAM

    Page 6

    2. Where equipment submittals are not available or equipment is unknown at the time of coordination, subcontractors will work with J.E. Dunn to establish access and installation zones to insert in the coordinated shop drawings.

    3. Equipment locations will be coordinated with architectural layouts and owners input.

    4. Equipment requiring individualized detailing will be detailed separate from the coordination drawing and added as a block or access zone. 3D rendering and viewing may be necessary. These individual areas will be reviewed by representatives from J.E. Dunn, the supplier, the design team and the owner, for maintenance, access, and serviceability.

    III. DRAWING SUBMITTAL AND APPROVAL

    A. General submittal requirements:

    1. Coordination Models will be submitted for information only. Each subcontractor must submit a separate set of shop drawings.

    2. All shop drawings must be submitted per the contract documents. Refer to division 1 specification sections, 15000 General Mechanical Requirements, 16000 General Electrical Requirements and related section.

    3. Drawings showing additional detail of the mechanical spaces or congested areas may be required.

    4. Shop drawings must be fully coordinated and submitted prior to the installation of any items pertaining to those drawings.

    5. Shop drawings will include background and gridlines, company title block, submittal numbers, drawing number and additional information for the title block to be identified at the MEP Coordination Kickoff Meeting.

    B. Trade specific drawing requirements: 1. Sheetmetal Subcontractor

    a. All ductwork, including flexible duct and transitions outlined in the subcontract agreement

    b. Access doors c. Duct insulation d. Air handling equipment e. Filters and access to filters f. Grilles, registers and diffusers g. Fire dampers (include access to motors and dampers) h. Sound attenuating equipment i. Dampers (automatic and controlled) j. VAV boxes and access clearances (hatched) k. Equipment furnished by others when connections are to be provided

    by sheetmetal subcontractor l. Show locations of all balance dampers and regulators. m. Maintenance and access clearance around equipment.

    2. Plumbing Subcontractor

    a. All piping runs outlined in the subcontract agreement b. Valves (manual and automatic) c. Piping rack d. Plumbing equipment e. All fixtures and drains f. Sensor and gauge locations g. Meters and filters h. Clearances and access space (hatched)

  • DOCUMENT 00840_DA

    3D MODEL COORDINATION PROGRAM

    Page 7

    i. Equipment furnished by others when connections are to be provided by the plumbing subcontractor

    j. Maintenance and access clearance around equipment.

    3. HVAC Piping Subcontractor a. All piping runs outlined in the subcontract agreement b. Valves (manual and automatic) c. Piping rack d. HVAC Equipment e. All fixtures and drains f. Sensor and gauge locations g. Meters and filters h. Clearances and access space (hatched) i. Equipment furnished by others when connections are to be provided

    by the HVAC piping subcontractor j. Maintenance and access clearance around equipment.

    4. Fire Protection Subcontractor

    a. All piping runs outlined in the subcontract agreement b. Valves (manual and automatic) c. FP Equipment d. Sprinkler heads e. Fire hose cabinets f. Drain outlets g. Clearances and access space (hatched) h. Equipment furnished by others when connections are to be provided

    by the fire protection subcontractor i. Maintenance and access clearance around equipment.

    5. Electrical Subcontractor

    a. All conduit runs as outlined in the subcontract agreement b. Light fixtures (include depth) c. Cable tray d. UPS and emergency generator systems e. Switch gear f. Fire alarm control panels. g. Access required for code compliance and maintenance h. Equipment furnished by others when connections are to be provided

    by the electrical subcontractor i. Maintenance and access clearance around equipment. j. Items not specifically mention in this list will be field coordinated.

  • Joe Arrington Cancer Center Renovations and Additions Phase 2

    03798614 SUMMARY OF WORK AND SPECIAL REQUIREMENTS 01110 - 1 03/15

    SECTION 0111