HomeMy WebLinkAbout2008-225APPROVED
AND lLEGAI
CONTRACT DOCUMENTS AND
r b'
POWERLINE ROAD
Alto
SPECIFICATIONS
FOR
BID NO. 2008029
PROJECT NO. 0217
PREPARED FOR
THE BOARD OF COUNTY COMMISSIONERS
INDIAN RIVER COUNTY, FLORIDA
SANDRA L. BOWDEN, CHAIRMAN
WESLEY S. DAVIS, VICE CHAIRMAN
COMMISSIONER GARY C. WHEELER
®MMISSIONER JOSEPH E. FLESCHER
COMMISSIONER PETER D. O'BRYAN
DEPUTY COUNTY ATTORNEY JOSEPH A. BAIRD, COUNTY ADMINISTRATOR
JEFFREY K. BARTON, CLERK OF COURT
WILLIAM G. COLLINS, II, COUNTY ATTORNEY
JAMES W. DAVIS, P.E., PUBLIC WORKS DIRECTOR
CHRISTOPHER J. KAFER, JR., P.E., COUNTY ENGINEER
MICHAEL D. NIXON, P.E., ROADWAY PRODCUTION MANAGER
ARJUNA D. WERAGODA, P.E., PROJECT ENGINEER
00001 - 1
FAEngineering\Capital Projects\0217-Powedine Road\Bid Documents\00001 - Project Tide Page.doc
715��
400 8
00001 - Project Title Page
TABLE OF CONTENTS
Section No. Title
VOLUME 1
DIVISION 0 - BIDDING DOCUMENTS, CONTRACT FORMS, AND CONDITIONS OF THE
CONTRACT
00001 Cover Sheet
00010 Table of Contents
BIDDING DOCUMENTS
00100 Advertisement for Bids
00200 Instructions to Bidders
00300-1 Bid Package Contents
00310 Bid Form & Itemized Bid Schedule
00430 Bid Bond
00450 Sworn Statement under Section 287.133, Florida Statutes on Public Entity
Crimes
00452 Sworn Statement under Section 105.08, Indian River County Code, on
Disclosure of Relationships
00454 Sworn Statement under the Florida Trench Safety Act
00456 Qualifications Questionnaire
00458 List of Subcontractors
CONTRACT FORMS
00510 Notice of Award
00520 Agreement
00550 Notice to Proceed
00610 Performance Bond
00612 Payment Bond
00620 Sample Certificate of Liability Insurance
00622 Contractor's Application for Payment
00630 Certificate of Substantial Completion
00632 Contractor's Final Certification of the Work
00634 Professional Surveyor and Mapper's Certification as to the Elevations and
Locations of the Work
CONDITIONS OF THE CONTRACT
00700 EJCDC Standard General Conditions of the Construction Contract
00800 Supplementary Conditions to the General Conditions
00942 Change Order Form
00010-1
FAEngineedng\Capital Projects\0217-Powerline Road\Bid Documents\00010 -Table of Contents.doc
DIVISION 1 =GENERAL REQUIREMENTS
DIVISION 2 - TECHNICAL PROVISIONS
VOLUME II
APPENDIX A - PERMITS
APPENDIX B - CHAPTER 4, BEST MANAGEMENT PRACTICES
APPENDIX C - AS -BUILT RECORD SURVEY CHECKLIST
APPENDIX D - ROADWAY SOIL SURVEY
+ + END OF TABLE OF CONTENTS + +
00010-2
F:\Engineering\Capital Projects\0217-Powerline Road\Bid Documents\00010 - Table of Contents.doc
SECTION 00100 = Advertisement for Bids
BOARD OF COUNTY COMMISSIONERS
1801274' Street, Vero Beach, Florida 32960
Telephone: (772) 567-8000 FAX: (772) 770-5140
ADVERTISEMENT FOR BIDS
INDIAN RIVER COUNTY
Sealed bids will be received by Indian River County until 2:00 PM on Wednesday, March 19,
2008. 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 Powerline Road, Project No. 0217 and Bid
No.2008029. Bids should be addressed to Purchasing Division, 1800 27th Street, Bldg. "B",
Vero Beach, Florida 32960. All bids 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.
INDIAN RIVER COUNTY PROJECT NO. 0217
INDIAN RIVER COUNTY BID NO. 2008029
PROJECT DESCRIPTION: The project consists of the of paving an existing two-lane marl -
road with a southbound left tum at C. R. 510 maintained by Indian River County, Florida.
All material and equipment furnished and all work performed shall be in strict accordance with
the plans, specifications, and contract documents pertaining thereto, which may be obtained
from the Public Works Department/Engineering Division, 1801 27th Street, Bldg. "A", Vero
Beach, Florida, 32960, (772) 226-1384. Copies of the plans and specifications containing the
necessary contract documents may be obtained by deposit of a check made payable to Indian
River County, in the amount of $100.00 for each set, which represents cost of printing and
handling, which is non refundable.
All bids shall be submitted in duplicate on the Bid Proposal forms provided within the
specifications. A BID BOND 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 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 Bond and Payment Bond. If he fails to do so, he shall forfeit
the said bid Bond as liquidated damages. Please note that the questionnaire must be filled out
completely including the financial statement.
The County reserves the right to delay awarding of the Contract for a period of sixty 60 days
00100 - Advertisement
00100-1
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00100-Advertisementdoc
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 River County, Florida. The County will not reimburse any Bidder for bid preparation
costs.
INDIAN RIVER COUNTY
By: Jerry Davis
Purchasing Manager
For Publication in the Vero Beach Press Journal
Date: February 14, 2008
For: Vero Beach Press Journal
Please furnish tear sheet and Affidavit of Publication to:
INDIAN RIVER COUNTY
PURCHASING DIVISION
1800 27th Street
Building "B"
Vero Beach, FL 32960
* * END OF SECTION * *
00100 - Advertisement
00100-2
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00100-Advertisement.doc
SECTION 00200 - Instructions to Bidders
TABLE OF CONTENTS
Article No. - Title
ARTICLE1 - DEFINED TERMS.............................................................................................1
ARTICLE 2 - COPIES OF BIDDING DOCUMENTS'.. ... "I'll ........... ... 11.1.1 ... ......... 0 .... 1
ARTICLE 3 - QUALIFICATIONS OF BIDDERS......................................................................1
ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA,
ANDSITE...................................................................................................................2
ARTICLE 5 - PRE-BID CONFERENCE... ...... 0.1 ... 11110 .... 0 ...... boo ........... 0 ................ ...... 4
ARTICLE 6 - SITE AND OTHER AREAS. ....... "I'll, .................... 00.000 ................... @*, ..... 0.0t,44 ..... 4
ARTICLE 7 - INTERPRETATIONS AND ADDENDA..............................................................4
ARTICLE8 - BID SECURITY..... ... ........ I ... I ............... ....... 0 ............................ 5
ARTICLE9 - CONTRACT TIMES'.......... ..................... 1.11.11, .................... 4,.op ......... 0 ................ 5
ARTICLE 10 - LIQUIDATED DAMAGES................................................................................ 5
ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS..... .......... ....... 0&0.1111 ....... "I ...... 5
ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS.......................................6
ARTICLE 13 - PREPARATION OF BID.................................................................................. 6
ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS................................0.....0....00............. 7
ARTICLE 15 - SUBMITTAL OF BID,,.,,, ....... 1110111 .... ..... q ................................................ 8
ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID ................................................ 8
ARTICLE17 - OPENING OF BIDS......................................................................................... 8
ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE.. ... .... &.. 8. *.. go. & ............. 9
ARTICLE19 - AWARD OF CONTRACT...................................................................11.1......1.. 9
ARTICLE 20 - CONTRACT SECURITY AND INSURANCE......,..,. ...... ... I ..... 0.0.............. 9
ARTICLE 21 - SIGNING OF AGREEMENT............................................................................10
ARTICLE 22 - SALES AND USE TAXES.,.. ............ 11 ........ 1.11.44 .... ......... 1.11".m ......... I .... 1.110
ARTICLE23 — RETAINAGE...................................................................................................10
ARTICLE 24 - CONTRACTS TO BE ASSIGNED...................................................................10
ARTICLE25 - PARTNERING. I I . . . . . . . . I . . . 0 . & 0 6 a 0 0 4 . . . . . . . . . . . . . . . . . . . . . I I I I . I I . . . . . . a . . 0 . 0 . . . . . . 0 . I . . . . . . I . I I . . I . . I . . 10
00200 - Instructions to Bidders
00200-i
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00200 - Instructions to Bidders.doc
SECTION 00200 - Instructions to Bidders
TABLE OF ARTICLES (Alphabetical by Subject)
Subject
Article
Awardof Contract.. I ...... I .... I ....... 0 ................ ......................................................... 19
Basis of Bid; Evaluation of Bids................................................................................................14
BidSecurity................................................................................................................................8
Bids to Remain Subject to Acceptance.....................................................................................18
Contract Security and Insurance.. ... I ... I .............. go, ........................................... * 0 0 6 . 4 ................... 20
ContractTimes...........................................................................................................................9
Contractsto be Assigned'..... ... I .... ......................... 0 ...................................... 68S..0 ........ 24
Copies of Bidding Documents',,..., ...... ............... ........................... @0* ........... 2
DefinedTerms............................................................................................................................1
Examination of Bidding Documents, Other Related Data, and Site.............................................4
Interpretations and Addenda.......................................................................................................7
LiquidatedDamages.................................................................................................................10
Modification and Withdrawal of Bid...........................................................................................16
Openingof Bids........................................................................................................................17
Partnering. . . . b . . . . . . . . I . a N a * * . 4 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 0 0 0 0 0 ....................................... ............ 25
Pre -Bid Conference....................................................................................................................5
Preparationof Bid. I. I. ....... 1111O.O.W04 .......... 11.1111, .......................................... .......................... 13
Qualificationsof Bidders.., ............. ........... 11 ...................................................................... 3
Retainage... ........... 1.110, .......... 1.. 1. 1 ... 1.0.0 ............ ................................................................ 23
Salesand Use Taxes................................................................................................................22
Signingof Agreement.."., ............ 0 .... 6. * .............. I ........ * .................................... *.,*@ .................... 21
Siteand Other Areas..................................................................................................................6
Subcontractors, Suppliers and Others......................................................................................12
Submittalof Bid........................................................................................................................15
Substitute or "Or -Equal' Items....., ...... I I ................ 06..00.0 ......................... 0 ............ .............. 11
00200 - Instructions to Bidders
00200 - ii
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00200 - Instructions to Bidders.doc
SECTION 00200 = Instructions to Bidders
ARTICLE 1 - DEFINED TERMS
1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the
General Conditions and Supplementary Conditions. Additional terms used in these Instructions to
Bidders have the meanings indicated below which are applicable to both the singular and plural
thereof:
A. Bidder --The individual or entity who submits a Bid directly to OWNER.
B. Issuing Office --The office from which the Bidding Documents are to be issued and where
the bidding procedures are to be administered.
C. Successful Bidder --The lowest responsible Bidder submitting a responsive Bid to whom
OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award.
ARTICLE 2 - COPIES OF BIDDING DOCUMENTS
2.01 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 the Issuing Office,
2.02 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,
2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the
above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license
or grant for any other use.
ARTICLE 3 - QUALIFICATIONS OF BIDDERS
3.01 To demonstrate Bidder's qualifications to perform the Work, within five days of
OWNER's request Bidder shall submit written evidence such as financial data, previous
experience, present commitments, and such other data as may be called for below.
A. Bidder must have at least five years' experience in the construction of similar projects of
this size and larger.
B. Bidder must have successfully constructed, as prime CONTRACTOR, at least three
projects similar in scope to this project.
C. Bidder must have good recommendations from at least three clients similar to the
OWNER.
D. The Bidder's superintendent and assistants must be qualified and experienced in similar
projects in all categories.
E. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction
in which the project is located.
3.02 Each bid must contain evidence of Bidder's qualification to do business in the state
where the Project is located or covenant to obtain such qualification prior to award of the contract.
00200 - Instructions to Bidders
00200-1
FAEnginesring\Capital Projects\0217-Powerline Road\Bid Documents\00200 - Instructions to Bidders.doc Rev. 05/01
3.03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the
listed required qualifications.
ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND
SITE
4.01 Subsurface and Physical Conditions
A. The Supplementary Conditions identify:
1. Those reports of explorations and tests of subsurface conditions at or contiguous to
the Site that Engineer has used in preparing the Bidding Documents.
2. Those drawings of physical conditions in or relating to existing surface and subsurface
structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used
in preparing the Bidding Documents.
B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available
by OWNER 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 paragraph 4.02 of the General Conditions has been identified and established in
paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or
conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or
information contained in such reports or shown or indicated in such drawings.
4.02 Underground Facilities
A. Information and data shown or indicated in the Bidding Documents with respect to existing
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, including OWNER, or
others.
4.03 Hazardous Environmental Condition
A. The Supplementary Conditions identify those reports and drawings relating to a
Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in
preparing the Bidding Documents.
B. Copies of reports and drawings referenced in paragraph 4.03.A will be made available by
OWNER to any Bidder on request.
4.04 Provisions concerning responsibilities for the adequacy of data furnished to
prospective Bidders with respect to subsurface conditions, other physical conditions and
Underground Facilities, and possible changes in the Bidding Documents due to differing or
unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions.
Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders
with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in
the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at
the Site which was not shown or indicated in the Drawings or Specifications or identified in the
Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General
Conditions.
00200 - Instructions to Bidders
00200-2
RTngineering\Capital Projects\0217-Powerline Road\Bid Documents\00200 - Instructions to Bidders.doc Rev. 05/01
4.05 Upon a request directed to the ENGINEER (Arjuna Weragoda, P.E., 772-226-1931)1
OWNER will provide Bidder access to the Site to conduct such examinations, investigations,
explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall
fill all holes and clean up and restore the Site to its former condition upon completion of such
explorations, investigations, tests, and studies.
4.06 "[This paragraph has been deleted intentionally]"]
4.07 It is the responsibility of each Bidder before submitting a Bid to:
A. examine and carefully study the Bidding Documents, including any Addenda and the other
related data identified in the Bidding Documents;
B. VISIT THE SITE AFTER CONTACTING THE ENGINEER (Arjuna Weragoda, P.E., (772)
226-1931 TO MAKE ARRANGEMENTS IN ADVANCE, AND BECOME FAMILIAR WITH AND
SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY
AFFECT COST, PROGRESS, AND PERFORMANCE OF THE WORK,
C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and
Regulations that may affect cost, progress, or performance of the Work;
D. carefully study all reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions in or relating to existing surface or
subsurface structures at or contiguous to the Site (except Underground Facilities) which have
been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General
Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition,
if any, at the Site which have been identified in the Supplementary Conditions as provided in
paragraph 4.06 of the General Conditions;
E. obtain and carefully study (or assume responsibility for doing so) all additional or
supplementary examinations, investigations, explorations, tests, studies, and data concerning
conditions (overhead, surface, subsurface, and underground facilities) at or contiguous to the Site
which may affect cost, progress, or performance of the Work or which relate to any aspect of the
means, methods, techniques, sequences, and procedures of construction to be employed by
Bidder, including any specific means, methods, techniques, sequences, and procedures of
construction expressly required by the Bidding Documents, and safety precautions and programs
incident thereto;
F. agree at the time of submitting its Bid that no further examinations, investigations,
explorations, tests, studies, or data are necessary for the determination of its Bid for performance
of the Work at the price bid and within the times and in accordance with the other terms and
conditions of the Bidding Documents;
G. become aware of the general nature of the work to be performed by OWNER and others
at the Site that relates to the Work as indicated in the Bidding Documents;
H. correlate the information known to Bidder, information and observations obtained from
visits to the Site, reports and drawings identified in the Bidding Documents, and all additional
examinations, investigations, explorations, tests, studies, and data with the Bidding Documents;
00200 - Instructions to Bidders
00200-3
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00200 - Instructions to Bidders.doc Rev. 05/01
I. promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder discovers in the Bidding Documents and confirm that the written
resolution thereof by ENGINEER is acceptable to Bidder; and
J. determine that the Bidding Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for the performance of the Work.
4.08 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 performing and furnishing the Work required by the Bidding Documents and
applying any specific means, methods, techniques, sequences, and procedures of construction
that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has
given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder
has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are
acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and
convey understanding of all terms and conditions for performing and furnishing the Work.
ARTICLE 5 - PRE-BID CONFERENCE
ARTICLE 6 - SITE AND OTHER AREAS
6.01 The Site is identified in the Bidding Documents. All additional lands and access
thereto required for temporary construction facilities, construction equipment, or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for by
CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities
are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents.
ARTICLE 7 - INTERPRETATIONS AND ADDENDA
7.01 All questions about the meaning or intent of the Bidding Documents are to be
submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by
ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all
parties through the Issuing Office as having received the Bidding Documents. Questions received
less than ten days prior to the date for opening of Bids may not be answered. Only questions
answered by Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as
deemed advisable by OWNER or ENGINEER.
00200 - Instructions to Bidders
00200-4
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00200 - Instructions to Bidders.doc Rev. 05/01
MIT
ARTICLE 6 - SITE AND OTHER AREAS
6.01 The Site is identified in the Bidding Documents. All additional lands and access
thereto required for temporary construction facilities, construction equipment, or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for by
CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities
are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents.
ARTICLE 7 - INTERPRETATIONS AND ADDENDA
7.01 All questions about the meaning or intent of the Bidding Documents are to be
submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by
ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all
parties through the Issuing Office as having received the Bidding Documents. Questions received
less than ten days prior to the date for opening of Bids may not be answered. Only questions
answered by Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as
deemed advisable by OWNER or ENGINEER.
00200 - Instructions to Bidders
00200-4
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00200 - Instructions to Bidders.doc Rev. 05/01
ARTICLE 8 - BID SECURITY
8.01 A Bid must be accompanied by Bid security made payable to OWNER in the amount
specified in the Bid Form and in the form of a certified or bank check or a Bid Bond [on the form
attached except as provided otherwise by Laws or Regulations]. All Bonds shall be executed by
such sureties as are named in the current list of "Companies Holding Certificates of Authority as
Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S.
Department of the Treasury. The Surety must be authorized to issue surety bonds in Florida.
The Bidder shall require the attorney-in-fact who executes any Bond, to affix to each a current
certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney
in the State of Florida. Further, at the time of execution of the Contract, the Successful Bidder
shall for all Bonds, provide a copy of the Surety's current valid Certificate of Authority issued by
the United States Department of the Treasury under 31 United States Code sections 9304-
9308. The Surety shall also meet the requirements of paragraphs 5.01 and 5.02 of the General
Conditions.
8.02 The Bid security of the Successful Bidder will be retained until such Bidder has
executed the Contract Documents, furnished the required contract security and met the other
conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful
Bidder fails to execute and deliver the Contract Documents and furnish the required contract
security within 15 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 OWNER until
the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid
opening, whereupon Bid security furnished by such Bidders will be returned.
8.03 Bid security of other Bidders whom OWNER believes do not have a reasonable
chance of receiving the award will be returned within seven days after the Bid opening.
ARTICLE 9 - CONTRACT TIMES
9.01 The number of calendar days within which, or the dates by which, the Work is to be (a)
Substantially Completed and (b) also completed and ready for final payment are set forth in the
Agreement.
ARTICLE 10 - LIQUIDATED DAMAGES
10.01 Provisions for liquidated damages, if any, are set forth in the Agreement.
ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS
11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or
described in the Bidding Documents without consideration of possible substitute or "or -equal"
items. Whenever it is specified or described in the Bidding Documents 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
00200 - Instructions to Bidders
00200-5
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00200 - Instructions to Bidders.doc Rev. 05/01
Effective Date of the Agreement. The procedure for submission of any such application by
CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may
be supplemented in the General Requirements.
ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS
12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers,
individuals, or entities to be submitted to OWNER in advance of a specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within five days after Bid opening, submit to OWNER a list of all such
Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for
which such identification is required. Such list shall be accompanied by an experience statement
with pertinent information regarding similar projects and other evidence of qualification for each
such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or
ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor,
Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent
Successful Bidder to submit a substitute, without an increase in the Bid.
12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may
award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors,
Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute
grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or
entity so listed and against which OWNER or ENGINEER makes no written objection prior to the
giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to
revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph
6.06 of the General Conditions.
12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or
entity against whom CONTRACTOR has reasonable objection.
ARTICLE 13 - PREPARATION OF BID
13.01 The Bid form is included with the Bidding Documents. Additional copies may be obtained
from the Issuing Office.
13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the
Bid signed. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit
price item, and unit price item listed therein, or the words "No Bid," "No Change," or "Not
Applicable" entered.
13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice-
president or other corporate officer accompanied by evidence of authority to sign. The corporate
seal shall be affixed and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation shall be shown below the signature.
13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner
(whose title must appear under the signature), accompanied by evidence of authority to sign. The
official address of the partnership shall be shown below the signature.
00200 - Instructions to Bidders
00200-6
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00200 - Instructions to Bidders.doc Rev. 05101
13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member
and accompanied by evidence of authority to sign. The state of formation of the firm and the
official address of the firm must be shown below the signature.
13.06 A Bid by an individual shall show the Bidder's name and official address.
13.07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated
on the Bid form. The official address of the joint venture must be shown below the signature.
13.08 All names shall be typed or printed in ink below the signatures.
13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which
shall be filled in on the Bid form.
13.10 The address and telephone number for communications regarding the Bid shall be shown.
13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the
state where the Project is located or covenant to obtain such qualification prior to award of the
Contract. Bidder's state contractor license number or county registration number for the state or
county of the Project, if any, shall also be shown on the Bid form.
13.12 All supporting information requested in the Bid Form must be furnished. Do not leave
any questions or requests unanswered.
ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS
14.01 Unit Price
A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid
schedule.
B. The total of all estimated prices will be determined as the sum of the products of the
estimated quantity of each item and the unit price Bid for the item. The final quantities and
Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions.
C. Discrepancies between 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. Discrepancies
between words and figures will be resolved in favor of the words.
14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and
profit on account of cash allowances, if any, named in the Contract Documents as provided in
paragraph 11.02 of the General Conditions.
14.03 The Bidder's attention is called to the fact that any estimate of quantities of work to be
done and materials to be furnished under the Specifications as shown on the Bid Schedule, or
elsewhere, is approximate only and not guaranteed. The OWNER does not assume any
responsibility that the final quantities shall remain in strict accordance with the estimated
quantities, nor shall the Bidder plead misunderstanding or deception because of such estimate
of quantities or of the character, location of the work, or other conditions pertaining thereto.
00200 - Instructions to Bidders
00200-7
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00200 - Instructions to Bidders.doc Rev. 05101
ARTICLE 15 - SUBMITTAL OF BID
15.01 The Bid form is to be completed and submitted with the Bid security and the following data:
A. Statement of Public Entity Crimes
B. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of
Relationships.
C. Sworn Statement under the Florida Trench Safety Act.
D. General Information Required of Bidders.
F. List of Subcontractors.
15.02 A Bid shall be submitted no later than the date and time prescribed and at the place
indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed
envelope plainly marked with the Project title (and, if applicable, the designated portion of the
Project for which the Bid is submitted), the name and address of Bidder, and shall be
accompanied by the Bid security and other required documents. If mail or other delivery system
sends a Bid, the sealed envelope containing the Bid shall be enclosed in a separate envelope
plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be
addressed to Indian River County, Purchasing Division, 1800 27"' Street, Vero Beach, Florida,
32960.
ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID
16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the
manner that a Bid must be executed and delivered to the place where Bids are to be submitted
prior to the date and time for the opening of Bids.
16.02 If within 24 hours after Bids are opened any Bidder files 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, if the Work is rebid, that Bidder
will be disqualified from further bidding on the Work.
ARTICLE 17 - OPENING OF BIDS
17.01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid
and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the
base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids.
00200 - Instructions to Bidders
00200-8
FAEngineering\Capital ProjectsW217-Powerline RoadlBid Documents100200 - Instructions to Bidders.doc Rev. 05/01
ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE
18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but
OWNER may, in its sole discretion, release any Bid and return the Bid security prior to the end of
this period.
ARTICLE 19 - AWARD OF CONTRACT
19.01 OWNER reserves the right to reject any or all Bids, including without limitation,
nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the
right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be
non -responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would
not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves
the right to waive all informalities not involving price, time, or changes in the Work and to
negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for
bid preparation costs.
19.02 More than one Bid for the same Work from an individual or entity under the same or
different names will not be considered. Reasonable grounds for believing that any Bidder has an
interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the
rejection of all Bids in which that Bidder has an interest.
19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the
prescribed requirements, and such alternates, unit prices and other data, as may be requested in
the Bid Form or prior to the Notice of Award. It is the OWNER Is intent to accept alternates (if any
are accepted) in the order in which they are listed on the Bid form, but OWNER may accept them
in any order or combination.
19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may
consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or
entities proposed for those portions of the Work for which the identity of Subcontractors,
Suppliers, and other individuals or entities must be submitted as provided in the Supplementary
Conditions,
19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the
responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers,
individuals, or entities to perform the Work in accordance with the Contract Documents.
19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid
is in the best interests of the Project.
ARTICLE 20 - CONTRACT SECURITY AND INSURANCE
20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions,
sets forth OWNER's requirements as to performance and payment Bonds and insurance. When
the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by
such Bonds, unless the Bonds have been waived due to the total contract being less than
$50,000.
00200 - Instructions to Bidders
00200-9
FAEngineering\Capital Projects10217-Powerline RoadlBid Documents\00200 - Instructions to Bidders.doc Rev. 05/01
ARTICLE 21 - SIGNING OF AGREEMENT
21.01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied
by the required number of unsigned counterparts of the Agreement with the other Contract
Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days
thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the
Agreement and attached documents to OWNER.
21.02 OWNER shall return one fully signed counterpart to Successful Bidder.
21.03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the
requirements of Article 21.01 above, the additional time in calendar days, required to correctly
complete the documents will be deducted, in equal amount, from the Contract time. Or, the
OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for
consequential damages incurred, and the Contract may be awarded as the OWNER desires.
ARTICLE 22 - SALES AND USE TAXES
22.01 OWNER is exempt from Florida state sales and use taxes on
to be incorporated in the Work. Exemption No. 85-801262203413-3.
included in the Bid. Refer to paragraph 6.10 of the Supplementary
information.
ARTICLE 23 — RETAINAGE
23.01 This Section intentionally left blank.
materials and equipment
Said taxes shall not be
Conditions for additional
ARTICLE 24 - CONTRACTS TO BE ASSIGNED
24.01 This Section intentionally left blank.
ARTICLE 25 - PARTNERING
25.01 This Section intentionally left blank.
* * END OF SECTION * *
00200 - Instructions to Bidders
00200-10
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00200 - Instructions to Bidders.doc Rev. 05101
SECTION 00300 = Bid Package Contents
THIS PACKAGE CONTAINS:
SECTION TITLE
Bid Form
Bid Bond
Public Entity Crimes Affidavit
Sworn Statement on Disclosure of Relationships
Sworn Statement Under the Florida Trench Safety Act
General Information Required of Bidders
List of Subcontractors
SECTION NUMBER
00310
00430
00450
00452
00454
00456
00458
SUBMIT TWO (2) COPIES OF THIS COMPLETE PACKAGE WITH YOUR BID
* * END OF SECTION * *
00300 - Bid Package Contents
003001
FAEngineeringlCapital Projects10217-Powerline Road\Bid Documents100300 - Bid Package Contents.doc
1
SECTION 00310 - Bid Form
PROJECT IDENTIFICATION:
Project Name: - Powerline Road from C.R. 510 North to the
Sebastian CitV Limits
County Project Number:
Project Address:
0217
Sebastian City Limits
Project Description: The project consists of paving an existing two-
lane marl -road with a southbound left turn at
C R 510 which includes drainage
improvements maintained by Indian River
County, Florida.
THIS BID IS SUBMITTED TO: INDIAN RIVER COUNTY PURCHASING
1800 27th Street, Bldg. "B"
VERO BEACH, FLORIDA 32960
1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with OWNER in the form included in the Bidding Documents to perform all Work
as specified or indicated in the Bidding Documents for the prices and within the times
indicated in this Bid and in accordance with the other terms and conditions of the Bidding
Documents.
2.01 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. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for
such longer period of time that Bidder may agree to in writing upon request of OWNER.
3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that:
A. Bidder has examined and carefully studied the Bidding Documents, the other related data
identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby
acknowledged.
Addendum Date
Fib z�. 100
B. Bidder has visited the Site .and become familiar with and is satisfied as to the general,
local and Site conditions that may affect cost, progress, and performance of the Work.
C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and
Regulations that may affect cost, progress and performance of the Work.
D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface
conditions at or contiguous to the Site and all drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the Site (except Underground
00310-9
C \Fn..in�rinn\f :anifal Drr"Fft% 717 Pn rlln RnsrPRirf ilnn"nwnfa%renin. Rirf Fnm+df .
.
�
e
1
SECTION 00310 - Bid Form
PROJECT IDENTIFICATION:
Project Name: - Powerline Road from C.R. 510 North to the
Sebastian CitV Limits
County Project Number:
Project Address:
0217
Sebastian City Limits
Project Description: The project consists of paving an existing two-
lane marl -road with a southbound left turn at
C R 510 which includes drainage
improvements maintained by Indian River
County, Florida.
THIS BID IS SUBMITTED TO: INDIAN RIVER COUNTY PURCHASING
1800 27th Street, Bldg. "B"
VERO BEACH, FLORIDA 32960
1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with OWNER in the form included in the Bidding Documents to perform all Work
as specified or indicated in the Bidding Documents for the prices and within the times
indicated in this Bid and in accordance with the other terms and conditions of the Bidding
Documents.
2.01 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. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for
such longer period of time that Bidder may agree to in writing upon request of OWNER.
3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that:
A. Bidder has examined and carefully studied the Bidding Documents, the other related data
identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby
acknowledged.
Addendum Date
Fib z�. 100
B. Bidder has visited the Site .and become familiar with and is satisfied as to the general,
local and Site conditions that may affect cost, progress, and performance of the Work.
C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and
Regulations that may affect cost, progress and performance of the Work.
D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface
conditions at or contiguous to the Site and all drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the Site (except Underground
00310-9
C \Fn..in�rinn\f :anifal Drr"Fft% 717 Pn rlln RnsrPRirf ilnn"nwnfa%renin. Rirf Fnm+df .
.
BOARD OF COUNTY COMMISSIONERS
Public Works Department
Engineering Division
1801 271H Street, Vero Beach, Florida 32960
Telephone: (772) 567=8000 FAX (772) 978=9391
ADDENDUM NO. 1
TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS FOR
POWERLINE ROAD
INDIAN RIVER COUNTY. PROJECT NO. 0217
INDIAN RIVER COUNTY BID NO. 2008029
February 27, 2008
TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM
sets forth change and/or information as referenced and is hereby made a part of
and should be attached to the subject Contract Documents.
Note: All Addenda shall be acknowledged on page 00310=1 of the Bid
Form.
CONTRACT DOCUMENTS AND SPECIFICATIONS
Bid Form, Itemized Bid Schedule, Section 00310
Include a line item for PLUGGING 6" WATER WELL- ARTESIAN:
Construction Plans:
Revise sheet 6 to include General Note No. 36
Revise sheet 7 to include the following line item in the quantity tabulation:
110-54 PLUGGING 6" WATER WELL -ARTESIAN 1
ADDENDUM NO. 1
Page 1 of 1
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\Addendum No. I Am
EA
C f.
BOARD OF COUNTY COMMISSIONERS
Public Works Department
Engineering Division
1801 271H Street, Vero Beach, Florida 32960
Telephone: (772) 567=8000 FAX (772) 978=9391
ADDENDUM NO. 1
TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS FOR
POWERLINE ROAD
INDIAN RIVER COUNTY. PROJECT NO. 0217
INDIAN RIVER COUNTY BID NO. 2008029
February 27, 2008
TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM
sets forth change and/or information as referenced and is hereby made a part of
and should be attached to the subject Contract Documents.
Note: All Addenda shall be acknowledged on page 00310=1 of the Bid
Form.
CONTRACT DOCUMENTS AND SPECIFICATIONS
Bid Form, Itemized Bid Schedule, Section 00310
Include a line item for PLUGGING 6" WATER WELL- ARTESIAN:
Construction Plans:
Revise sheet 6 to include General Note No. 36
Revise sheet 7 to include the following line item in the quantity tabulation:
110-54 PLUGGING 6" WATER WELL -ARTESIAN 1
ADDENDUM NO. 1
Page 1 of 1
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\Addendum No. I Am
EA
Facilities) which have been identified in the Supplementary Conditions as provided in
paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous
Environmental Condition, if any, which have been identified in the Supplementary Conditions
as provided in paragraph 4.06 of the General Conditions.
E. Bidder has obtained and carefully studied (or assumes responsibility for having done so)
all additional or supplementary examinations, investigations, explorations, tests, studies and
data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous
to the Site which may affect cost, progress, or performance of the Work or which relate to any
aspect of the means, methods, techniques, sequences, and procedures of construction to be
employed by Bidder, including applying the specific means, methods, techniques, sequences,
and procedures of construction expressly required by the Bidding Documents to be employed
by Bidder, and safety precautions and programs incident thereto.
F. Bidder does not consider that any further examinations, investigations, explorations, tests,
studies, or data are necessary for the determination of this Bid for performance of the Work at
the price(s) bid and within the times and in accordance with the other terms and conditions of
the Bidding Documents.
G. Bidder is aware of the general nature of work to be performed by OWNER and others at
the Site that relates to the Work as indicated in the Bidding Documents,
H. Bidder has correlated the information known to Bidder, information and observations
obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and
all additional examinations, investigations, explorations, tests, studies, and data with the
Bidding Documents,
I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution
thereof by ENGINEER is acceptable to Bidder.
J. The Bidding Documents are generally sufficient to indicate and convey understanding of
all terms and conditions for the performance of the Work for which this Bid is submitted.
4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on
behalf of any undisclosed individual or entity and is not submitted in conformity with 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 individual or entity to refrain from bidding; and Bidder
has not sought by collusion to obtain for itself any advantage over any other Bidder or over
OWNER.
[The remainder of page intentionally left blank]
00310-10
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00310 - Bid Form.doc
I
5.01 Bidder shall complete the Work in accordance with the Contract Documents for the
price(s) contained in the Bid Schedule:
A. The Discrepancies between 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
tsum. Discrepancies between words and figures will be resolved in favor of the words.
B. 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 any claims by the
Contractor on account of such omissions.
C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the
purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based
on actual quantities provided. 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.
D. Unit Prices have been computed in accordance with paragraph 11.03.13 of the General
Conditions.
6.01 Bidder agrees that the Work will be substantially completed and ready for final
payment in accordance with paragraph 14.07.13 of the General Conditions on or before the
dates or within the number of calendar days indicated in the Agreement.
6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the
event of failure to complete the Work within the times specified, which shall be stated in the
Agreement,
7a01 The following documents are attached to and made a condition of this Bid:
A. Required Bid security in the form of 5 a% t d►nel;
B. A tabulation of Subcontractors, Suppliers [and other] individuals and entities
required to be identified in this Bid,
C. Statement of Public Entity Crimes;
D. Swom Statement under Section 105.08, Indian River County Code, on Disclosure
of Relationships;
E. Sworn Statement Under the Florida Trench Safety Act;
R General Information Required of Bidders;
G. List of Subcontractors; and
H. (List other documents as pertinent).
8.01 The terms used in this Bid with initial capital letters have the meanings indicated in
the Instructions to Bidders, the General Conditions, and the Supplementary Conditions,
00310-11
FAEngineeringZapltal ProjectsW217-Powerlirm Ro&Mid Dccumenta100310 - Bid Form.doc
I
SUBMITTED on %1.a�cNh 19 , 20 0 8
State Contractor License No. CG C 15 0 S 50
If Bidder is:
An Individual-
Name
ndividualName (typed or printed):
By:
(Individual's signature)
Doing business as:
Business address:
(SEAL)
Phone No.: FAX No.:
A Partnership
Partnership Name: (SEAL)
By:
(Signature of general partner — attach evidence of authority to sign)
Name (typed or printed):
Business address:
Phone No.: FAX No.:
A Corporation _
Corporation Name:.1 • �).� . Cin Q,c�� �� cpm_ _ i_. L.C� (SEAL)
State of Incorporation: ara
Type (General Business, Professional, Service, Limited Liability): LjL,A.L.c %n %1*A Y (-Or^PC .AY
n list .2
By: I },& 1 . 1.1.1r
(Signature — attach evidence of
to sign)
`-Vi�P 4c;� .
Date of Qualification to do business is
)RATE SEAL)
0
00310-12
F-%FrwAMarinMr-*ni*x1
Prnir-WnIMOrowA MB
DnsAlDie1
O:A C... An
)RATE SEAL)
0
Certificate
(Limited Liability Company)
The undersigned hereby certifies that the following are true and correct statements:
1. That he/she is the assistant Secretary of J.W. Cheatham, LLC, a Limited Liability
Company organized and existing in good standing under the laws of the State of
Florida hereinafter referred to as the "LLC" and that the following Resolutions are
true and correct copies of certain Resolutions adopted by the Board of Directors
of the LLC as the 19a' day of March, 2008, in accordance with the laws of the
State of the state of incorporation of the LLC, the Articles of Incorporation and
the By-laws of the LLC.
RESOLVED, that the LLC shall enter into that certain Agreement between Indian River
County, a political subdivision of the State of Florida and the LLC, a copy of which is
attached hereto, and be it.
FURTHER RESOLVED, that Thomas P. Uhrig. the Vice President of the LLC, is
hereby authorized and instructed to execute such Agreement and such other instruments
as may be necessary and appropriate for the LLC to fulfill its obligations under the
Agreement.
2. That the foregoing resolutions have not been modified, amended, rescinded,
revoked or otherwise changed and remain in full force and effect as of the date
hereof.
3. That the LLC is in good standing under the laws of the State of Florida or its state
of Incorporation and has qualified, if legally required, to do business in the State
of Florida and has the full power and authority to enter into such Agreement.
IN WITNESS WHEREOF, the undersigned has set his hand and affixed the Corporate
Seal of the LLC the 19th. day of March, 2008.
(Signature)
(Corporate Seal)
Sherry Y Brown. Assistant Secretary__
(Print Signatory's name & title)
SW RN TO AND SUBSCRIBED before me this day of
2008, by the assistant Secretary of the aforesaid LLC, w o is personally
known to me OR who produced as identificaho an w o ,
IU ot- take an oath.
MIKE DAMRON
Notary Public - Stats of Florida
• i My Conadssion Expires Mar 12,201
Commission #. DD 621902 _
9W4W7WoujhNag" Notoybs
Signature)
Notary's Name) NOTARY PUBLIC
State of Florida at Large
My commission Expires:
A Joint Venture
Joint Venture Name:
By:
(Signature of joint venture partner -- attach evidence of authority to sign)
Name (typed or printed):
Title:
Business address:
Phone No.:
Joint Venture Name:
By:
FAX No.:
(Signature -- attach evidence of authority to sign)
Name (typed or printed):
Title:
Business address:
Phone No.:
FAX No.:
Phone and FAX Number, and Address for receipt of official communications:
(SEAL)
(SEAL)
(Each joint venturor must sign. The manner of signing for each individual, partnership, and
corporation that is a party to the joint venture should be in the manner indicated above.)
* * END OF SECTION * *
00310-13
FAEngineering\Capital Projects\0217-Powedine Road\Bid Documents\00310 - Bid Form.doc
ITEMIZED BID SCHEDULE
PROJECT NAME: 0217 POWERLINE ROAD (70TH AVE.)
BIDDER'S NAME J . C \4% cLA\"\ yyl, L1 z
701-1M�QBILIZA�TION
LS 1.0
102-1 MAINTENANCE OF TRAFFIC LS 1.0 (DOW nO Od . 00
104-1 EROSION & WATER POLLUTION CONTROL LS 1.0 r z SO G . QO
108-1 AS -BUILT DRAWINGS LS 1 1.0 LA loo,
0 OO
00
108.2 IN.P.D.E.S PERMITTING LS 1.0 Jr00 .
110-1-1 CLEARING & GRUBBING AC 5.9
110-5-1 PLUGGING 6" WATER WELL- ARTESIAN EA 1.0 CJ S VO 0 • 00
s
110-7-1 MAIL BOX Furnish & Install SINGLE EA 5.0 CSO •00
120-1 EXCAVATION REGULAR CY 6,178.0 b ll jq16 40
120-4 EXCAVATION SUBSOIL CY 867.0 i..$ O ILA 0101 �O
120-6-1 EMBANKMENT CY 1880.0 2.�0 S2�y o
160-4-1 TYPE B STABILIZATION -12" SUBGRADE SY 1218 5.0
285-706 OPTIONAL BASE GROUP GROUP 6 SY 11 501.0 . Li S 4S
334-1-113 SUPERPAVE ASPHALTIC CONCRETE(TRAFFIC C SP -12.5 -1'"2- SY 10 569.0 (D • S
o kpo (O,ct "Sol
334-1-213 SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C SP -9.5 -1" SY 10t569.0 .50Lo s o ,SO
O
400-2-2 CONCRETE CLASS 11 ENDWALLS CY 1 23.0
415-1-1 REINFORCING STEEL (EN LLS) LB 1,390.0 I L s 29 °O
I 00
425-1-551 DITCH BOTTOM INLET PE "E" <10' EA 4.0 G` Li 81 ) too
430-172-103 CONCRETE PIPE CULVERT CLASS III - 4211LF 104.0 t 59 •O0 1(O 53ta Oo
430-172-104 CONCRETE PIPE CULVERT CLASS 111- 60" LF 96.0 l o' ca ►00 1 U 1(.
ITEMIZED BID SCHEDULE
PROJECT NAME: 0217 POWERLINE ROAD (70TH AVE.)
BIDDER'S NAME 'T. l a r )r%.4 46.Arly -m � l` c
L
9
L►I
ITEMIZED BID SCHEDULE
PROJECT NAME: 0217 POWERLINE ROAD (70TH AVE.)
BIDDER'S NAME S UJ ----C lz.e0.�lnctirn
16" DIP WATER MAIN FOR OFFSET UNDER 60" RCP CULVERT LF
WATER MAIN FOR
CUT
:•m■
W 6"
OF
lne
1
LS = Lump Sum LF = Linear Foot EA = Each SY =
PROJECT NAME: POWERLINE ROAD (70TH AVENUE)
BIDDER'S NAME:
TOTAL:
TOTAL AMOUNT OF BID (IN WORDS)
l._ awm.0
poll
r • �•
Yard TN = Ton
C301 I LA LA 0 600
.� gS4o soo
to 933. , so
20.0 0 I SSIA6.00
o 0 I r_ 2 r. /N 00
lfoq(c� LC��tG.00
32Ab °n 32a0.p°
3.01000 0 5200.00
SUB TOTAL
E,oJk,lk- vA-vv%ckv%eck S%x-)ty IV1"v%-e Do 1\oY-5
a,,v. A rno r'! y o tee. Cir N -s
FORCE ACCOUNT: $ X000-00
FORCE ACCOUNT (IN WORDS): THIRTY THOUSAND DOLLARS AND NO CENTS
TOTAL ESTIMATE AMOUNT:
TOTAL ESTIMATE AMOUNT (IN WORDS):
X9.41 V
Fcm+v Ore
SECTION 00430 = Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
(BIDDER'S NAME)
J.W. Cheatham LLC as Principal,
and SAFECO Insurance Company of America
(SURETY'S NAME) Washington
a corporation duly organized under the Laws of the State of MMM as a Surety with its principal
offices in the City of Seattle and authorized to do business in the State of
Florida, are held and firmly bound unto INDIAN RIVER COUNTY (hereinafter called the
OWNER) in the penal sum of
Dollars ($ ), lawful money of the United States,
amounting to 5% of the total bid price, for the payment of which sum well and truly be made, we
bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly
by these presents.
Whereas said Principal is herewith submitting a Bid dated March 19 , 2008 ,
for the construction of:
Project Name: Powerline Road from C R 510 North to the Sebastian City Limits
County Project Number: 0217
Project Address: Powedine Road from C R 510 North to the Sebastian City Limits
Project Description: The toroiect consists of saving an existing two-lane marl -road with -a
River County, Florida.
NOW THEREFORE, the condition of the above obligation is such that if the Principal does not
withdraw said Bid within the period of time set forth in the Bid Documents, and on or before the
fifteenth day after the Notice of Award, the Principal enters into a written contract with the
OWNER in accordance with the Bid as accepted, and if the Principal gives the required bonds
with good and sufficient sureties for the faithful performance and proper fulfillment of such
Contract and for the protection of laborers and materialmen, then this obligation shall be null
and void. Otherwise, the Principal and Surety, jointly and severally, shall on or before the
sixtieth day after request by the OWNER, pay to the OWNER in money, the difference between
the amount specified in said Bid and the amount for which the OWNER may procure the
required work if the latter amount is greater than the former, together with any expense and
reasonable attorney fees, including appellate proceedings, incurred by the OWNER if suit is
brought hereon, but in no event shall Surety Is liability exceed the penal sum hereof plus such
expenses and attorney's fees.
IN WITNESS WHEREOF, the above -bound parties have executed this instrument under their
several seals this 13thday of March , 20 08 , the name and corporate seal
of each corporate party being hereto affixed and these presents duly signed by its undersigned
representative pursuant to authority of its governing body.
00430 - Bid Bond
00430 - 1
F:1Enginoedn9%Cep1lal Praiect A0217-Powedine Road%Bid Documems=430 - aid Band.dcc Rev. 05101
WHEN THE PRINCIPAL IS AN INDIVIDUAL:
Signed, sealed and delivered in the presence of:
Witness
Address
Witness
Address
Signature of Individual
Printed Name of Individual
NAME:
Signed, sealed and delivered in the presence of:
Witness Name of Partnership
BY:
Address Partner
Printed Name of Partner
Witness
(SEAL)
Address
WHEN THE PRINCIPAL IS A PARTNERSHIP:
Signed, sealed and delivered in the presence of:
Witness Name of Partnership
BY:
Address Partner
Witness
Printed Name of Partner
(SEAL)
00430 - Bid Bond
00430-2
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00430 - Bid Bond.doc Rev. 05/01
r
Address
e of4LC�
tiet�- J.W. Cheatham, LLC
BY:
die (Affix
Corporate SEAL)
Printed Name hom4S 1 ' u'hr�
� d
Official Title \\] Ace pres`aerA
CERTIFICATE AS TO CORPORATE PRINCIPAL
�
I �� ,� � ��rtify tha lam the Secretary of there named as
er�efat
Pn cipal in a within bond; that , who sig ed the said bond on
behalf of the Principal was then t'I T of said��: that I know
his signature, and his signature thereto is genuine; and that said Bond was duly signed, sealed
and attested f n n behalf of Said efflarat.'GR-by authority of Its governing body.
Secretary
(SEAL)
TO BE EXECUTED BY CORPORATE SURETY:
Attest:
Witness Corporate Surety
SAFECO Insurance Company
Business Address DeWitt Ldewaters Parkway
BY:
of America
RichardvW. Heinmiller, Attorney -In -Fact
(Attach Power of Attorney)
F,1Eng'amerin9kC8pita1 ProJeM1021T•Pow Mro RoadvDid Docoments100430
Attorney -In -Fact
Name of Local Agency
James P. Reagan Agency, Inc.
Business Address
8 East Main Street,
00430 - 3
Bid Bond.doc Rev. 05101
Marcellus, NY 13108
00430 - Bid Bond
ACKNOWLEDGMENT OF PRINCIPAL, IF A LIMITED LIABILITY COMPANY
State of Florida
County of PaAyn eG.t:n
On this 13th day of March, 2008, before me personally came and appeared
to me known, who being by me duly sworn, did depose and say
that he resides in the City of Te�ue�a,c� FL ; that he is the V �c.e Qr AA %A
of J.W. Cheatham, LLC, the limited flability company described in and which executed the
foregoing instrument; that he knows the seal of said limited liability company; that one of the
seals affixed to said instrument is such seal; that it was so affixed by order of the managing
members of said limited liability company, and that he signed his name thereto by like order.
Notary Public
SURETY ACKNOWLEDGMENT
State of New York
County of Onondag
MIKE OAMRON
Notary Public - state of Florida
• 3 My Commission Expires Mar 129 2011
Commission # OD 631902
its :+`° Boodsd Tka* National Notary Asan
On this 13th day of March, 2008, before me personally appeared Richard W. Heinmiller
to me known, who being by me duly sworn, did depose and say: that he resides in the City of
Tully, NY; that he is the Attorngyjn-Fact of the above signed surety, the corporation described in
and which executed the within instrument; that he knows the corporate seal of said corporation;
that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said corporation; and that he signed his name thereto by like order.
Notary Public
JEAN C. MCCARTHY
Notary Public, State of New York
No, 01 MC6071225
Qualified jr, :,ncndaga County ZU��
My Commission 'w:=r�i"e= March 1i,
KNOW ALL BY THESE PRESENTS:
POWER
OF ATTORNEY
No. 13043
Safeco Insurance Company of America
General Insurance Company of America
Safeco Plaza
Seattle, WA 98185
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
RICHARD W. HEINMILLER; FRANCIS A. LOWTHER; ROBERT B. PARRISH; J. MICHAEL REAGAN; Marcellus, New York*****
Its true and lawful attorneys)-tn-fact, with full authority to execute an its behalf fidelityandsurety bonds or undertakings and other
documents of a similar character issued in the course of its business, and to bind the respective .company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
May 2007
this 31 st day of --
Extract from the
and of GENERAL INSURANCE COws of SAFECO RMPANY O AMERICA*ANCE COMPANY OF
"Article V, Section 13.. FIDELITY AND SURETY BONDS ... the President, an Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have auUwrity to appoint individuals es
atiomeys-intact or under other appropriate titres with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character issued by the company in the course of its business... On any instrument making or oWencing
such appointment, the signaturestheseal orea facsimile ed by facsimile.
thereof may be ImpressedInstrument
or affixed or In any other manner reproducedhority or on any bond ;
undertaking of the thatthcompany,
provided, however, that the seal shall not be necessary to the va4dily of any such instrument or undertaking.*
Extract fromRSAFECO INSURANCE
off GENERAL NSURA CE COMPANY OFAMERICApted JuICOMPANY
28 N 70F AMERICA
an
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(1) The provisions of Article V. Section 13 of the By -Laws, and
('i) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(Iii) Certiong that said power-of-atlomeY appointment is In full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Stephanie Daley -Watson , Secretary of SAFECO INSURANCECOMPANYntsof OL A ERIaws and A a Resolution of the Board INSURANCE and of GENERAL Directors
COMPANY OF AMERICA, do hereby certify that sued foregoing
ure ant thereto, are true and correct, and that both the By -Laws, the Resolution
of these corporations, and of a Power of Attorney
and the Power of Attorney are still In KA force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
INS
13th day of March 12008
S-09741DS 4105
cow Qf.6�x
10"'M
EAL Alza 4)
x
lei -r STEPHANIE DALEY-WATSON, SECRETARY
Safeco® and U» Safeco logo are registered trademarks of Safeco corporation.
WEB PDF
i
Extract from the
and of GENERAL INSURANCE COws of SAFECO RMPANY O AMERICA*ANCE COMPANY OF
"Article V, Section 13.. FIDELITY AND SURETY BONDS ... the President, an Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have auUwrity to appoint individuals es
atiomeys-intact or under other appropriate titres with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character issued by the company in the course of its business... On any instrument making or oWencing
such appointment, the signaturestheseal orea facsimile ed by facsimile.
thereof may be ImpressedInstrument
or affixed or In any other manner reproducedhority or on any bond ;
undertaking of the thatthcompany,
provided, however, that the seal shall not be necessary to the va4dily of any such instrument or undertaking.*
Extract fromRSAFECO INSURANCE
off GENERAL NSURA CE COMPANY OFAMERICApted JuICOMPANY
28 N 70F AMERICA
an
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(1) The provisions of Article V. Section 13 of the By -Laws, and
('i) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(Iii) Certiong that said power-of-atlomeY appointment is In full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Stephanie Daley -Watson , Secretary of SAFECO INSURANCECOMPANYntsof OL A ERIaws and A a Resolution of the Board INSURANCE and of GENERAL Directors
COMPANY OF AMERICA, do hereby certify that sued foregoing
ure ant thereto, are true and correct, and that both the By -Laws, the Resolution
of these corporations, and of a Power of Attorney
and the Power of Attorney are still In KA force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
INS
13th day of March 12008
S-09741DS 4105
cow Qf.6�x
10"'M
EAL Alza 4)
x
lei -r STEPHANIE DALEY-WATSON, SECRETARY
Safeco® and U» Safeco logo are registered trademarks of Safeco corporation.
WEB PDF
Assets
,V...
SAFECO INSURANCE COMPANY OF .a NMRICA
FINANCIAL STATEMENT—DECE143BER 31, 2006
Cash and Bank Deposita........................................ $ 86,659,875
*Bonds —U.S I%vetnment ...........................................134,111,814
*Other Bonds... 1011, 61 *0 0*1* 04 %4*00*0 IV*, 1** 8# of 96 2,821326,707
*Stocks...................................................................1 523,881,548
RealEst. ate................................................................... 0
Agents' Balances or Uncollected Premiums .................626,773,902
Accrued Interest and Rents .............................. 40,1881467
Other Adnutted Assets.... 0040,11eq 1 289094036
Total Admitted Asseta.Y««WYYYNY.WY»YN..N S4 {22 O to
Liabilities
Unearned Pneminuns.............................................. S 706,885,899
Reserve for Claims and Claims Expense ..........10.41...41,363,240,516
Funds Held Under Reinsurance Treaties ............... 139,204
Reserve for Dividends to Policyholders ......................... 2,1169676
Additional Statutory Reserve ................................ _
Reserve for Cornnnissions, Taxes and
Other Liabilities ........................................... 1094,254 631
Total .»«YN..WY«N«YW»..»«N«N.»»«»«W«» S3,366036$26
Special Surplus Funds...... S (504,833)
Capital3tack..»........................... SA000000
Paid in Surplus"Add ............................260,561,321
Unassigned Surplus......»........... 890344953
SusrplustaFollgholdtrs.»»»Y».»«»N..,.» 14"5 01423
Total Liab!>i lts and Snrplua»»«»11«11...«1111.»«» S4 2�t 2
* Bonds are ststsd at anwrt ud or investment value; Stocks at Association Market Values.
Securities carried at $124,431,437 are deposited as rcquired bylaw.
I, TIM MIKOLAMISIq Senior Vicc-President of SAFFiCO Insurance Company of America, do hereby certify that the foregoing 15 .2
true, and confect statement of the Assets and Liabilities of said Corporation, as of December 31, 2006, to the best of my knowledge and
belief.
IN WITNESS WM EOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st day of
March, 2007.
Senior V int=President
94262a UT ADA, registered traoenink of SAF ECO Corporation
STATE OF FLORIDA
COUNTY OF INDIAN RIVER
SEE ATTACHED ACKNOWLEDGEMENT
Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared
to me well known, who being by me first duly that he on 0h
aas been
says that he is the attomey-in-fact for the
to execute the foregoing bond on behalf of the
authorized by ounty of Indian River, Florida. Subscribed and
CONTRACTOR named therein in favor of the C
sworn to before me this day of
Notary Public, State of Florida
My Commission Expires:
Any claims under this. bond shall be addressed to%
Name and address of Surety:
SAFECO Plaza
Seattle, WA 98185
800-332=III
Name and address of agent
or representative in Florida
if different from above:
Telephone number of Surety and N/A
agent or representative in Florida: (. .�
+ + END OF SECTION + +
00430 - Bid Bond
00430 - 4
FAEngk*erkVkCaPRal Pm1sou10217-powedine Ro"Bld Doeuments%00430 - Bid Borwtdoe Rev. 05109
SECTION 00450 = PUBLIC ENTITY CRIMES
Pursuant to Florida Statutes Section 287.133(2)(a), all Bidders are hereby notified that
a person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid, proposal, or reply on a contract
to provide any goods or services to a public entity (defined as the State of Florida, any
of its departments or agencies, or any political subdivision); may not submit a bid,
proposal, or reply on a contract with a public entity for the construction or repair of a
public building or public work; may not submit bids, proposals, or replies on leases of
real property to a public entity; may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity; and may
not transact business with any public entity in excess of the threshold amount provided
in Florida Statutes Section 287.017 for CATEGORY TWO [currently $25,000] for a
period of 36 months from the date of being placed on the convicted vendor list. A
it public entity crime means 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 or
with an agency or political subdivision of any other state or with the United States,
including, but not limited to, any bid, proposal, reply, or contract for goods or services,
any lease for real property, or any contract for the construction or repair of a public
building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering,
conspiracy, or material misrepresentation.
* * END OF SECTION * *
00450 - Public Entity Crimes Statement
00450-1
F:\Engineering\Capital Projects\0217-Powerline Road\Bid Documents\00450 - Public Entity Crimes Statement.doc
SECTION 00452 - Sworn Statement under Sect. 106.08 Indian River County Code on
Disclosure of Relationships
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC
OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.
This sworn statement is submitted with Bid, Proposal or Contract No. 0,117 for
Powerline Road from C.R. 510 North to the Sebastian City Limits
u
2
3
This sworn statement is submitted by:
whose
1,...L.0
sworn statement
TW
(if applicable) its Federal Employer Identification Number (FEIN) is
(If the entity has no FEIN, include the Social Security Number of the individual signing this
sworn statement ).
My name is
(Please print name o i dividual signing)
and my relationship to the entity named above is 1,CP P r -e tide YX
I understand that an "affiliate" as defined in Section 105.08, 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.
4. 1 understand that the relationship with a County Commissioner or County employee that
must be disclosed is as follows:
Father, mother, son, daughter, brother, sister, uncle, aunt, first
cousin, nephew, niece, husband, wife, father4n-law, mother-in-
law, daughter-in-law, son-in-law, brother-in-law, sister-in-law,
stepfather, stepmother, stepson, stepdaughter, stepbrother,
stepsister, half brother, half sister, grandparent or grandchild.
5. Based on information and belief, the statement which I have marked below is true in
relation to the entity submitting this sworn statement. [Please indicate which statement
applies.]
t' Neither the entity submitting this sworn statement, nor any officers, directors,
executives, partners, shareholders, employees, 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:
00452 - Disclosure of Relationships
00452 -1
FAEnginsering%Capital Projects\0217-Powedine Roadlaid Documards%OU52 - Disclosure of Relationshps.doc
Name of Affiliate
or Entity
1.
2,
3.
4.
7,
8.
STATE OF Fld M
Name of County
Commissioner o
Relationship
fl�i I
C
(signature)
(date)
MQ
COUNTY OFA ��'��-h Q
Personally appeared before me, the undersigned authority, ��DYriQ.S �
who after first being sworn by me, affixed his/her ture in the space provided above on thi
1.� day of Y'c�; ((J�
-"r Notary Public - State of Florida
N
ota P i , a e at I ► •_tuycorrnW nr ocl20,2008
,`.�" Commission # DD 357642
mission Expire %:7*0?cFi .A•' Bonded Hy NaMonolNotaryAssn
* * END OF SECTION
00452 - Disclosure of Relationships
00452 - 2
FAEngineering\Capital ProjectsW217-Powerlin8 RoadlBid DommontsW0452. Disdosure of Relationships.doc
SECTION 00454 - Sworn Statement Under the Florida Trench Safety Act
THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE
FOR . THE EXCAVATION
HE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO
REPRESENTATIVE, IN T
ADMINISTER OATHS.
1. This Sworn Statement is submitted with Project No. 0217 for Powerline Road from C.R.
510 North to the Sebastian City Limits
2. This Sworn Statement is submitted by J (Legal Name of En&, Submitting WmStatement)
hereinafter "BIDDER". The BIDDER's �address is _
�rnnnA7 P,
BIDDER's Federal Empl yer Identification Num er (FEIN) is
3. My name isM'I and my relationship to the BIDDER
(Print N" of Individual �igning) 1
.. ..
E
5.
6
IS '
(Position or Title)
I certify, through my signature at the end of this Sworn Statement, that I am an
authorized representative of the BIDDER.
The Trench Safety Standards that will be in effect during the construction of this Project
are contained within the Trench Safety Act Section 553.60 et-seq. Florida Statutes and
refer to the applicable Florida Statue(s) and/or OSHA Regulation(s) and include the
"effective date" in the citation(s). Reference to and compliance with the applicable
Florida Statute(s) and OSHA Regulation(s) is the complete and sole responsibility of the
BIDDER. Such reference will not be checked by OWNER or ENGINEER and they shall
have no responsibility to review or check.the BIDDER's compliance with the Trench
Safety Standards,
The BIDDER assures the OWNER that it will comply with. the applicable Trench Safety
Standards.
The BIDDER has allocated and included in its bid the total amount of $.L
based on the linear feet of trench to be excavated over five (5) feet deep, for compliance
with the applicable Trench Safety Standards, and intends to comply with said standards
by instituting the following specific method(s) of compliance on this Project:
r,I r. '40N
The determination of the appropriate method(s) of compliance is the complete ano suiu
responsibility of the BIDDER. Such methods will not be checked by the OWNER or
ENGINEER for accuracy, completeness, or any other purpose. The OWNER and
ENGINEER shall have no responsibility to review or check the BIDDER's compliance
with the Trench Safety Standards, 00
7) The BIDDER has allocated and included in its bid the total amount of $
based on the square feet of shoring to be used for compliance with shoring safety
M requirements and intends to comply with said shoring requirements by instituting the
following specific method(s) of compliance on this Project:
_
00454 - Florida Trench Safety Act
00454 -1
...ar+.....or# e..krn47-0,.0 ^I RnwARiA nneuments%00454 - Florida Trench WOW Aot.doc
a
The determination of the appropriate method(s) of compliance is the complete and sole
responsibility of the BIDDER. Such o
methos
any othepurpose, l not b ed by Thehe OWNER or
OWNER and
ENGINEER for accuracy, completeness
ENGINEER shall have no responsibility to review or check the BIDDER's compliance
with, the Trench Safety Standards.
The BIDDER, in submitting this bid, represents that it has obtained and considered all
available geotechnical information, has utilized said geotechnical information
and tER han
based on such information and the BIDDER's own information, e
sufficient knowledge of the Project's rfawith the applicable Ti•ence and subsurface site icihnSafety
and
characteristics' to assure BIDDER'scompliance
Standards in designing the trench safety system(s) for the Project.
BIDDER:
By:
I C
Position or Title: �� L �('P�SI['� ean, .7
Date:
STATE OF LC3'c�t
tom, 10
COUNTY OF 41na
Personally appeared before me, the undersigned authority,_
ed his/her signature ispace provided above on tl} s
who after first being sworn by me, affix 20 9
I of � Oi -
`'" -8�;•; Notary Public - State of Florida
jorY bli , State t oa2o,2ooe
.,,��f,t�L� Commission # DD 357642
o ission Exp e�.,,,,,,,,, Bo�gyNatlonaiNotaryAssn.
* * END OF SECTION * *
00454 - 2
Prnimetst0217-Powerline Roadtaid Doeumants=454 - Florida Trench Safety Act dOo
00454 - Florida Trench Safety Act
NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NOW
RESPONSIBLE BIDDERS,
UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy
of all statements and answers herein contained. Failure to comply with these requirements
may be considered sufficient justification to disqualify a Bidder. Attach additional sheets as
required.
Documentation Submitted with Project No: 0217
' Project Name: Powerline Road from C R 510 North to the Sebastian City Limits
1. Bidder's Name/ Ad ress:
-7 al Gw CSC
2. Bidder's Telephone & FAX Numbers: _�- `l l - I-1 l 0(
3. Licensing and Corporate Status: _
a. Is Contractor License current? YeS
b. Bidder's Contractor License No: rack 1\ [Attach a copy of Contractor's
License to the bid]
c. Attach documentation from the State of Florida Division of Corporations that
indicates the business entity's status is active and that lists the names and titles of
all officers.
4. Number of years the firm has performed business as a Contractor in construction work
of the type involved in this contract: qR VeLLrs
5. What is the last project OF THIS NATURE that the firm has completed?
2Or'�.o.. *rftr Ph1w,1.2e n rat 11YL Ys neii Ae— rl -'.
NNNnAxC Works QC42 .
NO
6. Has the firm ever failed to complete work awarded to you?
t[If your answer is "yes, then attach a separate page to this questionnaire that explains
the circumstances and list the project name, Owner, and the Owner's telephone number
for each project in which the firm failed to complete the work.]
7. Has the firm ever been assessed liquidated damages? /uD
[If your answer is "yes, then attach a separate page to this questionnaire that explains
the circumstances and list the project name, Owner, and the Owner's telephone number
for each project in which liquidated damages have been assessed.]
8. Has the firm ever been charged by OSHA for violating any OSHA regulations? n10
00456 - Qualifications Questionnaire
00456 - t
F:%Engir»eriny\Capital Projeets\0217-Powerline Road\Bid DocumentsWo456 - Qualifications Queslionnaire.doc
[If your answer is "yes, then attach a separate page to this questionnaire that explains
the circumstances and list the project name, Owner, and the Owner's telephone number
for each project in which OSHA violations were alleged.]
9. Has the firm ever been charged with noncompliance of any public policy or rules?
[If your answer is "yes, then attach a separate page to this questionnaire that explains
the circumstances and list the project name, Owner, and the Owner's telephone number
for each project.]
10. Attach to this questionnaire, a notarized financial statement and other information that
documents the firm's financial strength and history.
11. Has the firm ever defaulted on any of its projects? O
[If your answer is "yes, then attach a separate page to this questionnaire that explains
the circumstances and list the project name, Owner, and the Owner's telephone number
for each project in which a default occurred.]
12. Attach a separate page to this questionnaire that summarizes the firm's current
workload and that demonstrates its ability to meet the project schedule.
13. Name of person who inspected the site of the proposed work for the firm:
Name: lornc�.s 1 11� ^c'1G Date of Inspections: 3 12. ICA
14. Name of on-site Project Foreman: T^,1% XNAOLD r
Number of years of experience with similar projects as a Project Foreman: 5
v.
15. Name of Project Manager:
Number of years of experience with similar projects as a Project Manager: a_
16. What is the firm's bonding capacity? TYN exp P SS !Z t iby rev- L 110 r)
[The remainder of this page was left blank intentionally]
00456 - Qualifications Questionnaire
00456 - z
F•%FnninmwinalCaoital Proiects10217-PoWedine Road%Bid Documents100456 - Qualifications Questionnaire.doc
IF
�yLo
Q V
LL �.
r
H
0C a o LOC
0 �g
cQ d
o °D
9
[NOTE: If requested by the County, the Bidder shall fumish references, and other information,
ufficiently comprehensive to permit an appraisal of its abilities as a contractor.]
s
(Position or i itie)
.� 1c
PS
(Date)
* * END OF SECTION * *
00456 - Qualifications Questionnaire
00456-4
F•1EnoinearinolCaoital Pra WSX02174P0weriine RoadaBid Documents%M56 - t]ualificetlona Cuestionnaire.doc
i
SECTION 00458 - List of Subcontractors
ii
The Bidder SHALL list below the name and address of each Subcontractor who will perform
work under this Contract in excess of one-half percent of the total bid price, and shall also list
the portion of the work which will be done by such Subcontractor. After the opening of Bids,
changes or substitutions will not be allowed unless approved by Indian River County after a
request for such a change has been submitted in writing .by the Contractor, which shall include
reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate
of Competency.
Documentation Submitted with Project No. 0217 for
Sebastian City Limits
Work to be Performed
21
3.
4.
5.
6.
7.
8.
9.
10.
11.
14.
15.
16,
Subcontractor's Name/Address
Tn�f,�S�n �- p0.yts Mnc..
17,
Note: Attach additional sheets if required.
' * * END OF SECTION
00458 -1
�.,�_= �_..c ��r�.ar■� ar6l•ctsW217-Powertine Road%Bid DoeumentsW0458 - List of Subcontractors.doc
00458 - List of Subcontractors
BOARD OF COUNTY COMMISSIONERS
July 17, 2008
J.W. Cheatham, LLC
Atin: Thomas P. Uhrig
7396 Westport Place
West Palm Beach, FL 33413
NOTICE OF AWARD
Reference: Indian River County Bid No. 2008029
Powerline Road Improvements
Dear Mr. Uhrig,
VIA OVERNIGHT DELIVERY
I am pleased to inform you that as of yesterday, July 15, 2008, the Board of County Commissioners
has awarded the above -referenced project to your company. The following documents are required
before the applicable County department can issue a "Notice to Proceed" letter.
1. Performance Bond in the amount of 100% of the contract amount. ($648,869.41)
2. Payment Bond in the amount of 100% of the contract amount. ($648,869.41)
3. Certificate of Insurance, must name Indian River County as an additional insured and must
provide for a 30 day Notice of Cancellation.
In accordance with section 255.05(1)(a), Florida Statutes, you are required to execute a Performance
Bond and a Payment Bond for the above referenced project. Please submit the Bonds and the
Certificate of Insurance to this office at the address provided below no later than July 30, 2008.
Failure to comply with the established deadline for submittal of required documents may be grounds
for cancellation of the award.
Thank you for your prompt attention and if you have any questions, please do not hesitate to contact
this office.
Sincerely,
�Gtti�e-
Jerry Davis, Purchasing Manager
cc: Arjuna Weragoda, P.E., Utilities
General Services Departments Purchasing Division
1800 27`h Street, Vero Beach, Florida 32960•(772) 5674000 Ext. 1416•Fax: (772) 770-5140
E-mail: purchasing @ircgov.com
SECTION 00520 an Agreement (Public Works)
TABLE OF CONTENTS
Title
=0
ARTICLE1-WORK.................................................................................................................................2
ARTICLE 2 — THE PROJECT..................................................................................................................2
ARTICLE 3 —ENGINEER......,, 11 ass,00 ............ ... a ....... a ... 1111141111111112
ARTICLE 4 - CONTRACT TBMS..........................................................................................................2
ARTICLE 5 — CONTRACT PRICE..........................................................................................................3
ARTICLE 6 — PAYMENT PROCEDURES...... 111111141111114
ARTICLE
7 —
INDEMNIFICATION........................................................................................................5
ARTICLE
8 —
CONTRACTOR'S REPRESENTATIONS......................................................................5
ARTICLE 9 — CONTRACT DOCUMENTS. 1 0 4 0 1 0 1 1 1 0 1 1 6 a 8 a 0 a a 0 a a a a a a 4 1 1 0 a a 0 a , a . . . I I . . I I I I I I I I I I I I I I I I a I . . I . I I I . . . I I a 1 0 a I a 0 4 1 14 10 11 a 0 0 06
ARTICLE 10 on AUSCELLANEOUS.........................................................................................................7
THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLYI
00520 - Agreement (Public Works)
00520 - 1
F:%Engineering\Capital Projeata10217-12owerline RoadftBid Documents100520 - Agreement (Public Worka).doc
SECTION 00520 - Agreement (Public Works)
THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the
State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called
OWNER)
and J.W. Cheatham, LLC
(hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
ARTICLE 1 =WORK
1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Work is generally described as follows:
The proiect consists of paving an existing two-lane marl -road with a southbound left turn
at C.R.510 which includes drainage improvements maintained by Indian River County,
Florida.
ARTICLE 2 = THE PROJECT
2.01 The Project for which the Work under the Contract Documents may be the whole or only a
part is generally described as follows:
Project Name: Powerline Road from C.R. 510 North to the Sebastian City Limits
County Project Number: 0217
Project Address: Powerline Road from C. R, 510 North to the Sebastian City Limits
ARTICLE 3 — ENGINEER
3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER
and will 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 the completion of the Work in accordance with the Contract Documents,
ARTICLE 4 = CONTRACT TIMES
4.01 Time of the Essence
A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness
for final payment as stated in the Contract Documents are of the essence of the Contract.
005.20 - Agreement (Public Works)
00520-2
FIEngineering%Cepitel Projects10217-Powerline Road\Bid Documents100520 -Agreement (Public Works).doc
4.02 Days to Achieve Substantial Completion and Final Payment
A. The Work will be substantially completed on or before the 165 day after the date when the
Contract Times commence to run as provided in paragraph 2.03 of the General
Conditions, and completed and ready for final payment in accordance with paragraph
14.07 of the General Conditions on or before the 195 day after the date when the Contract
Times commence to run.
4.03 Days to Achieve Final Completion and Final Payment
A. The Work will be fully completed (Final Completion) and ready for final payment in
accordance with paragraph 14.07 of the General Conditions on or before the 195 day after
the date when the Contract Times commence to run as provided in paragraph 2.03 of the
General Conditions.
4.04 Liquidated Damages
A. CONTRACTOR and OWNER 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 4.02 above, plus any extensions thereof allowed in accordance with
Article 12 of the General Conditions. Liquidated damages will commence for this portion of
work. The parties also recognize the delays, expense, and difficulties involved in proving in
a legal 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 $.2 121.00 for each calendar day that expires after the time specified in
paragraph 4.02 for Substantial Completion until the Work is substantially complete. After
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 $ 2.121.00 for each calendar day that
expires after the time specified in paragraph 4.02 for completion and readiness for final
payment until the Work is completed and ready for final payment.
ARTICLE 5 - CONTRACT PRICE
5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the
Contract Documents, an amount in current funds equal to the sum of the amounts
determined pursuant to paragraph 5.01.A and summarized in paragraph 5.01.B, below:
A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit.
B. THE CONTRACT SUM subject to additions and deductions provided in the Contract::
Numerical Amount: $ 648, 869.41
Written Amount: Six Hundred Forty Eight Thousand Eight Hundred Sixty
Nine Dollars and Forty One Cents
00520 - Agreement (Public Works)
00520-3
FAEngineering\Capital Proje st0217-Powerline RoadlBid DocumentsW0520 - AgreemerM (Public Worke).doc
ARTICLE G = PAYMENT PROCEDURES
6.01 Submittal and Processing of Payments
A. 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 and the Contract Documents,
6.02 Progress Payments.
A. The OWNER shall make progress payments to the CONTRACTOR on the basis of
the approved partial payment request as recommended by ENGINEER in
accordance with the provisions of the Local Government Prompt Payment Act,
Florida Statutes section 218.70 et. seq. The OWNER shall retain ten percent
(10%) of the payment amounts due to the CONTRACTOR until fifty percent
(50%) completion of the work. After fifty percent (50%) completion of the work is
attained as certified to OWNER by ENGINEER in writing, OWNER shall retain
five percent (5%) of the payment amount due to CONTRACTOR until final
completion and acceptance of all work to be performed by CONTRACTOR under
the Contract Documents. Pursuant to Florida Statutes section 218.735(8)(b), fifty
percent (50%) completion means the point at which the County as OWNER has
expended fifty percent (50%) of the total cost of the construction services work
purchased under the Contract Documents, together with all costs associated with
existing change orders and other additions or modifications to the construction
services work provided under the Contract Documents.
6.03 Pay Requests.
A. Each request for a progress payment shall be submitted on the application for
payment form supplied by OWNER and the application for payment shall contain
the CONTRACTOR'S certification. All progress payments will be on the basis of
progress of the work measured by the schedule of values established, or in the
case of unit price work based on the number of units completed. After fifty
percent (50%) completion, and pursuant to Florida Statutes section
218.735(8)(d), the CONTRACTOR may submit a pay request to the County as
OWNER for up to one half (1/2) of the retainage held by the County as OWNER,
and the County as OWNER shall promptly make payment to the CONTRACTOR
unless such amounts are the subject of a good faith dispute; the subject of a
claim pursuant to Florida Statutes section 255.05(2005); or otherwise the subject
of a claim or demand by the County as OWNER or the CONTRACTOR. The
CONTRACTOR acknowledges that where such retainage is attributable to the
labor, services, or materials supplied by one or more subcontractors or suppliers,
the Contractor shall timely remit payment of such retainage to those
subcontractors and suppliers. Pursuant to Florida Statutes section
218.735(8)(c)(2005), CONTRACTOR further acknowledges and agrees that: 1)
the County as OWNER shall receive immediate written notice of all decisions
made by CONTRACTOR to withhold retainage on any subcontractor at greater
than five percent (5%) after fifty percent (50%) completion; and 2)
CONTRACTOR will not seek release from the County as OWNER of the
withheld retainage until the final pay request.
6.04 Paragraphs 6.02 and 6.03 do not apply to construction services work purchased by the
County as OWNER which are paid for, in whole or in part, with federal funds and are subject to
00520 - Agreement (Public Works)
00520-4
F:1EnginseringTapital Projects10217-Powedine Road0d Documents=520 - Agreement (Public Works).doc
federal grantor laws and regulations or requirements that are contrary to any provision of the
Local Government Prompt Payment Act. In such event, payment and retainage provisions shall
be govemed by the applicable grant requirements and guidelines.
{this is another provision in the agreement between owner and contractor that you may or may
not have]
6.05 Acceptance of Final Payment as Release.
A. The acceptance by the CONTRACTOR of final payment shall be and shall operate
as a release to the OWNER from all claims and all liability to the CONTRACTOR
other than claims in stated amounts as may be specifically excepted by the
CONTRACTOR for all things done or furnished in connection with the work
under this Contract and for every act and neglect of the OWNER and others
relating to or arising out of the work. Any payment, however, final or otherwise,
shall not release the CONTRACTOR or its sureties from any obligations under
the Contract Documents or the Payment and Performance Bonds,
ARTICLE 7 - INDEMNIFICATION
7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with
paragraph 6.20 (Indemnification) of the General Conditions to the Construction Contract.
ARTICLE 8 = CONTRACTOR'S REPRESENTATIONS
8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the
following representations:
A. CONTRACTOR has examined and carefully studied the Contract Documents and the
other related data identified in the Bidding Documents.
B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the
general, local, and Site conditions that may affect cost, progress, and performance of the
Work.
C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, and performance of the Work.
D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of
subsurface conditions at or contiguous to the Site and all drawings of physical conditions
in or relating to existing surface or subsurface structures at or contiguous to the Site
(except Underground Facilities) which have been identified in the Supplementary
Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and
drawings of a Hazardous Environmental Condition, if any, at the Site which have been
identified in the Supplementary Conditions as provided in paragraph 4.06 of the General
Conditions.
E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having
done so) all additional or supplementary examinations, investigations, explorations, tests,
studies, and data concerning conditions (surface, subsurface, and Underground Facilities)
at or contiguous to the Site which may affect cost, progress, or performance of the Work
or which relate to any aspect of the means, methods, techniques, sequences, and
procedures of construction to be employed by CONTRACTOR, including applying the
specific means, methods, techniques, sequences, and procedures of construction, if any,
00520 - Agreement (Public Works)
00520-5
P\Engineering\Capital Projects%0217-Powerline Road\9id Documents100520 - Agreement (Public Works).doc
expressly required by the Contract Documents to be employed by CONTRACTOR, and
safety precautions and programs incident thereto
F. CONTRACTOR does not consider that any further examinations, investigations,
explorations, tests, studies, or data are necessary for the performance of the Work at the
Contract Price, within the Contract Times, and in accordance with the other terms and
conditions of the Contract Documents.
G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and
others at the Site that relates to the Work as indicated in the Contract Documents.
H. CONTRACTOR has correlated the information known to CONTRACTOR, information and
observations obtained from visits to the Site, reports and drawings identified in the
Contract Documents, and all additional examinations, investigations, explorations, tests,
studies, and data with the Contract Documents.
I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or
discrepancies that CONTRACTOR has discovered in the Contract Documents, and the
written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
J. The Contract Documents are generally sufficient to indicate and convey understanding of
all terms and conditions for performance and furnishing of the Work.
ARTICLE 9 - CONTRACT DOCUMENTS
9.01 Contents
A. The Contract Documents consist of the following:
1. This Agreement (pages 00520-1 to 00520-9);
2, Performance Bond (pages 00610-1 to 00610-5);
3. Payment Bond (pages 00612-1 to 00612-5);
4, General Conditions (pages 00700-1 to 0070045);
5. Supplementary Conditions (pages 0080-1 to 0080-8);
6. Specifications as listed in the table of contents of the Project Manual;
7. Drawings consisting:
A. Proposed Paving and Drainage Improvements,
Project #0217, dated 10/17/07.
8. Appendices to this Agreement
Appendix A — Permits
Appendix B - Best Management Practices
Appendix C - As -Built Record Survey Checklist
Appendix D - Roadway Soil Survey
9. Notice to Proceed (Page 1, inclusive)
00520 - Agreement (Public Works)
00520-6
FAEngineeringlCapital PropctaW217-Power1ine RoedtBid Documente100520 - Agreemwl (Public Works).dx
10. CONTRACTOR'S BID (pages 1 to 8, inclusive)
11. Bid Bond (pages 1 to 4, inclusive), Qualifications Questionnaire (page 1 to 4,
inclusive), List of Subcontractors (page 1 inclusive).
12. Statement of Public Entity Crime.
13, Sworn Statement Under the Florida Trench Safety Act (pages 1 to 2, inclusive)
14. Sworn Statement Under Section 105.08,
Relationships (pages 1 to 2, inclusive)
15. The following which may be delivered or
Agreement and are not attached hereto:
a) Written Amendments;
b) Work Change Directives;
c) Change Order(s).
Indian River County Code, on Disclosure of
issued on or after the Effective Date of the
17. Contractor's Final Certificate of the Work (page 00632 —1 & 2 of the Specifications)
ARTICLE 10 - MISCELLANEOUS
10.01 Terms
A. Terms used in this Agreement will have the meanings indicated in the General Conditions.
10.02 Assignment of Contract
A. No assignment by a party hereto of any rights under or interests in the Contract 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 written consent to an assignment, no assignment will release or discharge
the assignor from any duty or responsibility under the Contract Documents.
10.03 Successors and Assigns
A. 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 to all covenants, agreements, and obligations contained in the
Contract Documents.
10.04 Severability
A. Any provision or part of the Contract Documents held to be void or unenforceable under
any Law or Regulation shall be deemed stricken, and all remaining provisions shall
continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the
Contract Documents shall be reformed to replace such stricken provision or part thereof
00520 - Agreement (Public Works)
00520-7
FAErgineeringlCapital PmjectsW217-Powerfine RoadlBid Documents=520 - Agroement (Public Works).doe
with a valid and enforceable provision that comes as close as possible to expressing the
intention of the stricken provision.
10.05 Venue
A. This Contract shall be governed by the laws of the State of Florida. Venue for any lawsuit
brought by either party against the other party or otherwise arising out of this Contract
shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the
United States District Court for the Southern District of Florida.
10.06 Other Provisions
NOTE TO USER
9. Insert other provisions here if applicable.
[The remainder of this page was left blank intentionally]
00520 - Agreement (Public Works)
00520-8
F:TmoneeriroCapital ProjectsD217-Powerline RoedMid Documents100520 - Agreement (Public Works).doc
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions
of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on
their behalf.
This Agreement will be effective on, 2008 (the date the Contract is
approved by the Indian River County Board ot County Commissioners, which is the Effective Date
of the Agreement).
OWNER:
APPR
SUFF
By:
saph A. Baird; Cpantji Admini
ED AS ''TO FORM I
fITYCY,A1I
William
LEGAL
I; County Attorney
Poi:
Jeffrey K. Barton, Clerk of Court
,&y.
Attest:
Deputy
(SEAL)
Designated Representative:
Name:
Title:
1801 27th Street
Vero Beach, Florida 32960
(772) 226-1986
Facsimile: (772) 778-9391
CONTRACTOR:
J.W. Cheatham, LLC
By:
Attest
5. M . ,I,t, "^^� I, V , p .
(Contractor)
►RPORATE SEAL)
Address for giving notices:
7396 Westport Place
West Palm Beach, FL 33413
License No. CGCO18468
(Where applicable)
Agent for service of process:
Designated Representative:
Name: Seved M. Moussavi
Title: Vice President
Address:
7396 Westport Place
West Palm Beach, FL 33413
Phone: 561-471-4100
Facsimile: 561-471-8348
(If CONTRACTOR is a corporation or a
partnership, attach evidence of authority to sign.)
* * END OF SECTION * *
00520 - Agreement (Public Works)
00520 - 9
F:tEngineeritglCapital Projects10217-Powedine RoedlBld DocunwAs100520 - Agreement (Public Works).doc
SECTION 00550 - Notice to Proceed
[Certified Mail -- Return Receipt Requested]
TO:
JW Cheatham, LLC
(BIDDER)
ADDRESS:
7396 Westport Place
West Palm Beach, Florida 33413
Contract For:
Powerline Road
Dated August 1. 2008
(Insert name of Contract as it appears in the Contract Documents)
Project: Powerline Road from C.R. 510 North to the Sebastian City Limits
OWNER's Bid No. 2008029
You are notified that the Contract Times under the above contract will commence to run on
August 11, 2008. By that date, you are to start performing your obligations under the Contract
Documents. The contract has allocated 195 days for the completion of this project. in
accordance with Article 4 of the Agreement the date of Substantial Completion is February 28
2009 and the date of readiness for final payment is March 15, 2008.
Before you may start any work at the site, paragraph 2.05.0 of the General Conditions provides
that you and Owner must each deliver to the other (with copies to Engineer and other identified
additional insured) certificates of insurance which each is required to purchase and maintain in
accordance with the Contract Documents.
Also, before you may start any Work at the Site, you must:
(add other requirements, if applicable)
Must review limits of clearing with Indian River County Surveyor.
SWPPP shall be approved by the Construction Coordination Manager.
NOI must be filed with DEP.
00550 - Notice to Proceed August 1 2008
00550-1
R%Engineering\Capital ProjectsXD217-Powerline Road%Bid Documents%005§0 - Notice to Proceed August 1 2008.doc Rev. 05109
I
SECTION 00610 "Performance Bond
KNOW ALL MEN BY THESE PRESENTS:
BY THIS BOND, we
J.W. Cheatham, LLC
1938501
THIS DOCUMENT HAS BEEN
RECORDED IN THE PUBIC RECORDS
OF INDIAN RIVER COUNTY FL
BK: 2282 PG:906, Papel of 15
07/29/2008 at 02:54 PM,
JEFFREY K BARTON, CLERK OF COURT
7396 Westport Place
West Palm Beach, FL 33413 561-471-4100 as Principal
(Contractor),
(Insert name, principal business address, and telephone number of Principal/Contractor)
and
SAFECO Insurance Company of America
_ 5792 Widewaters Parkway
Dewitt, NY 13214 315-449-2842 , a corporation,
as Surety,
(Insert name, principal business address, and telephone number of Surety)
are held and firmly bound unto the County of Indian River, Florida, 1800, 27th Street, Vero
Beach, Florida 3290 {�7g2-567-8000
in the sum of ,ln/irp t�j� l and_EightDlla($5
9 vi -17 Nin A0 m48q869w4l),
amounting to 100% of the total bid price. For
Forthe payment of said sum we bind ourselves, our
heirs, executors, administrators and assigns, jointly anq severally, for the faithful performance
of a certain written Contract, dated the 1 S}'' day of , 20 O8,
entered into between the Principal and the County of Indian Riqer, for:
Bond Number: 6554643
Project Name: Powerline Road from C R 510 North to the Sebastian City Limits
County Project Number:0217
Project Address: Powerline Road from C.R. 510 North to the Sebastian City Limits
Project Description: The project consists of the of paving an existing two-lane marl -road with a
southbound left turn at C.R.510 maintained by Indian River County, Florida.
A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully
copied herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the
Principal shall in all respects comply with the terms and conditions of said Contract and its
obligations thereunder, including all of the Contract Documents therein referred to and made a
part thereof, and such alterations as may be made in the Contract Drawings and Specifications
as therein provided for, and shall indemnify and save harmless the County of Indian River
against and from all expenses, damages, injury or conduct, want of care of skill, negligence or
default, including patent infringement on the part of the Principal, his agents or employees, in
the execution or performance of said Contract, including errors in the Drawings furnished by the
Principal, and further, if the Principal shall promptly make payments to all who supply him with
labor and/or materials used directly or indirectly by the Principal in the prosecution of the Work
provided for in said Contract, then this obligation shall be null and void; otherwise, the Principal
and Surety, jointly and severally, agree to pay the County of Indian River any difference
between the sum that the County of Indian River may be obliged to pay for the completion of
said Work, by contract or otherwise, and any damages, whether direct, indirect, or
consequential, including reasonable attorney's fees (including appellate proceedings), which the
00610 - Performenoe Bond
00610 -
1
F:1Enp1neer1VCapita1
Pro1ects=17-Pmerline RoadlBid
Docune11tsWW10 - Perhmwce
eond.doc
00610 - Performenoe Bond
County of Indian o iter Cont actr as a result of the failure of the Principal to properly execute all
of the provisions
AND, the said Principal and Surety hereby further bind themselves, their successors, executors,
administrators and assigns, jointly and severally, that they will amply and fully protect the
County of Indian River against, and will pay any and all amounts, damages, costs and
judgments which may be recovered against or which the County of Indian River may be called
upon to pay to any person or corporation by reason of any damage arising from the
performance. of the said work, repair or maintenance thereof, or the manner of doing the same,
or his agents or his servants, or the infringements of any patent rights by reason of the use of
any material furnished or work done, as aforesaid or otherwise.
AND, the said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the Contract or to the work to be
performed thereunder, or the Specifications or Drawings accompanying the same, shall in any
way affect its obligations on this Bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the Contract or to the Work or to the
Specifications or Drawings.
AND, the said Principal and Surety jointly and severally covenant and agree that this Bond will
remain in full force and effect for a period of one year commencing on the date of Final
Completion as established -on the Certificate of Final Completion as issued by the County of
Indian River,
IN WITNESS WHEREOF, the above bound parties executed this instrument under their several
seals, this 22nd day of July 20 08 , the name and corporate seal of
each corporate party being hereto affixed and these presents duly signed by its undersigned
representative, pursuant to authority of its governing body.
*****w,t*+*�rirr*kir**,e,w*ter++ee++*w*+«re*,rr**int�t++t*ie++t*+**trx****+*r*irt*rruirtt+++,►,r*�+��e,r,tit++ew**,r,►+�ew+r<+r:*,t*tnr+r *+***+
WHEN THE PRINCIPAL IS AN INDIVIDUAL: /✓/k
Signed, sealed and delivered in the presence of:
Witness Signature of Individual
Address
Witness
Printed Name of Individual
Address
*hist**++,r•+i+,t.it+ie,t,t,r**+*ie+*it+ir*vrit++r,tiF+*ir+*ie**ir,ti�,rir*ink,rii►,rt,ttw+*it*,t+�t+t**,t,kxrii>firr.**irintirtemtx�t*�rtiriie+«,t,ra+r*.++*
[The remainder of this page was left blank intentionally]
00640 - Performance Bond
00610-2
FAEngineeMglCapilal ftisclsM7-powerline ROaaUid ommontsW0610 - Perform= Bwd•doc �. ,
WHEN THE PRINCIPAL IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE
NAMES
sealed and delivered in the presence of:
Witness Name of Partnership
BY.
Address
Partner
Printed Name of Partner
Witness
Address
(SEAL)
wwwkw*wwww#wwwwwwwwwwwwwwwwwwwwwwwwwwwww*wwwwwwwwwwwwwwwwwwwww*wkwwkw�tk#wwww**wwwwwwwwwwwwww*kwkwkwwwww�kw**
WHEN THE PRINCIPAL IS A PARTNERSHIP: /f" l&
Signed, sealed and delivered in the presence of:
Witness
Address
Witness
Address
Name of Partnership
I=3YA
Partner
Printed Name of Partner
(SEAL)
[The remainder of this page was left blank intentionally]
00610 - Performance Bond
00610
n IV . • 1I. • - •Ji' •.a
LLQ
I
LLQ
Name of-GeFP wetio I& J.W. Cheatham, LLC ;
BY:r
� T e•.e "o, ••.• { ti,��'i is „
(Affix Corporate si
Printed Name $ Y, CL>o • h� ° �` �� 1 . ��4c� .�
�L ,
Official Title
L14
:,. a� ;
CERTIFICATE A TO CORPORATE PRINCIPAL
,-��� , certify that I am the Secreta of the coc�aor UDJJ-named as
I o jr ,who signed the said bond on:
Principal int within bond; that of said: that I know j
behalf of the Principal was then ;% '('��_
his signature, and his signature thereto is genuine; and that said Bond was duly signedf44 AM01
and attested for and on behalf of Sai iby authority of Its governing body., ��y °#
(S
Corporate SUretySAFECO Insurance Company of America
Business Address 57971 Widewa ers PVkway,
eW t, NY 3214 % E Z4T •-I
Ili P �.:
(Affix Corporate SEAL) R' F''" { <<'`Ixt , '," tIj
Richard W. Heinmiller p, - y`.....rP,, •,�.� l ;
�j
Attorney -In -Fact r i� ti.
it �
Name of Local Agency James P. Reanca
8 East Main'JI 4
Street ar'
Marcellus, NY 13108-
Business Address
[The remainder of this page was left blank intentionally]
00610 - Performance Bond
00610-4
f:1Ena1neerft%CaPftM pro ade10217-Pomrfine R041AS d D00umWdG1DW10 - Performance Bond.doc
STATE OF FLORIDA SEE ATTACHED
COUNTY OF INDIAN RIVER
Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared
to me well known, who being by me first duly sworn upon oath,
says that he is the attorney-in4act for the and that he has been
authorized by to execute the foregoing bond on behalf of the
CONTRACTOR named therein in favor of the County of Indian River, Florida. Subscribed and
sworn to before me this day of
My Commission Expires:
Notary Public, State of Florida
* * END OF SECTION * *
00810-6
F:%Enginaaring%Cap1W PropdaWl7-PawMine Ro#A id OoOMWdSIMI0 - Parronnance Bonddec
00610 -Performance Bond
ACKNOWLEDGMENT OF PRINCIPAL, IF A LIMITED LIABILITY COMPANY
State of Florida
County of 9.0
On this 2 3 Y day of July, 2008, before me personally came and appeared
$�Yc h 1"% k� , to me known, who being by me duly sworn, did depose and say
that he resides in the City of p (3 • G ; that he is they %c C.
of J.W. Cheatham. LLC, the limited liability company described in and which executed the
foregoing instrument; that he knows the seal of said limited liability company; that one of the
seals affixed to said instrument is such seal; that it was so affixed b of the managing
members of said limited liability company, and that he signed4tjs4iamp t eAto by like order.
SURETY ACKNOWLEDGMENT
State of New York
County of Onondaga
On this 22nd day of July, 2008, before me personally appeared Richard W. Heinmiller
to me known, who being by me duly sworn, did depose and say: that he resides in the City of
Tully, NY; that he is the Attorney -In -Fact of the above signed surety, the corporation described in
and which executed the within instrument; that he knows the corporate seal of said corporation;
that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said corporation; and that he signed his name thereto by like order.
Notary Public
JEAN C. MCCARTHY
Notary No, 01 MC6071225 w York
Qualified in Onondaga County
My Commission Expires March 11, 2+60
POWER
OF ATTORNEY
KNOW ALL BY THESE PRESENTS:
No, 13043
Safeco Insurance Company of America
General Insurance Company of America
Safeco Plaza
Seattle, WA 98185
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
"RICHARD W. HEINMILLER; FRANCIS A. LOWTHER; ROBERT B. PARRISH; I MICHAEL REAGAN; Marcellus, New York*****
its true and lawful attomey(s) in -fact, with full authority to execute on its behalf fidelity arid surety bonds or undertakings and other
documents of a similar character Issued in the course of its business, and to bind the respective company thereby,
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this 31st
day of May
2007
STEPHANIE DALEY-WAT5ON SECRETARY ` TIM MIKOLAJEWSKI SENIOR VICE-PRESIDENT SURETY
CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of sirrular character issued by the company in the course of its business... On any instrument making or evidencing
such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(I) The provisions of Article V, Section 13 of the By -Laws, and
(il) A copy of the powerof-attomey appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is In full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Stephanie Daley -Watson , Secretaryof SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the Byd,aws, the Resolution
and the Power of Attorney are still in full force and effect
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 22nd day of July 1 2008
k 1 1 q
SEAL Ze r
SEAL
a� 1953 l 2a t� °,+
p}r lYll31�t�_g'(� STEPHANIE DALEY•WATSON, SECRETARY
and eSafeeo'4696 are registered trademarks of Safeco Corporations
,
S-0974/DS 4/05 = i ` µ Y r ,fZ, ass' f
" WEB PDF
asst,
,1r41
r Y.t ?,fir .teke
T f y+ t
r�rri l t
1.
`
,
1
2007
STEPHANIE DALEY-WAT5ON SECRETARY ` TIM MIKOLAJEWSKI SENIOR VICE-PRESIDENT SURETY
CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of sirrular character issued by the company in the course of its business... On any instrument making or evidencing
such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(I) The provisions of Article V, Section 13 of the By -Laws, and
(il) A copy of the powerof-attomey appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is In full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Stephanie Daley -Watson , Secretaryof SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the Byd,aws, the Resolution
and the Power of Attorney are still in full force and effect
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 22nd day of July 1 2008
k 1 1 q
SEAL Ze r
SEAL
a� 1953 l 2a t� °,+
p}r lYll31�t�_g'(� STEPHANIE DALEY•WATSON, SECRETARY
and eSafeeo'4696 are registered trademarks of Safeco Corporations
,
S-0974/DS 4/05 = i ` µ Y r ,fZ, ass' f
" WEB PDF
asst,
,1r41
r Y.t ?,fir .teke
T f y+ t
r�rri l t
1.
Cashaad Bank Deposits400.4.....»»»........._...»....» S
SAFECO INSURANCE COMPANY OF AMERICA
FINANCIAL STATEMENT —DECEMBER 31, 2007
Llstbllides
53 1$3,126 Lkeamed Premiums.„»..».........» ....................».. S 728,534,042
*Bonds — U.SCiovecmneffi...........00440044.. « ..»......».»....16,728,067
*Other Bonds. .....»..................................» ......0044.. 2,478,711,187
*Stocks......................................sell...«..»..«.........».. 499,235,954
RealEstate.......................»......«.»...................».....». 0
Agents' Balances or Uncollected Praiums .................625,553,621
Accrued Interest and Rents.....».._....._« .............. 33,936,490
Other Admitted Assets »........»... ««....M .................. 359 599.5?2
Reserve for Claims and ClaimsKVense. 0044..«.1,560,913 50
Funds Held Under Ransumme 'Ii eaties.......« 4444.. 430"
Reserve for Dividends to Polieyholdors..... «.................. 2,421,,611
Additiastal Stat+rtay Reserve .....................».........
Reserve for Commissions, Taxes and lot
Ofherrld'aM2ities.......»....0046.......»..............«4444 �y22893p6336881
S3Total .r«rrrwrr_r_w.«r«r«r«rrr«r«_ 1437j m3
Speeial 5urptus Finds....»... S 226,334
Capital Stoek.4«YN«»..q.»...uo.0.. 501
Paid is Surplus..«.......«.................273,402,873
Unwdped Surplus....«.........».. 558381A87
Serpins taPdlc7holdersw4444_..«r......r., ,�10�94
Total LiabHties and Surplus«r«_«r«_«_4444.«_ 5417
- . . . 1
. . • 1
0=7701 r ViTiMajostgaff
1- u` S)PAJ 1 { { nl! . `Z 'Ir ITT III I r&I
1 :1 . 41 4 1 11 l 1. 1 1 I{ • 1 1 a ,/ 1 4 I,' . / 1 1 .1 1`
IN •r Rheramtoset1.
y hand and affixed the seal of said Corporshion at Scattit, wwfiizglDn� "s 1 stday .
2008,Mnrck
Senior v
S•126223+08 SAIII vademarkorSAFEco oftora8on
V
SECTION 00612 - Payment Bond
KNOW ALL MEN BY THESE PRESENTS:
BY THIS BOND, we
J.W.
Cheatham,
LLC
7396
Westport
Place
West Palm Beach, FL 33413 561-471-4100 as Principal
(Contractor),
(Insert name, principal business address, and telephone number of Princlpal/Contractor)
and
SAFECO Insurance Company of America
5792 Widewaters Parkway
Dewitt, NY 13214 315-449-2842 , a corporation,
as Surety,
(Insert name, principal business address, and telephone number of Surety)
are held and firmly bound unto the County of Indian River, Florida, 1800, 27th Street, Vero
Beach, Florida3 96% 7 2-5d67F 8000)
in the sum of Sixty Ninetan' t4 �t�a
l��nd,_Eight_ Dollars ($ 648,869.41),
amounting to 100% of the .total bid price. For the payment of said sum we bind ourselves, our
heirs, executors, administrators and assigql jointly and everally, for the faithful performance
of a certain written Contract, dated the day of, 20AL,
entered into between the Principal and the County of Indian Riv r, for:
Bond Number: 6554643
Project Name: Powerline Road from C.R. 510 North to the Sebastian City
County Project Number:
Project Address:
0217
Powerline Road from C.R. 510 North to the Sebastian City
Limits
Project Description: The project will consist of the Paving and Drainage
Improvements in Indian River County
A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully
copied herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the
Principal shall promptly make payments to all claimants, as herein below defined, then this
obligation shall be void; otherwise, this Bond shall remain in full force and effect, subject to the
following terms and conditions:
1. A claimant, as defined in Florida Statutes Section 255.05(1), supplying Principal with
labor, materials, or supplies, used directly or indirectly by Principal in the prosecution
of the Work provided for in the Contract.
2. Florida Statutes Section 255.05 (2002), as amended from time to time, together with
all notice and time provisions contained therein, is incorporated herein in its entirety
by this reference.
00612 -1
F*TJVneerirWa01W PraiectW217-Powariine Ro"Bid Oocumente%00612 -Payment Bond.doo Rev. OW
00612 - Payment Bond
The Surety, for value received, hereby stipulates and agrees that no charge, extension of time,
alteration of or addition to the terms of the Contract or to the work to be performed thereunder
or to the Specifications applicable thereto, shall in any way affect its obligations on this Bond,
and the Surety hereby waives notice of any such change, extension of time, alterations of or
addition to the terms of the Contract, or to the work or to the Specifications.
The Surety represents and warrants to the County of Indian River that it has a Best's Key
Rating Guide, General Policyholder's rating of "A" and Financial Size Category of Class "X".
The Principal and Surety jointly and severally covenant and agree that this Bond will remain in
full force and effect for a period of one year commencing on the date of Final Completion as
established on the Certificate of Final Completion as issued by the County of Indian River.
The Principal and Surety jointly and severally, agree to pay the County of Indian River all
losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that
the County of Indian River sustains because of a default by the Principal under the Contract.
[The remainder of this page was left blank intentionally]
t
00612 - Payment Bond
00612 - 2
F1&npin"dng%CapOal Projectt10217-Powed1ne Roadh9id Oacumenta100612 - PvpwrA Bond.doc Rev. 0601
niment. under their
IN WITNESS WHEREOF, the above bound parties exe 20 08 , the nseveral
name and corporate S681 Of
s 22_ nd day of July undersigned
being hereto affixed and these presents duly signed by its
seals, thi
each corporate party 9
representative, pursuant to authority of its governing body.
Witness
Address
Witness
Address
Signature of Individual
Printed Name of Individual
NAME: Yl fjr
Signed, sealed and delivered in the presence of:
Witness
Address
Witness
Address
Name of Partnership
BY:
Partner
Printed Name of Partner
[The remainder of this page was left blank intentionally]
00612-3
f:XEn&eerh*Cepitel prowe
JamW217-porAnme
a Roed\Bld Docunie100612 - payment Bond.doc Rev. 05101
(SEAL)
00612 - Payment Bond
N/A
Signed, seated and delivered in the presence of
Witness Name of Partnership
BY:
Address
Partner
Printed Name of Partner
Witness
Address
(SEAL)
Name ofJ;QFPGFatiep- J.W. Cheatham, LLC
y� �{
Printed Name
(Affix
1"A p r « y
Official Title 10 I/ , T,fl a w
L L c. ``'�sa"'acaae�iie�ls
CERTIFICATE AS TO CORPORATE PRINCIPAL �k
I Cr (J to , certify that I am he Secr�of the named
as Principal int the within bond; that ,who signed tie did
bond on behalf of the Principal was then I f' of said cocperafian -
that I know his signature, and his signature thereto is genuine; and that said Bond was duly
signed, seated and attested for and on behalf of Said corporation by authority of Its governig);
body.'
le
[The remainder of this page was left blank intentionally]
00612 - Payment Bond
00612 - 4
F-1Fngineedng%Cepital Projeota1D217-Powedine RoaddM Davumenta10W12 - Payment Bond doe Rev. 05/01
.w
TO BE EXE UTED BY CORPORATE SURETY:
M-
01 .Witness
STATE OF FLORIDA
COUNTY OF INDIAN RIVER
Corporate Surety SAFECO Insurance Company
Business Address 5792 Widewaters
DeWitt, NY 1321
BY:
n
(Affix Corporate
Richard We Heinmiller
Attorney-ln-Fact
of America
Name of Local Agency James P. ReaganAgepc3
8 East Main Street.';',
Marcellus, NY 13108`"
Business Address
SEE ATTACHED
Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared
to me well known, who being by me first duly sworn
' upon oath, says that he is the attorney-in-fact for the and
that he has been authorized by to execute the
foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian
River, Florida. Subscribed and sworn to before me this day of ,
20
My Commission Expires.
Notary Public, State of Florida
* * END OF SECTION * *
00612 - Payment Bond
00612-5
F:1Erg1negdna%Cepite1 Projects= 743' w ina Road&d Doowmnta1o0612 %Payment Swtd.doc Rev. 05101
ACKNOWLEDGMENT OF PRINCIPAL, IF A LIMITED LIABILITY COMPANY
State of Florida
County of P. a
On this 2 3 ✓ day of July' 2008. before me personally came and appeared
e.d tome known, who being by me duly sworn, did depose and say
that he resides in the City of Q- 13 - r; ; that he is the v C L q., P' � 5.., z %9 4
of J.W. Cheatham, LLC, the limited liability company described in and which executed the
foregoing instrument; that he knows the seal of said limited liability company; that one of the
seals affixed to said instrument is such seal; that it was so afqxzd43y,,order of the managing
members of said limited liability company, and that he siodFaKlisa thereto by like order.
Notary Public - State of Florida
W Cor W"W Fires Oct 20, 2008
Commisslon # DD 357642
Bonded gy Notional Notary Assn.
SURETY ACKNOWLEDGMENT
State of New York
County of Onondaga
On this 22nd day of July. 2008, before me personally appeared Richard W. Heinmiller
to me known, who being by me duly sworn, did depose and say: that he resides in the City of
Tully, NY; that he is the Attorney -In -Fact of the above signed surety, the corporation described in
and which executed the within instrument; that he knows the corporate seal of said corporation;
that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said corporation; and that he signed his name thereto by like order.
Qom,
Notary Public
JEAN C. MCCARTHY
Notary Public, State of New York
No, 01 MC6071225
Qualified in Onondaga County
My Commission Expires March 11, 201 u
KNOW ALL BY THESE PRESENTS:
POWER
OF ATTORNEY
No. 13043
Safeco Insurance Company of America
General Insurance Company of America
Safeco Plaza
Seattle, WA 98185
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
******RICHARD W. HEINMILLER; FRANCIS A. LOWTHER, ROBERT B. PARRISH; J. MICHAEL REAGAN; Marcellus, New York*****
its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and.surefy bonds or undertakings and other
documents of a similar character issued In the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this 31st
i
day of May
2007
STEPHANIE DALEY-WATSON SECRETARY ` TIM MIKOLAJEWSKI SENIOR VICE43RESIDENT SURETY
CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
'Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Mice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint Individuals as
attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing
such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V. Section 13 of the By -Laws, and
A copy of the power-of-attomey appointment, executed pursuant thereto, and
(il) Certifying that said power-of-attorney appointment is In full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Stephanie Daley -Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attorney Issued pursuant thereto, are true and coneri, and that both the By -Laws, the Resolution
and the Power of Attorney are still in full force and effect
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
SEAL
41h !!;000
S-0974/DS 4/05
this 22nd day of July 1 2008
00M V)16 lzl�
STEPHANIE DALEY-WATSON,SECRETARY
IDW are registered trademarks of Safeco Corporation.
WEB PDF
Cashand Bank Deposits......1011 dead ......1....»...goes ...... S
. y.
,ry • s � *gf)r•I j`I• • a ul
FINANCIAL STATENMNT—DECENNER 31, 2007
Uslbilitie s
53,A83,126 LAwarned Pti+emittms.w YN...NY.......»...........to" .. S 728,534Q02
*Bonds —U.St3overmnent................... »...........»_Y..16.7?.8,067
*Other Bonds..........Y..............................age ...... toad .. 2.478,711.287
Stocks...»...............N....N..............Y..».......NY..».. 499,235y54
Real Estate.......1» Y N.... #4 It too da YN.M YM MYO Itl.Y..NN.NM Y. O
Agents' Balances or Uncollected Premiums......».........625,553,621
Accrued Interest and Rents...........»1111.».......goo ..». 33,936,490
Other Admitted AssetsN.............. _.................Y.... 3SJ99.372
1' nl. .
Reserve for Claims and Claims Expense
Funds Held Under Reinsurance Tresties.,.....»1111.. 430979
Reserve for Dividends to Policyholders...... .................. 204219611
Additional Statutory Reserve.Y».......goo, added »...,....a
ageReserve for Carnmisdons, Taxes and
Odor liabilities ......NY.1111».......................... 936336 881
Total �rMrMrNIrYrMr.wrwrMYM.rM_NMM._Y� 539228,6379423
Special Surplus Fm4s....»444 S 226,334
Paid m Snrillus..Y.Y»..».......Y........2759002An
Unassigned Smplus..Y......»..YY 558381487
SwPins tOPdtcFladders.wrwrr�rrrrrww
TotalLimb2d a and SwPlaswwwrYw.NwY_wrwr S4l16724$.t�
11 • .
=14=n
1 11'48 1.
..
1 WrrMM WHEMOF, I have heranft set my hand and affixedthe a.. 006011 .. 1 1 v 1 i1
Me11{ -
Senior V
8•1 262a 3108 •A reglstereo oatlamark of SAFECO Corpordon
Certificate
(Limited Liability Company)
The undersigned hereby certifies that the following are true and correct statements:
1. That he/she is the assistant Secretary of J.W. Cheatham, LLC, a Limited Liability
Company organized and existing in good standing under the laws of the State of
Florida hereinafter referred to as the "LLC" and that the following Resolutions are
true and correct copies of certain Resolutions adopted by the Board of Directors
of the LLC as the 22nd day of July, 2008, in accordance with the laws of the State
of the state of incorporation of the LLC, the Articles of Incorporation and the By-
laws of the LLC.
RESOLVED, that the LLC shall enter into that certain Agreement between Indian River
County, a political subdivision of the State of Florida and the LLC, a copy of which is
attached hereto, and be it.
FURTHER RESOLVED, that Sexed M. Moussavi, the Vice President of the LLC, is
hereby authorized and instructed to execute such Agreement and such other instruments
as may be necessary and appropriate for the LLC to fulfill its obligations under the
Agreement.
2. That the foregoing resolutions have not been modified, amended, rescinded,
revoked or otherwise changed and remains in full force and effect as of the date
hereof.
3. That the LLC is in good standing under the laws of the State of Florida or its state
of Incorporation and has qualified, if legally required, to do business in the State
of Florida and has the full power and authority to enter into such Agreement.
IN WITNESS WHEREOF, the undersigned has set his hand and affixed the Corporate
Seal of the LLC the 22°d, day of July, 2008.
(Corporate Seal)
(Signature)
Sherry Y. Brown, Assistant Secretary
(Print Signatory's name & title)
SWORN TO AND SUBSCRIBED before me this . Y6 day of
s� 2008, by the assistant Secretary of the aforesaid LLC, who is personally known
to me OR who produced as identification and who did
%3b'N- take an oath. �--�
MIKE DAMRON
Notary Public • State of Florida
My Commission Expires Mar 12, 2011
Commission 6 DD 631902
lot Bonded Tlao* National Notm Ann.
(Print Notary's Name) NOTARY PUBLIC
State of Florida at Large
My commission Expires:
ACORDCERTIFICATE OF LIABILITY INSURANCE
7/23i2o a
PRODUCER (561) 746-4546 FAX: (561) 746-9599
Te este A
4u Agency, yr Inc,.
218 S. US Highway One
Suite 300
Teguesta FL 33469
THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION
NLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
J.W. Cheatham, LLC
7396 Westport Place
West Palm Beach FL 33413
INSURERANational Fire Insurance
20893C
INSURERB:National Fire Insurance
20893C
INSURERaValley Fore Insurance
20508C
INSURER D: Trans ortation Ins, Col
120894C
INSURER E:
TED
PREMISETORE E=rrrrence
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING AN
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.
AG, �anRrErz �IE-LIWI5 19HOWN MAY HAVE M REDUCED BY PAID CLAIMS.
INSR
JJJL
ADD'LEFFECTIVE
INSRn
TYPE OF INSURANCE
POLICY NUMBER
DATE MWDDDATE
PEXPIRATION
MMWD
LIMITS
A
X
GENERAL LIABILITY
R COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ® OCCUR
02083039906
3/1/2008
3/1/2009
EACH OCCURRENCE
$ 1 r 000 r 000
TED
PREMISETORE E=rrrrence
$ 50 r 000
MED EXP (Any oneperson)
$ 5 r 000
PERSONAL 8 ADV INJURY
$ 1 r 000 r 000
GENERAL AGGREGATE
$ 24001000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICYX E CF�j LOC
PRODUCTS - COMP/OP A
$ 2 r 000 r 000
B
AUTOMOBILE
LIABILITY
ANYAUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
02055533016
3/1/2008
3/1/2009
COMBINED SINGLE LIMIT
(Ea accident)
$ 1 r 000 r 000
X
BODILY INJURY
(Per person)
$
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
ANYAUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
$
$
D
EXCESS/UMBRELLA LIABILITY
x OCCUR 7 CLAIMS MADE
DEDUCTIBLE
RETENTION $10,000
02067525954
3/1/2008
3/1/2009
EACH OCCURRENCE
$ 10 , 000 , 000
AGGREGATE
$ 10 r 000 r 000
$
C
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICERIMEMBEREXCLUDED?
IT yes, describe under
SPECIAL PROVISIONS below
wc2055533047
3/1/2008
3/1/2009
R
WC STATU-
LIMITS
OTH-
ER
E.L. EACH ACCIDENT
$ 500,000
E.L. DISEASE - EA EMPLOYEE
$ 500,000
E.L. DISEASE - POLICY LIMIT
$ 500 r 000
OTHER
DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
The Certificate Holder is an additional insured per form G140331A atttached to the General Liability Policy. Form
G140331A is attached for reference. Job Desc: Ponerline Road from CR510 North to the Sebastian City Limits. County
Project # 0217
CERTIFICATE HOLDER
CANCELLATION
ACORD 25 (2001/08)
IuenO)a ,^, ^o� ^o_
a ACORD CORPORATION 1988
0*ro 1 e47
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
INDIAN RIVER COUNTY
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
1800 27TH STREET
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT
VERO BEACH, FL 32960
FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE
INSURER ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
Mark Kasten/DEBBIE a--
ACORD 25 (2001/08)
IuenO)a ,^, ^o� ^o_
a ACORD CORPORATION 1988
0*ro 1 e47
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this
certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an
endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such
endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing
insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively
amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001/08)
Page 2 of 2
INS025(oioa�.oaa
1. The following is added to the Duties In The
Event of Occurrence, Offense, Claim or Suit
Condition:
e. An additional insured under this
endorsement will as soon as practicable:
(1) Give written notice of an occurrence or
an offense to us which may result in a
claim or "suit" under this insurance;
(2) Tender the defense and indemnity of
any claim or "suit" to any other insurer
which also has insurance for a loss we
cover under this Coverage Part; and
(3) Agree to make available any other
insurance which the additional insured
has for a loss we cover under this
Coverage Part.
G -140331-A
(Ed. 01/01)
f. We have no duty to defend or indemnify an
additional insured under this endorsement
until we receive written notice of a claim or
"suit" from the additional insured.
2. Paragraph 4.b. of the Other Insurance Condition
is deleted and replaced with the following:
4. Other Insurance
b. Excess Insurance
This insurance is excess over any other
insurance naming the additional insured
as an insured whether primary, excess,
contingent or on any other basis unless
a written contract or written agreement
specifically requires that this insurance
be either primary or primary and
noncontributing.
G -140331-A Page 2 of 2
(Ed. 01/01)
PDF created with FinePrint pdfFactory trial version httl)://www.pdffactory.com
SECTION 00622 - Contractor's Application for Payment.doc
Application for Payment No.
For Work Accomplished through the period of through
To: Indian River County (OWNER)
From: (CONTRACTOR)
Contract: 2008029
Project: Powerline Road from C.R. 510 North to the Sebastian City Limits
OWNER's Contract No.xxxx=
ENGINEER Indian River County
ENGINEER's Contract No.N/A
1. Original Contract Price:
2. Net change by Change Orders and Written Amendments (+ or
3. Current Contract Price (1 plus 2):
4, Total Work to date:
4.a Percentage of Work completed to date: %
4.b Total Work completed to date: $
4.c Total equipment and material stored to date:
$ (1)
4.d Total Work completed and stored to date: (4.b plus 4.c)
5. Retainage (per Agreement):
5.a 10% of completed Work (0.10 x 4.b):
$
5.b 20% of stored equipment and material (0.20 x 4.4
5.c Total Retainage (5.a plus 5.b):
6, Total Work completed and stored to date less retainage
(4.d minus 5.c):
7, Previous Payments:
8. AMOUNT DUE THIS APPLICATION (6 MINUS 7):
(1) Attach detailed schedule and copies of all paid invoices.
1. Original Contract Price:
2. Net change by Change Orders and Written Amendments (+ or
3. Current Contract Price (1 plus 2):
4. Total completed and stored to date:
5. Retainage (per Agreement):
of completed Work:
of stored material:
Total Retainage:
6. Total completed and stored to date less retainage (4 minus 5);
7. Less previous Application.for Payments:
Be DUE THIS APPLICATION (6 MINUS 7):
0
00622 - Contractor's Application for Payment
00622-1
FAEngineeringTapital Projects\0217-Powerline Road\Bid Documents\00622 - Contractor's Application for Payment.doc Rev. 05101
CONTRACTOR'S CERTIFICATION:
UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) all
previous progress payments received from OWNER on account of Work done under the
Contract referred to above have been applied on account to discharge CONTRACTOR's
legitimate obligations incurred in connection with Work covered by prior Applications for
Payment numbered 1 through inclusive; (2) title of all Work, 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, security interests and
encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying
OWNER against any such Lien, security interest or encumbrance); (3) all Work covered by this
Application for Payment is in accordance with the Contract Documents and not defective and
(4) If this Periodic Estimate is for a Final payment to project or improvement, I further certify
that all persons doing work upon or furnishing materials or supplies for this project or
improvement under this foregoing contract have been paid in full, and that all taxes imposed by
No. 212 Florida Statutes, (Sales and Use Tax Act, as Amended) have been paid and
discharged, and that I have no claims against the OWNER.
Dated
By:
State of
County of
Subscribed and sworn to before me this
day of
Notary Public
My Commission expires:
(CONTRACTOR)
CERTIFICATION OF ARCHITECT OR CONSULTING ENGINEER (WHERE APPLICABLE):
I certify that I have checked and verify the above and foregoing Periodic Estimate for Partial
Payment; that to the best of my knowledge and belief it is a true and correct statement of the
work performed and/or material supplied by the Contractor.
Dated
(ARCHITECT / ENGINEER) SIGNATURE
CERTIFICATION OF ENGINEER / INSPECTOR:
I have checked the estimate against the Contractor's Schedule of Amounts for Contract
Payments and the notes and reports of my inspections of the project. It is my opinion that this
statement of work performed and/or materials supplied is accurate, that the Contractor is
observing the requirements of the Contract, and that the Contractor should be paid the amount
requested above.
Dated
(ENGINEER/INSPECTOR) SIGNATURE
Accompanying Documentation:
[The Remainder of Page Intentional Left Blankl
00622 - Contractor's Application for Payment
00622-2
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00622 - Contractors Application for Payment.doc Rev. 05/01
0
U
H
Z
0
U
J
00
t6U
E
�
N
c•5%
Ii
U
d
00
CD
d
Q �
E
00
V N
CO
G
Q
low
z
_
0
� N
Q
J
H
0
H
d
C
_d
o
` �
� O
av
O
Q
� d
Q.
e=a
E
��y
V O
U
d N r.+
O C
7
y M O
Q
y O
d
E
W CY
W
d
a
D
R E 6e-NC`7
c000
Ncli4
L6(Of�:c6CA6
N
m CD z
r
r
r
r
r
r
r
r
r
r
N
N
N
z
0
LU
W
0
0
W
r+
C
al
E
T
N
CL
`o
w
c
0
U
CL
CLQ
N
O
U
l�6
w.
C
O
U
N
N
co
O
O
SECTION 00630 - Certificate of Substantial Completion
Date of Issuance: 20
OWNER: Indian River County
CONTRACTOR,
Contract:
Project: Powerline Road from C.R. 510 North to the Sebastian City Limits
OWNER's Contract No,
ENGINEER's Project No, 0217
CONTACT FOR: Powerline Road from G.R. 510 North to the Sebastian City Limits
This Certificate of Substantial Completion applies to all Work under the Contract Documents or
to the following specified parts thereof:
To:
And T
OWNER
CONTRACTOR
The Work to which this Certificate applies has been inspected by authorized representatives of
OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be
substantially complete in accordance with the Contract Documents on
DATE OF SUBSTANTIAL COMPLETION
A tentative list of items to be completed or corrected is attached hereto. This list may not be all-
inclusive, and the failure to include an item in it does not alter the responsibility of
CONTRACTOR to complete all the Work in accordance with the Contract Documents. The
items in the tentative list shall be completed or corrected by CONTRACTOR within days
of the above date of Substantial Completion.
00630 - Certificate of Substantial Completion
00630-1
FAEngineering\Capital Projects\0217-Powerline RoadlBid DocumentsW0630 - Certificate of Substantial Completion .doc
The responsibilities between OWNER and CONTRACTOR for security, operation, safety,
maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows:
OWNER:
CONTRACTOR:
The following documents are attached to and made a part of this Certificate:
[For items to be attached see definition of Substantial Completion as supplemented and other specifically
noted conditions precedent to achieving Substantial Completion as required by Contract Documents.]
This certificate does not constitute an acceptance of Work not in accordance with the Contract
Documents nor is it a release of CONTRACTOR's obligation to complete the Work in
accordance with the Contract Documents.
Executed by ENGINEER on:
ENGINEER:
By:
(Authorized Signature)
(Date).
CONTRACTOR accepts this Certificate of Substantial Completion on (date).
CONTRACTOR:
By:
(Authorized Signature)
OWNER accepts this Certificate of Substantial Completion on (date).
OWNER: INDIAN RIVER COUNTY
By:
(Authorized Signature)
* * END OF SECTION * *
00630 - Certificate of Substantial Completion
00630-2
FAEnginsering\Capital Projects\0217-Powerline Road\Bid Documentst00630 - Certificate of Substantial Completion .doc
SECTION 00632 - CONTRACTOR'S FINAL CERTIFICATION
OF THE WORK
(TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT)
STATE OF _
COUNTY OF
Personally before me the undersigned officer, authorized by the laws of said state to
administer oaths, comes , who on oath
says: That he is the CONTRACTOR with whom Indian River County, Florida, a political
subdivision of said state, did on the day of ,20 , enter
into a contract for the performance of certain work, more particularly described as follows:
UNDER PENALTY OF PERJURY, affiant further says that said construction has
been completed and the Contract therefore fully performed and final payment is now due
and that all liens of all firms and individuals contracting directly with or directly employed by
such CONTRACTOR have been paid in full EXCEPT:
Name Description/Amount
who have not been paid and who are due the amount set forth.
Affiant further says that:
1. CONTRACTOR has reviewed the Contract Documents,
2. CONTRACTOR has reviewed the Work for compliance with the Contract
Documents.
3. CONTRACTOR has completed the Work in accordance with the Contract
Documents.
4. All equipment and systems have been tested in the presence of the ENGINEER or
his representative and are fully operational with no defects or deficiencies except as
listed below.
5. The Work is complete and ready for final acceptance by the OWNER.
6. CONTRACTOR hereby certifies that it has no claims against the OWNER.
00632=1
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00632 - Contractor's Final Certification.doc
Subscribed and sworn to before me this
Notary Public State of Florida at Large
My Commission expires:
(Corporate Seal)
(Contractor)
By:
day of 120
+ + END OF SECTION + +
00632-2
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00632 - Contractor's Final Certification.doc
STANDARD
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
Prepared by
ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE
and
Issued and Published Jointly By
PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE
a practice division of the
NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS
AMERICAN CONSULTING ENGINEERS COUNCIL
AMERICAN SOCIETY OF CIVIL ENGINEERS
This document has been approved and endorsed by
The Associated General Contractors of America
Construction Specifications Institute
Copyright 01996
National Society of Professional Engineers
1420 King Street, Alexandria, VA 22314
American Consulting Engineers Council
1015 15th Street N.W., Washington, DC 20005
American Society of Civil Engineers
345 East 47th Street, New York, NY 10017
TABLE OF CONTENTS
Title
UM
ARTICLE 1 - DEFINITIONS AND TERMINOLOGY.....................................................................................................5
1.01 Defined Terms...................................................................................................................................5
1.02 Terminology.......................................................................................................................................7
ARTICLE 2 - PRELIMINARY MATTERS......................................................................................................................8
2.01 Delivery of Bonds..............................................................................................................................8
2.02 Copies of Documents........................................................................................................................8
2.03 Commencement of Contract Times, Notice to Proceed...................................................................8
2.04 Starting the Work.. I .......................... * ..... I ........................................................................................... 8
2.05 Before Starting Construction.............................................................................................................8
2.06 Preconstruction Conference.............................................................................................................9
2.07 Initial Acceptance of Schedules........................................................................................................9
ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE................................................................9
3.01 Intent...,.., .......... 0 ........ * .... ..I ..... ..... 0 .................... V ..... 0 .............................. I'll 9
3.02 Reference Standards........................................................................................................................10
3.03 Reporting and Resolving Discrepancies.. ....... I ....... I .............. 00 ................................. 0 ........ M .............. 10
3.04 Amending and Supplementing Contract Documents................................:......................................10
3.05 Reuse of Documents.........................................................................................................................10
ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE
POINTS.....................................................................................................................................................11
4.01 Availability of Lands...........................................................................................................................11
4.02 Subsurface and Physical Conditions...............................:................................................................11
4.03 Differing Subsurface or Physical Conditions.....................................................................................11
4.04 Underground Facilities......................................................................................................................12
4.05 Reference Points...............................................................................................................................13
4.06 Hazardous Environmental Condition at Site.....................................................................................13
ARTICLE 5 - BONDS AND INSURANCE.....................................................................................................................14
5.01 Performance, Payment, and Other Bonds........................................................................................14
5.02 Licensed Sureties and Insurers........................................................................................................15
5.03 Certificates of Insurance...................................................................................................................15
5.04 CONTRACTOR's Liability Insurance.., ............ M ..................................... 1.11 .......... 0 ..... M., .................... 15
5.05 OWNER's Liability Insurance.., .... I .................................................................................................... 16
5.06 Property Insurance............................................................................................................................16
5.07 Waiver of Rights................................................................................................................................17
5.08 Receipt and Application of Insurance Proceeds...............................................................................18
5.09 Acceptance of Bonds and Insurance, Option to Replace.................................................................18
5.10 Partial Utilization, Acknowledgment of Property Insurer...................................................................18
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES.................................................................................................18
6.01 Supervision and Superintendence....................................................................................................18
6.02 Labor, Working Hours.......................................................................................................................18
6.03 Services, Materials, and Equipment.................................................................................................19
6.04 Progress Schedule............................................................................................................................19
6.05 Substitutes and "Or-Equals'..............................................................................................................19
6.07 Patent Fees and Royalties................................................................................................................21
00700 - General Conditions
00700-2
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documerns\00700 - General Conditions.doc
6.08 Permits.. , ... I ..... Im..' .... I ............ I ................................................................................. m .......................... 22
6.09 Laws and Regulations.......................................................................................................................22
6.10 Taxes.................................................................................................................................................22
6.11 Use of Site and Other Areas.............................................................................................................22
6.13 Safety and Protection........................................................................................................................23
6.14 Safety Representative.......................................................................................................................23
6.15 Hazard Communication Programs.... ................ M, ................................................................ *o ............ 24
6.16 Emergencies......................................................................................................................................24
6.17 Shop Drawings and Samples............................................................................................................24
6.18 Continuing the Work., ..... I ...... I .... 1"... ...... I., .... 11 .......... I ....................................................................... 25
6.19 CONTRACTOR's General Warranty and Guarantee.......................................................................25
6.20 Indemnification..................................................................................................................................25
ARTICLE7
- OTHER WORK........................................................................................................................................26
7.01 Related Work
at
Site.........................................................................................................................26
7.02 Coordination......................................................................................................................................27
ARTICLE 8 - OWNER'S RESPONSIBILITIES.............................................................................................................27
8.01 Communications to Contractor.........................................................................................................27
8.02 Replacement of ENGINEER.............................................................................................................27
8.03 Furnish Data......................................................................................................................................27
8.04 Pay Promptly When Due..., I ........ ... I.. I.. I... I ....... I ........... P ................................................ * .................... 27
8.05 Lands and Easements; Reports and Tests......................................................................................27
8.06 Insurance...........................................................................................................................................27
8.07 Change Orders..................................................................................................................................27
8.08 Inspections, Tests, and Approvals....................................................................................................27
8.09 Limitations on OWNER's Responsibilities........................................................................................27
8.10 Undisclosed Hazardous Environmental Condition...........................................................................28
8.11 Evidence of Financial Arrangements................................................................................................28
ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION.............................................................................28
9.01 OWNER'S Representative................................................................................................................28
9.02 Visits to Site.......................................................................................................................................28
9.03 Project Representative......................................................................................................................28
9.04 Clarifications and Interpretations. , ............................................. e ....................................................... 28
9.05 Authorized Variations in Work...........................................................................................................28
9.06 Rejecting Defective Work..................................................................................................................29
9.07 Shop Drawings, Change Orders and Payments..............................................................................29
9.09 Decisions on Requirements of Contract Documents and Acceptability of Work .............................29
9.10 Limitations on ENGINEER's Authority and Responsibilities.............................................................29
ARTICLE 10 - CHANGES IN THE WORK; CLAIMS....................................................................................................30
10.01 Authorized Changes in the Work....................................................................................................30
10.02 Unauthorized Changes in the Work.,. .... M....' ... 0 ...... I ....... 0 ............. o ................................. 0 ................ 30
10.03 Execution of Change Orders...........................................................................................................30
10.04 Notification to Surety .......................................................................................................................30
10.05 Claims and Disputes.......................................................................................................................31
ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK...............................................31
11.01 Cost of the Work..............................................................................................................................31
11.02 Cash Allowances.............................................................................................................................33
11.03 Unit Price Work...............................................................................................................................33
ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES..............................................34
00700 - General Conditions
00700-3
FAEngineering\Capital Projects\0217-Powerke Road\Bid Documents\00700 - General Conditions.doc
12. 01 Change of Contract Price................................................................................................................34
12.02 Change of Contract Times..............................................................................................................35
12.03 Delays Beyond CONTRACTOR's Control.. .. I.. I I ... I ........................................................................ 35
12.04 Delays Within CONTRACTOR's Control........................................................................................35
12.06 Delay Damages...............................................................................................................................35
ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVEWORK..................................................................................................................................35
13.01 Notice of Defects.............................................................................................................................35
13.02 Access to Work...............................................-...............................................................................35
13.03 Tests and Inspections.....................................................................................................................35
13.04 Uncovering Work,.," .............................. I .............. m ....................... * .......................... M ....................... 36
13.05 OWNER May Stop the Work..........................................................................................................36
13.06 Correction or Removal of Defective Work......................................................................................37
13.07 Correction Period............................................................................................................................37
13.08 Acceptance of Defective Work........................................................................................................37
13.09 OWNER May Correct Defective Work.... ........................................................................................ 37
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION.......................................................................38
14.01 Schedule of Values.........................................................................................................................38
14.02 Progress Payments.........................................................................................................................38
14.03 CONTRACTOR's Warranty of Title................................................................................................40
14.04 Substantial Completion...................................................................................................................41
14.05 Partial Utilization..............................................................................................................................41
14.06 Final Inspection...............................................................................................................................42
14.07 Final Payment.................................................................................................................................42
14.09 Waiver of Claims.............................................................................................................................43
ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION.................................................................................43
15.01 OWNER May Suspend Work.........................................................................................................43
15.02 OWNER May Terminate for Cause................................................................................................43
15.03 OWNER May Terminate For Convenience....................................................................................43
15.04 CONTRACTOR May Stop Work or Terminate...............................................................................44
ARTICLE
16 - DISPUTE RESOLUTION......................................................................................................................44
16.01
Methods
and Procedures................................................................................................................44
ARTICLE17 - MISCELLANEOUS................................................................................................................................44
17.01 Giving Notice...................................................................................................................................44
17.02 Computation of Times.....................................................................................................................44
17.03 Cumulative Remedies.....................................................................................................................44
17.04 Survival of Obligations.....................................................................................................................45
17.05 Controlling Law................................................................................................................................45
00700 - General Conditions
00700-4
FAEngineering\Capihl Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doe
GENERAL CONDITIONS
ARTICLE 1 - DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in the Contract Documents
and printed with initial or all capital letters, the terms
listed below will have the meanings indicated which
are applicable to both the singular and plural thereof.
1. Addenda—Written or graphic instruments
issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the
Contract Documents.
2. Agreement—The written instrument which
is evidence of the agreement between OWNER and
CONTRACTOR covering the Work.
3. Application for Payment --The form
acceptable to ENGINEER which is to be used by
CONTRACTOR during the course of the Work in
requesting progress or final payments and which is to
be accompanied by such supporting documentation
as is required by the Contract Documents.
4. Asbestos—Any material that contains
more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current
action levels established by the United States Occupa-
tional Safety and Health Administration.
5. Bid—The offer or proposal of a bidder
submitted on the prescribed form setting forth the
prices for the Work to be performed.
6. Bidding Documents—The Bidding
Requirements and the proposed Contract Documents
(including all Addenda issued prior to receipt of Bids).
7. Bidding Requirements—The
Advertisement or Invitation to Bid, Instructions to
Bidders, Bid security form, if any, and the Bid form
with any supplements.
8. Bonds --Performance and payment bonds
and other instruments of security.
9. Change Order—A document recommend-
ed by ENGINEER which is signed by CONTRACTOR
and OWNER and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract
Price or the Contract Times, issued on or after the
Effective Date of the Agreement.
10. Claim—A demand or assertion by
OWNER or CONTRACTOR seeking an adjustment of
Contract Price or Contract Times, or both, or other
relief with respect to the terms of the Contract. A
demand for money or services by a third party is not a
Claim.
11, Contract—The entire and integrated
written agreement between the OWNER and
CONTRACTOR concerning the Work. The Contract
supersedes prior negotiations, representations, or
agreements, whether written or oral.
12. Contract Documents --The Contract
Documents establish the rights and obligations of the
parties and include the Agreement, Addenda (which
pertain to the Contract Documents), CONTRACTOR's
Bid (including documentation accompanying the Bid
and any post Bid documentation submitted prior to the
Notice of Award) when attached as an exhibit to the
Agreement, the Notice to Proceed, the Bonds, these
General Conditions, the Supplementary Conditions,
the Specifications and the Drawings as the same are
more specifically identified in the Agreement, together
with all Written Amendments, Change Orders, Work
Change Directives, Field Orders, and ENGINEER's
written interpretations and clarifications issued on or
after the Effective Date of the Agreement. Approved
Shop Drawings and the reports and drawings of
subsurface and physical conditions are not Contract
Documents. Only printed or hard copies of the items
listed in this paragraph are Contract Documents. Files
in electronic media format of text, data, graphics, and
the like that may be furnished by OWNER to
CONTRACTOR are not Contract Documents.
13. Contract Price—The moneys payable by
OWNER to CONTRACTOR for completion of the
Work in accordance with the Contract Documents as
stated in the Agreement (subject to the provisions of
paragraph 11.03 in the case of Unit Price Work).
00700-5
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
14. Contract Times—The number of days or
the dates stated in the Agreement to: (i) achieve
Substantial Completion; and (ii) complete the Work so
that it is ready for final payment as evidenced by
ENGINEER's written recommendation of final pay-
ment.
15. CONTRACTOR—The individual or entity
with whom OWNER has entered into the Agreement.
16. Cost of the Work—See paragraph 11.01.A
for definition.
00700 - General Conditions
17. Drawings—That part of the Contract
Documents prepared or approved by ENGINEER
which graphically shows the scope, extent, and
character of the Work to be performed by
CONTRACTOR. Shop Drawings and other
CONTRACTOR submittals are not Drawings as so
defined.
18. Effective Date of the Agreement—The
date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means the
date on which the Agreement is signed and delivered
by the last of the two parties to sign and deliver.
19. ENGINEER—The individual or entity
named as such in the Agreement.
21. Field Order --A written order issued by
ENGINEER which requires minor changes in the
Work but which does not involve a change in the
Contract Price or the Contract Times.
22. General Requirements—Sections of
Division 1 of the Specifications. The General
Requirements pertain to all sections of the Specifica-
tions.
23. Hazardous Environmental Condition—The
presence at the Site of Asbestos, PCBs, Petroleum,
Hazardous Waste, or Radioactive Material in such
quantities or circumstances that may present a
substantial danger to persons or property exposed
thereto in connection with the Work.
24. Hazardous Waste—The term Hazardous
Waste shall have the meaning provided in Section
1004 of the Solid Waste Disposal Act (42 USC
Section 6903) as amended from time to time.
25. Laws and Regulations; Laws or Regulat-
ions --Any and all applicable laws, rules, regulations,
ordinances, codes, and .orders of any and all govem-
mental bodies, agencies, authorities, and courts
having jurisdiction.
26. Liens—Charges, security interests, or
encumbrances upon Project funds, real property, or
personal property.
27. Milestone—A principal event specified in
the Contract Documents relating to an intermediate
completion date or time prior to Substantial Comple-
tion of all the Work.
28. Notice of Award --The written notice by
OWNER to the apparent successful bidder stating that
upon timely compliance by the apparent successful
bidder with the conditions precedent listed therein,
OWNER will sign and deliver the Agreement.
29. Notice to Proceed—A written notice given
by OWNER to CONTRACTOR fixing the date on
which the Contract Times will commence to run and
on which CONTRACTOR shall start to perform the
Work under the Contract Documents.
30. OWNER --The individual, entity, public
body, or authority with whom CONTRACTOR has
entered into the Agreement and for whom the Work is
to be performed.
31. Partial Utilization—Use by OWNER of a
substantially completed part of the Work for the pur-
pose for which it is intended (or a related purpose)
prior to Substantial Completion of all the Work.
32. PCBs --Polychlorinated biphenyls.
33. Petroleum --Petroleum, including crude oil
or any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees
Fahrenheit and 14.7 pounds per square inch
absolute), such as oil, petroleum, fuel oil, oil sludge, oil
refuse, gasoline, kerosene, and oil mixed with other
non -Hazardous Waste and crude oils.
34. Project—The total construction of which
the Work to be performed under the Contract
Documents may be the whole, or a part as may be
indicated elsewhere in the Contract Documents.
35. Project Manual --The bound documentary
information prepared for bidding and constructing the
Work. A listing of the contents of the Project Manual,
which may be bound in one or more volumes, is
contained in the table(s) of contents.
36. Radioactive Material—Source, special
nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et
seq.) as amended from time to time.
37. Resident Project Representative—The
authorized representative of ENGINEER who may be
assigned to the Site or any part thereof.
38. Samples --Physical examples of
materials, equipment, or workmanship that are
representative of some portion of the Work and which .
00700 - General Conditions
00700-6
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
..
I
_, -
ow 71T7_
ATM 0
21. Field Order --A written order issued by
ENGINEER which requires minor changes in the
Work but which does not involve a change in the
Contract Price or the Contract Times.
22. General Requirements—Sections of
Division 1 of the Specifications. The General
Requirements pertain to all sections of the Specifica-
tions.
23. Hazardous Environmental Condition—The
presence at the Site of Asbestos, PCBs, Petroleum,
Hazardous Waste, or Radioactive Material in such
quantities or circumstances that may present a
substantial danger to persons or property exposed
thereto in connection with the Work.
24. Hazardous Waste—The term Hazardous
Waste shall have the meaning provided in Section
1004 of the Solid Waste Disposal Act (42 USC
Section 6903) as amended from time to time.
25. Laws and Regulations; Laws or Regulat-
ions --Any and all applicable laws, rules, regulations,
ordinances, codes, and .orders of any and all govem-
mental bodies, agencies, authorities, and courts
having jurisdiction.
26. Liens—Charges, security interests, or
encumbrances upon Project funds, real property, or
personal property.
27. Milestone—A principal event specified in
the Contract Documents relating to an intermediate
completion date or time prior to Substantial Comple-
tion of all the Work.
28. Notice of Award --The written notice by
OWNER to the apparent successful bidder stating that
upon timely compliance by the apparent successful
bidder with the conditions precedent listed therein,
OWNER will sign and deliver the Agreement.
29. Notice to Proceed—A written notice given
by OWNER to CONTRACTOR fixing the date on
which the Contract Times will commence to run and
on which CONTRACTOR shall start to perform the
Work under the Contract Documents.
30. OWNER --The individual, entity, public
body, or authority with whom CONTRACTOR has
entered into the Agreement and for whom the Work is
to be performed.
31. Partial Utilization—Use by OWNER of a
substantially completed part of the Work for the pur-
pose for which it is intended (or a related purpose)
prior to Substantial Completion of all the Work.
32. PCBs --Polychlorinated biphenyls.
33. Petroleum --Petroleum, including crude oil
or any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees
Fahrenheit and 14.7 pounds per square inch
absolute), such as oil, petroleum, fuel oil, oil sludge, oil
refuse, gasoline, kerosene, and oil mixed with other
non -Hazardous Waste and crude oils.
34. Project—The total construction of which
the Work to be performed under the Contract
Documents may be the whole, or a part as may be
indicated elsewhere in the Contract Documents.
35. Project Manual --The bound documentary
information prepared for bidding and constructing the
Work. A listing of the contents of the Project Manual,
which may be bound in one or more volumes, is
contained in the table(s) of contents.
36. Radioactive Material—Source, special
nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et
seq.) as amended from time to time.
37. Resident Project Representative—The
authorized representative of ENGINEER who may be
assigned to the Site or any part thereof.
38. Samples --Physical examples of
materials, equipment, or workmanship that are
representative of some portion of the Work and which .
00700 - General Conditions
00700-6
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
establish the standards by which such portion of the
Work will be judged.
39. Shop Drawings—All drawings, diagrams,
illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for
CONTRACTOR and submitted by CONTRACTOR to
illustrate some portion of the Work.
40. Site --Lands or areas indicated in the
Contract Documents as being furnished by OWNER
upon which the Work is to be performed, including
rights-of-way and easements for access thereto, and
such other lands furnished by OWNER which are
designated for the use of CONTRACTOR.
41. Specifications—That part of the Contract
Documents consisting of written technical descriptions
of materials, equipment, systems, standards, and
workmanship as applied to the Work and certain
administrative details applicable thereto.
42. Subcontractor—An individual or entity
having a direct contract with CONTRACTOR or with
any other Subcontractor for the performance of a part
of the Work at the Site.
43. Substantial Completion—The time at
which the Work (or a specified part thereof) has
progressed to the point where, in the opinion of
ENGINEER, the Work (or a specified part thereof) is
sufficiently complete, in accordance with the Contract
Documents, so that the Work (or a specified part
thereof) can be utilized for the purposes for which it is
intended. The terms "substantially complete" and
"substantially completed" as applied to all or part of the
Work refer to Substantial Completion thereof.
44. Supplementary Conditions—That part of
the Contract Documents which amends or
supplements these General Conditions.
45. Supplier—A manufacturer, fabricator,
supplier, distributor, materialman, or vendor having a
direct contract with CONTRACTOR or with any
Subcontractor to furnish materials or equipment to be
incorporated in the Work by CONTRACTOR or any
Subcontractor.
46, Underground Facilities—All underground
pipelines, conduits, ducts, cables, wires, manholes,
vaults, tanks, tunnels, or other such facilities or
attachments, and any encasements containing such
facilities, including those that convey electricity, gases,
steam, liquid petroleum products, telephone or other
communications, cable television, water, wastewater,
storm water, other liquids or chemicals, or traffic or
other control systems.
47. Unit Price Work --Work to be paid for on
the basis of unit prices.
48. Work—The entire completed construction
or the various separately identifiable parts thereof re-
quired to be provided under the Contract Documents.
Work includes and is the result of performing or
providing all labor, services, and documentation
necessary to produce such construction, and
furnishing, installing, and incorporating all materials
and equipment into such construction, all as required
by the Contract Documents,
49, Work Change Directive --A written
statement to CONTRACTOR issued on or after the
Effective Date of the Agreement and signed by
OWNER and recommended by ENGINEER ordering
an addition, deletion, or revision in the Work, or
responding to differing or unforeseen subsurface or
physical conditions under which the Work is to be
performed or to emergencies. A Work Change
Directive will not change the Contract Price or the
Contract Times but is evidence that the parties expect
that the change .ordered or documented by a Work
Change Directive will be incorporated in a subse-
quently issued Change Order following negotiations by
the parties as to its effect, if any, on the Contract Price
or Contract Times.
50. Written Amendment A written statement
modifying the Contract Documents, signed by
OWNER and CONTRACTOR on or after the Effective
Date of the Agreement and normally dealing with the
nonengineering or nontechnical rather than strictly
construction -related aspects of the Contract Docu-
ments.
1.02 Terminology
00700-7
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
A. Intent of Certain Terms or Adjectives
1. Whenever in the Contract Documents the
terms "as allowed," "as approved," or terms of like
effect or import are used, or the adjectives
"reasonable," "suitable," "acceptable," "proper,"
"satisfactory," or adjectives of like effect or import
are used to describe an action or determination of
ENGINEER as to the Work, it is intended that such
action or determination will be solely to evaluate, in
general, the completed Work for compliance with
the requirements of and information in the Contract
Documents and conformance with the design
concept of the completed Project as a functioning
whole as shown or indicated in the Contract
Documents (unless there is a specific statement
indicating otherwise). The use of any such term or
adjective shall not be effective to assign to ENGI-
00700 - General Conditions
NEER any duty or authority to supervise or direct
the performance of the Work or any duty or
authority to undertake responsibility contrary to the
provisions of paragraph 9.10 or any other provision
of the Contract Documents.
B. Day
1. The word "day" shall constitute a
calendar day of 24 hours measured from
midnight to the next midnight.
C. Defective
1. The word "defective," when modifying
the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it does
not conform to the Contract Documents or does
not meet the requirements of any inspection,
reference standard, test, or approval referred to
in the Contract Documents, or has been
damaged prior to ENGINEER's recom-
mendation of final payment (unless responsi-
bility for the protection thereof has been
assumed by OWNER at Substantial
Completion in accordance with paragraph
14.04 or 14.05).
D. Furnish, Install, Perform, Provide
4. When "furnish," "install," "perform," or
"provide" is not used in connection with services,
materials, or equipment in a context clearly
requiring an obligation of CONTRACTOR,
"provide" is implied.
E. Unless stated otherwise in the Contract Docu-
ments, words or phrases which have a well-known
technical or construction industry or trade meaning are
used in the Contract Documents in accordance with
such recognized meaning.
ARTICLE 2 - PRELIMINARY MATTERS
2.01 Delivery of Bonds
A. When CONTRACTOR delivers the executed
Agreements to OWNER, CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR
may be required to furnish.
2.02 Copies of Documents
A. OWNER shall furnish to CONTRACTOR up
to ten copies of the Contract Documents. Additional
copies will be furnished upon request at the cost of
reproduction.
2.03 Commencement of Contract Times; Notice
to Proceed
A. The Contract Times will commence to run on
the thirtieth day after the Effective Date of the Agree-
ment or, if a Notice to Proceed is given, on the day
indicated in the Notice to Proceed. A Notice to Pro-
ceed may be given at any time within 30 days after the
Effective Date of the Agreement. In no event will the
Contract Times commence to run later than the
sixtieth day after the day of Bid opening or the thirtieth
day after the Effective Date of the Agreement,
whichever date is earlier.
2.04 Starting the Work
A. CONTRACTOR shall start to perform the
Work on the date when the Contract Times com-
mence to run. No Work shall be done at the Site prior
to the date on which the Contract Times commence to
run.
2.05 Before Starting Construction
A. CONTRACTOR's Review of Contract Docu-
ments: Before undertaking each part of the Work,
CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent
figures therein and all applicable field measurements.
CONTRACTOR shall promptly report in writing to
ENGINEER any conflict, error, ambiguity, or
discrepancy which CONTRACTOR may discover and
shall obtain a written interpretation or clarification from
ENGINEER before proceeding with any Work affected
00700 - General Conditions
00700-8
FAEngineeringTapital Projects\0217-Powerline Road%Bid Documents\00700 - General Conditions.doc
AN
Ett
N
1:
ALL
AN
�NA ME
I :A LZ;%Z=-
fULW MAN
wr
4. When "furnish," "install," "perform," or
"provide" is not used in connection with services,
materials, or equipment in a context clearly
requiring an obligation of CONTRACTOR,
"provide" is implied.
E. Unless stated otherwise in the Contract Docu-
ments, words or phrases which have a well-known
technical or construction industry or trade meaning are
used in the Contract Documents in accordance with
such recognized meaning.
ARTICLE 2 - PRELIMINARY MATTERS
2.01 Delivery of Bonds
A. When CONTRACTOR delivers the executed
Agreements to OWNER, CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR
may be required to furnish.
2.02 Copies of Documents
A. OWNER shall furnish to CONTRACTOR up
to ten copies of the Contract Documents. Additional
copies will be furnished upon request at the cost of
reproduction.
2.03 Commencement of Contract Times; Notice
to Proceed
A. The Contract Times will commence to run on
the thirtieth day after the Effective Date of the Agree-
ment or, if a Notice to Proceed is given, on the day
indicated in the Notice to Proceed. A Notice to Pro-
ceed may be given at any time within 30 days after the
Effective Date of the Agreement. In no event will the
Contract Times commence to run later than the
sixtieth day after the day of Bid opening or the thirtieth
day after the Effective Date of the Agreement,
whichever date is earlier.
2.04 Starting the Work
A. CONTRACTOR shall start to perform the
Work on the date when the Contract Times com-
mence to run. No Work shall be done at the Site prior
to the date on which the Contract Times commence to
run.
2.05 Before Starting Construction
A. CONTRACTOR's Review of Contract Docu-
ments: Before undertaking each part of the Work,
CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent
figures therein and all applicable field measurements.
CONTRACTOR shall promptly report in writing to
ENGINEER any conflict, error, ambiguity, or
discrepancy which CONTRACTOR may discover and
shall obtain a written interpretation or clarification from
ENGINEER before proceeding with any Work affected
00700 - General Conditions
00700-8
FAEngineeringTapital Projects\0217-Powerline Road%Bid Documents\00700 - General Conditions.doc
f
thereby; however, CONTRACTOR shall not be liable
to OWNER or ENGINEER for failure to report any
conflict, error, ambiguity, or discrepancy in the
Contract Documents unless CONTRACTOR knew or
reasonably should have known thereof.
B. Preliminary Schedules: Within ten days after
the Effective Date of the Agreement (unless otherwise
specified in the General Requirements), CONTRAC-
TOR shall submit to ENGINEER for its timely review:
1. a preliminary progress schedule
indicating the times (numbers of days or dates)
for starting and completing the various stages
of the Work, including any. Milestones specified
in the Contract Documents;
2. a. preliminary schedule of Shop
Drawing and Sample submittals which will list
each required submittal and the times for sub-
mitting, reviewing, and processing such
submittal; and
3. a preliminary schedule of values for
all of the Work which includes quantities and
prices of items which when added together
equal the Contract Price and subdivides the
Work into component parts in sufficient detail to
serve as the basis for progress payments
during performance of the Work. Such prices
will include an appropriate amount of overhead
and profit applicable to each item of Work.
2.06 Preconstruction Conference
2.07 Initial Acceptance of Schedules
A. Unless otherwise provided in the Contract
Documents, at least ten days before submission of the
first Application for Payment a conference attended by
CONTRACTOR, ENGINEER, and others as appropri-
ate will be held to review for acceptability to ENGI-
NEER as provided below the schedules submitted in
accordance with paragraph 2.05.13. CONTRACTOR
shall have an additional ten days to make corrections
and adjustments and to complete and resubmit the
schedules. No progress payment shall be made to
CONTRACTOR until acceptable schedules are
submitted to ENGINEER.
1. The progress schedule will be
acceptable to ENGINEER if it provides an
orderly progression of the Work to completion
within any specified Milestones and the
Contract Times. Such acceptance will not
impose on ENGINEER responsibility for the
progress schedule, for sequencing, scheduling,
or progress of the Work nor interfere with or
relieve CONTRACTOR from CONTRACTOR's
full responsibility therefor.
2. CONTRACTOR's schedule of Shop
Drawing and Sample submittals will be
acceptable to ENGINEER if it provides a
workable arrangement for reviewing and
processing the required submittals.
3. CONTRACTOR's schedule of values
will be acceptable to ENGINEER as to form
and substance if it provides a reasonable
allocation of the Contract Price to component
parts of the Work.
ARTICLE 3 - CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE
3.01 Intent
A. The Contract Documents are comple-
mentary; what is called for by one is as binding as if
called for by all.
B. It is the intent of the Contract Documents to
describe a functionally complete Project (or part there-
of) to be constructed in accordance with the Contract
Documents. Any labor, documentation, services,
materials, or equipment that may reasonably be
inferred from the Contract Documents or from
prevailing custom or trade usage as being required to
produce the intended result will be provided whether
or not specifically called for at no additional cost to
OWNER.
00700-9
FAEngineering\Capital ProjectsX0217-Powerline RoadSid Documents\00700 - General Conditions.doc
00700 - General Conditions
RMA
.-
...
._
�=-=
9z
M
MAL
I IMEO As
I a
L:
2.07 Initial Acceptance of Schedules
A. Unless otherwise provided in the Contract
Documents, at least ten days before submission of the
first Application for Payment a conference attended by
CONTRACTOR, ENGINEER, and others as appropri-
ate will be held to review for acceptability to ENGI-
NEER as provided below the schedules submitted in
accordance with paragraph 2.05.13. CONTRACTOR
shall have an additional ten days to make corrections
and adjustments and to complete and resubmit the
schedules. No progress payment shall be made to
CONTRACTOR until acceptable schedules are
submitted to ENGINEER.
1. The progress schedule will be
acceptable to ENGINEER if it provides an
orderly progression of the Work to completion
within any specified Milestones and the
Contract Times. Such acceptance will not
impose on ENGINEER responsibility for the
progress schedule, for sequencing, scheduling,
or progress of the Work nor interfere with or
relieve CONTRACTOR from CONTRACTOR's
full responsibility therefor.
2. CONTRACTOR's schedule of Shop
Drawing and Sample submittals will be
acceptable to ENGINEER if it provides a
workable arrangement for reviewing and
processing the required submittals.
3. CONTRACTOR's schedule of values
will be acceptable to ENGINEER as to form
and substance if it provides a reasonable
allocation of the Contract Price to component
parts of the Work.
ARTICLE 3 - CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE
3.01 Intent
A. The Contract Documents are comple-
mentary; what is called for by one is as binding as if
called for by all.
B. It is the intent of the Contract Documents to
describe a functionally complete Project (or part there-
of) to be constructed in accordance with the Contract
Documents. Any labor, documentation, services,
materials, or equipment that may reasonably be
inferred from the Contract Documents or from
prevailing custom or trade usage as being required to
produce the intended result will be provided whether
or not specifically called for at no additional cost to
OWNER.
00700-9
FAEngineering\Capital ProjectsX0217-Powerline RoadSid Documents\00700 - General Conditions.doc
00700 - General Conditions
C. Clarifications and interpretations of the
Contract Documents shall be issued by ENGINEER
as provided in Article 9.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and
Regulations
1. Reference to standards, specifica-
tions, manuals, or codes of any technical
society, organization, or association, or to Laws
or Regulations, whether such reference be
specific or by implication, shall mean the stan-
dard, specification, manual, code, or Laws or
Regulations in effect at the time of opening of
Bids (or on the Effective Date of the Agreement
if there were no Bids), except as may be
otherwise specifically stated in the Contract
Documents.
2. No provision of any such standard,
specification, manual or code, or any instruction
of a Supplier shall be effective to change the
duties or responsibilities of OWNER,
CONTRACTOR, or ENGINEER, or any of their
subcontractors, consultants, agents, or employ-
ees from those set forth in the Contract
Documents, nor shall any such provision or
instruction be effective to assign to OWNER,
ENGINEER, or any of ENGINEER's
Consultants, agents, or employees any duty or
authority to supervise or direct the performance
of the Work or any duty or authority to
undertake responsibility inconsistent with the
provisions of the Contract Documents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies
1. If, during the performance of the
Work, CONTRACTOR discovers any conflict,
error, ambiguity, or discrepancy within the Con-
tract Documents or between the Contract
Documents and any provision of any Law or
Regulation applicable to the performance of the
Work or of any standard, specification, manual
or code, or of any instruction of any Supplier,
CONTRACTOR shall report it to ENGINEER in
writing at once. CONTRACTOR shall not
proceed with the Work affected thereby (except
in an emergency as required by paragraph
6.16.A) until an amendment or supplement to
the Contract Documents has been issued by
one of the methods indicated in paragraph
3.04; provided, however, that CONTRACTOR
shall not be liable to OWNER or ENGINEER for
failure to report any such conflict, error,
ambiguity, or discrepancy unless CON-
TRACTOR knew or reasonably should have
known thereof.
B. Resolving Discrepancies
1. Except as may be otherwise
specifically stated in the Contract Documents,
the provisions of the Contract Documents shall
take precedence in resolving any conflict, error,
ambiguity, or discrepancy between the
provisions of the Contract Documents and:
a. the provisions of any standard,
specification, manual, code, or instruction
(whether or not specifically incorporated by
reference in the Contract Documents); or
b. the provisions of any Laws or
Regulations applicable to the performance
of the Work (unless such an interpretation of
the provisions of the Contract Documents
would result in violation of such Law or
Regulation).
3.04 Amending and Supplementing Contract
Documents
A. The Contract Documents may be amended to
provide for additions, deletions, and revisions in the
Work or to modify the terms and conditions thereof in
one or more of the following ways: (i) a Written
Amendment; (ii) a Change Order; or (iii) a Work
Change Directive.
B. The requirements of the Contract Documents
may be supplemented, and minor variations and
deviations in the Work may be authorized, by one or
more of the following ways: (i) a Field Order; (ii)
ENGINEER's approval of a Shop Drawing or Sample;
or (iii) ENGINEER Is written interpretation or clarifi-
cation.
3.05 Reuse of Documents
A. CONTRACTOR and any Subcontractor or
Supplier or other individual or entity performing or
furnishing any of the Work under a direct or indirect
contract with OWNER: (i) shall not have or acquire
any title to or ownership rights in any of the Drawings,
Specifications, or other documents (or copies of any
thereof) prepared by or bearing the seal of
ENGINEER or ENGINEER's Consultant, including
electronic media editions; and (ii) shall not reuse any
of such Drawings, Specifications, other documents, or
copies thereof on extensions of the Project or any
other project without written consent of OWNER and
00700 - General Conditions
00700-10
FAEngineering\Capital Projects\0217-Powerline RoadlBid Documents\00700 - General Conditions.doc
ENGINEER and specific written verification or
adaption by ENGINEER. This prohibition will survive
final payment, completion, and acceptance of the
Work, or termination or completion of the Contract.
Nothing herein shall preclude CONTRACTOR from
retaining copies of the Contract Documents for record
purposes.
ARTICLE 4 - AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
4.01 Availability of Lands
A. OWNER shall furnish the Site. OWNER shall
notify CONTRACTOR of any encumbrances or
restrictions not of general application but specifically
related to use of the Site with which CONTRACTOR
must comply in performing the Work. OWNER will
obtain in a timely manner and pay for easements for
permanent structures or permanent changes in
existing facilities. If CONTRACTOR and OWNER are
unable to agree on entitlement to or on the amount or
extent, if any, of any adjustment in the Contract Price
or Contract Times, or both, as a result of any delay in
OWNER's furnishing the Site, CONTRACTOR may
make a Claim therefor as provided in paragraph
10.05.
B. Upon reasonable written request, OWNER
shall furnish CONTRACTOR with a current statement
of record legal title and legal description of the lands
upon which the Work is to be performed and
OWNER's interest therein as necessary for giving
notice of or filing a mechanic's or construction lien
against such lands in accordance with applicable
Laws and Regulations.
C. CONTRACTOR shall provide for all additional
lands and access thereto that may be required for
temporary construction facilities or storage of
materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings. The Supplementary
Conditions identify:
1. those reports of explorations and
tests of subsurface conditions at or contiguous
to the Site that ENGINEER has used in
preparing the Contract Documents; and
2. those drawings of physical
conditions in or relating to existing surface or
subsurface structures at or contiguous to the
Site (except Underground Facilities) that ENGI-
NEER has used in preparing the Contract
Documents.
B. Limited Reliance by CONTRACTOR on
Technical Data Authorized. CONTRACTOR may rely
upon the general accuracy of the "technical data"
contained in such reports and drawings, but such
reports and drawings are not Contract Documents.
Such "technical data" is identified in the Supplementa-
ry Conditions. Except for such reliance on such
"technical data," CONTRACTOR may not rely upon or
make any Claim against OWNER, ENGINEER, or any
of ENGINEER's Consultants with respect to:
1. the completeness of such reports
and drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, methods, techniques, sequences, and
procedures of construction to be employed by
CONTRACTOR, and safety precautions and
programs incident thereto; or
2, other data, interpretations, opinions,
and information contained in such reports or
shown or indicated in such drawings; or
3. ' any CONTRACTOR interpretation of
or conclusion drawn from any "technical data"
or any such other data, interpretations,
opinions, or information.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If CONTRACTOR believes that any
subsurface or physical condition at or contiguous to
the Site that is uncovered or revealed either:
1. is of such a nature as to establish
that any "technical data" on which CONTRAC-
TOR is entitled to rely as provided in paragraph
4.02 is materially inaccurate; or
2. is of such a nature as to require a
change in the Contract Documents; or
3. differs materially from that shown or
indicated in the Contract Documents; or
4. is of an unusual nature, and differs
materially from conditions - ordinarily
encountered and generally recognized as inher-
ent in work of the character provided for in the
Contract Documents;
then CONTRACTOR shall, promptly after becoming
aware thereof and before further disturbing the
subsurface or physical conditions or performing any
00700 - General Conditions
00700-11
FAEnginee ming\Capital
Projects10217-Powerline
Roa"id Documents\00700 - General Conditions.doc
Work in connection therewith (except in an emergency
as required by paragraph 6.16.A), notify OWNER and
ENGINEER in writing about such condition.
CONTRACTOR shall not further disturb such
condition or perform any Work in connection therewith
(except as aforesaid) until receipt of written order to do
so.
B. ENGINEER's Review: After receipt of written
notice as required by paragraph 4.03.A, ENGINEER
will promptly review the pertinent condition, determine
the necessity of OWNER's obtaining additional
exploration or tests with respect thereto, and advise
OWNER in writing (with a copy to CONTRACTOR) of
ENGINEER's findings and conclusions.
C. Possible Price and Times Adjustments
1. The Contract Price or the Contract
Times, or both, will be equitably adjusted to the
extent that the existence of such differing
subsurface or physical condition causes an in-
crease or decrease in CONTRACTOR's cost
of, or time required for, performance of the
Work; subject, however, to the following:
a. such condition must meet any one or
more of the categories described in para-
graph 4.03.A; and
b. with respect to Work that is paid for
on a Unit Price Basis, any adjustment in
Contract Price will be subject to the
provisions of paragraphs 9.08 and 11.03.
2. CONTRACTOR shall not be entitled
to any adjustment in the Contract Price or
Contract Times if:
a. CONTRACTOR knew of the
existence of such conditions at the time
CONTRACTOR made a final commitment
to OWNER in respect of Contract Price and
Contract Times by the submission of a Bid
or becoming bound under a negotiated
contract; or
b. the existence of such condition could
reasonably have been discovered or
revealed as a result of any examination,
investigation, exploration, test, or study of
the Site and contiguous areas required by
the Bidding Requirements or Contract
Documents to be conducted by or for CON-
TRACTOR prior to CONTRACTOR's
making such final commitment; or
c. CONTRACTOR failed to give the
written notice within the time and as re-
quired by paragraph 4.03.A.
3. If OWNER and CONTRACTOR are
unable to agree on entitlement to or on the
amount or extent, if any, of any adjustment in
the Contract Price or Contract Times, or both, a
Claim may be made therefor as provided in
paragraph 10.05. However, OWNER,
ENGINEER, and ENGINEER's Consultants
shall not be liable to CONTRACTOR for any
claims, costs, losses, or damages (including
but not limited to all fees and charges of
engineers, architects, attorneys, and other
professionals and all court or arbitration or other
dispute resolution costs) sustained by
CONTRACTOR on or in connection with any
other project or anticipated project.
4.04 Underground Facilities
A. Shown or Indicated: The information and data
shown or indicated in the Contract Documents with
respect to existing Underground Facilities at or
contiguous to the Site is based on information and
data furnished to OWNER or ENGINEER by the
owners of such Underground Facilities, including
OWNER, or by others. Unless it is otherwise,
expressly provided in the Supplementary Conditions:
1. OWNER and ENGINEER shall not
be responsible for the accuracy or com-
pleteness of any such information or data; and
2, the cost of all of the following will be
included in the Contract Price, and CONTRAC-
TOR shall have full responsibility for
a. reviewing and checking all such
information and data,
b, locating all Underground Facilities
shown or indicated in the Contract
Documents,
c, coordination of the Work with the
owners of such Underground Facilities,
including OWNER, during construction, and
d. the safety and protection of all such
Underground Facilities and repairing any
damage thereto resulting from the Work.
B. Not Shown or Indicated
1. If an Underground Facility is
uncovered or revealed at or contiguous to the
00700 - General Conditions
00700-12
FAEngineering\Capital
Projects10217-Powerline Road\Bid Documents\00700 -
General Conditions.doc
1. OWNER and ENGINEER shall not
be responsible for the accuracy or com-
pleteness of any such information or data; and
2, the cost of all of the following will be
included in the Contract Price, and CONTRAC-
TOR shall have full responsibility for
a. reviewing and checking all such
information and data,
b, locating all Underground Facilities
shown or indicated in the Contract
Documents,
c, coordination of the Work with the
owners of such Underground Facilities,
including OWNER, during construction, and
d. the safety and protection of all such
Underground Facilities and repairing any
damage thereto resulting from the Work.
B. Not Shown or Indicated
1. If an Underground Facility is
uncovered or revealed at or contiguous to the
00700 - General Conditions
Site which was not shown or indicated, or not
shown or indicated with reasonable accuracy in
the Contract Documents, CONTRACTOR shall,
promptly after becoming aware thereof and
before further disturbing conditions affected
thereby or performing any Work in connection
therewith (except in an emergency as required
by paragraph 6.16.A), identify the owner of
such Underground Facility and give written
notice to that owner and to OWNER and ENGI-
NEER. ENGINEER will promptly review the
Underground Facility and determine the extent,
if any, to which a change is required in the
Contract Documents to reflect and document
the consequences of the existence or location
of the Underground Facility. During such time,
CONTRACTOR shall be responsible for the
safety and protection of such Underground
Facility.
2. If ENGINEER concludes that a
change in the Contract Documents is required,
a Work Change Directive or a Change Order
will be issued to reflect and document such
consequences. An equitable adjustment shall
be made in the Contract Price or Contract
Times, or both, to the extent that they are
attributable to the existence or location of any
Underground Facility that was not shown or
indicated or not shown or indicated with
reasonable accuracy in the Contract
Documents and that CONTRACTOR did not
know of and could not reasonably have been
expected to be aware of or to have anticipated.
If OWNER and CONTRACTOR are unable to
agree on entitlement to or on the amount or
extent, if any, of any such adjustment in
Contract Price or Contract Times, OWNER or
CONTRACTOR may make a Claim therefor as
provided in paragraph 10.05.
4.05 Reference Points
A. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINEER's judgment are necessary to enable
CONTRACTOR to proceed with the Work. COW
TRACTOR shall be responsible for laying out the
Work, shall protect and preserve the established
reference points and property monuments, and shall
make no changes or relocations without the prior
written approval of OWNER. CONTRACTOR shall
report to ENGINEER whenever any reference point or
property monument is lost or destroyed or requires
relocation because of necessary changes in grades or
locations, and shall be responsible for the accurate
replacement or relocation of such reference points or
property monuments by professionally qualified
personnel.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: Reference is made to
the Supplementary Conditions for the identification of
those reports and drawings relating to a Hazardous
Environmental Condition identified at the Site, if any,
that have been utilized by the ENGINEER in the
preparation of the Contract Documents.
B. Limited Reliance by CONTRACTOR on
Technical Data Authorized. CONTRACTOR may rely
upon the general accuracy of the "technical data"
contained in such reports and drawings, but such
reports and drawings are not Contract Documents.
Such "technical data" is identified in the
Supplementary Conditions. Except for such reliance
on such "technical data," CONTRACTOR may not rely
upon or make any Claim against OWNER,
ENGINEER or any of ENGINEER's Consultants with
respect to:
1. the completeness of such reports
and drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, methods, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and safety precautions and
programs incident thereto; or
2. other data, interpretations, opinions
and information contained in such reports or
shown or indicated in such drawings; or
3. any CONTRACTOR interpretation of
or conclusion drawn from any "technical data"
or any such other data, interpretations, opinions
or information.
C. CONTRACTOR shall not be responsible for
any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated
in Drawings or Specifications or identified in the
Contract Documents to be within the scope of the
Work. CONTRACTOR shall be responsible for a
Hazardous Environmental Condition created with any
materials brought to the Site by CONTRACTOR,
Subcontractors, Suppliers, or anyone else for whom
CONTRACTOR is responsible.
D. If CONTRACTOR encounters a Hazardous
Environmental Condition or if CONTRACTOR or
anyone for whom CONTRACTOR is responsible
creates a Hazardous Environmental Condition,
CONTRACTOR shall immediately: (i) secure or
otherwise isolate such condition; (ii) stop all Work in
00700 - General Conditions
00700-13
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
connection with such condition and in any area
affected thereby (except in an emergency as required
by paragraph 6.16); and (iii) notify OWNER and ENGI-
NEER (and promptly thereafter confirm such notice in
writing). OWNER shall promptly consult with
ENGINEER concerning the necessity for OWNER to
retain a qualified expert to evaluate such condition. or
take corrective action, if any.
E. CONTRACTOR shall not be required to
resume Work in connection with such condition or in
any affected area until after OWNER has obtained any
required permits related thereto and delivered to
CONTRACTOR written notice: (i) specifying that such
condition and any affected area is or has been
rendered safe for the resumption of Work; or (ii)
specifying any special conditions under which such
Work may be resumed safely. If OWNER and
.CONTRACTOR cannot agree, as to entitlement to or
on the amount or extent, if any, of any adjustment in
Contract Price or Contract Times, or both, as a result
of such Work stoppage or such special conditions
under which Work is agreed to be resumed by
CONTRACTOR, either party may make a Claim
therefor as provided in paragraph 10.05.
F. If after receipt of such written notice
CONTRACTOR does not agree to resume such Work
based on a reasonable belief it is unsafe, or does not
agree to resume such Work under such special condi-
tions, then OWNER may order the portion of the Work
that is in the area affected by such condition to be
deleted from the Work. If OWNER and COW
TRACTOR cannot agree as to entitlement to or on the
amount or extent, if any, of an adjustment in Contract
Price or Contract Times as a result of deleting such
portion of the Work, then either party may make a
Claim therefor as provided in paragraph 10.05.
OWNER may have such deleted portion of the Work
performed by OWNER's own forces or others in
accordance with Article 7.
G. To the fullest extent permitted by Laws and
Regulations, OWNER shall indemnify and hold
harmless CONTRACTOR, Subcontractors, ENGI-
NEER, ENGINEER's Consultants and the officers,
directors, partners, employees, agents, other
consultants, and subcontractors of each and any of
them from and against all claims, costs, losses, and
damages (including but not limited to all fees and
charges of engineers, architects, attorneys, and other
professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to a
Hazardous Environmental Condition, provided that
such Hazardous Environmental Condition: (i) was not
shown or indicated in the Drawings or Specifications
or identified in the Contract Documents to be included
within the scope of the Work, and (ii) was not created
by CONTRACTOR or by anyone for whom
CONTRACTOR is responsible. Nothing in this para-
graph 4.06.E shall obligate OWNER to indemnify any
individual or entity from and against the consequences
of that individual's or entity's own negligence.
H. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER, ENGINEER 's
Consultants, and the officers, directors, partners,
employees, agents, other consultants, and
subcontractors of each and any of them from and
against all claims, costs, losses, and damages
(including but not limited to all fees and charges of
engineers, architects, attorneys, and other
professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to a
Hazardous Environmental Condition created by
CONTRACTOR or by anyone for whom
CONTRACTOR is responsible. Nothing in this
paragraph 4.06.E shall obligate CONTRACTOR to
indemnify any individual or entity from and against the
consequences of that individual's or entity's own negli-
gence.
I. The provisions of paragraphs 4.02, 4.03, and
4.04 are not intended to apply to a Hazardous
Environmental Condition uncovered or revealed at the
Site.
ARTICLE 5 - BONDS AND INSURANCE
5.01 Performance, Payment, and Other Bonds
B. All Bonds shall be in the form prescribed by
the Contract Documents except as provided otherwise
by Laws or Regulations, and shall be executed by
such sureties as are named in the current list of "Com-
panies Holding Certificates of Authority as Acceptable
Sureties on Federal Bonds and as Acceptable
Reinsuring Companies" as published in Circular 570
(amended) by the Financial Management Service,
Surety Bond Branch, U.S. Department of the
Treasury. All Bonds signed by an agent must be
00700 - General Conditions
00700-14
F:TEngineering\Capital Projects0217-Powerline RoadMBid Documentst00700 - General Conditions.doc
Lr
MOT:
ETT:
1MTWTTr.1WraT=
._
..
-. ..
-MIZE-
-lm
B. All Bonds shall be in the form prescribed by
the Contract Documents except as provided otherwise
by Laws or Regulations, and shall be executed by
such sureties as are named in the current list of "Com-
panies Holding Certificates of Authority as Acceptable
Sureties on Federal Bonds and as Acceptable
Reinsuring Companies" as published in Circular 570
(amended) by the Financial Management Service,
Surety Bond Branch, U.S. Department of the
Treasury. All Bonds signed by an agent must be
00700 - General Conditions
00700-14
F:TEngineering\Capital Projects0217-Powerline RoadMBid Documentst00700 - General Conditions.doc
accompanied by a certified copy of such agent's
authority to act.
C. If the surety on any Bond fumished by COW
TRACTOR is declared bankrupt or becomes insolvent
or its right to do business is terminated in any state
where any part of the Project is located or it ceases to
meet the requirements of paragraph 5.01.61
CONTRACTOR shall within 20 days thereafter
substitute another Bond and surety, both of which
shall comply with the requirements of paragraphs
5.01. 13 and 5.02.
5.02 Licensed Sureties and Insurers
A. All Bonds and insurance required by the
Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained from
surety or insurance companies that are duly licensed
or authorized in the jurisdiction in which the Project is
located to issue Bonds or insurance policies for the
limits and coverages so required. Such surety and
insurance companies shall also meet such additional
requirements and qualifications as may be provided in
the Supplementary Conditions.
5.03 Certificates of Insurance
. - rM=TM7ZWdM a IN 0 0 MOTAWN IFa- -
MMA
NONE
5.04 CONTRACTOR's Liability Insurance
A. CONTRACTOR shall purchase and maintain
such liability and other insurance as is appropriate for
the Work being performed and as will provide
protection from claims set forth below which may arise
out of or result from CONTRACTOR's performance of
the Work and CONTRACTOR's other obligations
under the Contract Documents, whether it is to be per-
formed by CONTRACTOR, any Subcontractor or
Supplier, or by anyone directly or indirectly employed
by any of them to perform any of the Work, or by
anyone for whose acts any of them may be liable:
2. claims for damages because of
bodily injury, occupational sickness or disease,
or death of CONTRACTOR's employees;
3. claims for damages because of
bodily injury, sickness or disease, or death of
any person other than CONTRACTOR's
employees;
4. claims for damages insured by
reasonably available personal injury liability
coverage which are sustained: (i) by any person
as a result of an offense directly or indirectly
related to the employment of such person by
CONTRACTOR, or (ii) by any other person for
any other reason;
5. claims for damages, other than to the
Work itself, because of injury to or destruction
of tangible property wherever located, including
loss of use resulting therefrom; and
6. claims for damages because of
bodily injury or death of any person or property
damage arising out of the ownership, mainte-
nance or use of any motor vehicle.
B. The policies of insurance so required by this
paragraph 5.04 to be purchased and maintained shall:
1. with respect to insurance required by
paragraphs 5.04.A.3 through 5.04.A.6 inclusive,
include as additional insureds (subject to any
customary exclusion in respect of professional
liability) OWNER, ENGINEER, ENGINEER's
Consultants, and any other individuals or
entities identified in the Supplementary Condi-
tions, all of whom shall be listed as additional
insureds, and include coverage for the respec-
tive officers, directors, partners, employees,
agents, and other consultants and
subcontractors of each and any of all such
additional insureds, and the insurance afforded
to these additional insureds shall provide
primary coverage for all claims covered
thereby;
2. include at least the specific
coverages and be written for not less than the
limits of liability provided in the Supplementary
Conditions or required by Laws or Regulations,
whichever is greater;
3. include completed operations
1. claims under workers' compensation, insurance;
disability benefits, and other similar employee
benefit acts;
00700 - General Conditions
00700-15
F1Engineering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
4. include contractual liability insurance
covering CONTRACTOR's indemnity
obligations under paragraphs 6.07, 6.11, and
6.20;
5. contain a provision or endorsement
that the coverage afforded will not be canceled,
materially changed or renewal refused until at
least thirty days prior written notice has been
given to OWNER and CONTRACTOR and to
each other additional insured identified in the
Supplementary Conditions to whom a certificate
of insurance has been issued (and the
certificates of insurance furnished by the CON-
TRACTOR pursuant to paragraph 5.03 will so
provide);
6. remain in effect at least until final
payment and at all times thereafter when COW
TRACTOR may be correcting, removing, or
replacing defective Work in accordance with
paragraph 13.07; and
7. with respect to completed operations
insurance, and any insurance coverage written
on a claims -made basis, remain in effect for at
least two years after final payment (and
CONTRACTOR shall furnish OWNER and
each other additional insured identified in the
Supplementary Conditions, to whom a
certificate of insurance has been issued,
evidence satisfactory to OWNER and any such
additional insured of continuation of such
insurance at final payment and one year
thereafter).
5.05 OWNER's Liability Insurance
5.06 Property Insurance
•
_�nir.
-
-
-
-
- - -
--
-
-
11
.
..
-.
.-
_
..
-raw
a
..
- -
- --MT^1�-T�Tallllls
-
a-
•
AN
-
-MATTISON
-1I=FmYM1MT
-
.
11
..
..TAZlimi
TIVA-
AN
.
Me
PON
5.06 Property Insurance
00700 - General Conditions
00700-16
R: Enginsering\Capital Projects\0217-Powerline Road%Bid Documents\00700 - General Conditions -doe
•
_�nir.
-
-
-
--
-
11
.
•
..
-
_
-raw
a
- -
- --MT^1�-T�Tallllls
�IME�AWAR�IN&�A�w&WA.AMMqML�
a-
•
AN
-
-MATTISON
-1I=FmYM1MT
-
.
11
..
AN
Me
10
9
IOOFM141�111
1110
Tam
00700 - General Conditions
00700-16
R: Enginsering\Capital Projects\0217-Powerline Road%Bid Documents\00700 - General Conditions -doe
_�nir.
r_r�-�►s��rra
11
a
aa
..
-
-raw
a
- -
- --MT^1�-T�Tallllls
a-
-1I=FmYM1MT
-
.
11
..
AN
Me
10
9
IOOFM141�111
1110
00700 - General Conditions
00700-16
R: Enginsering\Capital Projects\0217-Powerline Road%Bid Documents\00700 - General Conditions -doe
_�nir.
r_r�-�►s��rra
11
a
aa
..
-
-raw
a
- -
- --MT^1�-T�Tallllls
a-
-
.
..
AN
Pft
ild
=
INN AN
�T.
Inn
7r.T.MT.3Nl
A
:,Nd
. .
-
_,
00700 - General Conditions
00700-16
R: Enginsering\Capital Projects\0217-Powerline Road%Bid Documents\00700 - General Conditions -doe
11
a
aa
..
-
-raw
a
- -
- --MT^1�-T�Tallllls
a-
-
.
..
AN
00700 - General Conditions
00700-16
R: Enginsering\Capital Projects\0217-Powerline Road%Bid Documents\00700 - General Conditions -doe
11
-raw
a
-
..
AN
00700 - General Conditions
00700-16
R: Enginsering\Capital Projects\0217-Powerline Road%Bid Documents\00700 - General Conditions -doe
5.08 Receipt and Application of Insurance
Proceeds
5.09 Acceptance of Bonds and Insurance; Option
to Replace
Is"MI"r.'rMAITAI
--
-
- - -- --
. 01110
-
.
-
.
-
._
..,
-
Alm
a
As
■
-
-
-AGAAM
-
.•
..
1
AT
-
-
-
-
GOAft
IA 1' 011011 -A�3111ffift�
--
a
- -
N or
Mr
qro�
-
-
AM MAGGIM
A��E&W
1.11
-
-
-
-
-' -
-
0.
._AL
5.09 Acceptance of Bonds and Insurance; Option
to Replace
Is"MI"r.'rMAITAI
.11
-
- - -- --
. 01110
-
.
.
-
Alm
■
-
-
-AGAAM
1
AT
GOAft
a
- -
..
-
-
-
AM MAGGIM
A��E&W
1.11
0.
._AL
5.09 Acceptance of Bonds and Insurance; Option
to Replace
pro . �w :GT:TiT�iTl: TTl�:E111<:T-7E
Is"MI"r.'rMAITAI
.11
-
- - -- --
. 01110
-
.
.
-
Alm
■
-
-
-AGAAM
AT
GOAft
a
._AL
AL
pro . �w :GT:TiT�iTl: TTl�:E111<:T-7E
- - -- --
5.10 Partial Utilization, Acknowledgment of
Property Insurer
A. If OWNER finds it necessary to occupy or use
a portion or portions of the Work prior to Substantial
Completion of all the Work as provided in paragraph
14.05, no such use or occupancy shall commence
before the insurers providing the property insurance
pursuant to paragraph 5.06 have acknowledged notice
thereof and in writing effected any changes in cover-
age necessitated thereby. The insurers providing the
property,insurance shall consent by endorsement on
the policy or policies, but the property insurance shall
not be canceled or permitted to lapse on account of
any such partial use or occupancy.
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES
6.01 Supervision and Superintendence
A. CONTRACTOR shall supervise, inspect, and
direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and
expertise as may be necessary to perform the Work in
accordance with the Contract Documents. CON-
TRACTOR shall be solely responsible for the means,
methods, techniques, sequences, and procedures of
construction, but CONTRACTOR shall not be
responsible for the negligence of OWNER or
ENGINEER in the design or specification of a specific
means, method, technique, sequence, or procedure of
construction which is shown or indicated in and
expressly required by the Contract Documents. CON-
TRACTOR shall be responsible to see that the
completed Work complies accurately with the Contract
Documents.
B. At all times during the progress of the Work,
CONTRACTOR shall assign a competent resident
superintendent thereto who shall not be replaced
without written notice to OWNER and ENGINEER
except under extraordinary circumstances. The
superintendent will be CONTRACTOR's
representative at the Site and shall have authority to
act on behalf of CONTRACTOR. All communications
given to or received from the superintendent shall be
binding on CONTRACTOR.
6.02 Labor, Working Hours
A. CONTRACTOR shall provide competent,
suitably qualified personnel to survey, lay out, and
construct the Work as required by the Contract Docu-
00700 - General Conditions
00700-18
FAEngineering\Capital Projectst0217-Powerline RoadtBid Documents=700 - General Conditions.doc
ments. CONTRACTOR shall at all times maintain
good discipline and order at the Site.
B. Except as otherwise required for the safety or
protection of persons or the Work or property at the
Site or adjacent thereto, and except as otherwise
stated in the Contract Documents, all Work at the Site
shall be performed during regular working hours, and
CONTRACTOR will not permit overtime work or the
performance of Work on Saturday, Sunday, or any
legal holiday without OWNER's written consent (which
will not be unreasonably withheld) given after prior
written notice to ENGINEER.
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the General Re-
quirements, CONTRACTOR shall provide and
assume full responsibility for all services, materials,
equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel,
power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and
incidentals necessary for the performance, testing,
start-up, and completion of the Work.
B. All materials and equipment incorporated into
the Work shall be as specified or, if not specified, shall
be of good quality and new, except as otherwise
provided in the Contract Documents. All warranties
and guarantees specifically called for by the Specifica-
tions shall expressly run to the benefit of OWNER. If
required by ENGINEER, CONTRACTOR shall furnish
satisfactory evidence (including reports of required
tests) as to the source, kind, and quality of materials
and equipment. All materials and equipment shall be
stored, applied, installed, connected, erected,
protected, used, cleaned, and conditioned in
accordance with instructions of the applicable
Supplier, except as otherwise may be provided in the
Contract Documents.
6.04 Progress Schedule
A. CONTRACTOR shall adhere to the progress
schedule established in accordance with paragraph
2.07 as it may be adjusted from time to time as
provided below.
1. CONTRACTOR shall submit to
ENGINEER for acceptance (to the extent indi-
cated in paragraph 2.07) proposed adjustments
in the progress schedule that will not result in
changing the Contract Times (or Milestones).
Such adjustments will conform generally to the
progress schedule then in effect and additional-
ly will comply with any provisions of the General
Requirements applicable thereto.
2. Proposed adjustments in the
progress schedule that will change the Contract
Times (or Milestones) shall be submitted in
accordance with the requirements of Article 12.
Such adjustments may only be made by a
Change Order or Written Amendment in accor-
dance with Article 12.
6.05 . Substitutes and "Or -Equals"
A. Whenever an item of material or equipment is
specified or described in the Contract Documents by
using the name of a proprietary item or the name of a
particular Supplier, the specification or description is
intended to establish the type, function, appearance,
and quality required. Unless the specification or
description contains or is followed by words reading
that no like, equivalent, or "or -equal" item or no
substitution is permitted, other items of material or
equipment or material or equipment of other Suppliers
may be submitted to ENGINEER for review under the
circumstances described below.
1. "Or -Equal" Items. If in ENGINEER's
sole discretion an item of material or equipment
proposed by CONTRACTOR is functionally
equal to that named and sufficiently similar so
that no change in related Work will be required,
it may be considered by ENGINEER as an
"or -equal" item, in which case review and
approval of the proposed item may, in
ENGINEER's sole discretion, be accomplished
without compliance with some or all of the
requirements for approval of proposed substi-
tute items. For the purposes of this paragraph
6.05.A.1, a proposed item of material or
equipment will be considered functionally equal
to an item so named if:
a. in the exercise of reasonable
judgment ENGINEER determines that: (i) it
is at least equal in quality, durability,
appearance, strength, and design
characteristics; (ii) it will reliably perform at
least equally well the function imposed by
the design concept of the completed Project
as a functioning whole, and;
b. CONTRACTOR certifies that: (i)
there is no increase in cost to the OWNER;
and (ii) it will conform substantially, even
with deviations, to the detailed requirements
of the item named in the Contract
Documents.
00700 - General Conditions
00700-19
RIEnginsering\Capital
Project"217-Powerline Road\Bid
Documents\00700 - General Conditions.doc
1. "Or -Equal" Items. If in ENGINEER's
sole discretion an item of material or equipment
proposed by CONTRACTOR is functionally
equal to that named and sufficiently similar so
that no change in related Work will be required,
it may be considered by ENGINEER as an
"or -equal" item, in which case review and
approval of the proposed item may, in
ENGINEER's sole discretion, be accomplished
without compliance with some or all of the
requirements for approval of proposed substi-
tute items. For the purposes of this paragraph
6.05.A.1, a proposed item of material or
equipment will be considered functionally equal
to an item so named if:
a. in the exercise of reasonable
judgment ENGINEER determines that: (i) it
is at least equal in quality, durability,
appearance, strength, and design
characteristics; (ii) it will reliably perform at
least equally well the function imposed by
the design concept of the completed Project
as a functioning whole, and;
b. CONTRACTOR certifies that: (i)
there is no increase in cost to the OWNER;
and (ii) it will conform substantially, even
with deviations, to the detailed requirements
of the item named in the Contract
Documents.
00700 - General Conditions
2. Substitute Items
a. If in ENGINEER's sole discretion an
item of material or equipment proposed by
CONTRACTOR does not qualify as an
"or -equal" item under paragraph 6.05.A.11 it
will be considered a proposed substitute
item.
b. CONTRACTOR shall submit suffi-
cient information as provided below to allow
ENGINEER to determine that the item of
material or equipment proposed is
essentially equivalent to that named and an
acceptable substitute therefor. Requests for
review of proposed substitute items of
material or equipment will not be accepted
by ENGINEER from anyone other than
CONTRACTOR.
c. The procedure for review by ENGI-
NEER will be as set forth in paragraph
6.05.A.2.d, as supplemented in the General
Requirements and as ENGINEER may
decide is appropriate under the
circumstances.
d. CONTRACTOR shall first make
written application to ENGINEER for review
of a proposed substitute item of material or
equipment that CONTRACTOR seeks to
furnish or use. The application shall certify
that the proposed substitute item will
perform adequately the functions and
achieve the results called for by the general
design, be similar in substance to that
specified, and be suited to the same use as
that specified. The application will state the
extent, if any, to which the use of the pro-
posed substitute item will prejudice
CONTRACTOR's achievement of Substan-
tial Completion on time, whether or not use
of the proposed substitute item in the Work
will require a change in any of the Contract
Documents (or in the provisions of any other
direct contract with OWNER for work on the
Project) to adapt the design to the proposed
substitute item and whether or not
incorporation or use of the proposed substi-
tute item in connection with the Work is sub-
ject to payment of any license fee or royalty.
All variations of the proposed substitute
item from that specified will be identified in
the application, and available engineering,
sales, maintenance, repair, and
replacement services will be indicated. The
application will also contain an itemized esti-
mate of all costs or credits that will result
directly or indirectly from use of such
substitute item, including costs of redesign
and claims of other contractors affected by
any resulting change, all of which will be
considered by ENGINEER in evaluating the
proposed substitute item. ENGINEER may
require CONTRACTOR to furnish additional
data about the proposed substitute item.
B. Substitute Construction Methods or Proce-
dures: If a specific means, method, technique, se-
quence, or procedure of construction is shown or
indicated in and expressly required by the Contract.
Documents, CONTRACTOR may furnish or utilize a
substitute means, method, technique, sequence, or
procedure of construction approved by ENGINEER.
CONTRACTOR shall submit sufficient information to
allow ENGINEER, in ENGINEER's sole discretion, to
determine that the substitute proposed is equivalent to
that expressly called for by the Contract Documents.
The procedure for review by ENGINEER will be similar
to that provided in subparagraph 6.05.A.2.
C. Engineers Evaluation: ENGINEER will be
allowed a reasonable time within which to evaluate
each proposal or submittal made pursuant to para-
graphs 6.05.A and 6.05.13. ENGINEER will be the
sole judge of acceptability. No "or -equal" or substitute
will be ordered, installed or utilized until ENGINEER's
review is complete, which will be evidenced by either a
Change Order for a substitute or an approved Shop
Drawing for an "or equal." ENGINEER will advise
CONTRACTOR in writing of any negative
determination.
D. Special Guarantee: OWNER may require
CONTRACTOR to furnish at CONTRACTOR's ex-
pense a special performance guarantee or other
surety with respect to any substitute.
E. ENGINEER's Cost Reimbursement:
ENGINEER will record time required by ENGINEER
and ENGINEER's Consultants in evaluating substitute
proposed or submitted by CONTRACTOR pursuant to
paragraphs 6.05.A.2 and 6.05.13 and in making
changes in the Contract Documents (or in the
provisions of any other direct contract with OWNER
for work on the Project) occasioned thereby. Whether
or not ENGINEER approves a substitute item so pro-
posed or submitted by CONTRACTOR, CON-
TRACTOR shall reimburse OWNER for the charges
of ENGINEER and ENGINEER's Consultants for
evaluating each such proposed substitute.
F. CONTRACTOR's Expense: CONTRACTOR
shall provide all data in support of any proposed
substitute or "or -equal" at CONTRACTOR's expense.
00700 - General Conditions
00700-20
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
6.06 Concerning Subcontractors, Suppliers,
and Others
A. CONTRACTOR shall not employ any
Subcontractor, Supplier, or other individual or entity
(including those acceptable to OWNER as indicated in
paragraph 6.06.13), whether initially or as a
replacement, against whom OWNER may have
reasonable objection. CONTRACTOR shall not be
required to employ any Subcontractor, Supplier, or
other individual or entity to furnish or perform any of
the Work against whom CONTRACTOR has reason-
able objection.
B. If the Supplementary Conditions require the
identity of certain Subcontractors, Suppliers, or other
individuals or entities to be submitted to OWNER in
advance for acceptance by OWNER by a specified
date prior to the Effective Date of the Agreement, and
if CONTRACTOR has submitted a list thereof in
accordance with the Supplementary Conditions,
OWNER's acceptance (either in writing or by failing to
make written objection thereto by the date indicated
for acceptance or objection in the Bidding Documents
or the Contract Documents) of any such Subcon-
tractor, Supplier, or other individual or entity so
identified may be revoked on the basis of reasonable
objection after due investigation. CONTRACTOR
shall submit an acceptable replacement for the
rejected Subcontractor, Supplier, or other individual or
entity, and the Contract Price will be adjusted by the
difference in the cost occasioned by such
replacement, and an appropriate Change Order will be
issued or Written Amendment signed. No acceptance
by OWNER of any such Subcontractor, Supplier, or
other individual or entity, whether initially or as a
replacement, shall constitute a waiver of any right of
OWNER or ENGINEER to reject defective Work.
C. CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all acts and omissions of
the Subcontractors, Suppliers, and other individuals or
entities performing or furnishing any of the Work just
as CONTRACTOR is responsible for
CONTRACTOR's own acts and omissions. Nothing in
the Contract Documents shall create for the benefit of
any such Subcontractor, Supplier, or other individual
or entity any contractual relationship between OWNER
or ENGINEER and any such Subcontractor, Supplier
or other individual or entity, nor shall it create any
obligation on the part of OWNER or ENGINEER to
pay or to see to the payment of any moneys due any
such Subcontractor, Supplier, or other individual or
entity except as may otherwise be required by Laws
and Regulations.
D. CONTRACTOR shall be solely responsible
for scheduling and coordinating the Work of Subcon-
tractors, Suppliers, and other individuals or entities
performing or furnishing any of the Work under a
direct or indirect contract with CONTRACTOR.
E. CONTRACTOR shall require all Subcontrac-
tors, Suppliers, and such other individuals or entities
performing or furnishing any of the Work to commu-
nicate with ENGINEER through CONTRACTOR.
F. The divisions and sections of the Specifica-
tions and the identifications of any Drawings shall not
control CONTRACTOR in dividing the Work among
Subcontractors or Suppliers or delineating the Work to
be performed by any specific trade.
G. All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be pursuant to an
appropriate agreement between CONTRACTOR and
the Subcontractor or Supplier which specifically binds
the Subcontractor or Supplier to the applicable terms
and conditions of the Contract Documents for the
benefit of OWNER and ENGINEER. Whenever any
such agreement is with a Subcontractor or Supplier
who is listed as an additional insured on the property
insurance provided in paragraph 5.06, the agreement
between the CONTRACTOR and the Subcontractor
or Supplier will contain provisions whereby the
Subcontractor or Supplier waives all rights against
OWNER, CONTRACTOR, ENGINEER, ENGINEER's
Consultants, and all other individuals or entities
identified in the Supplementary Conditions to be listed
as insureds or additional insureds (and the officers,
directors, partners, employees, agents, and other
consultants and subcontractors of each and any of
them) for all losses and damages caused by, arising
out of, relating to, or resulting from any of the perils or
causes of loss covered by such policies and any other
property insurance applicable to the Work. If the
insurers on any such policies require separate waiver
forms to be signed by any Subcontractor or Supplier,
CONTRACTOR will obtain the same.
6.07 Patent Fees and Royalties
A. CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in
the performance of the Work or the incorporation in
the Work of any invention, design, process, product,
or device which is the subject of patent rights or
copyrights held by others. If a particular invention,
design, process, product, or device is specified in the
Contract Documents for use in the performance of the
Work and if to the actual knowledge of OWNER or
ENGINEER its use is subject to patent rights or
copyrights calling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To
the fullest extent permitted by Laws and Regulations,
00700 - General Conditions
00700-21
FAEngineering\Capital ProjectMD217-Powerline RoacMid Documents\00700 -General Conditions.doc
CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants, and
the officers, directors, partners, employees or agents,
and other consultants of each and any of them from
and against all claims, costs, losses, and damages
(including but not limited to all fees and charges of
engineers, architects, attorneys, and other
professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to
any infringement of patent rights or copyrights incident
to the use in the performance of the Work or resulting
from the incorporation in the Work of any invention,
design, process, product, or device not specified in the
Contract Documents,
6.08 Permits
A. Unless otherwise provided in the Supple-
mentary Conditions, CONTRACTOR shall obtain and
pay for all construction permits and licenses. OWNER
shall assist CONTRACTOR, when necessary, in
obtaining such permits and licenses. CONTRACTOR
shall pay all governmental charges and inspection
fees necessary for the prosecution of the Work which
are applicable at the time of opening of Bids, or, if
there are no Bids, on the Effective Date of the
Agreement. CONTRACTOR shall pay all charges of
utility owners for connections to the Work, and
OWNER shall pay all charges of such utility owners
for capital costs related thereto, such as plant
investment fees.
6.09 Laws and Regulations
A. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to the
performance of the Work. Except where otherwise
expressly required by applicable Laws and
Regulations, neither OWNER nor ENGINEER shall be
responsible for monitoring CONTRACTOR's compli-
ance with any Laws or Regulations.
B. If CONTRACTOR performs any Work know-
ing or having reason to know that it is contrary to Laws
or Regulations, CONTRACTOR shall bear all claims,
costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out
of or relating to such Work; however, it shall not be
CONTRACTOR's primary responsibility to make -
certain that the Specifications and Drawings are in
accordance with Laws and Regulations, but this shall
not relieve CONTRACTOR of CONTRACTOR's
obligations under paragraph 3.03.
C. Changes in Laws or Regulations not known at
the time of opening of Bids (or, on the Effective Date
of the Agreement if there were no Bids) having an
effect on the cost or time of performance of the Work
may be the subject of an adjustment in Contract Price
or Contract Times. If OWNER and CONTRACTOR
are unable to agree on entitlement to or on the
amount or extent, if any, of any such adjustment, a
Claim may be made therefor as provided in paragraph
10.05.
6.10 Taxes
B. OWNER qualifies for state and local sales tax
exemption in the purchase of all material and
equipment.
6.11 Use of Site and Other Areas
00700-22
F:\Enginsering\Cepital Projects\0217-Powerline Road%Bid Documents\00700 - General Conditions.doc
A. Limitation on Use of Site and Other Areas
1. CONTRACTOR shall confine
construction equipment, the storage of
materials and equipment, and the operations of
workers to the Site and other areas permitted
by Laws and Regulations, and shall not
unreasonably encumber the Site and other
areas with construction equipment or other
materials or equipment. CONTRACTOR shall
assume full responsibility for any damage to
any such land or area, or to the owner or
occupant thereof, or of any adjacent land or
areas resulting from the performance of the
Work.
2. Should any claim be made by any
such owner or occupant because of the
performance of the Work, CONTRACTOR shall
promptly settle with such other party by
negotiation or otherwise resolve the claim by
arbitration or other dispute resolution
proceeding or at law.
3. To the fullest extent permitted by
Laws and Regulations, CONTRACTOR shall
indemnify and hold harmless OWNER,
ENGINEER, CAIGINEER's Gei;sulta t and the
officers, directors, partners, employees, agents,
and other consultants of each and any of them
from and against all claims, costs, losses, and
damages (including but not limited to all fees
and charges of engineers, architects, attorneys,
and other professionals and all court or
00700 - General Conditions
.,Ila
W -. .-
oil
t
.,
.-
ME MY—TO
mraTZIM
M
MI
mot
'o.
B. OWNER qualifies for state and local sales tax
exemption in the purchase of all material and
equipment.
6.11 Use of Site and Other Areas
00700-22
F:\Enginsering\Cepital Projects\0217-Powerline Road%Bid Documents\00700 - General Conditions.doc
A. Limitation on Use of Site and Other Areas
1. CONTRACTOR shall confine
construction equipment, the storage of
materials and equipment, and the operations of
workers to the Site and other areas permitted
by Laws and Regulations, and shall not
unreasonably encumber the Site and other
areas with construction equipment or other
materials or equipment. CONTRACTOR shall
assume full responsibility for any damage to
any such land or area, or to the owner or
occupant thereof, or of any adjacent land or
areas resulting from the performance of the
Work.
2. Should any claim be made by any
such owner or occupant because of the
performance of the Work, CONTRACTOR shall
promptly settle with such other party by
negotiation or otherwise resolve the claim by
arbitration or other dispute resolution
proceeding or at law.
3. To the fullest extent permitted by
Laws and Regulations, CONTRACTOR shall
indemnify and hold harmless OWNER,
ENGINEER, CAIGINEER's Gei;sulta t and the
officers, directors, partners, employees, agents,
and other consultants of each and any of them
from and against all claims, costs, losses, and
damages (including but not limited to all fees
and charges of engineers, architects, attorneys,
and other professionals and all court or
00700 - General Conditions
arbitration or other dispute resolution costs)
arising out of or relating to any claim or action,
legal or equitable, brought by any such owner
or occupant against OWNER, ENGINEER, or
any other party indemnified hereunder to the
extent caused by or based upon
CONTRACTOR's performance of the Work.
B. Removal of Debris During Performance of the
Work. During the progress of the Work CONTRAC-
TOR shall keep the Site and other areas free from
accumulations of waste materials, rubbish, and other
debris. Removal and disposal of such waste materi-
als, rubbish, and other debris shall conform to applica-
ble Laws and Regulations.
C. Cleaning: Prior to Substantial Completion of
the Work CONTRACTOR shall clean the Site and
make it ready for utilization by OWNER. At the com-
pletion of the Work CONTRACTOR shall remove from
the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall
restore to original condition all property not designated
for alteration by the Contract Documents.
D. Loading Structures: CONTRACTOR shall not
load nor permit any part of any'structure to be loaded
in any manner that will endanger the structure, nor
shall CONTRACTOR subject any part of the Work or
adjacent property to stresses or pressures that will
endanger it.
6.12 Record Documents
A. CONTRACTOR shall maintain in a safe place
at the Site one record copy of all Drawings, Specifica-
tions, Addenda, Written Amendments, Change
Orders, Work Change Directives, Field Orders, and
written interpretations and clarifications in good order
and annotated to show changes made during
construction. These record documents together with
all approved Samples and a counterpart of all
approved Shop Drawings will be available to ENGI-
NEER for reference. Upon completion of the Work,
these record documents, Samples, and Shop
Drawings will be delivered to ENGINEER for OWNER.
6.13 Safety and Protection
A. CONTRACTOR shall be solely responsible
for initiating, maintaining and supervising all safety
precautions and programs in connection with the
Work. CONTRACTOR shall take all necessary
precautions for the safety of, and shall provide the
necessary protection to prevent damage, injury or loss
to:
1. all persons on the Site or who may
be affected by the Work;
2. all the Work and materials and equip-
ment to be incorporated therein, whether in
storage on or off the Site; and
3. other property at the Site or adjacent
thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and
Underground Facilities not designated for
removal, relocation, or replacement in the
course of construction.
B. CONTRACTOR shall comply with all applica-
ble Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or
property from damage, injury, or loss; and shall erect
and maintain all necessary safeguards for such safety
and protection. CONTRACTOR shall notify owners of
adjacent property and of Underground Facilities and
other utility owners when prosecution of the Work may
affect them, and shall cooperate with them in the
protection, removal, relocation, and replacement of
their property. All damage, injury, or loss to any
property referred to in paragraph 6.13.A.2 or 6.13.A.3
caused, directly or indirectly, in whole or in part, by
CONTRACTOR, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed
by any of them to perform any of the Work, or anyone
for whose acts any of them may be liable, shall be
remedied by CONTRACTOR (except damage or loss
attributable to the fault of Drawings or Specifications
or to the acts or omissions of OWNER or ENGINEER
or ENGINEER's Consultant, or anyone employed by
any of them, or anyone for whose acts any of them
may be liable, and not attributable, directly or
indirectly, in whole or in part, to the fault or negligence
of CONTRACTOR or any Subcontractor, Supplier, or
other individual or entity directly or indirectly employed
by any of them). CONTRACTOR's duties and
responsibilities for safety and for protection of the
Work shall continue until such time as all the Work is
completed and ENGINEER has issued a notice to
OWNER and CONTRACTOR in accordance with
paragraph 14.07.6 that the Work is acceptable
(except as otherwise expressly provided in connection
with Substantial Completion).
6.14 Safety Representative
A. CONTRACTOR shall designate a qualified
and experienced safety representative at the Site
whose duties and responsibilities shall be the
prevention of accidents and the maintaining and
supervising of safety precautions and programs.
00700 - General Conditions
00700-23
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
6.15 Hazard Communication Programs
A. CONTRACTOR shall be responsible for
coordinating any exchange of material safety data
sheets or other hazard communication information
required to be made available to or exchanged be-
tween or among employers at the Site in accordance
with Laws or Regulations.
6.16 Emergencies
A. In emergencies affecting the safety or protec-
tion of persons or the Work or property at the Site or
adjacent thereto, CONTRACTOR is obligated to act to
prevent threatened damage, injury, or loss.
CONTRACTOR shall give ENGINEER prompt written
notice if CONTRACTOR believes that any significant
changes in the Work or variations from the Contract
Documents have been caused thereby or are required
as a result thereof. If ENGINEER determines that a
change in the Contract Documents is required be-
cause of the action taken by CONTRACTOR in
response to such an emergency, a Work Change
Directive or Change Order will be issued.
6.17 Shop Drawings and Samples
A. CONTRACTOR shall submit Shop Drawings
to ENGINEER for review and approval in accordance
with the acceptable schedule of Shop Drawings and
Sample submittals. All submittals will be identified as
ENGINEER may require and in the number of copies
specified in the General Requirements. The data
shown on the Shop Drawings will be complete with
respect to quantities, dimensions, specified perfor-
mance and design criteria, materials, and similar data
to show ENGINEER the services, materials, and
equipment CONTRACTOR proposes to provide and
to enable ENGINEER to review the information for the
limited purposes required by paragraph 6.17.E.
B. CONTRACTOR shall also submit Samples to
ENGINEER for review and approval in accordance
with the acceptable schedule of Shop Drawings and
Sample submittals. Each Sample will be identified
clearly as to material, Supplier, pertinent data such as
catalog numbers, and the use for which intended and
otherwise as ENGINEER may require to enable ENGI-
NEER to review the submittal for the limited purposes
required by paragraph 6.17.E. The numbers of each
Sample to be submitted will be as specified in the
Specifications.
C. Where a Shop Drawing or Sample is required
by the Contract Documents or the schedule of Shop
Drawings and Sample submittals acceptable to ENGI-
NEER as required by paragraph 2.07, any related
Work performed prior to ENGINEER's review and
approval of the pertinent submittal will be at the sole
expense and responsibility of CONTRACTOR.
00700-24
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
D. Submittal Procedures
1. Before submitting each Shop
Drawing or Sample, CONTRACTOR shall have
determined and verified:
a. all field measurements, quantities,
dimensions, specified performance criteria,
installation requirements, materials, catalog
numbers, and similar information with
respect thereto;
b. all materials with respect to intended
use, fabrication, shipping, handling, storage,
assembly, and installation pertaining to the
performance of the Work;
c. all information relative to means,
methods, techniques, sequences, and
procedures of construction and safety
precautions and programs incident thereto;
and
d. CONTRACTOR shall also have
reviewed and coordinated each Shop
Drawing or Sample with other Shop
Drawings and Samples and with the
requirements of the Work and the Contract
Documents.
2. Each submittal shall bear a stamp or
specific written indication that CONTRACTOR
has satisfied CONTRACTOR's obligations
under the Contract Documents with respect to
CONTRACTOR's review and approval of that
submittal.
3. At the time of each submittal, CON-
TRACTOR shall give ENGINEER specific
written notice of such variations, if any, that the
Shop Drawing or Sample submitted may have
from the requirements of the Contract
Documents, such notice to be in a written com-
munication separate from the submittal; and, in
addition, shall cause a specific notation to be
made on each Shop Drawing and Sample sub-
mitted to ENGINEER for review and approval of
each such variation.
E. ENGINEER's Review
1. ENGINEER will timely review and
approve Shop Drawings and Samples in
accordance with the schedule of Shop
Drawings and Sample submittals acceptable to
00700 - General Conditions
ENGINEER. ENGINEER's review and
approval will be only to determine if the items
covered by the submittals will, after installation
or incorporation in the Work, conform to the
information given in the Contract Documents
and be compatible with the design concept of
the completed Project as a functioning whole as
indicated by the Contract Documents.
2. ENGINEER's review and approval
will not extend to means, methods, techniques,
sequences, or procedures of construction
(except where a particular means, method,
technique, sequence, or procedure of con-
struction is specifically and expressly called for
by the Contract Documents) or to safety
precautions or programs incident thereto. The
review and approval of a separate item as such
will not indicate approval of the assembly in
which the item functions.
3. ENGINEER's review and approval of
Shop Drawings or Samples shall not relieve
CONTRACTOR from responsibility for any
variation from the requirements of the Contract
Documents unless CONTRACTOR has in
writing called ENGINEER's attention to each
such variation at the time of each submittal as
required by paragraph 6.17.D.3 and ENGI-
NEER has given written approval of each such
variation by specific written notation thereof
incorporated in or accompanying the Shop
Drawing or Sample approval; nor will any
approval by ENGINEER relieve CON-
TRACTOR from responsibility for complying
with the requirements of paragraph 6.17.D.1.
F. Resubmittal Procedures
1. CONTRACTOR shall make correc-
tions required by ENGINEER and shall return
the required number of corrected copies of
Shop Drawings and submit as required new
Samples for review and approval. COW
TRACTOR shall direct specific attention in
writing to revisions other than the corrections
called for by ENGINEER on previous
submittals.
6.18 Continuing the Work
A. CONTRACTOR shall cavy on the Work and
adhere to the progress schedule during all disputes or
disagreements with OWNER. No Work shall be
delayed or postponed pending resolution of any
disputes or disagreements, except as permitted by
paragraph 15.04 or as OWNER and CONTRACTOR
may otherwise agree in writing.
6.19 CONTRACTOR's General Warranty and
Guarantee
A. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER, and ENGINEER's Consultants
that all Work will be in accordance with the Contract
Documents and will not be defective.
CONTRACTOR's warranty and guarantee hereunder
excludes defects or damage caused by:
1. abuse, modification, or improper
maintenance or operation by persons other
than CONTRACTOR, Subcontractors,
Suppliers, or any other individual or entity for
whom CONTRACTOR is responsible; or
2. normal wear and tear under normal
usage.
B. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following
will constitute an acceptance of Work that is not in
accordance with the Contract Documents or a release
of CONTRACTOR's obligation to perform the Work in
accordance with the Contract Documents:
1. observations by ENGINEER;
2. recommendation by ENGINEER or
payment by OWNER of any progress or final
payment;
3. the issuance of a certificate of Sub-
stantial Completion by ENGINEER or any
payment related thereto by OWNER;
4. use or occupancy of the Work or any
part thereof by OWNER;
5. any acceptance by OWNER or any
failure to do so;
6. any review and approval of a Shop
Drawing or Sample submittal or the issuance of
a notice of acceptability by ENGINEER;
7. any inspection, test, or approval by
others; or
8. any correction of defective Work by
OWNER.
6.20 Indemnification
A. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
00700 - General Conditions
00700-25
FAEngineeringlCapital Projects%0217-Powerline RoadlBid Documentst00700 - General Conditions.doc
harmless OWNER, ENGINEER, c"Irl.'s
Gensultaets, and the officers, directors, partners,
employees, agents, and other consultants and
subcontractors of each and any of them from and
against all claims, costs, losses, and damages
(including but not limited to all fees and charges of
engineers, architects, attorneys, and other
professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to
the performance of the Work, provided that any such
claim, cost, loss, or damage:
1. is attributable to bodily injury,
sickness, disease, or death, or to injury to or
destruction of tangible property (other than the
Work itself), including the loss of use resulting
therefrom; and
2. is caused in whole or in part by any
negligent act or omission of CONTRACTOR,
any Subcontractor, any Supplier, or any
individual or entity directly or indirectly
employed by any of them to perform any of the
Work or anyone for whose acts any of them
may be liable, regardless of whether or not
caused in part by any negligence or omission of
an individual or entity indemnified hereunder or
whether liability is imposed upon such indemni-
fied party by Laws and Regulations regardless
of the negligence of any such individual or
entity.
B. In any and all claims against OWNER or
ENGINEER or any of their respective consultants,
agents, officers, directors, partners, or employees by
any employee (or the survivor or personal
representative of such employee) of CONTRACTOR,
any Subcontractor, any Supplier, or any individual or
entity directly or indirectly employed by any of them to
perform any of the Work, or anyone for whose acts
any of them may be liable, the indemnification
obligation under paragraph 6.20.A shall not be limited
in any way by any limitation on the amount or type of
damages, compensation, or benefits payable by or for
CONTRACTOR or any such Subcontractor, Supplier,
or other individual or entity under workers' compen-
sation acts, disability benefit acts, or other employee
benefit acts.
C. The indemnification obligations of COW
TRACTOR under paragraph 6.20.A shall not extend to
the liability of ENGINEER and—ENGlINEER's
Gensultantts or to the officers, directors, partners,
employees, agents, and other consultants and
subcontractors of each and any of them arising out of:
1. the preparation or approval of, or the
failure to prepare or approve, maps, Drawings,
opinions, reports, surveys, Change Orders,
designs, or Specifications; or
2. giving directions or instructions, or
failing to give them, if that is the primary cause
of the injury or damage.
ARTICLE 7 - OTHER WORK
7.01 Related Work at Site
A. OWNER may perform other work related to
the Project at the Site by OWNER's employees, or let
other direct contracts therefore, or have other work
performed by utility owners. If such other work is not
noted in the Contract Documents, then:
1. written notice thereof will be given to
CONTRACTOR prior to starting any such other
work; and
2. if OWNER and CONTRACTOR are
unable to agree on entitlement to or on the
amount or extent, if any, of any adjustment in
the Contract Price or Contract Times that
should be allowed as a result of such other
work, a Claim may be made therefor as
provided in paragraph 10.05.
B. CONTRACTOR shall afford each other
contractor who is a. party to such a direct contract and
each utility owner (and OWNER, if OWNER is per-
forming the other work with OWNER's employees)
proper and safe access to the Site and a reasonable
opportunity for the introduction and storage of
materials and equipment and the execution of such
other work and shall properly coordinate the Work with
theirs. Unless otherwise provided in the Contract
Documents, CONTRACTOR shall do all cutting,
fitting, and patching of the Work that may be required
to properly connect or otherwise make its several
parts come together and properly integrate with such
other work. CONTRACTOR shall not endanger any
work of others by cutting, excavating, or otherwise
altering their work 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
responsibilities of CONTRACTOR under this
paragraph are for the benefit of such utility owners and
other contractors to the extent that there are
comparable provisions for the benefit of
CONTRACTOR in said direct contracts between
OWNER and such utility owners and other
contractors.
00700 - General Conditions
00700-26
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
C. If the proper execution or results of any part of
CONTRACTOR's Work depends upon work per-
formed by others under this Article 7, CONTRACTOR
shall inspect such other work and promptly report to
ENGINEER in writing any delays, defects, or deficien-
cies in such other work that render it unavailable or
unsuitable for the proper execution and results of
CONTRACTOR's Work. CONTRACTOR's failure to
so report will constitute an acceptance of such other
work as fit and proper for integration with
CONTRACTOR's Work except for latent defects and
deficiencies in such other work.
7.02 Coordination
A. If OWNER intends to contract with others for
the performance of other work on the Project at the
Site, the following will be set forth in Supplementary
Conditions:
1. the individual or entity who will have
authority and responsibility for coordination of
the activities among the various contractors will
be identified;
2. the specific matters to be covered by
such authority and responsibility will be
itemized; and
3. the extent of such authority and
responsibilities will be provided.
B. Unless otherwise provided in the
Supplementary Conditions, OWNER shall have sole
authority and responsibility for such coordination.
ARTICLE 8 OWNER'S RESPONSIBILITIES
8.01 Communications to Contractor
A. Except as otherwise provided in these
General Conditions, OWNER shall issue all communi-
cations to CONTRACTOR through ENGINEER.
8.02 Replacement of ENGINEER
A. In case of termination of the employment of
ENGINEER, OWNER shall appoint an engineer to
whom CONTRACTOR makes no reasonable
objection, whose status under the Contract
Documents shall be that of the former ENGINEER.
8.03 Furnish Data
A. OWNER shall promptly furnish the data
required of OWNER under the Contract Documents.
8.04 Pay Promptly When Due
A. OWNER shall make payments to CONTRAC-
TOR promptly when they are due as provided in
paragraphs 14.02.0 and 14.07.C.
8.05 Lands and Easements, Reports and Tests
A. OWNER's duties in respect of providing lands
and easements and providing engineering surveys to
establish reference points are set forth in paragraphs
4.01 and 4.05. Paragraph 4.02 refers to OWNER's
identifying and making available to CONTRACTOR
copies of reports of explorations and tests of
subsurface conditions and drawings of physical
conditions in or relating to existing surface or
subsurface structures at or contiguous to the Site that
have been utilized by ENGINEER in preparing the
Contract Documents.
8.06 Insurance
A. OWNER's responsibilities, if any, in respect to
purchasing and maintaining liability and property insur-
ance are set forth in Article 5.
8.07 Change Orders
A. OWNER is obligated to execute Change
Orders as indicated in paragraph 10.03.
8.08 Inspections, Tests, and Approvals
A. OWNER's responsibility in respect to certain
inspections, tests, and approvals is set forth in
paragraph 13.03.B.
8.09 Limitations on OWNER's Responsibilities
A. The OWNER shall not supervise, direct, or
have control or authority over, nor be responsible for,
CONTRACTOR's means, methods, techniques, se-
quences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any
failure of CONTRACTOR to comply with Laws and
Regulations applicable to the performance of the
Work. OWNER will not be responsible for
CONTRACTOR's failure to perform the Work in
accordance with the Contract Documents.
00700 - General Conditions
00700-27
FAEngineering\Capital Projects10217-Powerline Roa"id Documents100700 - General Conditions.doc
8.10 Undisclosed Hazardous Environmental
Condition
A. OWNER's responsibility in respect to an
undisclosed Hazardous Environmental Condition is
set forth in paragraph 4.06.
8.11 Evidence of Financial Arrangements
A. If and to the extent OWNER has agreed to
furnish CONTRACTOR reasonable evidence that
financial arrangements have been made to satisfy
OWNER's obligations under the Contract Documents,
OWNER's responsibility in respect thereof will be as.
set forth in the Supplementary Conditions.
ARTICLE 9 - ENGINEER'S STATUS DURING
CONSTRUCTION
9.01 OWNER'S Representative
A. ENGINEER will be OWNER's representative
during the construction period. The duties and
responsibilities and the limitations of authority of
ENGINEER as OWNER Is representative during
construction are set forth in the Contract Documents
and will not be changed without written consent of
OWNER and ENGINEER.
9.02 Visits to Site
A. ENGINEER will make visits to the Site at
intervals appropriate to the various stages of construc-
tion as ENGINEER deems necessary in order to
observe as an experienced and qualified design
professional the progress that has been made and the
quality of the various aspects of CONTRACTOR's
executed Work. Based on information obtained
during such visits and observations, ENGINEER, for
the benefit of OWNER, will determine, in general, if
the Work is proceeding in accordance with the Con-
tract Documents. ENGINEER will not be required to
make exhaustive or continuous inspections on the Site
to check the quality or quantity of the Work.
ENGINEER's efforts will be directed toward providing
for OWNER a greater degree of confidence that the
completed Work will conform generally to the Contract
Documents. On the basis of such visits and
observations, ENGINEER will keep OWNER informed
of the progress of the Work and will endeavor to guard
OWNER against defective Work.
B. ENGINEER's visits and observations are
subject to all the limitations on ENGINEER Is authority
and responsibility set forth in paragraph 9.10, and
particularly, but without limitation, during or as a result
of ENGINEER's visits or observations of
CONTRACTOR's Work ENGINEER will not
supervise, direct, control, or have authority over or be
responsible for CONTRACTOR's means, methods,
techniques, sequences, or procedures of construction,
or the safety precautions and programs incident
thereto, or for any failure of CONTRACTOR to comply
with Laws and Regulations applicable to the
performance of the Work.
9.03 Project Representative
A. If OWNER and ENGINEER agree, ENGI-
NEER will furnish a Resident Project Representative
to assist ENGINEER in providing more extensive
observation of the Work. The responsibilities and
authority and limitations thereon of any such Resident
Project Representative and assistants will be as
provided in paragraph 9.10 and in the Supplementary
Conditions. If OWNER designates another represen-
tative or agent to represent OWNER at the Site who is
not ENGINEER's Consultant, agent or employee, the
responsibilities and authority and limitations thereon of
such other individual or entity will be as provided in the
Supplementary Conditions.
9.04 Clarifications and Interpretations
A. ENGINEER will issue with reasonable
promptness such written clarifications or interpreta-
tions of the requirements of the Contract Documents
as ENGINEER may determine necessary, which shall
be consistent with the intent of and reasonably
inferable from the Contract Documents. Such written
clarifications and interpretations will be binding on
OWNER and CONTRACTOR. If OWNER and COW
TRACTOR are unable to agree on entitlement to or on
the amount or extent, if any, of any adjustment in the
Contract Price or Contract Times, or both, that should
be allowed as a result of a written clarification or
interpretation, a Claim may be made therefor as
provided in paragraph 10.05.
9.05 Authorized Variations in Work
A. ENGINEER may authorize minor variations in
the Work from the requirements of the Contract
Documents which do not involve an adjustment in the
Contract Price or the Contract Times and are compati-
ble with the design concept of the completed Project
as a functioning whole as indicated by the Contract
Documents. These may be accomplished by a Field
Order and will be binding on OWNER and also on
CONTRACTOR, who shall perform the Work involved
promptly. If OWNER and CONTRACTOR are unable
to agree on entitlement to or on the amount or extent,
if any, of any adjustment in the Contract Price or
Contract Times, or both, as a result of a Field Order,
00700 - General Conditions
00700-28
FAEngineering%Capital Projects%0217-Powerline Roa(Md Documents\00700 - General Conditions.doc
a Claim may be made therefore as provided in
paragraph 10.05.
9.06 Rejecting Defective Work
A. ENGINEER will have authority to disapprove
or reject Work which ENGINEER believes to be
defective, or that ENGINEER believes will not produce
a completed Project that conforms to the Contract
Documents or that will prejudice the integrity of the
design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. ENGINEER will also have authority to
require special inspection or testing of the Work as
provided in paragraph 13.04, whether or not the Work
is fabricated, installed, or completed.
9.07 Shop Drawings, Change Orders and
Payments
A. In connection with ENGINEER's authority as
to Shop Drawings and Samples, see paragraph 6.17.
B. In connection with ENGINEER's authority as
to Change Orders, see Articles 10, 11, and 12.
C. In connection with ENGINEER's authority as
to Applications for Payment, see Article 14.
9.08 Determinations for Unit Price Work
A. ENGINEER will determine the actual quanti-
ties and classifications of Unit Price Work performed
by CONTRACTOR. ENGINEER will review with
CONTRACTOR the ENGINEER's preliminary
determinations on such matters before rendering a
written decision thereon (by recommendation of an
Application for Payment or otherwise). ENGINEER's
written decision thereon will be final and binding
(except as modified by ENGINEER to reflect changed
factual conditions or more accurate data) upon
OWNER and CONTRACTOR, subject to the
provisions of paragraph 10.05.
9.09 Decisions on Requirements of Contract
Documents and Acceptability of Work
A. ENGINEER will be the initial interpreter of the
requirements of the Contract Documents and judge of
the acceptability of the Work thereunder. Claims,
disputes and other matters relating to the acceptability
of the Work, the quantities and classifications of Unit
Price Work, the interpretation of the requirements of
the Contract Documents pertaining to the
performance of the Work, and Claims seeking
changes in the Contract Price or Contract Times will
be referred initially to ENGINEER in writing, in
accordance with the provisions of paragraph 10.05,
with a request for a formal decision.
B. When functioning as interpreter and judge
under this paragraph 9.09, ENGINEER will not show
partiality to OWNER or CONTRACTOR and will not
be liable in connection with any interpretation or
decision rendered in good faith in such capacity. The
rendering of a decision by ENGINEER pursuant to this
paragraph 9.09 with respect to any such Claim,
dispute, or other matter (except any which have been
waived by the making or acceptance of final payment
as provided in paragraph 14.07) will be a condition
precedent to any exercise by OWNER or
CONTRACTOR of such rights or remedies as either
may otherwise have under the Contract Documents or
by Laws or Regulations in respect of any such Claim,
dispute, or other matter.
9.10 Limitations on ENGINEER's Authority and
Responsibilities
A. Neither ENGINEER's authority or respon-
sibility under this Article 9 or under any other provision
of the Contract Documents nor any decision made by
ENGINEER in good faith either to exercise or not
exercise such authority or responsibility or the
undertaking, exercise, or performance of any authority
or responsibility by ENGINEER shall create, impose,
or give rise to any duty in contract, tort, or otherwise
owed by ENGINEER to CONTRACTOR, any Subcon-
tractor, any Supplier, any other individual or entity, or
to any surety for or employee or agent of any of them.
B. ENGINEER will not supervise, direct, control,
or have authority over or be responsible for
CONTRACTOR's means, methods, techniques, se-
quences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any
failure of CONTRACTOR to comply with Laws and
Regulations applicable to the performance of the
Work. ENGINEER will not be responsible for
CONTRACTOR's failure to perform the Work in
accordance with the Contract Documents.
C. ENGINEER will not be responsible for the
acts or omissions of CONTRACTOR or of any
Subcontractor, any Supplier, or of any other individual
or entity performing any of the Work.
D. ENGINEER's review of the final Application
for Payment and accompanying documentation and all
maintenance and operating instructions, schedules,
guarantees, Bonds, certificates of inspection, tests
and approvals, and other documentation required to
be delivered by paragraph 14.07.A will only be to
determine generally that their content complies with
the requirements of, and in the case of certificates of
00700 - General Conditions
00700-29
FAEngineering\Capital Projects=17-Powerline Road\Bid Documents\00700 -General Conditions.doc
inspections, tests, and approvals that the results
certified indicate compliance with, the Contract
Documents.
E. The limitations upon authority and responsibil-
ity set forth in this paragraph 9.10 shall also apply to
ENGINEER's Consultants, Resident Project Repre-
sentative, and assistants.
ARTICLE 10 - CHANGES IN THE WORK; CLAIMS
10.01 Authorized Changes in the Work
A. Without invalidating the Agreement and
without notice to any surety, OWNER may, at any time
or from time to time, order additions, deletions, or
revisions in the Work by a Written Amendment, a
Change Order, or a Work Change Directive. Upon
receipt of any such document, CONTRACTOR shall
promptly proceed with the Work involved which will be
performed under the applicable conditions of the
Contract Documents (except as otherwise specifically
provided).
B. If OWNER and CONTRACTOR are unable to
agree on entitlement to, or on the amount or extent, if
any, of an adjustment in the Contract Price or Contract
Times, or both, that should be allowed as a result of a
Work Change Directive, a Claim may be made
therefor as provided in paragraph 10.05.
10.02 Unauthorized Changes in the Work
A. CONTRACTOR shall not be entitled to an
increase in the Contract Price or an extension of the
Contract Times with respect to any work performed
that is not required by the Contract Documents as
amended, modified, or supplemented as provided in
paragraph 3.04, except in the case of an emergency
as provided in paragraph 6.16 or in the case of
uncovering Work as provided in paragraph 13.04.B.
10.03 Execution of Change Orders
A. OWNER and CONTRACTOR shall execute
appropriate Change Orders recommended by ENGI-
NEER (or Written Amendments) covering:
1. changes in the Work which are: (i)
ordered by OWNER pursuant to paragraph
10.01.A, (ii) required because of acceptance of
defective Work under paragraph 13.08.A or
OWNER's correction of defective Work under
paragraph 13.09, or (iii) agreed to by the
parties;
2. changes in the Contract Price or
Contract Times which are agreed to by the
parties, including any undisputed sum or
amount of time for Work actually performed in
accordance with a Work Change Directive; and
3, changes in the Contract Price or
Contract Times which embody the substance of
any written decision rendered by ENGINEER
pursuant to paragraph 10.05; provided that, in
lieu of executing any such Change Order, an
appeal may be taken from any such decision in
accordance with the provisions of the Contract
Documents and applicable Laws and Regula-
tions, but during any such appeal,
CONTRACTOR shall carry on the Work and
adhere to the progress schedule as provided in
paragraph 6.18.A.
10.04 Notification to Surety
A. If notice of any change affecting the general
scope of the Work or the provisions of the Contract
Documents (including, but not limited to, Contract
Price or Contract Times) is required by the provisions
of any Bond to be given to a surety, the giving of any
such notice will be CONTRACTOR's responsibility.
The amount of each applicable Bond will be adjusted
to reflect the effect of any such change.
00700 - General Conditions
00700-30
F:T=ngineering\Capital ProjeotsW217-Powerlins RoedlBid Documents100700 - General Conditions.doc
10. 05 Claims and Disputes
A. Notice: Written notice stating the general
nature of each Claim, dispute, or other matter shall be
delivered by the claimant to ENGINEER and the other
party to the Contract promptly (but in no event later
than 30 days) after the start of the event giving rise
thereto. Notice of the amount of extent of the Claim,
dispute, or other matter with supporting data shall be
delivered to the ENGINEER and the other party to the
Contract within 60 days after the start of such event
(unless ENGINEER allows additional time for claimant
to submit additional or more accurate data in support
of such Claim, dispute, or other matter). A Claim for
an adjustment in Contract Price shall be prepared in
accordance with the provisions of paragraph 12.01.13.
A Claim for an adjustment in Contract Time shall be
prepared in accordance with the provisions of
paragraph 12.02.8. Each Claim shall be accom-
panied by claimant's written statement that the adjust-
ment claimed is the entire adjustment to which the
claimant believes it is entitled as a result of said event.
The opposing party shall. submit any response to
ENGINEER and the claimant within 30 days after
receipt of the claimant's last submittal (unless
ENGINEER allows additional time).
B. ENGINEER's Decision: ENGINEER will
render a formal decision in writing within 30 days after
receipt of the last submittal of the claimant or the last
submittal of the opposing party, if any. ENGINEER's
written decision on such Claim, dispute, or other
matter will be final and binding upon OWNER and
CONTRACTOR unless:
C. If ENGINEER does not render a formal
decision in writing within the time stated in paragraph
10.05.13, a decision denying the Claim in its entirety
shall be deemed to have been issued 31 days after
receipt of the last submittal of the claimant or the last
submittal of the opposing parry, if any.
D. No Claim for an adjustment in Contract Price
or Contract Times (or Milestones) will be valid if not
submitted in accordance with this paragraph 10.05.
ARTICLE 11 - COST OF THE WORK; CASH
ALLOWANCES; UNIT PRICE WORK
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work
means the sum of all costs necessarily incurred and
paid by. CONTRACTOR in the proper performance of
the Work. When the value of any Work covered by a
Change Order or when a Claim for an adjustment in
Contract Price is determined on the basis of Cost of
the Work, the costs to be reimbursed to
CONTRACTOR will be only those additional or
incremental costs required because of the change in
the Work or because of the event giving rise to the
Claim. Except as otherwise may be agreed to in
writing by OWNER, such costs shall be in amounts no
higher than those prevailing in the locality of the
Project, shall include only the following items, and
shall not include any of the costs itemized in para-
graph 11.01.8.
1. an appeal from ENGINEER's
decision is taken within the time limits and in 1. Payroll costs for employees in the
accordance with the dispute resolution direct employ of CONTRACTOR in the perfor-
procedures set forth in Article 16; or mance of the Work under schedules of job
classifications agreed upon by OWNER and
2. if no such dispute resolution CONTRACTOR. Such employees shall include
procedures have been set forth in Article 16, a without limitation superintendents, foremen,
written notice of intention to appeal from and other personnel employed full time at the
ENGINEER's written decision is delivered by Site. Payroll costs for employees not employed
OWNER or CONTRACTOR to the other and to full time on the Work shall be apportioned on
ENGINEER within 30 days after the date of the basis of their time spent on the Work.
such decision, and a formal proceeding is Payroll costs shall include, but not be limited to,
instituted by the appealing party in a forum of salaries and wages plus the cost of fringe
competent jurisdiction within 60 days after the benefits, which shall include social security
date of such decision or within 60 days after contributions, unemployment, excise, and
Substantial Completion, whichever is later payroll taxes, workers' compensation, health
(unless otherwise agreed in writing by OWNER and retirement benefits, bonuses, sick leave,
and CONTRACTOR), to exercise such rights or vacation and holiday pay applicable thereto.
remedies as the appealing party may have with The expenses of performing Work outside of
respect to such Claim, dispute, or other matter regular working hours, on Saturday, Sunday, or
in accordance with applicable Laws and legal holidays, shall be included in the above to
Regulations. the extent authorized by OWNER.
00700 - General Conditions
00700-31
FAEngineering\Capital Projectst0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
2. Cost of all materials and equipment
furnished and incorporated in the Work, includ-
ing costs of transportation and storage thereof,
and Suppliers' field services required in
connection therewith. All cash discounts shall
accrue to CONTRACTOR unless OWNER
deposits funds with CONTRACTOR with which
to make payments, in which case the cash
discounts shall accrue to OWNER. All trade
discounts, rebates and refunds and returns
from sale of surplus materials and equipment
shall accrue to OWNER, and CONTRACTOR
shall make provisions so that they may be
obtained.
3. Payments made by CONTRACTOR
to Subcontractors for Work performed by
Subcontractors. If required by OWNER, CON-
TRACTOR shall obtain competitive bids from
subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
OWNER, who will then determine, with the
advice of ENGINEER, which bids, if any, will be
acceptable. If any subcontract provides that the
Subcontractor is to be paid on the basis of Cost
of the Work plus a fee, the Subcontractor's
Cost of the Work and fee shall be determined
in the same manner as CONTRACTOR's Cost
of the Work and fee as provided in this para-
graph 11.01.
4. Costs of special consultants
(including but not limited to engineers,
architects, testing laboratories, surveyors,
attorneys, and accountants) employed for
services specifically related to the Work.
5. Supplemental costs including the
following:
a. The proportion of necessary trans-
portation, travel, and subsistence expenses of
CONTRACTOR's employees incurred in dis-
charge of duties connected with the Work.
b. Cost, including transportation and
maintenance, of all materials, supplies, equip-
ment, machinery, appliances, office, and
temporary facilities at the Site, and hand tools
not owned by the workers, which are consumed
in the performance of the Work, and cost, less
market value, of such items used but not con-
sumed which remain the property of CON-
TRACTOR.
C. Rentals of all construction equip-
ment and machinery, and the parts thereof
whether rented from CONTRACTOR or others
00700-32
F1Engineering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
in accordance with rental agreements approved
by OWNER with the advice of ENGINEER, and
the costs of transportation, loading, unloading,
assembly, dismantling, and removal thereof.
All such costs shall be in accordance with the
terms of said rental agreements. The rental of
any such equipment, machinery, or parts shall
cease when the use thereof is no longer
necessary for the Work.
d. Sales, consumer, use, and other
similar taxes related to the Work, and for which
CONTRACTOR is liable, imposed by Laws and
Regulations.
e . Deposits lost for causes other than
negligence of CONTRACTOR, any Sub-
contractor, or anyone directly or indirectly
employed by any of them or for whose acts any
of them may be liable, and royalty payments
and fees for permits and licenses.
f. Losses and damages (and related
expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sus-
tained by CONTRACTOR in connection with
the performance of the Work (except losses
and damages within the deductible amounts of
property insurance established in accordance
with paragraph 5.06.D), provided such losses
and damages have resulted from causes other
than the negligence of CONTRACTOR, any
Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any
of them may be liable. Such losses shall
include settlements made with the written
consent and approval of OWNER. No such
losses, damages, and expenses shall be
included in the Cost of the Work for the
purpose of determining CONTRACTOR's fee.
g. The cost of utilities, fuel, and sanitary
facilities at the Site.
h. Minor expenses such as telegrams,
long distance telephone calls, telephone service
at the Site, expressage, and similar petty cash
items in connection with the Work.
i. When the Cost of the Work is used to
determine the value of a Change Order or of a
Claim, the cost of premiums for additional
Bonds and insurance required because of the
changes in the Work or caused by the event
giving rise to the Claim.
j. When all the Work is performed on the
basis of cost-plus, the costs of premiums for all
00700 - General Conditions
Bonds and insurance CONTRACTOR is
required by the Contract Documents to
purchase and maintain.
B. Costs Excluded: The term Cost of the Work
shall not include any of the following items:
1. Payroll costs and other compensation
of CONTRACTOR's officers, executives, princk
pals (of partnerships and sole proprietorships),
general managers, engineers, architects,
estimators, attorneys, auditors, accountants,
purchasing and contracting agents, expediters,
timekeepers, clerks, and other personnel
employed by CONTRACTOR, whether at the
Site or in CONTRACTOR's principal or branch
office for general administration of the Work
and not specifically included in the agreed upon
schedule of job classifications referred to in
paragraph 11.01.A.1 or specifically covered by
paragraph 11.01.A.4, all of which are to be
considered administrative costs covered by the
CONTRACTOR's fee.
2. Expenses of CONTRACTOR's princi-
pal and branch offices other than
CONTRACTOR's office at the Site.
3. Any part of CONTRACTOR's capital
expenses, including interest on
CONTRACTOR's capital employed for the
Work and charges against CONTRACTOR for
delinquent payments.
4. Costs due to the negligence of CON-
TRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or
for whose acts any of them may be liable,
including but not limited to, the correction of
defective Work, disposal of materials or
equipment wrongly supplied, and making good
any damage to property.
5. Other overhead or general expense
costs of any kind and the costs of any item not
specifically and expressly included in
paragraphs 11.01.A and 11.01.6.
C. CONTRACTOR's Fee: When all the Work is
performed on the basis of cost-plus, CONTRACTOR's
fee shall be determined as set forth in the Agreement.
When the value of any Work covered by a Change
Order or when a Claim for an adjustment in Contract
Price is determined on the basis of Cost of the Work,
CONTRACTOR's fee shall be determined as set forth
in paragraph 12.01.C.
D. Documentation: Whenever the Cost of the
Work for any purpose is to be determined pursuant to
paragraphs 11.01.A and 11.01.6, CONTRACTOR will
establish and maintain records thereof in accordance
with generally accepted accounting practices and
submit in a form acceptable to ENGINEER an
itemized cost breakdown together with supporting
data.
11.02 Cash Allowances
A. It is understood that CONTRACTOR has in-
cluded in the Contract Price all allowances so named
in the Contract Documents and shall cause the Work
so covered to be performed for such sums as may be
acceptable to OWNER and ENGINEER.
CONTRACTOR agrees that:
1. the allowances include the cost to
CONTRACTOR (less any applicable trade
discounts) of materials and equipment required
by the allowances to be delivered at the Site,
and all applicable taxes; and
2. CONTRACTOR's costs for unloading
and handling on the Site, labor, installation
costs, overhead, profit, and other expenses
contemplated for the allowances have been
included in the Contract Price and not in the
allowances, and no demand for additional
payment on account of any of the foregoing will
be valid.
B. Prior to final payment, an appropriate Change
Order will be issued as recommended by ENGINEER
to reflect actual amounts due CONTRACTOR on
account of Work covered by allowances, and the Con-
tract Price shall be correspondingly adjusted.
11.03 Unit Price Work
A. Where the Contract Documents provide that
all or part of the Work is to be Unit Price Work, initially
the Contract Price will be deemed to include for all
Unit Price Work an amount equal to the sum of the
unit price for each separately identified item of Unit
Price Work times the estimated quantity of each item
as indicated in the Agreement. The estimated
quantities of items of Unit Price Work are not guaran-
teed and are solely for the purpose of comparison of
Bids and determining an initial Contract Price. Deter-
minations of the actual quantities and classifications of
Unit Price Work performed by CONTRACTOR will be
made by ENGINEER subject to the provisions of
paragraph 9.08.
B. Each unit price will be deemed to include an
amount considered by CONTRACTOR to be ade-
00700 - General Conditions
00700-33
F:\Engineedng\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
quate to cover CONTRACTOR's overhead and profit
for each separately identified item.
C. OWNER or CONTRACTOR may make a
Claim for an adjustment in the Contract Price in accor-
dance with paragraph 10.05 if:
1. the quantity of any item of Unit Price
Work performed by CONTRACTOR differs
materially and significantly from the estimated
quantity of such item indicated in the
Agreement; and
2, there is no corresponding adjustment
with respect any other item of Work; and
3. if CONTRACTOR believes that
CONTRACTOR is entitled to an increase in
Contract Price as a result of having incurred
additional expense or OWNER believes that
OWNER is entitled to a decrease in Contract
Price and the parties are unable to agree as to
the amount of any such increase or decrease.
ARTICLE 12 - CHANGE OF CONTRACT PRICE;
CHANGE OF CONTRACT TIMES
12.01 Change of Contract Price
A. The Contract Price may only be changed by a
Change Order or by a Written Amendment. Any
Claim for an adjustment in the Contract Price shall be
based on written notice submitted by the party making
the Claim to the ENGINEER and the other party to the
Contract in accordance with the provisions of para-
graph 10.05.
B. The value of any Work covered by a Change
Order or of any Claim for an adjustment in the
Contract Price will be determined as follows:
1. where the Work involved is covered
by unit prices contained in the Contract
Documents, by application of such unit prices to
the quantities of the items involved (subject to
the provisions of paragraph 11.03 ); or
2. where the Work involved is not cov-
ered by unit prices contained in the Contract
Documents, by a mutually agreed lump sum
(which may include an allowance for overhead
and profit not necessarily in accordance with
paragraph 12.01.C.2); or
3. where the Work involved is not cov-
ered by unit prices contained in the Contract
Documents and agreement to a lump sum is
not reached under paragraph 12.01.6.2, on the
basis of the Cost of the Work (determined as
provided in paragraph 11.01) plus a
CONTRACTOR's fee for overhead and profit
(determined as provided in paragraph 12.01.C).
C. CONTRACTOR's Fee: The CONTRACTOR's
fee for overhead and profit shall be determined as
follows:
00700-34
FAEngineering\Capital Projects\0217-Powerline RoadkBid Documentst00700 - General Conditions.doc
1. a mutually acceptable fixed fee; or
2. if a fixed fee is not agreed upon, then
a fee based on the following percentages of the
various portions of the Cost of the Work:
a. for costs incurred under para-
graphs 11.01.A.1 and 11.01.A.2, the
CONTRACTOR's fee shall be 15 percent;
b. for costs incurred under paragraph
11.01.A.3, the CONTRACTOR's fee shall
be five percent;
c. where one or more tiers of subcon-
tracts are on the basis of Cost of the Work
plus a fee and no fixed fee is agreed upon,
the intent of paragraph 12.01.C.2.a is that
the Subcontractor who actually performs
the Work, at whatever tier, will be paid a fee
of 15 percent of the costs incurred by such
Subcontractor under paragraphs 11.01.A.1
and 11.01.A.2 and that any higher tier
Subcontractor and CONTRACTOR will
each be paid a fee of five percent of the
amount paid to the next lower tier Subcon-
tractor;
d. no fee shall be payable on the
basis of costs itemized under paragraphs
11.01.A.41 11.01.A.5, and 11.01.6;
e. the amount of credit to be allowed
by CONTRACTOR to OWNER for any
change which results in a net decrease in
cost will be the amount of the actual net
decrease in cost plus a deduction in
CONTRACTOR's fee by an amount equal
to five percent of such net decrease; and
f. when both additions and credits are
involved in any one change, the adjustment
in CONTRACTOR's fee shall be computed
on the basis of the net change in
accordance with paragraphs 12.01.C.2.a
through 12.01.C.2.e, inclusive.
00700 - General Conditions
12.02 Change of Contract Times
A. The Contract Times (or Milestones) may only
be changed by a Change Order or by a Written
Amendment. Any Claim for an adjustment in the
Contract Times (or Milestones) shall be based on
written notice submitted by the party making the claim
to the ENGINEER and the other party to the Contract
in accordance with the provisions of paragraph 10.05.
B. Any adjustment of the Contract Times (or
Milestones) covered by a Change Order or of any
Claim for an adjustment in the Contract Times (or
Milestones) will be determined in -accordance with the
provisions of this Article 12.
12.03 Delays Beyond CONTRACTOR's Control
A. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or Milestones) due to delay beyond the control
of CONTRACTOR, the Contract Times (or
Milestones) will be extended in an amount equal to the
time lost due to such delay if a Claim is made therefor
as provided in paragraph 12.02.A. Delays beyond the
control of CONTRACTOR shall include, but not be
limited to, acts or neglect by OWNER, acts or neglect
of utility owners or other contractors performing other
work as contemplated by Article 7, fires, floods,
epidemics, abnormal weather conditions, or acts of
God.
12.04 Delays Within CONTRACTOR's Control
A. The Contract Times (or Milestones) will not be
extended due to delays within the control of
CONTRACTOR. Delays attributable to and within the
control of a Subcontractor or Supplier shall be
deemed to be delays within the control of CONTRAC-
TOR.
12.05 Delays Beyond OWNER's and
CONTRACTOR's Control
A. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or Milestones) due to delay beyond the control
of both OWNER and CONTRACTOR, an extension of
the Contract Times (or Milestones) in an amount
equal to the time lost due to such delay shall be
CONTRACTOR's sole and exclusive remedy for such
delay.
12.06 Delay Damages
A. In no event shall OWNER or ENGINEER be
liable to CONTRACTOR, any Subcontractor, any
Supplier, or any other person or organization, or to any
surety for or employee or agent of any of them, for
damages arising out of or resulting from:
1. delays caused by or within the control
of CONTRACTOR; or
2. delays beyond the control of both
OWNER and CONTRACTOR including but not
limited to fires, floods, epidemics, abnormal
weather conditions, acts of God, or acts or
neglect by utility owners or other contractors
performing other work as contemplated by
Article 7.
B. Nothing in this paragraph 12.06 bars a
change in Contract Price pursuant to this Article 12 to
compensate CONTRACTOR due to delay,
interference, or disruption directly attributable to
actions or inactions of OWNER or anyone for whom
OWNER is responsible.
ARTICLE 13 - TESTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
A. Prompt notice of all defective Work of which
OWNER or ENGINEER has actual knowledge will be
given to CONTRACTOR. All defective Work may be
rejected, corrected, or accepted as provided in this
Article 13.
13.02 Access to Work
A. OWNER, ENGINEER, ENGINEER's Con-
sultants, other representatives and personnel of
OWNER, independent testing laboratories, and
governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable
times for their observation, inspecting, and testing.
CONTRACTOR shall provide them proper and safe
conditions for such access and advise them of
CONTRACTOR's Site safety procedures and
programs so that they may comply therewith as
applicable.
13.03 Tests and Inspections
A. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required
inspections, tests, or approvals and shall cooperate
with inspection and testing personnel to facilitate
required inspections or tests.
00700 - General Conditions
00700-35
FIEngineering\Capital Projectst0217-Powerline RoadlBid Doaiments100700 - General Conditions.doc
C. If Laws or Regulations of any public body
having jurisdiction require any Work (or part thereof)
specifically to be inspected, tested, or approved by an
employee or other representative of such public body,
CONTRACTOR shall assume full responsibility for
arranging and obtaining such inspections, tests, or
approvals, pay all costs in connection therewith, and
furnish ENGINEER the required certificates of inspec-
tion or approval.
D. CONTRACTOR shall be responsible for
arranging and obtaining and shall pay all costs in
connection with any inspections, tests, or approvals
required for OWNER's and ENGINEER's acceptance
of materials or equipment to be incorporated in the
Work; or acceptance of materials, mix designs, or
equipment submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation
in the Work. Such inspections, tests, or approvals
shall be performed by organizations acceptable to
OWNER and ENGINEER.
E. If any Work (or the work of others) that is to
be inspected, tested, or approved is covered by CON-
TRACTOR without written concurrence of ENGI-
NEER, it must, if requested by ENGINEER, be uncov-
ered for observation.
F. Uncovering Work as provided in paragraph
13.03.E shall be at CONTRACTOR's expense unless
CONTRACTOR has given ENGINEER timely notice
of CONTRACTOR's intention to cover the same and
ENGINEER has not acted with reasonable prompt-
ness in response to such notice.
13.04 Uncovering Work
A. If any Work is covered contrary to the written
request of ENGINEER, it must, if requested by ENGI-
NEER, be uncovered for ENGINEER's observation
and replaced at CONTRACTOR's expense.
B. If ENGINEER considers it necessary or
advisable that covered Work be observed by Eli
NEER or inspected or tested by others, CONTRAC-
TOR, at ENGINEER's request, shall uncover, expose,
or otherwise make available for observation, inspec-
tion, or testing as ENGINEER may require, that
portion of the Work in question, furnishing all neces-
sary labor, material, and equipment. If it is found that
such Work is defective, CONTRACTOR shall pay all
Claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out
of or relating to such uncovering, exposure, observa-
tion, inspection, and testing, and of satisfactory
replacement or reconstruction (including but not
limited to all costs of repair or replacement of work of
others); and OWNER shall be entitled to an
appropriate decrease in the Contract Price. If the
parties are unable to agree as to the amount thereof,
OWNER may make a Claim therefor as provided in
paragraph 10.05. If, however, such Work is not found
to be defective, CONTRACTOR shall be allowed an
increase in the Contract Price or an extension of the
Contract Times (or Milestones), or both, directly
attributable to such uncovering, exposure,
observation, inspection, testing, replacement, and
reconstruction. If the parties are unable to agree as to
the amount or 'extent thereof, CONTRACTOR may
make a Claim therefor as provided in paragraph
10.05.
13.05 OWNER May Stop the Work
.,
-.
..
S
all
C. If Laws or Regulations of any public body
having jurisdiction require any Work (or part thereof)
specifically to be inspected, tested, or approved by an
employee or other representative of such public body,
CONTRACTOR shall assume full responsibility for
arranging and obtaining such inspections, tests, or
approvals, pay all costs in connection therewith, and
furnish ENGINEER the required certificates of inspec-
tion or approval.
D. CONTRACTOR shall be responsible for
arranging and obtaining and shall pay all costs in
connection with any inspections, tests, or approvals
required for OWNER's and ENGINEER's acceptance
of materials or equipment to be incorporated in the
Work; or acceptance of materials, mix designs, or
equipment submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation
in the Work. Such inspections, tests, or approvals
shall be performed by organizations acceptable to
OWNER and ENGINEER.
E. If any Work (or the work of others) that is to
be inspected, tested, or approved is covered by CON-
TRACTOR without written concurrence of ENGI-
NEER, it must, if requested by ENGINEER, be uncov-
ered for observation.
F. Uncovering Work as provided in paragraph
13.03.E shall be at CONTRACTOR's expense unless
CONTRACTOR has given ENGINEER timely notice
of CONTRACTOR's intention to cover the same and
ENGINEER has not acted with reasonable prompt-
ness in response to such notice.
13.04 Uncovering Work
A. If any Work is covered contrary to the written
request of ENGINEER, it must, if requested by ENGI-
NEER, be uncovered for ENGINEER's observation
and replaced at CONTRACTOR's expense.
B. If ENGINEER considers it necessary or
advisable that covered Work be observed by Eli
NEER or inspected or tested by others, CONTRAC-
TOR, at ENGINEER's request, shall uncover, expose,
or otherwise make available for observation, inspec-
tion, or testing as ENGINEER may require, that
portion of the Work in question, furnishing all neces-
sary labor, material, and equipment. If it is found that
such Work is defective, CONTRACTOR shall pay all
Claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out
of or relating to such uncovering, exposure, observa-
tion, inspection, and testing, and of satisfactory
replacement or reconstruction (including but not
limited to all costs of repair or replacement of work of
others); and OWNER shall be entitled to an
appropriate decrease in the Contract Price. If the
parties are unable to agree as to the amount thereof,
OWNER may make a Claim therefor as provided in
paragraph 10.05. If, however, such Work is not found
to be defective, CONTRACTOR shall be allowed an
increase in the Contract Price or an extension of the
Contract Times (or Milestones), or both, directly
attributable to such uncovering, exposure,
observation, inspection, testing, replacement, and
reconstruction. If the parties are unable to agree as to
the amount or 'extent thereof, CONTRACTOR may
make a Claim therefor as provided in paragraph
10.05.
13.05 OWNER May Stop the Work
00700 - General Conditions
00700-36
Pl Engineering\Capital Projects\0217-Powerline Roa"id Documents\00700 - General Conditions.doc
.,
-.
..
S
At
-
-
-
-ww
All a Fell a----�-
�-
-
-
,1
lv�eA
M.Trizillillig"M
0.1
=7
..
.
.,
00700 - General Conditions
00700-36
Pl Engineering\Capital Projects\0217-Powerline Roa"id Documents\00700 - General Conditions.doc
13.06 Correction or Removal of Defective Work
A. CONTRACTOR shall correct all defective
Work, whether or not fabricated, installed, or
completed, or, if the Work has been rejected by ENGI-
NEER, remove it from the Project and replace it with
Work that is not defective. CONTRACTOR shall pay
all Claims, costs, losses, and damages (including but
not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs)
arising out of or relating to such correction or removal
(including but not limited to all costs of repair or
replacement of work of others).
13.07 Correction Period
A. If within one year after the date of Substantial
Completion or such longer period of time as may be
prescribed by Laws or Regulations or by the terms of
any applicable special guarantee required by the
Contract Documents or by any specific provision of the
Contract Documents, any Work is found to be
defective, or if the repair of any damages to the land
or areas made available for CONTRACTOR Is use by
OWNER or permitted by Laws and Regulations as
contemplated in paragraph 6.11.A is found to be
defective, CONTRACTOR shall promptly, without cost
to OWNER and in accordance with OWNER's written
instructions: (i) repair such defective land or areas, or
(ii) correct such defective Work or, if the defective
Work has been rejected by OWNER, remove it from
the Project and replace it with Work that is not
defective, and (iii) satisfactorily correct or repair or
remove and replace any damage to other Work, to the
work of others or other land or areas resulting there-
from. If CONTRACTOR does not promptly comply
with the terms of such instructions, or in an
emergency where delay would cause serious risk of
loss or damage, OWNER may have the defective
Work corrected or repaired or may have the rejected
Work removed and replaced, and all Claims, costs,
losses, and damages (including but not limited to all
fees and charges of engineers, architects, attorneys,
and other professionals and all court or arbitration or
other dispute resolution costs) arising out of or relating
to such correction or repair or such removal and
replacement (including but not limited to all costs of
repair or replacement of work of others) will be paid by
CONTRACTOR.
B. In special circumstances where a particular
item of equipment is placed in continuous service
before Substantial Completion of all the Work, the
correction period for that item may start to run from an
earlier date if so provided in the Specifications or by
Written Amendment.
C. Where defective Work (and damage to other
Work resulting therefrom) has been corrected or
removed and replaced under this paragraph 13.07,
the correction period hereunder with respect to such
Work will be extended for an additional period of one
year after such correction or removal and replacement
has been satisfactorily completed.
D. CONTRACTOR's obligations under this
paragraph 13.07 are in addition to any other obligation
or warranty. The provisions of this paragraph 13.07
shall not be construed as a substitute for or a waiver
of the provisions of any applicable statute of limitation
or repose.
13.08 Acceptance of Defective Work
A. If, instead of requiring correction or removal
and replacement of defective Work, OWNER (and,
prior to ENGINEER Is recommendation of final pay-
ment, ENGINEER) prefers to accept it, OWNER may
do so. CONTRACTOR shall pay all Claims, costs,
losses, and damages (including but not limited to all
fees and charges of engineers, architects, attorneys,
and other professionals and all court or arbitration or
other dispute resolution costs) attributable to
OWNER's evaluation of and determination to accept
such defective Work (such costs to be approved by
ENGINEER as to reasonableness) and the diminished
value of the Work to the extent not otherwise paid by
CONTRACTOR pursuant to this sentence. If any
such acceptance occurs prior to ENGINEER's recom-
mendation of final payment, a Change Order will be
issued incorporating the necessary revisions in the
Contract Documents with respect to the Work, and
OWNER shall be entitled to an appropriate decrease
in the Contract Price, reflecting the diminished value of
Work so accepted. If the parties are unable to agree
as to the amount thereof, OWNER may make a Claim
therefor as provided in paragraph 10.05. If the
acceptance occurs after such recommendation, an
appropriate amount will be paid by CONTRACTOR to
OWNER.
13.09 OWNER May Correct Defective Work
A. If CONTRACTOR fails within a reasonable
time after written notice from ENGINEER to correct
defective Work or to remove and replace rejected
Work as required by ENGINEER in accordance with
paragraph 13.06.A, or if CONTRACTOR fails to
perform the Work in accordance with the Contract
Documents, or if CONTRACTOR fails to comply with
any other provision of the Contract Documents,
OWNER may, after seven days written notice to
CONTRACTOR, correct and remedy any such
deficiency.
00,700 - General Conditions
00700-37
FAEnginsering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
B. In exercising the rights and remedies under
this paragraph, OWNER shall proceed expeditiously.
In connection with such corrective and remedial
action, OWNER may exclude CONTRACTOR from all
or part of the Site, take possession of all or part of the
Work and suspend CONTRACTOR's services related
thereto, take possession of CONTRACTOR's tools,
appliances, construction equipment and machinery at
the Site, and incorporate in the Work all materials and
equipment stored at the Site or for which OWNER has
paid CONTRACTOR but which are stored elsewhere.
CONTRACTOR shall allow OWNER, OWNER's
representatives, agents and employees, OWNER's
other contractors, and ENGINEER and ENGINEER's
Consultants access to the Site to enable OWNER to
exercise the rights and remedies under this
paragraph.
C. All Claims, costs, losses, and damages
(including but not limited to all fees and charges of
engineers, architects, attorneys, and other
professionals and all court or arbitration or other
dispute resolution costs) incurred or sustained by
OWNER in exercising the rights and remedies under
this paragraph 13.09 will be charged against COW
TRACTOR, and a Change Order will be issued
incorporating the necessary revisions in the Contract
Documents with respect to the Work; and OWNER
shall be entitled to an appropriate decrease in the
Contract Price. If the parties are unable to agree as to
the amount of the adjustment, OWNER may make a
Claim therefor as provided in paragraph 10.05. Such
claims, costs, losses and damages will include but not
be limited to all costs of repair, or replacement of work
of others destroyed or damaged by correction,
removal, or replacement of CONTRACTOR's
defective Work.
D. CONTRACTOR shall not be allowed an
extension of the Contract Times (or Milestones)
because of any delay in the performance of the Work
attributable to the exercise by OWNER of OWNER's
rights and remedies under this paragraph 13.09.
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND
COMPLETION
14.01 Schedule of Values
A. The schedule of values established as provid-
ed in paragraph 2.07.A will serve as the basis for
progress payments and will be incorporated into a
form of Application for Payment acceptable to ENGI-
NEER. Progress payments on account of Unit Price
Work will be based on the number of units completed.
14.02 Progress Payments
A. Applications for Payments
1. At least 20 days before the date
established for each progress payment (but not
more often than once a month),
CONTRACTOR shall submit to ENGINEER for
review an Application for Payment filled out and
signed by CONTRACTOR covering the Work
completed as of the date of the Application and
accompanied by such supporting
documentation as is required by the Contract
Documents. If payment is requested on the
basis of materials and equipment not
incorporated in the Work but delivered and
suitably stored at the Site or at another location
agreed to in writing, the Application for Payment
shall also be accompanied by a bill of sale,
invoice, or other documentation warranting that
OWNER has received the materials and equip-
ment free and clear of all Liens and evidence
that the materials and equipment are covered
by appropriate property insurance or other
arrangements to protect OWNER's interest
therein, all of which must be satisfactory to
OWNER.
2. Beginning with the second
Application for Payment, each Application shall
include an affidavit of CONTRACTOR stating
that all previous progress payments received
on account of the Work have been applied on
account to discharge CONTRACTOR's
legitimate obligations associated with prior
Applications for Payment.
3. The amount of retainage with respect
to progress payments will be as stipulated in
the Agreement.
B. Review of Applications
1. ENGINEER will, within 10 days after
receipt of each Application for Payment, either
indicate in writing a recommendation of
payment and present the Application to
OWNER or return the Application to
CONTRACTOR indicating in writing
ENGINEER's reasons for refusing to
recommend payment. In the latter case, CON-
TRACTOR may make the necessary
corrections and resubmit the Application.
2. ENGINEER's recommendation of
any payment requested in an Application for
Payment will constitute a representation by
ENGINEER to OWNER, based on
00700 - General Conditions
00700-38
F:\Engineering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
ENGINEER's observations on the Site of the
executed Work as an experienced and qualified
design professional and on ENGINEER's
review of the Application for Payment and the
accompanying data and schedules, that to the
best of ENGINEER's knowledge, information
and belief:
a. the Work has progressed to the point
indicated;
b. the quality of the Work is generally in
accordance with the Contract Documents
(subject to an evaluation of the Work as a
functioning whole prior to or upon
Substantial Completion, to the results of any
subsequent tests called for in the Contract
Documents, to a final determination of
quantities and classifications for Unit Price
Work under paragraph 9.08, and to any
other qualifications stated in the
recommendation); and
c. The conditions precedent to
CONTRACTOR's being entitled to such
payment appear to have been fulfilled in so
far as it is ENGINEER's responsibility to
observe the Work.
3. By recommending any such
payment ENGINEER will not thereby be
deemed to have represented that: (i) inspec-
tions made to check the quality or the quantity
of the Work as it has been performed have
been exhaustive, extended to every aspect of
the Work in progress, or involved detailed
inspections of the Work beyond the responsi-
bilities specifically assigned to ENGINEER in
the Contract Documents; or (ii) that there may
not be other matters or issues between the
parties that might entitle CONTRACTOR to be
paid additionally by OWNER or entitle OWNER
to withhold payment to CONTRACTOR.
4, Neither ENGINEER Is review of
CONTRACTOR's Work for the purposes of
recommending payments nor ENGINEER's
recommendation of any payment, including final
payment, will impose responsibility on
ENGINEER to supervise, direct, or control the
Work or for the means, methods, techniques,
sequences, or procedures of construction, or
the safety precautions and programs incident
thereto, or for CONTRACTOR's failure to
comply with Laws and Regulations applicable to
CONTRACTOR's performance of the Work.
Additionally, said review or recommendation will
not impose responsibility on ENGINEER to
00700-39
FAEngineering\Capital Projects\0217-Powerline RoadOd Documents100700 - General Conditions.doc
make any examination to ascertain how or for
what purposes CONTRACTOR has used the
moneys paid on account of the Contract Price,
or to determine that title to any of the Work,
materials, or equipment has passed to
OWNER free and clear of any Liens.
5. ENGINEER may refuse to recom-
mend the whole or any part of any payment if,
in ENGINEER's opinion, it would be incorrect to
make the representations to OWNER referred
to in paragraph 14.02.8.2. ENGINEER may
also refuse to recommend any such payment
or, because of subsequently discovered
evidence or the results of subsequent
inspections or tests, revise or revoke any such
payment recommendation previously made, to
such extent as may be necessary in
ENGINEER's opinion to protect OWNER from
loss because:
a. the Work is defective, or completed
Work has been damaged, requiring
correction or replacement;
b. the Contract Price has been reduced
by Written Amendment or Change Orders;
c. OWNER has been required to correct
defective Work or complete Work in accor-
dance with paragraph 13.09; or
C. Payment Becomes Due
D. Reduction in Payment
1. OWNER may refuse to make
payment of the full amount recommended by
ENGINEER because:
a. claims have been made against
OWNER on account of CONTRACTOR's
performance or furnishing of the Work;
b. Liens have been filed in connection
with the Work, except where
CONTRACTOR has delivered a specific
00700 - General Conditions
"IW
=1=27r"TIEW07=1
.
.,
-
WWW"M
0014
M
~W
- - --A
-
WW
-
= -
I III
D. Reduction in Payment
1. OWNER may refuse to make
payment of the full amount recommended by
ENGINEER because:
a. claims have been made against
OWNER on account of CONTRACTOR's
performance or furnishing of the Work;
b. Liens have been filed in connection
with the Work, except where
CONTRACTOR has delivered a specific
00700 - General Conditions
Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liens;
c. there are other items entitling OWN-
ER to a set-off against the amount
recommended; or
d. OWNER has actual knowledge of the
occurrence of any of the events enumerated
in paragraphs 14.02.B.5.a through
14.02.B.5.c or paragraph 15.02.A.
2. If OWNER refuses to make payment
of the full amount recommended by
ENGINEER, OWNER must give
CONTRACTOR immediate written notice (with
a copy to ENGINEER) stating the reasons for
such action and promptly pay CONTRACTOR
any amount remaining after deduction of the
amount so withheld. OWNER shall promptly
pay CONTRACTOR the amount so withheld, or
any adjustment thereto agreed to by OWNER
and CONTRACTOR, when CONTRACTOR
corrects to OWNER's satisfaction the reasons
for such action.
3. If it is subsequently determined that
OWNER's refusal of payment was not justified,
the amount wrongfully withheld shall be treated
as an amount due as determined by paragraph
14.02.C.1.
14.03 CONTRACTOR's Warranty of Title
A. CONTRACTOR warrants and guarantees
that title to all Work, materials, and equipment covered
by any Application for Payment, whether incorporated
in the Project or not, will pass to OWNER no later than
the time of payment free and clear of all Liens.
00700 - General Conditions
00700-40
F:tEngineering%Captal Projects10217-Powerline Road%Bid Documents\00700 - General Conditions.doc
14.04 Substantial Completion
B. OWNER shall have the right to exclude
CONTRACTOR from the Site after the date of
Substantial Completion, but OWNER shall allow CON-
TRACTOR reasonable access to complete or correct
items on the tentative list.
14.05 Partial Utilization
A. Use by OWNER at OWNER's option of any
substantially completed part of the Work which has
specifically been identified in the Contract Documents,
or which OWNER, ENGINEER, and CONTRACTOR
agree constitutes a separately functioning and usable
part of the Work that can be used by OWNER for its
intended purpose without significant interference with
CONTRACTOR's performance of the remainder of
the Work, may be accomplished prior to Substantial
Completion of all the Work subject to the following
conditions.
00700-41
FAEngineering\Capital Projects\0217-Powerline Road\Bid Documents\00700 - General Conditions.doc
1. OWNER at any time may request
CONTRACTOR in writing to permit OWNER to
use any such part of the Work which OWNER
believes to be ready for its intended use and
substantially complete. If CONTRACTOR
agrees that such part of the Work is
substantially complete, CONTRACTOR will
certify to OWNER and ENGINEER that such
part of the Work is substantially complete and
request ENGINEER to issue a certificate of
Substantial Completion for that part of the
Work. CONTRACTOR at any time may notify
OWNER and ENGINEER in writing that
CONTRACTOR considers any such part of the
Work ready for its intended use and substan-
tially complete and request ENGINEER to issue
a certificate of Substantial Completion for that
part of the Work. Within a reasonable time
after either such request, OWNER,
CONTRACTOR, and ENGINEER shall make
an inspection of that part of the Work to
determine its status of completion. If
ENGINEER does not consider that part of the
Work to be substantially complete, ENGINEER
will notify OWNER and CONTRACTOR in
writing giving the reasons therefor. If
ENGINEER considers that part of the Work to
be substantially complete, the provisions of
paragraph 14.04 will apply with respect to
certification of Substantial Completion of that
part of the Work and the division of
responsibility in respect thereof and access
thereto.
2. No occupancy or separate operation
of part of the Work may occur prior to
compliance with the requirements of paragraph
5.10 regarding property insurance.
00700 - General Conditions