Division 1
Division 1
4202 E. FOWLER AVENUE, OPM 100 | TAMPA, FLORIDA 33620-7550 PHONE: (813) 974-2845 | WEBSITE: usf.edu/fm-dc
SECTION 01 10 00 INSTRUCTIONS
END OF SECTION 01 10 00
END OF SECTION 01 11 00
D. EGRESS & ACCESS ROUTES: If the Contractor prepares for closure of a corridor,
sidewalk, egress route, etc. that provides necessary access to other floor areas;
Contractor shall make provisions for alternative access to such other nearby areas which are
acceptable to the USF-PM. Keep all corridors, walkways, emergency exits, gates, and ramps
free of obstructions, tools, equipment, and debris. Provide temporary directional signage
when necessary.
E. COMMON AREAS: The Contractor will not interrupt access, or interfere with the use of any
facility, road, sidewalk, common area or parking area outside of the area of construction, except
as permitted by the Owner.
1.5 SCHEDULING
A. Detailed construction scheduling is the responsibility of the Contractor. Schedules are to be
updated and distributed to the Design Professional (Architect/Engineer) and USF-PM bi-
weekly. An updated schedule is to be provided with each application for payment.
B. Provide schedules in CPM format in accordance with the Construction Contract. For less
complex projects, a Gantt Chart may be used if approved by the USF-PM.
END OF SECTION 01 14 00
SECTION 01 21 00 ALLOWANCES
1.6 GENERAL
Allowances provide funding for corrective work that cannot be accurately quantified prior to bid,
typically due to hidden conditions.
1.7 SUMMARY
A. This section includes administrative and procedural requirements governing the use of
allowances.
B. Allowance amounts are included in the Base Bid.
C. Allowance amounts are to be entered on the Bid Form in the space provided.
D. Types of allowances may include the following:
1. Contingency Allowance
2. Unit Cost Allowances
1.11 COORDINATION
A. Coordinate work performed under allowance pricing with other trades.
B. Update the project schedule as needed to accurately reflect the time allocated to performing
the work. Scheduling requirements are specified elsewhere in these documents.
1.13 GENERAL
A. Requirements for work performed under allowance pricing are identical to the requirements for
work performed under the base scope of the Project, as specified elsewhere in these
documents.
B. Coordinate materials and their installation with related materials and installations to ensure that
each allowance item is completely integrated and interfaced with related work.
C. Document the extent of the allowance work on the red-marked field drawings, for incorporation
into the final Record Documents.
END OF SECTION 01 21 00
SECTION 01 23 00 ALTERNATES
1.1 SUMMARY
A. This section includes procedural requirements governing alternates to the base bid.
B. Alternate pricing will be required for specific work that may be added to or deducted from the
base bid amount if the Owner accepts the corresponding change.
C. Each alternate bid is to include all costs necessary to accomplish the work in accordance with
these contract documents, including equipment, materials, tax, labor, overhead, profit,
insurance, supervision, shipping and freight, storage and protection, close out documentation,
warranty, and any other incidental costs necessary to complete the work.
D. The cost or credit for each alternate is the net adjustment to the Contract Sum to incorporate
the work of the alternate into the Contract. No other adjustments are made to the Contract
Sum.
E. Alternates described in this section are to be incorporated into the Work only if accepted by the
Owner and included in the Contract Sum.
1.2 PROCESS
A. The bidders are required to enter an amount for each alternate on the Bid Form. Failure to
enter alternate pricing may result in disqualification of the bid.
B. Alternate pricing will be used by the Owner to evaluate the bids. Any combination of
alternates and base bid may be used to establish the winning bid.
C. Parties may agree to defer consideration of the alternate bids for later incorporation into the
Contract by Change Order. Upon acceptance of a deferred alternate, the Contractor is to
update the project schedule and schedule of values to accurately reflect the added or deleted
work.
1.3 SUBMITTALS
A. Provide shop drawings, product data, samples and other submittals as required for alternate
work in the same manner as other work performed under this contract.
1.4 REQUIREMENTS
A. Requirements for work performed under alternate pricing are identical to the requirements for
work performed under the base scope of the Project, as specified herein.
B. Coordinate materials and their installation with related materials and installations to ensure that
the work of the alternate is completely integrated and interfaced with related work.
C. Record the alternate work on the red-marked field drawings.
SCHEDULE OF ALTERNATES
Alternate No. 01: [detailed description, referring to other sections where appropriate]
[Note to Design Professional; ensure that all materials and execution requirements are specified
elsewhere, such as fastener types, fastening patterns, preparation for painting, painting, etc.].
END OF SECTION 01 23 00
1.1 SUMMARY
This section includes procedural requirements governing contract changes and clarifications.
1.2 CLARIFICATIONS
A. DEFINITION: Clarification consists of additional information which further defines, or which
resolves conflicting information within the Contract Documents. The A/E will issue
clarifications to the contract documents by one of the following means:
1. Architect’s Supplemental Instructions (ASI)
2. Written response included in the Contractors Request for Information/Interpretation (RFI)
form.
B. Clarifications, by definition, do not modify the Owner’s Contract Documents.
Note: CSI convention assigns terms Request for Information for use in procurement phase and
Request for Interpretation in construction phase. Both terms may be used interchangeably.
1.3 CHANGES
A. CHANGES TO THE CONTRACT DOCUMENTS: Changes subsequent to the Award of
Contract will be issued via one of the following means and are valid only when approved by
the Owner:
1. Change Order for changes which modify contract documents (USF-FM does not approve
use of Change Directives for USF projects)
2. Use MPG-Exhibit D (Minor Projects Change Order) form or alternate Change Order form
approved by Owner.
3. Other written means as agreed.
B. Changes made by any other means are invalid unless expressly approved by the Owner in
writing, including but not limited to the following:
1. Annotations by the A/E on submittals and shop drawings
2. Approval by the A/E of submittals and shop drawings which do not conform with
the requirements of the Owner’s Contract Documents
3. Response to a Contractor’s Request for Information (RFI)
4. Field directive or field report
5. Verbal directive or verbal approval of proposed change
6. Architect’s Supplemental Instruction (ASI)
C. Changes are to be incorporated into the Contractor-maintained jobsite record set and the A/E
issued Record Documents.
1.4 PROCESS
A. CONTRACTOR INITIATED CHANGES:
1. Upon discovery that a clarification or change is needed to proceed with the work, the
Contractor is required to submit a Request for Information (RFI) to the A/E. RFIs and
attachments are to be submitted as a SINGLE PDF document, via e-mail. Requests for
information are to include the following.
a. Date, Project Name, Project Number, RFI number
b. Requestor’s name
c. Originating party, if applicable - subcontractor or supplier
d. Date by when the response is needed to avoid a delay to a critical path task. The
RFI must be submitted a minimum of seven (7) calendar days prior to the response-
needed date.
e. Applicable reference details and drawing sheet numbers, specification sections,
and/or construction submittals as appropriate to convey the request.
f. Sketches, photos, and other information as appropriate.
g. The Contractors proposed solution.
h. A statement as to whether the Contractor’s proposed solution will impact the
construction cost or schedule.
2. Design Professional’s Action: upon evaluation, the A/E will determine whether the
Contractor’s proposed solution is acceptable or will issue an alternate solution.
3. In the event that the RFI response involves a change to the Contract, and such change
may impact the construction cost or schedule, the A/E will issue the RFI response to the
Contractor along with a Proposal Request (PR).
B. OWNER INITIATED:
1. The Owner may elect to change the Work as provided for in the General Conditions of the
Construction Agreement, with the Contract sum being adjusted accordingly.
2. Upon request by the Owner, the A/E will issue a Proposal Request to the Contractor to
establish the impact of the proposed change, if any, on the Contract sum and project
schedule.
sum proposal, the Contractor is required to provide detailed documentation and accounting
of costs upon completion of the work in order to establish the final value. Failure to
provide detailed documentation of cost within thirty (30) days after completion of the work
indicates that the Contractor will accept the A/E’s estimate of the final value.
END OF SECTION 01 26 00
1.1 SUMMARY
A. This section includes administrative and procedural requirements governing the preparation
and processing of Applications for Payment.
B. Payments will be made for work in place and, in some cases, for materials stored on site.
C. Application for Payment: The term as used herein includes the following:
1. MPG-Exhibit E (Certificate of Contract Progress & Payment) or the latest version OR AIA
G702 (Application & Certificate for Payment), when approved by the Owner.
2. The latest AIA G703 (Schedule of Values) OR alternate form incorporating essential
features of AIA G703, when approved by the Owner.
3. Supporting documentation specified herein.
D. Schedule of Values: A breakdown furnished by the Contractor allocating the Contract Sum to
various portions of the Work and used as the basis for reviewing the Contractors Applications
for Payment.
END OF SECTION 01 29 00
END OF SECTION 01 31 19
END OF SECTION 01 32 00
1.1 Known hazardous materials have been identified in a report provided with these Construction
Documents. When such materials will be disturbed by the work of the contract, USF will
undertake abatement in advance of the start of work.
1.2 The Contractor shall notify the USF-PM immediately upon discovery of suspected hazardous
materials within the construction area such as asbestos, mercury, flammable fuels, explosive
chemicals, etc. Refer to the USF Environmental Health and Safety (USF-EHS) standards.
1.3 For suspect materials encountered during construction, the Contractor may be required to retain
the services of qualified testing agencies to identify hazards and recommend appropriate action.
Such testing services, if required, will be provided under a change order.
END OF SECTION 01 35 00
1.1 SECURITY
A. UNIVERSITY POLICE DEPARTMENT: Any construction site located on any of the University
of South Florida campuses fall under the jurisdiction of the USF Police Department (USF-
UPD) Any incident requiring police service should be reported immediately to the USF-UPD
or 911 (for emergencies).
USF-UPD non-emergency phone numbers
Tampa Campus (813) 974-2628
St Petersburg Campus (727) 873-4444
Sarasota Manatee Campus (941) 487-4210
1. USF-UPD officers are state certified law enforcement officers and as such are authorized
to take appropriate search actions as may be dictated by the specific probable cause and
necessary in the judgment of the officer.
2. The University may seize items that may pose a danger to the safety and security of
faculty, staff, or students.
B. CONSTRUCTION SITE SECURITY: Contractor shall be responsible for jobsite security.
Contractor shall supply all locks and chains. USF may provide one USF Master Lock for
accessibility.
1. Restrict the access of all persons entering the construction area to the agreed upon access
route and to the actual site of the Work.
2. Restrict activities of workers to authorized areas. Workers shall not mingle in student or
public areas.
3. Provide USF-PM with keys to all construction gates and building entrances.
4. Post project contact list, to include 24-hour telephone numbers, for all key project staff
members. Post list at major access points to the project site(s) and outside at the project
office. Update as necessary.
END OF SECTION 01 35 53
END OF SECTION 01 41 00
(7) days of each observation. Field Reports will note defects, deficiencies,
noncompliance with the Contract Documents and/or unsatisfactory workmanship.
C. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are
Contractor's responsibility. Perform additional quality-control activities required to verify that
the Work complies with requirements, whether specified or not.
1. Testing: Where testing services are specified, engage a qualified testing agency to
perform these services.
2. Manufacturer's Field Services: Where indicated, engage a factory-authorized service
representative to inspect field-assembled components and equipment installation,
including service connections. Report results in writing.
3. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical
representative to observe and inspect the Work, including participation in preinstallation
conferences, examination of substrates and conditions, verification of materials,
observation of Installation, inspection of completed Work, and reporting.
4. Retesting/Reinspection: Provide and pay for retesting and reinspection for construction
that replaced Work which failed to comply with the Contract Documents.
5. Testing Agency Responsibilities:
a. Notify A/E and Contractor promptly of irregularities or deficiencies observed in the
Work during performance of its services.
b. Determine the location from which test samples will be taken and in which in-situ tests
are conducted.
c. Conduct and interpret tests and inspections and state in each report whether tested
and inspected work complies with or deviates from requirements.
d. Submit a certified written report of each test, inspection, and similar quality-control
service through Contractor.
e. The Testing Agency may not: release, revoke, alter, or increase the requirements of
the Contract, or approve/accept any portion of the Work.
f. Do not perform any duties of Contractor.
6. Coordination: Coordinate sequence of activities to accommodate required quality
assurance and quality control services with a minimum of delay and to avoid necessity of
removing and replacing construction to accommodate testing and inspecting.
END OF SECTION 01 45 00
B. Construction Fence: Provide 6 feet high chain link fence around the construction site and
around staging/storage areas. Fence location shall be as shown on the construction
drawings or as approved by the Owner. Refer to the Work Restrictions & Scheduling section
for approved locations for staging/storage.
1. Provide green wind screen.
2. Turn fence fabric so that barbed edge is at bottom. Turn wire ties so that cut ends face
inward, towards the construction area.
3. Provide “No Trespassing” signs, which meet OSHA requirements, shall be specified.
4. Leave fence in place until the project or phase has achieved Substantial Acceptance.
C. Tree Barricades: Provide 40-inch high mesh safety fencing, on 2x4 posts and top rail, at
canopy drip line. At his own expense, the Contractor will be required to replace safety
fencing with wood post and rail barricade if construction activities occur within the drip line of
the canopy.
END OF SECTION 01 51 00
1.4 TRAFFIC
A. Maintenance of Traffic Flow
1. Planning: The USF-UPD must be notified at least two (2) weeks in advance of any work
which will affect traffic flow. The Contractor is required to coordinate a field inspection with
the A/E, the USF-PM, and the Contractor’s field staff prior to performing any work which
would affect normal traffic patterns.
2. Any proposed plan for rerouting of traffic shall be approved by the USF-UPD and the USF-
PM.
B. Interruption of Traffic Flow: The Contractor whose work requires interruption of traffic, is
required to post signs in all affected areas, in sufficient numbers and with appropriate
messages, to warn motorists entering the construction zone. Contractor must make special
consideration to accommodate USF’s students, staff, and faculty with disabilities. Temporary
signs shall comply with the standards of the Florida Department of Transportation. Temporary
lanes shall be well marked, and obstructions, barriers, lane changes, or detours shall be
indicated by appropriate signage at each point of potential confusion, as well as at each
change in direction of a temporary route. USF-UPD shall be notified in advance of the
anticipated time of return to normal traffic patterns. Upon completion of construction affecting
streets or traffic flow, but before temporary control devices and lane markings are removed, the
area shall be restored to receive traffic in the normal pattern. The USF-UPD shall be notified
of the actual time of completion of restoration.
C. Provisions for Special Duty Police Officers: If it is evident that traffic will become hazardous
or restricted in any manner, uniformed special duty police officers must be provided by and at
the contractor’s expense. Such services must be requested at least two (2) weeks in
advance.
END OF SECTION 01 55 00
Manufacturer.
b. Page 2: Table of Contents
c. Page 3: Overall description of the equipment or system
d. Written description of system contents, where equipment is located in building, how
each part functions individually and how system works as a whole, concluded with a
list of items requiring service and the service needed or reference to the
manufacturer’s data in the binder which describes proper service.
e. A copy of each shop drawing, stamped by the A/E.
f. Manufacturer’s operating instructions with an index at the beginning of the section.
g. A list of all equipment incorporated into job, supplier’s name and address.
h. Appendix: Close Out Document Checklist.
END OF SECTION 01 78 00