Invitation For Bids Cck-2593-22 Addendum # 5 01/10/2022

1y ago
12 Views
2 Downloads
1.20 MB
15 Pages
Last View : 9d ago
Last Download : 3m ago
Upload by : Rosa Marty
Transcription

INVITATION FOR BIDSCCK-2593-22ADDENDUM # 501/10/2022ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.IMPORTANT: BID AND ADDENDUM MUST BE RECEIVED BY 01/20/2022 @ 3:00 P.M. LEXINGTON, KY TIMEBidder must acknowledge receipt of this and any addendum as stated in the Invitation for Bids.1. The Bid Due Date has changed. Bids will now be due January 20, 2022 @ 3:00 PM.2. Please refer to and incorporate within the offer, the attached documents for Addendum #5.-JRA Addendum #5 documentUpdated Form of ProposalOFFICIAL APPROVALUNIVERSITY OF KENTUCKYSIGNATUREProcurement Manager / (859) 323-5405Typed or Printed NameUniversity of KentuckyPurchasing Division322 Peterson Service BuildingLexington, KY 40506-0005An Equal Opportunity University

ADDENDUM NO. 5.0001/10/2022FOR THE PROJECT TITLED:FIT-UP & OTHER IMPROVEMENTS FOR UKHC AT VAUGHANJRA Project No. 202139UK Project 2556.0University of KentuckyLexington, KentuckyTo:Prospective BiddersFrom: JRA Architects3225 Summit Square Place, Suite 200Lexington, KY 40509Project Contact: D. Robert Deal, AIA, LEED APThe Addendum will form a part of the Contract Documents and modifies the original Bidding Documents datedNovember 2021.Bidders must acknowledge receipt of this Addendum in the space provided on the Form of Proposal. Failureto do so may subject the bidder to disqualification.Bidding Documents, including the Drawings and Specifications, are amended as described herein.ARCHITECTURAL ITEMS:ITEM NO. 5.01Remove alternate #3 from the project. Remove FM Global Requirement from the Metal Panels. Removealternate 3 from the Form of Proposal FP-2. Refer to specification section 074213.13 Formed Metal WallPanels. Delete the following item from 2.1 Performance Requirements:G. Alternate 3: FM Global Listing: Metal panels must be FM Global Approved.ITEM NO. 5.02Refer to specification section 074213.13 Formed Metal Wall Panels.Revise the following items listed under 2.2 Concealed-Fastener, Lap-Seam Metal Wall Panels:B. 4. Panel Coverage: Provide panel coverage in a range between 12 and 18 inches.Item No. 5.03Refer to specification section 074213.13 Formed Metal Wall Panels.Add the following item to 2.2 Concealed-Fastener, Lap-Seam Metal Wall Panels:B. 6. Panel Length: Provide continuous vertical panels in single length to heights indicated ondrawings.JRA PROJECT 202139PAGE 1

ADDENDUM NO. 5.0001/10/2022Item No. 5.04Refer to specification section 074213.13 Formed Metal Wall Panels. Add the item to 2.6 Metal Panel Insulation:B. Provide metal strap support for insulation at metal wall panels per manufacturer’s requirements with thefollowing properties:1. 100 KSI minimum yield tempered, high-tensile-strength steel.2. Size: Not less than 0.20 inch thick by 1 inch by continuous length.3. Galvanized, primed, and painted to match specified finish color on the exposed side (white).4. Fasteners for light gage steel: #12 by ¾ inch plated Tek 2 type screws with sealing washer, painted tomatch specified color.5. For heavy gage steel: #12 by 1-1/2 inch plated Tek 4 type screws with sealing washer, painted tomatch specified color.6. Metal Strap Installation:a. Cut strap to length and install in the pattern and shape for adequate insulation support.b. Straps to span vertically from roof to floor in single piece, spaced as required for adequatesupport.c. Install straps horizontally along perimeter at floor and roof edges.d. Tension straps to required value.Item No. 5.05Refer to specification section 074213.13 Formed Metal Wall Panels. Add the item to 2.6 Metal Panel Insulation:C. Provide galvanized steel wall insulation hangers for insulation support at metal wall panels, as required tohold insulation in place between horizontal girts. Fasten hangers to girts as needed per manufacturer’srequirements.ELECTRICAL ITEMS:ITEM NO. 5.06Revise Coded Note #6 on E-400 to remove reference to a natural gas generator. The generator shall be dieselfueled per the specifications.END OF ADDENDUM NO. 5.00JRA PROJECT 202139PAGE 2

FEEDER AND BRANCH CIRCUIT SCHEDULECONDUCTORS THWN/THHN COPPER204#12 & 1#12 GND. IN 3/4" CONDUIT.304#10 & 1#10 GND. IN 3/4" CONDUIT.404#8 & 1#10 GND. IN 1" CONDUIT.454#6 & 1#10 GND. IN 1" CONDUIT.504#6 & 1#10 GND. IN 1" CONDUIT.604#4 & 1#8 GND. IN 1-1/4"" CONDUIT.704#4 & 1#8 GND. IN 1-1/4" CONDUIT.804#3 & 1#8 GND. IN 1-1/4" CONDUIT.904#2 & 1#8 GND. IN 1-1/4" CONDUIT.1004#1 & 1#6 GND. IN 1-1/2" CONDUIT.1104#1 & 1#6 GND. IN 1-1/2" CONDUIT.1254#1 & 1#6 GND. IN 1-1/2" CONDUIT.1504#1/0 & 1#6 GND. IN 2" CONDUIT.1754#2/0 & 1#6 GND. IN 2" CONDUIT.2004#3/0 & 1#6 GND. IN 2" CONDUIT.2254#4/0 & 1#4 GND. IN 2-1/2" CONDUIT.2504-250MCM & 1#4 GND. IN 3" CONDUIT.3004-350MCM & 1#3 GND. IN 3" CONDUIT.3504-500MCM & 1#2 GND. IN 3-1/2" CONDUIT.4004-500MCM & 1#3 GND. IN 3-1/2" CONDUIT.5004-250MCM & 1#2 GND. IN EACH OF TWO (2) 2-1/2" CONDUITS.6004-350MCM & 1#1 GND. IN EACH OF TWO (2) 3" CONDUITS.7004-500MCM & 1#1/0 GND. IN EACH OF TWO (2) 3-1/2" CONDUITS.8004-500MCM & 1#1/0 GND. IN EACH OF TWO (2) 3 1/2" CONDUITS.9004-350MCM & 1#2/0 GND. IN EACH OF THREE (3) 3" CONDUITS.10004-400MCM & 1#3/0 GND. IN EACH OF THREE (3) 3-1/2" CONDUITS.12004-350MCM & 1#3/0 GND. IN EACH OF FOUR (4) 3" CONDUITS.14004-500MCM & 1#4/0 GND. IN EACH OF FOUR (4) 3-1/2" CONDUITS.16004-500MCM & 1#4/0 GND. IN EACH OF FIVE (5) 3-1/2" CONDUITS.18004-500MCM & 1-250MCM GND. IN EACH OF FIVE (5) 3-1/2" CONDUITS.20004-500MCM & 1-250MCM GND. IN EACH OF SIX (6) 3-1/2" CONDUITS.25004-500MCM & 1-350MCM GND. IN EACH OF SEVEN (7) 3-1/2" CONDUITS.40004-500MCM & 1-500MCM GND. IN EACH OF ELEVEN (11) 3-1/2" CONDUITS.STOPR20TEFEOF K E N T UWAYNE A.THOMAS18353LI CE S EDNYCKA3225 Summit Square Place, Suite 200Lexington, Kentucky 40509859.252.6781NEERNO.ISS IONAL ENGRESERVED FOR AHJ STAMPDESIGNATES THAT THE NEUTRAL CONDUCTOR IS NOT REQUIRED.NADJUST QUANTITY OF WIRES FOR BRANCH CIRCUITS IN ACCORDANCE WITHCIRCUIT BREAKER SIZE SHOWN IN PANEL SCHEDULES.INCREASE WIRE SIZE TO THE NEXT WIRE SIZE FOR BRANCH CIRCUITS OVER 150FEET.BCNEUTRALDRY TYPETRANSFORMERSYSTEMBONDING JUMPER208Y/120VPANEL ORDISCONNECTNEARESTGROUNDINGELECTRODEGNGENERAL NOTES: DISTRIBUTION RISERCODED NOTES:2STEP-DOWN TRANSFORMER mergency Power Panelboard"DL"Emergency Power Panelboard"ESL"Emergency Power Panelboard"EQL"GROUNDINGELECTRODECONDUCTORINSTALL PANELBOARDS WITH TOP AT 6'-6" ABOVE FINISHED FLOOR.1.SERVICE ENTRANCE PANELBOARD "DH": 480/277V, 3-PHASE, 4-WIRE, DISTRIBUTION SECTION.PROVIDE SUPPORTS FOR ALL VERTICAL CONDUIT RUNS IN ACCORDANCEWITH THE NATIONAL ELECTRICAL CODE.2.LIFE SAFETY BRANCH AUTOMATIC TRANSFER SWITCH 100A.INSTALL PRIMARY CONDUIT A MINIMUM OF 42" DEEP, ENCASED IN CONCRETE.3.STEPDOWN TRANSFORMER.INSTALL SECONDARY UNDERGROUND CONDUCTORS A MINIMUM OF 36" DEEPTO TOP OF CONDUIT OR ENCASEMENT.4.BRANCH CIRCUIT PANELBOARD: 208/120V 3-PHASE, 4-WIRE.FLUSH-MOUNTED PANELBOARDS SHALL BE PROVIDED WITH (4) 1" SPARECONDUITS CONCEALED IN WALL, TO CEILING SPACE. TURN OUT 4" FROMWALL AND CAP.5.LIFE SAFETY BRANCH CIRCUIT PANELBOARD: 208/120V 3-PHASE, 4-WIRE.6.200kw GENERATOR.7.70A./3P., 45A./3P. CIRCUIT BREAKER AND 110A./3P. BREAKER FOR FIRE PUMP.8.REFER TO KU REQUIREMENTS FOR INSTALLATION OF TRANSFORMER PAD AND METER PEDESTAL.9.REFER TO KU REQUIREMENTS FOR RISER POLE INSTALLATION.ELECTRICAL CONTRACTOR SHALL INSTALL ALL ELECTRICAL EQUIPMENT INACCORDANCE WITH THE NATIONAL ELECTRICAL CODE.ISOLATED NETURALTERMINALSUPPLY SIDEBONDING JUMPERSNOTE:UNIVERSITY OF KENTUCK HEALTHCARELEXINGTON, KENTUCKYAPHASE 3 - CONSTRUCTIONDOCUMENTSEQUIPMENT GROUNDINGCONDUCTOR480VFIT-UP & OTHER IMPROVEMENTSFOR UKHC AT VAUGHANINCREASE WIRE SIZE TO NEXT WIRE SIZE FOR EVERY ADDITIONAL 150 FEET.THE SUPPLY SIDE BONDING JUMPERS AND THE GROUNDING ELECTRODE CONDUCTOR SHALLBE SIZED PER NEC TABLE 250.66.TRANSFORMER GROUNDING DETAILSCALE: NONE10. 4" CONCRETE PAD.11. EQUIPMENT BRANCH AUTOMATIC TRANSFER SWITCH 100A.12. EQUIPMENT BRANCH CIRCUIT PANELBOARD: 208/120V 3-PHASE, 4-WIRE.13. DISTRIBUTION PANELBOARD "DL": 208/120V 3-PHASE, 3TRANSFORMER BY KU20045"ESL"FIRE .2DescriptionAddendum 5Date1/10/22E225N101010FIRST FLOORGROUND LEVEL125GROUNDPER NECGROUNDPER NEC70GROUNDPER NEC15010050010GROUNDPER NEC45125600JRA ARCHITECTS HAS RETAINED ANELECTRONIC VERSION OF THESEDRAWINGS. THE CLIENT AGREES NOT TOREUSE THESE DRAWINGS - IN ELECTRONICOR ANY OTHER FORMAT - IN WHOLE, OR INPART, FOR ANY PURPOSE OTHER THAN FORTHE PROJECT. THE CLIENT AGREES NOT TOTRANSFER THESE ELECTRONIC FILES TOOTHERS WITHOUT THE PRIOR WRITTENCONSENT OF THE ARCHITECT. THE CLIENTFURTHER AGREES TO WAIVE ALL CLAIMSAGAINST THE ARCHITECT RESULTING IN ANYWAY FROM ANY UNAUTHORIZED CHANGESTO OR REUSE OF THE ELECTRONIC FILESFOR ANY OTHER PROJECT BY ANYONEOTHER THAN THE ARCHITECT.ELECTRICAL DISTRIBUTION RISERSCALE: NONEELECTRICAL DOORAND DISTRIBUTIONRISER DIAGRAME-400COPYRIGHT 2021 - JRA, INC.

UNIVERSITY OF KENTUCKYCAPITAL CONSTRUCTION PROCUREMENT SECTIONFORM OF PROPOSALProject Title:#2556.0 Fit-Up & Other Improvements for UKHC at VaughanPurchasing Officer:Matt SpaldingNOTE: The following Form of Proposal shall be followed exactly in submitting a proposal for this work. If this copy islost, an additional copy will be furnished upon written request to the authority issuing Contract Documents.This Proposal is submitted by:Date:(NAME AND ADDRESS OF BIDDER)Telephone:TO:BID CLERKUNIVERSITY OF KENTUCKYCAPITAL CONSTRUCTIONPROCUREMENTRM. 322 SERVICE BUILDINGLEXINGTON, KY. 40506-0005INVITATION TO BID: CCK-2593-22BID OPENING DATE: January 20, 2022TIME: 3:00 P.M. E.D.T.The Bidder, in compliance with your Invitation for Bids for the above referenced Project, having carefully examined thesite of the Work, the Drawings and complete Contract Documents as defined in Article I of the General Conditions, aswell as the Specifications affecting the work as prepared by the Consultant, hereby proposes to furnish all labor, materials,supplies and services required to construct the Project in accordance with the Contract Documents, within the time setforth therein, and at the price stated below without qualification.The Bidder hereby acknowledges receipt of the following Addenda:ADDENDUM NO.DATEDADDENDUM NO.DATEDADDENDUM NO.DATEDADDENDUM NO.DATEDADDENDUM NO.DATED(Here insert the number and date of any Addenda issued and received. If none has been issued and received, the wordNONE should be inserted.)FP-1004100B01 Form of ProposalDated: 04/2021Applies to: All ProjectsUniversity of Kentucky

Contractor Report of Prior Violations ofChapters 136,139, 141, 337, 338, 341, and 342Pursuant to KRS 45A.485, the Contractor shall, prior to the award of a Contract, reveal final determinations of anyviolations of the provisions of KRS Chapters 136, 139, 141, 337, 338, 341, and 342 by the Contractor that have occurredin the previous five (5) year period.This statute also requires for the duration of the Contract established, the Contractor be in continuous compliance with theprovisions of Chapters 136, 139, 141, 337, 338, 341, and 342 that apply to the Contractor’s operations. The Contractor’sfailure to reveal a final determination of a violation of KRS Chapters 136, 139, 141, 337, 338, 341, and 342, or failure tocomply with any of the above cited statutes for the duration of the Contract shall be grounds for the cancellation of theContract, and the disqualification from eligibility for future contracts for a period of two (2) years.The Contractor, by signing and submitting a Bid on this Invitation, agrees as required by KRS 45A.485 to submit finaldeterminations of any violations of the provisions of KRS Chapters 136, 139, 141, 337, 338, 341, and 342 that haveoccurred in the previous five (5) years prior to the award of a Contract and agrees to remain in continuous compliancewith the provisions of these statutes during the duration of any contract that may be established. Final determinations ofany violations of these statutes, must be provided to the University by the successful Contractor prior to the award of aContract.LUMP SUM PROPOSALThe Bidder agrees to furnish all labor, materials, supplies and services required to complete the Work, for the abovereferenced Project, for the Capital Construction Procurement Section, University of Kentucky, as described in theSpecifications and Contract Documents and shown on the Drawings enumerated below and as modified by the Addendalisted above.FOR THE LUMP SUM OF(USE WORDS)DOLLARS AND(USE WORDS)(USE WORDS)( (USE FIGURES)CENTS.)Add Alternate #1: Extend Warehouse (1) Full Bay to The West,as indicated on the Construction Documents. Add Alternate #2: Provide Fire Pump and Sprinkler Coveragefor High Rack Storage, as indicated onthe Construction Documents. Grand Total (Base Bid Plus Add Alternates)FP-2004100B01 Form of ProposalDated: 04/2021Applies to: All ProjectsUniversity of Kentucky

FORM OF PROPOSALAUTHENTICATION OF BID AND STATEMENT OF NON-COLLUSION AND NON-CONFLICT OF INTERESTI hereby certify:1.That I am the Bidder (if the Bidder is an individual), a partner in the Bidder (if the Bidder is a partnership), or an officer oremployee of the bidding corporation having authority to sign on its behalf (if the Bidder is a corporation);2.That the submitted Bid or Bids covering Capital Construction Procurement Section Invitation No. CCK-2593-22 have beenarrived at by the Bidder independently and have been submitted without collusion with, and without any agreement,understanding or planned common course of action with, any other contractor, vendor of materials, supplies, equipment orservices described in the Invitation to Bid, designed to limit independent bidding or competition; as prohibited by provisionKRS 45A.325;3.That the contents of the Bid or Bids have not been communicated by the Bidder or its employees or agents to any person not anemployee or agent of the Bidder or its surety on any bond furnished with the Bid or Bids and will not be communicated to anysuch person prior to the official opening of the Bid or Bids;4.That the Bidder is legally entitled to enter into the contracts with the University of Kentucky and is not in violation of anyprohibited conflict of interest, including those prohibited by the provisions of KRS 164.390, and 45A.330 to 45A.340 and45A.455;5.This offer is good for 60 calendar days from the date this Bid is opened. In submitting the above, it is expressly agreed thatupon proper acceptance by the Capital Construction Procurement Section of any or all items Bid above, a contract shall therebybe created with respect to the items accepted;6.That I have fully informed myself regarding and affirm the accuracy of all statements made in this Form of Proposal includingBid Amount.7.Unless otherwise exempted by KRS 45.590, the Bidder intends to comply in full with all requirements of the Kentucky CivilRights Act and to submit data required by the Kentucky Equal Employment Act upon being designated the successfulcontractor.8.That the bidding contractor and all subcontractors to be employed do not and will not maintain any facilities they provide foremployees in a segregated manner and they are in full compliance with provisions of 41 CFR 60-1.8 that prohibits themaintaining of segregated facilities.9.In accordance with KRS45A.110(2), the undersigned hereby swears under penalty of perjury that he/she has not knowinglyviolated any provision of the campaign finance laws of the Commonwealth of Kentucky and that the award of a contract to thebidder will not violate any provision of the campaign finance laws of the Commonwealth of Kentucky.READ CAREFULLY - SIGN IN SPACE BELOW - FAILURE TO SIGN INVALIDATES BIDSIGNED BYTITLEPRINT NAMEFIRMADDRESSAREA CODE & PHONECITYSTATEZIP CODEFAXBIDDER’S EMAILFP-3004100B01 Form of ProposalDated: 04/2021Applies to: All ProjectsUniversity of KentuckyDATE

BUSINESS CLASSIFICATIONPlease complete this form which is necessary for the University of Kentucky vendor database.Mark only one classification. Refer to "Definitions" for assistance in determining correct classification.(01)Small Business(06)Woman-Owned Large Business(02)Large Business(07)(03)Disadvantaged SmallBusinessDisadvantaged Woman-OwnedSmall Business(08)(04)Disadvantaged LargeBusinessDisadvantaged Woman-OwnedLarge Business(09)Other(05)Woman-Owned Small BusinessDEFINITIONS(01) SMALL BUSINESS: A business concern that is organized for profit, is independently owned and operated, is notdominant in the field of operations in which it is bidding, and meets the size standards as prescribed in the Code ofFederal Regulations, Title 13, Part 121. Consult your local or district Small Business Administration (SBA) officeif further clarification is needed.(02) LARGE BUSINESS: A business concern that exceeds the small business size code standards established by SBA.(03) DISADVANTAGED SMALL BUSINESS: A business concern (a) that is at least 51 percent owned by one or moresocially and economically disadvantaged individuals (as defined below), or a publicly owned business, having atleast 51 percent of its stock owned by one or more socially and economically disadvantaged individuals; and (b) hasits management and daily business operations controlled by one or more such individuals. Socially andeconomically disadvantaged individuals include: Asian, Black/African American, Hispanic or Latino, NativeAmerican, Native Hawaiian/Pacific Islander, Women, Disabled, Veteran and Disabled Veteran and other minoritiesor individuals found to be disadvantaged by the SBA.(04) DISADVANTAGED LARGE BUSINESS: A concern that meets the definition of socially and economicallydisadvantaged individuals as defined above, but which is not a small business by the SBA's size standards.(05) WOMAN-OWNED SMALL BUSINESS: A small business that is at least 51 percent owned by a woman orwomen who also control and operate it. "Control" in this context means exercising the power to make policydecisions. "Operate" means actively involved in the day to day management.(06) WOMAN-OWNED LARGE BUSINESS: A concern that meets the definition of woman owned and operated, butwhich is not a small business by the SBA's standards.(07) DISADVANTAGED, WOMAN-OWNED SMALL BUSINESS: A concern that meets the definition of both (03)and (05) above.(08) DISADVANTAGED, WOMAN OWNED LARGE BUSINESS: A concern that meets the definition of both (04)and (06) above.(09) OTHER: A concern that does not meet any of the above definitions.FP-4004100B01 Form of ProposalDated: 04/2021Applies to: All ProjectsUniversity of Kentucky

THE FOLLOWING ITEMS ARE HEREWITH ENCLOSED AS REQUIRED BY KRS 45A.1851.Bid Bond or Certified Check in an amount not less than five percent (5%) of total Bid.2.List of Proposed Subcontractors and Unit Prices. (if required)3.Authentication of Bid and Statement of Non-Collusion and Non-Conflict of Interest.4.List of Materials and Equipment.5.VENDOR NUMBER: It is imperative that you furnish your Federal Employer Identification Number in the spaceprovided below. Failure to do so may delay the processing of purchase orders issued to your firm.(Nine Digit Number)BIDDER'S QUALIFICATIONSThe Commonwealth of Kentucky Model Procurement Code (KRS 45A.080) requires contracts to be awarded, “to theresponsive and responsible bidder whose bid offers the best value” to the University of Kentucky. In order to determine ifthe Bidder has the experience, qualifications, resources and necessary attributes to provide the quality workmanship,materials and management required by the plans and specifications, the Bidder may be required to complete and submitthe information requested on the University of Kentucky Contractor Bidder Determination of Responsibilityquestionnaire. Failure to provide the information requested on the questionnaire or failure to provide any additionalsubmittals or information that may be requested to make this determination may be grounds for a declaration of nonresponsibility with respect to the Bidder. A copy of the Contractor Determination of Responsibility questionnaire isavailable upon request to all Bidders.TIME LIMIT FOR EXECUTION OF CONTRACT DOCUMENTSIt is further agreed, that in the event this Proposal is accepted by the Owner and the undersigned shall fail to execute theContract and furnish satisfactory Payment and Performance Bond within ten (10) consecutive calendar days from the dateof notification of the award of the Contract, the Owner may at his option, determine that the undersigned has abandonedthe Contract and thereupon, the Proposal shall become null and void and the Bid guarantee, check or Bid bond whichaccompanied it shall be forfeited and become the property of the Owner as liquidated damages for each failure and noprotest pursuant to such action will be made. If the Undersigned shall execute the Contract, and furnish satisfactoryPayment Bond and Performance Bond, it is understood that the Bid Guarantee or Bid Bond will be returned to theundersigned by the Owner.FP-5004100B01 Form of ProposalDated: 04/2021Applies to: All ProjectsUniversity of Kentucky

UNIT PRICESNOTE: Unit Prices shall include the furnishing of all labor, materials, supplies and services and shall include all items ofcost, overhead and profit for the Contractor and any subcontractor involved, and shall be used uniformly withoutmodifications for either additions or deductions. The Unit Prices as established shall be used to determine the equitableadjustment of the Contract Price in connection with changes, deletions or extra work performed under the Contract andthe "Rules of Measurement" set forth in the General Conditions shall govern.All Bidders will be required to complete and submit the following Unit Prices with the bid.The apparent low bidder is requested to attend a post bid meeting which will be scheduled at a later date.DESCRIPTION OF WORKUNIT PRICE1. Undercut unsuitable soil & haul off site/C.Y.2. Provide, place and compact structural fill from off site/C.Y.3. Flowable Fill/CYD4. Structural Flowable Fill/CYDFP-6004100B01 Form of ProposalDated: 04/2021Applies to: All ProjectsUniversity of Kentucky

PRIMARY LIST OF PROPOSED SUBCONTRACTORSAll subcontractors are subject to the approval of the Capital Construction Procurement Section and Capital ProjectManagement Division, University of Kentucky, Lexington, KY.If certain branches of the Work are to be done by the Prime Contractor, so state.The apparent low bidders will be required to complete and submit to the University the following information bytwelve o’clock (12) noon of the first working day following the bid opening. The information requested in thissubmittal is required to assist the University in determining contractor responsibility to complete the project beingbid.The apparent low bidder is requested to attend a post bid meeting which will be scheduled at a later date.DIVISION OF WORKNAME AND ADDRESS OF SUBCONTRACTORSelective DemolitionEarth MovingConcreteMasonryPipe Railings and GuardrailsSteelMetal FabricationsRough CarpentryCold-Formed Metal Framing – StructuralInterior WoodworkFormed Metal Wall PanelsDoors, Frames, & HardwareTPO RoofingSheet Metal Flashing and TrimJoint Sealants and FirestoppingHollow Metal Doors and FramesOverhead Coiling DoorsAluminum Framed Entrances and StorefrontsDoor HardwareGlazingNon-Structural Metal FramingGypsum AssembliesLVT, Resilient Base & Carpet FlooringCeramic TilingCeilingsPaintingSpecialtiesDimensional Letter SignageMetal CanopiesLoading Dock Equipment, Seals, BumpersRoller ShadesHVACFire ProtectionPlumbingElectricalTelecommunicationFire AlarmAccess Control (Security)UtilitiesAsphalt PavingConcrete PavingFP-7004100B01 Form of ProposalDated: 04/2021Applies to: All ProjectsUniversity of Kentucky

LIST OF MATERIALS AND EQUIPMENTEach item listed under the different phases of construction must be clearly identified so that the Owner will definitelyknow what the Bidder proposes to furnish.The use of a manufacturer's or dealer's name only, or stating "as per Plans and Specifications," will not be considered assufficient identification.Where more than one "Make" or "Brand" is listed for any one item, the Owner has the right to select the one to be used.The apparent low bidders will be required to complete and submit to the University the following information bytwelve o’clock (12) noon of the first working day following the bid opening. The information requested in thissubmittal is required to assist the University in determining contractor responsibility to complete the project beingbid.The apparent low bidder is requested to attend a post bid meeting which will be scheduled at a later date.MATERIALS AND EQUIPMENTConcrete SupplierMasonry SupplierSteel FabricatorJoist ManufacturerMetal Deck ManufacturerCold Formed FramingInterior Architectural Woodwork/ CaseworkThermal InsulationFormed Metal Wall PanelsTPO Roofing and Roof InsulationSheet Metal Flashing and TrimRoof AccessoriesJoint/ Penetration FirestoppingJoint SealantsHollow Metal Doors & FramesAluminum Framed Entrances and StorefrontsUnit SkylightsDoor HardwareGlazingNon-Structural Metal FramingGypsum BoardCeramic TileAcoustical Panel CeilingsResilient Base and AccessoriesResilient Tile FlooringCeramic Tile Flooring & Wall TileTile CarpetingPaintDimensional Letter SignageToilet CompartmentsToilet AccessoriesRoom-Identification SignsFire Protection CabinetsMetal CanopiesLoading Dock Equipment, Seals, BumpersRoller ShadesWater HeatersPlumbing Fixtures (attach separate list)Inverter Heat Pump SystemsBRAND OR MANUFACTURERFP-8004100B01 Form of ProposalDated: 04/2021Applies to: All ProjectsUniversity of Kentucky

LouversGas Fired Unit HeatersRooftop UnitsSupply & Exhaust FansHVLS FansGrilles, Registers, DiffusersGeneratorPanelboards/Disconnect SwitchesLighting Control SystemLighting Fixture Types (Attach List)Wiring DevicesOccupancy SensorsNetwork (Ethernet) CableTransfer SwitchesFP-9004100B01 Form of ProposalDated: 04/2021Applies to: All ProjectsUniversity of Kentucky

IDENTIFICATION OF DIVERSE BUSINESS ENTERPRISE SUBCONTRACTORS AND MATERIAL SUPPLIERSDiverse Business Enterprises (DBE) consist of minority, women, disabled, veteran and disabled veteran owned businessfirms that are at least fifty-one percent owned and operated by an individual(s) of the aforementioned categories. Alsoincluded in this category are disabled business enterprises and non-profit work centers for the blind and severely disabled.MBE, WBE, Veterans, Disable Veterans and Disabled make up Diverse Business Enterprises, DBE.Participation of DBE owned Contractors and businesses.The University of Kentucky encourages and supports the participation Diverse Business Enterprises. Please listSubcontractors and Material Suppliers according to following Ethnic Vendor List or if they are a Woman OwnedBusiness: AsianBlack/African AmericanHispanic or LatinoNative American Native Hawaiian/Pacific IslanderWhiteOther1.DBE (Ethnic or Woman) Subcontractors2.DBE (Ethnic or Woman) Material SuppliersSUPERINTENDENTFP-10004100B01 Form of ProposalDated: 04/2021Applies to: All ProjectsUniversity of Kentucky

In accordance with Article 17 of the General Conditions a full-time superintendent will be required on this project.Below, please list the superintendent your firm will employ on this project. The successful Bidder will be required tofurnish a resume of the superintendent’s qualifications and or past projects.List the Superintendent’s NameFP-11004100B01 Form of ProposalDated: 04/2021Applies to: All ProjectsUniversity of Kentucky

grounding electrode grounding electrode conductor neutral 208y/120v panel or disconnect supply side isolated netural bonding jumpers terminal note: the supply side bonding jumpers and the grounding electrode conductor shall be sized per nec table 250.66. n g a b c equipment grounding 480v conductor no. description date 2 addendum 5 1/10/22 2

Related Documents:

Bruksanvisning för bilstereo . Bruksanvisning for bilstereo . Instrukcja obsługi samochodowego odtwarzacza stereo . Operating Instructions for Car Stereo . 610-104 . SV . Bruksanvisning i original

Amendments to Invitations for Bids . Amendments to Invitations for Bids shall be sent to all prospective bidders known to have . received an Invitation for Bids. The amendments will also be posted publicly on the Mississippi Contract/Procurement Opportunity Search Portal website and the DMH website. The amendment

INVITATION FOR BIDS Sealed bids will be received in the ity lerk’s office, ity Hall, 103 E Main St, Auburn, Kentucky until 10:00 a.m. CT, January 11, 2019. City of Auburn Park Playground Equipment All bids must be turned in to the ity lerk’s Office, ity Hall, 103 E Main St, Auburn Kentucky no later

1.9 Amendments to Invitations for Bids Amendments to Invitations for Bids shall be sent to all prospective bidders known to have . received an Invitation for Bids . The amendments will also be posted publicly on the Mississippi Contract/Procurement Opportunity Search Portal website and the DMH website. The

10 tips och tricks för att lyckas med ert sap-projekt 20 SAPSANYTT 2/2015 De flesta projektledare känner säkert till Cobb’s paradox. Martin Cobb verkade som CIO för sekretariatet för Treasury Board of Canada 1995 då han ställde frågan

service i Norge och Finland drivs inom ramen för ett enskilt företag (NRK. 1 och Yleisradio), fin ns det i Sverige tre: Ett för tv (Sveriges Television , SVT ), ett för radio (Sveriges Radio , SR ) och ett för utbildnings program (Sveriges Utbildningsradio, UR, vilket till följd av sin begränsade storlek inte återfinns bland de 25 största

Hotell För hotell anges de tre klasserna A/B, C och D. Det betyder att den "normala" standarden C är acceptabel men att motiven för en högre standard är starka. Ljudklass C motsvarar de tidigare normkraven för hotell, ljudklass A/B motsvarar kraven för moderna hotell med hög standard och ljudklass D kan användas vid

Alfredo López Austin* I. NECESIDAD CONCEPTUAL Soy historiador; mi objeto de estudio es el pensamiento de las sociedades de tradición mesoamericana, con énfasis en las antiguas, anteriores al dominio colonial europeo. Como historiador no encuentro que mi trabajo se diferencie del propio del antropólogo. Más bien, ignoro si existe alguna conveniencia en establecer un límite entre la .