Loading...
HomeMy WebLinkAbout2000-090• 4w tot/ C)C)_C10 f: Board of Conray Commissioners Department of Utility Services Project No: US 98 09 CS ROCKRIUGE AREA COUNTY SEWER PROJECT E Indian River Conrxty Bid No: 2028 b L 00_.110 C-1 • 4D • CA 4 Cl • to � � : 3 �I�I�'SIM'lilllli111f�1-1� f f DI to 101W a� al_ RUN . jrec. Sect. 00020 Invitation to Bid 00100 Instruction to Bidders 00310 Bid Form 00530 Standard Form of Agreement EJCDC Agreement Between Owner and Contractor 00610 Construction Performance Bond_ 00620 Construction Payment Bond 00700 General Conditions 00800 Supplementary Conditions DIVISION 1 GCi NML RFQUIRFjNjF,NTS Spec" Sect Ift 01000 Summary of Work 01025 Measurement and Payment 01060 Regulatory Requirements 01090 Reference Standards 01152 Applications for Payment 01153 Change Order Procedures 01201 Preconstruction Conference 01311 Construction Schedules 01340 Shop Drawings, Product Data, Samples 01381 Audio -Visual Documentation 01410 Testing Laboratory Services 01510 Temporary Utilities 01560 Temporary Controls 01600 1 Material and Equipment 01700 Contract Close-out 01710 Cleaning 01720 Project Record Documents 01740 Warranties and Bonds DIVISION 2 ,SLTYVWO 59U.Auk Tido 02050A 02320 Maintenance and Protection of Traffic Trenchless installation of Pressure Mains by Directional Boring 02675 Disinfection & Hydrostatic Testing of Water and Wastewater System DIVISION - C.jANICA. Spec. Seet; 15080A High Density Polyethylene (HDPE) AWWA Pipe and Fittings TABLE OF CONTENTS C;lltrrmithluhn n Projtci34P mjtet • Rockndle 5ewet lmpmraments+A1 • Teshmcal Speufaiiams - Table utCumtnts due C:Uerrmiehluhmm Pn.jtt4lPmjm - Rmkndte Sewer -Technical Sprc i ricadwu -Table of ContcnU.doc T'ABLC OF CONTENTS LIST OF DRAWMM ab=LENlItPI—anof its over Sheet I lan of 3` Court 2 lan of 3' Court 3 3' Court 4 lans of 14 Street 5 Plan of 5 Avenue 6 Plan of 5 Avenue 7 thru 14 Details. 1/1 U.S. I Drill & Bore C:Uerrmiehluhmm Pn.jtt4lPmjm - Rmkndte Sewer -Technical Sprc i ricadwu -Table of ContcnU.doc T'ABLC OF CONTENTS ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00_P. P.M. on F bntaQ 18.2000. Each bid shall be submitted in a sealed envelope and shall bear the name and address of the bidder on the outside and the words "Rockridge Sewer Pro *ect", All bids, either mailed or walked in, will be received by the Purchasing Division, 2625 19` Avenue, Vero Beach, Florida, where they will be opened publicly and read aloud at 2:00 PM. All bids received after 2.00 P.M., of the day specified above, will be returned unopened. UTILILTIES ASSESSMENT PROJECT NO. U5 -98 -09 -CS INDIAN RIVER COUNTY BID # 2022 DIRECTIONAL BORES FOR THE ROCHRID+GE AREA SENVER PROJECT All material and equipment furnished and all work performed shall be strict accordance with the plans, specifications, and contract documents pertaining thereto, which maybe obtained from the Indian River County Utilities Department 1840 25i91 Street, Vero Beach,_Fl9dda 32960 0 1- 710-J320 . 7]_0-5322. Copies of the plans and the specifications containing the necessary contract documents may be obtained by deposit of a check made payable to Indian River County, in the amount of Twenty-five Dollars ($25.00) for each set, which represents cost of printing, handling and mailing and is non refundable. All birds shall be submitted in duplicate on the Bid Proposal forms provided within the specifications. A BID, 50 must accompany each Bid, and be properly executed by the Bidder and by a qualified surety, or certified check or cashier's check on any bank authorized to do business in the State of Florida, in the sum of not less than five percent (5%) of the total amount of bid, made payable to Indian River County Board of County Commissioners, In the event the Contract is awarded to the Bidder, he will enter into a Contract with the County and furnish the required Performance and Payment Bond. If he falls to do so, he shall forfeit the said Bid Bond as liquidated damages. The County reserves the right to delay awarding of the Contract for a period of sixty (60) days after the bid opening to waive informalities in any bid, or reject any or all bids in whole or in part with or without cause/or to accept the bid that, in its judgement, will serve the best interest of Indian Diver County Florida. A_Prc-Bid Conference rntelinE will he held on W dtresdnt; l'ebruan_1Q, Q 0 at10 00 AA1, in the Utility Department conference room, of the Indian River County Administration Building located at 1840 25th Street, Vero Beach, Florida 32960. INDIAN RIVER COUNTY PURCHASING MANAGER For Publication in the Vere Beach Press Journal (Date(s): February 2, 2000 Please furnish tear sheet and Affidavit of Publication to: February 9, 2000 INDIAN RIVER COUNTY PURCHASING DIVISION 2625 1911i Avenue, Vero Beach, FL 32960 00020-1 C'Uerrn AMDhMM Pmjecta1Pmjeas • Ruekridge 5ewA cr lmpmvenwnrs'speex':D0020 idurrtism I for b„1 -RED I D I dm ADVERTISEMENT FOR BID • W1 4W C1 SECTION 00100 INSTRUCTIONS TO BIDDERS (Based Upon EJCDC No. 1910-12, 1983 Ed.) I. DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1983 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a bid directly to Owner, as distinct from a sub -bidder, who submits a bid to a Bidder. The terns "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, The Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2. COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from Engineer. 2.2 Complete sets of Bidding Documents must be used in preparing Bids, neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3 Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the work and do not confer a license or grant for any other use of the Bidding Documents. 3. QUALIFICATIONS OF BIDDERS To demonstrate qualifications to perform the work, each Bidder must be prepared to submit, within five days of Owner's request, written evidence, such as financial data, previous experience, present commitments, and other such data as may be necessary to prove to the satisfaction of the Owner that the Bidder is qualified by experience to do the work and is prepared to complete the work within the stated time period. LItjI111M 4— C:ueremlihlohnsun Frofcen+Raject • Nmcknd;s Scwce Impmr^mrnu'o0tDO dnc Instructions to Bidders 40 C1 • 40 4. EXAMINATION OF CONTRACT DOCUMENT'S AND SITE 4.1 It is the responsibility of each Bidder, before submitting a bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost progress, performance, or furnishing of the work, (c) consider federal, state, and local laws and regulations that may affect costs, progress, performance, or furnishing of the work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors, or discrepancies in the Contract Documents, 4.2 Reference is made to the Supplementary Conditions for identification of: 4.2.1 Those reports of explorations and tests of subsurface conditions at the site which have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in such reports, but not upon non- technical data, interpretations, or opinions contained therein or for the completeness thereof the purposes of bidding or construction. To obtain access to the site, the following shall be contacted: Jeremiah Johnson, Environmental Engineer Project work site is located within the Rockridge area road right- of-ways, east of U.S. 1, south of 1.7' street, as shown on the construction plans. 4.2.2 Those drawings of physical conditions in relation to existing surface and subsurface conditions (except underground facilities) which are at or contiguous to the site which have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in such drawings, but not upon the completeness thereof for the purposes of bidding or construction. Owner will make copies of such reports and drawings available to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which Bidder is entitled to rely as provided in Paragraphs 4.2.1 and 4.2.2 are incorporated therein by reference. Such technical data hats been identified and established in the Supplementary Conditions. 00100-2 '— C Uvrem Wohnsom PmtecufTojecl - RUCV4Ee Sewer thVmvcM"t& )p1iW Insaw to b"n..d c Insuucrions to adders 4.3 Information and data reflected in the Contract Documents with respect to underground facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. 4.4 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Paragraphs 4.2 and 4.3 of the General Conditions. 4.5 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests, and studies, and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the work and which Bidder deems necessary to determine its Bid for performing and furnishing the work in accordance with the time, price and other terns and conditions of the Contract Documents. 4.6 On request in advance, Owner will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up, and restore the site to its former condition upon completion of such explorations. 4.7 The lands upon which the work is to be performed, right-of-way and easements for access thereto and other lands designed for use by the Contractor in performing the work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by and paid for by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the Owner unless otherwise provided in the Contract Documents. 4.8 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon perfor ring and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract 00100-3 Instructions to 9iddcn °' C.'JFRMIWQbnwn ProjHu'P ujty - Rocknds, Sewer lnm rmenn' W IAg Jne rM Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. INTERPRETATIONS AND ADDENDA 5.1 All questions about the meanings or intent of the Contract Documents are to be directed to the Utilities Department staff - Teremiah 3ohnson. Env' nnmrnr Fns neer wish Indian R'ver County Utilities Interpretation or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than ten days prior to the date for the opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. 6. BID SECURITY 6.1 Each Bid must be accompanied by Bid security made payable to Owner in an amount of five percent of the Bidders maximum bid price and in the form of a certified or bank check or a Bid Bond issued by a surety meeting the requirements of Paragraph 5.1 of the General Conditions. 6.2 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Contract security, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required Contract security within fifteen days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of the seventh day ager the effective date of the Agreement or the sixty-first day after the Bid opening, whereupon Bid security furnished by such Bidders will be retumcd. Bid security with bids, which are not competitive, may be returned before the end of the sixty-day period. 00100-4 tnsvuclrons io Ridden �"' r.VeramuhloWnn NecuTrrjrct - Rdcknd%e sersr ImCmremenwoo 100 immic to bidden dnc 40 • • CONTRACT TIME The number of days within which or dates by which, the work is to be substantially completed and also complete and ready for final payment (the Contract Time) are set forth in the Bid Form and the Agreement. 8. LIQUIDATED DAMAGES Provisions for liquidated damages, if any, are set forth in the Agreement. 9. SUBSTITUTE OR "OR EQUAL" ITEMS The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or '"or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by Engineer is set forth in Paragraphs 6.7.1, 6.7.2, and 6.7.3 of the Ganeral Conditions and may be supplemented in the General Requirements. 10. BID FORM 10.1 The Bid Form is included with the Bidding Documents; additional copies may be obtained from Engineer (or the issuing office). 10.2 All blanks on the Bid Form must be completed in ink or by typewriter. 10.3 Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate sea] must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 10.4 Bids by partnership must be executed in the partnership name and signed by a partner, whose tittle must appear under the signature, and official address of the partnership must be shown below the signature. 10.5 All names must be typed or printed below the signature. 10.6 The Bid shall contain an acknowledgment of rcecipt of all Addenda (the number of which must be filled in on the Bird Form). , 00100-5 C.Uctr rnnWohnwn Pmjtc uWrDj rcI • ReclAdgc Sewer rm,.mvcmcnuaJ00 Sec Instinct"ons to Bidden i L] L-3 10.7 The address and telephone number for communications regarding the Bid must be shown. 11. SUBMISSION OF BIDS Bids shall be submitted at the time and place indicated in the Advertisement or Invitation to Bid and shall be enclosed in an opaque sealed envelope, marked with Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted) and name and address of the Bidder and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. I1.1 The Bidder shall submit the Bid in duplicate on the forms, or an exact copy of the forms, furnished herewith. The blank spaces on the Bid Form shall be filled in correctly for each Bid Item for which a Bid is submitted. 11.2 The Owner will consider only those bids received from parties who have obtained Contract Documents directly from the Owner or the Owner's Engineer. Contract Documents are not transferable to other parties for bidding purposes. Bids received from firms whose names are not recorded by the Owner or the Engineer as having secured documents for this Contract will be rejected. 12. MODII=ICXHON AND WITHDRAWAL OF BIDS 12.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 12.2 If, within two business days alter Bids are opened, any Bidder file a duly signed, written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the work to be provided under the Contract Documents. 00100.6 4— C:Umne &hlohnson prge:ulPt led - Roclmdge $4wer lmpro6tn nL&MIDD.doc Instruclions to Bidden C-1 40 4W 40 13. OPENING OF BIDS Bids will be opened and (unless Obviously non-responsive) read aloud publicly, An abstract of the amounts of base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 14. BIDS TO REMAIN SUBJECT OF ACCEPTANCE All bids will remain subject to acceptance for sixty days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid and return the Bid security prior to that date. 15. AWARD OF CONTRACT 15.1 Owner reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time, or charges in the work, and to negotiate contract terms with the Successful Bidder, and the right to disregard all non -conforming, non-responsive, unbalanced, or conditional Bids. Also, Owner reserves the right to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to the Bidder, whether because the bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 15.2 In evaluating Bids, Owner will consider the qualifications of the Bidder, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as [nay be requested in the Bid Form or prior to the Notice of Award. 15.3 Owner may consider the qualifications and experience Of subcontractors, suppliers, and other persons and organizations proposed for those portions of the work as to which the identity of subcontractors, suppliers, and other persons and organizations must be submitted as provided iu the Supplementary Conditions. Owner may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the work when such data is required to be submitted prior to the Notice to Award. 15.4 Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid and establish the responsibility, qualifications, and financial ability of Bidders, proposed subcontractors, L- 00100-7 ins mictions to tridderi i � CVcretnuhlchn>.an pra7rtcu'YmjttlRockfidge Sewer ln>prc •�emenu OOlU01eu C> • C7 i suppliers, and other persons and organizations to perform and fumish the work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. 15.5 If the Contract is to be awarded, it will be awarded to the lowest Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interests of the Project. 15.6 If the Contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within sixty days after the day of the Bid opening. 15.7 More than one Bid front an individual, firm, partnership, corporation, or association under the same or different names will not be considered. Reasonable grounds for believing that one Bidder is financially interested in more than one proposal for the same work will cause the rejection of all proposals in which such Bidders are believed to be interested. Any or all proposals will be rejected if there is reason to believe that collusion exists among the Bidders, and no participants in such collusion will be considered in future proposals for the same work. 15.8 Within ten (10) calendar days of the date of award of the Contract, the Bidder to whom the Contract is awarded shall execute and deliver the necessary documents entering into the Contract with the Owner. Payment Bond for the total amount of the Bid and Performance Bond for 125% of the Bid shall have been furnished, executed, and delivered before the Contract will be executed by the Owner, 15.9 Failure upon the part of the Bidder to whom the Contract has been awarded to execute and deliver the Contract and the Surety Corporation Bond in the manner and within the time provided shall be just cause for annulment of the award and for the exclusion of the Bidder from bidding on subsequent projects, at the Owner's discretion. It is understood and agreed by said Bidder, that if the award is annulled for the above persons, the certified check or Bid Bond shall become the property of the Owner, not as a pcnalty, but as liquidated damages. 16. CONTRACT SECURITY Paragraph 5.1 of the General Conditions and the Supplementary Conditions set forth Owner's requirements as to Performance and Payment Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by the required Performance and Payment Bonds. The Performance Bond shall contain a specific provision that delay damages are covered .—by the Performance Bond, 001 DO -8 Instructenns lu llldclers '� C:'J"M1LW0hnm NeelsTmircl - Rakndp Sewer InrprpvemenU'00100 dh +! 40 • C-1 M 17. SIGNNG OF AGREEMENT When Owner gives Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within ten days thereafter, Contractor shall sign and deliver the required number of counterparts of -the Agreement and attached documents to Owner with required bonds. Within a reasonable time thereafter, Owner shall deliver one fully signed counterpart to Contractor. Each counterpart is to be accompanied by a complete set of the drawings with appropriate identification, END OF SECTION 00100-9 4 • C Utremiehlahmsa,n PmjecWftjecl. • RKkhdse Starr 4Trovenitnls`Q0[00 doc Instructions to Bidders i • f f SECTION 00310 BID FORM (Based Upon EJCAC No. 1910-18,1983 Ed.) PROJECT IDENTIFICATION: ROCKRIDGE ,SEWE ECT THIS BID IS SUBMITTED TO: Indian River County 1840 251h Street Vero Beach, FL 32960 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all work as specified or indicated in the Contract Documents for time Contract Price and within the Contract Time indicated in the Contract Documents and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for sixty days after the day of Bid opening. Bidder will sign and submit the Agreement with the bonds and other documents required by the Bidding Requirements within ten days after the date of Owner's Notice of Award. 3. In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that:. (a) Bidder has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): Date Number (b) Bidder has familiarized itself with the nature and extent of the Contract Documents, the work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or finishing of the work. 00310- 1 810 FORK! C.Vercmiihlalmcan Pwjteis%Pmjttc - Rockndge Sc War I nipiarrnsv11$W n M0 dur 40 • A 40 (c) Bidder has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions which are identified in Paragraph SC -4.2 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which Bidder is entitled to rely. (d) Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the work as Bidder considers necessary for the performance or furnishing of the work at the contract price, within the contract time and in accordance with the other terms and conditions of the contract documents, including specifically the provisions of Paragraph 4,2 of the General Conditions; and no additional examination, investigations, explorations, test, reports, studies or similar information or date or will be required by Bidder for such purposes. (e) Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said underground facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar infonnation or data in respect of said underground facilities are or will be required by Bidder in order to perform and furnish the work at the contract price, within the contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.3 of the General Conditions. (f) Bidder has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) Bidder has given Engineer written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity wit;', any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham. Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 00310-2 C.'JimmiWoMson PmjecwPmjrce • Rockridp Seller ImpravernenWAU310 4oc ©ID FORM C> 46 • 40 o 4. Bidder will complete and include with the bid the Schedule of Bid Items attached to this Proposal. The quantities shown on the Schedule of Bid Ttems are approximate quantities to be used for the purpose of comparing bids. The actual quantities may vary. It is further understood that the actual amount of the Agreement, and payments thereunder, will be based upon the actual quantities placed into the work. 5. Bidder agrees that the work will be completed in accordance with the following time frame: (a) Within -4 calendar days from effective date of Notice to Proceed, Contractor shall complete the following tasks: 1. Obtain all necessary permits. 2. Receive approved shop drawings for all materials and equipment to be utilized in the job. 3. Perform all photographic recording and documentation of conditions prior to construction. 4. Locate all existing utilities in the area of work. 5. Mobilize all labor, equipment, and materials. 6. Deliver and store all equipment and materiais to the job site. T Notify all utilities and other affected parties prior to initiating construction. (b) From 35 calendar days to 70 calendar days from the effective date of Notice to Proceed, the CONTRACTOR shall complete the following tasks: 1. Install all pipe and appurtenant items. 2. Perform all testing. 3. Restore all disturbed areas to their preconstruction condition. 4. Correct all deficiencies noted by Engineer. Completion of all tasks outlined above (i.e., Subparagraphs a and b) constitute Substantial Completion. (c) From 7 i calendar days to 9D calendar days from the effective date of Notice to Proceed, the CONTRACTOR shall complete the fallowing tasks: 1. Clean up project area. 2. Remove all equipment and material from project site. 3. Perform contract closeout procedures. Completion of all tasks outlined above (i.e., Subparagraphs a, b, and c) constitute Final Completion. t_ r`. 00310-3 Diu Foram �„[ �SercmirhlnFnsnn Pn jecuPralerl•R.kridjc Scwrr 10 bid Wnnda C7 C1 4W 1 /I 6. The following, documents are attached to and made a condition of this Bid: (a) Schedule of Bid Items. (b) Required Bid Security in the Foam of Insurance. 7. Communications concerning this Bid shall be addressed to: Jeremiah Johnson Environmental Engineer (56t) 770-5320 The address of Bidder indicated below is as follows: Tri -Sure Corporation P. 0. Box 653, Auburndale, F1 33823 R 8. The terms used in this Bid which are defined in the General Conditions of the Construction Contract include as part of the Contract Documents have the meanings assigned to them in the General Conditions. SUBMITTED ON February 18,2606 00310-4 a:o Forms C:Vff9MW60ha50?1 Prvj"L5WMjeer • RMUdar Sher Impiovemenu'W0710 bid fwm.dne Nw 40 No 3 BID SCHEDULE Name of Bidder, Tri—Sure Corporation ft Iscn on', -�, NO It 5A 01 Mobilization L.S. 3,000.00 02A HDD Ul - 6 -inch Horizontal 200 Directional Drill (3dCourt & 15% St.) L.F. 58.00 1 02B HDD #2 - 6 -inch Horizontal Directional Drill (3" Court & 14LI St.) 200 L.F. 58.00 1 02C HDD #3 - 6 -inch Horizontal 500 Directional Drill (14" St. & 6h Court) L,F. 58.00 2 02D FIDD N4 - 4 -inch Horizontal 250 Directional Drill (5' Ave, & 17' St.) L.F. 47.00 I 1 H.DD ftS 4 -inch Horizontal 02E 180 LT, 47.00 2F Directional Drill jb.j" 160 3 Lawn Restoration (topsoil & sod) 130 S,y 5.00 04 Record Drawings I L.S. 2,000.00 05 Force Account I Per C,O$5,000 06 1 Demobilization I -----[.S, 'Lump LS. 3.000.00 FA, - Each � Sim L.F. Lineal Feet S.Y. - SqUaFC Yards C 0. - Change Order TOTA.L AATOUNT OF BID (IN FIGURES) (Suin of Total Price Bid for Items 01 thru 06). 00310-5 510SCHEDULE TOTAL AMOUNT" OF DID (IN WORDS): $ itinet six thousand seven hundred eighty _dollars and no cents ------------------------- Bids will be compared on the basis of the TOTAL AMOUNT OF BID (Sum of Total Price Bid for Items Q1 thm 06). The Total Price Bid shall be the product of the Unit Price Bid and the Estimated Quantity. Should the Total Price Differ then the Unit Price Bid will prevail and the TOTAL AMOUNT OF BID will be adjusted accordingly. Where the price in figures differ from the price in words, the price in words will be accepted as the amount bid. The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans. Furthermore, the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or claims by the Contractor on account of such omissions. Bidders are warned that the estimates of the quantities of the various items of work and materials as set forth in the proposal form are approximate only and are given solely to be used as a uniform basis for the comparison of bids. The quantities actually required to complete the contract and work may be less or more than so estimated, and if so, no action for damages or for loss of profits shall accrue to the Contractor by reason thereof: �^ 00310-6 ©nlSCHEQULE � C.Uerrmiahlohnwn Srtljeelt�Fc6jsel-Apc'widYc Sewer lmprorFmenu�00}10 dpc L 4D 40 D N 13id Item N% 01 - Evia ' `zation 1.1 'Scope of Work Under this item, the Contractor shall provide all labor, materials, equipment and incidentals necessary to furnish and install bonds and insurance, site security, staging, temporary field officeltrailer, if required, personnel safety equipment, field surveying for base line, construction and maintenance of temporary facilities, arrangement for temporary utilities, shop drawing submittals, submittal of schedules, breakdown, preconstruction documents, erosion, sediment, and dust control, and all other work required for the initial start of construction. 1.2 Materials and Method General Equipment All preconstruction documents, submittals and preliminary work as described above shall be provided as defined in the Contract Documents. 1.2.1 Mobilization includes the mobilization of all construction equipment, tools, and appurtenances staffed and ready for performing the work. Mobilization also includes delivery of materials and supplies needed for initiation of the work but not included and paid elsewhere in the Contract documents. The provision and installation of Contractor required facilities, including enclosures, trailers for various activities, personnel storage sheds, as needed; and Contractor required services including telephones, electricity, water and sanitary facilities, etc., are also included under Bid Item NMobil izatiol . 1.2.2 The provision of safety equipment 1.nd protective clothing for persons on-site, including maintenance of equipment on a daily basis; and replacement of disposable equipment, as required. 1.2.3 Construction of Equipment and Staging Supply Area. 1.2.4 Provisions for an office trailer (if required), utilities and equipment for t- Contractor personnel activities.. 1.2.5 Arrangements for the temporary construction of any roads, embankments, fence gates or excavations, if needed. Such roads and access facilities shall be sufficient for passage of loaded disposal vehicles and construction equipment. a) Layout of all temporary roads, gates, excavations and embankments to be constructed within the project area 00310-7 111 ITEM UI - NI001LIZAitoN y.AL "'ishl®hMA PmlttinProlecA-RocknSYe Ssw.Sr Invpla�rmtnli'i0031O�IIYC [--A i 40 b) ; Plan for post -construction cleanup, dismantling, and removal of the temporary construction including restoration of the site to its previous condition or better. 1.2.6 Arrangements for parking facilities on site or arrangements to shuttle the crew to the site from an alternate location. 1.2.7 Arrangements for security. 1.2,8 Arrangements for necessary utilities; e.g„ electric, telephone, portable sanitary facilities, water, etc. 1.2.9 Preparation procedures for working areas and safety facilities (e.g. setting up staging areas; first aid and emergency facilities: and temporary storage enclosures, if required and other necessary working and safety equipment). 1.2.10 Acquisition of all required insurance, payment and performance bonds, and permits that are required for the commencement and completion of this Project. 1.2.11 Payment for insurance, bonds, and permits shall be included in the lump sum bid for Item M. Payment shall be full compensation for furnishing ail insurance, bonds, and permits required by this contract in compliance with all of the Federal, State and local agencies having jurisdiction over the work. 1.2.12 Arrangements to perform all work in a fire -safe manner, including the supply and maintenance of adequate fire -fighting equipment capable of extinguishing incipient fares. The Contractor shall comply with applicable Federal, State and local fire prevention regulations throughout the entire course of work. 1.2.13 Arrangements to assure that no public or private road is closed, except by expressed written permission of the owner. 1.2.14 'Etre work shall be conducted to assure the least possible obstruction to traffic. All obstructions within traveled roadways must be protected by utilizing approved signs, barricades, lights, anti flagmen where necessary for lite safety of the public. 1.2.15 The Fire and Police Departments shall be notified before closing any street or portion thereof and shall be notified when lite streets are again passable for emergency vehicles. Operations shall be conducted with the [cast interference to fire equipment access, and at no time prevent such access. 1.2.16 Provisions for use of approved temporary storage enclosures, if necessary, of the various sixes required for the protection of materials. Combustible materials (paints, solvents, fuels, etc.) shall be stored in a well -ventilate(] enclosures separate from the other buildings. ,v 00310-8 DID ITENI a 1 - MOBILIZATION i �` (•flirt,11,y11�Uhn14�P/OiIC[6'P�.n,lFl• R_i.d.e SC It IAFTM. WKWO0310 SCM r 0 • • 1.2.17 Provisions for the construction of temporary storage yards for the storage of materials that are not subject to damage by weather conditions. Materials shall be stored on pallets or racks off the ground. No private property area adjacent to the site shall be used for storage of the contractor's equipment and materials except by expressed written permission of the property owner. 1.2.18 Arrangements for a Pre -Construction Conference to review plans and specifications and schedule with the Contractor, Subcontractors and personnel from the owner and engineer, as well as the Contractor's Project Superintendent, and others as necessary. 1.3 Method of Nlg-qsti remen The quantity of mobilization to be paid tinder diid Item Na. Dl - jvlobili t` shall be a lump sum amount for all labor, material, tools, equipment and incidentals necessary to mobilize. 1.4 Mis for Pa anent The lump sum price bid for mobilization shall include all labor, materials, tools equipment and incidentals necessary to furnish bonds and insurance, site security, staging temporary office, safety equipment, surveying temporary facilities and utilities, shop drawings, submittals, erosion, sediment and dust control. Request for payment for this Bid item will be based on a schedule of values submitted by the Contractor and approved by the Engineer. Partial release for payment under Bid to di( t s}tali be based on receipts of PALd invoices for the various tasks performed. final release for payment under BidItem No,01 -i• .1 'oshall be at the discretion of the Engineer. ENI? 4P SECTION 00310-9 Usti l?F.h1 tll • M1igtltt.l"LrlTIOH �`+ 11 Pmirfll'1•'.H+IrcI.jffl{`i 11aJr qp'l, III' J c Did Item NQ- 2 - HorizontalD'r rill 1.1 Scope of Work Under the above Items, the Contractor shall provide all labor, materials, equipment and incidentals necessary to furnish and install high density polyethylene (HDPE) pipe as shown on the contract drawings, as specified herein and as directed by the Engineer, including but not limited to: the excavation for the insertion pit, receiving pit and pipe trench, together with the disposal of all excess materials, including drilling mud such as benonite clay slurry, bracing, sheeting and dewatering, the furnishing and installation of the HDPE, the backfilling of the insertion and receiving pits, hydrostatic testing, maintaining uninterrupted flow of existing utilities, providing access to driveways at all times, constructing and maintaining all bridges required for traffic control, cleaning the site of the work location and protection of utilities, structures, trees, shrubs and lawns, and all other work required for the complete installation of the HDPE pipe. 1.2 Materials and Method All pipe shall be installed at locations shown on the contract drawings and as directed by the Engineer. The following sections specified in the Technical Specifications shall also be considered as part of Bid Item No. 02 - Horizontal Directional Drill (HDPF,in its entirety: Se tion L119 02050A Protection and Maintenance of Traffic 02320 Trenchless Installation of Pressure Mains by Directional Boring (Horizontal Directional Drilling - HDD) 02675 Hydrostatic Testing of Water & Wastewater System These sections are located in the Technical Specifications. 1.3 Method of We surement The quantity of horizontal directional drilling to be performed under Bid 02 -- Horizontal Directional Drill (il) shall be a unit price bid for all labor, materials, tools, equipment and incidentals necessary to Furnish and install the HDPE pipe and end seals within the limits shown on the drawings. 1.4 Bails for Pavnwnt The lump sum price bid for Bidhem No, 02 - Horizontal Directional Drill(HDPE shall include all material, equipment, supplies, fuel, labor, sheeting and bracing, insertion and receiving pits, excavation, dewatering, backfilling, compaction, furnishing and installing of HDPE pipe, sealing the termination pints for the pipe, hydrostatic testing, and all other work as shown on the Contract drawings, as specified herein, or as required by F DEP and the County for a complete installation ready for operation. 00310- 10 i _ C:VeremishhhnYun PmjectsTmjc0 • Roekiid,je Sewer ImpruYtr un1%=)10 due DID 11 ENI Od -IMPE The work under Bid Item No, 02 - Horizontal Directional Drill (HDPE] shall also include; protection and support of existing utilities"such as telephone, water, sewers, gas, electric lines, and all other piping and conduits that may be encountered in the work; protection of existing trees and shrubs; maintenance of traffic; bacteriological analysis (applicable to potable waterlines only); and all other material, labor, tools, equipment, and incidentals necessary to complete the work. 00310- It nin rrs.nt oa • stunt: �, C Vmm+aR<Inhntat PmjeclflFroject • R:xkridee Uww" lmpmvvogntVUdl lu doe 1753 r- \ + 1 -- WO -11 LmUmt " OWi 1.1 $cope of Work Under the above Item, the Contractor shall provide all labor, materials, equipment and incidentals necessary to restore lawn disturbed by the construction and as shown on the contract drawings, as specified herein and as directed by the Engineer, including but not limited to: furnishing and installing sod, fertilizer, topsoil, water, grading, cutting, and preparation of subgrade, cleaning the site of the work location and protection of utilities, structures, trees, shrubs and lawns, and all other work required for the complete installation of the sod. 1.2 Materials and thDd All topsoil and sod shall be installed at locations as specified herein and where directed by the Engineer. The Contractor shall be responsible for the proper protection and maintenance of the sodded areas until a satisfactory uniform stand of grass has been established (minimum of two cuttings). Where sod fails to grow properly, the Contractor shall resod at his/her own expense, until satisfactory to the Engineer. 1.3 Method of i4leasurement The quantity of lawn restoration (topsoil and sod) to be measured for payment under3Rid. Lawn o shall be the actual number of square yards of sod laid as measured installed. Measurement will be based on a maximum width of 10 - along the length of the pipeline. Unless otherwise directed by the Engineer, areas requiring restoration beyond the - [eet maximum width shall be done at the Contractor's expense. 1.4 Basi, #"Qr Paynrcuts The unit price bid per square yard (S.Y.) of sod shall include: furnishing and installing topsoil, sod, water, grading, cutting, preparation of subgrade, removal and protection of existing trees and shrubs; maintenance of traffic, and all other material, labor, tools, equipment, and incidentals necessary to complete the work. L.. 00310-12 II DID ITUS 03 - LAWN tusroa..Troiv 'r C7FlffTlliAilflrIAMAIPmitrlt`P,nIKl II(xVidpt So*" IMPImemeM104110 INV 11id Item No. 04 - Reeord Drawl 1.1 Scone of Work Under Bid Item No. 04 - Record Drawings, the Contractor shall furnish all labor, materials, equipment and incidentals necessary to furnish a complete set of record drawings in three formats. 1.2 Matgrials and. Method 1.1.1 The Contractor shall keep one record copy of all Specifications and Drawings at the site in good order and annotated to show all changes made during the construction process. These shall be available to the Engineer for examination and shall be delivered to the Engineer for the Owner upon completion of the Work. 1.2.2 Documents shall be stored in the Contractor's field office apart from documents used for construction. The Contractor shall provide files and racks for storage of documents. Documents shall be maintained in a clean, dry, legible condition and in good order. Record drawings shall not be used for construction purposes. 1.2.3 Each document shall be labeled "RECORD DRAWING" in neat, large printed letters. Information shall be recorded concurrently with construction progress. No work shall be concealed until required information is recorded. Drawings shall be legibly marked to record actual construction infomtation on: a) Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements; b) Field changes of dimension and detail; c) Changes made by Field Order or by Change Order. d) Details not on original contract drawings. 1.2.4 A -Professional Land Surveyor, who is licensed in the State of Florida, must obtain all horizontal and vertical record information. Information must be signed and sealed by the licensed Surveyor. All deviations from the original designs shall be noted, highlighted, andlor ballooned. In order to transfer redline changes from hard copy to electronic format in AutoCAD, ContraL;ior shall obtain the services of a CARD Technician with a minimum of at least three (3) years experience. 1.2.5 Contractor shall each month send updated reproductions of Record Drawings to the Engineer/Owner. Contractor's Payment shall be contingent upon monthly receipt of Record Drawings. At contract closeout, Record Drawings, in both hard copy and electronic format, shall be delivered to the Engineer for the Owner. The submittal shall be accompanied with a transmittal letter in duplicate, ` 00310- 13 HID I I U M 0•1 - RECORD DRAWINGS i C'Venmiahlohnson PrnlccistProjecl • It%kndk,e Sewer lny,m.cnnr: s+00l I0 doe containing: a) Date b) Project title and number c) Contractor's name and address d) Title and number of each Record Document. e) Signature of Contractor or his authorized representative 0 Filenames, with x -referenced files noted 1.2.6 The submittals shall include but not necessarily be limited to two (2) copses of Record Drawings, in all of the following forms. a) Two (2) copies in electronic format, in AutoCAD Release 14. b) Two (2) reproductions, hard copy, on 24" x 36" sheet(s) or 11" x 17" sheet(s). 1.2.7 The same print layers and print fields used in the original Drawings given to Contractor by Engineer/Owner shall be used for the Record Drawings in AutoCAD. 1.2.8 Engincer's{Owner's Responsibility. The Engineer or the Owner shall provide Drawings in all of the following forms to the Contractor prior to the Project: a) One (1) electronic format, in AutoCAD Release 14. b) One (1) reproductions, hard copy, on 24" x 36" sheet(s) or 11" x 17" sheet(s). 13 Method of Measurement The amount to be paid under Bid Item No. 04 - Record Drawi= shall be a lump sum amount for all labor, materials, tools, equipment and incidentals necessary to produce a complete set of record drawings. 1.4 Basis for Payment The lump sum price bid shall include all labor, materials, tools, equipment and incidentals neccssary t6 fismish a complete set of record drawings in the specified formats. Request for payment for BiO Item No. 04 - Me rd Drawines shall be based on percentage of work completed under Bid ]tem bio04 -Record IJrawi{ e . The Engineer will retain two times (2x) the value of any work remaining (still outstanding;) until the project is 100% complete. 00310- 14 ©ID ITEC! 04 — REC®Rt) DRAWINGS y`•, C.Vus7nl�fsAnhntonproitttsvpmjrci-RarltidgeCewsefms+m�snunryti{7fi1IOdac 4b 40 M Did Item No. 05 - F=orce Account (Cont]ngcncvl 1.1 Scone of Work Under Bid It= No --U Eprce Account (Conlin lI the Contractor shall furnish all labor, materials, equipment and incidentals necessary to perform additional work = covered by specific items in the technical specifications, as ordered by the Engineer. 1.2 a te r 1 flLa r dIetho Under this Bid Item No. Q - Force Acc nali all provisions as incorporated in the fallowing specifications: Materials, Labor Costs, Sales Tax, Equipment and Plant Rental, Profit and Overhead and Reports shall apply for that wont not covered by contract a4 work items, as ordered by the Engineer. I 1.2.1 Materials 1.2.1.1 Necessary materials (including transportation to site). Materials used, if acquired by direct purchase, must be covered by receipts or acceptable invoices. All prices on used materials incorporated in either temporary or permanent work- shall orkshall be billed at a fair market value, and in an amount less than the original cost when new. The Contractor shall give a reasonable salvage credit to the Owner for all salvageable material recovered by him. Salvage value of substantial material recovered must be jointly determined by and be acceptable to the Contractor and the Engineer. 1.2.2 Labor Costs 1.2.2.1 Necessary total labor charges for only all labor directly engaged on the force account work, and for foremen in direct charge of the specific operations. Each class of labor shall be billed separately at actual payroll rates. Average payroll rates based on different classes of labor will not be accepted. Total labor costs shall include Workmen's Compensation Insurance, public liability and property damage insurance, unemployment insurance, Federal old -age benefits, other payroll taxes an(] payments required to be made to labor organizations under existing labor agreements, and the rates for such costs shall be substantiated by satisfactory evidence furnished by the Contractor. 1.2.3 Sales Taxes 1.2.3.1 Sales. Tax, if any, required to be paid on materials incorporated into the work under a farce account basis. 1.2.4 Equipment and Plant Rental 1.2,4.1 The base hourly rates shall be the daily rates as listed in the current Rental Rates for Construction Equipment (Blue Book/Green Book) prepared by Associated Equipment Distributors divided by eight (S). 00310- 15 BID BENS 05 — FORCE ACCOUNT i r %i#mmiw(,hnran Preiect0roira - kckti p Sewer ImRvnvenxnu%00710 doc C:] 1.2.4.2 The first 20 hours will be paid at 90% of the above base hourly rate. For 21 to 40 hours, the rate will be 80% of the above base hourly rate. For over 40 hours, the rate will be 45% of the above base hourly rate. 1.2.4.3 The number of hours to be paid for shall be the number of hours that the equipment or plant is actually used on a specified force account job. Equipment to be used by the Contractor shall be specifically described and be of suitable size and suitable capacity required for the work to be performed. In the event the Contractor elects to use equipment of a higher rental value than that suitable for the work, payment will be shade at the rate applicable to the suitable equipment. The equipment actually used and the suitable equipment paid for will be recorded as part of the record for force account work. The Engineer shall determine the suitability of the equipment. If there is a differential in the rate of pay of the operator of oversize or higher rate equipment the rate paid for the operator will likewise be that for the suitable equipment. 1.2.4.4 In the event that a rate is not established in the .Associated Equipment Distributors Rental Rates for a particular piece of equipment or plant, the Engineer shall establish a rate for that piece of equipment or plant that is consistent with its cost and use. 1.2.4.5 It is mutually understood that the base daily rates include all costs incidental to equipment and plant rentals such as maintenance, repairs, gas, oil, electric current, etc., and also the cost of moving to and from the site. 1.2.5 Profit and Overhead 1.2.5.1 Fifteen percent (15%) of the total of material and labor costs only, as specified in the foregoing paragraphs 16.2.1 and 16.2.2, as compensation for profit and overread. 1.2.5.2 If any of the work is perfomsed by a subcontractor, the contractor shall be paid the actual and reasonable cost of such subcontracted work computed as outlined above, or on such other basis as might be approved by the Engineer, plus an additional allowance of five percent (5%) of materials and labor costs as specified in the foregoing paragraphs 16.2.1 and 16.2.2, to cover the contractor's profit, superintendence, administration, insurance and other overhead. The cost of transportation of materials shall be excluded when computing the above-described charges for profit and overhead for subcontracted work. Overhead may be defined to include the following items: (1) Premium on bond; �- 0031D - 16 ttID ITEM 05 — rORCE ACCOUNT C rinrrrvi�hlnhncn,n pmirrls'pm�Kt - Rn I mire a[+Sr ImPi-c nc nci-rXit01A x (2) premium on insurance as may be required other than Workmen's Compensation Insurance, public liability and property damage insurance, unemployment insurance, Federal old -age benefits, other payroll taxes and such reasonable charges that arc paid by the contractor pursuant to written agreement with his employee; (3) All salary and expenses of executive officers, or supervising officers; (4) All clerical or stenographic employees; (5) All charges for minor equipment, such as small tools, including shovels, picks, axes, saws, bars, sledges, lanterns, jacks, cables, pails, wrenches, etc. and other miscellaneous supplies and services; (6) All drafting room accessories such as paper, tracing cloth, blue printing, etc. 1.2.6 Reports 1.2.6.1 Payment for force account work will be made on the basis of the following reports: The Contractor shall deliver to the Engineer -in -Charge a daily summary of force account work clone on the contract. This summary on 8- 1/2" x I1" paper shall be delivered t6 the Engineer -in -Charge not later than closing time on the day following that for which the work is reported or a date established by the Engineer. The summary shall contain: (1) A list of materials used indicating the amount and nature of each material. The cost (if known) should also be included. Proper receipts must later document this. (2) A list of equipment used indicating the number of hours used and the kind, type and size of equipment. (3) A list of personnel by name, including the hours and rate at which they were used on the force account work. (4) A statement of the work accomplished by force account for that day. (S) This summary shall be dated and signed by the Contractors' authorized representative and the Engineer-in-Chnrge. (6) The contract number and other identification as well as the name of the Contractor shall appear on the statement. (7) The Engineer -in -Charge will make any notations, remarks or comments on this form that may assist in final payments. 00310-17 BID Walt 45 - FORCE ACCOUNT 1 C,VeStwsrI pwvtmtautiool I odm 40 40 i r 1.3 Method of Measurement and Basis for Payment The method of measurement and the basis for payment under ►��� tte �+ lam. Q5 -Ford Account iCaafinamW shall be as specified above or as jueorgarated.in a fha-nzLj2rdC-r 1z"pared by the Engineer. The method of measurement and basis for payment may be altered by the Engineer to include lump sum payments for specific work performed which includes all of provisions (1) through (7) as specified above. The basis for payment shall include the cost of all labor, materials, equipment and transportation necessary to perform the additional work 1= covered by other Bid Items, and as ordered by the Engineer. - 00310- 18 C•Vemdxtdahmm PmitasTraitcl - Rocinatr St wtr fmpm vtnKnalloo] 10 acc p I O ITE M 43 - FORC E ACCOUNT Rid ItculNo._06 - Demobilizati—on 1.1 5colze of Work Under this item, the Contractor shall provide all labor materials, equipment and incidentals necessary to furnish maintenance bond, record drawings, and final close out documents, site cleanup, removal of all temporary facilities and services, final inspection, activation of all water, storm and sanitary sewer systems, and final report. 1.2 Niaterials and Metliod 1.2.1 All closeout documents, submittals, and deficiencies in the work shall be corrected. 1.2.2 The Contractor shall dismantle and remove from the project site all temporary facilities and services along with construction equipment, tools and similar elements. 1.2.3 The Owner and Contractor shall make a final closeout inspection, a list of noted deficiencies shall be prepared and the Contractor shall correct all deficiencies. 1.2.4 The Contractor shall prepare a final report within thirty (30) calendar days following the final closeout inspection for submission to the Owner. The report, structured to enable the reader to cross-reference with ease, shall include All written results, analysis, data, reports, and records and any other information deemed necessary. The Contractor shall supply an original and five (5) copies to the Owner. 1.2.5 The Contractor closeout procedures shall begin when all waste materials are removed. 1.2.6 The Owner shall make a preliminary inspection after the Contractor provides a written notice indicating that all the specified conditions have been met and the work is 100% complete. 1.3 Method of Measurement The quantity of demobilization to be paid Under Bid Item 1Vo 06 - ]emobiliza inn shall be a lump stun amount for all labor, materials, tools, equipment and incidentals necessary to demobilize. The lump sum price laid for demobilization shall include all labor, materials, tools, equipment and incidentals necessary to furnish surety bond, submit all contract closeout documentation, record drawings, and final report, removal of temporary facilities and services, removal of equipment, tools, and incidentals. 00310-19 DID ITEM 06 — DEMOBILIZATION CUercmixhloMrr�s PruleclPPMISeS • RML11+1lS Serer Impre�remenq'l10}I6 dne ' 1.4 Basis for Payment Request for payment for Bid Item No 06 -Demobilization shall be based on percentage of work completed under Bid Item No 06 - Demobilization. The Engineer will retain two times (2x) the value of any work remaining (still outstanding) until the project is 100% complete. 00310-20 BIB nal 06- nEMOBILIMTION [NmmLIJNNM RjreoVbjnl. Pw'bl6{e S.wn Ilryvpvemrne'�) io Mt i 40 I' IrCDgh et Bidder acknowledges that included in the various items of the Proposal and in the total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida), effective October 1, 1990. Bidder further identifies the costs to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure (Quantity) Cost Cost (Description) AGnnes EA 25 5.00 125.00 BBarricades EA 10 5.00 50.00 C. D. Total $ 175.00 Failu a to :cptpabove may result in the Bid being declared non-responsive..`� P 0. Box 653__ nature James H. Chambers Address President Auburndale, F1 33823 0—' Title CU C040079 2/18100 License Number (If Applicable) Date (SEAL – if Bid is by a corporation) �j ATTEST: n �4 Glenda M. Chambers, secretary If Bidder is: A&b1dLvkUW By: (Individual's Name) doing business as: 00310-21 C. Vert M01ohnw Pmgectc%Frujccl - Ra krW a Sewer 1tgto%c rn,ntv0Dr 10 Sue ATTEST 40 40 40 Business address: s. Phone Number: A Partnership By: (General Partner) Business address: Phone Number: If Bidder is: By: Tri–Sure Corporation (Corporation Name) '"fat Corporation) By: Ines H. ct .%Te (Person Authorized to Sign) President . (Tide) (Corporate Seal) ATTEST- A41z, Glenda M. Chambers, Secretary Business Address: P, 4. Dox G13— Auburndale, F1 33823 00310-22 C,,VeMWhWOMWq Pavj"Ug N jot. Rocind{e Sewer J"Vti"U'48316 dM L, ATTEST By (General Partner) Business address: A Joint Vcahi By: By: 0 0 (Name) (Address) (Name) (Eachjoint venturer must sign. The manner of signing ton each individual, partnership and corporation that is a part to Ihejoint venture should be in the manner indicated above.) NOTE: SCE ATTAC@@NT SIIOWN AS PACES 00310-28 d 00310-29 00310-23 ATTPST i dw 40 SWORN STATEMENT UNDER SECTION 297.133(3)(a) FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES r. (To be signed in the presence of a notary public or other officer authorized to administer oaths.) STATE OF Florida lfl�hil11�4•�s35 Before me, the undersigned authority, personalty appeared .tames lt. Chambers , who, being by me first duly sworn, made the following statement: 1. The business address of Tri -Sure Corporation (name of Bidder orContractor)is P. 0. Box 653 Auburndale F1 33823 2. My relationship to Tri -Sure Corporation (name of Bidder or Contractor) is President (relationship, such as sole proprietor, partner, president, vice president). 3. 1 understand that a public entity crime as defined in Section 287.133 of Florida Statutes includes a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any Bid or Contract for goods or services to be provided to any public entity or such an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 44. 1 understand that "convicted" or "conviction" is defined by the statute to wean a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of ajury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. S. 1 understand that "affiliate" is defined by the statute to mean (1) a predecessor or successor of a person or a corporation convicted of a public entity crime, or (2) an entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime, or (3) those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate, or (4) a person or corporation who knowingly entered into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months.. i " 00310-24 S WORN STATEM EN T I C:vn ;Khfohvwn Figttuv} tQjed- RnCPridv sewer lnq,ro,erroemsWh}IO.doc r • e M 6. Neither the Bidder or Contractor nor any officer, director, executive, partner, shareholder, employee, member or agent who is active in the management of the Bidder or Contractor nor any affiliate of the Bidder or Contractor has been convicted of a public entity crime subsequent to July 1, 1989. (Draw a line through Paragraph 6 if Paragraph 7 below applies) 7. There has been a conviction of a public entit y the Bidder or Contra- ctoT, o officer, offficer, director, executive, partner, share r, employees, member or agent of th_n Bidder Bi=d ,b7wh ' ' active in the ement of the Bidder or Contractor or an affiliate of the Bidder or Contractor. 3lion has been made pursuant to Section 287.133 (3) by order of the ton o£ Administrative ngs that it is not in the public EviEsion EAdministrative the convicted person or affiliate to appear a convicted vendor list. nvicted person or affiliate is fP3t cod f Hearings is attached to this statement. {Draw a Linc through Paragraph 7 if Paragraph G above appli ) Sworn to and subscribed before me in the state and u y first mentioned above on the 17th [lay of February , 19 ---woo Rrt (affix seal) Nat y Public GAYNSLL0.STGIITZ N01"Y Pubft, Slate of Florida MyCo.. — Sptplfq M ssion exprmm. No. ccsisazs 00310-25 Cilrremiehlp6p'o„ RolreutProlee! Rock*49 Se.nr InWovemrnr 310 4X SWORN STATEMENT 4 40 • i i 8tkOM STATEMM L' ")ER SRCTION 105.09 1� nMIM RIVZit COUNTY CODE 4 ON DISCLOSURE OF R'ELA'TIONSHIPS Tglg i`Dlpif MUST BE SIGuzo IN TEM PRESENCE OF A NOTARY PUBLIC OR ?-TgMR OFFICER AUTHORIZED TO ADb=ISTER OATHS. 1. This sworn statement is submitted with RFP No.y for 2. This sworn statement is submitted by: Tri -Sure Corporation (Name of entity submitting sworn statement) 3. whose business address is: F. 0. Box 653, Auburndale, F1 33833 and (If applicable ) its Federal Employer Identification Number (FEIN) ].5591498145 ri (if the'entity has no FEIN, include f the Social Security Number of the individual signing this sworn statement 1 My name is ,Tames 11. Chambers and my (Print name of individual signing) relationship to the entity named above is president 4. I understand that an "affiliate" as defined in Section 105.QB, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 5. I understand that the relationship with a County Commissioner or County employee must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in- law, mother -in --law, son-in-law, brother-in-law, sister-in- law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent or grandchild. (lased on information and belief, the statement which I have marked below is true in gelation to the entity submitting �. 04310 -aro e 4W • or I a .. 1 0 ris sworn statement. (please indicate which statement 4 plies). r. AXX-- Neither the entity submitting this sworn statement# nor any bf€kers, directors, executives, partners, shareholder's, en0oyees, members, or agents who are active in management of the entity, have any relationships as defined in Section 105.08, Indian River County Code, with any County Commissioner or County employee. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity have the following relationships with a County Commissioner or County employee. Name of Affiliate Dame of County Relationship Or Entity Commissioners NONE (Signmture) February 17, 2000 (Date) STATZ OF Florida COUN'T'Y OF Polk Tho foregoing instrument was acknowledged before me this 17th day of February , x 20POby .Tames H. Chambers —, who its poraonally known #o me or who has produced —as i.demtification. 0TAltx PUBLIC sIGNp,TURE PRINT OP FWAMARM-1VAGE i k0111V Pubda, SttS@ of F1add4 My eamm. axorm gin. 9. M2 Vftr . No, CCOTU25 i L. L EN0 OF SECTION 00310- �),'7 40 0 This document hats important 1ep1 consequences: consultation with un attorney is encouraged wi respect to its completion or modification. d.. SECTION 00530 STANDARD FORM OF A QR.EEMENT BETWEEN OWNER ,ANIS CONTRACTO ON THE BASIS OF A STIPULATED PRIG Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By CA- loll.- PROFESSIONAL AawtAlCalM �.�,�•, SOCIETY Or ttYTL ENGINEERS IN PRIVATE PRACTICE A Arac ice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL, AMERICAN SOCIETY OF CIVIL ENGINEERS CONSTRUCTION SPECIFICATIONS INSTITUTE This document has been approved °ir ' indorsed by The ,Associated General '' Contractor of America This Standard Form of Atrreernent has been prepared for use with the Standard General Conditions o! the Construction Contract, No, 1910.8, 1983 -edition, Their provisions are interrelated and a change it ane may necessitate a change in the others. The sugccsted language for instructions to bidders cc� ined In the Guide to the Preparation or Instructions to Bidders. No. 1910.12, 1983 edition. Is also carefully Interrelated with the languaze of this Agreement. Comments concerning their usa>~e are contained in the Commentary an Agreements for Engineering Services and Contract 'Documents. No. 1910.9. 1781 edition. See also Guide to the Preparation of Supplementary Conditions. Na. 1910.17. 1933 edition. 40 dD do i .- 4.. UTIL (EJCDC.FMT):aa EJCDC STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF 1A STIPULATED PRICE THIS AGREEMENT, dated the � ��z, day of Gt 7LC— in the year 2000 by and between Indian River County, a Iffolitical subdivision of the State of Florida (hereinafter called OWNER) and Tri -Sure Gorporation.(hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all work as specified or indicated in the Contract Documents. The work is generally described as follows: Directional drilling three (3) 6 inch horizontal force mains in the area of 3r4 court and two (2) 4 inch horizontal force mains along 5t" Ave. Restore the right-of-ways as close as possible to the pre - construction condition or better. Construction consists of, but is not limited to utilities exploration, coordination with any permitting agencies, trenching, dewatering, installation of pipe with fittings and all appurtenances, restrainers and soil compaction, disinfection, testing (includes providing temporary jumper or another approved method for disinfection and flushing) irrigation repair, as -built drawings and traffic control. The pipe shall be 4" and 6" HDPE per Indian River County Utility Standards and Specifications. Contractor will be provided with a copy of construction plans in AUTOCAD format which includes location reference to state plane coordinates. CONTRACTOR, as an independent contractor and not as an employee, shall furnish, for the sum amount of $86,060.00, all of the necessary labor, material, and equipment to perform the work described above in accordance with the Contract Documents. Article 2. ENGINEER. The project has been designed by Indian River County Utilities Department, hereinafter called ENGINEER, and who is to act as OWNER'S representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the work in accordance with the Contract Documents. FA -1 i • i 1 Article 3. CONTRACT TIME. 3.1 The work will be completed in accordance with the following time frame. (a) Within 3_0 calendar days from effective date of Notice to Proceed, CONTRACTOR shall complete the following tasks: 1. obtain all necessary permits. 2. Receive approved shop drawings for all materials and equipment to be utilized in the jab. 3. Perform all. photographic recording and documentation of conditions prior to construction. 4. Locate all existing utilities in the area of work. 5. Mobilize all labor, equipment, and materials. 6. Deliver and store all equipment and materials to the job site. 7. Notify all utilities and other affected parties prior to initiating construction. (b) From U calendar days to 75 calendar days from the effective date of Notice to Proceed, the CONTRACTOR shall complete the following tasks: 1. Install all pipe and appurtenant items. 2. Perform all testing. 3. Restore all disturbed areas to their preconstruction condition. 4. Correct all deficiencies noted by ENGINEER. Completion of all tasks outlined above (i.e., Subparagraphs a and b) constitute Substantial Completion. c) From 76 calendar days to go_ calendar days from the effective date of Notice to Proceed, the CONTRAC'T'OR shall complete the following tasks: 1. Clean up project area. 2. Remove all equipment and material from project site. 3. Perform contract close-out procedures. Completion of all tasks outlined above (i.e., Subparagraphs a, b, and c) constitutes final completion. FA -2 i L M 140 1, • 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the work is not completed within the times specified in Paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER four -hundred and fifty dollars ($450.00) for each day that expires after the time specified in Paragraph 3.1 for Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER four hundred and fifty dollars ($450.00) for each day that expires after the time specified in Paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. 4.1 OWNER shall pay CONTRACTOR for completion of the work in accordance with the Contract Documents in current funds in the amount of $86,060.00. Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1 Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR"s Applications for Payment as recommended by ENGINEER, on or about the 30th day of each month during construction as provided below. All progress payments will be on the basis of the progress of the work measured by the schedule of values established in Paragraph 2.9 of the General Conditions (and in the case of Unit Price Work based on the number of units completed), or, in the event there is no schedule of values, as provided in the General Requirements. FA -3 4b i b M L. 5.1.1 Prior to Substantial Completion, progress 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 ENGINEER shall determine, or OWNER may withhold, in accordance with Paragraph 14.7 of the General Conditions. 90W of work completed. If work has been 50t completed as determined by ENGINEER, and if the character and progress of the work have been satisfactory to OWNER and ENGINEER, OWNER, on recommendation of ENGINEER, may determine that as long as L -he character and progress of the work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 1008 of the work completed. 50% of materials and equipment not incorporated in the work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in Paragraph 14.2 of the General Conditions) . 5.1.2 Upon Substantial Completion in an amount sufficient. to increase total payments to CONTRACTOR to 100% of the Contract price, less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Paragraph 1.4.7 of the General Conditions. 5.2 Final payment. Upon final completion and acceptance of the work in accordance with Paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Paragraph 14.13. Article 6. INTEREST. Not Applicable. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: FA -4 40 40 40 ti. 7.1 CONTRACTOR has familiarized itself with the nature and extent OF THE Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the work. 7.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 4.2 of the General Conditions, and accepts the determination set forth in Paragraph SC -4.2 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the work as CONTRACTOR considers necessary for the performance of furnishing of the work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations,. tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 7.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said underground facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said underground facilities are or will be required by CONTRAC'T'OR in order to perform and furnish the work at the Contract. Price, within the Contract Time and in accordance with the other terms and conditions of the Contract. Documents, including specifically the provisions of Paragraph 4.3 of the General Conditions. F'x1- 5 CA 7.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 7.6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR.. Article 8. CONTRACT DOCUMENTS, The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the work consist of the following: 8.1 This Agreement (Section 00530). 8.2 Performance and other bonds (Sections 00610 and 00620). 8.3 Notice of Award and Notice to Proceed. 8.4 General Conditions (Section 00700). 8.5 Supplementary Conditions (Section 00800). 8.6 Specifications bearing the title "ROCKRIDGE SEWER PROJECT" as listed in the table of contents hereof. 8.7 Drawings, inclusive with each sheet bearing the following general title: "ROCKRIDGE SEWER PROJECT" 8.8 Addenda numbers _ to _, inclusive. 8.9 CONTRACTOR's Hid (Section 0031.0). 8.16 Indian River County Water and Wastewater Utility Standards. 8.11 The following, which may be delivered or issued after the effective date of the Agreement and are not attached hereto: All written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Paragraphs 3.4 and 3.5 of the General Conditions. FA -6 an 0 P4 is L. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified or supplemented as provided in Paragraphs 3.4 and 3.5 of the General Conditions. Article 9. MISCELLANEOUS. 9.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 9.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any writ sn consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 9.4 THE CONTRACTOR SHALT, BE PROPERLY LICENSED TO PRACTICE ITS TRADE OR TRADES WHICH ARE INVOLVED IN THE COMPLETION OF THIS AGREEMENT AND THE WORK THEREUNDER. Article 10. OTHER PROVISIONS. FA -7 4D r IN WITNESS WHEREOF, OWNER AND CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR, and ENGINEER. All, portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on�2004. OWNER Indian River County Board of Countv Commissioners Fran B. Adams, Chairman BCC APPROVED: MARCH 23, 2000 ` 7 Atte( ,2.GCt v (/✓7 C�C_C.`�/ Address for giving 1840 25th Street Vero Beach—Florida 32960 (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) CONTRACTOR Tri- re Co at' n BY J es H. Cha ers, P esident (CORPORATE SEAL) n ink Attest Address for giving notices P.O. SrZx 653 Auburndale, FL 32823 License No. CU C04QO79 Agent for service of process: (If CONTRACTOR is a corporation, attach evidence of authority to sign) END OF SECTION FA -8 M 40 771 Coni*ruction Performance T )nd �i f p� SECTION 00610 BOND N0. FL +683 a.0 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. .� r tT CONTRACTOR (Name and Address): SURETY (Name and Principal Place ¢f Busi ss): Tri -Sure Corporation Merchants Bonding Company (MutuM P. 0. Box 653 2100 Fleur Drive `t Auburndale,. FL 33823 Des Moines, IA 50321-1158 86-3-967-5506 515/243--3854 IN THE RECORDS OF JEFFREY K. BARTON CLERK CIRCUIT COURT OWNER (Name and Address): INDIAN RIV[i; CO„ FLA. Indian River County, a Political Subdivision of Lhe State of Florida CD 1840 25th Street Vero Beach, Florida 32960 pct i61-567-8000' co :ONSTRUCTION CONTRACT s Date: ea Amount: $86,060.00 ,Ln rz Description (Name and Location): Rockridge Area County Setter Project - Bid 12028 Five locations: 3rd Court & 15th St., 3rd Court & 14th St., lith Court b 14th St., 5th Avenue & 17th St. and 5th Avenue & 16th St. all in Rockridge Area of Vero Beach, Indian River County, Florida. BOND Date (.Not earlier than CQn9tr'UCtion Contract Date): Amount: $86,060.00 Modifications to this Bond Form: None. D `"ONTRACTOR AS PRI IPAL SURETY Company ( Seal) C TRI—SURE LORD ON hmms B0 ( CO ANY (MD L)t,t,r 'Scall Signature_11 _. �. Signature: NarxJy and TItI 7A) �%t yt9 DR i Name. and Title; Rita M. Lucas cjs Kes.rn Attorney -in --Fact and F1:oridjF Rq'sid t' 94nt. r l �,t OA159758-INSIIIRI[S: 813722 13 001 P. 0. Box 1229, Tampa, FL 33604, n t't3TlTRa( GiKV.-PAINCIPAL SURETY Company,; .•�}�,,,; (Corp.Seal) Company: Y: (Corp. Seal) W Signature" 1V Signature: Name and Title: Name and Title: ti A TWE UWF: 0" VAT PAGE kLK I&EAK Ln c� CDC -No. 19ta-28A (1984 Edition) 6-cp3rtd through the joint rrrorn 01' The Surety Assoeiatton arAmerica. Enginters' Joint Contract Documents Commit Iet. The Ax,cc imed 3cneral Conlm,10ts nl Amcnes. and the Amcricsn Institute of Arch tccu. I ' 1.... 0 • C-1 I. The Contractor and :he Surely. jointly 1n 'cr3tly. bind themselves. ,hair Fleas, executor%. 3001111st=01's, succts. ind assigns to the Owner for the Qertvrmanec of the Construction Contract, which is Incorporated herein ay reference. 2. If the Contractor performs the Construction e4,ilract, the Surely and I the Contraeror shall have no Obligation under this Bond, c!tccpt to par• ticepate in cenicrenecs as provided in Subparagraph 3.1. 3. 11 there is no Owner Default. the Surety's obligation under this Bond Shall arise lftcr: f 3.1. The Owner has notified the Contrcclar and the Surety at its address descriaed in Paragraph 10 below. 111x1 the Owner �s considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt a( such notice to discuss mcihads of performing the Construction Contract, If the Owner. the Contractor and the Surety agree, the Contractor shall be allowed a reasonablc time to perform the Consim0on Con- tract. but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor D'cfault, and 3.2. The Owner has declared a Contractor Default and formally ter- minuted the Contractor's right to complete the contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have received notice as pro- vided in Subparagraph 3.1: and 3.3. The Owner has agreed to Pay the Balance of the Contract Price to the Surety in accordance with the Terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of the contract with the. Owner. 4. When the Owner has salis6ed the conditionsaf Paragraph 3. the Surety Shoji promptly and at the Surety's expense take One df the fallowing actions: 4.1. Arrange fartbe Contcactor, with consent of the Owner, to perform and complete the Construction Contract; or 4,2. Undertake to perform and complete the Construction Contract itself, through its agents or through independent contractors. or 4.3. Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and com- pletion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and the contractor selected with the Owner's caneurrcnce. to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued an the Construction Contract, and pay to the Owner the amount of damages as desi;ribcd in Paragraph 6 in excess of the Balance: of the Contract Price incurred by the Cv ncr resulting from the Contractor's default: or 4.4. /Naive its right to perform and complete, arrange for completion, or obtain a new contractor and with rcasanabla promptness under the circumstances. I. After investigation. determine the amount for which it maybe liable to the Owncrand. as soon as practicable after the amount is determined, tender payment therefor to the Owner. or 2. Deny liability in whole or in pan and i;o:::y the Owner citing reasons therefor. S. if the Surety does not proceed as provided in Paragraph 4 with reason- able promptness, the Surety shall be deemed to be in default an this Bond fifteen days alter receipt a( an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4,4, and the Owner refuses the payment lenderedarrhcSurety hasdcnicd liability, in whole or in pan, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6, After the Owner h trminated the Contractor s right to complc._ the Cunslruction Contra rd i( the Surety cleats to act under Suboara¢raph 4.1.4.2, or 4.3 above, ,nen the responsibilities of the Surely to the Owner shall not be greater Ihan those of the Contractor under the Construction Contract, and the responsibilitics of the Owner to the Surety snail not be grcater than those of the Owncr under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owncr or the Balance of the Contract Price to miugation of costs and damages on the Construction Contract, the Surety is obligated without duplication (a r: 6.1. The responsibilitics of the Contractor for correction Or defective work and completion of the Construction Contract,. 6.2. Additional legal„ design professional and delay costs relulung from the Contractor's Default. and resulting from the acticns or failure w act of the Surety under Paragraph 4t and 6.3. Liquidated damages, or if no liquidated damages are spccined in the Constriction Contract, actual damages caused by delayed performance or non-performance of the Contractor. l 7, The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this _ Bond to any person or entity other than the Owner or its heirs. executors, administrators, or successor%. g. The Surety hereby waives notice of any change, including changes of time. to the Construction Contract or to related subcontracts, purchase orders and other obligations. 9, Any proceeding. legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or pan of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased work- ing or within Iwo years after the Surety refuses or fails to periOM its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph tie void or prohibited by law.. the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 10. Notice to the Surely, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. 11. When this Bond has been furnished to comply with a. statutary or other legal requirement in the location where the eanslfbotion was to be performed. any provision in this Bond conflicting with said salutary or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Hand shall be construed as a statutory bond and not as a common law band. 12. Definitions. 12.1, Balance of tht Car1rract Price: The total amount payable by the Ownerto the Contractoruader the Construction Contnctafter all proper adjustments have been made, including allowance to the Contractor or any amounts received or to be received by the Owner in settlement of insurance or other claims for dam- ages to which the Contractor Is entitled. reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Car.Lr-.t. $2.2. Construction Contract: The agreement between the Owner and the Conuaesor identified an the signature page, including all Contact Documents and changes thereto. 12.3. Contractor Default: FailureoftheContracrar,which has neither been remedied nor waivcd. to perform or otherwise to comply with the terms of the Construction Contract. 12.4, Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete of comply with rhe other terms thereof.. A TRUE Wil Ci~APiIFICATM ON LAST ME, J.4L MWONa CLARK (FOR INFORMATION ONLY —Nizt le. Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect. Engineer or other patty): BROWN & BROWN. INC, RO. BOX 1228 - 8131226-1311 9Z+ I NNE 180 i i 40 CF -,stmction Payment Bq- -1 SECTION 00620 . toxo xo: F1. 4683 Any cingula: reference to Contractor. Surety. Owner rir other party shall be considered plural Where applicable. SURETY (Name and Principal Placa of Business): CONTRACTOR (Name and .address): Tri -Sure Corporation Merchants Bond -Ing Company (Mutual) T r0« Sax 653 2100 Fleur Drive p. Des Moitxes, IA 50321-1158 Auburndale', 3FL 33823 8 515/743-3854 63-967-5506 OWNER (dame and Address): Indian River County. a Political Subdivision of the State of Florida 1840 25th Street Vero Beach, Florida 32950 561.-567-8000 CONSTRUCTION CONTRACT Date: Amount: $86,060,00 Description (Name and Location): Rockridge Area County Sever Project aid X2028 Five locations: 3rd Court & 15th St., 3rd Court & 14th St_ 6th Court & 14th St., 5th Avenue & 17th St. and 5th Avenue & 16th St. all in Roekridge Area of Pero Beach, Indian River County, Florida. BOND Date (;lot earlier than Construction Contract Date): Amount: $86,060.00 Niodincations to this Bond Fain: This brad is hereby amended so that the provisions and limitations of Section 255.05 or Section 713.23, Florida statutes, whichever is applicable, are incorporated herein by reference. CONTRACTOR AS PRINCIPAL TRImpSWj CORPORAT N Signature: Name an¢.Tjtic: nc 3 1.'{r,rn6ERa•r rY CC1�li ��S ''RINCIPAL Oompatf : . t`,\` Signature: e - Name and Title: r SURETY f 04p. Seal) Corp. Seal) Miamn 110� G0 ANY Signature: %'LeL Rc1 j�yCry 1 Name and Title: Rita M. Luct-t F_ n Attorney—in—Fact and Flordrtda 'Hest ei# Ag sxt OA159758 - INQUIRIES: 5. 31221:;13 P, 0. Box 1229, Tampa, FT 'c336I}1r12�.' ,? 11• SURETY Seal) (Corp. Seal) Company: (Corp. Signature: Name and Title: A TfRUE COPY CfgTIF1CATIONON LAST PAGE JX SWON. CL.EFK 9 EJCDG No. 1914.233 (1984 Edttionl L— prepared through the joint erron.s or the Surety Association ar America. Engineers" loins Contract 00cumenis Commitrte. The A-siociated Genesi Conarictors ai America. Amcncan Insinutc or Architects, American Subcontractors Assueiatiars. and the Associated Specialty I Conintion, f $ a l V 4b 40 r-. 1. The Con tractor and the Sure lv.joinTly and IeYen IIv, birds themselves, theirhelrs, exeeutorl, admin l a tntarl. sUM land asiltnl tolhe Owner to Pa, for 4bar. materials and cqurpirlrnt t shed far use in the oerfor- mance or the Construction Contract. which is incorporated herrin by reference. With respect to the Owner. Ilia obligation shall be null and void if the l Conlnelnr: '_.I. Promptly makes payment. directly or indirectly, for all sums due Claimants, and Z. 17cfehds, iTide mnuics and holds harmless (lie 0wncrfrain all v.Wms. . t demands, liens or sults by any person or entity who furnimcd Labor, materials or equipment for use in the performance of the - Construction Contract. provided the Owner has promptly notified the Contractor and The Surety (at the address described in Para- graph 121 of any claims. demands. liens or suits and tendered ,defense of such Claims, demands. liens or suits to rhe Contractor and the Surety. and provided there is no Owner Default. 3. With respect to Clainunts, this obliption shall be null and void if the Contractor promptly makes payment, directly or indirectly, far all sums due. 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1. Claimants who arr employed by or have a direct contract with the Contractor have given nouee to the Surety lit the address described in Paragraph 13) anC1 sent a copy, or notice thereof. to the Owner, stating that a. duds is being made under this Bond and. with substantial aeeuraey, the amount of the Claim. 4.2. Claimants who do not have it direct contract with the Contractor. i. Have furnished wntten notice to the Contractor and sent a copy, or notice thereof, to the Owner. within 90 days ahcr having last performed Iaborcriast furnished matet-Wicirequip- hint included in the claim slicing, with substantial accuracy, the sunou(IL of Lht claim and the Mune of the party to wham the materials were furnished or supplied or for whans the labor was done or performed: and 2. Have either received a rejection in whole or in piers from the Coninetor, or not received within 30 days of furnishing the above notice an y c amm u nicsti on from the Con trio i tar by w h is h the Contncior has indicated the ctaim will be paid directly or indirectly,, and 3. Not having boon paid within the above 30 days„ have sent a written nonce to the Surety (at the address deuribed in Pira. ,graph 12) and sent a copy, or notice thereat, to the Owner. stating that a claim 1a being made under tfsia Bond and eneidsing A copy of the previous written notice furnished to the Con- tractor. 3. 1f a notice required by l`2r1gnPh 4 is given by the Owner to the Contractor or to the Surety, that is aL'dllcient compliance. 6. When Lhc Claimant has satisfled•:he conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the fallowing actions: 6.1. Send an answerta the Claimant, with a copy to the. Owner, within 43 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounLs that are disputed. 6.2. Pay or arrange far Payment of any undisputed amaunts. 7. This Surety's total obligation 3.h111 not exceed the amount of this Bond. and The amount of this Bond shall be credited for any payments made in good faith by the Surety. S. Amounts owed by the Owncrto the Contractor under the Construction Contract shall be used for the performance of the Consuucuon Contract and to satisfy claims. if anv, under anv C.Instructlon Perrartnanec Ban,, By the Con lracto i Rhin; and the Owner acceoLing this Band, they, a4ree that alt fund. ned by [hc Comraetor in the citrin., d once of thy, Cunstnucltan COMMl are dedrcated [a satisfy dolrgattona of the Can. Irsetar and the Surety under [pis flond, subl= to Inc Qwriee-% prior.,?_ to use the funds for the comple[ton of the work, 4. The Surety shall not be liable to Inc Owner. Claimants or others for obligations of the Contractor mat are unretated to t7c Cv)nstruction Can• tract.. The Owner shall not be liable for pavnTent of anv costs or e,Rbenses of anv Claimant under this Bond. and mall have unser this Band no ablitationS to mokc payments to. give mitres on renalf of. or olherwilr have obligations to Claimants under this Bjrdd. 10. The Surety hereby waives notice of anv chantc. including changes or time. to the Construction ContnCL ar to retated Suocontra purchase orders and other oblilaltarm 11. No suit or action SUI be commenced by ICtainynt under This Band other than in a court of cdmpctentlunsdicnon in the lopuan in which the work w pan of the work is located or after the extitniton of one year from the dale (t) on which the Claimant gave the notice mouired by SubpangrsiPh 4.1 or ClatsaC a.2 fiiil. or t21 on which the list labor or scrviec wa3 pcnormcd by anyone or the laic matenals orequipment were furnished by anyone under the Construction Contract, whichever off 1) or (2) fust occurs. If the provisions of this Paragraph are void or prohibited by law. The minimum pcnod orlimitaliaa available to surcuca as a defense in the jurisdiction of the suis shalt be applicabk, 12. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered 10 the address shown an the sipasure page. Actual rrenps of notice by Surety, the Owrkr or the Contractor, however accomplished. shall be sufficient compliance as of The due mccived aT the address shown on the sigstature page. 13. When This Bond has been fumished to comply with a statutory or other legal rcquirrment in the location where the construction was to be performed, any provision in this Bond conliicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions can. forming to such statutory or other lcVd requirement shall be deemed incorporaud herein. The intent is. that this. Bored shall be construed Is a staLutory bond and not as a common law bond. - 14. Upon request by any person or entity appearing to be a potents' beneficiary a4 this Bond, the Contraetar shall promptly furnish a copy', this Bond or shall pertttit a copy to be made. 15. DEF1NMONS 13.1. Clsimartt: An lisdividul or entity having a dirsct contract with the Contractor or with a iubcpntraCtor of the Contractor to furnish tabor, matchals dr equipment for use in the perfermance of the Ca n Lracs, Th a irate a L b f this 8 and shall be to inc Iude wi shout limitation in rho Terms "labor, nwensls or equipment" Lha[ part of water, sat. power, light, hest, oil. gasoline. Telephone service or renal equipment used in the Construction Conincs, arehitee- tunl and engine Crlt.gservices required for performance of the work of The Contnceor and the Contractor's subcalunc[an. and Ill other items for which a.mecharue's lien may be asserted in the jurisdiction where the labor, matcnals or equipment were furnished. 15.2. Construction Contract. The agreement between the Owner and the Contractor identified on the signature, paae, including all Contract 00cumencs and chantcs thereto. 15A, Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms therrof. A rn.y`COPY CERTACATION ON LAST PAGE JA BAR'fDN, CLERK (FOR INFOR41ATiON O'llLY--Narne, ,address and Telephone) AGE:dT or BROKER:- OW -NEWS REPRESENTATIVE (,architect, Engineer or other party): BROWN & BROWN. INC. P.O. BOX 1229 TAMPA, FL 33601-1229 81317.26-1371 • C� :2 ti&- °haunts Bonding Comp _ty r POWER OF ATTORNEY Know All Persons By These Presents. Mal the MERCHANTS 19ONDPNG COMPANY `MUTUAL), a cdtporabon duly organized under me I laws Of trio- State or rowa, and having ,Is principal afllco in trio City of Cos Moines, County of PON. Slate of Iowa, hath made,. consldufad dna appointed. and does by Lhasa presents make, consf Tule and appoint C. Roy Bridges, Joseph W. LoPresti and/or Rita M. Lucas + 8f Tampa and State of Florida its true and lawful Arlarnay•rn•Facr• with lull power and aulnohry hereby Conlaared in Is name, place and stead, IO sign, execute, aCknawledge and daliyOf in Its behalf as surety any and all bond S. undeitakmgs, racognizancas Ot Olher written obligations in Iho nature fhereot, subject rb the rimitalion that any such instrument shall not exceed the amount of;. CNE MILLION FIVE HUNDRED THCUSAND ($11500r000 -CO) Dollars and to b,nd the MERCHANTS BONDING COMPANY (MUTUAL) thereby as dully and to the same exlent as it such bond or undanaking was signed ay the duly aulhOrized officers of the MERCHANTS BONDING COMPANY (MUTUAL). and all such acts of said Ancrney,n-Fact, pYrsuanl to the aurhCrlhy herein given, are hereby ratified and confirmed. This Power•e6Ahorney is made and executed pursuant to and by auihorily of rho rollawing Amendod Subslilurod and Resealed By -Laws accoted by the Board at Directors at the MERCHANTS BONDING COMPANY (MUTUAL) an October 3, 1992. ARTICLE II, SECTION S. — The Chairman of the Board at President or any Vice President or Secretary shall have power and author. ity to appctnl Attorneys •i'n-Fact. and Ia authorize them to execute on behalf of the Company, and attach the Seal at the Company thereto, Winds and undarlakings, fecOgnizanca S, contracts of indemnity and other writings obligatory In the nalufa thereof. - ARTICLE ll, SECTION 9. — The signalure of any authorized ohicer and the Seal of the Company may be affixed by lacslmde to any Power of Anornoy or Certification fhoreor authorizing the execution and delivery at any band, undertaking, recogmzarxe, or other suretyship obligations at Ilia Company, and such signature and seal when an used Shall have Ida same lorce and edea as Iheugh r. P F'_L F', 10 Manually nixed. -' ±#I°,rETirl AIriU-Nihemof. MERCHANTS BONGING COMPANY (MUTUAL) has caused these presents to to signed by its President and its T+SPIFRIF1PF19'3ll'ATrItNffi!fxl$ 1" 1st day of January, 1999 T= - AND COPIRECT COPY OF 'i r� MERCHANTS BONDING COMPANY 1MUTUAL) C R;diiNALONFILEINTH140FFICE. ' . Cf011 Co ,•n°•�p�PQ�q�?'y�� f.. 9Y rn r DEPUTY CLEH � s'• 1933 DATE STATE OF IOWA. ° COUNTY OF POLIO ss On this is t day at January 1999. before me appeared Larry Taylor. to me personalty known. wno bong by me duly sworn did say that ha is President of the MERCHANTS BONDING COMPANY (MUTUAL], the cafpolation described in Inc foregoing instrument, and trial the Seal ahixed to Iha said instrument is the Corporate Seal of the $aid Corantation and that One said mstrumem was signed and sealed in behalf of said Corporation by authority of es Board of Directors. In Testimony ^NneeeOP, I have hereunto set my hand and aHfxeo my Official Seal at Ilia City at Des Moines., Iowa. the day antl year first aoove nran C co C•j� 1`11) 'CO Z Notary Pua:iC. PalkCounty, rowa IOWA L STATE OF IOWAp�4ofA4-- •, IV •' .°° COUNTY OF POLK ss ....• 1 I, W,tuam Warner^,tr.. Secretary of rhe MERCHANTS BONDING COMPANY (h1UTUAt), ad hereby Cavity Thal t n``+b 4u�a'% 4A." I'll .s a :rue antl correct colty 6t the POWFR•OF-ATTORNEY, exccerad by said MERCHANTS BONDING CtiMPAN'L'"•I°sylfilth.i;S Stitt in Lance and In W,Inoss +Nnereat, I have hereunto set my hand and affixed lho Seal of the Company enF`y u -- i it i? ' `��...� VD " Inns day OP .-"AG Co �p - I+sc a+,,mea 19J3 .'Y , :�•. • B EXOESSLIABILITY PLA3677390099 06/01/99 06/01/00 ' EACIIOCCURRENCE X OCCUR 'CLAIMSMADE AGGAEGAIF , DEDUCTIBLE s2,000,000 :2,000,000 s s YIDA%ERS COMPENSATION AND 'O01WC99A42919 06/01/99-06/01/001 TOfIr IILriTs VEfT EM PLOYERS'UABI LIT Y P..L.EACHACCIOENT ,3500,000 , E.L. DISF ASf . EA EMPLOYE E, 3500 , 000 _I _ .e l.plhenvEILI ICYLIAIIFs500 000 A OTHER Leased/ 1ASP191`7860099 •06/01/99-06/01/05 S_rimits: Rental Equipment $100,000 w/$500 Ded Install Floater $ 00,000 w $540 Deed_ DESCAI P TION OF OPE nNTIONSTLOCATION SIVE NICL@SIC.LUSIDNS AG DE O BY EN p ARSE ME NTI SPEC M1 L PIiOVISIOHS RE: Rockridge Area Sewer Project Bidll 2022 and 110Ider is shown as an _l ,Iadditional insured with regards to liability coverages CERTIFICATE HOLDER ADOMONALINSIIFREO;INSURER LEOIL, rs CANCELLATION I I S# ICU LDANY ofTIIEABOVE OESORJnERPOOCrESBErANCrLrFDBtKCruTHE F)F'. %nDN ,Indian River County OATETIIEnEOP,TIIEISSUINISINSU•En WILLENOEW AVORTOMAIL30 OAYSnrTTEN 12625 19t�.h Avenue NOnCETOTTIECERTIFICAIErIr7tDEn NAMrOlO1fe LE.FT.BUr F,MLVIFSH TODOSOALL Vero Beackl, FL 32964 IMPOSE NOOSHOAIION OR LIABILITY OF ANY KIND UPON THE INSUREFLITSAGENTSOn nEPAC6CNtA1'IVES, AUIHORITC nEPAESENTATIVE ACORD24•S{716r7y] of 2 IIS21985/M20sG5 SAM Q ACORD CORPORATION was L ACOA& CERTIFICA_ HOF LIABILITY 1NSUr .N_C_E____� 04/13/0() PRODUCER �T^ T1i15 t ERTIFICATE IS 155UE4 ASA MATTER OF INFORMATION IONLY Upshaw, Inc AHO CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1Lanier 1115 US Hwy 98 South ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Box 468 `j'P.O. 8 Lakeland, FL 33802 INSURERS AFFORDING COVERAGE INSURED INSUN.ERA:American & Foreign insurance I •''Tri Sure Corporation ;INSUREnB:Royal insurance Company of America. P.O. Box 653 INsvnEnc:FCCI Insurance Company Auburndale, FL 33823-0653 INSURER D: IINSUREn F- - COVERAGES _ THE POUCIESOF INSURANCE LISIEU BELOW HAVE BEEN ISSUE-[) 10 WE-- INSURED NAMED ABOVE fOSi TIIEF'OLICYf EFI*DINt)ICAiED. NOIV;R ISIANDI!#O ANY nEOU1REMENT. TERM OR CONUIIION Of ANY CONIRACI OR OTHER DOCU?wMIENT IIVIH1 RFSPECI TO W}{ICII TATS CERTIFICATE MAY BE ISSUED OR I MAY PERTAIN, THE INSURANCE AFFORDED BY 1111; POLICIES UF-SCITIBEU HEIIEB# IS SURJEC( 10 ATI. THF: Tf nMS, f.kCLU lOT15 A#TD CONUTi10N5Of SUCH POLICIES AOGnI GATE LIMITS S!#OWN r.#AY IIAVE U4:EN REOUCEL)tiY T'AIDCIAUJS NORTYPE OF INSURANCE POLICY NUMBEFI ILIA-__ POLICY EFFECTIVE POLICY EYPIRATION LIMITS pATrriLAgIrIrT�.Ti?LS1+�T✓y.LM1l1.+17.4±1Y}---�--_ A 'GENERAL LIA81UTY ASP1917860099 06/01/99 06/01/00 EACIIOCCUnn':NCE $1, 000, 04() X i COMlAEnciAL GENERAL LkA6ILITY - FIRE DAMAGE (Any one Ire) 510 0, 000 CLAIMS MADF. X1 OCCUR, MEA EXP IAny Me Pe+Sunt s5, 000 [ PERSONAL A ADV INIURY 5 ., 000, 000 y` .. OENEFIALAGGnEOAFE$2, 005, 000 1 I GENIIII L AGGREGATE LIMIT ADPL IESSsPER: a PRO D UC T S -CO MPYOP AGGr s2, 00 0, 00 0 POLICY, 1 PRO• 7 LGC - A 4 AUTOMOBILE LIABILITY AAST3054280099 '06/01/99 06/01/00' CONI 13 CNE D SINGL E L IMII 1s1, 500, 000 X ANYAU10 oME„«In..wtl 1 's ALL OWNEOAUTOS UOOILYI"JURY IPe, Ile' 3 w) SCHEDULED AUTOS X! HIRED AUTOS OO DILY INJUPY s {Per xrrtlSnl) X I NON•OWNE O AUTOS X IDrive Other Car PnOPEn I DAM AGE s (re, AceluentT GARAGE LIABILITY AUTO ONLY - EA ACCIDENT 5 ANYAUTO DFHER IRAN EAACC S ' AUIOONLY: AGO 3 B EXOESSLIABILITY PLA3677390099 06/01/99 06/01/00 ' EACIIOCCURRENCE X OCCUR 'CLAIMSMADE AGGAEGAIF , DEDUCTIBLE s2,000,000 :2,000,000 s s YIDA%ERS COMPENSATION AND 'O01WC99A42919 06/01/99-06/01/001 TOfIr IILriTs VEfT EM PLOYERS'UABI LIT Y P..L.EACHACCIOENT ,3500,000 , E.L. DISF ASf . EA EMPLOYE E, 3500 , 000 _I _ .e l.plhenvEILI ICYLIAIIFs500 000 A OTHER Leased/ 1ASP191`7860099 •06/01/99-06/01/05 S_rimits: Rental Equipment $100,000 w/$500 Ded Install Floater $ 00,000 w $540 Deed_ DESCAI P TION OF OPE nNTIONSTLOCATION SIVE NICL@SIC.LUSIDNS AG DE O BY EN p ARSE ME NTI SPEC M1 L PIiOVISIOHS RE: Rockridge Area Sewer Project Bidll 2022 and 110Ider is shown as an _l ,Iadditional insured with regards to liability coverages CERTIFICATE HOLDER ADOMONALINSIIFREO;INSURER LEOIL, rs CANCELLATION I I S# ICU LDANY ofTIIEABOVE OESORJnERPOOCrESBErANCrLrFDBtKCruTHE F)F'. %nDN ,Indian River County OATETIIEnEOP,TIIEISSUINISINSU•En WILLENOEW AVORTOMAIL30 OAYSnrTTEN 12625 19t�.h Avenue NOnCETOTTIECERTIFICAIErIr7tDEn NAMrOlO1fe LE.FT.BUr F,MLVIFSH TODOSOALL Vero Beackl, FL 32964 IMPOSE NOOSHOAIION OR LIABILITY OF ANY KIND UPON THE INSUREFLITSAGENTSOn nEPAC6CNtA1'IVES, AUIHORITC nEPAESENTATIVE ACORD24•S{716r7y] of 2 IIS21985/M20sG5 SAM Q ACORD CORPORATION was L wo rx ^ 77t4s document impo� � t •lc ai consequences: consultation with in attorney is encoumted with ' has tespcet to its combietion or modification, STANDARD GENERAL cONDMONS OF THE CQNSTRUCZTON CONTRACT Prepared by Engineers Faint Contract Documents committee and Issued and Published Jointly By t _ � ti rrauk A1tERi o + � � •� anr�r CrAt. � • a • e A. tx+aarEERS ��,.. • v a fGWCR teat 5 PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A practice division of the NATIONAL SOCIETY OF PROFESSIONAL. ENGINEERS AMERICAN CONSUL-nNG ENGINEERS COUNCIL AMEpICAN SOCIETY of CIVIL ENGINEERS CONSTRUCTION SPECIFICATIONS INSTITUTE j This document has been approved and endorsed by r . Wise Associated General x Contractors of America i eats {Na. 19k0 -A ` hese Gen" ,Conditions vu been prcpami for use with the owncf-Contractor Apvm a act„ tst0, it 19104-A•2) (199ci Ed'edonsl�'heir provisions are interrclamd and a change in one may ne Q far Ane F others. Comments concerning their usage arc contage ined it the r guidance in he Alin n or �- Services and Contact Documenu INo. 1910-91(IM Editions. For guidarsee in the promo tions. Conditions. see Guide to the Preparation of Supplementary Conditions (No. 191¢171 11790 F.di bidding is involved: the Standard Forrn of Instructions to Bidders It4o. 1910.121 (1990 F-tiAtion) may be use 17, -rkBLF- OF CONTENTS OFGCIIUJLAL CONDITIONS Article of PAralf-Ph Number & nit 1. DEFINMONS ................................... 1.1 Addenda ............................. 1.2 Agreement ........................... 1.3 Application for Payment ............. 1.4 Asbcstios ......... :,:: .. ............. 1.5 91d ............... . ................ 1.6 Bidding DOCUMCIIII ............... *- 1.7 Bidding Requircrntnu ................ 1.3 Bonds .......................... -"' 1.9 c3mw OTder .................... * ... 1.10 Contract Documents .................. 1.11 Contract Price ........................ 1.12 Contra= Times ......................1 1.13 CONTRACTOR ...................... 1.14 defective .........................1111 1.0 Drawings ............................. 1.16 EffeCaive Date of the AT-MCM ...... 1.17 ENGINEER .......................... LIS ENGINEER'S Consultant ............. 1.19 Field Older ........................... 1.20 General R*qu*--Es ................ 1.21 HL=rdous Waste ................... IM LAws and Regulations: Laws or Notice of Wering SW=aJa= Or Retwadons ........................ 1.23 U ..ons 1.24 Milestone ............................ 1.25 Notice Of Award ...................... 116 Noticeto Proctcd .................... 1-17 OWNER ............................. IMPartial Uu1jolion ..................... 1 79 PCBs ................................. Not Shown orjndk=cdI -11......11... Petroleum ......................... 1.31 PMj= .......................... 11*11 Ln Radioactive MIjcrj2I .................. Re:6d= Pmj= Rep %C:14aLivc i34 Samoa$ .............................. 135 Shop Drawings ....................... 1.36 SPPcKk2jiOM ......................... 1.37 Subcoluracw ........................ I38 SubsmrLW Completion ............... 1.39 Supplemenmy Conditions ............ 1.40 Supplier .............................. 1.41 UodmvmwW Psaides ...... ......... 1.42 Unh Price Work ...................... 1.43 VAft ................................. 1. 44 via* chuqt D4tcdvz ............... 1.43 Wrkurn AXrmWrr#M .................. 2. PREUMINARY MATTERS ...................... 2.1 DCDV-Y of Bonds .................... 2 D...n",-u ................. 23 ConwrAno-v= Of Contract rvrwz,. Co Proceed to Proed .................. 2.4 SLarung the Work ..................... Allidt Or PWVXMPh Number A Me Ze,2.1 Before Surting Construction* UceTaed Sureties and lsssOther CONTRACTOW& R=poftsIbfliIY to C,ard& , Of In=; -le ........... . Report: PreHrrd nary Schedules: CONTR.ACTOR's LilbilitY IrAuranaa Delivcry of C4r&h-.C3 Of OWN ER's Litinlity insurance ........ Insurame........................... P -P -Y InsurarPOC ................... a.,," &M Mutemary or Addit�c" Precow-McLion Confertnce ........... 2.9 initially Acceptable Schedules ......... 3. CONTRACT DOCUMENTS: INTENT. AMENDING- REUSE ............................ 3.1-3.2 Intent ................................ 3.3 Reference to Standards and Other Special Insura= ... spag;Hicaamu of Technical Societies: waiver of Rishu .......... . * .. . ... Reporting SM R=Olving 3.4 ...................... intnt oDTem at Adjectives -. 3.5 Amending Conts= Documents ....... 3.6 SUppleM4Mdn% Contract Do=mcnu ... 3.7 Reuse of Documents .................. 4. AVAILAB I Lay OF LANDS; SUBSURFACE AND pHy.%JCA,LCot4DMOKS'.RU'ERENCEPOINTS - 4,1 Availability of Lands„ .................. 4.2 Subsurface and Phyical CondidOw ... 42.1 Reports *rA Drawings ................ 4=1 Ljohod Reliance by CONTRU%CMR Authorized: Technical Data ......... 4.L3 Notice of Wering SW=aJa= Or Physical Conditions ................. 42.4 ENGINEER': Review ................ 4= Paxs%Wc Contract Documents Chatic - 4.L6 Possible Price and T=cs Ad} -ents - 4.3 Physical Conditions, -Underground Facilities ...................... 1111. 4.3.1 Shown or Indicated .............. 4.3.2 Not Shown orjndk=cdI -11......11... 4.4 Rfarcn= Paints ...................... PCBs. Ptavicum Hatardo- 4.5 Asbestm. Warte or Rad'I&c%hv Material ...... S. BONDS AND INSURANCE ................. 5.1-51 Perro"Far- pa rnm arid fonds. 5.3 UceTaed Sureties and lsssOther C,ard& , Of In=; -le ........... 5.4 CONTR.ACTOR's LilbilitY IrAuranaa 5-5 OWN ER's Litinlity insurance ........ 5.6 P -P -Y InsurarPOC ................... a.,," &M Mutemary or Addit�c" 3.7 i'mpe" ................. 5.9 Noticeorc-CILI-don PTOision$ '*"* CON' RACTOR!, ResvolmMlity for 5.9 Dedu=Vc AAWMIS ....... 5.10 Other Special Insura= ... 5.11 waiver of Rishu .......... . * .. . ... 00700-2 40 Nsrmber ck Tale 6.6 8.7 • 8.8 Stop or Suspend Work: Terminate Wmk Not JYeluircd by Contract CONTR.ACPOR's Senic s ......... 8.9 1 O •. Rx patts.................... Asbestos. PGBa. Pesrnleum. Hxu us Notification of Surety ..............•.. Anlclr or paragr+oph 5.11 Number & 771fr Stcatian of lnsurartcc 3.13.5.13 Reeoipc and App 9. ENGINEER'S STATUS DURING 3.1 s ptpcceds.............tatx............. ACprattce aP Sonds and dnwn, OWNER'% Reprc1cn=ve ............ 9 9 Option to Rcptacc ................. 9x 3.15 Partial UWiastion-PmPWY Cltrifritiosts orad InwrpKexsarts ...... 9-5 inaUrance .......................... 9.6 CONTRACMR-S RESPONSI81Ll-"ES .......... 9.7.9.9 6. 6.1.61 Supervision and Superin-d. ... payrnents....4.................... for Unit Prices ........ 6.3-6.5 Labor. Materials and Equipment. 6.6 6.7 pmgT Schedule .................... t Substitutes and " Or-Equ�d•' IttYns. Urtuudllil aam RG CONTRACPOR't Control ........ ['OmTP k=R's Etpcnsc, Sutrstitutc C"Vuction Methods or Praecdura. .......... ENGINEER's Evaluation 6.84.11 Chit Subcoasrartoss• Supplier and Others; Waiver of R'lhu 6.13 Patcnt Fees and Rovalues . 6.13 6.14. Permits ............................... Lava and Renulotions ................ 6.15 Taxes ............................... 6.16 tJ It of Ptetrsises ...................... 6.17 Site Ck2nlincss ....................... 6.15 Safe Structural Loading ............... 6.19 Record Documents ................... 6.20 Safety and Protection ................. 6.21 Ssfery Represcn=vc ................ 6M Hazard Communi ttion Programs ..... 5.23 6.34 Emeryeftcies .......................... Slop D=wings and Samples .......... 6?3 Svbnnittil Pr oceduras, CONTRA WI, Review Friar to Sltop Drawing or Sample Submi-I . 6.26 Shop Drawing k Sample Submittals Review by ENGPNEER ........... 6 2 g R,esponstbBity for Variation 'From Contract Dacumenu.............. 6-n Rckted Work Pcrforrrtcd Prior to E,101NEER•a Renew and Approval of Required SubrniMais ............. 6-29 Contintun5 ttse W .................. 630 CON'TR.AdC" WS Gcnend warvw%ty and Guarantee ............ 6 1 6 33 IrtdcmnMcwian ....................... 6.34 Survival of Obligations ................ 7. OTHER WORK .................................. 7.1-7.3 Pe aind Work u Site ......... i........ ` 7.4 Coordimuion r S. OWNEWS RESPONSIBILITIES ................. 8.1 C;omrnuntations to Contractor ........ 9.2 Replacemcnt or ENGINEIFR ... t - 8.3 When Furnish D213 and Pay PromptlyDue 8,e ........ Lands and Ej=monis: Rcpons and - Tests ............................... Slnsurs.nce ........ ................ Article or P'aralrnph Nsrmber ck Tale 6.6 8.7 ChuVe Ord cm ....................... lntpcccions. Tests and Approvals ...... 8.8 Stop or Suspend Work: Terminate Wmk Not JYeluircd by Contract CONTR.ACPOR's Senic s ......... 8.9 LUM&Oons on OWliER's ibiU&S 8.10 Rx patts.................... Asbestos. PGBa. Pesrnleum. Hxu us Notification of Surety ..............•.. W,m or Radioactive )Material ...... 5.11 fn.vidence of FinLncW Arrangements .. 9. ENGINEER'S STATUS DURING CONSTRUCCdON ..... 9.1 OWNER'% Reprc1cn=ve ............ 9 9 Visits to Site .... .................... 9x PtgiectRcpr-nsxtive ....... ,........ 9.4 Cltrifritiosts orad InwrpKexsarts ...... 9-5 Awbari"Vatiz in Work ........ 9.6 RcjeeeinP Dd ective Work ............. 9.7.9.9 Shop D,,vings. Change Ordcss and Claim for Adjustment ................. payrnents....4.................... for Unit Prices ........ 9,10 9.11.9.13 D t,,niru;ions Dccisit m on Disputes: ENGINEER as Iniria In -Pt ttr ...........•. 9.13 Urtuudllil aam RG CONTRACPOR't Control ........ nS1ai1 Lees .. AUthonty •••• 10. CHANGES IN THE WOM ..................... 10.1 OWNER Ordered Ch - 9f ............ 10,2 Claim for Adju-vLmrnt ................. 10JL Wmk Not JYeluircd by Contract Documcnu ......................... 10.4 Ct uWe Orders 10.5 Notification of Surety ..............•.. 11. C11ANGE OF CON7RrAC1" PRICE .............. 11.1.11.3 Conuact PriLe: 0-iim for Adjustrrttstt, Value of the Work ............... • • •. 11.4 ....., o es..................... 11.5 E-tccllutiashts of the Wort: .... 11.6 C,iONTRACTOR`s Fee ............. 11.7 Cott Records ......................... 11.8 Cash Allowances .................... 11.9 Unit Mcc Work ...............••..... 12. CHANGE OF CONTPLACT I -Mil S .............. 13_1 Claim for Adjustment ................. 121 T$mc of the Esactr.c........... . ... Delays [icyoncl CON RACPOWS 17.3 1L4 Control ............................ Onlays Beyond OWN ER's and CONTRACPOR't Control ........ 13. TESI'S AND INSPEL-nONS'CORRtCT1ON' REMOVAL OR ACCEFPANCE Of DEFF-CnVE WORK. ...................... 13.1 Notice of Defecu ............ •••••••• 13.2 Acoras to the Work ................... 13 3 Tests and Inspccuan%-. COntraetor's CoNxrxtion ......................... 00700-3 Ankle or &MRrAPh . cOmpL.snwp-....~..',....—'^..-.~--~~ uumcileuulep« Values .................... uo ~ 14.3 ='~~~^ 14.4-14.7 Review orapO«slim"" 141'14.9 suumMEmu -.—^--..- /mo n=Wuuumi""..................... mil | mnalInspection ...................... ^ | � � ! ' � / ' . . \ 13.13 A=cPmnCC6r1Dac=i-VAA I..... - B.14 OWNER MRY COMM DcfcWvc /4- pAyMEM 70 tOpnRACMnxwu . cOmpL.snwp-....~..',....—'^..-.~--~~ uumcileuulep« Values .................... uo ~ 14.3 ='~~~^ 14.4-14.7 Review orapO«slim"" 141'14.9 suumMEmu -.—^--..- /mo n=Wuuumi""..................... mil | mnalInspection ...................... ^ | � � ! ' � / ' . . \ � , . ~ � \ ` w.1»^xw m SUSPENSION OF WORK 52-15A OWNERM&Y'f—iftownvw�uor 15.3oOnTx�-Tv�M� Tcnmnat`-`...................... /6.DISPUTE nEmpcoMow....................... rx*nocoz-LmvsOoS............................. m nz nmmmm= orC*m....................... mA «unullf" Rwm*di ..~,--~..-_,- ou PWenkxW F;:unnd Coam Cow uwummed ........................... 8Xy1131T GC-Ax0Vvum1' . oisooten=scAvtim 000nul .-'.oxuAl 16.1^/6.6 Afbiu-m»on................... :«C.A| 00700" INDEX TO GENERAL CONDITIONS Arrirle or porn v -ph Number Acceptance Of- Bonds f-Bonds and Insurance ................................ 5.14 defec&e Wort :....................... 14.15 final payment.................................V.1:. .CTo kuwaWork. by CONOP ....................... . Substitut= and "Or•l±grul- hems ................. .7.1 work by OWNER ........................ 2-5. 6.30. 6..0 Aortas to tie - Lands. OWNER and CONTRACTOR 4.1 responsibilities .................................... site. mLated wort:....................................7.Y 1Varic. .. ... 13x. 13.14. 14:9 Mess arOmitostons-. ACt3 and OrrtiW0ns,- CONTRACTOR ............................6.9.1.9.l3.z ENGINEER ............................... 620.9.13.3 OWNER....................................... 6 x0.9.9 Addenda-dcfiniiion of!also see dclw don orSpedfiratk-I ........... (1.6.1.10.6.191 1.1. AdditionalProperty insurances ......................... 5.7 Adjustments Contract Price or Contract Tunes ......... 1.5. 3.5. 4.1. 43.L 4.31.433.9.4.95. 10 1.10.4, 11. 12. 14.8. 15.1 prngras schedule .................................... 6.6 d�cfWdosnt of .......................................... 1-2 All risk lasurAnce. polic3r form ........................ 5.62 Ailo+Man=. Cash ..................................... III Amending Contract Documcnts ......................... 33 Aroendmeet. Writtcn- in geancral .... 1.10. 1.45. 3.5. 5.10. 5.12, &6-2. 6.12.6.19. 10,1. 10.4. IS?. !? 1. 13.12 :. 14.7.2 ApleAL OWNER or CONTRACTOR intens to ...................... 9.10.9.11. 10.4. 16x. 16.5 Appliwkn for Payrnent- dchradonof .......................................... EEs Raponstbtiny ......................... 9.9 faro' payment .................. 9.13-4. 9.13.5- 14.12.14.15 in (antral ....................... 2_8.2.9.5.6..4.9.10. 153 prolpr=npayrnant .............................. 14.1. 14.7 rerview of ..................................... 14.4.14.7 Arbication (Optiorsal) ............................. 16.1.16.6 Asb- cl,iau purviant llne=w .............. 43.Zs 451 CONTRACTOR authosiud za stop wark� ...... i ... 4.52 dein qn of . ........................f... IA OWNER r=pona'bnlhy for ................... 4 5.1.6.10 possMe price and times change ..................... 4.5? Avdxxited Vatiariam In Work ........... 3.6.6.3.[' '7.9.3 AvailaWky of Lands...............................�i.i. 8.4 Award. Notice or --defined ............................ 1.25 Before Starting Concvus-rion ........................ 1.3.3..11 Bid--deftnitlan or ...................................... 13 f1.1. 1,10.?.3.33.4.1..6.4.6.13. IIA -1, 11.9.11 4 Aniefe or Paragraph ° Humin Bidding Documents --definition of ................ 1.616.8..21 Bidding Requiirements--defetidons of ...... 1.7 0.1.4.2.6.21 Bond€- acecprance of ..• ... 5.14 additional bonds .......................... 103. 11.4.3.9 Cc sl or the Work ................................... 11.5.4 definitionof .................................. I....... I.8 delivery of ...................................... 2.1.5.1 final appiirsiion for payment ............... 14.12-14.14 general ,... ...1.to. 5.1-5j. 5.13. 9.13.10.5. 14.7.6 performance. Payment and Other ................. 3.1.5.2 Rands and insurance --,n Feller', ....................... . 5 Builders risk "all fish policy form ................. 5.62 Cincel4Wm Provisions. IF=rsrww ........5.4,11..3.8. IS E Cash Alinwancns ...................................... Certificate or5ubscantiai Compiclion .........1.38.630x.1. 14.8. 14.10 Certificate or, aspomion . .... .....9.13.4. 133. 14.12 Ceniftcate3 of Insurance ..' 7.3.3.5.4.1 1.3.4.13.5.6.5.3.8. .............. ...................... 5.14.9.13.4. 14.13 Change in Contract Nice - CashAlio%n nets ................................... 11,E claim for price adjustment 9.4. 9.5. 9.11. 10.7. 10.5. 11.7.. 13,9, 13.13. 13.14. 15.1.155 CONTRACTOR'S fee ............................... 11.6 Cas[ of the Wank 11.4-11.7 general .................................. Ila Exclusions to ....................................... 11.7 Cost Rccords................................... in general .............. 1.19. 1.44.9.11.10.4:2 10.43. 11 Lump Sum Pricing ................................ 11.3..Z Nouftcatian of Surety ............................... ............................. 105 Scopeof ....................................... 10.3-10.4 Testing and Inspection. Uncovaing the Work ........ 13.9 Valueof Work ...................................... 11.3 Changc in Conttsrct Times --- Claim for times adjustment 9.4. 9.5. 9.11. 10.2. 103. 17.1. 13.9. I3.13. 13.14. 14.7.15.1- 15.5 Cunuwmtal tinct limits ........................•..•.. 12_3 Delays beyond CONTRiA,C'1OWS ennui' ._.. Delays beyond OWNIrR's and CONTRACTOR's son- Nodficadon of suretyy................................I0 4 Scopeof change ............................... (3%x a Orders- 13.13 Acceptance or Dcfccaivc Work ................ 35 Alxndirtg Contract Daourne:nr.: ..................... Cash Allowances .................................. 11.E Change of Contract Pricc ............................. f 1 Change of Contract Tents ............................ r Changes in rho Wrxi[ .................................. 1.6 CONTRAC OWS fee ..........................•.I.4-11:7 Cou or the worse ............:.................. 00700-5 - Ardrlr or Paragraph Nrrrnber Cost Recasds...................................... 11.9 dditddm O g sr�sponsibility .*9.5 144.I1,1.16i1 �aicanrafica60n • y • "" ' &IL 6.16. 63 ia1. 6.33 lr Bands"a ' .5.14.5.13 10.5 cr+rl� y icrsew+aie.. • • •.. • ..• •... _.. , 15.2-15.4 O ERS Rape'lity.......................1.6. 10.4 0&u0ns-- .......................... .43 phypemi U6.9 ycove of change ......cz7tues......... ....... 10-3-10. 4 gtrEsdtuus ................................... 6.73.6.6..2 Unit rrjm Waris .................................... 11. 9 11.9 ir.rc�llry........................... td5 ptN'NER'S and Cp>�1'R,AC'I�3R's •.• 10.4 • Right to an adjustment .......................• . 101 scope of Change 10-3-16. 0.4leen CpNl�t11CTOR '........................... 632 16 spleen against ENGINEER.............................••.6M Lof Cmu`= Price .......................9.4. 11.2 ChLmp of contraett Tures ............... I... 9.4. 12.1 CONT&�d. MFVs 4.7.1, 9.4. 9.5-9.11. I0.,L I M 11-9. 12.1.14.I0.,L I15-5.17.3 CONTPJWs Fee .............................. 11.6 C;ONTP 11CMR`l 1'u.1»I"ny ............ SA.AAL 6.1& 631 Coax of the Work .............1111 ............. 11.4. 11-5 9.12 DecbdouS on Di3puus .........................9.f1. 16.1 Disp= PX30lutiatt................................. 16.1 Rzwknion,�grccmntt.................. 16.1-16.6 ENGM Limp Smm prjtsn6 a........... .• 113.2 73 Nodes of ........................................... .......... ... OW'NER'S ...........9.4.9.5.9.11 1 1.13. 3.14 Si7.3 OWNER'S lalrs'iity ...........................111-.. 14,7 5.5 OWNER may rcTuae to make Payment............ ' P, d=sicrtul Fees acrd Court Casts Included .........•. 17.3 r for formal docisku art ....................... 9.11 Subxtituteitaots .................................. 6.7.1.2 rim Extension n .................. ......... ILS 'f`ame rcq%* menu ........................... 9.1 1. 12,.1 Uvalac of Wwiivcr a; --m .................................... tts1 Payment................ . 14.14.14.15 _ ............................. .- we requhod ....., .......9.1111.2. 12.1 �qcm and lnuerprrndxts............. 3.6.3.9.4.9.11 Ckm hc CodetoffTcdvdcal Siodely.Orior 336 Coctuorarxetrra of C.rncd=et Tunes .....................'.' Commuri� Anicle or POMPraph Number general ................................... 61 6,9.2,.E 1 klar9rd Co mmuniarion Prop nts ................... 6m cam"m- . i<.13 FmW AMWaLion for Payment ..................... 14.11 FOW inspe�tt ................................... 14.14 and Purtw Ud�lase m .�.........••••.•.. . 14.10 'Subua AW C-PtcliOn ................... I.U. 14444.9 Wanner or []sine ...................................14.13 CepmpumcK tt Gf Ttffxl ........................ �Lndd O�= , Sl'......................... 6.5-6.11 Coai=- 2 9 ove'a14y A=Ptawc schcduk3 ......................... S E CoWim . . Amt WY =Y-.......:. 23.131 0ON'1'ResMP. to Repoli ......... muucdm bdom starting by COK1 dR .-•- 7.3.3.1 Machincq. Equipment. CM- ............... 6.4 cmdrotic ft WcKk .............................629. 10.4 iBonds .............................I i a chwv of Coaur= Prix ............................ II attp (fie C(Cotttrse t Times ....•............•••.....4.. 12 Qom in the Work ........................... , 2.S cbmt and verify ..................................... Cb,&,=tkmu utd l nt ns ....... 3.2.3.6.9.4.9.11 dcW60n 0( ............................... ENGINEER Nas inif.W intaprc*-Of 1111........... 9.11 ENGINEER as OWNER's ti'''e ..••........ 9.3 ntnt............... . ..... .+ Ie .................... 3.1.3.4 minorvuixtions in the Wotit ............... ...1y 1 .......11,.......3.3 OWNER'S r=pxmbility to fumlthdm ............. OWNEA's rt=portsibtlicy W make ptvonpt paynnerA .................. G.J.14.4. 14.13 3.1.3.33 PC -V&== == ............... ..................... 6.19 Record Docunlowls ................................. Ptfcrmm to Standards tend SP-M-liom 33 OiTedmical Sock6. .......................1111.. 7.2 2-5.3.3 Rcportint andel R=01,,ing DiscrcPar4............ 3 of Suppiamanof F.NGINEE s EmpinYmc- 1.2 UW Pricy Wank ..,....... ... 1 1.9 ...6.6.23.6.37 ,.3. 9S Visits to She. ENGINE.ER't ......................... COauaee Prux- 1.103.1 [3.113 adjusutr m of ................ , 1! on ics ...'..... .................... xrion`l n .iii ....................: dcfWWitconuact ` 75 5 A.I.9.4.103- 1: adjauncnt of ..................... 12.1•i7L4 OQ700-6 0 40 C> Arnett or PQhrrrr$rr "_: Comtnenccment of............ •................... 1.1: ,definitionor ............... ..... CONT 'R^5 -la ,*J,=ancc of Insurance nir�l para All ,6666 Ljrnixed Relwrcx on Tech 62.6.9 Conuntrnisatians ............................. 6.29. 10.A Continue Worl ..................,' 6.9 rclinstion and scheduling ..................... 1,1? poo 666.. defrtiuo.... z of ........................6 ..... IS., may Star, Work or Terminale............ " 73. 13_ provide site acus% to others ........ Safety am Prvtectioo ....... 43.1.3, 6,16.6,15.611.6 23 - 7.'_. 13.2 Shop Droving and Sample Review Prior to Submit[al . G.:15 . 4.5.2 Stop Work require-ments .........•.......... CONTRACT?R,I-- l s.1-113 peatxation...................................... 14.15 Continuing Obligarian ....................9.6. 33.10-L3.14 Defective Work ............... ......... ....... 13.11 Duty to Correct defective WGr4 66.6 ..... 6,... Duty to Rcp-'-- Chute-cs in thrWork caused by ...........6 �Ft ) rnergencg ... 73 pcfccis in Work of Others ...................... .. 42-3 Differing crinditions ..•............. ..x... 6.14 , Disurpancy in Docurnents .......... Urtdesirwndflides not indica[cd .... 43.2 ........... 6 11Esotdcs ............................. E.quipmcnt.and Ma tlxtry RenW. Cost 1 f.453 of the Waris ..............•...... 11.4.5.6. li5,l. 1 L6 F,c-Gest-P"" .................... 6.34 General lw rranrr and Gl;ui=tce 6 6 6 6 ., ... 61. Co nunicz6on s ... 6.13 6.16, 6.31.6.33 Inspection Of the Work ......................... 7-3. 33645 Labor. materials and Ewo-nt •• 6-3.6.5 L .., seed Rtg A ti x-. C --PW" by ..... 6.14. f 5.4 L.iabtlity lnraatxncc . 9.10. 10.4 obtip of In � rnpkcie tate MorAppeal k ........634 p,jern On to fur by . 6.13 Patet[t Fern and Royalties., paid.......... .... . 5.1 P,rr"=ncc am other Bonds ................•....•. 6.13 p,,,hs, obtained and pad for by .......... 6...... Progress Schedule .... 2=6.2.6. 2-9. 6.6.6-29. 10.4. 15 211 Request for formal decision an disputes ......6666. Rcsponsiblhi- -- 10.1 Changes in the Walk ................... others. 6.8 Concerning SubcontractoM Su licca and 6.11 . 61 10.4 Continuin,l the Wank ............... •..•... .6'3'.1 CONTR,ruCTIOR'acxpcnse ,...,6666..• "Gtrarsn CONTP-A,013R's General Warranty and .... 6.30 sec ....:..TOR, mvic..priort ynn or m. CONTP..�70R's review prior to Shoe D - ,,,ring C plc submittal .............................. 6,4 Gr ordination of Work .........,..•..• .... 6.23 Er,rues ' ................... 1~NGINEE1t'1 cvaiust" Sutrstitutes 6.7.3 or "Or -Equal" Itcnts ,..{... Araiciit nr Pera,eraph Hiomber For ACTS and Orriruior[s of Otherx .....6.9.3 9.13 . 5,9 for deductitalc amauntl, insuranec ...... 6.7.r' 7.3. 8.9 general ............................ 6.- 1{snrdous Commuuicalioa Programs •• 631-6 Si lrrdemnifieatiwn Labor. Materials and Equipment ................ 6.3-6-5 6,14 Laws and Reguluions ................ . 5.4 1�sbility lnsuran. ..•......•.......... Noticc of variation from COruacl Doeurnems .... 6,37 ...6.12 27 Patent Fres and Royalties .............. 6.t Permits ................................ 6.6 Proms Schedule .................... .......... 6.19 Reeord Documents •............ ..... related Work performed prior 10 ENGINEER's 618 sppm%,&j of required submittsts .........•....... 6.18 safe structural loading .................•......7.. 13 Safety and PrOtemion .................. 62$ Safety Rcpreserausive ........................ 6.93 Scheduling the Work ...... •... 6 73 Shop Drawings and Samples .................... Shop 17rawings and Sarnplts Rey" . 6'6 by ENGINEER .............................. 6..666 6.17 Site Cieardin. ...........................•+ 6 15 Submittal Proeedwcs ............... • ...666 Substitute Construction Mcthods and .. 6.7 Pracedurns ................................. .... 6.1.1 Substitutes artd'•Or-Equ?1" It .......••••. 6.2 Superintendence ...........................•*" , 6 Surn'vklofObligadons'.............•••• `.. 6,15 Taxes.... ...................................• .. 13.5 Tests and Inspections .......................... .. ,3 To Report ............ . 6.16.6.18.6.30.3.4 Use of Promises .• ❑ra Review Prior to 5h0p ynng or Sample Submittal ,• 6'-4 Right to adjustment for changes in the Work......... 10-2 right to CID im ., d, 7,1, 9.4. 9.5. 9.11. 1 6115.1 115.5 117.3 614.6-x• 7.2.. 13.'_ Safety and Ptvtection , 6,'31 Safety Rcprrscsrtuiwe ...... . . 6.34-6r8 SWp Drawili s and Sandales Sub , ........... LI.A.A SpracrA Consultants Substitute Constructian Methods and3 � 6 6 6 6. 6.7 Sututftutes srtd "Or•Equal'" Items. E . • 6.7,1, 6.7? 6.".11 Sobeonttaer0rs. StrpP"trs and Others ............6.1.6.2. 6.21 Supervision end SuptAirwcndcnoe ..•..•..• .6.15 Taxes. Payment by .................••....... 6.146.16 Use or Premises ...................66 ........6,10.6-5 65 Warranties and Fuarantecs .................• 14.3 warranty or Title .........•................ Written Notice Rcquircd- 15.5 COIR %tor, Work or tenrhWa Condi- Reports of Differing Subsu lace 'WA' ...... , 1.2-1 tions ....................... ...._.,...._ ..... 14.6 SubstsnrialCornplction ........•..••••... ......7 CONiR RS- Othcr.........................+.....` 10 Contractusi Umbility Insut-11nee ........................^2 Contracttul T}mc Limits ............ •• ' Caundirakion 00700-7 41 4D 40 Mick or faro;raph .tnecfr Of atroAh Humber Nvntber . •,• 2 nations for Unit 1'riCes ..•.•• 9.50 CON`fRACMR.1 responsibility ................. •.•- Differing Subsurface Or 1 CaPi=s of Documents ........................ ..... 13 ' Physical Conditions Correction pgriod ................. of .......... Notice of .................................». 4.2 4 Corre,'tion. Remaval or AecePtanCe ENGINEER's Reyicw ...................... 4.23 DfKtive wort. tt1.4.1. 13.10.1.1.14 POssibl6 Contact Documents ChRAW ............... 4.3.6 .. in Saww ........................•. ....... ,. 13.13 of Defetxiye Work .. ]4. Po'sstble price and T'emes Adjustmtaus .............. and Resolving ....'3. Y3.2.6.14x Ausoe 13.5 l-�•Reportmg Corteeuan or Rcmoyal of Defective heed. b 13.1 Dispuu Rtsalution-- ....... N1■ rrPeliod ect•D tectiveyVAA ............ 13-14 3 x0 _ 161.16.5 Ant;....................... 16.1-16.5 OWNER ..............gmemcm 16 OWNERMay Stop WO+i. .................... grncrzl,..............................,....,......... i.7 Medisriott ....-.......... 16.6 16.1.16.6 ofTesxs and fnspcctions .....,......•••..••...•.••... I11 Dispute Resakution ApF nt ................... F.11.9.12 Records ............. .......,..... Disputes. Decisions by ENGINEER .............. Cate of the Wort:.•.. ! 1.4 5.4 Documenus-- Bands and insurance, additional ........,........ copies o[ pt ..................................... ...-..figs Cash rtes . .51.4.2 Fee •.............................. 11.6 .... Record .................................. .... Cori iRA[ TO R's Retest of .............................................1313 .....11.43-! Employer FxPerttes ........................ _S Dravim ehnitian of ......••..... �......,... Exclusions sa.................................. 11.11-113 -.......... Frau of .•....,.....•1416 Genccal .......o . head-..-...scs11.5 EfFtaive dare of Agree meet-•deitinitirm 6.�{' . ' Home Office ltd avUtltLd expenses ...........• .11.43.6 Emergencies ....................••••••••••+ • ••••• . Louses and darna€es........ -: ................. IIA.3 ENGINEER- Materials aid equipment . ..... ... .4.51-9.t: u iniLW interpreter on disputes ..........'..,......, 1,l7 Minor expo .................................11.4.! definition of ........................... Payroll caste an changes .....•••......••........ 11.4.3 Limitations on authorhv'and 9.13 perfomed by Subcontra=Ors .................•••.. 11.7 rsspoast'b;lides .......................y........... S.3 m>els;nery _ i 1.433 Racotdsaf Reptactrnenx of g�pteseatat;vs.................•.• • •.. F3 construction cgtdpm_*and Rcntais pets[uts and liexrsse fees . . # t.4s3 .• Resident Pray .1.16 Cansultsnt-definition of .............. R�oyalry pa)mcnrs fattTities •...•...• . ! 1.43 = Sim office std W -PO Jry ENGINEER's EHG1NEF.it's- R;$ . IIAA i S Consul=ts.CONTRACM •..••. 3 4.4 authority and respowiWity.limitaionson .••.••..•• .F.13 Supppd cal ........................................., .413.4 .-3 Authorized Variations ini theWork ......., ....t! 3 9.7. Tsxss related to th Wank.1111 Change Orders. msP� y far .......... .1,1 i Tests and InspcCoon •--••.... ..• •. ••.. .'11.4.2 auffiications and IntetprtaaiolU .......... 3.63.9.4 l heed. Trade Discaxmts ........................... .11.43.7 Uttlit m fud and sanitsry faralieies .............. ... Decisions an Dsputes .......... • ,•,......... 13.t - Work_ notice of yyak regtttar how% ......................... 11.4.1 defective ............,.,.- Evaluation of Substitute Stems . ...,............ . 6.7.3 . 13.6-13.7 Work ..... ,. 63:.. 9.1: '........ 17.4-173 eve I' Work Remedics ...................... NodLjbNe is AeCcpultle ...........r•+.--{ CSsCnng fitting F �d'(3WNERint r .................... E3 obscmtio..................... ....... Data. to be fumishcd... OWNER oWNEWs Representative ................. ...�...9. ................... Day -definition of . 2 payments to the CON"f7 R- a Dxisions on MrPutes ...........................4.11• !.!i Responsibility for ...............••••--.� S4.4g1 .1 defeedve,...deftnidon Of ................................ Recommenda7on of Payment .......... •' defacdve Work-- 10.4.1. t3.13 Raponsi6lieies- t Accepm= of .............................. Cormcdon or Removal of ................... 14.4.1. 13.11 L;mituSots on ................. .,............4.13-s.1 iew,af Reports on Differing Subsurisee 13.12. Re convcxionPtriad.......................••. l3. ii... 14.11 and Physical Conditions ............••.••..••.•.•.4.2. in Shop Drawings and Satnpies b.: observation by,ENli1NEER ........................9 ex nsibiliity .m...,......•..,......•• 13.10 OWNiF_1t Mar Stop Work ......................... 19.6 Sutra Dwin Canstrumion- prompt Notice of Defects ....................... authorized variations in the Wok .....•.. • • • •' . S RRe ru...�.�� ............................... 11.E Chrifselwons and Iwetptet+� ......,..9.11.9.. Uni ............................ Decisions on Disputes ........................... s. Dehnidons ............................ a t�-12.4 Determinations on Unit Prise ..,••..,.... .' .. F.SL9 Delay$ ................................. .6_'9. 2 1 ENGINEER as 1 lntcrprc � .. Drllvcr'y of Bonds .................................. .,.. 7 sp0 .......... E,AIGINF.ER's RCsp'�r'bi0i� Deltrrcry orcwAcstes of insurance ..................... _. ID0700.4 C> • • • Article or Foroprople Number ENG1NEE" Authority and`....... 1 Ur. ,rasions on 9.13 Rppon ibilieics ................... 14.13 OWNER'% Repres '=ve ............. .........9.1 -. Project RcpM t2t`1Cnit ..,........ `..........9 9.6 Rcjce6nt woctive ... .............. Optlrfn to Rep}are ............... ................ 5.10 10 [)...................... Chsngr iens ()WNER as fiduciary for insured. ..............5.12.5,13 Shop Drawings. 9.7.9.9 payments............................• ........... site 9 3 Ys siu to ........................... Unit Price DCtertnittations ......................... ..... 9,t0 .. 9_ V"tslrs to Site................................. .7 ,. 9.1 written consentraQared ....................... 6.3-6.5 EgtAxrtertt, Labor. KlUtril" and .........•...... WOV L Waiver of Rirhts ./ ...........•...• '. .....•.... Equiprrvent rental. Gust of the ........ cw Materials 6,7 $ ... v;ae,nee o frim ncial�A> tS ...........^1 «..... of physical conditions ............... L,abor. MuerWs and Equipment .................... Explorapons FCe, CONTjR L'iY]R's- -Pius ................... l} 6 FOd Order- 1.I9 definition Of ....................................3.6.1.9.5 ... u ,d by ENGINEER ...................... Reports &TCSts .............. e. I................... Regti+lations-L-1ws or Reputations -5.1=51 anion for Payment .......,.... • 16,1= Final APO 14,11 Fmtdinspection .................................... 10.4 Final Payment- aymentand 3.1 andAcCeP ............................. 11.3 Prior to, for cash allowances .......... ............ 17-3-17.4 General Provisions ............................... definition of ............................. Gease>aS ReRuircmenu - ,r 1.24 defindon of ....................... ...........&4. 2.6.6 6.6.6-6. lrtdcntrui4calion ............................5.3 Principal rcfextnc s to .............. 17.1 . 57.1 GiVin$, Nouse....................................... rwcm.ia�' Gu&== or Wo& by' o ... ...e ...........•............670313' 630, 16.1: Haaarti CCmtOUairar on is ..................... 6= Wstc-...T Tests end 1nspCcti0rK ............................... dFOeftniLklm oaf ............................... us, or Premises ................................. F3 8.10 1yg Indy .....•,.. 6.12.6.16631-631 5.6 Scimdudcs 2,9 rrtitally Acceptable .......................... 5.3 iaspeasorF-- Cxst&CW's of ......................... 9.13.6, 13.5.14.12 . 14_2 Special. required by lGNG1N .................... 9.6 Teau and Approrsl ........................ L7.133-11-4 Instrrarrs - Accepmrtee of. by OWNER ......................... 2.14 Additional, required by changes 11.65.9 tR the Wt7t1C ... .,..........s........... Waiver of Claims.................. ............ 1.imhytions on ENGINEER'% authority Olin Ron& wW--4n Sataal .............................. responiibilims .................................... •. 6-' .....••••• ......RA.........ized .""« MtUmited RcsUnce by CONI Catsrcllation Proyisiaats 5.8 CenL9zz= of . 2.7.5. 53, 5,6, l i, 5.6.13. S.U. 5.€. S.14. Manuals to( oncCrsl- 9.13.4.14.V comptetcd amatioos . ......................... 5,4.17 CONTFJu." Ws Usbaity ........................ •. CONTRACrDR`t objection+ to cxsv ......... Sg14 Contractual LiaNlity .......... x................... 5.4.10 Ar.lrre or Yoroproph N++rnber deductible amounts. C0T`r 7LACTt:7R'a 1 $ responsibiliLy ............................... Final Appticition for Payment ...................... 14.13 Licensed Insurers .................................... 5.3 Notice regtsirements, Fruil"l changs................................... s.�. lase Optlrfn to Rep}are ............... ................ 5.10 10 other speciatinsurances ............ *1 ()WNER as fiduciary for insured. ..............5.12.5,13 OWNER'S Liability .................................. 5.5 OWNER-, Responsibility ............................ $.R Partial Utilization. Property Insurance .........,x. ..5.15 5.10 lwpcm........................................ Recerpt and Application of insurance Pt""& .. 5.12.5.11 Special lnsu=cc........... 5.10 5.11 Waiver of Rirhts ./ ...........•...• '. .....•.... 3.1-3.4 latent afeonuac[ vments ..........,•..,.."' Intcrprrtations and Ctarificatians ................ .3,6.].9:t C2 lnvesdPiions of physicai conditions .................... L,abor. MuerWs and Equipment .................... dlvasemtms ..................................6.1.8.4 Avat'Laity or .................................. , 8,6 Reports &TCSts .............. e. I................... Regti+lations-L-1ws or Reputations -5.1=51 Lays and Bonds ........................ ................... 10.4 C1tan$es in the Wort ...........•. 3.1 Contract Documents ................................. CpKTRALTOWs Responsibilities ................. .6.16 Connection Period. defectivt: Work .................. 13,12 Ctxtof the Wank. taxes ................... definition of ............................. general ................................. ........ 631-6-33 lrtdcntrui4calion ............................5.3 rwcm.ia�' o ... ...e ...........•............670313' SsScty end promcdon ....... 6.8.6.11 Subeaaeracton, Suppticrs atxl Dthers ............ .. 13.5 Tests end 1nspCcti0rK ............................... 6.16 us, or Premises ................................. F3 Visits to Site ............ ............................. j_i%h11ty Insu-n t- 5.6 GWNC�DR..................................... 5.3 Licensed Sureties and Insutrn ...... Liens- 14_2 Application for Proses Payment .................. . 16.3 Conu-=Or s Wan-amy ofTde ............es,.'.+M.. 16.13 iY Final Application for Pay=nt . . y�1 dchnition Of...................... ...... Waiver of Claims.................. ............ 1.imhytions on ENGINEER'% authority Olin 9.13 responiibilims .................................... •. 6-' .....••••• ......RA.........ized .""« MtUmited RcsUnce by CONI Maintenance god bpaating Manuals,- FinAl Application for Pssyrncnt ..................... , I6.. Manuals to( oncCrsl- Primcdcmc ....................«...,..,... G07M-9 4D number 3.3.1 in Contract Documents ........... .... Were= to MWs and cqu;Pmnl- ........ 6,3 ................ CONTP-&CMR................•......,16.3 f,,,i,by * ....... * ....... * 14.1. M ilC*rP0rAt(%j in wort:.......... or q,,,mM(..CqUjvaJcI%L ..... ............. 6.7 16.7 .Misterws Mcd. . ,awn toptiorw, ................... :.: 1.24 Milestones-46nition of .....i+f.......... 17-1 COMPLMton OCIIIMcs ............. 17.4 CUMLIIjaivc Remedies ............... ..... .... 17.1 civing Nokc .............................. 17.3 ............ rood= or cwm ............ C included .......... prort=kxial Fees NO CWM Os" 17-5 7 .Aulti.pdW conuun .......I.....•••••• Not Shown or ind'x-.Uc'd N.6= of 14.13 A=ptability of Project .................. lz Award. definition Of ................................ :17.3 Claim ......................... ................... 13.1 Defects . ....................... Phys COM -160"s .......... Differing Subjulfue or 17.1 Giving .................. -* .... w .................. .... U.3 Titsts and Ln,6Pcc%lOra ........ 4 -Plc .............. 6.27 variation. she Drawing and Notici: to Proceed- . 1.26 dtfinidon of ... ............. * * ..................... 2-3 living or'......... .143 4.0tifu2tion to SUMV ........ I * ...................... obseryadarks. by FNGINEF-R .................,..5,34.9" 5.1j. 6-M2.4. 14. 10 ct=pam Of 6c work ................ 9.13 6..9.13 or am by CONTFAMR ............. '9 . omissions -Open Pcfii*, Polity fo- Insurance ---**,* ... *"* Option to RcPWc ..... --* ........ 6.7 :.Or Equ3j" Iterns .............. ................ :.. 7 OtherwoeK ........................................... 6.3 . work-prohiN11011 0 ................. 0.,Vjiro� f ..... OWNER- AC=Pw= of detective Work ................... -13.13 51 1.ont an FNGINEER .............................. 2.13 nes fiduciall ................*...............3.1..54 .. 'ify ............ Lands. respond ...1 A%qul",y Of -1-77 dcWsdon Of ........................................E . dazz. (urnLsh ................ * May Correct Dcrectivc %Vcril+..................,• ..**.13-14. May refuse to make PaymPayment........... *"** ..... May Stop the WO6. --- - * I" * ............ may suspend -it. E.E. 13.10. M%-0-4 jennicWt ...............•..-• - naymcnt. Duke PrOMM ....... •........ = of other Wo rc ..............................«.. performance 6.13 and liccxwS. rcqa-T&Ms purctwed insurance Mquirctnems ............. - ... 0"IER,s- &30.2.5 AC=Pwcc Of d -c VA -A .................... Change ordcls. obliplit) ;A 6. 10A ticcute .............. ... 8.1 Communk=iom ............ ** ...... * ................. 7.4 Cgi-ord !n3l ion Of the Woft •...........•...........+ 9.11 Disputes. rmuc%.t for dceisiOn ................. ...... Arricle Of PdfvgrdPh Number nspoctions. tests; WW approval' ................. Ll. 13.4 .6bMty IfuurandIt ............ ..... 13.1 O;kc or Defects................... ***'** . t,prc%=tWvc-lDu.rinj COMUrWt*n- ........ 9-1 ENGINEER'S SM. ............. R,;p,,slbMLks- HUM&- Asbestos- PCB -s- PetrOlcum8.10 Waste on W-Memjvt Material .......... Ch,M . Orders ..................... ........ ::":: ....... 10.1 Changes in the Wotk ................ 9.1 commultu=dow ............. CON 'th TRAMR-S fWPOrLu lues ................. c,idevietOf fimncW wr&RFV=nu ...••.•,•• ....,.E.7 m icalons. tests " approvals ......... . ..... Ls Insurance ......................................... toads am �ts ............................... 5.3 prong* payment by - - - replant =, of VNrj lmiii ............. reports and rests........... ......... stop a r suspend Work - - ................ tcr,Tjnwc CONTRALTO lervi= .......... MPrt=nt26vc It site..........,...........13-4 .... 93 ind,pcMcIlt tcz%Lng ......... use or O=P-- Of the 5.15.14.10 Work....................... written consent Or IPProval required .............................. wri= ctouce 119 14 1. I5.A required .......... 7.1.9,4.9.11.11.'. P,CBS-- ........... definition Of ............... * ........ * ....., I .......... 4 3 scric-A .. .............. q- .......... OWNER'; �-;ponsibMIY (Or .............:..... -- 9.10 Par" Udazadon- ....... 121t iiefinklan Of........................ 4. 14.14 ...... I ............. 6.302- f ---W ............. ....... 5.15 Propertylosu-cc 6.12 Patent Fees and Royalties ......... Paynvertz. Bonds ............... - ........... 44-14-7- 14.13 PRYMCMLL. Reet,,=Astion Of ............. V.Y",., , . to COKTRAMR and Completi ...... 14.2 APPH11 IMEJ-f-I PrCW= 1%y .. . .......... Cor,r�R'SWITLWYOFT31'e ::-:.... " Final Aqvlicsfion for PaMrllt ..................... ... ..... ............... 14.11 F -mg in3POMiGn ............... 14,13-14.14 Ftrial Pay -Ment ii,�-;,�eptancc ... 93-14 ce"cral ......... - ...... 4.10 Par" udjLr�won ...............•....».........,.114 i ReWnage f.Appliruions tear Nyntenl,$ ........... ........ ,prompt F*ym-u .................••'.,.,, Sched We or VAIM ............... * .... * S,t,,Wtw completior . ......................... 14.1 ...... waiver CC Chums ...................... ............. * ...... *­* .14.4.14.1 when payment% due ..................•. ............ 14- withholding payment ............. ... p,,,COrm,zr,cc Bondi; ..................... 6,1 Perinits. ............................ .........W.....*,***....... * ......... 00700-10 611 Petroleum- ............ ............... definition Of ............ .............. ................... , 'Y .R . 5.10 owpcnNER's rcspon3ib,crad for .............. I Physical Conditions' 4.2.1.2 ........ jD,j&inp of, in or relating to ........... * . ......... 4.1.4 F NC; I N CE 9* & - ...... ......... 4 xistnrit-CLUIC..............•••• . . . . . ................ rencral .......... w .... .............A sub,rurfarr. andW .......... * .......................... ... A-3 ."M ... urvicrWound Facilities .........»„.,. *** ........... MW 42.5 ,onuict Docur!14=1 Ch%Me po,s%VC c 411 pomibl e Plicc " Times Ao�" 4.1 I Rcipwu and Dra-inP ............. 4!-N Notice of Difflilt SL'bsudsce Or . ..... ..... M ........ Stibsurfacc and............. 11-1-- ........... Subsurfz= f:ortdidoc% ............. DaLtl- Lir"'"'d Reliance by Tcrltnical trthorizrA ................... 4 �2-9- U1162 4.3 pen ... w ...... cM ilo" or Indicated ................ No, S .4C2 .3. 4 0 Protecdon or 43.1 Shown or Indicated ........... A.2.2 .................. z Technical D2La ............................... -p t preconstruction CGnfcrcncc ............... ... I . Py-t1trMnIry MaLlICTS ............................. Schedules dules ...................... 636-6-18 pre-miscs. Lisa of ........................ .. 11 Price. Change or Cc n-cl ............ Price. COWci--definilliOn 0(.................14 - progress Payment. APOVItiOlLs for ...... Press payment-retatin2gc djlc. CoKrRACTOR'll ..... 2-g- 1-9- 6-6- protctsss sch 639. to.4w 152.1 p,uiccim-definition Or ................:-•••••-••••••.... 1.31 P,j,a RCP=tn1-'1uVc- ENGINEUVI Status During Conpxuclion .. ......... 9.3 nl1-4efir...pmmpt io 8. p� by OWNER ........................... prop,-ny insurance 5 Additional ....................»....,..,....5.6-5.1 general ... ............................ 5.15. 14. 10 par" utili�� ................... receipt and applIC111- Of 5,12.3. procotdi .................... 6 -10-6-21- 11 ....... protection, Safety -A ................................ JA punch List ............ w .......... Wk=6vc M11clizt- dchni6on .......................... ;"tf3J ............................................ OWN F R's rc;%P0rd'b 'lit Y for ......,-••-•••- ... w . 14.4.14.5. 1 Recommendation of Payment Record DKl,-u-cnL% p Cdurjjt3 for tradnL"nz FLercm,nee Points ............ .......................... '-"Ih(:XL)ons A rficlo' Or Paragraph Number ReIrUIX,ions, Laws and t(WI ......................... . ; .............. 6.14 Rolecti'l; Dcfm;vt WO& ................. I ............. 9.6 Related Werk- .............. 7.1-7.3 at Site ............ '-- ..... * .... pcifom,ed Pew to SI -P Dmw/MP '=I' - .......... 621 and Srnpl- 3.4b. -1�11 ::::': ..... 17.4.17.5 Remedies. cunwLlkdvc ........... • RcmovW or Con - -tion or • Mfective WO(S . ......... rental p.Lo,.,cnts. ()wt4FR approval required ................ w .................... Kpt,,,=,j of ENGINEER by OWNER .............. 91 2.5. 3.3.2. 6,14 *2 RcpOr"NE and RtWv1,g McTuPanci" KepOM- ct 1 &r,d DrAwinrs .......... ...... 8.4 andTc1u.0WNEWjrcspOp'sjb11ltY ................ Resident prop= R'pn:3cn"vc-- 1.33 definition Of ............... 9.3 Provision for "63NTFLACTOR 6.2 Resident SuPt&";��L Rcq>otWb!I16c$,-- ........................ .............. 6 CONTRACMR-s-in T-efzl ............. 9 Fc= -A ..................9.13 Ljtu�jjatjom on .......... 8 ()WNEWs-in gcncrA .................14.2 Rcuinne .............................................11.7 R,,sc of L\-,cuments ........... IOITTILAMP- ShOP Drawing Review by C. and S-0- Prior to S"bro"'CW R,,,icw of Applil-60- fOf PMfrc's$ 14.4-14.7 Nvmcn?,S ..................................... .10.2 Right to an 0:1=MCM ...................... 4.1 Rights of NVaV ............. ..6.12 Royalties. Ntcnt rccs .6.19 Safe Structural L"&MC- --,,.....»..,.• Safety - and Protection ....... 4.3.7.• 6.16. 638. 6_2".21. 7.Z 13 62".23 ReprtiCnWive. genual a4-1'RjkL-T0n ................... ........."........ 6.21 3 Samples ' ............ 13A 3 dcW601% Of ..................».. . general ". ............ 6.z p,cvicw vj��jW R 3 b. 6.26.62? 0 R,,i,, by ENGSNEER ........ 6-211 1 ,I,,,d Work .................. .6.20 subrn]LU21 Of ............... ...... 625 13 subtniiW Procedures .... Schodul e 0( P VOV-% -...-2.•6.2E»34,5.6 Schedule of Shop 1)"'M and !Sample 62"-n Submi"s ....................... 14.1.32 Srhcdu1c Of Wucsl ........................ 2-6.7 S-7-9- 4.5 Schc4ukc5'- ...................... . 151-1 .10 Adhcmnct 10 ......... 6.6 4.13 .................. Adlusun; - .......... 4.12 Ct,,nFc of Contract Turas ... initially Acceptable ............. PrairninsrY Scope or Changes ....... - .. : �- ................... Reference to Z-Uzj�us M 5 Ubj Urf2re %-q - L ..... ............... 00700-11 xvawvr � Xmbrr Su�omm)v�x._.-.-.,~__,.~^,__=,_`� ���wmm cv��� Of- 'Or relating to -_~,.-'.._-^^^^���� --' n,wr� .---.... ~._-.-_' ^�� «�*��._~--~_-.-~-..~~,__,--~-.. m��n����m�a�� �� " -._--...-~-^�/ `""^~~C-----O—oo m�/ �p���-~—~--~-~-~-^ """~~ -- ��v�a� ENO |wSER mmu�wwnm�u�--..`-_~. ^----'-- 1. CONTp SUPPHcr— svre»- ��c�w.w ��"m on� ^-~~^-~'~' ~ '`--'- 9.13awo�sExwmnoo�'m-.~..-.--'-- ......wu.m�,`5� xoum�vo w-....---- ,__x.1�� quilifK=ionmx ~- necxm"ucut-2- 4:22u"a"unu�c"bvCownam�mx----^`-'^.2.6 ()0700-12 m ENGINEER , r"3PwwV'`-----'..-'..uz�aw-o v mr"�~~ �'~---- nu*��»a�-~~--~'~-^-'- .~._,.,^-.a�o' s ..zua�w�o n°m� ; � S*o�vw / =~ ... � swo*^w.=�..-..._-'_--^-~,-..-~--"=, m���m- 9.L 13.2 »ymNOwSsR^--~-^-'^'-~-'^'-~---o� »r^«ma---'~-~^-^-~'--''-- �a� � vfm�'nma��n=m�mw= ~..- ^-''~-'--'-~-~^~''/�6 "=�"°`~ -.-'- ��� �m�m�m��.n��,w --.. ~^-~-^'--^--^'-^~~^^~-'---- a=�«���duv=a��v�»[T�m«ml__,,~_,,_,.u� �""w� .-~---^''^---- mmm�Cc"�»�^n'»=m� '-'--~'-^~^~-^~,_�x �»�u mcm�xm"'w�.---.--~'-'--'---' omn »«»k- urCun^x^C"^^'---^^-- ~_~~._._,_..n� uu��x^uu by OWNER ~~'~-'^'^~-^~~~~-' �� z� owp�am,�ou�devmpm"m'~'~'-^-'' -m mv"avwummmxsmmr.._-~~_'^--~--'- sv�om�pv"- _.,,_~____~..�e�`S ''~----^-~----~--ux definition of ~''`~ oa�s--''~^-~-^'--.- ~,,.____..:o m-'~^-^~~--'~-''-- ~~^^ '�-' ____.___6o�n ,.^-m� ~~~~^----~--W p"�"""= '~--~ xu�o.n�� ' Svo�^m°- u� APPilcatiOns for ..__, /u� m�w=�o�mmopm��nmaw�� ----- n=*�""u -~.-__,_-., .,_._._.-�z ���� p=n�=s��"ux .-_--~~--_,- ' s°rm� ----~'-'--'^--' � .._..��w�� ��m 1 o��"u�vu"� -~~~.-.----~~- �m�m�x�no-°�P�m ���m�v �� Samples Submissions ^-''-^-' uz�o� sx�o�w"�_-..~.'.-~~~~^ .1 ^-~-'' svmuw�mcvm"�"o�- ' x��w» "=ao="m� '-''^'--'^---6-Y12-1. -' u���""r, --''---'-^'----'-' xvawvr � Xmbrr Su�omm)v�x._.-.-.,~__,.~^,__=,_`� ���wmm cv��� Of- 'Or relating to -_~,.-'.._-^^^^���� --' n,wr� .---.... ~._-.-_' ^�� «�*��._~--~_-.-~-..~~,__,--~-.. m��n����m�a�� �� " -._--...-~-^�/ `""^~~C-----O—oo m�/ �p���-~—~--~-~-~-^ """~~ -- ��v�a� ENO |wSER mmu�wwnm�u�--..`-_~. ^----'-- 1. CONTp SUPPHcr— svre»- ��c�w.w ��"m on� ^-~~^-~'~' ~ '`--'- 9.13awo�sExwmnoo�'m-.~..-.--'-- ......wu.m�,`5� xoum�vo w-....---- ,__x.1�� quilifK=ionmx ~- necxm"ucut-2- 4:22u"a"unu�c"bvCownam�mx----^`-'^.2.6 ()0700-12 40 4P • 4D Arriclr 0 Pdraeropn Vzlue CC the Worts...... .,,••..•. .••• •••« .313 2.66 drurnbrr Vartatitxta in mbrk— utirw Aea s to the ltiarf:. by others AuthorAcd ........................„.,..,. TP.,k ]Ria responsibilities ........... ..«.,,...13..` visits orsate—by E34GSt1E£R ...... ......,,., coo Of ...•13.513 . eovering Woeit Prior to .............................. 133 L,AW$ and Regulations %orF .....,..•................. 13.1 Notice of peftets ......... «,«««.... ........... 13.10 OWNER May Stop%VWL«.......................... 13.3 OWNER'sWependetrttesting-••••-•• 9,6 special. requited by ENGINEER -•k•..•.. ., 13.3 mtrtcIV soiree required ......... • by others, .... , ...................................•.Y10 lh'*& at ENO INEER's� Changes in the ....................................... Uncovering the 13.T-13.4 request ..........«................... CONTRACMR May Stop Wolf; Times-- ...... «...... ird• A4iuW.,«......................................... 1. C�tteOrContract .....,...--•-••• •- .. 6,A AQhFsdM ........................................... 17 Computation ........«... .....................1,1: neglected by COO...•... ... con�T`M�AeitnitionOC ..,....•.•«•,...........17. a ,T 10 iw Milestones .............. ......................... dWorf;. OWTIERMay 5uspen ..•..•,......... Requiremew— . •. ................ ............ 16 tclaeafications. claims and Stmng the . ........ ......... oumference arms Stappin4 by CONTRACT -OR .. • , Comumnec3tient p r on .•«..,.,,:,6.3.9, 6.6 schedules swting ...... 3.6 •Ti11e, Wsnzrtyofo................................ 13.. Uncovering Woti ..........................««,.. ... 103 Facilities. Physical C©nditians. Underground, 1 31 definition of ..................... «„«,,.,,....,...43.', principal referextces to ...............•... Not Shown or Indicated ............•... 43« 630 protection or ........................... .. 4,3.1 shown or lndk=cd ................................. prineipal references to... {.10.3.5, 6,19. 10.1. 10.4, 11.3, Unit Pricae Wort. . 11.4.; ... 3,6.1.9.4.9,11 interpretation ................ defini ,nn or .............................X1.9. 14,1, 14_ general ................................. Ylt 14.4. SS3 13.1+ Unit Fritts-- 9.1 p termeral ination far...................•....-.'a.tts. 5 630' Lfse or Premises ................••...... .15 S3 Utstityowners ......................6.15.530.1,173, Artl de or Adra)eraph Number Utilixstion. Partial ............... 1 x{. 3.15. G 30.7..4.14«10 t Vzlue CC the Worts...... .,,••..•. .••• •••« .313 2.66 values,scheduleer................... Vartatitxta in mbrk— utirw 6'3, AuthorAcd ........................„.,..,. 92 visits orsate—by E34GSt1E£R ...... ......,,., ...« Waivear ar CWMS-an l=,rtil. .. _......, . 14.14 Payment ........................... y insured parties ..............•. Wstiverof RigFru t-11.5.11 INarONbLACWR.t ' ��� ... ...................1 ..,,•.. 4.3 Vratsanty orTitie Wort:— 13.2 Access to ..........................«.... ............ 7 • by others, .... , ...................................•.Y10 Changes in the ....................................... .••••«, Csmtinuinythe .......•••-••••«,.•. CONTRACMR May Stop Wolf; , ...... 133 orTermGmte .......................... - .7,4 Goardittaimn of ............................... 11x-11.5 Cost of the ............................««..,....,... 1,43 definition of ........................«,- 13.14 neglected by COO...•... ... ..,«.•. *—..... ..,,..,,.,..,.,... other Wort .......................................... ,T 10 OWNER lvtavStop •• ••.,•.. .....�13 13.10.15«1 dWorf;. OWTIERMay 5uspen ..•..•,......... 7,173 Related Work at Site ....................... 3.4 Stmng the . ........ ......... ..... is .$ Stappin4 by CONTRACT -OR .. • , .. 15.1-15.4 Stopping by OWNER ............0.. Variation and deviation authorized. ...... 3.6 ............... minor ..................................... Wort; Change Crimctivt— ... 103 claims pursuant to .............. 1.” definition of .................... •"'*** .. , 3.$3. 10.140-2 principal referextces to ...............•... Written Amendment— 1:45 definition of ......•..••.... 5,10, .............. 5.116.6.1.6.8.2. prineipal references to... {.10.3.5, 6,19. 10.1. 10.4, 11.3, 13.1. 13.133. 14,73 Written C3zrifieations and ... 3,6.1.9.4.9,11 interpretation ................ Written Noticc Required _ try CONTRACTOR ....,..,7.1, 9 Ylt 14.4. SS3 13.1+ by OWNER ................ pl1().q. 00700-13 GENERAL CONDMONS AR11CLE 1--DEFINMONS Whcrcw' used in these f rrxseral Cartdiirans or in the other Conuict Documents the fallowing turns hale the ntesnuaO indicated which are appl''eable to both the sinrutaf rad plural thereof: I.f. Addenda--•Wdetettor=rsphicimd=mmuissuedprior to the aponirtS or 13 ids which drier. comas °f duaP the Bidding Requancesatnts a the Contract Documcnu- 11. hRrerrtoenr—'fire w fep NnR't+tgVbrk to be performed; other andCO Cpouaat Doctmma are attatdrcd to the Aprcenrtnt rural made a part dwcof as provided therein. i 13. ApF far Pevrrarar—The [tams t+coeptsd by ETd- GINEER which is lobe used by CONTRACMR in tsquesdng pis or final payments and which is to be aecotrtparjed by sueh supportim doc-�ort as is required by the Coaster Vis. 1.4. AAV:fw'--Any rnatcrW that contains mmo than one petrran asbestos and is friable or is releasing asbestos fibra into the air above current axion levels established by the United Slues Oarspsdo4W Safety and Heahia Admin4mion. I.S. Bier—The offeror proposal of the bidder submiu.cd on the prescribed form set>Stlg forth the pries: for the Work to be peribnned. 1.6. Bidding Documenrs--' lac advtmhmnent er invitation to Bid_ inumcuons to bidders. the Bid form. and the proposed Contract Documents tineluding all Addenda issued prior to t_ rtczipt of Bidsl. 1.7. 8fdding Regaurementt—The advcnisear mt or invita- tion to Bi& irtruucdons to bidders. and the Bid farm. I.E. Boads—Rta'formar'ee and Payment bor'as and other instruments of accurity. ment. togaher with aB Wrinen Aasrstdatents. Changt Orden. Work Change D r Wves. Fedd Orders and ENGINEER': "111M ituerprctaxions urd Ghrlf ca im issuod putxu= to psfgMhs 33.3.6.1. and 3.5.3 on or after the !~ffxtive flare of the Amt• Shop []swing submiaais ttpprovod P= - oat to paragaphs 626 and &M arra the reports turd drawinss refemd to in pzragrzphs 4.LL I and 4.L13 are not Cana= fSoeuments, 1.11. Canuacr!"rice—The nterteys payyabde by OV/N'ER to CONTRACTOR for completion of the Wort in accordance with the contract Do= -as as orated in the Agnatvent I,*a to the provisions of psral raph 11.4.1 in the tae's or Unit Fake World. 1.9. Change Order ---A doctunetat nccovnmcn QUER and NEER. which is sirned by CONTRA -MR autharius an addition. deletion or revision in the Work. or an ' adjusunent in the Contra= Price or the Canw= Times. issuer) on or atter the Effective (late of the Agreement. r 1.10. Comfort Documents—The Agreement. Addends (which penin to the Conner Documental. CONT'RAC MR's Bid (including docurraettn=ion aecompwirt 1 Bid and any pont Sid documentation submitted prior to the Notice of a Award) when atnshcd as an exhibit to the Agrecmast. the Noticx.to ('roo=d. the Booda. these General Conditions. the SupptmwnLLry Co"tkxu. the Speriftatanas and the Qvxa ings as the cam are more spcdfinlly identified in the Agee r t 1.1:. Comma, rums-7be. ambers or days or the data stated in the Agteern= f i I to Rddc a Sttb=mial Camp)edom WW Sul to coa+plrxe the Work so that it is ready for [ural payment as evidenced by EKGINEERS ENGINEERSs venter n=mnm4zda- tion of fi=nd partnent in accords— with p uMraph HAL 1.1]. CONTRACTOR Thc Insert- firm or corporation with whom OWNER has entemd into the Atreemcnt- 1.14. defecrire•—An adjective which when modifying the word Work refers to Work that is unsatisfactory. faulty or deficient, in that it does not coolant tot of any inspe e COftU= O=' menus. or does not meet the rsquircaten mfenoce standard, test or approval referred to in the Contract Documents. or has been damaged pular to ENGI- NE£R's recommendation of final payment (unless rc3 mi- bilityforthe protection thereof has been assumed by OWNER at Subs=621 Completion is accardsacc with parzp2ph 14.8 or 14.101. 1.15. Drawings—The erawinps which show the scope. extent and :h&=— of the Work to be furnithed and per- formed by CC)NTR ACTOR and which have beset prepared or approved by ENGINEER andref--d to as the Ca111d. Documents- Shop drawin 1.16. &Teoive Dore of the Agrermrrtr--'Thc date k6csted in the Au'vement on which it becomes cffeedve. but if no such date is indicated it Mears the due on which the Apr is sitned and delivered by the last of the two parties to sager and de9ver. 1.17. ENCINEF-R The person. firm ovca'porlt'on nunad at such in the Ag trIC11L 1.18. ENGINEER's Comufranf—A peMn. first or c'orpo- ruion having a contract with ENGINEER to furnish services as ENGINEER'S independent professimaal asssciam or Coll, sultxnt with rcs pcct to the Pmkz and who is identified tis sucan in the Supplementary Conditions. 1.19. Field order --A written order inuod by ENGlHE`F ' which orden minor chanter in the Work in L=Ordstt paartaph 93 but which does rot involve Sch'Nre In the Conarw Pticc or the Contract Tunes. 00704-14 1,2D, �rnrrnlRrgwirrr++enrr-Setzions of 1]ivrtaan 1 of the 5pocifteaticxra. 1M1. yaurrdour Wasrr--7Are ten Ha-rdous Wute "I have the meaning provided in Session 1044 of the Sorid Wase Disposal Act (42 u s C Suction 6W3) as amended from time sa time. 1r Laws and Regularlarrt-' Lows ar Regultu'ons--Any and all aPPIkIblc laws. rules, sc°lnttatsons• ordinaneas, eodcs and orders of any and all governmental bodies. agencies, auttsoritica and courts havingiutisdictian. 1,a. Lien, -Lica. dirges. sc a-ky interests or cncum- bmaccs upon anal propcay or persastal Propc"Y. 1,24, Afilrarone. -A prmrapal Brent spceified in the Coo' U= Docuutiates relaik4 to as isuernstdigte eomplrsion date or time prior to Subatanual Completion of 211 the Work. 1?<. Notice ofAxmrd--7*nc written nodcc by OWN ERbto the apparent wcet saa sful bidder dag that uPon compliance the Ippuant successful bidder uAlh the conditions precedent enumewed therein. within the time sPoCified. OWNER will sign and deliver the Agreement. 1.2& ldariceroProceed- Awrincnnotiecgj4mbyO%VNER to i ONTRACMR (with a copy to ENGINEERS fixing the date on which the Conuacl Times will commence to run asst on which CONTRACTOR shall sort to perforrn CONTFAC- TOR`s obliptions under the Contract Documents. 1.27. 6tyNFR.-7i1e public body or authority. corpora- tion, association. firm or person with whom CONTRACTOR mus enured into the Afreement and far whom the Work is to be provided. 1-28. Pasriai iJriiiutrion-Vse by OWNER of a suba2ru Bally completed pan of the Work far the purpose for which it is intended lir a related purp=) prior to Substantial CompleiiOn of all the Work. 1.29. PCB's. -Polychlorinated biphenyls. 130. Permlerrm-Pcttrslcum, including crude oil or any fraction thereof which is liquid at standard condidons of sempe ature and prewar (60 degrees Fahrenheit and 14.7 pounds per square inch absolute). such as oil, petroleum. fuel ail, o7 sludgy o1 refuse. txtoline. kesvrxM. andoil mixed with other noo-Hazardow Wastes and pude ails. t J 1. Projrcr--The total eanittuction of whish the Work to be provided under the Conu= Document' may be the whole. or a part as indicated eisewhcm in the Cornmct Documents. 132. Radioeerire Matcrinl-Source, sttce al nuclear. or by product maaerisl a defined by the Atonic Emsty Act of 14,41 142 USC Section 2011 cc seq.% as arncrAcd from tune to ti rte . F 1.33. Reddest Projres Reprraentativr- The authorized rcprescntauve of ENGINEER who maybe assigscd to the site or army put thereof. 1.34. Samples—Physicaieasmpl-OfMaterial s.equisment. ar workrnmuhip that ars rqx--Udre Of tome paraion of the Work and wiieh cstabl-tsh the standards by which such portion of the Work will be judgcd. 1. 135, Shap Drawityri—All drawints, diagrasm. illusua- tion,. schcdulcs and other data or infortmtion w$tich arc specaflcally pmepamd or asscmblod by or for CONTF.NCii3R and submitted by COIR to illustrate same portae% of the work.. 13er Speca=iortr-'chose pvruans of the Contract Doe- urrtetrxt oonsisting of written tt desa iptiom of Mated- a1s, equiperwmL caasuvat'sast system. stusdardsand worknws - ship as applied to the Work and ccrZaur asimistisnati>ne derails applicable ftmw. 1.37. S+aixonfrocror-An usdividtud. firm or corpasatian having a direct Contract with C0 NTRA=R or with any other Subconttactcu for the pctfatmancx of a put of the Waris at the site. 1.39, Substaluittl Compferioll--Thc'r'+'otk car I specified part thena0 has pressed to time point where, in the opitvat of ENGINEER m rvidettccd by ENGINEER's dcfsnitive cerd(tcate of Substantia] Cemptetion, it is SdEcicntly ccm- pletc. in acs_-otdance with tits Conu= Documenu. so than the Work tar sperifrcd part] can W ttbUed for the Pusposea foe which it is inscndcd: or if no such certifisste is issued. when the Work is eornpletc and ready for ftrW payment as evidenced by ET OWEEER's written tecornrncndation of final payment in aeccrd2wc with paragraph 14.13. The touts .'sutrs'tustWly complete,, and ,Lubs=tWty completed" Is applied to ctrl or part of the Work refer to Substantia! Completion thereof. 1.39. Suppfemensary Condhions--Thew, of the Contract Documents which Amends a supplcmcstts these Gc=M Con- ditions. 1.44?, Supplier --A manufacturer. fabrseaiar. suppliar, dis- tributor. rnaterialnun or vcndar having a directs contract wid' CONTRACTOR or with any Subcontsactnr to furnish nutcri- at$ or equiprnent to be incotporatW in the Work by MN- TR/hMR or any �SubcMtractt.r. 1.41. UnderltruundF=Wries—Aftpipdirscs•carsduits.dtui3. cables. wires. manholes. vaults. tanks, tunnels of other such facilities a aluchmrnts. *send any encasemcnts cant"n'ng wu. faralitres whiter have been installled underpvund to furnish any of the following s ces or mucrWS.' elecuiotY. Fps•sur!sn* liquid pctroicum p ueu. telephone or other Cam tions. cable teicvWan. aev:age and drais+agc rcmaval. traifse or 4 othcr control syateats or water. 1,411. Univ Price 1►arL--'Work to be p=ad for on the basis of tonic, pries. 007DO-T5 • 40 i 0 l.u. ttbrlr—The "dm c.,*.td —W-=10nor the var- ious tepusidy idomtiliabie Pam tfsereof required to be fur- nished under tate Conum • Waris hsclrsdes and is ft mot of perf+oerning or furrtlshW4 labor acrd futtasliiat Snd i auscrials and equipeom into the comMuCtiOn- and Pcm( mi s or furnishing 65r ow Sed Furnisiein{ doeu- menu. Sit ss required by the Conu'ut Doa� 1.44. iirurk Chmgt D+recrlr" winters dirmoa've to CON- TRApR. issued Oct ar after the Elteetivn Date a' the Apastseat arW sued by OWNFR and tvmrnatended by ENGINEM ordcrint ass addkion. ddcdaa Or revision is the Work. or respondkV to dRTeriM or udfommm Physical COMIC' -W, wtrish U. Wbrk is to bePesfr kl ,nMmV6M. A n2or4 Vkgk Change Mrocsxim will not W the Pnfe or the Cotttraes'l iters. lin is "do= rhes the pard" tha the edtante ditsacaed or d� by tine wtll be kmorporarsd In h � kmed�Ch W Order fonowh4 oes:0 tztians y »' m any. as the Cam= Price or CslatractTitrtes as provided paragraph 10.2. 1.45. Wrirren A-matment—A written ANIC04"W"s of tfse Const+,Docoatenu.sipud'byOWNER andC NT 7MR On or aft*r the Fgecd,,c Due of the Agreement" e dealtnt with the naetesrpneerint Hy or nontechnical rather than suicr5y txnc Uuctimrrelued of she Contrux i)araw menta. A'RMLE 2—PREUMMARY MATTERS D Urcr7 of DONAU 2_1. When CONTRACTOR deli the czecuLed deli pt a mens to OWNER. CONTRACTO R : dl be to OWNER such Sonde as CONTRACTOR furnish in aocerda with puagraph 5.1. Copin of nocusrcnrr. 2 OWNER shall furnish to CoNrRACiOR up 10 ten copies (untess otherwise specified in the SupPtcroentary Car* didoml of the Contract DOCumonu Sat sue reasonably neecs- swyr for the CXceution of the Wank. Additional espies writ be hmlished.. upon mquest. atthe sou of reproduction. t:.wa= Times comunepce to nut Ism than the sixrneth day alar thcdayof aid opestingo+r the thirdeth day dturthe Edemra Dale of the A¢reMcm WWChCVer dacO is eUGM Sim bq dee Wa* 2.4. ,COMIV CTOR Shall start to perform the Work on the date M4= the Conw=Tunes cornraertee to run. but no Wank draft be done st tf►e site prior to the date a n which the Contract Timis coounc= to run. - Cr++easraonwcnr of CaxU"a Tyner: Moder w troessd:- 2.3. Tne Corarsn[ Tunes ewiq canvrraru to nen i7tt the tltini esh day after the ER'eetrve Lyase of the Ag—nent. or. if a Noeke to Ptis tt an rfse day in um Mourne eo Prooec+d A Nonce to PrOumd MAY be tin u any time within ehirty -lays alar the Effo=ve Dau of rhe A» irnt. hr no cvtft wig the d'fore saws Canmruer+euc: ls. E Bore undcrmkwg each pm of the hall Wtlroe Contract dL CON- TRACTOR scarefully SmIdy and �€� Doe,,Mu and check and VU* wmmm dzu-s IN m thrroaa arse aR appr sUc field aseastaeawum TOR atdf pmapdY report in wnianS to EN(3[ 1EER• any eon 5= earns ambiytrity of dbwmpa=y wiskh CONTRAC- TOR tray discowx Mi stex abeam a writtrst darsata ffoc front by however: CprjNEER m SW not be -WM SAY W4xY atfe><tcd tlictebY; liable to Owm or ENGINEER for faiture to repast any e5aesllitx ermr. Smbiguity or c5scssVan-Y in the t;94trae l Doc' tunents. unless CONTRACTOR knew or rcasanably should have known thereof. 6. Within ten days after ths'Flf=dve Due of the Aper mems tuaiessothes A. Waned in theCretseral Requirunetttlh CONTRACTOR shaA subrait w ENGINEER for r 16.1. a preliminary pmpess schedule indica in Zhe times (numbers of drys or dated for snrtsnf and tompterinL the various stages of the Work. indudint a Y Milestones specified in the Conrracl Deicxtmanu: _62. a preliminary, schedule of Shop Drawing and Sun pie submioals which +vtis'list each tequurad submical and the times for submitting- reviewing and processing such submSt W-. 63. a pretiminary schedule of ++lues for all of th Work which will include quantities and prices of item agXrCPdsyf the Contrace price and will subdivide she War into component pa m in sufficient dv3A to serve to the bas for prom mne paynts during oanstrvctian. Such priers ll' include an appropriate unounr of ave[hend arA profit app, cable co ea j, item or work - 7, gcfarcany Work at tfee sire :.carted CONTRA CTO and OWNER shall each deliver to the nth n each addidana! imrcd uidandAcd in the SuPP< eidw, ccRifraales of insurance C end other t td* of ir,$u r► whish either of them or any additional insured "Y r requextt which CONTRACTOR and OW+fF-It, respccd required to purraiasc aril mainWn in amardame with PL Vwys S.A. 5.6 arut 5.7. Pero^ Canjerrrr�r: Z.$. Within twiny days '[— rhe Ce l "' Tirrrea start run.. bul before any Work ■t the site is starers!• S cmderer 00700-16 CI 40 4& utendod by CONfRACMR. ENGINEER Ind Others as IV prupdatc will be held to establish a working undcrstInding aRsong the ponce as to the Work and to d4cuss the schedules refused to in parts -ph 2-8. procrdures for hindlin; Shop DIvrirRjA and other submittals.. processing Applitatiot s for payment and maintaining required records. jakiaUy A—P"— a Snc-drric'rr 2.9. Unless otherwise provided in the COW= Docv- mcnts. Irl least un days before submission of the first Applies' tion for Payment s c-wfu'enee attcnAcd by CON RACTOIL ENGINEER and othcts as appropriate will be held to rc ' for aotseptaSlity to ENGINEER as provided below he sdwd- ides submitxud in aeairdall= with Paragraph 1 TGR 1W have sn additkKW tett days W snake coat Mk nt and adjuau lents and to taampicw srsd resubmit Ute sdsoduleL No lMFut prayrmot %hail be made to CONTRACTOR until the schedule$ stye submincd to and acccptatale to ENGINEER ser provided below. The prop'ess schaduk will be acctpraNe to ENGINEER sus providing an Ordeaiy yropression of the Wart to completion within any specified MRestoncs and the Contract Times. but such acceptance will neither impose on ENGI- NEER resporimbility for the sequencint, schcdulin9 arpn0Tress of the Wort: nor interfere with or reiievc CONT AC['ORfrom CONTRACTOR�s full respvnst'bidi[y tl,Mt for. CONf7thC"fOR's sduedule of Shop Drawling and Sample smbmissions will be a=eprabic to ENGINEER as providing x waricahie aaaakee` inert. for reviewing and processint tite requited submitnk. CONTR MR's schedule of values will be acttptable to ENGINEER as to form and subsxa_ncc. ARTICLE : —CONTRACT DOCUMENTS: INTENT. AMENDING. REUSE lnunrt ),I. The Contract Doctmcnts comprise the eriirc xzree- rnent between OWNER and COIR ccnca-ung the. Work The Contrart Documents are : omplcmcntarv: what is railed for by one is as binding as if called for by At. The Contract 13octrrncnu writ be construed in atocordance with the Live of Elie place of the project. cations and interpretations or the Contract Documents shall be issued by ENGINEER as provided in psraMph 3.4. 3.3. JRr�crvncc m SrareWxtr ■aSpc4li=dow of i'"AmLnd Sociede Re" -Ring and Rewirins niscre cicx 3a.1. Refcrenectostandastix.speeifieations.martuafsar codes Qi any technical zOdeay. CVFartization or asso4axion. or to the i rtws ar Repslati Ons of any goverssrrtentad atnharity. whether such mfcr=cc be specific or byimOicaasan. shall mean the latest standard. speciftmtion. tnaruuil. code or Daws or Rcl-utations in cffea at tete time of apening Of $ids tor. on the ERccdve Date of the Apvc=rtt if there were tl0 Bidst, cxcepl As may be otherwise spedfinitr stated in the Contract Documents. 33.2.If. durin; the perfOmssrtee of the Work.. or TRACTOR discovers any conhics. emar. ambiguicy crcpanc%- within the 'Contract Dotrurtcncs or bctwom.thc . . Contract Documents and any prevision Of Arty such'Aw or Rcgulauon apolicabic to the pr rfonnarsce of the WoeK or of any such surtdard. specification. -manual or code or instruction or any Supplier reresrcd to in parattraPh 43. CONTRACTOR shall report it to ENGINEERin the Work at once. and. CONTRACTOR shall not ptroccad aitchthe W by affected tncrcby texcept in &n.crnagertcy � paragraph bib unu7 in amendment or suppluncnt to the Contrect poeurrtents has bean issued by one of the meshed$ indicated in pu-j o h 33 or 3.4: provided. however. that CONTRACTOR shall not pc liable to OWNER or ENGI- NEER for faiiurc to rcpon any such conflict. error. amblgu- itv or discRpan cy unless CONTRAC'T'OR kne W or =10 ft' ably should have known thereo(. 3,3=. Except as otherwise specifrraelly stated in the. Cantr.Let Documents or as may be provided by amendment or suppicment thcrcto issued by one of the mctha.ds indi- ra.tcd in paragraph 3.S or 3.5. the provisions of the Canrrart Do,-untcnts shall take prtcedence in betwctnl n an irons of COnftirL error, ambiguity or discrepancy the Contract Documents and: 3Z. It is the intense ref the Contract Documents to dcscnlae a funcuotsatly oOmvicte Ptvject for pan thereon to be con- structcd in accordance with the Contract Documents. Any Work. rruimi-ials or equipment that nay rcasotubiy Fac infermd from the Corluact Doetumcnts or from prcvuliou eunom or trade use " being require d to produce the intetdcd resull I will W furnished and performed "ether or not specifitllly called for. Where worsis or phrascs "ch have a well- known I tcfhnk=J or eonsuucdon indu.suy ortrade mc3nin; are used to I describe Work- fiWcrWil or equipment. such words orphraws shill be interpreted in astxsisncc wittl tent mraninp Clarih- 3.3�3.I_ the pr'ovis'ions of any such standard. SK'6' hcauen. mensal. code or instruction twilether or not specifically incorporated by reference in the Contract Documental: or 3.3.3 the provisions Of env such I. wS or Rego• tations sppik2blc to the perfomur.^_e or rr . Work tunlcss such an int, iprcution of the p,,visions or the Contract Documents would result in violation of such Ialw or Refutation). No rroviston of any such standard. spc6ftntion" mamssl. code or rnstruciron shatliae effective taettange the duties and rcsponsibitit esofOWNER-COIRorENGINEER• or Inv ar their subcontractors. crnuuttants. uocum • or err. ployc'es from those act north in the Camract Documents. nor shall it be cffccrivc to assign res t]wNM ENCHN anr.. Inv or ENGIN££R`%Cortsultants. +mans" or tmPl ovccs duty or aurhonly to supervise or direct the furnishing or nnlon-17 do 40 40 pcjfof the Worst a any duty 0 suEhority to under- take responsibility incimliment with the pmVis'iatts of Pars- Vuh 9.13 or any other rovision of the Contract Docu- menu. 3.4. Whenever in she Contract document$ the terms -as ordered:'' -as directed:' ]'as rerquircd:' "as anowtdt "as appr"cd" or terms or like deet or import are u$ed. or the adjorctives"irawrsablc: •.•su le a..a� "prop" . Or ~suidecuiry' or adjectives of tike effect or import are used to describe a requirement direction, review or M9- ment of FNGINEER as to the Work. it is intended thax such req uircment. dirccion. review or judgment will be solely to evalusu. in general. the geompleted Work for compliaesce with the requirements of and information in the Contract Documents and confarmaail" with the design con[cpt of the completed Project as a functioning whole as shown or indicaued in the Contract Documents tuniess there is a gperafie st teRietst indica6til othcrwisel. The use of any Such term or adlccuvc Shall not be cft'ectsve to assign, tO ENGI- NEER any duty or authority to supervise Or direct the furnishing or performance of the Wotk or any duty or authority to undertake responsibility monetary to the provi- sions or parzgraph 9.13 or any other provision or the Contract Documents. .tnrsndinr rana"Sry+ptcmef Conancr Doc" 3S. -the Contract Documents may be amended to provide for additions, ddedons and revisions in the Work or to modifv the Sentra and Conditions theteorin one er mssrc of the following Ways: 3.S,V, a formal Wrinen Amendment. 3-5?. a Chanite Order tpttrsuant to paragraph 10.41, or 3,5.3, a Work Change Dirc3cdve tpurstaans to paragraph toll. 3.6. in srididon. the requiresrtents of Ute Contract Docs menu may be supplemented. and minor vuil"ons and devia- tion in the Work may be uithorircrl. in one or more or the roltowing vrayv 3.6.1. a Field Ordcr tpur%wMt to para€raph 9..51. 3.6? ENGINEER -s appruval or a Shop Dewing Or Sarnpke 1pursuarit to pan-�raplts 6.26 and 6.371. or 3.63. ENGINEER's -rittcn inecrprtution or cuhhca- tirrn (pursuant to paragraph 9.41. ltrurr of Dccupuy r: of the Drawings. Spoeff—tions or other documents for topic$ of any, thercOn prepared by or bearing the scat or ENGINEER or ENGIMEER's Consulwa. and Sul shill not reuse any or such [kawittgs. SpedficaLkasu. other documents or Copies On eatetuiOns et the Project or nay OtherprOjet:t without mitten consent of OWNER andENGINEER spedfic written verification orsdapLkm by CONTR.ACMFL and any Sutxcuttracaor or 5+sppliar or odtetprsonororpnisarion performing or fwnishin$ any of the Work order a direct or indirect canuact with OWNER ['rt Stall not hays or acquire any title to or avrncrs* rights in an - ARTICLE A—AVAiLABILM 'CIF LANDS. SUBSURFACE AND PHYSICAL. CONDMONS: REFERENCE POitM .tom OA -Id= ;,1, OWNER shall furnish.. as indicated in the Contnia Docsnrrcrlm. the hods upon which the vi< is to be PcVFxmcd- rijbts4-way and eaLWZV= for auras thereto. rind stud odser• lands which are deAgnaijod for the use of CONT'RACMR. Upon resemble wri[ten request. OWNER shall futnilh CON- TRALMR with a exxx= SMiC stent Of record kO tido and legal deferiptian Or the lands upon which the'Work is to be performed and OWNER'$ intcrat dWtin as nexcssary for giving notirx of or filing a mechanics lien against such Isnds in ,,vrd:tt= with applitabie Laws and Regulations. OWNER shout identify atsy enctuttlxatter=s or remictio- not of ,general application but spcciftcallY -tared to use orlantIs so furnished with which CONT ACTOR vols have w comply in Performing Elle War%.. Easemcnts-for peraanent arucus res a perm mot changes in cxMng (said= will be obtained and paid for by OWNER. unless other vise provided in the Contsacx Docu- menu. If CONCRAMR and O WN ER ase unable to agree or enuticmcnt to a ehc amount or extent of any adjusunenis in the Contract Price a the Contract Times ss a result a any delay it OWN ER's furnishing these lands. rigists•vf-wav Or casements CC)NTRAClt7R may make a slsirn therefor as provided it Articiel 11 and jr. CON'TRACOR shall provide for irr addidorul Ian& and W=s thereto that may be required fa tempaarr comauCtion facilities or storage of mxtc:iats an equipment. 4.2. Subnuf— and phx i -I Condu;ans: 4.2.1. Reporrt and Drawings: Referer!cc is made. to rt Supplc,T,nur Condition for idrrttihtariOn Of: Subsurface Coa&iianr: Those rsports.or exo rasions and tests of subsurface ctittditions u or cantigtrouf tlae site that have been utilized by ENGINFER in prepari the Conu-x:x Documcnu' and f'hyricnlCond;tiers:Thosedra''+"nFacr+'hgsvt ��Y.�ur' conditiGns in ar rcULtriL', to exist ng ludace orllndetubiw .l strlACtnrC3 k or rantrguou3 to the IreC tCXrW t Fu:iIitiesI thu have be= utilacd by ENG114EEFL in P -P in% the Caruract Docij icnts. 00700 -18 do 410 G-1 40 4?L, f imbed Reliance fry CONTRAClt7R Aurhartred: Technical Data: CO1 TV-"�R may rely upon the lesteral acal acy of the "technical data coculncd in such reports and drzwings. but mash reports and drawings are nit Contract Aacttrrents. Such " technk:&! data- is identified in the Supple• mentuy Conditions. Except for such trliartce an such ^tcch- nieai dare:' CONTPAC70R may not rely upon or make any cla M against owNER. ENGINEER or any of ENGINEER's Consulu.nts with respect to: 4.1-1-1. the completeness of such rcpotu and drawings for CONTPj\cmR-s Purpo=. includinr- but not limited to. any Asp,,Ts of the frtcitn, methods. imbnjqucs. %4- queacros and procedures of construction to be cm*b}' C014TRACMR and safety ptmcauuons and prop -am lm- dent there W. or 4 other data.. intcrprctations. opin'nats and infer- mati.on conuinesd in reale Mons or shown or indicated in such drawing3. ar 4Z -g-3. any CON-('R.ALMR intcrpmatian of or ww-Iu- sson drawn from any-leehtucal data" or any such data. insespnetsLions. opinions or into an"ion. 4-2.3. Notice of Djering Subsurface or Phvstcal Condia cions: Ir CONTRACIOR belicvcs that any subsurface or physical condition at or ccndPious to tine site that is uncovered or revealed eithet- 4?-3.1. is of such a mature U to establish that any "technical data" on which Cf3NTRACMR is entitled to rely as provided in paragraphs 4.2.1 and 4-I) is materially jnaccura.tu. or 4x3.1 is of suets It nature as to require a dwtge in the Cow= Documents. or 4.2.33, differs materially from that shown or indicated in the Contract Documents. or 4Z3,4, is of an unusual nature. and differs materially from conditions ordinarily encountered and generally reaag- niud u inherent in work of the character' provided for in the Conu-Ant Documents: then CONTRACTOR Stull. promptly efacrbecoming aware dxreof and before further disturbing conditions alTcctcd thereby of performing any Work in connection therewith teaecpt in an emergency as permitted by paragraph 6'.31. notify O'W'NER and ENGINEER in writing about such condifibmCONTRAC- TOR shall not further diswrb such conditions of perform any work in conwx:don therowith Icxccpt as afotmsaidt until re- cei,pt of "tu:n order to do so. A.2.5. Fumble Contracr Docwnenrs Change. If ENGI• 1J{{EFR eoncludcs unit a dwp in the Cent= Document, is required as a .colt of a condition that meets one or more of the cuegarics in paragraph 421.. a Work Change Directive: or a Change Omer will be iuuod as provided in Article 14 to reflect .and document the consaquet'tces of such change. 4.2-4. ENGINEER's Review: ENGINEER wilt pfornptlr review the pesuncia eot►d+'tions. determine the necessity or OWNER's obtaining addidorW expWratran or tests wish re• spcct tracrmao and advise OWNER in writirtg iwith a copy to CONT®Fel of ENGINEER'% fndings and conclusions. j.3.6 PorribIf Price and Times Adiustmeras: An eguitablc adiusantent in tits Constar Price or in she Contract Times. ar both. wr71 be allowed to the extent that the exii"noe Of sash uneovered or revealed condition causes an increasc or de- crease in CONTRACTOR'S Sou of. or rime mquirrd for Performance of. the Work: subject. however. to the followhir, 42.6.1. such condition must meet any one ortnore of ahs categorises dcsen'bcd in paragraphs -1,L3.1 through 4.2.3.4. ntclusivc: 43_6.1 a change in elle Con --A Documents pursuant W paratinph 4 jj an'il not be an automatic authorization of nor a condition precedent to ent'sdement to any such ad iustmc= 41.U. *vs'ih respect to Work that is paid for on a knit Prtee Basis. Inv adiusurrecu in Contract Price welt be subject to dee provisions of pm--aphs 9.1U and 11.9: god 4.16.4. CONTRACI.CIR shall not be cndticd to any adjusemeat in the Contract Pl-icc or Times IF- 4.16.4-1. f:4?6.4.1. CO TitAMR knew or rhe existence or such conditions at the time CQt� SRR mad convniuntrtt to OWNER in resttect Contract limes by the subn=ion of a hid or becoming bound under a ncVtiastd conuact: or 4.:.6.4-1. the existence of such condition could ren- sonahly have been di covered or revealed as a result of any c=Minaaion, investigation. exploration. test or study of the site and contiguous areas required by the Bidding Requirements or Conn= Documents to be conducted by or for CON3'ICAMR prior to CONTRA.CTOR'S making such final commitmcnt: or 4,2-6.4-3. CONiTLAC'fi)R faired eo gave the written notice within the time and as rcqurrod by pua@x'-'Ph 4.2-3. If ()wNER and CONTRACTOR are unable to spec on entitlement to or u to t',e amount or lcttgth of any such equitable adjustment in the Contract Nee 0 C0ntrut Tunes. ■ claim may be made therefor as provided in Articles 1 I arta 12 - However. OWNER- "_However.OWNER- ENGINEER and ENGINEER'$ Corutrtt- ants shall nos be table to CONTRACTOR for any R� ens. cosu.losscs ordam3gcs su&Wneed by Co NTgACT r in conncc6on with any other project or anticipated project. 4.3. rAriica Gr+n-UC�nAj--U drrfr Wad Fes: 4.3.t. S'Rm.w ar inaGcatrd: "rite itaftrrtstslic7raind arra s1w+Mrt or indica" in the C.onssamt Doc—t1 -net rests le is bz-d 00 Undtrprxuvh Facilities at or mruigarws to the ti 007170-19 t/ C-] 40 40 infarmuicr+ acrd data furrid od to OWNER or ENGINEER by mwt�xa of sarcth Utxlc Facilities or by aticxs. Uiakss it isodwrMaeeaprmsly mthe SuPPktsnovYCoitiotu: 4.9.1.1. OWFiER axhd E1,IGINF.F.R shall not be rupon- arlalafar the aecura Os complctc ncu of any such infarma- tion or data: and r 43.1-2. lite cast of &I1 of alta fallavitn6 will be irr_ksded in rite Craters s Price IM CONTRA=R shalt franc M rapat- stY fryfti rnie+vu>g and eFraeirittgr inrtorstnaiott and caied dam (M lot-.tt*I all U �alrnes atwwn a ir>r iCooma amu• ['n iastats I OOnr=wiwOfdxVkVk with Vie ownenof exit UrKkrgxud iIDT60 duringconsauctim and Ov) the sarctY urdlnilitic$ 13 provided in.p ort of an tudr Unidow-und d paragmph 6M SM repairing any the 43 Ht'r Sria+vr+ arindiear+rd if an Urlda�tamd F*'Y is unc�ovesnd or rcvralrai as. or taorttigiaotu to the slue whidt suss not shown or fn� in the Cts Documents. CON - IT -AMR shad. promptly after bocnlning awatc thcteof ttrsd before fusrher di=rbin8 conditions affectori thereby or per. formdrtg uY V&rk in conneexion atemwith lcacept in aft emrrym�Y as mqWzTA by p h 6.23L idaaify the owner of such Und r,=nd Facility alai gi c'tk= notice to that owner and to OWNER and E1QGf�Py ENGINEER writ promprly revic,w the Un =Zmu.nd and determine the ,extent. if any, to wtach a dtaagc is rsgultzxl -tit the Contract Doaimcnu to trfkct and docutneot the consequences of the seise= of the Undarxotrtld •acaltty. if ENGINEER enn- dudes that a chanv in the C041ts70 tau is rcguired. a Wars: Change Dir ---6- or a Ch=p Order va-U be issued as pro,ided in Article 14 to ml1--- and doettrncnt such cons: cru cis Uuing such time, CONT CMR shall be res Paw sibic fat the safety and prmcaion of etch Undtground Facility as provided 41 parsigmPh 6-M. COI fjT kC MR shaA be &I- an an inert se in the Cnnw= price or an cx=ton of the hvrablc co==Ttrncs. or both. to the earent that they are to the cxivur_e or anyUnderuourid FzalitY that was not shown or hub aced in the COnaAm t7ocusnenu anti that CON TRAMR did not krtrrw of etas could not rasottsirly have bc&n expc�:,d to be awes of Or to have, anticipated, if OWNER and CON TR/4C'tC7R are uttabie to atsec on entitle- rrrcrn to or the amount or length of any such adjusoncnt in Ccnrract Fricc or Conrracr Times. CONTRA=R MIY make a cNim thcrdar as provided in Anicicx I I and t?. 1-10'"cr. OWNER. ENGINEER and ENGINEM% Consultants shall not be liahte to CONTRACTOR for any ctailnt. =ts- losses or dmmt,= incurred or sun-zincd by COK RJU-' P on Or in connection with any Other project or anddrxitai project. Rif J"rira: without the priorwrirtcn apprtaeal Or oWHER CgmT.AC- TOR Shall report to ENGINEER wb� y of point is lost or datroyed mquh- oceezury chutIcs in pales or local ns. and shad be rsapcw aible or the taesatate r ,plaocisimor rdoc salon of such refer- cncc poinu by Pr&eM6OtWIY qua11W pasonr►d. 4.4. OWNER shall provide enrinccriny sur,cys to csrib- lesh rderencc points ror coiuuucuon +hi fi in ENGiTIEER's judpTkcnt are necessary to crtab c Cog-rit AMR to ptoeted .,merit tate Work. COFCt'i ACMR shall be respaonsitrlc for taytnt OUt the Vhxk. shall Pry and preSer,^c I ettaht tthed rcfcrcr" poinu and shall make rsO chantes or relocation" 4.5• AsheKOF- PCB& > � Uz"WrIOUS Wane or Ratio- stre Msrarial: _ 4.5.1. OWNER shall be res;pO Nc f� Mat Asb—. PCtis. pWtktttn. Hlnrdxxu WaSEC CC uncovered or rrvcaW At the rise which was not Oka" or irtdicu&d in Drawings or Spcafxarionz or idenddtod In the Canuu t Datamtenrs to be within the geeipcof the Watk and which my present sttlnusami3 duVwto Pim OrPly exptmd then= in coorwerion with the VAMC It the tr= OWNER shall not be sok far MY rarest trtatrsrsk brought to etre site by CO TRM=R. S++t7pp0U*cLW, Suppli- era or tnyt>the case for wh= C'ONTPA=R is r=P—RAe. 4.5-2. CONT"=R aha11 immcdau - 0 stop a9 Work in =,nicesion with such harnrdous Cooditsan ami in env area affected dtcrebY faxeept its ae � &t d cruised by paraCt'+Fh 6�. L &tui iit7 �Y ENGINEER coarwin in OWNF,R than promptly c onsiv INMCO— ing the nexesslry for OWNER to hitt a gtusliflcd "PM to coal uue such haaudous c emidition or take O—ecd- 246— idany. co N ACTUR sha11 cwt be t eq* -4 tar tau work in connection with nth haaudOhu eoadidoa or in any such sCfeetcd aura until afar OWNER has obtained any rMited pcm-tits misted thcmw and delivered W COIR specsal wrk= notice: {} spccifying this. such eottdidoa ruhtl any afreaed arca is Or has been tcndered We for the underti i of Work or Ch1 y be r saP� OWNER under NT such Work tnay as to entitkMnt to or the and CtaTITRAt'TUR'rannot agsce amount or extent of an adjustmetiL if any, in COno-acs Pn cc or Contract Times as a result of ratc3h Work stbpP4cr ouchcc %P� CoMitions under which Work is *-IVVM b claim TRACTOR to be resumed. either putt' MY thacfor as provided in Articles I I and 17- 4-s.3. if aftcr receipt Or such sP-mW wrinen notice CONiRJtMR docs not ages to rc3ume strep Wotk bascd on a rcasorable belief it is unsarc. or docs not agrre to resume such Work under such spccW cctrsdtuons. then OWNER rnsY order tueh Portion or the W:•:' that it its canncctian 3vith such ttaz+rdotu condition or in such 'a' fectrd ca to be deleted from the Work. 1f OWNER BM arca CONTR.+�L'7�1'R L.Mnot � as to Vat ftlemrnt to or the amount or ractent of an sdjustrncstt- if any. in Contrsa Prioc or Contract Tjmea as a result of deleting such poraan of the Worst. tlicn cinccr PautY rnsY ratite a claim such provided in Articles 11 and 12. b OWNER's ove.; dented rwrtior of the Work pCr forces or others in accord.snee with Article 7. AAA, To the N11"t "'Olt P_rnptted by L_jvrs artd Ret• utuions.OWNER sisals indcsnray taxi holdEh C'DNv TRACTOR. Subwntractnrx. ENGINEM 00700-20 i i Ell 4M Consulusnts a.nd the Oft=. directors. crnployr aFenu. otlser comultartu and subesrotrauors of each and any of them from and alminit 10 sails emu. losses &M dams es raising: out of or rs.Wting from such ha=rden' condition. phi OF any such mm, aicost, loss or damage is ,w-butsbie to bodily i>l;*M. . dixeme or death. ar td injury to or destmcdon of tatWible property (other than the "rk hick['. lnciudint the loss of use 4su4ushal ob1'tgale ,adLt) r4adM in this sublaunrl sh pSVNER to indemnify scary per'so'n or entity from and against the consulucnees of that person's or entity's own nctli- F am. 4.5.5. The provisions of pvMnphs 4•2 and 4.7 are not intended to apply to Asbcstas. PC81. Petroleum. Haurdout oto or Radioat td_ hiaserW uncovered or re-reafcd at the site. ctynnpsnics that are duly licensed or author4Ad in the yttria- diction in which the Prayed is locoed to issue Bonds or { insurance policies for the limits and coverages to required.. Such surc%v and irtmr&f= cxatttpuulies shall also meet such additional fequiretr cn, turd guedkasiotu as [nay be pnr vided in the Supplrmerttary Conditions. 5.7IM. CONTRACTOR Ghali deliver to OWNER. ++nth. copies go each a4ditional Wv=r4 identified in rhe Suppte. mentary CorklitioM c«siftettcx of masa, nce Land other evidence of insuranoc requested by OWNER or any other additional insured, v44ch CONT7.AFOR is regtrhed to purehasc and maintain in secosdance with pan4raph 5.4 - OWNER shaft detinet- to ODNTRACMEL with copies to etch additional i sums d idcnti" in the Supplemcntat Condition, certificates of insuranoc (and other evidence of insurance requested by CON7MACfOR or any other id& tional insureds which;DWNER is r ircd to pvtcluse and nwinWrt in aecondar= with pa>aFsaphs 5.6 and 5.7 hercof. ARTICLE 5 --BONDS AND INSURANCE Cp1VTR+tG7Y'lit'1 IjIL6Wq '+'Saar": p}�arrtmue. h7m &%d OdserButtds: 5.1. CONTpj4=R "I furnish performance and Pay- ment Bonds. each in an amount air least equal to the Contra price as security for the faithful pfonruncc and payment of all CONTRAf 1OR% obligations under the Conuact Dacu- meats, These Bonds shaft rastain in effect at least until one year after the date whrn final Paymentbboa=ns rthe iCantra 5 provided otherwtsc by laws or l also Furnish such other Documents. CONTRACTOR Bonds ss arequired by the Suppiemm rc ury Conditions. All gond: shall be in the forst prescnlsed by the Contract Docu- ments excrpu 8.s provided otherwise by Laws or ltcguiatiotu. and skull be executed by &tach sureties m"s are [tamed in the current list of "Comps Holding Cerlificaacs of Aotharity as AcccDtablc Sureties on 'Federal Bonds and as Aeccptablc Rcinsuring+C ompanles- as published in Circular 570 iuncnded, by the Audit SLUT. Bu=u of GOY"nmcnt Financial Opera• tions. U.S. Treasury Deparuncat- All Bands sirmd by an agent must be aerornpanicd by a certified copy of such;-gent"s authority to act. 5: if the surely an any 13ond funfthed by CONTRAC- -MR is dccbmd a bankruptorbecomes insolvent or its right to do business is termiNied in any stuc where any pan of the proi«x is located nr k ceases to meet the Mquirrmcnts of Pat a,,ph 5.1. CONTRACTOR hail within ten drys thcrraLtcr substitute anather Bond and surety. both of which must be auseptablc to OWNER. S3. 4` Ceram S XM'truss,,, C€rq Of l nrtrxranre: 5.7.1. All 'Bands and insuratwe required by the Contract Documents 10 be purcitxscd a.•nd Mai nuined by 0WNEP or CpNTRA=R t,axll tx otatained from suiriv o; insumnce i 5.4. CON-11L&=R shall purchase and tnaintaun such liability and other insta=cc as is appropriate for the Wort, being performed and furnished and as will provide protect1011 from claims set forth below which ouy arise out of orresult from CONTRAf TOWS perfotamce and furnishing of sti Work and CONTRACTOR•$ other obligations under the Corn - tract Documents. whether it is to be performcd or famished by i CON, LACTOR. any Subcotrtracsor or Supplier. or by nnyonc directly or indirectly employed by any of lbe= to perform or furnish any of the Wort-. or by anyone for whose seas any of them may be liable: 5.4.1. e,ainu under workers comrtsstion• disability benefits and other strrtilar employee benefit scut 5.4 oc claims for damages t�=sc of bodily inJury. cup.atiorul sickness or disease. or death of CONTRAC- TOR': employers: 5.4.3. clainu for damages because of bodily injury. sick- ncsa or diseau, or death of any person ether than CON- TRACPOR s cmployccs: 5.4.4. claims fordw,L;tges insured by cuSlamafy parse["' injury liabilitY covexage which are sustained: til by any person as a result of an offense directly or indircctl R�ortt to the employment of such person by CONTRACT it3 person for any other reason: by any other 5.4,z. claims for da ,Wts.Other than to theWorkrol—'. because of injury to ar dr.struction of tangs thesctiremt wherever located. including loss of use tcsultiar and 5.4.6. Claims for d ''assure of bodily injur L death of any palet or propcny datnace' arising out owner:hip. maintcnsrnoc of Use 0( any —tor vettiK 00"700-2i i C_ -j 40 • required b this P-t-gdapb 5.4 w 'I�e polraes of insurrruae st7 too Y 't`0 Tr sud and maintained shall: be 5.4 7. with trlpaM insutasicc t> quirtd by P 5A.3 thMjh 5.4.6 inclusive. ind de as additioraS b usrods (wbial w any cuctoRary exclusion in rczp= Of Pro a;onsl Si'Ix7Fy?OWNER. ENGI H EM ENGINgCAxw- h, the Condtoons. &M of whets stiull be 1°�d U ffcdsStdpp arc! include cOvcrW for tbt sire O ff4 ju Snstmplo- of an tush sddidgag insureds: oltr.Lrs and etnirfoye:•a j.4.E. include the 1p c paiKrafcs and be writ= for tact Scrs than the liitfiss of Suability prtsrdded in the Supple- at,=x jrY Conduurma or req'uir'ed. by Laws or ReltrLtt ms— whichever h g 5.4.9, include completed mons inxurance: 5.4.1Q. intSude cantnutul 1iablLty itfsurutce etrvainE CONTKAM,O S it kmru ty obligations wider P -Vzphs G 12, 6.16 and 6.31 alfsoto 6.33: 5.4.11. contain a provision or c dw=cnt thu the coverage afforded will not be. =-=died. mameallY ciustyod ar [oaths! refused unnl tkt feast drirty days Phar vno''n notice has bean given to OWNER and CONTRhCTU R and w r�Gh other additional huu fnifof aatuanse hasiwbeen tary Conditions to whom iaxued (arid rite cextificues of pursuant (nstuanoe5 —jlhc by the so pro CONIW=R punt to passgrai r arsac u�yi the VA k at ft site in ft a=unt of the felt int CCU thaw! (sublet[ to deduw7ale amounts Ls may be ptevsdtd in the SUVOCUMMIZ117 C-a"dons or requkied by Laws and Reguluronsl. Mjh kau uue shall; S.G.I. irtcltide the hdcrc= of O EN it EMB Con- `stdw $Iwid any CO ex c M in the sultsnts and 1r►Y attrcr P Cot►ditsotm each o(*t,= is dvcDxd tv have atu i[curable mtrsat and duU be Osfnd as ue iYttaacd or ad dor,d inumcd: vide!; 5.4.12 fc=ain in effact at � until "payment asci ase. ter when COT�R'may be: correct - all tY`crr�1 ing. renwving or rcpL%cfn8 dtfec-6r Work in ecznrdanrc with paraCr h 13.12: and 5.4.m wsth reapca to comtdd d aperadons ins=wlcc anL leas s. uid PAY ioau'attiec eoy�e wr[[trn� afte yrlYtif r=uin in effect far at k,,,.two y (and COtiMACTiOR sW N-hh OWNER and each other additional inatu`ed ideariftcd in the Suppiem=Ly Co" tions to wtwm ■ crstifirase of a t= been 4--" evideancc sa[fsiactotY to OWNER and MY 1ucta ssid160n'1 insuna3 or rarttinuation of such insv=cc at licca! pxymcn[ and ON year thcte2f1erl. OWNER's Ua ' lnar "' 5.5. In 2 4 d,60n "I the im=r&noe requLmd Io tae provided by CONCRACMR und-paraVnaph5.4.OWNER.. u OWNEWs. option us ty p1wcha= sand �� a OWNER*% eupcme OW Iry own liakxl%[y insusxs+ce ss vn�l Vote,;, OWNER n[�alnxe d3,1= which +nay arise from operations ur 'l r the Contract [%�smenu- F-POT71rrpyp1 Lmix: S.G. UnlcS1sate -ire pruvidad in the SUPV--n`a"Y Con- ditiana. C)WNER shall,V(",J_ srdd mais,tain progeny insur S.t> I be writsen on a Hfoidcr"s Rist[ "a11 -rusk" or a�Cn ;,=aof tV CW cashes of ions pO%cy focus that shall at kart pfdude iayursr[ec fax rhy6 i son of darnar to dw. Murk, t bw`idinFs., falser xk Fad Work }n [sans.[ and than inrsutt tiWkA at tmu do forSowbg Peru A- 50=1& t acaded. urr c -.M then "Mar= and nolle $= utsschNCL cuthqwkc CO debris reMO af, deenoGriaa cewsk mad by gdpt=erd of Laws and Rte dam' and such Offia penis as may be specifV=Uy mq yuppie r4nzk y Conditions: 5.U. include expenses incurred in tic pepur of rcpSsee- mat, of any insured pMpcM �" not lemitud to fees and clusve:1 of -Lgiand arctuttsD: 5.6.4. der and cqu'ponca Stared tt the site or as soother ttus cuss aVend w in w6daS by OWin�R ar w beitt>C irgWp(nrasrd m the Wary_ pmvdcd that wac trot have ices[ 'esreluderd in.4ApPi�� truiet'�ls assd�equipar tics for payment reexammctxlcd by ENG114EM sed S.G.S. be trrainWncd in effect until fin'! �� tau unless nth win S by TaAMR asci ENGINEER with tltisty days -harm notice to each oal&r ndditiott'1 itmu—d to whom 1 ccrdfieun inuursrrce has boeu is- u atsd ma®stain such bDt s-' 5.7. OWNER 1h, p� insura= 23 ¢ ' maehisstu OC ncxn>uetdditiotasl > boas or LA— a .J be nxiuired by the Supplea ent2q of OWtf- ResuSsn°ns which .rill in udc the ins CiiNfRACTOSLSubexat^",tomENGINEER ENG1N� Consultants Many oduer persons cr entities idrsscified In Conditions, cath of wham is doc:IV4 to hsv artpimuirable interest and shall be 4c u stn intur+ed d additional incur`& 5.9. hu the pOhtaes of %nsexan m lard tho c�"L� t std otl,ed evida>te (her=() Mquh IQ be ptuchssOd5.6art WNd by OWNER In � with 11°' � . will eonrain s prvvwodt or endorses„ aRardcrl will tart be caricr�ied fN ufunriauy etastfiod refused until at kart trusty days" P W6= wper{ peen en OWNER and CONMAM Bins ;� s a additkmid insured to whom t ocrtif =e v iswcd SM ..ill contain resists pdd� s'fjO1 in tnrap-sph 5.11. 00764--22 • 40 j/ 4D 5.9. OWNER "I Oct be rcaf�ruiblc for Purchasing and aruintaining any ,,,,rny insurance to protect the into SS of C©1,TL1LICWR, Subcantlxtors or athero in the W&r1111t the .stens of any deductible armunts than arc idcndfied In the SuPPlesnensuy Conditions. The risk of joss within such idcn• lifted deductible amount. un'!I be borne by CONTIIAC70R- rubegnuaccerr or other suffering any such lass and if any of ,harm wishes property insur�tsce opverage withinthe i:mhitsaf sucb WrAMty, each may Purchaser and maintain it at the ,uthIsees awn expense. 5,1o. if CONTR/,=R TvAucm in writing that Other special insurartec be included in the PmPerly insurance policies provided under paragaphs 5.6 or 5.7., OWNER "I- if PO ss' - Me. include such insurance, and the cost thereof will be elhulfcd to COIR by appmpriaae Cnuhge Order or �Itittrxt A mt• Hoc to tostumneen ont of the Wolk as the site. OWNER sjtail in "ting advise CO WR whether or not such other• insurance has been Pru OWNER. 5.11, Wainer of RV—: R intend that all S.11,l. OWNEfi and CONTRAL s 5.6 and policies purchased in ssCardance with paragraph 5.7 wall protectOWNm CONTRAMOR. Subcanrraczon. EING1NEm ENGINEER'S Consul =U and all other per. sorts ar entities identified in the Sup plernentary Condidorts to be listed as insure ds or adds OrW insureds in such policies and will provide primary cOvcragc form" losses and dsma&cs caused by the perits covered themby. All such policies shall contain provisions to the effect that in the n.cnt of pavmcnt of any loss or dannatgc the insurers wiR have no rights of neeaycry against any of the insureds or additional insureds ahercussder. OWNER and CoK R waive x11 tights against each other and their ru�vc olisccrs- directors. employees and agents for ail losses and daMIFMI casucd by. arising otrt of or rrsul'Cmg ftOm any of the ptmis covcmd by Such policies and any Other pmpcn-y insuranceapplisa.blc to the Work: and. in addition. waive all such tights against Subeortaamrs. ENGINEER. ENGINEER's C.tmsu and all atihcr per5oru or entities identified in the SuPplcmeR twyConditionstobelistcdasinsuredsoraddidonalins urtds under such pal-irics for losses and dwTn€es so cxuscd• None of the a-b(WC vrain-rs shall extend to the tight thu any 'Pan}" rrtaking such waiver maY lave to the proceeds of insurance hcld by OWNER as truuee or odier wise payabje under any policy so issued. S.1 j " ". bast or dussage m the Cnmplctcd i'rojAa or pan thereof rotated by. arising out of orresultiogfmol fire or other insured Peril Covered by any Prrspeny insurance mtinWm,d on the eOmPlctcd Prvicet or put thereof by OWNER during Partial utilization pursuant to paragraph 0. utcr substantial Completion pursuant to parsgasph 14.6 or aiicr find pa;rtahent pursaaant toPruagsaph 14.13. Any inst5n+r+ee policy maarttaincd by OWNER coveting tnY loss. dermal a or Consequcnisal lost referral era itr lktis paragrhuph 5.11.2 $hull c(mudn PMVt60M to the effea thUln the eveM Of pa,ymcm of any such loss. damage or ransequrn� boss the insurtn ill have no sights of rccOvery al2onst any Of CON' TRAC R.StiPconuacto C -No IN ER.EcmPlOYccs oath-R*sCoo- suitanu and the officer%. d'lge`nEs Of anv of thrm- ft"pt and ApplkUiOn of lrrsurarhec Proceeds 5.12Any insured loss under the policies of insuraneC required b} P Its Ind and S.7 will be aomied with OWNEft OWNER and Trade payable to the st5gtrirri insureds. as their interests may appear, subj ea y for the tto o t menus orany applicable Fn, nPfc clause and of p—FAPh S.13, OWNER shill deposit in a sepxratc actount any mo -Y so received. and shall distribute it in accord ncc'with such dace- ment as the parties in interest may retch. if 110 other "C421 agreement is Trached the damaged Warlc shall be repaired or Tee d• the moneys so received applied on aecotmt thereof and the WOrk and the cost thereof covered by an appTtapria[e Change Order or Wrinen ,Amendment_ 5.1?. OWi'�IER as fiduciary shall have power to adjust and in settle any loss with the iurenwitltinsftftsen days afteTrerthe interest sitsli obreci in writing wer.If stic h ace orloss to OWNirit's cxertase ofthis pa oljicction be made.OWN ER as fiduciary shalt make senSem-e with the insurers in—Ordancc with such ague ctncnt IRSpanics in interest Tray relict. If no such aitreentart among the panics in interest is seachrd- OWNER as fiducn.sy shall adjust and settle the loss with the insurers and. if required in writing by any Party in In WN Cas fiduciwY h duties sal give k�ot>d for the pros P CO+ TRAMR, Subcnntraaan ENGion. OWNER "vc% 1811iEL EN NEFR'a Consultants and the o4ficcrs. directors. ernplovccs and ag us of any of them, for. S.f 12 1. loss due to business Werruption.lass Of use or other ecasequtattial loss estending bevomi direct Phys- " joss ot�darawgc to OWNER'S prvpcny Or the Wore: caused by. asisinll out or or resulting from fire or atncr peril. whether or not insured by OWNER: and Aec,ptance of Bonds and lnrwa=e: fypdan to Rg?(4- 5.1 a. If tither pjAy l0 WHER or t CYNTR aL-MR1 has any ob c:.tion to the coves -Age aryorded by orothcrprovwoasOfthe pands or insurance required to be ptlmhascd and maintained by she other p�Y in aceordznec with Article 5 on the basis of meets, the o:.,--ang non-canfosmaaxe with the Contract tDocu ung v $thin test days Party shall so notify the other pay after rcecipt of the ccnifu-atu for other cvidtnt a requested; rcquiby paragraph =_7.OWNER and CONTRAMR $hal tic}, provide to the other such additional inf'orn ation in t or insurance provided a the other rosy rcasorubly trgt> d either party does not purcluse or mx!nWn all of the $and$ an insurance regamd or such party by the Wntt�ct > $n failure sued, party Shall notifv the other' pan y in writing eof =uclt lure to to purchaie gator to the stun of Che Work_ or of sere e. t -err I" the requited eo+erad ntxinwn prior to any charrpc he other y tr �rsra y Y pre•iudicc to any otIver right or rem. elect to obtain equivalent Bonds or in%uF'mc to prvwh Crest tai other pane's tntcrcsts at the cxpcn$e of the W- who 00700-23 required to protnde such aavessge. ctrl a Charge Order gJtili be iia Esq to adjust the cDnwau Price tcrordingly. S.15. r if OWNER finds it necrsyuy to OuNIPY or Erse a pwt ion of omiqns or the Work prior to SubswAW Ct>rsaOM)Ort of all theWorl, wch sue ar o,=uaw cy —y be ao-rpCnflad in with Paragraph 14. l4 provided ural no tact ate or ocaEparecy shill eommer= before the ww[rra pro+l>d'iag the ps>=y tins== have askrtawlcdgcd note Ehnen( and in w1iting erfectsd any changes in courage rtsxoessrlatad thereby. The insurcn providing the pntperty kmwuwc shill consent by codort:erttent on the poticy or paolicim but the PRK=W kwo- &nce &hili not be cancti lad or Permitted to b-Pde on account of SAY such pausal use cc' Occupancy. ARTICLE b—CONTRACli}R'S RESPONSIBILii M Superriuzan and Suprririurrduu t; 6.1. CONTp s t OR shall supervise. inspect wt d direct the Work wmpctendy and effidently. devoting well MwLion Lhe ew and "plying such skulls No expertise as may be nccesrasy to perforin the Work in ar=rda= with the Cont- uract Oocummm CONTRACTOR drop be sakelg trsponsible far the mcsru. methods. tochrtkques. Scguonces and ptoeedur- of construction. but CONTRACTUR shall not be rrspoasible for the negligence of others in ,ho design 0 $PCcHk=ka 4f a spepftc meats. method. technique. sequence or procedure of construction which is stnown or indica[cd in and exPrculy required by the Ccntraes Documents. CONTRACTOR shall be rcapantible to set: that the conq leted Work comPUM acert- rateiy with the Contract Documents. fe.Z., CONTRACTOR shall keep on the Wont at III tirnes during its progress a CuaEpe=nt resident supetiwendent. who shall not be replaced wiulcut writtm notice to OWNER and ENGINEER exccrn under extraurdinary cirmm un"'. The superintendent will be CON I P IJMR's neprr_scntative u the site and shall have authority to = on behalf of COKTR.AC- TOR. All commmnicxEEiors to the superttttesxicm shall the as binding a if given to CONTRACTOR - Labe . xfwt iah am EgreeFxn+ru 6.3. CONTRA= RsluffProvide comvetc'u•wi-Myqual- Viied pcMnoci to survey. lay out EEM construct the W*(k as required by the Contract DveumcfU . CONTRACTDR shill at all times maintain good discittline and arder u the site. E.xc M L11 atiwwiw required for the tafety or wotoction of pennons or Lhe +Nock or property at the she c ad jacrrtt thereto. and earacpt u otherwitt indicated in the Contract OoetaneeiUL Al Work u the site %boli be pcTformcl duttni rcgulary orkin} hours and CON RAMP, will not pamit overtime want or lite peAfor. m2mc 4f Work on Situsdsy. Sunday or any kg* holidsy +.ishan OWNER% written MMM 0— suer prior wtiuen natio to ENGINEER. 6.4. Unlefs otherwise spacial io the G --%l Requirc- rtxtus, CONTRA=R [drill furretsh avid assssrtte full tespoo- ity for aII tnataW& equips ao. litter; wamtpotzarim roan• atnrc000 ogttipr cnx and Machinery teals. appurx cs. trod. pow" EghC. hc= teSCpitame• warpr. lan+ry flAMUes.. wMpo- ranv fwilirics and all other fu$itics Ind inddentals poem ary for the fttt Wv4V. pcsformartce. tem ng- start-uP and =n* - tion of the WorL 4.3. All ntaesixls and eguspatent shill bee of good quality tratd new. except as txhcwise provided in rite CQM= D=J- matts. All wartaaoes and guasustees gxclfieallY cancd for by EtreSysshallert ssiytvntathe4aAlefOWNER. If rcgrrired by ENGINEEL CONTRACMR shall f+nsush :monetary eYkk= fi, &wlii g reports of tt quired mal as to the ksod and qudiry of Mserisls and cgrupmwL ALI ttegsaisls MW meta shop be apo&& hW39ICd. CDMVetnd- cion d, used, cleaned and conditioned in ac oxxhnec with kastn=dM of the ap*=bic Supplies. cxcs-ps as oajw Ise pra+nded in the Contract Dacnmettts- Nrvgress Sehedeetr CON-}"g,+uCi R shill Idhcse w the pt'ogress seWule ,,,mb+i'ished in accardancc with paragraph 2.9 as it =Y he adjusted from time w ti= as provided below: 6.6.1. C0NTRACTOR shall submit to ENGINEER for fr��flce (to the extent indicated in paragMh 2.91 pro- posed adjustments in the progtrzs Eelnedule that well not change the Contract Timet tar Mtlestanesl• Such adjust - menu will wrrform gcnemBy to the prtsgrcxs schedule thea in effect wd addidotWly will cOmPtY with any Pmvisions of the Gerni2l Rtquimc is appl'rcsbie thereto' G.6-?- propvud adjusm=ts in the pvorrc3a schedule chat Will chance the COntrAC, TntSG for MaeswrEost ahold be suutaittod in accordance with the rcquirc-rtunts of paragraph 11.1. Such adjtrsunenu may only be made by a C]tartga Order 0 W ritten Ametxtrrv!nt in ACCOrdsr= with Attide 1:- G.7. SuEscnua and "OrEquui' Frans.: 6.7.1. Whenever an item of matotiak or cqui►ro [ is speeihcd or described in the C:onuxet D--,-" by unit the rime of a PMPr;CVLf' heal Or. the nairkc 4 Supplier. the spedfieatian u dcsc 'wUL7d Undcd10 ehe establish the type. function Ind gtsility rcgtnrcd• tpQC fiauion or dcscxiPdon c0ouim b or is followed Y wst rending WE no like, tquirxk- or "or-Cquxl" item tar' no ittcd. other itcrns of r.u-i2l or cam, sutttritu[iM. is tal or t of o Supoic- may be mens or auteriaJ or tERundo uerptcd by ENGIN EE]t under the fviiani eiavaretsesna OO7A[l--24 0 i 0 40 6.7,9.1. 0uaf' If in ENG INEER's Wediserc- tiort an iters of rtuterW or cqumtncnt proposed by CON- TRACTOR ON-TR,AC OR is functionABY equal to that named artt� eicatly similar' sa that no cltanre in related Work oath be rcquircd. it may Ix considcscdro esu NGINEER Its an and 2pproval of the {" item. in which ta�se proposed item may. in ENG9 with some I pf the be accomFAL hcd without compl requirements (Or&ceePtarhee of proposed substitute hems. 6.7.1.1 Subst"u"' lrefns: tf in 1 NGINM's sole an item of mtatcrisl or equipment proposed by drscterton CyNTRACTOR docs not qualify as an "arragtsal" item under subparAP 0 6.7.1.1. it will be coruidercd a Pro- posed substitute resit. CO)N''OR shall sesbmh sulfi- tient infornmum-pr Mcd Wow to 1110" ENGINEER to determine that the iteln of mstcrW or cquiPrrmt proposed 9s cncnWly equivaicnt to that samwcd and an goccpu"c substitute thesrfor, The procedure for rtview by the ENGINEER will include the following as stpoc. mentcd in the Gen" Requinmcrits and as ENGMEER may decide is apprmPrute under the ciraut-dances. Re- quests for review of PMPoscd substitute 'ten's of mstuis9 or equipment will not be amcoted by ENGINEER tram anyone outer than COK RACTOIL If CONTRACTOR wishes to furnish or use a substitute item of material or cquiP ,nt. CION-rR .CIUR shall first make written ItWi- cation to ENGINEER for acxxpunce tht"Of, certifying that, the pmposcd substitute will perform adequately the functions and srlhkvc the results cad led for by the gencnl design. be sundae in substance to that spcdfied and be suited w the acne use as that specified. The application will state the extent. if any. to which the evahation and acccp=ce of the proposed subntiCut c will prtiudiee CON• TRACTOR's achieycmcnt of Substantial Completion on time, whether or not accepcancc of the subsatutc for use in the Work will require a change in any of the Conuset Documents for in the provisions of any other direct conu2a with OWNER for work an the Pmj, a9 to adapt the design to the propw4d ssbatimte and vetietha° or not isicorporx on or use of the subsdcutc in With the W'ock is subiec" to payment of any license fee or royalty. All variaoons of the prtrposed substium hrnm that specifics{ will be identified in the application and available maintenance. rcptir and rep[aaxhcnt service "tat be indi- cated. The application wilt also Contain an itcm'¢ed esu- mutc of all canis or credits that wilt result dircvtiy or indirectly fmm acccpLu= of such substitute. including cutis of redesign and r_taints of other cone -=ors affected by the resutdn1 ctdttgc. alt of which will be ronsidcmd by F_NGINEER in cv-Juating the Proposed substiwo:_ f:N- G1NFiER may require coNTRAC`fOR to furnish addi- uonal data about the Propos0d subsxitute. . ,he Crehan is shown arts. CONTRACTOR mtay furtu h ar the ContrxGs f7r+c'am`-Tt uulixc a suWkitutc means, method. technique, acqucnm or pree,dutc of consauction acetptabk to ENGINEER. CON- TRAMR shall submit sutStrient infurmuion to aitow ENGt- NEE P_ in ENGiNEER's sole discretion. to determine that the substhutc pmposcd is cquivalcnt t0 that cxp=liy called for by I Contrasts Documwu, The pmc,odurr for review by ENGI- NEER wall be similar to that provided in subparagraph 6.7.1 Z. 6.7.13. CONTRACTOR"t L-peisr: All data to be Pr0rtdcd by CONTRACT0P in tuPport of any prate or-cqu;d' or subsatutc item will be u CONT RACTOR'r expense. 6.7.3. Fnglneer's Eralaaarfon: ENGi NEER will be allowed a trzson.abic time within which to evaluate C=h PMPOSA of submioal made pwwant to park—phis ENGINEER "IS be the sde judge of aesepnbiGty. No "or - equal" or substitute will be ordered. installed or utilized without ENGINEER's vHor wrinOn acccPu sae which wiU be cvidesCod by either a Clange Order or an approved SMP Dmv&r. OWNER may require CONTRACTOR to fats zhh to CC)NTRAMOR'a ar_pct"e a %Pedal Pcrftttntancc SM-antee or other sanety with respect to ratty '.or cqu2r Or st Atittsw- . ENGINEER will record time requited by ENGINEER and ENGINEER's Consuitasus in eyaluldng substitutes proposed or submitted by CONTRACTOR pursuant to paratrap and 6. i _2 and in snaking chanes in the Conu= F?octrtttcnts lar in the provisions of any other duets contact with OWN ER for work on the Project) Ocmsiontd thereby, Vdhether or not ENG;NEER accepts a substitute Stmt so proposed or submit- ted by CONTRACTOR- CONTRACPOR shall reimburse OVMER for the chanF= of ENGINEER and ENGINE -Ms Consultants forcvaltxasznr c2ch such proposed subsvtutc'urn. 6.7.E Subssimse Co uJ-C+ion Method, or Prmvdurry If a specific means, method, iarhniquc. seeunice or proaralurc of CansxrvbTr SubWwv':tnn. Sty pGus caul Clncors: 6.8,1. CONTRACUI%R shall nos employ any Subcon- tractor. Supplier or other person or orpni—ion firtd"n& dhow aoxptabIc to OWNER and ENGINEI-R u indicated in f>an&ph 6.8.71. whether initially or as a sutrststerte. against whom OWNER or ENGINEER troy htaxe remon- able obicction. CONTRACMR shill not be "d to ecnplov any Subcon-AmOr Supplier or other persan or oryanuanan to furnish or perform arty of the Wont against whom CONTRACTOP has reasonable objection. 6.8'. If the SuplricmcntaryConditions require the ides - city of ecrtairt Subcanuactora. SuPPtieY err other persons or organi76atu finclud'oig erose who are to furnish the Princi- pal items of m2laiats or-quippmentl to be subrurtted to OWNER in advarroe of the specified dale prior to the EITcctivc Lyse of the AgrccmenI far asccpuncc by OWNER and ENGINEER and if CONTRACTOR hu aubrrnrtW a hist thue0r in � with the Supplemettuy Ct nil':_ tions. OWNER's at ENGINIEER's acrathtance {either in wri tins or by farting to rmikc written objcetion thereto by the date indI =red for accmunee Or obiciction in the ticidin8 documents or the Contract L�ocunwns l of any such Subcon- or. 5upp1'rcr or other person or arr3nlrxzyon traraso ides d may be revoked on the bans or relsoruhtc ob;ccsv�lafter due invcsriPdctt. in which cats CONTRACIO will b_ be MR an acceptable ren coin the com occxsoncd by such adjusted by tore d'dfrer: 007093-25 substitution and an apprapriate Change Order will be issued or Wriuen AM4ndwIcAt i4fled. No accCpunee by OWNER or ENGINEER atony such Subcontractor. Supplier or other Person at ocpnixstion sha11 constitute a 'waiver of any IiOt of OWNER u ENGINEER to mim dtfiirch'r ►kook. ti..9.1. CONT,&CMR CJI be fully responsible to SuS ENGINEER for all acts arnd omistiotu of the rs. Suppliers and other persons and organic+ starts petitsrtning of famishing any of the Work under distxx or indirect contrast with CONTRACTOR just ss CON- TRACTOR is responsible for CONTRACTOR's own ties and amissiatu. Nothing in the Canttaa Docuaietua shall create for the benefit of any such Subconuaator. Supplieror other person or arganixuian any Co+uracssnl relationship betwteli OWNER or ENGINEER and any such Submv, uaetor. Supplier arother person err agganizzLkxu air"it create any obligation on the put of OWNER or ENG1• NEER to pay Of to see to the Payw4w of am moneys due say such Subcontmesor. Supplier or other person or orgaid- Mumn except as my otherwise be required by L1ws and Regulations. 6.9.2. CONTRACTOR shall be solely resaonsi'ble for scheduling and coordinating the Work of SubconttutatL sup plicrs and other persons and organisaxians Pcdam Ing or furnishing any of the Work undera director indirect cantrxct with CONTRACTOR. CONTRACTOR stalk require all Sub- eontra inn. Suppliers and such other persons and otgadxa- tiaras perfomting or furnishing any of the Work to eontmimi- ,=c with the ENGINEER through CONTP-AL-MP- 6.10. The divisions sad stations of the Specifnduiotut sad the idemifitaxioons of any Drawings shall not cantrol CON. TRACfT3R in dividing the Work among Subtonu-Acwrs or Supptiers or delineating the Wark to be peribrmcd by any specific usde. 6,11. All Work performed for CONTRACTOR by s Sub- contraewr or Supplier will be twrsusnt to an appropriate agreement berween CONTRACMR and the Subcontractor or Supplier which spedf=JlY binds the SubeonuactororSuPPr'er to the applicable terrane and ecrAitians of the Contract Docu- merns for rhe benctit of OWNER and ENGINEER. Whe-ver any such agreunent is with a Subcontrauor a Supplier who is listed as an additional insured on the property insurance provided in paragmph 3.6 or 3.7. the agreement between the CONTR CMR and the Subcontractor or Supplies r sin provisions whereby the Subcontractor a Supplier waives all rights spinist OWNER. CONTRACll3R. ENGINEER. ENOINEER's Consultants and all other additional insureds for alt losses and damages caused by. arising out of ar tesul[inc from any of the perits covered by such Policies and any other propeny insurance sppl'icsble to the Work. If the insurers an any such policies mquEre aepaate "ver towns to be signed by any Subcontractor or Supplier. CONTRACTOR will obtain ttie r sane. of the Wott or the incorporation in the Worn of any inve ntian. design, pass. poduct or devia which is the subject of patent rights or copyrights held by others. llf a particular invendon. design, ptvaeaU Produel or device is apoelfied in the Contract Voc urines for use in Ile performance of the "Worth Mid if w the acwal knowledge of OWNER or ENGINEER Its Lm is subject to peau rights Of suPYTi" calling for the pay,acnt c any I'tocmc Coe orrnyslty to others. the escWerict of VINER the Contract pDocwry�rnt�s,stlTtzaft fullest attest©pa�u+d by Laws and nes a CONTRACTOR ahs[I indmurify and hold hatmr less OWNER, ENGtNE€R.. iENGINMVs Cors dmu turd We vgfwa., ditoxtsxa. slaployccLap ate and othereansuim= a each and any of ahetaa (sacra end spieru to claims, t:asrs.. kisses and daanagrs raisins out of or resulting fr— any iftfirftwMMU of pamm rW=or copri us Lneident to the use in the PexfotMM= of the War'k or mmiting tenon +rte i r=Mm. than in the Wart of arty larcntiM design. Pt" u`c` of dcvke not ap=mcd in the Ctxissact Doers—Au.. purring: 6.13. Unless otherwise provided in the Supplaricnary Conditions. CONTRACTOR shall obtain and gay for ail eaa- strucuat permies std l=eer OWNER shall ass= CON- TRACTOR. when n ccssary, in obotir intag mch p"tl and eta licenses. CONTRACTOR shall pay gc on vithe Work W4 inspectioneu fees ncoessary for the prosers which are applicable at the time of opening of Bids. or. If h CON- TRACTOR na B'ids, an the Effective Date of dw AF t• TRAC T'OR shall pay all charm or utility owners for cannce- tions W the Watit. and OWNER shall pay all chutes of such utility owners far capital costs rd -d theseta such ss pliant investment fees. Lars and Regodar;nrrs: 6.14.1. CONTP-ACM$L shall give all notices and eamPlY with al! Laws and Regulations applicable to furnishing and psfornunisc of the Wank. Except when: atherwLse CAPr:ssly rcguirud by applicable Laws and Re{vluions-nextlie**OWN ER nor ENGINEER shall be responsible for monitoring CON- TRACMR's compliance with any Laws or ReguLadons . 6.15'. If CONTRACTOR periomut any Worst knowing or haying reason to know that it is ennrrary to laws or Regulations. CONTRACTOR shall bear all claims. costs, fossas ud dsmsgu, caused by. arising out of or resulting there -frim., however. it shall not be CONTRACTOR'S Pn' nwv "Max sibility to make certain that the Specifications and OrawinR are in ararordanoe with Laws 'A Refulatians. but this shall not relieve CO R of CONTRAC' TOR's abiiptions under pragasph 3:1.1. (thus: PdUM E'en andRa`araes: GAS. CONT'R'ACTOR shall pay all s,-- consumer rase alathcr simar taxes re - end itquited to be paid by CONTRACTOR L. 6.t'~ CONTRACTOR shall PAY aJl lides s: it" and ro-vlatlona of lho plias df .het sad assume 111 costs incident to the use in the perttatsn>wa in areardarice with the U*"" and 4tet;ir y 00700-26 • 4w the 1'rolc�t whichsic applicable during attc the{ne of the Work. Gu of Prr Mu— + R shall confine c lumc6o ; equip- � lt6aheUOrage Of muriah and cquipmutt and the Opera- tions of wtrtitcrs to the site and land sled art~as identikA in and »u and Other land and are" �sutted by and Regulations, tigit,cur bay` pst'rtuts atxl easements. and ahs11 ttat utt"°nahly rstcum4rcr the pros � ,trtr�jpn q.,P_Rt ar oth_ niatCrialT or equiPMCllt. with CDNIn TOR shat asstmie full sr sTiot�+baity for any dam ao to any ra►eh tend sx arca. or to The owner or O�txWI thereof Or of any ad stem tastd ar u*a3• tt ssslttrtg from IM orrrlartee of the Work. $horsld any daim be made by any such OWnI , eek brxattse of Ute performance Of the R.stuilS prat. 0P scale with such other y0 7 tstltrs+i, resolve the claim by wbitra- tion or other dispute rrsolutian p uts law CON• TR.Ac OR shall. to the fullest exsect Pcrttutucd by Ll— IM Reguh,dons. indemnify and hold hartrtless ) OWN di. ENOar NEER. ctly ENGINEER"a Consulcans and • �allcWrns. wimcav cmooycd by any of them from and "3] costs. losses and dirwes arising out of or resulting from any daim or action. legal or equitable. brought by -Y such Owner or Mmlm rut wg2jMt OWNER. 'ENGINEER or any Other party indsarmihed hemandcr to the extent thc3 buscd y or wed upon CONZRAC" MR"s perfosnta= the Work. these record docummu, Samples and Shop D) w- ing, will be delivered to ENGINEER for OWNM waren and Pnuectian: R shall he respvstsiislc for itutiatinD. fa ZD. CONTIt�'O eryrot safety pt—udons and pm- p=sinico and wpwith thY R shalt rake grams in cOnrtocdct+ with the Work. CONTRACji3 ne t? presattliotts for the safety of. -and shall FrOvide all the ncrxs$-14 PrtxecsiOn to prevent tlartjage. inaurY or loss w: 6,n- .t. all Persons on the Work site Or who may be affected by the W'XV- all the Work and :rraterW% and equipment to be 620-1 in- wit raw in storage on or off the site; incarfwsxtc4 th— an d hetcand 6203, other propctsy at the site or adjacent thoruo. including tsrrs. shNt7s 1alvns walks. pavement TO, dways. tcanrs,. t,dli jel and Underground FactTin t nc desig. rMcd forncmn�. rr mwIon or reptaccment in the course of coftv.ruetion. During else pt*aFt of the Work. COf RRAMF- 6.11. shall keep the prcmiscs free from saceumulations or waste ntuerials. ntblrsh sort otitcr &&tis tesultatE from the Work. At R :bels rctttnve au the completion of the Woe Cate and about the pre- waste materials. rubtrish construction cqw mcnt rni� ss well as a'1 tools, appiiartces shall and �htsxrf aW ttuphu tutor b OWNER COIR Rh at leave the site clean and ready for ocsxtp &Y y R shall Substantial Completion Of the Work. CONTRAM restom to ori¢irW eanditiast all prof>rrty not dsignated for alt,cration by the CoftU= Docurricriu. 6.18. COt4 R CMR shall not toad nor permit any put or any strucrum to be ioidcd to any manner that vnlI croUngcr the strucwre. nor shad CON�`MR subj,= any Pethat a O V-111Work or adja-ni property to sm=cs or preswcs endanger it. Record D---nIIr CONIp,AL-MR 111,11 cOmPlY with all applicable LAws and Rr�ulaaians of any public body having jurisdic?ion for safety or puxans or property or to prtrwet them foam dztttaEc or iNuty lass: end shall rswt told maintain all ncy safe�sds for . COkITRAC7OR shall notify own - such icy and prototmoa ers Or 20—u proPcrtY and of Undc[lvound a�fo'eet hon. utility ovmets when pttlon Of the Work may and shall .pesale with them in the prmtoaion rases tai• ttsocwian and rcpt of their property ph 60r injury or loss to any pmpcny refettcd to in para€raP 6.203 caused. directly or rDcdn'I cd o. in w�licr ore or any Other CONTRACOR` any Subconaactar. Supe loved by any person or orgajtaation direuly or •tndim::d'o rk Or atlyonc for of them to perform or fvlstish any of the whose arts any of them rtuy "-a liable. shall be s;ttyulrsd by COrdfRAMR (CUXVt d,rOW or tors atvlb» a so the fault of RrswhtFs pr Sp -if eanan3 or to the ,GLS or OmIssians of OWNER or ENGINEER or ENGINEER s Consulunt or anyone � ,yed by any of them Oranyane for who= actsor i�Y of ehesn nary b, tiWe. and not attributable directly troy, in w4lote or in pest. to the faun or n4i€cnco of C,ON pjj� MR ar any Suboonuastor. SwpPli r or athcr facr- san ar orpnization dircrtly or iv6rculY cmplo!.d by any of R't dutscx atxl respnanbiiiuta for rafcty theml. CON uantiruac until such time ss Werk shell and for Pmtccsion of the uod a noticf ,at the Work is cornptetw and ENGINEER has iss with Put' in ,, rdarlce to OW1tER and CONED table tesecPt a$ nthcT'"^sse_ 6.19. COhtTfiACiC) Isee st the �p I4.13 that the n cc rl4 is with atIv—tiaS t °mete R shall maintain in a safe p $tv Pro ;dcd in ccmncction tions_ Addenda. site one 7o rvrd copy of all CYt swings• 5pctslta t {]ircc Written. Arnenmlmenii- Cl anfe Orders. W t�uu1C jives. Field Orden and written interPrctations and dartfxa• tions lissucd punwnt to puagraph 4.41 in shard order "d snnotared to -show all chimes made during eOnstnuctian. These n:cord documents together with all aoprmVC4 -f m es dad r countet•rnn of art aMavcd Shoo i}ra*WV '"n� arailable to GNGII•lEER roe rdemncc, upon tomulction of 6 tionl. 3 -MR stilt desirutc a qualified and ea G:_1. CONTRAr^ dudes rieslecd salcty rcvr=v-ntafve at the site whose 0()700-27 MpomiNEdes shall be the prevention o( accidents and the nWninr and supervising or safety praarrtions and fro ' Nnzarst Cahrs>;srusieQafcn P+vrrnnts: 4„ CONTRACWR shall be respoasNe for coordinadng any cxdtanre of material safety data sleets or other h—" Communi==on information required to be made available to or exdhastgcd between or amour employers at the site in atxtrr- dan.e with Laws or Recrriatiotts. EmaTemelim b?]. int:rrrex'parCses slYcaing rite safety ar prareaian orf persons Or the Work or property at the 7rte or adia-M thereto. CONTRACTOR. without spatial k=uaioo or "u- thoriratian ham OWNER or ENGINEER- R abGfued to act to prcrdtt tkuYatcrled dutare:. ir{jtery or km CON- TRACMR shall girt: ENO INEER Pm9Mn mitten not== if CONTRACTOR believes that any sipsii>= t in the Work or variatiarts from the Csmtrstt Dotvmrntt: have been rarssrsf thceby. if ENGINEER de maincs that a t—L= in the Conuatt Documents is rcqui--cid bemuse of the "'tion takrn by CONT•RA=R in resp— -such an ern-Vmc i. A Work Cham Directive or Chime Order will be issued to deacumeni the coasegtt� of such seEk- 6.7.,. S)WP nag-btgr —d Sir 634.1. CONTRACTOR steal! submit Shop Drawings to ENGINEER for review and approval in accurdarsce with the accepted schedule of Shop Drawutraand Sample subraktals tsec parscaph 7-9f. All submittals vnll be identified as ENGINEER may require and in the number of copies specified in the Claws! Requirernarm The darn shovm on the Sharp Bragging" wwill be contolem with rtzpoet to qumu- tic& dimcasiom specified pedes urd desipt criteria. materials and sinu'lar darn to show ENGINEER the traten- sh and cou' Knent COMMACMR proposes to ptnvide and to enable ENGINEER to rryrtw the iruormatiott for the Limited purposes required by paragraph 62b. 6.242. CONTRACTOR shall sleet submit Samples to ENGINEER for review and asproval in arxordarrcc with said acccpred schedule of Shoo Drawings and Sample sub- minih. Each Sample will be identihcd escuty as to material. Supplier. pertinent dam such a caWag numbers and the use for which intended and otherwise as ENGINEER may require to enable CNGIN EER io rcvicw the submittal far the Urnhed purposes remairtel by parLplah 6.26. Thu num- bers of each Ssmplc to be suomioed wilt be u specified in the 5pcci6cmioris. 6.15. Suh unaf P'rxcrdurrr: 623.1. Before subnutun% each 5noP'Arawing or 5Im- p lc. CONT7tAC_TOR shalt hagc Oct rnsrincd and Yenned: 625.t.i. all field ineasuremcrhts. quandlics. dimes. sions. spedficd perf6anzy4c aritaia.. iluultation require. rnents. rnatCrkds. castor numbers end sirnilal• irtforrnation with respect thcreto. 6.'x,1-2, all materials with grape`s to 'Mended use, fabrhea.tion. shipping, hsndtin` sto-gc. au=biy and kvAuadm Penaining to the pdrforn=cc of the Work. and 6111Z. all 'information rdar veto CONTRACTOR'a we tesponar'bilitics in rtspea of musts. mtcdwAs. teelw niques. seguencea and procedures of e%Itts %K44 n and safety ptecaurions and programs incident dtw o. CONI RACMR "I atlas have renewed and coordinated each Shop Drawing or Sample with other shop Drawirtrs and Samples and with the requir rsttiertrs of the Work end the Contract. Draturtcnts, 6333. Eads tuba- teal will 'bear a stamp or tSpecik w6aw indication d w CONCRACTDR bas SIddied CON- TRAC1 W& obligatioes undo the Connex Dooumcats with respect to CONT RACMR-S review and appraysi of that subtnitz~tl. &ZSJ. At the time ofeach subm%axi<n CONTRACMR shsli rive ENG INEZR Wdfie written halite of such vari- atiom if any. that the Shop Drawint or Sampic submitted may have from the mquir csnutts of the contract Documents. soeh notice to be in a written Communication niication xepar ue from the submitW: and. in add'it'ion. stall cw= a specific nontian to be made on each Shop Drawing 'Ad Sample submitted to ENGINEER for review mid a pprcuval of each such va iuion. 6.26. ENGINEER will review andapprove Shop Drawings and Samples in accordance with the schedule of Shop Drau°- ings and Sample subminsis aaxpted by ENGINEER as re- quired by paragraph 2-9. ENGINEER'S review and approval will be only to determine if the items covered by the subraimils wilt. "fur insW iation or incotpotxtion in the %York. arrd'orm to the infamution given in the Contract Documents sad be compatible with the r=esign concept or the completed Arvlsa as a functioning whoic as indicated by the Coats= Doarmatrs' ENGINEER's review and approval yell not extend to meats. rncshodt. lechnioucs. sequences or prvxdures of connruction lexeept where a panicutar means. method. mchniganee.. Cx- qucnce or procedure or cormnicvion is s�ts�cyta d coy pressty called for by the Comr= atm Tice review and prcclutiorts or programa •sna.denth t crcto. appmvxl of a separates. item as such will notind{eateapprv'ral of the asscmbly in which the item functions. CONTRAMR "hail make correction required by rfiPres of Shop Draw- d ENGINEER- and shall return the requirederr d number ofoecs e inp and submit as required new Samples far tsview and approval. CONTRAC MR shalt direct sleek snention in .vntintc to mrisions other than tt+e Corrections called for by ENGINEER on previous submiltalt. 6.'-7. ENGiNE.ER's review Ind APP'r�vat of Shop t)raw- inrs or Samples:hill not relieve CL KMACTUR frvor, rerpo shbihty far an, vxnation from rhe rcQuit'em"'nrthe COnuac 00700-2H 40 40 R hu in uniting ealkd EN- Ogeurnents unless COTACI% GINEER s attention to each such v i¢ at ft time f µtbmission as rcq'wrcd by paw variation by specific lams given written appro'�al or cacti viclt wntten notation thereof incoapomtcd in or acnotnPanying ncc Shop Urarritt6 or Sample Ipproval; approval wr 1 any approby R tram rtsslxlity far ENGINEER mUeve CON7'R.A{-M) �:a.l Complying with the TeWrctncnts of paragraph Wherca Shop wi or euarn* is required by the C n�[)11,11,11 or the sehcdule 4f Shop prawtngs and Semple sub n,.sic_ aaccpted by ENGINEER as required b} pyrap-4h 2.9. any reWcd Work pcdocntcd prior to ENGt- NEER's review and apQroved of the pertinent subot ttal will be at the sate expense and respartstisility of CONTRACTUR- Cvmjn jr rhe Work 6.'.9• CONTFACTOR shall Carty an the Work and asihesc to the prorMss schedule dutsng tall d4ptAcs or disagrrrarsents with OWNER. Na Work shall be delayed or poslpoot d pend- ing resolution of any disputes or dixIgrecrttmts. exccpl as permincd by paragraph 15.5 or as OWNER and CONTR.hC- T'OR may otherwise agree in writing. 6-M. CONTRACTOR'S Gencrcd' b4'—. and 0w rarure: 6.30.t. coNTRACPOR warrants and VM=tccs to OWNER. ENGINEER and ENO lNEER's Consuluants that all Work wilt be in accordance wish the Contract Documents and will not be deJrvive. CON IkACTOR s warranty and guaranecc hereunder cxduda de(ccu ordamage esused by: 6.30.1.1. abu=. modification orimptuperrtuintenanec or operation by persons other than CONTRACTOR, Sub- cantm=rs or Suppliers; or 6.30.1:. nomIal wear and tear under none W =9c- 6.30.2. CONTRAC FL's oltiipdon to pmfarm and com- plcee the Work In accordanec vri[lt the Conuacs Documcnts %ha11 be 1lrsolute. None of the fdltowing will consututc an acceptance of Work thyt is not in aroordm= R o With the Contract Documents or a relcasc of CONTRAC O bli gation 10 P --dorm the Work in amordance with the Contract Documents: 6.30.2-1. oburnitons by ENGIN[:E'R 6.30.23. rtxorrureend360n of any pragrest or final payment ",y 'ENGINI~L-:R: 6.30:5, any aeccpurtcc by OWNER or any failure. to do so: 6.30 16. anv review and approval of a Shop Drawing or Sample subrnittal of the issuance of a notice of atxxpt- ability by ENGINEER pursuant to paragraph 14.13: 6.30."_.;. any inspection. test or approval by others: or 6.30.aS, anyconmcnonordefrcriveWorkbvOWNER- lndrmr,inacraia'rt: 6.36. To the fullest extent permincd by Laws end Raft a - tions. CONTRAf"IIOR aIWI indcrnrkl y and hold hartnim OWNER. ENGINEER. ENGINE'ER's Cansulunts and the ofr=m distort. esrtplv!rce:&• OIFM1 and other m"ulnnes of each artd Inv of them frost and aphlu aB elatrets. M» kms and darnages Onclttdsnt but not limited to all fees Brad +dttt'les of estgsncus. architects. attorneys and other p o'fe sslonals and ISI court or arbitration orother dispute resoluLion by, arising out of or resultiof from the Perforauuft off}is Work. ,provided that anysuch claim. c -"Mfr snributablc to bodily i jury. sickntxs. disease or deaslt:ar to injury to or destrucliln of tangible psvpertY (other thart the -,b'ork iuetft. including the loss of use resenting thcrdmm. and Sill is caused in whole or In part by any negligestt act or omission orCONTRACTOR-any 5ubcnntra w" utY So p y any person or orgattiauion direcdY or indinecdy =ptoyed any of them to perform or furnish any of the work of or anyone er for whose acts arty of them may be liable. rcgasd ICSSnot Caused in Ranby any nr c. oromissionera person or or not indemnified hesetg,du or whether liability is imposed upon such indcmnihed parry by 1-211'sand Regetiatioeu rt gard' Ie ss of the neglixcnec of any such PCrson 0 emir,:. 6.33. in any and all cWrns against OWNER or ENGI- NEER or any of their r=ptctivc constr =ts. agents, Officers. dircuort or employees by any empIOy'a for the survivor or personal Mpm fu`14ve of such crnployce) orCON-rRAMR" any Subconuactor. any Supplier. any Rosso or OCFIL anion directly or indirectly employed by any of them to perfasm or furnish any of the Wo&- cr anyone for vrhose acts anv of them Under � may be liable, the indemr,ifirairan obGgatioy 1'unin anattaehe 6.31 shall not be limited in any way boon or benders payable amount ar type of damages. comprn her by a roe CONTR s CMR or any such Subconuactor Snusauon or Daher person or org-►nization under workers' ccmpe acts. disability bcncht acts or other ernployce benefie sets• 6.33. The indcmnification obligations of CO aNT A=R+ EN r under paragraph 631 dull not cxtusd to the liability NEER and ENGINEER's Consulnttl. o •„ Ecrtu. employes or agclits Caused by the profess errors or orl,:,ons or any or them. 6.302:3, the W o of a ecrihcatc or Subsuntial Coneptetion ar any paymcne by OWNER to CONTR-AC• Sur.i,vl o{�blar uicnx: TOR under the Contract Doeutncrus: ties .nd ' c of the Work or any Vin 6.34. All neprrscntatitms.indcMnifm-.jns. c with 6.30.2.1. ust or occuPxn Y guaraneres made in. required by or given in aee�c thereof by OWIr'ER: 00709-29 40 40 4b the Contract Documents. ss we11 as all condnut ng obligations indicated in the Cantrux Doeurritnts, will survive hrW pay. Ment. C:Omptcaon and aecZP—ce Of the Work and termination or complclion of the Agreement. ARTICLE 7—'OMi R WORK Rcirirr f W&-* ar Sua: 7.1. OWNER may perform Other work related to the Pivjca at the site by OWNER-& own forces. Or let other direct contracts therefor which shod contain General Condi- tions similar to these, or have other work performed by Utility owrse;M If the fact that such Other worst is to be perfotrrtcd was not noted in the Contract Documents. [heti: [i1 wrirten nodee Ihc=f will be givers to CONTRAMR prior to starting any such other work. and rfil CONTRAC- TOR may maltc A claim therdor as provided in Articics I I and 12 if CONTRACTOR beiicvci that such periormance will involve additional cxpatse to CONTRACTOR or re- quirr-I addidOrtal time and the parties art unable to agree as to the amount or extent thereof. 7? CONTRACTOR shah afford each other contractor who is a party to such a direct contract and each utility owner tared OWNER, if OWNER is performing the addi- tional wark with OWNER's emplttyeesl proper and safe access to the site and a reasonable Opportunity for the introduction and storage of materials and equipment and tate execution cf such other work and shall property eonnce% and coardint[e the Work with theirs. Unless otherwise provided in the Contsars Docurnertus• CONTRACTOR shall do all euEdng. fitdng andpatching of the Work that may be required to retake its several parts came together property and We - grate with such other work- CONTRACTOR shall not en- danger any woric of Others by cutting excavating Or other- wise altering their wort[ and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilitirs orCONTRACTOR under this paragraph are for the bencnt of such utility o;Amers and other contractors to the extent that there are compzraable provisions for the benefit of CON- TRACTOR in said direct contracts between OWNER And suelt utility owners and other contractors. 7.3. If the proper enccrttion or results Of any part of CONTRACTOR'S WOtk depends upon work perftxtrted by others under this Article 7. CONTRACTOR "I inspect atu:h wbct r work and pmmpdy repose to 'ENGINEER in writin% any delays. ddfccts Or dcfititndM in such other work that rends' ii unavailable of unsuiable ror the pfvpcc execution and results of CONTRAMOR's Work. CONTRAMOR's failure 20 tt report will cpnstitute an ....o:xnec Or such other work As ft and proparforintcpatian with CONT LAZ fOR's Worts esetp for Wcrvtornoruprartnt defects and dcfieitneies in troch otht work. Cvwd�-' 7.4. If OWNER conuuu with WWI f(I perfannurct of o then work o n rhe Pmjtxt at the site. the followhV will be set forth in Suppicsticn—Y [C,ortditionv .r 7.4.1. the person. firm or carpOru4oer win have authority and respo+uibs'kt' Y for taardirndaa the tt4tl Mies among the variants prime sowxictors will be idmdfied: 7.4-1 the spedFie aroma to be covered by steels Author. ity and rc$portSt'bllltywcll be t[etSlg2dt and 7.4.3. the cxtcnt of suc#t authority, and rctponnbUities tvt7! be provided. Unless otherwise provided in the Supplcsa 'Candi• dont.OWNER hall have sole authority toss rt 'Why it rrxpoct Of sunt cootdirtatim ARTICLE 8—OWNEWS RFSPOHS1BtL MES 8. S. Excepe as Othetv+ise provided in these Gdncral Condi tions. OWNER shall issue all cammunitadans to CONTRAC TOR through ENGINEER. 8.2. in case or tcrmination of the empktym=t of BNG1 NEER. OWNER shall aPpaint an tnpneer agairut when CONTRAS IDR makes no reasottabtc objection. whose statu tinder the Contract Documents shall be that of the fotmc ENGINEER. 0. OWNER shall furnish the data required of OWNE' under the Contract Docstrsttttts prOrnpdY and shall make` menu to CONTRACTOR prflmptly whet they are due s provided in paraiOW11S 14.4 and 14.13. 8.4. OWNER's duties in aspect of providing heals ar riscmcnts and providing ettgincrsing surreys to esxabrAh rc crt:nce paints arc set forth in para Whs 4.1 and 4.4. Parag 4.2 refers to OWNER's identifying and making available CONTRACTOR copies Of MPOru of cxplorstions and tests subsurface conditions at the site and dtawinV of physic conditions in cxisrinq struetures st ar contiguous tOthc site [k have been uciiixed by ENGINEER in prcpati g the Documents. I.S. OWNER's rcuponsibdities in respect of purehssi and maintaining tiRI)ility and ptotenF insurance arc at(forth Paragraphs 3.5 through $.16. 8.6. OWNER is Obligated to execute Ghange prdcn indicw,cd in paragraph 10-4- 9.7. OWNER*$ rrspansibility in rcipca Of certain insp tion-- tats and appl°Ovars is act forth in WIVW h 15.4. B.L. 1n connection with OWNER's ride to stop Work suspcnd Work. ice p &rxFr ha 13.10 Lod 15.1. pArASr"h 1 dews with OWNER's tight to termin.ue r'trrrea Of CC TRACTOR under certain tirrutnstasrcrs. 00700-30 A► 40 • 8.9. The OW,+NER1 Shall nor supervise. dither or have control Or, authority a nae be 1PM bie for. CONTRAC• methods. tccluuques. soqueneies of Procedures TOR': means of stn tction .,,t,. safely ptatrona and Pt oFhs i nddena R to comply with thereto. ar for any f4ure oto a to NTRA=Psh"� or petfor• 4.avrs and Rgcntautms -111not be resP�•ble for menet of the Vfotic. OWNER Co NT-ACMR`s failure t® posartn or furnish the Work in acrd—C With the Comae[ Documents, S.19. O,,YNER'S responsibility in resPW of Undisclosed Asbestos. F'CHs. fttm!curn. Hamdous Wutc of fkadiaac►ivc lriaterials uncavertd or revealed at the site is set forth in Paraiph R.S. to the catcnt OWNER has alvecd to furnish Cp�IOR se�snttab1e a rider x that GWCW arCaJh�t" have begirt made to sasisfy OWNER`s Obligation under tneutsthe Con�tract Docurnents. OWNER "s responst'hility in rrsPect thf Tr ill be as set forth in the Strpplementuy Coonditions- AIMC-t<E 9—ENGINEF-Ws `t is DURING ENNYMUMQ owNER's Rtprer =rr: 9.1. ENGINEER will be OWNER's mpresenutive during the construction period. The duties and respansbilitics and the Fimtations of authority of ENGINEER as OWNER'S reptt- sentative-during construction are set forth in the Contract Domments and shalt not be extended without Wfinen eonscnz of OWN FR and ENGCNEER. obstfvxtiorts of COyl-pACVOR'a Work ENGINEER will not supervvise. dimcf- Conrad or have want City over of be sespotM sibte for CONIT+LACTOR'S Meansm thods. techV+qu— ec• qucncu or procedures of oonsurtiction• of 0 --few Pl=u,'- tians and prolnLrts incident thereto. or for any Where of CONTRAMR to comCAY with L.eW$ and Rcgstlat"" appli• ca6lc to ttic fu[nishurg or perfOMa"e of the Work. Proj", RepmelLmd e: -11 9.3. if OWNER and ENGINEER aF>ec- to W31V M4GI furnish a Resident Pfniect KcP— starive to assist ENG1- N FX- R in pfoviding more eamtinuous ohser'ruivn of the W -L The responsibilitcs and authorhy and lintitarions tberoon of arty such Resident Ptoloet Re m—L1d �c Ind asststarrts Will be as pied in Puapaph 9.13 chid to the Strppiemcn ry Condition.,.. If OWNER des+'trnates another rep tescmd" Or abcnt to OWNpR a[ the sire 'bi w NEER'S C-wl—t- agent or esr,playce. the MPOVMand authority sad limitations ther"' of suds other pm- -u be 13 provided in the Supplementary Condition, Visits to Sire 9.2. ENGINEER volt rnake visirs to tike site u fns Crvala aPpmPrWe to the various stages of cvnsu'uction as ENGI- NEER dccrns n0=532rY in order to observe as an experi11Ced and quali$td design Professional the P'P" that has been ❑rradc and the quiEty of the v.kw aspects of CON'A * -MR'S cxccum7d W&L Based on infamadon obwrwd during such visits and obst-rv;Vions.. ENGINEER wni endeavor for the bcncfu of CIWNER to determine. in I'—'f the Work is irroceeding in a cnrrsarrcc With the Contract locum -m` EN- GINEER will not be rCA;uim d to snake exhaustive or continu- ous on-site imPcrxioru to check the quality or quantity of the Werk. ENGINEERS effofu vAll be directed toward providing for OWNER a pre-tax duce of eanfhdC= that rite cornpleted Work will conform rtne ally to the Contract Documents- On Lhe basis of such visiu and on-site obset•vuians. ENGINEER vn'll keep OWNER informed of the propels of the Wwit and will erutesvor to Ftard OWNER MWnst deferrive Work. EN- G1NEER-5 visiul and on -sire obsemilant arc sultiiect wall lite l; khns an ENGINEER'S authority and tcW001''Why set forth in '�3r at tr 9.13. and Part cululY. but without Wnturdon. dune, or at a result or FNGINEEWS *"to:vuau or CWVp�,ru and 1+ru+F'- a-: 9.d. ENGINEER vdll issue with masortsble prontputeu rogtsAe- such wrincn clariftations or interpretations of the menu of the C__r= D__"cJ is Orin rite form of Drawing or othcrYriset as FN(3tNEER may d1l"ine n shall be consistent +frith the intent of and h Y from Contract DOCUMrds._Such written c cad interprrraziom win be binding on OWNER and- POIL If OWNER of Colt .A MR beiieves that a written ol�fxation or intt��IIon M`ifcs an adjusvttcnt tethe r Contract Price or the Conu=Tants and the parties are iracSb to agree to the amount nr extent tllcz=f. if any. OWNER or CC)KM 4 M t may rnakc a written clairn therefor u pso- vidcd in Article I I of Article 12. 'turhariud Varfaua+sr In Work 9,5. ENGINEER may authortrc n'antx ++ari tions in the Waris from the reOmments of the Contract Documents wttich da rat involve an adjustment in the Contract Nee - t" Contra Eimcs and arc cornpattIble with the design dkat d y the cprrtptcred Project as a f`60"ing whale as indicated by the L'ontaau Dues- tTout [ray be a�omPfasl"ed by ° Field Girder and rr-ti be binding an OWNER and also on CONT1tAMOR Ylho:tali t -rfotmthc Wor'kinvolvw rn orrrptly R belicres that a FKId Order If OWNER. ac CONTRACI�7 adjustment in the Contract Price or the {:ants justifies an adTrnes and the Panics tee uttxble to a>rsco as to the amount or l R maY m+kG a extent lhcreaf. OWNER a inArddc Il ar l2. written claim therefor Its Pru vided a27.r.K�a{ primate i4ork: 9.ti. wihanry to did411h"` or ENGEN EER will have to 6c d{lrt reject Work which ENGINEER brlicves rrae. of 00700--31 40 11tat ENGINEER bdieres wall na[ pTodL= a tnmpletcd Project that e+oniomu to the Contract Docu MnU Or that WM prciudiec the inte 6ty of the design COCICC M Of the eo-OL-ed Pmjcct as a functional whole as indicated by the Co rset Docurrrcnu. ENGINEER will also hsrc &asthority to rguiee SRS inspec- tion or testing of the Wank as Provided in paragr,pit 13.9. whether or not the ,,York is fabrieated. installed or cotrrplcte d. Shap D,,,i V, Chengf Orders mead pg --no 9.7. (a connection with ENGINEER's s 4 lorky as ttutxrf3r 6 to Shop Drav Ings 2nfr d Sam Pic$- sce psraaP indu$iye. 9,8. In conrrtx�ion with ENGINEER'S authority at of Cltnngn Orden. ice Articles 10. 11. and I 9.9. 1, connmidon with ENCKNEER's alrlrarity as w Appliea[inn, foe Payment_ see Ar'dClc 14. g,i,,,inad-ns/ar Unit Frees: 9.10. ENGINEER will determine the axial grunuties and moons of Unit price Work perfc=cd by CON3-RAC- TOP- ENGINEER w11 n:riew with CONTRACTOR the EN - GIN EER' = prelkniruuy dete h=tions on stteh malars before rendering a written decision theaeort thy Ma=m=Wa1i- Of— Application fanApplication for Payor a or adwvfhcl. ENGINEER'S writstn dmision Thereon will be firtal and binding upon OWNER next COtrrRACTOR unless. within ten days after the dam of say such doeisioa. tither OWNER or CONTRACTOR ddivets to the other and to ENGINEER written notice or irsuattian to appeal from ENGINEER"s derision and. (i) as appcat ftnrn ENGINEER's docision is taken within the time limits &tad in sceprdsnca with the pTo=dufea set ford% io Exhibit GC -A. .LDis,patC Rt-AUtion AjJ0=.ent." en_Cd into lxeL— OW NER and CONTRACTOR V"u" to Anile 16. or (51 if no arch Dispvv: Resoludon Agr0emmi has been entersd into, & formal pmctcding is instituzed by the appealing putt ut a forum of cmp=:m jurisdiction to exercise Stich tights or rrarac3;cs its the appesJiaas pay May have with fespeet to ENGINE R's decisim unk= otherwise &greed in writing by OWNER and CONTPA=R Such appeal wail not ba subicst to the pracedu= of paragraph 9.11. Dcc4iom ate Dispula., 9,11. ENGINEER will be the initial 'interpreter of the rectuinxttcnts of the Conuaet Doesnt%ms and judge of the aueplshility of the Work thrreundet: Claims. disputes tad oaxt msutxs retiring to she Lazptsway of the Work or the inttrpmWion of rhe tegtidc+nents of the Contract Document pertaining to t'ac perforreance and furnishing of the Work and Clxiars under Articict I I and I in respect c chanSrs in the Contract Pr= or Contract Times Mai@ be mfentd initially W ENGINEER in writing with a request for s fonral drsdsion in seca"anee wish this puMraph. Wrill en noucc of etch such chairs. dimute or odw, niter will be delivered by the etaairtu" to F -.NG INEM and the other party to the Agrrxtnent promptly (but in no cycnt later than thiny dsysltsfter the Stan of the sxctrrtsreec orevdtt giving rise thereto. "4L"•.+r+n ert supporting data *in be stdxnktcd to ENGINEER and the other pity within sixty days after the =-n of arscli ooeuxtedoe or events gutless ENGMEC•R allows an 34d it" period of time fortlre stfbntittion of additional Of mtxt dais is ttsppu[t of such claim. dispute or other ren ten Thr: 1 Y Shall submit any respoftsc to ENGINEER and the clalMCC within thirst' days after teerrpt of the c43iirmtnt's Inst subMhW (unless ENGINEER &lbws add itkKW tirML ENGINEER Will render a formal docksm in wr 1V -dhim d=Y days Slur rc=pt of the opposing patty's submittal- if say. in eccoa b= with this paragraph. ENGINBER's whit= decztion on such citim. dispute aroUfW mater' well be final arts! Wit; upas OWNER and CONTRAcMR tmlc= f7 sa appeal from ENGINEWS dccWw is taken within the time limits add in acur,duhoe with the prapubma act forth in EXKM f GC -A- -DLVPM Reso- lr:ttiaar Ag C * emend into between OWNER &cid CON- T'RACMR pw'suam to Article I6. or fill if no Such Disptue Resolution Aucemua has been emend into. a wti= neaca of insertion tit appeW from ENGDMEW6 wd= decision is dttk=td by OWNER or CON'I'R CMR to the other and to ENGINEER within tinny days after the date of such dc6smn and a forint proceeding is irtsiswied by the appeifing Day in a forum of eompcteru jurisdicdoa to exercise such rights or :ittacd les as the appealing pant may have with tesAea to such claim_ dispute or other master in arcordarre with "PU-.blc [_Aws and Regulations within sixty day, of the due Of Amb do ision. utdcss othxa-wrisc agreed in -riling by OWNER and CONTRACTOR 9.12. When functioning as interpreter and judge under puaynplu 9.10 and 9.11. ENGINEER will not shown PLmWity to OWNER or COIR and wili not be liable in connection with any intcrp uLcn or decision tendered in Fuad faith in such capacity. The ts ree4 r eros 9111 dr�o n by ENGINEER pursuant ter pxragnp th rcvccl so any such claim. dispute or other nuns (except any vhiCh have been waived by the making or u=Ptaacc of fins] payrncns as provided in paragraph 14A61 wild be a wndisfon prccedean to any exercise by OWNER or CONTRACTOR of such riyttts or remedies as tithes nay other*' ase have undcs'the Contract Docttmenu or by laws or Regultdons in respoct of any such claim dispute ar other mauerpursuant to Article 14. 9,1_3. Lindamom oar ENGINEER's Audrwi[r mrd Rapasn'l L 9.13,1, Nchhcr' ENGINEER`, authority ar re PO=b"' itv under this Artacic 9 of under any other provision of the Contract L-Qcunznts nor any decision Made by ENGINEER in good faith eithcf'to exercise of toot exercise "h wtharity or respoeuib'Ity ar ltre urrdereskittg,. exeseiie oP arsnarGe ar any auchonry or respon!,Miry by ENGINEER shall trcatc. impase or give nisc to any Bury ower+ by ENGIh:_.ER to CONTRACTiOf.. any Sub ontracleW. &nY SrrPPlitr. any other person or arprei- *'yarn. or to env aumtY for or ertr - Piowce or ■gest of arty of towm Op700-32 C.j • C -_j M11 9.1.3.2.) ENGINEER will DOE superYise.direct' con' trol or have tullority over or be rvsponsiblc for C,ONTp,A=R's mesas. methods. techniques. se' eluences,or procedures of consuvc:lon. or tale Safety prcrauuons and programs incident thereto. or for as} failure of CONTRACTOR to 'Comply With Laws and Rcgula:ions applicable to the furnishing or perfor- mance of file Wath. ENGINEER +adil not be MSPOtt. sible for C01L'Ci 4CR`s failure to pc:fomt or fur- nish the Work in accordance with the Contract Doc rnents. 9.13.3. ENGINER will not be e Po of la fOT, the Sub - acts or omissions of CONTRA CMR Or ,contractor, any $upplicr. or of any other person or at[tardndon pc enning or {un ishing any of the WoeKL 9.13.4. ENGIN'EEWS review of the fin -at Applica- tion for Payment and accompanying documentation Ind all traintenan c and operatinginstractions. &died- uies, guarantxs. bonds and certificates of inspection, tests and approvals and Other docatmentlff onlrequired to be delivered by paragraph determine gcnernlly that their cuntent complies vrith the requirements Of. and in the case of ccrtirtcates Of inspccaons. tests and approvals that the results ceni- Ficd indicate compliance wilt. the Contract Docu- men". 9.13.5. Tbc lintications upon authority and respon- sibility set forth in this panMph 9.13 shall also appIF to ENGINEER's Consultants. Resident Projcct ReP- rescntadve and assistants. I,RTIGLE 10 --CHANGES it; THE WORK to.l. Without invalidating the Agrecment and without notice to any surety, OWNER may at any time or from time to time. order additions, detedons or reyislons in the Work. Such additions. deletions or revisions %Hill be Ruthorixcd by it Writicn Amendment. a Change Omen or a !'lark Chsnrc Directive. Upon receipt of any such document. CONTRAC- TOR shill PmmPtly proceed with'the Work involved which w+ili be performed under the applicable conditions or the Contract Doc tment$ (excePt u othcrvnisa rpccifically pru- vidcd). t0e f OErdcrxrecomm E OINEEItfaxOcvte �n• pria tc ChastRc ' sen Amend=ntsl covering.: tU.4.l. changes in the Work which are til ordered by OWNER pursuanttaptsraFnPh1D.t,lslrcquircdF.a,=usc of actcpeartce of d`efeech-e Work under PwWmPh 13.13 or correcting dgfective Work under ptngmph 53.14. or foil agreed to by the parties: ehanttes in the Crmtract 'Price or Contract Ttmc3 which are agreed to by the Parties: and 1o.4-. rh+nicsm the Contract Pricc or ContractTilutes which embody the substance of any written decision ren- dcred by ENGINEER pursuant to Pu79 aPh 9.11: provided thaL in ku of executing any aarch Change Order an app,21 may be takes from Rny sucu dc, s n in acoord2n= with the Provisions of the Conu= Doeun=ts and > le Laws and Regulations. but during any such appeal.• CON- TRACTOR shalt cam on the Work M adhere to the proP= schedule as provided in p3umgmp 10-5. If notice of any chanrc affecting the general icvpe of the Work or the provision: of the Conrszet Documents (includ ing. but not limited to. Contract Nee or Contract Times) is rewired by the provisions of any Bond to be given to a surety, the giving of any such notice vn'll be CO N`3 �l�'�tt nd 9�bc sibilit3°. altd the yn ount of each app xdiusted according)y. lo? if OWNER and CONT1LA=R tie unable to agrroc as to theatm en n.t nt in the Go ntr= N cc or an adjustm of rhe Contract Timearhu should be &I Iowcd as a result of a Work Chant:c Dim: ivc. a claim may be nude uacrdor as prvvitla in ALlicle I I or Article I! 10.3, CONTRAC:`fOR Mall not be csttidod no an increase in the contract Price or an cxtcnsion of the Conu=u d by otic mcs with respect to any Wark performed that is not reel Contras Dowavarsts as amended. rn,"fled and supplcrnenteat u pmvided in parapaptu 33 and 3.6 naccpt in the ease of an crircrs'enc:y as provided in parapanh 6'3 or in the case of uncuvcrw Work a prmvided in pa�avranh 13:9. ARTICLE 11--CFi.ANGE OF CONTRACT PRICE I LA. The Contract Price constitutes the tom' tion m tsubiect to audwrizcd adjusicnul Pa. e TO CON- TRACTOR for performing the Work. All dudes. MSPonst ties dad oWgaticxts asstrned to arundcttakcn"CONTRr CTO %lull be ac CONTRAMR's expense without ctuage in the Contract Price, 11 The Canu7u Price may only be clanged by a ChInge Order or by a Wtinca Antcrsdmcnt. Any cUim for In atfjust` hnent in the Conuact Puce shalt be based on written muco dclivcred by the party malting the cisim to thparty and other paand to ENGINEER promptly (but in no event Luer a=the days) after the start of the occurrence or even. a• ring rise to the claim and stating the general stature d the claim. Notice of the amount of the claim with supporting data troll be delivcfCd within sixty days shcr the start of such occurrence or event tunless ENGINEER atlo+xs additiorW time for cairmEtt to submit additional or more accvrale data in supportof the claisrtl and xhalt be accompanied by etaimant's vnitten stasennenthe that the adiusunem elaittted cove all itnawrt arsxarrns to which esainranrt is entitled u a rcault of said c,=u tVU= or evcnv At) t claims for adiusuncrtt In rite Grmmu'set Price 11h.a4 be dct rm y t by ENGINEER in actord3nee with Parraph 4.11 if Cil and CONTRAC it cannot Otlrertili%n agree arrt ihr. arnowu involved. No claim for an adju%unrnt in tate Gaettraet Pric< wt11 00700-33 40 4D • be valid if not submitted in siccotdsrice with this parw`aph L.2- 11.3. The value of any Work covered by a Ch3nrc Ofdcr or Of any claim for an adjustment in the Contract Prise will be determined as followso 11.3.1. whets the Work involved is covered by unit prigs coaWne+d in the Contraos Doeumewm by application of such unit prices to the gtrinddes of the hum involved Isubjcrat to the provisions of parafruttts %1.9.1 through 11.9.3. incsurivel: 11.3_1 where tis Work involved is not covered by unit priers cosaasinu% in the Cmtrau Docu"'tew- by a atttosslly speed lump st.m (which may include an &rWwance for averhead and profit not rtcecxsartlY in =*mL%' with paragraph 11 &2). 11.3.3. v+here t'he'Work involved is not cavcred by unit ou contained in the ptiConrsact Do===us ttnd sit m a I uaW stun is not readied under paragraph 11.3.L on the basis of Lite Cast of the Work tdamnined asp for pxragzap#u 11.4 -cad 11.31 plus a CON RAC OR overtmmd and profit tdetutttined as provided in paragraph 11.61. 11.4. The tum Cost of the Werk uuam dw sum cf Au casts roeeessa=ily incwsul and paid by CCN77..ACTOR in the proper performance of the Werk. Fxceptas odietwisc may be agreed to in w Wing by OW'NF3f- wch coca shalt be in amounts no higher luau those prevailing in the locality of the Projrxr- strap ineludc only the followinc items and Ileal not include any of the cosu itcrrtucd in paragraph I1S: 11.4.1. Payroit wars far employees in the direct emploY of CONI'RRC'I'1]R in the pexfort wm of dee Work under schcduks of jolt classihatioos agreed upon by OWNER and CONTRA=PL Such artp OY= shall Wude Without lin't- iustion supcAntendenes. formilcu sod other P=wmoel em. played full- time at the site. PaytoU costs for employees not empktyed fu11 time on the Work dull be apporuioned an the basis of their time spent on circ WarL Payroll casts shall include. but no be limited to. saiaries and wigs plus the coat of fringe benefits vehich shall include social scuiritY Contribudam. uncmployrrsextt. excise aro! Payr OII"es. work- ers' eompery tion. health and retUttnent beracftts. bons- . sick leam vacWon and haliday Pay applitablc thcmw. The cr.pensex of performing Work lfw regular working hours. on Saturday. Sunday or toga! holidays. shall be included in the abs c to the extent LuthodLcd by OWNER 11.4.2. Cost of aU mUerWS and eq*ffbc of fumishcd incl incarpnrated in the Wafk. including Costs of tr=POrtation 2nd storspe thereof. and Suppliers field stryKes requiredin cattheedern therrvrith. All Cash discounts Shari accrue to CON?,A_- OR unka OWNER deposits funds with CON- TRACMR wish whicdr to maks paytso "- in which case the ctth diseotntrs shall gc=uc to OWNER. All trade discounts. trbatu and rdurtds sad mtw- ftt n este of surplus tuatara. ak and ggU*nCnt strap accuse 1p OWNEli.. and CON. TriCTUR stwll mam W-Asions sa that they may b< obtained. 11.43. Payments smdc by CRR to the Sub co trge,tort for Work perfo1mA or fitittlished by Subcomrac rats. If m*imd by OWN CONT CMR shall obt&4 co Wcdd%e bids from sub-aiiwtmac-ptibie to OWNW and CONTRACMR sad stall ddiva such bids to OWN EF who wM Own daersttittc. with the advice of F 4CWEER which bids2 if any will be accepted. If any Pmvides tw the Subvaataaator is to be paid ca the basis o Cost of the work plus a fes. the Strbtottrracwes Cast of th Wtxk rand fee shall be deterulined in the saare ttrarmer s CONTRAIMOR's CCU of the Work sad fee as providat i, pimpaphs 31.4. It .5. 1 IA snd 11.7. AD s160ortuaess uta be subj=to the 0therprovisiaos of the: Cutout Dotamwnt insadar as s,pplicabIt. 11.4.4. Can's of rPCCW CMUWtanls (indiad'utlf but TK Gmhcd to a ngiaeexs. arehltts m tevjng Islmra� curve. ors ,omneyx and aeetmotnu) emptayed for sewices sp ciricaily [clued to the Work l L.4S. Suppl__W casts including the following 11.4.5.1. The pruparricin of ncccssanY travel and subssstcncc cap -- of CONTRACI DWs er ployees incurred in discharge of dudes eennec'rcd with d Work. 11.4.5.7- Cost. including ttanspcxtarion And twin' Hance. of all trtatertats aupplru Cqurt*mcnG tnu#tr0c appliances. office and tcsnr4rary fadlides at the site s hand toots not owntd by the worlccts. which arc a sumed in the perforatince of the Work. and cost Ir market value of such hems used but not consumed whi nernain the prvpem of CONI'ILAC OR- 11.4.53. Rcntxls of all canstrucsifm egtupfnent a machinery and the puts thcteof w eth nente sfr �] CON P -,k R a ethers in Locordancc merits approved by OWNER with the sdyiee of EN NEER. and the coca of trampornwn- leading. unla iraWta ion. disminding and remmr7l the—41 xccordanree whit the terms Of said ramal agrecm rental of any Such equipment. tnultirrcrY air pa*u sl cute what ;he u= thcrrof is no longer necr&"rV for Work. i 1.4.5.4. Sales. consumer. use or similar taxes Fels to the Work. and for which Cf)I' rgA..,7TOR imposer) by I.Aws and Rtgutstirmt, 11.:SS. Dtyasits tort for causes tither tl V, n' gena+ of CONTRNCTUR. any SubconuaaWr or fit? directly or indim-Wy emptoyc'd by any of them Or hos we acts any of them may be liable. And ro7 payment& and feet for Permits and t'rc nsrs. 0(700-34 M • a • 11.4,5 , t,osscs and da.mafcs tend related CaPenscst caused by damage to the Work• not compensated by sustained by CONTRACTOR in instua= or otherwise. and furnishing of the connection with the perform"" Wont teaccpt losses std damsgcs within the deductible amounts 0i mpeny insurance establishedprovided by Oyhave rc- m ordarwe with pa"Fraph S.9Y. provided they salted from causes other than the negli[testcc of Cf3N TP','CMyL anv Subcontractor. or Anyone directly 4 itulinestly ernptoyed by any of them or for whale sus of them may be liable, Such hues shall include settle- ment, made with It, -written ctinsent and apAmwal of OWN ER. No such losses. darnaFe13 nd exoemei 9W be included in the Cost of the Work for the purpose of demrnninini CO NTRACi'OR's fee, if. to—%v— any Inch lot or damage 'Fres recorutruc6on and CONTRA& R "I lac "paid {s rp4jeedse"V in t satf a Pin ornate to meted in paid for sus The cost of utilitics. fu et and sanitary faetli tits at the site. 11.4.5.8. I.finor expenses such as ecle>uarss• long dis- tance telephone calls, telephone service at the site. es- presrage And sirrulsr petty rash items in connection with the Work - 11.4_5.9. Cott of prctniurns for additional Bonds and ituurutcc reziturad because of changes in the Werk. The term Coss of the Work shall not include any of the following. i 1.5.1. faavroll costs and other campertsation of C01`4 �TC1Ft'TRA s officers. exccusivu. Pn� ns sof par"ership and sale propricwrshipsh general managers. engineers. ar Citttccu_ estimators. aasrneys. auditors. ACiWit[an[S,. pct chasing and conu=int agates. cxptditcrs. timekceptris clerks and other personnel employcd b CONT OR whether as the she or in CON7F..ACT'OR*I Principal or a brartcb off= for general adrainistrasion of the Work and not specilic2ly included in the agreed upon schedule of job cSassificarions "dcrted to in pa Ph 11.4.1 or specifu lly covered by Farapaph 11.4.4—all or which are to be canrid- ered administrative cosi covered by the CON MMR s Casts due to the neylipvtce or CONTRAMR. any Subeontractoc. or anyone directly or indirectly err ployed by anv or ttacm er forwhou sera anY of then n%Y be liabre. including but not UrrdtW to. the conrcnon of d0ecdve Work, disposal of materials a equipment wrongly supplied and making good anv damage to proverty Other overhead or gcn_11 expensecosts of any kind and Iv and expressly included the vests of any item trot ataeciftcal in paragraph I I.A. 11,h. The CONTRACT0R's fec allowed to COMM LAC' TOR for overhead and profit shall be deternvncd as follows: fee. 115.2 Expetues or COM-RACTOR"s prirpdo and branch otfiecs other than CONTRAt['TOR's elf— at ttrc site. 11.5.3. Any part orCoirrRAC-"rOR's Capital expenses. inctuding iutcr*st on CONrRAdniYDR's capital em;toved for the Work and charges ti�ainst CONTRAC1nR for dclin- quem pAYVM$ts. 11.3.4. Cost or premiums for att Bemis and for all insirranae"r+ttcsher or not CONTRACTOR is required by the f?ocumcnts to pun:hssc and nisuntsin the sarrtc Contract icsceyt for the cost of premiums Covered by s+sbrnrxft� M1.4.3.9 alaaret. I1.6.1. a mutually accWubk fixed fee. or 11.6_ if a fixed fee is not op -d upon. theta Ates based on the following pef=W'es of the various Poole% of the Cast of the Woti;: 11.6-11 1. for costs incurred under paragraphs 11.4.1 and 11.4.1. the CONTRACTOR's fee shall be ace' perrxnt: for ensu incurred under paragraph 11,4.3. the CONTRACT WI fct shalt be five percent: 11.6.23. wttcir one or more tiers of subcontracts are an the iasis of Cost of the 'Nark plus a fcc avid no fixed fcc is agreed upon. the intent of tr+rairLPbs i 1.4.1. 11.4.x. r 1.4.3 and 1{.6? is than the Subcontractor whD seutalty perfomu or furnishes the Work. at wlutcvcr tie. will be Paid a fee of fittest percent of thc. costs imutsed by such Subcontractor uruler paragraphs I i A.1 aril 11.4.2 and that will any higher tier Subcontrxxor and iYahCTAAC"Tt7Rothe cacti let paid a fee of five ptsccnt of the amotmt iso next towar tier Subcontractor. 11.6.7.4. no fee shall be p4yzbRc on the basis of costs hcmi7'cl under paragraphs 11.4.4. 11.4.5 and 11.5: 11.6.2`. the. anwunt of credit to be allowed by CON TRACTOR to OWNER for any ehangc which results in a nct dcatxsc in cost will be the amount of the acuml net A's fee decrease in toast uai 1 deduction o£} such net d c, by an arrtatsnt cmwl and when both add'otion' and credit' are involved in any one change. the adjustment i7 CONTRACTOR I fee shall be -mrmttcd on the basis of the net Chanicin a=� with p r'4u+phs {1.6 ^ 1 tttscruEdt 11.6 J. inclusive. t t.7. Whenever the cyst of coy Work is to be determind Pursuant to par=graahs IgA and 115. Co establish turd mainuin reston;1S thcrcof in ace"o"d` Hunt practices and submit gcntrally ac�eptcd t an itcrnired cost brcaY ascctata.ble to p .NC;INEU' nether with tuppo"ins bra - 00700 --35 dw 40 40 40 CAzh AtlOwWWW I I.E. It is undcrawod Chu CONTRACMR has included in the Contras price all allowaaoes so round is the Corttasct boarrrrents and shall cause the Wait so covered to be fur- nished and performed for such sums as may be scoop" a to OWNER mrd ENGINEER. CONi7ACMR sets that: 11.1.1. the olkymanou ineltxlc the teat to CONTRAC- TOR (less any gppliablc Grade d4caunta) of calc6als and aqujrmenr requind by Che allowances to be delivered &I the site� and all aw able taws: and. Ili!. CONTRAC 1nOR's casts for uttlaa lkM and han- dling on the site, hbot instaltstiort OW -L overhead. prole and other expenses amumpltted for the atlowm= have been included in the Corona price mad not in the AS ---es and no dearmd for ad&kOa! payman oa &Q00 tea of tray of the forming will be valid. Nor to find paymemt. an appropriate Change Order will be iswed as reemnmended by ENGINEER to reflect auttal aarounts duc CONTRACMR an account of Wort owexrd by albwanees.. and the Contract Prise shall be earespothdinsly adjusted. 1L9. Una prw Werk* 11.9.1. Waters the Contract Docutnears Ptevide that all or Pan of the Worst is to be Unit Price Work. martially the Contract Price well be deemed to include for sell Unit Price Work an amount cquA to rite rust of the estahftshtd unit price for each separately ktenddod item of Unit Price Work times the esdaWed quantity of each i = as indicated in the Apreemear. The estimated quantities of items of Unit price Work an not guarutteed and are solely for the: ptrrpose of comparison of Bids and dacmdrdng an ieitial Corromat Pri= Daanrinations of the acne quandtirs and classific' doffs of Unit Price Work perfornmed by CONTRACMR will be made try ENGINEER in accordance with paragraph 9.10. I1.9.1 Each unit price will be deernod to includz an arnoutu considered by CONT'RACMR to be adequate rn carer C0NT? ACMR's overhead and profit far each sepa- rately identified item. 11.9.3. OWNER orCONTRACMR may matte a claim for an adjusunent in the Contract price in a...^�arduxe with Article I I if: It.93.i. the qusnrity of any item of Unit price wart patforrnad by CONTRA=R. differs msurially and sit. nifu asuly (tem enc csrimmed quatntity, of such item indl- cated in the Agreement' and 11.932 them is no co=ponWnt adjutunent vrith respect to any otW iLcm of Worts. and 11.933. 1f CONIRLTOR bdievcs the CO1TfRAC• TOR is entitled to an i vaesse in Carte= Pim as a result of having in -mrd sdditxXW expense or OWNER be. k.v= that OWNER is evert to a dcercase in Contract Price and Urs parties ars urable to apse as to the amount of any rueh increase or decraw. ARTICLE t2—CHANGE OF COKTRACf TIMES 12.1. The Contact Tunes for MResconesl may only be chttged by a CMmp Order or a Wrimm Amasdment. Any claim for as a4:KWMau of the C:onsract Tunes for MilICO ttesl LW be fraud an written notice defsrer d by the party making die claim Co the ashes party and to ENGINEER Promptly (but in no evens later thea thirty daysl after the oaautt*— of the eves, gulps rhe to the claim and truing the general nasus of rhe claim Kosice of rhe cotumx of the claim with sWptr=4V dap ,alta!{ be delivered widmt sixty days after such aectarsthoe (unless ENGINEER allows in addidarod period of doe to &$terpin more === data in sttPpora of the aloin) and than be aesampaaiod by the caitnarrt's wdaea Ratrsnemt that the adjustateat chirped Is the entire adjusaneas to which the cbgmara has reason to believe h is entitled as it teatdt of the aouu tcnet of said event. M chins for 9djtuutsent in the Conu-ut Tones for Mt7estem) obeli be ducrazined by ENGI- NEER in accordance with paragraph 9.11 U OWNER and CONT'RAcmR cannot otherwise afxee. No Claim for sn adjustment in the Comn=T-== (or MR ) will be valid if sot subrukEed, In tecardw= with the rcquiranents of this paragraph 12.1. 1- AIE time limits stated in the Conti= pocrsmenu tee of the essence of the Agteemcnc- I23. Where CONTRACTOR is ptrvvwLcd from camPkt- ung any }net of the Work within the Conn -act Times (or Nocswnes3 due to delay beyond the control of C'ONTRAC- Top, the Cantraet Tures (or Mllesu nes i will be extended in an amount equal to the flare last due to such delay if a ckum 4 made therefor as prpvidod in paragraph 12.1. delays beyond the ,ntmi of CONTRACMR shall irrcbuic but era( be lmsaal to. acts or neglea by OWNER. sus ornetlect of mtUiry awrren orother can tractors perfonnfng ocherwvric as tontentpbted by Article 7. fuss. floods. epidcrnics. abnornal weather condi- Lias err acts of God. Delays amribmtabto to and within the conud of a Subcontr=or or Supplier shall be deemed to be delays within the control of CO?TfRJu7M - 12.4. Where CONTR MR is pmveated from caraVlct- ing any tart of the Werk within the Contraet"171'" (or MOestasraa duc to delay beyond the conaot of bathms ER WA CONTRACft3R. an exurtsian of the Cantact T Miterronesl in an aprofen egtW to the time last due a such delay shall be CONTRA= R's talc and cxrhxtivc mr+odyfor such detay. in no event shall OWNER be liable to COLT RAC. TOR. any Subco ar. any Supp(ier. any other person or Organization. or to any surety forar emPloym err s�l ddsr of 0=, for "mage, arising taut or or reau him f,,oOn R. err fir ex., by or within the .n.t or CONTRA OO7Oa-36 40 40 f 40 delays beyond the. Control of both Partial including but 0`1 limited to ftres. floods. cPrdemncs. a eet by utility Owners or tions. acts of God 01 perfoarmS ®her work u contemplated til'S' other contact� Ard0c 7. , ARTICLE 13—TESTS ANP INSPFCVONS; CORgECS ON. REMOVAL 10R ACC£Irf'ANCE 01' DEFECf7l'E WORE: 13.1, Notice nr Defects: PromP[ notice of all drlrrrirr Work of which OWNER or ENGINEER have actaal knowl quill be given to � CONR Ail drrecliw Wor" edge mag }fid• �t ted or a=Ptcd as provided in this AftICIC 13. A,tceu to Worms OtNNEjVC4 w d NEERncl of O•IVNER.. i 4epeadent edict -lies ttauvcs and PcTlan s ,�h judwic- tcstim laboratories and govefrt�nuu c tiottai intcrrsu vn-11 have acct= to the Works[ ceasostabk times for tlteir observation. inspccunit and testing_ COIR l provide hem Pi4Perartd safe shaleanditions, for stub atxrss and ,thvise hem of CONTRR's sitc safety Protedutes and Pr°rr,u x° thvtt they mea comply therewith a$ appy . anprovsa. CONTRACMR SWI ,1W be responsible toratran.;- ing and ubuin%nP and shall pay all costs in conncax w with any insP ons, tests or approvahx srAjuited for OWNER`S and @NGINEER's accePE qce of matetisls ar cqu}pinent to be inca,por,t,d in the Work_ or of matcriahs. mia designs. or equipment submitted far approval prior to CONTRAL"I'pR'x n in the Wart . purchase tthctcof rot inoorP°tavo be 13.6. if any Work for the work of os v CO si that T i1� CTOR inspccted. tested ar approved is coveted without written Cana' or ENGINEER. it must, if re- qucstcd by ENGINEER- be uncovered for abKrvstiaa- 53,7. Ijncovering Work as pmvWcd *JUL para7mh 13.6 shill R has be at CONTRACTOR`S v robe unless T R•s inten- gciven ENGINEER rtrteL ncsacc of CONTRJ tion to cove' the carte ENGINEER has not acted with rcwnable psomp=s$ in veg*11sc to such notice. Trus and lnsyCC31ibrcf: CON•TRACJ-OR shall Riva ENGINEER timely no - 33 nce of radinesx of the Work far all required i�m nspau, tuts or approvals. and xh-dl eauperute with inspection and telling persarrutel to fatahhtate required i-pWionl or tests. 13.4. OWNI R shall employ and pay for the scrvk- of" tests - independent 'aunt the to perfann ai -ail nspectiatu• tests. or approvals requirr.d by the Contract pacarmenu cxrcp[: 13.4.1. for hmspcetions. tests or opprovt1s covered by p1r,V-Aph l3S below: 13.4.2 that cnsts'sttcurred in connection with ruts or arts eonducted paursultilt to paraEiaplt M. belox rola h 13.9; and shelf be Rand u provided in aid P*�EraP 13;4,], as otherwise specrflcilly provided to the Curr uadt poctsments. Urtcarcring Work 41 13.8. Sf any Work is covered conuwv sa the wrincn regtf of ENGINEER it must. if rc4uestcd by ENGINE cd at uncovered for ENbe GiNEER's obserrrtior. and rep CGNTRACfOR's expense. 13.9. if ENGINEER. considers y ii nocts-r.v Of "vis2ble ENG R or inspected that covered Work be ober t ENGII°IEFR's rc- or tasted by others. CON 1 A R at "71iable for queco quest. Owl unver. oxpose or otherwise v talrc, obsuvuion ins on or"" as ENGINEER ma, rW thea portion of the Work in question_ furnishin€ all i1c"Asar`' iakror. mattrW and equipment. If it is found that such Work is R slrall pay all rlairns. costs. losses drfrrtiur. COi3IR �C of ar resulting from swell and damages ,=ssed by. ajWn out j ion and testing and urtoavcting exposure v}ncr,rauon. imspee but not saaisiac If tory reptacuncnt or reconsttttctnan titsc t of work& Oof othcast: 1°unitcd so all costs of fir, or rcplamncnf and OWNER shall be enuUcd to an approprimc decnelse in ttte C,otrtract price and. if the Pau arc urabie to agscc as to the ,,,aunt thereof. may nuke a dhaim thaefoc as provided in ArticleII.If.ho rer•such�Yorica notfound sein hedCantraet C7O li)R shaA be ahtowad an i�tncsratorhiilestoncsL or Price or an estcttsion of the Contract cx lire. o>~ both, directly attributabic to oeh uncov and rccoristtvClio n: servation. inspccaon. tcsanF P Is su the amount and. if the parties arc unable to a� r as pr - a hercof. COKC ACTOf. My make a claim these to s pi vided in Artkks I I and 1. - 13.5. if 1. ws or RCVLL12 iorrs of any public body having jurisdiction rWuire any Waric (orPanthereofr specif-Illy to be inspected. tested or aplxovcd by an employte or othcr�s etme srntativc df such public k)OdY. C ONTV-AL-1C1R x�hl full resppnsti Mty far afrartos aryl obtaimnt sith inspcztions, and tests or appnrvals. Wy 01 costs in eanncmion ftlercuti furnish ENGINEER the m4ua'cd erfttf'cUcs of intpfs[ion. at pw"ER M07 SWP rhe K°rk-- 43.10. 1f the Walk is de Errirf. or CONMotMR tail's to supPlw suftieiefrl s4.ilhcd workers or suitsbNe mxtcrials ar equip- ment.orfail$ to fnrnishorperfonn the Fork in such a way that the completed Walk I pM conform to the Contract Doextmcn i' pR to slap the Work- or a. OWNER may order COT7 SRS for such order ha` bccn ronion thcreflf. until the 1r[ of OWNER to stop the Worl eliminated: however. his fib 00700-37 P` y 40 s1ts11 not give rise to am duty on the pan of OWNER to escrciso this tight for the benefit of CONT AMOR or any Surety Or other p2ny. Cotr,,�rr err Rcaraxal of D7 fcc,ti- Weak: 13.11. If tequirrd by ENGINEER. CONTRACTOR .hall pmrrtptly. as directed, eitlttrcorrc=all defective Wo& whether or not fabricated. insndled or completed. at if tM Fork has be,, rt j cud by EVOINEM remove it hum the site and repIae,e it with Work that is flat defeRivr. CONTRN--TOR slrail Pay all claims. oasts. Iosco and dwrat s --d by or resulcing from such corra-sion or removal t kwUldinS btu not "tined to all curt. of rtlasir or mplacernew of wont of athero). 113.11 coercc-boa FUUXL .SAM. If within one y=rr afar the chic of Sub$ "rel Compaction or such longer period of tiutae u tray be pre srsibed by Laws or Rclulatiorts or by the t-Tts of soy applicahie tp=W paw= raM°f ed by'tlre Catttraet t]oc- untcnu or by any speitc prvvisienr of the Cannact Doc". tricam. any Work is found to be dd"canr. CONTRACIDR shoe prorsrptiy. without cast. to OWNER acv! in acrosdau with OWNER'€ written inns uc io= w -n,= wcb drfro• rime Work, or. it it has been by OWNER. teuaove it &pin the fjw and replace it with VAM t tiros is mat defeerive. and Cal Satisfactorily corn= or rtrnove and replace any d to other Work or the work of others rest"ng therdrorn. if CONTRACTOR dors not promptly cotnlsiy with the .ravers of such inzaucdao.L. or in an c racy wlt=v delay would cause Serious fisk of lass or diange. OWNER nay have the drfecrive Wait coircetcd or the rejeexcd Work removed and r pCx=d. and ala chinos. -su losses and dursa}ts caused by or .vaulting f-otn such tt- moval and replaecmcm iinci"dind but not limited to all costs G( telnir err rcplacr,wa of work of othm1 will be paid by CON RA=P - 13.17.3. In apc�ial artatmsnnus wheaaa a p3ttictdu item of equipment is placed in eorxdnuass service before Substitt- tial Ccmplcdon of all the Work. the eorrecuon period for that ioextt may sten to run from an cartierr dim if so provided in the Spe ih eom or by Wriaen Arrtcrrdmcnr- 13.12.3. Where defective Walk tared damage rG Giller Work rtaddng th creftumt has been coffe ted. removed or mpbuxd under this pw2xaph I3.17- the earrecnan pcxsod hertunder with restsecc to such Work will be extended for an additional period of one year afar araeh correction or rt- movd and rcptaccment has been ratirlacinrily CzM1euxi. Aarpmn[x of Dtfecrrrc IV-*-* 13.13. If. irwccadd Of requiring conTCdon or rcmtavm and rcptacrcrntnt ordefrctivr ftrL O yr R to EN01- ( a1. priorrGIN t NEEER's rnoomm d%Lkm of final pa. prdcrs to uzzm it. OWN ER nuv do so- CONI RACI'OR shall pay all claims. costs. 1rlsica and danagct attribumbic to OwNLR's etrahution of trid determination to acmpt Surh defective Werk Isuch cc$raIn be approved by ENGINEER" to rcxwnabknMsl. If any such 9-ept— oaws prior to ENGINEER'S recamrrt,^ ion of final payment. it Change Order wr11 be issued incorporating tht nc aatdOWNER the Contract DocumcnIS with rwpocn .hall be cadtkd to an appiT(Ute doarrase in the Cantlaet price and. if the panics arc urable to apr c as to the amount the=(. OWNER may retake a cWm therefior as ptovWcd in Article It. If the acccpcance Occurs after such lion. an ispptopriare &mount will be paid by COIF TRASr A7R to OWNER. 0w,v'ER kict Comas Drfcairr Work 13.14. If CO Ni'RACfDR fails within a tmsonable time after written notice from ENGINEER to carrels decalre work Coe to =love and reptacc rcjcccd 'µ`ark at requkcd by ENGtNEgR in accordatxsxc with paragraph 13,11. or ifCON- 7R.ACTOR fails to peofonu the Work in arxmdassx with the Conu-W Documents. or if CONTRACTOR fat& to COCCOY with any other provision of the Cortuaet Decurrtcnrs.OWNER . may. after seven days' wnuan notice to CONTRACTOR. COrroc[ and remedy any such deficiency. in cKwisint the righes and rtmcdi s under this paragraph OWNER :ball Pro- ceed espCtidously. to connection %ith s+rch eve and remedial Lexica. OWNER my --cluck CONTRA OR from a I or µan of the sitr_ take poncW on of all or put of the Work. and :"spend CONTRACTOR's :=vices reused th—f. tare passessivn of CONI-PtACTDR's nmol:. APP -- tion equipment and wtiuerY err the site and incorporate is the Work all mtazcrias and equipment stored a the site err GO°whkh OWNER has paid tYOKIRAUTOR but which attire Storad alsewloere. CONTRACTOR sIWIaal� pww� Other representanvcs. e9cnts and trnpl =stars and ENGINEER and ENGiNEER's Coasultan[s :e- cus to the site to enable OWNER to exercise the rights sad remedies under olds pra aragph. All claims. czasu. losses and damages incurred or sustainnl by OWNER in ere cWrlg such tights and remedies will be charged against CONTRACTOR and a. Cli nite Order Will be issued incorporadu the neeesta" rcyi= i ns in the C:onuart Do=nents with res{sca to the Work: and OWNER shall be entitled to an apgr orKtate decrc= in the C-otur3ot price, and. if the parties am unable to aesce as to the amount thcrwf. OWNER may make a cla=n lhesefor as provided in Article l L Such claims. Cows. losses and louts!: will :ndude bort not be limited to all casu Of fcrpair or mplaca* went of work of others destrvved or damaged by'cossat+°n. centoral err replicermru of CON RAMR-s drfcerive Work. CONTR.ACMR shall not be allokcd an exrca&'on Of the C.nntract Times for Milestones) becats+c of any delay in 'rhe penton „aueofthe Work attributable to the GrercisebyC3►1`NER of OWNER's ri¢rts and remedies hemunder. ARTICLE 1a.. --PAYMENTS TO COKI-RAL—MR AND COMP LE 1ON Schedutr of Yule.=: 14.1. The sc�lulc of valuer established I"proridcd in gasagnoh ..4 wlt serve as the bads for prvp*Ys Fayn1enu arta 00700-3a 4M 40 40 W �n71 be incor —%cd into a form of Application for N I obceprable to ENGINEER. prop= payrnenu on lowum of Unit Price Work will be basad on the number Of units CO' plet,cd. Apk odes f1w PftT— fir"' 14-1 At least twenty days before the date established for each progress paymemt [but not more often than once a rnonshl, CON l RACTUR shall Submit filled nu10 WandrEER for signcd bti review an Application for Payor CONTRACTOR covering the Worst eomolesed is arthe date Of the Application and accompanied by such supporting documentation as is required by the Contract DOeUments. if payment is requested on the basis of rna trials and equip - meat not incorpomted in the Work but delivered and sWUNY stared st the site or at another location armed to in writing. the Application for Payment &.hall also Ix me-mpmiod by a bill or sale_ invoice or other documentation wanantiag that OWNER has nuived the materials and equipment free and dear of ail I„icns and evidence that e materials &Ad ,equipment arc covered by appropriateP Pcn urance and otherarrangerncntsto protect OWNER'S interest therein. all of which wiil be suisiactory to OWNER, The amount of reuiWe with respect to progress payments will be as gr stiputaled in the AgreernenL CpNTRA{CiOR'r Warrmety Of 17(k: 14.3. COIR vrartartts acrd tCrrararrtecs tha[ shit to all Work marcriais caval rxlutpmoott covercel by any Application for paymML. whether incorporated in the Prn)ett or not- will pass to OWNER no later than the time of payment free and clear of all l-.iens. Rc+vcw of Appikadonr for Prov= Ptrrnser-f 14.4. ENGINEER will. with'm tea days after reef: p or each Application for Payment. either inxlioate in writing a ,,=,MxtrdatiOn of payment and p_t the Application to OWNER, or rearm[ the Application to COIR indi- cating in writing In the jancr cav– CO for refusing n a make mend payment cation. Ten the ne�+sar7 co�o� atsd rcresubmit the App .li days after pmscnM On of the Appliratrion for hYment to OWNER with ENGINEER'S rgegmn=-4ztion. the ainoant vnertded will fsubjcct to the provisions or the last scn- tertx of pw-agtaph 14.71 becom due and when due will be paid by OWNER to CONTRAL-MR- 145. ENGINEER'S reeornmrndatian of any pxyrtwnt rc- quntcd in an App1'rts401rt for Payttxnt 1011 constitute a "t" - scntatianby ENOINEER to OWNEPL biscd an ENGINEER'S on-siuc observations of the ez©arud Wort: as an cxpcnes+crd and gwliCrc!_dcign profcSsiorul and on ENGINEER'S €ericw Of the Appti=dOn for Payrttent and the accurst anying data and achcdulcx. that to the best of ENGINEER,': kno+.tcdre. irdor- mstion and belief: 14,5.1. the 1York has ptopcSscd sO the pointittdlcated. 14.5 2. the gttality of the Work is generally in wear- i dance with tttc Contract D_Amlcnts tsubjea to an evalu- ation of the Work as m functioning whole prior to or upon Substantial COmpledon. to the rexults car any subsequent tests called for in the Cataract Documents. to a fitral " determination of quantiues and cla siftex6ons for Unit r Price Work under paragraph 9.10.`and to any other quali- fications stated in circ tccamuncndationl. and 1 143.3. the coorditions pmmticnt to CONTItAMR''s being cndlied to such payment apt>rsr to bare been ftstfillyd in so far as it is ENGINEER -s rexPonsibility to Observe the Wort:. However. by rtxomrncnding any such payment ENGINEER will not thereby be d --c;4 to have represtntcd that; fil exhaustive or continuous ort -site inspections have been made to etude the quality or the quantity or the Work beyond the msponsibik ics specifically assignod to ENGINEER in the Cr i --.s Tbetw en die fill cs that auk enWc CONTRNC- car issuer between the porn TOR to be pard additionally by OWNER or enti c OWNER to withhold payment to COISTRAGIM 14:5. ENGiNEER's r toommendation of any payment. in- cluding final payment- shall not mean that ENGINEER is responsibic forCONTRACTOR's To caw. methods.trdhniqum Sequences or procedutrs car costs ruction. or the safety procatt- tions and propams incident thereto. or for any failure of CON'1RACIC7R to comply with Laws and Rcpilations icppli- table to the furnishing or performance of Work. or for any railurc of CONTRA=R ro perform or furnish Work in accordance with the Canuact. Documents' 14.7. ENGINEER may refuse to "=mmend the whole or any pan of any payment if. in ENGINEER'S opinion, it would be incorrect to make the rgnesentuiena to OWNER rderred to in paragraph 14.3. ENf31i"IEER may also teftrsc to spm mend any such paYment- or- bemuse of subsequently discov er d evidence or the results or subscguent inspoctians car tests. nullify any such payment previously recommended.ito such extent as may be nacessarll in protect OWNER frons lass bee==: 14,7.1. the Work is defective. or completed Work has been damifed requiring coneetion or replaccment. 14.7 the Contact Price has been reduced by Writ= ten Amcndmcal or Change Order, 14.73. OWNER has been FCAuircd to correct defer= rive War' or complete Work in accvrdarwe with paragZaph 13.14, or 14.7.4. ENGINEER iters actual kttowkdgc of the o cturrutce of any of the events enutmerated in piphs 15'.t through 15.2.4 inCYUScvC. OWNER rosy rerun to make payment of the full amount rccontnxndcd by ILNGINEFR b-c2atc'. 14.7.5. claim's have been made asairut OWNER 0 =comnt asCor4' its performance or furnishlni of the Work. 00700=.39 • ob 4D El 14.7.6. 'Glens have becT filed in mnnoaion with the Work, eaecgt where CONTP,0,=R has dciivcrcd a spec&- Bond sas4s=OrY to OWNER to secure the s3>ixfa,Ctiotn and &%tha p of ruch Liens. 14.7.7. there are other iter"' erndtding OWNER to s setoff wpainst the amcmns rtt�ncrAnd. or 14,7.9. OWNER has -VW k+- 'of tha off rMce or any of the events ernmhaated in s 14,7.1 thmuph 14.73 or Fwagrstphs 131.1 thmugh meiusivC, but OWNER must give COri17LAfiTOR r>nl� tXtC vas for Doti,,,iwith a copy to ENGINEER) Ming such acdon rest pmWdy pay CONTRACMR the aMuxltt sol withheld. or any adji_=u thereto x4pved to by OWNER and CONTRtiGIUR, when CONTRACMR saOM= to OWN- ER -s sadeza n the MM ns for such most. 5ub==dal Comp&don: ENGINEER in writing prior to ENGMEEeR's issuing the dcfinidvc =n&c= ofSub=nL l Cour eiots- ENG INEER`s sforexzid rtaoamusesrstiant will be bandiag. on OWNER and CONTRAMR uutsl fiscal PWY—v— 14.9, OWNER shall have the right to exclude CONTRAC- TOR from the Worn~, attcr the due of Subsunt w CcMpletkM, but OWNER "I all" CONTPACiDRreL%O hlc shoe= W complete Or mrrca jtcsfu an the tertWuve list. 14.9. When CONTRAMR considers the -tire Work rra+dy for its intended use CONTR.ACTOP shall nodfyOWNER and ENGINEER in writing that sheenier. Wcxkissubstantially complete (except for items spocifie Ity Sated tiny CONTRAC- TOR as lOco:ttpleu) and req' teat ENGINEER issue a. ce niAc ue of Suhatantial Completion. Within a rczsOn% lc trrtac dhervtt t. OWNER. CONTRAC'-Ii3R and ENGINEER alull snake an inspotaion of die Work to dcreranne the starts of complcdon. If ENGINEER does Tat worlds" the Work sutr suatiAly compicte.. ENGINEER wM notify CONTRACIO in wrininggiving tnarrasous thucfar, If ENGINEEReoasiden the Work subsnndally tzmptete, ENGINEER will prepare and deliver to OWNER a tenrarive ctrLifi=m of Subseantial Comh- plcdon which dull fhx the date of Subs=" Connplction. Th crt shall be aaached to the tra�eudficuc s tettnadve l' OWNER E of to be coIct,od or corrocmd beftxc final t'xYnKm thrid have seven days after receipt of the tentative �icam dw-rag which to Make w t= objection to ENGINEER Is to any provisions of the cerci cam or artsehCd list_ If. after considering such o*=icm ENGINEER conclude% that the Work it ncx substantially ea WCM. ENGINEER will within foursects days after pAbroltsion of the Vmallve cmc to OWN ER notify CONTRACTOR rah wtitrn& aw-ng the rcautns thurtor. if. after consideration of OWNER'S objc Wont. EN- GINEER eousiders the Work Subs( r4i"UY place ENG'- NEER will within said fourteetn days exec Lc and deliver to OWNER and CONiR.P:CIt'3R. a definhivc centifscasc of Sub - sun" Completion Iwith a m-eiscd tentative lint of iserrumto be cOrnoejod or corrected) tcfleating such changes the icntanve Laiif"e as ENGINEER be ievcs Justified atter consideration of any obtoctloas from OWNER- At the time of delivery of twc lenuidVc cerditrate of Subusrhtial COmpletion ENGINEER vnZt deliver to OWNER and CONI k.,kCr aR a written recortunecstdstion as to division of trstmWAbUides pend- ing foul payrncni betwvecn OWNER and CONTRACTOR with r to sc linty. operation. iWcty. tnsinterhancc_ hru, utn7i• ties. fi+surarax an$ vrarra noes and PrIf*otec s. Uricus OWN ER znd CONTRACOR spec 0L hcrwisc in writint sn't so inicstm rel rte 14.1a. Chu by OWNER a OWNER•: option Orany nsb- atatstistly parL of the Work rorWdL (0 has SPAY bom idcndfiod. in the Cxrracx Documents, Or (Ni OWNM EN�'.tiNM and CON: P. 19W 0=41M='t ICP' rarely fnma+arsirt; tend t obk pan of dic Work that can be used by OWNER for its interdded ptupo>c -th" si; wtes` fertyace with ICON R AMOR's pegformoce of the r=Lb r of the Worlt- Wray be somaarlitshed piix Stt6atsat *6M of all the Wank mbj= to the fo[lowinV 14.60.1. OWNER at any time my request CAN- 77.AMR in writing to parts OWNER to 911t any hutch part of the Work which OWNER bcGc— to be tsadY for its intended we and p.b=vri2TY comPlem If CON- TRAC'It7R M= thu easels of the Work Is substan- tially c onipku. CONTR,ACIOR w1U r=tifY to OWNER and ENGINEER that "stied" parx of the Wolk Cs m6srut- dai4y template and request ENGINEER to isstde a ersty' int cif Suhsranad Coaapletihm for that part of the Wort f;q -fqR at army time Way notify OWNED and ENGINEER in-wrivng that COP TRACMR considers any nzh part of the Work ready for its inuxsdcd use mid substantially aoaiiihlew and requut ENGINEER to Ustre a ,rdf tilc of Substantial COmpkdon for tlnst part of the Work. Within a rea,sanab4e shone after eith,=such re t• OWNER.. CONTRACTOR and ENGINEER shall nuke an impection Of ttt pat of the Work to detasnina its scout of compictiatn. if ENGINEER does not c0 -kW that pare of the Work to be substand;dly complete, ENGI- NEER ,,It naafy OWNER and CONTRAMOR is wsit- ing tiring the rcasoca therefor. If ENGIMEI R -ttsiders that part of the Work to be s.hscusmdly comphsc the psvvisiorts of paragraphs 14.9 and 14.9 WM apply with respect to r.er14(' zkm of SUbstantW Cann bbl fn of � part of the Work and the division of testa respect th.ovaf and sons thereto. 14.103- Na oc=Aw'P Y or sehsarate operation of pan Of tlhe Work will be atroTplishc4 p� to co topli wvith the rrquircaicnt'Sof paragraph S.IS in rr! p of P-Pcrty imurancz. 1Fbn i lwpcc"z : 14.1 1. 4.7pon vximcn notice frnm COtd�7�R thE-ar„i4ythel, entire Work or art aperd twrti- NEER will auks a final irtrtxcsiom y4th OWNS hof AD pR and wilt notify CONTRAC-O 00700-40 0 4• 40 p,upeut= in which this tnstreerion reveals that the Work it incomocto; or cirir&Oe— CON Rl=R thsll invoctlieWY take such mcsaures as are neoes:zxry to complete such Work or nensedy such dcfri=6cs. ' Flnal APFd + for 14,12. After CONTRACMIt has —plet°d sh such le -I recdo" to the auisfuaiot of ENGINEER rrM dciirerui in z=ordanree with the Coo—= Uvea all maintetartee ani erpesaeinE irrstnstetions. sefrodrlt t. guaranLCCS. Bonds. hard& atcs or otherevidmrA of ittstsrarree r db Wagrzo 5.4.Cat= of n. marko"P -4M ( 5 prorided in paragraph 6.14) and otherM ,....... at C 'MR may make application for final pay-mt following the Protadure for Progress Paretw L TI4 final Application for payment,"IbeL=ompanicdfexoxPtat,p lydelivCMdl by: Cul all doom uaricm taped for in the coneraetDootmw%ts- uichAng bta not limiued to the evidence of insurance tegub d by subpataV%ph 5.4.13. Citi c-scrd ofthe suruy if any. W foul pyyrtt t. and nu cootpkic and leplly eficctive releases or vetivers (satisfamory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such rdeasa or waivers of Ll«u &red is app-vd by OWNER. CONTRAC• TOR may furnish reccipu or releases in full and an affidavit of CONTRACTOR that {t3 the r and fcaipts include all labor terviees, ntst.W and equipmestt for which a Lien could be filed. and. Cp all payrolls. maurial and cq*aKzU bills and a Jh,mdcbtedexssoauuoaod with the WarkforwhicitO�WNER or OWNER's property Might in any way be re bc= paint or othrxwise mdsficd. if any Subcontractor or Suppurr fails to ft=ish such a velem or raccipt in Nil. COt;T'RA=R may furnish a Bond or other caltaretah rads- iaetory to OWNER to indemnify OWNER against any lien' Find pqfwtem and Am vp9amm H.U. Jr. on the basis of ENGINEER's obscrruion of the Work during coratuetian and final k%TP=%ion. and ENGI- NEER'a rtnvkw of the final Applieatico for Payment Anel ,tying docrmeenntion as rtxltared by the Contract Cnocurrtrrtrs. ENGINEER is saddiied that the Work has been completed and CONTRACWjVj other oW*mdotts under the Gana-aat Doermtemtt have berm fuhUkd. ENGINEER vett within tut days after nxxspt of the final Appileation for f zaf ym rt4 hulicaae in writing ENGINEER'S of payment and present the Anptitatian to OWNER for pay [near_ At the same time ENGINEER will also give wrirua no6ca to OWNER and CONTRACTOR that the Wotk is ,capable ealica to thte provisions of paragraph 14.15. Otht erwbmc ENGINEER vrill rt IUM the nppliation ao CON- TRACTOR- hdiaating in writing the rramms for rc ttsirW to y mconaowd Aral prirrn-r- in which tare CONTRACTORshall rr.am the ntxttxsary correctiasn and resubmit the Application. Thirty days sf= the pm3emstion to OWNER of the Applies - tion and accompanying doaurar umn. in appropriate form s anti submticy Lad with ENCINEEWs roeomenemduion and notice of acceptability. the amount racomrnen6ed by 'ENGI- NE'ER will became duh: and will be paid by OWNER to r :1 .: s_r.;rfal��l 14.14. IL through no fano of COt�f R ACTOR. furl Dean- pktien of the Work is jt gpn ficaody dekyod -A 4f ENt:ilMEER so OD" fvms.OWN ER shall. upon raceiPt orcomTRAC:Ii 1 final APp1912tkM for Payrent noel ,,.w=Wwko or F -HG' -r NEER.: and without terva* hung the AVce MWU .make pay- Mad aymad of the balance duc for thus portico of the Wont fully ,,Meted and acexpted. If the rtxruhting balance to be held by OWNER for Work not fully ecttrpletod tar --mad is lea th - the rersit►W stiparlated in the Asreemms. and If Bon" have ban fuanirheet as t in para pso SA. the wrrerees eat- sent of the surety to etre payer of the balance due for aunt portion of the Work fatly aid and woeptcd shall be. caumtte�byCOayment.TOR Y SWbbe amde the �r caaiote for sudlt payment- Sal pay except that hire teYrtts and eottdiaaas gt it shall not ox minae a vetiver OfCIA= Wartar of C laimm. 14.15. The nuking and aoesptaaoe of firrai paytoent tvt'11 consdvatc: t4.15.i. a wa!Nv of all claim by OWNER al.� CONTRAQ' P-=,,jtciamsatw"ftomunsertledLiens. from deeviv+r Work etppeuuutlg atter f mai WaPotx oo Purau' ant to parzgraph 14.11. from fan= to arosty with t110 Cone= Dot; ,xat t or the tomo of any xp*; al spcecifmd therein. or from CONTRAC[OIVY eoagtxnitsg air ligadoru under the Cmu%;t putt: and 14.1S.2 LwLhcrofaildimsbyCONTRA�Ci'477Reftha OWNER other than those Preciously made im writing arra still unsettled. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION OWNER Alay Sorg Ward 15,1. At any tiote:atd widwta r -W— OWNER [nay snts- pcttd the '►York or any Portion tlt<senf for a perioI -:f root rote than ninety days by noo= in wrrtmg to CONTRACMIL and ENGINEER which+wiill Wt the date an which Wont will be n=unscd. COMA RA=R shall rvwme rite Work sat the due so fixed.. COt TRACPOR shall be *1 lowed an sdytuttnatt it' the Conuaa Price or run V_uion of rho: Contract Times. sr both. ei,Qdy ataiber bz c to any u1chpnpcnepmIf CONTRACTOR maks-s an aPPovd daim Ulemfor as pmv;dcd in ArWca I f and 12- OWNER 2_ DfYN R Mai TvW6- 15.2. upon the o=-- of any oto or more d falkrt i ng evtents: A- 00700-41 • 40 • L-1 i$.2.1. if CONTRACTOR persistently fids to perform the Work in aetxstdance with the Contact 1300utxnts fiat- dvding. but not lin$ted to. failure w supply sufficient skilled wgdcrs or suitable oratesisk or equipment or;aquae to adh= to the progress schedule anbtirt and or par2gtaph 2.4 as "jus" from shoe to titnc pursuant to paragraph 6.51; 15,21„ if CONTRACTOR diacgards laws w Rcpla- tiom of any public body having juris4cLirm; 15.3.3. if CONTRACTOR diztcgards the authority of ENGINEER. or 15.2.4. if CONTRACTDR othrrWisc vitiates in any sub- stomal Way any provisions of the C waat Daamm= OWNER my. after giving CONTRACTOR land the surety. if anyJ seven days' written notice sod to else yet -d pnxtait- led by Law's and Rcgutufortu terminate the semi(= of CONTRAC OP- exclude CONTRACTOR from the site sand take possession of the Work and of all CONTRACTOR's tools, apptiaaces, cons; truadga ogwpohrrtt and machinery at the site and use the same w the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or ccnvcrzion). incorporate in the Work all. Mated - all &M equipment stored at the site or for which OWNER Inas paid CONTRACTOR but which are stored elacwvherc, and finish the Work as OWNER nay deem expedient. in such case CONTRACTOR shall not be entitled to receive any further payment untit the Work is fidthed. If the unpaid balance of the Contract Rice catcrxds all claims, C=1 - to sic% orns.tosses and damogts sustained by OWNER arising out of a resulting from completing the Wart ouch excess will be paid to CONTIW.TOR. if such claims. casts. losses and dun- ages exceed such unpaid h2lznct. CONTRACTOR shall pay the diefcmnee to OWNER- Such claims. casts. loses and damagr-uj incurred by OWNER will be rcvieveed by ENGt- NEER as to their tcasanablcncss and when so approved by ENGINEER incorporated is a C hxW Order. provided that when cxersising any rights or mmcdi 4M 40 11 4M such tilht3 of remedies as e'sther may caws -j- have under the Cnnaart DOCUB nen or by Lnws or ReguLuions in reslrect of any dispute. .r ARTICLE 17—f15CEE.LANEOUS GM4V Notice: 17.1. Wp=Vrer any provision of the Centrad DommmL$ rcgtsit= the giving of wdncu nodee, it will be deemed to have b= ,I;dly sweet if delivered in person to the individual Or ro a tuott'ber of the firm or to ant aff4er of the COM--�- 'fa whwm it Es intended. or if delivered at or sem by mostcred a c=tukd snail, pmw pvcpaid. to the last busirw= address known to the liver of the rtooce. Caarfisnmwr Vf nmcr; 172.1. When any period of time is referred to in the Cooeraa Doeumeou by days. is will be computed to ercivdc the fust and indude the last day p u Y the Oft 1 day of any such PtticA falls on lk OF Made a ko boli"Y by the taw of the appl'ar�bie jurtsdtaion. such day will be onja d from the tompur=A- 172-3. A calendar clay of twestty-four h0M measu"d from midnight to the next midoiOl will constitute a day. N.,w of Clea+ 17.3. Should OWNER ar CONTRAC=MR suffer leveret or dagga to person or property, been= of any error. omission or act Of the other party of of any of the other party's employees or aWts or others for whose acts the other party is 1cP11Y liable. claim will be made in writing to the other pasty within a � as reonable time of the first � of7.3 sfnlnot or r d,,,,TM provWw" of this pua�sapl+ be eonsuued u a subtdatte for or a waiver of the provisions of any appUczble statute of linlitations or repose. r Cumulative R media. 117.4. The duties arae obRgatiotts imposed by these General Gondikns and the rights and remedia ayulable hereunder to the parties hereto. and. ht particuhrbat widtour Rmimion. the wutanties. gassantees and OWigatioats imposed upon CON-. TRACTOR by paragraphs UL 6.16.6.3th. 6.31. 6.i3. 0.1. 13.12. 17.13 . 14.3 and 15.2 and all of the riginu and remedies avu'lable to OWNER and ENGINEER thereund- are in addition ta. and are sant to be mttsonted In any way as t Emintim of any, 60u and remodia avaMAC to any Or all or them which are othrxwise imposed or avaUAc by IA --Or Regi lotions. by speceal warranty or p -r— or by other MvWorts of the Cosmos Doe%goe nts. and the pnrewom of this paragraph will be as effective- as if tepatcd specif9WlY in the Contract Docturrents in connection with esch laarsicuW duty. Obligation. tights and remedy to which they app1Y. Prvj! Fru and Carat Cotta Inctudu' 173. Whemver rdereaea is made to "claims. costs, lasses and damages ' it shaSS include in each c 3m but not be 1.t nitcd to. all fees and charges Of C%140xrs. architects attorneys ant!+ other professsOnRls @M all cbtm or arbitration or other dispute rrsolutlon c»sts. (The reenaindar of this page was left blink intcnticx+ally.] 00700-43 • 410 4D 1:1 6706.050 EXHIBIT GC -A TO GENERAL CONDITIONS OF THE AGREEMENT BETWEEN OWNER AND CONTRACTOR For USe with iEJCDC No. 1910.8 (1990 ad.) DISPUTE RESOLUTION AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions to the Agreement between OWNER and CONTRACTOR is amended to Include the following agreement of the parties: 16.1 Before bringing any action in court pertaining to any claim, dispute or other . matter In question arising out of or relating to the Contract Documents of the breach thereof, except for claims which have been waived by.the making and acceptance of final payment as provided by Article 14.13 of the General Conditions, the claimantlobjector shall first define the dispute to the other party to this contract in writing and make a specific demand for settlement of said dispute or claim. If the other party fails to accept said demand or dispute, or offer a specific counter -proposal thereto within fine (5) days of the receipt of such claim demand and settlement proposal, the claimant/objector fails to accept any counter -proposal from the other party within five (6) days of receipt thereof, the other party shall be free to submit the claim or objection to litigation in accordance with subparagraph 16.2 hereof. 16.2 Any claim, objection or dispute arising out of the terms of this agreement shall be litigated in the Nineteenth Judicial Circuit Court in and for Indian River county, Florida and the prevailing party to any resultant judgment shall be entitled to an award of all reasonable attorney's fee's and court costs incurred by such prevailing party against the losing party, including reasonable appellate attorney's fees and taxed costs. 16.3 The CONTRACTOR will carry on the work and maintain the progress schedule during any such efforts to settle or litigate claimstobjections or disputes between the CONTRACTOR and OWNER under the terms of this Agreement. arms 00700-A-4 • 4w 40 {6706-050 SECTION 00800 SUPPLEMENTARY CONDITIONS f TABLE OF CONTENTS PART I - AMENDMENTS TO GENERAL CONDITIONS - Article L. & 1 DEFINITIONS 2 PRELIMINARY MATTERS 3 CONTRACT DOCUMENTS; INTENT, AMENDiNI"a, REUSE 4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS & 'BONDS AND INSURANCE ri 6 CONTRACTOR'S RESPONSIBILITIES 7 OTHER WORK g OWNER'S RESPONSIBILITIES S ENGINEER'S STATUS DURING CONSTRUCTION 11 CHANGE OF CONTRACT PRICE 13 TESTS AND INSPECTION; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORT{ 14 PAYMENTS TO CONTRACTOR AND COMPLEI ION 15 SUSPENSION OF WORK AND TERMINATION 16 DISPUTE RESOLUTION 17 MISCELLANEOUS " PART U - LISTING OF FORMS TO BE USED DURING PROJECT CONSTRUCTION NOTICE OF AWARD NOTICE TO PROCEED FIELD ORDER WORK DIRECTIVE CHANGE CHANGE ORDER APPLICATION FOR PAYMENT CERTIFICATE OF 'SUBSTANTIAL COMPLETION FINAL RECEIPT PART III - DUTIES, RESPONSIBILITIES AND LIMITATIONS OF AUTHORITY OF RESIDENT PROJECT REPRESENTATIVE SUPPLEMENTARY CONDITIONS I 00800-1 x�x+rae • • • qW 6706-050 PART 1- AMENDMENTS TO GENERAL CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (E]CDC Document No. 1910-8,1990 edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect.. ARTICLE 1. DEFINITIONS SC -1.10. M Insert the following language at the begiruung of paragraph 1.10. SC -1.36. Delete paragraph 1.36 in its entirety and replace with the following: 1.36. Specifications - Sections included under Division 1 through Division 16 of the Project Manual as listed in the Table of Contents. SC -1.38. p Insert the following at the begiruu'ng of the definition. Contract Substantial Completion shall mean either that all on-site Work �. including punch list items required by the Contract have been completed to where the Contractor can vacate the site and only those elements of a submittal and closeout nature remain for the attainment of Contract Final Completion, or in the event of mutual consent, as provided for in the Contract Documents, the OWNER has occupied a portion of the Work, then Substantial Completion shall mean that. 00800-2 • r 40 6706-050 SC -1.45 - Add the following now definitions after paragraph 1.45 of the General Conditions: 1.46. Conditions of the Contract - The combined General Conditions and Supplementary Conditions. 1.47. Project Manual - The Invitation for Bids, Instructions to Bidders, Bid Form, Agreement, Bonds, General Conditions, 'Supplementary Conditions, Specifications, and Appendices. ARTICLE 2. PRELIMINARY MATTERS SC -2.2. Delete "ten" In the first line and replace with "three". SC -2.3. ` Delete paragraph 2.3. of the General Conditions in Its entirety and insert the following in its place: 2.3. A Notice to Proceed may be given at any time within thirty days after the Effective [late of the Agreement. The Contract Time will commence at the time specified in such notice or, if no notice is given, thirty days following the Effective Date of Agreement, provided that the Notice to :proceed may not specify a time of commencement later than 60 days after the Effective Date of the Agreement. SC -2.6. Amend the first sentence of paragraph 2.6 of the General Conditions to read as follows: Within ten working days or fifteen calendar days after the Effective Date ... . 5C-2.7. Delete paragraph 2.7. of the General Conditions in its entirety and insert the following in its place: t' r 00800-3 2121 A5 • 40 M 6706-050 4.2.1.1.1 ENGIEER has relied upon the data obtained from subsurface satasismade in thethe formiof boring loge is te in the form 'Of test boring. Such available, refer to Section 00200, Information to Bidders, for instructionp� an how to obtain. -this data. The locations of the test borings are ipartaofdDrawings. the ContractDocuments. logs and samples are not p and recording Contractor is existing swaleselevationsonsible oatm100' intervals prior recording Swale elevations shall be to construction. Existing maintained throughout construction. Contractor is also eation allponsibingfor perpresmaneat survey amo�umentationor maffectedof nbyand construction. Add a new paragraph immediately after 4.4 of the General Conditions which is to read as follows: 4.4.1 ENGINEER may check the lines, elevations, reference marks, batter hoards, etc., set by CONTRACTORS, and CONTRACTOR shall correct any errors disclosed by such a check. Such a check shall not be considered as approval of CONTRACTOR'S work and shall not relieve CONTRACTOR of the responsibility accurate he CONTRACTORshall furnishpersonnelutolon Of t assistENGINEEReinork. checking lines and grades. ARTICLE 5. BONDS AND INSURANCE SC -5.1 Delete the sentence of paragraph 5.1 of the General Conditions in its entirety and insert in its place: "The of CONTRACTOR shall furnish a payment 'bond for l00 percent the total amount of the Bid and a performance bond for 125 pecentity for the underful thepcontrce Bid as act documents." SC --5.4 The limits of liability for the insurance required by paragraph 5.4 of the General Conditions shall provide coverage for not less than the following amounts of greater where require by law: 5.4.1 and 5.4.2 Workers' Compensation (1) Workers' Compensation Statutory s (2) Employer's Liability $1,000,000 1 00800-5 F 6706.050 5,4,3, 5.4.4, and 5.4.5 C mprehenslve General Liability Including Premise/operatlons; Explosion, Collapse and Underground Property Damage; ProductslCompleted Operations, Broad Form Contractual, Independent Contractors; Broad Form Property DamaIe; and Personal Injury Iiabliltles: - (1) Bodily Injury: 51,000,000 Each Occurrence $1,000,000 Annual Aggregate (2) Property Damage: $1,000,000 Eachrence AnnuO Aggcur agate (3) Personal injury, with employment exclusion deleted. $1,000,000 Annual Aggregate 5.4.6. Comprehensive Automobile Liability including all awned (private and others), hired and non -owned vehicles: (1) Bodily Injury $1,000,000 Each Person $1,000,000 Each Accident (2) Property Damage 51,000,000 Each Occurrence 5.4.7.1 The insurance required by paragraphs 5.4.3 through 5.4.6 shall Include the ENGINEER and ENGINEER"s consultants as additional Insureds. SC -5.4.13 Add a new paragraph immediately after paragrar!h 5.4.13 of the General Conditions which is to read as follows: SC -5.4.14 CONTRACTOR may purchase and maintain excess liability insurance in the umbrella form in order to satisfy the limits of liability required for the insurance to be purchased and maintained in accordance with paragraph 5.4. Evidence of such excess liability shall be delivered to OWNER In accordance with paragraph 2.7 In the form of a certificate Indicating the policy numbers and limits of liability of all underlying insurance. The umbrella liability insurance shall have a combined single limit of not less than $5,000,000. +00800-6 V P 6706-050 SC -5.6 Delete the first sentence of Paragraph 5.8 of the General Conditions and replace f with the following: _ 5.6. CONTRACTOR shall purchase and maintain property insurance upon the Work at the site, written on the completed value form, In an amount equal to the total bid price for the completed construction. SC -5.7. Delete paragraph 5.7 of the General Conditions In its entirety and Insert the following In Its place: CONTRACTOR shall obtain insurance which complies with the requirements of The Flood Disaster Protection Act of 1973 (Public Law 93-234, December 31, 1973). SC -5.8. Delete Paragraph 5.8 of the General Conditions In its entirety and insert the following In Its place: 5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchased and maintained by CONTRACTOR In accordance with paragraph 5.6 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days" prior written notice has been given to OWNER, ENGINEER and each other additional Insured by certified mail. SC -5.9. Delete paragraph 5.9 of the General Conditions in its entirety. SC -5.10. ! Delete paragraph 5.10 of the General Conditions in Its entirety. SC -5.11. Delete paragraph 5.11.1 of the General Conditlotis in its entirety. SC -5.12. 0080©-7 WINS 1 1 4 l n 6706-050 Delete paragraph 5.12 of the General Conditions In its entirety. SC -5.13. .1 ` Delete paragraph 5.13 of the General Conditions in its entirety. SC -5.14 Delete paragraph 5.14 of the General Conditions In its antirety and Insert the following in its place: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the Insurance required to be purchased and maintained by Contractor In accordance with this Article 5 on the basis of its not complying with the Contract Documents, .OWNER will notify CONTRACTOR in writing thereof within tan days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. CONTRACTOR will provide such additional information In respect of insurance provided by hlmlher as OWNER may reasonably request, 1 I MS a 008010-8 I Ll t• tf ER . RIGHTS , A MATTEI O<6FORMATtEIN OFtt.Y ANO COHFM. fHSSCERfIflCA7l:IwSUEO ASBELOAMENU. XRIE EENO on AQTFA T, a COVEAGEAFFOROEO 0Y THE POLICIES W COMPANIES AFFORDING COVERAGE ;- COMPAN A L.£TTC•R �,•___ �_ COIAPANY iEIYER .EO COMPAAY LETTER - - - IER£R Y o�C1�Y ; ;�•, Y -- r a. - E 00v- THE POLICY PERIOOTNDICATED' . TO THIS CERTIM ATE MAY • IS TO CERTIFY TITAT POLICIES OFIHSURAN= USTED O'ELOW tiAYE BECH CT On TO THE ItFS VFIEO N TERM OR CONDITION OF AFTY CORTFUICT HQ OTHER L10CULT l)J %C lF It RES A6L "CCT TO CTi NE•Rti.IN !S S'UOJECT 1 AL TMfE T As. C4�USIC?H9, ANO CO N01• + rnlLSTAf4vHO ANY REO'UtMMENT, OR TRAY FERTAIFa_ THE kdS VFIANC£ AFFORO£A BY TTtE. POUCtCS OESCRIOcO . ISSUED ONS OF SUCH POUCIfS. — ILfTY LIMITS 114 THOV5AHOS F%CCT 01"T rA.3ct Ink A A4GACGATE POLICY NUMBER 0"t Erik IeAAiv6'I"II EMCI TYPE OF INSURANCE "EHERAL UAAtUTTY Y , �lCwAqlKWA fOISA0AMGRE Q, �' $ - PPFtALSES�OPEpATlX4 � - O0DEPY.dT0un4 A EXPLwm L C.OLLAa,E Imam pRgqucrsra^aLtTEaOP(PATO(S °Olquroko S 1000 S 1000 - 1f+CTEPErroElFT C.Cd:I ItICTRt5 ylBAOAD fMI PRL'PERTY OA -'.i:{ .:1..� �,`-•� `h/ . 4 a. PERSONAL INJURY $ PERSV4t II AWy AUTOMOI3IL£ LIA FjMY am,I AA7li ViA IT'7%' (. AIIY AUTO m,L O MEO Ain as rw PASS .I FSL'ir � _, .l hl.=f nF +xxI.-, S - Ali OrMEO A,JIOS 401110 IW..1 pm, PASS. 1 rl ]r@aIY I 1( IiIR[B NIT05 nu.uG€ III NONpM+EO AUIBS y, L ro cowewfa S 1 000 �',If { LlcBilli / xGE SS tJAOILFfT- ! 0, t "O .� 5 , .� OSTIER it" VWp_tU IOWA s, 0 0 IT�%I ALi7C�ryn YAOFiKERS' couPErt5A ISN Si ��� Mr EAr�. ,1CY U r 4 ANo II gplSEWvD r xvk Er4PL0Y£R:• UABIVTY +MISER CmPTI17H OF O'PEFL°.T16NSALOCATIONSINEHICLESISPECUU. ITEMS FoR TMI5 PROSECT ]IAN RIVER COUNTY i-0 BE AN ADDITIONAL, INSURED ramp Dresser & McKee Inc to be an additional insured for this ro ect _ e a �• - • _ - " - DEpC,a INET "OF { RIVER COUNTY THE AODYE DESCRIBED POLICC S 6E CANC[LL.Cp 8TAE" I SHOUIp ANY WH- PIRA.T l4!i DATE THEREOF. THE 195uIN6 CO MP AHY 00 UTO AIW TIFIC q►Tfo++�Eo D .t3IAN ltME. GAYS YnurTE,4 oTtC6�zN�ERu FtaaHaQs 840 25TH STREET LEFT, OUT FAILUnI: TO IA. SiICIi FIO and OF ANY K114V UPON THE COMPANY EFS ACEI<Ts OR REPREf EHTATIVE r� . �.0 BEACH I --•FL 32.460 AUTMORIZEO HFj A SENT ATINB t Inp presser & McKee Inc, .� �. •.., • CERTIFICATE OF IINSIJR NCE ..PLEASE TAKE NOTE OF THE FOLLOWING 1. DESCRIPTION / SPECIAL ITEMS. MUST READ INDIAN RIVER COUNTY;TO BE ADDED AS ADDITIONAL INSURED. 2. CANCELLATION MUST READ - ENDEAVOR TO IS TO BE DELETED AND IT IS 3O DAYS WRITTEN NOTICE. u nnRnn - i o i • 40 40 6706-050 ARTICLE 6. CONTRACTOR'S RESPONSIBILITIES SC -6.3. r Add a new paragraph Immediately after paragraph 6.3 of the Generbl Conditions which is to read as follows: 6.3.1. Regular working hours are defined as 8 hours per day, Monday through Friday, excluding holidays, between the hours of 7:00 AM and 7:00 PM. Requests to work other than regular working hours shall be submitted to ENGINEER not less than 48 hours prior to any proposed weekend work or scheduled extended work weeks. Occasional unscheduled overtime on weekdays may be permitted provided two hours notice is given to ENGINEER, 6.3.2. CONTRACTOR shall reimburse the OWNER for additional engineering and/or inspection costs Incurred as a result of overtime work in excess of the regular working hours stipulated in Article SC -6.3.1. At OWNER's option, overtime costs may either be deducted from the CONTRACTOR's monthly payment request or deducted from the CONTRACTOR's retention prior to release of final payment. Overtime costs for the OWNER's personnel shall be based on the individual's current overtime wage rate. Overtime costs for personnel employed by the ENGINEER or OWNER's independent testing labdratory shall be calculated In accordance with the terms of their respective contracts with the OWNER. 6.3.3. This Agreement is subject to the applicable provisions of the Contract Work Flours and 'Safety Standards Act, Public Law 87-581, 87th Congress. No Contractor or Subcontractor contracting for any part of the Work shall require or permit any laborer or mechanic to be employed ch the Work in excess of forty hours in any work week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his basic rate of pay for all hours worked In excess of forty hours in such work wdek, as the case may be. 8.3,4. CONTRACTOR shall employ only competent persons to do the work and whenever OWNER shall notify CONTRACTOR, in writing, that any person on the Work appears to be incompetent, disorderly, or otherwise unsatisfactory, ­ ich person shall be removed from the Prosect and shall not again be employed on it except with the consent of OWNER. SC -6.8, I f 'J* Delete Paragraphs 6.8,1 and 6.8.2 of the General Conditions In their entirety and Insert the following in its place. i 00800-11 R� R C-1 a 40 I 6706-050 6.6. CONTRACTOR shall not employ any Subcontractor, Supplier or other person ' or organization, (including those who are to furnish the principal items of materials or equipment), w'het'her Initially or as a substitute, against whom OWNER may have reasonable objection. Acceptance of any Subcontractor, other person or organization by OWNER shall not constitute a waiver of any right of -OWNER to reject defective Work. CONTRACTOR shall not be required to employ any Subcontractor, other person or organization against whom CONTRACTOR has reasonable objection. SC -6.9. r Add a new sentence at the and of paragraph 6.9 to read as follows: 6.9.3. OWNER or ENGINEER may furnish to any such Subcontractor, Supplier or ether person or organization, to the extent practicable, information about amounts paid on their behalf to CONTRACTOR in accordance with CONTRACTOR's Applications for Payment. SC -6.31. Add a new paragraph immediately after paragraph 6.31 of the General Conditions which is to read as follows; 5.31.1. The Contractor shall indemnify and sava harmless the OWNER, ENGINEER and ENGINEER's Consultants, agents and employees from all suits, actions, or claims of any character brought on account of any injuries or damages received or sustained by any person, persons, or property by or from the said Contractor, or by or in consequence of any neglect In safeguarding the work, or through the use of unacceptable materlais in the construction of improvements or by or on account of any act or omission, neglect or misconduct of the said Contractor, or by or on account or any claimed or amounts recovered for any infringement or patent, trademark, or copyright, or from any claims or amounts arising or recovered under the Worker's Compensation Law or of any other laws, by-laws, ordinances, orders, or decrees, together with all costs including coun=sel fees if OWNER need defend any such suit, action or claim, and so much of the money due the said Contractor under and by virtue of his Contract as shall be c,ansidered necessary may be retained by the OWNER, or in case no money is -Jue, his Surety shall be held until such suits, actions, or claims for injuries or damages, including counsel fees, shall have been settled and suitable evidence to that affect furnished to the OWNER. The Contractor shall guarantee the payment of a'1 just claims for materials, supplies, tools, labor, or other just claims against him, or any subcontractor In 00800-12 � ZIT1I96 • Cil • 4D 6706-050 connection with this Contract, and his bonds will not be released by final acceptance and payment by the OWNER unless all such claims are paid or released. ARTICLE 7. OTHER WORK SC -7.5. Add a new paragraph immediately after paraagrapih 7.4 in the General Conditions which is to read as follows; 7.5. Should CONTRACTOR cause damage to tho work or property of any separate contractor at the site, or should any claim arising out of CONTRACTOR's performance of the Work at the site be made by any separate contractor against CONTRACTOR, OWNER, ENGINEER, ENGINEER's Consultants, the Construction Coordinator or any other person, CONTRACTOR shall promptly attempt to settle with such other contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, Indemnify and hold OWNER, ENGINEER, ENGINEER's Consultants and the Construction Coordinator harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals, and forms of dispute resolutions) arising directly indirectly or consequentially out of any action, Legal or equitable, brought by any separate contractor against OWNER, ENGINEER, ENGINEER's Consultants or the Construction Coordinator to the extent based on :a claim arising out of CONTRACTOR's performance of the Work. Should a separate contractor cause damage to the Work or property of CONTRACTOR or should the performance of work by any separate contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER, ENGINEER's Consultants or the Construction Coordinator or permit any action against any of them to be maintained and -continued in its name or for its benefit in any court or before any arbiter which ^eeks to impose liability on or to recover damages from OWNER, ENGINEER, ENC-MEER's Consultants or the Construction Coordinator on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate contractor and OWNER and CONTRACTOR are un,:'.;le to agree as to the extent of any adjustment in Com'ract Times attributable thereto, CONTRACTOR may make a claim for an extension of times in accordance with Article 12. An extension of the Contract Times shall be CONTRACTOR's exclusive remedy with -respect to OWNER, ENGINEER, ENGINEER's Consultants and Construction Coordinator for any delay, disruption, interference or hindrance caused by any separate contractor. This paragraph does not prevent recovery frorr= OWNER, ENGINEER, ENGINEER's Consultant or Construction Coordinator for 00800-13 MOM CA • • • 6786-050 activities that are their respective responslbllities. ARTICLE 8. OWNER'S RESPONSIBILITIES SC -8.5. Delete paragraph B.S. of the General Conditions !n Its entirety. ARTICLE 9. ENGIN'EER'S STATUS DURING CONSTRUCTION SC -9.3. Add a new paragraph Immediately after paragraph 9.3 of the General Conditions which is to read as follows, i 9.3.1. ENGINEER will furnish a Resident Project Representative and assistants to l assist ENGINEER in observing the performance of the Work. The duties and responsibilities of the Resident Project Representative will be as enumerated In a document entitled "Duties, Responsibilities and Limitations of the Authority of Resident Project Representative". A copy of which is included in the Supplementary Conditions. k ARTICLE 10. CHANGES IN THE WORK SC -10.1. I Add the following to the end of the second sentonce: "...by the Utilities Department, provided that any such written authorization shall not exceed 10,6 of. the contract bid price." ' G 00800-14 7rttieas � 4 i 4M • 40 6706-050 4 ARTICLE 1 i. CHANGE OF CONTRACT PRICE r SC -11.4. Delete the second sentence In paragraph 11.4.1 of the General Conbitions In its entirety and replace with the following: Such employees shall Include foremen at the site. SC -11.6. In the second line of paragraph 11.6.2.2 before the semi colon add the following words "based on subcontractor's Cost of the Work"; SC -11.9. Delete paragraph 11.9.3 in its entirety and replace with the following: 11.9.3. The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: 1 1.9.3.1. If the total' cost of a particular item of Unit Price Work amounts to 5 percent or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 15 percent from the estimated quantity of such item indicated in the Agreement; and 11.9.3.2. if there Is no corresponding adjustment with respect to any other item of Work; and 11.9.3.3. if CONTRACTOR believes that CONTRACTOR has Incurred additional expense as a result thereof; or If OWNER believes that the quantity variation entitles OWNER to an adjustment in the unit price, either OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the effect of any such variations in the quantity of Unit Price Work performed. ARTICLE 13. TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR t ACCEPTANCE OF DEFECTIVE WORK SC -13.4 Amend first sentence of paragraph 13.4 of the General Conditions by striking out the first word "OWNER" and replace it with the word "CONTRACTOR". n L OO BOO -15 I ara�rvb L i 6706-050 SC -13.10. ) ' ' Add a new paragraph immediately after paragraph 13.10 of the General Conditions to read as follows: 13.10.1. If the OWNER stops Work under Paragraph 13.10 CONTRAGTL�IR shall be entitled to no extension of Contract Time or increase In Contract Price. I ARTICLE 14. PAYMENTS TO THE CONTRACTOR AND COMPLETION I SC -14.2. f Amend the first sentence of paragraph 14.2. of the General Conditions by striking out the word "twenty" and inserting the word "forty", in Its place, and as so amended, paragraph 14.2 remains in effect. Add a new paragraph Immediately after paragraph 14.2 of the General Conditions which is to read as follows: 14.2.1. The CONTRACTOR shall furnish evidence that payment received on the basis of materials and equipment not incorporated and suitably stored, has in fact been paid to the respective supplier(s) within sixty days of payment by OWNER. Failure to provide such evidence of payment may result in the withdrawal of previous approval(s) and removal of the cost of related materials and equipment { from the next submitted Application for Payment. 1 SC -14.3. {{ Add two new paragraphs Immediately after paragraph 14.3. of the General F' Conditions which are to read as follows: I 14.3.1. No materials or supplies for the Work shall be purchased by CONTRACTOR or Subcontractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. CONTRACTOR warrants that he has good title to all materials and supplies used by him in the Work, free from all liens, claims or encumbrances. I 14,3.2. CONTRACTOR shall Indemnify and save OWNER harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, Including commissary, incurred In the furtherance of the performance of this Contract. CONTRACTOFI shall at OWNER's request, furnish satisfactory evidence that all obligations of the nature herelnabove designated have ' 00800-16 :011 r • i • i 6706-050 been paid, discharged, or waived. if CONTRACTOR fails to do so, hen � NER. may, after 'having served written notice on the saidCONTRACTOR eitpay unpaid bills, of which OWNER has written notice, direct, or withhold frojn the CONTRACTOR's unpaid compensation a sum -of money doomed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence'is furnished that all liabilities have been fully discharged whereupon payment to CONTRACTOR shall be resumed, in accordance with the terms of this Contract, but In no event shall the provisions of this sentence be construed to impose any obligations upon OWNER to either CONTRACTOR or his Surety.. In paying any unpaid bills of the CONTRACTOR, OWNER shall be deemed the agent of CONTRACTOR and any payment so made by OWNER, shall be considered as payment made under the Contract by not be liable t4o CONTRACTOR for anysuchEpaY CONTRACTOR made inpgood f i h NER shall I SC -14.4. Add four new paragraphs immediately after paragraph 14.4. of the General Conditions which are to read as follows: 14.4.1. Should CONTRACTOR neglect to pay any undisputed claims, made in writing to OWNER within thirty days after completion of the Work, but continuing unsatisfied for a period of ninety days, OWNER may pay such claim and deduct the' amount thereof from the balance due CONTRACTOR. OWNER may also, with the written consent of CONTRACTOR, use any monies retained, due, or to become due under this Contract for the purpose of paying for both labor and materials for the Work, for which claims have not been filed. 14.4.2. Security is provided both by the Payment gond and the power of OWNER to retain any monies for claims, but payment by one shall In no way impair or discharge the lidnility of the other. 14.4.3. Any and all liens for work and materials may be paid off by OWNER within a reasonable time after filing for record in accordance with State and local laws, a notice of such liens except where the claim on which the lien is filed is being litigated by CONTRACTOR, and in such case OV`INER may pay the amount of any + final judgment or decree or any such claim within a reasonable time after such final judgment or decree shall be rendered. + 14.4.4. All monies paid by OWNER In settlement of liens as aforesaid, with the costs and expenses Incurred by OWNER in connection therewith, shall be charged to CONTRACTOR, shall bear Interest at the rate of three percentage points above m the rediscount rate then charged by the Federal Reserve Bank, and shall be - 00800-17 IIY11616 , i • • • 1� 6706-050 claim thereunder shall be assigned by CONTRACTOR otherwise than as 'herein specified; ARTICLE 16. DISPUTE RESOLUTION fi SC -16. Add a new sentence at the end of Article 16 of the General Conditions which Is to read as follows: CONTRACTOR shall carry on the work and maintain the progress schedule during the dispute resolution proceedings, unless otherwise agreed by him/her and OWNER in writing. ARTICLE 17. MISCELLANEOUS SC -17.6. Add a new paragraph Immediately after paragraph 17.5. of the General Conditions which is to read as follows; 17.6. Both the address given In the Bid Form upon which this Agreement is founded, and CONTRACTOR's office at or near the site of the Work are hereby designated as places to either of which notices, letters, and other communications to CONTRACTOR shall be certified, mailed, or delivered. The delivering at the above named place, or depositing in a postpaid wrapper directed to the first -named place, in any post office box regularly maintained by the post office department, of any notice, letter or other communication to Contractor shall be deemed sufficient service thereof upon CONTRACTOR; and the date of said service shall be the date of such delivery or malling. The first -named address may be changed at any time by an Instrument In writing, executed and acknowledged by CONTRACTOR, and delivered to OWNER and ENGINEER. Nothing herein contained shall be deemed to preclude or render inoperative the service of any notice, letter, or other communication upon CONTRACTOR personally. SC -17.7. Add the following new paragraphs immediately after paragraph 17.6. of the Supplementary Conditions. 00800-19 MIJIa e 6706-060 li 1 27.7. The form of all submittals, notices, change orders and other documents d under the Contract r be rmined by he ENGINEERmittd or required to be used . The formsafor Notice o Award, Notice to shall e Proceed, and Final Receipt which the ENGINEER expects to use are contained In I the subsequent pages of these Supplementary Conditions. I REMAINDER OF THIS PAGE LEFT BLANK INTENTIONALLY 00800.20 ]1]IA6 C' 40 go 40 +67f16-fl50 1�Ff NOTICE OF AWARD Dated , 1 TO: (Bidder) PROJECT NO. PROJECT OWNER'S CONTRACT NO. CONTRACT FOR (insert ame of [ontraet as It appears in the Bid Ing Documents) ------------------------------------------------------ --,.--------------...___-..._..:___..-------__.____...--- � 99 for the You are notified that your Bid dated above Contract has been considered. You are the apparent successful Bidder and have been awarded a contract for t (Indicate total Work, alternates or sections of Work awarded) The Contract Price of your contract is Dollars Enclosed are seven (7) copies of the Contract Documents for your execution and I subsequent return to this office for further processing. You roust comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by _ . 19—: 1. Execute all copies of the Agreement. Each Project Manual and ret of contract drawings must bear your signature on the cover sheet.. Do not date the 00800-21. :rs w M N • i 40 4D 6706-050 Agreements or bonds; this will be accomplished upon execution of the -contracts by the OWNER. Submit a power of attorney authorizing OWNER to data bonds and Agreements. 2. Submit seven (71 copies of the Performance and Payment Bonds. Instructions to the Surety and the Principal for execution of the bonds are as follows: Where the CONTRACTOR Is a Corporation, the Agreement and any bonds must be executed by the President or the Chairman of the Board of the corporation. The Agreement or Bond Is accompanied by a statement certified by a Secretary of the Corporation. The signatures of the persons executing the 'bond on behalf of the Principal and of the Surety, respectively, shall each be dated on the signature line. If the bond is executed by an Attorney -In -Fact for the Surety, the accompanying Power of Attorney must be executed by persons whose authority to do so Is plainly identified on the face of the Power of Attorney. Neither signatures nor the Corporate Seal may appear by facsimile unless the authority for them to appear In that form is plainly disclosed on the face of the document. The Secretary or other properly authorized Officer must certify and seal a statement declaring that the authority granted by the Power of Attorney remained in force on the date that the bond was executed by the Attorney -in -Fact. 3. Include seven ill copies of the Certificate of Insurance. The Certificate must name the OWNER as an additional insured and the standard cancellation clause must read as follows: "Should any of the above described policies be cancelled or changed by restricted amendment 'before the expiration date thereof, the issuing Company will {live thirty (30) days written notice to the below named certificate holder." Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within twenty (201 days after you comply with the above conditions, the OWNER will return to you one fully signed counterpart of ine Contract Documents attached. If you have any questions, or if we can be of any further assistance, please do not hesitate to contact this office. afx%NS 00800-22 6706-060 Slncereiy, f Purchasing Director 00800-23 !/SIA6 6706-060 1 THIS PAGE LEFT BLANK INTENTIONALLY �I 1 00800-24 NOTICE TO PROCEED DATE: TO: 1. PROJECT: 1 Indian River -County Department of Utility Services Project No. IRC Sid No. Project Name: You are hereby notified to commence work in accordance with the agreement dated , 19 , on or before You are to complete the worst within I consecutive calendar days from this date. The date of completion of 19 all work is, therefore, the day of -- INDIAN RIVER COUNTY Michael C. Rotchkiss, P.E. Environmental Engineer .Constrvctlo Chec IIs Recorded Insurance Payment and Pertor-6,i3nce Bond Ej ecuted Agreement . board Approval Dated�- DEF' Construction Peanll ,ACCEPTANCE OF NOTICE Receipt of above NOTICE TO PROCEED is hereby acknowledged ti by this the day of 19 by Signature r Typed Name Title: 00800-25' r .Constrvctlo Chec IIs Recorded Insurance Payment and Pertor-6,i3nce Bond Ej ecuted Agreement . board Approval Dated�- DEF' Construction Peanll F 6706.050 I � I THIS PAGE LEFT BLANK INTENTIONALLY OO800-26 r • N � r - 6706-060 PROJECT: OWNER: YD: FIELD ORDER HELD ORDER NO. DATE: i CONTRACT NO: OWNER'S PROJECT NO: CONTRACT DATE: This Field Order Is Issued to Interpret/clarify the Contract Documents, order minor changes In the work and/or memorialize trade-off agreements. Both parties hereby agree that the work described by the Field Ordef is to be accomplished without change in Contract Sum, Contract Time, and/or claims for other costs. DESCRIPTION: (Here insert a written description of the Interpretation, change of agreement.) FIELD ENGINEER: CONTRACTOR:_ BY: BY: 2121166 00800.27 r 6706.060 I 1 I I I I THIS PAGE LEFT BLANK INTENTIONALLY I I i I I I I L I 00800-26 I I amna i i 40 WORK DIRECTIVE CHANGE No. (Instructions on reverse side) f PROJECT: DATE OF ISSUANCE: OWNER: (Name, Address) CONTRACTOR: OWNER's Project No. ENGINEER: f . CONTRACT FOR: ENGINEER's Project No. . you are directed to proceed promptlY with the following change(s): Description: - Purpose of Work Directive Change: Attachments: (list documents supporting change) If a claim is made that the above changes) have affected Contract Price or Contract Tirne, any claim for a Change Order based thereon will involve one of the fallowing methods of determining the effect of the change(s). lvtethad of deterntining change in Method of determining change in Contract Price: • Contract Time:- pTime and materials 0 Contractor's records � Engineer"s records C] Unit prices Cost plus fixed fee ❑Other f © Other l Estimated increase (decrease) in Contras[ Estimated increase (decrease) i C the hangs Price:5 . r Time: -- Y If tltc change involves an increase, the esti- involves an increase, the estimated time is mated amount is not io be exceeded with- not to be exceeded without further autho- out further authorization. rization. RECOMMENDED: by e. AUTHORIZED: by —. EjCDC too. 1916.9-F (1991 Edidon) hcpgoed by the Ln{ine,n" Wni Commel Do"mcrd&C m+datse Rn4 e,dorud 6y IM A,tosiLtL Censnl CvMruts,n ar Awtttic*' •t naaaa-�� 40 • M WORK i11RECiIVE CHANGE iNSTRUGT ONS A. GENERAL INFORMATION This document was developed for use in situations inirolving changes in the Work which, if not processed expeditiously, might delay the Project. These changes are often initiated in the field and may affect the Contract Price or the Contract Time. This is not a'Change Order, but only a directive to proceed with 'Work that may be included in a subsequent Change Order. For supplemental instructions and minor changes not involving a change in the Contract Puce or the Contract Time, a Field Order may be used. B. COMPLETING THE WORK DIRECTIVE CHANGE FORM • Engineer initiates the form, including a description of the items involved and attachments. Based on conversations between Engineer and Contractor, Engineer completes the fol- lowing. METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT PRICE: Mark the method to be used in determining the final cost of Work involved and the net effect on the Contract Price. If the change involves an increase in the Contract Price and the estimated amount is approached before the additional or changed Work is completed, another Work Directive Change must be issued to change the time or Contractor may stop the changed Work when the estimated time is reached. If the Work Directive Change is not likely to change the Contract Time, the space for estimated increase (decrease) should be marked "Not Applicable". METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT TIME: Mark the method to be used in determining the change in Contract Time and the estimated increase or decrease in Contract Time. If the change involves an increase in the Contract Time and the estimated time is approached before the additional or changed Work is completed, another Work Directive Change must be issued to change the time or Contractor may stop the changed Work when the estimated time is reached. If the Work Directive Change is not likely to change the Contract Time, the space for estimated increase (decrease) should be marked "Not Applicable". I Once Engineer has completed and signed the form, all copies should be sent to Owner for authorization because Engineer alone does not have authority to authorize changes in Price or Time. Once authorized by Owner, a copy should be sent by Engineer to Con- x' tractor. Once the Work covered by this directive is completed or final cost and time determined, Contractor should submit documentation for inclusion in a Change Order. THIS I5 A DIRECI`IVE TO PROCEED WITH A CHANGE THAT MAY AFFECT 4 THE CONTRACT PRICE ORTHE CONTRACT TIME. A CHANGE ORDER, IF ANY, SHOULD BE CONSIDERED PROMPTLY. 00600-34 ;Instructions on revege side) DATE OF ISSUANCE: PROJECT': OWNER: _ (Name, 1 . Address) iZONTRACTOR: OWNElits Traject No, ENGXi EER: i'ZONT RACT FOR: ENGINEER'S Project No, 'Cott are directed to t aite the foUowing changes in the Contract Documents. Pesctiption: 'Purpose of Change Or&r: `Attachments: (mist documents supporting change) CHANGE IN CONTTtACP PRICE.: higinal Contract Trice CHANGE IN CONTRACT TIME: Original Contract lime erevious Change Orders No. to No. Net change from previous Change Orders d rr ��� .ontl ract Trice prior to this Change Order Conuact'I'ime Prior to this Change Order , tet increase (decrease) of this Change Order t Net increase (decrease) of this Change Order �ti'ontract Price with all approved Change Orders Contract Time with all approved Change Orders 4rfr a au: Z- COMMENDED: APPROVED. APPROVED: 1 LY rn..w by ll — h CDC Na. 1910-8-B (1953 Edition) Ilweparrd by the Enynarn' Injm CO.", t?oeum:nir Cvmmii rr and a da.srd nr P. AIWI.rd Gsnarzl Crnq ximi Of A+ lk& 00900 31 4W • 4b ` INSTRUCfIONS • A. GENERAL INFORMATION This document was developed to provide a uniform fo at for handling contract changes that affect Contract Price or Contract Time. Changes Vtat have been initiated by a Work Directive Change must be incorporated into a subsequent Change Carder if they affect . Price or Time. Changes that affect Contract Price or Contract Time should he promptly covered by a i Change Carder. The practice of accumulating change order items to reduce the admiltis- trative burden may lead to unnecessary disputes. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Time, a ]Field Carder may be used. B. COMPLETING THE CHANGE ORDER FORM Engineer initiates the forst, including a description of the changes involved and attach- ments based upon documents and proposals submitted by Contractor, or requests from, Owner, or both. C}nce Engineer has completed and signed the form, all copies should be sent to. Contractor . for approval. After approval by Contractor, all copies should be sent to Owner for approval. Engineer should Snake distribution of executed copses after approval by Owner. If a change only applies to price or to time, cross out the part of the tabulation that does not apply. 4. k APPLICATION FOR PAYMENT NO. ,OWNER} To Contmet for , ENGINEER's Project No. owNgWx Project No. For Work accomplished through the date of Accompanying Documentation: GROSS AMOUNT DUE ....................... 5 LESS 9o' RETAINAGE ................... S AMOUNT DUE TO DATE ..................... S LESS PREVIOUS PAYMENTS ................ $ AMOUNT DUE THIS APPLICATION ......... S CONTRACTOR'S Certification: The undersigned CONTRACTOR certifies that (1) an previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full ail obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered I through inclusive; and (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER): Dated 19 t or+rx �c raa Sy — Payment of the above AMOUNT DUE THIS APPLICATION is recommended. Dated 19 - u+oaaeex By F.JCDC No. 1910.8-E (1981 Edition) pr4puto4kkgEntimeegi JointeomosctL79�CYm�gmlA[oplmltngek:;l'%«i' .fir Al �lle�rirt+'ifFftConlfltlgr9gr/1 tP14�. 00800-33 C-1 4D • APPLICATION FOR PAYMENT INSTRUCTIONS A. GgNE1IAL INFORMATION w This standard form is intended as a guide only. Many projects require a much mare extensive form with space for numerous items, descriptions of Charyge Orders, identifi- cation of variable quantity adjustments. summary of materials and equipment stored at the site and other information. It is expected, that a separate form will be developed by Engineer or Contractor at the time Contractor's Schedule of Values is finalized. Note also that the format for retainage must be changed if the Agreement permits (or the Law provides), and Contractor elects, the deposit of securities in lieu of retainage. Refer to Article 14 of the General Conditions for provisions concerning payments to Contractor. B. COMPLETING THE FORM The Schedule of Values, submitted and approved as provided in paragraphs 2.6.3 and 2.9 of the General Conditions, should be copied in the space indicated on the Application For Payment form. Note that the cost of materials and equipment is often listed separately from the cost of their installation. All Change Orders affecting the Contract Price should be identified and include such supplemental Schedules of Values as required for progress payments. The form is suitable for use in the Final Application for Payment as well as for Progress Payments; however, the required accompanying documentation is usually more extensive for final payment. All accompanying documentation should be identified in the space provided on the form. C. ENGINEER'S REVIEW Engineer must review all Applications for Payment with care to avoid recommending any payments not yet earned by Contractor. All accompanying documentation of legal nature, such as lien waivers, should be reviewed by an attorney, and Engineer should so advise Owner. .i t, i i o W 1 • L oc►t+Uo- ab E-�] 40 �- cERTW><cATE vF susSTarrrtAL coM>PLETYVN' . IENGINEER's Projc� No ........................ OWNER's Project No. project........................................................• r CONTRACTOR ........................................ Contract For ....................................... C onttact Date .............«............,........... This Certificate of Substantial Completive applies to all Work tinder the Contract Documents or to the following specified 1 pans thereof: = i ............ To................................................. ....,.qWM gk ..............,..„.........,.........,...... ......,......,.....,.........,.... And To .............. ................................. F6WT wcraR.................... -f-he Work to which this Censficate applies has been inspccted.by authorized representatives of OWNER. CONTRACTOR and ENC+INEER. and that Work is hereby declared to be substantially camplete in accordance with the Contrnct Documents on 'f DATF,bI'StJ65TAH7rALC4hiPt.l;li'll7HyiiiYe,..•••... l A tentative list of itcrns to be completed or corrected is attached hereto. This list may not be all-inclusive, and the fsilure to include an item in it docs nor alter the responsibfiity of CONTi ItACTOR to complete all lire Work in accordacce witn the I Contract Documents. The items in the tentative list shall be canrpletcd or corrected by CONTRACTOR 'within ,days { of the aboyc date of Substantial Completion. { T=JCDC No. 19 to.s.D I1983 Edition) �f r tep—d t V th. enyntm' loins Conn L Dot.—Alt C"Mm.e end endortcd 6r rjAe A{fi CLlttd titntrsl CamnClort or Ammca. P OU600 35, v i The msponsibdities between OWNER and CONTRACTOR" for security. operation. safety. maintenance. heat. utilities. f insurance and wsmntics shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR: _--- — The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRAC'TOWs obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on ...... I............. •............................ NGrNEER 1 By............................................................. CONTRACTOR accepts this Cenificatc of Substantia! Completion on I .............. I................tACT4R ................................. CONT By............................ ............................ OWNER accepts this Certificate of Substantial Completion on........................................... . l4 ............. .,...OWNER By.......................................... ............... 00800—?f. ` • • i i 6706-050 FINAL RECEIPT Received this day of A.D., 19 of f as full and final payment of the cost of all improvements provided for In the foregoing contract the sum of Dollars and Cants, ($ �, In cash, being the full amount accruing to the undersigned by virtue of said Contract, said cash covering and including full payment for all extra work and material furnished by the undersigned in the construction of said Improvements, and all incidentals thereto, and the undersigned hereby releases the said . from all claims whatsoever growing out of the said Contract. These presents are to certify that all persons doing work upon or furnishing materials or supplies for said Improvements under the foregoing Contract have been paid In full. The undersigned further certifies that all taxes imposed by Chapter 212, Florida Statues (Sales and Use Tax Acti, as amended, have been paid and discharged. CONTRACTOR 00800-37 ar�+ro� 41 6706-060 THIS PAGE LEFT BLANK INTENTIONALLY 00800-38 �' vzrm L CI r 40 6706-050 DUTIES, RESPONSIBILITIES AND LIM17ATIONS OF AUTHORITY OF RESIDENT PROJECT REPRESENTATIVE 1 � r f A. GENERAL Resident Project Representative Is ENGINEER'S Agent, will act as directed by . and under the supervision of ENGINEER, and will confer with ENGINEER regarding his actions. Resident Project Representative's dealings In matters pertaining to the on-site Work shall in general be only with ENGINEER and i CONTRACTOR, and dealings with Subcontractors shall only be through or I with the full knowledge of CONTRACTOR. Written communication with OWNER will be only through or as directed by ENGINEER. S. DUTIES AND RESPONSIBILITIES Resident 'Project Representative will: 1. Schedules: Review the progress schedule, schedule of Shop Drawing submissions and schedule of values prepared by CONTRACTOR and consult with ENGINEER concerning their acceptability. 2. Conferences: Attend preconstruction conferences. Arrange a schedule of progress meetings and other job conferences as required In consultation with ENGINEER and notify those expected to attend In advance. Attend meetings, and maintain and circulate copies of minutes thereof. ` 3. Liaison: a. Serve as ENGINEER'S liaison with CONTRACTOR, working principally through CONTRACTOR'S superintendent and assist him In understanding the intent of the Contract Documents. Assist ENGINEER in serving as OWNER'S liaison with CONTRACTOR when CONTRACTOR'S operations affect OWNER'S on-site operations. b. As requested by ENGINEER, assist in obtaining from OWNER additional details or information, when required at the job site for proper execution of the Work. I ❑0800®39 1 Mf Fab An • 6706-050 4. Shop Drawings and Samples: a. Receive and record date of receipt of Shop Drawings and samples, receive samples which are furnished at the site by CONTRACTOR, and notify ENGINEER of their availability for examination. b. Advise ENGINEER and CONTRACTOR or his superintendent Immediately of the commencement of any Work requiring a Shop Drawing or sample submission If the submission has not been approved by the ENGINEER. 5. Review of Work, Rejection of Defective Work, Inspections and Tests:. a. Conduct on-site observations of the Work in progress to assist ENGINEER In determining If the Work is proceeding in accordance with the Contract Documents and that completed Work will conform to the Contract Documents. b. Report to ENGINEER whenever he believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or does not meet the requirements of any inspections, tests or approval required to be made or has been damaged prior to final payment; and advise ENGINEER when he believes Work should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. i c. Verify that tests, equipment and systems startups and operating and maintenance instructions are conducted as required by the Contract Documents and in presence of the required personnel, and that CONTRACTOR maintains adequate recr)rds thereof, observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the outcome of these inspections and report to ENGINEER. 6. Interpretation of Contract Documents: Transmit to CONTRACTOR engineer's clarifications and interpretations of the Contract. Documents. 7. Modifications: Consider and evaluate CONTRACTOR'S suggestions for modifications in Drawings or Specifications and report them with recommendations to ENGINEER. 00800-4401 " Ili5,�96 f i 6746-450 I 8. Records; a. 'Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and samples submissions, reproductions of f original Contract Documents including all Addenda, change orders, field orders, additional Drawings Issued subsequent to the execution of the c Contract, ENGINEER'S clarifications and Interpretations of the Contract Documents, progress reports, and other Project related documents. b. Keep a diary or log book, recording hours on the job site, weather conditions, data relative to questions of extras or deductions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, daily activities, decisions, observations In general and specific observations in more detail as the case of observing test procedures. Send copies to ENGINEER. c. Record names, addresses and telephone numbers of all contractors, Subcontractors and major suppliers of materials and equipment. i 9. Reports: a. Furnish ENGINEER periodic reports as required of progress of the Work and CONTRACTOR'S compliance withAhe approved progress schedule and schedule of Shop Drawing submissions. b. Consult with ENGINEER in advance of scheduled major tests, inspections or start of Important phases of the Work. c. Report immediately to ENGINEER upon the occurrence of any accident. 10. Payment Requisitions: Review applications for payment with Contractor for compliance with the established procedure for their submission and forward them with recommendations to ENGINEER; noting particularly their relation to the schedule of values, Work completed and materials and equipment delivered at the site but not incorporated in the Work. ,t 11. Certificates, Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by CONTRACTOR are applicable ,j to the Items actually Installed: and deliver this material to ENGINEER for his L review and forvyarding to OWNER prior to final acceptance of the Work. j l 1_ - L. I -- 00800-41 1 z�nrab �s , r • e f 6706-054 d 12. Completion: a. Before ENGINEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring completion or correction. b. Conduct final Inspection in the company of ENGINEER, OWNER and CONTRACTOR and prepare a final list of Items to be completed or corrected. c. Verify that all Items on final list have been completed or corrected and make recommendations to ENGINEER concerning acceptance. C. LIMITATIONS OF AUTHORITY Except upon written Instructions of ENGINEER, Resident Project Representatives 1. Shall not authorize any deviation from the -Contract Documents or approve any substitute materials or equipment. 2. Shall not exceed limitations on ENGINEER'S authority as set forth In the Contract Documents. 3. 'Shall not undertake any of the responsibilities of CONTRACTOR, Subcontractors or CONTRACTOR'S superintendent, or expedite the Worst. 4. Shall not advise on or issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents, 5. Shall not advise on or issue directions as to safety precautions and programs in connection with the Work. 6. Shall not authorize OWNER to occupy the -'Project in whole or in part. T. Shall not participate in specialized field or laboratory tests. END OF SECTION 1 _ 00800-42 L 21x'1 N6 r I r DIVISION 1 GENERAL REQUIREMENTS L SECTION 01000 SUMMARY OF WORK PART 1 -GENERAL 1,01 LOCATION OF WORK The work is generally located in the Rockridge area, east of U.S. 1, north of 126' Street, and along U.S. 1, south of Roseland Rd. in Sebastian, as shown on the construction plans. 1.02 DESCRIPTION OF WORK Directional drilling three (3) 6 inch horizontal force mains in the area of 3w Court, two (2) 4 inch horizontal force mains along 5' Ave., and one (1) 8 inch horizontal water main along U.S. I and south of Roseland Rd. in Sebastian. Restore the right-of-ways as close as possible to the pre -construction condition or better. Construction consists of, but is not limited to, utilities exploration, coordination with any permitting agencies, dewatering if needed, installation of pipe with fittings and all appurtenances, disinfection, testing, irrigation repair and traffic control. The pipe shall be 4", 6", and 8" HDPE per Indian River County Utility Standards and Specifications. PART 2 - PRODUCTS Not applicable PART 3 - EXECUTION Not applicable END OF SECTION t , w 01000-1 L Surmrwy of Wwk 9 01025-1 (UGC01025.FMT)zaa S CTION 01025 MEASUP,EMENT AND PAYMENT PART 1 - GENERAL 1.01 GENERAL Measurement and payment will be based upon work completed and accepted in accordance with the Contract Documents.. No separate payment will be made for excavation, trenching, dewatering, backfilling, leakage tests, surveying, density tests, or other incidental items of work not shown in the Agreement. 1.02 EQUIPMENT AND MATERIALS IN STORAGE Partial payment. for materials and equipment in proper storage at the site of the work or other approved storage site will be made for those items for which the Contractor has submitted paid invoices to the Engineer. The partial payment for stared materials will be 50% of the value of materials and equipment, based on receipted bills, furnished but not incorporated in the work, s determined by Engineer. 1.03 MEASUREMENT A. Mobilizations Measurement shall be on a lump sum basis, and shall be limited to the following maximum amounts: ORIGINAL CONTRACT AMOUNT MAXIMUM AMOUR FROM _ MORE THAN TO AND -INCLUDING ,ITEM FOR MOBILIZATION 0 100,000 3,000 100,000 500,000 15,000 500,000 1,000,000 30,000 1,000;000 2,000,000 60,000 2,000,000 3,000,000 90 a 0'i+0 3,000,000 4,000,000 120,000 4,000,000 5,000,000 125,000 5,000,000 6,000,000 150,000 6,000,000 7,000,000 175,000 7,000,000 10,000,000 200,000 10, 000, 000 ----•------- 250,000 9 01025-1 40 • 40 Should the` lump sum price bid for the item Mobilization exceed the maximum permissible amount for this item, as specified herein, the bid price will be reduced.to the maximum permissible amount, and the reduced price will be used in correctly determining the total price for comparison of bids received. 8. pipe: Pipe will be measured along the centerline of the pipe installed. No deduction will be made; for the length of valves and fittings installed it the line. Where the measurement terminates at z valve, bend, tee, or other fitting, the centerline of the valve or fitting shall be the point of termination. All required pipe lining, coating, encasement material, restraining devices, anc thrust blacks shall be included in the cost of the pipe, C. Fittings: Measurement of cast iron and ductile iron fittings shall be on the basis of weight. The weights used to determine the quantity installer shall be the weights of the appropriate fittings a, listed in the supplier's invoice or catalog. Whes mechanical ;joint fittings are required, the weigh - of the gland bolts and gaskets shall not be adde, to the listed weight of the fittings. Wher- flanged fittings are furnished, the weight of th. bolts and gaskets shall not be included. D. plug Valves and Tapping Valves: Measurement shat be on the basis of furnishing and installing eac type and size of valve (and tapping sleeve, i applicable) required, including the valve box cover, and other associated items. E. Concrete Sidewalk and Driveway Replacement Measurement of concrete for sidewalk and drivewa replacement shall be computed using the linea feet, as measured along the pipe, or sidewal and/or driveway removed and replaced as a result c Cdntractor's operations. Minimum widths c i replacement shall be as described in sp,cification or as shown on the plans. No separate payment wit be made for sawcutting, excavation, formwork reinforcing, or other work or materials required i connection with concrete construction, F. Concrete Encasement: Measurement of concrete fc encasement shall be on the basis of the numbwr of 4- 01025-2 • • i r cubic yards of \concrete installed, except that i, Maximum allowable quantity of concrete installed shall not exceed the values given below: gine Size tlnctiesl Max concrete for Encasement ,° iCYIEof Pipe3 6 0.09 g 0.10 10 0.11 12 0.12 G. Asphaltic Pavement Replacement: Measurement of asphalt pavement replacement shall be computed using the linear feet as measured along the pipe of asphalt removed and replaced as a result of Contractor's operations. Minimum width of replacement shall be as described in the specifications or as shown on the pians. Unit price shall include sawcutting, base and subgrade materials, compaction, etc. H. Grassing: Measurement of grassing (seed or sod) shall be computed using the linear feet, as measured along the pipe, of grassed area disturbed and restored as a result of Contracto 5 operations. The entire width of the disturbed area shall be grassed. Payment shall include all necessary grading, soil preparation, seeding, sodding, fertilizer, mulch, and irrigation, 1.04 PAYMENT Payment will be made at the respective contract unit and/or lump sum price for each item shown in the Agreement, installed and accepted, which price and payment shall constitute full compensation for furnishing f all materials and performing all work in connection therewith and incidental thereto. No separate payment will be made for the preparation of record drawings. 1.05 RESTORATION OF DAMAGED SURFACES, STRUCTURES AND PROPERTY Where pavement, trees, shrubbery, fences, or other property or surface structures not designated as pay items have been damaged, removed, or disturbed by the Contractor, whether deliberately or through failure tb carry out the requirements of the Contract Documents, state laws, municipal ordinances, or the specific direction of the Engineer, or thrro'agh failure to employ usual and reasonable safeguards, such property and 0102'5-] surface structures shhll be replaced or repaired at the expense of the contractor to a condition equal to that ( before work began within a time frame approved by the Engineer. r L I END OF SECTION L olols-a L rm SECTION 01060 REGULATORY REQUIREMENTS AND NOTIFICATION � FARTI-GENERAL 1.QI PERMITS REQUIRED A. Florida Department of Environmental Protection: The general permit from the Florida Department of Environmental Protection (FDEP) for the project is being obtained. B. INDL4N RIVER COUNTY: The Contractor, along; with the Utilities Department, must obtain right-of-way permit(s) from Indian River County prior to initiating construction. It typically requires one week processing time to receive a right-of-way permit. There is no processing fee for the permit. One set of construction plans must be submitted along with a permit application to the Indian River County Engineering Department. Some of the conditions of the County right-of-way permits are as follows: 1. Applicant shall not begin construction of any kind in the County right-of-way prior to application and issuance of a valid permit by Indian River County. 2. Any area disturbed in the County right-of-way must be restored by applicant to a condition equal to or better than existing just prior to construction, including but not limited to compaction, grading, paving, seeding and mulching, sodding, etc., as the case may be. The quality of construction, materials, and workmanship shall be in accordance with County standards. All disturbed areas shall be restored within 48 hours after excavation. 3. Applicant shall notify time County Engineering Division at least 48 hours prior to the placement of concrete, paving of asphalt, installation of culverts, or backfilling of trenches, so that the County may inspect installations as necessity. Applicant shall further notify the County in writing of its request for final inspection and approval t at the completion of the permitted activity. 4. The applicant shall assume responsibility for all maintenance, t replacement, or removal of any right-of-way improvement R authorized by this permit; and applicant further agrees by acceptance of this permit to indenukify and save harmless the County, its officers, employees, or agents, from any damages, claims, causes of + action, or losses, whether for personal injury, loss Of life or property Ldamage, arising from the actions or omissions of applicant, its officers, agents, or employees, associated with the placement, maintenance or removal of installations authorized by this permit. 01060-1 REG ULA to RY R.EQUI REM EMS and NOTIFICATION 4D r 40 CI The applicant agrees to use all reasonable care under the given circumstances to assure that members of the traveling public are not unreasonably inconvenienced nor endangered by the activities conducted hereunder, including the use of reflectorized barriers, warning signals, flagmen, or other prudent measures. 5. The validity of this permit is contingent upon applicant obtaining necessary permits from any other agencies having jurisdiction. Issuance of this permit does not relieve applicant of liability for trespass to private property. 6. This permit shall be considered a license only, for the limited purpose of installation, placement, and maintenance of the improvements specified on the face hereof, and does not convey any other right, title, or interest of the County in the subject right-of-way property. 7. Applicant agrees to remove or alter such installations without objection or cost to the County as the County may direct, at any time and within a reasonable time after receipt of direction by the County Engineer or his authorized representative. 8. Applicant is cautioned that electrical, water and sewer, or other installations or utilities may be located within the construction area, and applicant shall use diligent efforts to first detect and locate all such installations, and shall coordinate construction with all other lawful users of said right-of-way. Applicant shall be liable in every manner for all damages proximately resulting from its interference with or interruption of services provided by other lawful right-of- way ight-ofway users. In cases where a concrete driveway is to extend to a paved road, that portion of the driveway from property line to the edge of the road pavement shall be a minimum thickness of six (6) inches. If the road is unpaved, the concrete/asphalt driveway shall not extend beyond the property line. I C. Other Permits Required: The Contractor is responsible for obtaining any discharge pertnits that may be required by local drainage districts. u 01060-2 L (REGULATORY KEQUIKEMENrS W NOTIFICATION 40 1.42 NOTIFICATION A. Indian River County: The Contractor is required to notify the Indian River County Utilities Department 48 hours prior to initiating; construction (Jeremiah Johnson, (561) 774-5325). The Contractor is required to notify the Indian River County Road and Bridge Department 72 hours prior to blocking any County roads or detouring any traffic (Jim Davis, P.E., (561) 567-8000, Extension 245). B. Utility Companies: Contractor shall notify the following known utility companies in the area 48 hours prior to initiating: construction: U.N.C.L.E., 1-800-432-4770 Southern Bell Telephone, (561) 468-5538 TCI Cablevision, (561) 567-3444 C. The Contractor shall give the Engineer not less than seven (7) calendar days notice of the time and place (or places) where he will start the work. D. When the Contractor's excavating operations encounter prehistoric remains or artifacts of historical or archeological significance, the operations shall be temporarily discontinued in that area and the Engineer shall be notified. The Engineer will consult archaeological authorities and determine the disposition of the remains or artifacts. The Contractor agrees that he will make no claim for additional payment or for extension of time because of any delays in or alteration of his procedure due to removal of any such remains or artifacts. PART 2 -PRODUCTS Not applicable 9 i . PART 3 - EXECUTION Not applicable END OF SECTION L 01060-3 REGULATORY REQUIREMENTS and H011 FICA i ION 410 40 40 UGC01090.FMTj:aa SECTION 01090 REFERENCE.STANDARDS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED Abbreviations and acronyms used in Contract Documents tc identify reference standards. 1.02 QUALITY ASSURANCE A. Application: When a standard is specified b• reference, comply with requirements ani recommendations stated in that standard, excep when requirements are modified by the Contrac Documents, or applicable codes establish stricter standards. B. Publication Date: The publication in effect on th date of issue of Contract Documents, except when specific publication date is specified. 1.03 ABBREVIATIONS, NAMES, AND ADDRESSES OR ORGANIZATIONS A. Obtain copies of reference standards direct frc publication source, when needed for prope performance of work, or when required for submitte by Contract Documents. B. The following, as appropriate to project, is a lir of referenced standards and their mailing addresse for requesting copies of standards: AA Aluminum Association 818 Connecticut Avenue, NW Washington, D.C. 20005 AABC Associated Air 'Balance Council 1000 Vermont Avenue, NW Washington, D.C. 20005 AASHTO American Association of Sta Highway and Transportation Officia 444 North Capitol Street, NW Washington, D.C. 20001 01090-1 4D C] i 4& ACI American Concrete Institute Sox 19150 Z I 1 Redford Station 1 petroit, MI 48219 ADC Air Diffusion council 435 -North Michigan avenue Chicago, IL 60€11 Al Asphalt Institute Asphalt Institute Building College Park, MD 20740 RISC American Institute of Steel Construction 1221 Avenue of the Americas New York, NY 10020 AISI American Iron and Steel Institute 1000 16th Street, NW Washington, D.C. 20035 AMCA Air Movement and Control Association 30 west University Drive Arlington Heights, IL 60004 ANSI American National Standarr' Institute 1430 Broadway New York, NY 10018 Air conditioning and Refrigeration ARI Institute 1815 North Fort Myer Drive Arlington, VA 22209 ASHRAE American Society of Heating, Refrigerating and Air conditioning Engineers 345 East 47th Street 4 New York, NY 10017 ASME American Society of Mechanical Engineers 345 East 47th Street ' New York, NY 10017 1_ A5PA American 'Sod Producers' Association Association Building L Ninth and Minnesota Hastings, NE 68901 L_- 01090-2 L to C> • • i ASSR American society of sanitary Engineers 960 Illuminating Building Cleveland, OR 44113 ASTM. American Society for' Testing and Materials 1916 Race Street Philadelphia, FA 19103 Architectural woodwork Institute AWI 2310 South Walter Reed Drive Arlington, VA 22206 American wood -preservers' AWPA Association 7735 Old Georgetown Road Bethesda, MD 20014 AWS American welding Society 2501 NW 7th Street Miami, FL 33125 AWWA American Water Works Association 6666 W. Quincy Avenue Denver, CO 80235 CDA Copper Development Association Building 57th Floor, Chrysler 405 Lexington Avenue New York, NY 10017 CLFMI Chain Link Fence Manufacturersr Institute 1101 Connecticut Avenue Washington, D.C. 20036 Concrete Reinforcing Steel Institute CRSI 180 North LaSalle Street, Suite 2110 Chicago, IL 60601 y Florida Department of Transportatior ' FDOT Haydon Burns Building i 605 Suwannee 'Street Tallahassee, FL 32301 1 FM Factory Mutual System Boston -Providence Turnpike 1151 Norwood, MA 02062 L_ 01090--3 L do • • gg Federal Specifications General services AdmiistraCt nsumei specifications an ,. Information Distribution section G (WFSIS) Washington Navy Yard,"Bldg. 197 Washington, D.C. 20407F GA Gypsum Association 1603 Orrington Avenue Evanston, IL 60201 MFMA Maple Flooring Manufacturers' Association 2400 East Devon, Suite 205 Des Plaines, IL 60018 MIL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 MLSFA Metal Lath/Steel Framing Association 221 North LaSalle Street Chicago, IL 60601 NAAMM National Association Architectural Metal Manufacturers 221 North LaSalle Street Chicago, IL 60601 NEBB National Environmental Balancing Bureau B224 old Courthouse Road Vienna, VA 22180 If k NEMA National Electrical Manufacturers' Association 2101 L Street, NW Washington, D.C. 20037 NFPA National Fire Protection Association 470 Atlantic Avenue 1 Boston, MA 02210 NFPA National Forest Products Association 1619 Massachusetts Avenue, NW Washington, D.C. 20036 L — 01090-4 C-1 4W A NOFMA National Oak Flooring Manufacturera� Association 1 604 Sterick Building 1 Memphis, TN 38103 NSF National Sanitation Foundation NSF` Building , 3475 Plymouth Road Ann Arbor, MI 48106 NSWMA National solid Waste Management Association 1120 Connecticut Avenue, NW Washington, D.C. 20036 NTMA National Terrazzo and Mosaic Association 3166 Des Plaines Avenue Des Plaines, IL 60018 PCA Portland Cement Association 5420 Old Orchard Road Skokie, IL 20076 PCI prestressed Concrete Institute 20 North Wacker drive Chicago, IL 60606 PS Product Standard U.S. Department of Commerce Washington, D.C. 20201 RCSHSB Red Cedar Shingle and Handsplil Shake Bureau 515 116th Avenue Bellevue, Wil 48004 SDI Steel Deck Institute Box 3812 St. Louis, MO 63122 SDI Steel Door Institute 712 Lakewood Center North Cleveland, OH 44107 SIGMA Sealed Insulating Glas Manufacturers' Association 111 Fast Wacker Drive Chicago, 11 60601 01090-6 SSI SMACNA TCA TCA UL PART 2 -- PRODUCTS Not Applicable PART 3 - EXECUTION Not Applicable steel joint institute 1703 Parham Road, suite 204 Richmond, VA 23223 y Sheet Metal and Air Conditioning Contractors' National Association 82241 Old courthouse Road Vienna, VA 22180 Technical Aid Seri Specifications Construction A Institute 1150 seventeenth. Street, NW Washington, D.C. 20036 Tile council of America, Inc. Box 326 Princeton, NJ 08540 Underwriters' laboratories, Inc. 333 Pfingston Road Northbrook, IXC 60062 END OF SECTION aiagn-6 • 40 40 40 Q a ' r (UGCo1152.rMT):as SECTION 01152 i APPLICATIONS FOR PAYMENT ` PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED Submit Applications for Payment to Engineer in accordance with the schedule established by Conditions of the Contract and Agreement between Owner and Contractor. 1.02 RELATED REQUIREMENTS A. In other parts of the Construction Documents: I. Agreement between Owner and Contractor 2. General Conditions ©entre contract tractor and 3. Article 14 � Completion i S. Specified in other Sections: 1. Section 01000: Description of Work 2. Section 01700: Contract Closeout 1.03 FORMAT AND DATA REQUIRED . Submit itemized applications typed in a format approved by Engineer. All applications for payment must be numbered, dated, and signed by the Contractor. B. ]Provide itemized data on payment application (format, schedules, line items and values accepted by Engineer) 1.04 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form. 1. Fill in required information! incluung that for Change orders executed prior to the date t of submittal of application 2. Fill in summary of dollar values 3. Execute certification with the eignatuLe o a responsible officer of the Contract firm L • 40 • �r 6 4. Have resident project representative review and sign application prior to submission Engineer 1.05 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS d A. when the Owner or the Engineer require* substantiating data, Contractor shall submit r suitable information, with a cover letter identifying! 1. Project 2. Application number and date 3. Detailed list of enclosures 4. For stored products; a. Item number and identification b. Description of specific material B. Submit one copy of data and cover letter for each copy of application 1.06 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Application for payment is required for progress payments B. only one application will be acceptable in any o month 1.07 SUBMITTAL PROCEDURE A. Submit Applications for Payment to Engineer at the times stipulated in the Agreement B. Number: Four copies of each progress Application finds th ion rly C. When completed ynand correct, eer tleApwillattransmitpethe applications for payment to the owner PART 2 - PRODUCTS Not applicable PART 3 EXECUTION Not applicable END OF SECTION 01152-2 1 (UGC01153.FMT)as SEC `I-0-0-41J-52- CHANGE N01 53CHANGE ORDER PROCEDURES e ' PART 1 GENERAL ' 1.01 REQUIREMENTS INCLUDE ' A. Promptly implement change order procedures. I. Provide full written data required to evaluate changes. 2. Maintain detailed records of work done on a time-and-material/force account basis. 3. Provide full documentation to Engineer on request. B. Designate in writing the member of Contractor's organization: I. W13o is authorized to accept changes in the Work. 2. Who is responsible for informing others in the contractor's employ of the authorization of changes in the Work. C. owner will designate in writing the person who is authorized to execute Change orders. 1.02 RELATED REQUIREMENTS A. The amount of established unit prices. B. Conditions of the Contract: 1. Methods of determining cost or credit to owne resulting from changes in Work made on a tin and materials basis. 2. Contractor's claims for additional costs, C. Section 01152: Applications for payment. D. Section 01310: Construction schedule'. E. section 01370: Schedule of Values. F. Section 01720: Project Record Documents.. 1.03 DEFINITIONS A. Change order: See General conditions 011531 1.44 PRELIMINARY PROCEDURES A. Owner or Engineer may initiate changes by submitting a proposal Request to Contractor. Request will include the following: 1. Detailed description of the Change, Products, and location of the change in the Project. 2. supplementary or revised Drawings and specifications. 3. The projected time span for making the change, and a specific statement as to whether overtime work is, or is not, authorized. 4. A specific period of time during which the requested price will be considered valid. 5. Such request is for information only, and is not an instruction to execute the changes, nor to stop work in progress. B. Contractor may initiate changes by submitting a written notice to Engineer, containing: 1. Description of the proposed changes. 2. statement of the reason for making the changes, 3. statement of the effect on the Contract Sum and the Contract Time. 4. statement of the effect on the work or separate contractors. 5. Documentation supporting any • changes in Contract Sum or Contract Time, as appropriate. 1.05 CONSTRUCTION CHANGE AUTHORIZATION A. In lieu of Proposal Request, Engineer may issue a "Work Directive Change" for Contractor to proceed with a change for subsequent inclusion in a Change Order. B. Authorization will describe changes in the work., both additions and deletions, with attachments of revised Contract Documents to define details of the change. C. Owner and Engineer will sign and date the Work Directive Change as authorization for the Contractor to proceed with the changes. 1.06 DOCUMENTATION OF PROPOSALS AND CLAIMS A. support each quotation for a lump sum proposal, and -- 01153-2 for each unit price which has not previously been established, with sufficient substantiating data to allow 'Engineer to evaluate the quotation. B. on request, provide additional data to support time and cost computation_ including the following: • 1. Labor required. 2. Equipment required. 3. Products required. a. Recommended source of purchase and unit cost. b. [quantities required. 4. Taxes, insurance bonds. 5. credit for work deleted from contract, similarly documented. b. Overhead and profit. 7. Justification for any change in .Contract Time. C. Support each claim for additional costs, and for wank done on a time-and--material/force account basis, with documentation as required for a lump sum proposal, plus the following additional information: I. Name of the Owner's authorization agent who ordered the work, and date of the order. 2. 'Oates and times work performed, and by whom. 3. Time record, summary of hours worked, and hourly rates paid. 4. Receipts and invoices for: a. Equipment used, listing dates and times of use.. b. Products used, listing quantities. C. Subcontracts, D. Document requests for substitutions for Products as specified in Section 01500. 1.07 PREPARATION OF CHANGE ORDERS f A. B. C. k 02 11 1 16 Engineer will prepare each Change Order. Form: Change Order format provided in the Contract Documents. change order will describe changes in the Work, both additions and deletions, with attachments of revised contract Documents to define details of change. Change order will provide an accounting of th' adjustment in the contract sum and in the Contrac' Time. 01153-3 4P • • j1.08 LU14P SUM/FIXED PRICE CHANGE ORDER f j A. Content of Change orders will be based on either: 1. Engineer's .Proposal Reguest and Contractor's agreed upon responsible proposal as mutually between owner and Contractor. Proposal for a change, as 2. Contractor's recommended by Engineer, B. owner and Engineer will sign and date the Change the Contractor to order as authorization for proceed with the changes. C. Contractindicateor shall te Change order to therein, agreementlgn withntheatermse 1.09 UNIT PRICE CHANGE ORDER A. Content of change orders will be based on, either: 1. Engineer definition of the scope of the required changes. contractor's Proposal for a change, as 2. recommended by Engineer. 3. Survey of completed work. B. The amount of the unit prices shall be: 1. Those stated in the Agreement. agreed upon between Owner and 2. Those mutually Contractor. C. When quantities oitemsected by to start theChangeordercan be determinedpriorf of the work: 1. owner and Engineer will sign and date the for Contractor Change order as authorization to proceed with the changes. date the Change 2. Contractor shall sign and Order to indicate agreement with the terms therein. D. When quantities of the items cannot be determined prior to start of the work: 1. Engineer or owner will issue a Change: Order to proceed with the directing contractor the basis of unit prices, and will change on cite the applicable unit prices. — 01151--4 0 40 sh f' At completion of the change, Engineer will determine the cost of such work based on the unit prices and quantities used, a. Contractor shall submit documentation to f establish the number of units of each item and any claims for a change in r contract: Time. 3. Engineer will sign and date a second Change order to establish the change in contract Sum and in Contract Time. 4, owner and contractor will sign and date the to indicate their second Change Order agreement with the terms therein. 1.1Q TIME AND MATERIAL/ FORCE ACCOUNT CHANGE ORDER/ CONSTRUCTION CHANGE AUTHORIZATION A. Engineer and owner will issue a Work Directive Change directing Contractor to Proceed with the changes on a time-and--material/force account basis. B. At completion of the change, Contractor shalta l submit itemized accounting and supporting provided in the Article "Documentation of Proposals and Claims" of this section. C. Engineer will determine the allowable cost of such work, as provided in General Conditions and Supplementary Conditions. D. Engineer will sign and date the Change order to establish the change in Contract sum and in Contract Time. E. Owner and contractor will sign and date the Change order to indicate their agreement therein. 1,11 CORRELATION WITH CONTRACTOR'S SUBMITTALS A. Contractor shall periodically revise Schedule of Values and Request for Payment forms to record each change as a separate item of Work, and to record the adjusted Contract Sum. B. Contractor shall periodically revise the Construction Schedule to reflect each change in Contract Time. dules to es 1. Revise ofuworkso t3ffected bythehchanges. other 01151-5 L I 1 Upon completion of work under a Change Order# enter pertinent changes in Record Documents. PART 2 - PRODUCTS # Not applicable PART ] - EXECUTION Not applicable END OF SECTION 0115]-6 (UGC01201. E' T) : as SECTION 01201 r PRECONSTRUCTION CONFERENCE PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Engineer shall schedule and administer the preconstruction conference and shall perform the following duties: 1. Prepare agenda for meeting. 2. Give notice of meeting three days in advance of meeting date. 3. Make physical arrangements for meeting. 4. Preside at meeting. 5. Record the minutes which shall include all significant proceedings and decisions. 6. Reproduce and distribute copies of minutes within fifteen (15) working days after meeting. Minutes shall be distributed to all participants in the meeting and to all. parties affected by decisions made at the meeting. 1.02 RELATED REQUIREMENTS A. Section 01(700: Description of Work. D. Section 01311; Construction Schedule. C. Section 01340: Shop Drawings, Product Data and Samples. D. Section 01'770: Project Record Documents. F. Section 01730: Operating and Maintenance Data. 1.03 PRECONS`CRUCTLON CONFERENCE A. Engineer will schedule meeting with Contractor, Owner and other affected parties. B. Location of the preconstruction meeting: the project site or a nearby office to be selected b Owner/Engineer. 01201-1 i L L L Attendance' 1. owner/owner's representative. and his 2. Engineer/Engineer's representative professional consultants. 6 3. Contractor/Coritractoros superintendent. representatives. Local utilities 4. 5. Local government agencies representative. D. Agenda: 1. Record of Attendance. 2. Project summary Description. 3. Local Utilities to be affected. a. Water lines b. Sewer lines C. Gas lines d. 'telephone lines e. Cable TV lines f. Electric lines g, Highways h. Railroads 4. Contractor Responsibilities: a. start date b. Completion date C. Liquidated damages d. Contract arnount e. Work schedule f. Space utilization 9. Rights -of -Way occupancy h. Progress Payment Application i. As-builts (Records/Drawings) 5. Photographs k. Shop drawings 1. Subcontractors tn. Project coordination Warranties, Maintenance n. Guarantee, Manuals 5. owner Responsibilities: a. Property and right-of-way purchase b. Monthly meetings C. Special meetings d. Partial and final payment e. Change Orders f. Periodic site visits 9. Public announcements and public relatic IA. Project acceptance 0 6, Engineer Responsibilities; a. Technical representative of Owner b. Interpreter of contract documr-Ints C. Periodic inspections of job progress ' d. Reviews partial and final payment applications e. Prepares Change orders f. Checks and approves shop drawings g. Reviews record/drawings h. Performs final inspection and issues certificate of completion 7. Resident inspector Responsibilities; a. Engineer's and Owner's representative on site b. Review materials and work and reports any deficiencies to Engineer c, Reviews applications for payment unlit d. Works with Contractor on p notification of work items e. Attends progress meetings f. Observes testing work g. Maintains daily diary of work tasks h. Furnishes reports to Engineer as deemed advisable PART 2 - PRODUCTS Not Applicable. PART 3 - EXECUTION Not Applicable. END of SECTION aII-oi 3 t {UGC01311.E1"iT) :aa i; SECTION 01311 CONSTRUCTION SCHEDULES PART 1 a GENERAL 1.01 REQUIREMENTS INCLUDED A. Promptly after award of the Contract, Contractor shall prepare and submit to the Engineer estimated ated construction progress for the Work, subschedules of related activities which are essential, to its progress. B. Coordinate the work and scheduling with and around other contractors and individual trades performing work on the Project. C. submit revised progress schedules with each application for payment. D. Progress schedule shall become part of Contract Documents after approval by Engineer. 1.02 RELATED REQUIREMENTS A. In other parts of the Contract Documents: 1. General Conditions: a. Articles 2 and 6 Schedules, Reports, and Records b. Sections 6.1 and 6.2 - Supervision by t Contractor c. Article 15 - Supervision of Work, Termination, and Delay B. Specified in other sections: y 1. Section 01000: Description of Work 2. Section 01201: Preconstruction Conference 3. Section 01340: Shop Drawings, Product Data, and SamplesI r_ 1.03 FORM OF SCHEDULES i A. prepare schedules in the form. of « horizontal bar chart as follows:. 01311-1 L M C1 40 F END OF SECTION 01311-3 1.06 SUBMISS ONS i A. Submit initial schedules within ten (10) days after award of Contract: Engineer will review schedules for information only. B. Submit revised progress schedules with each application for payment. C. Submit the number of opaque reproductions which the Contractor requires, plus two (2) additional copies; one for Owner and one for Engineer. 1.07 DISTRIBUTION A. Distribute copies of approved schedules to! 1. job site file 2. Subcontractors 3. Other concerned parties B. Instruct recipients to report promptly to the Contractor, in writing, any problems anticipated by the projections shown in the schedule PART 2 - PRODUCTS Not applicable PART 3 - EXECUTION Not applicable END OF SECTION 01311-3 40 4W • (UGC01340.FMT):aa SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit Shop Drawings, Product Data, Samples and Certificates required by the Contract Documents. B. Review and approval by Contractor of submitted material. 1.02 RELATED REQUIREMENTS A. In other parts of the Contract Documents: 1. Definitions and Additional Responsibilities of Parties: a. General Conditions of the Contract (1) Sections 6.23 - 6.26: Shop Drawings. H. Specified in other sections: 1. Section 01311: Construction Schedules. 2. Section 01720: Record Documents C. Designate in the construction schedule, or in separate coordinated schedule, the dates for the submission and the dates that reviewed Shop Drawings, Product Data and. Samples will be needed. 1 1.03 SHOP DRAWINGS A. Drawings shall be presented in a clear and thorough manner. I �., 1. Details shall be identified by reference to sheet and detail or schedule shown on Contract Drawings. B. Minimum sheet size: manufacturer's standar; adequate to clearly illustrate. 9 y 013401 1.04 PRODUCT DATA A. Preparation! I. clearly mark each copy to identify applicable products, models, options, and other data. characteristics and 2. Show performance capacities. 3. Show dimensions and clearances required. 4. Show wiring or piping diagrams and controls. B. Manufacturer's standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. supplement standard information to provide information specifically applicable to the work. 3. include manufacturer's installation instructions when required by the Specifications Section. 1.05 SAMPLES requiring colr- A. office samples: Limit to items requd shall be pattern and similar selections an sufficient size and quantity to clearly illustrate: 1. Full range of color, texture and pattern 2. Submit samples for selection of finishes within sixty (60) days after date of Agreement, or when directed by Engineer B. Field Samples and Mock-UPs: 1. Functional characteristics Of the product, with integrally -related parts and attachment devices 2. contractor shall erect, at the project Site, at a locati-on acceptable to the Engineer 3. Size of Area: that specified iii the respective specification section complete and 4. Fabricate each sample and mockup co f inished 5. Include identification on each sample, 9�iv'nO full information 6. Remove samples at conclusion Of work, or when acceptable to the Engineer 01340-2 r 1.06 MANUFACTURER'S CERTIFICATES ?` A. Submit Certificates, in duplicate, in accordance with requirements of each specification section 1.07 CONTRACTOR RESPONSIBILITIES A. Review Shop Drawings, Product Data and Samples prior to submission B. Determine and verify: i.F'ield measurements 2.Field construction criteria 3,Catalog numbers and similar data 4.Confo7rmance with specifications C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Notify the Engineer in writing at the time of submission of ANY AND ALL DEVIATIONS in the submittals from requirements of the Contract Documents. All of the Contractor's comments and notations shall be in red ink. E. Begin no fabrication of work which requires submittals until return of submittals with Engineer's approval. 1.08 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the work of any other Contractor.. B. Number of submittals required: 1. Shop Drawings: Summit the number of opaque reproductions which the Contractor require:, plus four (4) copies which will be retained by the Engineer e 2. Product Data: Submit the number of copies which the Contractor requires, plus four (4) which will be retained by the Engineer 3. Samples: Submit the number stated in each specification section J �. 01340-•:3 40 4W C. Submittals shall contain: 1. The date of submission and the dates of any { previous submissions 2. The project title and number 3. contract ideetification 4. The name of: a. contractor b. Supplier C. Manufacturer 5. Identification of the project, with specification section number 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials g. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification of deviations from contract Documents Io. identification of revisions on resubmittals.. 11. An a" x 3" blank space for Contractor and Engineer stamps approval.. 12. Contractor's stamp or review and app initialed or signed, certifying to review submittal, verification of products, field measurements and field construction criteria„ and coordination of the information within the submittal with requirements of the work and of Contract Documents 1.09 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals required by the Engineer and resubmit until approved. B. Shop Drawings and Product Data.: 1: Revise initial drawings or data, and resubmit as specified for initial submittal. made 2. Indicother athan hose te any arequestnges ed cby the Engineer. i C. Samples; Submit new samples as required for initial submittal. 01]44-4 11 4W 40 1.10 DISTRIBUTION A. Distribute reproductions of Shop Drawings and the. Engineer's copies of Product Data which carry stamp of review to:, 1. Job site file } 2. Record Documents file 3. other affected contractors 4. Subcontractors 5. supplier or fabricator B. Distribute samples which carry the Engineer's stamp of approval as directed by the Engineer. 1,11 ENGINEER'S DUTIES A. Review submittals with reasonable promptness and in accordance with schedule.. E. Affix stamp and initials A signature, and indicate without requirements for resubmittal, or review comments of submittal. All of Engineer's comments shall be made in green ink C. Return submittals to Contractor for distribution, or for resubmission PART 2 _ PRODUCTS Not applicable PART 3 - EXECUTION Not applicable a l END OF SECTION 01340-5 • dB 40 r (UGC01381.FMT):aa SECTION 01381 4 r AUDIO-VISUAL DOCUMENTATION PART 1 - GENERAL 1.01 DESCRIPTION OF WORK Prior to commencing the Work, the Contractor shall have a continuous color audio -video tape recording taken along the entire length of the Project to serve as a record of preconstruction conditions. The preconstruction Swale elevations shall be recorded at 100' intervals. 1.02 APPROVAL No construction shall begin prior to review and acceptance of the tapes covering the construction area by the Owner or Engineer. The Engineer shall have the authority to reject all or any portion of a videotape not conforming to specifications and order that it be redone at no additional charge. The Contractor shall reschedule unacceptable coverage within five (5) days after being notified. The Engineer shall designate those areas, if any, to be omitted from or added to the audio -video coverage. Tape recordings shall not be made more than thirty (30) days prior to Beginning of construction in any area. All tapes and written records shall become property of Owner. The tapes shall be delivered to the Owner as soon as possible after recording. QUALITY ASSURANCE The Contractor ,hall engage the services of a professional electrographer. The color audio -video tapes shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of preconstruction color audio -video tape documentation. 01381-1 do O d E r PART 2 - PRODUCTS 2.01 GENERAL I All equipment, accessories, materials, and labor to perform this service shall be furnished by the Contractor. 0 2.02 QUALITY The total audio -video system shall reproduce bright, sharp, clear pictures with accurate colors and shall have minimal distortion, tearing, rolls, or other imperfections. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume and clarity and be free from distortion and interruptions. 2.03 CAMERA The color video camera used in the recording system shall have a horizontal resolution of 300 lines at center, a luminance signal-to-noise ratio of 45 dB, and a minimum illumination requirement of 25 foot candles. 2.04 TAPES Audio -video tapes shall be new. Reprocessed tapes will not be acceptable. The tapes shall be one-half inch, high energy, extended still frame capable videocassette, shall be interchangeable with the color videocassette player, and shall be compatible for playback with the player --receiver. d PART 3 - EXECUTION 3.01 r VIDEOTAPING PROCEDURES A. 4 ti Each tape shall begin with the current date, project name, and municipality, and be followed by the general location: i.e., name of street, house address, viewing side, and direction of N::ogress. The audio track shall consist of an original live recording. The recording shall contain the narrative commentary. All video recordings must, by electronic means, display continuously and simultaneously generates with the actual taping, transparent digital 013'81-2 40 i • :1 ri t information to include the date and time of recording, and station numt\ers, if shown on the( Drawings. The date information shall contain the month, day, and year. The time information shall contain the hour, minute, and second. Additional J information shall be displayed periodically. Such information shall include, but not be limited to, project name, contract number, name of street, house address, direction of travel, and the viewing side. The transparent information shall appear on the screen. C. All taping shall be done during times of good visibility. No taping shall be done during precipitation, mist, or fog. The recording shall be done only when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. ❑. The rate of speed in the general direction of travel of the vehicle used during taping shall not exceed 44 feet per minute. Panning, zoom -in, and zoom -out rates shall be sufficiently controlled to maintain a clear view of the object. E. Tape coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing driveways, sidewalks, curbs, pavements, ditches, mailboxes, landscaping, culverts, fences, signs, and headwalls within the area covered. F. When conventional wheeled vehicles are used, the distance from the camera lens to the ground shall not be more than twelve (12) feet. In some instances, audio -video tape coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking or special conveyance approved by the Engineer. +� END OF SECTION 41391-3 y • C7 40 ' (UGC01410.FMT)taa SECTION 01410 TESTING LABORATORY SERVICES r PART I - GENERAL 1.01 REQUIREMENTS INCLUDED A. owner may employ and pay for the services of an independent tenting laboratory to perform certain specified testing in addition to what is called for in the Contract Documents. owner shall pay for all additional testing. 1. Contractor shall cooperate with the laboratory to facilitate the execution of its required services. 2. Employment of the laboratory shall in no way relieve Contractor's obligations to perform the work of the Contract. B. Contractor will employ and pay for the services of an independent testing laboratory to perfory certain specified testing. All testing described in the Contract Documents shall be paid for by the Coptractor. 1.02 RELATED REQUIREMENTS A. General Conditions of the Contract: InspectionE and testing required by laws, ordinances, rules, regulations, orders or approvals of public authorities. B. Respective sections of specifications: Certification of Products. 1.03 QUALIFICATION OF LABORATORY A. Meet "Recommended Requirements for Independen' Laboratory Qualification", published by Americas Council of Independent Laboratories. 1 B. Meet basic requirements of ASTM E324, "standards o Recommended Practice for Inspection and Testin" l 'Agencies for Concrete and Steel as. Used is Construction." 1 � C. Authorized to operate in the State in which th Project is located. 01410-1 Y 40 40 4W ' D. Submit copy of report of inspection of facilities_ made by Materials 'Reference Laboratory o£ National. Bureau of Standards during the most recent tour of inspection, with memorandum of remedies of any deficiencies reported by the inspection. E. Testing Equipment: 1. Calibrated at reasonable intervals by devices of accuracy traceable to either: a. National Bureau of Standards b. Accepted values of national physical constants 1.04 LABORATORY DUTIES A. Cooperate with Engineer and Contractor; provide qualified personnel after due notice. B. Perform specified inspections, sampling, and testing of materials and methods of construction: 1. Comply with specified standards 2. Ascertain compliance of materials with requirements of Contract Documents C. Promptly notify Engineer and Contractor of observed irregularities or deficiencies of work or products. D. Promptly submit written report of each test and inspection; one copy each to Engineer, owner, and Contractor, and one copy to Record Documents File. Each report shall include: 1. Date issued 2. Project title and number 3. Testing laboratory name, address, and telephone number 4. Name and signature of laboratory inspector S. Date and time of sampling or inspection 6. Record of temperature and weather conditions 1. Date of test 8. Identification of product and specification section l 9. Location of sample or test in the Project 10. Type of inspection or test 11. Results of tests and compliance with contract Documents 12. Interpretation of test results, when reclueste?i by Engineer 01410-2 40 • 40 I ' E. Perform additional tests as required by Engineer or the Owner. 1.05 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to:, 1. Release, revoke, alter, br enlarge on requirements of Contract Documents 2. Approve or accept any portion of the work. 3. Perform any duties of the contractor 1.06 CONTRACTORS RESPONSIBILITIES A. Cooperate with laboratory personnel, and provide access to work and to manufacturer's facilities. B. Secure and deliver to the laboratory adequate quantities of representational samples of materials proposed to be used and which require testing. C. Provide to the laboratory the preliminary design mix proposed to be used for concrete, and other material mixes which require control by the testing laboratory. D. Furnish copies of product test reports as required. E. Furnish incidental labor and facilities: 1. To provide access to work to be tested 2. To obtain and handle samples at the project site or at the source of the product to be tested 3. To facilitate inspections and tests - 4. For storage and curing of test samples in advance of operations to F. 'Notify laboratory, P allow for laboratory assignments of personnel and scheduling of tests. 4 PART 2 - PRODUCTS I l Not applicable. PART 3 EXECUTION Not applicable. ENO OF SECTION 01410-3 I L a SECTION 01510 TEMPORARY UTILITIES (UGCO1.510.FMT):aa f I PART 1 - GENERAL ` 1.01 REQUIREMENTS INCLUDED A. Furnish, install, and maintain temporary utilities required for construction; remove on completion of entire project. B. Provide temperature, ventilation, and lighting requirements, if applicable, as specified in each individual section. 1.02 RELATED REQUIREMENTS Section 01000: Summary of Work 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with National Electric Code. B. Comply with federal, state, and local, codes and regulations, and with utility company requirements. PART 2 - PRODUCTS 2.01 MATERIALS (GENERAL) Materials may be new or used, but must be adequate in capacity for the required usage. They MUST NOT create unsafe conditions, and MUST NOT violate requirements of applicable codes and standards. 2.02 TEMPORARY ELECTRICITY AND LIGHTING A. The contractor must maintain power to all existing buildings and areas. B. The Contractor is responsible for providing and paying for all power required for his operations. Contractor shall make arrangements with Owner for temporary power. I 01510.1 40 i 4b f i C. Contractor is responsible for arranging power for his office trailer(s), power tools etc., at his r own expense. The Contractor shall 4y the costs of all power used. D. Provide POWER CENTERS for miscellaneous tools and equipment used in -the work: y 1. Weatherproof distribution box with minimum of four 20 amp., 120 volt grounded outlets 2. ]Locate so that power is available at any point of use with minimum 100 -foot CONSTRUCTION -TYPE power cords 3. Provide circuit breaker protection for each outlet E. Provide adequate artificial lighting for all areas of work, when natural light is not adequate for work, and for areas accessible to persons other than Contractor's employees. F. If Contractor requires service other than specified above, he shall arrange for, provide maintenance, and pay all costs incurred. 2.03 TEMPORARY WATER Contractor shall make arrangements with owner for all temporary water at the project site. Contractor shall pay for all temporary water required for his operations. 2.04 TEMPORARY SANITARY FACILITIES A. Contractor shall provide temporary sanitary facilities in compliance with laws and regulations. B. Contractor shall provide for regular service, cleaning, and maintenance of temporary facilities and enclosures. PART 3 -- EXECUTION i 3.01 GENERAL A. Comply with applicable requirements specified in Section 02670 - Submersible Wastewater Pumping Station, as well as state and local codes. e- B. Maintain and operate systems to ensure continuous service. I L_ 01510-2 f L L. 3.O2 REMOVAL \\ A. Completely remove temporary materials anAguipment when their use is no longer required. B. Clean and repair. damage caused by temporary installations or use of temporary facilitiRs. C. Restore existing facilities used for temporary services to specified, or to original, condition. END OF SECTION 01510-] A • • C 1 1 SECTION 01560 TEMPORARY CON'T'ROLS (UGCO156O.FFMT):as 4 1 PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install, and maintain temporary control facilities required for construction; remove on completion of entire project any features not intended to remain on the project site. B. Provide noise control, dust control, water control, debris control, 'pollution control and erosion control as specified in the appropriate sections of these documents. 1.02 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with federal, state, and local codes and regulations and utility company requirements. B. Comply with Department of Transportation requirements. PART 2 - PRODUCTS 2.01 MATERIALS (GENERAL) A. Materials may be new or used, but must be adequate in capacity and quality for the required usage, MUST NOT create unsafe conditions and MUST NOT violate requirements of applicable codes ane standards. 2.02 TEMPORARY NOISE CONTROL A. Mechanical equipment shall be fitted with muffler. to reduce noise from internal combustion type engines. B. Bells, sirens, alarms, etc., shall be adjusted tc provide adequate warnings to personnel on thi project site; however, they shall be regulated to an intensity that is amenable to the neighborinc communities. 01560-1 C-1 r 4s ! C. Exterior construction work noises shall be keprnihr a minimum during evening, night, and early _ hours. in addition, weekend and holiday vises shall be limited to acceptable levels. r ' D. In addition to -onsite noise control,r noise considerations shall , lobilizationafdemobilization, -site vehicles and equipment deliveries, etc.). 4 4 i 4. 1. 1 L_ I 2.03 TEMPORARY DUST CONTROL Dust formed as a result of the construction shall be controlled by the Contractor. Cleaning of work areas and application of dust control materials are the most effective methods of dust control. 2.04 TEMPORARY WATER CONTROL A. The flow of water through the construction site shall be controlled by the Contractor such that it does not damage any constructed items; however, it shall be diverted and channeled to effectively leave the site as soon as possible. Puddling and pounding on the site is not permitted, B. Water shall be controlled such that it does n_, enter excavated areas, nor is deposited on or against constructed features. 2,05 TEMPORARY DEBRIS CONTROL A. Provision shall be made by each Contractor to have available adequate containers to hold any and all debris that is to be generated from the project. Containers should be covered to prevent wind blowing paper, plastic, and lightweight products around and off the site. R. Instructions shall be given to personnel to utilize the trash containers. Containers shall be placed in convenient places at the site. C. At least once per week, a thorough cleaning of trash and debris shall be made at the construction site. An acceptable method of disposal shall be employed.. END OF SECTION 01560-2 C-1 • 40 r (UGC01600.FMT):aa SECTION 01600 MATERIAL AND EQUIPMENT PANT l - GENERAL 1.01 REQUIREMENTS INCLUDED A. products B. Workmanship C. Manufacturer's Instructions D. Transportation and Handling E. Storage and Protection F. Substitutions and Product options 1.02 RELATED REQUIREMENTS A. pSection Oof worku derof Work Provisions and r the Contract. B. Section 01090: Reference Standards - Provision and identification of publication sources for referenced standards. C. Section 01340: Shap Drawings, Product Data and Samples -Submittal of manufacturer's drawings, descriptive literature, samples and certificates. g manufacturer's Cleaning - - D. Section 01710: recommendation and procedures for cleaning. i E. section 01740: Warranties and Bonds -- Form and time of submission. 1.03 PRODUCTS i L A. Products include material, equipment and $ytems. B. Comply with specifications and referenced standards as minimum. C. Manufactured and fabricatedbe components required to #� sectionied shall be they wita same, and pe and interchangeable. r 01+600-1 1.04 1.05 D. When project is alteration and additional work, DC+j NOT use materials and equipment removed Ifrom existing structure, except as specifically allowed by notation or indication by Contract Documents. WORKMANSHIP 1 A. comply with industry standards except when more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. B. Perform work by persons qualified to produce workmanship of specified quality. C. Secure products in place with positive anchorage devises designed and sized to withstand stresses, vibration, and rocking. MANUFACTURERS' INSTRUCTIONS A. When work is specified to comply with manufacturer's printed instructions, obtain and distribute copies to persons involved, and maintain one set at job site in field office. B. Perform work in accordance with manufacturer'v instructions and specified requirements. C. Should a conflict exist between Specifications and manufacturer's instructions, consult with Engineer. TRANSPORTATION AND HANDLING A. Arrange deliveries of products in accordance with construction schedules; coordinate to avoid delay of progress, conflict with work and with conditions at the site. B. Transport products by methods to avoid product damage; deliver in undamaged condition in manufacturer's unopened containers or packaging, dry.. C. Provide equipment and personnel to handle product by methods to prevent soiling or damage. D. Promptly inspect shipments to assure that products comply with requirements, quantities are correct and products are undamaged. ❑1600-2 i 40 40 I f w 1.07 STORAGE ANIS PROTECTION A. Store products in accordance with manufacturer's instructions, with seals and labels .intact and legible. e B. Store sensitive - products in weather-tiht enclosures; maintain within temperatures nd humidity rangesrecommended/required by manufacturer's instructions. C. For exterior storage of fabricated products, place on sloped supports above ground. Cover products subject to deterioration with impervious sheet covering; ,provide ventilation to avoid condensation. s on D. at well-drainloose ed nares; materiaprey+ nit mixing with surfaces with foreign matter, E. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions. F. After installation, provide coverings to protect products from damage from traffic and construction operations, remove when no longer needed. 1.06 PRODUCT OPTIONS A. Within 30 days after date of contract, submit complete list- of major products proposed, with name of manufacturer, trade name and model. B, Options, 1. Products specified only be reference standard Any product meeting that standard. 2. Product specified by naming severa manufacturers: Product of any name P manufacturer meeting specifications. I, 3. 'Products specified by naming one or mor manufacturers and "ci equal": Submit a reques for substitution for any manufacturer no specifically named. 1.09 SUBS`T'ITUTIONS I A. only within 30 days after date of contract wi3 Engineer consider requests from contractor for L 01500-3 I V do • 40 r substitutions. Subsequently, substitutions will be r, considered only when a product becomes unavailab7f due to no fault of Contractor. } g, Document each request with complete data, drawings and samples as appropriate, substantiating compliance of proposed substitution with Contracts Documents including: I. Comparison of the qualities of the proposed substitution with the specified. 2. Changes required in other elements of the work because of the substitution. 3. Effect on the construction schedule. 4. Cost data comparing the proposed substitution with the product specified. 5. Any required license fees or royalties. 6. Availability of maintenance service, and the source replacement materials. C. Request constitutes a representation that Contractor: 1. Has investigated proposed product and determined that it meets or exceeds, in all respects, specified product. 2. Will provide the same warranty for` substitution as for specified product. 3. Will coordinate installation and make other changes which may be required for work to be complete in all respects. 4. Waives claims for additional costs which may subsequently become apparent. D. substitutions will not be considered when they are indicated or implied on Shop Drawing or Product Data submittals without separate written request, or when acceptance will require substantial revision of contract Documents. E. Engineer will review to determine acceptability of proposed substitution, and will notify Contractor of acceptance or rejection in writing within a reasonable �. time. PART 2 - PRODUCTS 1. Not applicable PART 3 - EXECUTION Not. applicable � END OF SECTION 01600-4 4D i 40 (UGGCo1700.FMT):aa SECTION 01700 I f CONTRACT CLOSEOUT , e PART 1 -- GENERAL 1.01 REQUIREMENTS INCLUDED A. comply with requirements stated in General and Special conditions of the Contract and in Specifications for administrative procedures La closing out the work. S. Related requirements in other parts of the Contract Documents: 1. Fiscal provisions, legal submittals, and additional administrative requirements; General Conditions of the Documents: a. Paragraph 6.19 - Record Documents b. Paragraph 14.11 - Final Inspection C. Paragraph 14.8 - Substantial Completion d. Paragraph 14.12 - Application for Final Payment e. Paragraph 14.1.3 - Final Payment and Acceptance f. Paragraph 13.1 - Guarantee of Work C. Related requirements specified in other sections: I. Section 01710: Cleaning 2. Section 01720: Project Record Documents 3. Section 41730: Operating and Maintenance Data 4. Section 01740: Warranties and Bonds 1.02 SUBSTANTIAL COMPLETION A. When Contractor considers his work is substantially complete, he shall submit to Engineer: 1. A written notice that the work, or designated portion thereof, is substantially complete 2. A list of items to be completed or corrected S. Within a reasonable time after receipt of such notice, Engineer will make an inspection to determine the status of completion. 01700-1 C-1 i 40 a' C. Should Engineer determine that the work is no substantially complete: r I. Engineer will promptly notify the Contractor, in writing, giving the reasons 2. Contractor shall remedy the deficiencies in the work, and shall send a second written notice of substantial completion to Engineer 3. Engineer will reinspect the work D. When substantiallyecomplete,�rs thhe will the work is 1. Prepare a Certificate of Substantial Completion, accompanied by a list of items to be completed or corrected 2. Submit the Certificate to owner and Contractor for their written acceptance of the responsibilities assigned to them in the certificate 1,03 FINAL INSPECTION A. When Contractor considers the work is complete, he shall submit written certification that: 1, Contract Documents have been reviewed 2.. Work has been inspected for compliance wit.. Contract Documents 3. Work has been completed in accordance with Contract Documents 4. Equipment and systems have been tested in the presence of the owner's representative and are operational 5. Equipment and systems instructions to owner's personnel have been completed in accordance with Section 01.730 b. Work is completed and ready far final inspection B. Engineer will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should Engineer consider that the work, is incomplete or defective: I Engineer will promptly notify the Contractor, in writing, listing the incomplete or defective work N \- 01700-:' I L C-1 i 40 r 2. Contractor shall take immediate steps to l remedy the stated deficiencies, and send a i second written certification to Engineer that the work is complete 3. Engineer will reinspect the work r ' D. When Engineer finds that the work is acceptable under the Contract Documents, he shall request the Contractor to make closeout submittals. C 1.04 REINSPECTION FEES Should the Engineer perform reinspection due to failure of the work to comply with the claims of status of completion made by the Contractor, Contractor will compensate Engineer/owner for such additional services. 1.05 ADDITIONAL SERVICES Should Engineer be required to provide representation at the site for the administration of the Contract for construction, more than thirty days after the specified Date of Substantial completion of the work, Contractor will compensate Engineer for such additional services. 1.06 CONTRACT'OR'S CLOSEOUT SUBMITTALS TO ENGINEER A. Evidence of compliance with requirements of governing authorities: Certificate of Occupancy B. Project Record Documents: To requirements of Section 01720 C. Operating and Maintenance Data: Instructions to Owner's personnel conforming to requirements of Section 01730 ` D. Warranties and Bonds: To requirements of section F 01740; also, see Item H below E. Spare Parts and Maintenance Materials: To requirements of each specification section F. Evidence of Payment and Release of Limns: To requirements of General and slapplumentary conditions G. certificate of Insurance for Products and Completed p Operations L 01700-3 r • • i F` r H. One (1) Year Maintenance Bond 1. Certificate of operation from equipment manufacturers 1.07 f FINAL ADJUSTMENT OF ACCOUNTS +p, Submit a final statement of accounting to Engineer. g. Statement shall reflect all adjustments to the Contract Sum: 1. The original contract Sum 2. Additions and deductions resulting from; a. previous change orders b. Allowances C. Unit prices d. Deductions for uncorrected work e. Deductions for liquidated damages f. Deductions for reinspection payments g. other adjustments 3. Total Contract sum, as adjusted 4. Previous payments 5. Sum remaining due C. Engineer will prepare a final change order, reflecting approved adjustments to the Contract sum which were not previously made by change order. 1.08 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit the final Application for Payment in accordance with procedures and 1 requirements stated in the Conditions of the V Contract. PART 2 - PRODUCTS w Not applicable M PART 3 - EXECUTION Not applicable 1 -- ►a END OF SECTION 01700-4 I i 40 4W SECTION 01710 GLEANING (UGC0171O.FMT):aa 01710-1 I PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED ]execute cleaning, during progress of the work, and at completion of the work, as required by General conditions. 1.02 i DISPOSAL REQUIREMENTS Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti --pollution laws. PART 2 - PRODUCTS 2.01 MATERIALS A. Use only those cleaning materials which will not create hazards to health or property and which will not damage finishes and surfaces. B. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. PART 3 - EXECUTION 3.01 DURING CONSTRUCTION A. Execute periodic cleaning to keep the work, the site, and adjacent properties free from accumulation of waste materials, rubbish, and windblown debris resulting from construction operations. B. Dispose of waste materials, cartons, crating, debris, and rubbish at designated waste receptacles. C. contractor shall maintain a broom -=cleaned site during the entire construction phase. 01710-1 I I-] 40 CA M r D. For exterior utility work (such as underground I pipelines, roadways, service areas, etc.), theE{ shall be cleaned daily. Not less frequently than once weekly. Roadways shall be mechanically broomed. , 3.02 DUST CONTROL A. General Contractor shall broom -clean interior spaces prior to the start of completing painting and continue cleaning on an as -needed basis until painting is finished. B. Schedule operations so that dust and other contaminants resulting from the cleaning process will not fall on wet or newly -coated surfaces. 3.03 FINAL CLEANING A. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials. B. Contractor shall broom -clean paved surface; rake -clean other surfaces of the grounds. C. Prior to final completion, Contractor shall condu art inspection of all work areas to verify that the entire work area is clean. END OF SECTION 1 01710-2 1r 171 • II 40 c {" (UGC01720.FMT).aa SECTION 01720 r PROJECT RECORD 'DOCUMENTS L PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Contractor shall maintain at the site for the Owner one record copy of the following: 1. Drawings 2. Specifications 3. Addenda 4. Change orders and other modifications to the Contract 5. Engineer field orders or written instructions 6. Approved shop drawings, product data, and samples 7. Field test records B. Related requirements in the other parts of the Contract Documents: General Conditions of the Contract: Section 2 - Schedules, Reports and Records C. Related requirements specified in other sections:. Section 01340: Shop Drawings, Product Data and Samples 1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Contractor shall store documents and samples in the field office apart from documents used for construction, 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance witl-1 Specifications -- Table of Contents. _ 01720--1 0 C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record ,documents for construction purposes. D. Make documents and samples available at all times for inspection by Engineer. 1.03 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color red. 1.04 RECORDING (SLOE ALSO SPECM CONDITIONS) A. Sabel each document "PROJECT RECORD" in neat large printed letters. R. Record information concurrently with construction progress. DO NOT conceal or backfill any work until required information is recorded. C. Drawings: Legibly mark to record actual construction: 1. Depths of various elements of construction in relation to N.G.V.D. 1929. 2. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements.. 3. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 4. Field changes of dimension and detail. 5. Changes made by field order or by change order. 5. Details not on original contract drawinq:. D. Specifications and Addenda: Legibly mark each section to record: 01720-2 i • 40 1, Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes made by field order or by change order. e 1.05 SUBMITTAL A. At Contract close-out, deliver Record Documents to Engineer for the Owner. B. Accompany submittal with transmittal letter in duplicate, containing: 1. Date 2. Project title and number 3. Contractor's name and address 4. Title and number of each Record Document S. Signature of Contractor or his authorized representative 1.06 AS -BUILT SURVEYS A. CONTROL INFOR14ATION FOR AS -BUILT UTILITY SURVEY WORK 1. All as -built drawings shall state. in 1" lettering "AS -BUILT RECORD SURVEY" located in the bottom right hand side of the drawing original and/or copies, along with the as -built date. 2. All as -built surveys shall meet the minimum requirements of the Chapter 61G17, Florida Administrative Code Pursuant to Section 472 of the Florida Statures. All surveys shallbe based on 6 „Class 2"• minimum horizontal control Third Order, 3. All state plane coordinates shall be based on the Zone), i. Florida State plane Horizontal Data (East Florida High precision Geodetic Network - f.ina] adjustment i (Superstation) and NAD 83/1990 4. State plane coordiantes shall be physically tied t, a minimum of two known state plane coordiant, state pian benchmarks that utilize number 3 above. benchmark coordinates shall be shown on survey at r � used. r 01720-3 ! ! r 5. All elevations shown shall be based on 1929 NGVD. r 6. All �ncoming as -built survey AUTOCADU drawing files shall be received on 3 1/2" diskette and in state plane coordinated. (NOTE: Prior to submitting the 3 1!2" AUT'OCADD diskette, three (3) copies of each r survey shall be submitted for review and approval. After all approvals, a signed and sealed Mylar reproducible along with two (2) signed and sealed copies of each survey shall be submitted. 7. All as -built survey drawings shall be tied to a minimum of one permanent reference monuments (P.R.M.). Every 1400 feet if available and tied to a minimum of two section corners or one section corner and one 1/4 section corner which ever is closest to the project. B. All as -built survey drawings shall be calculated in a Cogo package for future G.I.S. Information. The Cogo used shall meet the Cogo requirements set forth by the Department of Utility Services. 9. All as-builts surveys shall include a minimum of two (2) existing or established benchmarks for vertir--1 control every 1,400 feet shown on all surveys. 10. Horizontal Control Monumentation (if- required) for utility lines shall be a minimum of two (2) points at a maximum of 1,400 feet between points and shown on all surveys. 11. All utility as -built construction located within the right-of-ways, easements and alike shall be tied to the respective right-of-ways, easements, etc., every 1,000 feet and change of direction. 12. All utility as -built construction located within one mile of the Indian River County Global Positioning System (G.P.S.) control project shall be ties from that nearest G.P.S. point andinto the closest constuction site Permanent Reference Monument a (P.R.M.), if available. This does not eliminate Item No. 7 above. i 13. All as-builts shall clearly depict as -built utility ' lines that were constructed along with all i easements. As-builts will nct be accepted unless 01720--4 the verbage "PROPSED" and/or "TO BE CONSTRUCTED, - have bgen revised to read "AS -BUILT". Constuction dravino with construction terminology will not be accepted. PART 2 - PRODUCTS Not applicable PART 3 - EXECUTION Not applicable I I II. 1. L t _ END OF SECTION 01720-5 L 40 40 • 40 (UGCo1740.FMT):aa. � + SECTION 01740 WARRANTIES AND BONDS * PART 1 - GENERAL " 1.01 REQUIREMENTS INCLUDED A. Compile specified warranties and bonds. B. Compile specified service and maintenance contracts. C. Co -execute submittal when so specified. p. Review submittals to verify compliance with E. Contract Documents. Submit to Engineer for review and transmittal to Owner. 1..02 RELATED REQUIREMENTS A. In other parts of the Contract Documents: 1. Instructional to Bidders: Bid or Proposal Bonds 2. General. Conditional of Contract: a. Performance Bond and Labor and Material Payment Bond. b. General Warranty of Construction. B. Specified in other sections: 1. Section 01.700: Contract Closeout. 2. Section 01730: operating and Maintenance Data. 3. Each respective section of Specifications shall have Warranties and Bonds required for specific products. 4. Provisions of Warranties and Bonds, Dur Stion: The respective section of specification which specifies the product. 1.03 SUBMITTAL REQUIREMENTS t A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers and subcontractors. B. Number of original signed copies requires: Two C. each. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. �._ 1. Product or work item. 2. Firm, with name of principal, address -nd Y telephone: number. 01740-1 l 0 • Go i 3. Scope. 4. Date of beginning of warranty, bond or servic and maintenance contract. 5. Duration of warranty, bond or servic maintenance contract. r 6. Provide information for owner's personnel: 1 a. Proper -procedure in case of failure. b. Instances which might affect the validit of warranty bonds. 7. Contractor, name or responsible principa- address and telephone number. 1.,04 FORM OF SUBMITTALS r A. Prepare in duplicate packets. B. Format: 1. Size B-1./211 X III, punch sheets for 3-rii binder. a. Fold larger sheets to fit into binders 2. cover: Identify each packet with typed r printed titre "WARRANTIES AND BONDS". List a. Title of project. b. Name of Contractor. C. Binders: Commercial quality, three-ring, writ durable and cleanable plastic covers. 1.05 TIME OF SUBMITTALS A. Make submittals within ten days after date s Substantial Completion, prior to final request ff payment. B. For items of work, where acceptance is delays materially beyond the Date of Substantia completion, provide updated submittal within t4 days after acceptance, listing the date e acceptance as the start of the warranty period. 1.06 SUBMITTALS REQUIRED A. Submit warranties, bonds, service and maintenan t contracts as specified in the respective sectio. of Specifications, as appropriate. PART 2 PRODUCTS Not applicable 1. Part 3 - EXECUTIVE Not applicable END OF SECTION 01740-2 1- DIVISION 2 SITE WORK 40 C� 40 i6A 7 F SECTION 02050A MAINTENANCE AND PROTECTION OF TRAFFIC f ' PART GENERAL 1.1 SUMMARY A. General: Tice Contractor shall provide all labor, material, and services, and perform all { operations required for maintenance and protection of traffic and related items shown on the drawings or specified in this Section. 13. Work Included: The work shall include, but not necessarily be limited to, the following maintenance and protection of traffic work: 1. Pedestrian and vehicular traffic control. 2, All utilities and water facilities will remain intact until new facilities have been installed and completed. C. Work Specified in Other Documents: Maintenance and protection of traffic shall be in accordance with applicable portions of Section 102 of the 1991 Florida DOT Standard Specifications for Road and Bridge Construction and F.D.O.T. Roadway and Traffic Design Standards (specifically the 600 series index numbers.) D. Work Specified in Other Sections: Related items of work arc specified in other sections of the specifications. 1.2 PAYMENT A. Unless noted otherwise on the Bid Form, no separate payment will be made for Work covered under this Section. All costs in connection therewith or incidental thereto are to be included in the respective Contract Price for the item or stricture to which the Work pertains. 1.3 JOB CONDITIONS 4 _ A. Maintenance and Protection of Traffic: Prior to implementation of traffic control plan, said plan shall be submitted at least 2 weeks in advance to the Engineer for approval. 1. Method of barricading for pedestrian control safety, as well as method for movement of pedestrian traffic. 2. Method of handling pedestrian traffic onto and orf work area. 3. All signage required or indicated on the drawings for pedestrian and vehicular control. A. Night lighting and barricades. 5. Coordination plan for proposed and existing utility work. 6. Stationing and layout reference points. 7. Approved Constniction Phasing Plan. 8. Contractor shall install all required maintenance and protection of traffic controls as required prior to starting construction activities. 02050A - l tt+mmlinionandMamwmme W Protwu m of Tnrtk 1- .�.•...w�Jd.,.o, hr�ct, tR+sci w.s4rulea w.+ 1,..•.,�r, n;r�v]A . N4...+u.. 4 WT. e. r • f fA B. Existing Utilities: + 1. Protect all existing utilities at grade and below grade from damage during demolition work. 2. Where existing utilities are to remain in place, provide adequate means of protection during demolition and duration of work. + 3. Locate existing underground utilities in advance of demolition work. 4, Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, inform the Engineer immediately. Cooperate with the Owner and public and private utility companies in keeping their respective services and facilities in operation. 5. Damaged Utilities: Report damaged utility immediately to respective utility companies' representative. Repair of damaged utility will be by the respective utility company and the Contractor shall hear the full cost accrued by the utility company's work and materials. G. Do not interrupt existing utilities serving facilities occupied and/or used by the Owner or others, except where permitted in writing by the Engineer or Owner, and the only after acceptable temporary utility services have been provided. 7. Demolish and completely remove from the site underground utilities indicated to be removed. Coordinate with local utility companies for shut-off services if lines are active. C. Use of explosives is not permitted. g D. Temporary Protection: Protect structures, utilities, sidewalks, pavements, and other facilities t from damages caused by settlement, lateral movement, undermining, washout, and other hazards created by the Contractor's operations. 1 i E. Damages: Promptly repair damages caused to adjacent facilities by the directional drilling operation at no additional cost to the Owner. F. Traffic: Conduct operations and the removal of debris to ensure minimum interference with traffic, adjacent streets, walks, and other adjacent occupied or used facilities, leo not close or obstruct adjacent streets, walks, ar other occupied or used facilities without permission from authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways.. G. Protection: Ensure the safe passage of persons around the area of the Work. Conduct operations t to prevent injury to adjacent building, structures, other facilities, and persons. PART 2 --PRODUCTS I (Not Applicable) L PART 3 — EXECUTION 3.1 GENERAL A. )acct ali barricades, signage, and, elated items of work as spccrticd ahoy. 02050A - 2 tkmc,hNw+ i�r! MaanKnirKt 'M pma' awn of mine r Lw�kl�►�w�ha«K7�n.�1c,h»J.s trs..�r l,�r,nwrl�oiu9ut da,we�w.J rnlrc l.. 4b 4W --m 1 POLLUTION CONTROLS tl � A. Use water sprinkling and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical level. Comply with governing regulations pertaining to environmental protection. Do not use water when it may create hazardous or objectionable conditions such as flooding and pollution. i B. Clean adjacent pavements, roads, and other improvements of dust, dirt, and debris caused by demolition operations, as required by at least daily. Return adjacent areas to condition existing prior to the start of the work. C. Construct silt or soil -arresting devices as directed by Owner to keep silt and soil from entering stormwater and/or sewer system. Ll * * ENI) OF SECTION * * 02050A - 3 4 fss..y'd� •••.�9 r s. [w N� Krf . An.1.r.".r+4.x. IA...,.r^ns�,�t ;"rr4� � . 44 r a :e • 1•sR , Ik-IM11IU*n and M%knRnVWC and Prouciom or'rran5c C1 4W 40 .:..� 7 SECTION 02320 ° TRENCRLESS INS'T'ALLATION OF PRESSURE MAINS F BY DIRECTIONAL BORING f PART I --GENERAL 1.1 SECTION DESCRIPTION 1.1.1 Portions of the pressure mains shall be installed by the directional boring method within the limits indicated on the contract plans and as specified herein. Generally, as a minimum, the pressure main is to be located within the road right-of-way and shall be installed by directional boring. 1.1.2 This section includes materials, performance and installation standards„ and Contractor responsibilities associated with the furnishing of all labor, materials, equipment and incidentals required to install, complete, required trenchless installation of pressure mains, as shown on the Drawings and as specified herein. 1.2 EXPERIENCE 1.2.1 The Contractor must demonstrate expertise in trent less methods using a wire guided locating system by providing a list of ten (10) utility references for which similar work has been performed in the last two years. The references should include a name and telephone number where contact can be made to verify the contractor's capability. The Contractor must provide documentation showing successful completion of the projects used for reference. Conventional trenching experience w" 11= be considered applicable. { 1.2.2 All supervisory personnel must be adequately trained and shall have at least four (4) years experience in directional boring. The Contractor shall submit the names and resumes of all supervisory field personnel prior to construction. 1 1.2.3 Because of time constraints, the Contractor may wish to provide multiple experienced directional boring crews. I I 1.2.4 The directional boring equipment shall be capable of installing the minimum pipe diameter noted on the plans. { 1,3 SUBMITTALS 1. 1.3.1 Submit technical data for equipment including clay slurry material, method of t installation with working drawings, and proposed sequence of construction for approval by the Engineer. 1,3.2 Prior to approval for directional boring, the Contractor must submit the names of supervisory field personnel and historical information of directional boring experience. In addition, the Contractor must submit for approval nameplate, data for the drilling equipment, mobile spoils removal unit, and MSDS (Material Safety Data Sheets) information for the drilling slurry compounds. 02320-1 16-1—tal (lt r is 4i1vu1 I k1I I,n /, t.'���PnM�Ai+fM.tdn I'nYn4 �^FnKi Ru.I:R1i1! G wlr tMronWA.f W �': iYP . ti0111C�) ♦,i�CIOYi t►ltdi 5th' 4b f r' 1.3.3 The Contractor is required to bring to the attention of the Engineer any known design discrepancies with actual tunneling methods that the Contractor will be performing. This shall be stated in writing to the Engineer no later than the pre -construction meeting.. 1.3.4 Provide shop drawing submittal and sample of pipe, fused joint, and trace wire. PART 2 — EXECUTION 2.1 INSTALLATION 2.1.1 installation shall be in a trenchless manner producing continuous bores. 2.1.2 The turmeling system shall be remotely steerable and permit electronic monitoring of tunnel depth and location. Accurate placement of pipe within a ± 2 -inch window is required both horizontally and vertically. Turning capability of a 90 -degree radius in 40 feet is required. Continuous monitoring of the boring head is required, including across open water if necessary. 2.1.3 The directional boring Contractor shall submit certification, by a Professional Engineer or Professional Land Surveyor licensed in the State of Florida, that the directional boring has been performed in accordance to the construction drawings, and shall provide signed and sealed record drawings. Record Drawings (As -built) shall be provided both in electronic format and hard paper copy. 2.1.4 Tunneling shall be performed by a fluid cutting process (high pressure -low volume) utilizing liquid clay, i.e. bentonite. The clay lining will maintain tunnel stability and provide lubrication in order to reduce frictional drag while the pipe is being installed. In addition, the clay fluid must be totally inert and contain no environmental risk. The Contractor must also have a mobile vacuum spoils recovery vehicle on-site to remove L the drilling spoils from the access pits. The spoils must then be transported from the job site and be properly disposed of off the site. Under no circumstances shall the drilling i spoil be permitted to be disposed of into sanitary, storm, or other public or private r drainage systems. Spoils may be transgrted to the County's Solid wasrc Facilgy an the cost of disposal shall bg h f { 2.1.5 Liquid clay type colloidal drilling fluid shall consist of at least 10 percent of high-grade carefully processed bentonite to consolidate cuttings of the soil, to seal the walls of the hole, and to fumish lubrication for subsequent removal of cuttings. The slurry, which is t heavier than the surrounding material, is high in colloids of the bentonite type and it will deposit a thin filter cake of low permeability material on the walls of the bore. This will allow only a small amount of the fluid to pass into the surrounding soil and will also stabilize the bore. The colloidal content of the Fluid Imparts excellent lubricating qualities to the slurry, which Is a distinct aid to the removal or the soil cuttings. 2.1.6 Pneumatic or water -jetting methods will be considered unacceptable due to the possibility of surface subsidence. � r 02320-2 ttonsonut Urrum vil Untten= C lnem�llrr�r� t'YM11Y1tYeN[i - katrl�t'Sr,er Ixr„�nie•rem irlf:4 • IbneeM+I t►wceerrrr IMIW Ar>R • 40 40 t 2.1.7 After an initial bore has been completed, a reamer will be installed at the termination pit and the pipe shall be pulled back to the starting pit. The reamer shall be capable of discharging liquid clay to facilitate the installation of the pipe into a stabilized and lubricated tunnel. 2.1.$ A minimum of two 0 insulated #14 trace wires shall be installed along with the HDPE. The trace wire shall be tested for continuity upon completed installation. Should both trace wires fail to pass a continuity test then the test will be considered a failure and the wires shall be replaced. Tracing Wires: # 14 Single Conductor Copper Trace Wire shall be wrapped or affixed to pipe and fittings 2.1.$ Upon completion of boring and pipe installation, the Contractor shall remove all spoils from the starting and termination pits. All pits shall be restored to their original condition. 2.2 RESTORATION OF PAVED, IMPROVED AND UNIMPROVED AREAS 2.2.1 The shoulders, ditches, banks and slopes of roads and railroads crossed and paralleled shall be restored to their former condition and properly sodded so that they shall not wash out before becoming consolidated. Restoration shall be as required by the jurisdictional authority and as specified within the Contract Document. Road and railroad crossings and parallel installations are to be continuously maintained until the completion of the work. No direct compensation shall be paid for Contractor's repair or maintenance of crossings and parallel installations. * * END OF SECTION * * 02320-3 ( Pn. '.4. P". I.Ria'4n:+e itwrr 0:1 Y1 1,—, lt>rmr:+il 4 tlnntanul tarc:iwnalLWAImg C-1 4 M f SECTION 02675 DISINFECTION AND ItYDROSTATIC TESTING OF WATER SYSTEM PART 1 — GENERAL lel DESCRIPTION OF WORK 1.1.1 Disinfection of potable water system. 1.1.2 Hydrostatic Testing 1.1.3 Testing and reporting results 1.2 REFERENCES 1.2.1 ANSIIAWWA B300 - Standard for Hypochlorites. 1.2.2 ANSI/AWWA B301 - Standard for Liquid. Chlorine. 1,2.3 ANSIIAWWA B302 - Standard for Ammonium Sulfate. 1.2.4 ANSIIAW'WA B303 - Standard for Sodium Chlorite, 1.2.5 ANSIIAWWA 0601 - Standard for Disinfecting Water Mains, except that the tablet method specified in Section 5.1 will not be acceptable. 1.3 SUBMITTALS 1.3.1 Test Reports: Indicate results comparative to specified requirements. t 1.3.2 Certificate: Certify that cleanliness of water distribution systcm meets or exceeds specified requirements. I t 1.4 REPORT DOCUMENTS t 1.4.1 Disinfection report; record: 1. 1. Type and form of disinfectant used. 1 2. Date and time of disinfectant injection start and time of completion. { 3. Test locations. 1 4. Initial and 24 hour disinfectant residuals (quantity in treated water) in ppm for { each outlet tested. L- 5. Date and time of flushing start and completion. 02675-1 Dunlectim h Hydrostatic Twins or f wain and K'atte*atn $yst:m ` GSenn Lsc.Pk t rks'lrnyecl - krxssalaP ?P.aq Impnnmr�atY,tprS IkY,uftcerun oat nYa�,u f PYi�a 4W • • r, 1 6. Disinfectant residual after flushing in ppm for each outlet tested. { 1.4.2 Bacteriological report, record: 1. Date issued, project name, and testing laboratory name, address and telephone number. 2. Time and date of water sample collection. 3. Name of person collecting samples. 4. Test locations. 5. Initial and 24 hour disinfectant residuals in ppm for each outlet tested. 6. Coliform bacteria test results for each outlet tested. 7. Certification that water conforms, or fails to conform to bacterial standards of AWWA. 8. Bacteriologist's signature and authority. 1.4.3 Hydrostatic Test Report: Record: 1. Time and Date of Testing. 2. Name of Person/Persons conducting test and present during lest and Company name. 3. Test locations. A 4 4. All pressure gauge locations wlpressure at time. 5. Allowable leakage per specifications. i 6. Actual leakage during gest with finishing; time and pressure. 1 1.5 QUALITY ASSURANCE 1.5.1 Perform work in accordance with all ANS11AWWA standards. L 1.6 REGULATORY REQUIREMENTS 1.6.1 Conform to applicable code or regulation for performing the work of this Section. 1.6.2 The water system shall not be put into service until after the necessary bacteriological samples have been approved by the applicable regulatory agencies. LY 02675-2 Dlin r"tion & HydWSWIC Felt "a of Wath wnd wuuwiur 5ysism C sv," t" mn. Wgfi«- keekr.* &,. ftft w ~0tAt3 - 41uWWb" ud Fi+druairmc Tetini; 40 CA 40 40 t 1.7. RELATED SECTIONS I , 1.7.1 Section 0 1410 - Testing and Testing Laboratory Services t PART 2 — PRODUCTS 2.1 DISINFECTION CHEMICALS 2, 1.1 Chemicals: ANSVAWWA B 300, Hypochlorite. f PART 3— EXECUTION: DISINFECTION 3.1 EXAMINATION 3.1.1 Verify that piping system has been cleaned, inspected and pressure tested. 3.1.2 Perform scheduling and disinfection activity with startup, testing, adjusting and balancing, demonstration procedures, including coordination with related systems. 3.1.3 Advance notice of 48 hours shall be provided to the Owner and Engineer before disinfecting procedures start. 3.2 EXECUTION 3.2.1 Prior to disinfection, flush all foreign matter from pipeline. hoses, fittings and temporary pipes in flitches shall be provided as required to dispose of flushing water without damage to adjacent properties. Flushing velocities shall be at least 2.5 feet per second. 3.2.2 Provide and attach required equipment to perform the work of this Section. I 3.2.3 Disinfection mixture shall be a chlorine -water solution having a free chlorine residual of at least 50 ppm, but no more than 200 ppm. The disinfection mixture shall be prepared by injecting a calcium hypochlorite mixture into the pipeline at a measured rale while fresh water is allowed to flow through the pipeline at a measured rate so that the chlorine water solution is of the specified strength. Using the water main diameter and length (see attached chart), the weight of H.T.[1 (calcium hypochlorite) or other approved chlorine containing chemical, quantity is determined and mixed in 50 -gallon drums. Because of the solubility, not more than 5 pounds of chemical can be dissolved in one drum. Thus, a drum of water is used for each successive 5 pounds of dry chlorine (Il.T11.) used. t' 3.2.4 Point of Application: Tits chlorine mixture shall be injected into the pipeline to be treated at the beginning of the line through a corporation stop or suitable lap in the top " of the pipeline. Water from the existing system or other approved source, shall be " controlled so as to flow slowly into the newly laid pipeline during the application of chlorine. The rate of chlorine mixture flow shall be in such proportion to the rate of M 02,675-3 Ns+nrecaon & ttydnntmic Imms or IA'auir sr�nr wistewatlr System ` � l' WKdl nArk!'Iti`t'KTIKO-R[KrntsR rKrC[IA Yyyr rYrlKlyA2A71-Uk�rescoo�s.O NvdfofYlYf rtw y • til• i 40 water entering the pipe that the combined mixture shall contain 50 ppm of free available chlorine, but no more than 200 ppm of free available chlorine. Valves shall be manipulated so that the strong chlorine solution in the line being treated will not flow !rack into the line supplying the water. Backflow preventers shall be used if necessary. 3.2.5 Retention Period: Treated water shall be retained in the pipeline long enough to destroy all nonspore-forming bacteria. At the end of a twenty-four hour period, the disinfecting mixture shall have a strength of at least 10 ppm of free chlorine. Following disinfection, water shall be flushed from the line until the water through the line is equal chemically and bacteriologically to the permanent source of supply. Disinfecting water shall not be allowed to flow into a waterway without adequate dilution or other satisfactory method of reducing chlorine concentrations to a safe level. 3.2.6 The Contractor shall furnish all equipment and materials and perform the work necessary for the disinfecting procedures, including additional disinfection as required. PART 4 — EXECUTION: HYDROSTATIC TESTING 4.1 EXAMINATION 4.1.1 Verify all water mains/system has been cleaned, inspected and pressure tested prior to disinfection in accordance with AWWA C 601. 4.12. All tests shall be conducted in the presence of the Owner and/or his designated representative with, 24 hours advance written notice provided. 4.2 EXECUTION 4.2.1 Testing shall not proceed until all restraining devices have been installed and all concrete thrust blocks, if applicable, have been cured sufficiently to withstand static and dynamic t loads imposed. All piping shall be thoroughly cleaned and flushed prior to testing to clear the lines of all foreign matter. While the piping is being filled with water, care l shall be ex-,reised to permit the escape of air from extremities of the test section, with additional release cocks provided, if required. Filling of the main shall be witnessed under the observation of the Owner. Each valved section of the pipe shall be filled with water, slowly, and the specified test pressure shall be applied. The Contractor shall confirm that all valves in the area being tested are open. 4.2.2 Hydrostatic testing shall be performed at 150 pounds per square inch pressure, unless otherwise approved by the Utilities Engineer for a period of not less than two hourk Maximum distance to test shall not exceed 3000 feet. Testing, shall be in accordance with the applicable provisions as set forth in AW WA Standard C600. The allowable rate of leakage shall be less than the number of gallons per hour determined by the following formula: I L 133,200 02675-4 triamfecnon & Hydrotlstic iesting or Wavtt end Wssrsxsw Sytrem C %rigs t7oOt Priv* Pnotct - swckn* Si n - tirwfscbm aid thdwAc Incas • C-1 '! 40 Where: L = allowable leakage in gallons ger hour. 5 = length of pipe tested, feet. D = nominal diameter of the pipe in inches. P = average test pressure maintained during the leakage test in pounds per square inch gauge. NM: Pressure testing must be completed by 12:00 noon due to thermal expansion. 4.2.3 The testing procedure shall include the continued application of the specified pressure to the test system for the two-hour period by way of a pump taking supply from a container suitable for measuring water loss. The amount of loss shall be determined by measuring the volume displaced from said container. Any exposed pipe, fittings, valves, hydrants, and joints shall be examined during the test. Any damaged or defective pipe fittings, valves, or hydrants that are discovered following the pressure test shall be repaired or replaced with sound material, and all tests shall be repeated. 4.2.4 The pressure shall not vary by more than ±5 psi from the required pressure for the duration of the test. If at any point during the test the pressure loss exceeds 5 psi, the test is considered failed. Should the test fail, necessary repairs shall be accomplished by the Contractor and the test repeated until within the established limits. The Contractor shalt furnish the necessary labor, water, pumps, gauges, and all other items required to conduct the required water distribution system testing and perform necessary repairs. DISINFECTANT PREPARATION DATA Total Pounds of 65% Calcium Hypochlorite (H.T.H.) Needed to Dose at 240 MOIL 9 s Size of Pipe Length of Pipe (Inches) (Feet) L 100 200 300 400 500 600 100 800 900 1,000 2 .04 .08 .13 .17 .21 25 .29 33 .38 .42 i 4 .17 .33 .50 .67 .84 1.00 1.17 .34 1.51 1.67 6 .38 .75 1.13 1.51 1.88 2.26 2.64 3.01 3.39 3.77 1. 8 67 1.34 2.01 2.68 3.35 4.02 4.69 5.36 6.03 6.70 10 1.05 2.09 3.14 4.19 5.23 6.28 7.32 8.37 9.42 10.47 t 12 1.51 3.01 4,52 6.03 7.54 9.04 10.55 1?.06 13.57 15.08 p 16 2.68 5.36 8.04 10.72 13.40 16.08 18.76 21.44 24.12 26.80 • 18 3.39 6.78 10.18 13.57 1696 20.35 23.74 27.14 30.53 33.92 1 20 4.19 8.37 12.56 16.75 20.94 25.13 29.31 33.50 37.69 41.88 l ,r 02675-5 Dittnitato t At il}d+ususte Testing or W ser. snd ls•s,sV*&M System � [ sir,++t Uol7s rNs 1'�tat - ICcc4t+dp seri I++�nE,+:� utOtS - tlu�fecn.� Yd ftyil�:KYrc tem 4D • 4M 40 I QALLONS OF w Size of Pipe Volume of Water (Inches) (Gallons) 2 .16 { 4 .65 6 1.47 8 2.61 10 4.08 12 5.88 16 10.44 18 13.22 4 20 16.32 NOTE. Values listed in the table above are based on 65% available chlorine producing a 200 mg/1 solution. For a solution (calcium hypochlorite, sodium hypochlorite) with available chlorine other than 65%, I multiply the table above by the ratio of 65% to percentage of the available chlorine. 1 For a disinfectant solution required less than 200 mg/l, multiply the table above by the ratio of required design strength to 200 mg/l. i i I t f l 6 l " * END OF SECTION l� 02675.6 lhr,tiftown h H)diwunc rea m$d Waur and Wast Ater Systrm 5- `'+rye+ Ark r,ki Yrrrece - RceA.r.lae L+n tMt+rn[n�a++ruSA�S - Pv�fwrn+,w a,d MWnMaet Tanrsa k C. C DIVISION 15 �. MECHANICAL a • 4W �l i { SECTION 15080A ,r HIGH DENSITY POLYETHYLENE (RDPE) 1 AWWA PIPE AND FITTINGS PART 1 — GENERAL i 1.1 SECTION DESCRIPTION A. This specification includes but is not limited to high density nolygthylenr (PE 349EM-9--LL ( f Mile iron pipe ciI]] pressure pipe primarily intended for the transportation of water and l sewage either buried or above grade 1.2 GENERAL A. High Density Polyethylene (HDPE) pipes shall be allowed for use as wastewater and reclaimed water force main pipe where compatible with the specific conditions of the project. The use of material other than HDPE pipe may be required by IRCDUS during construction permit review or by IRCDUS field personnel, if it is determined that HDPE pipe is unsuitable for the particular application. B. Documentation from the resin's manufacturer showing results of the following tests for resin identification: a) Melt Plow Index ASTM D 1238 b) Density ASTM D 1505 C. Ali HDPE pipe and fittings shall be from a single manufacturer, who is fully experienced, reputable and qualified in the manufacture of the HDPE. pipe to be furnished. The pipe shall be designed, constructed and installed in accordance with the best practices and methods and shall comply with these Specifications. Qualified manufacturers shall be: PLEXCO Division of Chevron Chemical Company, DRISCOPIPE as manufactured by Phillips Products Co., Inc., SCLAIRPIPE as manufactured by Dupont of Canada or equal as approved by the Engineer. D. Finished Product Evaluation I, � 1. Production staff shall cheek each length of pipe produced for the items listed below. The results of all measurements shall be recorded on production sheets, which become part of the manufacturer's permanent records. t a) Pipe in process shall he checked visually, inside and out for cosmetic defects (grooves, pits, hollows, etc.) b) Pipe outside diameter shall be measured using a suitable periphery tape to ensure conformance with ASTM F714 or ASTM D-3035, whichever is applicable. c) Pipe wall thickness shall be measured at 12 equally spaced locations around the circumference at both ends of the pipe to ensure conformance with ASTM F714 or ASTM D-3035, whichever is applicable. d) Pipe length shall be measured. e) Pipe marking shall be examined and checked for accuracy i 1. l 5080A - I ti��n tx>tie�� Poiyeihytene Pipe tKUPFt I i—.ala.. „...uP�,e:I,Fkl uk seerr„e.i r. .+��I$GW4'1410t*ftw� w.M,i...na-itt"'k- C-1 i I) Pipe ends shall be checked to ensure they arc cut square and clean. g) Subject inside surface to a "reverse bend test" to ensure the pipe is free of oxidation (brittleness). E. Stress Regression Testing 1. The polyethylene pipe manufacturer shall provide certification that stress regression testing has been performed on the specific polyethylene resin being utilized in the manufacture of this product. This stress regression testing shall have been done in accordance with ASTM D2937 and the manufacturer shall provide a product supplying a minimum Hydrostatic Design Basis (HDB) of 1,600 psi as determined in accordance with ASTM D2837. F. Contractor is responsible for compatibility between pipe materials, fittings and appurtenances. G. The pipe MANUFACTURER shall provide a warranty against manufacturing defects of material and workmanship for a period of ten years after the final acceptance of the project by the OWNER. The MANUFACTURER shall replace at no expense to the OWNER any defective pipe material including labor within the warranty period. PART 2 -- PRODUCTS 2.1 MATERIALS FOR PIPE SIZES 3 -INCH DIAMETER AND LARGER A. Materials used for the manufacture of polyethylene pipe and fittings shall be made from a PE 3408 high density polyethylene resin compound meeting cell classification 345434C per ASTM D3350; and meeting Type ill, Class C, Category 5„ Grade P34 per ASTM D1248. B. Nigh Density Polyethylene (HDPE) pipe shall comply with AWW'A Specifications C906. C. If rework compounds are required, only those generated in the Manufacturer's own plant from resin compounds of the same class and type from the same raw material supplier shall be used. D. Dimensions and workmanship shall be as specified by ASTM F714. HDPE fittings and transitions shall meet ASTM D3261. HDPE pipe shall have a minimum density of 0.955 grams per cubic centimeter. All HDPE pipe and fittings shall have a hydrostatic Design Basis (HDB) of 1,600 psi. I E. HDPE pipe and accessories 3 -inch diameter and larger, shall be 160 psi at 73.4°F meeting the requirements of Standard Dimension Raflort fSDR) 11 as MINIMUM 'STRENGTH.. F. The pipe Manufacturer must certify compliance with the above requirements. t 2.2 MATERIALS FOR PIPE SIZES LESS THAN 3 -INCH DIAMETER A. Materials used for the manufacture of polyethylene pipe and fittings shall be made from a PE 3408 high density polyethylene resin compound meeting cell classification 345434C per ASTM D3350; and meeting Type III, Class C, Category 5. Grade P34 per ASTM D1248. B. High Density Polyethylene (HDPE) pipes shall comply with A'W`NA Specifications C906. N ,+ L 15080A - 2 H.lih tknitry Palycthykne pipe(HOPE) 4' kir wJM+1�r., Frt,ah,Fv - RocWyc rr w I -W. Wasu,naanA . wsr tuatwv F 10.Wr P", 141*1 d% W OR 1 C. If rework compounds are required, only those generated in the Manufacturer's own plant from resin compounds of the same class and type from the same raw material supplier shall be used. D. Dimensions and workmanship shall be as specified by ASTM D-3035 . HDPE fittings and transitions shall meet ASTM D3261. HDPE pipe shall have a minimum density of 0.955 grams per cubic centimeter. All HDPE pipe and fittings shall have a Hydrostatic Design Basis (HDB) of 1,600 psi. E. HDPE pipe and accessories 3" and greater in diameter, shall be 160 psi at 73.4°F meeting the requirements of Stalld,*d imension Ration f5DRI 13 as minimum strength. F. The pipe Manufacturer must certify compliance with the above requirements. 2.3 FITTINGS A. All molded fittings and fabricated fittings shall be fully pressure rated to match the pipe SDR pressure rating to which they are made. All fittings shall be molded or fabricated by the manufacturer. No Contractor fabricated fittings shall be used unless approved by the Engineer. B. The manufacturer of the HDPF pipe shall supply all DHPE fittings and accessories as well as any adapters and/or specials required to perform the work as shown on the Drawings and specified herein. C. All transition from HDPE pipe to ductile iron shall be made per the HDPE pipe manufacturer's recommendations and specifications. A molded flange connector adapter within a carbon steel back-up ring assembly shall be used for pipe type transitions. Ductile iron hack -up rings shall mate with cast iron flanges per ANSI B16.1. A 316 stainless steel + back-up ring shall mate with a 316 stainless steel flange per ANSI B 16.1. D. Fittings and transitions shall be as manufactured by Phillips Driscopipe, 'Inc., 1000 Series i Pressure Pipe, Chevron Chemical Company Plexco/Spiralite pipe, or equal. E. The pipe supplier must certify compliance with the above requirements. 2.4 JOINTING METHOD A. The pipe shall be joined with butt, heat fusion joints. All joints shall be made in strict t compliance with the manufacturer's recommendations I B. Lengths of pipe shall be assembled into suitable installation lengths by the butt -fusion 1 process. All pipe so joined shall be made from the sante class and type of raw material made by the some raw material supplier. Pipe shall be furnished in standard laying lengths not to exceed 50 feet. L C. The polyethylene flange adapters at pipe material transitions shall be backed up by carbon steel flanges conforming to ANSI B16.1 and shaped as necessary to suit the outside dimensions of the pipe. The flange adapter assemblies shall be connected with corrosion L. resisting bolts and nuts of Type 316 Stainless Steel as specified in ASTM A726 and ASTM A307. All bolts shall be tightened to the manufacturer's specified torques. Bolts shall be tightened alternatively and evenly. After installation apply a bitumastic coating to bolts and L nuts. I 15080A - 3 lihsh tkm+iy PolyeAAylm Pipe CHOP) c dr„•...+w.,+.,x.�r,.M=ur,�,�i•xa7ndaT+�pt�,••a.uisownf6ip►U.wnr�.�.wev�. Hi'Wt�b: • • • • 2.5 PIPE IDENTIFICATION A. The following shall be continuously indent printed on the pipe or spaced at intervals not exceeding 5 -ft. 1. Name and/or trademark of the pipe manufacturer. 2. Nominal pipe size. 3. Dimension ratio. 4. The letters PF followed by the polyethylene grade in accordance with ASTM 5. D1248, followed by the hydrostatic design basis in 160's of psi, e.g., PE 3408. 6. Manufacturing standard reference, e.g., ASTM F714 or D-3035, as required. 7. A production code from which the date and place of manufacture can be determined. B. Tracing Wire: Number 14 Single Conductor Copper Trace Wire shall be spiral wrapped or affixed to the top of all pipe and Fittings, flee Trace Wire Detail M-16 for specifications regarding installation. 2.6 INSTALLATION A. High Density Polyethylene {HDPE} Pipe shall be installed in accordance with the instruction of the manufacturer, as shown on the Drawings and as specified herein. A factory qualified joining technician as designated by the pipe manufacturer shall do all heat fusion joints. B. Care shall be taken in loading, transporting and unloading to prevent injury to the pipe. Pipe or fitting shall not be dropped. All pipe or fitting shall be examined before installation, and no piece shall be installed which is found to be defective. Any damage to the pipe shall be repaired as directed by the Engineer. If any defective pipe is discovered after it has been installed, it shall be removed and replaced with a sound pipe in a satisfactory manner by the contractor, at his own expense. C. t Under no circumstances shall the pipe or accessories be dropped into the trench. B. Care shall be taken during transportation of the pipe such that it will not be cut, kinked or otherwise damaged. ( C. Ropes, fabric or rubber protected slings and straps shall be used when handling pipes. Chains, cables or hooks inserted into the pipe ends shall not be used. Two slings spread apart shall be used for lifting each length of pipe. I D. Pipes shall be stored on level ground, preferably turf or sand, free of sharp objects, which k could damage the pipe. Stacking of the polyethylene pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions. Where necessary due to ground conditions, the pipe shall be stored 1 on wooden sleepers, spaced suitably and of such width as not to allow deformation of the pipe at the point of contact with the sleeper or bctwean supports. l E. Care shall be exercised when lowering pipe into the trench to prevent damage or twisting of t the pipe. N F. Pipe shall be laid to lines and grade shown on the Drawings with bedding and backfill as L shown on the Drawings. 1� 15080A - 4 l lixh Ikmuty PW) 91hykmc Pi,ec {HDPE] ( 1ne�w►i.Mww P—.n l'�v+nct • 0o 1.4�te r..t I.+,�w,swewx•1$0104, • 90 D"Wr r'ah*VIw P" - float dx 17' r 40 f G. When laying is not in progress, including lunchtime, the open ends of the pipe shall be closed by fabricated plugs, or by other approved means. H. Pipe shall be stored on clean level ground to prevent undue scratching or gouging. The handling of the pipe shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. The maximum allowable depth of cuts, scratches or gouges on the exterior of the pipe is 10 percent of wall thickness. The interior pipe surface shall be free of cuts, gouges or scratches. 1. sections of pipe with Cuts, scratches or gouges exceeding five percent of the pipe wall thickness shall be removed completely and the ends of the pipeline rejoined. D. The pipe shall be joined by the method of thermal butt fusion, as outlined in ASTM D2657. All joints shall be made in strict compliance with the manufacturer's recommendations. K. Mechanical connections of the polyethylene pipe to auxiliary equipment such as valves„ pumps and tanks shall be through flanged connections which shall consists of the following: I. A polyethylene flange shall be thermally 'butt -fused to the stub end of the pipe. A carbon steel back-up ring shall be used on both sides of the connection prior to thermally butt - fusing the polyethylene flange. 2. A 316 stainless steel back up ring shall mate with a 316 stainless steel flange. 3, Ductile iron back up rings shall mate with cast iron flanges L. Flange connections shall be provided with a full -face neoprene gasket. M. All HDPE pipe must be at the temperature of the surrounding soil at the time of backfilling and compaction. I P. No single piece of pipe shall be laid unless it is straight. The eemerline of the pipe shall not deviate from a straight line drawn between the centers of the openings at the ends of the pipe by more than 1116 -in per foot of length. If a piece of pipe fails to meet this requirement t check for straightness, it shall be rejected and removed from the site. Laying instructions of the manufacturer shall be explicitly followed. Q. If a defective pipe is discovered after it has been installed, it shall be removed and replaced with a sound pipe in a satisfactory manner at no additional cost to the Owner. All pipe and fittings shall be thoroughly cleaned before installation, shall be kept clean until they are used l in the work and when laid, shall confornt to the lines and grades required. R. As soon as the excavation is complete to normal grade of the bottom of the trench, bedding 1 shall be placed, compacted and graded to provide firm, uniform and continuous suppnrt for ! the pipe. Bell holes shall be excavated so that only the barrel of the pipe hears upon the bedding. The pipe shall be laid accurately to the lilies and grades indicated on the Drawings. Blocking under the pipe will not be permitted, Bedding shall be placed evenly on each side of the pipe to mid -diameter and hand tools shall be used to force the bedding under the haunches of the pipe and into the bell holes to give firm continuous support far the pipe. Bedding shall then be placed to 12 -in above the top of the pipe. The initial Meet of backfilt �. above the bedding shall be placed n l -ft layers and carefully compacted. Generally the compaction shall be done evenly on each side of the pipe and compaction equipment shall not be operated directly over the pipe until sufficient backfill has been placed its ensure that such 15080A - 5 tooh tensity Palyethytrnc Pipe (IIPPE1 [1..•..u..w,o.r,a,ecgrn,..iN�[,rater'ir.rr+Y�sr+�rIfOw4•t4�%tl+wrtthYrMwM.-Frtxtll� • i O compaction equipment will not have a damaging effect on the pipe. Equipment used in cornpacting the initial 3 -ft backfill shall be approved by the pipe manufacturer's representative prior to use. s, Good alignment shall be preserved during installation. The deflection at joints shall not exceed that recommended by manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided, if required, in craising utilities, which may be encountered upon opening the trench. T. Each length of the pipe shall have the assembly mark aligned with the pipe previously laid and held securely until enough backfill has been placed to hold the pipe in place. Joints shall not be,, pulled" or "crampcd". U Before any joint is made, the pipe shall be checked to assure that a close joint with the next adjoining pipe has been maintained and that the inverts are matched and confonn to the required grade. The pipe shall not be driven down to grade by striking it. V. Precautions shall be taken to prevent flotation of the pipe in the trench. W. When moveable trench bracing such as trench boxes, moveable sheeting, shoring or plates are used to support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent movement of the pipe, or disturbance of the pipe bedding and the backfill. Trench boxes, moveable sheeting, shoring or plates shall not be allowed to extend below top of the pipe. As trench boxes, moveable sheeting, shoring or plates are moved, pipe bedding shall be placed to fill any voids created and the backfill shall be recompacted to provide uniform side support for the pipe. X. Concrete thrust blocks shall be installed at all fittings and other locations as directed by the Engineer. minimum bearing area shall be as shown on the Drawings. Concrete shall be " placed against undisturbed material and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms shall be provided for thrust blocks. Y. Restrained joints shall be installed where shown on the Drawings or as directed by the Engineer. I _ 0 2.7 'TESTING A. All YIDPE force mains shall be field-tested. supply all labor, equipment, material, gages, t pumps, meters and incidentals required for testing. Pressure test each force roam upon completion of the pipe laying and backfilling operations, including placement of any required p temporary roadway surfacing. All force mains shall be tested at l5o percent of the operating design pressure of the pipe unless otherwise approved by the Engineer. The operating design pressure of the pipe is 100 psi. The test pressure shall be measured at the highest point along the test section by a recording type pressure gage and a copy of the readout shall he submitted to the Engineer upon completion of the test. All testing shall be conducted in the presence of the Engineer or his/her designated representative. 'resting shall be conducted after hackfilling has been completed and before placement of permanent surface. 15080A • b I . :on—AUA—. P.,Omr M - Rada*9low" bMVW4M rmIV0AA • MO tom` h,ho.kw Pot M*t ion kl"ah nmt�sy V��lycthvtrne P"pc I MW E) tf cil +! n -N + D. Testing procedure shall be as follows: f 1. Fill line slowly with water. Maintain flow velocity less than two feet per second. 2. Expel air completely from the line during filling and again before applying test pressure. Air shall be expelled by means of taps at ,points of highest elevation. 3. Apply initial test pressure and allow to stand without makeup pressure for two to three hours, to allow for diametric expansion or pipe stretching to stabilize. 4. After this equilibrium period, apply the specified test pressure and turn the pump off. '!i be final test pressure shall be held for one to three hours. ` 5. Upon completion of the test, the pressure shall be bled off from a location other than the point where the pressure is monitored. The pressure drop shall be witnessed by the resident project representative at the point where the pressure is being monitored and shall show on the recorded pressure read-out submitted to the Engineer. E. Allowable amount of makeup water for expansion during the pressure test shall conform to Chart 6, Allowance for Expansion Under Test Pressure, Technical Report TR 3119-79, published by the Plastic Pipe Institute (FPI). If there are no visual leaks or significant pressure drops during the final test period, the installed pipe passes the test. F. If any test of pipe laid disclosed leakage significant pressure drop greater than the allowed, the Contractor shall, at hisfher own expense, locate and repair the cause of leakage and retest the line. The amount of leakage, which will be permitted, shall be in accordance with AWWA C644 Standards, G. All visible leaks are to be repaired regardless of the amount of leakage. H. The Contractor must submit his plan for testing to the Engineer for review at least (10) days before starting the test. + 2.8 CLEANING A. At the conclusion of the work, thoroughly clean all of the new pipe lines to remove all dirt, i stones, pieces of wood or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed from the job site. If after this cleaning, any obstructions remain, they shall be removed. 1 * * END OF SECTION * * I t 15080A - 7 fiipA tknt+h ppYyclhylenc i P+�r {NL�PfiI l Jeru'.+aF,IrAnwn i'igRcu ymKcl Mcsandl� k«er 6«{w,,.t..v+t. 14:1FRA - N,�F teeatKr pul,Ll,fere Y,pt 111'11'1 ,1nt i