SARASOTA COUNTY VOLUME 1

Size: px
Start display at page:

Download "SARASOTA COUNTY VOLUME 1"

Transcription

1 SARASOTA COUNTY VOLUME 1 PROJECT MANUAL FOR POLICE DEPARTMENT & BADGING AREA 6000 Airport Circle Sarasota, Florida ISSUED: 100% CONSTRUCTION DOCUMENTS 09/10/18 BID DOCUMENTS Architect of Record Sweet Sparkman Architects 2168 Main Street Sarasota, FL Contact: Jenna Kiser, AIA jkiser@sweetsparkman.com

2 PROJECT MANUAL VOLUME 1 TABLE OF CONTENTS DIVISION 00 PROCUREMENT / OWNER PROVIDED DOCUMENTS (Owner provided documents take precedence) Section (0.015) - Bidding Requirements Intro Page (0.02) Notice to Bidders (0.03) Instructions to Bidders (0.03) Bid Forms Intro Page (0.04) Bid Submittal Form (1.00) Contract Forms Intro Page (1.01) Contract (C-1 TO C-6) (1.02) Certificate of Secretary (CS-1) (1.04) Certificate of Owner s Attorney (CA-1) (1.05) Attachments Intro Page DIVISION 01 GENERAL REQUIREMENTS / OWNER PROVIDED DOCUMENTS (Refer to Volumes 2 and 3 for Additional Division 01 sections not listed below) Section (4.01) Summary of Work (4.065) Change Order Procedures Substitution Procedures Contract Modification Procedures Project Management and Coordination Construction Progress Documentation Photographic Documentation Submittal Procedures Alteration Project Procedures Quality Requirements References Temporary Facilities and Controls Product Requirements Execution Construction Waste Management and Disposal Closeout Procedures Operation and Maintenance Data Warranties and Guarantees Project Record Documents APPENDICES Appendix A Supplementary Conditions Insurance Requirements Appendix B Staging Area Map END OF TABLE OF CONTENTS TABLE OF CONTENTS VOLUME 1 Page -1

3 THIS PAGE INTENTIONALLY BLANK TABLE OF CONTENTS VOLUME 1 Page -2

4 BIDDING REQUIREMENTS BIDDING REQUIREMENTS (0.015) - 1

5 THIS PAGE INTENTIONALLY BLANK BIDDING REQUIREMENTS (0.015) - 2

6 SECTION NOTICE TO BIDDERS The will receive sealed bids for the construction of the Renovation of SRQ Airport Authority Boardroom, Police Department and Badging area Project at the Sarasota Bradenton International Airport, Sarasota, Florida, Bid Number BID TRU, in the Dan McClure Auditorium, 1123 General Spaatz Boulevard, Sarasota, Florida 34243, until 2:00 PM, Thursday, November 1, 2018 at which time and place bids will be publicly opened and read aloud. Bids received after stated time will not be accepted. The Work may be generally described as follows: The Project consists of three areas to be renovated within the Airport. The first area requires the demolition of the existing TSA Area, which will become the Airport Authority Boardroom. The interior work includes a new boardroom, conference room, and IT room, with a built-in boardroom desk and new finishes throughout the space. The exterior improvements include removal of the existing fenced area and mechanical unit. It also includes enclosing an existing undercover area and new storefront windows and doors. The second area of Renovation is the Badging area. This area has minor demolition, provides a new door with sidelite and new finishes throughout the space. The third area included in this Renovation is Police Department. This area will include demolition of walls and finishes. The restrooms will be demolished and converted to new locker-room restrooms. This space will include new offices, a training roll/call area, a new kitchenette, new locker rooms and additional support spaces. The estimated Contract time will be 120 consecutive calendar days from the date of Notice-to-Proceed. Bid Number shall be included on all Bids. A Non-Mandatory Pre-bid Conference will be held at 1:00 P.M. on Monday, October 01, 2018 in the Dan McClure Auditorium, at the Engineering Building, Sarasota Bradenton International Airport,1123 General Spaatz Boulevard, Sarasota, Florida Bid security in the form of a bid bond equal to 5% of the total bid made payable to the Sarasota Manatee Airport Authority is required. Contract security in the form of 100% Performance and Payment Bonds will be required. No bid may be withdrawn after closing time for the receipt of sealed bids for a period of 90 days. A Notice-of-Award for the Contract will be issued once a successful bidder has been determined and funding has been secured. In an effort to improve communication with suppliers, streamline and reduce administrative costs, SMAA will use Onvia DemandStar to distribute automatic solicitation notifications, addendums, award recommendations, etc. to all interested firms. This is an automated notification service that will send new opportunities directly to you once your online account has been activated. To be sure you are notified of new solicitations as soon as they are issued, please have your government contracts specialist register on DemandStar at in order to access the website where documents are available to download. Onvia s support contact is demandstar@onvia.com to activate your complimentary agency subscription. Although this service is not a mandatory requirement in bidding with the Authority, it is the only way to be notified automatically of solicitations. Pursuant to Florida Statutes 119, all bidding documents with the Authority are public record. Bidding documents may be examined digitally online at the following locations: DemandStar: Manage Subscriptions at or contact demandstar at demandstar@onvia.com for a complimentary agency subscription. NOTICE TO BIDDERS (0.02) - 1

7 Sarasota Manatee Airport Authority: Sarasota Bradenton Airport Plans are also available for limited viewing in the Engineering & Environmental Affairs office, at Sarasota Bradenton International Airport beginning Monday, September 10, 2018, upon prior notice. Please contact Elisa Traub, Administrative Assistant (941) ext or Rob Walker, CAD/GIS System Operator at ext to coordinate. Sarasota Manatee Airport Authority Engineering & Environmental Affairs Department Dan McClure Auditorium 1123 General Spaatz Blvd. Sarasota, FL All Bidders must have a valid General Contractor s License or hold a Certified Electrical Contractor s License as described by the Florida Department of Business and Professional Regulation (DBPR) and be licensed in accordance with Florida Laws. The Sarasota Manatee Airport Authority reserves the right to waive any informalities or irregularities in the bids received and to reject any or all bids or to award or refrain from awarding the contract for the work, whichever is deemed to be in the Owner's best interests. Mr. Kent Bontrager, PE Senior Vice President of Engineering, Planning, and Facilities Sarasota Manatee Airport Authority END OF SECTION (0.02) NOTICE TO BIDDERS (0.02) - 2

8 SECTION INSTRUCTION TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these INSTRUCTIONS TO BIDDERS are defined in the General Provisions and the Supplementary Conditions of the Construction Contract and shall have the intent and meaning assigned them therein. Terms defined in the General Provisions being redefined by modification in the Supplementary Conditions shall have the intent and meaning assigned them in the Supplementary Conditions. 1.2 The term "Successful Bidder" means the lowest, qualified, responsible, responsive BIDDER to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. 1.3 The term "Bidding Documents" means the Bidding Requirements, Contract Forms, Bid Forms, Conditions of the Contract, Specifications, Drawings, and Addenda issued by the OWNER for the purpose of obtaining a bid on the Work. 2. BIDDING DOCUMENTS 2.1 Complete sets of Bidding Documents shall be used in preparing bids; neither OWNER nor ENGINEER assume any responsibility for errors or misinterpretations resulting from use of incomplete sets of Bidding Documents. 2.2 OWNER and ENGINEER in making copies of the Bidding Documents available on the above terms do so only for the purpose of obtaining bids on the Work and do not confer a license or grant for any other use. 3. QUALIFICATIONS OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, the Low (Successful) Bidder must submit, within seven (7) days of Bid Opening, as part of his BID on the prescribed form, evidence which may be required by the OWNER, such as, but not limited to, financial data and previous experience. Each BID must contain evidence of the BIDDER's qualification to do business in the state where the Project is located. Conditional or qualified BIDS will not be accepted. In addition, a pertinent provision of Paragraph 16 of this section determines additional requirements for qualifications of BIDDERS. 3.2 By submission of a BID the BIDDER agrees, that if awarded a contract, to perform on the Site and with his own organization, work equivalent to at least TWENTY-FIVE (25%) of the total amount of the Work to be performed under the Contract. If during the progress of the Work hereunder, the CONTRACTOR requests an adjustment of such percentage and the ENGINEER determines that it would be to the OWNER's advantage, the percentage of the Work required to be performed by the CONTRACTOR's organization may be adjusted; PROVIDED prior written approval of such adjustment is obtained from the ENGINEER. 3.3 All BIDDERS must be properly licensed contractors in the State of Florida. Additional requirements for bid submission are specified in Item 12 of these Instructions to Bidders. 3.4 The owner reserves the right to reject the Contractor s choice for the project superintendent and/or supervisory personnel. Prior to award of the contract the Contractor shall provide the Owner with the names and qualifications of the superintendent and/or supervisory personnel to be used on the project for approval by the Owner. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1 Before submitting a BID, each BIDDER must (a) examine the Bidding Documents thoroughly; (b) visit the sites to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work; (c) familiarize himself of federal, state and local laws, ordinances, rules and regulations that may INSTRUCTION TO BIDDERS (0.03) - 1

9 in any manner affect cost, progress or performance of the Work; and (d) study and carefully correlate BID- DER's observations with the Drawings and Specifications; (e) notify ENGINEER of all conflicts, errors or discrepancies. 4.2 Reference is made to the Supplementary Conditions for identification of: Those reports of explorations and tests of subsurface conditions at the site which have been utilized by Engineer in preparation of the Contract Documents. BIDDER may rely upon the accuracy of the technical data contained in such reports but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof for the purposes of bidding or construction Those drawings of physical conditions in or relating to existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site which have been utilized by Engineer in preparation of the Contract Documents. BIDDER may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 4.3 Before submitting his BID each BIDDER may, at his own expense and assuming all risks, make such additional investigations, explorations and tests as the BIDDER may deem necessary to determine his BID for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents. On request in advance, OWNER will provide each BIDDER access to the site to conduct such explorations and tests as each BIDDER deems necessary for submission of a BID. BIDDER shall fill all holes, cleanup and restore the site to its former condition upon completion of such explorations. 4.4 The lands upon which the Work is to be performed rights-of-way for access thereto and other lands designated for use by the CONTRACTOR in performing the Work are identified in The Contract Documents. 4.5 The submission of a BID will constitute an incontrovertible representation by the BIDDER that he has complied with every requirement of this Article 4 that without exception the BID is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work. 5. ADDENDA AND INTERPRETATIONS 5.1 All questions about the meaning or intent of the Contract Documents shall be submitted to Elisa Traub, Administrative Assistant (Elisa.Traub@srq-airport.com) in writing. Replies, when considered necessary by the SMAA, will be issued by Addenda, mailed or delivered to all parties recorded by SMAA as having received the Bidding Documents. Sarasota Manatee Airport Authority ATTN: Elisa Traub 6000 Airport Circle Sarasota, FL Questions are due by Monday, October 15, Questions received less than seven (7) days prior to the date of opening of Bids will not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. 5.3 Failure of any BIDDER to receive any such Addendum or interpretation shall not relieve BIDDER from any obligation under this BID as submitted. INSTRUCTION TO BIDDERS (0.03) - 2

10 BID SECURITY 6.1 Each BID must be accompanied by Bid Security made payable to OWNER, in an amount of five (5) percent of the BIDDER's maximum BID PRICE (including all additive alternatives) in the form of a Bid Bond prepared on the Form of Bid Bond included in the BID, duly executed by the BIDDER as principal and issued by a surety meeting the requirements of the General Provisions and Supplementary Conditions thereto. 6.2 Attorneys-in-fact who sign the bid Bonds or Contract Bonds must file with each bond a certified and effectively dated copy of their power-of-attorney. 6.3 The Bid Security of the Successful BIDDER will be retained until such BIDDER has executed the Agreement and furnished the required Contract Security and Insurance Certificates, whereupon it may be returned; if the Successful BIDDER fails to execute and deliver the Agreement and furnish the required Contract Security and Insurance Certificates within fifteen (15) days of NOTICE OF AWARD, OWNER may annul the NOTICE OF AWARD and the Bid Security of the BIDDER will be forfeited to OWNER as liquidated damages for such withdrawal, failure or refusal. The Bid Security of any BIDDER whom the OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of the seventh day after the "effective day of the Agreement" by OWNER to CONTRACTOR and the required Contract Security and Insurance Certificates are furnished, or one hundred twenty-one (121) days after the Bid Opening. Bid Security of other BIDDERS may be released within seven (7) days of the Bid Opening. 7. CONTRACT TIME 7.1 Time for completion of the Project is as stated in Section 01010, "Summary of Work" of the Project Manual and included in the Agreement. 8. LIQUIDATED DAMAGES 8.1 Provisions for Liquidated Damages are set forth in the Contract Form and Section SUBSTITUTE OR OR-EQUAL MATERIAL AND EQUIPMENT 9.1 The Contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used if acceptable to ENGINEER, application for its acceptance must be submitted in accordance with requirements of Section Substitutions and Product Options: BIDDERS are directed to read the statements contained under Section 01600, for substitutions or product options, which specify the conditions under which the material, devices, or equipment to be furnished by the CONTRACTOR are equal to those designated. 10. SUBCONTRACTORS, ETC All BIDDERS shall submit as part of their BID on the prescribed schedules a list of all subcontractors and other persons and organizations (including those who are to furnish principle items of material and equipment) proposed for those portions of the Work as to which such identification is required. If requested by OWNER, the low BIDDER shall submit an experience statement with pertinent information as to similar projects and other evidence of qualification for each subcontractor, other person or organization. If OWNER, after due investigation, has reasonable objection to any proposed subcontractor, other person or organization, the OWNER may before giving the NOTICE OF AWARD require the apparent Successful BIDDER to submit an acceptable substitute without an increase in Bid Price. If the apparent Successful BIDDER declines to make any such substitution, the Contract shall not be awarded to such BIDDER, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security. Any subcontractor, other person, or INSTRUCTION TO BIDDERS (0.03) - 3

11 organization so listed and to whom the OWNER does not make written objection prior to giving the NOTICE OF AWARD will be deemed acceptable to OWNER No CONTRACTOR shall be required to employ any subcontractor, other person, or organization against whom he has reasonable objection. 11. BID FORM AND SCHEDULES 11.1 One bound copy of the Bid Form and Schedules is included herein. One additional unbound copy is provided for use in preparing BIDS. DO NOT USE THE BID FORM BOUND IN THE PROJECT MANUAL FOR SUBMISSION OF BIDS Bid Forms and Schedules must be completed in ink or by typewriter. Each BID must be submitted on the prescribed form. All blank spaces and Bid Prices must be filled in. The Bid Price, including unit price, for each bid item as well as the Base Bid total and each Additive Bid total is to be stated in numerals as indicated in the Bid Form The firm, corporation, or individual name of the BIDDER must be signed in ink in the space provided for the signatures on the Bid Form. BIDS by corporation must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or assistant secretary of the corporation. The corporate address and state of incorporation shall be shown in the space provided BIDS by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature BIDS by individuals must be signed by the individual owner and the terms "doing business" or "sole owner" must appear under the signature The BIDDER must state in his BID the name and address of each person or corporation interested therein The numbers of all addenda and the date each was received shall be filled in on the Bid Form The address to which communications regarding the BID are to be directed must be shown on the Bid Form Affidavits: Each BIDDER is required to duly execute the BIDDER's and Non-Collusion Affidavits at the end of the BID All names must be typed or printed below the signature. 12. SUBMISSION OF BIDS 12.1 BIDS shall be submitted at the time and place indicated in the Advertisement. Each BID shall be contained in a sealed envelope marked BID ENCLOSED, along with the project name, as stated on page 1 of the Bid Form, and the Bidder s name. Each BID shall be accompanied by the Bid Security and other required documents. Only one copy of the Bid Form, Schedules and other required documents is required for submission of BID. DO NOT SUBMIT THE PROJECT MANUAL OR DRAWINGS WITH BID Mailing address: Mr. Kent D. Bontrager, P.E. Senior Vice President of Engineering, Planning, & Facilities Sarasota Manatee Airport Authority 6000 Airport Circle Sarasota, Florida INSTRUCTION TO BIDDERS (0.03) - 4

12 All BIDDERS must be licensed contractors in accordance with the Laws of the State of Florida. 13. MODIFICATIONS AND WITHDRAWAL OF BIDS 13.1 BIDS may be modified or withdrawn by an appropriate document duly executed (in the manner that a BID must be executed) and delivered to the place where BIDS are to be submitted at any time prior to the opening of BIDS If within twenty-four (24) hours after the time Bids are opened, any BIDDER files a duly signed written notice with the OWNER and promptly thereafter demonstrates to the reasonable satisfaction of the OWNER that there was a material and substantial mistake in the preparation of his BID, that BIDDER may withdraw his BID and the BID Security will be returned. Thereafter, that BIDDER will be disqualified from further bidding on the Work. 14. OPENING OF BIDS 14.1 BIDS will be opened and read aloud publicly. An abstract of the amounts of the base bids and any major alternates will be made available after award is made by OWNER. 15. BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE 15.1 All BIDS shall remain open for ninety (90) days after the day of the opening, but OWNER may, in his sole discretion, release any BID and return the Bid Security prior to that Date. 16. AWARD OF CONTRACT 16.1 OWNER reserves the right to reject any and all BIDS, to waive any and all informalities not involving price, time, or changes in the work, and to negotiate contract terms with the successful BIDDER, and the right to disregard all nonconforming, non-responsive, unbalanced, or conditional BIDS. Also, OWNER reserves the right to reject the BID of any BIDDER if OWNER believes that it would not be in the best interest of the Project to make an award to that BIDDER, whether because the BID is not responsive or the BIDDER is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum Responsiveness shall be defined as: a. The completeness and regularity of Bid Form; b. A Bid Form without excisions or special conditions; c. A Bid Form having no alternative basis for any items unless requested in the Specifications; d. A Bid Form without obviously unbalanced unit prices; e. Submission of a properly executed Bid Bond; and 16.2 In evaluation of BIDS, OWNER shall consider qualifications of the BIDDERS and whether or not the BIDS comply with the prescribed requirements in the Bid Forms OWNER may consider the qualifications and experience of subcontractors, other persons or organizations (including those who are to furnish the principle items of materials and equipment) proposed for those portions of the work as to which the identity of subcontractors and other persons and organizations must be submitted as provided in the General Conditions. Maintenance considerations, performance data and guarantees of materials may also be considered by OWNER. OWNER will consider DBE participation and whether or not BIDDER made an effort to meet specified DBE goals. In evaluating the bidder s DBE goal, the bidder s DBE percentage will be based on the base bid plus all additive bids. INSTRUCTION TO BIDDERS (0.03) - 5

13 OWNER may conduct such investigations as he deems necessary to assist in the evaluation of any BID and to establish the responsibility, qualifications and other persons and organizations to do the work in accordance with the contract documents to OWNER's satisfaction within the prescribed time Responsibility shall be based on whether the BIDDER: a. Maintains a permanent place of business; b. Has adequate plant equipment to do the Work properly and within the time limit that is established; c. Has adequate financial status to meet his obligations contingent to doing the Work OWNER reserves the right to reject the BID of any BIDDER who does not pass any evaluation to OWNER's satisfaction If a contract is to be awarded, it will be awarded to the lowest BIDDER whose evaluation by OWNER indicates to OWNER that the award will be in the best interests of the Project. It is the intent of the Owner to award the Base Bid plus the optimum combination of Additive and/or Additive Alternative Bid(s) which available funding will allow. The BIDDER therefore must submit bids on the Base Bid and all Additive and Additive Alternative Bids. Whichever combination of Base Bid, Additive Bids and Additive Alternative Bid(s) the OWNER chooses, it will be awarded to the lowest responsive and responsible BIDDER of that combination, depending on the availability of funds as well as the BIDDER meeting BIDDER s contractual requirements, as set forth in these Contract Documents If a contract is to be awarded, OWNER will give the Successful BIDDER a NOTICE OF AWARD within ninety (90) days after the day of Bid Opening. 17. BONDS, CONTRACT SECURITY AND INSURANCE 17.1 Supplementary Contract Conditions set forth OWNER's requirements as to Bonds and Insurance. When the Successful BIDDER delivers the executed Agreement to OWNER it shall be accompanied by the required Contract Security and Insurance Certificates and Policies All Bonds (Bid, Payment and Performance) must be signed or countersigned by the Surety Company's proper resident agent, authorized to do business in the State of Florida, on whom service can be made in the event of litigation. 18. SIGNING OF AGREEMENT 18.1 When OWNER gives a NOTICE OF AWARD to the Successful BIDDER, it will be accompanied by required number of unsigned counterparts of the Agreement and all other required Contract Documents. Within fifteen (15) days following the effective date of "Award" CONTRACTOR shall sign and deliver all executed counterparts of the Agreement to the OWNER with all other Contract Documents including insurance certificates and executed bonds attached thereto. ENGINEER will identify those portions of the Contract Documents not fully signed by the OWNER and CONTRACTOR and such identification shall be binding on all parties. INSTRUCTION TO BIDDERS (0.03) - 6

14 SPECIAL REQUIREMENTS 19.1 Laws and Regulations: The BIDDER's attention is directed to the fact that applicable state laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction over construction of the Project shall apply to the Contract throughout, and they will be deemed to be included in the Contract the same as though therein written out in full Estimated Quantities: Where quantities of work are given in the BID these are approximate and are assumed solely for comparison of the BIDS. They are not guaranteed to be accurate statements or estimates of quantities of work that are to be performed under the Contract, it being presumed that the BIDDER has verified the quantities necessary to complete the Work of the Contract as intended, and any departure therefrom will not be accepted as valid grounds for any claim for damages, for extension of time or for loss of profits; nor will any additional payment, be made regardless of the actual quantities required or ordered to complete the Work. 20. PREBID CONFERENCE 20.1 A Non-Mandatory Prebid Conference will be held at the time and location indicated in the Notice to Bidders. Representatives of OWNER and ENGINEER will be present to discuss the Project. BIDDERS are strongly encouraged to attend the conference. The ENGINEER will transmit to all prospective BIDDERS of record such Addenda as the ENGINEER considers necessary in response to questions arising at the conference. 21. SALES TAX 21.1 Unit prices shall include all sales taxes, and other applicable taxes and fees. END OF INSTRUCTIONS TO BIDDERS END OF SECTION (0.03) INSTRUCTION TO BIDDERS (0.03) - 7

15 THIS PAGE INTENTIONALLY BLANK INSTRUCTION TO BIDDERS (0.03) - 8

16 BID FORMS BID FORMS (0.03) - 1

17 THIS PAGE INTENTIONALLY BLANK BID FORMS (0.03) - 2

18 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER Date: BID SUBMITTAL FORM Project: SARASOTA-BRADENTON INTERNATIONAL AIRPORT To: Sarasota Manatee Airport Authority Engineering, Planning & Facilities Department 1123 General Spaatz Blvd. Sarasota, FL From: Bidder s Name Bidder s Street Address Bidder s City, State, and Zip Code Bidder s Phone Number Bidder s Fax Number Having carefully examined the Bid Documents and Drawings entitled RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM, AT SARASOTA- BRADENTON INTERNATIONAL AIRPORT as well as the premises and conditions affecting the work, and confirming that the sites were visited, as required, the undersigned hereby proposed to furnish all labor and material and to perform all work as required by and in strict accordance with the above-named documents for sums as indicated in this Bid Form entitled "Bid Price Form", which sums include all applicable taxes. BID SECURITY: The undersigned acknowledges that it has included with its Bid the required Bid Security for not less than five percent (5%) of the total amount of its Base Bid which, in case the undersigned refuses or fails to accept an award and to enter into a contract and file the required bonds within the prescribed time, shall be forfeited to the Sarasota Manatee Airport Authority, as liquidated damages. ACCEPTANCE OF BID: The Bidder understands and agrees that the Sarasota Manatee Airport Authority (Owner) reserves the right to accept or reject any or all bids submitted within one-hundred twenty (120) calendar days from date of bid opening. Bidder agrees that it will not withdraw its Bid for said period of time. BID SUBMITTAL FORM (0.04) -1

19 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER SUBCONTRACTORS AND PRIME CONTRACTOR WORK: For work performed by other than the Bidder's own organization, the undersigned has designated on the Bid Form entitled "Designation of Subcontractors" certain firms as its subcontractors for portions of the work and further agrees that said subcontractors may not be changed without written consent of the Owner. For work performed by the Bidder's own organization, the undersigned has designated on the Bid Form entitled "Prime Contractor Work" that portion of work performed by the bidder's direct hire forces. ADDENDA: It is agreed that the undersigned has received all addenda complete as issued by the Owner and that related costs are included in the bid submitted. The undersigned acknowledges receipt of said addenda as follows: Addendum # Addendum # Addendum # Addendum # Addendum # dated dated dated dated dated TIME: Time is of the essence. The undersigned Bidder agrees that, if awarded the Contract hereunder it shall commence the work to be performed under the Contract on the date set by the Owner in its written notice to proceed, continuing the work with diligence and shall complete the entire work per this Bid Form. The undersigned agrees that, if awarded the Contract, it will complete said separable portions of work in accordance with such milestone dates. The lowest, responsive, responsible Bidder will be provided a Notice of Intent to Award and four copies (4) copies of the Contract and its Attachments for execution. Failure of the Bidder to return same, fully executed, with all required insurance certificates within seven (7) calendar days may result in contract being awarded to the next lowest, responsive, responsible Bidder and forfeiture of Bid Bond. If the undersigned is notified of the acceptance of this bid, it agrees to execute within seven (7) calendar days, a Contract for the above work, complete with all required insurance certificates and bond forms. Respectfully Submitted: Name of Authorized Individual Authorized Signature Date BID SUBMITTAL FORM (0.04) -2

20 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER BID PRICE FORM Contractor shall provide in the appropriate spaces of the bid form the unit price(s) and lump sum prices(s), based on the description indicated for that item, the Total Amount of each item in numerical figures and the Total Amount Bid for the entire work. It is the intent of the OWNER to award all schedules of the project. If a contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder of the combined total of all schedules of work including the bid alternates. Contractor shall provide prices for all Schedules. Failure to do so may result in the bid being considered nonresponsive and rejected. Name of Authorized Individual Authorized Signature Date BID SUBMITTAL FORM (0.04) -3

21 BID FORM DATE: THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER TO: Mr. Kent D. Bontrager, P.E. Senior Vice President of Engineering, Planning & Facilities Sarasota Manatee Airport Authority 6000 Airport Circle Sarasota, Florida To Whom It May Concern: In compliance with all instructions, having carefully examined the plans, specifications and all addenda to date, as prepared by: SWEET SPARKMAN ARCHITECTS 2168 Main St. Sarasota, FL The undersigned has become fully familiar with the conditions affected by the proposed work. For the Projects Entitled: Sarasota Manatee Airport Authority Renovation of SRQ Airport Authority Boardroom, Police Department and Badging Area, 6000 Airport Circle, Sarasota, Florida The undersigned proposes and agrees to furnish all labor and materials together with all necessary equipment, tools, plant, etc., required for the construction, in full accord with the Contract Documents, for the lump sum bid of: Authority Boardroom: Dollars $. Alternate 1: Dollars $. Alternate 2: Dollars $. Alternate 3: Dollars $. Badging Area: Dollars $. Police Department: Dollars $. The undersigned acknowledges receipt of addenda No(s). (If no addenda are received, include the word "none" in the blank space provided). The bid does not include. The undersigned agrees that no bid may be withdrawn after the scheduled closing time for receipt of bids for a period of 90 days. Submitted by: Authorized Signature: Printed Name and Title: Address: Telephone: THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH BID BID SUBMITTAL FORM (0.04) -4

22 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER BID BOND Project Name: SARASOTA-BRADENTON INTERNATIONAL AIRPORT *Not to be completed if a certified check is submitted. KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, as Principal, and as Surety are held and firmly bound unto the Sarasota Manatee Airport Authority (SMAA), in the sum of $, for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of Principal and Surety for work as specified above, all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided heretofore, all within Sarasota County, is accepted and the bidder shall within seven (7) days after notice of said award, enter into a contract, in writing, and furnish the required Performance Bond with surety or sureties to be approved by the Vice President of Engineering and Environmental Affairs, this obligation shall be void; otherwise the same shall be in full force and virtue by law and the full amount of this Proposal Bond will be paid to SMAA as stipulated or liquidated damages. Signed this day of, 2018 Principal Surety Principal must indicate whether corporation, partnership, company, or individual. BID SUBMITTAL FORM (0.04) -5

23 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER GENERAL CIVIL RIGHTS PROVISIONS Project Name: SARASOTA-BRADENTON INTERNATIONAL AIRPORT The contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor and subtier contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of Name of Authorized Individual Authorized Signature Date BID SUBMITTAL FORM (0.04) -6

24 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER CIVIL RIGHTS TITLE VI ASSURANCE Project Name: SARASOTA-BRADENTON INTERNATIONAL AIRPORT The OWNER, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that for it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Compliance with Nondiscrimination Requirements: During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the contractor ) agrees as follows: Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts And Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor s obligations under this contract and the Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. Sanctions for Noncompliance: In the event of a contractor s noncompliance with the Nondiscrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. BID SUBMITTAL FORM (0.04) -7

25 Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the contractor ) agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of Transportation Effectuation of Title VI of The Civil Rights Act of 1964); The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 USC 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL ), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms programs or activities to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C ) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; The Federal Aviation Administration s Non-discrimination statute (49 U.S.C ) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes BID SUBMITTAL FORM (0.04) -8

26 discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C et seq). The Contractor will comply with all the requirements imposed by Title VIII of the Civil Rights Act of 1968, (42 USC 3601, et seq.,) which among other things, prohibits discrimination in housing on the basis of race, color, national origin, creed, sex and age. Name of Authorized Individual Authorized Signature Date BID SUBMITTAL FORM (0.04) -9

27 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER DISADVANTAGED BUSINESS ENTERPRISES Project Name: SARASOTA-BRADENTON INTERNATIONAL AIRPORT The Owner s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with their proposal on the forms provided herein: (1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; (2) A description of the work that each DBE firm will perform; (3) The dollar amount of the participation of each DBE firm listed under one (1) (4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under one (1) to meet the Owner s project goal; (5) If Bidder or Offeror cannot meet the advertised project DBE goal; evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR Part 26. The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in their commitment. This Bidder or Offeror must submit the DBE s written confirmation of participation with the proposal documents as a condition of bid responsiveness. Solicitation Language (Race/Gender Neutral Means) The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Owner to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Prime Contracts (Projects covered by DBE Program) Contract Assurance ( 26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment ( 26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than ten (10) days from the receipt of each payment the prime contractor receives from Owner. The prime contractor agrees further to return retainage payments to each subcontractor within ten (10) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Owner. This clause applies to both DBE and non-dbe subcontractors. Name of Authorized Individual Authorized Signature Date BID SUBMITTAL FORM (0.04) -10

28 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER DISADVANTAGED BUSINESS ENTERPRISE ASSURANCE FORM Project Name: SARASOTA-BRADENTON INTERNATIONAL AIRPORT The Bidder shall complete the following statement by checking the appropriate box (check one only) Failure to complete this statement shall be grounds for rejection of Bid. The Bidder is able to assure meeting the requirements of the DBE Provisions, included under the DISADVANTAGED BUSINESS ENTERPRISE PROGRAM, and shall utilize not less than the prescribed Contract Goal of 5.0% DBE participation. The Bidder is unable to assure DBE participation of 5.0% in this Contract, but shall provide for a minimum of % ( ) percent DBE participation. (If this box is checked, Bidder shall fill-in the percentage blank and document on a separate attachment to this Assurance the Good Faith Efforts undertaken in attempting to meet the Contract Goals as instructed under the DISADVANTAGED BUSINESS ENTERPRISE PROGRAM.) (Company Name of Bidder) (Printed or Typed) IRS FEI Number (Printed Name of Person Signing) By: (Signature)* Title: Date: * - Must be same signature of Bid Proposal. BID SUBMITTAL FORM (0.04) -11

29 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER DBE SITE INSPECTION REPORT & CERTIFICATION PROJECT: CONTRACT: Prime Contractor: Date of Site Inspection: Prime DBE Yes No DBE Firms Committed to this Contract Type of Work Contracted to Perform Observed on Job this Date Observed Performing Contracted Work I hereby certify that, based on my personal observation of the work site for the above described project, the information contained on this report and, if applicable, the supplement attached hereto, is true and correct to the best of my knowledge and belief. Signature & Date Printed Name & Title of Authorized Signer BID SUBMITTAL FORM (0.04) -12

30 PROJECT: CONTRACT: BIDDER: TOTAL BID: DBE CONTRACT GOAL: SCHEDULE OF COMMITTED DBE PARTICIPATION Name of DBE Sub-Contractor Address of DBE Subcontractor Type of Work Subcontracted Value of DBE Subcontract TOTAL DBE PARTICIPATION VALUE TOTAL DBE PARTICIPATION AS A % OF BID The undersigned will enter into a formal agreement with the DBE Subcontractors listed above to perform the above described work conditioned upon the execution of a prime contract with the Sarasota Manatee Airport Authority. The undersigned further confirms that they have reviewed the Florida UCP Directory available at and determined that each subcontractor listed above was a Florida certified DBE as of the execution date shown below. Name of Bidding Firm Authorized Signature and Date Printed Name & Title of Authorized Signer BID SUBMITTAL FORM (0.04) -13

31 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER INTENT TO PERFORM AS A SUBCONTRACTOR PROJECT: CONTRACT: PRIME CONTRACTOR: The undersigned hereby certifies that their firm is prepared to act as a Subcontractor to the above named Prime Contractor on the indicated project in the performance of the following described work: at a bid price of and agrees to enter into a contract with said Prime Contractor if Prime Contractor is awarded the prime contract by the Sarasota Manatee Airport Authority. The undersigned further confirms that their firm is a DBE certified by the Florida Unified Certification Program and in good standing as of the execution date shown below. Name of DBE Subcontracting Firm Authorized Signature and Date Printed Name & Title of Authorized Signer Telephone Number Address BID SUBMITTAL FORM (0.04) -14

32 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER DEMONSTRATION OF GOOD FAITH EFFORTS TO OBTAIN DBE PARTICIPATION This Form and the information that it requires to be submitted are only applicable if DBE FORM 2 does NOT demonstrate that the Bidder has obtained DBE participation commitments from DBE subcontractors sufficient to meet the established DBE Contract Goal. PROJECT: CONTRACT: PRIME CONTRACTOR: In order for a bid submission to be considered responsive to this Request for Bids, Bidder must demonstrate Good Faith Efforts to meet the DBE Contract Goal established by the Sarasota Manatee Airport Authority (SMAA) for this contract. The Bidder can meet the DBE requirements of this Request for Bids in either of two ways: 1. The Bidder can meet the goal, documenting sufficient commitments for participation by DBE subcontracting firms using DBE FORM If the Bidder is unable to meet the established DBE Contract Goal by obtaining sufficient commitments from DBE subcontracting firms, the Bidder must fully document that sufficient Good Faith Efforts were made to obtain those commitments. If the Bidder intends to meet the DBE requirements of this Request for Bids using method 2. above, the Bidder must complete Attachment A to this DBE FORM 4 and include with its bid submittal complete documentation demonstrating that it took all necessary and reasonable actions to achieve DBE participation sufficient to meet the DBE Contract Goal and that the scope, intensity, and appropriateness of the actions taken could reasonably have been expected to have resulted in sufficient DBE participation. As outlined in the SMAA s DBE Program, the sufficiency of the efforts made by the Bidder will initially be determined by SMAA s DBE Liaison, with an opportunity for an appeal of a negative determination. The evaluation of the Bidder s efforts will consider the quality, quantity, and intensity of the different kinds of efforts that the Bidder has made, as well as the performance of other bidders in meeting the DBE Contract Goal for this contract. The efforts employed by the Bidder should be those that one could reasonably expect a Bidder to take if the Bidder were actively and aggressively trying to obtain DBE participation sufficient to meet the DBE Contract Goal. The following is a list of some types of actions that a Bidder should consider taking to obtain DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive: BID SUBMITTAL FORM (0.04) -15

33 Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising, written notices, telephone or contact) the interest of all certified DBEs who have the capability to perform the work of the contract. Bidder must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The Bidder must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations. 2. Selecting appropriate portions of the work to be performed by DBEs in order to increase the likelihood that the DBE goals will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the prime contractor might otherwise prefer to perform these work items with its own forces. 3. Providing interested DBEs with information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation. 4. Negotiating in good faith with interested DBEs. It is the Bidder's responsibility to make a portion of the work available to DBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why agreements could not be reached for DBEs to perform the work. A Bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a Bidder's failure to meet the DBE Contract Goal, as long as such costs are reasonable. Also, the ability or desire of a Bidder to perform the work of a contract with its own organization does not relieve the Bidder of the responsibility to make Good Faith Efforts. Bidders are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. 5. Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The subcontractor's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the Bidder s efforts to meet the DBE Contract Goal. 6. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or contractor. 7. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. BID SUBMITTAL FORM (0.04) -16

34 Effectively using the services of available minority/women community organizations; minority/women contractors' groups; local, state, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBEs. The intent of this certification is to assist in documenting the good faith efforts in which the Bidder engaged to obtain DBE participation in those instances where the Bidder was unable to obtain commitments from DBE subcontractors sufficient to meet the established DBE Contract Goal. The certification form itself should be supplemented with supporting documentation evidencing the efforts described on the form as well as any other efforts made which are not specifically described on the certification form. Notifying DBE Firms of Contracting Opportunities In the table below, indicate which firms received written (mail, or courier) notification of work items to be subcontracted. In the appropriate space also indicate when firms received subsequent telephone solicitations. Please attach additional pages(s) so that all companies contacted are listed. Attach photocopies of all written solicitations to DBE firms. Name of DBE Contractor Contacted Date of Written Notification Address Telephone Number Date of Telephone Notification Identifying Subcontract Work Items Which portions of the contract proposal, in terms of the nature of work, were selected to be subcontracted to DBE firms? (Attach additional pages if necessary.) BID SUBMITTAL FORM (0.04) -17

35 Providing DBE s With Assistance Explain any efforts undertaken to provide DBE firms with information about project plans, specifications and requirements of the contract. (Attach additional pages if necessary.) Describe any efforts undertaken to assist interested DBE firms in obtaining bonding, lines of credit, or insurance required for this contract. (Attach additional pages if necessary.) Describe any other efforts initiated to provide special assistance to DBE firms interested in participating in the project or other special services used in order to foster DBE participation. (Attach additional pages if necessary.) Negotiating with DBEs in Good Faith Submit copies of all quotes received from DBEs and provide a brief explanation of why these DBE project quotes were rejected. Submit copies of non-dbe quotes that were used instead of the rejected DBE quotes. BID SUBMITTAL FORM (0.04) -18

36 I certify that I have utilized comprehensive good faith efforts to solicit and utilize DBE firms to meet the DBE participation requirements of this contract proposal, as demonstrated by my responses above. I further certify that the information given in this Certificate of Good Faith Efforts is true and correct to the best of my knowledge and belief. I understand that any willful falsification, fraudulent statement or misrepresentation will result in appropriate sanctions, which may involve debarment and/or prosecution under applicable Federal laws. Name of Bidding Firm Authorized Signature and Date Printed Name & Title of Authorized Signer BID SUBMITTAL FORM (0.04) -19

37 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER DBE PARTICIPATION REPORT Project: Contract: Reporting Prime Contractor: Original Contract Amount: Committed DBE %: Committed DBE Amount: Period Covered by Report through DBE Subcontractor Description of Work Total Amount Committed to Subcontractor Earnings this Period Earnings To-Date I hereby certify that the information provided on this form is true and correct. Total Value of Work Completed To-Date by Prime Contractor Authorized Signature & Date Total DBE Earnings To-Date Printed Name & Title of Authorized Signer DBE % of Work Completed To-Date BID SUBMITTAL FORM (0.04) -20

38 Note: Prior to inclusion of any subcontractor on this form, the reporting prime contractor must confirm the DBE status of the subcontractor by consulting the current Florida UCP Directory on-line at: CERTIFICATION REGARDING CONTRACT REVIEW PROJECT: CONTRACT: CONTRACTING PARTIES ASSURANCES Owner/Contractor Contractor/Subcontractor Non- Discrimination Prompt Payment A Prompt Payment B Termination & Replacement I hereby certify that I have reviewed the listed contracts pertaining to the above referenced project. I am unaware of any additional contracts related to the referenced project. I further certify that the information listed above and, if applicable, on the attached supplemental report is accurate with respect to each respective contract. Signature & Date Printed Name & Title of Authorized Signer BID SUBMITTAL FORM (0.04) -21

39 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER DESIGNATION OF WORK BY SUBCONTRACTORS Project Name: SARASOTA-BRADENTON INTERNATIONAL AIRPORT The Prime Contractor shall perform a minimum of 25% of the work with his own direct hire forces. That portion of the work which will be performed by Subcontractors are as listed below. SUBCONTRACTOR TYPE OF WORK CONTRACT AMOUNT TOTAL SUBCONTRACTOR DOLLAR AMOUNT: PERCENT OF SUBCONTRACTOR PARTICIPATION: Prime Contractor shall not replace proposed Subcontractors unless prior approval is provided by Owner. Name of Authorized Individual Authorized Signature Date BID SUBMITTAL FORM (0.04) -22

40 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER PRIME CONTRACTOR WORK Project Name: SARASOTA-BRADENTON INTERNATIONAL AIRPORT THIS FORM MUST ACCOMPANY BID FORM AND MUST BE COMPLETED AS APPLICABLE. The Prime Contractor shall perform a minimum of 25% of the work with his own direct hire forces. That portion of the work which will be performed by the General Contractor is as follows: WORK DESCRIPTION CONTRACT AMOUNT TOTAL PRIME CONTRACTOR DOLLAR AMOUNT: PERCENT OF PRIME CONTRACTOR PARTICIPATION: Name of Authorized Individual Authorized Signature Date BID SUBMITTAL FORM (0.04) -23

41 THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER CHANGES IN THE WORK Project Name: SARASOTA-BRADENTON INTERNATIONAL AIRPORT THIS FORM MUST ACCOMPANY BID FORM AND MUST BE COMPLETED AS APPLICABLE. When the Architect establishes that the method of valuation for Changes in the Work will be net cost plus a percentage fee in accordance with General Conditions, our (General Contractor) proposal will be in accordance with Section The following clarifies percentages Contractor and all subcontractors percentages for Changes in the Work: total percent overhead and profit on net cost of our own Work. total percent of the cost of work done by any subcontractor. Our subcontractors percentage fee for their own work on Changes in the Work will be: total percent overhead and profit on the net cost of their work. Subcontractors; contracts shall identify this percentage on their fully itemized proposal. Contractor s contracts with subcontractors will include requirements for subcontractors change orders to be in accordance with Section Change Order Procedures. Name of Authorized Individual Authorized Signature Date END OF SECTION (0.04) BID SUBMITTAL FORM (0.04) -24

42 CONTRACT FORMS CONTRACT FORMS (1.00) - 1

43 THIS PAGE INTENTIONALLY BLANK CONTRACT FORMS (1.00) - 2

44 CONTRACT FORM THIS AGREEMENT is dated as of the day of in the year 20 by and between THE (hereinafter called OWNER) and (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The Project consists of three areas to be renovated within the Airport. The first area requires the demolition of the existing TSA Area, which will become the Airport Authority Boardroom. The interior work includes a new boardroom, conference room, and IT room, with a built-in boardroom desk and new finishes throughout the space. The exterior improvements include removal of the existing fenced area and mechanical unit. It also includes enclosing an existing undercover area and new storefront windows and doors. The second area of Renovation is the Badging area. This area has minor demolition, provides a new door with sidelite and new finishes throughout the space. The third area included in this Renovation is Police Department. This area will include demolition of walls and finishes. The restrooms will be demolished and converted to new locker-room restrooms. This space will include new offices, a training roll/call area, a new kitchenette, new locker rooms and additional support spaces. The Project, for which the Work under the Contract Documents may be the whole or only a part, is generally described as follows: RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM PROJECT, SARASOTA BRADENTON INTERNATIONAL AIRPORT SARASOTA-BRADENTON, FLORIDA Article 2. ARCHITECT. The Project has been designed by SWEET SPARKMAN ARCHITECTS 2168 Main Street Sarasota, Florida (941) who is hereinafter called ARCHITECT and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ARCHITECT in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. CONTRACT FORM (1.01) C - 1

45 Article 3. CONTRACT TIME. 3.1 The Work will be completed and ready for final payment in accordance with the General Provisions as follows: Completion of Project: The entire project shall be completed within the time frame specified and in accordance with the construction phasing prescribed in Section "Summary of Work". 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with the General Provisions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER the amount as stipulated in Supplementary Conditions of Section for each calendar day that expires after the time specified in paragraph 3.1 for Completion and readiness for Substantial and Final Completion. 3.3 CONTRACTOR understands and hereby expressly agrees that in addition to liquidated damages specified in Article 3.2 above, to pay the OWNER the actual costs to OWNER for any inspector or inspectors necessarily employed by OWNER on the Work and the actual costs to OWNER for the ARCHITECT's observation of construction and project representative services including all travel and subsistence expenses after the date specified for completion until the Work is completed and ready for final payment. 3.4 CONTRACTOR agrees that the sums to be paid the OWNER in accordance with Articles 3.2 and 3.3 above may be deducted from the sum due the CONTRACTOR for work performed as provided in the General Provisions. Article 4. CONTRACT PRICE. 4.1 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, and in accordance with the unit bid prices submitted on and per the Unit Bid Prices multiplied by the actual approved and accepted quantities with initial contract amount of $. Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Section 90 of the General Provisions but in no case, shall submit Applications for Payment more than once per month. Applications for Payment will be processed by ARCHITECT as provided in the General Provisions. 5.1 Progress Payments. OWNER will make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ARCHITECT, in accordance with General Provisions and Florida Statute after receipt of an application for payment that has been reviewed and approved by the ARCHITECT. The last Friday of every month that work is performed shall be the ending date for establishing the quantity of units completed for submission in the application for payment Progress payments will be made in an amount equal to the percentage of work complete as determined by CONTRACTOR and agreed upon by ARCHITECT, less the aggregate of payments previously made and less such amounts as ARCHITECT shall determine, or OWNER may withhold, in accordance with Florida Statute CONTRACT FORM (1.01) C - 2

46 With each application for payment, the Contractor shall submit his DBE expenditures for the month as well as a total-to-date. The expenditure report shall include the name, date, and amounts paid to each DBE subcontractor With each application for payment, the Contractor shall submit an updated CPM schedule delineating activities completed and those remain to be completed. Additionally, he/she needs to identify any logic changes made since submission of his/her first (baseline) CPM schedule. CPM schedule must show a critical path. Detailed Bar Chart, Network Diagram and Standard Report for all activities are required and shall be submitted on both hard (paper) copies as well as the electronically The Contractor is advised that the certified payroll for his/her organization as well as all of his/her subcontractors must be current within fourteen (14) days of the requested Application for Payment The Contractor shall submit a manual set(s) for each item of equipment installed as part of the Contract work when submitting a pay request for payment of the item(s) requiring manual set(s). The set(s) shall include operation, maintenance, and parts manuals Contractor's failure to submit an acceptable DBE expenditure report, CPM schedule update, parts/operational/maintenance manual set(s), or not meeting the requirements for the certified payroll submission schedule, as outlined in 5.1.2, and 5.1.4, and above, will result in withholding of his progress payment by the Owner until these requirements are satisfied. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with Section 50 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ARCHITECT. Article 6. CONTRACTOR S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including the General Provisions and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.3 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. CONTRACT FORM (1.01) C - 3

47 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 6.5 CONTRACTOR has given ARCHITECT written notice of all conflicts, error or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ARCHITECT is acceptable to CONTRACTOR. Article 7. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 7.1 This Agreement ( ) (pages C-1 to C-6, inclusive). 7.2 Certificate of Secretary ( ) (Page CS-1). 7.3 Certificate of Owner s Attorney ( ) (Page CA-1). 7.4 General Provisions and Supplementary Conditions as listed in the table of contents of the Project Manual. 7.5 General Requirements, Special Provisions, and Technical Specifications as listed in table of contents of the Project Manual. 7.6 Drawings, as listed in Exhibit B, with each sheet bearing the following general title: 7.7 CONTRACTOR's Bid: a. Bid Submittal Form ( ) (pages 1 thru 28), inclusive, and list of work items and costs that prime contractor will perform with their own forces.) b. Power of Attorney c. Work Experience List Reference List (1 page) d. Equipment List (3 pages) 7.8 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Section 40 of the General Provisions. There are no Contract Documents other than those listed in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in Section 40 of the General Provisions. CONTRACT FORM (1.01) C - 4

48 Article 8. MISCELLANEOUS. 8.1 Terms used in this Agreement which are defined in Section 10 of the General Provisions will have the meanings indicated in the General Provisions. 8.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect 8.4 This Contract is intended by the parties as a first expression of their Contract and as a complete and exclusive statement of its terms. No course of prior dealings between the parties and no usage of trade shall be relevant or admissible to supplement, explain, or vary any of the terms of this Contract. No other representations, understandings or contracts have been made or relied upon in the making of this Contract other than those specifically set forth herein. 8.5 VENUE AND JURISDICTION. If any party to this Agreement commences an action to enforce this Agreement or any provision hereof, or other performance thereof, then the prevailing party shall be entitled to an award by the Court of attorneys' fees and expert fees. In the event either party files any legal proceeding arising out of this Agreement or other performance thereof, the parties agree that either Sarasota or Manatee County shall be the proper venue and the legal proceeding must be brought only in the Circuit Court in and for Sarasota or Manatee County, Florida. Article 9. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed five copies of this Agreement. Two counterparts each have been delivered to OWNER, and one counterpart each has been delivered to CONTRACTOR, ARCHITECT, and FAA. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ARCHITECT on their behalf. This Agreement will be effective on. OWNER SARASOTA MANATEE AIRPORT AUTHORITY By: Attest: Address for giving notices: CONTRACTOR CONTRACTOR NAME By: (Corporate Seal) Attest: Address for giving notices: CONTRACT FORM (1.01) C - 5

49 Approved by Attorney for Sarasota Manatee Airport Authority As to Form and Legality END OF SECTION CONTRACT FORM (1.01) C - 6

50 CERTIFICATE OF SECRETARY AS TO RESOLUTION ADOPTED BY BOARD OF DIRECTORS ON, I,, hereby certify that I am the duly authorized Secretary of, charged with keeping the records and the seal of said Corporation, and that the following is a true and correct copy of a resolution adopted at a meeting of the Board of Directors of the Corporation duly held on, which resolution is now in full force and effect. RESOLVED, that, (President, Vice President) of, is hereby authorized to execute contracts, performance bonds and labor and materials bonds on behalf of the Corporation. WITNESS my hand as Secretary, and the seal of the Corporation this day of, 20. Secretary Sworn to before me this day of, 20. CERTIFICATE OF SECRETARY (1.02) CS - 1

51 THIS PAGE INTENTIONALLY BLANK CERTIFICATE OF SECRETARY (1.02) CS - 2

52 CERTIFICATE OF OWNER S ATTORNEY I, the undersigned,, the duly authorized and acting legal representative of Sarasota Manatee Airport Authority, do hereby certify as follows: I have examined the foregoing Contract Agreement(s) and Surety Bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the Sarasota Manatee Airport Authority thereto acting through its duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the Sarasota Manatee Airport Authority; and that the foregoing agreements constitute valid and legally binding obligations upon the Sarasota Manatee Airport Authority in accordance with terms, conditions and provisions thereof. Dated at, this day of, 20. Signature: Title: CERTIFICATE OF OWNER S ATTORNEY (1.04) CA - 1

53 THIS PAGE INTENTIONALLY BLANK CERTIFICATE OF OWNER S ATTORNEY (1.04) CA - 2

54 ATTACHMENTS TO CONTRACT ATTACHMENTS TO CONTRACT (1.05) - 1

55 THIS PAGE INTENTIONALLY BLANK ATTACHMENTS TO CONTRACT (1.05) - 2

56 SARASOTA MANATEE AIRPOR AUTHORITY SECTION GENERAL REQUIREMENTS - SUMMARY OF WORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS: Contract Drawings, General Provisions, Supplementary Conditions, General Requirements, and other Special Provisions and Specifications apply to work of this section. 1.2 CONTRACT DOCUMENTS: Indicate the work of the Contract and related requirements and conditions that have an impact on the project. Related requirements and conditions that are indicated on the Contract Documents include, but are not necessarily limited to the following: A. Existing site conditions and restrictions on use of the site. B. Mandatory staging/sequencing. C. Requirements for partial utilization of various elements prior to substantial completion of the work. D. Work to be performed concurrently by the Owner. 1.3 SUMMARY BY REFERENCES: Work of the Contract can be summarized by references to the Contract, General Provisions, Supplementary Conditions, Specifications, Drawings, and Addenda and Modifications to the contract documents issued subsequent to the initial printing of this Project Manual, including but not necessarily limited to printed material referenced by any of these. It is recognized that work of the Contract is also unavoidably affected or influenced by governing regulations, natural phenomenon including weather conditions, and other forces outside the contract documents. 1.4 CONSTRUCTION PHASING: No applicable. 1.5 CONSTRUCTION TIME: A. Time Schedule: The work as described by the contract specifications and as shown on the plans shall be completed and ready for use by the Owner within 120 consecutive calendar days after the date of Noticeto-Proceed. The time schedule for completion of this project is critical and liquidated damages as prescribed in paragraph 1.6 below will be enforced. 1.6 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence and that Owner will suffer financial loss if the work is not substantially complete in accordance with the time(s) specified herein. They also recognize the delays, expenses and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by Owner if the work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner $1,584 per day (As estimated by 2015 standard FDOT liquidated damages table) for each day GENERAL REQUIREMENTS - SUMMARY OF WORK (4.01) - 1

57 SARASOTA MANATEE AIRPOR AUTHORITY beyond the stipulated contract time that the entire project, including all additive bids that are included, is not substantially complete. B. Contractor further understands and hereby expressly agrees that in addition to liquidated damages specified hereinafter, to pay the Owner the actual costs to Owner for any inspector or inspectors necessarily employed by Owner on the work and the actual costs to Owner for the Architect s observation of construction and project representative services including all travel and subsistence expenses after the date specified for Project completion until the work is completed and ready for final payment. Further, the Contractor agrees that the sums to be paid the Owner may be deducted from the sum due the Contractor for work performed as provided in Section 90 of the General Provisions. C. The Contractor shall complete all punch list items determined by the Owner and the Architect within 30 consecutive calendar days from the date of the Final Inspection. Failure to do so will result in liquidated damages of $1, per day beyond the 30 day period. D. The Contractor shall complete all work within Renovations of SRQ Airport Authority Boardroom, Police Department and Badging Area within the time allotted, including all clean up, removal of equipment and personnel, and all other items required to clear the safety areas and open the facility each day. 1.7 CONCURRENT WORK BY OWNER: A. Overlapping Work: The work to be performed may overlap work by others to be performed concurrently. Each Contractor shall coordinate and schedule his work with the knowledge that each may be working the same area simultaneously. Each Contractor will be expected to cooperate with the Architect, Owner, and other Contractors in the completion of the work. B. Disputes: The Architect, whose decision will be final, will decide any disputes arising between the Contractors. C. Coordination: Contractors shall coordinate their schedules and work activities very closely, including holding weekly meetings in the presence of the Architect s onsite representative. Contractors must cooperate with each other, including working around each other s work activities. Potential delays as a result of lack of coordination will not be considered grounds for claim for additional time extensions and/or additional compensations. 1.8 CONTRACTOR USE OF PREMISES: A. Use of the Site: The Contractor shall confine his operations at the site to the areas permitted under the Contract. Portions of the site beyond areas on which work is indicated are not to be disturbed. Conform to site rules and regulations affecting the work while engaged in project construction. B. Open Passage: Keep existing drives, entrances, and parking lot areas designated to remain open, clear, and available to the Owner, his employees and the public at all times. Do not use these areas for parking or storage of materials, except where shown otherwise in the drawings or authorized by the Owner. C. Storage: Do not unreasonably encumber the site with materials or equipment. Confine stockpiling of materials and location of storage sheds to the areas indicated. If additional storage is necessary, obtain Architect's approval. D. Vehicle/Equipment Security: Lock automotive type vehicles, such as passenger cars and trucks, and other mechanized or motorized construction equipment, when parked and unattended, so as to prevent GENERAL REQUIREMENTS - SUMMARY OF WORK (4.01) - 2

58 SARASOTA MANATEE AIRPOR AUTHORITY unauthorized use. Do not leave such vehicles or equipment unattended with the motor running or the ignition key in place. 1.9 WORK RESTRICTION: A. Security: Contractor shall provide security within his construction area and shall keep all unauthorized personnel out. B. Access Points: All construction traffic shall enter and exit the project area only through the project access point(s) shown on the plans or approved by the Architect. Contractor will be responsible for security of entrance gates under use by him/her. C. Construction Stakeout: The Contractor shall perform construction stakeout in accordance with Article of the General Provisions. D. Haul Route: The Contractor shall be responsible, with Owner approval, for establishing haul routes suitable for supporting all necessary transportation and construction equipment for the duration of the project. Any existing roads or other areas that are used as part of the haul route shall be restored to their original condition after completion of the project. The Contractor will be responsible for all clean up operations of debris that may be on the haul route and for watering and/or other dust preventive measures to preclude fugitive dust from affecting buildings, occupants, or airfield operations. No separate payment will be made for seeding or mulching, or pavement restoration; such costs will be incidental to and included in the Bid amount. E. Traffic Control Devices: Contractor shall maintain all traffic control devices for the duration of the project as required. Damaged devices shall be replaced immediately. F. Vehicular Markings and Lighting: All vehicles and equipment used on the airfield shall meet airport requirements for marking and lighting. G. Contacts During Non-Working Hours: For the duration of the project, the Contractor shall designate a list of authorized individuals in a prioritized order, to be on 24 hour call, and these individuals shall be equipped with a beeper and cellular phone. These individuals shall be able to respond to any situation arising out of the performance of the work on this project, particularly during nighttime hours, and shall respond and be on the project site within one hour after the phone call or beep. H. Pavement Cleanup: The Contractor shall promptly clean any and all debris arising from the project work that is left on operational pavement. The Owner may remove any debris attributable to the Contractor found to be disruptive or a hazard to airport operations. A fee of $250/hour will be assessed to the Contractor for all such cleaning and will be deducted on the next Contractor pay request COORDINATION: The work of this Contract includes coordination by the Contractor of the entire work of the project, including preparation of general coordination drawings, diagrams and schedules, and control of site utilization, from beginning of construction activity through project close-out and warranty periods PARTIAL OWNER OCCUPANCY OR USE: The Owner reserves the right to use completed and accepted work provided such use does not interfere with completion of other work. Such use will not affect warranty stipulations addressed elsewhere in the contract documents. GENERAL REQUIREMENTS - SUMMARY OF WORK (4.01) - 3

59 SARASOTA MANATEE AIRPOR AUTHORITY PART 2 - PRODUCTS (Not Used.) PART 3 - EXECUTION 3.1 MEASUREMENT AND PAYMENT: Except as otherwise specified, no separate measurement or payment will be made for work set forth in this section; such costs will be considered as incidental to and included in the Bid amount. END OF SECTION GENERAL REQUIREMENTS - SUMMARY OF WORK (4.01) - 4

60 SECTION CHANGE ORDER PROCEDURES PART 1 - GENERAL 1.1 DEFINITION A. Change Order: A written order signed by the Owner, the Architect/Engineer and the Contractor authorizing a change in the Project Plans and/or Specifications and, if necessary, a corresponding adjustment in the Contract Sum and/or Contract Time, pursuant to Section 40, Section 80 and Section 90 of Part 1 General Provisions. B. Administrative Change Adjustment: Minor change order under 10% of project cost or 20% time, does not have to be Board approved. C. Field Directive / Architect s Supplemental Instructions: A written order issued by Owner or Architect which orders minor changes in the Work not involving a change in Contract Sum or Contract Time, to be paid from the Owner s contingency funds. D. Field Order / Construction Change Directive: Changes to the Work, issued by Architect, that does require adjustment of Contract Sum or Contract Time. 1.2 REQUIREMENTS INCLUDED A. The Contractor shall promptly implement change order procedures: 1. Provide full, detailed, written data required to evaluate changes. 2. Maintain detailed records of work done on a time-and-material/force account basis. 3. Provide full documentation to County on request. B. The Contractor shall designate a member of the Contractor's Organization who: 1. Is authorized to accept changes to the Work. 2. Is responsible for informing others in the Contractor's employ of the authorized changes into the Work. 1.3 PROCEDURES A. Owner or Architect may initiate changes by submitting a Field Directive or Field Order to Contractor. Request will include: 1. Detailed description of the change, products, and location of the change in the Project. 2. Supplementary or revised Drawings and Specifications. 3. A specified period of time during which the requested price will be considered valid. 4. Such request is for information only and is not an instruction to execute the changes, nor to stop work in progress. CHANGE ORDER PROCEDURES (4.065) - 1

61 B. Contractor may initiate proposed changes by submitting a written notice to the Owner and Architect, containing: 1. Description of the proposed changes. 2. Statement of the reason for making the changes. 3. Statement of the effect on the Contract Sum and the Contract Time. 4. Statement of the effect on the work of separate contractors. 5. Documentation supporting any change in Contract Sum or Contract Time, as appropriate. 1.4 FIELD DIRECTIVE CHANGE A. In lieu of a Change Order, the Owner or Architect may issue a Field Directive for the Contractor to proceed with additional Work within the original intent of the Project. B. Field Directive will describe changes in the work, with attachments of backup information to define details of the change. C. Contractor must sign and date the Field Directive to indicate agreement with the terms therein. 1.5 FIELD ORDER CHANGE A. Owner or Architect may issue a Field Order for the Contractor to price changes for additional or changed Work from the original intent of the Project. B. Field Order will describe changes in the work, with attachments of backup information to define details of the change. C. Contractor shall review, determine if changes will affect Contract Sum or Contract Time. If changes affect Contract Sum or Contract Time, Contractor will provide detailed supporting information for the changes in cost and time for Owner and Architect review. 1.6 DOCUMENTATION OF PROPOSALS AND CLAIMS A. Support each quotation for a lump sum proposal and for each unit price which has not previously been established, with sufficient substantiating data to allow the Owner and Architect to evaluate the quotation. B. On request, provide additional data to support time and cost computations: 1. Labor required. 2. Equipment required. 3. Products required. a. Recommended source of purchase and unit cost. b. Quantities required. 4. Taxes, insurance and bonds. 5. Credit for work deleted from Contract, similarly documented. 6. Overhead and profit for non-unit price bid items shall not exceed 20%. There shall be no mark-up (for overhead and profit mark-up) for unit price bid items. 7. Justification for any change in Contract Time. CHANGE ORDER PROCEDURES (4.065) - 2

62 C. Support each claim for additional costs and for work done on a time-and-material/force account basis, with documentation as required for a lump-sum proposal. 1. Name of the Owner s authorized agent who ordered the work and date of the order. 2. Date and time work was performed and by whom. 3. Time record, summary of hours work and hourly rates paid. 4. Receipts and invoices for: a. Equipment used, listing dates and time of use. b. Products used, listing of quantities. c. Subcontracts. D. If agreement cannot be reached on changes to Contract Sum or Contract Time, Owner may choose for the Work to continue in accordance with provisions indicated in Field Order. 1.7 PREPARATION OF CHANGE ORDERS A. Owner or Architect will prepare each Change Order. B. Change Order will describe changes in the Work, both additions and deletions, with attachments as necessary to define details of the change. C. Change Order will provide an accounting of the adjustment in the Contract Sum and in the Contract Time. 1.8 LUMP SUM/FIXED PRICE CHANGE ORDER A. Owner or Architect initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by the Contractor, or requests from the Owner, or both. B. Once the form has been completed, all copies shall be sent to Contractor for approval. After approval by Contractor, all copies shall be sent to Owner for approval. Owner will distribute executed copies after approval by the Owner s Board of Commissioners. 1.9 UNIT PRICE CHANGE ORDER A. Contents of Change Orders will be based on, either: 1. Owner s definition of the scope of the required changes. 2. Contractor's Proposal for a change, as approved by the Owner. 3. Survey of completed work. B. The amounts of the unit prices to be: 1. Those stated in the Agreement. 2. Those mutually agreed upon between Owner and Contractor. CHANGE ORDER PROCEDURES (4.065) - 3

63 TIME AND MATERIAL/FORCE ACCOUNT CHANGE ORDER/CONSTRUCTION CHANGE AUTHORIZATION A. Refer to Section 40, Section 80 and Section 90 of Part 1 General Provisions CORRELATION WITH CONTRACTOR'S SUBMITTALS A. Periodically revise Schedule of Values and Application for Payment forms to record each change as a separate item of work, and to record the adjusted Contract Sum. B. Periodically revise the Construction Schedule to reflect each change in Contract Time. Revise sub schedules to show changes for other items of work affected by the changes. C. Upon completion of work under a Change Order, enter pertinent changes in Record Documents. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION CHANGE ORDER PROCEDURES (4.065) - 4

64 SECTION SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Section "Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 1.3 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 1.4 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use form at end of this Section. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. b. Coordination information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable SUBSTITUTION PROCEDURES

65 design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. Certificates and qualification data, where applicable or requested. g. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. h. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. i. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. j. Cost information, including a proposal of change, if any, in the Contract Sum. k. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials, and is appropriate for applications indicated. l. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Architect will notify Contractor through Construction Manager of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Architect's Supplemental Instructions for minor changes in the Work. 1.5 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.6 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. PART 2 - PRODUCTS 2.1 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. SUBSTITUTION PROCEDURES

66 Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Substitution request is fully documented and properly submitted. c. Requested substitution will not adversely affect Contractor's construction schedule. d. Requested substitution has received necessary approvals of authorities having jurisdiction. e. Requested substitution is compatible with other portions of the Work. f. Requested substitution has been coordinated with other portions of the Work. g. Requested substitution provides specified warranty. h. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. B. Substitutions for Convenience: Not allowed. PART 3 - EXECUTION (Not Used) Substitution Form on next page. SUBSTITUTION PROCEDURES

67 SUBSTITUTION REQUEST FORM Project: Substitution Request Number:. To: From:. Re: Date:. Specification Title: Description:. Section: Page: Article/Paragraph:. Proposed Substitution:. Manufacturer: Address: Phone:. Trade Name: Model No.. Attached data includes product description, specifications, drawings, and performance and test data adequate for evaluation of the request: applicable portions of the data are clearly identified. Attached data also includes a description of changes to the Contract Documents that the proposed substitutions will require for its proper installation. The Undersigned certifies: 1. Has investigated proposed Product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified Product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waive claims for additional costs or time extension that may subsequently become apparent. 5. Will reimburse Owner and Architect/Engineer for review or redesign services associated with substitution. Submitted By:. Signed By:. Firm:. Address:. Telephone: Fax:. A/E s REVIEW AND ACTION Submission approved - Make submittals in accordance with Specification Section Submission approved as noted - Make submittals in accordance with Specification Section Submission rejected - Use specified materials. Submission request received too late - Use specified materials. Signed by: Date:. Supporting Data Attached: Drawings Product Data Samples Tests Reports Other END OF SECTION SUBSTITUTION PROCEDURES

68 SECTION CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. B. Related Requirements: 1. Section "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award. 1.3 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions." 1.4 PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change. 2. Within 20 days, when not otherwise specified, after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. e. Quotation Form: Use forms acceptable to Architect. CONTRACT MODIFICATION PROCEDURES

69 B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Section "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use form acceptable to Architect. 1.5 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Changes Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Architect may issue a Construction Change Directive on AIA Document G714. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION CONTRACT MODIFICATION PROCEDURES

70 SECTION PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. General coordination procedures. 2. Coordination drawings. 3. Requests for Information (RFIs). 4. Project meetings. B. Related Requirements: 1. Section "Construction Progress Documentation" for preparing and submitting Contractor's construction schedule. 2. Section "Execution" for procedures for coordinating general installation and fieldengineering services, including establishment of benchmarks and control points. 3. Section "Closeout Procedures" for coordinating closeout of the Contract. 1.3 DEFINITIONS A. RFI: Request from Owner, Architect, or Contractor seeking information required by or clarifications of the Contract Documents. 1.4 INFORMATIONAL SUBMITTALS A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Use CSI Form 1.5A. Include the following information in tabular form: 1. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. B. Key Personnel Names: Within 15 days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home, office, and PROJECT MANAGEMENT AND COORDINATION

71 cellular telephone numbers and addresses. Provide names, addresses, and telephone numbers of individuals assigned as alternates in the absence of individuals assigned to Project. 1. Post copies of list in project meeting room, in temporary field office, and by each temporary telephone. Keep list current at all times. 1.5 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. 1.6 COORDINATION DRAWINGS A. Coordination Drawings, General: Prepare coordination drawings according to requirements in individual Sections, and additionally where installation is not completely shown on Shop Drawings, where limited space availability necessitates coordination, or if coordination is required to facilitate integration of products and materials fabricated or installed by more than one entity. 1. Content: Project-specific information, drawn accurately to a scale large enough to indicate and resolve conflicts. Do not base coordination drawings on standard printed data. Include the following information, as applicable: a. Use applicable Drawings as a basis for preparation of coordination drawings. Prepare sections, elevations, and details as needed to describe relationship of various systems and components. b. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. c. Indicate space requirements for routine maintenance and for anticipated replacement of components during the life of the installation. d. Show location and size of access doors required for access to concealed dampers, valves, and other controls. e. Indicate required installation sequences. f. Indicate dimensions shown on the Drawings. Specifically note dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect indicating proposed resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. PROJECT MANAGEMENT AND COORDINATION

72 B. Coordination Digital Data Files: Prepare coordination digital data files according to the following requirements: 1. File Preparation Format: Same digital data software program, version, and operating system as original Drawings. 2. File Submittal Format: Submit or post coordination drawing files using Portable Data File (PDF) format. 3. Architect will furnish Contractor one set of digital data files of Drawings for use in preparing coordination digital data files. a. Architect makes no representations as to the accuracy or completeness of digital data files as they relate to Drawings. b. Contractor shall execute a data licensing agreement in the form of Agreement included in this Project Manual. 1.7 REQUESTS FOR INFORMATION (RFIs) A. General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return RFIs submitted to Architect by other entities controlled by Contractor with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: 1. Project name. 2. Project number. 3. Date. 4. Name of Contractor. 5. Name of Architect. 6. RFI number, numbered sequentially. 7. RFI subject. 8. Specification Section number and title and related paragraphs, as appropriate. 9. Drawing number and detail references, as appropriate. 10. Field dimensions and conditions, as appropriate. 11. Contractor's suggested resolution. If Contractor's suggested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 12. Contractor's signature. 13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. a. Include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments on attached sketches. C. RFI Forms: AIA Document G Attachments shall be electronic files in Adobe Acrobat PDF format. PROJECT MANAGEMENT AND COORDINATION

73 D. Architect's Action: Architect will review each RFI, determine action required, and respond. Allow seven working days for Architect's response for each RFI. RFIs received by Architect after 1:00 p.m. will be considered as received the following working day. 1. The following Contractor-generated RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. c. Requests for approval of Contractor's means and methods. d. Requests for coordination information already indicated in the Contract Documents. e. Requests for adjustments in the Contract Time or the Contract Sum. f. Requests for interpretation of Architect's actions on submittals. g. Incomplete RFIs or inaccurately prepared RFIs. 2. Architect's action may include a request for additional information, in which case Architect's time for response will date from time of receipt of additional information. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Section "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within 10 days of receipt of the RFI response. E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log monthly. Software log with not less than the following: 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number including RFIs that were returned without action or withdrawn. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. F. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. 1. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 1.8 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner, and Architect, within three days of the meeting. PROJECT MANAGEMENT AND COORDINATION

74 B. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect, of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. Contract Documents. b. Related RFIs. c. Related Change Orders. d. Submittals. e. Review of mockups. f. Possible conflicts. g. Time schedules. h. Weather limitations. i. Manufacturer's written instructions. j. Warranty requirements. k. Compatibility of materials. l. Acceptability of substrates. m. Temporary facilities and controls. n. Space and access limitations. o. Regulations of authorities having jurisdiction. p. Testing and inspecting requirements. q. Installation procedures. r. Coordination with other work. s. Protection of adjacent work. t. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. C. Progress Meetings: Conduct progress meetings at monthly intervals. 1. Coordinate dates of meetings with preparation of payment requests. 2. Attendees: In addition to representatives of Owner, and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's construction schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule PROJECT MANAGEMENT AND COORDINATION

75 revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Sequence of operations. 2) Status of submittals. 3) Site utilization. 4) Temporary facilities and controls. 5) Progress cleaning. 6) Quality and work standards. 7) Status of correction of deficient items. 8) Field observations. 9) Status of RFIs. 10) Status of Change Orders. 4. Minutes: Entity responsible for conducting the meeting will record and distribute the meeting minutes to each party present and to parties requiring information. a. Schedule Updating: Revise Contractor's construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION PROJECT MANAGEMENT AND COORDINATION

76 SECTION CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Startup construction schedule. 2. Contractor's construction schedule. 3. Construction schedule updating reports. 4. Daily construction reports. 5. Material location reports. 6. Site condition reports. 7. Special reports. B. Related Requirements: 1. Section "Submittal Procedures" for submitting schedules and reports. 2. Section "Quality Requirements" for submitting a schedule of tests and inspections. 1.3 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical Activity: An activity on the critical path that must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. Cost Loading: The allocation of the schedule of values for the completion of an activity as scheduled. The sum of costs for all activities must equal the total Contract Sum unless otherwise approved by Architect. C. CPM: Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Project. D. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. CONSTRUCTION PROGRESS DOCUMENTATION

77 E. Event: The starting or ending point of an activity. F. Float: The measure of leeway in starting and completing an activity. 1. Float time is not for the exclusive use or benefit of either Owner or Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. 2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the successor activity. 3. Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date. G. Resource Loading: The allocation of manpower and equipment necessary for the completion of an activity as scheduled. 1.4 INFORMATIONAL SUBMITTALS A. Format for Submittals: Submit required submittals in the following format: 1. Working electronic copy of schedule file, where indicated. 2. PDF electronic file. B. Startup construction schedule. 1. Approval of cost-loaded, startup construction schedule will not constitute approval of schedule of values for cost-loaded activities. C. Startup Network Diagram: Of size required to display entire network for entire construction period. Show logic ties for activities. D. Contractor's Construction Schedule: Initial schedule, of size required to display entire schedule for entire construction period. 1. Submit a working electronic copy of schedule, using software indicated, and labeled to comply with requirements for submittals. Include type of schedule (initial or updated) and date on label. E. CPM Reports: Concurrent with CPM schedule, submit each of the following reports. Format for each activity in reports shall contain activity number, activity description, cost and resource loading, original duration, remaining duration, early start date, early finish date, late start date, late finish date, and total float in calendar days. 1. Activity Report: List of all activities sorted by activity number and then early start date, or actual start date if known. 2. Logic Report: List of preceding and succeeding activities for all activities, sorted in ascending order by activity number and then early start date, or actual start date if known. 3. Total Float Report: List of all activities sorted in ascending order of total float. F. Construction Schedule Updating Reports: Submit with Applications for Payment. G. Daily Construction Reports: Submit at monthly intervals. H. Material Location Reports: Submit at monthly intervals. CONSTRUCTION PROGRESS DOCUMENTATION

78 I. Site Condition Reports: Submit at time of discovery of differing conditions. J. Special Reports: Submit at time of unusual event. K. Qualification Data: For scheduling consultant. 1.5 QUALITY ASSURANCE A. Scheduling Consultant Qualifications: An experienced specialist in CPM scheduling and reporting, with capability of producing CPM reports and diagrams within 24 hours of Architect's request. 1.6 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's construction schedule with the schedule of values, list of subcontracts, submittal schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from entities involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART 2 - PRODUCTS 2.1 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Time Frame: Extend schedule from date established for the Notice to Proceed to date of final completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. B. Activities: Treat each story or separate area as a separate numbered activity for each main element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, unless specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Section "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's construction schedule with submittal schedule. 4. Startup and Testing Time: Include no fewer than 15 days for startup and testing. 5. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Architect's administrative procedures necessary for certification of Substantial Completion. CONSTRUCTION PROGRESS DOCUMENTATION

79 Punch List and Final Completion: Include not more than 30 days for completion of punch list items and final completion. C. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. Owner-Furnished Products: Include a separate activity for each product. Include delivery date indicated in Section "Summary." Delivery dates indicated stipulate the earliest possible delivery date. 2. Work Restrictions: Show the effect of the following items on the schedule: a. Coordination with existing construction. b. Limitations of continued occupancies. c. Uninterruptible services. d. Partial occupancy before Substantial Completion. e. Use of premises restrictions. f. Environmental control. 3. Construction Areas: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following: a. Temporary enclosure and space conditioning. b. Permanent space enclosure. c. Completion of mechanical installation. d. Completion of electrical installation. e. Substantial Completion. D. Upcoming Work Summary: Prepare summary report indicating activities scheduled to occur or commence prior to submittal of next schedule update. Summarize the following issues: 1. Unresolved issues. 2. Unanswered Requests for Information. 3. Rejected or unreturned submittals. 4. Notations on returned submittals. 5. Pending modifications affecting the Work and Contract Time. E. Recovery Schedule: When periodic update indicates the Work is 14 or more calendar days behind the current approved schedule, submit a separate recovery schedule indicating means by which Contractor intends to regain compliance with the schedule. Indicate changes to working hours, working days, crew sizes, and equipment required to achieve compliance, and date by which recovery will be accomplished. 2.2 STARTUP CONSTRUCTION SCHEDULE A. Bar-Chart Schedule: Submit startup, horizontal, bar-chart-type construction schedule within seven days of date established for the Notice to Proceed. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Outline significant construction activities for first 60 days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities. CONSTRUCTION PROGRESS DOCUMENTATION

80 CONTRACTOR'S CONSTRUCTION SCHEDULE (CPM SCHEDULE) A. General: Prepare network diagrams using AON (activity-on-node) format. B. Startup Network Diagram: Submit diagram within 14 days of date established for the Notice to Proceed. Outline significant construction activities for the first 60 days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities. C. CPM Schedule: Prepare Contractor's construction schedule using a cost- and resource-loaded, time-scaled CPM network analysis diagram for the Work. 1. Develop network diagram in sufficient time to submit CPM schedule so it can be accepted for use no later than 30 days after date established for the Notice to Proceed. a. Failure to include any work item required for performance of this Contract shall not excuse Contractor from completing all work within applicable completion dates, regardless of Architect's approval of the schedule. 2. Establish procedures for monitoring and updating CPM schedule and for reporting progress. Coordinate procedures with progress meeting and payment request dates. 3. Use "one workday" as the unit of time for individual activities. Indicate nonworking days and holidays incorporated into the schedule in order to coordinate with the Contract Time. D. CPM Schedule Preparation: Prepare a list of all activities required to complete the Work. Using the startup network diagram, prepare a skeleton network to identify probable critical paths. 1. Activities: Indicate the estimated time duration, sequence requirements, and relationship of each activity in relation to other activities. Include estimated time frames for the following activities: a. Preparation and processing of submittals. b. Mobilization and demobilization. c. Utility interruptions. d. Installation. e. Work by Owner that may affect or be affected by Contractor's activities. f. Testing. g. Punch list and final completion. h. Activities occurring following final completion. 2. Critical Path Activities: Identify critical path activities, including those for interim completion dates. Scheduled start and completion dates shall be consistent with Contract milestone dates. 3. Processing: Process data to produce output data on a computer-drawn, time-scaled network. Revise data, reorganize activity sequences, and reproduce as often as necessary to produce the CPM schedule within the limitations of the Contract Time. 4. Format: Mark the critical path. Locate the critical path near center of network; locate paths with most float near the edges. a. Subnetworks on separate sheets are permissible for activities clearly off the critical path. E. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time-impact analysis using a network fragment to demonstrate the effect of the proposed change on the overall project schedule. CONSTRUCTION PROGRESS DOCUMENTATION

81 F. Initial Issue of Schedule: Prepare initial network diagram from a sorted activity list indicating straight "early start-total float." Identify critical activities. Prepare tabulated reports showing the following: 1. Contractor or subcontractor and the Work or activity. 2. Description of activity. 3. Main events of activity. 4. Immediate preceding and succeeding activities. 5. Early and late start dates. 6. Early and late finish dates. 7. Activity duration in workdays. 8. Total float or slack time. 9. Average size of workforce. 10. Dollar value of activity (coordinated with the schedule of values). G. Schedule Updating: Concurrent with making revisions to schedule, prepare tabulated reports showing the following: 1. Identification of activities that have changed. 2. Changes in early and late start dates. 3. Changes in early and late finish dates. 4. Changes in activity durations in workdays. 5. Changes in the critical path. 6. Changes in total float or slack time. 7. Changes in the Contract Time. H. Value Summaries: Prepare two cumulative value lists, sorted by finish dates. 1. In first list, tabulate activity number, early finish date, dollar value, and cumulative dollar value. 2. In second list, tabulate activity number, late finish date, dollar value, and cumulative dollar value. 3. In subsequent issues of both lists, substitute actual finish dates for activities completed as of list date. 4. Prepare list for ease of comparison with payment requests; coordinate timing with progress meetings. a. In both value summary lists, tabulate "actual percent complete" and "cumulative value completed" with total at bottom. b. Submit value summary printouts one week before each regularly scheduled progress meeting. 2.4 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: 1. List of subcontractors at Project site. 2. List of separate contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. 6. High and low temperatures and general weather conditions, including presence of rain. 7. Accidents. 8. Unusual events (see special reports). 9. Stoppages, delays, shortages, and losses. CONSTRUCTION PROGRESS DOCUMENTATION

82 Emergency procedures. 11. Orders and requests of authorities having jurisdiction. 12. Construction Change Directives received and implemented. 13. Services connected and disconnected. 14. Partial completions and occupancies. B. Material Location Reports: At monthly intervals, prepare and submit a comprehensive list of materials delivered to and stored at Project site. List shall be cumulative, showing materials previously reported plus items recently delivered. Include with list a statement of progress on and delivery dates for materials or items of equipment fabricated or stored away from Project site. Indicate the following categories for stored materials: 1. Material stored prior to previous report and remaining in storage. 2. Material stored prior to previous report and since removed from storage and installed. 3. Material stored following previous report and remaining in storage. C. Site Condition Reports: Immediately on discovery of a difference between site conditions and the Contract Documents, prepare and submit a detailed report. Submit with a Request for Information. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. 2.5 SPECIAL REPORTS A. General: Submit special reports directly to Owner within one day(s) of an occurrence. Distribute copies of report to parties affected by the occurrence. B. Reporting Unusual Events: When an event of an unusual and significant nature occurs at Project site, whether or not related directly to the Work, prepare and submit a special report. List chain of events, persons participating, response by Contractor's personnel, evaluation of results or effects, and similar pertinent information. Advise Owner in advance when these events are known or predictable. PART 3 - EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate final completion percentage for each activity. B. Distribution: Distribute copies of approved schedule to Architect, Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need-to-know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. CONSTRUCTION PROGRESS DOCUMENTATION

83 When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION CONSTRUCTION PROGRESS DOCUMENTATION

84 SECTION PHOTOGRAPHIC DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Final completion construction photographs. B. Related Requirements: 1. Section "Submittal Procedures" for submitting photographic documentation. 2. Section "Closeout Procedures" for submitting photographic documentation as project record documents at Project closeout. 3. Section "Selective Demolition" for photographic documentation before selective demolition operations commence. 1.3 INFORMATIONAL SUBMITTALS A. Qualification Data: For photographer. B. Key Plan: Submit key plan of Project site and building with notation of vantage points marked for location and direction of each photograph. Indicate elevation or story of construction. Include same information as corresponding photographic documentation. C. Digital Photographs: Submit image files within three days of taking photographs. 1. Digital Camera: Minimum sensor resolution of 8 megapixels. 2. Format: Minimum 3200 by 2400 pixels, in unaltered original files, with same aspect ratio as the sensor, uncropped, date and time stamped, in folder named by date of photograph, accompanied by key plan file. 3. Identification: Provide the following information with each image description in file metadata tag: a. Name of Project. b. Name and contact information for photographer. c. Name of Architect. d. Name of Contractor. e. Date photograph was taken. PHOTOGRAPHIC DOCUMENTATION

85 f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. g. Unique sequential identifier keyed to accompanying key plan. 1.4 QUALITY ASSURANCE A. Photographer Qualifications: An individual who has been regularly engaged as a professional photographer of construction projects for not less than three years. 1.5 USAGE RIGHTS A. Obtain and transfer copyright usage rights from photographer to Owner for unlimited reproduction of photographic documentation. PART 2 - PRODUCTS 2.1 PHOTOGRAPHIC MEDIA A. Digital Images: Provide images in JPG format, produced by a digital camera with minimum sensor size of 8 megapixels, and at an image resolution of not less than 3200 by 2400 pixels. PART 3 - EXECUTION 3.1 CONSTRUCTION PHOTOGRAPHS A. Photographer: Engage a qualified photographer to take construction photographs. B. General: Take photographs using the maximum range of depth of field, and that are in focus, to clearly show the Work. Photographs with blurry or out-of-focus areas will not be accepted. 1. Maintain key plan with each set of construction photographs that identifies each photographic location. C. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without alteration, manipulation, editing, or modifications using image-editing software. 1. Date and Time: Include date and time in file name for each image. 2. Field Office Images: Maintain one set of images accessible in the field office at Project site, available at all times for reference. Identify images in the same manner as those submitted to Architect. D. Preconstruction Photographs: Before commencement of demolition, take photographs of Project site and surrounding properties, including existing items to remain during construction, from different vantage points, as directed by Architect. 1. Flag excavation areas before taking construction photographs. 2. Take 20 photographs to show existing conditions adjacent to property before starting the Work. PHOTOGRAPHIC DOCUMENTATION

86 Take 20 photographs of existing buildings either on or adjoining property to accurately record physical conditions at start of construction. 4. Take additional photographs as required to record settlement or cracking of adjacent structures, pavements, and improvements. E. Periodic Construction Photographs: Take 20 photographs monthly, coinciding with the cutoff date associated with each Application for Payment. Select vantage points to show status of construction and progress since last photographs were taken. F. Final Completion Construction Photographs: Take 20 color photographs after date of Substantial Completion for submission as project record documents. Architect will inform photographer of desired vantage points. G. Additional Photographs: Architect may request photographs in addition to periodic photographs specified. Additional photographs will be paid for by Change Order and are not included in the Contract Sum. 1. Three days' notice will be given, where feasible. 2. In emergency situations, take additional photographs within 24 hours of request. 3. Circumstances that could require additional photographs include, but are not limited to, the following: a. Immediate follow-up when on-site events result in construction damage or losses. b. Substantial Completion of a major phase or component of the Work. END OF SECTION PHOTOGRAPHIC DOCUMENTATION

87 THIS PAGE INTENTIONALLY BLANK PHOTOGRAPHIC DOCUMENTATION

88 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Division 00 and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. B. Related Sections include the following: 1. Division 01 Section "Project Management and Coordination" for submitting Coordination Drawings. 2. Division 01 Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's Construction Schedule and the Submittals Schedule. 3. Division 01 Section "Quality Requirements" for submitting test and inspection reports and Delegated-Design Submittals and for erecting mockups. 4. Division 01 Section "Closeout Procedures" for submitting warranties Project Record Documents and operation and maintenance manuals. 5. Division 01 Section "Substitution Procedures" for product substitutions. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Architect's responsive action. B. Informational Submittals: Written information that does not require Architect's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. General: Copies of Architectural Floor Plan drawings in digital format will be provided to the Contractor once by the Architect prior to construction in accordance with the Authorization Statement for Electronic Transfer form. (Example attached herein). Information provided in digital format is for the sole information and use of the authorizing entity. Further copying or transfer of this information is prohibited by copyright. Costs for such files as required by Architect and its consultants shall be paid for by the Owner. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. SUBMITTAL PROCEDURES

89 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Submittals Schedule: Comply with requirements in Division 01 Section "Construction Progress Documentation" for list of submittals and time requirements for scheduled performance of related construction activities. D. Processing Time: Allow enough time for submittal review, including time for re-submittals, as follows. Time for review shall commence on Architect's receipt of submittal. 1. Initial Review: Allow 14 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Allow 14 days for processing each re-submittal. 4. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing. E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 by 8 inches (100 by 200 mm) on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3. Submittal tracking number: Mark each submittal with a tracking number as follows: A Re-submittal Designation. Use "A" for first re-submittal, "B" for second, etc. Submittal sequence number for Specification Section. Use a separate number for each transmittal, in sequence, for items within each Spec. Section. Specification Section. Transmittal number. Use a separate transmittal for each item or group of items within the same Section submitted together. 4. Include the following information on label for processing and recording action taken: a. Project name. b. Date. c. Name and address of Architect. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer. h. Submittal tracking number. i. Drawing number and detail references, as appropriate. F. Other necessary identification. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. SUBMITTAL PROCEDURES

90 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM G. Copies: Unless additional copies are required for final submittal, and unless Architect observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal. 1. For submittals not requiring raised seal: Provide one *.pdf copy of submittal to Architect. 2. For submittals requiring raised seal: Submit seven copies of submittal to Architect. Upon approval, Contractor shall provide one scanned *.pdf, *.tiff, or *.jpg copy of submittal to Architect. 3. For product samples: Submit three submittals to Architect. 4. Copies of approved submittals for maintenance manuals and Project Closeout will be made by Contractor. 5. All submittals shall have (1) copy returned to Owner for Project record by Contractor after each review by Architect has been completed. Owner shall sign off on each submittal at this time. For *.pdf submittals (all except those requiring sign and seal), Contractor shall maintain a consecutively numbered set of approved *.pdf files for each submittal. H. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Architect will return submittals, without review, received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Provide locations on form for the following information: a. Project name. b. Date. c. Destination (To :). d. Source (From :). e. Names of subcontractor, manufacturer, and supplier. f. Category and type of submittal. g. Submittal purpose and description. h. Submittal and transmittal distribution record. i. Remarks. j. Signature of transmitter. I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, and installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. J. Use for Construction: Use only final submittals with mark indicating action taken by Architect in connection with construction. PART 2 - PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. SUBMITTAL PROCEDURES

91 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM Number of Copies: Submit the number of copies of each submittal required, unless otherwise indicated. Architect will retain at least one copy marked up as a Project Record Document. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. c. Manufacturer's installation instructions. d. Standard color charts. e. Manufacturer's catalog cuts. f. Wiring diagrams showing factory-installed wiring. g. Printed performance curves. h. Operational range diagrams. i. Mill reports. j. Standard product operating and maintenance manuals. k. Compliance with recognized trade association standards. l. Compliance with recognized testing agency standards. m. Application of testing agency labels and seals. n. Notation of coordination requirements. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. c. Fabrication and installation drawings. d. Roughing-in and setting diagrams. e. Wiring diagrams showing field-installed wiring, including power, signal, and control wiring. f. Shop work manufacturing instructions. g. Templates and patterns. h. Schedules. i. Design calculations. j. Compliance with specified standards. k. Notation of coordination requirements. l. Notation of dimensions established by field measurement. 2. Wiring Diagrams: Differentiate between manufacturer-installed and field-installed wiring. 3. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches (215 by 280 mm) but no larger than 30 by 40 inches (750 by 1000 mm). D. Coordination Drawings: Provide to show attachment to adjacent work. E. Samples: Prepare physical units of materials or products, including the following: SUBMITTAL PROCEDURES

92 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM Comply and coordinate with Sections that call for mockups. 2. Samples for Selection: a. When indicated, submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. b. When indicated, submit full-size units or samples of size indicated, prepared from the same material to be used for the Work, cured and finished in manner specified, and physically identical with the product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. 3. Preparation: Mount, display, or package Samples in manner specified to facilitate review of qualities indicated. Prepare Samples to match Architect's sample where so indicated. Attach label on unexposed side that includes the following: a. Generic description of Sample. b. Product name or name of manufacturer. c. Sample source. 4. Additional Information: On an attached separate sheet, prepared on Contractor's letterhead, provide the following: a. Size limitations. b. Compliance with recognized standards. c. Availability. d. Delivery time. 5. Submit Samples for review of kind, color, pattern, and texture for a final check of these characteristics with other elements and for a comparison of these characteristics between final submittal and actual component as delivered and installed. a. If variation in color, pattern, texture, or other characteristic is inherent in the product represented by a Sample, submit at least three sets of paired units that show approximate limits of the variations. b. Refer to individual Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. c. Workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. F. Disposition: Maintain sets of approved Submittals and Samples at Project site, available for quality-control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. 1. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. 2. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. G. Delegated-Design Submittal: Comply with requirements in Division 01 Section "Quality Requirements." SUBMITTAL PROCEDURES

93 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM H. Contractor's Construction Schedule: Comply with requirements in Division 01 Section "Construction Progress Documentation". I. Submittals Schedule: Comply with requirements in Division 01 Section "Construction Progress Documentation." J. Application for Payment: Comply with requirements in Division 01. K. Schedule of Values: Comply with requirements in Division 01. L. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form: 1. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. 2.2 INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other Specification Sections. 1. Number of Copies: Submit copies as required of each submittal, unless otherwise indicated for review by Architect. 2. Certificates and Certifications: Provide a notarized statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. 3. Test and Inspection Reports: Comply with requirements in Division 01 Section "Quality Requirements." B. Contractor's Construction Schedule: Comply with requirements in Division 01 Section "Construction Progress Documentation." C. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. D. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements. E. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements. Submit record of Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. F. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized for this specific Project. G. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. H. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements. SUBMITTAL PROCEDURES

94 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM I. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements. J. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements. K. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. L. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements. M. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. N. Research/Evaluation Reports: Prepare written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. Name of evaluation organization. 2. Date of evaluation. 3. Time period when report is in effect. 4. Product and manufacturers' names. 5. Description of product. 6. Test procedures and results. 7. Limitations of use. O. Maintenance Data: Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. Comply with requirements in Division 01 Section Closeout Procedures." P. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. Q. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. SUBMITTAL PROCEDURES

95 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM R. Manufacturer's Field Reports: Prepare written information documenting factory-authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory-authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. S. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. T. Material Safety Data Sheets: Retain copies on site at all times, and submit information as part of Project close out submittals. U. Listed Products: include in each submittal, a copy of the Approved Products as listed in the contract documents. If substitutions to these products are approved by Architect prior to submittal in accordance with Division 01 Substitution Procedures, Contractor shall be responsible for updating and informing jurisdictional authority. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 1. Stamp or statement shall include the following: "The Contractor represents that he has determined and verified all materials, field measurements, and field construction criteria related thereto or will do so, and that he has checked and coordinated the information contained within such submittals with the requirements of the Work and of the Contract Documents. 3.2 ARCHITECT'S ACTION A. General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. SUBMITTAL PROCEDURES

96 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: This review was performed for the limited purpose of determining general conformance with the design concept of the project and general compliance with the formation given in the Contract Documents. Modifications or comments made on the Submittal during this review do not relieve the Contractor from compliance with the requirements of the drawings and specifications. Approval of a specific item does not include approval of the assembly of which the item is a component. The Contractor is responsible for: quantities and dimensions to be confirmed and correlated at the jobsite; information that pertains solely to the fabrication processes or to the means, methods, techniques, sequences and procedures of construction; coordination of the work of all trades; and for performing all work in a safe and satisfactory manner. APPROVED Sweet-Sparkman Architects. Sarasota, Florida PROVIDE AS NOTED REVISE AND RESUBMIT DATE RESUBMIT SPECIFIED ITEM REJECTED BY Not a specified product Incomplete Other C. The action stamp above will be appropriately marked and executed to indicate whether the submittal returned is approved for unrestricted release, final-but-restricted release, returned for re-submittal, or not approved. 1. Final Unrestricted Release: When the Architect marks a submittal "Approved," the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents. Final payment depends on that compliance. a. Marking: Approved 2. Final-But-Restricted Release: When the Architect marks a submittal "Approved as Noted," the Work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents. Final payment depends on that compliance. a. Marking: Provide As Noted 3. Returned for Re-submittal: When the Architect marks a submittal "Not Approved, Revise and Resubmit," do not proceed with Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal according to the notations; resubmit without delay. Repeat if necessary to obtain different action mark. a. Do not use, or allow others to use, submittals marked "Not Approved, Revise and Resubmit at the Project Site or elsewhere where Work is in progress. b. Marking: Revise and Resubmit or Resubmit Specified Item SUBMITTAL PROCEDURES

97 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM Not approved: When the Architect marks a submittal Rejected, the Work covered by the submittal does not conform to the contract documents. Submittal of specified item is required. D. Informational Submittals: Architect will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. E. Submittals not required by the Contract Documents will not be reviewed and may be discarded. AUTHORIZATION STATEMENT For Electronic Transfer Project No.: Project Name: RENOVATIONS OF SRQ AUTHORITY BOARDROOM, ORDERED BY: (Type Company name, contact, and address) DESCRIPTION OF SERVICE: Providing electronic base drawing information. FEE BASIS: $250 (Minimum $250 per request) Fee Waived for initial one-time transfer of Architectural files TERMS AND CONDITIONS: All documents and information prepared by SSA, Inc. for this project, including information in electronic format, are instruments of our service, and are for use solely with respect to this project. SSA, Inc. retains all common law, statutory and other reserved rights, including the copyright for these instruments of service. Use of design information in electronic format from SSA. does not represent review or approval of the users work by the design professional. Making this information available in electronic format, in no way implies that the recipient is required by SSA. to use it. Use of information supplied by SSA. in electronic format is at the sole risk and liability of the user. The user agrees to waive any claim against SSA and our employees, and to defend, indemnify, and hold them harmless from any claim or liability that allegedly arises from the use of information furnished in electronic format. The decision to use design information in electronic format obligates the user to verify the accuracy of the design against hardcopy representation of the design bearing the same issuance date. Information supplied in electronic format represents the most current status of the design at the date of the drawings issuance. It is the user s responsibility to verify that the electronic information in their possession stays current throughout the life of the project, and to update the information as required to maintain it current. The user is also responsible to compare design information received in electronic format with field measurements and conditions prior to their making use of the information. SUBMITTAL PROCEDURES

98 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM AUTHORIZATION: APPROVED/ACCEPTED BY: Information provided in digital format is for the sole information and use of the authorizing entity. Further copying or transfer of this information in prohibited by copyright. Payment for information in electronic format is due in full prior to transmittal of the information. I/We hereby grant permission or have obtained permission for SSA. to perform the above services. SIGN HERE: (Type Company name) Print or type signer s name here: Project Manager Date: END OF SECTION SUBMITTAL PROCEDURES

99 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM THIS PAGE INTENTIONALLY BLANK SUBMITTAL PROCEDURES

100 SECTION ALTERATION PROJECT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes special procedures for alteration work. 1.3 DEFINITIONS A. Alteration Work: This term includes remodeling, renovation, repair, and maintenance work performed within existing spaces or on existing surfaces as part of the Project. B. Consolidate: To strengthen loose or deteriorated materials in place. C. Design Reference Sample: A sample that represents the Architect's prebid selection of work to be matched; it may be existing work or work specially produced for the Project. D. Match: To blend with adjacent construction and manifest no apparent difference in material type, species, cut, form, detail, color, grain, texture, or finish; as approved by Architect. E. Refinish: To remove existing finishes to base material and apply new finish to match original, or as otherwise indicated. F. Repair: To correct damage and defects, retaining existing materials, features, and finishes. This includes patching, piecing-in, splicing, consolidating, or otherwise reinforcing or upgrading materials. G. Replace: To remove, duplicate, and reinstall entire item with new material. The original item is the pattern for creating duplicates unless otherwise indicated. H. Replicate: To reproduce in exact detail, materials, and finish unless otherwise indicated. I. Reproduce: To fabricate a new item, accurate in detail to the original, and from either the same or a similar material as the original, unless otherwise indicated. J. Retain: To keep existing items that are not to be removed or dismantled. K. Strip: To remove existing finish down to base material unless otherwise indicated. ALTERATION PROJECT PROCEDURES

101 INFORMATIONAL SUBMITTALS A. Fire-Prevention Plan: Submit 15 days before work begins. 1.5 QUALITY ASSURANCE A. Specialist Qualifications: An experienced firm regularly engaged in specialty work similar in nature, materials, design, and extent to alteration work as specified in each Section and that has completed a minimum of five recent projects with a record of successful in-service performance that demonstrates the firm's qualifications to perform this work. B. Safety and Health Standard: Comply with ANSI/ASSE A FIELD CONDITIONS A. Survey of Existing Conditions: Record existing conditions that affect the Work by use of preconstruction photographs. 1. Comply with requirements specified in Section "Photographic Documentation." B. Discrepancies: Notify Architect of discrepancies between existing conditions and Drawings before proceeding with removal and dismantling work. PART 2 - PRODUCTS - (Not Used) PART 3 - EXECUTION 3.1 PROTECTION FROM FIRE A. General: Follow fire-prevention plan and the following: 1. Comply with NFPA 241 requirements unless otherwise indicated. 2. Remove and keep area free of combustibles, including rubbish, paper, waste, and chemicals, unless necessary for the immediate work. a. If combustible material cannot be removed, provide fire blankets to cover such materials. B. Fire-Control Devices: Provide and maintain fire extinguishers, fire blankets, and rag buckets for disposal of rags with combustible liquids. Maintain each as suitable for the type of fire risk in each work area. Ensure that nearby personnel and the fire-watch personnel are trained in fire-extinguisher and blanket use. C. Sprinklers: Where sprinkler protection exists and is functional, maintain it without interruption while operations are being performed. If operations are performed close to sprinklers, shield them temporarily with guards. 1. Remove temporary guards at the end of work shifts, whenever operations are paused, and when nearby work is complete. ALTERATION PROJECT PROCEDURES

102 PROTECTION DURING APPLICATION OF CHEMICALS A. Protect motor vehicles, surrounding surfaces of building, building site, plants, and surrounding buildings from harm or spillage resulting from applications of chemicals and adhesives. B. Cover adjacent surfaces with protective materials that are proven to resist chemicals selected for Project unless chemicals being used will not damage adjacent surfaces as indicated in alteration work program. Use covering materials and masking agents that are waterproof and UV resistant and that will not stain or leave residue on surfaces to which they are applied. Apply protective materials according to manufacturer's written instructions. Do not apply liquid masking agents or adhesives to painted or porous surfaces. When no longer needed, promptly remove protective materials. C. Do not apply chemicals during winds of sufficient force to spread them to unprotected surfaces. D. Neutralize alkaline and acid wastes and legally dispose of off Owner's property. E. Collect and dispose of runoff from chemical operations by legal means and in a manner that prevents soil contamination, soil erosion, undermining of paving and foundations, damage to landscaping, or water penetration into building interior. 3.3 GENERAL ALTERATION WORK A. Have specialty work performed only by qualified specialists. B. Ensure that supervisory personnel are present when work begins and during its progress. C. Record existing work before each procedure (preconstruction), and record progress during the work. Use digital preconstruction documentation photographs. Comply with requirements in Section "Photographic Documentation." D. Perform surveys of Project site as the Work progresses to detect hazards resulting from alterations. E. Notify Architect of visible changes in the integrity of material or components whether from environmental causes including biological attack, UV degradation, freezing, or thawing or from structural defects including cracks, movement, or distortion. 1. Do not proceed with the work in question until directed by Architect. END OF SECTION ALTERATION PROJECT PROCEDURES

103 THIS PAGE INTENTIONALLY BLANK ALTERATION PROJECT PROCEDURES

104 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM SECTION QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Division 00 and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality-control. B. Quality-control services include inspections, tests, and related actions, including reports performed by Contractor, by independent agencies, and by governing authorities. They do not include contract enforcement activities performed by Architect. C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve the Prime Contractor of responsibility for compliance with Contract Document requirements. 1. Specific quality-control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified inspections, tests, and related actions do not limit Contractor's quality-control procedures that facilitate compliance with Contract Document requirements. 3. Requirements for Contractor to provide quality-control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. D. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 01 Section "Cutting and Patching" specifies requirements for repair and restoration of construction disturbed by inspection and testing activities. 2. Division 01 Section "Submittal Procedures" specifies requirements for development of a schedule of required tests and inspections. 3. Divisions 02 through 49 Sections for specific test and inspection requirements. E. Testing: 1. Contractor will determine what testing is required. 2. Include testing costs in Contract Sum. 1.3 DEFINITIONS A. Quality Assurance Services: Activities, actions and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. QUALITY REQUIREMENTS

105 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM B. Quality Control Services: Tests, inspections, procedures and related actions during and after execution of the Work to evaluate that completed construction comply with requirements. Services do not include contract enforcement activities performed by Architect. C. Mockups: Full size, physical example assemblies to illustrate finishes and materials. Mockups are used to verify selections made under Sample submittal, to demonstrate aesthetic effects and, where indicated, qualities of materials and execution, and to review construction, coordination, testing, or operation; they are not Samples. Mockups establish the standard by which the Work will be judged. D. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. 1.4 RESPONSIBILITIES A. Contractor Responsibilities: Unless otherwise indicated as the responsibility of another identified entity, Contractors shall provide inspections, tests, and other quality-control services specified elsewhere in the Contract Documents and required by authorities having jurisdiction. Costs for these services are included in the Contract Sum. 1. Where individual Sections specifically indicate that certain inspections, tests, and other qualitycontrol services are the Contractor's responsibility, the Contractor shall employ and pay a qualified independent testing agency to perform quality-control services. Costs for these services are included in the Contract Sum. 2. Where individual Sections specifically indicate that certain inspections, tests, and other qualitycontrol services are the Owner's responsibility, the Owner will employ and pay a qualified independent testing agency to perform those services. a. Where the Owner has engaged a testing agency for testing and inspecting part of the Work, and the Contractor is also required to engage an entity for the same or related element, the Contractor shall not employ the entity engaged by the Owner, unless agreed to in writing by the Owner. B. Retesting: The Contractor is responsible for retesting where results of inspections, tests, or other qualitycontrol services prove unsatisfactory and indicate noncompliance with Contract Document requirements, regardless of whether the original test was Contractor's responsibility. 1. The cost of retesting construction, revised or replaced by the Contractor, is the Contractor's responsibility where required tests performed on original construction indicated noncompliance with Contract Document requirements. C. Associated Services: Cooperate with agencies performing required inspections, tests, and similar services, and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include, but are not limited to, the following: 1. Provide access to the Work. 2. Furnish incidental labor and facilities necessary to facilitate inspections and tests. 3. Take adequate quantities of representative samples of materials that require testing or assist the agency in taking samples. 4. Provide facilities for storage and curing of test samples. 5. Deliver samples to testing laboratories. 6. Provide the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. QUALITY REQUIREMENTS

106 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM Provide security and protection of samples and test equipment at the Project Site. D. Duties of the Testing Agency: The independent agency engaged to perform inspections, sampling, and testing of materials and construction specified in individual Sections shall cooperate with the Architect and the Contractor in performance of the agency's duties. The testing agency shall provide qualified personnel to perform required inspections and tests. 1. The agency shall notify the Architect and the Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. The agency is not authorized to release, revoke, alter, or enlarge requirements of the Contract Documents or approve or accept any portion of the Work. 3. The agency shall not perform any duties of the Contractor. E. Coordination: Coordinate the sequence of activities to accommodate required services with a minimum of delay. Coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. 1. The Owner is responsible for scheduling times for inspections, tests, taking samples, and similar activities. 1.5 SUBMITTALS A. Unless the Contractor is responsible for this service, the independent testing agency shall submit a certified written report, in duplicate, of each inspection, test, or similar service to the Architect. If the Contractor is responsible for the service, submit a certified written report, in duplicate, of each inspection, test, or similar service through the Contractor. 1. Submit additional copies of each written report directly to the governing authority, when the authority so directs. 2. Report Data: Written reports of each inspection, test, or similar service include, but are not limited to, the following: a. Date of issue. b. Project title and number. c. Name, address, and telephone number of testing agency. d. Dates and locations of samples and tests or inspections. e. Names of individuals making the inspection or test. f. Designation of the Work and test method. g. Identification of product and Specification Section. h. Complete inspection or test data. i. Test results and an interpretation of test results. j. Ambient conditions at the time of sample taking and testing. k. Comments or professional opinion on whether inspected or tested Work complies with Contract Document requirements. l. Name and signature of laboratory inspector. m. Recommendations on retesting and re-inspections. 1.6 QUALITY ASSURANCE A. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in service performance, as well as sufficient production capacity to QUALITY REQUIREMENTS

107 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM produce required units. B. Qualifications for Service Agencies: Engage inspection and testing service agencies, including independent testing laboratories, that are prequalified as complying with the American Council of Independent Laboratories' "Recommended Requirements for Independent Laboratory Qualification" and that specialize in the types of inspections and tests to be performed. 1. Each independent inspection and testing agency engaged on the Project shall be authorized by authorities having jurisdiction to operate in the state where the Project is located. C. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. D. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or products that are similar to those indicated for this Project in material, design, and extent. F. Specialists: Certain sections of the Specifications require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. 1. Requirement for specialists shall not supersede building codes and similar regulations governing the Work, nor interfere with local trade-union jurisdictional settlements and similar conventions. G. Testing Agency Qualifications: An agency with the experience and capability to conduct testing and inspecting indicated, as documented by ASTM E 548, and that specializes in types of tests and inspections to be performed. H. Preconstruction Testing: Testing agency shall perform preconstruction testing for compliance with specified requirements for performance and test methods. 1. Contractor responsibilities include the following: a. Provide test specimens and assemblies representative of proposed materials and construction. Provide sizes and configurations of assemblies to adequately demonstrate capability of product to comply with performance requirements. b. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. c. Fabricate and install test assemblies using installers who will perform the same tasks for Project. d. When testing is complete, remove assemblies; do not reuse materials on Project. I. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality-assurance service to Architect, with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents. QUALITY REQUIREMENTS

108 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM J. Mockups: Before installing portions of the Work requiring mockups, build mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work: 1. Build mockups in location and of size indicated or, if not indicated, as directed by Architect. 2. Notify Architect seven days in advance of dates and times when mockups will be constructed. 3. Demonstrate the proposed range of aesthetic effects and workmanship. 4. Obtain Architect's approval of mockups before starting work, fabrication, or construction. 5. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 6. Demolish and remove mockups when directed, unless otherwise indicated. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: Upon completion of inspection, testing, sample taking and similar services, repair damaged construction and restore substrates and finishes. Comply with Contract Document requirements for Division 01 Section "Execution for cutting and patching. B. Protect construction exposed by or for quality-control service activities, and protect repaired construction. C. Repair and protection is Contractor's responsibility, regardless of the assignment of responsibility for quality control, inspection, testing, or similar services. END OF SECTION QUALITY REQUIREMENTS

109 RENOVATION OF SRQ AIRPORT AUTHORITY BOARDROOM THIS PAGE INTENTIONALLY BLANK QUALITY REQUIREMENTS

110 SECTION REFERENCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by Architect. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Unload, temporarily store, unpack, assemble, erect, place, anchor, apply, work to dimension, finish, cure, protect, clean, and similar operations at Project site. H. "Provide": Furnish and install, complete and ready for the intended use. I. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. REFERENCES

111 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. AABC - Associated Air Balance Council; 2. AAMA - American Architectural Manufacturers Association; 3. AAPFCO - Association of American Plant Food Control Officials; 4. AASHTO - American Association of State Highway and Transportation Officials; 5. AATCC - American Association of Textile Chemists and Colorists; 6. ABMA - American Bearing Manufacturers Association; 7. ACI - American Concrete Institute; (Formerly: ACI International); 8. ACPA - American Concrete Pipe Association; 9. AEIC - Association of Edison Illuminating Companies, Inc. (The); AF&PA - American Forest & Paper Association; AGA - American Gas Association; AHAM - Association of Home Appliance Manufacturers; AHRI - Air-Conditioning, Heating, and Refrigeration Institute (The); AI - Asphalt Institute; AIA - American Institute of Architects (The); AISC - American Institute of Steel Construction; AISI - American Iron and Steel Institute; AITC - American Institute of Timber Construction; AMCA - Air Movement and Control Association International, Inc.; ANSI - American National Standards Institute; AOSA - Association of Official Seed Analysts, Inc.; APA - APA - The Engineered Wood Association; APA - Architectural Precast Association; API - American Petroleum Institute; ARI - Air-Conditioning & Refrigeration Institute; (See AHRI). 26. ARI - American Refrigeration Institute; (See AHRI). 27. ARMA - Asphalt Roofing Manufacturers Association; ASCE - American Society of Civil Engineers; ASCE/SEI - American Society of Civil Engineers/Structural Engineering Institute; (See ASCE). 30. ASHRAE - American Society of Heating, Refrigerating and Air-Conditioning Engineers; ASME - ASME International; (American Society of Mechanical Engineers); ASSE - American Society of Safety Engineers (The); ASSE - American Society of Sanitary Engineering; ASTM - ASTM International; (American Society for Testing and Materials International); ATIS - Alliance for Telecommunications Industry Solutions; AWEA - American Wind Energy Association; AWI - Architectural Woodwork Institute; AWMAC - Architectural Woodwork Manufacturers Association of Canada; AWPA - American Wood Protection Association; (Formerly: American Wood-Preservers' Association); AWS - American Welding Society; AWWA - American Water Works Association; BHMA - Builders Hardware Manufacturers Association; BIA - Brick Industry Association (The); BICSI - BICSI, Inc.; REFERENCES

112 BIFMA - BIFMA International; (Business and Institutional Furniture Manufacturer's Association); BISSC - Baking Industry Sanitation Standards Committee; BOCA - BOCA; (Building Officials and Code Administrators International Inc.); (See ICC). 48. BWF - Badminton World Federation; (Formerly: International Badminton Federation); CDA - Copper Development Association; CEA - Canadian Electricity Association; CEA - Consumer Electronics Association; CFFA - Chemical Fabrics & Film Association, Inc.; CFSEI - Cold-Formed Steel Engineers Institute; CGA - Compressed Gas Association; CIMA - Cellulose Insulation Manufacturers Association; CISCA - Ceilings & Interior Systems Construction Association; CISPI - Cast Iron Soil Pipe Institute; CLFMI - Chain Link Fence Manufacturers Institute; CPA - Composite Panel Association; CRI - Carpet and Rug Institute (The); CRRC - Cool Roof Rating Council; CRSI - Concrete Reinforcing Steel Institute; CSA - Canadian Standards Association; CSA - CSA International; (Formerly: IAS - International Approval Services); CSI - Construction Specifications Institute (The); CSSB - Cedar Shake & Shingle Bureau; CTI - Cooling Technology Institute; (Formerly: Cooling Tower Institute); CWC - Composite Wood Council; (See CPA). 69. DASMA - Door and Access Systems Manufacturers Association; DHI - Door and Hardware Institute; ECA - Electronic Components Association; ECAMA - Electronic Components Assemblies & Materials Association; (See ECA). 73. EIA - Electronic Industries Alliance; (See TIA). 74. EIMA - EIFS Industry Members Association; EJMA - Expansion Joint Manufacturers Association, Inc.; ESD - ESD Association; (Electrostatic Discharge Association); ESTA - Entertainment Services and Technology Association; (See PLASA). 78. EVO - Efficiency Valuation Organization; FIBA - Federation Internationale de Basketball; (The International Basketball Federation); FIVB - Federation Internationale de Volleyball; (The International Volleyball Federation); FM Approvals - FM Approvals LLC; FM Global - FM Global; (Formerly: FMG - FM Global); FRSA - Florida Roofing, Sheet Metal & Air Conditioning Contractors Association, Inc.; FSA - Fluid Sealing Association; FSC - Forest Stewardship Council U.S.; GA - Gypsum Association; GANA - Glass Association of North America; GS - Green Seal; HI - Hydraulic Institute; HI/GAMA - Hydronics Institute/Gas Appliance Manufacturers Association; (See AHRI). 91. HMMA - Hollow Metal Manufacturers Association; (See NAAMM). 92. HPVA - Hardwood Plywood & Veneer Association; REFERENCES

113 HPW - H. P. White Laboratory, Inc.; IAPSC - International Association of Professional Security Consultants; IAS - International Approval Services; (See CSA). 96. ICBO - International Conference of Building Officials; (See ICC). 97. ICC - International Code Council; ICEA - Insulated Cable Engineers Association, Inc.; ICPA - International Cast Polymer Alliance; ICRI - International Concrete Repair Institute, Inc.; IEC - International Electrotechnical Commission; IEEE - Institute of Electrical and Electronics Engineers, Inc. (The); IES - Illuminating Engineering Society; (Formerly: Illuminating Engineering Society of North America); IESNA - Illuminating Engineering Society of North America; (See IES) IEST - Institute of Environmental Sciences and Technology; IGMA - Insulating Glass Manufacturers Alliance; IGSHPA - International Ground Source Heat Pump Association; ILI - Indiana Limestone Institute of America, Inc.; Intertek - Intertek Group; (Formerly: ETL SEMCO; Intertek Testing Service NA); ISA - International Society of Automation (The); (Formerly: Instrumentation, Systems, and Automation Society); ISAS - Instrumentation, Systems, and Automation Society (The); (See ISA) ISFA - International Surface Fabricators Association; (Formerly: International Solid Surface Fabricators Association); ISO - International Organization for Standardization; ISSFA - International Solid Surface Fabricators Association; (See ISFA) ITU - International Telecommunication Union; KCMA - Kitchen Cabinet Manufacturers Association; LMA - Laminating Materials Association; (See CPA) LPI - Lightning Protection Institute; MBMA - Metal Building Manufacturers Association; MCA - Metal Construction Association; MFMA - Maple Flooring Manufacturers Association, Inc.; MFMA - Metal Framing Manufacturers Association, Inc.; MHIA - Material Handling Industry of America; MIA - Marble Institute of America; MMPA - Moulding & Millwork Producers Association; (Formerly: Wood Moulding & Millwork Producers Association); MPI - Master Painters Institute; MSS - Manufacturers Standardization Society of The Valve and Fittings Industry Inc.; NAAMM - National Association of Architectural Metal Manufacturers; NACE - NACE International; (National Association of Corrosion Engineers International); NADCA - National Air Duct Cleaners Association; NAIMA - North American Insulation Manufacturers Association; NBGQA - National Building Granite Quarries Association, Inc.; NCAA - National Collegiate Athletic Association (The); NCMA - National Concrete Masonry Association; NEBB - National Environmental Balancing Bureau; NECA - National Electrical Contractors Association; NeLMA - Northeastern Lumber Manufacturers Association; NEMA - National Electrical Manufacturers Association; NETA - InterNational Electrical Testing Association; REFERENCES

114 NFHS - National Federation of State High School Associations; NFPA - NFPA; (National Fire Protection Association); NFPA - NFPA International; (See NFPA) NFRC - National Fenestration Rating Council; NHLA - National Hardwood Lumber Association; NLGA - National Lumber Grades Authority; NOFMA - National Oak Flooring Manufacturers Association; (See NWFA) NOMMA - National Ornamental & Miscellaneous Metals Association; NRCA - National Roofing Contractors Association; NRMCA - National Ready Mixed Concrete Association; NSF - NSF International; (National Sanitation Foundation International); NSPE - National Society of Professional Engineers; NSSGA - National Stone, Sand & Gravel Association; NTMA - National Terrazzo & Mosaic Association, Inc. (The); NWFA - National Wood Flooring Association; PCI - Precast/Prestressed Concrete Institute; PDI - Plumbing & Drainage Institute; PLASA - PLASA; (Formerly: ESTA - Entertainment Services and Technology Association); RCSC - Research Council on Structural Connections; RFCI - Resilient Floor Covering Institute; RIS - Redwood Inspection Service; SAE - SAE International; (Society of Automotive Engineers); SCTE - Society of Cable Telecommunications Engineers; SDI - Steel Deck Institute; SDI - Steel Door Institute; SEFA - Scientific Equipment and Furniture Association; SEI/ASCE - Structural Engineering Institute/American Society of Civil Engineers; (See ASCE) SIA - Security Industry Association; SJI - Steel Joist Institute; SMA - Screen Manufacturers Association; SMACNA - Sheet Metal and Air Conditioning Contractors' National Association; SMPTE - Society of Motion Picture and Television Engineers; SPFA - Spray Polyurethane Foam Alliance; SPIB - Southern Pine Inspection Bureau; SPRI - Single Ply Roofing Industry; SRCC - Solar Rating and Certification Corporation; SSINA - Specialty Steel Industry of North America; SSPC - SSPC: The Society for Protective Coatings; STI - Steel Tank Institute; SWI - Steel Window Institute; SWPA - Submersible Wastewater Pump Association; TCA - Tilt-Up Concrete Association; TCNA - Tile Council of North America, Inc.; (Formerly: Tile Council of America); TEMA - Tubular Exchanger Manufacturers Association, Inc.; TIA - Telecommunications Industry Association; (Formerly: TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance); TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance; (See TIA) TMS - The Masonry Society; TPI - Truss Plate Institute; TPI - Turfgrass Producers International; TRI - Tile Roofing Institute; REFERENCES

115 UBC - Uniform Building Code; (See ICC) UL - Underwriters Laboratories Inc.; UNI - Uni-Bell PVC Pipe Association; USAV - USA Volleyball; USGBC - U.S. Green Building Council; USITT - United States Institute for Theatre Technology, Inc.; WASTEC - Waste Equipment Technology Association; WCLIB - West Coast Lumber Inspection Bureau; WCMA - Window Covering Manufacturers Association; WDMA - Window & Door Manufacturers Association; WI - Woodwork Institute; (Formerly: WIC - Woodwork Institute of California); WMMPA - Wood Moulding & Millwork Producers Association; (See MMPA) WSRCA - Western States Roofing Contractors Association; WPA - Western Wood Products Association; B. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is believed to be accurate as of the date of the Contract Documents. 1. FBC Florida Building Code; 2. IAPMO - International Association of Plumbing and Mechanical Officials; 3. ICC - International Code Council; 4. ICC-ES - ICC Evaluation Service, LLC; C. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Information is subject to change and is up-to-date as of the date of the Contract Documents. 1. COE - Army Corps of Engineers; 2. CPSC - Consumer Product Safety Commission; 3. DOC - Department of Commerce; National Institute of Standards and Technology; 4. DOD - Department of Defense; 5. DOE - Department of Energy; 6. EPA - Environmental Protection Agency; 7. FAA - Federal Aviation Administration; 8. FG - Federal Government Publications; 9. GSA - General Services Administration; HUD - Department of Housing and Urban Development; LBL - Lawrence Berkeley National Laboratory; Environmental Energy Technologies Division; OSHA - Occupational Safety & Health Administration; SD - Department of State; TRB - Transportation Research Board; National Cooperative Highway Research Program; USDA - Department of Agriculture; Agriculture Research Service; U.S. Salinity Laboratory; USDA - Department of Agriculture; Rural Utilities Service; USDJ - Department of Justice; Office of Justice Programs; National Institute of Justice; USP - U.S. Pharmacopeia; USPS - United States Postal Service; D. Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. REFERENCES

116 This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. CFR - Code of Federal Regulations; Available from Government Printing Office; 2. DOD - Department of Defense; Military Specifications and Standards; Available from Department of Defense Single Stock Point; 3. DSCC - Defense Supply Center Columbus; (See FS). 4. FED-STD - Federal Standard; (See FS). 5. FS - Federal Specification; Available from Department of Defense Single Stock Point; a. Available from Defense Standardization Program; b. Available from General Services Administration; c. Available from National Institute of Building Sciences/Whole Building Design Guide; 6. MILSPEC - Military Specification and Standards; (See DOD). 7. USAB - United States Access Board; 8. USATBCB - U.S. Architectural & Transportation Barriers Compliance Board; (See USAB). E. State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. CBHF - State of California; Department of Consumer Affairs; Bureau of Electronic Appliance and Repair, Home Furnishings and Thermal Insulation; 2. CCR - California Code of Regulations; Office of Administrative Law; California Title 24 Energy Code; 3. CDHS - California Department of Health Services; (See CDPH). 4. CDPH - California Department of Public Health; Indoor Air Quality Program; 5. CPUC - California Public Utilities Commission; 6. SCAQMD - South Coast Air Quality Management District; 7. TFS - Texas Forest Service; Forest Resource Development and Sustainable Forestry; PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION REFERENCES

117 THIS PAGE INTENTIONALLY BLANK REFERENCES

118 SECTION TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Requirements: 1. Section "Summary" for work restrictions and limitations on utility interruptions. 1.3 USE CHARGES A. Water and Sewer Service from Existing System: Water from Owner's existing water system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. B. Electric Power Service from Existing System: Electric power from Owner's existing system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. 1.4 INFORMATIONAL SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. B. Fire-Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire-prevention program. C. Moisture-Protection Plan: Describe procedures and controls for protecting materials and construction from water absorption and damage. 1. Describe delivery, handling, and storage provisions for materials subject to water absorption or water damage. 2. Indicate procedures for discarding water-damaged materials, protocols for mitigating water intrusion into completed Work, and replacing water-damaged Work. 3. Indicate sequencing of work that requires water, such as sprayed fire-resistive materials, plastering, and terrazzo grinding, and describe plans for dealing with water from these operations. Show TEMPORARY FACILITIES AND CONTROLS

119 procedures for verifying that wet construction has dried sufficiently to permit installation of finish materials. D. Dust- and HVAC-Control Plan: Submit coordination drawing and narrative that indicates the dust- and HVAC-control measures proposed for use, proposed locations, and proposed time frame for their operation. Identify further options if proposed measures are later determined to be inadequate. Include the following: 1. Locations of dust-control partitions at each phase of work. 2. HVAC system isolation schematic drawing. 3. Location of proposed air-filtration system discharge. 4. Waste handling procedures. 5. Other dust-control measures. 1.5 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. C. Accessible Temporary Egress: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines and ICC/ANSI A PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART 2 - PRODUCTS 2.1 MATERIALS A. Chain-Link Fencing: Minimum 2-inch (50-mm), inch- (3.8-mm-) thick, galvanized-steel, chain-link fabric fencing; minimum 6 feet (1.8 m) high with galvanized-steel pipe posts; minimum 2-3/8-inch- (60- mm-) OD line posts and 2-7/8-inch- (73-mm-) OD corner and pull posts, with 1-5/8-inch- (42-mm-) OD top rails. B. Portable Chain-Link Fencing: Minimum 2-inch (50-mm), inch- (3.8-mm-) thick, galvanized-steel, chain-link fabric fencing; minimum 6 feet (1.8 m) high with galvanized-steel pipe posts; minimum 2-3/8- inch- (60-mm-) OD line posts and 2-7/8-inch- (73-mm-) OD corner and pull posts, with 1-5/8-inch- (42- mm-) OD top and bottom rails. Provide galvanized-steel bases for supporting posts. C. Polyethylene Sheet: Reinforced, fire-resistive sheet, 10-mil (0.25-mm) minimum thickness, with flamespread rating of 15 or less per ASTM E 84 and passing NFPA 701 Test Method 2. D. Dust-Control Adhesive-Surface Walk-off Mats: Provide mats minimum 36 by 60 inches (914 by 1624 mm). TEMPORARY FACILITIES AND CONTROLS

120 TEMPORARY FACILITIES A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading. B. Common-Use Field Office: Of sufficient size to accommodate needs of Owner, Architect, and construction personnel office activities and to accommodate Project meetings specified in other Division 01 Sections. Keep office clean and orderly. Furnish and equip offices as follows: 1. Furniture required for Project-site documents including file cabinets, plan tables, plan racks, and bookcases. 2. Drinking water and private toilet. 3. Coffee machine and supplies. 4. Heating and cooling equipment necessary to maintain a uniform indoor temperature of 68 to 72 deg F (20 to 22 deg C). 5. Lighting fixtures capable of maintaining average illumination of 20 fc (215 lx) at desk height. C. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 1. Store combustible materials apart from building. 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. B. Air-Filtration Units: Primary and secondary HEPA-filter-equipped portable units with four-stage filtration. Provide single switch for emergency shutoff. Configure to run continuously. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. 1. Locate facilities to limit site disturbance as specified in Section "Summary." B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.2 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Provide construction for temporary offices, shops, and sheds located within construction area or within 30 feet (9 m) of building lines that is noncombustible according to ASTM E 136. Comply with NFPA 241. TEMPORARY FACILITIES AND CONTROLS

121 Maintain support facilities until Architect schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Parking: Use designated areas of Owner's existing parking areas for construction personnel. C. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted. 1. Identification Signs: Provide Project identification signs as indicated on Drawings. 2. Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. a. Provide temporary, directional signs for construction personnel and visitors. 3. Maintain and touchup signs so they are legible at all times. D. Waste Disposal Facilities: Comply with requirements specified in Section "Construction Waste Management and Disposal." E. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. 1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. 3.3 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. B. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of soil-bearing water runoff and airborne dust to undisturbed areas and to adjacent properties and walkways, according to requirements of 2003 EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent. 1. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross tree- or plant- protection zones. 2. Inspect, repair, and maintain erosion- and sedimentation-control measures during construction until permanent vegetation has been established. 3. Clean, repair, and restore adjoining properties and roads affected by erosion and sedimentation from Project site during the course of Project. 4. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. C. Pest Control: Engage pest-control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Perform control operations lawfully, using environmentally safe materials. D. Site Enclosure Fence: Before construction operations begin, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. TEMPORARY FACILITIES AND CONTROLS

122 Extent of Fence: As indicated on Drawings. 2. Maintain security by limiting number of keys and restricting distribution to authorized personnel. Furnish one set of keys to Owner. E. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each work day. F. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. G. Temporary Fire Protection: Install and maintain temporary fire-protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241; manage fireprevention program. 1. Prohibit smoking in construction areas. 2. Supervise welding operations, combustion-type temporary heating units, and similar sources of fire ignition according to requirements of authorities having jurisdiction. 3. Develop and supervise an overall fire-prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. 3.4 TEMPORARY UTILITY INSTALLATION A. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. 1. Use of Owner s existing toilet facilities and drinking water is not to be used by Contractor or workers. 3.5 MOISTURE AND MOLD CONTROL A. Contractor's Moisture-Protection Plan: Avoid trapping water in finished work. Document visible signs of mold that may appear during construction. B. Partially Enclosed Construction Phase: After installation of weather barriers but before full enclosure and conditioning of building, when installed materials are still subject to infiltration of moisture and ambient mold spores, protect as follows: 1. Do not load or install drywall or other porous materials or components, or items with high organic content, into partially enclosed building. 2. Keep interior spaces reasonably clean and protected from water damage. 3. Periodically collect and remove waste containing cellulose or other organic matter. 4. Discard or replace water-damaged material. 5. Do not install material that is wet. 6. Discard, replace, or clean stored or installed material that begins to grow mold. 7. Perform work in a sequence that allows any wet materials adequate time to dry before enclosing the material in drywall or other interior finishes. TEMPORARY FACILITIES AND CONTROLS

123 C. Controlled Construction Phase of Construction: After completing and sealing of the building enclosure but prior to the full operation of permanent HVAC systems, maintain as follows: 1. Control moisture and humidity inside building by maintaining effective dry-in conditions. 2. Use permanent HVAC system to control humidity. 3. Comply with manufacturer's written instructions for temperature, relative humidity, and exposure to water limits. a. Hygroscopic materials that may support mold growth, including wood and gypsum-based products, that become wet during the course of construction and remain wet for 48 hours are considered defective. b. Measure moisture content of materials that have been exposed to moisture during construction operations or after installation. Record readings beginning at time of exposure and continuing daily for 48 hours. Identify materials containing moisture levels higher than allowed. Report findings in writing to Architect. c. Remove materials that can not be completely restored to their manufactured moisture level within 48 hours. 3.6 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Section "Closeout Procedures." END OF SECTION TEMPORARY FACILITIES AND CONTROLS

124 SECTION PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products. B. Related Requirements: 1. Section "Substitution Procedures" for requests for substitutions. 2. Section "References" for applicable industry standards for products specified. 1.3 DEFINITIONS A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Basis-of-Design Product Specification: A specification in which a specific manufacturer's product is named and accompanied by the words "basis-of-design product," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of additional manufacturers named in the specification. 1.4 ACTION SUBMITTALS A. Comparable Product Requests: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. PRODUCT REQUIREMENTS

125 Include data to indicate compliance with the requirements specified in "Comparable Products" Article. 2. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractor of approval or rejection of proposed comparable product request within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Section "Submittal Procedures." b. Use product specified if Architect does not issue a decision on use of a comparable product request within time allocated. B. Basis-of-Design Product Specification Submittal: Comply with requirements in Section "Submittal Procedures." Show compliance with requirements. 1.5 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to determine compliance with the Contract Documents and to determine that products are undamaged and properly protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Protect foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 5. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather-protection requirements for storage. 6. Provide a secure location and enclosure at Project site for storage of materials and equipment by Owner's construction forces. Coordinate location with Owner. PRODUCT REQUIREMENTS

126 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project-specific information and properly executed. 2. See other Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Section "Closeout Procedures." PART 2 - PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated, are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Descriptive, performance, and reference standard requirements in the Specifications establish salient characteristics of products. B. Product Selection Procedures: 1. Products: a. Restricted List: Where Specifications include a list of names of both manufacturers and products, provide one of the products listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered unless otherwise indicated. 2. Manufacturers: PRODUCT REQUIREMENTS

127 a. Restricted List: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered unless otherwise indicated. 3. Basis-of-Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers. 2.2 COMPARABLE PRODUCTS A. Conditions for Consideration: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect may return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION (Not Used) END OF SECTION PRODUCT REQUIREMENTS

128 SECTION EXECUTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. Installation of the Work. 4. Cutting and patching. 5. Coordination of Owner-installed products. 6. Progress cleaning. 7. Starting and adjusting. 8. Protection of installed construction. B. Related Requirements: 1. Section "Summary" for limits on use of Project site. 2. Section "Submittal Procedures" for submitting surveys. 3. Section "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner-accepted deviations from indicated lines and levels, replacing defective work, and final cleaning. 4. Section "Selective Demolition" for demolition and removal of selected portions of the building. 5. Section Penetration Firestopping for patching penetrations in fire-rated construction. 1.3 DEFINITIONS A. Cutting: Removal of in-place construction necessary to permit installation or performance of subsequent work. B. Patching: Fitting and repair work required to restore construction to original conditions after installation of subsequent work. 1.4 PREINSTALLATION MEETINGS A. Cutting and Patching Conference: Conduct conference at Project site. EXECUTION

129 Prior to commencing work requiring cutting and patching, review extent of cutting and patching anticipated and examine procedures for ensuring satisfactory result from cutting and patching work. Require representatives of each entity directly concerned with cutting and patching to attend, including the following: a. Contractor's superintendent. b. Trade supervisor responsible for cutting operations. c. Trade supervisor(s) responsible for patching of each type of substrate. d. Mechanical, electrical, and utilities subcontractors' supervisors, to the extent each trade is affecting by cutting and patching operations. 2. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. 1.5 INFORMATIONAL SUBMITTALS A. Cutting and Patching Plan: Submit plan describing procedures at least 10 days prior to the time cutting and patching will be performed. Include the following information: 1. Extent: Describe reason for and extent of each occurrence of cutting and patching. 2. Changes to In-Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building appearance and other significant visual elements. 3. Products: List products to be used for patching and firms or entities that will perform patching work. 4. Dates: Indicate when cutting and patching will be performed. 5. Utilities and Mechanical and Electrical Systems: List services and systems that cutting and patching procedures will disturb or affect. List services and systems that will be relocated and those that will be temporarily out of service. Indicate length of time permanent services and systems will be disrupted. a. Include description of provisions for temporary services and systems during interruption of permanent services and systems. 1.6 QUALITY ASSURANCE A. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. 1. Structural Elements: When cutting and patching structural elements, notify Architect of locations and details of cutting and await directions from Architect before proceeding. Shore, brace, and support structural elements during cutting and patching. Do not cut and patch structural elements in a manner that could change their load-carrying capacity or increase deflection. 2. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. Operational elements include the following: a. Primary operational systems and equipment. b. Fire separation assemblies. c. Air or smoke barriers. d. Fire-suppression systems. e. Plumbing piping systems. EXECUTION

130 f. Mechanical systems piping and ducts. g. Control systems. h. Communication systems. i. Fire-detection and -alarm systems. j. Electrical wiring systems. 3. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load-carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. Other construction elements include but are not limited to the following: a. Water, moisture, or vapor barriers. b. Membranes and flashings. c. Sprayed fire-resistive material. d. Piping, ductwork, vessels, and equipment. 4. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. B. Manufacturer's Installation Instructions: Obtain and maintain on-site manufacturer's written recommendations and instructions for installation of products and equipment. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. B. In-Place Materials: Use materials for patching identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to Architect for the visual and functional performance of in-place materials. PART 3 - EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities, mechanical and electrical systems, and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water-service piping; underground electrical services; and other utilities. EXECUTION

131 Furnish location data for work related to Project that must be performed by public utilities serving Project site. B. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Examine roughing-in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 2. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 3. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. C. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Existing Utility Information: Furnish information to Owner that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents caused by differing field conditions outside the control of Contractor, submit a request for information to Architect according to requirements in Section "Project Management and Coordination." 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings. If discrepancies are discovered, notify Architect promptly. B. General: Engage a professional engineer to lay out the Work using accepted surveying practices. 1. Establish limits on use of Project site. 2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 3. Inform installers of lines and levels to which they must comply. 4. Check the location, level and plumb, of every major element as the Work progresses. 5. Notify Architect when deviations from required lines and levels exceed allowable tolerances. EXECUTION

132 C. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. D. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Make the log available for reference by Architect. 3.4 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas unless otherwise indicated. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Sequence the Work and allow adequate clearances to accommodate movement of construction items on site and placement in permanent locations. F. Tools and Equipment: Where possible, select tools or equipment that minimize production of excessive noise levels. G. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other portions of the Work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. I. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. J. Repair or remove and replace damaged, defective, or nonconforming Work. EXECUTION

133 Comply with Section "Closeout Procedures" for repairing or removing and replacing defective Work. 3.5 CUTTING AND PATCHING A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. C. Temporary Support: Provide temporary support of work to be cut. D. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. E. Adjacent Occupied Areas: Where interference with use of adjoining areas or interruption of free passage to adjoining areas is unavoidable, coordinate cutting and patching according to requirements in Section "Summary." F. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to minimize interruption to occupied areas. G. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond-core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. H. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other work. Patch with durable seams that are as invisible as practicable. Provide materials and comply with installation requirements specified in other Sections, where applicable. EXECUTION

134 Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will minimize evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in-place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface, prepare substrate and apply primer and intermediate paint coats appropriate for substrate over the patch, and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or rehang in-place ceilings as necessary to provide an even-plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition and ensures thermal and moisture integrity of building enclosure. I. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 3.6 OWNER-INSTALLED PRODUCTS A. Site Access: Provide access to Project site for Owner's construction personnel. B. Coordination: Coordinate construction and operations of the Work with work performed by Owner's construction personnel. 1. Construction Schedule: Inform Owner of Contractor's preferred construction schedule for Owner's portion of the Work. Adjust construction schedule based on a mutually agreeable timetable. Notify Owner if changes to schedule are required due to differences in actual construction progress. 2. Preinstallation Conferences: Include Owner's construction personnel at preinstallation conferences covering portions of the Work that are to receive Owner's work. Attend preinstallation conferences conducted by Owner's construction personnel if portions of the Work depend on Owner's construction. 3.7 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F(27 deg C). 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. EXECUTION

135 a. Use containers intended for holding waste materials of type to be stored. 4. Coordinate progress cleaning for joint-use areas where Contractor and other contractors are working concurrently. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in Section "Construction Waste Management and Disposal." H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to ensure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.8 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. B. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Manufacturer's Field Service: Comply with qualification requirements in Section "Quality Requirements." EXECUTION

136 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Protection of Existing Items: Provide protection and ensure that existing items to remain undisturbed by construction are maintained in condition that existed at commencement of the Work. C. Comply with manufacturer's written instructions for temperature and relative humidity. END OF SECTION EXECUTION

137 THIS PAGE INTENTIONALLY BLANK EXECUTION

138 SECTION CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Disposing of nonhazardous demolition and construction waste. B. Related Requirements: 1. Section "Selective Demolition" for disposition of waste resulting from partial demolition of buildings, structures, and site improvements. 1.3 DEFINITIONS A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. B. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations. C. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse or deposit in landfill or incinerator acceptable to authorities having jurisdiction. D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse. E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another facility. F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the Work. 1.4 INFORMATIONAL SUBMITTALS A. Landfill and Incinerator Disposal Records: Indicate receipt and acceptance of waste by landfills and incinerator facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL

139 QUALITY ASSURANCE A. Regulatory Requirements: Comply with hauling and disposal regulations of authorities having jurisdiction. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PLAN IMPLEMENTATION A. General: Implement approved waste management plan. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. 1. Comply with operation, termination, and removal requirements in Section "Temporary Facilities and Controls." B. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work. C. Site Access and Temporary Controls: Conduct waste management operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Comply with Section "Temporary Facilities and Controls" for controlling dust and dirt, environmental protection, and noise control. 3.2 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn waste materials. C. Disposal: Remove waste materials from Owner's property and legally dispose of them. END OF SECTION CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL

140 SECTION CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. 5. Repair of the Work. B. Related Requirements: 1. Section "Photographic Documentation" for submitting final completion construction photographic documentation. 2. Section "Execution" for progress cleaning of Project site. 3. Section "Operation and Maintenance Data" for operation and maintenance manual requirements. 4. Section "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. 1.3 ACTION SUBMITTALS A. Product Data: For cleaning agents. B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. C. Certified List of Incomplete Items: Final submittal at Final Completion. 1.4 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Field Report: For pest control inspection. CLOSEOUT PROCEDURES

141 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in other Sections. 1.6 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's punch list), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 2. Submit closeout submittals specified in other Division 01 Sections, including project record documents, operation and maintenance manuals, final completion construction photographic documentation, damage or settlement surveys, property surveys, and similar final record information. 3. Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 2. Perform preventive maintenance on equipment used prior to Substantial Completion. 3. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. 4. Complete final cleaning requirements, including touchup painting. 5. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect and Construction Manager will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for final completion. CLOSEOUT PROCEDURES

142 FINAL COMPLETION PROCEDURES A. Submittals Prior to Final Completion: Before requesting final inspection for determining final completion, complete the following: 1. Submit a final Application for Payment. 2. Certified List of Incomplete Items: Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit pest-control final inspection report. B. Inspection: Submit a written request for final inspection to determine acceptance a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.8 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in sequential order, starting with exterior areas first. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. c. Name of Architect. d. Name of Contractor. e. Page number. 1.9 SUBMITTAL OF PROJECT WARRANTIES A. Submit warranties and guaranties in accordance with Section Warranties and Guaranties. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. CLOSEOUT PROCEDURES

143 PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. c. Remove tools, construction equipment, machinery, and surplus material from Project site. d. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. e. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. f. Sweep concrete floors broom clean in unoccupied spaces. g. Vacuum carpet and similar soft surfaces, removing debris and excess nap; clean according to manufacturer's recommendations if visible soil or stains remain. h. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Polish mirrors and glass, taking care not to scratch surfaces. i. Remove labels that are not permanent. j. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. k. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. l. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. m. Clean ducts, blowers, and coils if units were operated without filters during construction or that display contamination with particulate matter on inspection. 1) Clean HVAC system in compliance with NADCA Standard Provide written report on completion of cleaning. n. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. o. Leave Project clean and ready for occupancy. C. Construction Waste Disposal: Comply with waste disposal requirements in Section "Construction Waste Management and Disposal." CLOSEOUT PROCEDURES

144 REPAIR OF THE WORK A. Complete repair and restoration operations before requesting inspection for determination of Substantial Completion. B. Repair or remove and replace defective construction. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored, provide replacements. Remove and replace operating components that cannot be repaired. Restore damaged construction and permanent facilities used during construction to specified condition. 1. Remove and replace chipped, scratched, and broken glass, reflective surfaces, and other damaged transparent materials. 2. Touch up and otherwise repair and restore marred or exposed finishes and surfaces. Replace finishes and surfaces that that already show evidence of repair or restoration. a. Do not paint over "UL" and other required labels and identification, including mechanical and electrical nameplates. Remove paint applied to required labels and identification. 3. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. 4. Replace burned-out bulbs, bulbs noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. END OF SECTION CLOSEOUT PROCEDURES

145 THIS PAGE INTENTIONALLY BLANK CLOSEOUT PROCEDURES

146 SECTION OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation and maintenance documentation directory. 2. Emergency manuals. 3. Operation manuals for systems, subsystems, and equipment. 4. Product maintenance manuals. 5. Systems and equipment maintenance manuals. B. Related Requirements: 1. Section "Submittal Procedures" for submitting copies of submittals for operation and maintenance manuals. 1.3 DEFINITIONS A. System: An organized collection of parts, equipment, or subsystems united by regular interaction. B. Subsystem: A portion of a system with characteristics similar to a system. 1.4 CLOSEOUT SUBMITTALS A. Manual Content: Operations and maintenance manual content is specified in individual Specification Sections to be reviewed at the time of Section submittals. Submit reviewed manual content formatted and organized as required by this Section. 1. Architect and Owners representative will comment on whether content of operations and maintenance submittals are acceptable. 2. Where applicable, clarify and update reviewed manual content to correspond to revisions and field conditions. B. Format: Submit operations and maintenance manuals in the following format: 1. PDF electronic file. Assemble each manual into a composite electronically indexed file. Submit on digital media acceptable to Architect. OPERATION AND MAINTENANCE DATA

147 a. Name each indexed document file in composite electronic index with applicable item name. Include a complete electronically linked operation and maintenance directory. b. Enable inserted reviewer Comments on draft submittals. C. Initial Manual Submittal: Submit draft copy of each manual at least 30 days before commencing demonstration and training. Architect and Owners representative will comment on whether general scope and content of manual are acceptable. D. Final Manual Submittal: Submit each manual in final form prior to requesting inspection for Substantial Completion and at least 15 days before commencing demonstration and training. Architect and Owners representative will return copy with comments. 1. Correct or revise each manual to comply with Architect's and Owners representative comments. Submit copies of each corrected manual within 15 days of receipt of Architect's and Owners representative comments and prior to commencing demonstration and training. PART 2 - PRODUCTS 2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY A. Directory: Prepare a single, comprehensive directory of emergency, operation, and maintenance data and materials, listing items and their location to facilitate ready access to desired information. Include a section in the directory for each of the following: 1. List of documents. 2. List of systems. 3. List of equipment. 4. Table of contents. B. List of Systems and Subsystems: List systems alphabetically. Include references to operation and maintenance manuals that contain information about each system. C. List of Equipment: List equipment for each system, organized alphabetically by system. For pieces of equipment not part of system, list alphabetically in separate list. D. Tables of Contents: Include a table of contents for each emergency, operation, and maintenance manual. 2.2 REQUIREMENTS FOR EMERGENCY, OPERATION, AND MAINTENANCE MANUALS A. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. Title page. 2. Table of contents. 3. Manual contents. B. Title Page: Include the following information: 1. Subject matter included in manual. 2. Name and address of Project. OPERATION AND MAINTENANCE DATA

148 Name and address of Owner. 4. Date of submittal. 5. Name and contact information for Contractor. 6. Name and contact information for Architect. 7. Names and contact information for major consultants to the Architect that designed the systems contained in the manuals. 8. Cross-reference to related systems in other operation and maintenance manuals. C. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. D. Manuals, Electronic Files: Submit manuals in the form of a multiple file composite electronic PDF file for each manual type required. 1. Electronic Files: Use electronic files prepared by manufacturer where available. Where scanning of paper documents is required, configure scanned file for minimum readable file size. 2. File Names and Bookmarks: Enable bookmarking of individual documents based on file names. Name document files to correspond to system, subsystem, and equipment names used in manual directory and table of contents. Group documents for each system and subsystem into individual composite bookmarked files, then create composite manual, so that resulting bookmarks reflect the system, subsystem, and equipment names in a readily navigated file tree. Configure electronic manual to display bookmark panel on opening file. 2.3 EMERGENCY MANUALS A. Content: Organize manual into a separate section for each of the following: 1. Type of emergency. 2. Emergency instructions. 3. Emergency procedures. B. Type of Emergency: Where applicable for each type of emergency indicated below, include instructions and procedures for each system, subsystem, piece of equipment, and component: 1. Fire. 2. Gas leak. 3. Water leak. 4. Power failure. 5. System, subsystem, or equipment failure. C. Emergency Instructions: Describe and explain warnings, trouble indications, error messages, and similar codes and signals. Include responsibilities of Owner's operating personnel for notification of Installer, supplier, and manufacturer to maintain warranties. D. Emergency Procedures: Include the following, as applicable: 1. Instructions on stopping. 2. Shutdown instructions for each type of emergency. 3. Operating instructions for conditions outside normal operating limits. 4. Required sequences for electric or electronic systems. OPERATION AND MAINTENANCE DATA

149 OPERATION MANUALS A. Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information: 1. System, subsystem, and equipment descriptions. Use designations for systems and equipment indicated on Contract Documents. 2. Performance and design criteria if Contractor has delegated design responsibility. 3. Operating standards. 4. Operating procedures. 5. Wiring diagrams. 6. Control diagrams. 7. Precautions against improper use. 8. License requirements including inspection and renewal dates. B. Descriptions: Include the following: 1. Product name and model number. Use designations for products indicated on Contract Documents. 2. Manufacturer's name. 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Complete nomenclature and number of replacement parts. C. Operating Procedures: Include the following, as applicable: 1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Instructions on stopping. 5. Normal shutdown instructions. 6. Required sequences for electric or electronic systems. 7. Special operating instructions and procedures. D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. E. Piped Systems: Diagram piping as installed, and identify color-coding where required for identification. 2.5 PRODUCT MAINTENANCE MANUALS A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual and drawing or schedule designation or identifier where applicable. C. Product Information: Include the following, as applicable: OPERATION AND MAINTENANCE DATA

150 Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. 2.6 SYSTEMS AND EQUIPMENT MAINTENANCE MANUALS A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below. B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual and drawing or schedule designation or identifier where applicable. C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: 1. Standard maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. Maintenance Procedures: Include the following information and items that detail essential maintenance procedures: 1. Test and inspection instructions. 2. Troubleshooting guide. 3. Precautions against improper maintenance. 4. Disassembly; component removal, repair, and replacement; and reassembly instructions. 5. Aligning, adjusting, and checking instructions. 6. Demonstration and training video recording, if available. OPERATION AND MAINTENANCE DATA

151 E. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment. 1. Scheduled Maintenance and Service: Tabulate actions for daily, weekly, monthly, quarterly, semiannual, and annual frequencies. 2. Maintenance and Service Record: Include manufacturers' forms for recording maintenance. F. Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. G. Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent. H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. PART 3 - EXECUTION 3.1 MANUAL PREPARATION A. Operation and Maintenance Documentation Directory: Prepare a separate manual that provides an organized reference to emergency, operation, and maintenance manuals. B. Emergency Manual: Assemble a complete set of emergency information indicating procedures for use by emergency personnel and by Owner's operating personnel for types of emergencies indicated. C. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. D. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. 1. Engage a factory-authorized service representative to assemble and prepare information for each system, subsystem, and piece of equipment not part of a system. 2. Prepare a separate manual for each system and subsystem, in the form of an instructional manual for use by Owner's operating personnel. E. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. 1. Prepare supplementary text if manufacturers' standard printed data are not available and where the information is necessary for proper operation and maintenance of equipment or systems. OPERATION AND MAINTENANCE DATA

152 F. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in record Drawings to ensure correct illustration of completed installation. 1. Do not use original project record documents as part of operation and maintenance manuals. 2. Comply with requirements of newly prepared record Drawings in Section "Project Record Documents." G. Comply with Section "Closeout Procedures" for schedule for submitting operation and maintenance documentation. END OF SECTION OPERATION AND MAINTENANCE DATA

153 THIS PAGE INTENTIONALLY BLANK OPERATION AND MAINTENANCE DATA

154 SECTION WARRANTIES AND GUARANTEES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Division 00 and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for warranties required by the Contract Documents, including manufacturer s standard warranties on products and special warranties. 1. Refer to the General Conditions for terms of the Contractor's period for correction of the Work. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 01 Section "Submittal Procedures" specifies procedures for submitting warranties. 2. Division 01 Section "Closeout Procedures" specifies contract closeout procedures. 3. Divisions 02 through 49 Sections for specific requirements for warranties on products and installations specified to be warranted. 4. Certifications and other commitments and agreements for continuing services to Owner are specified elsewhere in the Contract Documents. C. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates the products. Manufacturer's disclaimers and limitations on product warranties do not relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor. 1.3 DEFINITIONS A. Standard product warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the Owner. B. Special warranties are written warranties required by or incorporated in the Contract Documents, either to extend time limits provided by standard warranties or to provide greater rights for the Owner. 1.4 WARRANTY REQUIREMENTS A. Related Damages and Losses: When correcting failed or damaged warranted construction, remove and replace construction that has been damaged as a result of such failure or must be removed and replaced to provide access for correction of warranted construction. B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be WARRANTIES AND GUARANTEES

155 equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of the Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the Owner has benefited from use of the Work through a portion of its anticipated useful service life. D. Owner's Recourse: Expressed warranties made to the Owner are in addition to implied warranties and shall not limit the duties, obligations, rights, and remedies otherwise available under the law. Expressed warranty periods shall not be interpreted as limitations on the time in which the Owner can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selection to products with warranties not in conflict with requirements of the Contract Documents. E. Where the Contract Documents require a special warranty, or similar commitment on the Work or part of the Work, the Owner reserves the right to refuse to accept the Work, until the Contractor presents evidence that entities required to countersign such commitments are willing to do so. 1.5 GUARANTEE A. Guarantee: Manufacturer and Installer guarantee that products or materials having extending warrantee will remain in specified and installed condition that require any repair or deleterious to product or material that manufacturer and Installer will provide new or repair materials or products for same period as warranty issued from date of substantial completion. Include all labor and materials in order to replace at no additional cost to Owner. Guarantee includes but not limited to improper workmanship, deterioration of material or product and related components overburden product or materials a result of ordinary wear and tear. 1.6 SUBMITTALS A. Submit written warranties and guarantee as a single submittal as part of Project Close Out to the Architect prior to the date certified for Substantial Completion. If the Architect's Certificate of Substantial Completion designates a commencement date for warranties other than the date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of the Architect. 1. When a designated portion of the Work is completed and occupied or used by the Owner, by separate agreement with the Contractor during the construction period, submit properly executed warranties to the Architect within 15 days of completion of that designated portion of the Work. B. When the Contract Documents require the Contractor, or the Contractor and a subcontractor, supplier or manufacturer to execute a special warranty, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the Owner, through the Architect, for approval prior to final execution. C. Form of Submittal: Compile 3 copies of each required warranty and guarantee properly executed by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Project Manual. PART 2 - PRODUCTS (Not Used) WARRANTIES AND GUARANTEES

156 PART 3 EXECUTION 3.1 LIST OF WARRANTIES A. Schedule: Provide warranties on products and installations as specified in each Section herein. B. Guarantee: Provide guarantee as listed in each section and for each product and materials having extended warranties. 3.2 WARRANTIES AND GUARANTEE A. Submittal Time: Submit written warranties and guarantee on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Warranty Electronic File: Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide bookmarked table of contents at beginning of document. D. Provide additional copies of each warranty to include in operation and maintenance manuals. E. Note: Certain warranties require periodic maintenance on the part of the Owner in order to remain in effect. Instruct Owner shall of the requirements of maintaining a warranty applicable to the Project. END OF SECTION WARRANTIES AND GUARANTEES

157 THIS PAGE INTENTIONALLY BLANK WARRANTIES AND GUARANTEES

158 SECTION PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. B. Related Sections include the following: 1. Division 01 Section "Closeout Procedures" for general closeout procedures. 2. Division 01 Section "Operation and Maintenance Data" for operation and maintenance manual requirements. 3. Divisions 02 through 49 Sections for specific requirements for Project Record Documents of the Work in those Sections. 1.3 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit copies of Record Drawings as follows: a. Initial Submittal: Submit PDF electronic files of scanned record prints and one of file prints. b. Final Submittal: Submit PDF electronic files of scanned record prints and one set(s) of prints. B. Record Specifications: Submit annotated PDF electronic files of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit annotated PDF electronic files and directories of each Product Data submittal. 1. Where Record Product Data is required as part of operation and maintenance manuals, submit marked-up Product Data as an insert in manual instead of submittal as Record Product Data. PROJECT RECORD DOCUMENTS

159 PART 2 - PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue- or black-line white prints of the Contract Drawings and Shop Drawings. 1. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked-up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an understandable drawing technique. c. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. c. Depths of foundations below first floor. d. Locations and depths of underground utilities. e. Revisions to routing of piping and conduits. f. Revisions to electrical circuitry. g. Actual equipment locations. h. Duct size and routing. i. Locations of concealed internal utilities. j. Changes made by Change Order or Construction Change Directive. k. Changes made following Architect's written orders. l. Details not on the original Contract Drawings. m. Field records for variable and concealed conditions. n. Record information on the Work that is shown only schematically. 3. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings. 4. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Record Digital Drawings: Immediately before inspection for Certificate of Substantial Completion, review marked-up Record Prints with Architect. When authorized, prepare a full set of corrected Digital Drawings of the Contract Drawings, as follows: 1. Format: Same Digital program, version, and operating system as the original Contract Drawings. 2. Format: Digital, Version, same as original Contract Documents, operating in Microsoft Windows operating system. PROJECT RECORD DOCUMENTS

160 Incorporate changes and additional information previously marked on Record Prints. Delete, redraw, and add details and notations where applicable. 4. Refer instances of uncertainty to Architect for resolution. 5. Architect will furnish Contractor one set of Digital Drawings of the Contract Drawings for use in recording information. a. Architect makes no representations as to the accuracy or completeness of Digital Drawings as they relate to the Contract Drawings. b. Digital Software Program: The Contract Drawings are available in Revit or AutoCAD program. C. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing Record Drawings where Architect determines that neither the original Contract Drawings nor Shop Drawings are suitable to show actual installation. 1. New Drawings may be required when a Change Order is issued as a result of accepting an alternate, substitution, or other modification. 2. Consult Architect for proper scale and scope of detailing and notations required to record the actual physical installation and its relation to other construction. Integrate newly prepared Record Drawings into Record Drawing sets; comply with procedures for formatting, organizing, copying, binding, and submitting. D. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize Record Prints and newly prepared Record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Record Transparencies: Organize into unbound sets matching Record Prints. Place transparencies in durable tube-type drawing containers with end caps. Mark end cap of each container with identification. If container does not include a complete set, identify Drawings included. 3. Record Digital Drawings: Organize Digital information into separate electronic files that correspond to each sheet of the Contract Drawings. Name each file with the sheet identification. Include identification in each Digital file. 4. Identification: As follows: a. Project name. b. Date. c. Designation "PROJECT RECORD DRAWINGS." d. Name of Architect. e. Name of Contractor. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. PROJECT RECORD DOCUMENTS

161 For each principal product, indicate whether Record Product Data has been submitted in operation and maintenance manuals instead of submitted as Record Product Data. 5. Note related Change Orders, Record Product Data, and Record Drawings where applicable. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, Record Specifications, and Record Drawings where applicable. 2.4 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Architect's reference during normal working hours. END OF SECTION PROJECT RECORD DOCUMENTS

162 APPENDIX A SUPPLEMENTARY CONDITIONS INSURANCE REQUIREMENTS SUPPLEMENTARY CONDITIONS INSURANCE REQUIREMENTS APPENDIX A

163

164

165

166

167

168 END OF APPENDIX A SUPPLEMENTARY CONDITIONS INSURANCE REQUIREMENTS APPENDIX A

169 THIS PAGE INTENTIONALLY BLANK SUPPLEMENTARY CONDITIONS INSURANCE REQUIREMENTS APPENDIX A

170 APPENDIX B STAGING AREA MAP STAGING AREA MAP APPENDIX B

171 STOP STOP STOP STAGING NOTES: R3 STAGING NOTES (Continued): 1. USING STAGING INFORMATION PROVIDED IN THE PROJECT DOCUMENTS AS A GUIDE, CONTRACTOR SHALL DETERMINE AND COORDINATE FINAL PROJECT PHASING / STAGING WITH SMAA ENGINEERING AND OPERATIONS STAFF. SUBMIT A WORKING PROJECT SCHEDULE WHICH DESCRIBES RET. THE SEQUENCING OF WORK FOR THE ENTIRE PROJECT DURATION POND BROKEN INTO RESULTING AGREED UPON PHASING. PLOTTED: 9/12/2018 4:05:57 PM; BY: Rob Walker; ----; ---- LOTab: G001_STAGINGAREA FILE: L:\Proj\SRQ\Terminal\Ph7_GL _BoardRm_APD_3Fl-Renov\3_Construction\Dwgs\ _StagingAreaMapBySMAAEng\G001_StagingAreaMap_r dwg MANATEE COUNTY SARASOTA COUNTY STAGING LEGEND: CONTRACTOR EMPLOYEE PARKING LOCATION BRADENTON = CONTRACTOR STAGING AREA = ACCESS / HAUL ROUTE SHELL STATION U.S. 41 (NORTH TAMIAMI TRAIL) GATE 46S CONNECTOR GENERAL SPAATZ BLVD. AIRPORT AUDITORIUM R1 NEW COLLEGE OF FLORIDA TW 'B' SRQ EMPLOYEE PARKING LANE TUG LANE DMA / JMA BUILDING / SMAA ENGR. DEPT. BAGGAGE WING AIRSIDE / COUNCOURSE 'B' RAC / PUBLIC PARKING TICKET WING SARASOTA COUNTY CITY OF SARASOTA AIRPORT CIRCLE 2. SUBMIT FOR OWNER REVIEW, A STAGING AND SECURITY FENCING PLAN WHICH INDICATES THE PROPOSED LOCATIONS FOR EXCLUSIVE USE BY CONTRACTOR DURING THE PROJECT FOR STORAGE OF MATERIALS & EQUIPMENT, LOADING / UNLOADING AND SHORT TERM PARKING OF CONTRACTOR VEHICLES AND LOCATIONS OF DUMPSTERS OR ROLL-OFF BOXES. CONSTRUCTION MATERIALS AND SUPPLIES MAY BE SECURED IN LOCKED CONTAINERS OR IN AREAS BOUNDED BY TEMPORARY SECURED CHAIN-LINK FENCING (6 FT. HIGH MIN.) PROVIDED BY THE CONTRACTOR. 3. DESIGNATED PARKING FOR CONTRACTOR CONSTRUCTION VEHICLES SHALL BE APPROVED BY SMAA ON SUBMITTED STAGING PLAN. VEHICLE MARKINGS MUST BE DISPLAYED AT ALL TIME AND PERMITS MUST BE OBTAINED FROM THE SMAA SECURITY OFFICE. CONTRACTOR'S EMPLOYEE VEHICLE PARKING AREA AS DESIGNATED IN PLAN. 4. ACCESS TO THE SITE, HAUL ROUTE FOR MATERIALS, SAFETY AND SECURITY MEASURES, AND PROCEDURES AND HOURS OF WORK SHALL BE COORDINATED BY THE CONTRACTOR WITH SMAA. PRIMARY CONSTRUCTION VEHICLE ACCESS THROUGH SECURITY PERIMETER FENCE AS DESIGNATED IN PLAN. TERMINAL R4 5. DEMOLITION ACTIVITY SHALL BE CONTROLLED TO COMPLY WITH AIRPORT PROJECT PROCEDURES AND FOD (FOREIGN OBJECT DEBRIS) CONTROL REQUIREMENTS. DEMOLITION AND CONSTRUCTION DEBRIS SHALL BE CONTAINED IN COVERED ROLL-OFF CONTAINERS AND DISPOSED OF FREQUENTLY. TUG LANE GATE 15S STOP CONTRACTOR STAGING AREA VALET & PUBLIC PARKING AIR RENTAL CAR ROAD UNIVERSITY PARKWAY (CR 610) R5 STOP SRQ FUEL FARM CARGO STOP STOP STOP STOP TW 'A' A8 AVE. A PRIORITY MUST BE GIVEN TO FUEL TRUCKS AT THIS INTERSECTION!! BRADENTON ROAD A10 AIR CARGO / SMAA WAREHOUSE STOP C4 TW 'C' SMAA FACILITIES VEHICLE STORAGE BUILDING SMAA FACILITIES & MAINTENANCE DEPT. STOP AIRFIELD SERVICE ROAD GATE 19S SRQ - Terminal Renovation, Phase 7; SMAA Board Room; Operations Badging Area; Police Dept. ACCESS ROUTES - STAGING AREA and EMPLOYEE PARKING AREA 6000 Airport Circle; Sarasota, FL Sarasota County; Sec.01, Twn.36S, Rge.17E G001 1 of 1 ENGINEERING, PLANNING, & FACILITIES DEPARTMENT 6000 AIRPORT CIR., SARASOTA, FL

FORMER ATCT DEMOLITION SARASOTA MANATEE AIRPORT AUTHORITY

FORMER ATCT DEMOLITION SARASOTA MANATEE AIRPORT AUTHORITY BID-01-2019-ATCTDEMO PROJECT MANUAL FOR FORMER ATCT DEMOLITION AT SARASOTA MANATEE AIRPORT AUTHORITY BID DOCUMENTS January 14, 2019 FDOT FM Project No. 425511-1-94-01 TABLE OF CONTENTS BIDDING REQUIREMENTS

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

PROJECT MANUAL EMPLOYEE PARKING LOT MODIFICATIONS

PROJECT MANUAL EMPLOYEE PARKING LOT MODIFICATIONS BID-05-2018-EMP PROJECT MANUAL FOR EMPLOYEE PARKING LOT MODIFICATIONS AT SARASOTA MANATEE AIRPORT AUTHORITY BID DOCUMENTS November 5, 2018 TABLE OF CONTENTS BIDDING REQUIREMENTS Notice to Bidders Instructions

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM CITY OF DE PERE PROJECT 18-12 VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 2018 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN

More information

PART I PERTAINING TO THE SPECIFICATIONS: Specification section (0.04) o Page 4, The bid form has been revised to include Alternate 4.

PART I PERTAINING TO THE SPECIFICATIONS: Specification section (0.04) o Page 4, The bid form has been revised to include Alternate 4. Addendum # 1 October 9, 2017 Sarasota Manatee Airport Authority Renovation of SRQ Airport Authority Boardroom, Police Department & Badging Area The following items represent clarifications, additions,

More information

FORT WAYNE-ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS LOCATION BASED INSPECTION/WORK ORDER SOFTWARE PROCUREMENT

FORT WAYNE-ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS LOCATION BASED INSPECTION/WORK ORDER SOFTWARE PROCUREMENT FORT WAYNE-ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS LOCATION BASED INSPECTION/WORK ORDER SOFTWARE PROCUREMENT A. Introduction a) General Information The Fort Wayne-Allen County Airport Authority

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM CITY OF DE PERE PROJECT 16-10 HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 2016 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN website

More information

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE Specifications For Shermco Project 91000154 Panora Substation Construction Panora Municipal Electric Panora, Iowa April 21, 2017 BID ISSUE Prepared Under Direction of: Michael Thorson Shermco Industries

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

NORTH BAY VILLAGE, FLORIDA INVITATION TO BID BID NO. NBV

NORTH BAY VILLAGE, FLORIDA INVITATION TO BID BID NO. NBV NORTH BAY VILLAGE, FLORIDA INVITATION TO BID FOR WATERMETERREPLACEMENT PROGRAM BID NO. NBV 2017-001 SEALED PROPOSALS WILL BE RECEIVED BY THE VILLAGE CLERK, 1666 KENNEDY CAUSEWAY,SUITE 300, NORTH BAY VILLAGE,

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

THE CITY OF LAKE FOREST

THE CITY OF LAKE FOREST THE CITY OF LAKE FOREST SPECIFICATIONS FOR Barrell Memorial Gate Restoration Project at the Lake Forest Cemetery January 4, 2019 TABLE OF CONTENTS SECTION 00030... 4 ADVERTISEMENT FOR BIDS... 4 SECTION

More information

Powell Substation Control Panels Replacement Project

Powell Substation Control Panels Replacement Project PAGE UTILITY ENTERPRISES 640 Haul Road Page, Arizona 86040 Powell Substation Control Panels Replacement Project Volume I - Bidding Documents Bid #206 Bidder s Name and Address May 2016 Intermountain Consumer

More information

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

SUMMARY TO MINUTES OF PRE-BID CONFERENCE FOR T-HANGAR REPLACEMENT

SUMMARY TO MINUTES OF PRE-BID CONFERENCE FOR T-HANGAR REPLACEMENT SUMMARY TO MINUTES OF PRE-BID CONFERENCE FOR T-HANGAR REPLACEMENT SARASOTA BRADENTON INTERNATIONAL AIRPORT August 14, 2017 10:00 AM 1. INTRODUCTION Sign-in Sheet. 2. SUBMITTAL The Bid opening date is Wednesday

More information

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO PROJECT MANUAL FOR CONTRACT NO. 016-00781-01 GAS TURBINE GENERATOR NO. 9 ROOF REPLACEMENT PROJECT FEBRUARY 2018 1001 Madison Avenue

More information

Mabton Canal Improvement Project MP Reservoir

Mabton Canal Improvement Project MP Reservoir 100% Submittal Mabton Canal Improvement Project MP 12.48 Reservoir Specifications Prepared By Sunnyside Valley Irrigation District 120 South 11th Street Sunnyside, WA 98944 June 2010 BIDDING REQUIREMENTS

More information

EXHIBIT B CIVIL RIGHTS / NON DISCRIMINATION FEDERAL

EXHIBIT B CIVIL RIGHTS / NON DISCRIMINATION FEDERAL EXHIBIT B CIVIL RIGHTS / NON DISCRIMINATION FEDERAL Subject to the applicability criteria noted, these provisions apply. Failure to comply with the terms of these Civil Rights provisions may be sufficient

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

More information

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE The Towns of Readfield and Winthrop, acting by and through the Maranacook Lake Outlet Dam Committee, are

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

CITY OF FLINT, MICHIGAN

CITY OF FLINT, MICHIGAN CITY OF FLINT, MICHIGAN DEPARTMENT OF PURCHASES & SUPPLIES PROJECT MANUAL FOR 2018 PHASE V HYDROVAC EXPLORATION Proposal No. 18-570 JANUARY 24, 2018 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FLINT Department

More information

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR PARKVIEW / LANTRIP RETAINING WALL REPLACEMENT Project Number KIL001C ISSUED FOR BID Submission Deadline: Tuesday, December 19 th, 2017 at 2 p.m. Submit

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL WASHINGTON COMMUNITY SCHOOLS Washington, Indiana PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

MULLER LANE EAST BROCKLISS SLOUGH BRIDGE SEWER FORCE MAIN RELOCATION

MULLER LANE EAST BROCKLISS SLOUGH BRIDGE SEWER FORCE MAIN RELOCATION CONTRACT DOCUMENTS and CONSTRUCTION SPECIFICATIONS for MULLER LANE EAST BROCKLISS SLOUGH BRIDGE SEWER FORCE MAIN RELOCATION DOUGLAS COUNTY SEWER IMPROVEMENT DISTRICT NO. 1 ZEPHYR COVE, NEVADA Rob Hopkins,

More information

OSNI PONCA OFFICE REMODEL

OSNI PONCA OFFICE REMODEL OSNI PONCA OFFICE REMODEL PROJECT MANUAL OCTOBER 2016 SCHEMMER PROJECT NO. 06571.002 OSNI PONCA OFFICE REMODEL TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000115 LIST OF DRAWING

More information

WASTEWATER TREATMENT PLANT MICROTURBINES AND DIGESTER GAS CONDITIONING SKID EQUIPMENT

WASTEWATER TREATMENT PLANT MICROTURBINES AND DIGESTER GAS CONDITIONING SKID EQUIPMENT MARIN COUNTY, CALIFORNIA CONTRACT DOCUMENTS FOR WASTEWATER TREATMENT PLANT MICROTURBINES AND DIGESTER GAS CONDITIONING SKID EQUIPMENT JOB NO. 14600-04 February 2015 DISTRICT BOARD Rabi Elias President

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

BIDDING DOCUMENTS KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT WHEELER, INDIANA

BIDDING DOCUMENTS KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT WHEELER, INDIANA BIDDING DOCUMENTS FOR THE KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT IN WHEELER, INDIANA SEPTEMBER 8, 2017 PREPARED BY: PORTER CO. DEPT. OF DEVELOPMENT & STORM WATER MANAGEMENT 155 INDIANA AVE.,

More information

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS Contract 1 GENERAL CONSTRUCTION Prepared for: VILLAGE OF ADDISON 35 TUSCARORA STREET ADDISON, NY 14801 Prepared by: LARSON DESIGN GROUP 1 West

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

Powell Substation 21.6kV Switching Modification Project

Powell Substation 21.6kV Switching Modification Project PAGE UTILITY ENTERPRISES 640 Haul Road Page, Arizona 86040 Powell Substation 21.6kV Switching Modification Project Volume I - Bidding Documents Bid #207 Bidder s Name and Address October 2016 Intermountain

More information

HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION

HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION Project Manual prepared for JACKSON COUNTY UTILITY AUTHORITY PREPARED BY: COMPTON ENGINEERING, INC. 1706 CONVENT AVE. PASCAGOULA, MISSISSIPPI

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

More information

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor 2375 Roosevelt Street Dubuque, IA 52001 Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor Kitchen Ventilation SUNNYCREST MANOR KITCHEN VENTILATION 2375

More information

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION WILLIAM A. BELL, SR. MAYOR ROOM 220 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, ALABAMA 35203-2292 INVITATION TO

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY. Normal, Alabama

BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY. Normal, Alabama BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY Normal, Alabama MIMS ENGINEERING, INC., 112B Southside Square, Huntsville, AL 35801 May 2, 2018 BOILER REPLACEMENT AT SCHOOL OF ENGINEERING

More information

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide

More information

PUBLIC SAFETY BUILDING BUILDING DEMOLITION

PUBLIC SAFETY BUILDING BUILDING DEMOLITION Contract No. BE19-117 File No. 2003 SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT REQUIREMENTS No.

More information

Request for Proposal for Annual Financial Audit Services

Request for Proposal for Annual Financial Audit Services Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,

More information

SPECIFICATIONS & CONTRACT DOCUMENTS Sanitary Sewer Manhole Replacement and Bypass Contract 2013 FOR. The Town of Tyrone

SPECIFICATIONS & CONTRACT DOCUMENTS Sanitary Sewer Manhole Replacement and Bypass Contract 2013 FOR. The Town of Tyrone SPECIFICATIONS & CONTRACT DOCUMENTS Sanitary Sewer Manhole Replacement and Bypass Contract 2013 FOR The Town of Tyrone March 2013 Map of Approximate Vicinity Where Sewer Manhole Replacement and By Pass

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

THIRD STREET WATER MAIN REPLACEMENT PROJECT

THIRD STREET WATER MAIN REPLACEMENT PROJECT MARINA COAST WATER DISTRICT THIRD STREET WATER MAIN REPLACEMENT PROJECT CIP NO. OW-0240 June 2015 00010-1 Third Street Water Main Replacement Project CIP No. OW-0240 Document 00050 Marina Coast Water

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

More information

REQUEST FOR QUALIFICATIONS PROFESSIONAL AIRPORT ENGINEERING SERVICES RUNWAY 16R-34L IMPROVEMENTS PROGRAM RENO-TAHOE INTERNATIONAL AIRPORT

REQUEST FOR QUALIFICATIONS PROFESSIONAL AIRPORT ENGINEERING SERVICES RUNWAY 16R-34L IMPROVEMENTS PROGRAM RENO-TAHOE INTERNATIONAL AIRPORT REQUEST FOR QUALIFICATIONS PROFESSIONAL AIRPORT ENGINEERING SERVICES RUNWAY 16R-34L IMPROVEMENTS PROGRAM RENO-TAHOE INTERNATIONAL AIRPORT The Reno-Tahoe Airport Authority (RTAA) Reno, Nevada, is seeking

More information

DOCUMENT BID FORM. Village of Middle Point

DOCUMENT BID FORM. Village of Middle Point DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

Pelham Falls #1 Force Main Relocation

Pelham Falls #1 Force Main Relocation THIS AGREEMENT IS SUBJECT TO ARBITRATION PURSUANT TO THE SOUTH CAROLINA UNIFORM ARBITRATION ACT.: SC CODE ANN. 15-48-10 ET SEQ. AND THE FEDERAL ARBITRATION ACT 9 U.S.C. 1 ET SEQ. RENEWABLE WATER RESOURCES

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

CITY OF DE PERE PROJECT CIPP SEWER LINING BID DATE: JANUARY 31, 1:00 PM

CITY OF DE PERE PROJECT CIPP SEWER LINING BID DATE: JANUARY 31, 1:00 PM CITY OF DE PERE PROJECT 19-03 CIPP SEWER LINING BID DATE: JANUARY 31, 2019 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN website

More information

LaBella Associates, D.P.C. City of Ithaca January, 2016 Project Cass Park Ice Rink Renovations Phase 2 Roof and Lighting Replacement

LaBella Associates, D.P.C. City of Ithaca January, 2016 Project Cass Park Ice Rink Renovations Phase 2 Roof and Lighting Replacement TABLE OF CONTENTS: BID DOCUMENTS: Document Name Document Number Pages Table of Contents 1-3 Advertisement for Bids 1 1 Instructions to Bidders 2 3-8 Supplemental Instructions to Bidders 3 9 Description

More information

LaBella Associates, D.P.C. City of Ithaca January, 2016 Project Cass Park Ice Rink Renovations Phase 2 Roof and Lighting Replacement

LaBella Associates, D.P.C. City of Ithaca January, 2016 Project Cass Park Ice Rink Renovations Phase 2 Roof and Lighting Replacement TABLE OF CONTENTS: BID DOCUMENTS: Document Name Document Number Pages Table of Contents 1-3 Advertisement for Bids 1 1 Instructions to Bidders 2 3-8 Supplemental Instructions to Bidders 3 9 Description

More information

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00410 BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith Engineering Services

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

City of Northfield Engineering Department

City of Northfield Engineering Department City of Northfield Engineering Department 801 Washington Street * Northfield, MN 55057 Engineering Standard Specifications City of Northfield, Minnesota May 2017 ENGINEERING STANDARD SPECIFICATIONS CITY

More information

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

Section IV. Bidding Forms

Section IV. Bidding Forms Section IV. Bidding Forms 1-1 Section IV. Bidding Forms Table of Forms Letter of Bid... 3 Form of Bid Security (Bank Guarantee)... 6 Form of Bid Security (Bid Bond)... 7 Form of Bid-Securing Declaration...

More information

ELECTRONIC COPY NOT FOR BIDDING PURPOSES ALL BIDDERS SHALL BE ON THE OFFICIAL BIDDER'S LIST

ELECTRONIC COPY NOT FOR BIDDING PURPOSES ALL BIDDERS SHALL BE ON THE OFFICIAL BIDDER'S LIST SECTION 00000 TABLE OF CONTENTS CITY OF PICAYUNE ROOF REHABILITATION FOR PICAYUNE POLICE DEPARTMENT PICAYUNE, MS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS 00001... Advertisement for Bids 00100...

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS Sealed Bids for the Owensville Wastewater Inflow/Infiltration Reduction Project for the Town of Owensville, Indiana (herein called the "OWNER") will be received by the Owner at the Owensville Town Hall,

More information

Powell Substation Transformer T2 Replacement Project

Powell Substation Transformer T2 Replacement Project PAGE UTILITY ENTERPRISES 640 Haul Road Page, Arizona 86040 Powell Substation Transformer T2 Replacement Project Volume I - Bidding Documents Bid #226 Bidder s Name and Address July 2018 Intermountain Consumer

More information