james madison university€¦ · 13/01/2016  · m2.1 mechanical floor plan area “a” m2.2...

489
JAMES MADISON UNIVERSITY A2 PARTIAL BASEMENT RENOVATIONS PROJECT CODE 216-A5216-004 January 13, 2016 126 W. BRUCE ST. SUITE 102 HARRISONBURG, VA 22801 PH. 540-437-1228

Upload: others

Post on 04-Aug-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

  • JAMES MADISON UNIVERSITY

    A2 PARTIAL BASEMENT RENOVATIONS

    PROJECT CODE 216-A5216-004

    January 13, 2016

    126 W. BRUCE ST. SUITE 102

    HARRISONBURG, VA 22801

    PH. 540-437-1228

  • JMU A2 PARTIAL BASEMENT RENOVATIONS

    PROJECT CODE; 215-A5216-004

    000110 1

    DOCUMENT 00 01 10

    TABLE OF CONTENTS

    SECTION TITLE

    00 01 10 TABLE OF CONTENTS

    00 01 20 INDEX OF DRAWINGS

    DIVISION 01 – GENERAL REQUIREMENTS

    DGS-30-256 NOTICE FOR INVITATION FOR BIDS

    DGS-30-055 CO-7A INSTRUCTIONS TO BIDDERS

    DGS-30-272 PREBID QUESTION FORM

    DGS-30-220 BID FORM

    DGS-30-048 SPECIAL INSPECTIONS

    DGS-30-054 CO-7 GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT

    DGS-30-064 CO-9 CONTRACT BETWEEN OWNER AND CONTRACTOR

    DGS-30-076 WORKERS’ COMPENSATION- CERTIFICATE OF COVERAGE

    DGS-30-084 STANDARD PERFORMANCE BOND

    DGS-30-088 STANDARD LABOR AND MATERIAL PAYMENT BOND

    DGS-30-090 STANDARD BID BOND

    DGS-30-092 CONTRACT CHANGE ORDER FORM

    DGS-30-104 SCHEDULE OF VALUES AND CERTIFICATE FOR PAYMENT

    DGS-30-108 AFFIDAVID OF PAYMENT FOR CLAIMS

    DGS-30-112 CERTIFICATE OF COMPLETION BY ARCHITECT/ENGINEER

    DGS-30-116 ARCHITECT/ENGINEER’S CERTIFICATE OF SUBSTANTIAL COMPLETION

    DGS-30-120 FINAL REPORT OF STRUCTURAL AND SPECIAL INSPECTIONS

    DGS-30-136 CERTIFICATE OF COMPLETION BY CONTRACTOR

    DGS-30-140 CERTIFICATE OF PARTIAL OR SUBSTANTIAL COMPLETION BY CONTRACTOR

    DGS-30-364 SUBMITTAL REGISTER

    DIVISION 02 – EXISTING CONDITIONS

    02 41 19 SELECTIVE STRUCTURE DEMOLITION

    DIVISION 03 – CONCRETE

    03 30 00 CAST-IN-PLACE CONCRETE

    DIVISION 04 – MASONRY

    04 01 00 MASONRY MAINTENANCE

    04 05 03 MASONRY MORTARING AND GROUTING

    DIVISION 05 – METALS

    05 40 00 COLD-FORMED METAL FRAMING

  • JMU A2 PARTIAL BASEMENT RENOVATIONS

    PROJECT CODE; 215-A5216-004

    000110 2

    DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES

    06 41 00 ARCHITECTURAL WOOD CASEWORK

    DIVISION 07 - THERMAL AND MOISTURE PROTECTION

    07 21 00 BUILDING INSULATION

    07 90 00 JOINT PROTECTION

    DIVISION 08 - OPENINGS

    08 11 13 HOLLOW METAL FRAMES

    08 14 16 FLUSH WOOD DOORS

    08 41 00 METAL-FRAMED ENTRANCES AND STOREFRONTS

    08 51 13 ALUMINUM WINDOWS

    08 71 00 DOOR HARDWARE

    08 91 00 LOUVERS

    DIVISION 09 - FINISHES

    09 21 16 GYPSUM BOARD ASSEMBLIES

    09 51 13 ACOUSTICAL PANEL CEILINGS

    09 65 00 RESILIENT FLOORING

    09 90 00 PAINTING AND COATING

    DIVISION 21 – FIRE SUPPRESSION

    21 04 00 GENERAL REQUIREMENTS FOR FIRE SUPPRESSION

    21 13 13 WET-PIPE SPRINKLER SYSTEMS

    DIVISION 22 – PLUMBING

    22 04 00 GENERAL REQUIREMENTS FOR PLUMBING

    22 05 23 GENERAL DUTY VALVES FOR PLUMBING PIPING

    22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

    22 05 53 PAINTING AND IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT

    22 07 00 PLUMBING INSULATION

    22 11 16 DOMESTIC WATER PIPING

    22 11 19 DOMESTIC WATER PIPING SPECIALTIES

    22 13 16 SANITARY WASTE AND VENT PIPING

    22 13 19 SANITARY WASTE PIPING SPECIALTIES

    22 15 13 GENERAL-SERVICE COMPRESSED-AIR PIPING

    22 40 00 PLUMBING FIXTURES

    22 45 00 EMERGENCY PLUMBING FIXTURES

    DIVISION 23 - MECHANICAL

    23 00 10 HVAC GENERAL REQUIREMENTS

  • JMU A2 PARTIAL BASEMENT RENOVATIONS

    PROJECT CODE; 215-A5216-004

    000110 3

    23 01 00 OPERATION AND MAINTENANCE OF HVAC SYSTEMS

    23 05 00 COMMON WORK RESULTS FOR HVAC

    23 05 53 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT

    23 05 93 TESTING, ADJUSTING AND BALANCING FOR HVAC

    23 07 00 HVAC INSULATION

    23 09 00 BUILDING AUTOMATION SYSTEMS (BAS)

    23 09 93 SEQUENCE OF OPERATIONS FOR HVAC CONTROLS

    23 20 00 HVAC PIPING

    23 30 00 HVAC AIR DISTRIBUTION

    23 80 00 DECENTRALIZED HVAC EQUIPMENT

    DIVISION 26 – ELECTRICAL

    26 05 00 COMMON WORK RESULTS FOR ELECTRICAL

    26 05 19 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

    26 05 23 CONTROL VOLTAGE ELECTRICAL POWER CABLES

    26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

    26 05 33 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS

    26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS

    26 09 23 LIGHTING CONTROL DEVICES

    26 20 00 LOW-VOLTAGE ELECTRICAL DISTRIBUTION

    26 22 00 LOW-VOLTAGE TRANSFORMERS

    26 24 16 PANELBOARDS

    26 27 26 RECEPTACLES

    26 28 13 FUSES

    26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS

    26 29 00 LOW-VOLTAGE CONTROLLERS

    26 50 00 LIGHTING

    DIVISION 27 – COMMUNICATIONS

    27 05 00 COMMON WORK RESULTS FOR COMMUNICATIONS

    27 05 26 GROUNDING AND BONDING FOR COMMUNICATION SYSTEMS

    27 05 28 PATHWAYS FOR COMMUNICATIONS SYSTEMS

    27 05 53 IDENTIFICATION FOR COMMUNICATION SYSTEMS

    DIVISION 28 – ELECTRONIC SAFETY AND SECURITY

    28 05 00 COMMON WORK RESULTS FOR ELECTRONIC SAFETY AND SECURITY

    28 05 26 GROUNDING AND BONDING FOR ELECTRONIC SAFETY AND SECURITY

    SYSTEMS

    28 05 28 PATHWAYS FOR ELECTRONIC SAFETY AND SECURITY

    28 05 53 IDENTIFICATION FOR ELECTRONIC SAFETY AND SECURITY

    28 31 00 FIRE DETECTION AND ALARM

    END OF DOCUMENT

  • JMU A2 PARTIAL BASEMENT RENOVATIONS

    PROJECT CODE; 215-A5216-004

    Table of Contents

    00 01 10 - 1

    DOCUMENT 00 01 20

    INDEX OF DRAWINGS

    Drawing Title

    T0.1 COVER SHEET

    C1 SITE LAYOUT

    A0.1 SCOPE OF WORK DIAGRAM

    A0.2 LIFE SAFETY PLAN AREA “A”

    A0.3 LIFE SAFETY PLAN AREA “B”

    A0.4 SCHEDULES

    S0.1 STRUCTURAL NOTES

    S1.1 STRUCTURAL AREA “A”

    S1.2 STRUCTURAL AREA “B”

    A1.1 FLOOR PLAN AREA “A”

    A1.2 FLOOR PLAN AREA “B”

    A1.3 RCP AREA “A”

    A1.4 RCP AREA “B”

    A2.1 EXTERIOR DETAILS

    A3.1 DETAILS

    SP0.1 SPRINKLER LEGEND & DETAILS

    SP1.1 SPRINKLER DEMOLITION PLAN AREA “A”

    SP1.2 SPRINKLER DEMOLITION PLAN AREA “B”

    SP2.1 SPRINKLER FLOOR PLAN AREA “A”

    SP2.2 SPRINKLER FLOOR PLAN AREA “B”

    P0.1 PLUMBING LEGEND & DETAILS

    P1.1 PLUMBING DEMOLITION PLAN AREA “A”

    P1.2 PLUMBING DEMOLITION PLAN AREA “B”

    P2.1 PLUMBING FLOOR PLAN AREA “A”

  • JMU A2 PARTIAL BASEMENT RENOVATIONS

    PROJECT CODE; 215-A5216-004

    Table of Contents

    00 01 10 - 2

    P2.2 PLUMBING FLOOR PLAN AREA “B”

    M0.1 MECHANICAL LEGENDS, EQUIPMENT NOTES AND

    CONTROLS

    M1.1 MECHANICAL DEMOLITION PLAN AREA “A”

    M1.2 MECHANICAL DEMOLITION PLAN AREA “B”

    M2.1 MECHANICAL FLOOR PLAN AREA “A”

    M2.2 MECHANICAL FLOOR PLAN AREA “B”

    M3.1 MECHANICAL DETAILS

    E0.1 ELECTRICAL SCHEDULES

    E0.2 ELECTRICAL DETAILS

    E1.1 ELECTRICAL DEMOLITION PLAN AREA "A"

    E1.2 ELECTRICAL DEMOLITION PLAN AREA "B"

    E2.1 ELECTRICAL LIGHTING PLAN AREA "A"

    E2.2 ELECTRICAL LIGHTING PLAN AREA "B"

    E3.1 ELECTRICAL POWER PLAN AREA "A"

    E3.2 ELECTRICAL POWER PLAN AREA "B"

    E4.1 ELECTRICAL PANELBOARD SCHEDULES

    E4.2 ELECTRICAL PANELBOARD SCHEDULES

    END OF DOCUMENT

  • Notice of Invitation for Bids Page 1 of 10

    NOTICE OF

    INVITATION FOR BIDS (IFB)

    216-A5216-004

    GENERAL: Sealed bids are invited for the construction of Partial Basement Renovations to A2

    Building, JAMES MADISON UNIVERSITY, Harrisonburg, VA

    The project is generally described as partial single floor renovations of existing masonry

    and metals studs building. Renovations will be performed in two areas. Area “A”- 4,497

    sq. ft. Area “B”- 4,531 sq. ft.

    SCHEDULE: Advertise Invitation for Bid – February 26, 2016

    Mandatory Pre-Bid – March 9, 2016, 2:00 PM

    Bid Questions Deadline – March 17, 2016, 5:00 PM

    Due Date for Bids – March 30, 2016, 2:00 PM

    Open Bids - March 31, 2016, 2:00 PM

    PRE BID: A pre-bid conference will be held at 752 Ott Street (Wine Price Building), Harrisonburg,

    VA 22801, Room 1001 at 2:00 PM, on Wednesday, March 9, 2016. Attendance shall be

    mandatory for those submitting a bid. General Contractors who arrive late will not be

    permitted to sign the attendance sheet. Allow for adequate time to find a parking space.

    (The University will have temporary parking passes for attendees, after acquiring a space

    the contractor may request a pass from the University lead buyer)

    SUBMITTAL: Sealed bids will be received at James Madison University, Procurement Services,

    Wine-Price Bldg., 752 Ott Street, Room 1023, Harrisonburg, VA 22807. The

    deadline for submitting bids is 2:00 P.M. sharp, as determined by the Bid

    Officer, on Wednesday, March 30, 2016. The bids will be opened publicly and read

    aloud beginning at 2:00 P.M., on (the following day), at the same location.

    Procedures for submitting a bid, claiming an error, withdrawal of bids and other pertinent

    information are contained in the Instructions to Bidders (CO-7a), which is part of the

    Invitation for Bids. Withdrawal due to error in bid shall be permitted in accord with

    Section 9 of the Instructions to Bidders and § 2.2-4330, Code of Virginia. The Owner

    reserves right to reject any or all bids.

    AWARD: The contract shall be awarded on a lump sum basis as follows: the Total Base Bid

    Amount including any properly submitted and received bid modifications plus such

    successive Additive Bid Items as the Owner in its discretion decides to award in the

    manner set forth in Paragraph 12 of the Instructions to Bidders. ‘Notice of Award’ or

    ‘Notice of Intent to Award’ will be posted on the bulletin board at James Madison

    University, Procurement Services, Wine-Price Bldg., 752 Ott Street (and on the eVA VBO

    website: http://www.eva.virginia.gov/index.htm) for a minimum of ten (10) days.

    BOND: A Bid Bond is required (form DGS-30-090, CO-10.2). Responsive and responsible low

    bidder shall be capable of delivering Standard Labor and Material Payment Bond (DGS-

    30-088) and Standard Performance Bond (DGS-30-084) upon notice.

    LICENSE: Contractor registration in accordance with Section 54.1-1103 of the Code of Virginia, is

    required. See the Invitation for Bids for additional qualification requirements.

    eVA: The eVA Internet electronic procurement solution, website portal www.eVA.virginia.gov ,

    http://www.eva.virginia.gov/index.htmhttp://www.eva.virginia.gov/

  • Notice of Invitation for Bids Page 2 of 10

    streamlines and automates government purchasing activities in the Commonwealth. The

    eVA portal is the gateway for vendors to conduct business with state agencies and public

    bodies. All vendors desiring to provide goods and/or services to the Commonwealth shall

    participate in the eVA Internet eprocurement solution by completing the free eVA Vendor

    Registration. All bidders or offerors must register in eVA and pay the Vendor Transaction

    Fees specified below; failure to register will result in the bid/proposal being rejected. Vendor

    transaction fees are determined by the date the original purchase order is issued and the

    current fees are as follows:

    Vendor transaction fees are determined by the date the original purchase order is issued and

    the current fees are as follows:

    a. For orders issued July 1, 2014 and after, the Vendor Transaction Fee is:

    (i) Department of Small Business and Supplier Diversity (DSBSD)-certified Small

    Businesses: 1%, capped at $500 per order.

    (ii) Businesses that are not Department of Small Business and Supplier Diversity

    (DSBSD)-certified Small Businesses: 1%, capped at $1,500 per order.

    For orders issued prior to July 1, 2014 the vendor transaction fees can be found at

    www.eVA.virginia.gov.

    The specified vendor transaction fee will be invoiced, by the Commonwealth of Virginia

    Department of General Services, approximately 30 days after the corresponding purchase

    order is issued and payable 30 days after the invoice date. Any adjustments

    (increases/decreases) will be handled through purchase order changes.

    SWAM: The University is committed to exceed a target goal of 42% with businesses certified by

    DSBSD. For this specific project the University’s minimum required DSBSD certified

    business participation is 30%. A bidder’s DSBSD certified business procurement plan (as

    summarized and represented by the DSBSD certified business participation percentage

    entered on the bid form) must be entered on the bid form to be considered responsive. A

    bidder will be considered responsive if their percentage entry is greater than or equal to the

    minimum specified by the agency.

    Each prime contractor who wins an award in which provision of a DSBSD certified

    business subcontracting plan is a condition of the award, shall deliver to the contracting

    agency or institution with final request for payment, evidence of compliance (subject only

    to insubstantial shortfalls and to shortfalls arising from subcontractor default) with the

    DSBSD certified business subcontracting plan. This information shall be submitted

    to: Jenny Mantz, [email protected] (Subject: SWAM Subcontracting

    Compliance.) When such business has been subcontracted to these firms and upon

    completion of the contract, the contractor agrees to furnish the purchasing office at a

    minimum the following information: name of firm with the DSBSD certification number

    or FEIN number, phone number, total dollar amount subcontracted, category type (small,

    women-owned, or minority-owned), and type of product or service provided. Payment(s)

    may be withheld until compliance with the plan is received and confirmed by the agency or

    institution. The agency or institution reserves the right to pursue other appropriate

    remedies to include, but not be limited to, termination for default. (SWaM Subcontractor

    Non-Capital Form768 will be given to responsive and responsible low bidder)

    http://www.eva.virginia.gov/

  • Notice of Invitation for Bids Page 3 of 10

    STATEMENT OF NEEDS

    A. SPECIFICATIONS:

    1. Contractor is responsible for downloading general and technical specifications and bringing a copy to the mandatory pre-proposal meeting which are located at

    www.eva.virginia.gov (Solicitations and Awards/VBO).

    2. These specifications are in a standard format to show the type of material and quality of work required by JMU. Parts of these specifications may not apply to this project.

    Contractor shall adhere to all applicable sections, subsections, and attachments.

    B. DRAWINGS:

    1. Contractor and their sub-contractors are responsible for downloading the drawings and bringing a copy to the mandatory pre-proposal meeting which are located at

    www.eva.virginia.gov (Solicitations and Awards/VBO).

    2. Drawings that have been revised following the mandatory pre-proposal meeting will be posted by issuing an addendum and it is the contractor’s and sub-contractor’s

    responsibility to have the corrected drawings printed for their use.

    C. GENERAL REQUIREMENTS:

    1. Project shall include, but is not limited to, the removal of existing clay tile roof, the existing concrete roof deck, the existing wood soffits, fascias, crown moldings, rake

    trim and all associated wood trim and other components of these systems, and the

    existing gutter and downspouts associated with the upper roof. Also includes the

    removal of the existing metal roofing and all associated flashing and other

    components/accessories, the existing wood/metal framing and insulation down to

    the existing concrete roof slab, the existing gutters and downspouts, the existing

    flashing from rooftop equipment and all associated accessories/materials, the

    existing sealants, the existing guardrails and components, and the existing metal step

    associated with the lower roof. Also includes any other items to complete the work

    shown per drawings and specifications prepared by Martin & Co. Architects,

    stamped and dated 12/4/2015.

    2. Building is currently occupied and shall be throughout construction. The contractor shall work in a manner that will provide as little disruption as possible.

    3. Outages and shutdowns shall be coordinated through the project manager.

    4. An asbestos inspection was performed and no asbestos-containing materials were found.

    5. Project Manager, Anna Hudick, shall be the primary contact for all issues regarding the contract after the contract has been awarded. Anna may be reached at (540) 568-

    6738.

    6. Contractor's hours of work shall be Monday through Friday 7:00am to 4:30pm. Additional work hours may be granted at the sole discretion of the JMU project

    manager.

    http://www.eva.virginia.gov/http://www.eva.virginia.gov/

  • Notice of Invitation for Bids Page 4 of 10

    7. Project shall begin upon Receipt of Contract and be completed and ready for use no later than August 5, 2016. Contractor may begin demolition work on May 9, 2016.

    8. Contractor’s Personnel—Criminal Background Investigations: The University reserves the right to require that the Contractor and his/her employees successfully

    complete a criminal background check prior to the start of their services.

    D. INSTALLATION

    1. Refer to drawings and specifications prepared by Blue Ride Architects, stamped and dated 2/19/2015.

    E. SPECIAL EQUIPMENT AND MATERIAL REQUIREMENTS

    1. Refer to drawings and specifications prepared by Blue Ridge Architects, stamped and dated 2/19/2015.

    F. INTENT OF DRAWINGS AND SPECIFICATIONS

    1. The drawings, when included, are diagrammatic intending to show general runs and

    locations of piping, wiring, equipment and specialties, and not necessarily showing all

    required offsets, etc. Carefully study the various items and make such adjustments in

    exact routing as may be necessary to fit into space available and to avoid conflicts with

    other trades. The drawings shall be accurately followed where they are definite and

    provided such procedure causes no objectionable conditions or does not conflict with

    other trades. If the drawings are not clear regarding location, arrangement, etc., of all

    piping and equipment, obtain additional information from project manager before

    proceeding.

    2. These specifications are intended to complement the drawings. Any conflict between

    drawings and specifications shall be brought to the attention of the project manager. The

    contractor has the ultimate responsibility for ensuring safe, adequate, and proper

    installation of all equipment and materials as necessary to meet existing site conditions

    and compliance with the latest edition of the Virginia Uniform Statewide Building Code.

    3. General contractor or primary contractor shall provide all sub-contractors with copies of

    the approved drawings and specifications at no expense to JMU. Drawings and

    specifications shall be maintained on site for the duration of the project. Sub-contractors

    that do not have a complete set of drawings and specifications shall be directed to leave

    the work site until the appropriate documents are secured.

    G. PRODUCT SUBMITTALS

    1. Product submittals or manufacturer's descriptive data shall be submitted to the project manager within ten (10) days of receipt of contract for approval of product, if product is

    proposed as specified.

    2. When contractor chooses to substitute with an “or equivalent” product, product submittal shall accompany the sealed proposal so that the product can be evaluated prior to

    awarding of contract.

    3. All equipment/material shall conform to the latest issue of all applicable standards as

  • Notice of Invitation for Bids Page 5 of 10

    established by National Electrical Manufacturer's Association (NEMA), American

    National Standards Institute (ANSI), and Occupational Safety & Health Administration

    (OSHA). All equipment and material, for which there are OSHA standards, shall bear an

    appropriate label of approval for use intended from a Nationally Recognized Testing

    Laboratory (NRTL).

    4. The project manager reserves the right to request additional information. Provide sufficient copies so that two (2) copies can be retained by the project manager.

    Submittals shall include, but not be limited to, the items of equipment listed below:

    a. Doors/frames b. Windows c. Access doors d. Acoustical ceiling systems e. Flooring systems to include floor coverings f. Cabinetry and countertops g. Mechanical equipment; e.g., air handling units, condensers, air compressors,

    fans, controls, instrumentation, gauges, insulation and other equipment related

    to the heating, ventilating and air conditioning trade

    h. Plumbing equipment; e.g., bath fixtures, water heaters, pumps, valves, controls and other equipment related to the plumbing trade

    i. Electrical equipment; e.g., transformers, panel boards, switch boards, disconnects, starters/contactors, lighting fixture switches, receptacles and other

    equipment related to the electrical trade

    j. Fire alarm system equipment k. Paints and associated products, such as caulk, thinners, etc.

    5. The project manager will notify the contractor if any submittal is rejected or requires modification.

    H. ADDITIONAL REQUIREMENTS

    1. Workmanship a. All work shall be completed in a neat, professional and skilled craftsman-like

    fashion to applicable the highest industry standards. Quality of all work shall be no

    less than that required of a master level craftsman. All substandard work will be

    corrected by contractor at no cost to JMU.

    2. ADA Accessibility a. All work related to handicapped accessibility will be in compliance with the current

    version of the American with Disabilities Act Accessibility Guideline and all other

    provisions required by the CPSM, the VUSBC or by JMU. It will be the contractor’s

    responsibility to conform to these standards regardless of omissions on drawings

    and/or specifications.

    3. General Conditions a. Contractor shall adhere to the current versions of OSHA regulations, the Virginia

    Uniform Statewide Building Code (VUSBC), the Construction and Professional

    Services Manual (CPSM), Virginia environmental regulations and all other

    incorporated federal and state building codes. Contractor shall also adhere to the

    current JMU Design and Construction Guidelines (JMUDCG) for specific guidance

    on JMU requirements.

  • Notice of Invitation for Bids Page 6 of 10

    b. Contractor shall adhere to the approved construction drawings and specifications. Any deviation from these details shall be first addressed by the JMU Project

    Manager. Construction details recognized as impracticable, or in conflict with any

    known codes, shall be immediately brought to the attention of the JMU Project

    Manager.

    c. General or primary contractor shall employ reputable sub-contractors, actively engaged in the appropriate trade. The sub-contractors shall have sufficient

    experience in the commercial construction practices required to complete the project

    satisfactorily. The general contractor shall not attempt any trade-specific portions of

    the project, such as mechanical, plumbing or electrical, without the use of qualified

    technicians under employment.

    d. Mechanical and electrical contractors shall have at least one certified journeyman level technician on the job site at all times.

    e. Project manager reserves the right to reject any sub-contractor that the general/primary contractor proposes to use for this project.

    f. All accidents and emergencies shall be immediately reported to the Campus Police (540/568-6911) and project manager.

    g. Drawings and specifications covering this project shall be studied and arrangements made to avoid conflicts so that the entire system will be installed in the best interests

    of JMU.

    h. All materials and equipment used in this project shall be new, free from defects and shall be installed in accordance with manufacturer's recommendations. Utilize

    existing fixtures, piping, etc., only where specifically noted on the drawings.

    i. Work shall be carefully laid out in advance by arranging items such as chases, openings, and inserts, without any unnecessary cutting of the building. Any damage

    done to the existing building by the contractor's failure to provide necessary chases,

    openings and inserts in advance, shall be repaired and made good at the contractor's

    expense. Completed project shall be uniform in appearance and with no visible

    patching. No cutting of the existing building shall be done without the project

    manager’s written approval. Clean up any debris created during the cutting and

    patching operation.

    j. Penetrations through the fire resistance rated walls, floors and other assemblies shall be repaired in accordance with the assembly’s fire rating and current NFPA

    standards. All partitions, walls and floors shall be considered as having a minimum

    of a one (1) hour fire rating.

    k. Provide constant protection against rain, wind, cold or heat to prevent damage to existing facilities, new work, materials and equipment.

    l. All contractors shall contact project manager and obtain written permission before beginning work.

    4. Asbestos/Lead Paint (see Section 3 of the JMUDCG) a. If the contractor should suspect other existing material involved in the work of

    containing asbestos, he shall immediately notify the project manager.

    5. Hazardous or Restricted Materials a. Collection and disposal shall be the responsibility of the contractor. Contractor shall

    comply with all VOSHA, EPA, DEQ and DOT regulations with regard to collection,

    classification, transport and disposal. Proper documentation shall be forwarded to

    the project manager prior to issue of final payment.

    b. Fluorescent lamps, HID lamps, switches and thermostats containing mercury, or other suspect lamps and ballasts shall become the responsibility of the contractor.

    These items shall be disposed of in a safe and legal manner.

  • Notice of Invitation for Bids Page 7 of 10

    c. Refrigerant recovery: All EPA regulated refrigerants shall be properly recovered in accordance with latest EPA regulations. Recovery documentation shall be

    submitted to JMU Air Conditioning department.

    6. Hot Work a. If hot work is proposed in an area designated as requiring a hot work permit,

    then comply with all provisions of the attached JMU Hot Work Policy as well

    as all OSHA regulations.

    7. Keys/Access Cards a. Due to differing security policies within JMU, the contractor shall coordinate with

    the project manager for building access.

    b. Project manager may obtain keys/cards for the contractor or direct contractor to the appropriate office when signatures are required for keys/cards. Contractor is

    responsible for not compromising building security. The contractor shall never loan

    or duplicate keys or cards.

    c. Upon completion of project, contractor shall return keys/cards to project manager or individual department as required. If returned to individual department, contractor

    must notify project manager that all keys/cards have been returned.

    d. All locks and related hardware removed from university buildings must be returned to the locksmith shop.

    e. When return of keys/cards has been verified, final payment can be made.

    8. Temporary Facilities a. See section 4.2 of the JMUDCG for temporary utility hookup information. Note

    that ALL utility hookups shall be coordinated through the project manager.

    b. Toilet facilities may be available for the contractor's use in the various areas of the buildings where construction is being performed. Toilet facilities shall be kept clean

    and in sanitary condition. When public toilets are unavailable, contractor shall

    provide and maintain portable toilets. The use of campus toilet facilities by

    contractors must be first approved by the project manager.

    9. Parking a. Parking in unauthorized spaces is prohibited. Parking to unload construction

    material must be approved by project manager. Under no circumstances is parking

    in fire lanes or handicap spaces allowed. Contractor has the responsibility to obtain

    parking passes from Parking Services Department, located at the parking deck, at

    Newman Lake.

    10. Fire Protection a. Contractor shall not use flammable liquids or gases, stoves, salamanders, tar pots,

    etc., in the building unless approved by JMU. Where welding, cutting, or burning

    are necessary, incombustible shields shall be used, suitable fire extinguishing

    equipment shall be maintained nearby. Paints, oils, turpentine and similar materials

    shall be stored in well-ventilated spaces and no other materials shall be stored

    therein. Contractor shall maintain access to JMU’s extinguishing equipment at all

    times.

    b. All walls, partitions, ceilings and floors shall be considered to be a minimum of 1-hour fire rated. Penetrations are to be patched using materials that match existing

    conditions.

    11. Site Clean-up a. For the intent of this document “frequently” shall be defined as “daily”.

  • Notice of Invitation for Bids Page 8 of 10

    b. All demolition materials (including hazardous waste, if any) shall be disposed of in accordance with all applicable Federal, State and Local requirements.

    c. JMU may provide recycling services. Recyclables shall be identified on a project-by-project basis. Contractor shall bring recyclable materials to a site near project.

    Site to be determined by project manager.

    d. At the end of the project, the entire construction site shall be cleaned to JMU’s standards and be ready for occupancy by JMU prior to final payment.

    12. Completion Procedure a. When the work on the given project phase or for the entire project has been

    completed and is ready for final review, a site visit shall be made by the project

    manager. At this time, the requirements of the contract shall be demonstrated to

    indicate that they have been fully carried out, and the installation has been adjusted

    and operated in accordance therewith.

    b. Contractor shall provide the project manager with an as-built, marked up copy of all drawings.

    c. Contractor shall provide the project manager with a written certification that all materials and equipment installed under this contract are asbestos-free.

    d. Contractor shall provide the project manager with a written guarantee or warranty for the entire work of this contract against defective materials, workmanship and

    performance for a period of one year from the date of acceptance of the installation.

    Contractor hereby agrees to furnish, without cost to the Commonwealth of Virginia,

    all transportation both ways for replacement of all parts and materials which are

    found to be defective during the guarantee period. The standard warranty of the

    manufacturer will be acceptable, provided it meets or exceeds these requirements.

    e. In the event that contracted work is in multiple buildings, separate completion documents must be supplied for each building.

    SPECIAL TERMS AND CONDITIONS:

    A. ADVERTISING: In the event a contract is awarded for supplies, equipment, or services resulting from this proposal, no indication of such sales or services to James Madison University will be

    used in product literature or advertising. The contractor shall not state in any of its advertising

    or product literature that James Madison University has purchased or uses any of its products or

    services, and the contractor shall not include James Madison University in any client list in

    advertising and promotional materials.

    B. EXCAVATION PERMIT: No digging, boring, or post driving is allowed on University property without obtaining a JMU Excavation Permit a minimum of five days prior to excavation. In

    addition, any work within a City of Harrisonburg right-of-way requires a Permit from the City

    Engineer's office. The Excavation Permit(s) shall be available for inspection at the job site during

    the entire excavation process. Failure to comply with these requirements will result in work

    shutdown, repair of damages by the Contractor, and may result in a fine, contract termination, and/or

    default. Information may be obtained by calling the JMU Utilities Locating Manager at (540)568-

    7127.

    C. KEYS: If the Contractor is given keys for this project, it is the Contractor's responsibility to return the keys when the contract is terminated, as well as for the safekeeping of the keys during

    the contract period. The Contractor shall not loan or duplicate the keys. In the event the

    Contractor loses the keys, they will be charged for the replacement of the keys and any locks

    which are rekeyed or replaced.

  • Notice of Invitation for Bids Page 9 of 10

    D. OPERATING VEHICLES ON JAMES MADISON UNIVERSITY CAMPUS: Operating vehicles on sidewalks, plazas, and areas heavily used by pedestrians is prohibited. In the unlikely event a

    driver should find it necessary to drive on James Madison University sidewalks, plazas, and areas

    heavily used by pedestrians, the driver must yield to pedestrians. For a complete list of parking

    regulations, please go to www.jmu.edu/parking; or to acquire a service representative parking

    permit, contact Parking Services at 540.568.3300. The safety of our students, faculty and staff is of

    paramount importance to us. Accordingly, violators may be charged.

    E. PERFORMANCE AND PAYMENT BONDS: The University reserves the right in its own discretion to require performance and payment bonds prior to execution of the Contract. The

    successful offeror shall be prepared to deliver executed Commonwealth of Virginia Standard

    Performance and Labor and Material Payment Bonds if so requested each in the sum of the contract

    amount, with the Commonwealth of Virginia, James Madison University as obligee. The surety

    shall be a company or companies approved by the State Corporation Commission to transact surety

    business in the Commonwealth of Virginia. No payment shall be due and payable to the contractor,

    even if the contract has been performed in whole or in part, until the bonds have been delivered to

    and approved by the purchasing office. Standard bond forms will be provided by the purchasing

    office if the University does so request a performance and payment bond.

    Determination of the requirement to submit performance and payment bonds will be made by the

    University in its sole discretion based on the following:

    Complexity of the project

    Timeline of the project

    Evaluation of contractor’s references provided

    Past history of work performance at the University

    All offerors shall be prepared to provide said bonds upon request. If requested, cost to obtain

    these bonds will then be added to contractor’s base price.

    METHOD OF PAYMENT:

    Monthly progress payments may be made based on a proper invoice being submitted to JMU detailing

    the goods received and/or serviced performed. The purchase order or contract number shall be

    included on all invoices and mailed to:

    James Madison University

    Lori Butler, Accounting Manager

    Facilities Management, MSC 7002

    Harrisonburg, Virginia 22807

    The contractor will be paid on the basis of invoices submitted in accordance with the solicitation

    and any negotiations. James Madison University recognizes the importance of expediting the

    payment process for our vendors and suppliers. We are asking our vendors and suppliers to enroll

    in the Wells Fargo Bank single use Commercial Card Number process or electronic deposit (ACH)

    to your bank account so that future payments are made electronically. Contractors signed up for the

    Wells Fargo Bank single use Commercial Card Number process will receive the benefit of being

    paid in Net 15 days. Additional information is available online

    at: http://www.jmu.edu/acctgserv/expenditures/vendor_pay_methods.shtml

    http://www.jmu.edu/parkinghttp://www.jmu.edu/acctgserv/expenditures/vendor_pay_methods.shtml

  • Notice of Invitation for Bids Page 10 of 10

    ATTACHED DOCUMENTS:

    JMU Construction Guidelines – (dated 2/1/16, as amended) (eVA) Project Manual – (dated 2/19/15) (eVA) Project Drawings – (dated 2/19/15) (eVA)

    ACCESS TO DOCUMENTS

    The Invitation for Bids for the above project, including the drawings and the specifications

    containing the information necessary for bidding, may be obtained from the office of Blue Ridge

    Architects 126 W. Bruce St. Suite 102, tel. 540-437-1228

    A deposit of $60 for each set of the Invitation for Bids documents will be required as a guarantee of

    the safe return of the documents within ten days after the bid opening. A non-refundable shipping

    charge of $30 per set is required for all sets requiring shipment.

    Copies of the Invitation for Bids documents, including the plans and the specifications will also be

    available by email. Request the plans by e-mail to [email protected]

    PLAN ROOMS:

    Valley Construction News

    Dodge

    mailto:[email protected]

  • DGS-30-385 (Rev. 04/15)

    Vendor eVA Registration Requirements

    eVA Vendor Registration: The eVA Internet electronic procurement solution

    (http://eVA.virginia.gov) streamlines and automates government purchasing activities for

    the Commonwealth. The eVA portal is the gateway for vendors to conduct business with

    state agencies and public bodies. All vendors desiring to provide construction and/or

    professional services to the Commonwealth shall participate in the eVA electronic

    procurement solution. All bidders or offerors must register in eVA; failure to register will

    result in their bid/proposal being rejected. There are no fees to register, however,

    transaction fees apply as follows:

    The Vendor Transaction Fee shall be:

    (i) DSBSD-certified Small Businesses: 1%, capped at $500 per order.

    (ii) Businesses that are not DSBSD-certified Small Businesses: 1%, capped at

    $1,500 per order.

    eVA Contracts and Orders: It is anticipated that the contract will result in multiple

    purchase orders (i.e., one for each delivery requirement) with the eVA transaction fee

    specified below assessed for each order.

    The Vendor Transaction Fee shall be:

    (i) DSBSD-certified Small Businesses: 1%, capped at $500 per order.

    (ii) Businesses that are not DSBSD-certified Small Businesses: 1%, capped at

    $1,500 per order.

    The eVA transaction fee will be assessed approximately 30 days after each purchase order

    is issued. Any adjustments (increases/decreases) will be handled through eVA change

    orders.

    The eVA transaction fees listed above are per the eVA Fee Schedule, revised 7/1/2014. Please refer to the

    eVA website for subsequent fee revisions.

    DSBSD is the Virginia Department of Small Business and Supplier Diversity, a new department which went

    into effect 1/1/2014. The operations of the former Department of Minority Business Enterprise (DMBE) are

    currently being transitioned into DSBSD. Until such time as the transition is complete, consider “DSBSD-

    certified” and “DMBE-certified” to be equivalent terms.

  • DGS-30-055 CO-7A (Rev. 04/15R1) Page 1 of 9

    INSTRUCTIONS TO BIDDERS The Invitation For Bids (IFB) consists of the Notice, this Instructions To Bidders, the Bid Form, the Pre-Bid Question Form, the General Conditions of the Construction Contract, the Supplemental General Conditions (if any), the Special Conditions (if any), the Forms to be used, and the Scope of Work as described by the Plans and Specifications, other documents listed in the Specifications, and any addenda which may be issued, all of which request qualified bidders to submit competitive prices or bids for providing the described work on the project. eVA Vendor Registration: The bidder or offeror shall be a registered vendor in eVA. See the attached eVA Vendor Registration Requirements. 1. CONDITIONS AT SITE OR STRUCTURE: Bidders shall visit the site and shall be responsible

    for ascertaining pertinent local conditions such as location, accessibility, general character of the site or building, and the character and extent of existing conditions, improvements or work within or adjacent to the site. Claims, as a result of failure to have done so, will not be considered by the Owner. See Section 7 of the General Conditions entitled "Conditions at Site."

    2. EXPLANATIONS TO BIDDERS: No oral explanation in regard to the meaning of drawings and

    specifications will be made and no oral instructions will be given before the award of the contract. The Owner shall not be responsible for any conclusions, assumptions or interpretations made by bidders during the preparation of bids that are contrary to the drawings and specifications and their clear intent. Discrepancies, conflicts, errors, omissions or doubts as to the meaning of drawings and specifications shall be communicated in writing to the Architect / Engineer for interpretation. Bidders must use the "Prebid Question Form" provided in the bid documents. Bidders must so act to assure that questions reach the Architect/Engineer at least six (6) days prior to the time set for the receipt of bids to allow a sufficient time for an addendum to reach all bidders before the submission of their bids. If, however, there are two (2) weeks or less between the first bid advertisement and the time set for receipt of bids, then bidders must submit questions so that they reach the A/E no later than three (3) days prior to the time set for receipt of bids. Any interpretation made will be in the form of an addendum to the specifications which will be forwarded to all bidders, and its receipt shall be acknowledged by the bidder on Bid Forms. If such discrepancies, conflicts, errors, omissions or doubts are reasonably apparent or should have been reasonably apparent to the bidder, and the bidder failed to submit questions to the A/E in the time and manner required herein and the Contract is awarded to the bidder, then any claims shall be deemed waived and the bidder shall not be entitled to additional compensation or time, or entitled to sue the Owner based on such discrepancies, conflicts, errors, omissions, or doubts.

    3. TIME FOR COMPLETION:

    (a) "Time for Completion" shall be designated by the Owner on the Invitation for Bids or other prebid documents and shall mean the number of consecutive calendar days following the issuance of the Notice to Proceed which the Contractor has to substantially complete all Work required by the Contract. In some instances, the Time for Completion may be stated in the form of a Contract Completion Date based on a stipulated date of Notice to Proceed.

    Unless otherwise specified, the Contractor shall achieve Final Completion within thirty (30) days after the date of Substantial Completion.

    (b) When the Notice to Proceed is issued, it will state a Contract Completion Date, which has been

    set by the Owner based on date of the Notice to Proceed and the Time for Completion.

  • DGS-30-055 CO-7A (Rev. 04/15R1) Page 2 of 9

    (c) The Contractor, in preparing and submitting his bid, is required to take into consideration

    normal weather conditions. Normal weather does not mean statistically average weather, but rather means a range of weather conditions which might be anticipated, (i.e., conditions which are not extremely unusual). Normal weather conditions shall be determined from the public historical records available, including the U.S. Department of Commerce, Local Climatological Data Sheets, Oceanic and Atmospheric Administration/Environmental Data and Information Service, National Climatic Center and the National Weather Service. The data sheets to be used shall be for the locality or localities closest to the site of the work. No additional compensation will be paid to the Contractor because of adverse weather conditions; however, an extension of time for abnormal weather will be considered by the Owner as indicated in the General Conditions.

    (d) If the Owner designates the public historical climatological records to be used, the bidder shall

    use those records in computing bids. If the Owner requests each bidder to indicate the records used, each bidder may select the public historical climatological records upon which he will rely in computing his bid. In the latter situation, each bidder shall designate in the space provided which of such climatological data records he used when formulating his bid. A bidder's failure to designate climatological records when submitting a bid shall not disqualify his bid, but shall constitute a waiver of the right to claim any extension of time as the result of abnormal weather. In either case, the bid submitted and the time of completion shall be presumed to have been based upon normal weather derived from the climatological records used.

    4. PREPARATION AND SUBMISSION OF BIDS:

    (a) Bids shall be submitted on the forms furnished, or copies thereof, and shall be signed in ink. Erasures or other changes in a bid must be explained or noted over the signature of the bidder. Bids containing any conditions, omissions, unexplained erasures, alterations or items not called for in the proposal, or irregularities of any kind, may be rejected by the Owner as being incomplete or nonresponsive.

    (b) Each bid must give the complete legal name and full business address of the bidder and be

    signed by the bidder, or the bidder's authorized representative, with his usual signature. Bids by partnerships must be signed in the partnership name by one of the general partners of the partnership or an authorized representative, followed by the designation/title of the person signing, and a list of the partners. Bids by joint ventures must be signed in the joint venture name by one of the joint venturers or an authorized representative of one of the joint venturers, followed by the designation/title of the person signing, and a list of the joint venturers. Bids by corporations must be signed with the legal name of the corporation followed by the name of the state in which it is incorporated and by the signature and title of the person authorized to bind it in this matter. The name of each person signing shall be typed or printed below the signature. A signature on a bid by a person who identifies his title as "President," "Secretary," "Agent" or other designation without disclosing the principal firm, shall be held to be the bid of the individual signing. When requested by the Owner, satisfactory evidence of the authority of the officer signing on behalf of the corporation shall be furnished. Trade or fictitious names may be referenced by using "t/a _ _ _ ," but bids shall be in the legal name of the person or entity submitting the bid.

    (c) Bids with the bid guarantee shall be enclosed in a sealed envelope which shall be marked and

    addressed as indicated by the advertisement. If a contract is for one hundred twenty thousand dollars ($120,000) or more, or if the total value of all construction, removal, repair or improvements undertaken by the bidder within any twelve-month period is seven hundred fifty

  • DGS-30-055 CO-7A (Rev. 04/15R1) Page 3 of 9

    thousand dollars ($750,000) or more, the bidder is required under Title 54.1, Chapter 11, Section 1100, Code of Virginia, as amended, to be licensed in Virginia as a "Class A Contractor." If a contract is for ten thousand dollars ($10,000) or more, but less than one hundred twenty thousand dollars ($120,000), or if the total value of all construction, removal, repair or improvements undertaken by the bidder within any twelve-month period is one hundred fifty thousand dollars ($150,000) or more, but less than seven hundred fifty thousand dollars ($750,000), the bidder is required to be licensed in Virginia as a "Class B Contractor." The bidder shall place on the outside of the envelope containing the bid and shall place in the bid over his signature whichever of the following notations is appropriate and insert his Contractor license/registration number:

    Licensed Class A Virginia Contractor No. ______________ or Licensed Class B Virginia Contractor No. ______________

    If the bidder is not properly licensed in Virginia at the time the bid is submitted, or if the bidder fails to provide this information on his bid or on the envelope containing the bid and fails to promptly provide said Contractor license number to the Owner in writing when requested to do so before the opening of bids, he shall be deemed to be in violation of Section 54.1-1115 of the Code of Virginia, as amended, and his bid will not be considered.

    (d) The Board for Contractors has interpreted its regulations to mean "a licensed Contractor can

    bid on a contract which contains work outside his license classification(s) as long as he subcontracts those items for which he is not qualified to perform to licensed contractors with the appropriate License Classification and the work of the second party is incidental to the contract." Therefore, the Owner may, as a part of determining whether the bidder is "responsible," require the apparent low bidder to submit a listing of his subcontractors along with the license number and classification or specialty of each.

    (e) The bidder must also place its Employer Identification Number (SSN or FEIN) in the space

    provided on the Bid Form. (f) Every bidder organized as a stock or nonstock corporation, limited liability company, business

    trust, or limited partnership or registered as a registered limited liability partnership must be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so required by Title 13.1 or Title 50 of the Code of Virginia, as amended, or as otherwise required by law. Any bidder organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 must include in its bid the identification number issued to it by the State Corporation Commission. Any bidder that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 or as otherwise required by law shall include in its bid or proposal a statement describing why the bidder or offeror is not required to be so authorized. A bidder required to be authorized to transact business in Virginia that fails to provide the required information shall not receive an award unless a waiver of this requirement and of any administrative policies and procedures established to implement Section 2.2-4311.2 of the Code of Virginia, as amended, is granted by the chief executive of the Owner. If awarded the Contract, the bidder shall not allow its existence to lapse or its certificate of authority or registration to transact business in the Commonwealth, if so required under Title 13.1 or Title 50, to be revoked or cancelled at any time during the term of the Contract. Doing so shall be deemed to be a violation of Section 2.2-4311.2 and the bidder understands and agrees that the Owner may void the Contract if the bidder fails to comply with this provision.

  • DGS-30-055 CO-7A (Rev. 04/15R1) Page 4 of 9 5. BID GUARANTEE:

    (a) Any bid (including the Total Base Bid plus all Additive Bid Items) which exceeds five hundred thousand dollars ($500,000) shall be accompanied by a Commonwealth of Virginia Standard Bid Bond, Form CO-10.2, payable to the Owner as obligee in an amount equal to five percent (5%) of the amount of the bid. For construction contracts in excess of $100,000 but less than $500,000, where bid bond requirements are waived, prospective contractors shall be prequalified in accordance with §2.2-4317. A Bid Bond may be required for projects having bids of less than five hundred thousand dollars ($500,000) if such requirement is stated in the Notice of Invitation for Bids. The Bid Bond must be issued by a surety company which is legally authorized by the Virginia State Corporation Commission to do surety business in the Commonwealth of Virginia. Such Bid Bond shall guarantee that the bidder will not withdraw his bid during the period of thirty (30) days following the opening of bids; that if his bid is accepted, he will enter into a formal contract with the Owner in accordance with the Contract Between Owner and Contractor, Form CO-9, included as a part of the IFB Documents; that he will submit a properly executed and authorized Standard Performance Bond and Standard Labor and Material Payment Bond on the forms included in the IFB documents; and that in the event of the withdrawal of said bid within said period, or failure to enter into said contract and give said bonds within ten (10) days after he has received notice of acceptance of his bid, the bidder shall be liable to the Owner for the difference between the amount specified in said bid and such larger amount for which the Owner may contract with another party to perform the work covered by said bid, up to the amount of the bid guarantee. This amount represents the damage to the Owner on account of the default of the bidder in any particular hereof. See §2.2-4336 of the Code of Virginia, as amended.

    (b) See § 2.2-4338 of the Code of Virginia for provisions allowing alternative forms of bid security

    in lieu of a Bid Bond. Forms of Security listed in § 2.2-4338.B must be approved prior to submission of a Bid on the Bid Receipt date and time to be acceptable as Bid Security.

    (c) The Bid Bonds or other bid security will be returned to all except the three lowest bidders after

    the formal opening of bids. The remaining Bid Bonds or bid security will be returned to the bidders after the Owner and the accepted bidder have executed the Contract and the Performance Bond and the Payment Bond have been approved by the Owner.

    (d) If the required Contract and bonds have not been executed within thirty (30) days after the date

    of the opening of the bids, then the bond or other bid security of any bidder will be returned upon his request, provided he has not been notified of the acceptance of his bid prior to the date of such request.

    6. WITHDRAWAL OR MODIFICATION OF BIDS: Bids may be withdrawn or modified by

    written or telefaxed notice received at the designated location from bidders prior to the deadline fixed for bid receipt. E-mail modifications are not acceptable. The withdrawal or modification may be made by the person signing the bid or by an individual(s) who is authorized by him on the face of the bid. Written modifications may be made on the bid form itself, on the envelope in which the bid is enclosed, or on a separate document. Written modifications, whether the original is delivered or telefaxed, must be signed by the person making the modification or withdrawal. The modification must state specifically what is to be modified and by what amount or it must state the item to be modified and what the corrected amount should be. (e.g. “Deduct $25,000 from Part A and from the Total Base Bid Amount”; or “Add $23,456 to the Total Base Bid Amount”; or “Deduct $15,650 from the Additive # 2 amount”. A modification to “Deduct $25,000 from Part A” will only be applied to Part A and not to the Total Base Bid Amount) Unless otherwise specified by the Bidder in the modification, the modification will be applied to the TOTAL BASE BID AMOUNT shown on the Bid Form. (e.g. a modification stating only “Deduct $25,000” which is properly signed will be deducted from the Total Base Bid Amount shown on the Bid Form)

  • DGS-30-055 CO-7A (Rev. 04/15R1) Page 5 of 9 7. RECEIPT OF BIDS:

    (a) Bids will be received at or before the date and the hour and at the place stipulated in the Invitation for Bids as may be modified by subsequent Addenda.

    (b) It is the responsibility of the bidder to assure that his bid and any bid modifications are

    delivered to the place designated for receipt of bids by the date and hour (deadline) set for receipt of bids. Therefore, it is the bidder’s responsibility to take into account all factors which may impact on its bid deliverer / courier’s ability to deliver the bid and to implement whatever actions are necessary to have the bid delivered to the proper bid receipt location prior to the bid receipt deadline. No bids or bid modifications submitted or offered after the date and hour designated for receipt of bids will be accepted or considered.

    (c) The Bid Officer is the Owner's representative designated to receive bids at the time and place

    noted in the IFB and to open the bids received at the appointed time. (d) The official time used for the receipt of responses is determined by reference to the clock

    designated by the Bid Officer. The Bid Officer shall determine when the Bid Receipt Deadline has arrived and shall announce that the Deadline has arrived and that no further bids or bid modifications will be accepted. All bids and bid modifications in the possession of the Bid Officer and his assistants at the time the announcement is completed are deemed to be timely, whether or not the bid envelope has been physically date/time stamped or otherwise marked by the time the Bid Officer makes the deadline announcement.

    (e) In the event the bid receipt occurs during a period of suspended state business operations, the

    receipt and opening will be delayed one business day. 8. OPENING OF BIDS:

    (a) Bids will be opened at the time and place stated in the Invitation for Bids or as modified by subsequent Addenda, and their contents publicly announced. The Bid Officer shall decide when the specified time for bid opening has arrived. No responsibility will be attached to any officer or agent for the premature opening of a bid not properly addressed and identified. Bid opening shall be no sooner than 24 hours after the time set for receipt of bids.

    (b) The provisions of § 2.2-4342 of the Code of Virginia, as amended, shall be applicable to the inspections of bids received.

    (c) In the event the bid opening occurs during a period of suspended state business operations, the

    opening will be delayed until the next business day. 9. ERRORS IN BIDS: A bidder may withdraw his bid from consideration if the price bid was

    substantially lower than the other bids due solely to a mistake therein, provided the bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of a bid, which unintentional arithmetic error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and materials used in the preparation of the bid sought to be withdrawn.

    In accordance with § 2.2-4330.B.(ii) of the Code of Virginia, the bidder must submit to the Owner his original work papers, documents and materials used in the preparation of the bid within one day after the date fixed for submission of bids. Such work papers must be submitted in an envelope or package separate and apart from the envelope containing the bid and marked clearly as to the

  • DGS-30-055 CO-7A (Rev. 04/15R1) Page 6 of 9

    contents and shall be delivered to the Owner by the bidder in person or by registered mail prior to the time fixed for the opening of bids and may not be withdrawn until after the two-hour period (referred to later) has elapsed. The bids shall be opened at the time designated in the IFB, as amended by addendum. Bid opening is usually one day following the time fixed by the Owner for the submission of bids, but no sooner. Once the bids have been opened, the bidder shall have two (2) hours after the opening of bids within which to claim in writing any mistake as defined herein and withdraw his bid. The Contract shall not be awarded by the Owner until such two-hour period has elapsed. Such mistake shall be proved only from the original work papers, documents and materials delivered to the Owner prior to bid opening. This procedure (ii) shall not apply to when the entire bid is required to be submitted on a unit price basis.

    Failure of a bidder to submit his original work papers, documents and materials used in the preparation of his bid on or before the time, date and place required shall constitute a waiver by that bidder of his right to withdraw his bid due to a mistake.

    No bid may be withdrawn under this section when the result would be the awarding of the Contract on another bid of the same bidder or of another bidder in which the ownership of the withdrawing bidder is more than five (5%) percent.

    No bidder who is permitted to withdraw a bid shall, for compensation, supply any material or labor to or perform any subcontract or other work agreement for the person or firm to whom the Contract is awarded or otherwise benefit, directly or indirectly, from the performance of the project for which the withdrawn bid was submitted. The person or firm to whom the Contract was awarded and the withdrawing bidder are jointly liable to the Owner in an amount equal to any compensation paid to or for the benefit of the withdrawing bidder without such approval.

    If a bid is withdrawn under authority of this section, the lowest remaining bid shall be deemed to be the low bidder on the project.

    10. REJECTION OF BIDS: The Owner reserves the right to cancel the Invitation for Bids, to reject

    any and all bids at its sole discretion when such rejection is in the interest of the Owner, or to reject the bid of any bidder who is determined to be not responsive or not responsible. See § 2.2-4319, Code of Virginia, as amended.

    11. DETERMINATION OF RESPONSIBILITY

    Each bidder shall be prepared, if so requested by the Owner, to present evidence of his experience, qualifications and financial ability to carry out the terms of the Contract.

    Prior to award of the Contract, an evaluation will be made to determine if the low bidder has the capability, in all respects, to perform fully the contract requirements and the moral and business integrity and reliability which will assure good faith performance, and who has been prequalified, if required. Factors to be evaluated include, but are not limited to:

    (a) sufficient financial ability to perform the contract as evidenced by the bidder's ability to

    obtain payment and performance bonds from an acceptable surety; (b) appropriate experience to perform the Work described in the bid documents; (c) any judgments entered against the bidder, or any officers, directors, partners or owners for

    breach of a contract for construction; (d) any substantial noncompliance with the terms and conditions of prior construction contracts

    with a public body without good cause where the substantial noncompliance is documented; or

    (e) a conviction of the bidder or any officer, director, partner, project manager, procurement manager, chief financial officer, or owner in the last five years of a crime relating to

  • DGS-30-055 CO-7A (Rev. 04/15R1) Page 7 of 9

    governmental or nongovernmental construction or contracting; (f) any current debarment of the contractor, any officer, director or owner, from bidding or

    contracting by any public body of any state, any state agency, or any agency of the federal government.

    The Owner reserves the right to disqualify or refuse to accept the bid of any bidder who has been convicted, or entered a plea of guilty or nolo contendere, in any federal or state court to any charge involving any unlawful, corrupt or collusive practice involving a public contract whether federal, state, or local, or who has been determined in any judicial proceeding to have violated any antitrust, bid-rigging or collusive practice statute in connection with any public contract, or against whom such formal criminal prosecution or other judicial proceeding has been initiated.

    A bidder who, despite being the apparent low bidder, is determined not to be a responsible bidder shall be notified in writing in conformance with the procedures in §2.2-4359 of the Code of Virginia, as amended.

    12. AWARD OF CONTRACT

    (a) Basis for Contract Award: The Contract, if awarded, will be awarded to the lowest responsive and responsible bidder, if any, provided his bid is reasonable and it is in the best interest of the Owner to accept it and subject to the Owner's right to reject any and all bids and to waive informality in the bids and in the bidding. The Bid Form contains a multi-part Base Bid and may contain Additive Bid Items. Determination of the lowest responsible bidder, if any, will be based on the Total Base Bid Amount entered on the Bid Form including any properly submitted bid modifications plus as many Additive Bid Items taken in sequence as the Owner in its discretion chooses to Award. Where the sum of the values entered in the multiple parts do not agree with the Total Base Bid amount, the Total Base Bid amount entered on the bid form, including any properly submitted bid modifications, shall take precedence.

    In the event that the Total Base Bid from the lowest responsible bidder exceeds available funds, the Owner may negotiate the Total Base Bid amount with the apparent low bidder to obtain a contract price within available funds, pursuant to § 2.2-4318 of the Code of Virginia, as amended, and Section 12(c) herein.

    (b) Informalities: The Owner reserves the right to waive any informality in the bids when such

    waiver is in the interest of the Owner. (c) Negotiation With Lowest Responsible Bidder: If award of a contract to the lowest responsive

    and responsible bidder is precluded because of limitations on available funds, under the provisions of § 2.2-4318 of the Code of Virginia (the Public Procurement Act), the Owner reserves the right to negotiate the Total Base Bid amount with the lowest responsive, responsible bidder to obtain a contract price within the available funds. This may involve changes in either the features or scope of the work include in the Base Bid. Such negotiations with the apparent low bidder may include reducing the quantity, quality, or other cost saving mechanisms involving items in the Total Base Bid. Negotiations for Additive Bid Items are excluded. The Owner shall notify the lowest responsive and responsible bidder that such a situation exists and the Owner and bidder shall then conduct their negotiations in person, by mail, by telephone or by any means they find convenient. If an acceptable contract can be negotiated, the changes to the Invitation for Bid documents agreed upon in the negotiations shall be summarized in a "Post Bid Modification" and included in the contract. If an acceptable contract cannot be negotiated, the Owner shall terminate negotiations and reject all bids.

    (d) Notice of Intent to Award or Notice of Award: The Notice of Award or the Notice of Intent

    to Award will be posted at the Agency’s standard location for posting notices as shown on the

  • DGS-30-055 CO-7A (Rev. 04/15R1) Page 8 of 9

    “Notice of Invitation to Bid”. In addition the Agency may also post such notice on the Agency’s Website and/or the DGS central electronic procurement Website. Any bidder or offeror who desires to protest the award or decision to award a contract shall submit the protest in writing to the public body no later than ten days after the posting of the Notice of Award or Notice of Intent to Award, whichever comes first (§ 2.2-4360).

    13. CONTRACT SECURITY: For contracts which exceed five hundred thousand dollars ($500,000),

    the Standard Performance Bond (Form CO-10) and the Standard Labor and Material Payment Bond (Form CO-10.1) shall be required, as specified in the Invitation for Bids documents. For construction contracts in excess of $100,000 but less than $500,000, where bid bond requirements are waived, prospective contractors shall be prequalified in accordance with §2.2-4317. See the General Conditions and §2.2-4337 and §2.2-4338 of the Code of Virginia, as amended. The Owner reserves the right to require such bonds for contracts less than five hundred thousand dollars ($500,000). If the Owner so elects, the requirement shall be set forth in the Invitation For Bids.

    14. CERTIFICATION: The bidder, by his signature on the Bid Form, certifies that neither his

    organization nor any of its officers, directors, partners or owners is currently barred from bidding on contracts by any Agency of the Commonwealth of Virginia, or any public body or agency of another state, or any agency of the federal government. See the statement "Disqualification of Contractors" in the Bid Form.

    15. ETHICS IN PUBLIC CONTRACTING: The provisions, requirements and prohibitions as

    contained in Title 2.2, Chapter 43, Article 6, §2.2-4367 et seq., Code of Virginia, as amended, pertaining to bidders, offerers, contractors, and subcontractors are applicable to this project.

    16. BUILDING PERMITS: Because this is a Project of the Commonwealth of Virginia, codes or

    zoning ordinances of local political subdivisions do not apply. However, the Virginia Uniform Statewide Building Code shall apply to the Work and shall be administered by the Building Official for State-owned Buildings. The Building Permit will be obtained and paid for by the Owner. All other permits, local license fees, business fees, taxes, or similar assessments imposed by the appropriate political subdivision shall be obtained and paid for by the Contractor. See Section 25 of the General Conditions for utility connection fees and services.

    17. UTILIZATION OF SMALL BUSINESSES: It is the policy of the Commonwealth of Virginia to

    maximize the participation of small businesses in state contracting. The participation of these businesses directly and through partnerships, joint ventures, subcontracts and other contractual opportunities may be encouraged by stating the Owner’s requirements (if applicable) on the Bid Form. Bidders shall provide a small business procurement plan in conjunction with their sealed bid. The small business procurement plan is the bidder’s proposed percentage of participation by small businesses in the overall total base bid amount, and is indicated on the Bid Form. An entry on the line for “Contractor’s Proposed Small Business Participation” is required for the bid to be considered responsive. If the bidder is a DSBSD certified small business, the proposed percentage of small business participation shall be entered as 100%. A bidder may enter a proposed percentage of small business participation of 0% and be considered responsive unless the Bid Form states the Owner’s required percentage of small business participation, in which case the bidder shall enter a percentage equal to or greater than the Owner’s required small business participation percentage in order to be considered responsive.

    18. BID DOCUMENTS: Bid Documents are the property of the Owner and a deposit in an amount as

    stated in the Invitation for Bids is required for each paper set or for each set provided on removable electronic media as a guarantee of the safe return of the documents within ten (10) days of bid opening. This deposit will be refunded in full on not more than two paper sets or sets provided on removable electronic media to each bidder who submits a prime contract bid and who returns the documents in good condition. Refund will be made on paper sets and sets provided on removable

  • DGS-30-055 CO-7A (Rev. 04/15R1) Page 9 of 9

    electronic media to non-bidders and subcontractors in the amount of half of the deposit when the sets are returned in good condition within 10 days. A deposit is not required for downloading of electronic construction documents through an FTP site. A non-refundable shipping charge may be required for paper sets or sets provided on removable electronic media if stated in the Notice or the Invitation For Bids.

    19. GENERAL CONDITIONS: The General Conditions of the Construction Contract, G. S. Form

    E&B CO-7, are incorporated in the bid documents. If the General Conditions are incorporated by reference, the bidder may obtain a copy of the current edition of the General Conditions of the Construction Contract, G. S. Form E&B CO-7 at no cost by written request to the A/E and/or the Agency where the bid documents are obtained. Copies may also be obtained from the DGS Forms Center (http://forms.dgs.virginia.gov).

    20. PREBID CONFERENCE: See the Invitation For Bids for requirements for a prebid conference

    and whether such conference is mandatory or optional. 21. INSPECTION OF BID DOCUMENTS: Copies of the Invitation for Bids documents including

    Plans and Specifications and the General Conditions of the Construction Contract, G. S. Form E&B, CO-7, current edition, will be available for inspection at the Agency, at the A/E's office, and at the locations listed in the Notice of the Invitation for Bids.

    22. DRUG-FREE WORKPLACE REQUIRED: Bidders are reminded that Section 2.2-4312 of the

    Code of Virginia requires that the during the performance of the contract resulting form this solicitation, the contractor agrees to (i) provide a drug-free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor.

    For the purposes of this section, "drug-free workplace" means a site for the performance of work done in connection with a specific contract awarded to a contractor in accordance with this solicitation, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. Paragraphs which have been added or revised since prior edition are identified with a line to the right of the paragraph.

    NOTE: These CO-7A, Instructions to Bidders, have been created specifically for the use of agencies of the Commonwealth of Virginia, which may not alter their provisions without the express written approval of the Virginia Department of General Services, Division of Engineering and Buildings. These Instructions to Bidders have significant legal implications and shall not be altered or modified. Nothing in the CO-7A, Instructions to Bidders, shall be amended or deleted or its intent changed, except by an approved and properly issued ‘Supplemental Instruction to Bidders’. The Commonwealth makes no representation as to their suitability for any other purpose.

  • DGS-30-272 (Rev. 04/15)

    PREBID QUESTION FORM (Use separate Form for each question submitted.)

    Date:

    Project Title: A2 Partial Basement Renovations

    Project Code No.: 216-A5216-004

    The following question concerns Drawing Sheet (number) :

    The following question concerns Specifications Section (number) , page _________, paragraph _______:

    All responses to questions will be made by Addendum.

    Question submitted by:

    Name Organization

    Bidders shall submit form to:

    Name Organization

    Email address:

    or

    FAX No.: ( )

  • Standard Bid Form Format Page 1 of 3

    DGS-30-220 Standard Bid Form Format (Rev. 04/15)

    BID FORM

    DATE: ______________________

    PROJECT: A2 Partial Basement Renovations

    James Madison University,

    Harrisonburg, VA

    Project Code: 216-A5216-004

    To: Commonwealth of Virginia

    James Madison University

    Wine-Price Bldg., Room 1023

    Office of Procurement Services

    752 Ott Street, MSC 5720

    Harrisonburg, VA 22807

    In compliance with and subject to your Invitation for Bids and the documents therein specified, all of

    which are incorporated herein by reference, the undersigned bidder proposes to furnish all labor,

    equipment, and materials and perform all work necessary for construction of this project, in accordance

    with the Plans and Specifications dated 02/19/2016 as prepared by Blue Ridge Architects for the

    consideration of the following amount:

    BASE BID (including the following parts but excluding work in Additive Bid Items):

    Lump sum price for construction of the building within a perimeter extending 5 feet from the

    walls of the building, complete and in accordance with the Plans and Specifications as

    prepared by Blue Ridge Architects:

    TOTAL BASE BID AMOUNT (Sum of PART A) IS:

    _______________________________________________________ DOLLARS ($ )

    Contract award will be based on the TOTAL BASE BID AMOUNT shown above (including any

    properly submitted bid modifications) plus as many Additive Bid Items taken in sequence as the

    Owner in its discretion decides to award.

    The bidder has relied upon the following public historical climatological records:

    Virginia State Climatological Office, Charlottesville, AV for Harrisonburg, VA.

    The undersigned understands that time is of the essence and agrees that the date for Substantial

    Completion of the entire project shall be on or before August 1, 2016 based on a Notice authorizing

    Work to proceed on or before May 1, 2016, and Final Completion shall be achieved within 30

    consecutive calendar days after the date of Substantial Completion as determined by the A/E.

  • Standard Bid Form Format Page 2 of 3

    Acknowledgment is made of receipt of the following Addenda:

    .

    If notice of acceptance of this bid is given to the undersigned within 30 days after the date of

    opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will execute and

    deliver a contract in the prescribed form (Commonwealth of Virginia Contract Between Owner and

    Contractor, Form CO-9) within 10 days after the contract has been presented to him for signature.

    The required payment and performance bonds, on the forms prescribed, shall be delivered to the

    Owner along with the signed Contract.

    Immigration Reform and Control Act of 1986: The undersigned certifies that it does not and shall not

    during the performance of the Contract for this project violate the provisions of the Federal

    Immigration Reform and Control Act of 1986, which prohibits employment of illegal aliens, or

    knowingly employ an unauthorized alien as defined in the Federal Immigration Reform and Control

    Act of 1986.

    DISQUALIFICATION OF CONTRACTORS: By signing this bid or proposal, the undersigned

    certifies that this Bidder or any officer, director, partner or owner is not currently barred from

    bidding on contracts by any Agency of the Commonwealth of Virginia, or any public body or agency

    of another state, or any agency of the federal government, nor is this Bidder a subsidiary or affiliate

    of any firm/corporation that is currently barred from bidding on contracts by any of the same. We

    have attached an explanation of any previous disbarment(s) and copies of notice(s) of

    reinstatement(s).

    Either the undersigned or one of the following individuals, if any, is authorized to modify this bid

    prior to the deadline for receipt of bids by writing the modification and signing his name on the face

    of the bid, on the envelope in which it is enclosed, on a separate document, or on a document which

    is telefaxed to the Owner:

    _________________________________________________________

    _________________________________________________________

    _________________________________________________________

    I certify that the firm name given below is the true and complete name of the bidder and that the bidder

    is legally qualified and licensed by the Virginia Department of Professional and Occupational

    Regulation, Board for Contractors, to perform all Work included in the scope of the Contract.

    Virginia License No.: ______________ Bidder: ______________________________ (Name of Firm)

    Contractor Class: ________________ By:___________________________________ (Signature)

    Specialty: _______________________ Valid until: ______________________

    FEIN/SSN: _____________________ Title: _______________________________

  • Standard Bid Form Format Page 3 of 3

    If General Partnership (List Partners' Names)

    _________________________________

    _________________________________

    _________________________________

    _________________________________

    Business Address:

    ____________________________________

    ____________________________________

    ____________________________________

    ____________________________________

    Telephone # ________________________

    FAX # _______________________________

    If Corporation, affix Corporate Seal &

    list State of Incorporation

    State: _____________________________

    (Affix Seal)

    Virginia State Corporation Commission ID No.: _______________; or

    If Contractor is a foreign business entity not required to be authorized to transact business in the

    Commonwealth under Titles 13.1 or 50 of the Code of Virginia, or as otherwise required by law, please

    provide an explanation as to why such entity is not required to be so authorized: ____________________

    _____________________________________________________________________________________

    ____________________________________________________________________________________.

    Agency DSBSD Certified Participation Requirement: 30%

    Contractor’s Proposed DSBSD Certified Business Participation: _____% (Required, if Prime Contractor is DSBSD Certified, fill in 100%)

    SMALL, WOMAN OR MINORITY OWNED BUSINESS:

    YES; NO; IF YES ⇒ SMALL; MICRO; WOMAN; MINORITY IF MINORITY: AA; HA; AsA; NW

    DSBSD Certification #:____________________________

  • 1)

    2)

    3)

    4)

    5)

    6)

    Visit the Bureau's webpage (http://bcom.dgs.virginia.gov) for our current

    address, current forms, the CPSM, DEB Notices, and other useful

    information.

    Include a copy of the completed CO-6b list of special inspections in the

    Project Manual. The CO-6a cover page may be omitted from the Project

    Manual.

    Complete Form CO-6b, "2012 VUSBC Special Inspections " list.

    (Click on the "CO-6b" tab below to access it.)

    (Click on the "CO-6a" tab below to access it.)

    Print both forms.

    Submit both forms together to BCOM. Either mail hard copies to Bureau

    of Capital Outlay Management or e-mail a pdf document to

    [email protected]. DO NOT send the Excel file, proper, as

    appropriate signatures must be provided on the CO-6a cover page.

    CO-6a and CO-6b Instructions

    DGS-30-048(Rev. 04/15)2012 Code Version

    Obtain the Structural Engineer of Record, A/E of Record, Smoke

    Control RDP and Agency signatures for the CO-6a form.

    Complete Form CO-6a, the "Statement of VUSBC Special Inspections"

    cover page.

  • DGS-30-048 CO-6a(Rev. 04/15) (cover page)

    2012 Code Version

    Name: Name: Name:

    Address (St): Address (St): Address (St):

    City, St., Zip: City, St., Zip: City, St., Zip:

    Phone: Phone: Phone:

    Name: Name:

    Phone: Phone:

    Name: Name: Name:

    Address (St): Address (St): Address (St):

    City, St., Zip: City, St., Zip: City, St., Zip:

    Phone: Phone: Phone:

    (Signature) (Date) (Signature) (Date) (Signature) (Date)

    Submitting Agency:

    Representative's Name:

    Phone:(Signature) (Date)

    Acceptable as submitted

    By:

    Acceptable as marked For or By Director (Date)Division of Engineering & Buildings

    Attachment: CO-6b List of Special Inspections

    (STATE OWNED BUILDINGS)

    AGENCY REQUEST FOR APPROVAL

    DATE:

    A/E OF RECORD:

    OWNER'S TESTING AND INSPECTION SERVICE

    540.442.8787 540.437.1228

    ENGINEERING SOLUTIONS

    PROFESSIONAL OVERSIGHT AND CERTIFICATION

    HARRISONBURG, VA 22802 HARRISONBURG, VA 22801

    STRUCTURAL ENGINEER OF RECORD SMOKE CONTROL RDP

    INSTITUTION/AGENCY:

    PROJECT TITLE:

    PROJECT CODE:

    OWNER'S PROJECT INSPECTOR

    BLUE RIDGE ARCHITECTS

    A2 PARTIAL BASEMENT RENOVATIONS

    216-A5216-004

    BLUE RIDGE ARCHITECTS

    The following firms and/or individuals (with addres