Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters

expired opportunity(Expired)
From: Okaloosa(County)
ITB TDD 21-20

Basic Details

started - 31 Dec, 2019 (about 4 years ago)

Start Date

31 Dec, 2019 (about 4 years ago)
due - 15 Jan, 2020 (about 4 years ago)

Due Date

15 Jan, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
ITB TDD 21-20

Identifier

ITB TDD 21-20
Okaloosa County

Customer / Agency

Okaloosa County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

INVITATION TO BID (ITB) & RESPONDENT’S ACKNOWLEDGEMENT ITB TITLE: EMERALD COAST CONVENTION CENTER RESTROOM RENOVATIONS AND MEETING ROOM COUNTERS ITB NUMBER: ITB TDD 21-20 ISSUE DATE: MANDATORY-PRE BID MEETING: LAST DAY FOR QUESTIONS: December 09, 2019 8:00 A.M. (CST) December 30, 2019 9:00 A.M. (CST) January 02, 2020 3:00 P.M. (CST) ITB OPENING DATE & TIME: January 15, 2020 3:00 P.M. (CST) NOTE: BIDS RECEIVED AFTER THE BID OPENING DATE & TIME WILL NOT BE CONSIDERED. Okaloosa County, Florida solicits your company to submit a bid on the above referenced goods or services. All terms, specifications and conditions set forth in this ITB are incorporated into your response. A bid will not be accepted unless all conditions have been met. All bids must have an authorized signature in the space provided below. All bids must be sealed and received by the Okaloosa County Clerk of Court by the “ITB Opening Date & Time” referenced above. Okaloosa County is not responsible for lost or late delivery
of bids by the U.S. Postal Service or other delivery services used by the respondent. Neither faxed nor electronically submitted bids will be accepted. Bids may not be withdrawn for a period of ninety (90) days after the bid opening unless otherwise specified RESPONDENT ACKNOWLEDGEMENT FORM BELOW MUST BE COMPLETED, SIGNED, AND RETURNED AS PART OF YOUR BID. BIDS WILL NOT BE ACCEPTED WITHOUT THIS FORM, SIGNED BY AN AUTHORIZED AGENT OF THE RESPONDENT. COMPANY NAME MAILING ADDRESS CITY, STATE, ZIP FEDERAL EMPLOYER’S IDENTIFICATION NUMBER (FEIN): TELEPHONE NUMBER: EXT: FAX: EMAIL: I CERTIFY THAT THIS BID IS MADE WITHOUT PRIOR UNDERSTANDING, AGREEMENT, OR CONNECTION WITH ANY OTHER RESPONDENT SUBMITTING A BID FOR THE SAME MATERIALS, SUPPLIES, EQUIPMENT OR SERVICES, AND IS IN ALL RESPECTS FAIR AND WITHOUT COLLUSION OR FRAUD. I AGREE TO ABIDE BY ALL TERMS AND CONDITIONS OF THIS BID AND CERTIFY THAT I AM AUTHORIZED TO SIGN THIS BID FOR THE RESPONDENT. AUTHORIZED SIGNATURE: TYPED OR PRINTED NAME TITLE: DATE Rev: September 22, 2015 GENERAL SERVICES INSURANCE REQUIREMENTS BONDING REQUIREMENTS 1. Bid Bond: A bid bond, in the form prescribed, Cashier’s or Certified check, is required in an amount not less than five percent (5%) of the total contract amount. The Bid Bond must be attached to the bid. 2. Performance and Payment Bond: The successful Respondent shall furnish to the County, without extra compensation, and shall maintain in effect throughout the life of the Contract, and for the duration of the period described in the bond, acceptable Performance and Payment bonds in sums at least equal to the full amount of the Contract, conditioned to indemnify and save harmless the County from and against any loss, damage, or expense ensuing from failure on the part of the Contractor to faithfully and properly perform the Contract or to promptly pay all its subcontractors, suppliers, material, men or laborers for work completed on the Project. The required forms for the performance and payment bonds are included herein. If within ten (10) calendar days after the acceptance of the bid, the successful Respondent shall refuse or neglect to execute the contract and to furnish the required performance and payment bonds properly signed by the Respondent and the surety or sureties satisfactorily to the County, the Respondent shall be deemed to be in default and the County will retain the bid surety as liquidated damages, but not as a penalty. The County reserves the option to accept the bid of any of the other Respondents within ten (10) calendar days from default, in which case such acceptance shall have the same effect on such Respondent as though they were the original, successful Respondent. CONTRACT TERM: The total number of days to substantial completion for the project is anticipated to be two-hundred sixty days (260) calendar days with the final completion date at two-hundred ninety days (290) calendar days. Estimated Notice to Proceed Date will be March 2020. Anticipated Sequence of Work 1. Start of Construction – Meeting Room Counters – At Notice to Proceed Date 2. Substantial Completion - Meeting Room Counters – 90 days from Notice to Proceed Date 3. Start of Construction – Restrooms #1 & #2 – 60 days from Notice to Proceed Date 4. Substantial Completion - Restrooms #1 & #2 – 120 days from Notice to Proceed Date 5. Start of Construction – Restrooms #5 & #6 – 120 days from Notice to Proceed Date 6. Substantial Completion - Restrooms #5 & #6 – 180 days from Notice to Proceed Date 7. Start of Construction – Restrooms #3 & #4 – 180 days from Notice to Proceed Date 8. Substantial Completion - Restrooms #3 & #4 – 260 days from Notice to Proceed Date LIQUIDATED DAMAGES: In the event that Substantial Completion is not achieved by the Substantial Completion Date, except as a result only from delays for which the County is chargeable under the Contract Documents, Bidder agrees that Owner shall have the right to deduct from any sums due to Bidder hereunder the sum of eight hundred dollars ($800.00) for each day that Substantial Completion is delayed. CONTRACTORS INSURANCE 1. The Contractor shall not commence any work in connection with this Agreement until obtaining all required insurance and the certificate of insurance has been approved by the Okaloosa County Risk Manager or designee. 2. All insurance policies shall be with insurers authorized to do business in the State of Florida and having a minimum rating of A, Class X in the Best Key Rating Guide published by A.M. Best & Co. Inc. 3. All insurance shall include the interest of all entities named and their respective officials, employees & volunteers of each and all other interests as may be reasonably required by Okaloosa County. The coverage afforded the Additional Insured under this policy shall be primary insurance. If the Additional Insured have other insurance that is applicable to the loss, such other insurance shall be on an excess or contingent basis. The amount of the company’s liability under this policy shall not be reduced by the existence of such other insurance. 4. Where applicable the County shall be shown as an Additional Insured with a waiver of subrogation on the Certificate of Insurance. 5. The County shall retain the right to reject all insurance policies that do not meet the requirement of this Agreement. Further, the County reserves the right to change these insurance requirements with 60-day prior written notice to the Contractor. 6. The County reserves the right at any time to require the Contractor to provide copies of any insurance policies to document the insurance coverage specified in this Agreement. 7. Any subsidiaries used shall also be required to obtain and maintain the same insurance requirements as are being required herein of the Contractor. 8. Any exclusions or provisions in the insurance maintained by the Contractor that excludes coverage for work contemplated in this agreement shall be deemed unacceptable and shall be considered a breach of contract. WORKERS’ COMPENSATION INSURANCE 1. The Contractor shall secure and maintain during the life of this Agreement Workers’ Compensation insurance for all of his employees employed for the project or any site connected with the work, including supervision, administration or management of this project and in case any work is sublet, with the approval of the County, the Contractor shall require the Subcontractor similarly to provide Workers’ Compensation insurance for all employees employed at the site of the project, and such evidence of insurance shall be furnished to the County not less than ten (10) days prior to the commencement of any and all sub-contractual Agreements which have been approved by the County. 2. Contractor must be in compliance with all applicable State and Federal workers’ compensation laws, including the U.S. Longshore Harbor Workers’ Act or Jones Act, if applicable. 3. No class of employee, including the Contractor himself, shall be excluded from the Workers’ Compensation insurance coverage. The Workers’ Compensation insurance shall also include Employer’s Liability coverage. 4. A Waiver of Subrogation is required to be shown on all Workers Compensation Certificates of Insurance. BUSINESS AUTOMOBILE LIABILITY Coverage must be afforded for all Owned, Hired, Scheduled, and Non-Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 (One Million Dollars) combined single limit each accident. If the contractor does not own vehicles, the contractor shall maintain coverage for Hired & Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Policy. Contractor must maintain this insurance coverage throughout the life of this Agreement. COMMERCIAL GENERAL LIABILITY INSURANCE 1. The Contractor shall carry Commercial General Liability insurance against all claims for Bodily Injury, Property Damage and Personal and Advertising Injury caused by the Contractor. 2. Commercial General Liability coverage shall include the following: 1.) Premises & Operations Liability 2.) Bodily Injury and Property Damage Liability 3.) Independent Contractors Liability 4.) Contractual Liability 5.) Products and Completed Operations Liability 3. Contractor shall agree to keep in continuous force Commercial General Liability coverage for the length of the contract. INSURANCE LIMITS OF LIABILITY The insurance required shall be written for not less than the following, or greater if required by law and shall include Employer’s liability with limits as prescribed in this contract: LIMIT 1. Workers’ Compensation 1.) State Statutory 2.) Employer’s Liability $500,000 each accident 2. Business Automobile $1,000,000 each accident (A combined single limit) 3. Commercial General Liability $1,000,000 each occurrence Bodily Injury & Property Damage $1,000,000 each occurrence Products and completed operations 4. Personal and Advertising Injury $1,000,000 each occurrence NOTICE OF CLAIMS OR LITIGATION The Contractor agrees to report any incident or claim that results from performance of this Agreement. The County representative shall receive written notice in the form of a detailed written report describing the incident or claim within ten (10) days of the Contractor’s knowledge. In the event such incident or claim involves injury and/or property damage to a third party, verbal notification shall be given the same day the Contractor becomes aware of the incident or claim followed by a written detailed report within ten (10) days of verbal notification. INDEMNIFICATION & HOLD HARMLESS To the fullest extent permitted by law, Contractor shall indemnify and hold harmless the County, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or wrongful conduct of the Contractor and/or other persons employed or utilized by the Contractor in the performance of this contract. CERTIFICATE OF INSURANCE 1. Certificates of insurance indicating the job site and evidencing all required coverage must be submitted not less than 10 days prior to the commencement of any of the work. The certificate holder(s) shall be as follows: Okaloosa County, 5479A Old Bethel Road, Crestview, Florida, 32536. 2. The contractor shall provide a Certificate of Insurance to the County with a thirty (30) day prior written notice of cancellation; ten (10) days’ prior written notice if cancellation is for nonpayment of premium. 3. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the contractor to provide the proper notice. Such notification shall be in writing by registered mail, return receipt requested, and addressed to the Okaloosa County Purchasing Department at 5479-A Old Bethel Road, Crestview, FL 32536. 4. In the event the contract term goes beyond the expiration date of the insurance policy, the contractor shall provide the County with an updated Certificate of insurance no later than ten (10) days prior to the expiration of the insurance currently in effect. The County reserves the right to suspend the contract until this requirement is met. 5. The certificate shall indicate if coverage is provided under a claims-made or occurrence form. If any coverage is provided on a claims-made form, the certificate will show a retroactive date, which should be the same date of the initial contract or prior. 6. All certificates shall be subject to Okaloosa County’s approval of adequacy of protection. 7. All deductibles or self-insured retentions (SIRs), whether approved by Okaloosa County or not, shall be the Contractor’s full responsibility. 8. In no way will the entities listed as Additional Insured be responsible for, pay for, be damaged by, or limited to coverage required by this schedule due to the existence of a deductible or SIR. GENERAL TERMS Any type of insurance or increase of limits of liability not described above which, the Contractor required for its own protection or on account of statute shall be its own responsibility and at its own expense. Any exclusions or provisions in the insurance maintained by the contractor that excludes coverage for work contemplated in this contract shall be deemed unacceptable and shall be considered a breach of contract. The carrying of the insurance described shall in no way be interpreted as relieving the Contractor of any responsibility under this contract. Should the Contractor engage a subcontractor or sub-subcontractor, the same conditions will apply under this Agreement to each subcontractor and sub-subcontractor. The Contractor hereby waives all rights of subrogation against Okaloosa County and its employees under all the foregoing policies of insurance. EXCESS/UMBRELLA INSURANCE The Contractor shall have the right to meet the liability insurance requirements with the purchase of an EXCESS/UMBRELLA insurance policy. In all instances, the combination of primary and EXCESS/UMBRELLA liability coverage must equal or exceed the minimum liability insurance limits stated in this Agreement. An Excess liability policy must be submitted indicating which policy it applies to. GENERAL CONDITIONS 1. PRE-BID ACTIVITY - Respondents are prohibited from contacting or lobbying the County, County Administrator, Commissioners, County staff, and Review Committee members, or any other person authorized on behalf of the County related or involved with the solicitation. All inquiries on the scope of work, specifications, additional requirements, attachments, terms and general conditions or instructions, or any issue must be directed in writing, by US mail or email to: Okaloosa County Purchasing Department 5479A Old Bethel Road Crestview, FL 32536 Email: jdarr@myokaloosa.com (850) 689-5960 All questions or inquiries must be received no later than the last day for questions (reference ITB & Respondent’s Acknowledgement form). Any addenda or other modification to the bid documents will be issued by the County five (5) days prior to the date and time of bid closing, as written addenda, and will be posted to and the Okaloosa County website at http://www.myokaloosa.com/purchasing/current-solicitations and the Bidnet website at https://www.bidnetdirect.com/florida. Such written addenda or modification shall be part of the bid documents and shall be binding upon each respondent. Each respondent is required to acknowledge receipt of any and all addenda in writing and submit with their bid. No respondent may rely upon any verbal modification or interpretation. 2. PREPARATION OF BID – The bid form is included with the bid documents. Additional copies may be obtained from the County. The respondent shall submit bids in accordance with the public notice. All blanks in the bid documents shall be completed by printing in ink or by typewriter in both words and numbers with the amounts extended, totaled and the bid signed. A bid price shall be indicated for each section, bid item, alternative, adjustment unit price item, and unit price item listed therein, or the words “No Bid”, “No Change”, or “Not Applicable” entered. No changes shall be made to the phraseology of the form or in the items mentioned therein. In case of any discrepancy between the written amount and the numerical figures, the written amount shall govern. Any bid which contains any omissions, erasures, alterations, additions, irregularities of any kind, or items not called for which shall in any manner fail to conform to the conditions of public notice inviting bids may be rejected. A bid submitted by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature). The official address of the partnership A bid submitted by a joint venture shall be executed by each joint venture in the manner indicated on the bid form. The official address of the joint venture must be shown below the signature. It is preferred that all signatures be in blue ink with the names type or printed below the mailto:jdarr@myokaloosa.com http://www.myokaloosa.com/purchasing/current-solicitations https://www.bidnetdirect.com/florida signature. Okaloosa County does not accept electronic signatures. The bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the form. The address and telephone # for communications regarding the bid shall be shown. If the respondent is an out-of-state corporation, the bid shall contain evidence of respondent’s authority and qualification to do business as an out-of-state corporation in the State of Florida. A state contractor license # for the State of Florida shall also be included on the bid form. Respondent shall be licensed in accordance with the requirements of Chapter 489, Florida Statutes. 3. INTEGRITY OF BID DOCUMENTS - Respondents shall use the original Bid documents provided by the Purchasing Department and enter information only in the spaces where a response is requested. Respondents may use an attachment as an addendum to the Bid documents if sufficient space is not available. Any modifications or alterations to the original bid documents by the respondent, whether intentional or otherwise, will constitute grounds for rejection of a bid. Any such modification or alteration that a respondent wish to propose must be clearly stated in the respondent’s response in the form of an addendum to the original bid documents. 4. SUBMITTAL OF BID – A bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to bid and shall be enclosed in an opaque sealed envelope plainly marked with the project title (and, if applicable, the designated portion of the project for which the bid is submitted), the name and address of the respondent, and shall be accompanied by the bid security and other required documents. It is the respondent’s responsibility to assure that its bid is delivered at the proper time and place. Offers by telegram, facsimile, or telephone will NOT be accepted. Note: Crestview is not a next day delivery site for overnight carriers. 5. MODIFICATION & WITHDRAWAL OF BID - A bid 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 prior to the date and time for the opening of bids. If within 24 hours after bids are opened any respondent files a duly signed written notice with the County and promptly thereafter demonstrates to the reasonable satisfaction of the County that there was a material substantial mistake in the preparation of its bid, that respondent may 6. IDENTICAL TIE BIDS - – In cases of identical procurement responses, the award shall be determined either by lot or on the basis of factors deemed to serve the best interest of the County. In the case of the latter, there must be adequate documentation to support such a decision. 7. CONDITIONAL & INCOMPLETE BIDS - Okaloosa County specifically reserves the right to reject any conditional bid and bids which make it impossible to determine the true amount of the bid. 8. PRICING – The bid price shall include all equipment, labor, materials, freight, taxes etc. Okaloosa County reserves the right to select that bid most responsive to our needs. 9. ADDITION/DELETION OF ITEM – The County reserves the right to add or delete any item from this bid or resulting contract when deemed to be in the County’s best interest. 10. SPECIFICATION EXCEPTIONS – Specifications are based on the most current literature available. Respondent shall clearly list any change in the manufacturer’s specifications which conflict with the bid specifications. Respondent must also explain any deviation from the bid specification in writing, as a foot note on the applicable bid page and enclose a copy of the manufacturer’s specifications data detailing the changed item(s) with their bid. Failure of the respondent to comply with these provisions will result in respondents being held responsible for all costs required to bring the equipment in compliance with bid specifications. 11. APPLICABLE LAWS & REGULATIONS – All applicable Federal and State laws, County and municipal ordinances, orders, rules and regulations of all authorities having jurisdiction over the project shall apply to the bid throughout, and they will be deemed to be included in the contract the same as though they were written in full therein. 12. DISQUALIFICATION OF RESPONDENTS - Any of the following reasons may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a. Submission of more than one proposal for the same work from an individual, firm or corporation under the same or different name. b. Evidence that the respondent has a financial interest in the firm of another respondent for the same work. c. Evidence of collusion among respondents. Participants in such collusion will receive no recognition as respondents for any future work of the County until such participant has been reinstated as a qualified respondent. d. Uncompleted work which in the judgment of the County might hinder or prevent the 13. AWARD OF BID A. Okaloosa County Review - Okaloosa County designated Staff will review all bids and will participate in the Recommendation to Award. B. The County will award the bid to the responsive and responsible vendor(s) with the lowest responsive bid(s), and the County reserves the right to award the bid to the respondent submitting a responsive bid with a resulting negotiated agreement which is most advantageous and in the best interest of the County, and to reject any and all bids or to waive any irregularity or technicality in bids received. Okaloosa County shall be the sole judge of the bid and the resulting negotiated agreement that is in its best interest and its decision shall be final. C. Okaloosa County reserves the right to waive any informalities or reject any and all bids, in whole or part, to utilize any applicable state contracts in lieu of or in addition to this bid and to accept the bid that in its judgment will best serve the interest of the County. D. Okaloosa County specifically reserves the right to reject any conditional bids and will normally reject those which made it impossible to determine the true amount of the bid. Each item must be bid separately and no attempt is to be made to tie any item or items to any other item or items. 14. PAYMENTS –The respondent shall be paid upon submission of invoices and approval of acceptance by Okaloosa County Board of County Commissioners, Finance Office, 302 N. Wilson St., #203, Crestview FL 32536, for the prices stipulated herein for articles delivered and accepted. Invoices must show Contract #. A. CONTRACTOR shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. B. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR’s Applications for Payment in accordance with § 218.70‐218.79 F.S. (Local Government Prompt Payment Act) during performance of the Work as provided below, provided that such Applications for Payment have been submitted in a timely manner and otherwise meet the requirements of the Contract C. Progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as OWNER may withhold, including but not limited to liquidated damages, in accordance with the Contract: a. 95 percent of Work completed (with the balance being retainage) b. 95 percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage). D. Okaloosa County specifically reserves the right to reject any conditional bids and will normally reject those which made it impossible to determine the true amount of the bid. Each item must be bid separately and no attempt is to be made to tie any item or items to any other item or items. 15. DISCRIMINATION - An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 16. PUBLIC ENTITY CRIME INFORMATION - Pursuant to Florida Statute 287.133, a respondent may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 17. CONFLICT OF INTEREST - The award hereunder is subject to the provisions of Chapter 112, Florida Statutes. All respondents must disclose with their bids the name of any officer, director, or agent who is also a public officer or an employee of the Okaloosa Board of County Commissioners, or any of its agencies. Furthermore, all respondents must disclose the name of any County officer or employee who owns, directly or indirectly, an interest of five percent (5%) or more in the firm or any of its branches. Note: For respondent’s convenience, this certification form is enclosed and is made a part of the bid package. 18. REORGANIZATION OR BANKRUPTCY PROCEEDINGS – Bids will not be considered from respondents who are currently involved in official financial reorganization or bankruptcy proceedings. 19. INVESTIGATION OF RESPONDENT – The County may make such investigations, as it deems necessary to determine the stability of the respondent to perform the work and that there is no conflict of interest as it relates to the project. The respondent shall furnish to the Owner any additional information and financial data for this purpose as the County may request. 20. CONE OF SILENCE CLAUSE - The Okaloosa County Board of County Commissioners has established a solicitation silence policy (Cone of Silence Clause) that prohibits oral and written communication regarding all formal solicitations for goods and services (formal bids, Request for Proposals, Requests for Qualifications) issued by the Board through the County Purchasing Department. The period commences from the date of advertisement until award of contract. All communications shall be directed to the Purchasing Department. Note: For respondent’s convenience, this certification form is enclosed and is made a part of the bid package. 21. REVIEW OF PROCUREMENT DOCUMENTS - Per Florida Statute 119.071(1)(b) 2 sealed bids, proposals, or replies received by the County pursuant to a competitive solicitation are exempt from public disclosure until such time as the County provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier. 22. COMPLIANCE WITH FLORIDA STATUTE 119.0701 - The Respondent shall comply with all the provisions of section 119.0701, Florida Statutes relating to the public records which requires, among other things, that the Respondent: (a) Keep and maintain public records; (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records; (c) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the respondent upon termination of the contract. 23. PROTECTION OF RESIDENT WORKERS – The Okaloosa County Board of County Commissioners actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verifications, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verifications. The respondent shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. Okaloosa County reserves the right to request documentation showing compliance with the requirements. Respondents doing construction business with Okaloosa County are required to use the Federal Government Department of Homeland Security’s website and use the E-Verify Employment Eligibility Verifications System to confirm eligibility of all employees to work in the United States. 24. SUSPENSION OR TERMINATION FOR CONVENIENCE - The County may, at any time, without cause, order Respondent in writing to suspend, delay or interrupt the work in whole or in part for such period of time as the County may determine, or to terminate all or a portion of the Contract for the County’s convenience. Upon such termination, the Contract Price earned to the date of termination shall be paid to Respondent, but Respondent waives any claim for damages, including loss of profits arising out of or related to the early termination. Those Contract provisions which by their nature survive final acceptance shall remain in full force and effect. If the County orders a suspension, the Contract price and Contract time may be adjusted for increases in the cost and time caused by suspension, delay or interruption. No adjustment shall be made to the extent that performance is, was or would have been so suspended, delayed or interrupted by reason for which Respondent is responsible; or that an equitable adjustment is made or denied under another provision of this Contract. 25. FAILURE OF PERFORMANCE/DELIVERY - In case of default by the respondent, the County after due notice (oral or written) may procure the necessary supplies or services from other sources and hold the respondent responsible for difference in cost incurred. Continuous instances of default shall result in cancellation of the award and removal of the respondent from the bid list for duration of one (1) year, at the option of the County. 26. AUDIT - If requested, respondent shall permit the County or an authorized, independent audit agency to inspect all data and records of respondent relating to its performance and its subcontracts under this bid from the date of the award through three (3) years after the expiration of contract. 27. EQUAL EMPLOYMENT OPPORTUNITY; NON DISCRIMINATION – Respondent will not discriminate against any employee or an applicant for employment because of race, color, religion, gender, sexual orientation, national origin, age, familial status or handicap. 28. NON-COLLUSION – Respondent certifies that it has entered into no agreement to commit a fraudulent, deceitful, unlawful or wrongful act, or any act which may result in an unfair advantage over other respondents. See Florida Statute 838.22. 29. UNAUTHORIZED ALIENS/PATRIOT’S ACT – The knowing employment by respondent or its subcontractors of any alien not authorized to work by the immigration laws is prohibited and shall be a default of the contract. In the event that the respondent is notified or becomes aware of such default, the respondent shall take steps as are necessary to terminate said employment with 24 hours of notification or actual knowledge that an alien is being employed. Respondent’s failure to take such steps as are necessary to terminate the employment of any said alien within 24 hours of notification or actual knowledge that an alien is being employed shall be grounds for immediate termination of the contract. Respondent shall take all commercially reasonable precautions to ensure that it and its subcontractors do not employ persons who are not authorized to work by the immigration laws. THE FOLLOWING DOCUMENTS SHALL BE SUBMITTED WITH THE BID PACKET. FAILURE TO SUBMIT ALL REQUIRED FORMS SHALL RESULT IN YOUR SUBMITTAL BEING DEEMED NON- RESPONSIVE: A. Drug-Free Workplace Certification Form B. Conflict of Interest C. Federal E-Verify D. Cone of Silence Form E. Recycled Content Form F. Indemnification and Hold Harmless G. Prohibition to Lobbying H. Company Data I. System of Awards Management J. Addendum Acknowledgement K. Bid Sheet L. Anti-Collusion Statement M. Vendors on Scrutinized Companies List DRUG-FREE WORKPLACE CERTIFICATION THE BELOW SIGNED PROPOSER CERTIFIES that it has implemented a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under quote a copy of the statement specified in subsection 1. 4. In the statement specified in subsection 1, notify the employees that, as a condition of working on the commodities or contractual services that are under quote, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in, drug abuse assistance or rehabilitation program if such is available in employee’s community, by any employee who is convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. DATE: SIGNATURE: COMPANY: ADDRESS: NAME: (Typed or Printed) TITLE: E-MAIL: PHONE NO.: CONFLICT OF INTEREST DISCLOSURE FORM For purposes of determining any possible conflict of interest, all bidders/proposers, must disclose if any Okaloosa Board of County Commissioner, employee(s), elected officials(s), of if any of its agencies is also an owner, corporate officer, agency, employee, etc., of their business. Indicate either “yes” (a county employee, elected official, or agency is also associated with your business), or “no”. If yes, give person(s) name(s) and position(s) with your business. YES NO NAME(S) POSITION(S) FIRM NAME: BY (PRINTED): BY (SIGNATURE): TITLE: ADDRESS: PHONE NO. E-MAIL FEDERAL E-VERIFY COMPLIANCE CERTIFICATION In accordance with Okaloosa County Policy and Executive Order Number 11-116 from the office of the Governor of the State of Florida, Proposer hereby certifies that the U.S. Department of Homeland Security’s E-Verify system will be used to verify the employment eligibility of all new employees hired by the Respondent during the contract term, and shall expressly require any subcontractors performing work or providing services pursuant to the contract to likewise utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term; and shall provide documentation of such verification to the COUNTY upon request. ========================================================== As the person authorized to sign this statement, I certify that this company complies/will comply fully with the above requirements. DATE: SIGNATURE: COMPANY: ADDRESS: NAME: (Typed or Printed) TITLE: E-MAIL: PHONE NO.: CONE OF SILENCE CLAUSE The Board of County Commissioners have established a solicitation silence policy (Cone of Silence) that prohibits oral and written communication regarding all formal solicitations for goods and services (ITB, RFP, ITQ, ITN, and RFQ) or other competitive solicitation between the bidder (or its agents or representatives) or other entity with the potential for a financial interest in the award (or their respective agents or representatives) regarding such competitive solicitation, and any County Commissioner or County employee, selection committee member or other persons authorized to act on behalf of the Board including the County’s Architect, Engineer or their sub consultants, or anyone designated to provide a recommendation to award a particular contract, other than the Purchasing Department Staff.. The period commences from the time of advertisement until contract award. When the solicitation silence period is in effect, no oral or written communication is allowed regarding the solicitation between prospective respondents and members of the Board of County Commissioners, the County Administrator, county employees or members of the Board Approved Review Committee. All questions or requests for information regarding the solicitation MUST be directed to the designated Purchasing Representative listed in the solicitation. Any information thought to affect the committee or staff recommendation submitted after bids are due, should be directed to the Purchasing Director or an appointed representative. It shall be the Purchasing Director decision whether to consider this information in the decision process. Any violation of this policy shall be grounds to disqualify the respondent from consideration during the selection process. All respondents must agree to comply with this policy by signing the following statement and including it with their submittal. I representing Signature Company Name On this day of 2020 hereby agree to abide by the County’s “Cone of Silence Clause” and understand violation of this policy shall result in disqualification of my proposal/submittal. RECYCLED CONTENT FORM RECYCLED CONTENT INFORMATION 1. Is the material in the above: Virgin or Recycled (Check the applicable blank) If recycled what percentage? % Product Description: 2. If your product packaged and/or shipped in material containing recycled content? Yes No Specify: 3. Is your product recyclable after it has reached its intended end use? Yes No Specify: The above is not applicable if there is only a personal service involved with no product involvement. Name of Respondent: E-Mail: INDEMNIFICATION AND HOLD HARMLESS Respondent shall indemnify and hold harmless the County, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the Respondent and other persons employed or utilized by the Respondent in the performance of this Agreement. Respondent’s Company Name Authorized Signature – Manual Physical Address Authorized Signature – Typed Mailing Address Title Phone Number FAX Number LOBBYING - 31 U.S.C. 1352, as amended CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Respondent] certifies, to the best of his or her knowledge and belief, that: APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1) -(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date COMPANY DATA Respondent’s Company Name: Physical Address & Phone #: Contact Person (Typed-Printed): Phone #: Cell #: Federal ID or SS #: DUNNS #: Respondent’s License #: Fax #: Emergency #’s After Hours, Weekends & Holidays: Email Address: SYSTEM FOR AWARD MANAGEMENT (OCT 2016) (a) Definitions. As used in this provision. “Electronic Funds Transfer (EFT) indicator” means a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the commercial, nonprofit, or Government entity to establish additional System for Award Management records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. “Registered in the System for Award Management (SAM) database” means that. (1) The Offeror has entered all mandatory information, including the unique entity identifier and the EFT indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14) into the SAM database; (2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record “Active”. “Unique entity identifier” means a number or other identifier used to identify a specific commercial, nonprofit, or Government entity. See www.sam.gov for the designated entity for establishing unique entity identifiers. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “Unique Entity Identifier” followed by the unique entity identifier that identifies the Offeror’s name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in the SAM database. (c) If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for establishment of the unique entity identifier directly to obtain one. The Offeror should be prepared to provide the following information: (1) Company legal business name. (2) Tradestyle, doing business, or other name by which your entity is commonly recognized. (3) Company Physical Street Address, City, State, and Zip Code. (4) key manager. (5) Line of business (industry). https://www.acquisition.gov/far/html/Subpart%2032_11.html#wp1043964 https://www.acquisition.gov/far/html/Subpart%204_14.html#wp1075239 https://www.acquisition.gov/far/html/www.sam.gov https://www.acquisition.gov/far/html/www.sam.gov (6) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov . Offerors SAM information: Entity Name: Entity Address: Duns Number: CAGE Code: https://www.acquisition.gov/ ADDENDUM ACKNOWLEDGEMENT ITB TDD 21-20 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of solicitation: ADDENDUM NO. DATE NOTE: Prior to submitting the response to this solicitation, it is the responsibility of the respondent to confirm if any addenda have been issued. If such addenda have been issued, acknowledge receipt by noting number(s) and date(s) above. BID SHEET BID ITEM: Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters Bid Amount – Restroom Renovations 1 & 2 $___________________________ Bid Amount – Restroom Renovations 3 & 4 $___________________________ Bid Amount – Restroom Renovations 5 & 6 $___________________________ Bid Amount – Meeting Room Counters $___________________________ TOTAL BID AMOUNT - $___________________________ The total number of days to substantial completion for the project is anticipated to be two- hundred sixty days (260) calendar days with the final completion date at two-hundred ninety days (290) calendar days. Estimated Notice to Proceed Date will be March 2020. Anticipated Sequence of Work 9. Start of Construction – Meeting Room Counters – At Notice to Proceed Date 10. Substantial Completion - Meeting Room Counters – 90 days from Notice to Proceed Date 11. Start of Construction – Restrooms #1 & #2 – 60 days from Notice to Proceed Date 12. Substantial Completion - Restrooms #1 & #2 – 120 days from Notice to Proceed Date 13. Start of Construction – Restrooms #5 & #6 – 120 days from Notice to Proceed Date 14. Substantial Completion - Restrooms #5 & #6 – 180 days from Notice to Proceed Date 15. Start of Construction – Restrooms #3 & #4 – 180 days from Notice to Proceed Date 16. Substantial Completion - Restrooms #3 & #4 – 260 days from Notice to Proceed Date *In the event that Substantial Completion is not achieved by the Substantial Completion Date, except as a result only from delays for which the County is chargeable under the Contract Documents, Bidder agrees that Owner shall have the right to deduct from any sums due to Bidder hereunder the sum of eight hundred dollars ($800.00) for each day that Substantial Completion is delayed. ANTI-COLLUSION STATEMENT: The below signed bidder has not divulged to, discussed or compared his bid with other bidders and has not colluded with any other bidder or parties to bid whatever. Note: No premiums, rebates, or gratuities permitted either with, prior to, or after any delivery of materials. Any such violation will result in the cancellation and/or return of material (as applicable) and the removal from bid list(s). Bidder’s Company Name Authorized Signature – Manual Address Authorized Signature – Typed Address Title Phone # Fax # Federal ID # or SS # VENDORS ON SCRUTINIZED COMPANIES LISTS By executing this Certificate________________________________, the bid proposer, certifies that it is not: (1) listed on the Scrutinized Companies that Boycott Israel List, created pursuant to section 215.4725, Florida Statutes, (2) engaged in a boycott of Israel, (3) listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to section 215.473, Florida Statutes, or (4) engaged in business operations in Cuba or Syria. Pursuant to section 287.135(5), Florida Statutes, the County may disqualify the bid proper immediately or immediately terminate any agreement entered into for cause if the bid proposer is found to have submitted a false certification as to the above or if the Respondent is placed on the Scrutinized Companies that Boycott Israel List, is engaged in a boycott of Israel, has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, during the term of the Agreement. If the County determines that the bid proposer has submitted a false certification, the County will provide written notice to the bid proposer. Unless the bid proposer demonstrates in writing, within 90 calendar days of receipt of the notice, that the County’s determination of false certification was made in error, the County shall bring a civil action against the bid proposer. If the County’s determination is upheld, a civil penalty shall apply, and the bid proposer will be ineligible to bid on any Agreement with a Florida agency or local governmental entity for three years after the date of County’s determination of false certification by bid proposer. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. DATE: _______________________ SIGNATURE: ____________________ COMPANY: _______________________ NAME: _________________________ (Typed or Printed) ADDRESS: _______________________ TITLE: _________________________ _______________________ E-MAIL: ________________________ _______________________ PHONE NO.: _______________________ EMERALD COAST CONVENTION CENTER RESTROOM RENOVATIONS AND MEETING ROOM COUNTERS FORT WALTON BEACH, FLORIDA PROJECT MANUAL September 2019 Project Consultant DESTIN, FL TOC-5 TABLE OF CONTENTS DESTIN EXECUTIVE AIRPORT NOVEMBER 2019 TAXIWAY A PREVENTATIVE REHABILITATION BID DOCUMENTS AND LIGHTING IMPROVEMENTS THIS PAGE LEFT INTENTIONALLY BLANK DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters TABLE OF CONTENTS - 1 TABLE OF CONTENTS DIVISION 01 – GENERAL REQUIREMENTS 01 00 00 Summary 01 25 00 Substitution Procedures 01 26 00 Contract Modification Procedures 01 31 00 Project Management and Coordination 01 50 00 Temporary Facilities and Controls 01 60 00 Product Requirements 01 73 00 Execution DIVISION 02 – EXISTING CONDITIONS 02 41 19 Selective Demolition DIVISION 06 – WOOD, PLASTICS AND COMPOSTIES 06 41 13 Interior Woodwork and Cabinets DIVISION 07 – THERMAL AND MOISTURE PROTECTION 07 21 00 Thermal Insulation 07 21 19 Foamed-In-Place Insulation 07 90 00 Joint Sealants DIVISION 08 – OPENINGS 08 11 13 Hollow Metal Doors and Frames 08 31 13 Access Doors and Frames DIVISION 09 – FINISHES 09 22 16 Non-Structural Metal Framing 09 29 00 Gypsum Board 09 30 13 Ceramic Tiling 09 31 23 Thin-Set Glass Mosaic Tiling 09 99 23 Interior Painting DIVISION 10 – SPECIALTIES 10 21 13 Solid Surface Toilet Compartments DIVISION 12 – FURNISHINGS 12 36 61 Solid Surface Countertops DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters TABLE OF CONTENTS - 2 DIVISION 26 - ELECTRICAL 26 05 00 Electrical General Requirements 26 05 10 Electric Methods and Basic Materials 26 05 19 Low Voltage Electrical Power Conductors & Cables 26 05 23 Firestop Systems and Sleeves 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Electrical Supports 26 05 33 Raceways and Boxes for Electrical Systems 26 05 53 Identification for Electrical Systems 26 09 23 Lighting Controls and Devices 26 27 26 Wiring Devices 26 43 13 Surge Protective Devices 26 51 00 Interior Lighting DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters SUMMARY 011000 - 1 SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Phased construction. 4. Access to site. 5. Coordination with occupants. 6. Work restrictions. B. Related Requirements: 1. Section 015000 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.2 PROJECT INFORMATION A. Project Identification: Emerald Coast Convention Center - Restroom Renovations and Meeting Room Counters. 1. Project Location: Emerald Coast Convention Center – 1250 Miracle Strip Parkway SE, Fort Walton Beach, Florida 32548. B. Owner: Okaloosa County. 1. Owner's Representative: Jeffrey A. Hyde, Purchasing Manager, Okaloosa County Purchasing. C. Architect: DAG Architects Inc. Destin, Florida. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. Renovate six (6) existing public restrooms, replace nine (9) meeting room service counters and other Work indicated in the Contract Documents. B. Type of Contract: 1. Project will be constructed under a single prime contract. DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters SUMMARY 011000 - 2 1.4 PHASED CONSTRUCTION A. The Work shall be conducted in 4 phases, with each phase substantially complete as indicated. B. Before commencing Work of each phase, submit an updated copy of Contractor's construction schedule showing the sequence, commencement and completion dates for all phases of the Work. 1.5 ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. B. Use of Site: Limit use of Project site to Work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Driveways, Walkways, and Entrances: Keep driveways, parking garage, loading areas, and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or for storage of materials. C. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair damage caused by construction operations. 1.6 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site and existing buildings during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated. 1.7 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner not less than two days in advance of proposed utility interruptions. 2. Obtain Owner's written permission before proceeding with utility interruptions. DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters SUMMARY 011000 - 3 C. Restricted Substances: Use of tobacco products and other controlled substances within the existing building is not permitted. 1.8 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 011000 DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters SUMMARY 011000 - 4 Page Left Blank DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters SUBSTITUTION PROCEDURES 012500 - 1 SECTION 012500 - SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Section 016000 "Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 1.2 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. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.3 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. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation method cannot be provided, if applicable. b. Coordination of 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 substitutions 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 design characteristics, warranties, and specific DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters SUBSTITUTION PROCEDURES 012500 - 2 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 as well as 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. Research reports evidencing compliance with building code in effect for Project. j. Detailed comparison of Contractor's construction schedule using proposed substitutions 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. k. Cost information, including a proposal of change, if any, in the Contract Sum. l. 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. m. 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. 2. 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 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. b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. 1.4 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. 1.5 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters SUBSTITUTION PROCEDURES 012500 - 3 1.6 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. 1. 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 unless otherwise indicated. C. Substitutions for Convenience: Architect will consider requests for substitution if received within 60 days after the Notice to Proceed. Requests received after that time may be considered or rejected at discretion of Architect. 1. 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 offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. b. Requested substitution does not require extensive revisions to the Contract Documents. c. Requested substitution is consistent with the Contract Documents and will produce indicated results. d. Substitution request is fully documented and properly submitted. e. Requested substitution will not adversely affect Contractor's construction schedule. f. Requested substitution has received necessary approvals of authorities having jurisdiction. g. Requested substitution is compatible with other portions of the Work. DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters SUBSTITUTION PROCEDURES 012500 - 4 h. Requested substitution has been coordinated with other portions of the Work. i. Requested substitution provides specified warranty. j. 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. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 012500 DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters CONTRACT MODIFICATION PROCEDURES 012600 - 1 SECTION 012600 - CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. 1.2 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. 1.3 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 time specified in Proposal Request or 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. 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. DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters CONTRACT MODIFICATION PROCEDURES 012600 - 2 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 012500 "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 1.4 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Change Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701. 1.5 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. 1.6 WORK CHANGE DIRECTIVE A. Work Change Directive: Architect may issue a Work Change Directive. Work Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Work 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 Work Change Directive. DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters CONTRACT MODIFICATION PROCEDURES 012600 - 3 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 012600 DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters CONTRACT MODIFICATION PROCEDURES 012600 - 4 Page left blank DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters PROJECT MANAGEMENT AND COORDINATION 013100 - 1 SECTION 013100 - 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. RFIs. 4. Digital project management procedures. 5. Project meetings. B. Related Requirements: 1. Section 017300 "Execution" for procedures for coordinating general installation and field-engineering services, including establishment of benchmarks and control points. 1.3 DEFINITIONS A. RFI: Request for Information. 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. Include the following information in tabular form: 1. Name, address, telephone number, and email address 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. DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters PROJECT MANAGEMENT AND COORDINATION 013100 - 2 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. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's construction schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 1.6 COORDINATION DRAWINGS A. Coordination Drawings, General: Prepare coordination drawings according to requirements in individual Sections, and additionally where installation is not completely indicated 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. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. b. Indicate dimensions shown on Drawings. Specifically note dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternative sketches to Architect indicating proposed resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. B. Coordination Drawing Organization: Organize coordination drawings as follows: DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters PROJECT MANAGEMENT AND COORDINATION 013100 - 3 1. Floor Plans and Reflected Ceiling Plans: Show architectural and structural elements, and mechanical, plumbing, fire-protection, fire-alarm, and electrical Work. Show locations of visible ceiling-mounted devices relative to acoustical ceiling grid. Supplement plan drawings with section drawings where required to adequately represent the Work. 2. Plenum Space: Indicate subframing for support of ceiling and wall systems, mechanical and electrical equipment, and related Work. Locate components within plenums to accommodate layout of light fixtures and other components indicated on Drawings. Indicate areas of conflict between light fixtures and other components. 3. Mechanical Rooms: Provide coordination drawings for mechanical rooms showing plans and elevations of mechanical, plumbing, fire-protection, fire-alarm, and electrical equipment. 4. Structural Penetrations: Indicate penetrations and openings required for all disciplines. 5. Slab Edge and Embedded Items: Indicate slab edge locations and sizes and locations of embedded items for metal fabrications, sleeves, anchor bolts, bearing plates, angles, door floor closers, slab depressions for floor finishes, curbs and housekeeping pads, and similar items. 6. Review: Architect will review coordination drawings to confirm that in general the Work is being coordinated, but not for the details of the coordination, which are Contractor's responsibility. 1.7 REQUEST FOR INFORMATION (RFI) A. General: Immediately on discovery of the need for additional information, clarification, or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return without response those RFIs submitted to Architect by other entities controlled by Contractor. 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. DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters PROJECT MANAGEMENT AND COORDINATION 013100 - 4 13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. C. RFI Forms: AIA Document G716 or software-generated form with substantially the same content as indicated above, acceptable to Architect]. 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 by Architect 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 012600 "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 weekly. Include 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. DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters PROJECT MANAGEMENT AND COORDINATION 013100 - 5 1.8 DIGITAL PROJECT MANAGEMENT PROCEDURES A. Use of Architect's Digital Data Files: Digital data files of Architect's CAD drawings will be provided by Architect for Contractor's use during construction. 1. Digital data files may be used by Contractor in preparing coordination drawings, Shop Drawings, and Project record Drawings. 2. Architect makes no representations as to the accuracy or completeness of digital data files as they relate to Contract Drawings. 3. Contractor shall execute a data licensing agreement in the form of AIA Document C106 Digital Data Licensing Agreement. a. Subcontractors, and other parties granted access by Contractor to Architect's digital data files shall execute a data licensing agreement in the form of AIA Document C106. B. PDF Document Preparation: Where PDFs are required to be submitted to Architect, prepare as follows: 1. Assemble complete submittal package into a single indexed file incorporating submittal requirements of a single Specification Section and transmittal form with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision identifier. 3. Certifications: Where digitally submitted certificates and certifications are required, provide a digital signature with digital certificate on where indicated. 1.9 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site unless otherwise indicated. B. Preconstruction Conference: Architect will schedule and conduct a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. 1. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Responsibilities and personnel assignments. b. Tentative construction schedule. c. Phasing. d. Critical work sequencing and long lead items. e. Designation of key personnel and their duties. f. Lines of communications. g. Use of web-based Project software. DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters PROJECT MANAGEMENT AND COORDINATION 013100 - 6 h. Procedures for processing field decisions and Change Orders. i. Procedures for RFIs. j. Procedures for testing and inspecting. k. Procedures for processing Applications for Payment. l. Distribution of the Contract Documents. m. Submittal procedures. n. Sustainable design requirements. o. Preparation of Record Documents. p. Use of the premises[ and existing building]. q. Work restrictions. r. Working hours. s. Owner's occupancy requirements. t. Responsibility for temporary facilities and controls. u. Procedures for moisture and mold control. v. Procedures for disruptions and shutdowns. w. Construction waste management and recycling. x. Parking availability. y. Office, work, and storage areas. z. Equipment deliveries and priorities. aa. First aid. bb. Security. cc. Progress cleaning. 3. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. C. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity when required by other sections and when required for 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, and Owner 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. Options. c. Related RFIs. d. Related Change Orders. e. Purchases. f. Deliveries. g. Submittals. h. Sustainable design requirements. i. Review of mockups. j. Possible conflicts. k. Compatibility requirements. l. Time schedules. DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters PROJECT MANAGEMENT AND COORDINATION 013100 - 7 m. Weather limitations. n. Manufacturer's written instructions. o. Warranty requirements. p. Compatibility of materials. q. Acceptability of substrates. r. Temporary facilities and controls. s. Space and access limitations. t. Regulations of authorities having jurisdiction. u. Testing and inspecting requirements. v. Installation procedures. w. Coordination with other work. x. Required performance results. y. Protection of adjacent work. z. 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. D. Progress Meetings: Conduct progress meetings at weekly 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 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) Interface requirements. 2) Sequence of operations. 3) Resolution of BIM component conflicts. DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters PROJECT MANAGEMENT AND COORDINATION 013100 - 8 4) Status of submittals. 5) Status of sustainable design documentation. 6) Deliveries. 7) Off-site fabrication. 8) Access. 9) Site use. 10) Temporary facilities and controls. 11) Progress cleaning. 12) Quality and work standards. 13) Status of correction of deficient items. 14) Field observations. 15) Status of RFIs. 16) Status of Proposal Requests. 17) Pending changes. 18) Status of Change Orders. 19) Pending claims and disputes. 20) Documentation of information for payment requests. 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 013100 DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters TEMPORARY FACILITIES AND CONTROLS 015000 - 1 SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Requirements: 1. Section 011000 "Summary" for work restrictions and limitations on utility interruptions. 1.2 USE CHARGES A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities engaged in the Project to use temporary services and facilities without cost, including, but not limited to, Owner's construction forces, Architect, occupants of Project, testing agencies, and authorities having jurisdiction. B. 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. C. 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. 1.3 INFORMATIONAL SUBMITTALS A. Site Utilization Plan: Show temporary facilities, temporary utility lines and connections, staging areas, construction site entrances, vehicle circulation, and parking areas for construction personnel. B. Project Identification and Temporary Signs: Show fabrication and installation details, including plans, elevations, details, layouts, typestyles, graphic elements, and message content. C. Fire-Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire-prevention program. D. Moisture-and Mold-Protection Plan: Describe procedures and controls for protecting materials and construction from water absorption and damage and mold. DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters TEMPORARY FACILITIES AND CONTROLS 015000 - 2 E. 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. 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. 1.4 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 United States Access Board's ADA-ABA Accessibility Guidelines and ICC/ANSI A117.1. 1.5 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 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. Heating and cooling equipment necessary to maintain a uniform indoor temperature of 68 to 72 deg F (20 to 22 deg C). DAG Architects, Inc. September 2019 Okaloosa County TDC – Emerald Coast Convention Center Restroom Renovations and Meeting Room Counters TEMPORARY FACILITIES AND CONTROLS 015000 - 3 4. Lighting fixtures capable of maintaining average illumination of 20 fc (215 lx) at desk height. 2.2 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. B. HVAC Equipment: Unless Owner authorizes use of permanent HVAC system, provide vented, self-contained, liquid-propane-gas or fuel-oil heaters with individual space thermostatic control. 1. Use of gasoline-burning space heaters, open-flame heaters, or salamander-type heating units is prohibited. 2. Heating Units: Listed and labeled for type of fuel being consumed, by a qualified testing agency acceptable to authorities having jurisdiction, and marked for intended location and application. 3. Permanent HVAC System: If Owner authorizes use of permanent HVAC system for temporary use during construction, provide filter with MERV of 8 at each return-air grille in system and remove at end of construction and clean HVAC system as required in Section 017700 "Closeout Procedures."] C. 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 TEMPORARY FACILITIES, GENERAL A. Conservation: Coordinate construction and use of temporary facilities with consideration given to conservation of energy, water, and materials. Coordinate use of temporary utilities to minimize waste. 1. Salvage materials and equipment involved in performance of, but not actually incorporated into, the Work. See other Sections for disposition of salvaged materials that are designated as Owner's property. 3.2 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in min

302 N. Wilson St. - Suite 302 Crestview, FL 32536Location

Address: 302 N. Wilson St. - Suite 302 Crestview, FL 32536

Country : United StatesState : Florida

You may also like

Cath Lab Renovation - Room C

Due: 15 May, 2024 (in 13 days)Agency: North Oaks Medical Center

RENOVATION OF TWO RESTROOMS AT THE RIVERSIDE MUNICIPAL AIRPORT

Due: 02 May, 2024 (Tomorrow)Agency: City of Riverside

RENOVATION OF EXAM ROOMS

Due: 31 Dec, 2024 (in 8 months)Agency: NATIONAL INSTITUTES OF HEALTH

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.