Loading...
SANITARY SEWER AND STORMWATER INVERSION LINING BID #02-B-871 PIGGY-BACK CONTRACT ~~ American Water ServicesThl September 1, 2004 City of Clearwater Mr. Scott Oster 1650 N. Arcturas Avenue Clearwater, Florida 33785 RE: Sanitary Sewer Lining Piggy-back Dear Mr. Oster American water Services currently has a Piggy-back contract with the City of Clearwater and will honor the prices in that contract. We are giving you additional contract documents for your files. You will find enclosed a copy of the contract we have with the City of Largo Bid # 02-B-87I Sanitary Sewer and Stormwater Inversion Lining that was utilized by The City of Clearwater in the year 2003 and 2004. We will be renewing this contract with the City of Largo for the fiscal year 2004, 2005. American Water Services Underground Infrastructure, Inc. offers bid # 02-B-871 Sanitary Sewer and Stormwater Inversion Lining contract and its schedule of bid prices to be utilized for the City of Clearwater's 2004, 2005 fiscal year. In addition you will find the proposals you requested for the 8-inch lines on Lantana and Mandalay, the IO-inch line on Mandalay and the I5-inch line on Keene Road. The I5-inch line was setup with a thickness of7.5mm to accommodate the traffic load requirements. I also looked into the possibility of sectional lining the IS-inch line and fond the cost difference would come to only $4,000.00, if this is something you would like to pursue further please let me know and I will help you in anyway I can. We do not perform this method at this time. Please feel free to contact me with any questions or concerns Sincerely, ~~~ ~ Alan Smith District Manager f fnl';---~.-J.,..n,_..J!7..,_~._ r~\! ,.. ",', ~ -. " '~,' ',I NO\! 2 2 200/J " American Water Services Underground Infrastructure, Inc. 14413 62nd Street North' Clearwater, FL 33760 727-530-7577 . Fax: 727-530-7790. FL# CUC023665 4072609318 RMERICAN WATER SERU B13 Pel SEP ~~.~ l~~~! ~~ Americo.n Water Services" September 8. 2004 City of Largo 225 First Avenue S.W largo, FI 33779-0296 Attn:. Mr. Jim Wheaton Re: Contract Renewal Sanitary Sewer end Stormwater Inversion Lining Bid 102..8-871 DeB' Mr. Wheaton: American Water SeNlcea is pleased to accept the twelve (12) month extenston to the contract for the above referenced project. 'He understand that the extension will be subject to the lame terms and conditions. the original connct. Please feel free to contact me if yoU have any questions. CC: MiMMI A. sweet. P.E., D.E.E., Director of UtitiIieI Engineering a.mare Kuhl, C.P.M., DirectOr or utill_ Con1nIdI Managemefll .nd BusineU Support Joseph lauro, C.P.P .O./C,P.P.B.. Dirtctar of P1nelta1 County Pun:hMlng StllVeJ1 Carrol, Utili\\ea Flniilnce Direc:tor lII1d Chief Administration OffIce William Rl... UtilItIeS Projlld Coordinator MichMl Cannon, Vice President. American Water SeNIceS J, Alan Smith, Olltflct Maneger. Atn4NiCan W'#1A8r SenlIcIa . AmenC41n Weter ServICes Unde/Vf'Ound IMt8strudure. Inc.. 1....1382M street NOlI", Cle8l'W8ler. FL aa'TGO 727-~ao.7S77 · F.x: 127-Sao..7790. F~ CUC02386i v -- --.r'/ _ ~0.Y_ :5 r=J1.... 52 Cityof Largo, Florida Post Office Box 296. Largo. Florida 33779-0296 Office of Management and Budget (727) 587-6727 FAX (727) 586-7420 September 4. 2002 Azurix North America Underground Infrastructure. Inc. Mr. Michael Cannon 109 Applewood Drive Longwood. FL 32750 RE: BID # 02-8-871 SANITARY SEWE;R AND STORMWATER INVERSION LINING Dear Mr. Cannon: The City of Largo is pleased to announce the award of the above referenced BID to Azurix North America, Insituform Technologies and Lanzo Lining Company. A Purchase Order for your portion of the project is enclosed. The City of Largo wishes to extend its appreciation to you for taking an interest in the City and in the bidding process. If you have any questions concerning ~is BID, please contact the Office of Management and Budget at (727) 587-6727. Please reference the "BID NAMEII and IINUMBER. above on any and all correspondence to the City. Sincerely. THE CITY OF LARGO ~fAV u.JJudm Joan Wheaton Office of Management and Budget Jw/dw Enclosure ~~ American Water Services'" November 24, 2004 City of Clearwater 100 S. Myrtle Clearwater, FI 33756 Attn: Mr. Robert Kalch Re: Sanitary Sewer and Stormwater Inversion Lining 8id #02-8-871 Piggy-Back Contract Dear Mr. Kalch: American Water Services is pleased to offer that above referenced contract for use as a piggy-back contract for The City of Clearwater Florida. Please feel free to contact J. Alan Smith (District Manager) if you have any questions or concerns. Sincerely, American Water Services Underground Infrastructure, Inc. ,.'1~'~}( . Work utive Secretary ~~~q i l:~:; NOV 2 9 I ; I L--'f , r, American Water Services Underground Infrastructure, Inc. 14413 62nd Street North, Clearwater, FL 33760 727-530-7577 . Fax: 727-530-7790. FL# CUC023665 CITY OF LARGO, FLORIDA BLANKET PURCHASE ORDER B 1690 ISSUED BY The City of Largo Office of Management and Budget (727) 587-6727 DELIVERY ADDRESS BILLING ADDRESS City of Largo Finance Division Accounts Payable PO Box 296 Largo, FL 33779-0296 IMPORTANT The. BPO Number listed above must appear on all Invoices; pkgs., packing slips, bills of lading and any correspondence. Buyer: Joan Wheaton Effective Date Expiration Date Commission App. Dept. Ordering 10/01/02 09/30/03 09/03/02 PW/En9ineerln9 Vendor Number 15582 Ven~or Contact Vendor Phone 407-260-9778 Quote Method Bid#02-B-871 . VENDOR NOTICE This Blanket Purchase Order should not be filled upon receipt. This order serves to estabrlSh M!:!!:! requirements. All purchases against this order must be In accordance with its terms and conditions. Any individual ordering ----, must present a valid City 1.0. card and I must sign the derlVery copy indicating receipt. All purchases must be documented in writing, unless other- wise indicated or agreed upon. Please contact the buyer listed above If you have any questions. State Sales Tax Exemption ~ Certificate No.: 62-oS-134901-54C v~ E N D o Azurlx 109 Applewood Drive Longwood, FL 32650-9668 . .R L I QUANTITY I UNIT I" DESCRIPTION UNIT COST TOTAL Sanitary Sewer and Stormwater Inversion Lining In accordance with terms and conditions contained in Bid #02-8-871 TOTAL (Net) $ VENDOR INSTRUcnONS 1. Purchases may not exceed the total amount of this order without prior approval by the Office of Management and Budget. 2. The City of Largo will not be responsible for goods delivered without the BPO number. 3. Invoicing: Send original and one copy to the Billing Address listed above. 4. In unable to fill at price shown, PLEASE ADVISE BEFORE SHIPPING. 5. Partial shipments are accepted. CITY OF LARGO ~lD~ A stant City Mgr. or Designee J .&:. , --' ~...- . . -..'. \;f~Jf 00 \905~~ ~_t :5 ....I~.... ~ City of Largo, Florida Post Office Box 200, Largo, Florida 33779--0296 MEMO DATE: AGENDA DATE: PREPARED BY: September 13, 2004 October 5, 2004, Regular Meeting Michael J. Slaffopoulos, P. E.. ~""Iopment Director OS~( Todd Bosso, P. E., City Engineer RENEWAL OF BID NO. 02-8-871, SANITARY SEWER AND STOAMWATER INVERSION LINING 'TO AMERICAN WATER WORKS AND INSITUFORM TITLE: BACKGROUND: On September 3. 2002, the City CommissIon awarded three new bids for Manhole Rehabilitation, Inwrsion Lining. and Emergency Repair. Each bid has the option for two, one year extensions. The current years' bids will expire on September 30, 2004 and staff is seeking approval to renew the three bids. Over the past several years, the City of Largo has maintained and repaired the sanitary sewer system on an annual basis through Blanket Purchase Orders (BPO's) with multiple contractors for Manhole Rehabilitation, Inversion lining. and Emergency Repair. Environmental Services has budgeted $1,070,000 for the annual Inversion Lining and Emergency Repair of the sanitary sewer collection and reclaimed water systems and Manhole Rehabilitation. This is the third year that Streets and Drainage DIvision of Public Works has participated in this blanket purcha.se order and has budgeted $250.QOO for the annual repair and maintenance of the storm sewer collection system. Budgeted funds are spent on an as needed basis u5ing the three BPO's. QFFICE OF MANAGEMENT' BUDGET BACKGROUND; The City received three (3) bids for the 2003 Inversion Lining bid. The bids were based on an anticipated quantity of pipe to be inversion lined. with sizes ranging from 8" through 18" In diameter for sanitary sewer, and 12" through 30. tor stormwater. The bid tabulation was as follows: Contractor Bid Lanzo Lining Services $189,100 American Water Works. (formerly Azuril North America $156,200 Insituform Technologies, Inc. $154,600 Engineering Services has evaluated the bids and identified that each of the three bidders is lowest bid for select items within the request for bid. As an example, American Water Works is lowest for lining 8" diameter sanitary sewer pipe; and Insltuform Is lowest for lining 15" diameter sanitary sewar pipe. A1s each inversion lining task is considered its own project, and not reliant on the performance of tasks by other contractors, Commission previously authorized the award of a SPO to each of the three bidders. " ..~:-- Subject; Renewal Contract No. 02-8-871, InverSIOn Lining BPO Agenda Date: October 5. 2004, Regual Meeting Engineering Services previously selected Lanzo Lining Services to perform certain pipe sizes based on the selected item. Due to recent job performance and possible litigation with Lanzo Lining Services on a separate project, staff recommends not renewing the BPO with Lanzo Lining Services. Both .. American Water Works and Insituform Technologies will honor their original bid prices for the pipe sizes ~ previously awarded to Lanzo Lining. BUDGETARY IMPACT: Environmental Services has a total of $1,070.000 in the FY 2005 budget (current page ES-6) for the maintenance and rehabilitation of the sanitary sewer collection and I'eelaimed water systems. Public Works has proposed $250.000 In the FY 2005 budget tor the emergency repair and lining of the stormwater system. It is anticipated that $485,000 will be spent on inversion lining. ~QNSEQUENT ACTIOt': upon the completion of the current three year contract, staff will rebid the Inversion Lining Contract and request Commission approval on a new contract for Inversion lining at the end of FY 2005. REVIEWED BY AND RECpMMENDAnON: The City Manager. Assistant City Manager's, Environmental Services Director, Public Works Director. and City Engineer recommend the renewal of Bid No. 02-B-871, Sanitary Sewer and Stormwater Inversion lining to American Water Works, and Insitufol'm. POTENTIAL MOTION: I MOVE TO APPROVE/DISAPPROVE RENEWAL OF BID NO. 02-8-871. SANITARY SEWER AND . STORMWATER INVERSION LINING TO AMERICAN WATER WORKS AND INSITUFORM. II 2 o 1905 ~ . j~ii. City of Largo, Florida Post Office Box 296, Largo, Florida 33779-0296 Office of Management & Budget Administration (727) 587-6727 FAX (727) 586-7420 crrv COMMISSION LARGO, FLORIDA INVITATION .FOR BID Bid #: 02-B-871 Date: JULY 19, 2002 Competitive sealed bids will be accepted by the City of Largo OffIC8 of Management and Budget,' Largo City Hall, Post Office Box 296, (201 Highland Avenue, 33770), Largo, Florida, 33779-0296, until 3:00 p.m., local time THURSDAY, AUGUST 22, 20Q2 at which time all bids. received shall be publicly opened and read aloud i1 the Office of Management Budget, Largo city H"all, 'for . \ - SANITARY SEWER AND STORMWATER INVERSION LINING Bids must conform to the SpecifICations and Instructions to Bidders. Any deviation from the specifications must be shown. The City reserves the right to reject any or all bids received, to waive any irregularities or informalities. If you are interested in bidding, please complete the Invitation for Bid Fonn(s) and.retum to this office by the elate indicated. Non-confonnance with these instructions is grounds for rejection of bid. Late Bids will be rejected. Questions of a technical nature should be directed to Michael J. Staffopolous, City Engineer, at 727-587- 6713. Questions concerning this Bid should be directed to Joan Wheaton, Office of Management and Budget at (727) 587-6727. · BY ORDER OF CITY COMMISSION LARGO, FLORIDA ~o~~~ Office of Management & Budget Please indicate Bid number and .Sealed Bid- on your response. CITY OF LARGO, FLORIDA INDEX INSTRUCTIONS TO BIDDERS 1. Scope 0 . . . . 0 . 0 . . . . . . . . . 0 0 . . 0 . . . . . . . . . . . . . . 0 . 0 0 . . 0 . 0 . : . . . 0 . . . . . . 1 2. Definitions............ 0 . . . . . . . . . . . . 0 . . . . 0 . . 0 . . . . 0 . . . . . 0 . . 0 . 0 . . 0 . . . . . 1 3. Preparation of Bids .... 0 . . . . . . . . . . 0 . . . . . . . . . . . . . . . . . . . . . 0 . .- . . . 0 0 . . . . . . 1 4. Submission and Receipt of Bids ........................... 0 . . . . . 0 . . 0 . . . ~ . 2 5. Acceptance of Offer . . . . . . . . 0 . . . . . . . . . . 0 . . . . . . . 0 . . . . 0 . . . . . . .'. . 0 . . . . . . . . 2 6. Clarification and Addenda . . . '. 0 . . 0 . . 0 . _. . . . . . . . . 0 . . 0 . . . . . . . . 0 . . . . . . . . . . . 0 2 7. Firm Prices ................... 0 . . . . . . . . . . . . . . . . . . . . . . . 0 . . . . . . 0 . . . . . 3 8. Estimated Quantities . 0 . . . . . . . . . . . . . . . . 0 . . 0 . . . . . . . . . . . . 0 . . . . . . . 0 . . . . . . . 3 9. FoO.B. Largo, Florida ....................... . . 0 0 . . . . 0 . 0 . . . . . . . . . . . . . . . . 3 10. Discounts ......................... 0 . 0 . . . . . . . . . . . . . . 0 . . . . . . . . . . . . . . . 3 11. Award . . . . . . . . . . . 0 . . . . . . . . . . . . . . 0 . . . . . . . . . . . . . . 0 . . . . 0 . 0 . . 0 . . . . 0 3 12. Brand Names .... 0 . . . . . '0 . . . . 0 . . . . . . 0 . . . . . 0 . . . . 0 . . . . 0 . 0 '. . . . . . 0 . 0 . . . . . 4 13. Variations of Specifications. . . . . . . . . . . . . . . . . . . . . . 0 0 . . . . . 0 . . . 0 . . . . . . . . . . . . 4 14. Material Quality . . . ',' . . . . . . . . . . . . . . . 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 15. Acceptance of Material . . . . . . . . . . . . . . . . . 0 . 0 . . . . . . . . . . . . . . . . . . . . . . . 0 . . . . . 4 16. Timely Delivery .... 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . . . . . '.' . . . . . . . 5 17. Price Changes Re: Contracts ............................................ 5 18. City Indemnification Re: Patent & Copyright .............. 0 .. . . . . . 0 . . . . . . 0 . . . 5 19. Conflict of Interest ....... . . . . . . . . . . . . . . . . . . . . . 0 . . . . . . . . . . . . . . . . . 0 0 . . . . 5 20. Public Entity Crime . 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . . . 5 21. Options .. . . . . . . . . . . . . . . . . . . . . . . .'. . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . 5 22. Subcontracting . 0 . 0 . .... . . . . . . . . . .. . . . . '. . . . 0 . . . . . . . . . . 0 . . . . . 0 . . . . . . . . . . 6 23. Taxes '. . . . . . . 0 . . . . . . . . . . . . . . 0 . . . . . . . . . . . . . . 0 0 . . . . . . . . . . . . . . . . . . 6 24. Failure to Bid . . . . . . . . . 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . . . . . . . . . . . . . . . . 6 25. Additional Information Required 0 . . . . . . . . 0 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 26. Manufacturer's Certification 0 . . . . 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . . 0 . . 0 . . . . . 6 27. Default of Contract . . . . . . . . . . . . . ~ . . . . . . . . . . . . . . . . . . . . . 0 . . . . . . . . . . . . . . . . 6 28. Modification for Changes ..... 0 . . . . . . 0 . . . 0 . . 0 . 0 . 0 0 . . 0 . . 0 . . . . . . . . . . . 0 . . . . 6 29. Order or Precedence ....... 0 . . 0 . . . . 0 . . . . . . 0 0 . . . . . . 0 . . . . . . . . . . 0 . . 0 . 0 0 . . 6 30. Examination of Records . . . . . . . . . . . . . ... 0 . . . . . . . . . . . . . . . . . . . . . . . . . 0 0 . . . . . 7 31. Occupational Health and Safety .... 0 . . 0 0 0 0 . . . . 0 . 0 . 0 . . . . . . . . 0 . . . . . . . 0 . . . . . 7 32. Safety Clause ................................ 0 . . . . . 0 . 0 . . . . . . . . . . . . . 0 7 33. Qualifications of Bidders . . . . . . . 0 . . . . . 0 . 0 . . . . . . . . . . . . . 0 . ... . . . . . . .' . . . . . .. . 8 34. Disqualification of Bidders . . . . . . . . . . . . . . . . . . . . . . . . 0 . . . . . . . . . . . 0 . 0 . 0 . . 0 . . . 8 35. Licenses and Permits 0 . . . . . . 0 . . . . . . . . . . . . . . . . . . . 0 . . 0 . . 0 . 0 . . . . . . . . 0 . . . . . 8 36. Vendor Site Inspection and Evaluation. . . . . . . . . 0 . . 0 . 0 . 0 . . . . . 0 . . . . . . . . . . . . . . . .8 37. Request for Information. , . . . . . . . . . . . . . 0 0 0 0 0 . 0 . . 0 . . . 0 0 . . . . . 0 . 0 . . . 0 0 . . . . . . .8 38. Provisions for Other Agencies. . . . . . . . . . . . . . . . . . 0 . . 0 . . . . 0 . 0 . . . . . . . 0 . . . . . . . a SP.ECIAl CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . . . . . . . . . . . . . . . . . . . . . . . . 9 APPENDICES Reference Information Statement of No Bid Insurance Requirements Summary of Work General Conditions Schedule of Bid Prices Technical Specifications CITY OF LARGO, FLORIDA INSTRUCTIONS TO BIDDERS 1. ScoDe The instructions to bidders and general conditions described herein apply to transactions on material, supplies or services with an estimated aggregate cost of $10,000 o~ more. 2. Definitions (as used herein) a. The term nlnvitation For Bid" means a solicitation of formal sealed bids. The acronym "IFBa means Invitation ForBid. b. The term abidn means the offer as a price by the bidder.. c. The term "bidder" means the offerer. d. The term UChange Order" means a written order signed by the Assistant. City Manager or authorized representative directing the vendor to make changes to a contract or purchase order resulting from the IFB. e. The term "City- means the City of Largo, Florida. 1. The term acity Commission- means the governing body of the City of Largo. 3. Preoaration of Bids a. Bidders are expected to examine the specifications, drawings, and all special and general conditions. No plea of ignorance by the bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract document, will be accepted as a basis for varying the requirements of the City or the compensation to the vendor. b. The apparent silence of any supplemental specifications as to any details or the omission from it of a detailed description concerning any point will be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship isto be first quality. All interpretations of the specifications shall be made upon the basis of this statement. - c. Bids shall be submitted on the Bid Form furnished with the specifications, other forms may be rejected. Unless otherwise stated within the specifications, responses to the IFB should be submitted In DUPLICATE for bid evaluation purposes. d. Each bidder shall fumish the information required by the'IFB. The bidder shall sign the .IFB and print or type his name, address, and telephone number on the face page and on each continuation sheet thereof on which he makes an entry. e. Unit price for each unit offered shall be shown, and such price shall include packing and shipping unless otherwise specified. A total shall be entered in the "Total- column for each item offered. In case of discrepancy between the unit price and extended price, the unit price will be presumed correct. f. The bidders must state a definite time for derlVery of supplies or performance of services. g. Additional or alternate bids, unless specifically requested, will not be accepted. Vendors are urged to inspect their product lines and select one item that wiD meet or exceed the specifications as given and submit only one bid. 1 h. The bidder should retain a copy of all bid documents for future reference. I. All bids must be signed with the finn name and by an officer or employee having authority to bind the company or finn by hislher signature. .4. Submission and Receiot of Bids .a. Bids must be received at or before the specified time of opening as designated in the IFB. Bidders are welcome to attend bid opening; however, no award of bid will be made at this time. A bid tabulation will be fumished, upon request. Bids shall be submitted in a sealed envelope. The envelope shall show the hour and date specified for receipt of bids, the bid number, and the name and address of the bidder. The City of Largo is not responsble for the U.S. Mail or private couriers in regards to mail being delivered by the specified time so that a bid can be considered. Late bids will be rejected. Telegraph bids will not be considered; however, bids may be modified by telegraphic notice, provided such notices are received prior to the hour and date specified on the bid. Bids submitted by telephone or FAX will not be accepted. Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, vendor(s) will be notified to remove samples, at their expense, within thirty (30) days after notifICation. Failure to remove the samples will result in the samples. becoming the property of the City. Failure to follow these procedures is cause for rejection of bid. Bids having any erasures or corrections must be initialed by the bidder.in ink. Bids shall be signed in ink. All bid amounts shall be typewritten or filled in with ink. The City reserves the right to reject any or aU bids received, to waive any irregularities in the bids received, or to accept the bid which best serves the interest of the City of Largo. b. c. d. e. 1. g. h. 5. Acceotance of Offer The signed bid shall be considered an offer on the part of the bidder; suc~ offer shall be deemed accepted upon issuance by the City of a Purchase Order, Blanket Purchase Order, or other contractual document. 6. Clarification and Addenda .Any inquiries, suggestions, or requests concerning interpretatiqn, clarification, or additional information pertaining to the Bid shall be made through the City of Largo Office of Management and Budget. The City shall not be responsible for oral interpretations given by any City employee, representative, or others. The issuance of a written addendum is the only official method whereby interpretation, clarification, and additional infonnation can be given. If any addenda are issued to this Bid, the City will attempt to notify all prospective Bidders who have secured same; however, it shall be the responsibility of each Bidder, prior to submitting the Bid, to contact the City of Largo ~ffice of Management and Budget at (727) 587-6727, to detennine if addenda were issued and to make such addenda a part of the Invitation to Bid. 2 7. Finn Prices The biclcler warrants that prices, terms and conditions quoted in his bid will be firm for acceptance for a period of not less than ninety (90) days from the bid opening date unless otherwise specified in the IFB. Such prices will remain firm for the period of performance of resulting purchase orders or contracts which. are to be perfonned over a period of time. 8,' Estimated Quantities 10. Discounts Cash discounts of two percent (2%) will be considered in detennining the award. Unless otherwise specified, discounts offering 10 days or more will be taken by the City's Finance Department, w~h payment being made on the nearest 10th or 25th of the month subsequent to receipt, inspection and acceptance of articles, and receipt of correct invoice(s). 11. Award The contract or purchase order shall be awarded by appropriate written notice to the bidder whose bid meets the requirements and criteria set forth in the IFB and as follows: a. The ability, capacity and skill of bidder to penonn the contract or provide the service required; b. Whether the bidder can perfonn the contract or provide the service promptly, or within the time specified, without delay or interference; c. The character, integrity, reputation. judgment, experience and efficiency of the bidder; d. The quality of performance of previous contracts or services; e. The previous and existing compliance by the bidder with laws and ordinances relating to the contract or services; f. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service; - g. The quality, availability and adaptability of the supplies or contractual services to the particular use required; h. The ability of the bidder to provide future maintenance and service; I. The number and scope of conditions attached to the bid. 3 . j. The City reserves the right to accept or reject any-or all bids or part of bids, to waive irregularities and technicalities, and to request re-bids on the material described, in the IFB. k. The City also reserves the right to award the contract on such material as the City deems will best serve its interests. I. The City reserves the right to award the contract on a split-order basis. lump-sum or individual-item basis, or such combination as shall best serve the interest of the City unless otherwise specified. m. The City reserves the right to tenninate the contract with thirty (30) days written notice of intent. 12. Brand Names If and wherever in the specifICations of brand names, make, name of any manufacturer, trade name, or vendor catalog number is specified, it is for the purpose of establishing a grade or quality of material only. When the City does not wish to rule out other competitors' brands or makes, the phrase OR eaUAL is added. However, if a product other than the speCified is bid, it is the bidder'S responsibility to identify such product in his bid and he must prove to the City that said product is equal to or better than the product specified. Unless otherwise specified, evidence in the fonn of samples may be requested if the brand being bid is other than specified by the City. Such samples are to be fumished after the date of bid opening only upon request of the City. If samples should be requested, such samples must be received by the City no later than four days after fonnal request is made. 13. Variations of SDscifications For purposes of bid evaluation, the bidder must indicate any variances from our specifications and/or conditions, no matter how sUcht. Any deviation from specifications must be explained in complete detail, including any drawings, engineering explanations and effect upon the costs. If variations are not stated in the bid, it will be assumed that the prodUct or service fully complies with the City's specifications. 14. Material Qualitv All materials used in the manufacture or construction of supplies, materials or equipment purchased and delivered against this contract will be of first quality and not damaged and/or factory seconds. Any materials damaged or not in first quality condition upon receipt will be exchanged within twenty-four (24) hours at no charge to the City. 15. AcceDtance of Material The material delivered under this bid shall remain the property of the seller until a physical inspection and actual usage of this material ancVor service is made, and ~hereafter is accepted to the satisfaction of the City. It must comply with the terms herein, and be fully in accord with specification and .of the highest quaflly. In the event the material and/or services supplied to the City is found to be defective or does not conform to specification, the City reserves the right to cancel the order upon written notice to the bidder and retum product to bidder at the bidder's expense. The City reserves the right to request that the offeror(s) provide a demonstration unit and/or presentation prior to award. 4 16. Tlmelv Deliverv TlIT1e will be of the essence for any orders placed as a result of this bid. .The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on the bid form. 17. Price Chances Re Contracts If this I FB is for an estimated quantity of supplies, etc., versus purchase of a specific quantity of articles or service, consideration in awarding bid for yearly contracts will be given: First to bidder offering firm pric~s for full contract period; and, Second to bidder offering firm prices subject to market price reduction. 18. CiN Indemnification RE: Patent & CODvriaht The Vendor, in accepting this order, agrees to ildemnlfy the City and hold it hannless from and against all claims, liability, loss, damage or expense, including counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment therefor by the City. 19. Conflict of Interest The bidder, by acceptance of this order, certifies that to the best of his knowledge or belief, no elected/appointed offICial or employee of the City of Largo is fnancially interested, directly or indirectly, in the purchase of the goods or services specified on this order. 20. Public Entitv Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or pubrlC work, may not submit bids 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 Section 287.017, for CATEGORY lWO for a period of 36 months from the date of being placed on the convicted vendor list. 21. Cot ions When the City requests bids with options regarding the extent of services to be provided, the City requests that aD bidders provide a cost breakdown for each option proposed. Although all options may be purchased, some may not. The City reserves the right to decide, at its discretion, which options shall be purchased.. . Award will be made group by group or in the aggregate, whichever is in the best interest of the City of Largo. During the evaluation, vendors may be required to furnish price sheets their quotes are based on. The City also reserves the right to engage more than one firm, if it is believed that different firms might best serve the City's interests in performing different segments of a particu!ar job. 5 22. Subcontractina Where proposers do not have the "in-house" capability to perfonn work desired, or to provide a product as specified, in the Bid, subcontracting may be pennitted with prior knowledge and approval of the City. The City must be assured and agree that any proposed subcontractor(s) can perform the work . orprovide the product at the desired quality and in a timely manner. Therefore. the name of any intended subcontractor(s) should be identified in the bid. 23. Taxes The City of Largo is exempt from local, state, federal or transportation taxes, except excise tax on lubricants and batteries in accordance with Chapter 88-393, Laws of Florida, effective October 1, 1988. Exemption certificates will be provided upon request. 24. Failure to Bid If any vendor does not wish to bid, the Statement of No Bid must be returned. Otherwise, the vendor's name will be removed from the City's mailing list after three uNo Bids.. 25. Additionallnformation The apparent low bidder may be required to submit to the City within twenty-four (24) hours of bid opening the following documents: (a) Most recent financial statements of the company; (b) A list of equipment owned; (c) A Dst of references which may be immediately contacted. 26. Manufacturer's Certification The City reserves the right to request from bidders a separate manufacturer certification of all statements made in the bid. Failure to provide such certification may result in rejection of bid or default termination of contract for which the bidder must bear full liability. 27. Default of Contract In case of default by the bidder or contractor, the City may procure the items or services from other sources and hold the bidder or cont~or responsible for any excess costs occasioned or incurred thereby. 28. Modification for Chanaes No agreement or understancfng to modify this IFB an~ resultant purchase orders or contract shall be binding upon the City unless made in writing by the .Assistant City Manager or authorized representative of the City of Largo. 29. Order or Precedence In the event of an ilconsistency between provisions of the IFB, the inconsistency shall be resolved by giving precedence in the following order: (a) The schedule; (b) Special provisions; (c) Instructions to Bidders and General Instructions; 6 (d) Other provisions of the contract, whether incorporated by reference or otherwise; and (e) The specifications. 30. Examination of Records The bidder shall keep adequate records and supporting documentation applicable to the subject matter of this bid to include, but not be limited to, records of costs, time worked, working papers and/or accumulations of data, criteria or standards by which findings or data are measured, and datesltimes of pick-up or derlVery. Said records and documentation shall be retained by the bidder for a minimum of one (1) year from the date the bid is completed and accepted by the City. If any litigation, claim, or aucflt is started .before the expiration of the one (1) year period, the records shall be retained until all litigation, claims, or audit fincflngs, involving the records have been resolved. Should any questions arise concerning this bid the City and its authorized agents shall have the right to review, inspect, and copy all such records and documentation during the record retention period stated above; provided, however, such activity shall be conducted only during nonnal business hours and shall be at City expense. Bidders shall be authorized to retain microfilm copies in lieu of original records, if they so desire. Any subcontractor(s) employed by a bidder who is subject to these requirements shall be subject to these requirements and the bidder is required to so notify any such subcontractor(s). 31. OccuDational Health and Safety In compliance with Chapter 442, Rerida Statutes, any item delivered to the City resulting from this bid must be accompanied by a Material Safety Data Sheet (MSDS).. The MSDS must be maintained by the user agency and must include the following infonnation: . a) The chemical name and the common name of the toxic substance. b) The hazards or other risks in the use of the toxic substance, including: (1) The potential for fire, explosion, corrosion, and reactivity; (2) The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and (3) The primary routes of entry and symptoms of overexposure. c) The proper precautions, handli"lg practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of over-exposure. d) The emergency procedure for spills, fire, disposal, and first aid. e) A description in lay tenns of the known specific potential health risks posed by the toxic substance intended to alert any person reading this infonnation. f) The year and month, if available, that the nfonnation was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. Any questions regarding these requirements should be directed to: Risk and Safety Manager, (727) 587-6774. 32. Safetv Clause Any and all work originated from this bid must comply with all applicable safety laws based on any City.. County, State and/or Federal regulations. 7 33. Qualification of Bidders A bidder may be required, before the award of any contract, to show to the complete satisfaction of the City that he has the necessary facilities, equipment, ability and financial resources to perform the work in a satisfactory manner within the time specified. 34. DisQualification of Bidders Any or all proposals will be rejected if there is any reason for believing that collusion exists among the bidders, and participants in such collusion, will not be considered in future proposals for the same work. 35. Licenses and Permits The Contractor shall secure all licenses and permits and shall comply with all applicable laws. regulations and codes as required by the State of Florida, or by the City of Largo. The Contractor must fully comply with all Federal and State Laws and County and Municipal Ordinances and Regulations in any manner affecting the performance of the work. 36. Vendor Site Insoection and Evaluation The City reserves the right to inspect the vendor's site prior to award or at any reasonable time throughout the contract period. 37. Reauest for Information Information may be obtained from the OffICe of Management and Budget. (727) 587-6727, or from the individual listed on the IFB cover letter. 38. Provisions for Other Aaencies Unless otherwise stipulated by the bidder, the bidder agrees to make available to the Government agencies, departments, and municipalities the bid prices submitted in accordance with said bid terms and conditions therein, should any said governmental entity desire to buy under the proposal. 8 CITY OF LARGO, FLORIDA SPECIAL CONDITIONS FOR SANITARY SEWER AND STORMWATER INVERSION LINING BID '# 02-B-871 . 1. Intent In accordance with the enclosed specifications, it is the intent of the City of Largo to receive bid proposals for Sanitary Sewer, Reclaimed Water and Stormwater Emergency Repairs. 2. Manufacturer's Reference Any such references, by brand or trade name or catalog number, are used for the purpose of descnbing the estabrlShing general quality and perfol1Tlance levels. Unless otherwise stated in the bid section, consideration will be given for any product which meets or exceeds the quality of performance of the specification. Vendors are required to state exactly what they intend to furnish as provided in the proposal section. otherwise they shall be required to furnish the item as specified. 3. Warranty FaRure by a manufacturer's authorized dealer to render proper warranty service/adjustments including providing a copy of the warranty work order to the City, shall subject that dealer to suspension from the City's approved vendor listing until satisfactory evidence of correction is presented to the Office of Managem~nt ~d Budget. Payment will not be withheld pending warranty repairs and adjustments. 4. Invoices Invoice copies (one original and one copy) shall be mailed to: City of Largo, Accounts Payable, P.O. Box 296, Largo, Florida 33779-0296. 5. Reiection of Deliverv The City reserves the right to refuse delivery of any product which does not meet Federal, State or the specified safety standard. The City reserves the right to cancel any such item{s) on purchase orders and obtain such items from another source, when such items have not been delivered within a reasonable period of time as compared to the time stated in this bid. 6. Fiscal Non-Fundina Clause In the event sufficient budgeted funds are not available for~ a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate on the last day of the current fiscal period without penalty or expense to the City. CITY OF LARGO, FLORIDA REFERENCE INFORMAnON FOR SANrrARY SEWER AND STORMWATER INVERSION LINING SID 102-S-871 (~[0~-;\lrrn-'W7 \~? \::.. _J ) I U Organization Contact 'Person Address City Phone Number ( Project Cost SEE A T T A C H E D State Zip ) Date Perfonned ------------------------------------~-----------~------------------------------ Organization Contact P-erson Address City Phone Number ( Project Cost State Zip Date Perfonned --------------------------------------------------------------------~----------- Organization Contact Person Address City Phone Number ( .Project Cost state Zip ) Date Perfonned -----------------~-------------------~--------------------------------------- Organization Contact Person Address City Phone Number ( Project Cost State Zip ) Date Perfonned ----------------------------------------------------------------------------~--- Representative Typed NamefT"rtle Michael Cannon I Vice President Representative Signature Amn Azurix North America 109 Applewood Drive Longwood, F~ 32750 407-260-9668 CITY OF LARGO, FLORIDA .STATEMENT OF NO BID FOR SANITARY SEWER AND STORMWATER INVERSION LINING BID #02.B-871 IF YOU DO NOT INTEND TO BID ON THI.S REQUIREMENT, PLEASE COMPLETE AND RETURN THIS FORM PRIOR TO DATE SHOWN FOR RECEIPT OF BIDS TO: CITY OF LARGO, OFFICE OF MANAGEMENT AND BUDGET, POST OFFICE BOX 296, LARGO, FLORIDA 33779-0296. WE, THE UNDERSIGNED, HAVE DECLINED TO BID FOR THE FOLLOWING REASON(S): WE DO NOT OFFER THIS PRODUCT OR EQUIVALENT. SPECIFICATIONS ARE TOO aTIGHT", I.E. GEARED TOWARD ONE BRAND OR MANUFACTURER ONLY (PLEASE EXPLAIN BELOW). UNABLE TO MEET SPECIFICATIONS (PLEASE EXPLAIN BELOW). SPECIFICATIONS l,!NCLEAR (PLEASE EXPLAIN BELOW). INSUFFICIENT TIME TO RESPOND TO INVITATION TO BID. OUR PRODUCT SCHEDULE WOULD NOT PERMIT US TO PERFORM. ,UNABLE TO MEET BOND REQUIREMENTS. OTHER (PLEASE SPECIFY BELOW). REMARKS: WE UNDERSTAND THAT IF THE "NO BID" LElTER IS NOT EXECUTED AND RETURNED, OUR NAME MAY BE DELETED FROM THE LIST OF QUALIFIED BIDDERS FOR THE CITY OF LARGO FOR FUTURE PROJECTS. Typed Name and Title Signature Company name Address City, State Zip Code Telephone Number <-.J . Fax L-.) CITY OF LARGO. FLORIDA INSURANCE REQUIREMENTS CHECKLIST FOR 02-B-871 - Sanitsrv Sewer and Stormwater Inversion LIoina Items marked "X" must be provided x General Llabmtv -L- Commercial General UabilJty -L- Occurrence Form Minimum Limits Reaulred S 1.000.000 General Aggregate S 1.000.000 product/Completed Operations Agg. S 1.000.000 Personal & Advertising Injury . S 1.000.000 Each Occurrence S x AutomobUe Llabilflv Owned. Hired & Non-owned S 1.000.000 StatutorY S 100.000 S 500.000 S 100.000 Combined Single Limit per Occurrence -1 WorkefS Comaensatlon and Emalovefs LiabilitY Each Accident Disease - poncyUmit Disease - Each employee -1 Professional Llabilitv - Errors Ir. Omissions e Oecluctlble: S · Claims Made (YIN): · Occurrence (YJN): · Oefense included In Limits (Y/N): rro be completed by Bidder) S Aggregate S Each Claim Bulld.fs Rlskllnslallation Floater r To be completed by Bidder) . Flood Included S Limit S 100% of Completed or Installed VaLue · Transportation Included S Limit AJl-Risk Form · Storage Included S Urnit City Must Be A Named Insured.. Copy of PaOey WID Be Required. Other S S X The CertifICate of Insurance must shaw -rhe City of Largo. elected officials and employees. as a~ additional insured. X Certlicated must givi to the CIty of Largo 30 days' prior written notice of cancellation, non-renewal. or adverse change. X CertifICates must identify bid number and bid title. Statement of Bidder: Vice President A complete copY of this fonn with orialnal sigriatu.. must ac:company bid. Azurix North America Underground Infrastructure, ~nc_ 109 Applewood Drive, Longwood, FL 32750 407-260-9668 O \90; PI" o <"0 ~;f&..~.~ ~. .. ....... ~. .. ~ ....J .....Iil.... :> City of Largo, Florida Post Office Box 296. largO. Florida 33779-0296 Public Works Department Chris A. Kubala, Public Works Director Michael J. Staffopoulos. P.e.. City Engineer Public Works Administration: (727) 586-7418 Engln~ring Services Division: (727) 587-6713 Engineering Services FAX: (727) 586-7413 SANITARY SEWER AND STORMW ATER INVERSION LINING BID NO. 02-8-871 City of Largo, Florida Summarv of Work This project provides for the reconstruction of pipelines and conduits (8 . 10. 12. 15, 18, 24 and 30 in., and laterals) by the installation of a resin-impregnated, flexible robe which is inverted into the existing conduit by use of a hydrostatic head or air pressure, also referred to as cured in place pipe (CIPP). The resin is cared by circul8.ting hot water or introducing controlled steam within the tube. When cured, the fmished pipe will be continuous and tight-fitting. This reconstruction pr9Cess can. be used in a variety of gravity and pressure applications such as sanitary sewers and stonn sewers. Pipelines for reconstruction on this project consist of primarily vitrified clay pipe, with some ductile iron pipe, reinforced concrete pipe and conugated metal pipe. The work shall be performed by annual bid, with an estimAted minimum footage of three thousand (3,000) lineal feet of sewer line and stonnwater pipe to be inversion lined on an annual basis. The term of this bid will be from the date of award through September 30, 2003. The City of Largo reserves the right to extend the contractor for two additional one-year extensions with the approval of the contractor. The estimated footages identified in the Schedule of Bid Prices are for comparison only. The locations to be inversion lined will be as directed by the City 'of Largo designated representative. The City of Largo will issue task orders to the contractor in minimum increments of $20,000. The Contractor shall be required to be on the job site and performing services within twenty-one (21) days of notification of each service request. No dig inversion lining is required. , The Contractor will be responsible for sewage flow control during all hours of installatioD. Night installations may be required in some sewer lines due to sewage and/or traffic flow conditions. Coordination of the flow control and rehabilitation is the responsibility of the Contractor. . The indemnification provision contained in the General Conditions is incorporated herein, and made a part hereof, as if fully set forth herein. The contractor shDll submit, for the purposes of bidding, a completed Schedule of Bid Prices !!!!l. uecuted Geneml Condidons. Failure to provide both documents sluzll result in an u1U'esponsWe bid. ..SAFETY 1. Contractor will report any condition to the Cty of Largo which may pose a threat to the health and welfare of employees of the City, Contractor, or the general public. Page 1 _~_~ General COrrespondence: Errorl Not a valid link. Error! Not a valid link. Julv 12 2002 2. Contractor will use employees that are properly trained and who are aware of possible work, . materials, and job-site related hazards. 3. Contractor will ensure that waste material is properly disposed in accordance with applicable regulations and safety precautions. 4. Contractor shall comply with all local, state and federal safety requirements, including but not limited to OSHA. Table of Contents General Conditions Schedule of Bid Prices Technical Specifications Section OIOlO-Summary of Work Section 01025 - Measurement and Payment Section 01530 - Barriers Section 01570 - Traffic Control Section 02702 - Pipe Lining By Inversion Page 2 012 ....".., .""" 10,4A,M AU SUIIIJIW)'ofWortc Section 010~O SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. The work covered by these specifications comprises, in general, the furnishing of all labor, equipment, materials. The work shall include the perfozming of all operations to consb:uct road improvements, as well as, water, sewer, and drainage improvements for the City of Largo as described and specified further in the Technical Specifications, and as shown on the Contract Drawings. . B. Except as specifically noted, the Contractor shall provide and pay for: 1. Labor, materials, tools, construction equipment, and machinery. 2. Water and utilities required for consb:uction. 3. Other facilities and services necessary for proper execution and completion of the work. 4. Testing lab services. C. The Contractor shall comply with all codes, ordinances, rules, regulations, orders and other legal requirements of the City of Largo. D. Roadway restoration/reconstruction for any individual street shall be completed within 30 calendar days subsequent to substantial completion of underground utility consb:uction on a street by street basis. The submitted construction schedule shall indicate this consb:uction sequence. 1.02 EROSION AND SEDIMENT CONTROL The Contractor shall implement erosion and sediment control practices that will prevent the introduction of pollutants into the storm water system. Erosion and sediment controls shall include both stabilization practices and structural practices. The Contractor shall take adequate precautions to prevent siltation and bank erosion in discharging wen point systems or during other construction activities. This includes the placement of erosion control devices, such as silt barriers or settling basins, when necessary to prevent silt from entering ~e drainage system. Whenever traffic will be leaving a construction site and moves directly onto a public road or other paved area, a temporary gravel construction entrance, per City of Largo Standards, shall be installed to reduce the amount of sediment transported onto public roads by motor vehicles or runoff. The entrance shall be maintained in a condition that will prevent tracking or flow of sediments onto public rights-of way. .All materials spilled, dropped, washed, or tracked from vehicles onto roadways or into storm drains must be removed immediately. The road or paved area must ,be swept daily for sediments and stones. All erosion and sediment control devices shall be checked daily or immediately after a storm event and shall be cleaned out and/or repaired as required. All erosion and sediment control methods shall be in accordance with F.D.O.T. Index No. 102 and shall comply with all state and local water quality standards. The City Engineer or the appointed City personnel has the right to enforce immediate cleanup and maintenance of any and all sediments on or off site. 1',,_' nf~ SIUIUIIiII}' of Work . Section 01010 1.03 HOUSEKEEPING BMP'S A construction site management plan shall be developed by the Contractor to prevent pollutants from entering the storm water system. Pollutants include but are not limited to oils, grease, paints, gasoline, concrete truck washdown, solvents, litter, debris and sanitary waste. The construction site management plan shall designate areas for equipment maintenance and repair; shall provide waste receptacles at convenient locations and shall provide regular collection of wastes; shall locate equipment washdown areas on site and shall provide appropriate control of washwaters; shall provide protected storage areas for chemicals, paints, solvents fertilizers and other potentially toxic materials; and shall provide adequately maintained sanitary facilities 1.04 STORAGE OF MATERIALS The Contractor shall furnish suitable storage facilities. All materials, supplies and equipment intended for use in the work shall be suitably stored by the Contractor to prevent damage from exposure, admixture with foreign substances, or vand~m or other cause. The Engineer will refuse to accept, or sample for testing, materials, supplies or equipment that have been improperly stored, as determined by the Engineer. Materials found unfit for use shall not be incorporated in the work and shall immediately be removed from the construction or storage site. Delivered Il1ilterials shall be stored in a manner acceptable to the Engineer before any payment for same will be made. Materials strung out along the line of construction will not be allowed unless the materials will be installed within one week from the time of unloading and stringing out. 1.05 PRESBY ATlON OF PROPERlY The Contractor shall preserve from damage all property along the line of the work, or which. is in the vicinity of or is in any way affected by the work, the removal or destruction of which is not called for by the plans. Wherever such property is damaged due to the activities of the Contractor, it shall be immediately restored to its original condition by the Contractor at no cost to the Owner. In case of failure on the part of the Contractor to restore such property, or to make good such. damage for injury, the Owner may, after 48 hours notice to the Contractor, proceed to repair, rebuild or otherwise restore such property as may be deemed necessary, and the cost thereof will be deducted from any monies due, or which may become due, the Contractor under this contract. 1.06 CLEAN UP The Contractor shall keep the construction site free of rubbish and other materials and restore to their original conditions those portions of the site not designated for the alteration by the Contract Documents. Oean up and restoration shall be accomplished on a continuing basis throughout the contract period and in such a manner as to maintain a minimum of nuisance and intederence to the general public and residents in the vicinity of the work. The Contractor shall also remove, when no longer needed, all temporary structures and equipment used in his operation. It is the intent of this specification that the construction areas and those other areas not designated for alteration by the Contract Documents shall be immediately restored to original condition as upon completion of the project. Page 2013 SIlllUllU7 of Work Section 01010 1.07 PUBUC SAFElY AND CONVENIENCE The Contractor shall at all times so conduct his work as to ensure the least possible obstruction to traffic, or inconvenience to the general public and residents in the vicinity of the work. No road or street shall be closed to the public, except with the permission of the Engineer and ot:h.eI jurisdictional governmental authority, if any. Fire hydrants on or adjacent to the work shall be kept accessible. Provisions shall be made by the Contractor to ensure public access to sidewalks, public telephones, and the proper functioning of all gUtters, sewer inlets, drainage di~, and irrigation ditches. No open excavation shall be left ovemight except during road closing. All open excavation within the roadway shall be backfilled and a temporary asphalt patch applied prior to darkness each day. A cold asphalt patch is acceptable. 1.08 SAFETY AND OSHA COMPLIANCE The Contractor shall comply in all respe~ with all Federal, State and Local safety and health regulations. Copies of the Federal regulations may be obtained from the US. Department of Labor, Occupation Safety and Health Administration (OSHA), Washington, DC 20210 or their regional offices. The Contractor shall comply in all respects with the applicable Workman's Compensation Law. 1.09 CONTRACTOR'S USE OF PREMISES A. Coordinate the use of premises under direction of Engineer. B. Assume full responsibility for the protection and safekeeping of equipment and materials stored on the site. C. Move any stored Products, W\der Contractor's control, which interfere with operations of the Owner or separate Contractor.' . Page3of3 STANDARD GENERAL CONDmONS OF THE CONSTRUCTION CONTRACT FOR THE CITY OF LARGO FLORIDA Date: 2000 TABLE OF CONTENTS OF GENERAL CONDTInONS ARnaE TITLE PAGE ARTICLE TITLE PAGE Substitutes or nOr-Equal". Item GC-12 Conceming Subcontractors, Suppliers and .Others GC-13 Patent Fees and Royalties GC-13 Permits GC-14 Laws and Regulations GC.14 Taxes GC-14 Use of Premises GC-14 Record Documents GC-15 Safety and Protection GC-lS Emergencies and Precautions During Adverse Weather GC-16 Shop Drawings and Samples GC-16 Continuing the Work GC-17 Indemnification GC-17 7. OTHER WORK GC-18 Related Work at Site GC-18 Coordination Ge-18 8. THE CITY'S RESPONSIBILITIES GC-18 1. DEFINITIONS GC-1 2. PREUMINARY MATI'ERS GC-3 Delivery of Documents GC-3 Copies of Documents GC-3 Commencement of Contract Time; . Notice to Proceed. GC-3 Starting the Project GC-3 Before Starting Construction GC-3 Pre-c:onstrudion Conference GC-4 Finalizing Schedules GC-4 3. CONTRACT DOCUMENTS GC-4 Intent GC-4 .Ainending and Supplementing , Contract Documents GC-S Reuse of Documents GC-S 4. A V AILABIlJTY OF LANDS: PHYSICAL CONDmONS: REFERENCE POINTS GC-S AvaiIabilityofLands GC-S Physical Conditions GC-6 Physical Conditions- Underground Facilities GC-7 Reference Points GC-8 . 9. ENGINEER'S STATUS DURING CONSTRUCI'ION Oty's Representative . Visits to Site . Project Representation Clarifications and Intelpretations GC-21 Authorized Variations of Work GC-22 Rejecting Defective Work GC-22 Shop Drawings, Oaange Orders and Payments GC-22 Determination for Unit Prices GC-22 Decisions on Disputes GC-22 - Limitations on Engineer's Responsibilities GC-19 GC-19 GC~19 GC-19 5. BONDS AND INSURANCE GC-8 Bonds GC-8 Contractor's Insurance GC-9 .. -" 6. CONTRACTOR'S RESPONSIBILlT1ES GC-ll Supervision and Superintendence GC-ll Labor, Materials and Equipment; Hours of Work GC-ll Adjusting Progress Schedule GC-12 GC-22 10. CHANGE.S IN THE WORK GC-23 TABLEOFCONTENTSOFGENERALCONDflaONS ARTICLE TITLE 11. CHANGE OF CONTRACT PRICE Cost of the Work Contractor's Fee Cash .Allowances Unit Price Work Omitted. Work PAGE GC-24 GC-24 GC-26 GC-26 GC-27 GC-27 12. CHANGE OF CONTRACT TIME GC-27 13. WARRANTY AND GUARANTEE: TEST AND INSPECI'IONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK. GC-28 Warranty and Guarantee GC-28 Access to Wolk GC-28 Tests and Inspections GC-28 Uncovering Work GC-29 City May Stop the Work GC-29 Correction or Removal of Defective Worle GC-29 One Year Correction Period GC-29 City May <;:oitect Defective Work GC-30 14. PAYMENTS TO CDNTRACI'OR AND COMPLETION Schedule of Values Application for Progress Payments Contractor's Warranty of Title Review of Applications for Progress Payment Substantial Completion Partial Utilization Finallt1spection Final Application for Payment Final Payment and Acceptance Contractor's Continuing Obligation GC-30 GC-3Q GC-3Q GC-31 GC-31 GC-31 . GC-31 GC-32 GC-32 ~-32 GC-33 ARTICLE TITLE 15. SUSPENSION OF WORK AND TERMINATION City May Suspend Work City May Terminate Contractor May Stop Work or Terminate PAGE GC-33 GC-33 GC-33 GC-35 GC-35 GC-35 GC-35 16. MISCELLA.NEOUS Giving Notice Computation of Time No Limitation of Rights and Remedies GC-35 Accident and Prevention GC-36 Florida Products and Labor GC-36 Employees GC-36 Non-Disaimination GC-36 Assignment GC-36 Venue GC-37 Asbestos GC-37 Right to Audit GC-37 Contract Time; Liquidated Damages GC-37 GC-37 GC-38 Payment Procedures Contractor's Representations CONTRACfOR SIGNATURE, DA'rP &: CORPORATE SEAL GENERAL CONDITIONS ARTICLE 1- DEFlN1TIONS Wherever used in these General Conditions or in the other Contract Documents the following tenDS have the meanings indicated which are applicable to both the singular and plural thereof: ADDENDA - Written or grapbic instruments, explanations, interpretations. changes. corrections, additions. deletions or modifications of the contract documents issued prior to the opening of Bids which clarify. comet or change the bidding documents or the Contract Documents. AO~m:.MENT - The written agreement between the CITY and CONTRACfOR covering the Work to be performed; when other Contract Documents are attached to the Agreement, they become a part of the coD1ract. The Agreement is also refetred to as the Con- tract APPUCATIONFOR PAYMENT -The fmm accepted by ENGINEER which is to be used by CONTRAcroR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. BID - The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. properly signed or guaranteed. BONDS - Bid, Performance and Payment bonds and other instruments which protect against loss due to inability. failure or refusal of the CONTRACTOR to perfonn the work specified in the contract documents. CAT .F.NDAR DAY - A calendar day of 24 hours measured from midnight to the next mjdnigbt, including Saturdays. Sundays and holidays and regardless of the weather. CHANGE ORDER - A document recommended by ENGINEER which is signed by the CONI'RACTOR and the CITY which authorizes an addition, deletioq, or reVision in the work, or an adjustment in the Contract . Price or Contract TIlDe. issued on or after the execution of the Agreement gJX - The City of Largo. Florida. a Florida municipal corporation, its authorized and legal representatives, the public entity with whom the Contractor has entered into the apemmt and for whom the work is to be provided. CONSTRUCTION Si1PERlNTENDENT - The construction superintendent shall be in attendance at the project site during perf'ormance of the Work and shall represent the CONTRACI'OR. CommunicatioDS given to the construction superintendent or decisioDS made by the construction superintendent shall be as binding as if given to or made by the CONTRACfOR. Important communications or decisions shal1 be confirmed. in writing. Other communications or decisions shall be similarly confirmed by written request in each case. CONTRAcr DOCUMENTS -The Invitation to Bid, Instructions to Bidders, Proposal, Bid Bond, Agreement, Payment Bond, Performance Bond, Certificate of Insurance. Notice of Tentative Award, Notice to Proceed. Certificate of Substantial Completion. W manly of Title. Fmal Receipt - Release of Lien. General Conditions. Supplemental General Conditions. Technical Specifications, Contract Drawings. Addenda and Change Orders executed pursuant to the Contract Documents. CONTRAcr PRICE -The total monies payable by the C11Y to the CONTRACfOR under the te~ and conditions of the ContraCt Documents.. CONTRAcr TIME - The number of successive calendar days stated in the Contract Documents for the completion of the Work. CONTRAcrOR - The person, firm. or corporation with whom the CITY bas executed the Agreement to furnish the Work cal1edfor in the Contract Documents. DEFECTIVE WORK - Work that is unsatisfactory. faulty. or deficient; or that does not confonn to the . Contract Documents; or that does not meet the requirements of any. inspection. reference ~ test, or approval refmed to in the CoDlraCt Documents; or Work diat bas been damaged prior to the ENGINEERS recolDIDCndation of final payment . DRAWINGS - The drawings. plans, maps, profiles. diagrams. and other graphic representations which show character. location. natUre. extent and scope of the Work, which have been prepared or approved by ENGINEER and which are consid~ part of the Contract Doc:uments. indicated it means the date on which the Agreement is signed by the last of the two parties to sign the Agreement. EN~(S) - City of Largo Public Works Department, Engineering Division or its authorized agents. inspectors or representatives acting within the scope of duties e~trusted to them by the CITY. FIELD ORDER - A written order by the ENGINEER that does not impact the cost or time of performance of the Work. GENERAL REoUIREMENTS - Division 1 of the Technical Specifications. LAWS. AND REGULATIONS: LAWS OR REGULATIONS - Laws. rules. codes, regulations, ordinances and/or orders promulgated by a lawfully constituted body authorized to issue such Laws and Regulations. . NOTICE OF AWARD - The official written notice by the CITY to the apparent successfUl bidder stating that upon compliance by the apparent sucCessful bidder with the conditions precedent enumerated therein within the time specified, the CI1Y may enter into an Agreement NOTICE TO PR~ - The written notice issued by the CITY. or it's agents. to the CONTRACI'OR authorizing the CONTRACI'OR to proceed with the Work and establishing the date of commencement of the Contract Tune. PARTIAL unLIZATION - Placing a portion of the Work in service for the purpose for which it is.intended (or a related purpose) beforo reaching Substantial Completion for all the Worlc. PROJECT.. The entire constrUCtion to be ps=lf01med as provided in the Contract Documents. RESIDENT PROJECT REPRESENTATIVE (RPR) - The resident project representative, shall be in attendance at the project siID during performance of the Work and sball represent the CITY directly or through the ENGINEER. Respons~ilities of the RPR are further defined in Paragraph 9.3 of these General Conditions. iJlStructioDS. diagrams and other information prepared by a supplier and submitted by the CONTRACfOR to illustrate material or equipment for some portion of the Work. SPECIFICA nONS - (Same definition as for Technical Specifications hereinafter). SUBCONTRACTOR - An individual. firm. or corporation having a direct contract with the CONTRACI'OR or with any other Subcontractor for the performance of a part of the Work at the Site. SUBSTANTIAL COMPLETION - The Work (or a specified part thereof) bas progressed to the point where, in the opinion of ENGINEER as evidenced by ENGnffiER'S definitive certificate of Substantial Completion, it is sufficiently complete. in accordance with the Contract Documents. so that the Work (or specified part) can be utilized for th~ purposes for which it is intended. The terms "substantially comple~" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. When the entire Project is considered to be. Substantially Complete. this does not constitute Fmal Acceptance or Fmal Completion of the entire Project SUPPT."RMP.NT ARY CONDmONS - The part of the Contract Docuinents which amends or supplements these General Conditions. SUPPT .'J'F.R - A manufacturer, fabricator. supplier. distributor. materialman or veDdor. SURETY - Any person, firm or corporation which is bound by bid or conttaCt bond with and for the CONTRACI'OR. ' TECHNICAL SPECIFICATIONS - Those portions of the Conrract Documents consisting of the General Requirements and written tecfmical descriptions of products and execution of the Work. UNDERGROUND FACILITIES - All pipelines. conduits. ducts, cables. wires, manholes. vaults. tanks. blDnels or other such facilities or attachments. and any encasemems containing sw:b facUities which have been installed UDderp'Ound to 1UrDish any of the followin; services or materials: electricity. gases., steam, liquid petroleum products. telephono or other COmmuaicatioDS. cable television, water supply or distribution, sewage and drainage removal, traffic or other control systemS. UNIT PRICE WORK. - Work to be paid for on the basis of unit prices. WORK. - AJJy and all obligations, duties and responsibilities necessary to the successful completion of the Project assigned to or uudenaken by the. CONTRACI'OR under the Contract Documents, including all labor, materials, equipment and other incidentals and the furnishing thereof. WORK. DIRECTIVE CHANGE - A written direCtive to CONTRACI'OR. issued on or after the Effective Date of the Agreement and signed by the CITY and reCommended by the ENGINEER. ordering an addition, deletion or revision in the Work. or which references an emergency or unforeseen physical CODditiODS UDder which the Work is to be pe1founed. A Work DireCtive Change may not change the Contract Price or the Contraet Time, but is evidence that the parties expect that the change directed or documented by a Work Directive Change will be incmporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Tune. WR1TI'EN AMENDMENT - A written amendment of the ConlraCt OocUments, signed by the CITY and CONTRACI'OR on or after the Effective Date of the Agreement and normally dealing with the non- engineering or non-rechnical rather than strictly Work- related aspects of the Contract Documents. ARTICLE 2. PRELIMINARY MAT1'ERS DELIVEay OF DOCUMENTS: 2.1. When the CONTRAcrOR delivers the signed Agreements to the CITY, the CONTRACI'OR shall also deliver to the CITY such Boads and Insurance Policies, Certificates or other docmnents as the CONTRACI'OR may be required to furnish in accordance with the Contract Documents. COPIFS OF DOCUMENTS: 2.2 The CITY shall. fUmish to CONTRACI'OR three copies (uuless otherwise specified in the Supplementary Conditions) of the Contract Documents or as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. GC-3 COMMENCEMENT OF CONTRACT TIME; NOTICE TO PROCEED: 2.3. The Contract Time will commence to run on the day indicated in any Notice to Proceed. A Notice to Proceed may be given at any time within sixty days after the Effective Date of the Agreement STARTING THE PROJECT: 2.4. CONI'RACI'OR shall start to perform the Work on the date when the Contract Time commences to run, but no Work shall be done at the site prior to the date on which the Contract time commences to run. BEFORE STARTING CONSTRUCTION: 2.5. Before undertaking each pan of the Work, CONTRACI"OR shall carefully study and compare the Contract Documents and cbeck and verify pertinent figures shown thereon and all applicable field measurements. CONTRACI'OR shaD promptly report in writing to ENGINEER any confliCt, en'OI', ambiguity or discrepancy which CONTRACI'OR may discover and shall obtain a wrinen in~on or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACI'OR shall not be liable to CITY or ENGINEER for failure to report any confliCt, error, ambiguity or discrepancy in the . Contract Documents, unless CON1'RACI'OR la;1ew or reasonably should have moWl1 thereof. 2.6. At the pre-constructioD conference, CONTRACfOR shall submit to ENGINEER for review: 2.6.1. a proposed progress schedule indicating the starting and completion dates of the various stages of the Work; and, 26.2. a preliminary scbedule of Shop Drawing submissions and those shop drawings necessary to begin the work; and. 2.63. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the . Contract Price and will subdivide the Work into component parts in sufficient de~ to serve as the basis for pi-ogress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACl'OR at the time of submission ;and. 2.6.4. Pre-coDSlrUCtion video'tapes if required by the technical specificatioDS 2.7. The CONTRACTOR shall not commence construction operations until the construction progress schedule, schedule of values and the shop drawing submission schedule described above have' been reviewed by the ENGINEER for general conformance with the Contract documents. , Ahr review of the schedules, no deviation Shall be made without prior written acceptance by the CITY for general conformance with the Contract DocumentS. PRECONSTRUCTION CONFERENCE: 2.8. After the Effective Date of the Agreement, but before CONTRACI'OR starts Work at the site, a conference attended by CONTRACl'OR.. ENGINEER and others as deemed appropriate by the CITY, ENGINEER.. or CONTRACI'OR will be held to discuss the schedules referred to in paragraph 2.6, to discuss procedures for }wufling Shop Drawings and other submittals and for processing ApplicatioDS for Payment, and to Cstablish a working understanding among ~ parties as to the Work. Noddng herein sbaI1 relieve the' CONTRACTOR from the responsibility of contacting local utilities and any other necessary agencies. 'FINALIZlNG SCBEDtJLES: 2.9. At least ten days before submission of the first Application for Payment a ccmfmence attended by CONTRACI'OR. Cl1Y. ENGINBER aud others as appropriate will be held to mllli7',e the schedules submitted in accordance with paragraph 2.6. The finalized progress schedule will be acceptable to the CITY as providing an orderly progression of die Work .to completion within the Contract Tune, but such acceptance will neither impose on the CITY respoDSibility for the progress or scheduling of the Work nor relieve CONTRAcrOR from full respoDSibility therefor. The fiDalized schedule of Shop Dmwing submissiODS will be acceptable to the ClTY as providing a workable auanjement for processing the submissioDS. The fiDlIliZf!d schedule of values will be acceptable to the ClTY as to foan and substaDce. ARTICLE 3 . CONTRAcr DOCUMENTS: lNTENT, AMENDING, REUSE GC-4 INTENT: 3.1. The Contract Documents comprise the entire agreement between the CITY and CONTRACl'OR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be constnJed in accordance with the laws of the State of Florida with venue' in Pinellas County. Florida. , 3.2. It is the intent of the Contract Documents . to describe a functionally complete Project (or pan thereto) to be constrUcted in accordance with the Contract Documents. AI1y Work. materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When WOlds which have a wen- known technical or trade meaning are used to descnbe Work, materials or equipment such words sball be intelpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, sball mean the latest standard specification, manual, code or Laws or Regulations in effect at the time of opemg of Bids. except as may be. otherwise speci:6caJly stated. However~ no provision of any refer- enced standard specification, manual or code (whether or not specifically incorporated. by reference in the Contract Documents) sball be effective to change the duties or responsibilities of the CITY, CONI'RAcrOR or ENGINEER or any of their consultants, agents or employees from those set forth. in the Contract Documents, nor shall it ~ effective to assign to ENGn-mER'S, agents or employees. any duty or authority to supervise or direct the furnishing or perfcmnance of the Work or any duty or authority to underta1ce leSponsibility contrary to the provisions of paragraph 9.15 or 9.16. Clarifications and interpretations of the Contract Documents shall be issued by the ENonEER as provided in paragraph 9.4. 3.3. If, during the performance of the Work, CONTRACl'OR finds a conflict, mer or cliscrepancy in the Contract Documents, CONTRACfOR shall so notify the ENGINEER. in writing, at once and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification. In resolving conflicts reso1ting from eaors or ctiscrepancies in any of the Contract ~ the order of precedence sball be as follows: 1. Chanp Order 2. Addenda 3. Agreement 4. Proposal 5. Supplemental General ~oDditions 6. Invitation to Bid 7. Inst;ructions to Bidders 8. General Conditions 9. Technical Specifications 10. ContraCt Drawings a. Dimensions b. Full Size Details c. Full Size Drawings The captions or subtitles of ~e several articles and divisions of these Ccinttaet Documents constitute DO part of the context and hereof, but are only labels to assist in locating and reading the provisions hereof. AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS: 3.4. The Contract Documents may be amended to provide for additions, deletions and revisioDS in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.4.1. a fmmal Written .4.ml!lldmf!Jlt. 3.4.2. a Change Order (pursuant to paragraph 10.4), or 3.4.3. a Work Directive Change (pursuant to paragraph 10.1). AJ indicated in paragraphs 11.2 and 12.1. Contract Price and ContraCt Time may only be changed &y a Change Order or by a Written Amendment. 3.5. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviatiODS in the Work may be authorized, in one or more of the following ways: 3.5.1. a FlCld Order (pursuant to paragraph 9.5) 3.5.2. ENGINEER'S approval of a Shop Drawing or sample (purswmt to paragraphs 6.26 and 6.27), or 3.5.3. ENGINEER'S written interpretation or clarification (pursuant to paragraph 9.4). REUSE OF DOCUMENTS: GC-s . 3.6. Neither CONTRACTOR nor any Subcontractor or Supplier orotber person or organization performing or furnishing any of the Wark under a direct or indirect contract with the CITY shall have or acquite any title to or ownership rights in any of the Contract DocumeDlS. drawings. teclmical specifications or other documents used on the work; and, they shall not reuse any of them on extensions of the Project or any other projeCt withow prior writtell consent of the CITY and ENGINEER. ARTICLE 4 - AVAILABILITY OF LANDS; PHYSICAL CONDmONS; REFERENCE POINTS A V AILABIL1TY OF LANDS: 4.i. The CITY shall furnish, as indicated in the Contract Documents. the lands upon which the Work is to be perfcmned, rights-of-way and easements for access thereto and such other lands which are designated for the use of CONTRACTOR. Easements for permanent suuctures or permanent changes in existing facilities will be obtained and paid for by the CITY, unless otberwisC provided ~_ the- Contract Documents. If CONTRACfOR believes that any delay in the OTY,'S famishing these lands, rights-of-way or easements entitles CONTRAcrOR to an extension of the ConlmCt ilDle, CONTRACTOR may make a claim therefor as provided in Article 12. CONTRACfOR sball provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.1.1. Occupying Private Land: The Contractor sba1l not (except after written consent from the proper parties) enter or occupy with men, tools, equipment or materials, any land outside the rights-of-way or property oftbe Oty. A copy of the written consent shall be given to the CITY. 4.1.2. Work in State, County and City Rights-of-Way and Easements: When the Work involves the installation of sanitary sewers, storm sewers, drains, water mains. maDholes, underground structureS, - or other disturbances of existing features in or across street, rights-of-way. easements, or other . property, the CONTRACI'ORsball (as the Work progresses) promptly back-fill, compact" grade and otherwise restore the disturbed area to a basic condition which will permit resumption of pedestrian or, vehicular ttaffic and 8IIY other critical activity or function consistent with the original use of the land. Unsightly mounds of earth. large stones, boulders, and debris shall be removed so that the site presents a neat app~arance. 4.1.3. Worlc Adjacent to Telephone. Power, Cable TV and Gas Company Structures: In all cases where Work is to be perfmmed near telephone, power, water, sewer, drainage, cable TV, or gas company facilities, ~e Contractor shall provide written notification to the respective companies of the areas of which Work is to be performed, prior to the actual perfonnance of 8IIY Work in these areas. 4.1.4. Use of Public Streets: The use of public streets and alleys shall be such as to provide a m;nimIJm of ~con...enience to the public 8IId to other vehiCUlar and non-vehicular traffic. AJ1yearth or excavated material spilled from ttucb sball be removed by the CONTRAcrOR and the streets cleaned to the satisfaction of the CITY, the ENGINEER, the Florida Department of Transportation, or other agency or governmei1W entity having jurisdiction, as applicable. PHYSICAL CONDmONS: 4.2.1. Explorations and Reports: Where applicable, reference is made in the technical specifications, for identification. of those reports of explorations and tests of subsurface COnditiODS at the site Ibat have been utilized by ENGINEER. in plepIlaDon of the ConttaCt Documents. CONTRAcroR accep1S the site and any unforeseen conditions in accordance with paragraph 4.4 of the instructionS to Bidders, and may rely upon the accuracy of the technical data contained in such reports, but not UPOD non-tec:lmicll data, interpretations. or opiDiODS contained therein or for the completeneSS for CONTRACI'OR'S purposes, including, but not limited to, any aspects of the ~ methods, tecbniques, sequences and procedures of CODS11'UCtion to be employed by CONTRAcroR 8Dd safety precautions and programs inrideDt thereto. Except as iDdi~ in die ~1y peceding sentence and in paragraph 4.2.6, CONTRAcroR shall have fglJ responsibility wi~ respect to subsurface conditions at the site. GC-6 4.2.2. Existing Structures: Where. applicable, reference is made to the teChnical specifications, for identification of those drawings of physical conditions in or relating to existing surface and subsurface strUctures (except Underground Facilities referred to in paragraph 4.3.1) which are at or contiguous to the site that have been utilized by ENGINEER. in preparation of the Contract. Documents. CONTRACI'OR may rely upon the general accuracy of the technical data contained in such drawirigs, but not for the completeness thereof 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 CONTRAcrOR and safety precautions and programs incident thereto. Except as indicated in the immediately preceding sentence and in paragraph 4.2.6, CONTRAcrOR shall have full respoDSlbility with respect to physical conditions in or relating to. such structureS. However, where the dimensions and locations of existing structures are of critical imponance in the installation or connection of Dew work, the CONTRAcrOR shall verify such dimensions and locations in the field before the fabrication of any materials or equipment which is dependent on the cmrectness of such information. There sbalI be no additional cost to the CITY for CONTRACl'OR'S failure to verify such dimensions and locations, or for inacclJI'll1'C verifications by CONTRACTOR. 4.2.3. Report. of Differing Conditions: If CONTRACl'OR believes that 4.2.3.1. Any technical data ' on which CONTRAcrOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is inaccurate, or 4.2.3.2. Any physical condition uncovered or revealed at the site differs materially from that indicated, reflected or referred to in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before performing any Work in connection therewith (except in an emergency as permitted by paragraph 6.22.1), notify the CITY and the ENGlNBER in writing . about the . ipaccuraCY or difference. 4.2.4. ENGINEER. 'S Review: ENGINEER. will promptly review the pertinent conditions, determine the necessity of obtaining additional explorations or tests with respect thereto and advise the CITY in writing (with a copy to the CONTRACTOR) of ENGINEER'S findings and conclusions. Underground Facilities during construction. for the safety and protection thereof as provided in paragraph 6.20, and repairing any damage thereto resulting from the Work, the cost of all. of which will be considered as having been included in the ContraCt Price~ 4.3.1.1. The CITY and ENGINEER sball DOt be responsible for the accuracy. or completeness of any such iDfonnation or data; aDd, 4.3.1.3. All water pipes. sanitary sewers, storm drains, force mains, gas mains, or other pipe, telephone or power cables or conduits, pipe or conduit casings, curbs, sidewalks, service lines and all other obstructions, whether or not shown, sball be temporarily removed from or supported across utility line excavations. . Where it is necessary to temporarily interrupt services, the q)NTRACfOR sba1I notify the owner or occupant of such facilities both before the interrUption and again immediately before service is resumed.. Before disconnecting any pipes or cables, the CONTRAcrOR shall oblain permission from their owner, or shall make suitable arrangements for th~ir disconnection by their owner. The CONTRAcrOR shalI be responsible for any damage to any . such pipes, conduits or cables, and shall restore them to service promptly as soon as the Work has progressed past the point involved. Approximate locations of lcnOWD water, sanitary, drainage, natural gas, power, telephone and cable TV installations along the route of new pipelines or in the vicinity of new work are shown, but are to be verified in the field by the Contractor prior to. performing the work. 'J11e CONTRACfOR shall uncover these pipes, ducts, cables, etc., carefully,. by hand prior to installing his Work. Any discrepancies or differences found shall be immediately brought to the attention of the ENGINEER in order that necessary changes may be made to permit installation of the W ~k. 4.3.2. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown. nor located by the facilities owner and which CONTRAcrOR could not reascmably bave been expected to be 4.2.5. Possible Document Change: IfENGlNEER concludes that there is a material error in the Contract Documents or that because of newly discovered conditions=- change in the ContraCt Documents is required, a Work Directive Change or a Change Order will be issued as provided in Article 10 to reflect aDd document the consequences of the inaccuracy or difference. 4.2.6. Possible Price and TUDe Adjustments: In each such case, an increase or decrease in the ContraCt Price or an extension or shortening of the Contract Time. or any combination thereof, will be allowable to the extent that they are attributable to any such inaccuracy or difference. If the CITY aDd, CONTRAcrOR are unable to agree as to the amount or length thereof, a claim"-may-be made therefore as provided in Article 11 and 12. PHYSICAL COrmmONS . UNDERGROUND FAcnJTIES: 4.3.1. The information and data shoWD or indicated in the Contract DOC11IMnts with respect to existing Underground Facilities at or contiguous to the site is based on infonnation and data furnished to the CITY or ENGINEER. by the owners of such UDdergr:ound Facilities or by others. aware of, CONTRACI'OR. shall. promptly after becoming aware thereof and before performing any Work affected thereby (except in an emergency as permitted by paragraph 6.22.1), identify the owner of such Underp'ound Facility and give written DOUce thereof to that owner and. to the CITY and the ENGINEER.. The ENGlNEER. will promptly review the Underground Facility to determine the extent to which the ContraCt Documents should be modified to reflect aDd dOC1llDeint the consequences of the existence of the Underground Facility. and ,the Contract Documents will be amended or supplemented to the "extent necessary. During such time. CONTRACI'OR shall be responsible for the safety and protection' of such Underground Facility as provided in paragraph 6.20. 4.3.3. CONTRACTOR shall only be allowed an increase in the Contract Price or an extension of the Contract Time, or both. to the extent "that they are attributable to the existence of any such Underp'ound Facility CONlRAcrOR could not reasonably have been expec~ to have been aware of. If the parties are unable to agree as to the amount or length thereof, CONTRACfOR may make a claim therefor as provi4ed in Articles 11 and 12. REFERENCE POINTS: 4.4. The CITY sball provide engineering surveys to establish reference points for construction which in ENGINEER'S judgment are necessary to enable CONTRACI'OR to proceed with the Work.. CONTRACI'OR sball be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established refenmce points and shall mab no changes or relocatiODS without the prior written approval of the CITY. The CONTRACTOR sball report to the ENGINEER. whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or localions. and sball be responsible for the accmate replacement or relocation" of such reference points by professionally qualified pasmmeL ARTICLE 5. BONDS AND INSURANCE BONDS: GC-8 5.1. CONTRAcrOR shaI1 upon delivery of the executed Asreement to the CITY furnish Performance and Payment Bonds, each in an amount at least equal to the Conlract Price as security for the faithful performance and payment of all CONTRACTOR'S obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CON1RACI'OR shall also furnish such other Bonds as are required by the Supplementary Conditions The form and conditions of the Bonds and the Surety shall be acceptable and satisfactory to the CITY and Surety shall be a nationally recognized Surety Company acceptable to the CITY. listed on the current list of "Companies Holding Certificates of Authority as Acceptable Sureties ,on Federal Bonds and Acceptable Reinsurin, Companies" as published in Circular 570 (amended) by the Audit Staff, Bureau of Government Fmancial Operations, V.S. Treasury Department, for projects not exceedin, ($500,000). five hundred thousand dollars and meet the other requirements of Florida Sra_ Section 287.0935 (1989). For proj~ exceeding five hundred thousand dollars. all bonds sball be placed with sureties with a Best Rating of no less than A-IX. Bonds shall be executed and issued by a resident agent, licensed and having an office in Florida, representing such corporate SlD'eties. If the CONTRACI'OR is a partnership, the Bond should be signed by each of the individuals who are partners; if a corporation. the Bond should be signed in the correct corporate name by duly authorized officer. 'agent or attorney-in-fact. There should be executed an appropriate number of counterpartS of the bond couesponding to the number of counterpartS in the Contract. Each executed bond should be accompanied by (a) appropriate aclcnowledgment of the respective parties; (b) appropriate duly certified copy of Power -of- Attorney or other certification of authority where bond is executed by a$Cot, officer or other representative of Conttactor or Surety; (c) duly certified extract from by- laws or resolutions of Surety under which Power-of- Attorney, or other certificate of Authority of its agent, officer or representative was issued. 5.2. If the surety on any Bond furnished by CONTRACI'OR is declared baakrupt or becomes insolvent or its right to do business is terminated in the state of Florida or it ceases to meet the requirements of paragraph 5.1.. CONTRACI'OR shall within five days thereafter substitute another Bond and Surety, both of which must be in conformance with paragraph 5.1. CONTRACTOR'S INSURANCE: 5.3. General: CONTRACTOR shall purchase and' maintain such comprehensive general liability and other insurance as is appropriate for the , Work being performed andfumished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR'S performance and furnishing of the Work and CONTRACl'OR'S other obligations under the Contract Documents, whether it is to be performed or fumished by CONTRACTOR. by any Subcontractor, by anyone directly or indirectly employed by ~y of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable. Before starting and during the tenD of this Contract, the CONTRACl'OR shall procure and maintain insurance oftbe types and to the limits specified in paragraph 5.4, inclusive below. 5.4. Coverage: Except as otherwise stated, the amounts and types of insurance shall conform to the following rpjn;inum. requirements: . 5.4.1. Workers' Compensation. Coverage to apply for all employees for Statutory I,.imi~ in compliance with the applicable State and Federal laws. CONTRAcrOR.shall require aU subcontractors to maintain, workers compel1Sation during the term. of the agreement and up to the date of final acceptance. CONTRACfOR shall defend, indemnify and save the CITY and ENGINEER. harmless from any damage resulting to them for , failure of either CONTRACTOR or any subcontractor to tab out or nm.;nmiQ such insurance. 5.4.1.1. Employers' Liability with StabJtory Limits of Sl00,OOOJSSOO,OOOI$I00,OOO. 5.4.1.2. Notice of Cancellation and/or Restriction. The policy must be endorsed to provide the City with thirty (30) ~ys'written notice of cancellation anrJIor restriction. 5.4.1.3. If any operalions are to be uncJertalcen on or about navigable waters, coverage must be included for the U.s. Longshoremen and Harbor Worbrs At;t mdlor Jones At:t if applicable. GC-9 5.4.2. Comprehensive General Liability or Commercial General Liability Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability Policy or Commercial General Liability filed by the Insurance Services Office, and must include: 5.4~.1. MinimumLimitsof total coverage shall be $ 1,000,000.00 per occurrence combined single limit for Bodily Injury Liability and Propcny Damage Liability, the basic policy to be in said form with any excess coverage (and the cmier) to meet $1,000,000.00 minimum to be acceptable to the Cl1Y. 5.4.2.2. Premises and/or Operations. 5.4.2.3. Independent Contractor. 5.4.2.4. Products and/or Completed Operations. CONI'RACfOR shall maintain in force until at least three (3) years after completion of all services required under the Con~ coverage for products and completed operations. including Broad Form Property Damage. 5.4.2.5. XCU Coverages. 5.4.2.6. Broad Form Property Damage including Completing Operations. 5.4.2.7. ,Broad Form Contractual Coverage applicable to this specific ContraCt, including any hold harmless and/or indemnification agreement. 5.4.2.8. Personal InjUI)' coverage with employees and contraCtUal exclusions removed. 5.4.2.9. Additional Insured. Tho CITY is to be specifically included as an additional insured (including products). 5.4.2.10. Notice of Cancellation and/or Restriction. The policy must be endorsed to provide the City with thirty (30) days' written notice of cancellation and/or restriction. 5.4.2.11. The CONTRACI'OR shall either require eacb subcontractor to procure and maintain, during. the life of the subcoD1ract, insurance of the type and in the same amounts specified herein or insure the activities of subcontractors in his own insurance policy. 5.4.3. Business A~to Policy. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Auto Policy filed by the Insurance Service Office and must include: 5.4.3.1. Minimum limit of $1,000,000.00 per occunence combined single limit for Bodily Injury Liability and Property Damage Liability. 5.4.3.2. Owned Vehicles. 5.4.3.3. Hired and Non- Owned Vehicles 5.4.3.4. Employee Non- Ownership 5.4.3.5. Notice of Cancellation and/or Restriction. Tbe policy must be endorsed to provide the City with thirty (30) days' written notice of cancellation and/or restriction. 5.4.4. All Risk Property IDsurance - When Applicable. Coverage must include real and personal property and in an amOunt equal to the replacement cost of aD real and personal property of the ClTY'S for which the CONTRAcroR is responsible and over which be exercises controL Builders Risk insurance must be provided to cover Property under construction and an lDstalIaIion Floater must cover all machinery, vessels, air conditioners or electric generators to be installed. This insurance shall include a waiver of subrogation as to the ENGINEER, the CITY, the CONTRACl'OR, and their respective officers, agents, employees, and subcontractors. GC-IO 5.4.4.1. Coverage to be provided on a full replacement cost basis. 5.4.4.2. Losses in excess of len thousand dollars ($10,000) shall be jointly payable to the CONTRACI'OR and the CITY. 5.4.4.3. Waiver of occupancy clause or wmanty. Policy must be specifically' endorsed to eliminate any "Occupancy Clause" or similar warranty or representation that the building(s), addition(s) or structure(s) will not be occupied by the CITY. 5.4.4.4. Maximum Deductible - $5,000 each claim. 5.4.4.5. Copy of Policy. A certified copy of the policy must be provided to the CITY prior to the commeDcement of work. 5.4.4.6. Named Insured. The CITY must be included as a named insured. 5.4.4.7. Notice of Cancellation anc1Jor ,Restriction. The policy must be endorsed to provide the City with thirty (30) days written notice of cancellation and/or restriCtiOD. 5.4.4.8. Flood Insurance. When the buildings or structures are located within an identified special flood . hazard area. flood iDsuraDce protecting the interest of the CONTRACTOR and the CITY must be afforded for the lesser of the total insurable value of such buildings or struetures, or, the maximum amount of flood insurance coverage available under the National Flood Program. 5.4.5. A Best Rating of no less than A - VDI is required for any carriers providing coverage required under the terms of this Contract. Failure to comply with the insurance requirements as herein provided sball constiDlte default of this Agreement. ., Neither CONTRACI'OR or any subcontractor shall commence work under the ContraCt until they have all insurance required under this Section and have supplied the CITY with evidence of such coverage in the form of certified copies of policies (where required) and certificates of insurance. and sucl1 policies and certificates have been approved by the CITY. CONTRAcrOR shali be responsible for and sball obtain and file insurance certificates on behalf of its ,subcontraCtors. All certified copies of policies and certificates of insurance shall be filed with the CITY. ARTICLE 6 RESPONSmlLITIES CONTRACTOR'S SUPERVISION AND SUPERINTENDENCE: 6.1. The CONTRAcrOR has the obligation to deliver to the CITY the completed job in a good and worbnllnlike condition. CONTRAcrOR shall supervise and direct the Work completely and efficiendy, elevoting such attention thereto and applying such skills and expertise as may be necessaJ)' to perform the Work in accordance with the Contract Documents. CONTRAcrOR shall be solely responsible for the meaDS. methods. techniques, sequences and procedures of construction, but CONTRAcrOR shall not be responsible for the negligence of others in the design or selection of a specific means, method, technique. sequence or procedure of constrUCtion which is required by the Contract Documents. CONTRACfOR sball be responsible to see that the finished Wark complies accurately with the Contract Documents. The CONTRACfOR sball bear all losses resulting on account of the weather, fire, the elements, or other causes of every kind or nature prior to Fmal Acceptance. The supervision of the execuDOD of this contract is vested wholly in the CONTRACI'OR. 6.2. The superintendent will be CONTRACfOR'S representative at the site and sball have authority to act on bebaJf of CONTRACfOR. All communicatioDS given to the superintendent shall be as binding as if given to CONTRAcrOR. by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto. and except as otherwise. inencated in . the Contract Documents, all Work at .the site shall be performed during regular working hours. and CONTRAcrOR will not permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday without the crrY'S written consent (which shall not be unreasonably withheld) given after prior written notice to ENGINEER. The CON"rRAcrOR is hereby informed, and understands that unless otherwise approved by the City, the City restricts the work between the houtS of 5:00 p.m. and 8:00 a.m., unless emergency conditions exist that ~ endangering life or property as may be determined by the CITY. If the CONTRACI'OR is authorized to operate equipment twenty-four (24) hours per day, the engines shall be provided with residential type silencers approved by the CITY. 6.3.1 The CONTRACfOR shall receive no additional compensation for overtime work. However, additional compensation will be paid to the CONTRACfOR for overtime wotk only in the event extra work is ordered by the ENGINEER and the change order specifically authorizes the use of overtime work and then only to such' extent as overtime wages are regularly being paid by the CONTRACI'OR for overtime work of a similar natuJ:e in the same locality. 6.3.2 All costs of inspection and testing performed by the CITY during overtime work by the CONI'RAcroR which.is allowed solely for the convenience of the CONTRACfOR shall be bome by the CONTRACfOR. The CITY shall have the authority to deduct the cost of all such inspection and testing from any partial payments otherwise due to the CONTRACI'OR. For an work performed on holidays and weekends a fee of S2S0 per clay will be charged to the CONTRAcrOR, to cover the cost of Largo Engineering InspectorS. Notice must . be submitted at least two whole working days prior to subsequent holidayand/or weekend. LABOR, MATERIALS AND EQUIPMENT; HOURS OF WORK: 6.4. Unless otherwise specified in the General Requirements, CONTRAcrOR shall furnish 6.3. CONTRACI'OR shall provide and assume full responsibility for all materials, competent, suitably qualified personnel to survey and . equipment, labor, tranSportation, construction layout the Wark and perform cODSttUCtion as required equipment and machiDeIY. toOls, appliances. fuel, GC-ll power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other. facilities and incidentals necessary for the furnishing, performance, testing, start-up and final completion of the work. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by ENGINEER. CONTRACfOR shall fumishsatisfactory evidence (including reports of required teSts). as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned. and conditioDeQ in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to the CITY, ENGINEER, or any of the CITY'S or ENGINEER'S consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.15 or 9.16. ADJUSTING PROGRESS SCHEDULE: 6.6. CONTRACfOR . shall submit to ENGINEER for review and comment (to the extent indicated in paragraph 2.9) adjustmeDts in the progress schedule to retlect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply With any provisions of the General Requirements applicable thereto. SUBSTlTUTFS OR "OR-EQUAL" ITEMS: 6.7.1. The technical specifications shall govem the use of substitute or "or-equal" items. The procedure for review by ENGINEER will include the following as suppleiDeDred in the technical specifiCations. Requests for review of substitute items of DWerial BDd equipment will not be accepted by ENGlNEER from anyone other than CONTRACI'OR. IfCONTRACfOR wishes to fumish or use a substitute item of material or equipment, CONTRACfOR sball mab written application to ENGINEER. for acceptance thereof. certifying that the proposed substitute will perform equally or better the functions IIDCl achieve the results called for by the general design. be similar and of equal substance to that specified and be suited to the same use as that speci1ied. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice GC-12 ,CONTRACfOR'S achievement of Substantial Completion on time, whether or not acceptance of the substimte for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct conlraCt with the CITY for work on the Project) to adapt the design 10 the proposed substitute and Whether or not inCOIporatio~ or use of the substimte in connection with the Work is subject to payment of any license fee or royaltY. Ail variatious of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acc:;eptance of such substitute, including costs of redesign and claims of other contraCtors affected by the resulting change. all of which shall be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRAcroR to furnish at CONI'RAcrOR'S expense additional data about the proposed substitute. 6.7.2. If a specific means, method, technique, sequence or procedure of construction. is indicated in or required by the Contract Documents, CONTRAcrOR may furnish or utilize a substitute meaDS, method, sequence, technique or procedure of construction acceptable to ENGINEER. if CONTRACfOR submits sufficient information .10 allow ENGINEER to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in paragraph 6.7.1 as applied by ENGINEER. and as may be supplemented in the Technical Specifications. 6.7.3. ENGINEER will be allowed a reasonable time within which to evaluate each . proposed substitute. ENGINEER will be the sole judge of acceptability, and no substitute will be ordered, installed or utilized without ENGINEER'S prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. The CITY may require the CONlRACfOR to fUrnish at CONTRACIOR'S expense a special perfor.mance . guarantee or other surety with respect to any substitl1te. CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS: 6.8.1. CONTRAcrOR shall not employ any Subcontractor. Supplier or other person or organization (including tho~ acceptable tathe OTY and the ENGINEER as indicated in paragraph 6.8.2). whether initiaDy or as a substitute, against whom the CITY or the ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perf~rm any of the Work against whom CONTRACTOR bas reasonable objection. 6.8.2. If the Technical Specifications or Contract Documents require the identity of ..certain Subcontractors. Suppliers or other persons or organizations (including those who are to furnish the principal items ofmtltP!riaJs and equipment) shall be submitted to the CITY for acceptance by the CITY and ENGlNEER. and if CONTRACI'OR bas submitted a list thereof. the . CITY or ENGINEER'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 Subcontractor. Supplier or other persoD or .orJPIm7.ation so identified may be revoked on the basis of reasonable objection after due investigation. in which case CONTRACI'OR shall submit an acceptable substitute. If after bid opelli;ng and prior to the award of the contract, the CITY objects to certain suppliers or subcontractors. die CITY may permit CONTRACI'OR to submit an acceptable substitute so long as them is no change in the contract price or contract time. If the contract price or contract time is increased. the CITY may return the bid bond and award the contract 10 the next qm,Ufied, competent bidder. If after the award of the contraCt, the CITY objects to certain suppliers or subcontractors, the CITY sball permit CONTRAcroR to make an appropriate and acceptable substitution which is also acceptable to the CITY. No. acceptance by the CITY or the ENGINEER of any such Subconttactor. supplier or other person or organization shall constitute a waiver of any right of the CITY or ENGINEER to reject defective Woxk. and omissions of the Subcontractors, Suppliers and other peaons and organizations performing or fumishing any of the Work under a direct or indirect contract with CONTRACl'ORjust as CONTRAcrOR is responsible for CONTRACI'OR: 'S own acts and omissions. Nothing in the Contract Documents shall create any contractual maDonship between the CITY or the ENGINEER and any such Subcontractor. Supplier or other person or organization, nor shall it create any obligation on the part of the CITY or ENGINEER to payor to see to the payment of any moneys due any such Subcontractor. Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Technical Specifications and the identifications of any . Drawings shall not control CONTRACI'OR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRAcrOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRAcrOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the CITY and the ENGINEER. PATENT FEES AND ROYALTIES: 6.12. CONTRACI'OR shal1 pay all license fees and royalties and assume all costs incident to the use in the perfonnance of 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 the CITY or ENGINEER its use is subject to patent rights or copyrights calling for the p8}'Ulent of any license fee or royalty.to other, the existence of such rights shall be disclosed by the OTY in the Contract Documents. CONTRAcrOR shall indeinnify, defend and hold harmless the crrY and anyone directly or indirectly . employed by the CITY from and against all claims, damages, losses and expenses (mcluding attorney'! fees and court costs) arising out of any claims of an infringement of patent rights. copyrights, trade marks trade secrets or proprietary information incident to the use in the performance of the Work or resulting from 6.9. CONTRAcrOR shall be tully the incorporation in the Work of any invention, design, responsible to the CITY and ENGn-mER for all acts process, product or device not specified in the Contract GC-13 Documents, and shall defend all such claims .in connection with any alleged infringement of such rights. This indemnificalion provision sba1l survive the termination of this ap-eemenL PERMITS: 6.13. CONTRACTOR shall obtain and pay for all constrUction permits and licenses. ne CITY shall assist CONTRACfOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governJJJenw charges and inspection fees necessary for prosecution of the Work, which are ~licable at the time of opening of Bids. There will be no cost for permits issued by the crrY. CONTRAcroR sbaJl pay all charges ofll1ility for connections to the Work, and the CITY sbaIl pay aD charges of such utility owners for capital costs related thereto such as plant investment fees. LAWS AND REGULATIONS: 6.14.1. CON1'RACI'ORsballgiveaU notices and comply with all laws, ordinances, rules and regulations applicable to furnishing and performance 9f the Work. Except where .otherwise expressly required by app1icable laws, ordinances, . rules and .regulations, neither the CITY nor the ENGINEER sbaIl be responsible for monitoring CONTRACTOR'S compliance with any Laws, ordinances. rules or regn1S1hoos. 6.14.2. If CONTRACl'OR observes that the Specifications or Drawings are at variance with any laws, ordinances. rules or reguladoDS. CONTRACTOR shall give CITY and ENGINEER prompt. written notice tbereot: and any necessary changes wiD'be ~vthnri7'J!d by one of the methods indicarccl in Paragraph 3.4. If CONTRACTOR performs any Work knowing or having reason. to know that it is contrary to such laws, ordinances. rules or . regulatioas. and without such notice to the CIIY and ENGoomR, CONTRACl'OR sball bear aD costs arising therefrom; however, it shall not be CONTRAeroR'S primary responsibility to make certain that the. Specificalions and Drawings are in accordance With such laws, ordinances, rules and regulal;ions. ordinances and regulations of the place of the Project which are applicable during the performance of the Work. USE OF PREMISES: 6.16. CONTRACTOR shall confine CODStl'UCtion equipment. the storage of materials and equipment and the operations of workers to the project site and land and areas identified in and permitted by the Contract Documents and other land and areas penniued by laWS. ordinances, and regUlations. rights- of-way, pennits and easements, and shall not reasonably encumber the premises with construction equipment or other materials or equipment CONTRACfOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto. resulting from the performance oftbe Work. ShoUld any claim be made against the CITY or ENGlNEER by any such owner or occupant because of the performance of the Work, CONTRACTOR shall prompdy attempt to settle with such other party by apeement or otherwise resolve the claim. CONTRACTOR shaU. to the, fullest extent permitted by laws and regulations, indemnify. defend and bold the CITY and ENGINEER harmless from and against all claims, damages. losses and, expenses (including. but not limited to, fees of engineers. architects. attorneys and other professionals and court costs) arising directly, indiJect1y or consequentially out of any action, legal or equitable. brought by any such other party against the CITY or ENGINEER to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. This indemnification provision sba1l survive the tennination of this agreement 6.17. During the progress of the Work, CONTRACTOR sba1l keep the premises free from accum1l111t;oDS of waste materials. rubbish and other debris resulting from the Work. At the completion of the Wort. CONTRACTOR sball remove all waste materials, rubbish and debris from and about the premises as well as all toOls, appliances, construction equipment and machinery. and smplus materials. and sballleave the site clean and ready for occupancy by the CITY.. CONTRACI'OR shall restore to original condition all property not desipated for alteration by the Contract Documents. 6.18. CONTRACI'OR shall not load nor permit any part of uy strUCtUl'e 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 iL RECORD DOCUMENTS: 6.19. CONTRAcrOR shall maintain in accordance with the Technical Specifications in a safe place at the site one record copy of all Drawings, Specifications, Addenda. Written Amendments, Change Orders, Work Directive Changes. Field Orders, and written interpretations and clarificatioDS (issued pursuant to paragraph 9.4) in good order and aJlDotated to show all changes made during construction. The record documents together with aU approved samples and a counterpart of all approved Shop Drawings will be available to the ENGINEER for reference. Upon completion of the Work. these record documents, samples, and Shop Drawings will be delivered to ENGINEER for the CITY. SAFETY AND PROTECTION: 6.20. CONTRACTOR shall be responsible for initiating, mmntaining and supervising all safety precautions 'and programs in connection with the W~ CONTRACTOR shall take all necessary precautions for the safety of.. and sbaI1 provide the necessary proteCtion to prevent damage. injury or loss to: 6.20.1. all employees on the Work and o~ persons and 0lJ'lni7.ations who may be affected thereby; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. 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 replat:ement in the come of construction. CONTRACI'OR shall comply with all applicable laws. ordiftll~S, roles and regulations . of my public body having jurisdiction for the .safety of pezsoDS. 01' property or to protect diem from dmmlp. injmj or loss on or off the Work and shaD erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR sball notify 0WDerS of adjacent property and of Underground Facili1ies md utiIiIy owners when prosecudon of the Work may affect them, and sbaIl cooperate. with them in the protection, removal, relocation and replacement of their property. All damage, GC-lS injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, ill whole or in part, by CONTRACTOR. any Subcontractor. Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work for anyone for whose acts any of them may be liable. shall be remedied by CONTRAcrOR (except damage or loss atttibutable to the fault of Drawings or Specifications or to the acts or omissioDS of the CITY or the ENGINEER or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR).. CONI'RAcroR'S duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to the CITY and CONTRACIOR in accordance withpazasraph 14.13 that the Work is acceptable (except as otherwise expressly provided 'in connection with Substantial Completion). The safety provisions of applicable laws and building md construction codes sball be observed and the Contractor shall take or cause to be tabn such additional safety and health measures as tho Local Public Agency, involved may detelmine to be reasonably necessary. Machinery, equipment and all hazards shall be . guarded in accordance With the safety provisions of the "Manual of Accident Prevention in Construction" as published by the Associated General Contractors of America, Inc., to the extent that such provisions are not ill conflict with applicable laws. The ContraCtOr shall maintain an accurate record of all cases of death, occupatioual disease, or injury requiring medical attention or causing loss of time from work. arising out of an and in the course of employment OD Work under the Contract. The Conlractor shall promptly furnish the Local Public AgeDt:'f with reports concenUng these matters. 6.21. CONTRACTOR shall designate a responsible representative at the site whose duty shall be the prevention of accidents. 'Ibis person shall be CONTRACTOR'S superintendent unless otherwise designated in writing by CONTRACI'OR to the CITY. EMERGENCIES AND PRECAUTIONS DURING ADVERSE WEATHER: 6.22.1. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto. CONTRACTOR. without special instruction or autJiorization from ENGINEER or the CITY. is obligated to act to prevent threatened damage, injury or loss. CONI"RACfOR 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. If ENGINEER determines that a change in the Contract Documents is required because of the action taken in response to'an emergency, a Work Directive Change Order or Change Order will be issued to document the consequences of the changes or variations. 6.22.2. During adverse weather. and against the possibility thereof. the CONTRACI'OR shaD take. all necessary precautions to ensure thai the Wark shall be done in a good and woJTm8111i1re condition and is satisfactory in ~ respects.. yYben' required, protection shall be provided by the use of tarpaulins. wood and building paper shelters. or other acceptable means. Tbe CONTRACI'OR shall be responsible for all changes caused by adverse weather. including unusually high winds and water levels and be. shall tak8 such precautions and procure such additional insurance as he deems prudent. The ENGINEER may suspend CODStlUCtiOD operations at any time wbeD. in his .P~ the conditions are unsuitable or the proper precautions are not being taken. wbatever tho weather or water level c~nditions may be. in any seasOIL ENGINEER. may require. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified perfomJaDCe and design criteria, materials and similar data to enable ENGINEER to review the information as required. 6.24. CONTRACTOR shall also submit to ENGINEER for review and approval with such promptness as to cause no delay in W orle, all samples required by the ContraCt Documents. All samples will have been checked by and accompanied by a specific written indication that CONTRAC'fOR has satisfied CONTRACI'OR'S responsibilities under the Contract .Documents with respect to the review of the submission and will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. 6.25.1. Before submission of each Shop Drawing or sample CONI'RAcrOR shall have determined and verified all quantities, dimensioDS, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and mviewed or coordinared each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the. Work and the Conttact Documents. 6.25.2. At the time of each submission, CONTRAC'fOR shall give ENGlNEER specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition shall cause a specific notation to be made on each Shop Drawing submitted to ENGINEER for review of each such variation. 6.26. ENGINEER will review within ten days of receipt thereof. Shop Drawings. and samples but ENGINEER. 'S review will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract 6.23. After checlcing and veri:fyins all field Documents and shall not extend to means, methods, measurements and after complying with applicable techniques, sequences or procedures of COnsttuctiOD procedures specified in the General Requirements, (except where a specific means. method, technique, CONTRAcroR shan submit to ENGINEER for sequence or procedure of consuuction is indicated in or review in accordance with the accepted schedule of required by the Contract Documents) or to. safety Shop Drawing submissions. (see paragraph 2.9), precautions or programs incident thereto. Tbe review ordinances, rules and all Shop Drawings which. will of a separate item &I sueh wiD not indicate review of the bear the stamp 1bar. CONTRAcrORhas satisfied assembly in which the item functions. CONTRACTOR- CONrRACl'OR'S responsibilities under the Contract sball make coriectioDS r:equired by ENGnffiER, and Do~nts with respect to the review of the sball retDm the required number of corrected copies of submission. All submissions will be identified as .Shop Drawings and submit ~ required new samples for GC-16 . SHOP DRAWINGS AND SAMPLFS: review. CONTRACTOR sba1l direct specific aaentiOD in writing to revisioas other than tho corroctioDS called for by EN<mmER OD previous submittals. ENGINEER will review one (1) resubmittal for each" shop drawing or product data. AIl costs of reviewing additional submittals shall be at the CONTRACfOR'S expense. .' . 6.27. ENGINEER'S review of Shop Drawings or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACl'OR has in writing called ENGINEER'S attention to each such variation at the time of submission as required by paragraph 6.25.2 and ENGINEER bas ,given wrinen , approval of each such variation by a specific wrinen notation thereof incorporated in or accompanying the Shop Drawing or sample approval; nor will any review by. ENGINEER relieve CONTRACTOR from responsibility for mon or omissions in the Shop Drawings or from responsibility for having complied with the provisioDS of paragraph 6.25.1. 6.28. Where a Shop Drawing or sample is required by the Specifications, any related Worlc pedon:ned prior to ENGINEER'S review and acceptance of the pertinent submissioD will be the sole expense and responsibility of CONTRACTOR. CONTlNUING THE WORK: 6.29. CONTRACTOR shall cany on the Work and adhere to the progress schedule during all disputes or disagreements with the CITY. No Work shall be delayed or postponed. pending resolution of any " disputes or disagreements, except as permiued" by paragraph 15.5 or as CONTRACI'OR and die Cl'l'Y may otherwise agree in writing. INDEMNIFICATION: 6.30. The parties recognize that the Contractor is an independlj:Dt contractor. The Contractor agrees to assume liability for and iDdl!!nn1ty, hold harmless, and defend the City, its commissioners, mayor, officers, employees, agents, and anomeys of, from. and against all liability and expense. including reasonable aitomey's fees, in connection with any and all claims. cJl!mllMs, dimages. actiom. causes of action. and suilS in equity of whatever kiDd or JJ8Iare,. including claims for personal injury, property damage. equitable relief, or loss of use.. to the extent caused by the negligence, recklessness. or intentionally wrong:fi1l conduct of the Conttactor,' its agents. officers. contractors, subconttactors, employees. or anyone else GC-17 utilized by the ContractOr in the performance of this Agreement. The ContraCtor's liability hereunder shall include all attomey's fees and costsincumd by the City in the emorcement of this indemnification provision. This includes claims made by the employees of the Contractor against the City and the Contractor hereby waives its entidement, if any, to immunity under Section 440.11, Florida Statutes. Such obligations contained in this provision shall survive termination of this Agreement'and sba1l not be limited by the amount of any insurance required to be obtained or mainrained under this Agreement. Subject to the limitations set forth in this Section, Contractor shall assume control of the defense of any claim asserted by a third party against the City and, in connection with such defense, shall appoint lead counsel. in each case at the Contractor's expense. The City shall have the right, at its option, to participate in the defeuse of any third party claim, ~thout relieving Contracmm~ofits~~oDSh~~~ff~ Contractor assumes control of the defense of any third party claim in accordance with this paragraph, the Contractor shall obtain the prior written consent of the City before entering into any settlement of such claim. Notwithstanding anything to the contrary in this Section, the Contractor sha1l not assume or maintain control of the defense of any third party claim. but shall pay the fees of counsel retained by the City and all expenses. including experts' fees, if (i) an adverse determination with respect to the third party claim would, in the good faith judgment of the City, be detrimental in any material respect to the City's reputation; (d) the third party claim seeks an injunction or equitable relief against the City; or (Ui) the Contractor has failed or is failing to prosecute or defend vigorously the thUd party claim. Each party shall cooperate, and cause its agents to cooperate, in the defense or prosecution of any third PartY claim and shall furnish or cause to be furnished such records and infonnation, and attend such conferences, discovery proceedings, hearings, trials, or appeals, as may be reasonably requested in connection therewith. It is further the specific intent and agreement of said parties that all the Contract DocumenIS on this Project are hereby amended. to include the foregoing indf!lmrificatiOD. CONTRAcroR expressly agrees that if will not claim. and waives any claim, that this article violates Section 725.06, Florida Statutes or are unenforceable pursuant to Section 725.06, Florida. Statutes. ARTICLE 7 . OTHER WORK RELATED WORK AT SITE: 7.1. The CITY may perform other work related to the Project at the site by the CITY'S own" forces, let other direct contraCts therefor which sbal1 contain General Conditions similar to these. If the fact that such other work is to be peri'oaned was not noted in the ContraCt Documents. written notice thereof will be given to CONTRACl'OR prior to starting any such other work; and, if CONTRACl'OR believes that such perfonnance will involve additional time and the parties are unable to agree as to the extent thereof, CONTRACl'OR may make a claim therefor as provided in Articles 11 and 12. If the perfcmnance.of additional Work by other Contractor or the CITY is noted in the ContraCt Documents. no additional adjus~nt of time or compensation shall be considered. 7.2. CONI'RACl'OR shall afford each Utility owner and other contractors who 1m' a party to such a direct contract (or the CITY, if the CITY is perfomdng the additional work with the ClTY'S employees) proper and safe ac.cess to the site and a reasonable oppOrtunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the work with them. CONTRACTOR shall do all cutting, fitting aDd patching of the Work that may be requirec!' to make its several parts come together properly and integrate wilh such other work. CONTRAcrOR shaD not endanger any work of others by cuttins, excavating or otherwise altering their work and will ODly cut or alter their work with the written consent of the CITY and ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of the CITY and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts betweeD the CITY and other contractors. 7.3. If any part ofCONTRACI'OR'S Work depends for proper execution or results upon the work of any such other contractor (or the ClTY). CONTRACI'OR shaD inspect and prompdy report to ENGINEER in writing any delays. defects or defi- ciencies in such other work that render it unavailable or unsuitable for such proper execution and results of CONTRAcroR'S work. CONTRAcroR'S failure to report will constiture an acceptall!= of the 0Iber work as fit and proper for integration with CONTRACl'OR'S GC-18 Work except for latent defects and deficiencies in the other work. COORDINATION: 7.4. If the CITY contracts with others for the perl'ormance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Technical Specifications and the specific matters to be covered by such authority and responsibility will be itemized. and the extent of such authority and responsibilities will be provided in the Technical Specifications. Unless otherwise. provided in the Technical Specifications. neither the CITY nor the ENGINEER shall have any authority or responsibility in respect of such coordination. ARTICLE 8 . THE ClTY'S RESPONSmIL1TIES 8.1. Tbe an shall issue all communications to CONTRACl'OR through ENGINEER. 8.2. In case of termination of the employment of ENGlNEER;, the CITY shall appoint a consultant whose status UDder the.'.ConttaCt Documents shall be that of the former ENGINEER. 8.3. The CITY shall furnish the data required of the CITY under the Contract Documents promptly and sba1l make payments to CONTRACl'OR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4. Tbe CITY'S duties in respect of providing lands and easements and providing engineering surveys to establish ~ference points 8Ie set forth in paragraphs 4.1 and 4.4. Paragraphs 4.2.1 and 4.2.2 mer to the ClTY'S identifying and making available to CONTRACI'OR copies of all reports of ~xplorations and tests of subsurface conditions at the site and in existing strUCtuxeS which have been utilized by ENGINEER. in preparing the Drawings and Specifications. 8.5. 'The crrY is obligated to execute Change Orders as indicated in paragraph 10.4. . . 8.6. In connection with the ClTY'S right to stop Work or suspeD~ Work. see paragraph 13.10 and 15.1. Paragraph 15.2 deals with the CITY'S right to terminate services of CONTRAcrOR. ARTICLE'. ENGlNEER'S STATUS DUlUNG CONSTRUCTION CITY'S REPRESENTATIVE: 9.1. The ENGINEER will be the CITY'S representative during the construction period. The duties and responsibilities and the . ~tatioDS of authority of ENGINEER and the ClTY'S representative d1ll'ing construction are set forth in the Contract Documents and shaIl not be extended without written consent of the CITY and ENGINEER. VISITS TO SITE: 9.2. After written notice to proceed with the work, the ENGINEER shall make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordaDce with the Contrar:t Documents; hewijI not be responsible for the con- stJUction means, methods, procedures, techniques and sequences of constrUCtion and he will not be' responsible for the CONTRAcrOR'S failure to perform the construction Work in accordance with the Contract Documents; he will not be responsible for . safety precautions and procedures in connection with the Work; and during such visits and on the basis oflDs on-site observations, as an experienced and qualified design professional, he will keep the CITY infcxmed of the progress of the work, will endeavor to guard the CITY against defects and deficiencies in the Work of the Contractor and may reject Work as failing to conform to the Contract Documents. PROJEer REPRESENTATION: . 9.3. A Resident Project Representative may be assigned to assist ENGINEER in carrying out his responsibilities to ClTY at the site. Resident Project Representalive is ENGINEER'S agent at site, will act as directed by and under the supervision of ENGINEER.. and will confer with ENGINEER regarding Resident Representative~ actiODS. Resident Project Represenwive~ dealing in ID&tteD pertaining to the en- site work sbaI1, in general be with ENGINEER and CONTRAcrOR keeping the CITY advised as necessary. Resident Project Represenrative~ dealings with subcontractors sball oDIy be through or with the GC-19 Nll knowledge and approval of CONTRACTOR. Resident Project Representative shall genen11y communicate with the City with the knowledge of and under the direction of ENGINEER. 9.3.1. Resident Project Representative shall where applicable: 9.3.1.1. Review the progress schedule, schedule of Shop Drawing submittals and schedule of values prepared by CONTRACI'OR and consult with ENGINEER concerning its 'general acceptability. 9.3.1.2. Attend meetings with CONTRACTOR, such as pre- construction conferences, progress meetings, job conferences and other project-related meetings, and p~pare and circulate copies of minutes thereof. ' 9.3.1.3. Wotkingprincipally through CONTRACI'OR'S superintendent, assist ENGINEER in serving as the ClTY'S liaison with CONTRACl"OR. when CONTRACl"OR'S operations affect the ClTY'S on-site operations. 9.3.1.4. Assist in obtaining from the Cl1Y additional details or information, when required for proper execution of the Work. 9'.3.1.5. 'Record date of receipt of Shop Drawings and samples. 9.3.1.6. Receive samples which are furnished at the site by CONTRACTOR, and notify the ENGINEER of availability of samples for eJammation. 9.3.1.7. Advise the ENGINEER and ,CONTRACI'OR of the commenc=ment of any Work requiring a Shop Drawing if the submittal has not been approv~ by the ENGINEER. 9.3.1.8. Conduct on-site . . observatioDS of the Work in progress to assist the ENGINEER in determining if the Work is. in general, proceeding in "accordance with the Contract Documents. 9.3.1.14. Maintainattbejob site orderly files for correspondence, repons of job conferences, Shop Drawings and samples, reproductions of original Contract Documents including all Work Directive Changes, Addenda, Change Orders. Field Orders, additional DrawiDgs issued subsequent to the execution of the Contract, ENGINEER'S clarifications and interpretations of the Conttact Documents, progress reports, and other Project related documents. 9.3.1.9. Report to the ENGINEER whenever Residential Project Representative believes that any Work is unsatisfactory, faulty or defective or does not coliform- to the ContraCt Documents. or bas been damaged, or does not meet the requirements of any inspection. test or approval required to be made; and advise the ENGINEER. of Work that Resident Project Representative believes should be Wlcovered for observation, or requires special testing. inspection or approval. Nothing herein shall relieve the CONTRACI'OR or the ENGINEER from the duties imposed by contract. 9.3.1.15. Keep a diary or log book. recording CONTRACI'OR hours on the job site, weather conditions, data relative to questions ofWorlc Directive O1aDges. Change Orders or changed conditions, list of job site visitors, daily activities. decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to the ENGINEER. 9.3.1.10. Verify that tests, equipment and systems startups, and operating and maintel'lJUlce traiDing are conducted in the presence of appropriate personnel. and that CONTRACI'OR maintain~ adequate reCords thereof; and obsCfW. record and report to the ENGINEER appropriate details relative to the test procedures and startups 9.3.1.16. Record all names. addresses and telephone numbers of the CONTRACI'OR. all subcontractors and major suppliers of IDaterial and' equipmenL . 9.3.1.11. Accompanyvisiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to the ENGINEER. 9.3.1.12. Report to ENGINEER. when clarifications and inteIpretaUons of the Contract Documents are needed lIIId transmit to CONTRACTOR clarifications and interpretations as issued by the ENGINEER. '9.3.1.17. 'Furnisb the ENGINEER periodic reports as required of progress of the Work of the CONTRACTOR'S compliance with the progress schedule and scbedule of Shop Drawing and sample submittals. 9.3.1.18. Consult with the ENGlNEER in advance of schedule major tests, inspections or start of important phases of the Work. 9.3.1.19. Dnft proposed Change Orders and Work Directive Changes, obtaining backup material from CONTRAcrOR and recommend to the ENGINEER. Change. Orders, Wark Directive Changes. and Field Orders. 9.3.1.13. Consider and evaluate CONTRACTOR'S suggestions for modifications in Drawings or Specifications and report with'Resident Project Represerlmtive's recommendations to the ENGlNEER.. Trausmit to CONTRACfOR decisions as issued by the EN~ 9.3.1.20. Report immediately to the ENGlNEER and the CITY upon the occurrence of any accidenL GC-20 9.3.1.21. Review applications for payment with CONTRACTOR for compliaDce with the established procedure for their submission and forward with recommendations to the ENGINEER. noting particularly the relationship of the payment requested to the schedule of values, Work completed and materials and equipment delivered at the" site but not incorporated in the Work. 9.3.1.22. During the course of the work, verify tb8t certificates, maintenance and operation mann1l1!: and other data required to be assembled and furnished by C9NTRAcrOR are applicable to the items acmally installed and in accordance with the Contract Documents, and have this material delivered to the ENOlNBER. for review and forwarding to CITY prior to final payment for the Work. 9.3.1.23. Before the ENGlNEER issues a Certificate of Su,b_tial Completion, submit to CONTRACTOR a list of observed items requiring completion or comction. 9.3.1.24. Conduct final inSpection in the company of the ENGINEER. the CITY and the' CONTRACTOR and prepare a final list of items to be completed or c:mrected. 9.3.1.25. Observe that all items on final list have been completed or coaected and maD J'CC(.......,!!MlIriOns to the ENGINEER concerning acceptance. _ 9.3.2. The Resident Project Representative shall not 9.3.2.1. Authorize any deviaDon from the Contract Documents or substitution of marerials or equipment. 9.3.2.2. ExCeed limilations of the ENGlNEER. 'S authority as set forth in the Contract DOcuments. 9.3.2.3. Undertake any of . the respoasibilities of CONTRACTOR, subcontractors, or .CONTRACTOR'S superintendent. 9.3.2.4. Advise on, issue directions relative to or assume control over any aspect of the means, methods. techniques. sequences or procedures of construction unless such adVice or directions are specifically required by the Contract Documents. 9.3.2.5. Advise on, issue directions regarding or assume control over safe~ precautions and programs in connection with the Work. 9.3.2.6. Accept Shop Drawing or sample submittals from anyone other than CONTRACfOR. 9.3.2.7. Authorize the City to occupy the Project in whole or in part 9~3.2.8. Participate in specialized field or laboratory tests or inspections conducted by others except as specifically authoriz~. by the ENG~. .. . CLARIFICATIONS AND INTERPRETATIONS: 9.4. The ENGINEER. will issue with reaSonable promptness such written clarifications or intelpretations of the requirements of the Contract Documents (in'the fmm of Drawings or otherwise) as the ENGlNEER. may determine necessary, which shall be coasistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRAcroR believes Ihat a written clarification of interpretation justifies aD increase in the Contract Price or an extension of the Contract llD10 and the parties are unable. to agree to the amount or extent thereof, CONTRACTOR may make. a claim therefor as provided in Article 11 or Article 12. AUTHORIZED VARIATIONS OF WORK: 9.5. ENGINEER may authorize minor variatiODS in the W crk from the requirements of the Contract Documents which do Dot involve an adjustment in the Contract Price or the Contract Tune and am consistent with the overall intent of the Contract Documents. These may ~ accomplished by a field GC-21 Order and will be binding on the CITY, and also on CONTRACTOR who shall perfOlll1 the Work: involved promptly. If CONTRACI'OR believes that a Field Order justifies an increase in the ContraCt Price or an extension of the Contract Tune and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 and 12. The ENGlNEER. is not authorized to waive any requirements of this contract or to agree to any increase in the contract price or contract time. REJECTING DEFECTIVE WORK: 9.6. The ENGINEER will have authority to disapprove or reject Work which ENGINEER. believes to be defective or believes to be in nonconformance with the intent of the contract documents. and wiD also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, wbe1her or not the Work is fabricated, installed or completed. SHOP DRAWINGS, CHANGE ORDERS AND PAYMENTS: . 9.7. In connection with ENGINEER'S responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.28 inclusive. 9.8. In connection with ENGINEER'S responsibilities as to Change Orders, see Article 10, 11, and 12. 9.9. In . cOl1JleCtion with ENGINEER'S responsibilities in respect of Applicalions for PaY.JDeDt, etc., see Article 14.' DETERMINATIONS FOR ~PRICES: 9.10. ENGINEER will determine the actual quantities and classificatioDS' of Unit Price Work ' performed by CONTRACTOR. ENGINEER will review with CONTRACfOR ENGINEER'S preliminary determill_rioDS OD such matters before rendering a written decisiOD thereon (by recolDJDClldation of an Application for Payment or otherwise). ENGlNEER.'S written decisioDS thereon will be final and binding upon tho CITY or CONTRACTOR unless, within ten days after the date of any such decision, either the C11Y or CONTRACTOR deliverS to the other party to the Agreement and to ENGINEER written notice of intentioD to appeal from such a. decision. . DECISIONS ON DISPUTFS: 9.11. The ENGINEER will be the initial inteIpreter 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 or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Article 11 and 12 in respect of changes in the Contract Price or ContraCt Time will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph, which ENGINEER. will render in writing within a reasonable time. Written notice of each such claim. dispute and other matter will be delivered by the claimant to ENGINEER and the other party to the Agreement promptly (but in DO event later than ten (10) days) after the occurrence of the event giving rise thereto, and written supporting data will be submitted to ENGINEER and the other party within thirty (30) days after such occurrence UDless ENGINEER. allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When fUnctioning as interpreter and judge underparagraphs 9.10 and 9.1 1, ENGINEER will not show partiality to the CITY or CONTRACTOR. The reBdering of a d~ion by ENGINEER pursuant to paragraphs 9.10 and 9.11 with respect to any such,. claim. dispute or other matter will be a condition precedent to any exercise by the CITY or the CONTRAcrOR 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. LIMITATIONS ON RESPONSmn.1TJES: ENGINEER'S 9.13. Neither ENGlNEER.'S authority to act under this Article 9 or elsewhere in the CODtract Documents nor any deCisiOD made by ENGINEER either to exercise or not exercise such authority shall give rise to any duty or responsibility of ENGINEER or , CONTRAcrOR.. any Subcontractor, any Supplier, or any other person or orplli7.Jrion performing any of the Work, or to any surety for any of them. of ENGINEER as to the Wark, it is intendefJ that such requirement, direction. review or judgment will be solely to evaluate the Work for compliance with 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 tQ ENGINEER. any duty or authority to supervise or direct the furnishing or perfonnanc:e of the Work or any duty or authority'to undertake responsibility contrary to the provisions of paragraph 9.15 or 9.16. 9.15. ENGINEER will not be responsible for CONTRACfOR'S means, methods, techniques. sequences or procedures of consttuctiQD, or the safety precautions and programs incident thereto. and ENGINEER will not be responsible to CONlRAcroR for CONTRACl'OR'S failure to perform or furnish the Work in accordance with the Contract Documents. ,j.16. ENGINEER will not be responsible for the acts or omissions of CONTRACl'OR or of any Subcontractor, any Supplier, or of any other person or organization'performing or furnishing any of the Work. ARTICLE 10. CHANGES IN THE WORK 10.1. Without invalidating the Agreement and . without notice to any surety, the crrY may, at any time or from time to time, order additions. deletions or revisions in the Work; these will be authorized by a Written Amendment, a Change Order, or a Work Directive Change. Upon receipt of any such dOCUJ:Dent, CONTRACfOR sbaII promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except is otherwise specifically provided). 1.0.2. If the CIIY and CONI'RAcroR are unable to agree as to the exrent, if any, of an iDcrease or decrease in the ContraCt Price or an extension or shoitening of the Contract TUIIC that should be allowed as a result of a Work Directive Chqe, a claim may be made therefore as provided in Article 11 or Article 12. 10.3. ' CONTRACfOR shall not be entided to an increase in the Contract Price or an exteDSion of the Contract TUDe with respect to any Work performed that is notrequired by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.4 and 3.5, except in the case of an emergency as provided in paragraph 6.22.1 and except in the case of uncovering Work as provided in paragraph 13.9. 10.4. The CITY and CONTRACI'OR shall execute appropriate Cbanae Orders (or Written Amendments) covering: 10.4.1. Changes in the work which arc ordered by the CITY pursuant to paragraph 10.1, are required because of acceptance of defective Worlc under paragraph 13.13 or correcting defective Work under paragraph 13.14, or are agreed to by the parties. 10.4.2. Changes in the Contract Price or Contract Tune which are agreed to by. the parties; 10.4.3. Changes in the CODttactPrice or Contract Tune which embody the substance of any written decision rendeml by ENGINEER pursuant to paragraph 9.11; prQvided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provision of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACI'OR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. It is distinctly agreed ,and understood that any changes made in the Contract Documents for this Work (whether such changes increase or decrease the amount thereof) or any change in the manner or time, of payments or limo of performance made by the CITY to the CONTRAcrOR sball in no way annul, release or affect the liability and surety on the Bonds given by the CONTRACTOR. 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 Time) is .required by the provisions of any bond to be given to a surety, the giving of any such notice will be CONTRACI'OR'S responsibility, and the amount of each applicable Bond will be adjusted accordingly. 10.6. Notwithstanding, anything to the contrary contained within the contract documents, all change orders involving additional cost or extensioDS of time, shall be govemed by the ordinances oithe City of . Largo. GC-23 ARTICLE 11- CHANGE OF CONTRAcr PRICE 11.1. The Conttact Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the WoIt. All duties. responsibilities and obligatioDS assigned to or undc:rtakcn by CONTRAC!OR shall be at his expense .withol1t change in ~ Contract Price. 11.2. Tbe ContraCt Price may omy be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the .contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENOINEER. promptly (but in no event later than ten (10) days) after the occurrence of the event giving rise to the claim and . stating the general na1Ure of the. claim. Notice of the amount of the claim with supporting data shall be . delivered within thirty (30) days after such occurrence (unless ENGINEER. allowS an additional period of time to ascertain more accurate data in support of the claim) and sball be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the cl~t is entitled as a result of the occurrence of said. event. All claims for adjustment in the Contract Price shall be detP.lmille.d by ENGINEER in accordance with paragraph 9.11 if the CITY and CONTRAC!OR cannot otherwise agree on the amount involved. No claim. for an adj~t in the Contract Price will be . valid if not submitted in accordance with this paragraph 11.2. . 11.3. The value of any Work covered by a Change Order or of any claim for an increase or decreise in the ContraCt Price shall be determined in one of the fonowing ways: 11.3.1. Where the Work involved is covered by unit prices coDtained in the Contract Doc~nts, by application of uuit prices to the quantities of the items involved (subject to the provisions of paragraphs 11.9.1. through 11.9.3. inclusive). 11.3.2. By ID1ltWll acceptance of a lump SlDD (which sba1l include an allowance for overhead and profit in accordance with paragraph 11.6.2.1). . 11.3.3~ On the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR'S Fee for OC;:-24 overhead and profit (determined as provided in paragraphs 11.6 and 11.7). COST OF THE WORK: 11.4. The term Cost of the Work means the sum of all costs necessary incurred and paid by CONTRAC!OR in the proper performance of the WaIt. Except as otherwise may be agreed to in writing by the CITY, 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 paragraph 11.5: 11.4.1. Payroll costs for employees in the diicct employ of ,CONTRACTOR in the perfonnance of the Work under scbedules of job classification agreed upon by the CITY and CONTRACI'OR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Wmk. Payron costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security conaibutioDs. unemployment, excise and payroll taxeS, workers' or wor1c:men '5 compensation. health and retirement benefits, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The. expenses of performing Work after regular working hours. on Saturday, Sunday or legal holidays. shall be included in the above to the extent authorized by the CITY. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Wark, includiDg costs of 1raDSp0rtation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accme to CONTRACI'OR unless the an deposits funds with CONTRACI'OR with which to make payments, in which case the cash discounts shall accrue to the CITY. All trade discounts, rebates and refunds and all returns from sale of smplus materials and equipment shall 'acc:ruc to the CITY, and CONTRACI'OR shall make provisions so that they may be obtained. 11".4.3. Payments made by CONTRACI'OR to the Subcontractors for Work performed by SubcontraCtOrS. If required by the CITY, CONTRAcroR shall obtain competitive bids from SubcontraCtors acceptable to CONTRACI'OR and sballdeliver such bids to the CITY who will then determine, with the advice of the ENGINEER. which bids will be accepted. . If a subcontraCt provides that the Subconttactor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be detmDined in the same manner as CONTRAcroR'S Cost ofWorlc. AD subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of spec.al consultants (including. but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs include the following: 11.4.5.1. Cost, including transportation and maintenance, of all materials. supplies, equipment, machinery, appliances, office and temporary facilities at the site ~ tools Dot owned by the, workers, which are consumed in the performance of Work, and cost less market value of such items used but not consumed which remain the . property of CONTRAcrOR. 11.4.5.2. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRAcrOR or others in acCordance with rental agreements approved by the CITY with the advice of ENGINEER. and tho costs of tranSpOrtation, loading, unloading. installation, dianantling and removal thereof-all in accordance With tenDs of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for die Work. For special equipment aDd machinery such as power driven pumps. conc:retD mixers, . trucks, front end loadcn, backhoes. and . tractors, or od1c:r equipment. tcqUi&1:lCl for the eco~mical perfomllllCO of the authorized Work, the CON'rRAcrOR shall receive payment based on the weekly rate divided by 40 to mive at an hourly cost. The, weekly rate shall be GC-2S from the latest edition of the Rental Rate blue book for Construction Equipment, published by Equipment Guide Book Co., reduced by 2S percent. EquiplXlent cost shall be calculated based upon the actual time the equipment is used in the Work. If said Work required the use of machinery not on the Work or not to be used on the Work, the cost of transportation, Dot exceeding a distance of one hundred (100) miles, of such machinery to and from tbe Work shall be added to the fair rental rate; provided, however, that this shall not apply to machinery or equipment already required to be furnished under the terms of the Contract. 11.4.5.3. Sales, consumer, use or similar taxes related to the work and for which CONTRAcrOR is liable, imposed by laws and regulations. 11.4.5.4. Royalty payments and fe~s for permits and licenses. 11.4.5.5. The site costs of utilities. fuel and sanitaly facilities. 11.4.5.6. Cost of premiums for additional bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not. include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACI'OR'S officers, ,executives, principals (of partnership and sole proprietorShips), general managers, engineers, architects, estimators, attorneys, auditors, accountants, pmchasing and contracting agents, 'expeditors, timebepers. clerks and other personnel . employed, by CONTRACTOR whether at the site or in CONTRAcrOR'S principal or a branch. office for general. admini!lttation of the Work and not specifically included in the agreed, upon schedule of job CJSlni~ODS refend to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4 - an of which are to be considered ;Jdministrative costs covered by the CONTRACI'OR'S Fee. 11.5.2. Expenses of CONTRACTOR'S priDcipaland branch offices other than CONTRACTOR'S office at the site. 11.5.3. AnypartofCONTRACfOR'S capital expenses, including interest on CONTRACTOR'S capital employed for the WOrk and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all Insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.6 above). 11.5.5. Costs due to the negligence or intentional acts of the CONTRACl'OR. any SubcontraCtor, or anyone whose acts allY ofdlem may be liable, including but not limited to, the correction of defective Work. disposal of materials or equipment wrongly supplied and making good allY damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. CONTRACTOR'S FEE: 11.6. The CONTRACTOR'S Fee allowed to , CONTRACl'OR for overhead aIld profits shall be determined as follows: 11.6.1. A mutually acceptable fixed fee; or if none can be agreed upon. . 11.6.2. A fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. The cost allowance for overheadalld profit shall not exceed fifteen percent (159&) of the net cosLlf the work is done by a Subconttactor, he may add ten percent (109&) of his net cost for . overhead and profit and the ConttaCtDr may add five perceDt (5%) of the net cost for 0verl1ead and profit. If all the work is done by the Conttactor, he may !KId fifteen percent (15%) ofd1e net cost for overhead and profit; GC-26 11.6.2.2. See Article 11.6.2.1; 11.6.2.3. No fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.5; 11.6.2.4. The amount of credit to be allowed by CONTRAcrOR to the CITY for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR'S Fee by an amount equal to ten percent of the net decrease; and 11.6.2.5. When both additions and credits are involved in any one change, the adjustment in CONTRACfOR'S Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.4, inclusive. 11.7. Whenever the cost of allY Work is to be determined pursuant to paragraph 11.4 or U.5, CONTRACfOR will submit in form acceptable to ENGINEER. an itemized cost ~own together with supporting data. CASH ALLOWANCES: 11.8. It is understood that CONTRACfOR bas included in the Contract Price all allowances so n8med in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to the ENGINEER. CONTRACfOR agrees that: 11.8.1. The allowances include the cost to CONTRACfOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. CONTRACfOR'S costs for unloading and handling aD the site. labor, installation costs,. overhead, profit and other expeases contemplated for the allowances have been included in the Contract Price and not in , the allowances. No demand for additiona,1 payment on account of any thereof will be valid. Prior to final payment, an appropriate Change order will be issued as recommended by ENGINEER to reflect actual amoUDtS due CONTRACl'OR on account of Work covered by allowances, and the ContraCt Price shall be correspondingly adjusted. UNIT PRICE WORK: 11.9.1. 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 established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The est1mllted quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. DetermiDatiODS of the actual quantities and classificatioDS of Unit Price Work performed by CONTRAcrOR will be made by EN~ in accordance with P~griph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered' by CONTRAcrOR to be adequate to cover CONTRAcrOR'S overhead and profit for each separately identified item. , 11.93. Where the quantity of any item of Unit Price Work performed by CONTRAcrOR differs materially and significandy from the estimated quantity of such item indicared in the Agreement and there is DO corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACl"OR. bas iDcurred additional expense as a result Ihereof. CONTRAcrOR .maY make a claim for an inczease in the Contract Price in accordanc:e with Article 11 if the parties are unable to agree as to the amount of any such increase. Ol\1rruw WORK: 11.1 O. The City may at any time, by written order, without Notice to the Sureties. require omission of such contract work as it may find necessmy or desirable. A11 order for omission of work sbaJ1 be valid only by an executable change order. All work so ordered must be omitted by the CONTRAcrOR. The amount by which the contract price shall be reduced shall be determined as follows: 11.10.1. ,By such applicable unitprices, or rates for work of a similar nature or character as set forth in the contract; or, 11.10.2. By the appropriate lump sum price set forth in the Contract; or, 11.10.3. By the reasonable and fair estimated cost ofsnch omitted work as determined by the CONTRAcrOR and the ENGINEER, and approved by the CITY. ARTICLE 12. CHANGE OF CONTRACT TIME 12.1. The Contract TIDlO may ~n1y be changed by a Change Order or a Written Amendment. Any claim for an extension or shortening of the Contract time shall be based on written notice delivered by the party making the claim to the other party and tD ENGINEER prompdy (but in no event later than ten days) after the occmrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the c~ with supporting data shall be delivered within thirty days after such. .' occmrence (unless ENGI;NEER .allows an additional period of time to ascenain more accurate data in support of the claim) and shall be accompanied by the cla;mant's written st,t~t that the adjustment claimed . is the entire adjustment to which the cl~t bas reason to, believe it is entided as a result of the occurrence of said event. All claims for adjustment of the CoDlraCt T"Jme shall be determined by ENGINEER. in accordance with paragraph 9.11 if the CITY and CONTRACJ'OR cannot otherwise agree. No claim for . ~ adjustment in the Contract Tune will be valid if not submitted in accordance with the requirements of this paragraph 12.1. '12.2. The Contract Time will be extended in an amount equal to time lost due to delays caused by events beyond the control of CONTRACfOR if a claim is made thereof as provided in paragraph 12.1. Such events shaD inchlde. but not be limited to acts or neglect by the CITY or others performing additional work as contemplated by Article 7 t or to fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. If abnormal weather conditions are the basis for a Claim for additional time, such Claim shall be submitted within 30 days of occurrence and shall be GC-27 documented by data substantiating that weather conditions were abnormal for the period of ~ required for completion of tho Work aDd could Dot have been reasonably anticipated and rhat weather conditions had an adverse effect OD the scheduled construction. 12.3. 12.4. All time limits stated in the, Contract DocmDeDts are of the essence of the Agreement. The provisions of this Article 12 shaI1 not exclude recomy for damages (mcludiDg but Dot limited to fees and charges of engineers, architects, attorneys and other prqfessionals and court costs) for delay by either party. The CONTRAcrOR' shall, not be entitled to any claim for damages on account of hindrances or delays in constnJCtion from any cause wbatsoever but if occasioned by uy act of God, or by any act or omission on the part oftbe C11Y. such act, hindraDce or delay may entitle the CONTRACTOR to an extensiOD of time in which to complete the work. provided that the CONTRACl'OR gives notice in writing of the cause of such act, hindrance or delay within ten days after its occmrence to the OTY. This paragraph shall include but not be limited to any acUoDS which result in delays in scheduling. substantial changes in scope or wok or substantial increases in the cost of perfomJing the work under the Contract Documents promptness. Unremedied defects identified for COlI'eCtiOD during the guarantee period but remaining after its expiration shall be considered as part of the obligations of the guarantee. Defects in material, worlcman~bip or equipment which are remedied as a result of obligations of the guarantee shall subjeCt the remedied portion of the work to an extended guarantee period of one year after the defect has been remedied. The Surety shall be bound with and for the Contractor in the Contractor's faithful observance of the guarantee. ACCESS TO WORK: 13.2. ENGINEER.'S and ENGINEER'S representatives. other representatives of the CITY, testing agencies and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation. inspecting and testing. CONTRAeroR shall provide proper and safe conditions for such access. TESTS AND INSPECTIONS: 13.3. CONl'RAcrOR shall give ENGINJ;:ER timely notice of readiness of the Work for all required inspections. tests or approvals. 13.4. If Laws or Regulations of any public body having jurisdiction require uy Work (or part thereof) to specifically be inspected. tested or approved. CONTRAcrOR shall assume full responsibility therefor, pay all costs in connection therewith and furnish ENGINEER the required certificates of inspection. testing or approval. CONTRACl'OR shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with tho Cl'lY'S or ENGINEER'S acceptance of a Supplier of materials or equipment proposed to be incoIporated in the . Work, or of marerials or equipment submitted fot approval prior to CONTRAcrOR'S purchase thereof for incorporation in the W crt. The cost of all inspections. tests, and approvals in addition to the above which are required by the Contract Documents shall be paid as specified in the Contract Documents. 13.1. CONTRACTOR warrants ad 13.5. All inspectiODS. tests or approvals other guarantees to tho CITY and ENGINEER that all Work than d1oso required by Laws or Regulations of any will be coDS11'UCted in accordance with the Contract public body having jurisdiction shall be performed by Documents. Prompt notice of aU defects sbal1 be giveD OJ'8'Ini7'JIItions acceptable to the Cl1Y (or by to CONTRAcrOR. All defective Work. whether or ENGINEER. if so specified). not in place, may ~ rejected, corrected or accepted as 13.6. If any Work (including the work .of provided in Article 13. The guarantee shall remain in others) that is to be iDspected, tested or approved is effect for one year from the date of final acceptance covered without written concurrence of ENGINEER. it UDless a longer period is specified. The CITY shall must, if requested by ENGINEER. be uncovered for give notice of observed, defects with reasonable observation. Such uncovering sball be at GC-28 ARTICLE 13. WARRANTY AND GUARANrEE: TESTS AND INSPEcrIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK WARRANTY Arm GUAlL\NTEE: CONTRAcrOR'S expense lIDless CONTRACfOR bas giveD ENGINEER timely notice of CONTRACl'OR'S intention to cover the same and ENGINEER bas not acted with reasonable promptness in response to such notice. 13.7. Neither obscrvatioos by ENGINEER. nor inspections, tests or approvals by others shaIl relieve CONTRAcrOR from CONTRACTOR'S obligalion's_ to perform th~ Work in accordance with the Contract Documents. UNCOVERING WORK: . 13.8. If any Work is covered conttary to the requ~st of ENGINEER. it must, if requested by ENGINEER. be uncovered for ENGINEER'S observation and replaced. at CONTRACI'OR'S expense. 13.9. If ENGINEER coosiders it necessary or advisable that covered Work be observod by ENGINEER or inspected or tested by others, CONTRACTOR. at ENGINEER'S request shall uncover. expose or otherwise make available for observation. iDspection or testing as ENGINEER.may require, that portion of b Work in questioa. fumisbing all necessary labor. material and equipment. If it is found that such Work is defective. CONTRACfOR shall bear all direct. indUect and consequential costs of such uncovering. exposure. observation. inspection and . testing and of satisfactmy reconstruction, (mc1uding but not limited to fees and charges of engineers. architects. attorneys and other professionals). and the CITY shall be entitled to an appropriate decrease in the CoDttaCt Price. and, if the parties are unable to agree as to the amount thereot: may make a claim 1bmefor as provided in Article 11. If. however. such Work is DOt found to be defective. CONTRACfOR sbaI1 be allowed an increase in the ConttiCt Price or an extension of the Contract time. or both. directly attributable to such uncovering, exposure. observation, inspection. testing . and recoDSlIUCtion; and if tile parties am unable to agree as to the amount or extent thereof. CONTRACfOR may make a claim therefor as provided in Article 11 and 12. CITY MAY STOPTBE WORK: stop the Work. or any portion thereof, until the cause for such order has been eliminat/'!d; however, this right. of the CITY to stop the Work shall Dot give rise to any duty on the part of the CITY to exercise this right for the benefit of CONTRACTOR or any other party. CORRECTION OR REMOVAL OF DEFECTIVE WORK: 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed. either correct all defective W orJe. whether or not fabricated, installed or completed. or, if the Work bas been rejected by ENGINEER. remove it from the site and replace it with non-defective Work. CONTRACTOR sbalJ bear all direct. indirect, and consequential costs of such comction or removal (mcludiDg but not limited to fees and charges of engineers. architects, attorneys and other professionals) made necessary thereby. ONE YEAR CORRECTION PERIOD: 13.12. If within one year after the date of Substantial Completion or such lonpi' period of time as may be prescribed by Laws or Regulatioos or by the terms of any applicable special guarantee required by the CoDlraCt Documents or by any specific provision of the Contract Documents. any Work. is found to be defective. CONlRAcroR shaJI promptly. without cost to the CITY and in accordance witli the ClTY'S written , instructions. either comet such defective Work, or, if it has been rejected by the CITY. remove it from the site and replace it with non-defective Work. If CONTRACTOR does not prompdy comply with the terms of such instructions or in an emergency where delay would cause serious risk of loss or damage. the CITY may have the defective Work corrected or the rejected Work removed and replaced. and all direct. indirect and consequential costs of such removal and replacemont (including but not limited to fees and charges of engineers, architects. attomeys lUld other professionals) will be paid by CONTRACTOR. 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 nm from an earlier date 'if so provided in tho Specifications or by Written Amendment. Nothing herein shall be deemed a waiver of the statute of limitations as provided in Florida Law. 13.10. If the Work is defective, or CONTRACTOR fails to, supply sufficiCDt skillod 13.13. If instead of requiring correction' or workers or suitable materials or cquipmeDt. or fails to removal and replacesnt of defective Work. the CITY furnish or perform tho Work iD such a way that the (and prior to ENGINEER'S recommendation of final completed Work wD1 conform to the Contract payment) prefers to accept it, the CITY Iqay do so. Documents. the CITY may order CON1'RACl'OR to CONTRACTOR shall bear all direct. indirect and GC-29 , consequential costs attributable to the ClTY'S evaluation of and determination to accept such defective Work (such costs, to be approved by ENGlNEER as to reasonableness aDd to include but not be limited to fees and charges of ensmeers, architects, attorneys and other professionals). If any such acceptanCe occurs prior to ENGnEER'S recommendation of filial payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Wark; and the CITY shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the OTY may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRAcrOR to the CITY. CITY ~y CORRECT DEFECTIVE WORK: 13.14. If CONTRAcrOR fails within thirty days (30) after written notice ofENGn-mER to proceed to correct and to coaect defective Work or to remove and replace rejected Work as required by ENGINEER. in accordance with paragraph 13.11, or if CONTRAcrOR fails to perform the Work in accordance with. the Contrac1: Documents, or if CONTRAcrOR fails to comply with any other provision of the COntraCt Documents, the CITY may, after seven days written notice to CONTRAcroR. correct and remedy any such deficiency. In exercising the rights and remedies UDder this paragraph the CITY shall proceed expeditiously. To the extent uccessary to ,complete cmrective and remedial actiOI!, the ClTY may exclude CONTRAcrOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRAcrOR'S services related thereto, tab possession of CONTRAcrOR'S tools, applill~, CODS1nJCtion equipment and 1JUlI~ at the site and incomplete in the Work all marmaIs and equipment stored at the site or for which the CITY bas paid CONTRAcrOR but which are stOred elsewbere. CONTRACTOR shall allow the CITY, the ClTY'S representative, agents aod employees such access to the site as may be necessary to enable tbe OTY to exercise the rights and remedies under this paragraph. All direct, indirect and coasequential costs of the CITY in exercising such rights and remedies will be ch;arged against CONTRAcroR in an amount approved as to reasonableness by ENGlNEER. and a Change Order will be issued iDcorporadng the necessary revisions in the Contract Documents with respect to the Work; and the CITY shall be entitled to an appropria!e dec=ase in the Contract Price, and, if the parties are uaable to agree as to the amount thereof. tbe CITY may mab a claim therefof as provided in Article 11. Such ~ GC-30 indirect and consequential costs will include but not be limited to fees and cbarJes of engineers, architects, attorneys aDd other professiouals. all court costs and all costs of repair and replacement of work of other destroyed or damaged by com:ctiOD, removal or replacement of CONTRAcrOR'S defective Work. CONTRAcrOR shall not be allowed an extension of the Contract Tune because of any delay in perfonnance of the W mk attributable to the exercise by the CITY of the CITY'S rights and remedies hereunder. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION SCHEDULE OF VALUES: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and v.ill be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. APPLICATION FOR PROGRESS PAYMENTS: 14.2. Unless otherwise prescribed by law, at the end of each month, the CONTRAcr.oR shall submit to the Engineer for review, an Application for Progress Payment filled out and signed by the CONTRAcrOR covering the Work completed as of the date of the Application and accomplished by such supponing documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incolp01'8ted in the Work but delivered aDd suitably stored at the site or at another location agreed to in writing, the Application for Progress Payment sbal1 also be accompanied by a Bill of Sale, paid invoice, or other documentation wmanting d1at the CONTRACfOR bas received the materials and equipment free and clear of all liens, charges, security interests, and encumbrances (which are hereinafter in these General Conditions referred to as "Liens") and evidence that the materials and equipment are covered by appropriate property insurance and other ammgements to protect the CITY'S interest therein, all of which shall be satisfactory to the CITY. The amount of retainsge with respect to progress payments will be as stipulated in the Agreement. . , CONTRACTOR'S WARRANTY OF TITLE: 14.3. CONTRACTOR waaants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incmporated in the Project or not, will pass to the CITY no later than the time of payment free and clear ofLieDS. REVIEW OF APPUCATIONS FOR PROGRESS PAYMENT: 14.4. ENGINEER. will, within.ten days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to the.CITY, or return the Application to CONTRACTOR indicating in writing ENGINEER'S reasons for refusing to recommend payment. In the latter case, 'CONTRACfOR may make necessary corrections and resubmit the Application. Thirty days after receipt of the Application for Payment by the City with ENGINEER'S recoD1JDendatiOD, the amount recoDUJlencled will (subject to tbe provisions of the last sentence of paragraph 14.7) become due and when due will be paid by the CITY to CONI'RAcroR. 14.5. ENGINEERS recommendation of any . .'" ".payment requested in the Application for Payment shall not prohibit the City from withholding payment or prohibit the City from paying additionally sums regarding other matters or issues between the parties. 14.6. ENGINEER'S recommendation of final payment will constitute an additional representadon by ENGlNEER to the CITY that the conditions precedent to. CONTRACfOR'S being entitled to final payment as set forth in paragraph 14.13 bave been fulfilled. ' 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER'S opinion, it would be incozrect to JII.Ib such representadPDS to the CITY. The ENGINEER. may also refuse to recDJDJDOnd DY such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously reccmnnenl'1ed. to such extent' as may be necessary in ENGINEER'S opiDion to protect the CITY from loss, includinl but not limited to: 14.7.1. The Work is defective, or completed Work has been damaged requiring correction or replacement. 14.7.2. The Contract Price has been reduced by Written Amendment or Change Order. . 14.7.3. The CITY has been required to comet defective Work or complete Work in accordance with paragraph 13.14, or 14.7.4. Of ENGlNEER.'S actual knowledge of the oc:currence of any of the events enumerated in paragraphs 15.2.1 through 15.29 inclusive. The CITY may refuse to make payment of the full amount recommended by the ENGINEER because claims have been made against the Cl1Y on account of CONTRACI'OR'S performance or furnishing of the Wark, or there are other items entitling the CITY to credit against the amount recommended, but the CITY must give CONTRACTOR written noti~ (with a copy to ENGlNEER) stating the reasons for such action. SUBSTANTIAL COMPLETION: 14.8. When the CONTRACTOR considers the entire Work ready for its intended use, the CONTRACI'OR shall notify the CITY and the ENGINEER in writing that the Work is substantially complere and request that the ENGINEER prepare a Certificate of Substantial Completion. Within a reasonable time thereafter, the CITY, the ENGINEER and the CONTRAcrOR shall make an inspection. of the Work to determine the status of completion. If the ENGlNEER does not consider the Worlc substilntially complete, (it is not ready for its intended use) the ENGINEER sbaI1 notify the CONTRACfOR in writing giving the reasons therefor. If the ENGINEER considers the Work to be substantially complere, the ENGINEER will prep8R' and deliver to the CITY for its execution and recordadon the Certificate of Substantial Completion signed by the ENGINEER and CONTRACTOR, which shall fix the Dare of Substantial Completion. 14.9. The OTY sbaI1 have the right to exclude CONTRACI'OR from the Work after the date of Substantial Completion. but the CITY shall allow CONTRACTOR reasonable access to complete or cOaecl items on the "punch list". PARTIAL UTlLIZATION: 14.10. Use by the CIIY of any finished part of the Wark, wbich bas specifically been identified in th~ Contract Documents, or which the CITY, ENGINEER GC-31 and CONTRAcrOR agree constitutes a separately functioning and useable part of the Work that can be used by the CITY without sigJ'lifieant interfeIence with . CONTRAcrORS ped'ormance of the Rmaincler oftbe Work, may be accomplished prior to Substantial Completion of all Work subject to the following: 14.10.1. The CITY at any time may request CONTRACfOR in writing to permit the CITY to use any such part of the Work which the CITY believes to be ready for its intended use and substantially complete. If CONTRACfOR agrees, COrqucroR wiD certify to the CITY and ENGINEER thai said part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACfOR at any time may notify the CITY and ENGINEER. in writing that CONTRACfOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of SubstaDtial Completion for that part of the Work. Within a reasonable timo after either such request, the CITY, CONTRACl'OR , and ENGINEER. sbaJl make an iDspection oftbat part of Work to determine its status of completion. If ENGlNEER does not consider that part of the Work to be substantially complete, ENGINEER will notify the OTY and CONTRACTOR in writing giving the reasons therefor. If ENGINEER. considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 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. completed or COIreCted and will deliver such list to the CITY and CONTRACTOR together with a written recommendation as to the division of responsibilities pending final judgment between the CITY and CONTRAcrOR with respect to security, operation. safety, maintenance, utilities, insurance. warranties and guarantees for that part of the Work which wiD become binding upon the CITY an4 CONTRACTOR at the time when the CITY takes over such operation (unless they shall have otherwise agreed in writing and so infonned ENGINEER). During such operation and prior to Substantial Completion of such pan of the Work, the CI1Y shall allow CONTRACfOR reasonable access to complete or correct items on said list and to complete other related Work. FINAL INSPECTION: 14.11. Upon written Dotice from CONTRAcrOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final inspection with the CITY and CONTRAcrOR and wiD notify CONTRACTOR in writing of all particulars in which this inspection RVea1s that the Work is incomplete, defective, or ~ot in accordance with the Contract Documents. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. FINAL APPUCATION FOR PAYMENT: 14.12. Afu:r CONTRAcrOR has completed in writing all such COrrectioDS to the satisfaction of ENGINEER and delivered all maintenance and operating iDstructioDS, schedules, guarantees, Bonds, certificates of inspection, marked-up record documents (as provided in paragraph 6.19) and other documents all as required by the Contract Documents, lUld after ENGINEER has indicated in writing that the Work is acceptable and has beeD completed in conformance with the drawings and specifications and any approved chanF:S thereto, CONTRACTOR may make application for finaI payment following the procedure for progress payments. The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents. 14.10.2. The CITY may at any time request CONTRACTOR in writing to permit the CITY to tab over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to ENGINEER and within a reasonable time thereafter theCITY', CONTRAcrOR and ENGINEER. shall JUab an inspection of that part of the Work to determine its status of completion and Win prepare a Iis~, of items J'l'!1ftAir)ing to be completed or corrected thereon befote final paymenL If CONTRACfOR does not object in writing to the CITY and 14.13. Upon receipt of written notice from the ENGINEER that such part of the Work is Dot CONTRACI'OR that the Work bas been completed in ready for separate operation by the CITY, conformity with the Drawings and Specifications and ENGINEER will pnati7,e the list of items, to be any approved changes thereto, and ~eipt of the Fmal GC-32 FINAL PAYMENT AND ACCEPTANCE: . Application for Payment and accompanying documentation. the ENGlNEER shall promptly examine the Work and. mAIn'l' such tests as he may deem proper and using all of the care and judgment normally exercised in the ullIm;nation of completed Work by a properly qualified and experienced Professional ENGINEER. shall satisfy himself that the CONTRACTOR'S statement appears to be correct and the CONTRACTOR'S other obligatioDS under the Contract Documents have been fulfilled. He sball then inform the CITY in writing that he has examined the Work and that it appears, to the best of his knowledge and belief, to conform to the Contract Drawings. Specifications and any approved Change Orders, that the CONTRACTORS other obligatioDS under the Contract Documents have been fulfilled, and that be therefore recommends acceptance of the Work for ownership and Final Payment to the CON'IRACfOR. Howe.ver, it is agreed by the CITY and the CONTRACTOR that such statement by the ENGINEER does not in any way relieve the CONTRACTOR from his responsibility to deliver a fully completed job in a ,ood and worlnnlllnlike condition. and does not render the ENGINEER. or the CITY liable for any faulty Work done or defective materials or equipment used by the CONTRAcroR. Upon ~ completion and acceptance of the Wark in accordance with Paragraph 14.13 of the General Conditions, the OTY sbal1 pay the remainder of the contract price as recOlDllJended by ENGINEER. as provided in said paragraph 14.13. Prior to final payment, the CONTRACTOR must provide the CITY with waivers of any and all claims and liens from the CONTRACTOR and any and all subcontractors, sub- subcontractorS, laborers, or. These waivers ale conditions precedent to final paymenL The CITY may withhold amonnts it deems necessary to cover any claims of which it has been notified of subcontractors, sub-subcontractors, materialmen. suppliers or others from final payment to the CONTRACI'OR , The ENGINEER will then make a 1iDal ~te of the value of all Work done aad will deduct therdiom all previous payments which have been made. The ENGINEER will report such estimate to the CITY together with his recotm'llfl!ndllnon as to the acceptance of the Work or. his findings as to ;my deficiencies therein. After receipt aad acceptance by the OTY of the properly execured ~ Warranty otTItle 8Dd after approval of the ENGINEER'S I!$fiml!lm aad recolDlllendation to the CITY, the CITY will make final payment to the CONTRACl"OR of. the Amonnt remaining after deductin. all prior payments and all amounts to be kept or retained UDder the provisioDS of . ~-33 the Contract Documents, including, but not limited to, Liquidated Damages, as applicable. All prior estimates are subject to comelion in the final estimate. Thirty days after approVal by the CITY of the application for final payment, the amount recommended by ENGINEER shall become due and will be paid to Contractor. CONTRACTOR'S CONTINUING OBUGATION: 14.14. ' CONTRACTOR'S obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by ENGINEER. nor the issuance of a Certificate of Substantial Completion, nor any payment by the CITY to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Wark or any part thereof by the CrI"Y, nor any act of acceptance by the CITY nor any failure to do so, nor any Rview and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by ENGINEER. pmsuaDt to paragraph 14.13, nor any correction of defective Work by the CITY will constitute III acceptance of Work not in accordance with the Con1ract Documents or a release of CONTRACTOR'S obligation to perform the Work in accordance with the Contract Documents. ARTICLE 15 . SUSPENSION OF WORK AND TERMINATION CITY MAY SUSPEND WORK: , 15.1. The CITY may, at aD)' time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRAcrOR and ENGINEER. which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CON- TRACTOR sba1l be allowed an increase in the Contract Price or an extension of the Contract Tune. or both, directly , attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in ~cles 11 and 12. CITY MAY TERMINATE 15.2. Upon the occummce of anyone or more of the following events: 15.2.1. If CONTRAcrOR commences a volnntary case under any chapter ... , 1~.4. The CITY may terminate this Contract without cause by giving seven (7) daYs prior written notice to the Contractor, and in such event, the CITY .will pay the CONTRACTOR for that portion, of the Contract Sum. less the aggregate of previous payments. allocable to the Work completed as of the Date of Termination. plus reasonable termination expenses. The CITY also will reimburse the CONTRACTOR for aU costs neeessarily incurred for organizing and cmying out the stoppage of the Work and paid directly by the CONTRACTOR, not. including overhead, general expenses or profit. The CITY will not be The CITY may, after giving CONTRACTOR responsible to reimburse the CONTRACTOR for any a11d Surety seven days written notice of any default and continuing contractual commitments to subcontractors GG.34 of the Bankruptcy Code (TItle 11, United States Code), as now or hereafter in effect, or if CONTRACTOR lakes any equivalent or similar action by filing a petition or otherwise UDder any other federal or state law in effect at such timing relating to the bankNptcy or insolvency; 15.2.2. If a petition is filed agaiDst CONTRACTOR UDder any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or stare law in effect at the time relating to bankruptcy or insolvency; 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.4. Ifa 1I'UStee, receiver, cusrrvfilln or agent of CONTRACTOR is appointed under applicable law or under contract. whose appointment or authority to take charge of property of CONTRAcroR is for the purpose of enforcing a Lien against such propeny or for the purpose of general administration of such property for the benefit of CONTRAcroR'S creditors; 15.2.5. . If CONTRACTOR admits in writing an'inability to pay its debts generally as they become due; 15.2.6. If CONTRAcroR fails to perform the Work in accordaDce with the Contract Documents [mcluding. but DOt limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time); 15.2.7. If CONTRACfOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8. If CONTRACI'OR disregards the authority of ENGINEER; or 15.2.9. If CONTRAeroR otherwise violates any provisions oftbe Contract Documents; to the *=xteDt permitted by Laws and Regulations, terminate the services of CONTRACTOR. exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR'S tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion)" incorporate in the Work all materials and equipment stored at the site or for which the CITY bas paid CONTRACTOR but which are stored elsewhere, and finish the Work as the CITY may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the expense of completing the work including compensation for additional managerial and administratM Services. plus the CITY'S direct, indirect and consequential losses. damages and costs because of the CONTRACTOR'S default (including but DOt limited to fees and charges of engineers, architects, attorneys, and other professionals and court costs) such excess will be paid to CONTRAcrOR. If such expenses and costs plus the ClTY'S losses and damages exceed such UDpaid balance, CONTRACTOR sball pay the difference to the CITY promptly on demand. Such costs incurred by the CITY will be approved as to reasonableness by ENGINEER and incorporated in a Change Order. but wheil exercising any rights or remedies under this paragraph the CITY shall not be required to obtain the lowest price for the work performed. 153. Where CONTRACTOR'S services have been so terminated by the CITY. the termination will not affect any rights or remedies of the CITY agaiDst CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by the CITY will Dot release CONTRACTOR from liability. or material men or for penalties or damages for canceling such contractual commianents, (with the exception that the CITYsball reimburse the CONTRAcrOR for major materials or equipment purchased before termination if the CONTRACI'OR can show proof of said purchases prior to notice of termination) inasmuch as the CONTRACTOR shall make all subcontraCtS and other commitments subject to this provision. In the event of termination by the CITY. the CITY may require the CONTRACI'OR promptly to assign to it all or some subconttacts. construction, plant, materials, tools, equipment, appliances, rental agreements, and other commitments whi~ the Cl'IY, in its sole discretion. chooses to take by assignment, and in such event the CONTRACI'OR shall promptly execute and deliver to the CTY written assigJ'llnl!J1tS of the same. CONTRACTOR MAY STOP WOIUC OR TERMINATE: 15.5. If. through no act or fault of CONTRAcrOR. the Work is suspended for a period of more than ninety (90) days by the CTY or under an . order of court or other public authority. or ENGINEER. fails to act on any Application for Payment within 1hirty (30) days after it is submitted, or the CITY fails for sixty (60) days to pay CONTRACTOR any sum finally determined to be due. then CONTRAcroR may. upon seven (7) days written notice to the CITY and ENGINEER, terminate the Agreement and the CTY will pay the CONTRAcrOR for that portion of the Contract Sum, less the aggregate of previous paymems. allocable to the work Completed as of the Date of Termination plus reasonable tem1ination expenses. The CITY will Dot. be responsible to reimburse the CONTRACTOR for any continuing contractual commitments for canceling such contractual commitments inasmuch as the CONTRAcroR shaD make all subcontracts aDd other commi1mcDts subject to this provision. The CITY may require the CONTRAcrOR promptly to assign to it all or some subcontracts, constrUCtioa. plant, materials, tools. equipment, appliances. rental agreements, and any other commitments which the CITY. in its sole discretion, chooses to take by assignment. and in such event. the CONTRACTOR sbal1 promptly execute and deliver to the CITY written assi~Qts of the same. In addition and in' lieu of terminStril\g the Agreement, if ENGINEER has failed to act on an Application for Payment or the CITY has failed to make any paymeDt as aforesaid, CONTRACI'OR may DpOIl seven (7) days written notice to the CITY and ENGINEER stop the Work UDtil payment of all amounts then due. The provbiODS of this paragraph sba1l not relieve GC-35 CONTRAcrOR of the obligatioDs l1nder paragraph 6.29 to cmy on the Work in accordance with the progress schedule and without delay during disputes and disagreements with the CITY. ARnCLE 16 . MISCELLANEOUS GIVING NOTICE: 16.1. Whenever any provision of the.Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. COMPUTATION OF TIME: '16.2 When any period oftbne is referred to in the Contract Documents by days. it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction. such day will be omitted from the computation. NO LIMITATION OF RIGBTSAND REMEDIFS: 16.3. The duties and obligations imposed by these General ConditioDS aDd the rights and remedies available hereUDder to the parties hereto. and. in. particular but without limitation. the warranties. guarantees and' obligatioDS imposed upon CONTRACfOR by paragraphs 6.30, 13.1. 13.12. 13.14. 14.3 and 15.2 and all of the rights and remedies available to die CITY and ENGINEER thereunder. are in addition to . and are not to be construed in any way as a limitation of. any rights and remedies available to any or all of them which me otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisiODS of 1bis paragraph will be as effective as if repeated specifically. in the Contract Documents in connection with each particular duty obligation. right and remedy to which they appl>:. All representatiODS wammties and guarantees made m the Contract DOCUIDents will survive final payment and termination or completion of the Agreement. ACCIDENT AND PREVENTION: 16.4. Tbe safety provisioas of applicable laws and building and cOllS1rUCuon codes shall be observed by CONTRACI'OR and the ContraCtor shall take or . cause to be taken such additional safety and health measures as the Local Public Agency involved may determine' to be reasonably necessary. Machinery. equipment and all hazards shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention in Construction" as published by the Associated General ComractorS of America, Inc. to the extent that such provisions are not in conflict with applicable laws. The Contractor sba1l maintain an accurate record of all cases of death, occupational disease, oriDjury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on Work under the Contract. The ConlraCtor shall prompdy fmnish the Local Public Agency with repons conceming these matters. 16.5. In the event the CITY is pzeveDted from proceeding with any or all of this Work as stated in this Con~act, due to a declaration of war, or national emergency. by the United States government, whereas the. construction of the type contracted for berein is specifically prphibited by statUte or govemmental edict, or due to the stoppage of construction caused by any governmental agency, State, City. Town. or County regulations. orders. restrictions, or due to circumstances beyond the CITY'S control. then the CITY herein reserves the right to eirher suspend the Work to be done for an indefinite period of time or to cancel this Agreement outright by giving notice by registered mail of such intention to the CONTRAcroR herein. In the event of any conditions above meJltjoned occurring after the Work herein bas already been commenced, then the CITY belein shall be liable for only the cancellation or suspension without the addition of prospective profits or other changes whatsoever. FLOIUDAPRODUCTS AND LABOR 16.6. The CONTRACfOR'S attention is called to Section 255.04. Florida Statutes. which requires that on public building contracts, Florida products and labor sbal1 be used wherever price and quality are equal EMPLOYEES: 16.7. All labor described in these specifications or indicated on the Drawings and the Work specified or indicated shall be executed in a GC-36 thoroughly substantial and worhnanlike manner by mechanics skilled in the applicable trades. 16.8. Any person employed on the Work who fails, refuses or neglects to obey the insauctiODS of the CONTRACfORin anything relating to this Work or who appears to the CITY to be disorderly, intoxicated. insubordinate, or incompetent, shall upon the order of the CITY, be at once discharged and not again employed in any part of the Work. Any interference with, or abuse or threatening conduct toward the' CITY, ENGINEER or their inspectors by the CONrRACfOR .' . or his employees or agents. shall be authority for the CITY to annul the Contract and re-Iet the Work. No intoxicating substance sha11 be allowed on the Work site. NON-DISCRIMINATION: 16.9. The CONTRAcrOR shall not discriminate against employees or applicants for employment because of race, creed, color, religion, sex, age, handicapped statUS. disabilities, or national origin. The CONTRACfOR will endeavor to ensure that applicants are employed and that employees are treated during employment, without regard to their racc. cteed, color, religion, sex, age. handicapped ,status, or national origin. Such action sballinclude but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment adv=1ising; layoff or termination; rates of pay or other' forms of compeDSation~ and selection for training including apprenticeship. The CONTRACfOR agrees to post in conspicuous places, availablc to employees and applicants for employment, notices setting forth the provisions of this nondisC:rimination clause. These provisionS apply to all subcontractorS and it is the responsibility of the ASSIGNMENT: 16.10. This Agreement, nor any monies due hereunder, or any part thereof, shall not be assigned, or tnmSferred, by CONTRACTOR.. nor shall the CITY be liable to any assignee or tranSferee, without the written consent of the CITY. to the assignment, or transfer. , The CITY shall not release or discharge CONTRACfOR from any obligatioD hereunder. The mY shall not approve an assignmeDt or transfer unless thc Surety on the Contract Performance and Payment BondS bas informed the OTY in writing that it consents to the assignment or transfer. VENUE: 16.11. This Agreement sba11 be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this Agreement is fixed in PineUas County, Florida. ASBESTOS: 16.12. If the CONI'RAcrOR during the course of the W crk observes the existence of asbestos in any structure, building or facility, the CONTRACI'OR shall promptly notify the CITY and the ENGINEER.. The CITY shall consult with the ENGINEER. regarding removal or encapsulation of the asbestos material and the CONTRACTOR sba1l not perform any Work pertinent to the asbestos material prior to receipt of special instructioDS from, the CITY through the ENGINEER. RIGHT TO AUDIT: 16.13 If the CONTRAcrOR submits a claim to the CITY for additional compensation, the CTY shall have the right, as a condition to considering the claim, and as a basis for evaluation of the claim, and until the claim bas been settled. to audit the CONTRACfOR'S books to the extent they are relevant. This right shall include the right to examine books, records, documents, and other evidence and accounting procedures and practices, sufficient to discover and verify all direct and indirect costs of whatever nature claimed to have been incurred or anticipated to be incurred and for which claim bas been submitrecL The right to audit shall include the right to inspect the CONTRACTOR'S plants, or such parts thereof, as may be or have been engaged in the ~ of the WOI:k. The CONTRACTOR further asrees that the right to audit encompasses all subcontracts and is " binding upon all subcontracton. '!be rigbts to e'J:Amiftl! and inspect herein provided for shall be exercisable through such representatives as the CITY deems desirable during the CONTRACI'OR'S DOI1D3l business hours at the office of the CONTRACTOR. The accounting records and documents, aDd other financial data, and upon request, sba1l submit tnie copies of requested records to the CITY. CONTRACT TIME; UQUlDATED DAMAGES: 16.14 The work will be substantially completed within calendar from the date when the Contract Tame commences to run as provided in paragraph 2.3 of the Geaeral Couditions, and completed and ready for fiDa1 payment in accordance witli GC-37 paragraph 14.13 of the General Conditions within the stated calendar days from the date of Substantial Completion. 16.14.1 Liquidated Damages. The CITY and CONTRAcrOR recognize that time is of the essence of this Agreement and that the CITY will suffer financial loss if the Work is not completed within the t,imes specified in Contract Time above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The CITY and CONTRACTOR recognize. agree and acknowledge that it would be impractical and extremely difficult to ascertain and fix the actual damages that the CITY would suffer in the event CONTRACfOR neglects. refuses. or otherwise fails to complete the work within the ,time specified. Accordingly, instead of requiring any such proof, the CITY and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay the OTY five hundred dollars (S500.00).for each day that expires after the time specified in paragraphs 3.1 for substantial completion until the Work is substantially complete. After Substintial Completion, if CONTRACfOR shall neglect, refuse or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by the CITY, CONTRAcrOR shall pay CITY five hundred dollars (SSOO.OOLfor each day that expires after the time specified in paragraph 3.1 for completion and readiness for final pa~nL PAYMENT PROCEDURES: 16.15 Contraetor 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. 16.15.1 Progress Payments. The CITY sball make progress payments on account of the Contract Price o~ the basis of CONTRACTOR'S Applications for Payment as recommended by ENGINEER. on or about the first day of each month during constrUction as provided below. All progress payments will be on the basis of the progress of the Work me~ by" the schedule. of values established in Paragraph 2.6.3 of the General Coaditions and in the case of Unit Price Wark based on the number of units completed or, in the event there is no schedule of values, as provided in' the General Requirements. Conttactors shall submit a Progress Payment affidavit and partial release of lien to the CITY on fmins which the CITY may provide. indication that all subcontractors, sub- subcontractors, laborers, materialmen, and suppliers have been paid for the improvements completed 16.15.1.1 Prior to Substantial Completion progress payments will be made in an amount equal to 90% of the work completed, but, . in each case, less the aggregate of payments previously made and _ less such amounts as ENGINEER shall determine. or the CTY may withhold, in accordance with paragraph 14.7 oftbe General Conditions. 16.15.1.2 Prior to Substantial Completion. progress payments for materials and equipment not incorporated in the Work but delivered and suitably stored and accompanied by docUmentation satisfactory to the CITY, as provided in paragraph 14.2 of the General Conditions, wiD be made in an amount equal to 0% as established by the schedule of values. 16.15.2 Final Payment. Upon final completion and acceptance of the Work i!l accordance with paragraph 14.13 of the General Conditions. .the CTY ~ pay the remainder of the Contract Price as recommended byENGINEBR. as provided in said paragraph 14.13. Prior to final payment, the ContraCtor must provide the City with waivers of any and all claims and liens form the ContraCtor and any subcontractors, sub- subcontractors. laborers, suppliem of materialmen. These waivers are coaditions precedent to final payment. The City may withhold amounts it deems necessary to cover any claims of which it' has been notified of subcontractors, sub-subcontractors; laborers, suppliers of mareria1meD or others from final payment to the Contractor. CONTRACfOR'S REPRESENTATIONS: 16.16 In order to induce theClTY GC-38 to enter into this Agreement CONTRACTOR makes the following representations: 16.16.1 CONTRACI'OR has familiarized itself with the nature and extent of the Contract Documents, Work, site, lOCality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of theWorlc. 16.16.2 CONTRACI'OR has obtained at hislher own expense and carefully studied, or assumes responsibility for obtaining and .carefully studying, soil investigatiobS, explorations, and leSt reports which pertain to the subsurface conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or fumishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Price. within the Con~ Tune and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions and p~graph 4.4 of.the Instructions to Bidders; and no additional examinations, investigations, explorations, . tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 16.16.3 CONTRACfOR has reviewed and cl1ec:bd all iDfcmnation and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said . Underground Facilities. No additional examinations, ,investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within. the Contract Time and in accordance with the other terms and conditions of the Contrad Documents, including specifically the provisions of Paragraph 4.3 of the General Conditions 16.16.4 CONTRACI'OR has co=1ated the results of all such observations. elrSlminlltiOns. iDvestipliODS. explorations. tests, reports and studies with the terms and conditions of the Contract Documents. 16.16.5 CONl'RACTOR bas given written notice of all conflicts, euors or discrepancies that he has discovered in the ContraCt Doc:umcnrs ,8;Dd !he written resolution thereof by ENGINEER is acceptable to CONTRAcrOR. Azurix North America Campey: Underqround Infrastructure, Inc. 109 Applewood Drive, Longwood, FL 32750 407-260-9668 Du= Auqust 21,2002 Sisaab=~'..J?~ ~ (Au~~~) . .. Michael Cannon Vice President (COUORATE SEAL) GC.39 Bidder will complete the Work for the following pril:es: SCHEDUlE OFBJD PRICES tN::er 1 Bid Item Quantity Unit Unit Cost Total Cost LF .J d, 51) -:J /} ~I)d. PO ~ -$ - LF 'f. tJ /J ~J ~ PI). RtJ 4 c:; LF ~'1,P4 ~,~ ~'v. /)t7 Lf -iI ~/, t'~ ~ /5 5P,1,"" \ Lf -If. .$,S, PO "t# /~, Oil", GI) LF -:I ~6:!J'() .; ~" 55c7,(J(} LP -11 ~~,So --II .~; ~.6().~~ LP -# 5~ ,,'{o "'" 5: tp.';:~, de LP -/I ~d..bO -::I t,,, P.?'IJ./)o LP ciI ~J/:,DIJ ~ (;" ~.5t1. ~I) , LP -::II (;,1.50 r -$ G, /5 d, pu LP j ~~,J;O'f ..,J t., .35&. 00 LP ?I ~5.5() ( ~ /" 55p.06 Lf -t/'7.5p f.. -II ~J 15~,,~() EA -f; I, O/J ~ .6"C/tJ.. ~" LP -:i 8"1.5IJ ~ ~f 15tJ../J r) LP '? ~~.S7J ? ;;.,;'.5tJ. (J/J Lf -II (,1.5tJ -:i ?, 7 !J-~, tP" LP -IJ 9f..5~ ~ ~ ?5t7,~ () Lf -J/I; ,;J:!J, 5(' o;j /:2.) 3 6Jt' ,,(' a I J,B..:5O. go 0 + 1. P ;:<;;'5:-~ a rJ ~ 19 24" Inversion LiDing (Stormwater,lo.s mal, +/.1.5 mm) 100 . I 20 SO" Inversion LiDing (SlOnnwater, 12 mm, +/- 1.5 DUD) \ [~ 100 ,I' ~(, , Total Evaluateel Biel 'or. Bid No. '1e," 02-B-811 Project: Sanitazy Sewer and Stonnwater Inversion LbUng Numbers .fJ /5(,}iJ..t'(J. ()O Words Ol.l~ H(jP~)) .P//=rt./-5/Jt...r Iftt/ts,+lJ.f) -rW~ !J(/;J~ULJ ~/..~/fp...5 "'"f .vo e.eJJ~ . AZUr1X ~ortn America Underground COmpmr- Infrastruc ur 2 Line CleaDing - Light Line Oeaning -Specialty ~ 2000 soo . 1000 3 8" Inversion I.i1'Iing - 6 mm Thic:hness 10" Inversion LIning - 6 mm 1hicla\ess 10" Invezsion LIning -7.5 mm Thickness 12" Inverlon Lining - 6 mm Thickness IT Inversion Lining -7.5 mm Thickness 15" Invezsion Lining - 6 mm 'Ihic:kness 15" Inversion Lining. 7.5 mm Thickness 100 4 soo SOO 5 6 7 8 9 100 100 100 10 15" Inversion LIning - 9 mm 'I'hic:rt- 11 18" Inveaion Lining - 6 mm'Ihic:kness 12 18" Inversion Lining -7.5 mm Thickness 13 18" Inversion Lining - 9 mm'Ihidc:ness 14 18" Inversion Lining -10.5 mm 1bic:kness 15 Service Laterals - SIandard Recxmnec:tion 100 100 100 100 100 SOO 100 16 12- Inversion Lining (Stormwater, 6 mal, +/-1.5 mm) 17 15" Inversion LiNng (SlOnnwater, 7.5 mm, +/-1.5 mm). 100 18 18" Inversion LIning (Staanwater, 9 mm. +/-1.5 mm)1r 100 I ,t "'^ "iV\. Signature (Authorized Corporate Official): J President " . Section 01025 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 . GENERAL 1.01 EXPLANATION AND DEFINITIONS The following explanation of the Measurement and Payment for the bid form items is made for information and guidance. The omission of reference to any item in this desaiption shall not, however, alter the intent of the bid fonn or relieve the Contractor of the necessity of fumishing such as part of the Contract. 1.02 PAYMENT A. Payment shall be made for the items listed on the Bid Form on the basis of the work actually performed and , completed. Such work shall include, but is not limited to, the fumishing of all necessary labor, materials, equipment, transportation,. clean up, and. all other appurtenances to complete the construction and installation of the work, to the configuration and extent as shown on the drawings, and described in the specifications. B. It is intended that all mobilization,. maintenance of traffic, sediment and erosion control, testing, insurance, bond, license and other miscellaneous administrative costs, and all other costs to the Contractor not specifically identified in the following item description be distributed among and included in the unit prices stated. No additional payment shall be made for transportation, communications, office maintenance, project signs, maintenance of, traffic, barriers, and other incidental work or services, and no further payment shall be made for remobilization unless all of the work is suspended by the Engineer for a period in excess of three months and through no fault to the Contractor. C. All required manufacturer testing and certification should be included in the Unit prices shown in the Proposal and Contract. Density testing required for compacted backfilling, and concrete strength and materials testing . required at the time of construction shall be performed and paid for by the contractor. PART 2 . MATERIALS Not Used PART 3 .'EXECUTlON 3.01 LINE CLEANING - Bid Item Nos. 1 &c 2 A. This item provides for all labor, equipment, material, bypass pumping, mobilization, restoration, traffic control, barriers, and removal, handling and disposal of materials associated with line cleaning. The quantity to be measured for payment under this item will be the actual number of lineal feet of line cleaned as measured from wall of manhole inlet to wall of manhole inlet, regardless of pipe diameter. B. Payment for line cleaning shall be made for light cleaning and specialty cleaning. Light cleaning is defined as the removal of material and/or debris from a section of pipe (less than 20% of the pipe diameter). Specialty cleaning is defined as the removal of material and/or debris (greater than 20% of the pipe diameter), or the presence of grease, roots, p~g liner system, or tuberculation. The unit price for specialty cleaning shall be inclusive of any additional equipment or resources necessary for the removal and disposal of such material, and shall be paid for the actuallinea1 feet cleaned. Payment shaD. be made only after provision of disposal tickets for disposed material. Page 1 of3 f1'J /17/rD.ll:18 AM Sectian 01025 . 3.02 8" INVERSION LINING . Bid Item No.3 A. This item provides for an labor, equipment, material, mobilization, traffic control, barriers, setup, initial and final televising, all bypass pumping, and installation of 8" inversion lining for s~tary sewer lines. The quantity to be measured for payment under this pay item will be the actual number of feet inversion lined measured from wall of manhole inlet to wall of manhole inlet. B. Payment for inversion lining shall be made for the actual number of feet inversion lined.. Unit pricing shall be based on a liner thickness of 6 mm. 3.03 10" INVERSION LINING - Bid Items No.4&: 5 . A. This item provides for an labor, equipment, material, mobilization, traffic control, barriers, setup, initial and final televising, all bypass pumping, and installation of 10" inversion lining for sanitary sewer lines. The quantity to be measured for payment under this pay item will be the actual number of feet inversion lined measured from wall of manhole inlet to wall of manhole inlet. B. Payment for inversion lining shall be made for the actual number of feet inversion lined. Unit pricing shall be based on a liner thickness of 6 mm or 7.s mm.. Variations in liner thickness shall be addressed by the respective Bid Item. 3.04 12" INVERSION LINING - Bid Items No.6&: 7 A. This item provides for an labor, equipment, material, mobilization, traffic control, barriers, setup, initial and final televising, aU bypass pumping, and instaDation of 12" inversion lining for sanitary sewer lines. The quantity to be measured for payment under this pay item will be the actual number of feet inversion lined measured from wall of manhole inlet to wall of manhole inlet. B. Payment for inversion lining shaD. be made for the actual number of feet inversion lined.. Unit pricing shall be based on a liner thiclcness of 6 mm or 7.s mm.. Variations in liner thickness shall be addressed by the respective Bid Item. 3.05 15" INVERSION LINING - Bid Items No.8, 9 &: 10 A. This item provides for an labor, equipment, materiaL mobilization. traffic control, barriers, setup, initial and final televising, aU bypass pumping, and instaDation of 15" inversion lining for sanitary sewer lines. The quantity to be measured for payment under this pay item. will be the actual number of feet inversion lined measured from wall of manhole inlet to wall of manhole inlet. B. Payment for inversion lining shaD. be made for the actUal number of feet inversion lined.. Unit pricing shall be based on a liner thickness of 6 mm, 7.5 UID1, or 9 mm. Variations in liner thickness shall be addressed by the respective Bid Item. 3.06 18" INVERSION LINING - Bid Items No. 11, 12, 13 &: 14 A. This item provides for an labor, equipment, material, mobilization, traffic control, barriers, setup, initial and final televising, all bypass pumping, and instaDation of 18" inversion lining for sanitary sewer lines. The quantity to be measured for payment under this pay item will be the actual number of feet inversion lined measured from wall of manhole inlet to wall of manhole inlet. B. Payment for inversion lining shall be made for the actual number of feet inversion lined.. Unit pricing shall be based on a liner thiclcness of 6 mm, 7.s mm, 9 mm, or 10.5 mm. Variations in liner thickness shall be addressed by the respective Bid Item. Page2of3 rr7/17/0211:18 AM I!'.''''-.-.t-........:-_\ ..-:.~__ . . .___ . _______. .._. -_____ 5ectkm" 0102.5 3.07 SERVICE LATERALS - STANDARD RECONNECTION - Bid Item No. 15 A. This item provides for all labor, equipment, material, mobilization, traffic control, baxriers, setup, initial and final televising, all bypass pumping, and reconnection of service laterals. The quantity to be measured for payment under this pay item will be the actual number of service laterals reconnected. B. Payment for service lateral reconnection shall be made for the actual number of service laterals reconnected. Unit pricing shall not vary between service lateral or sewer line sizes. 3.08 12" INVERSION LINING (STORMWATER, 6MM +/-1.5MM) - Bid Item No. 16 A. This item provides for all labor, equipment, material, mobilization, traffic control, barriers, setup, initial and final televising, all bypass pumping, and installation of 12" inversion lining for stormwater lines. The quantity to be measured for payment under this pay item will be the actual number of feet inversion lined measured from wall of manhole inlet to wall of manhole inlet B. Payment for inversion lining shall be made for the actual number of feet inversion lined.. Unit pricing shall be based on a nominal liner thickness of 6 mm, and be paid for any variations of up to + / - I.Smm. 3.09 15" INVERSION LINING (STORMWATER, 7.5MM +/-1.51\00 - Bid Item No. 17 A. This item provides for all labor, equipment, material, mobilizatiOl\ traffic control, baxriers, setup, initial and final televising, all bypass pumping, and installation of 15" inversion lining for stormwater lines. The quantity to be measured for payment under this pay item will be the actual number of feet inversion lined measured from wall of manhole inlet to wall of manhole inlet . B. Payment for inversion lining shall be made for the actual number of feet inversion lined.. Unit pricing ~hall be based on ,a nominal liner thickness of 7.5 mm, and be paid for any variations of up to + / - 1.5mm. 3.10 18" INVERSION LINING (STORMWATER, 9MM +/-1.5MM) . Bid Item No. IS A. This item provides for all labor, equipment, material, mobilization, traffic control, barriers, setup, initial and final televising, all bypass pumping, and installation of IS" inversion lining for stormwater lines. The quantity to be measured for payment under this pay item will be ~ actual number of feet inversion lined measured from wall . of manhole inlet to wall of manhole inlet. B. Payment for inversion lining shall be made for the actual number of feet inversion 1ined.. Unit pricing shall be based on a. nominal liner thickness of 9 mm, and be paid for any variations of up to + / - 1.5mm. 3.11 24" INVERSION LINING (STORMWATER, 10.5MM +/-l.5MM) - Bid Item No. 19 A. This item provides for all labor, equipment, material, mobilizatiOn, traffic control, barriers, setup, initial and final televising, all bypass pumping, and installation of 24" inversion lining for storm water lines. The quantity to be measured for payment under this pay item will be the actual number of feet inversion lined measured. from wall of manhole inlet to wall of manhole inlet. B. Payment for inversion lining shall be made for the actual number of feet inversion lined.. Unit pricing shall be based on a nominal liner thickness of 10.5 DIm, and be paid for any variations of up to + / -1.5mm. 3.12 30" INVERSION LINING (STORMW ATER, 12MM +/- LSMM) - Bid Item No. 20 A. ' This item provides for an labor, equipment, material,. mobilizatiOl\ traffic control, burlers, setup, initial and final televising, all bypass pumping, and installation of 30" inversion lining for stormwater 1ines.The quantity to be measured for payment under this pay item will be the actual number of feet inversion lined measured. from wall Page 3 of3 (f1 /17/02. 11:18 AM Section 01025 of manhole inlet to wall of manhole inlet. B. Payment for inversion lining shall be made for the actual number of feet inversion lined.. Unit pricing shall be based on a nomina1liner thickness of 12 mm, and be paid f~r any variations of up to + / - 1.5mm. END OF SECTION Page 4 013 ffI/17/fJ2. 11:18 .AM Section OlS3O SECTION 01530 BARRIERS PART1-GENERAL 1.01 REQUIREMENTS INCLUDED Furnish, ins.ta1l and maintain suitable barriers as required to prevent public entry, and to protect the Work,. existing facilities, trees and plants from construction operations; remove when no longer needed, or at completion of Work. L02 RELATED REQUIREMENTS A. Section01010: Summary of Work. B. Section 01500: Construction Facilities and Temporary controls. PART2-PRODUcrS 2.01 MATERIALS, GENERAL Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards. 2.02 FENCNG A. Minimum fence height six feet. B. Open-Mesh Fence: 1. No 11 gauge, two inch mesh, 72 inches high galvanized chain link fabric, with extension arms and three strands of galvanized. barbed wire. 2. Galvanized. steel posts; 1-1/2 inch line posts and two inch comer posts. 2.03 BARRIERS Materials are Contractor's option, as appropriate to serve required purpose. PART 3 - EXECUTION 3.01 GENERAL A Install facilities of a neat and reasonably uniform appearance, structurally adequate for the required pwposes. B. Maintain barriers during ~tire construction period. C. Relocate barriers as required by the progress of construction. Page 1 of2 (11/12/02 2:37 PM '1:.\ "-...............:-_\ ... -.=.....- ft--:___'''' _ _ _ ~__...., -, --...- ::.ectian U~30 3.02 FENCES A. Provide and maintain fences necessary to assure security of the site during construction to keep unauthorized people and animals form the site when construction is not in progress. B. Gates shall have l~i and keys shall be fumished to.the Owner. C. Provide additional security measures as deemed necessary and approved by the Engineer. 3.03 TREE AND PLANT PROTECTION ' A. Preserve and protect existing trees and plants at site which are designated to remain, and those adjacent to site. B. Consult with. the Engineer, and remove agreed-on roots and branches which interfere with construction. 1. Employ qualified tree surgeon to remove branches and treat cuts. C. Provide temporary barriers to a height of six feet, around each, or around each group, of trees and plants. D. Protect root zones of trees and plants: 1. Do not allow vehic:ular traffic: or parking. 2. Do not store materials or products. 3. Prevent dumping of refuse or chemically injurious materials or liquids. 4. Prevent puddling or continuous nmning water. E. Carefully supervise excavating, grading and filling, and other construction operations, to prevent damage. F. Replace, or sui~ly repair, trees and plants designated to remain which are damaged or destroyed due to construction operations. 3.04 REMOVAL A. Completely remove barricades, omit, when construction has progressed to the point that they are no longer . needed and when approved by Engineer. B. Repair damage caused by construction. Fill and grade areas of the site to the required evaluations, and clean up the area. Page 2of2 CT1 /12./02 2:37 PM 1:.\' 'C.....;.......:-...\. A...,;._ 'B....-:___\ 'I!II ft """" _ ,__ _...._, ""IP<I'V' '11I_---3__4 . Section 01S7O SECTION 01570 TRAFFIC CONTROL PART 1 - GENERAL 1.01 REQUIRWENTS INCLUDED A. Provide, ope~te and maintain equipment, services and personnel, with traffic control and protective devices, as required to expedite vehicular traffic flow around the construction area. B. Remove temporary equipment and facilities when no longer required, restore grounds to original, or to specified conditions. 1.02 REFERENCES Traffic regulation shall be in accordance with F.D.O.T. Roadway and Traffic Design Standards, Manual on Uniform Traffic Control Devices, and FOOT Standard Specifications, latest Editions. 1.03 TRAFFIC CONTROL PLAN A. The Contractor is to prepare a traffic control plan and/or policy statement for each phase of construction. This plan is to be presented to the Oty Engineer at or before the pre-construction meeting. B. All proposed traffic control plans and policy statements shall be complete and in compliance with Section 1.02. 1.04 TRAFFIC SIGNALS AND SIGNS A. Provide and operate traffic control and directional signals required to direct and maintain an orderly flow of traffic in all areas under Contractor's control, or affected by Contractor's operations. B. Provide traffic control and direction signs, post mounted, at all areas required by Section 1.02 C. Traffic Signals - Construction requiring traffic signal modification shall be reported to the City Engineer at least 72 hours prior to the commencement of such activities. All excavation work within 30 feet of any traffic signal shall be reported to the Oty Engineer at least 72 hours prior to its commencement. ~ D. All existing traffic signs shall remain visible throughout constructi~ activities unless superseded by required construction signing. 1.05 FLAGMEN Provide qualified and suitably equipped flagmen when construction operations encroach on traffic lanes, as required for regulation of traffic (See Section 1.02). Page 1 of 2 (11/12/022:37 PM Section 01570 1.06 FLARES AND LIGHTS A. Provide lights as required by Section 1.02. 1. Todearly delineate traffic lanes and to guide traffic as required in Section 1.02 2. For use by flagmen in directing traffic. B. Provide illumination of critical traffic and parking areas as required in Section 1.02. 1.07 CONSTRUCTION PARKING CONTROL A. Control vehicular parking to preclude interference with public traffic or parking, access by emergency vehicles, Owner's operations, or constructi~n operations. B. Monitor parking of construction personnel's private vehicles. 1. Maintain free vehicular access to and through parking areas and driveways. 2. Prohibit parking on or adjacent to access roads, or in non-designated areas. 1.08 CONSTRUCTION VEHICLES A. All slow moving construction vehicles shan have a slow moving sign visible from the rear of the vehicle. B. All vehicles used for construction activities shall have audible back-up warning devices. 1.09 ROAD CLOSURES A. No road shall be closed prior to receiving approval from the City Engineer. B. At least seven days prior to a proposed road closme, the contractor shall submit to the City Engineer a complete traffic control plan. This plan shall include the following minimum information: ,. 1. Sketch of work site and all area roads, streets and mark driveways. 2. Proposed detour route. 3. All necessary traffic control devices to be used.' 4. Emergency contractor contact person name and phone to be available 24 hours a day. S. Estimated times! dates of road closure. C The City Engineer shall have the authority to approve an emergency road closure. PART 2 - PRODUcrS A. All traffic control devices shan meet or exceed FOOT certification standards. B. All traffic signs shall have high intensity face material PART 3 - EXECUTION A. Upon notification by the owner either verbally or in writing, the contractor shall correct any noted deficiencies within one hour. B. Inspection of all traffic control items shall be accomplished at least twice per day. One of these inspections shall be at the end of the work day or at night. Page2of2 07/12./02. 2:37 PM Section 02701 SECTION 02701 PIPE LINING BY INVERSION PART 1- GENERAL 1.01 SCOPE This practice describes the procedures for the reconstruction of pipelines and condUits (8 , 10, 12,15, and 18 in., and laterals) by the installation of a resin-impregnated, flexible tube which is inverted into the existing conduit by use of a hydrostatic head or air pressure. The resin is cured by circulating hot water or introducing controlled steam within the tube. When cured, the finished pipe will be continuous and tight-fitting. This recOnstruction process can be used in a variety of gravity and pressure applications such as sanitary sewers and storm sewers. Pipelines for reconstruction on this project consist of primarily ductile iron pipe, with some reinforced concrete pipe and vitrified clay pipe. The work is to be performed by annual bid, with an estimated minimum footage of two thousand five hundred (2,500) lineal feet of sewer line to be inversion lined on an annual basis. The term of this bid will be from the date of award through September 30, 2003. The City of Largo reserves the right to extend the contractor for two additional one-year extensions with the approval of the contractor. The estimated footages identified in the Schedule of Bid Prices are for comparison only. The locations to be inversion lined will be as directed by the City of Largo designated representative. The City of Largo will issue task orders to the contractor in minimum increments of $25,000 or more. The Contractor shall be required to be on the job site and performing services within twenty-one (21) days of notification of each service request. ' No dig h\version liriing is required. The Contractor will be responsible for sewage flow control during all hours of installation. Night installations may be required in some sewer lines due to sewage and/or traffic flow conditions. Coordination of the flow control and rehabilitation is the responsibility of the Contractor. The indemnification provision contained in the General Conditions is incorporated herein, and made a part hereof, as if fully set forth herein. SAFETY 1. Contractor will report any condition to the City of Largo which may pose a threat to the health and welfare of employees of the City, Contractor, or the general public. 2. Contractor will use employees that are properly trained and who are aware of possible work, materials, and job- site related hazards. 3. Contractor will ensure that waste material is properly disposed in accordance with applicable regulations and safety precautions. 4. Contractor shall comply with all local, state and federal safety requirements, including but not limited to. OSHA. REFERENCED DOCUMENTS ASTM Standards: 0543 0638 0790 Test Method for Resistance of P1astic:s to Chemical Reagents Test Method for Tensile Properties of Plastics Test Methods for Flexural Properties of Umeinforced and Reinforced Plastics and Electrical Insulating Materials Definitions of Temu Relating to Plastics Test Method for Peel or Stripping Strength of Adhesive Bonds Temrlnology Relating to Abbreviations, Aaonyms and Codes for Terms Relating to Plastics Practice for Underground Installation of Fiberglass (Glass Fiber Reinforced Thermosetting Resin) Pipe Terminology Relating to Plastic Piping Systems 0883 0903 01600 03839 F412 Page 1 of 6 07/16/02 8:06 AM Pipe Lining by Inversion Sec:tioD D2701 F1216 Standard Practice for Rehabilitation of ExistingPipe1ines and Conduits by the Inversion and curing of a Resin- Impregnated Tube F1743 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe (CIPP) AWWA Standard: Manual on Cleaning and Lining Water Mains, M28 NASSCO Standard: Recommended Specifications for Sewer Collection System Rehabilitation TERMINOLOGY A. Descriptions of Terms Specific to This Standard: 1. cured-in-place pipe (CIPP) - a hollow cylinder containing a non-woven or a woven material, or a combination of non-woven and woven material surrounded by a cured thermosetting resin. Plastic - coatings may be included. This pipe is fonned within an existing pipe. Therefore, it takes the shape of and fits tightly to the existing pipe. 2. inversion - the process of tuming the resin-impregnated tube inside out by the use of water pressure or air pressure. 3. lift - a portion of the CIPP that has cured in a position such that it has pulled away from the existing pipe wall. . REQUIRED CONTRACTOR EXPERIENCE . The contractor performing lining services shall submit documentation in support of the following requirements: A. Contractor providing the inversion lining service must be Florida based, or have Florida offices established for a minimum of five (5) years; B. Contractor must have a minimum three (3) years experience with the liner system being proposed; C. Inversion lining system shall have a minim1PlllOO,OOO lineal feet of installation within the U.s., and 50,000 lineal feet of installation within Florida. D. Contractor and liner system must provide a non-prorated, one-year guarantee on the liJ.:ler installed. The linermust prohibit root intrusion, protect the existing sewer line from further deterioration, and provide a surface coating resistant to sewer gases and c:hemicals. E. Contractor and manhole sealing system must provide a non-prorated, five-year guarantee on material and workmanship for manhole sealing and annular space sealing. The manholes, along with annular spaces at pipe to manhole and lateral to pipe connections, shall be free from infiltration for a period of five-years. PART 2 - PRODUCTS MATERIALS A. Structural Properties The installed CIPP shall meet the following minimum structural properties: Tensile Strength (ASTM 0638) Flexural Strength (ASTM 0790) 3,000 psi 4,000 psi Page2of6 rn /16/rJ2 8..06 AM Pipe I..inlng by Inversion Section 02701 Flexural Modulus of Elasticity (ASTM D790) 300,000 psi Retention of Properties to Account for Long Term Effects 50% B. Tube - Tubes shall be manufactured in accordance with ASTM F1216 or ASTM 1743. C. Resin - A general purpose, unsaturated, styrene based them\oset resin and. catalyst system or an epoxy resin and hardener that is compatible with the inversion process should be used. The resin must be able to cure in the presence of water and the initiation temperature for cure should be between 140 and 200 degrees Fahrenheit. PART 3 - EXECUTION DESIGN CONSIDERATIONS A. General Guidelines - The design thickness of the CIPP is largely a function of the condition of the existing pipe. Prior to the commencement of design activities, concurrency must be provided by the owner as to the pipe' length, condition, soil cover, anticipated loading, wastewater characteristics, and other conditions integral in the design of each sewer segment. All inversion lining designs shall be based upon a system life span of fifty (SO) years. B. The contractor shall submit designs to the owner for each manhole to manhole section of pipe prior to the start of construction activities. Designs will be made in accordance with AS1M F1216. Designs will include, at a minimum,. assumptions, calculated liner design thickness by sewer segment, and ~ommended dry tube ~ for each sewer segment. Finished dry tube thickness shall exceed calculated. design thickness for all cases. Cut sheets of the resin to be used shall also be provided. . . C.Contractor shall submit tedmica1 information from the tube manufacturer on the maximum allowable tensile stress for the tube with design calculations prior to the start of construction. INSTALLATION General The work to be performed under this contract shall be perfonned Monday through Friday, 7:00 am. through 6:00 pm. The City acknowledges that the work to be performed may require performance of work outside of this time frame. All work performed outside of the stipulated time frame must be requested and approved by the City of Largo a minimum of 24 hours in advance of performing such work. A. Cleaning and Inspection: 1. Prior to entering access areas such. as manholes, and performing inspection 'or cleaning operations, an evaluation of the atmosphere to determine the presence of toxic or flammable vapors or lack of oxygen must be undertaken in accordance with local, state, or-federal safety regulations. 2. Cleaning of Pipeline - All intema1 debris shall be removed and disposed of from the original pipeline. Gravity pipes should be cleaned with hydraulically-powered equipment, high-velocity jet cleaners, or mechanically-powered equipment (see NASSCO Recommended Specifications for Sewer Collection System Rehabilitation). 3. Inspection of Pipelines - Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles, and service connections by dosed circuit television. The interior of the pipeline shall be carefully inspected to determine the location of any conditions that may prevent proper installation of the impregnated tube, such as protruding service taps, collapsed or crushed pipe, and reductions in the cross-sectional area of more than 40%. These conditions should be noted so that they can be cor.tected. Page3of6 a7/16/02 8:06 AM J - Pipe Lining by m\'e!Sion Section 02701 4. Line Obstructions - The original pipeline shall be clear of obstructions such as solids, dropped joints, protruding service connections, crushed or collapsed pipe, and reductions in the cross-sectional area of more than 40% that will prevent the insertion of the resin-impregnated tube. If inspection reveals an obstruction that cannot be removed by conventional sewer cleaning equipment, then a point repair excavation shall be made to uncover and remove or repair the obstruction. Point repairs shall be performed by the City. 5. Resin Impregnation - The tube should be vacuum-impregnated with resin (wet-out) under controlled conditions. The volume of resin used should be sufficient to BIl all voids in the tube material at nominal thickness and diameter. 6. Bypassing - Bypassing shall be used for this project. When bypassing of the flow is required around the sections of pipe designated for reconstruction, the bypass shall be made by plugging the line at a point upstream of the pipe to be reconstructed and pumping the flow to a downstream point or adjacent system, as approved by the City. The pump and bypass lines shall be of adequate capacity and size to handle the flow. Services with this reach will be temporarily out of service. 7. Public advisory services will be required to notify all parties whose service laterals will be out of commission and to advise against water usage until the mainline is back in service. B. Inversion: 1. Using Hydrostatic Head - The wet-out tube shall be inserted through an existing manhole or other . approved. access by means of an inversion process and the application of a hydrostatic head sufficient .to. fully. extend it to the next designated manhole or termination point. An alternative method of installation is a top inversion. In this case, the tube is attached to a top ring and is inverted to fonn a standpipe from the tube itself. Other methods shall be used. only upon acceptance by the engineer. 2 Using Air Pressure - The wet-out tube shall be inserted through an existing manhole or other approved access by means of an inversion process and the application of air pressure sufficient to fully extend it to the next designated manhole or termination point. 3. Required Pressures - Required pressures for inversion shall be in accordance with tube manufacturer's recommendations. Should the pressure deviate from manufacturer's acceptable pressure range at any point of the tube installation" the tube shall be removed from the existing conduit. C. Lubricant - The use of a lubricant during inversion is allowed to reduce friction during inversion. .Lubricants are to be poured into the inversion water in the down-tube or applied directly to the tube. Lubricants shall be a nontoxic, oil-based product that has no detrimental effects on the tube, will not support the growth of bacteria, and will not adversely affect the fluid to be transported. D. Curing: 1. Using Circulating Heated Water - After inversion is completed, a suitable heat source and water re- circulation equipment are required to circulate heated water throughout the pipe. The equipment should be capable of delivering hot water throughout the section to unifcmn1y raise the water temperature above the temperature required to effect a cure of the resin. Water temperature in the line during the cure period should be as recommended. by the resin manufacturer. . a The heat source should be fitted with suitable monitors to gage the temperature of the incoming and outgoing water supply. Another such gage should be placed betWeen the impregnated tube and the pipe invert at the termination to determine the temperatures during cure. .. Page4of6 CT1 /16/02 8:06 AM - Pipe Lining by Invcsioll Secticm 027D1 b Initial cure will occur during temperature heat-up and is completed when exposed portions of the new pipe appear to be hard and sound and the remote temperature sensor indicates that the temperature is. of a magnitude to realize an exothec:n or cure in the resin. After initial cure is reached, the temperature should be raised to the post cure temperature recommended by the resin manufacturer, during which time the re-drculation of the water and cyc:1ing of the boiler to maintain the temperature continues. The curing of the CIPP must take into ac:count the existing pipe material, the resin system, and ground conditions (temperature, moisture level, and thermal conductivity of son). 2 Using Steam - After inversion is comp~ suitable steam generating equipment is required to distribute steam throughout the pipe. The equipment should be capable of delivering steam throughout the section to UDiformly raise the temperature with the pipe above the temperature required to effect a cure of the resin. The temperature in.the line during the cure period should be as recommended by the resin manufacturer. . c The steam generating equipment should be fitted with a suitable monitor to gage the temperature of the outgoing steam. The temperature of the resin being cured should be monitored by placing gauges between the impregnated tube and existing pipe at both ends to detemUne the temperature during cure. d Initial cme will oc:c:ur during temperature heat-up and is completed when exposed portions of the MW pipe appear to be hard and sound and the remote temperature sensor indicates that the temperature is of a magnitude to realize an exotherm or cure in the resin. After initial cure is reached, the temperature should be raised to post-cure temperatures recommended by the resin manufacturer. The post-cme temperature should be held for a period as recommended by the resin manufacturer, during which time the distribution and control of steam to maintain the temperature c:onti:nues. The curing of the CJPP must take into account the existing pipe material, the resin system and ground conditions (temperature, moisture level and thermal conductivity of son). . - 3. Required Pressures - Before the ~ begins, the pressure ~ to hold the flexible tube tight against. the existing conduit shall be provided by the tube manufacturer. ~ the cure has started and dimpling for laterals is completed, the required ~ shall be maintained until the cure has been completed. Should the pressure deviate more than 1 psi (2.3 it of water) from the required pressure, the installed tube shall be removed from the existing conduit If required by the owner, a continuous log of pressure during cure shall be maintained. . E. Cool-Down: 1. Using Cool Water .After Heated Water Cure - The new pipe should be cooled ~ a temperature below 100 degrees F (38 degrees C) before relieving the static head in the inversion standpipe. Cool-down may be accomplished by the intrcc:luction of cool water into the inversion standpipe to replace water being drained from a small hole made in the downstream end. Care should be taken in the release of the static head so that a vacuum will not be developed that could damage the newly installed pipe. 2. Using Cool Water After Steam Cure - The ~ pipe should be cooled to a temperature below 113" degrees F (45 degrees C) before relieving the intema1 pressure within the section. Cool-down may. be accOl;lp1ished by the introduction of cool water into the section to replace the mixture of air and steam being drained from a small hole made in the downstream end. Care should be taken in 1he release of the air pressure so that a vacuum will not be developed that could damage the newly h\stalled pipe. F. . Worlananship - The finished pipe should be continuous over the entire length of an inversion nm and be free of dry spots, lifts, and d,.l"""tTultions. If these conditions are present, remove and replace the CIPP in these areas. Page 5 oiG 01/16/O'J. 8:06 AM - - Pipe LiDinS by InYUsiDIl Section 02701 1. If the CIPP does not fit tightly against the original pipe at its temUnation point(s), the space between the pipes should be sealed by filling with a resin mixture ~ompatible with the CIPP. G. Liner Sealing - After the new pipe has been cured in place, the liner shall be sealed at each manhole. The annular space between the inversion liner and manhole wall shall be sealed watertight, such that groundwater intrusion between the existing line and inversion liner c:arm.ot enter either temUnus manhole. Sealant shall be as recommended by the lining system manufacturer, and as installed by the contractor. Sealant shall be warranted as the liner sysb:ul. It Service Cormect:ions - .After the new pipe has been cured in place, the existing active service COIlI\ections should be recOJUlected. This should generally be done without excavation; service cormections shall be made by use of a television camera and a remote control cutting device in the case of non-man entry pipes. Testing A. The preparation of two CIPP samples for each inversion length shall be provided (one from each of the following two methods) if requested by the City: . 1. The sample should be cut from a sectian of cured CIPP at an inte1mediate manhole or at the termination point that has been inverted through a like diameter pipe which has been held in place by a suitable heat sink. such as sandbags. 2. The sample should be fabricated fmm. material taken from the tube and the resinl catalyst system used and cured in a clamped mold place!:i in the downtube when c:irc:ulating heated water is used and in the silencer when steam is used. .3. The samples for 1. And 2. Above should be large enough to provide a minimum of three specimens and a recommended five specimens for flexural testing and also for tensile testing, if applicable. The fonowing test procedures should be followed after the sample is cured and removed. a Short. Tem!. Flexural (Bending) Properties - The initial tangent flexural modulus of elasticity and flexural stress should be measured for gravity and pressure pipe applications in accordance with Test Methods D 790 and should meet the requirements of Section 201. b Tensile Properties - The tensile strength should be measured for pressure pipe applications in accordance with Test Method D 638 and must meet the :equirements of Section 2.01. B. Delamination Test - If required by the owner in theCOlltract documents or purchase order, a delamination test shaD. be performed on ~ invemion length specified. The purchaser may designate the dissimilar layers between which the delamination test will be conducted. The peel or stripping strength between any non- homogeneous layers of the CIPP laminate should be a minimum of 10 lb/in. (178.60 g/mm) of width for typical CIPP applications. C. Inspection and Acceptance - The ir1stallation shall be inspected by closed-circ:uit television. Variations from true line and grade may be inherent because of the conditions of the original piping. No infiltration of groundwater should be observed. AU service entrances should be accounted for and be lmobsttucted. In the event infiltration is observed from laterals during inspecticmr the contractor shall repair the infiltration by grouting at no additional cost to the City. Photographs and V1deo A. For each line segment invemion lined, the contractor is required to perform a video inspection, both pre-and post inversion lining, performed by closed-circuit television for acceptance. The video of all line segments shall be submitted to the Oty of Largo on Digital Video Disc (OVD). The format used shall be sUch that the DVD is Page 6 of6 r11/16/02 8:06 AM Pipe LiDing by blvasicm Seaian 0%701 playable on any commercially available consumerDVD player. The following technical requirements shall also apply: 1. Digital format shall be a minimum of Motion Picture Experts Group (MPEG) Leve12. 2. All line segments shall be chapter indexed by starting manhole number. 3. Tw~ (2) sets of DVDs shall be submitted to the City. END OF SEmON Page 7 of6 """.~',.". ..-, .... City Council ~~"""", Agend!., C~over Memorandum_,._~".."_",,,.,,,,,, PS,-I \ \. \3 Trackina Number: 1,005 Actual Date: 12/02/2004 Subject / Recommendation: Approve Change Order No. 1 to Aquatic Plants of Florida, of Sarasota, Florida for the 2004 Kapok Wetland and Floodplain Restoration Project (99-0085-EN) which increases the contract amount by $29,637.70, for a new contract total of $183,663.81, and authorize the appropriate officials to execute same. Summary: This contract was previously approved by the City Council on July 15, 2004 for $154,026.11. There have been no previous change orders to this contract. Change Order No. 1 will not extend the current planting contract. This change order covers the removal and disposal of trees that had fallen into Alligator Creek as a result of the recent hurricanes; and the replanting of specific denuded areas adjacent to the creek for soil stabilization and erosion control. The cost per the contract of $23,160.00 to remove the fallen trees will be charged to the FEMA reimbursement project in the Special Program Fund project 0181-99927, Emergency Operations. The City sought reimbursement for the removal and disposal of the trees through FEMA. Sufficient budget and revenue are available in the 02 Stormwater Bond Construction Fund project 0377-96141, Kapok Flood Resolution to fund the $6,477.70 for the replanting portion of this change order. A copy of the change order is available for review in the Official Records and Legislative Services Office. Originatina: Public Services Section Consent Agenda Category: Construction Contracts - Public Works Originating Public Hearing: No Financ::iallnformation: ~ Capital Expenditure Bid Required? No Bid Exceptions: Other Other Contract? Change Order # 1 ~ City Council Agertda Cover Memorand~m .~~'.~<<~<_______<e__.~~<",,<<<,,<"<___,,~"""<"<<<<<< Budget Adjustment: Yes Budaet Adjustment Comments: See summary section. Appropriation Code(s) 0377-96141-563700-539-000 0181-99927-530300-529-000 Amount $6,477.70 $23,160.00 Comments Review Aporoval Garv Johnson Garry Brumback 11-19-2004 13:11:38 11-19-2004 14:10:34 12-05-2004 21:02:28 11-19-2004 13:24:47 12-06-2004 08:40:29 11-19-2004 13:43:00 12-03-2004 09:48:24 Brvan Ruff Bill Horne Georoe McKibben Cvndie Goudeau Tina Wilson ___~"""'AMr ~ '-_""'<<~___"iOnW,W-=<<;<<~j:~:~i_':<_:":;""""~=_,"ilM>!M,,-';.:l'''''';''''' CHANGE ORDER #1 DATE: November 11, 2004 PROJECT: Kapok Wetland and Floodplain Restoration Project PROJECT NUMBER: 02-0085-EN PO REFERENCE NO.: 69938967 CONTRACTOR: Aquatic Plants of Florida 8120 Blaikie Court Sarasota, FL 34240 DATE OF CONTRACT: July 15, 2004 SCOPE OF CHANGE: CODE: 0377-96141-563700-539-000-0000 0181-99927-530300-529-000-0000 THIS CHANGE ORDER ACCEPTS REVISIONS TO THE CONTRACT Additional Items Quote 14744 Removal and Disposal at Landfill of Hurricane Damaged Trees at Alligator Creek $23,160.00 Quote 14800 Re-Planting along Alligator Creek for soil stabilization and Erosion control in cleared areas. $ 6,477.70 TOTAL INCREASE + $29,637.70 STATEMENT OF CONTRACT AMOUNT ACCEPTED BY: ORIGINAL CONTRACT AMOUNT CHANGE ORDER #1 NEW CONTRACT AMOUNT $154,026.11 $ 29,637.70 $183,663.81 AUQATIC PLANTS OF FLORIDA By Gilbert Sharell (Seal) Brian J. Aungst, Mayor-Commissioner Date: Bryan D. Ruff, Asst. City Attorney (Approved as to form) WITNESSES: ATTEST: Cynthia E. Goudeau, City Oerk Date: Recommended By: CITY OF CLEARWATER, in PINELLAS COUNTY, FLORIDA Gary A. Johnson, CGC Public Services Director William B. Horne II, City Manager 990085CO#1 Kapok Wetland - Aquatic Plants. doc Michael D. Quillen, P.E. City Engineer PLU -3 City Council ~genda COv~!~_~emoran!lu m .~-~~~"*-<<-~_<<._.~..~~~__~"W~.<<_<~_w<____~ \\.\L\ Tracking Number: 1,030 Actual Date: 12/16/2004 Subject / Recommendation: Approve a work order in the amount of $295,190 to Wade-Trim, an Engineer of Record, for professional services to prepare the City's Evaluation and Appraisal Report (EAR) of the Comprehensive Plan and increase the Capital Improvement Program budget by $215,392 of general fund revenue, $29,519 of water and sewer revenue, $29,519 of stormwater revenue, $14,760 of marine and aviation revenue and $6,000 of solid waste revenue, for a total increase of $295,190, and authorize the appropriate officials to execute same. Summary: Florida planning and growth management law requires local government comprehensive plans to be evaluated every seven years. The City of Clearwater is required to prepare this evaluation, known as the Evaluation and Appraisal Report (EAR), and submit it to the State of Florida by October 1, 2006. The Planning Department is requesting that a contract be awarded to Wade-Trim, an Engineer of Record, in the amount of $295,190 to prepare this required report. Funding for the project will be as follows: Water and Sewer Fund $ 29,519 Stormwater Fund $ 29,519 Marine and Aviation Fund $ 14,760 Solid Waste Fund $ 6,000 General Fund $215,392 $295,190 Funding from the enterprise operations in the total amount of $79,798 will be provided by first quarter amendments allocating the appropriate funds from retained earnings of the above-mentioned funds. Funding for the General Fund portion of the project in the amount of $215,392 will be provided with the return to the General Fund of funds from closed project 181-99599, Infill Housing Development Program, and the reappropriation of these funds to the Evaluation and Appraisal Report, project 315-94831. Attached please find a memorandum that details the EAR process and Wade-Trim's qualifications and scope. Orioinating: Planning Section Consent Agenda Category: Agreements/Contracts - with cost Number of Hard Copies attached: 0 Public Hearing: No Financial Information: Tvoe: Capital Expenditure Bid Required? No _~'<<"'''___~~>>1>>lW-4''_~>>W;__~'lN4'f<<j~=~jo)j'''_';;'_>>=<~~,~;_-" ~~.. .. .... ..t . .... City Council a er m .. ............ ....~__~enda C;:.over Memorandum Bid Exceptions: Sole Source In Current Year Budget? No Budget Adjustment: Yes Budget Adjustment Comments: First quarter amendments Current Year Cost: $295,190.00 Annual Operating Cost: $0.00 For Fiscal Year: 10/01/2004 to 10/30/2006 Total Cost: $295,190.00 Not to Exceed: $295,190.00 Appropriation Code(s) 0-315-94831 Amount $295,190.00 Comments none Review Approval Cvndi Taraoani 11-30-2004 13:46:39 12-06-2004 15: 12:05 11-30-2004 14:02:42 12-06-2004 09:33:26 11-30-2004 15:09: 16 12-06-2004 11:51:52 Cvndie Goudeau Tina Wilson Garrv Brumback Bryan Ruff Bill Horne '-'- o >- o TO: Bill Home, City Manager FROM: Cyndi Tarapani, Planning Director DATE: November 29, 2004 RE: Award Contract to W ade- Trim to Prepare Evaluation and Appraisal Report Background In 1985 the Legislature adopted the Florida Growth Management Act (Chapter 163, Part II, Florida Statutes, The Local Government Comprehensive Planning and Land Development Regulation Act). This Act requires that all Florida counties and municipalities adopt a Local Government Comprehensive Plan to guide future growth and development. Comprehensive plans contain chapters or "elements" that establish the City's goals, objectives and policies with regard to future land use, housing, transportation, infrastructure, coastal management, conservation, recreation and open space, intergovernmental coordination, and capital improvements. In Clearwater, the City Council's vision sets the overriding framework for the City and the comprehensive plan provides policy direction to obtain that vision. The plan is a legal document, adopted by ordinance and is implemented in numerous ways. Specifically the City's Community Development Code, annual budget, 5-year capital budget, special area plans and the Penny for Pinellas project list are the City's tools to implement the comprehensive plan. The attached diagram illustrates this relationship. Evaluation and Appraisal Report The State of Florida mandates that each comprehensive plan be evaluated on a regular basis and such report be submitted to the State. In the past, this Evaluation and Appraisal Report (EAR) was required to be submitted every five years and the Florida Administrative Code prescribed its content. Legislation was adopted in 1998 that changed the focus of the EAR, as well as the time frame in which it is to occur. The EAR must now be performed every seven years and local governments must evaluate only those issues that pertain to and affect the local jurisdiction, instead of a State prescribed 1 set of issues. Additionally, each comprehensive plan element as a whole must be evaluated as to its successes or shortcomings. The City of Clearwater's EAR is due to the State on October 1, 2006 and is the first step in updating the comprehensive plan. The purpose of the EAR is to: · Identify major issues for the community; · Review past actions ofthe City in implementing the plan since the last EAR; · Assess the degree to which plan objectives have been achieved; · Assess both successes and shortcomings ofthe plan; o Identify ways that the plan should be changed o Respond to changing conditions and trends affecting the community o Respond to the new data o Respond to changes in state requirements regarding growth management and development o Respond to changes in regional plans; and · Ensure effective intergovernmental coordination. The EAR is not intended to result in an entire rewrite of the comprehensive plan like in previous EARs. There are certain required elements of the EAR but the remainder is based mainly on issues identified by the local community. The issues required to be addressed/discussed in the EAR are as follows: · Population changes since the plan was adopted and a comparison of actual changes with projected changes; · Land area changes, including annexation, since plan was adopted; · Amount and location of vacant land and its suitability and availability for development; · Extent to which the community has been able to meet the demands of growth on infrastructure, maintain level of service standards, provide public services and facilities, concurrency management, and the financial feasibility of the plan; · Discussion of whether development has located where it was anticipated in the plan as originally adopted or last amended; · Assessment ofthe success of coordinating land use and school facilities planning, including use of joint population projections; · Evaluation of plan with respect to the water management district's plan; · Evaluation of need to revise potable water element to include long-range water supply facilities workplan; · Evaluation of whether past reductions in land use density in coastal high-hazard areas impair the property rights of current residents when redevelopment occurs; · Identification and evaluation of local issues; · Assessment of the successes or shortcomings of each plan element; and · Identification of changes needed in plan to respond to changes in state and regional laws, rules, and policies. 2 The EAR preparation process must comply with the following process: · Conduct local workshop(s) to identify issues; · Prepare list of issues agreed upon in workshop; · Conduct "scoping" meeting with adjacent local governments, the county, state and regional agencies (due Aug. 2005); · Prepare a letter documenting the meeting and those who attended to gain their input; · Submit issues list to DCA and request letter of understanding; · Obtain letter of understanding from DCA on issues; · Prepare EAR; · Local Planning Agency (Community Development Board) conducts at least 1 public hearing; . Make any necessary revisions; · City Council review and transmit EAR to Department of Community Affairs (DCA) 90 days before due date (June 30, 2006). The DCA must respond in 30 days after report is received. Also send to other required state and regional agencIes; · Receive comments from DCA; · Revise draft as needed and produce final EAR; · City Council holds public hearing and adopts EAR (EAR may be adopted no more than 90 days prior to schedule adoption due date re: no earlier than July 1, 2006); · Transmit the adopted EAR to DCA and reviewing agencies; · Preliminary comments from DCA regarding determination of sufficiency (within 60 days after DCA receives EAR); · Finding of Sufficiency or Finding of Not Sufficient (within 3 months after DCA receives EAR); and · If EAR found insufficient, additional work and/or negotiations with DCA will be required. Once the EAR is complete, the necessary amendments to the comprehensive plan must be prepared and submitted to DCA within 12 months after findings of sufficiency and adopted within 18 months of sufficiency (July 2008). The proposed amendments will be a separate project and are outside the scope of this agenda item. The Planning Department began researching the new EAR requirements this past summer to determine the best way in which the City could comply with State requirements. Staff researched other communities and found that the new EAR process had been employed by a relatively small number of counties. The first EARs were due to the State on August 1, 2004 and included Sarasota, Lee, Miami-Dade, Broward, Hernando and Monroe. These counties had the staffing capability to prepare the EAR in-house. Pasco County also has prepared its EAR and W ade- Trim, with a team of four other consultants prepared it. Most EARs are not due for Florida cities until 2005 or later. 3 As is evidenced above, the EAR is a very intensive planning process and requires a significant amount of time and work to accomplish. To gain a better understanding ofthe new EAR process, the Planning Department met with W ade- Trim staff several times over the summer. W ade- Trim provided the Department with a significant amount of information about the new EAR requirements and process and discussed how the. firm handled this project for Pasco County. Due to current work priorities, including numerous downtown plan implementation projects and the Old Florida District study, the Planning Department determined it was unfeasible to prepare the EAR in-house. Because W ade- Trim has prepared an EAR based on the new State requirements and because W ade- Trim is an Engineer of Record, the Planning Department requested that the firm submit a scope and fee to prepare the Clearwater EAR. Wade-Trim proposes to develop the EAR through 5 major tasks, two of which center on staff and community input. A Citizen Advisory Committee (CAC) is proposed to be established to be the primary forum for public input in the development of the EAR. It is through this Committee, along with city staff, other governmental agencies, and the City Council that the local issues will be developed (3rd task). The fourth task will result in the development of the State required review and analysis. All issues outlined on page three of this memorandum will be addressed and all data analysis will be prepared for the entire City, as well as for each of the City's seven Neighborhood Districts. The final task involves the preparation of the draft EAR and guidance through the required adoption process. The proposed scope meets the requirements of the State and will enable a significant amount of community input. It involves a total of 3468 task hours at a contract amount of $295,190 over 22 months. The extent of professionals to be involved in the project includes planners, engineers, and technical and administrative personnel. Due to Wade- Trim's full service capability, the consultant can also draw on other specialized professional experience if needed. Twenty-seven percent ($79,798) of the project cost can be funded by several enterprise operations. This amount will be provided by first quarter amendments allocating the appropriate funds from retained earnings from the water and sewer, stormwater, marine and aviation and solid waste funds. The remaining $215,190 can be funded from the General Fund through a reappropriation of funds from the closed Infill Housing Development Program project (181-99599). Below is a list of the funds and corresponding amounts that will be used to support this project. Water and Sewer Fund Stormwater Fund Marine and Aviation Fund Solid Waste Fund General Fund $ 29,519 $ 29,519 $ 14,760 $ 6,000 $215.392 $295,190 4 The EAR is a significant project that will identify successes and failures of the current comprehensive plan. It will also identify changed conditions that need to be addressed. Furthermore, significant changes in policy have occurred that are not reflected in the current comprehensive plan that must be discussed. For example, the current comprehensive plan does not adequately address the City's new redevelopment and pro- economic development philosophy. The plan also does not address issues such a annexation and land use plan amendments. The EAR will lay the groundwork for all needed comprehensive plan amendments that must be submitted to the State in 2008. Based on Wade-Trim's experience with the new EAR requirements, local knowledge of Clearwater, competence of planning work and current status as an Engineer of Record, the Planning Department recommends that City Council award a contract to W ade- Trim to prepare the EAR. As stated earlier, the comprehensive plan provides the foundation for most work in the city. For cost comparison purposes, below please find a list of recent major single-issue plans and/or projects and their respective costs. Master Water Plan Master Airpark Plan Alligator Creek Watershed Management Plan Stevenson Creek Watershed Management Plan Beach by Design/Draft Downtown Plan Downtown Streetscape Construction Drawings Parks and Recreation Master Plan $471,941 $275,000 $500,000 $559,621 $445,900 $371,828 $ 80,000 5 ... W C) C :) m ....I <( :) Z Z <( ... z Wt/) :Ez D..o 0- ....I~ W....I >:) WC) Cw Co::: z <( ....I ... W C) C 0::::) <(m W....I >;-<( It)... - D.. <( o <( W O:::t/) <(z ....1<( ~....I OD.. W D.. t/) t/) <( ....I... ....It/) W_ z..J a:... 0:::0 OW u..(3 >0::: ZD.. z W D..