GUN RANGE EXPANSION, KNIGHTS TRAIL Contract Documents and

Contract Documents and
Specifications
for
GUN RANGE EXPANSION,
KNIGHTS TRAIL
CIP #83116
Bid #122126CS
Sarasota County
Public Works
1001 Sarasota Center Boulevard
Sarasota FL 34240
This page left intentionally blank
TABLE OF CONTENTS
__________________________________________________________________________________
SECTION
PAGE
1
PUBLIC BID DISCLOSURE ACT FORM
2
INVITATION FOR BIDS
INSTRUCTIONS, TERMS, AND CONDITIONS CONSTRUCTION AND
OTHER SEALED BIDS
BID FORM
3
Bidder’s Agreement Form
Price Schedule
4
ITC-1 to ITC-15
BF-1 to BF-2 &
BF-6
BF-3 to BF-5
TS-1 to TS-2
Status of Contracts On-hand Report
SCH-1
Contractor’s Qualification Form
CQF-1
List of Subcontractors
Stored Materials Affidavit
6
IN-1 to IN-2
BIDDER’S CERTIFICATIONS
Sworn Statement, Florida Trench Safety Act
5
BD-1 to BD-2
LOS-1 to LOS-2
SMA-1
BONDS
Bid Bond
BB-1 to BB-2
Performance and Payment Bond
PB-1 to PB-3
CONSTRUCTION CONTRACT
(including the Minority Business Enterprise (MBE) Project Plan)
C-1 to C-10
MBE-1 to MBE-2
7
RELEASE OF LIEN
RL-1 to RL-2
8
GENERAL CONDITIONS
9
SUPPLEMENTAL GENERAL CONDITIONS & SPECIAL CONDITIONS
(see Section)
10
TECHNICAL SPECIFICATIONS – See Section 10 Table of Contents
(see Section)
11
PERMITS
(see Section)
GC-1 to GC-44
_______________________________________________________________________________________
2 Mar 09 Revision
TABLE OF CONTENTS
Page i
This page left intentionally blank
SECTION 1
_____________________________________________________________________________________
SARASOTA COUNTY PURCHASING MANAGEMENT DIVISION
PUBLIC BID DISCLOSURE ACT FORM
Gun Range Expansion, Knights Trail, Bid#122126CS,
Pursuant to Section 218.80, Florida Statute, Sarasota County hereby discloses that the following
licenses, permits, and fees (and their costs) are issued by Sarasota County Government and/or
Sarasota County elected officials for construction within Sarasota County. The licenses, permits, and
fees applicable to this project are indicated below and must be obtained and/or paid by the
successful bidder. Vendors are hereby warned that the licenses, permits, and fees listed below are
only licenses, permits, and fees "issued by Sarasota County Government". The successful bidder is
totally responsible to identify and obtain all other applicable licenses, permits, and fees. The cost of
all licenses, permits, and fees applicable to this project are to be included in the price(s) bid in this
invitation to bid.
I. SARASOTA COUNTY REQUIREMENTS (applicable only to firms residing in Sarasota County):
1. Sarasota County Local Business Tax: (formerly known as Occupational License)
a. License Cost *: Go towww.sarasotataxcollector.com
b. Applicable to Project:
Yes
2. Sarasota County Certificate of Competency and/or Operating Certificate:
Biennial
Certificate Cost
Applicable to
Project **
a) General Contractor, Class A†
$360.00
Yes
b) Building Contractor, Class B†
$270.00
Yes
c) Residential Contractor, Class C†
$180.00
n/a
d) Underground Utility Contractor
$ 0.00
n/a
e) Electrical Contractor†
$180.00
Yes
f) Plumbing Contractor†
$180.00
n/a
g) Mechanical Contractor – Class “A” or “B” or “M” †
$180.00
Yes
h) Roofing Contractor†
$180.00
Yes
i) Alum. Cont., Specialty, incl. Concrete◊
$180.00
Yes
j) Commercial Pool Contractor, Class A†
$180.00
n/a
k) Residential Pool Contractor, Class B†
$180.00
n/a
l) Swimming Pool Svc’g Cont., Class C†
$180.00
n/a
m) Marine Specialty Contractor†
$180.00
n/a
n) Specialty Structure Contractor†
$180.00
n/a
o) Irrigation System Special. Cont. ◊
$180.00
n/a
p) Water Conditioning Installer, Exempt
$ 0.00
n/a
q) Journeyman Electrician or Plumber (cannot pull permits) ◊
$ 45.00
n/a
r) State Certified Contractors (Administrative Fee)
$ 45.00
Yes
s) House Moving◊
$180.00
n/a
t) Hurricane Shutter◊
$180.00
n/a
u) Fence Erection◊
$180.00
n/a
v) Demolition◊
$180.00
n/a
w) Window Door◊
$180.00
Yes
x) Garage Door Installation◊
$180.00
Yes
y) Masonry/Concrete Contractor◊
$180.00
Yes
* Go to www.sarasotataxcollector.com / Business Tax / Fees - to determine cost.
** Only those items marked with a "YES" in this column are applicable to this project.
† Bidder must be a licensed General Contractor, Class A, B, or Underground Utility
Contractor in the State of Florida. ◊ Local License only.
_______________________________________________________________________________________________________________________________
22 Oct 10 Revision
PUBLIC BID DISCLOSURE ACT FORM
PAGE BD-1
SECTION 1
_____________________________________________________________________________________
State-certified or licensed Contractors with state-issued certificates or licenses in one or more of the
above categories need only submit proof of certification to be exempt from obtaining or paying the
cost of the matching Sarasota County certificates or licenses.
II.
SARASOTA COUNTY REQUIREMENTS: PROJECT-SPECIFIC (applicable to all firms):
1.
List other applicable Sarasota County Government certificates/licenses and costs:
n/a
2.
Sarasota County applicable permits and/or licenses fees and/or costs:
Sarasota County Earthmoving Permit
no fee
Building Permit
Varies
National Pollution Discharge Elimination System (NPDES)
N/A
Large construction (5 or more acres of disturbance)
$400.00
Small construction (1<5 acres of disturbance)
$250.00
Sarasota County Utility Construction Permit
Sarasota County Utility, Customer Service, Water Usage:
Meter Deposit
Meter Installation
Usage
no fee
N/A
$1,500.00
$100.00
$110.00/month
plus $3.19/1,000 gal.
_______________________________________________________________________________________________________________________________
22 Oct 10 Revision
PUBLIC BID DISCLOSURE ACT FORM
PAGE BD-2
SARASOTA COUNTY GOVERNMENT
INVITATION FOR BIDS
CONSTRUCTION CONTRACT
This Invitation for Bid (IFB) document is available via eProcure. eProcure is accessible at
https://eprocure.scgov.net.
Bidders must be registered as a vendor in eprocure prior to submitting a bid. Sarasota County is not
responsible for the accuracy of solicitation documents and information obtained from any source other
than eProcure.
SOLICITATION SUMMARY
SOLICITATION NUMBER: IFB122126CS
SOLICITATION TITLE: Gun Range Expansion, Knights Trail
SUBMITTAL FORMAT:
Electronic
Manual
SUMMARY: Construction of a 2,400 Sq. ft. pre-engineered metal building to include all site,
foundation, electrical and HVAC work.
ADVERTISE DATE: September 22, 2012
DUE DATE AND TIME: October 17, 2012 at 2:30 PM
REQUEST FOR INFORMATION (RFI) DEADLINE: October 10, 2012 at 5:00 PM
BID OPENING LOCATION:
PRE-BID MEETING:
Sarasota County Government, Procurement
1660 Ringling Blvd. 3rd Floor
Sarasota, FL 34236
Mandatory 1
Non-Mandatory
N/A
TIME/DATE OF PRE-BID MEETING: October 4, 2012 at 8:30 AM
LOCATION OF PRE-BID MEETING:
34275
SITE VISITS:
Mandatory 2
PROCUREMENT ANALYST:
Gun Range Knight’s Trail, 3445 Rustic Road, Nokomis, FL
Non-Mandatory
N/A
Peter A. Boers, Procurement Analyst
E-MAIL: [email protected]
PHONE: 941-650-2709
FAX: 941-861-5129
SUBMITTAL INSTRUCTIONS:
Solicitations identified in eProcure as Electronic: Electronic bids must be submitted via eProcure
by the due date and time stated in the solicitation summary. Manual bid submissions will not be
accepted for solicitations identified as electronic.
1
Failure to attend a mandatory pre-bid meeting will result in your bid being declared non-responsive.
Pre-bid mandatory with site visit due to Security at site.
2
07 June 12 eProcure Revision
INVITATION FOR BIDS
PAGE IN-1
Solicitations identified in eProcure as Manual: Four (4) signed copies of your bid must be
submitted in one sealed package by the due date and time stated in the solicitation summary. Bid
packages must clearly state the name of the bidding company and “SEALED BIDS FOR BID”
“IFB122126CS, Gun Range Expansion, Knights Trail” on the outside. Packages must be
delivered to:
Sarasota County Government, Procurement
1660 Ringling Blvd. 3rd Floor
Sarasota, FL 34236
The County assumes no responsibility for any bids (manual or electronic) received after the posted
due date and time or at any location other than that specified, no matter what the reason. Late
submittals will be held unopened and will not be considered for award.
All printed and photocopied documents related to the submission of this bid and fulfillment of any
resulting contract shall be double-sided and printed on recycled paper with a minimum of 30% postconsumer content.
REQUESTS FOR INFORMATION
Requests for information must be submitted electronically through the eProcure system. RFI’s
submitted after the RFI deadline stated in the solicitation summary will not be accepted. No verbal
RFI’s will be honored. The electronic response posted in eProcure or the posting of an addendum in
eProcure are the only official methods whereby interpretation, clarification or additional information
will be provided.
A bid bond or certified cashier’s check payable to the Board of County Commissioners, equal to 5% of
the total bid must be enclosed with the bid. Any bonding company submitting a bid or performance
bond to Sarasota County Government must be licensed to transact a fidelity and surety business in
the State of Florida, must hold a Certificate of Authority from the Secretary of the Treasury under Act
of Congress, approved on July 30, 1947 (U.S.C. 613), and must meet the bond requirements listed in
the bid specifications. Bidders are advised that a performance and payment bond of 100% of the
contract amount will be required.
07 June 12 eProcure Revision
INVITATION FOR BIDS
PAGE IN-2
SECTION 2
_____________________________________________________________________________________________
INSTRUCTIONS, TERMS AND CONDITIONS
CONSTRUCTION and OTHER SEALED BIDS
1.
IRREVOCABLE OFFER
Any bid may be withdrawn until the due date and time set for opening of the bid. Any
bid not so withdrawn shall, upon opening, constitute an irrevocable offer for a period of
120 days to sell to Sarasota County the goods or services set forth in the attached
specifications.
2.
3.
INTERPRETATION OF ESTIMATED QUANTITIES
2.1
The estimated quantities of work and materials given in the bid form are
considered approximate only and are to be used solely for the comparison of
bids received. The County does not expressly or by implication represent that
actual quantities involved will correspond exactly therewith, nor shall the
Bidder plead misunderstanding or deception because of such estimate neither
of quantities nor of the character, location or other conditions pertaining to
the work.
2.2
Payment to the Contractor will be made only for the actual quantities of work
performed or materials furnished in accordance with the plans and other
contract or work assignment documents.
2.3
It is understood that the quantities may be increased, decreased or deleted as
provided in the contract documents without invalidating any of the unit or
lump sum prices bid.
MATHEMATICAL ERRORS
In the event of multiplication/extension error(s), the unit price shall prevail. In the
event of addition error(s) the extension totals will prevail. Written prices shall prevail
over figures. All bids shall be reviewed mathematically and corrected, if necessary,
using these standards, prior to additional evaluation.
4.
DELIVERY
Unless otherwise specified, all prices are to be FOB-delivered prices, to any location in
the County. Should a bid call for delivery to either north or south County alone, with
separate bid prices, the dividing line is Blackburn Point Road, between Laurel and
Osprey, Florida.
5.
CONTRACT FORMS
Any agreement, contract, work assignment, or purchase order resulting from the
acceptance of a bid shall be in a form either supplied by or approved by the County.
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-1
SECTION 2
_____________________________________________________________________________________________
6.
7.
EXAMINATION OF BID DOCUMENTS AND SITE
6.1
The Bidder shall carefully examine the site of the work, the plans, and other
bid documents for the work contemplated. It is the responsibility of the
Bidder to investigate and become fully informed of the construction and labor
conditions, of obstructions to be encountered, of the character, quality and
quantities of work to be performed, materials to be furnished, and
requirements of the plans and other bid documents. Failure to do so does not
relieve a successful Bidder of his obligations to furnish all materials,
equipment, and labor necessary to carry out the provisions of the contract
documents and to complete the contemplated work for the consideration set
forth in his bid.
6.2
Submission of a bid constitutes an incontrovertible representation that the
Bidder has complied with every requirement of this paragraph and that bid
documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance of work.
BID EXPENSES
Bidders shall bear all costs and expenses incurred in developing, preparing, and
submitting bids.
8.
LOCAL PREFERENCE
8.1
Unless otherwise noted in the solicitation, preference shall be given to a “local
business” in the awarding of any Invitation for Bid or Request for Proposal in
accordance with Sections 2-219 and 2-220 of the Sarasota County Code.
Local preference shall not apply to other types of solicitations unless explicitly
stated in subject solicitation.
8.2
"Local business" means the vendor has paid a local business tax either to
Sarasota County or to the county in which the vendor is located, if applicable
prior to bid submission that authorizes the vendor to provide the commodities
or services to be purchased, and maintains a permanent physical business
address located within the limits of either Sarasota, Manatee, DeSoto or
Charlotte County from which the vendor operates or performs business, and
at which at least one full time employee is located.
8.3
In addition, fifty percent (50%) or more of the employees based at the local
business location must reside within Sarasota, Manatee, DeSoto, or Charlotte
County.
8.4
In the event the local office is not the primary location of the vendor, at least
10% of the vendor's entire full-time employees must be based at the local
office location.
Alternatively, this requirement may be satisfied if at least one corporate
officer, managing partner or principal owner of the vendor resides in
Sarasota, Manatee, DeSoto or Charlotte County. To determine if you may
qualify for local business preference, please refer to the Local Preference
Checklist for Vendors located at:
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-2
SECTION 2
_____________________________________________________________________________________________
http://www.scgov.net/CFPO/ProcurementPurchasing/procurementpurchasing.
asp
8.5
Bidders wishing to be given preference as a local business must submit a local
preference affidavit as part of their eProcure vendor registration prior to the
due date and time listed in the solicitation summary.
8.6
For local preference to be granted, the name of the company represented on
required forms must be the same as the name on the local preference
affidavit.
Information regarding Sarasota County's Local Business Tax can be found at
http://sarasotataxcollector.governmax.com.
8.7
9.
In the case of a proposal submitted by more than one entity, any one of those
entities can qualify the proposal for the local preference. Sub-contractors or
sub-consultants cannot qualify a proposal for local preference.
PROTESTS OF BID DOCUMENTS OR NOTICE OF AWARD ACTION
9.1
Protest procedures are available by contacting the Procurement Analyst listed
on the solicitation summary. Protest procedures are also available online at:
http://www.scgov.net/CFPO/ProcurementPurchasing/PoliciesProcedures.asp
9.2
Any protest of the terms, conditions and specifications contained in a
solicitation and subsequent addendums, including, but not limited to, any
provisions governing the methods for awarding the solicitation must be filed
in writing with the Procurement Official, via facsimile at 941-861-5171 or
delivered to the Sarasota County Procurement Office within five (5) working
days of the posting of this solicitation or issuance of applicable addendum.
Email is not an acceptable means of submitting a protest.
9.3
Any Bidder who believes that they have been aggrieved in connection with
the award of this solicitation, as the result of a violation of the requirements
of the Sarasota County Procurement Code or any applicable provision of law,
may protest the award action.
Protestors must verbally notify the
Procurement Official, at 941-861-5000 of their intent to protest within three
(3) working days of the posting of the Notice of Award Action.
9.4
Pursuant to Section 2-223(b) of the Procurement Code, protestors, and those
acting on behalf of a protestor, are prohibited from directly contacting any
County officer, agent, or employee other than the procurement staff, to
discuss any matter relating in any way to the solicitation being protested.
This prohibition begins with the issuance of the solicitation and ends upon the
execution of an agreement or cancellation of the solicitation. Failure to
adhere to this restriction may result in the protest being rejected or denied by
the County without further consideration.
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-3
SECTION 2
_____________________________________________________________________________________________
10. PROTECTION OF RESIDENT WORKERS
10.1
Sarasota County supports the Federal Immigration and Nationality Act (INA)
which includes provisions addressing employment eligibility, employment
verification, and non-discrimination. The Contractor is held responsible to
establish appropriate procedures and controls so no service under this
contract will be performed by any worker who is not legally eligible to perform
such services.
10.2
Sarasota County shall have the right to immediately terminate the contract if
the County determines that the Contractor has failed to perform satisfactorily
with respect to its employment practices in support of INA.
10.3
Bidders shall be required to confirm the employment eligibility of all
employees through participation in E-Verify or an employment eligibility
program approved by the Social Security Administration, and will require the
same requirement to confirm employment eligibility of all subcontractors
11. RESERVED RIGHTS
11.1
The County reserves the right to accept or reject any or all bids, to waive
minor irregularities and technicalities, and to request resubmission. Also, the
County reserves the right to accept all or any part of the bid and to increase
or decrease quantities to meet additional or reduced requirements of the
County.
11.2
Furthermore, the County may reject bids, which exceed budgetary
constraints, whether in total or by source(s) of funds. The County further
reserves the right to extend the bid opening if no bids or only one bid is
received.
11.3
Any sole response received by the first due date and time may or may not be
rejected by the County depending on available competition, budget
constraints and current needs of the County.
11.4
To be responsive, a Bidder shall submit a
respects to the requirements set forth in
responsible Bidder, the Bidder shall have
perform fully the contract requirements,
experience, integrity, reliability, capacity,
which will assure good faith performance.
11.5
Also, the County reserves the right to make such investigation as it deems
necessary to determine the ability of any Bidder, to deliver the goods or
service requested in accordance with the bid documents to County’s
satisfaction within the prescribed time.
11.6
The Bidder shall provide information the County deems necessary to make
this determination. Such information may include but shall not be limited to:
current financial statements, projected project schedule(s), verification of
availability of equipment and personnel, and past performance records.
bid that conforms in all material
the invitation for bid. To be a
the capability in all respects to
and the tenacity, perseverance,
facilities, equipment, and credit
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-4
SECTION 2
_____________________________________________________________________________________________
11.7
The Bidder shall mean the individual, partnership, corporation, or other legal
entity executing the bid form. In the event the bid form is executed by a
partnership, corporation, or other legal entity, that entity alone shall be
deemed to be the Bidder.
11.8
Bidders are required to bid their prices on the bid forms supplied by the
County in the bid document. All blank spaces must be filled in as noted, in
ink or typed, and no changes shall be made in the forms or in the items
mentioned therein.
11.8.1 Bids, at the sole discretion of the County, may be deemed nonresponsive if these bid forms are not used and duly signed by an
authorized representative of the Bidder.
11.9
At the sole discretion of the County any bid may be rejected for but not
limited to the following reasons: any omissions, erasures, alterations,
additions, irregularities of any kind, or items not called for, or which does not
contain prices set opposite to each of the several items in the bid form; a
Bidder submits more than one bid for the same work by an individual, firm,
partnership or corporation under the same or different names; there is
evidence of collusion among those submitting bids; there is
previous
participation by the Bidder in collusive bids on work for the Board of County
Commissioners, Sarasota County, Florida; the Bidder submits an unbalanced
bid in which the prices for some items are out of proportion with the prices for
other bid items or which shall in any manner fail to conform to the conditions
of the published notice inviting bids; there is any uncompleted work for which
the Bidder is committed by contract which, in the determination of the County
Bidder is delinquent, behind schedule, or in other material ways not in
compliance with said contract.
11.10
The County may review the scope of work with the apparent low Bidder
before accepting the bid. Before award of the contract, the low Bidder shall
furnish to the County an analysis of his bid prices, if requested to do so.
11.11
The County reserves the right, in its sole opinion, to purchase items listed in
this bid through the State of Florida contracts. The County reserves the right
to solicit separate bids for requirements that are a portion of a larger contract
bid as a whole.
11.12
Additionally, at the County’s sole option, additional contracts may be entered
into as a result of such situations as unusual volumes, time/delivery
requirements, special requirements, other brands, lease, project specific
requirements, or similar situations. After award of this bid the County
reserves the right to add or delete items/services at prices to be negotiated at
the time of addition or deletion.
11.13
The Procurement Official reserves the right to cancel any Invitation For Bid
during any phase of the solicitation process. The Procurement Official further
reserves the right to cancel any recommended award or recommended
contract at any time prior to execution. Such determination may be based
upon bid mistakes, or other reasonable factors determined to be in the best
interest of the County.
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-5
SECTION 2
_____________________________________________________________________________________________
12. CLARIFICATION AND ADDENDA
12.1
Any inquiries, suggestions or requests concerning interpretation, clarification
or additional information pertaining to the solicitation shall be submitted
electronically through the eProcure system. All requests for information (RFI)
must be received no later than the RFI deadline specified in the solicitation
summary. No verbal requests for information will be honored.
12.2
The electronic response posted in eProcure or the posting of an addendum in
eProcure are the only official methods whereby interpretation, clarification or
additional information will be provided. It shall be the responsibility of each
offeror, prior to submitting their offer, to visit eProcure and determine if
addenda were issued and to make such addenda a part of their offer.
12.3
The County shall not be responsible for oral interpretations given by any
County employee, representative, or others.
12.4
By submitting a response, offerors acknowledge receipt of any and all issued
addenda, and agree to the provisions of each.
12.5
After the issuance of the invitation for bid, prospective Bidders or any agent,
representative or person acting at the request of such Bidder shall not
contact, communicate with or discuss any matter relating in any way to the
bid with any officer, agent or employee of Sarasota County other than the
Procurement Official or Procurement Analyst named on the Invitation for Bid.
This prohibition begins with the issuance of any invitation for bid, and ends
upon execution of the final contract or when the invitation or request has
been canceled.
12.5.1
12.6
Violation of this prohibition may result in the Bidder being
considered non-responsible and their bid rejected.
Should the Bidder discover any ambiguity, inconsistency, or error, Bidder will
be required to seek an interpretation as described above in advance of
submitting the bid or otherwise will be prohibited from taking advantage of
such ambiguity, inconsistency or error. If Bidder has not received a written
clarification on an ambiguity, the Bidder shall be required to submit his bid on
the basis of the highest price necessary to complete the task in question.
13. QUALITY GUARANTEE
13.1
Unless otherwise specifically provided in the specifications, all equipment,
materials and articles incorporated in the work covered by this contract shall
be new and of the most suitable grade for the purpose intended.
13.2
Except where specifically noted (no substitutions), reference to any
equipment, material, article or patented process, by trade name, brand name,
make or catalog number, shall be regarded as establishing a level of quality,
performance, warranty, etc. required and shall not be construed as limiting
competition.
13.3
Where products are specified by name and accompanied by the terms “or
approved,” “or approved substitution,” or “or approved equal”, the Bidder
may propose an alternative, but must do so in writing to the Procurement
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-6
SECTION 2
_____________________________________________________________________________________________
Analyst named on the Invitation For Bids, Procurement Analyst, Sarasota
County Government, Procurement, 1660 Ringling Boulevard, Sarasota FL
34236, fax 941-861-5171 or 941-861-5129, specifying the bid name and no
later than ten (10) days prior to bid opening. The submittal must consist of
but may not be limited to the following:
13.4
13.3.1
Evidence that the proposed product does not require extensive
revisions to the contract documents that it is consistent with the
contract documents and will produce the indicated results, and that
it is compatible with other portions of the work.
13.3.2
Detailed comparison of significant qualities of proposed product
with those named in the specifications. Significant qualities include
attributes such as performance, weight, size, durability, visual
effect, and specific features and requirements indicated.
13.3.3
Evidence that proposed product provides specified warranty.
13.3.4
List of similar installations for completed projects with project
names and addresses and names and addresses of Engineers and
owners, if requested.
Any such substitution shall be subject to written County approval prior to bid
opening. Substitutions shall be approved only if determined by the County to
be equivalent to the prescribed specifications. A bid containing a substitution
is subject to disqualification if the substitution is not approved by the County.
14. ROYALTIES AND PATENTS
The Bidder shall pay all royalties and license fees for equipment or processes in
conjunction with the equipment and/or services it furnished. Bidder shall defend all
suits or claims for infringement of any patent, trademark or copyright, and shall save
the County harmless from loss on account thereof, including costs and attorney’s fees.
15. APPLICABLE LAWS
15.1
Bidders must be authorized to transact business in the State of Florida. All
applicable laws and regulations of the State of Florida and ordinances and
regulations of Sarasota County will apply to any resulting agreement. Any
involvement with Sarasota County shall be in accordance with Sarasota
County Procurement Code Ordinance 2003-084. It shall be the responsibility
of the Bidder to assure compliance with any OSHA, EPA and/or other federal
or State of Florida rules, regulations, or other requirements, as each may
apply. All work shall comply with Sarasota County codes and regulations.
15.2
Bidders must possess all licenses as required by permitting authorities and
any other government entities having jurisdiction. At the County’s discretion,
and if allowed by applicable law, some or all of said licenses may be held by a
subcontractor to the Bidder.
15.3
Any proposer who, as a result of a code enforcement hearing conducted by a
Sarasota County special magistrate, has been determined to be in violation of
any provision of the Sarasota County Code of Ordinances (whether related to
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-7
SECTION 2
_____________________________________________________________________________________________
the subject matter of this solicitation or not) shall be deemed non-responsible
and ineligible for award of any contract hereunder. This prohibition shall be in
force until the violation has been corrected and any fine imposed by the
special magistrate has been fully paid.
15.3.1
15.4
In the event a proposer is awarded a contract hereunder and
subsequently is determined to be in violation of any provision of
the Sarasota County Code of Ordinances as stated above, such
violation shall be grounds for termination of that contract.
Bidders located in Sarasota County must comply with the Local Business Tax
ordinance. It shall be the responsibility of the Bidder to obtain a current local
business
tax
receipt
from
the
Sarasota
County
Tax
Collector
(www.sarasotataxcollector.com) and supply a copy of that receipt to the
County upon request.
15.4.1
Local Preference requirements as related to the Local Business Tax
ordinance are defined in paragraph 8 of these Instructions, Terms
and Conditions.
16. SWORN STATEMENT, COMPLIANCE WITH FLORIDA TRENCH ACT
Bidder shall be solely responsible for complying with the Florida Trench Safety Act
(553.60-553.64 Florida Statutes) and Occupational Safety and Health Administration
excavation safety standards, 29 CFR 1926.650 (subpart P) as amended. All costs
associated with complying with these requirements shall be included in the separate line
items of the bid and shall be as detailed in the Sworn Statement of Compliance with the
Florida Trench Safety Act. Bidder shall submit the Statement of Compliance with the
Florida Trench Safety Act form provided herein with his bid or with each work
assignment.
17. DRUG-FREE WORKPLACE
Pursuant to Section 287.087, Florida Statutes, whenever two or more bids which are
equal with respect to price, quality and service are received by the state or by any
political subdivision for the procurement of commodities or contractual services, a bid
received from a business that certifies that it has implemented a drug-free workplace
program shall be given preference in the award process as per the Drug-Free Workplace
Program Certification submittal as provided in the eProcure vendor profile.
18. PUBLIC ENTITY CRIMES
In accordance with Section 287.133, Florida Statutes, a person or affiliate who has been
placed on the convicted vendor list following a conviction for a public entity crime may
not submit a bid 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 public work, may not submit bids on leases or 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 Two for a period of 36 months from the date of being
placed on the convicted vendor list.
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-8
SECTION 2
_____________________________________________________________________________________________
19. COLLUSION
19.1
By offering a response to this invitation for bids, the Bidder certifies that
he/she has not divulged to, discussed or compared his bid with other Bidders
and has not colluded with any other Bidder or parties to this invitation for bids
whatsoever. Also, Bidder certifies, as to their own organization that in
connection with this invitation for bids:
19.1.1
Any prices and/or data submitted have been arrived at
independently, without consultation, communication or agreement,
for the purpose of restricting competition, as to any matter relating
to such prices and/or cost data, with any other Bidder or with any
competitor;
19.1.2
Any prices and/or cost data quoted for this invitation for bids have
not been knowingly disclosed by the Bidder, and will not be
knowingly be disclosed by the Bidder prior to the scheduled
opening directly or indirectly to any competitor;
19.1.3
No attempt has been made or will be made by the Bidder to induce
any other person or firm to submit or not to submit a bid for the
purpose of restricting competition;
19.1.4
The only person or persons interested in this invitation for bids as
principal or principals is/are named therein and that no person
other than therein mentioned has any interest in this invitation for
bids, or in the contract to be entered into; and
19.1.5
No person or agency has been employed or retained to solicit or
secure this contract upon an agreement or understanding for a
commission, percentage, brokerage, or contingent fee except bona
fide employees or established commercial agencies maintained by
the Bidder for the purpose of doing business.
20. PRE-BID CONFERENCE
Failure by a Bidder to attend a mandatory pre-bid conference will result in their bid
being considered non-responsive.
21. BID BONDS
21.1
If specified in the contract documents a bid bond or certified cashier’s check
payable to the Board of County Commissioners equal to 5% of the total bid
must be enclosed with the bid. Any bonding company submitting a bid to
Sarasota County Government must be licensed to transact a fidelity and
surety business in the State of Florida, and hold a Certificate of Authority
from the Secretary of the Treasury under Act of Congress, approved on July
30, 1947 (USC 613), and with Best and “T” ratings of B+ (Very Good) or
better if Contractor’s bid is under $500,000.00 and A- (Excellent) or better, if
Contractor’s bid is over $500,000.00.
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-9
SECTION 2
_____________________________________________________________________________________________
21.1.1
Bid bonds shall contain in type or print the description of the
construction in the same language as in the invitation for bids.
22. PERFORMANCE AND PAYMENT BOND
Bidders are advised that, if specified in the contract documents, a performance and
payment bond of 100% of the contract or work assignment amount shall be required.
Any bonding company submitting a performance and payment bond to Sarasota County
Government must be licensed to transact a fidelity and surety business in the State of
Florida, and hold a Certificate of Authority from the Secretary of the Treasury under Act
of Congress, approved on July 30, 1947 (USC 613), shall have an A.M. Best rating of: if
bond is under $500,000 “B+” (very good) or better, and over $500,000 “A-” (excellent)
or better, and a “T” Underwriting Limitation not exceeded by this project’s bond.
23. EXECUTION OF BONDS
If the Contractor is a partnership, each bond should be signed by each of the individuals
who are partners; if a corporation, the bonds should be signed in the correct corporate
name by a duly authorized officer, agent or attorney-in-fact. The appropriate number
of bonds should be executed to correspond to the number of signatories to the contract.
Each executed bond should be accompanied by (a) appropriate acknowledgment of the
respective parties; (b) appropriate duly certified copy of power-of-attorney or other
certification of authority where bond is executed by agent, officer or other
representative of Contractor 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.
24. POWER OF ATTORNEY
Attorneys-in-fact who sign bid bonds or performance and payment bonds must file with
such bond a certified copy of their power-of-attorney to sign such bonds. Attorneys-infact must place name, address, and telephone number on this certificate.
25. FAILURE TO EXECUTE ORIGINAL CONTRACT
Following the bid opening and review of the bid(s), the County will post a Notice of Bid
Action. After posting the Notice of Bid Action, the County will forward to the Contractor
contract(s) and related documents to be executed. If within 10 days the successful
Bidder does not execute the contract and furnish the required Contractor’s bonds
properly signed by the Contractor and the surety or sureties satisfactory to the County,
along with the insurance as required in the contract documents, the Bidder may be
deemed to be in default and the County may retain his bid bond. Award may then be
made to the next lowest responsive and responsible Bidder or all bids may be rejected.
26. MINORITY BUSINESS ENTERPRISES
Contractors awarded construction contracts who intend to subcontract material or
service requirements of the project are encouraged to subcontract 5% or more of the
project price to a certified minority business enterprise/firm or show good faith effort.
26.1
When funding is being provided by an outside agency (Example: Florida
Department of Environmental Protection (FDEP), Community Development
Block Grant (CDBG), State Revolving Funds (SRF), Florida Department of
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-10
SECTION 2
_____________________________________________________________________________________________
Transportation (FDOT) Local Agency Program (LAP), etc.) their requirements
will take precedence.
27. NOTICE PROVISION
Any notice or other communications concerning material changes to the contract, shall
be sent via certified U.S. mail, return receipt requested, postage prepaid to the relevant
address specified under “Contractor Representative” and “County’s Project
Administrator” as noted in the contract documents.
28. PUBLIC RECORDS
Bidder acknowledges that all information contained within its bid is a public record, as
defined in Chapter 119, Florida Statutes. No information should be labeled confidential
unless exempted under said laws.
29. TRAVEL EXPENSE
Travel expenses will be reimbursed in accordance with Section 112.061, Florida Statues
and the Sarasota County Board of County Commissioners Resolution No. 2010-211.
30. TAXES
Sarasota County is exempt from federal excise and state sales taxes (Department of
Revenue Certification No. 85-8012515235C-5); therefore, Bidders are prohibited from
delineating a separate line item in their bid for any sales or service taxes. Nothing
herein shall affect the Bidder’s normal tax liability. The County reserves the right, at
the County’s sole option, to utilize the Sarasota County direct purchase order system
and to issue direct purchase orders for applicable supplies and equipment to be utilized
in this project.
31. EQUAL EMPLOYMENT OPPORTUNITY
Sarasota County will affirmatively ensure that minority business enterprises will be
afforded full opportunity to submit bids in response to this invitation for bid and will not
be discriminated against on the grounds of race, color, sex, religion, disability or
national origin in consideration for an award.
32. SUBCONTRACTING
Construction contractors shall obtain prior written approval of subcontractors and the
work they will perform. A subcontractor is defined as any entity performing work within
the scope of the Contractor’s project who is not an employee or a leased employee of
the Contractor.
33. FUNDING
The award of any contract(s) pursuant to this invitation for bids is subject to the
appropriation of funds by the Sarasota County Board of County Commissioners in an
amount sufficient to allow the County’s performance under the terms and conditions of
such contract(s). The County shall provide prompt written notice to Bidders in the
event sufficient funds have not been so appropriated. Thirty days after the date of such
notice, Bidders shall be released from all further obligations arising out of their bids.
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-11
SECTION 2
_____________________________________________________________________________________________
34. INVOICING
Unless otherwise stipulated in General Conditions 13.3, or at the Pre-Construction
Meeting, all invoices must be mailed or delivered to the Sarasota County Finance
Department, Post Office Box 8, Sarasota FL 34230-0008. Invoices must contain the
purchase order number, required identification information, and reflect the contract
prices, terms, and conditions. Invoices containing deviations or omissions will be
returned to the vendor for correction and resubmission. Vendors shall not perform any
service or provide products until they have been issued a purchase order number.
35. “OR EQUAL” APPROVAL PROCESS
There are two time frames when “or equal” equipment/supplies/materials alternates or
substitutions may be reviewed and approved by the County. The first time frame is
prior to bid opening in accordance with paragraph 13, Quality Guarantee. The second
time frame is during construction, upon Contractor submittal of alternates or
substitutions for equipment/supplies/materials that have been initially specified by use
of a brand name and followed by the term “or equal”. So as to differentiate between
these two time frames, the following definitions apply to this contract:
35.1
Approved Equal
reviewed and approved before bid opening under the
Instruction, Terms, and Conditions, paragraph 13, Quality Guarantee, and
35.2
Or Equal:
Reviewed and approved after bid opening based on the
Contractor’s
submittal
of
alternates
or
substitutions
for
equipment/supplies/materials in response to the contract specifications
denoting the item by a brand name followed by the term “or equal”.
36. ADDITIONAL INSTRUCTIONS TO BIDDERS
36.1
Preparation of Bids
36.1.1
Bids must be submitted on the Bid Form included in this project
manual. All blank spaces in the Bid Form must be filled in legibly
and correctly in ink. The Bidder shall specify the price per unit of
measure and the extended total, or the lump sum bid price if such
is called for, for each scheduled item of work, as well as the total
price for the entire work under the contract.
36.1.2
Bidder’s base bid and all alternates for the project shall contain and
include an amount equal to an additional 5%. Said amount will be
shown in the space provided on the Bid Form, and is defined as a
construction contingency allowance.
36.1.3
If the bid is made by an individual, he must sign his name therein
and state his post office address and the name and address of
every other person interested in the bid as principal. If the bid is
made by a firm or partnership, its name and post office address
must be stated as well as the name and address of each member
of the firm or partnership. If the bid is made by a corporation, the
bid must be signed by some authorized officer or agent,
subscribing the name of the corporation with his own name and
affixing the corporate seal.
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-12
SECTION 2
_____________________________________________________________________________________________
36.2
Electronic Bid Forms
36.2.1
The County may, at its discretion, provide a bid form in electronic
format. If applicable for this project, the electronic file may be
downloaded from eProcure. Electronic files of Addended Bid Forms
will only be uploaded to eProcure.
36.2.2
Be advised that use of the bid form made available electronically is
at the Bidder’s discretion. The Bidder assumes full responsibility
for the integrity of the completed bid form submitted, and
acknowledges that no changes or alterations to the bid form
structure or content, other than the Bidder’s pricing, are allowed.
Should any changes or alterations to the bid form structure or
content be detected, the bid may be determined to be nonresponsive and, therefore, disqualified.
36.2.3
The County reserves the right to correct formula errors on the bid
form.
37. BONDS
A Bid bond and a Performance and Payment bond will be required for this project.
38. BID AWARD
38.1
The contract will be awarded to the responsive and responsible Bidder
submitting the lowest Total Base Bid Price plus County selected
Alternate(s) provided the bid is reasonable and in the best interest of the
County to accept. The County may review the scope of work with the
successful Bidder before accepting the bid.
38.2
The Bidder is required to bid all Alternate(s) and must indicate if Alternates
are to be added or deducted from the Base Bid in order to be responsive. The
County will choose which Alternate(s) will be accepted (if any) prior to Bid
Award.
39. BID AWARD – LOCAL PREFERENCE (See Instructions, Terms, and Conditions
paragraph 8)
39.1
In awarding this bid, preference shall be given to local businesses in
accordance with Section 2-219 of the Sarasota County Procurement Code. If
the responsive and responsible low Bidder is not a local business (hereafter
non-local business Bidder), the lowest responsive and responsible local
business Bidder shall have five (5) business days from the date they are
deemed the responsive and responsible low Bidder by the Procurement
Official, to submit an offer matching the bid submitted by the lowest
responsive and responsible non-local Bidder, provided the original bid
submitted by the lowest local Bidder is within 10% of the bid submitted by
the lowest non-local Bidder.
39.2
Only the lowest responsive and responsible local business Bidder within 10%
of the low bid shall have the opportunity to match the bid submitted by the
lowest non-local Bidder.
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-13
SECTION 2
_____________________________________________________________________________________________
39.3
If the offer submitted by the lowest responsive and responsible local business
Bidder matches the bid submitted by the non-local lowest Bidder, award shall
be made to the local business Bidder. If the local business Bidder fails to
submit a bid that matches the bid submitted by the non-local business Bidder
within five (5) business days, award shall be made to the non-local business
Bidder.
40. CONTRACTOR QUALIFICATIONS
40.1
To demonstrate qualifications to perform the work, each Bidder must fill out
and submit with their bid package in the Contractor’s Qualification Form, CQF1, documenting their firm’s ability to meet the Project’s experience
requirements as listed below.
40.1.1 Project experience requirements are as follows:
The Bidder must provide three (3) project references, acting as prime
contractor, for the criteria listed below.
Each project reference must have been successfully completed in the
last ten (10) years preceding the bid opening.
The project references may have been:
1) Self-performed with Bidder employees or,
2) Performed by a subcontractor provided the subcontractor is part of
the Bidder’s team for this project and included on the List of
Subcontractor (LOS 1 & 2) Form.
40.1.1.1
Site preparation and installation of a pre-engineered
metal building on a new concrete foundation complete with electrical
and HVAC systems to serve the structure.
40.1.2 Bidders must use the indicated form (Contractor’s Qualification Form,
CQF-1). Bidders may submit three (3) Contractor’s Qualification
Forms for consideration of responsiveness to the minimum
qualifications. Failure to submit three (3) Contractor’s Qualification
Forms at the time of the bid submittal, will result in the bid being
declared non-responsive.
40.1.3 Failure to submit three (3) qualifying project references will result in
the bid being declared non-responsible. Only project references
submitted on the Contractor’s Qualification Forms at the time of bid
submittal will be used to verify that the minimum qualifications have
been met.
40.1.4 In addition, the Bidder must be prepared to submit, within five days
of Sarasota County’s request, written evidence of documents, such as
financial data, additional data related to previous experience,
qualifications and previous experience of superintendents and
assistants, and evidence of authority to conduct business in the
jurisdiction where the project is located.
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-14
SECTION 2
_____________________________________________________________________________________________
41. FDOT PRE-QUALIFICATIONS – NOT APPLICABLE
Companies who have been prequalified or certified by Florida Department of
Transportation (FDOT) for categories specifically identified under Rule 14-22.003(3),
Florida Administrative Code, Classification of Work, shall be deemed qualified to
perform the same type of work for Sarasota County for those projects, the cost of which
consists predominantly of constructing and opening new roads or bridges and repair of
and maintenance of existing roads and bridges.
41.1
Bidders must have obtained such prequalification or certification not later
than the time of bid opening.
41.2
Such FDOT Prequalification or certification shall only apply to that portion of a
project which the cost consists predominantly of constructing and opening
new roads or bridges and repair of and maintenance of existing roads and
bridges.
42. DESIGNATION OF CONTRACTOR AS OPERATOR
42.1
It shall be the responsibility of the Contractor to complete, sign and submit
with appropriate fee amount to the FDEP, Form 62-621.300(4)(b) Notice of
Intent (NOI) to Use Generic Permit For Storm Water Discharge From Large
and Small Construction Activities (Rule 62-621.300(4), FAC).
42.2
Proof of acceptance by the FDEP, including the assigned authorization number
and a copy of the Contractor’s Storm Water Pollution Prevention Plan for the
project shall be submitted to the County prior to commencement of
construction activities.
42.3
The Contractor shall be considered the operator for duration of the project.
43. ORDER OF PRECEDENCE
In the event the requirements, stipulations, provisions, and guidance contained herein
conflict with Sarasota County’s Instructions, Terms and Conditions, Supplemental
General Conditions, or any other section of the contract documents, the more stringent
requirement, stipulation, provision, or guidance shall apply.
__________________________________________________________________________________
13 Jun 12 eProcure Revision
INSTRUCTIONS, TERMS, AND CONDITIONS
PAGE ITC-15
This page left intentionally blank
SECTION 3
BID FORM
GUN RANGE EXPANSION, KNIGHTS TRAIL
BID #122126CS
Board of County Commissioners, Sarasota County, Sarasota Florida, submitted:
___________ (Date)
Commissioners: The undersigned, as Bidder, hereby declares that the only person or
persons interested in this Bid as principal or principals is or are named herein and that no
person other than herein mentioned has any interest in this Bid or in the Contract to be
entered into, that this Bid is made without connection with any other person, company or
Parties making a Bid, and that this Bid is in all respects fair and made in good faith without
collusion or fraud.
The Bidder further declares that they have examined the site(s) of the work, understands all
conditions pertaining to the place where the work is to be done, has examined the plans for
the work and other Contract documents relative thereto and has read all of the addenda
furnished prior to the opening of Bids, as acknowledged below, and that they have satisfied
themselves relative to the work to be performed.
The Bidder agrees, if this Bid is accepted, to contract with the Board of County
Commissioners, Sarasota County to furnish all necessary materials, equipment, machinery,
tools, apparatus, means of transportation, and labor necessary to construct the work
covered by the Bid and other Contract documents.
The Bidder agrees to accept the prices listed in the bid form as full compensation. The
Bidder understands that the quantities shown on the Bid Form are approximate only and
subject to increase or decrease. Should they be increased or decreased, he will perform the
work at the unit price Bid herein. Actual quantities will be determined upon completion of
the work.
The Bidder agrees to commence work as set forth in the General Conditions attached hereto
and to complete the work to Substantial Completion within 120 calendar days, and an
additional 30 calendar days to Final Acceptance, from the date on which contract time
commences. If the Contractor fails to complete the work to Substantial Completion within
the specified time, the Contractor agrees to pay the Owner ONE HUNDRED THIRTY
DOLLARS ($130.00) per day as liquidated damages as stipulated in the General
Conditions attached hereto. If the Contractor fails to complete the work to Final Acceptance
within the specified time, the Contractor agrees to pay the Owner THIRTY-TWO DOLLARS
AND FIFTY CENTS ($32.50) per day as liquidated damages as stipulated in the General
Conditions attached hereto.
14 Aug 12 eProcure Revision
BID FORM
Bid #122126CS
PAGE BF-1
SECTION 3
BID FORM
GUN RANGE EXPANSION, KNIGHTS TRAIL
BID #122126CS
The Bidder hereby acknowledges receipt of the following addendum or addenda for these specifications. (If none,
write "NONE").
ADDENDUM
NO.
ADDENDUM
NO.
ADDENDUM
NO.
ADDENDUM
NO.
ADDENDUM
NO.
ADDENDUM
NO.
RECEIVED:
RECEIVED:
RECEIVED:
RECEIVED:
RECEIVED:
RECEIVED:
REQUIRED FORMS: If checked, the following forms must be completed and submitted with the Bid Form. Failure
to submit any of the checked forms with your bid, will cause the bid to be declared non-responsive:
Bid Form (BF-1 to BF-2 & BF-6)
Price Schedule (BF-3 through BF-5)
Bid Bond (BB-1 through BB-2)
Contractor’s Qualification Form (CQF-1)
List of Subcontractors (LOS -1 to LOS-2)
Sworn Statement, The Florida Trench Safety Act (TS-1- TS-2); if applicable
REQUESTED FORMS – NOT REQUIRED:
Failure to include these forms with your bid
However, these forms may be required from
forms checked below upon request will result
If checked, the following forms are requested, but not required.
submittal will not result in the bid being declared non-responsive.
the low bidder during the bid review process. Failure to submit the
in your bid being declared non-responsive:
Status of Contracts on hand (SCH-1)
Copy of Contractor’s State and County Licenses
REQUIRED eProcure Vendor Profile Forms: If checked, the following forms must be completed and uploaded
to your vendor profile on eProcure prior to bid submission. It is the vendor’s responsibility to update these forms
annually. Failure to submit any of the checked forms prior to the bid deadline, will cause the bid to be declared
non-responsive. To upload a document to your vendor profile in eProcure, refer to Section 4 of the eProcure
Vendor Registration Guide. All forms are available at https://eprocure.scgov.net under “Resources”.
Drug-Free Workplace Program Certification: Bidders that have implemented a drug-free workplace
program pursuant to Section 287.087, Florida Statutes should submit a Drug-Free Workplace Program
Certification form as part of their eProcure vendor profile annually prior to the bid submittal due date
and time; if applicable.
Lobby Affidavit: All bidders must submit a notarized No Lobby Affidavit as part of their eProcure
vendor profile prior to the submittal due date and time.
Immigration Status Affidavit: All bidders must submit a notarized Immigration Status Affidavit as
part of their eProcure vendor profile prior to the submittal due date and time.
Local Business Affidavit: Bidders wishing to be considered for local preference must submit a Local
Business Affidavit as part of their eProcure vendor profile annually prior to the bid submittal due date
and time; if applicable.
14 Aug 12 eProcure Revision
BID FORM
Bid #122126CS
PAGE BF-2
PRICE SCHEDULE
SECTION 03
GUN RANGE EXPANSION, KNIGHTS TRAIL, BID #122126CS
Base Bid
Description
Item No.
1
Price
Construction of a 2,400 square foot pre-engineering metal
building to inlcude all site, foundation, electrical, and HVAC
$
SUBTOTAL BASE BID PRICE
$
Construction Contingency Allowance (5% of Subtotal Bid Price
as per ITC Contingency 36.1.2)
Plus
TOTAL BASE BID PRICE (Subtotal Bid price plus 5 % as per ITC
Contingency 36.1.2)
$
$
TOTAL BASE BID PRICE written in words:
Alternate No. 1*
Item No.
1
Description
Price
Spray foam insulation in lieu of rigid insulation
$
SUBTOTAL ALTERNATE 1 BID PRICE
Plus
$
Construction Contingency Allowance (5% of Subtotal Bid Price
as per ITC Contingency 36.1.2)
$
TOTAL ALTERNATE 1 BID PRICE (Subtotal Bid price plus 5 % as per ITC
$
Contingency 36.1.2)
* Indicate if Alternate is to be Added
□ or Deducted □
from Base Bid
TOTAL ALTERNATE 1 BID PRICE written in words:
BID#122126CS BF3
This page left intentionally blank
PRICE SCHEDULE
SECTION 03
GUN RANGE EXPANSION, KNIGHTS TRAIL, BID #122126CS
Alternate No. 2*
Item No.
1
Description
Price
Elimination of the HVAC system
$
SUBTOTAL ALTERNATE 2 BID PRICE
$
Construction Contingency Allowance (5% of Subtotal Bid Price
as per ITC Contingency 36.1.2)
$
TOTAL ALTERNATE 2 BID PRICE (Subtotal Bid price plus 5 % as per ITC
Contingency 36.1.2)
$
Plus
* Indicate if Alternate is to be Added
□ or Deducted □
from Base Bid
TOTAL ALTERNATE 2 BID PRICE written in words:
BID#122126CS BF4
This page left intentionally blank
PRICE SCHEDULE
SECTION 03
GUN RANGE EXPANSION, KNIGHTS TRAIL, BID #122126CS
SUMMARY
TOTAL
TOTAL BASE BID PRICE
$
TOTAL ALTERNATE 1 BID PRICE (Indicate if it is an Add or Deduct)
$
TOTAL ALTERNATE 2 BID PRICE (Indicate if it is an Add or Deduct)
$
TOTAL BASE BID PRICE PLUS THE SUM (OR DEDUCTION) OF
ALTERNATES 1 and 2
$
TOTAL BASE BID PRICE PLUS THE SUM (OR DEDUCTION) OF ALTERNATES written in words:
BID#122126CS BF5
This page left intentionally blank
SECTION 3
BID FORM
GUN RANGE EXPANSION, KNIGHTS TRAIL
BID #122126CS
THIS BID MADE BY AND ON BEHALF OF:
Company:
Company FEI Number:
Address:
County:
(SEAL)
Phone #:
Fax #:
E-Mail
BY:
Authorized Signature
PRINT:
TITLE:
_______________________________________________________________________________
Bid #122126CS
25 Aug 09 Revision
BID FORM
PAGE BF-6
This page left intentionally blank
SECTION 4
______________________________________________________________________________
SWORN STATEMENT: THE FLORIDA TRENCH SAFETY ACT
This form must be signed in the presence of a Notary Public by an officer authorized to
administer oaths.
1.
2.
This Sworn Statement is submitted with
for the construction of
.
This Sworn Statement is submitted by
whose business address is and, if applicable, its Federal Employer Identification
Number (FEIN) is
. (If the entity has no FEIN, include the Social Security
Number of the individual signing this sworn statement
3.
My name is
.)
(printed or typed name of individual signing)
and my relationship to the above entity is
4.
.
The Trench Safety Standards that will be in effect during the construction of this
project are Florida Statutes Sections 553.60-55.64, Trench Safety Act, and OSHA
Rules and Regulations, 29CFR1926.650, Subpart P.
5.
The undersigned assures that the entity will comply with applicable Trench Safety
Standards and agrees to indemnify and hold harmless the County and Engineer, and
any of their agents or employees from any claims arising from the failure to comply
with said standards.
6.
The undersigned has appropriated $
per linear foot of trench to be
excavated over five-feet deep for compliance with the applicable standards.
It is
intended to comply with these standards by instituting the following procedures:
7.
The undersigned has appropriated $
* per square foot for compliance
with shoring safety requirements and intends to comply by instituting the following
procedures:
* If shoring is not shown on plans and none is anticipated to be required by the Contractor, enter “n/a”
(not applicable). If no separate bid item for shoring is included on the bid form, the cost of any shoring
which may be required shall be included in the amount bid for the item requiring such trenching.
8.
The undersigned, in submitting this bid, represents that he has reviewed and
considered all available geotechnical information and made such other investigations
and tests as he may deem necessary to adequately design the trench safety
system(s) he will utilize on this project.
_____________________________________________________________________________________________________________________
4 Jun 08 Revision
FLORIDA TRENCH SAFETY ACT
PAGE TS-1
SECTION 4
______________________________________________________________________________
Authorized Signature/Title
date
Sworn to and subscribed before me
(Notary Seal)
date
Notary Public Signature
My Commission expires:
_____________________________________________________________________________________________________________________
4 Jun 08 Revision
FLORIDA TRENCH SAFETY ACT
PAGE TS-2
SECTION 04
STATUS OF CONTRACTS ON-HAND REPORT
List the construction contracts with a value of $50,000 or more that your organization has underway on this date.
PROJECT NAME
2 Jul 08 Revision
General or Sub
(If sub, what
type of work?)
Date of
Contract
Amount of
Contract
Percent
Complete
Design Engineer
and Address
Owner Name and
Address
Bid #122126CS
PAGE SCH-1
This page left intentionally blank
SECTION 4
CONTRACTOR’S QUALIFICATION FORM
________________________________________________________________________________________________________________________________________________________________________
Project Name
Project, Contract, or Bid
Number
Contract Start Date
Contract End Date
Owner Name
Contact Name
Address
City
Phone Number
Fax Number
E-Mail Address
Project Manager Name
Criteria#
40.1.1
Superintendent Name
Specific Experience for Project: (Refer to Section 40, Instructions, Terms and Conditions)
Project references satisfying criteria 40.1.1.1 must have been: 1) Self-performed with Bidder employees or, 2) Performed by
subcontractor provided the subcontractor is part of the Bidder’s team for this project and included on the List of Subcontractor
(LOS 1 & 2) form.
a) Was this project completed in the last ten (10) years preceding
the bid opening?
40.1.1.1
Zip
State
Did this project include site preparation and installation of a preengineered metal building on a new concrete foundation complete
with electrical and HVAC systems to serve the structure?
PROVIDE SUBCONTRACTOR INFORMATION BELOW:
2
Subcontractor Company Name:_____________________________________
YES
NO
1
Please specify the month and year completed:____/____
YES
NO
N/A
SELF PERFORMED BY BIDDER
SUBCONTRACTOR PERFORMED (UNDER CONTRACT TO
BIDDER AS PRIME CONTRACTOR)
Contact Name & Title:______________________________________ ______
Telephone Number:______________________________________________
List project references in accordance with the Instructions, Terms, and Conditions, Section 40. Failure to fill out and submit three (3) Contractor’s Qualification Forms will result in
the bid being declared non-responsive. Contractor is to reproduce the form as necessary to meet specified number of projects.
1
2
Answering “no” will deem the Bidder non-responsible
If this Criterion was performed by a subcontractor, the subcontractor must become part of the Bidders team and listed on the List of Subcontractors Form (LOS-1 & 2)
Bid #122126CS
CONTRACTOR’S QUALIFICATION FORM
CQF Page 1 of 1
This page left intentionally blank
SECTION 4
LIST OF SUBCONTRACTORS
________________________________________________________________________________________________________________________________________________________________________
This list is an integral part of the bid. List applicable subcontractors with whom you shall contract on this project as required by the
bidding documents.
Work to be Done
Firm Name
City
State
Phone
Sitework
Concrete
Surveyor
Sod
Soils Testing
Dewatering
Electrical
HVAC
Other
________________________________________________________________________________________________________________________________________________________________________
7 Apr 10 Revision
Bid #122126CS
LIST OF SUBCONTRACTORS
LOS-1
LIST OF SUBCONTRACTORS
SECTION 4
________________________________________________________________________________________________________________________________________________________________________
bidder’s name
address
authorized representative
printed name
ALL SPACES MUST BE COMPLETED FOR ALL APPLICABLE SUBCONTRACTORS. DO NOT LEAVE ANY BLANKS.
NOTE: The bidder shall not remove or replace subcontractors listed above, except upon good cause shown and with written
approval by the County. Bidder hereby acknowledges that all subcontractors are properly licensed to perform the work required.
________________________________________________________________________________________________________________________________________________________________________
7 Apr 10 Revision
Bid #122126CS
LIST OF SUBCONTRACTORS
LOS-2
SECTION 4
____________________________________________________________________________
STORED MATERIALS AFFIDAVIT
STATE OF FLORIDA, COUNTY OF SARASOTA
Before me, the undersigned authority, personally appeared
duly sworn, says that he is a subcontractor for
FL, General Contractor for
that all materials billed on the attached invoice are being held in the subcontractor’s warehouse at
FL, for this project, and are fully insured against loss or damage.
, who being
of Sarasota
project, and
(Subcontractor Firm Name)
By:
(Name of Representative)
(Title of Representative)
SWORN TO AND SUBSCRIBED BEFORE ME THIS
DAY OF
20__
Notary Public:
My commission expires:
FOR
General Contractor for this project, states that the stored materials constitute a part of the
performance, payment, and guarantee bond, and are for this project only.
SWORN TO AND SUBSCRIBED BEFORE ME THIS
DAY OF
20__
Notary Public:
My commission expires:
___________________________________________________________________________________________________________________
26 Mar 12 Revision
STORED MATERIALS AFFIDAVIT
PAGE SMA-1
This page left intentionally blank
SECTION 5
______________________________________________________________________________
BID BOND
State of Florida, County of Sarasota
Know all men by these presents that we,
as Principal, and
_________________________________________________, as Surety, a
Corporation
chartered and existing under the laws of the State of _____________, with its principal
offices in the City of _______________, and authorized to do business in the State of
Florida are held and firmly bound unto the sponsor in the full and just sum of 5% of the
Total Bid Price, in good and lawful money of the United States of America, to be paid upon
demand by sponsor, to which payment well and truly to be made, we bind ourselves, our
heirs, executors, administrators, and assigns, joint and severally and firmly by these
presents.
The condition of this obligation is such, that whereas the Principal has submitted the
, for Gun Range Expansion, Knights Trail, Bid#122126CS.
attached Bid, dated
Now, therefore, if the Principal shall withdraw said Bid prior to the date of opening the
same, or shall within 10 days after the prescribed forms are presented to him for signature
enter into a written Contract with Sarasota County Florida in accordance with the Bid as
accepted and give a Performance and Payment Bond with good and sufficient surety or
sureties as may be required for the faithful performance and proper fulfillment of such
Contract and for the prompt payment of all persons furnishing labor or materials in
connection therewith or, in the event of failure to enter into such Contract and give such
bond within the time specified, if the principal shall pay the County the difference between
the amount specified in said Bid and the amount for which the County may procure the
required work and/or supplies provided the latter amount to be in excess of the amount
specified in said Bid, then the above obligations shall be void; otherwise, to remain in full
force and effect.
In witness whereof, the above written parties have executed this instrument under their
, the name and corporate seal of each corporate party being
several seals dated
hereto affixed and these presents duly signed by its undersigned representative, pursuant
to authority of its governing body.
_____________________________________________________________________________________________________________________
28 May 08 Revision
BID BOND
PAGE BB-1
SECTION 5
______________________________________________________________________________
(Sign here if the Contractor is an Individual)
(SEAL)
IN THE PRESENCE OF:
Individual Principal
Address
Business Address
(Sign here if the Contractor is a Partnership)
(SEAL)
Firm Name
IN THE PRESENCE OF:
General Partner
Address
Business Address
(Sign here if the Contractor is a Corporation)
Corporation Principal
ATTEST:
BY:
As President
(AFFIX CORPORATE SEAL)
Business Address
Corporate Surety
BY:
As Authorized Agent
(AFFIX CORPORATE SEAL)
Business Address
State of Florida, County of Sarasota
_____________________________________________________________________________________________________________________
28 May 08 Revision
BID BOND
PAGE BB-2
SECTION 5
SARASOTA COUNTY GOVERNMENT
PERFORMANCE AND PAYMENT BOND
In compliance with F.S. Chapter 255.05(1)(a)
____________________________________________________________________________
BOND NO.:
CONTRACTOR NAME:
CONTRACTOR ADDRESS:
CONTRACTOR PHONE NO.:
SURETY COMPANY:
SURETY AGENT:
OWNER NAME:
OWNER ADDRESS:
OWNER PHONE NO.:
BOND AMOUNT:
CONTRACT NO.: (if applicable)
DESCRIPTION OF WORK:
PROJECT ADDRESS:
LEGAL DESCRIPTION:
Sarasota County Board of County Commissioners
1660 Ringling Boulevard
Sarasota FL 34236
941-861-5000
Construction of a 2,400 Sq. ft. pre-engineered metal
building to include all site, foundation, electrical and
HVAC work.
Knight’s Trail Park
3445 Rustic Road, Nokomis, Fl 34275
The N ½ of SEC 21-38-19, Less the Ely 30 FT
Less the Sly 30 FT Thereof, also less parcel
Desc in OR 3099/579, Containing 320 C-AC M/L
ORI 2000116737
By this bond, we, _____________________________________, as Principal and
________________________________, a corporation, as Surety, are bound to
Sarasota County Board of County Commissioners, herein called Owner, in the sum of
$_________________________________, for payment of which we bind ourselves,
our heirs, personal representatives, successors, and assigns, jointly and severally.
___________________________________________________________________________________________________________________
15 July 09 Revision
PERFORMANCE AND PAYMENT BOND
PAGE PB-1
SECTION 5
SARASOTA COUNTY GOVERNMENT
PERFORMANCE AND PAYMENT BOND
In compliance with F.S. Chapter 255.05(1)(a)
____________________________________________________________________________
The conditions of this bond is that if Principal:
1.
Performs the Contract dated
, between principal and Owner for
construction of Gun Range Expansion, Knights Trail, Bid#122126CS,
the contract being made a part of this bond by reference, at the times and
in the manner prescribed in the contract; and
2.
Promptly makes payments to all claimants, as defined in Section 255.05 (1)
Florida Statutes, supplying principal with labor, materials, or supplies, used
directly or indirectly by principal in the prosecution of the work provided for
in the contract; and
3.
Pays Owner all losses, damages, expenses, costs, and attorney’s fees,
including appellate proceedings, that Owner sustains because of a default by
principal under the contract work; and
4.
Performs the guarantee of all work and materials furnished under the
contract for the time specified in the contract, then this bond is void;
otherwise it remains in full force.
Any changes in or under the contract documents and compliance or
noncompliance with any formalities connected with the contract or the
changes does not affect surety’s obligation under this bond.
Any action instituted by a claimant under this bond for payment must be in
accordance with the notice and time limitation provisions in Section
255.05(2), Florida Statutes.
___________________________________________________________________________________________________________________
15 July 09 Revision
PERFORMANCE AND PAYMENT BOND
PAGE PB-2
SECTION 5
SARASOTA COUNTY GOVERNMENT
PERFORMANCE AND PAYMENT BOND
In compliance with F.S. Chapter 255.05(1)(a)
____________________________________________________________________________
In witness whereof, the said Principal and Surety have signed and sealed this instrument
this
(date)
____________________________________
Principal
By:
________________________________
As President
(SEAL)
___________________________________
Surety
By:
________________________________
Approved as to form and execution:
By: ____________________________________________
Attorney to Board of
County Commissioners of
Sarasota County, Florida
Any Claims under this bond may be addressed to
(name and address of Surety):
___________________________________________
___________________________________________
___________________________________________
Telephone No:
___________________________________________
Name and address of agent or representative in Florida if different from above:
_________________________________________
___________________________________________
___________________________________________
Telephone No:
___________________________________
___________________________________________________________________________________________________________________
15 July 09 Revision
PERFORMANCE AND PAYMENT BOND
PAGE PB-3
This page left intentionally blank
CONTRACT NO. ______________
BCC APPROVED ______________
CONSTRUCTION CONTRACT
Contract for Gun Range Expansion, Knights Trail, Bid #122126CS,
This Contract made and entered into this day
, by and between
,a
corporation hereinafter
called the ‘Contractor’ and Sarasota County, a political subdivision of the State of Florida, hereinafter
called the ‘County’.
WITNESSETH:
I.
Construction Materials, Services, and Labor: That for and in consideration of
the mutual promises and covenants hereinafter contained, together with the money
consideration hereinafter recited, the Contractor shall furnish all the labor, services
and materials for the construction of Gun Range Expansion, Knights Trail, Bid
#122126CS. All work and labor shall be done in accordance with the plans and
specifications on file with the Sarasota County Engineer, as listed in Article III,
receipt of which is hereby acknowledged and which plans and specifications are
made a part of the contract, the same as though they were set forth at length herein
and by reference hereto made a part hereof.
II.
Contract Price: In consideration of the work, labor, services and materials to be
furnished by the Contractor, in accordance with said plans and specifications, the
County agrees to pay to the Contractor, upon the completion and acceptance thereof
by the County, or its duly authorized agent, the total contract price of
$________________.
__________________________________________________________________
(Contract price in words)
The contract price includes a 5% contingency amount for unanticipated work within
the scope of the project and may only be authorized at the discretion of the County’s
Administrative Agent.
III.
Contract Documents: The contract documents, which comprise the entire contract
between County and Contractor and which are made a part hereof by this reference,
consist of the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
Public Bid Disclosure Act Form
Invitation for Bids
Instructions, Terms, and Conditions
Bid Form
Sworn Statement: Florida Trench Safety Act
Status of Contracts On Hand
Contractor's Qualification form
List of Subcontractors
Stored Materials Affidavit
Performance and Payment Bond, and Power of Attorney
Contract
Minority Business Enterprise Project Plan
Release of Lien
1221260100
Bid # 122126CS
CONSTRUCTION CONTRACT
PAGE C-1
SECTION 6
______________________________________________________________________________
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
General Conditions
Supplemental General Conditions
Special Conditions
Technical Specifications
Permits – SWFWMD Exemption Approval
Project drawings, 27 sheets, dated May, 2012, prepared by Wilson Miller Inc.
All addenda issued before the bid opening date
All modifications and change orders issued
The Notice to Proceed issued by Public Works
Project Purchase Orders
IV.
Performance and Payment Bond: The Contractor shall furnish to the County,
prior to the commencement of operations hereunder, a Performance and Payment
Bond executed by the Contractor, and a surety company authorized to do business in
the State of Florida, in an amount no less than the contract price herein, which bond
shall be conditioned upon the successful completion of all work, labor, services, and
materials to be provided and furnished hereunder, and the payment of all
subcontractors, materialmen, and laborers.
The County will only accept a
Performance and Payment Bond with an A.M. Best rating of ‘A-’ (Excellent) or better
for Bids requiring bonds of $500,000 or greater, or ‘B+’ (Very Good) or better for
Bids requiring a bond of less than $500,000. Said bond shall be subject to the
approval of the Board of County Commissioners of Sarasota County, Florida.
V.
Insurance: Before performing any contract work, Contractor shall procure and
maintain, during the life of the contract, unless otherwise specified, insurance listed
below. The policies of insurance shall be primary and written on forms acceptable to
the County and placed with insurance carriers approved and licensed by the
Insurance Department in the State of Florida and meet a minimum financial AM Best
Company rating of no less than “A- Excellent: FSC VII.” No changes are to be made
to these specifications without prior written specific approval by County Risk
Management.
1.
WORKERS’
COMPENSATION:
CONTRACTOR
will
provide
Workers’
Compensation insurance on behalf of all employees who are to provide a
service under this contract, as required by the laws of the state where the
contractor is domiciled. Florida Contractors must provide evidence of Workers’
Compensation insurance which meets the requirements of Florida Statutes,
Chapter 440, AND Employer’s Liability with limits of not less than $100,000
per employee per accident, $500,000 disease aggregate, and $100,000 per
employee per disease. If applicable, coverage for the Jones Act and Longshore
Harbor Workers Exposures must also be included.
**NOTE** Contractors
who are exempt from Florida’s Workers’ Compensation law must provide proof
of such exemption issued by the Florida Department of Financial Services,
Bureau of Workers’ Compensation and qualify for the County waiver.
In the event the Contractor has “leased” employees, the Contractor or the
employee leasing company must provide evidence of a Workers’ Compensation
policy for all personnel on the worksite. All documentation must be provided
to Sarasota County Risk Management, 1660 Ringling Blvd., 4th Floor, Sarasota,
FL 34236.
2.
COMMERCIAL GENERAL LIABILITY: Including but not limited to bodily
injury, property damage, contractual, products and completed operations,
_____________________________________________________________________________________________________________________
1221260100
Bid #122126CS
CONSTRUCTION CONTRACT
PAGE C-2
SECTION 6
______________________________________________________________________________
watercraft, if under twenty-six (26) feet and Ocean Marine if over, and
personal injury with limits of not less than $1,000,000 each occurrence,
covering all work performed under this contract.
3.
BUSINESS AUTOMOBILE LIABILITY:
Contractor agrees to maintain
Business Automobile Liability at a limit of liability not less than $1,000,000
each accident covering all work performed under this contract.
Contractor further agrees coverage shall include liability for Owned, NonOwned & Hired automobiles. In the event Contractor does not own
automobiles, Contractor agrees to maintain coverage for Hired & Non-Owned
Auto Liability, which may be satisfied by way of endorsement to the
Commercial General Liability policy or separate Business Auto Liability policy.
If private passenger automobiles are used in the business, they must be
commercially insured.
If the Contractor is shipping a product via common carrier, the contractor shall
be responsible for any loss or damage sustained in delivery/transit.
4.
UMBRELLA LIABILITY: With limits of not less than $2,000,000 each
occurrence covering all work performed under this contract.
5.
HAZARDOUS MATERIALS INSURANCE: For the purpose of this section, the
term “hazardous materials” includes all materials and substances that are now
designated or defined as hazardous by Florida or Federal law or by the rules or
regulations of Florida or any Federal Agency. If work being performed involves
hazardous materials, the need to procure and maintain any or all of the
following coverage will be specifically addressed upon review of exposure.
However, if hazardous materials are identified while carrying out this contract,
no further work is to be performed in the area of the hazardous material until
County Risk Management has been consulted as to the potential need to
procure and maintain any or all of the following coverage through an
addendum to the contract:
a.
b.
Contractors POLLUTION LIABILITY – For sudden and gradual
occurrences and in an amount no less than $1,000,000 per claim and
$1,000,000 in the aggregate arising out of work performed under this
contract, including but not limited to, all hazardous materials identified
under the contract.
ASBESTOS LIABILITY – For sudden and gradual occurrences and in an
amount no less than $1,000,000 per claim and $1,000,000 in the
aggregate arising out of work performed under this contract.
c.
DISPOSAL – When applicable, the Contractor shall designate the
disposal site and furnish a Certificate of Insurance from the disposal
facility for Environmental Impairment Liability Insurance, covering
liability for sudden and accidental occurrences in an amount not less than
$3,000,000 per claim and $3,000,000 in the aggregate and shall
include liability for non-sudden occurrences in an amount not less than
$6,000,000 per claim and $6,000,000 in the aggregate.
d.
HAZARDOUS WASTE TRANSPORTATION – When applicable, the
Contractor shall designate the hauler and furnish a Certificate of
_____________________________________________________________________________________________________________________
1221260100
Bid #122126CS
CONSTRUCTION CONTRACT
PAGE C-3
SECTION 6
______________________________________________________________________________
Insurance from the hauler for Automobile Liability insurance with
Endorsement MCS90 for liability arising out of the transportation of
hazardous materials with an amount not less than $1,000,000 annual
aggregate and provide a valid EPA identification number.
*****Note: CERTIFICATES OF INSURANCE shall clearly state the hazardous
material exposure work being performed under the contract.*****
6.
BUILDERS’ RISK – PROPERTY COVERAGE: When applicable (none
required on projects below $25,000), a special form coverage shall include,
but not be limited to:
a.
Storage and transport of materials, equipment, supplies of any kind
whatsoever to be used on or incidental to the project
b.
Theft coverage
c.
Waiver of Occupancy Clause endorsement, which will enable the County
to occupy the facility under construction/renovation during such activity
d.
Limits of insurance to equal 100% of the insurable completed contract
amount of such addition(s), building(s) or structure(s), on an agreed
amount/replacement cost basis, and
e.
Maximum deductible clause of $10,000 each claim
POLICY FORM
1.
Unless specific approval is given, all policies required by this contract with the
exception of Professional Liability and Workers’ Compensation are to be
written on an occurrence basis. Commercial General Liability policies shall
name Sarasota County Government as additional insured as their interest
may appear under this contract.
2.
Insurance requirements itemized in this contract and required of the
Contractor shall be provided on behalf of all sub-contractors to cover their
operations performed under this contract. The Contractor shall be held
responsible for any modifications, deviations, or omissions in these insurance
requirements as they apply to sub-contractors.
3.
Each insurance policy required by this contract shall:
4.
a.
Apply separately to each insured against whom claim is made and suit is
brought, except with respect to limits of the insurer’s liability
b.
Not be suspended, voided or canceled by either party except after thirty
(30) calendar days prior written notice by certified mail, return receipt
requested, has been given to County Risk Management.
The County shall retain the right to review, at any time, coverage, form, and
amount of insurance.
_____________________________________________________________________________________________________________________
1221260100
Bid #122126CS
CONSTRUCTION CONTRACT
PAGE C-4
SECTION 6
______________________________________________________________________________
5.
The procuring of required policies of insurance shall not be construed to limit
Contractor’s liability nor to fulfill the indemnification provisions and
requirements of this contract.
6.
The Contractor shall be solely responsible for payment of all premiums for
insurance contributing to the satisfaction of this contract and shall be solely
responsible for the payment of all deductibles and retentions to which such
policies are subject.
7.
Claims Made Policies will be accepted for Professional Liability, Workers’
Compensation and Hazardous Materials, and such other risks as are
authorized by County Risk Management. All Claims Made Policies contributing
to the satisfaction of the insurance requirements herein shall have an
extended reporting period option or automatic coverage of not less than two
years. If provided as an option, the Contractor agrees to purchase the
extended reporting period on cancellation or termination unless a new policy
is effected with a retroactive date, including at least the last policy year.
8.
Certificates of Insurance evidencing Claims Made or Occurrence Form
Coverage and conditions to this Contract are to be furnished to Sarasota
County Risk Management (1660 Ringling Boulevard, 4th Floor, Sarasota, FL
34236) prior to commencement of work AND a minimum of thirty (30)
calendar days prior to expiration of the insurance contract, when applicable.
All insurance certificates shall be received by County Risk Management before
the Contractor will be allowed to commence or continue work.
9.
Notices of Accidents (occurrences) and Notices of Claims associated with work
being performed under this Contract, shall be provided to the
Contractor’s/sub-Contractor’s/Consultant’s insurance company and County
Risk Management as soon as practicable after notice to the insured.
10.
The Certificate of Insurance must include the following:
a. In the “Description of Operations/Special Provisions” section:
•
Sarasota County Government is named as an additional insured, as
their interests may appear on Commercial General Liability.
•
Note: ACORD 2009 edition can use “X” for General Liability Additional
Insured inclusion.
b. In the “Certificate Holder” section:
Sarasota County Government
Attn: Risk Management
1660 Ringling Blvd., 4th floor
Sarasota, FL 34236
VI.
Contractor’s Affidavit: When all work contemplated by the contract has been
completed, inspected, and approved by the County or its duly authorized agent, the
Contractor shall furnish to the County the Contractor’s affidavit as required by the
Construction Lien Law, Florida Statutes Chapter 713. Signed Release of Lien may
also be required by the County at its option.
VII.
Payment: Upon certification and approval by the County or its duly authorized
agent, monthly payments may be made to the Contractor upon his application for all
services or work completed or materials furnished in accordance with the contract.
_____________________________________________________________________________________________________________________
1221260100
Bid #122126CS
CONSTRUCTION CONTRACT
PAGE C-5
SECTION 6
______________________________________________________________________________
All pay requests must be submitted on diskette, with a hard copy attached, and in a
form satisfactory to the Clerk of Court who initiates disbursements.
Prior to
substantial completion, monthly payments shall be made on the value of materials
furnished or services and work completed up to the time of said application, less an
amount retained as shown on the retainage table General Conditions 13.5
Retainage. Retainage may be reduced upon issuance of the Certificate of Substantial
Completion by the County if, in the sole opinion of the County, sufficient progress on
the schedule has been accomplished, all Notices of Lien have been resolved, and the
County has retained adequate retainage for the final completion of the Project and all
estimated liquidated damages. The County shall inform the Contractor’s Surety of
any reduction in retainage. Contractors must update each new pay request in
accordance with any changes made to the previous submittal. Final payment shall
be made after approval by the County or its duly authorized agent of all work,
materials or services required under this Contract.
1.
Monthly pay requests shall be submitted each month on the anniversary date
of the Notice to Proceed.
2.
Monthly pay requests for less than $200 are not acceptable and will not be
processed, except for a final pay request.
VIII. Time for Performance: Time is of the essence in the performance of this Contract.
The Contractor specifically agrees that contract time will begin on the date both the
Project Purchase Order and the Notice to Proceed have been issued. Contractor also
agrees no work will begin prior to such date. All work to be performed under the
provisions of this Contract shall be completed to Substantial Completion in not
more than ONE HUNDRED TWENTY (120) calendar days and an additional
THIRTY (30) calendar days to Final Acceptance, subject only to delays caused
through no fault of the Contractor or acts of God.
IX.
Liability of the Contractor: Pursuant to F.S.S. 725.06(2), the Contractor shall
indemnify and hold harmless Sarasota County Government from liabilities, damages,
losses, and costs, including but not limited to attorney’s reasonable fees to the
extent caused by the negligence, recklessness, or intentional wrongful conduct of the
Contractor and persons employed or utilized by the Contractor in the performance of
the contract. This Section of the Contract will survive the completion or termination
of the Contract.
X.
Changes: No changes to this Contract or the performance contemplated hereunder
shall be made unless the same are in writing and signed by the Parties hereto. In
the event of any disagreement as to the provisions of this Contract with the plans
and specifications that are made a part hereof by reference, the contract shall
control.
XI.
Liquidated Damages: The Parties to this Contract agree that time is of the
essence in the work provided for herein and that a precise determination of actual
damages which would be incurred by the County for delay in the completion of the
work provided for herein, aside from the additional cost of inspection and
supervision, would be difficult to ascertain. Accordingly, the Parties to the contract
agree that the liquidated damages for those items of damage not otherwise provided
for by this Contract, for each and every day that the time consumed in completing
the work provided for in these construction documents exceeds the time(s) allowed
therefore, shall be the amount(s) stated below per day, including Saturdays,
_____________________________________________________________________________________________________________________
1221260100
Bid #122126CS
CONSTRUCTION CONTRACT
PAGE C-6
SECTION 6
______________________________________________________________________________
Sundays, and legal holidays. The Parties specifically agree that the liquidated
damages provided for herein do not constitute a penalty. Furthermore, since the
additional cost of inspection and supervision arising from a delay is not difficult to
ascertain, it is agreed that the Contractor shall pay, in addition to the liquidated
damages provided for herein, all expenses for inspection and supervision occasioned
by the failure of the Contractor to complete the work within the time(s) fixed for
completion herein The amount(s) of liquidated damages together with the additional
costs for inspection and supervision occasioned by the Contractor’s delay will be
deducted and retained out of the monies payable to the Contractor. If not so
deducted, the Contractor and sureties for the Contractor shall be liable therefore.
The amount of liquidated damages to be assessed for each calendar day that
Substantial Completion is delayed beyond the required date of Substantial
Completion shall be ONE HUNDRED THIRTY DOLLARS ($130.00) per day. The
amount of liquidated damages to be assessed for each calendar day that Final
Acceptance
is delayed beyond the required date of Final Acceptance shall be
THIRTY-TWO DOLLARS AND FIFTY CENTS ($32.50) per day.
XII. Contractor’s Representations: Contractor makes the following representations:
1.
Contractor has familiarized himself with the nature and extent of the contract
documents, work, locality, all local conditions, and federal, state, and local
laws, ordinances, rules, and regulations that in any manner may affect cost,
progress, or performance of work.
2.
Contractor declares that he has visited and examined the site of the work and
informed himself fully in regard to all conditions pertaining to the place where
the work is to be done, that he has examined the plans for the work and
other contract documents relative thereto and has read all the addenda
furnished prior to the opening of bids, and that he has satisfied himself
relative to the work to be performed.
3.
Contractor has investigated and is fully informed of the construction and labor
conditions, of obstructions to be encountered, of the character, quality, and
quantities of work to be performed, materials to be furnished, and
requirements of the plans and other contract documents.
4.
Contractor has studied carefully all reports of investigations and tests of
subsurface and latent physical conditions at the site or otherwise affecting
cost, progress, or performance of the work, and no additional examinations,
investigations, tests, reports, or similar data are or will be required by the
Contractor for such purposes.
5.
Contractor has given County written notice of all conflicts, errors, or
discrepancies that he has discovered in the contract documents and the
written resolution thereof by Engineer is acceptable to the Contractor.
6.
Contractor declares that submission of a bid for the work constitutes an
incontrovertible representation that the Contractor has complied with every
requirement of this Section, and that contract documents are sufficient in
scope and detail to indicate and convey understanding of all terms and
conditions for performance of work.
7.
Equal Opportunity:
The Contractor assures that no person shall be
discriminated against on the grounds of race, color, creed, national origin,
handicap, age or sex, in any activity under this Contract.
_____________________________________________________________________________________________________________________
1221260100
Bid #122126CS
CONSTRUCTION CONTRACT
PAGE C-7
SECTION 6
______________________________________________________________________________
8.
Public Entity Crimes: In accordance with Section 287.133, Florida Statutes, a
person or affiliate who has been placed on the convicted vendor list following
a conviction for a public entity crime may not submit a bid 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 public work, may not submit bids on leases or 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 Two for a period of 36 months from
the date of being placed on the convicted vendor list.
XIII. Entire Contract: These contract documents constitute the entire understanding and
contract between the parties and supersede any and all written or oral
representations, statements, negotiations, or contracts previously existing between
the parties with respect to the subject matters of this Contract. The Contractor
recognizes that any representations, statements, or negotiations made by County
staff do not suffice to legally bind the County in a contractual relationship unless they
have been reduced to writing and signed by an authorized County representative.
This Contract shall inure to the benefit of and be binding upon the Parties, their
respective assigns, and successors in interest.
Any notice or other communications concerning material
Notice Provision:
changes to the contract shall be sent via certified U.S. mail, return receipt requested,
postage prepaid to the relevant address listed below.
XIV.
Contract clarifications or questions regarding the interpretation of plans and/or
specifications not involving: (a) any contract claim and/or dispute, (b) questions of
time not involving extension, delay, or reduction of time, (c) monetary or
compensatory issues, (d) fully executed IFCAs (Interim Field Change Agreement)
and/or (e) material changes to the contract, shall be sufficiently given if delivered
personally or sent via U.S. mail, postage prepaid, addressed as follows.
Contractor Representative:
print or type information
County’s Administrative Agent:
Name
Name
John C. Chapman
Title
Title
Public Works Construction
Manager
Address
Address
1001
Sarasota
Boulevard
Center
Sarasota FL 34240
Telephone
Telephone
941-861-0570
Fax
Fax
941-861-0589
e-mail
e-mail
[email protected]
_____________________________________________________________________________________________________________________
1221260100
Bid #122126CS
CONSTRUCTION CONTRACT
PAGE C-8
SECTION 6
______________________________________________________________________________
XV.
Waivers: Failures or waivers to insist on strict performance of any covenant,
condition, or provision of this Contract by the Parties, their successors or assigns
shall not be deemed a waiver of any of its rights or remedies, nor shall it relieve the
other party from performing any subsequent obligations strictly in accordance with
the terms of this Contract.
XVI.
Modifications: This Contract may be modified only by instrument in writing and
signed by the Parties hereto as aforesaid.
XVII. Counterparts: This Contract may be executed in any number of counterparts, any
one of which may be taken as an original.
XVIII.No Third Party Rights: The parties hereto do not intend nor shall this Contract be
construed to grant any rights, privileges or interest to any third party.
XIX.
Remedies: The parties hereto agree that remedies for damages or any other
remedies provided for herein shall be construed to be cumulative and not exclusive
of any other remedy otherwise available under law.
XX.
Contractor, its employees and agents including all
Access To Records:
subcontractors, shall allow access to its records during normal business hours to the
County, its employees, and agents.
XXI.
Severability: If any provision of this Contract is found by a court of competent
jurisdiction to be in conflict with an applicable statute or ordinance, or is otherwise
unenforceable, then such provision shall be deemed null and void to the extent of
such conflict, but shall not invalidate any other provision of this Contract.
XXII. Jurisdiction and Venue: Jurisdiction and venue for purposes of any legal action
founded upon this Contract shall be in Sarasota County, Florida. This Contract shall
be governed by the laws of the State of Florida.
There will be no arbitration on claims allegedly arising under this Contract between
the County and the Contractor.
In the event of a dispute or claim arising out of this Contract, the parties agree first
to try in good faith to settle the dispute by mediation in Sarasota County, Florida
under the Commercial Mediation Rules of the American Arbitration Association,
before resorting to litigation. In the event such mediation does not result in a
suitable resolution, then litigation will be used. The parties agree that in the event of
litigation they waive any and all rights to a trial by jury.
The remainder of this page is left intentionally blank.
_____________________________________________________________________________________________________________________
1221260100
Bid #122126CS
CONSTRUCTION CONTRACT
PAGE C-9
SECTION 6
______________________________________________________________________________
IN WITNESS WHEREOF, the parties have hereto set their hands and seal the day and year
first above-mentioned.
WITNESS:
CONTRACTOR:
Print name:
Print name:
Signed by:
Signed by:
Date:
Title:
Date:
(SEAL)
SARASOTA COUNTY
BOARD OF COUNTY COMMISSIONERS
OF SARASOTA COUNTY FLORIDA
By:
Chair
Date:
(SEAL)
ATTEST:
Karen E. Rushing, Clerk of Circuit
Court and Ex-Officio Clerk of the Board
of County Commissioners
By:_______________________________
Deputy Clerk
APPROVED AS TO FORM AND CORRECTNESS:
By:_______________________________
County Attorney
_____________________________________________________________________________________________________________________
1221260100
Bid #122126CS
CONSTRUCTION CONTRACT
PAGE C-10
SECTION 6
____________________________________________________________________________________________
SARASOTA COUNTY GOVERNMENT
MINORITY BUSINESS ENTERPRISE PROJECT PLAN
1) Project Name:
4) Type of Subcontract Work
5) Subcontractor or
Materials-Men Name
2) Total Bid Price :
3) 5% of Total Bid Price
6) Dollar Amount
7) H, I, J, K, M,
AD
8) (A)
(GFE)
TOTAL DOLLAR AMOUNT
9) I certify, under penalty of perjury, for the Project shown above, that for the subcontracts, material-men Contracts and the
good faith effort listed above, Certified Minority Business Enterprises shall complete the subcontracts as shown or that Good
Faith Effort did occur. I further certify that this plan shall be carried out throughout the Project life and that any proposed
changes shall be submitted in writing, for prior approval of the County.
Company Name:
__________________________________________________________________________________________
Address:
_______________________________________________________________________________________________
City: _______________________________________________ State: ____________ Zip: ________________________
Telephone:
____________________________________________________________________________________________________
Signature of Company Officer:
Date: _________________________
Title: __________________________________________________
Notary Signature __________________Notary Seal______________Type of Identification _________ Date _____________
GENERAL INFORMATION: Only the vendor selected for award of this Bid is required to complete, sign, and submit this
Minority Business Enterprise (MBE) plan. The awardee is encouraged to subcontract no less than 5% of their total Bid price with
Certified MBE firms. Note: When funding is being provided by an outside agency (Example: FDEP, CDBG, State Revolving
Funds, etc.) their requirements will take precedence.
MBE firms that have completed certification with the State of Florida shall be automatically eligible. Subcontractors listed in the
MBE Project Plan are subject to the Subcontractor terms and requirements listed in the Bid specifications and Project Contract.
(If needed continue on attached pages.)
__________________________________________________________________________________________________________________________________________
MINORITY BUSINESS ENTERPRISE PROJECT PLAN
PAGE MBE-1
SECTION 6
____________________________________________________________________________________________
SARASOTA COUNTY GOVERNMENT
MINORITY BUSINESS ENTERPRISE PROJECT PLAN
INSTRUCTIONS: (Below numbered paragraphs correspond to the numbered boxes on the Project Plan)
1)
Enter the Project name shown on the front of the Bid Specifications.
2)
Enter your Total Bid Price for the Project. If there are alternates involved in the Bid, enter the figure elected by the
County for award purposes.
3)
Enter 5% of the Total Bid Price shown in box number (2). If your firm does not sub-Contract 5% or more of the total
Contract price you are required to list the percentage that you do intend to subcontract. The corresponding dollar
amount shall be your MBE Plan goal. In such case, correct the percentage shown in the title of this box and enter the
dollar amount of your MBE Plan goal.
4)
Enter a descriptive word or name of the type of work to be performed under the subcontract listed. There may be
only one MBE vendor or Good Faith Effort listed per subcontract. A subcontract may be listed only once in the plan.
5)
List the Subcontractor or materials-men firm’s name. Good Faith Effort may be included in the 5% MBE participation
goal. If listing Good Faith Effort from advertising, enter the newspaper’s name and advertising dates in place of the
Subcontractor’s name. Good Faith Effort credit may be obtained utilizing the following processes:
a)
SUBCONTRACT OFFER TO A MBE FIRM THAT IS DECLINED: Good Faith Effort may be listed in the MBE Project
Plan when an offer is made to a MBE firm who declines to accept the offer. The MBE firm must be a Certified
MBE firm and normally capable of providing the service/supplies required in the subcontract. Also, if you later
intend to offer such a subcontract, at an increased price or changed schedule, you must first make the same
offer to the MBE firm listed under Good Faith Effort.
b)
ADVERTISEMENT OF SUBCONTRACTS: Good Faith Effort may be listed in the MBE Project Plan for MBE
solicitation advertisements in a newspaper to which no MBE firms respond. Such advertisement must be in
newspapers of general circulation, unless otherwise approved by the County. If an advertisement is to appear
in a newspaper emanating from outside Sarasota County, it must also appear no less than once in a Sarasota
County newspaper. Qualified MBE firms responding to an advertisement must be offered the subcontract. A
record must be maintained by the Contractor of respondents considered not qualified.
c)
GOOD FAITH EFFORT CREDIT LIMIT: Good Faith Effort credit toward meeting the 5% Project Plan Goal is
limited. Regardless of the estimated dollar amount of the subcontract, no more than 3% of the 5% goal may
be established by Good Faith Effort. If establishing Good Faith Effort by advertising, no more than 1% may be
established per advertisement, and no more than a total of 3% may be established by advertising.
6)
Enter the dollar amount of the subcontract or the estimated amount of the subcontract, if listed as Good Faith Effort.
Regardless of the dollar amount of any one subcontract, more than one MBE Subcontract or Good Faith Effort may be
utilized to meet the 5% goal.
7.
Enter the correct MBE designation: (H) Black American, (J) Asian American, (K) Native American, and (M) American
Women. If entry is an advertised Good Faith Effort, with no responses, enter the designation (AD).
8)
Enter the correct designation to indicate if the Contract was (A) awarded to the MBE firm listed, or (GFE) if the
subcontract listed represents a not accepted Good Faith Effort offer to the MBE firm listed, or a qualified
advertisement.
9)
An officer of your firm must sign who has signature authority to commit the firm to compliance with this MBE Plan.
The signature must also be notarized.
__________________________________________________________________________________________________________________________________________
MINORITY BUSINESS ENTERPRISE PROJECT PLAN
PAGE MBE-2
SECTION 7
______________________________________________________________________________
Standard Form For
CONTRACTOR’S FINAL AFFIDAVIT & RELEASE of LIEN
STATE OF FLORIDA, COUNTY OF SARASOTA
Before me, the undersigned authority, personally appeared
who, after being by me first duly sworn, deposes and says that:
He is
,
1.
of
(Title of Officer)
(Name of Company)
doing business in the State of Florida, hereinafter called "Contractor".
2.
Contractor pursuant to a Contract dated ____________________________,
hereinafter referred to as "Contract", with Sarasota County, Florida, hereinafter
referred to as "County", has heretofore furnished or caused to be furnished labor,
material and services for the construction of certain improvements as more
particularly set forth in said contract.
3.
Contractor represents that all work to be performed under the aforesaid Contract has
been fully completed and that all persons and firms who furnished material, labor
and/or services incident to the completion of said work have been paid in full except
to the following:
NAME
,
(Write in "None" if all persons and firms have been paid in full)
ADDRESS
AMOUNT DUE
4.
The undersigned affiant for and in consideration of final payment to him in the
amount of $___________________, and all other previous payments paid by County
to contractor, does hereby for and in behalf of the Contractor, waive, release, remise
and relinquish the contractor’s right to claim, demand or impose a lien or liens for
work done or materials and/or services furnished or any other class of lien
whatsoever, on any of the premises owned by County on which improvements have
been completed in connection with the aforementioned contract.
5.
The affiant herein does hereby represent that he has authority to execute a full and
final Release of Lien for and in behalf of the Contractor as set forth above.
6.
The affiant herein makes this Affidavit and Release of Lien for the express purpose of
inducing County to make final disbursement and payment to the Contractor in the
amount of $_______________________.
7.
This Affidavit and Release of Lien is made by affiant with full knowledge of the
applicable laws of the State of Florida. In addition to such rights as may be afforded
to County under said applicable laws, affiant expressly agrees to indemnify and save
County harmless from any and all actual costs and expenses, including reasonable
attorney’s fees, arising out of claims by laborers, subcontractors or materialmen who
might claim that they have not been paid for services or material furnished by or
through the contractor in connection with the work performed under the
aforementioned Contract.
_____________________________________________________________________________________________________________________
BID # 122126CS
RELEASE OF LIEN
PAGE RL-1
SECTION 7
______________________________________________________________________________
_______________________________________
Name of Corporation
By: _______________________________________
President
(CORPORATE SEAL)
ATTEST:
______________________________________
Name of Corporation
_____________________________________
Secretary
Sworn to and subscribed before me
this day
(date)
_________________________________________
Notary Public
(NOTARY SEAL)
My Commission Expires:_______________________
_____________________________________________________________________________________________________________________
BID # 122126CS
RELEASE OF LIEN
PAGE RL-2
SECTION 8
GENERAL
CONDITIONS
This page left intentionally blank
INDEX
GENERAL CONDITIONS
ARTICLE
SUBJECT
PAGE
1.0
Definitions and Terms
1.1
General
4
2.0
Contractor Requirements
2.1
General
6
3.0
Contract Documents
3.1
Contract Documents
3.2
Intent
3.3
Conformed Contract Documents
3.4
Construction Plans/Drawings
3.5
Amending and Supplementing Contract Documents
3.6
Reference Standards
3.7
Reuse of Documents
7
4.0
Pre-Construction Activities
4.1
Pre-Construction Conference
4.2
Preliminary Schedules Submission and Acceptance
4.3
Notice to Proceed
4.4
Earthmoving Permit
4.5
Notifications
4.6
Audio-Visual Pre-Construction Record
4.7
Communications/Notices
5.0
Progress and Control of the Work
11
5.1
Timely Performance of the Work
5.2
Sequence of Work
5.3
Temporary Facilities/ Staging and Storage Area(s)
5.4
Use of Jobsite and Other Areas
5.5
Mobilization
5.6
Work Hours
5.7
Reimbursements to the County for Unscheduled Work Hours
5.8
Progress Meetings
5.9
Construction/Progress Schedule
5.10
As-Built Documents
5.11
Permits, Licenses, Taxes, and Laws and Regulations
5.12
Work within the County/State Rights-of-Ways
5.13
Open Excavations
5.14
Erosion Control
5.15
Maintenance of Traffic (MOT)
5.16
Subsurface and Physical Conditions
5.17
Existing Underground Facilities
5.18
Quality Control
5.19
Materials, Equipment, and Workmanship
5.20
Inspection and Testing of Materials and Equipment
5.21
Sanitary Regulations
5.22
Safety and Health Regulations/Protection of Property
5.23
Hazardous Environmental Conditions
Rev. 12/22/11
GC-Page 1 of 44
9
General Conditions
ARTICLE
SUBJECT
5.24
5.25
PAGE
Salvaged Equipment and Materials
Clean-Up and Disposal
6.0
County’s Rights
6.1
County Access to Work
6.2
County May Stop Work
6.3
County May Correct Defective Work
6.4
Right to Retain Defective Work
6.5
County May Suspend Work
6.6
County May Terminate for Cause
6.7
County May Terminate for Convenience
6.8
Partial Utilization
6.9
Project Audit
20
7.0
Contractor’s Rights and Responsibilities
7.1
General
7.2
Supervision and Superintendency
7.3
Subcontractors and Material Suppliers
7.4
Labor
7.5
Reporting Discrepancies
7.6
Project Layout
7.7
Coordination with Other Contractors
7.8
Emergencies
7.9
Patent Fees and Royalties
7.10
Safety Representative
7.11
Hazard Communication Program
7.12
Risk of Loss
7.13
Protection and Restoration of Public and Private Property
7.14
Protection of Environmental Resources
7.15
Protection of Historic and Archeological Resources
23
8.0
County’s Responsibilities and Duties
27
8.1
Status of the Construction Project Manager
8.2
Review and Approval of the Work
8.3
Resolution of Discrepancies
8.4
Recommendation of Progress Payments
8.5
Inspection and Examination of the Work
8.6
Project Representative/Inspector
8.7
Right to Reject Defective Work
8.8
Shop Drawings, Product Data, and Samples
8.9
“Or Equal” and Substitutions
8.10
Claims
8.11
Recommendation of Substantial Completion and Final Payment
8.12
Cooperation
8.13
Availability of Lands for Work
8.14
Survey/Project Controls
9.0
Work by Others
9.1
Construction by the County or by Separate Contractors
Rev. 12/22/11
GC-Page 2 of 44
32
General Conditions
ARTICLE
SUBJECT
PAGE
10.0
Cost of the Work
10.1
Lump Sum Work
10.2
Unit Price Work
10.3
Allowances
11.0
Changes, Delays, and Time Extensions
33
11.1
Changes in the Work
11.2
Interim Field Change Agreement (IFCA)/Contract Amendment
11.3
Change in Contract Price
11.4
Change in Contract Times
11.5
Delays and Time Extensions
11.6
Notice to Surety
12.0
Claims and Damages
12.1
Time of Claim
12.2
Value of Claim
12.3
Claim Form
12.4
Claims for Contract Price and Contract Times Adjustment
12.5
Continuation of the Work
12.6
County’s Action
37
13.0
Payments to Contractor and Completion
13.1
General
13.2
Supporting Documentation
13.3
Progress Payments
13.4
Payment for Stored Materials
13.5
Retainage
13.6
County May Withhold Payments
13.7
Liquidated Damages
13.8
Prompt Payment
13.9
Substantial Completion
13.10 Final Inspection
13.11 Final Acceptance
13.12 Release of Liens
13.13 Final Payment
13.14 Final Completion Delayed
38
14.0
Manufacturer's Instructions and Services
14.1
Manufacturer’s Instruction, Service and Parts Manual
14.2
Manufacturer’s Supervision
42
15.0
Warranty and Guarantee Provisions
15.1
Warranty and Guarantee Provisions
42
16.0
Miscellaneous
16.1
Certified Chemicals
16.2
Fuel Adjustments
16.3
Equipment Maintenance
16.4
Spill Prevention/Containment
16.5
Disposal of Pollutants
43
Rev. 12/22/11
GC-Page 3 of 44
32
General Conditions
GENERAL CONDITIONS
1.0 DEFINITIONS AND TERMS
1.1
GENERAL: Wherever used in the Contract Documents and printed with initial capital letters, the terms
listed below will have the meanings indicated which are applicable to both the singular and plural, as well
as pronouns used in their place. This list is not meant to be all inclusive, as other terms may be defined
elsewhere in the Contract Documents printed with initial capital letters.
ADDENDA: Written or graphic instruments issued prior to the opening of bids which clarify, correct, or
change the Contract Documents.
ADMINISTRATIVE AGENT: The County staff person acting as the County’s authorized representative,
responsible for the performance and final acceptance of the Work. This agent, named in the Contract, has
responsibility for Contract Document interpretations, Contractor compliance with the terms of the
Contract, and resolutions in cases of Contract Document discrepancies, claims, disputes, and noncompliance.
APPLICATION FOR PAYMENT: The form acceptable to the County which is to be used by the
Contractor during the course of the Work in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is required by the Contract.
CLAIM: A written demand or assertion by the County or the Contractor seeking an adjustment of
Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract.
CONFORMED CONTRACT DOCUMENTS: The formal Contract Documents prepared by the County,
incorporating all addenda, completed bid form, Performance and Payment Bond, Insurance Certificate(s),
and other forms required by the Contract into a bound set of final documents which will be exclusively
used and recognized during the construction of the Work. Each set of Conformed Contract Documents
will be so labeled and sequentially numbered as to be readily identifiable as copies of the authentic
Contract Documents.
CONSTRUCTION CONTRACT: The written Contract executed by the County and the Contractor for
the performance of the Work, which incorporates by reference, all Contract Documents.
CONSTRUCTION PLANS/DRAWINGS: A set of drawings prepared and/or approved by the
Engineer/Architect of Record, which graphically shows the scope, extent, and character of the work to be
furnished and performed by the Contractor. Shop Drawings and other Contractor submittals are not
Construction Plans/Drawings as so defined.
CONSTRUCTION/PROGRESS SCHEDULE: A time schedule prepared and submitted by the Contractor
in an approved form and in a Primavera compatible approved format, describing the sequence and
duration of activities comprising the Contractor’s plan to accomplish the Work within the prescribed
Contract Times.
CONSTRUCTION PROJECT MANAGER:
Authorized County representative with specific
responsibilities and duties as defined by the County for management of specified portions of the Contract.
CONTRACT: The totality of the Contract Documents.
CONTRACT AMENDMENT: A form of Contract Modification requiring formal Sarasota County
Commission approval.
CONTRACT DOCUMENTS: All documents listed in Article III of the Construction Contract.
CONTRACT MODIFICATION: A document signed by the County and the Contractor authorizing an
addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times,
issued on or after the Effective Date of the Contract.
CONTRACT PRICE: The Contractor’s bid price accepted by the County, including or excluding additive
or deductive alternates, as stipulated in Article II of the Construction Contract.
Rev. 12/22/11
GC-Page 4 of 44
General Conditions
CONTRACT TIMES: The number of calendar days stipulated in Article VIII of the Construction
Contract provided to the Contractor to achieve Milestones (as stipulated), Substantial Completion, and
Final Completion of the Work, as defined herein.
CONTRACTOR: The person, firm, or corporation who executed the Construction Contract with the
County, and who is responsible for the completion of the Work.
COUNTY: Political subdivision of the State of Florida including the SARASOTA COUNTY
COMMISSION, the entity with whom the Contractor has entered into the Contract and for whom the
Work is to be performed, including the County Engineer or designated representative.
DAY: The word “day” means a calendar day of 24 hours measured from midnight to the next midnight.
EFFECTIVE DATE OF THE CONTRACT: The date the Construction Contract is approved and signed
by the County, on which date the Contract becomes effective.
ENGINEER/ARCHITECT OF RECORD: The person, firm or corporation registered in the State of
Florida as a Professional Engineer/Architect, or Professional Engineering/ Architectural Company,
responsible for the preparation and approval of the Construction Plans/Drawings and Technical
Specifications; the permitting of the project with Federal, State, and local agencies having jurisdiction
over the Work; and for certification that the Work completed was in substantial conformance with the
approved plans and specifications, and/or noting and recording exceptions that did not substantially affect
the functionality or quality of the Work required for its intended use. The Engineer/Architect of Record
may be one or more persons, firms or corporations.
FIELD ADJUSTMENT: A minor modification to the Construction Plans/Drawings directed by the
County, which may involve a structure location or quantity change as may be found desirable to avoid
any obstructions, interference with existing structures, or for other reasons that would benefit the Work,
without causing or creating a scope change to the Work.
FINAL COMPLETION AND ACCEPTANCE: The date when the Work is completed and approved by
the County and the Contractor, including completion of all punch list items, submittal of approved asbuilt drawings, and completion of all other project close-out requirements, all as defined in the Contract
Documents. Evidence witnessing this date will be issued in the “Final Completion and Acceptance
Certificate”.
INTERIM FIELD CHANGE AGREEMENT (IFCA): A form of Contract Modification within the
general scope of the Contract, which does not result in the Contract Price exceeding the amount stipulated
in the Construction Contract. This Contract document, approved and signed by the County and the
Contractor, authorizes an addition, deletion, or revision in the Work or an allocation of the Contract
contingency or adjustment to the Contract Times, issued on or after the Effective Date of the Contract.
JOBSITE: Lands or areas indicated in the Contract Documents as being furnished by the County upon
which the Work is to be performed, including rights-of-ways and easements for access thereto, and such
other lands indicated by the County which are designated for the use of the Contractor.
MILESTONE: A principal event or Work item, specified in the Contract Documents relating to an
intermediate completion date or time prior to Substantial Completion of all the Work.
NOTICE: A formal written correspondence rendered by the Contractor or the County for the purposes of
providing notice to the parties of transmittals, requesting information, conditions discovered, pending
actions, claims, and other actions pursuant to the Contract requirements.
NOTICE TO PROCEED: A written notice given by the County to the Contractor fixing the date on
which the Contract Times will commence to run and on which date the Contractor shall start to perform
the Work under the Contract. The Notice to Proceed will fix the dates of Milestones, where applicable,
Substantial Completion, and Final Completion of the Contract, based on the stipulated Contract Times.
“OR EQUAL”/SUBSTITUTION: An item reviewed and approved by the County following the effective
date of the Contract based on the Contractor’s submittal of alternates or substitutions for
equipment/supplies/materials in response to the Technical Specifications denoting the item by a brand
name followed by the term “or equal”.
Rev. 12/22/11
GC-Page 5 of 44
General Conditions
PROJECT: The entire construction or installation to be performed which the Work under this Contract
may be the whole or part.
PROJECT REPRESENTATIVE (PR)/ INSPECTOR: Authorized field representative of the County,
responsible for periodic oversight of the Work, with specific duties and limitations as outlined in these
General Conditions.
SCHEDULE OF SUBMITTALS: A schedule of submittals required by the Contract Documents prepared
and maintained by the Contractor, of required submittals and the time requirements to support scheduled
performance of related Work activities.
SCHEDULE OF VALUES: A cost schedule prepared and maintained by the Contractor, allocating
portions of the Contract Price to various Lump Sum items of the Work as defined in the Contract
Documents, and used as the basis for reviewing and approving the Contractor’s application for payment.
SHOP DRAWINGS: All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for the Contractor and submitted by the Contractor to
illustrate some portion of the Work.
SUBCONTRACTOR: An individual or entity having a direct contract with the Contractor or with any
other Subcontractor for the performance of a part of the Work.
SUBSTANTIAL COMPLETION: Occurs when the Work is sufficiently complete, in accordance with
the Contract Documents, so that the Project or specified part of the Project can be utilized for the purpose
for which it was intended. The date of Substantial Completion will be evidenced in writing by the
“Certificate of Substantial Completion”, approved and signed by the Contractor and the County’s
Administrative Agent.
SUPPLEMENTAL GENERAL CONDITIONS: That part of the Contract Documents which amends or
supplements these General Conditions.
SURETY: Any person, firm, or corporation that has executed as Surety the Contractor's Bid Bond and/or
Performance and Payment Bond securing the performance of the Construction Contract.
TECHNICAL SPECIFICATIONS:
That part of the Contract Documents consisting of written
requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
UNDERGROUND FACILITIES: All underground pipelines, conduits, ducts, cables, wires, manholes,
vaults, tanks, tunnels, or other facilities or attachments, and encasements containing such facilities,
including those that convey electricity, gases, steam, liquid petroleum products, telephone, or other
communications, cable television, water, wastewater, reuse water, storm water, other liquids or chemicals,
or traffic or other control systems.
WORK: The entire construction required to be provided under the Contract. Work includes and is the
result of performing or providing all plant, labor, equipment, tools, services, and documentation necessary
to produce such construction, and furnishing, installing, and incorporating all materials and equipment
into such construction, all as required by the Contract Documents.
2.0 CONTRACTOR REQUIREMENTS
2.1
GENERAL: The Work covered by the Contract Documents includes the furnishing of all plant, labor,
equipment, tools, materials and performing all operations and construction work, including all
appurtenant work, in accordance with the Contract Documents. The Contractor shall perform all
operations, construction, and incidentals necessary to complete the Work in a turnkey condition. The
Contractor may subcontract a portion of the Work, but shall perform with his own organization work
amounting to not less than fifty one percent (51%) of the total Contract Price.
Rev. 12/22/11
GC-Page 6 of 44
General Conditions
3.0 CONTRACT DOCUMENTS
3.1
CONTRACT DOCUMENTS: Refer to Article III of the Construction Contract for the list of Contract
Documents included in the Contract. The Contract Documents comprise the entire Contract between the
County and Contractor.
3.2
INTENT:
A. It is the intent of the Contract Documents to describe the Work (or part thereof) to be constructed by
the Contractor, which results in a complete and functional product. Any plant, labor, materials,
equipment, tools, and services that may be reasonably inferred from the Contract Documents or from
prevailing custom or trade usage as being required to produce the intended results will be provided
whether or not specifically called for at no additional cost to the County.
B. The several parts of the Contract are intended to be complimentary in describing the Work and the
responsibilities of the Contractor and the County and any requirements stipulated in one part of the
Contract Documents is as binding on the parties as though occurring in all. In the event there are any
conflicting provisions or requirements among the Contract Documents, the provisions and
requirements of the Contract Documents shall take the following order of precedence:
1.
2.
3.
4.
5.
6.
7.
IFCA and Contract Amendments
Construction Contract
Special Conditions
Supplemental General Conditions
General Conditions
Technical Specifications
Construction Plans/Drawings
In case of discrepancy concerning dimension, quantity, and location, graphic drawings will take
precedence over the specifications; explanatory notes on the drawings will take precedence over
conflicting drawn indications; and large scale details will take precedence over smaller scaled
drawings. In case of discrepancy concerning quality and/or quantity within the documents, the
Contractor shall include the better quality and/or the greater quantity, unless otherwise determined in
writing by the County.
Interpretations and resolution of discrepancies within the Contract Documents shall be made solely by
the County’s Administrative Agent and issued in writing upon receipt of the Contractor’s written
request.
C. The Contractor shall fully comply with all requirements of the Contract. No verbal agreement or
conversation with any agent or employee of the County, Construction Project Manager or the
Engineer/Architect of Record either before or after the execution of the Construction Contract shall
affect or modify any of the terms or obligations contained in the Contract.
3.3
CONFORMED CONTRACT DOCUMENTS: Following award of the Contract, the County will prepare
the Conformed Contract Documents, providing one (1) originally signed and executed set to the
Contractor. Up to three (3) additional copies of the Conformed Contract Documents will be provided to
the Contractor at no charge. Additional copies of the Conformed Contract Documents may be obtained
from the County upon payment of reproduction costs. One complete set of Construction Plans/Drawings
and Technical Specifications shall be maintained at the Jobsite for as-built drawings preparation by the
Contractor, and shall be available for review by the County at all times.
3.4
CONSTRUCTION PLANS/DRAWINGS:
A. Refer to Article III of the Construction Contract for the list of Construction Plans/Drawings.
B. The general character and scope of the work is illustrated by the Construction Plans/Drawings. These
drawings, which show the scope, extent and character of the work to be furnished and performed by
the Contractor have been prepared and/or approved by the Engineer/Architect of Record, and are
referred to in the Contract Documents. Shop drawings are not Construction Plans/Drawings as so
defined.
Rev. 12/22/11
GC-Page 7 of 44
General Conditions
C. Checking of Drawings and Dimensions:
1) The Contractor shall check all drawings immediately upon their receipt and shall promptly
notify the County in writing of any discrepancies. Anything shown on the drawings and not
mentioned in the Technical Specifications, or mentioned in the Technical Specifications and
not shown on the drawings, shall be of like effect as if shown or mentioned in both.
2) Figures marked on all drawings shall, in general, be followed in preference to scale
measurements. Large-scale drawings shall, in general, govern small-scale drawings. The
Contractor shall compare all drawings and verify the figures before laying out the work and
will be responsible for any errors which might have been avoided thereby. When dimensions
on the drawings are affected by the type of equipment selected, the Contractor shall adjust
such dimensions as conditions may require, upon written notification and approval of the
County.
3.5
AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS:
A. The Contract may be amended to provide for additions, deletions, and revisions in the Work or to
modify the terms and conditions thereof by an Interim Field Change Agreement (IFCA), or a Contract
Amendment.
B. The requirements of the Contract may be supplemented and minor variations and deviations in the
Work may be authorized by a written interpretation or clarification, or by a Field Adjustment as
directed by the County.
3.6
REFERENCE STANDARDS:
A. Reference to standards, specifications, manuals, or codes of any technical society, organization, or
association, or to laws or regulations, whether such reference be specific or by implication, shall
mean the standard, specification, manual, code, or laws or regulations in effect on the Effective Date
of the Contract, except as may be otherwise specifically stated in the Contract.
B. No provision of any such standard, specification, manual, or any instruction of a manufacturer or
supplier shall be effective to change the duties or responsibilities of the County or the Contractor or
any of their Subcontractors, consultants, agents, or employees from those set forth in the Contract.
No such provision or instruction shall be effective to assign to the County or any of their authorized
representatives, any duty or authority to supervise or direct the performance of the Work or any duty
or authority to undertake responsibility inconsistent with the provisions of the Contract.
3.7
REUSE OF DOCUMENTS:
A. The Contractor and any Subcontractor or supplier or other individual or entity performing or
furnishing all or any portion of the Work, shall not:
1) Have or acquire any title to or ownership rights in any of the drawings, specifications, or
other documents (or copies of any thereof) prepared by or bearing the seal of the
Engineer/Architect of Record or the Engineer/Architect of Record’s consultants, including
electronic media editions.
2) Reuse any of such drawings, specifications, other documents, or copies thereof on extensions
of the Project or any other project without written consent of the County and the
Engineer/Architect of Record and specific written verification or adaption by the
Engineer/Architect of Record.
B. The prohibition of this paragraph will survive final payment, or termination of the Contract. Nothing
herein shall preclude the Contractor from retaining copies of the Contract Documents for record
purposes.
Rev. 12/22/11
GC-Page 8 of 44
General Conditions
4.0 PRE-CONSTRUCTION ACTIVITIES
4.1
PRE-CONSTRUCTION CONFERENCE:
A. Following award of the Contract, the County may schedule a pre-construction conference. Attendees
of the conference shall be the Contractor and the Contractors proposed superintendent, the County
and authorized representative(s), utility company representatives, and other interested parties.
B. The pre-construction conference is intended to establish a working understanding among the parties,
and to review work schedules, procedures for handling shop drawings and other submissions,
processing of progress payments, and such other matters as may be pertinent to the Work. The
Contractor shall submit, for approval by the County, a summary of the proposed work approach, a
preliminary Schedule of Values, a preliminary Submittals Schedule, a preliminary
Construction/Progress Schedule, emergency contact phone numbers, Labor and Equipment Rate
Schedule (excluding overhead and profit), and any other information as required for the preconstruction conference.
4.2
PRELIMINARY SCHEDULES SUBMISSION AND ACCEPTANCE:
A. SCHEDULE OF VALUES:
1) This schedule includes quantities and prices for all Lump Sum bid items, which when added
together equal the Lump Sum Contract Price for each such item bid, and subdivides the Lump
Sum items into component parts in sufficient detail to serve as the basis for the review and
approval of progress payments during performance of the Work. Such prices will include an
appropriate amount of overhead and profit applicable to each Lump Sum item of Work bid.
2) The Contractor’s Schedule of Values will be acceptable to the County as to form and substance if
it provides a reasonable allocation of the Lump Sum Contract Prices to component parts of the
Lump Sum item of Work.
B. SUBMITTALS SCHEDULE:
1) This schedule, which is incorporated into the Construction/Progress Schedule, provides for the
review and acceptance of the Contractor’s submittals required by the Contract Documents, and
must provide sufficient time for the County review so as to comply with the Contract Times.
2) This schedule shall also include any Contractor proposed substitutions/”or equal” products
requiring review by and approval of the County. The Contractor shall provide sufficient time in
the Construction/Progress Schedule for such product review.
3) The Contractor’s schedule of submittals will be acceptable to the County if it provides for a
workable arrangement for reviewing and processing the required submittals as shown on the
Progress Schedule.
C. CONSTRUCTION/PROGRESS SCHEDULE:
1) This construction schedule, prepared in Primavera compatible critical path format, indicating the
times (numbers of days or dates) for starting and completing the various items and stages of the
Work, including the scheduling of any Milestones specified in the Contract Documents,
Substantial Completion, and Final Completion. The initial submittal shall, at a minimum,
indicate the late start dates and late finish dates required to meet the Contract Times.
2) The Contractor’s Progress Schedule will be acceptable to the County if it provides for an orderly
progression of the Work to completion within the Contract Times. Such acceptance will not
impose on the County responsibility for the Progress Schedule, for sequencing, scheduling, or
progress of the Work, nor interfere with or relieve the Contractor from the Contractor’s full
responsibility therefore.
D. The County will provide the Contractor with its comments to the above schedules. No Progress
Payment will be made to the Contractor until acceptable schedules are submitted to the County.
4.3
NOTICE TO PROCEED: A written Notice will be provided to the Contractor by the County affirming
the date on which the Contract Times will commence to run. The date of the Notice to Proceed generally
begins the Contract Times unless another date is otherwise agreed to by the County and the Contractor,
and is the date on which the Contractor shall start to perform the Contractor’s obligations under this
Contract. This Notice to Proceed will also set the completion dates for Milestones (where applicable),
Rev. 12/22/11
GC-Page 9 of 44
General Conditions
Substantial Completion, and Final Completion of the Work. No work shall commence at the Jobsite prior
to the date on which the Contract Times commence to run.
4.4
EARTH MOVING PERMIT:
A. Temporary storage and stockpiling of materials resulting from earthmoving activities on private
property will require a permit based on the Sarasota County Earthmoving Ordinance. The Contractor
is responsible for obtaining an Earthmoving Permit prior to commencing construction, in the event
the Contractor plans on storing and stockpiling such materials on private property.
B. Earthmoving activities, such as excavating, hauling, receiving, and stockpiling, performed in
connection with a Sarasota County construction or maintenance project, and performed within and
upon County owned property and rights-of-ways, is authorized under the Sarasota County
Earthmoving Ordinance as an exemption. These activities, however, may be subject to certain
submittals per the Earthmoving Ordinance. The Contractor is responsible for determining what, if
any, submittals are required in order to comply with the Earthmoving Ordinance.
4.5
NOTIFICATIONS:
A. Notice to the County: The Contractor shall give the County five (5) days advanced written notice of
the date scheduled to commence Work under this Contract in order that required County actions may
be started sufficiently in advance of the Contractor's operations. This Notice to the County shall be
given within the time frame of the issuance of the Notice to Proceed.
B. Notification of Utility Companies: The Contractor shall notify the utility companies and agencies
well ahead of the proposed Work. The Contractor shall cooperate with all affected utility companies
and provide schedules, etc., when requested.
C. Emergency Vehicle Notification: The Contractor shall notify the police, fire department, and
ambulance services of the proposed construction schedule one week in advance of the proposed
Work.
D. Resident Notification: The Contractor will provide notification to all residents affected by, and
adjacent to the Work. The notification will be delivered no less than one week prior to construction
commencement. Notices shall be hand-delivered door to door to the properties first affected by the
construction; thereafter properties to be affected within five (5) days of construction shall receive
notice thereof. The door hanger format shall be developed by the County for use by the Contractor.
4.6
AUDIO-VISUAL PRE-CONSTRUCTION RECORD: Prior to commencing the Work, the Contractor
shall have a continuous color audio-video record in digital video format taken at and around the Jobsite,
and along the length of the proposed Work, to serve as a record of pre-construction conditions. No
construction shall begin prior to review and acceptance of the digital video’s covering the Work area(s)
by the County. The County shall have the authority to reject all or any portion of the audio-video
recordings not conforming to the specifications and order that it be redone at no additional charge. The
Contractor shall promptly reschedule the re-recording of unacceptable coverage after being notified. The
County will designate those areas, if any, to be omitted from or added to the audio-video coverage. The
audio-video recordings shall not be made more than thirty days prior to construction start. All audio/video
recordings and written records related to the recordings shall become property of the County. Submittals
of pre and post Construction digital video recordings will be as specified in the Contract Documents.
4.7
COMMUNICATIONS/NOTICES:
A. Communications: Except as otherwise provided in the Contract, the County and the Contractor shall
endeavor to communicate to each other on matters arising out of or relating to the management of the
Work. Communications by and with the County’s consultants shall be through the County.
Communications by and with Subcontractors and material suppliers shall be through the Contractor.
Communications by and with separate contractors shall be through the County.
B. Notices: All forms of notices given by the Contractor or the County must be in writing, and delivered
to the other party in the manner of and within the time prescribed by the Contract Documents. If a
written notice is not presented in a timely manner, it is presumed not to have been given.
Rev. 12/22/11
GC-Page 10 of 44
General Conditions
5.0 PROGRESS AND CONTROL OF THE WORK
5.1
TIMELY PERFORMANCE OF THE WORK:
A. Time limits stated in the Construction Contract are of the essence of the Contract. By executing the
Contract, the Contractor confirms that the Contract Times stated in the Construction Contract are
reasonable periods for performing the Work.
B. The Contractor shall execute the Work in such time and with such forces of workers, materials,
equipment and tools as are required to complete the Work as contemplated in the Contract Documents
and detailed in the current Construction/Progress Schedule. If at any time the workers, materials,
equipment and tools used are insufficient or improper for securing the quality of work required, or the
required rate of progress, the Contractor shall increase its efficiency and improve the quality of its
work to comply with the Contract Documents and as is necessary to complete the Work within the
Contract Times.
5.2
SEQUENCE OF WORK:
A. The Contractor shall schedule the Work as set forth in the Contract Documents, and where shown,
perform the Work in stages as indicated in the Contract Documents.
B. The Contractor shall submit a Work sequence schedule/plan to the County for review prior to any
construction activity. This Work sequencing, once approved, shall be reflected in the
Construction/Progress Schedule. The Contractor shall take into consideration any special conditions,
restrictions and allowances identified in the Contract Documents, when developing the sequence
schedule and implementing the Work.
C. Special conditions, restrictions and allowances may be required to minimize inconvenience to the
general public and to expedite the restoration efforts.
5.3
TEMPORARY FACILITIES/STAGING AND STORAGE AREA(S):
A. The Contractor shall provide adequate facilities at every stage of performing the Work.
B. The types of facilities and utility services required for general temporary use at the Jobsite may
include the following (other specific services may be required for specific construction methods or
operations):
1) Water service (potable for certain uses).
2) Portable sanitary facilities.
3) Drainage and run-off control facilities.
4) Compressed air service.
5) Electric power service.
C. In setting up temporary facilities, the Contractor shall:
1) Follow all applicable codes and ordinances that may govern the permitting and inspection by
governing authorities in establishing the temporary facilities.
2) Comply with pollution and environmental protection regulations for the use of water and
other services, and for the discharge of wastes and storm water drainage from the Work area.
3) Enforce strict discipline in the use of utility services. Limit availability to essential uses, so
as to minimize waste. Do not allow the installations to be abused or endangered.
4) Provide adequate signs, fences, barricades, and flashing lights, and take all necessary
precautions for the protection of the Work area and the safety of the public.
D. Staging and Storage Areas:
1) The Contractor shall be responsible for locating, securing, and paying for staging and storage
areas located outside of the County owned property and rights-of-ways.
2) The Contractor’s attention is directed to the County requirements involving permitting for
Earth Moving activities. (See Article 4 – Pre-Construction Activities).
Rev. 12/22/11
GC-Page 11 of 44
General Conditions
E. Storage of Materials:
1) All materials, supplies and equipment, including the County supplied materials, supplies and
equipment, intended for use in the Work shall be suitably stored by the Contractor at the
Contractor’s expense, to prevent damage from exposure to the elements of nature, mixture
with foreign substances, vandalism or theft, or other cause. The Contractor shall take all
precautions against any such damage occurrence, and shall be responsible for damage
resulting there from. Delivered materials shall be stored in a manner recommended by the
manufacturer or supplier and acceptable to the County before any payment will be made.
2) The County will refuse to accept, or sample for testing any materials, supplies or equipment
that have been improperly stored or have become contaminated in any way. Materials found
unfit for use shall not be incorporated in the Work and shall immediately be removed from
the Jobsite.
3) All materials removed from the Jobsite for disposal as called for in the Contract Documents
or directed by the County, shall be performed in a legal manner in conformance with all local,
State, and Federal laws and regulations.
5.4
USE OF JOBSITE AND OTHER AREAS:
A. The Contractor shall confine construction equipment, the storage of materials and equipment, and the
operations of workers to the Jobsite and other areas permitted by laws and regulations, and shall not
unreasonably encumber the Jobsite and other areas with construction equipment or other materials or
equipment. The Contractor shall allow use of the Jobsite by other contractors, by the County, and by
the public, as applicable.
B. The Contractor shall keep the Jobsite free of rubbish and waste materials on a continual basis, and
shall restore to their original condition those portions of the Jobsite disrupted by the construction.
5.5
MOBILIZATION:
A. The Contractor shall mobilize as required for the proper performance and completion of the Work.
5.6
WORK HOURS:
A. Regular working hours are defined as up to ten (10) hours per day, Monday through Friday,
beginning no earlier than 7:00 A.M. and ending no later than 7:00 P.M., excluding Saturdays,
Sundays, and Holidays.
B. Whenever the Contractor is performing any part of the Work, with the exception of equipment
maintenance and cleanup, inspection of the Work will be required.
C. Requests for approval by the County to work other than regular working hours must be submitted to
the County at least 48 hours prior to any proposed weekend work or scheduled extended workweek
hours.
D. Periodic unscheduled work hours on weekdays will be permitted provided that two hours notice is
provided to the County. Maintenance and cleanup may be performed during hours other than regular
working hours.
5.7
REIMBURSEMENTS TO THE COUNTY FOR UNSCHEDULED WORK HOURS: The Contractor
shall reimburse the County for additional construction management and/or inspection costs incurred as a
result of unscheduled work in excess of regular working hours. At the County's option, unscheduled
work costs may either be deducted from the Contractor's monthly payment request or deducted from the
Contractor's retainage prior to release of final payment. Construction management/inspection costs shall
be as follows: Overtime and Saturday rates shall be at 1.5 times the prevailing staff rates; and Sunday and
holiday rates will be at 2 times the prevailing staff rates.
5.8
PROGRESS MEETINGS:
A. On days and at a location mutually agreed upon at the pre-construction conference, regular progress
meetings shall be held at the Jobsite, at the County’s designated office, or at the Contractor’s project
office, to review the progress of the Work, identify any utility issues and potential delays or problems,
review any required project submittals, review progress payment applications, and discuss other
issues that may arise.
Rev. 12/22/11
GC-Page 12 of 44
General Conditions
5.9
CONSTRUCTION/PROGRESS SCHEDULE:
A. The Contractor shall adhere to the currently accepted Construction/Progress Schedule as it may be
adjusted from time to time as provided below, and as may be further detailed in the Contract
Documents.
1) Schedule adjustments with no change in Contract Times: The Contractor shall submit to the
County for acceptance, proposed adjustments in the Construction/Progress Schedule that will
not result in changing the Contract Times. Such adjustments, if accepted, shall be
incorporated into a revised Progress Schedule which will be submitted with the Contractor’s
next progress payment application.
2) Proposed schedule adjustments with a change in Contract Times: Proposed changes to the
Construction/Progress Schedule that will change the Contract Times shall be submitted in
accordance with the requirements of Article 11. Adjustments in Contract Times may only be
modified by an IFCA or Contract Amendment.
5.10
AS-BUILT DOCUMENTS:
A. The Contractor shall maintain in a safe place at the Jobsite one record set of Conformed Contract
Documents, IFCAs, Contract Amendments, and written interpretations and clarifications in good
order and annotated to show changes made during construction.
B. All approved shop drawings, product data sheets, and samples, are to be made available to the County
at all times during the progress of the Work.
C. During the progress of the Work, the Contractor shall maintain accurate daily written records of the
Work performed and conditions of the Work.
D. The record set of Construction Plans/Drawings, which will become the “as-built” drawings, shall be
“red-lined” by the Contractor to show all changes in the Work, including approved materials and
equipment changes and approved changes in horizontal and vertical alignments made during the
course of the Work. All locations and dimensions shall be referenced by two (2) point swing-ties
taken from permanent, readily identifiable reference points, such as building walls and corners,
columns, utility poles, hydrants, valves, etc. All depths or elevations are to be taken from finished
floors, finished grades, or from permanent bench marks shown on the Construction Plans/Drawings.
E. Prior to approval of the Contractor’s monthly payment applications, the County shall review the asbuilt drawings to ensure that they are up-to-date, and accurate. The County may withhold progress
payments should the review reveal that the as-built drawings have not been properly maintained.
F. Upon completion of the Work, and as a pre-requisite to Final Completion and Acceptance, these asbuilt drawings shall be delivered in good condition to the County.
G. The Contractor shall be held responsible for the accuracy of the as-built drawings, and shall bear any
costs incurred in finding utilities or other concealed or buried Work items, as a result of incorrect data
furnished by the Contractor. The review of the as-built drawings by the County does not relieve the
Contractor from obligations under the Contract, and for providing the necessary information on Work
completed for the Engineer/Architect of Record’s certification.
5.11
PERMITS, LICENSES, TAXES, AND LAWS AND REGULATIONS:
A. Unless otherwise provided in the Contract, the Contractor shall obtain and pay for all necessary
permits and licenses required by Federal, State, and local agencies having jurisdiction over the Work,
prior to the start of construction. The Contractor shall adhere to the permit conditions provided in the
permits issued by all such agencies, and shall post all permits in a conspicuous location at the Jobsite.
B. The Contractor shall pay all sales, consumer, use and other similar taxes required by the laws and
regulations of the place where the Work is performed.
C. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations
related to the Work.
Rev. 12/22/11
GC-Page 13 of 44
General Conditions
5.12
WORK WITHIN THE COUNTY/STATE RIGHTS-OF-WAYS:
A. The Contractor shall refer to the latest revised editions of the Sarasota County Mobility standards, and
the Florida Department of Transportation specifications and regulations for all work within the
County and State rights-of-ways.
B. Contractor shall apply for, pay, and obtain the necessary city, County, and State Right-of-Way
Permit(s) prior to the start of any Work within a public right-of-way.
C. All private and public right-of ways, which are used or affected by the Work, will be maintained and
preserved from damage during the Contractor’s operations and restored to their original or better
condition upon completion or cessation of Work.
5.13
OPEN EXCAVATIONS:
A. All open excavations shall be adequately safeguarded by providing temporary barricades, caution
signs, lights and other means to prevent accidents to persons, and damage to property.
B. The Contractor shall comply with all provisions of the Florida Trench Safety Act. the Contractor shall
comply with all OSHA regulations referenced in the Florida Trench Safety Act, and applicable to the
construction of the Work.
C. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for
accommodating travel by vehicles, pedestrians and workmen.
D. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the County may
require special construction procedures such as limiting the length of open trench and prohibiting
stacking excavated material in the street.
E. Access to driveways must be maintained and, if disturbed or damaged, restored as soon as practical
by the Contractor.
F. The maximum length of open trench shall be forty (40) feet at any one time. Trenches shall not
remain open overnight.
G. The Contractor shall take precautions to prevent injury to the public due to open trenches. All
trenches, excavated material, equipment, or other obstacles which could be dangerous to the public
shall be barricaded and well lighted at all times when construction is not in progress.
H. All costs in connection with open excavations shall be included in the Unit Price and/or Lump Sum
prices.
5.14
EROSION CONTROL:
A. The Contractor shall develop and maintain a plan to control erosion at the Jobsite, and submit the plan
to the County for approval prior to the start of construction. The plan shall incorporate best
management practices in the use of erosion control methods, be complete and in place prior to the
start of construction in accordance with the Contract Documents, and as directed by the County.
B. The Contractor shall not commence clearing, grubbing, grading, or other construction activities which
may cause erosion until the erosion control plan is in place, and approved by the County.
C. Where certain thresholds are met relative to the amount of area disturbed by the Work, a National
Pollutant Discharge Elimination System (NPDES) permit will be required to be obtained by the
Contractor, in accordance with the Contract Documents.
D. The Contractor shall regularly inspect, maintain, and repair or replace damaged components of the
erosion control system. The Contractor shall maintain the erosion control system until final
acceptance, and thereafter, remove the temporary erosion and sediment control system promptly.
5.15
MAINTENANCE OF TRAFFIC (MOT):
A. The Contractor shall be responsible for the design, submittal, and approval by the proper reviewing
agencies, of maintenance of traffic (MOT) plans for each stage of the Work. It will be the
Contractor’s responsibility to set up and maintain the MOT according to State and local transportation
agency regulations. All MOT work shall conform to the requirements of the Sarasota County
Mobility standards.
Rev. 12/22/11
GC-Page 14 of 44
General Conditions
B. The Contractor’s work under this section includes preparing, constructing, and maintaining of
approved ingress and egress features at the temporary storage/staging facility to reduce/eliminate
tracking of mud, silt, and dust onto public and private residential streets.
C. The Contractor shall at all times so conduct his work as to insure the least possible obstruction to
traffic and inconvenience to the general public and the residents in the vicinity of the Work, and to
insure the protection of persons and property, in a manner satisfactory to the County.
D. The Contractor may not begin work until the maintenance of traffic (MOT) plan is approved in
writing by Sarasota County Mobility. Any modification to the MOT plan requires Sarasota County
Mobility written approval.
E. All spills caused by the Contractor’s operation will be cleaned up immediately.
F. All public and private streets affected by the Contractor’s hauling operations, shall be cleared of dust,
debris, and minor drippings at the end of each work day.
G. Unless otherwise provided in the Bid Form, all costs in connection with the maintenance of traffic
work shall be included in the Unit Price and/or Lump Sum prices.
5.16
SUBSURFACE AND PHYSICAL CONDITIONS:
A. Geotechnical Reports and Soil Borings: Technical data, such as reports and explorations and tests of
subsurface conditions at or contiguous to the Jobsite are included, if applicable, in the Contract Documents, and were used by the Engineer/Architect of Record in preparing the Construction Drawings.
B. Limited Reliance by the Contractor on Technical Data: The Contractor may rely upon the general
accuracy of the technical data contained in such reports. Except for such reliance on such technical
data, the Contractor may not rely upon or make any claim against the County or the
Engineer/Architect of Record, or any of their representatives or agents with respect to:
1) The completeness of such reports for the Contractor’s purposes, including, but not limited to,
any aspects of the means, methods, techniques, sequences, and procedures of construction to
be employed by the Contractor, and safety precautions and programs incident thereto; or
2) Other data, interpretations, opinions, and information contained in such reports; or
3) Any Contractor interpretation of or conclusion drawn from any technical data or any such
other data, interpretations, opinions, or information.
C. Differing Subsurface or Physical Conditions:
1) Immediately upon discovery by the Contractor of substantially differing subsurface and
physical conditions than those shown in the Contract Documents, or unusual from conditions
normally expected at Jobsites of this type, the Contractor shall promptly notify the County to
obtain a determination on how to proceed with the Work. Except in an emergency, the
Contractor shall not further disturb the Jobsite until the County investigates the conditions,
provides further testing where required, resolves the issue, and directs the Contractor to
proceed with the Work.
2) Should the County determine the conditions differ materially and increase or decrease the
Contractor’s costs or time in the performance of the Work, and upon approval of the County,
an IFCA or Contract Amendment will be prepared in accordance with the Contract.
3) If the County determines that the conditions are not materially different from those indicated
in the Contract Documents and that no change in the terms of the Contract is justified, the
County shall promptly notify the Contractor in writing, stating the reasons therefore.
4) In such cases, the Contractor shall move to another area of the Work until the issue is
resolved.
5.17
EXISTING UNDERGROUND FACILITIES:
A. The information and data shown or indicated in the Contract Documents with respect to existing
Underground Facilities at or contiguous to the Jobsite is based on information and data furnished to
the County or the Engineer/Architect of Record by the owners of such underground facilities,
including the County, or by others. The County and the Engineer/Architect of Record shall not be
responsible for the accuracy or completeness of any such information or data.
Rev. 12/22/11
GC-Page 15 of 44
General Conditions
B. The Contractor shall be responsible to maintain water, telephone, electric, cable TV, sewer, gas and
other related utility services throughout the construction of the Work at no additional cost to the
County.
C. The Contractor shall fully cooperate with all private and public utilities during the installation of their
new facilities, or repair or relocation of their existing facilities. The Contractor shall coordinate his
work accordingly and shall have no claim except for time extension for delays associated with the
proposed utility improvements.
D. The Contractor shall be fully responsible for providing all temporary piping, electrical hook-ups,
lighting, temporary structures, or whatever is required to maintain the existing utility systems.
E. The cost of all of the following will be included in the Contract Price and the Contractor shall have
full responsibility for:
1) Reviewing and checking all such Underground Facilities information and data.
2) Locating all Underground Facilities shown or indicated in the Contract Documents.
3) Coordination of the Work and cooperating with the owners of such Underground Facilities,
including the County, during construction.
4) The safety and protection of all such Underground Facilities and repairing any damage
thereto resulting from the Work.
F. If an Underground Facility is uncovered or revealed at or contiguous to the Jobsite which was not
shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents,
or not field located by the utility owner(s) with the accuracy required by Sunshine State One Call of
Florida, the Contractor shall, promptly after becoming aware thereof and before further disturbing
conditions affected thereby or performing any Work in connection therewith (except in an
emergency), identify the owner of such Underground Facility and give notice to that owner of the
facility, and to the County.
1) The County will promptly review the Underground Facility and determine the extent, if any,
to which a change is required in the Contract Documents to reflect and document the
consequences of the existence or location of the Underground Facility. During such time, the
Contractor shall be responsible for the safety and protection of such Underground Facility.
2) If the County concludes that the conflict can be avoided with a minor modification of the
Work, the County will require a Field Adjustment, instructing the Contractor how to proceed
with the Work, and document the event.
3) If the County concludes that a change in the Contract Documents is required, an IFCA or
Contract Amendment will be issued to reflect and document the event and the required
adjustments to the Work. Following consultation with the utility owner, either the utility
owner will relocate the existing Underground Facility, or an IFCA or Contract Amendment
will be issued to the Contractor for the relocation of the existing utility.
4) An equitable adjustment shall be made in the Contract Times, to the extent attributable to the
existence or location of any Underground Facility that was not shown or indicated or not
shown or indicated with reasonable accuracy in the Contract Documents or field locates.
G. In order to comply with Chapter 556 of the Florida Statutes, the Contractor is responsible for
contacting Sunshine State One Call of Florida (SSOCOF) @ 811, or 1-800-432-4770, to request a
locate ticket so that SSOCOF members that own or operate underground facilities can locate and
mark their underground facilities at and adjacent to the Jobsite. This requirement includes all
operations such as demolition, grading, dredging, ditching, drilling, boring, cable plowing or other
such activities. Notification requirements are as follows:
1) The Contractor must notify SSOCOF a minimum of two (2) full business days, excluding
Saturdays, Sundays and legal holidays, prior to excavating. Day one begins the day after the
call is made.
2) If the Contractor’s dig site is in an area that is underwater, the Contractor must call ten (10)
full business days before digging.
Rev. 12/22/11
GC-Page 16 of 44
General Conditions
5.18
QUALITY CONTROL:
A. The Contractor shall establish and maintain appropriate quality control for the Work. The Contractor
shall record any problems in complying with laws, regulations and ordinances, and corrective actions
taken. Any problems with the Work shall be reported to the County immediately, followed by written
notification of the occurrence of the incidences.
B. The Contractor shall not deviate from the approved Project permits, Construction Plans/Drawings and
Technical Specifications, without specific authorization from the County. In the event that the
Contractor determines modifications are required, the Contractor shall prepare and submit a written
request to the County including an explanation of the problem and justification for the suggested
modification.
C. The Contractor shall establish and maintain the Contractor’s own quality control program for the
Work.
D. Cutting and Patching: The Contractor shall do all cutting, fitting, and patching of the Work that may
be required to properly connect or otherwise make its several parts come together and properly
integrate with such other work. The Contractor shall not endanger any work of others by cutting,
excavating, or otherwise altering their work and will only cut or alter their work with the written
consent of the County and the others whose work will be affected.
5.19
MATERIALS, EQUIPMENT, AND WORKMANSHIP:
A. Unless otherwise stated in the Contract Documents, all workmanship, materials, and articles
incorporated in the Work shall be of good quality and new and of the most suitable grade of their
respective kinds for the purpose and shall be acceptable to the County. The County shall decide the
question of quality where the terms, “or equal”, “approved equal” or “equivalent”, are used in the
Technical Specifications following reference to a specific manufacturer of equipment or materials.
When and to the extent required by the Technical Specifications or by the County for review, the
Contractor shall provide full information, including reports and tests, concerning the materials,
equipment, or methods of work which the Contractor contemplates incorporating in the Work.
Samples of materials shall be submitted for review where required. Materials and equipment installed
or used, or unusual methods of work used without such review may be rejected without liability to the
County.
B. Defective Material, Equipment, or Work:
1) When any material or equipment not conforming to the requirements of the Contract
Documents has been delivered to the Jobsite, or incorporated in the Work, or whenever any
Work performed does not conform to the Contract Documents or is of inferior and
unacceptable quality, then such material, equipment, or work shall be deemed to be defective.
All such defective materials, equipment, or Work shall be corrected, removed, replaced or
made satisfactory to the County at no additional cost to the County.
2) The Contractor shall not be entitled to an extension of the Contract Time for correcting or
removing and replacing defective Work.
C. All materials, equipment, and installation shall be applied, installed, connected, erected, protected,
used, cleaned, and conditioned in accordance with instructions of the manufacturer or applicable
supplier, except as otherwise may be provided in the Contract Documents.
D. Special Warranties and Guaranties: All special warranties and guaranties required by the Technical
Specifications shall expressly run to the benefit of the County.
5.20
INSPECTION AND TESTING OF MATERIALS AND EQUIPMENT:
A. Unless otherwise provided in the Bid Form, all testing shall be at the expense of the Contractor.
B. The Contractor shall employ and pay for the services of an independent testing laboratory approved
by the County, to perform all inspections and tests required by the Contract Documents.
C. The Contractor shall arrange for all such testing, and give the County timely notice of the readiness of
the Work for all required inspections, tests, or approvals and shall cooperate with inspection and
testing personnel to facilitate required inspections or tests.
Rev. 12/22/11
GC-Page 17 of 44
General Conditions
D. The Contractor shall pay for all factory tests required on equipment and materials. Copies of test
results or where acceptable, certifications of compliance on equipment and materials made at the
factory or manufacturing plant, shall be furnished to the County. Test reports on equipment shall be
reviewed by the County before the equipment covered by the tests is delivered to the Jobsite. Test
requirements are set out in the detailed Technical Specifications for the particular equipment and
materials.
E. If laws or regulations of any public body having jurisdiction require any portion of the Work
specifically to be inspected, tested, or approved by an employee or other representative of such public
body, the Contractor shall assume full responsibility for arranging and obtaining such inspections,
tests, or approvals, pay all costs in connection therewith, and furnish the County the required
certificates of inspection or approvals.
F. Copies of all test results shall be provided to the County as soon as they are available.
G. Uncovering Work:
1) If any Work required to be inspected, tested, or approved, is covered prior to such inspection,
testing, or approval without written concurrence of the County, it must, if requested by the
County, be uncovered for the County’s inspection, testing, and approval, and replaced at the
Contractor’s expense.
2) If, after written concurrence by the County to cover the Work, the County considers it
necessary or advisable that the covered Work be observed, inspected, or tested by others, the
Contractor, at the County’s request, shall uncover, expose, or otherwise make available for
observation, inspection, or testing as the County may require, that portion of the Work in
question, furnishing all necessary labor, tools, material, and equipment.
3) If it is found that the uncovered Work is defective, the Contractor shall pay all costs arising
out of or relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory repairing, replacing, or reconstructing the defective Work, including but not
limited to all costs of repair or replacement of work of others.
4) If it is found that the uncovered Work previously consented in writing by the County to be
covered, is not found to be defective, the Contractor shall submit a Claim to the County for an
increase in the Contract Price or an extension of the Contract Times, or both, directly
attributable to such uncovering, exposure, observation, inspection, testing, replacement, and
reconstruction.
H. Correction or Removal and Replacement of Defective Work: Within seven (7) days of issuance of a
written notice of defective Work by the County, the Contractor shall correct all defective Work,
whether or not fabricated, installed, or completed, or, if the Work has been rejected by the County,
remove it from the Jobsite and replace it with Work that is not defective. The Contractor shall pay all
costs arising out of or relating to such correction or removal and replacement, including but not
limited to all costs of repair or replacement of work of others, caused by the defective Work.
5.21
SANITARY REGULATIONS: Adequate sanitary facilities for the use of persons employed in the Work,
properly secluded from public observations, shall be provided and maintained by the Contractor in such a
manner and at such points as shall be approved by the County. These facilities shall be maintained at all
times without nuisance and their use shall be strictly enforced. Upon completion of the Work, they shall
be removed from the Jobsite, leaving it clean and free from nuisance.
5.22
SAFETY AND HEALTH REGULATIONS/ PROTECTION OF PROPERTY:
A. The Contractor shall comply with, and ensure that the Contractor's personnel and subcontracted
personnel comply with all current applicable local, State and Federal policies, regulations, laws, and
standards relating to safety and health, including the Occupational Safety and Health Administration
(OSHA) for the General Industry (29 CFR 1910) and for the Construction Industry (29 CFR 1926).
The Contractor shall follow the Federal Environmental Protection Agency Standards and Florida
Trench and Safety Act under Florida Statutes Section 553.60-553.64. The Contractor shall observe,
follow and comply with all OSHA permitting instructions and regulations for Confined Space Entry,
29 CFR 1910.146 as related to the project. These forms can be obtained electronically from OSHA's
website. The Contractor shall post all required OSHA notices at the Jobsite.
Rev. 12/22/11
GC-Page 18 of 44
General Conditions
B. The Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Contractor shall take all necessary
precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or
loss to:
1) All persons on the Jobsite or who may be affected by the Work.
2) All the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Jobsite.
3) Other property at the Jobsite or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of the Work.
C. The Contractor shall comply with all applicable laws and regulations relating to the safety of persons
or property, or to the protection of persons or property from damage, injury, or loss; and shall erect
and maintain all necessary safeguards for such safety and protection. The Contractor shall notify
owners of adjacent property and of Underground Facilities and other utility owners when execution of
the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and
replacement of their property.
D. All damage, injury, or loss to any property caused, directly or indirectly, in whole or in part, by the
Contractor, any Subcontractor, supplier, or any other individual or entity directly or indirectly
employed by any of them to perform any of the Work, or anyone for whose acts any of them may be
liable, shall be promptly remedied by the Contractor.
E
5.23
The Contractor’s duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed, and the County has issued the Final Completion and
Acceptance Certificate.
HAZARDOUS ENVIRONMENTAL CONDITIONS:
A. If the Contractor encounters a hazardous environmental condition or if the Contractor or anyone for
whom the Contractor is responsible creates a hazardous environmental condition, the Contractor shall
immediately:
1) Secure or otherwise isolate such condition.
2) Stop all Work in connection with such condition and in any area affected thereby except in an
emergency.
3) Notify the County promptly and thereafter within 48 hours in writing confirming such notice.
4) The County shall promptly determine the necessity for the County to retain a qualified expert
to evaluate such condition or take corrective action, if any.
B. In such cases where a hazardous environmental condition is discovered, the Contractor shall move to
another area of the Work until the issue is resolved.
C. The Contractor shall not resume Work in connection with such condition or in any affected area until
after the County has obtained any required permits or clearances related thereto and delivered to the
Contractor written notice:
1) Specifying that such condition and any affected area is or has been rendered safe for the
resumption of the Work; or
2) Specifying any special conditions under which such Work may be resumed safely.
3) The County shall prepare an IFCA for an adjustment in Contract Times, as a result of such
delay, and stipulate any special conditions under which Work is agreed to be resumed by the
Contractor.
D. Contractor shall not be responsible for any hazardous environmental condition uncovered or revealed
at the Jobsite which was not shown, indicated, or identified in the Contract Documents to be within
the scope of the Work. Contractor shall be responsible for a hazardous environmental condition
created with any materials brought to the Jobsite by Contractor, Subcontractors, suppliers, or anyone
else for whom Contractor is responsible.
5.24
SALVAGED EQUIPMENT AND MATERIALS:
A. Unless otherwise directed by the County, salvaged materials, equipment or supplies are the property
of the County and shall be kept clean and properly stored as directed by the County.
Rev. 12/22/11
GC-Page 19 of 44
General Conditions
B. Should the County choose to not accept these materials they shall be removed from the Project site by
the Contractor as soon as practical.
C. All materials excavated by the Contractor and suitable for fill shall be stockpiled and used by the
Contractor as fill material for the Work. Excess suitable fill material not required for the Work shall
remain the property of the County and shall be transported by the Contractor within a 5 mile radius
and unloaded at a location determined by the County at no additional cost.
D. All materials excavated by the Contractor and not suitable for fill, and material not required by the
County shall be hauled and be properly disposed of by the Contractor at no additional expense to the
County.
5.25
CLEAN-UP AND DISPOSAL:
A. Cleanup and restoration shall be accomplished on a continuing basis throughout the performance of
the Work, and in such a manner as to maintain a minimum of nuisance and interference to the
County, residents and workers at or adjacent to the Jobsite.
B. Removal of Debris during Performance of the Work: During the progress of the Work, the Contractor
shall keep the Jobsite and other areas free from accumulations of construction debris, waste materials,
rubbish, and other debris. The Contractor shall, within a reasonable time, dispose of all residues
resulting from the Work, and shall remove and properly dispose of any surplus excavation, broken
pavement, concrete, brick, lumber, and other construction materials, and any refuse as these items
accumulate.
C. Removal and disposal of such construction debris, waste materials, rubbish, and other debris shall
conform to applicable laws and regulations.
D. Removal of Temporary Facilities: At the time the need for temporary structures or temporary utility
services or a substantial portion thereof has ended, or when the temporary structures and services
have been replaced by permanent Work, and not later than the time of substantial completion, the
Contractor shall promptly remove the installations. The Contractor shall complete and restore work,
which may have been delayed or affected by the installation and use of the temporary facilities,
including any required repairs, grading, restoration, and cleaning of exposed surfaces, and replace any
work damaged beyond acceptable restoration.
E. Final Clean-up: Prior to Final Completion and Acceptance of the Work, the Contractor shall clean the
Jobsite and the Work and make it ready for utilization by the County. At the completion of the Work,
the Contractor shall remove from the Jobsite all tools, appliances, construction equipment and
machinery, and surplus materials and shall restore to original condition or better, all property not
designated for alteration by the Contract Documents.
6.0 COUNTY’S RIGHTS
6.1
COUNTY ACCESS TO WORK: The County, including its authorized representatives and agents, and
governmental agency representatives with jurisdictional interests, shall at all times have access to the
Work wherever it is in preparation or progress, and may visit the Jobsite and observe the Work to ensure
compliance with the Contract. The Contractor shall provide the County and its agents proper and safe
conditions for such access and advise them of the Contractor’s Jobsite safety procedures and programs so
that they may comply.
6.2
COUNTY MAY STOP WORK:
A. If the Contractor’s work is repeatedly defective, or the Contractor fails to supply sufficient skilled
workers or suitable materials or equipment to complete the Work, or fails to correct a safety issue
brought to the Contractor’s attention, or fails or neglects to perform the Work in such a way that the
completed Work will not meet the Contract Time requirements, or violates in a substantial way any
provisions of the Contract, the County, may issue a written order to the Contractor to stop the Work,
or any portion thereof, until the cause for such order has been eliminated.
Rev. 12/22/11
GC-Page 20 of 44
General Conditions
B. The County may terminate payments to the Contractor for those portions of the Work affected by a
stop work order.
C. The Contractor, upon receipt of a stop work order, shall, after securing the Jobsite, immediately cease
work, and shall not be entitled to a Change in Contract Price or Contract Times as a result of such
order.
D. The Contractor may be allowed to resume work following the submission and acceptance of a work
plan addressing the cause of the stop work order, and provided that the corrective work is carried out
within seven (7) days of resuming work.
6.3
COUNTY MAY CORRECT DEFECTIVE WORK:
A. The County may, without prejudice to other remedies the County may have, issue a stop work order
to the Contractor for failure or neglect to carry out the provisions of the Contract as noted above, and
after seven (7) days written notice to the Contractor, proceed to correct or remedy any such
deficiencies either by its own forces or through the services of another contractor.
B. In such case, an appropriate IFCA or Contract Amendment shall be issued deducting from payments
then or thereafter due the Contractor the reasonable costs of correcting such deficiencies, including
the County’s expenses for additional services made necessary by such default, neglect, or failure. If
payments then or thereafter due the Contractor are not sufficient to cover such amounts, the
Contractor, or Surety, shall pay the difference to the County.
C. The Contractor shall not be allowed an extension of the Contract Times because of any delay in the
performance of the Work attributable to the exercise by the County of the County’s rights and
remedies under the Contract.
6.4
RIGHT TO RETAIN DEFECTIVE WORK:
A. If, instead of requiring correction or removal and replacement of defective Work, the County finds
and decides that any part or portion of the imperfect work is not of sufficient magnitude or
importance as to make the Work dangerous or undesirable, or if the removal of such Work would
create conditions which are dangerous or undesirable, and the County prefers to accept the defective
Work or portions thereof, the County may do so. Any portion of work not so accepted by the County
shall be removed and replaced as required by the Contract Documents. The Contractor shall be
responsible for all attributable costs of the County’s evaluation of and determination to accept such
defective Work as well as the diminished value of the Work to the extent not otherwise due to the
Contractor.
B. If any such acceptance of defective Work occurs prior to final payment, an IFCA may be issued
incorporating the necessary revisions in the Contract Documents with respect to the Work, and the
County shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished
value of Work so accepted, and the cost of evaluating the defective Work for acceptance. If the
acceptance occurs after final payment, the appropriate costs will be paid by the Contractor, or Surety,
to the County.
C. Such retention of a portion of the Work that would be considered defective shall not constitute a
waiver by the County of the Contractor’s remaining obligations under the Contract.
6.5
COUNTY MAY SUSPEND WORK:
A. The County may, at any time and without cause, suspend the work or any portion thereof for a period
of not more than ninety (90) consecutive days by notice in writing to the Contractor. Such Notice
shall fix the date on which the Work shall be resumed. The Contractor shall resume the Work on the
date so fixed. The Contractor may request an increase in Contract Price or an extension of the
Contract Times, or both, directly attributable to any such suspension if a timely Claim is made
pursuant to the Contract.
Rev. 12/22/11
GC-Page 21 of 44
General Conditions
6.6
COUNTY MAY TERMINATE FOR CAUSE:
A. The occurrence of any one or more of the following events will justify termination for cause:
1) The Contractor’s persistent failure to perform the Work in accordance with the Contract
Documents including, but not limited to, failure to supply sufficient skilled workers or
suitable materials or equipment or failure to adhere to the approved
Construction/Progress Schedule, adjusted from time to time pursuant to the Contract
Documents.
2) The Contractor’s disregard of laws or regulations of any public body having jurisdiction.
3) The Contractor’s disregard of the authority of the County’s authorized agents.
4) The Contractor’s failure to repair or remove and replace defective materials or Work.
5) The Contractor’s violation in any substantial way of any provisions of the Contract.
B. If one or more of the events identified above occur, the County may, after giving the Contractor and
Surety seven (7) days written notice of its intent to terminate the services of the Contractor:
1) Exclude the Contractor from the Jobsite, and take possession of the Work and of all the
Contractor’s tools, appliances, construction equipment, and machinery at the Jobsite, and
use the same to the full extent they could be used by the Contractor (without liability to
the Contractor for trespass or conversion),
2) Incorporate in the unfinished Work all materials and equipment stored at the Jobsite or
elsewhere for which the County has paid the Contractor, and
3) Complete the Work as the County may deem expedient.
C. If the County proceeds as provided above, the Contractor shall not be entitled to receive any further
payment until the Work is completed. If the unpaid balance of the Contract Price (less any
unused
Allowance balances), exceeds all claims, costs, losses, and damages sustained by the County arising
out of or relating to completing the Work, such excess will be paid to the
Contractor. If such
claims, costs, losses, and damages exceed such unpaid balance, the Contractor
or Surety shall
pay the difference to the County. When exercising any rights or remedies allowed
under
the
Contract, the County shall not be required to obtain the lowest price for the Work
performed.
D. Notwithstanding the above, the Contractor’s services will not be terminated if the Contractor begins
within seven (7) days of receipt of notice of intent to terminate to correct its failure to
perform
and proceeds diligently to cure all such noted failures within no more than thirty (30) days of receipt
of said notice.
E.
Where the Contractor’s services have been so terminated by the County, the termination will not
affect any rights or remedies of the County against the Contractor then existing or which may thereafter accrue. Any retainage or payment of moneys due the Contractor by the County will not release
the Contractor from liability under the Contract.
F. In the case of termination of the Contract for any cause before completion, the Contractor, if notified
to do so by the County, shall promptly remove any part or all of the Contractor’s
equipment and
supplies at the expense of the Contractor.
6.7
COUNTY MAY TERMINATE FOR CONVENIENCE:
A. Upon seven (7) days written notice to the Contractor, the County may, without cause and without
prejudice to any other right or remedy of the County, terminate the Contract for the County’s
convenience. In such case, the Contractor shall, upon properly securing the Jobsite, be paid for
(without duplication of any items):
1) Completed and acceptable Work executed in accordance with the Contract Documents
prior to the effective date of termination.
Rev. 12/22/11
GC-Page 22 of 44
General Conditions
2) Documented expenses sustained prior to the effective date of termination in performing
services and furnishing labor, materials, or equipment as required by the Contract
Documents in connection with uncompleted Work.
3) Documented claims, costs, losses, and damages incurred in settlement of terminated
contracts with subcontractors, suppliers, and others.
4) Reasonable expenses directly attributable to termination.
B. The Contractor shall not be paid on account of loss of anticipated profits or revenue for Work not
completed by the Contractor, or for other economic losses arising out of or resulting from such
termination.
6.8
PARTIAL UTILIZATION:
A. Prior to Substantial Completion of all the Work, the County may use or occupy any substantially
completed part of the Work which has specifically been identified in the Contract Documents, or
which the County and the Contractor agree constitutes a separately functioning and usable part of the
Work that can be used by the County for its intended purpose without significant interference with the
Contractor’s performance of the remainder of the Work, subject to the following conditions:
1) The County at any time may request the Contractor in writing to permit the County to use or
occupy any such part of the Work which the County believes to be ready for its intended use
and substantially complete. If and when the Contractor agrees that such part of the Work is
substantially complete, the Contractor will certify to the County that such part of the Work is
substantially complete and request the County to inspect that portion of the Work, and issue,
with the County’s approval, a certificate of Substantial Completion for that part of the Work.
2) The Contractor at any time may notify the County in writing that the Contractor certifies any
such part of the Work ready for its intended use and substantially complete and request the
County to inspect that portion of the Work, and, with the County’s approval, issue a
certificate of Substantial Completion for that part of the Work.
3) Within a reasonable time after either such request, the County and the Contractor shall make
an inspection of that part of the Work to determine its status of completion. If the County
does not consider that part of the Work to be substantially complete, the County will notify
the Contractor in writing giving the reasons therefore. If the County considers that part of the
Work to be substantially complete, the County will prepare a Certification of Substantial
Completion of that part of the Work, designating the date of the Substantial Completion,
noting any work remaining to bring that portion of Work to final completion, and list the
division of responsibilities between the County and the Contractor for partial utilization of the
Work, including the start of any warranty period and the transfer of property insurance
coverage, where applicable.
6.9
PROJECT AUDIT:
A. Authorized representatives of the County, its agents, and governmental agency representatives with
jurisdictional interests, shall have access to all books, documents, papers, and records of the
Contractor specifically relating and directly pertinent to the Work for the purpose of conducting a
project audit.
B. The Contractor, its employees and agents including all Subcontractors, shall allow access to its
records during normal business hours following sufficient notification.
7.0 CONTRACTOR’S RIGHTS AND RESPONSIBILITIES
7.1
GENERAL:
A. The Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance with the Contract Documents. The Contractor shall strictly comply with all
specifications, drawings and terms of the Contract.
Rev. 12/22/11
GC-Page 23 of 44
General Conditions
B. The Contractor shall cooperate with the County during the progress of the Work, and coordinate with
utility companies and the County’s other contractors (when applicable), working at or in the vicinity
of the Jobsite, to ensure continuous workflow while minimizing delays.
C. The Contractor shall be solely responsible for, and have control over, construction means, methods,
techniques, sequences, procedures, and coordination of all portions of the Work under the Contract.
D. It is understood and agreed that the Contractor, by careful examination, is satisfied as to the nature
and location of the Work, the conditions of the Jobsite, the character, quality and quantity of the
materials to be employed, the character of equipment and facilities needed for the execution of the
Work, the general and local conditions, and all other matters which can in any way affect the
performance of the Work.
E. The Contractor shall provide and assume full responsibility for all plant, materials, equipment, tools,
labor, services, transportation, construction equipment and machinery, appliances, fuel, power, light,
heat, telephone, water, sanitary facilities, temporary facilities, bonds and insurance policies, overhead,
office, and all other costs and expenses of facilities and incidentals necessary for the performance,
testing, start-up, and completion of the Work.
F. The Contractor shall be responsible to the County for acts and omissions of the Contractor, the
Contractor’s employees, Subcontractors and their agents and employees, and other persons or entities
performing portions of the Work for, or on behalf of, the Contractor or any of its Subcontractors.
G. The Contractor shall be responsible for inspection of portions of work performed by others to
determine that such portions are in proper condition to receive subsequent Work by the Contractor.
The Contractor shall immediately notify the County if any such work is defective or unsuitable to
accept the Work by the Contractor.
7.2
SUPERVISION AND SUPERINTENDENCY:
A. The Contractor representative named in the Construction Contract, shall have full power and
authority to act on the Contractor’s behalf, in all matters dealing with the Contract. All
communications and directions given to, received by, or received from the Contractor representative
shall be binding on the Contractor.
B. The Contractor shall assign a competent superintendent, who may be the Contractor’s representative
or authorized designee, who shall personally oversee and direct the Work on a daily basis. The
superintendent will be the Contractor’s representative on the Jobsite and shall have complete
authority to act on behalf of the Contractor. All communications and directions given to, received by,
or received from the superintendent shall be binding on the Contractor, unless otherwise conveyed to
the County in writing.
C. The Contractor shall assign other supervisory personnel as necessary to assure faithful prosecution
and timely delivery of services pursuant to the requirements of the Contract. The Contractor shall
notify the County in writing of the names and credentials of the superintendent and supervisory
personnel at the pre-construction conference.
D. The Contractor representative and superintendent shall be the points of contact for the County.
E. The Contractor representative and superintendent shall not be changed except by written consent of
the County, unless this person or persons cease to be employed by the Contractor. The Contractor
shall provide written notice to the County of any such changes within two (2) working days.
7.3
SUBCONTRACTORS AND MATERIAL SUPPLIERS:
A. The Contractor shall provide an initial list of proposed Subcontractors, including the portions of Work
to be performed by each of the Subcontractors. The list of Subcontractors shall be finalized and
submitted to the County at the pre-construction conference for approval. The list of material suppliers
shall be developed through Shop Drawing reviews.
B. If the County has reasonable objection to any Subcontractor or material supplier, whether identified in
the Bid or subsequently, the Contractor shall submit an acceptable substitute without entitlement to
any change in Contract Price. After acceptance by the County of any particular Subcontractor or
Rev. 12/22/11
GC-Page 24 of 44
General Conditions
material supplier, the Contractor shall make no substitution without written approval of the County,
which will not be unreasonably withheld.
C. The Contractor is fully responsible to the County for the acts and omissions of its Subcontractors and
material suppliers, and of persons either directly or indirectly employed by them.
D. Nothing contained in the Contract Documents shall create any contractual relationship between any
Subcontractor or material/equipment supplier and the County.
E. Work performed for the Contractor by a Subcontractor, and materials and equipment provided by
material/equipment suppliers will be pursuant to appropriate Contracts between the Contractor and
the Subcontractor or supplier, which specifically binds the Subcontractor or supplier to the applicable
terms and conditions of the Contract for the benefit of the County.
7.4
LABOR:
A. The Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work
and perform construction as required by the Contract Documents. The Contractor shall at all times
maintain good discipline and order at the Jobsite.
B. The Contractor shall ensure that all key personnel, support personnel and other agents are fully
qualified and capable to perform their assigned tasks. The County shall have the right to require the
Contractor to remove personnel assigned at any level for their performance of the Work or conduct on
the Jobsite.
7.5
REPORTING DISCREPANCIES:
A. The Contractor’s Review of Contract Documents Before Starting Work: Before undertaking each part
of the Work, the Contractor shall carefully study and compare the Contract Documents and check and
verify pertinent figures therein and all applicable field measurements. The Contractor shall promptly
report in writing to the County any conflict, error, ambiguity, or discrepancy which the Contractor
may discover and shall obtain a written interpretation or clarification from the County before
proceeding with any Work affected thereby.
B. The Contractor’s Review of Contract Documents During Performance of Work: If, during the
performance of the Work, the Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents or between the Contract Documents and any provision of any law or
regulation applicable to the performance of the Work or of any standard, specification, manual or
code, or of any instruction of any manufacturer/supplier, the Contractor shall immediately report it
verbally to the County and provide written, along with a fully detailed explanation, within 48 hours of
discovery. The Contractor shall not proceed with the Work affected thereby (except in an
emergency) until receiving a written interpretation or clarification from the County.
7.6
PROJECT LAYOUT:
A. The Contractor is responsible for laying out the Work based on the reference points provided by the
County, and shall protect and preserve the established reference points and any property monuments
existing prior to the start of the Work. The Contractor shall make no changes or relocations to these
reference points or property monuments without the prior written approval of the County.
B. The Contractor shall report to the County whenever any reference point or property monument is lost
or destroyed or requires relocation. If such relocation is necessary due to changes in grade or Work
location, the County will be responsible for their removal and relocation. If the reference point or
property monument is lost or destroyed as a result of the Contractor’s operations, the Contractor shall
be responsible for the accurate replacement or relocation of such reference point or property
monument by a State of Florida Registered Professional Surveyor and Mapper.
C. The Contractor shall furnish all labor, stakes, surveys, batter boards for structures, grade lines and
other materials and supplies, as necessary and required for the Work, and shall set construction stakes
and batter boards for establishing lines, position of structures, slopes and other controlling points
necessary for the proper prosecution of the Work.
Rev. 12/22/11
GC-Page 25 of 44
General Conditions
7.7
COORDINATION WITH OTHER CONTRACTORS: The Contractor shall coordinate the Work with
other contractors that may be working in the Project vicinity performing other work.
7.8
EMERGENCIES: In emergencies affecting the immediate safety or protection of persons or the Work or
property at the Jobsite or adjacent thereto, Contractor is obligated to act to prevent threatened damage,
injury, or loss. The Contractor shall give the County prompt Notice if the Contractor believes that any
significant changes in the Work or variations from the Contract Documents have been caused by or are
required as a result of an emergency.
7.9
PATENT FEES AND ROYALTIES: The Contractor shall pay all license fees and royalties and assume
all costs incident to the use in the performance of the Work or the incorporation in the Work of any
invention, design, process, product, or device which is the subject of patent rights or copyrights held by
others.
7.10
SAFETY REPRESENTATIVE: The Contractor shall designate a qualified and experienced safety
representative at the Jobsite whose duties and responsibilities shall be the prevention of accidents and the
maintaining and supervising of safety precautions and programs.
7.11
HAZARD COMMUNICATION PROGRAM: The Contractor shall be responsible for coordinating any
exchange with the County of material safety data sheets or other hazard communication information
required to be made available to or exchanged between or among employees at the Jobsite in accordance
with laws or regulations.
7.12
RISK OF LOSS: Prior to the Final Completion and Acceptance of the Work by the County, risk of loss
for the Work shall remain at the risk of the Contractor and said Contractor shall be required to repair,
replace, renew and make good at the Contractor’s own expense all damages caused by force or violence
of the elements or any cause whatsoever, provided however, that in such cases the Contractor shall be
entitled to a reasonable extension of time within which to complete the Work, unless the delay is due to
the negligence, fault, or omission of the Contractor.
7.13
PROTECTION AND RESTORATION OF PUBLIC AND PRIVATE PROPERTY:
A. The Contractor shall be responsible for the preservation of all public and private property, and shall
use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to
public or private property by or on account of any act, omission, neglect, or misconduct in the
execution of the Work on the part of the Contractor, or Subcontractors or agents, such property shall
be restored by the Contractor, at the Contractor’s expense, to its original or better condition to that
existing before the damage was done, or the Contractor shall make good the damage in another
manner acceptable to the County.
B. Should any claim be made by any adjacent property owner or occupant because of the performance of
the Work, the Contractor shall promptly settle with such owners or occupants by negotiation or
otherwise resolve the claim.
C. Along the location of the Work, all sidewalks, streets, driveways, mailboxes, walks, lawns,
landscaped areas, bushes, trees, shrubbery, irrigation systems and other above and below ground
physical features shall be protected by the Contractor, and where disturbed or damaged, promptly
restored to their original or better condition by use of similar or comparable materials. Fences, walls,
and other features removed by the Contractor shall be replaced as soon as conditions permit. All
grassed areas, which have been damaged by the Contractor, shall be re-graded, and sodded or seeded
and mulched as directed by the County.
D. Trees close to the Work shall be boxed or otherwise protected against injury. The Contractor shall
trim all branches and roots that are liable to damage because of the Contractor’s operations, but in no
case shall any tree be cut or removed without prior notification of the County. All injuries to bark,
trunk, limbs and roots of trees shall be repaired by dressing, cutting, and painting according to
approved methods, using only approved tools and materials. The Contractor shall abide by the
County’s Tree Protection Ordinance.
E. The protection, removal, replacement, and restoration of existing physical features along the line of
Work shall be a part of the Work under the Construction Contract. Final acceptance will not be
Rev. 12/22/11
GC-Page 26 of 44
General Conditions
provided, and final payment will not be made until all public and private property has been restored to
the satisfaction of the County.
F. In case of failure on the part of the Contractor to promptly restore damaged property, or make good
such damage or injury, the County may, after providing seven (7) days written notice to the
Contractor, proceed to repair, rebuild or otherwise restore such property and the cost thereof will be
deducted from any monies due or which may become due the Contractor under the Contract.
G. Weather Conditions: Sarasota County is subject to severe weather conditions such as hurricanes,
tropical storms, tornadoes, strong winds, heavy rains, lightning, and the like. It is the Contractor’s
responsibility at all times to: (1) monitor current and developing weather conditions; (2) to develop
and implement appropriate contingency plans to ensure proper storage of materials, supplies, and
equipment, and (3) to secure the Project site so as to not endanger public health and safety, or public
and private property.
The Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work, as required by the Contract Documents and
all laws, codes, and standards. Contractor shall take all necessary precautions for the safety of, and
protection to prevent damage, injury or loss to:
1) Persons on and adjacent to the Site.
2) The Work, including materials, supplies, and equipment incorporated therein.
3) Public and private property adjacent to the Site.
7.14
PROTECTION OF ENVIRONMENTAL RESOURCES: The Contractor shall comply with all applicable
Federal, State, and local environmental laws and regulations. The environmental resources within and
adjacent to the Jobsite (not impacted by permit), shall be protected during the entire period of the Work.
The Contractor shall confine activities to areas defined by the Contract Documents.
7.15
PROTECTION OF HISTORIC AND ARCHEOLOGICAL RESOURCES:
A.
If historic or archeological resources are encountered during the Contractor’s operations, the
Contractor shall notify the County immediately, stop Work in the area until directed to restart, and
proceed as directed below.
B.
The Contractor shall comply with Sarasota County Ordinance #2004-073 and with the Historic
Preservation chapter of Apoxsee: The Revised and Updated Sarasota County Comprehensive Plan.
C.
According to Florida Statutes Chapter 872, it is unlawful to disturb, vandalize, or damage a human
burial.
D.
In such cases, the Contractor shall move to another area of the Work until the issue is resolved.
8.0 COUNTY’S RESPONSIBILITIES AND DUTIES
8.1
STATUS OF THE CONSTRUCTION PROJECT MANAGER: The Construction Project Manager shall
be the authorized County representative with specific responsibilities and duties as defined by the County
for management of specified portions of the Contract.
8.2
REVIEW AND APPROVAL OF THE WORK: The Contractor’s Work shall at all times be subject to the
review, testing and approval of the County or authorized designee(s). The County shall decide any and all
questions which may arise as to the quality and acceptability of the materials and equipment furnished,
the Work performed, the rate of progress of Work, the conditions of the Jobsite, the maintenance of
schedules, the interpretation of the Contract Documents through the County’s Administrative Agent, and
all questions as to the acceptable performance of the Contractor relative to the requirements of the
Contract Documents.
8.3
RESOLUTION OF DISCREPANCIES: In case of differences discovered and reported by the Contractor
between the Construction Plans/Drawings and Technical Specifications, the County, through the
Administrative Agent, shall make a determination whether the Construction Plans/Drawings or Technical
Specifications represent the intent of the Contract, and such determination shall be communicated to the
Contractor in writing.
Should the County discover a discrepancy between the Construction
Plans/Drawings and Technical Specifications, a written determination shall be provided to the Contractor.
Rev. 12/22/11
GC-Page 27 of 44
General Conditions
8.4
RECOMMENDATION OF PROGRESS PAYMENTS:
A. The County will evaluate the Contractor’s payment application and if in agreement, will sign the
application indicating the County’s recommendation to pay the amounts shown.
B. Should the County disagree with any item of Work shown on the application, the County will
promptly return it to the Contractor for correction and re-submittal.
C. Should the Contractor disagree with the County’s determination of Work completed and monies due,
the Contractor may request approval of the Work items that are not in question by resubmitting the
payment application and file a timely Claim in reference to items of disagreement. In such a case, the
County shall recommend approval of the resubmitted payment application for only those items of
Work recommended for payment.
8.5
INSPECTION AND EXAMINATION OF THE WORK:
A. The County and/or authorized designee(s), shall have free access to the Work of the Contractor at any
time for purposes of inspection and testing, and shall be reasonably assisted by the Contractor in
conducting such inspections and testing of the Work performed and the nature of same. Such
assistance of the Contractor shall, if necessary, include the uncovering, testing or removal of portions
of finished Work.
B. The County will not supervise, direct, control, or have authority over or be responsible for the
Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of the Contractor to comply with laws
and regulations applicable to the performance of the Work.
C. All materials and equipment shall be subject to inspection, examination and testing by the County at
any time during manufacture, and at places where manufacturing of the materials and equipment is
taking place. The County may reject defective materials and equipment during manufacture or before
or after they have been incorporated into the Work. If the Contractor fails to replace defective Work
or rejected materials and equipment, the County may replace such materials and equipment or correct
such defective Work and charge the cost thereof to the Contractor.
D. No final inspection, acceptance of Work, materials or equipment or final or interim acceptance of
same by the County or certification of the Engineer/Architect of Record shall relieve the obligation of
the Contractor to the County to do the Work in a good, workmanlike manner, and to furnish proper,
specified equipment and materials, and to perform properly all terms and any obligations of the
Contract.
8.6
PROJECT REPRESENTATIVE/INSPECTOR: The Construction Project Manager’s duly authorized onsite Project Representative (PR), or the County’s duly authorized Inspector may be assigned to the
Project, or any part thereof, at any time. The presence or absence of the RPR/Inspector does not lessen the
responsibility of the Contractor to perform the Work in accordance with the Contract Documents. In case
of dispute between the Contractor and the PR/Inspector as to materials furnished, or the manner and
method of performing the Work, the PR/Inspector has authority to reject materials or Work, and to stop
the Work until the issue can be referred to, and decided by the County. The PR/Inspector is not authorized
to revoke, alter, enlarge, relax, release, or amend any of the Contract requirements, nor to issue any
instructions on, nor to approve or accept any portion of the Work, or materials, or equipment; nor are any
of his/her actions, authorized or unauthorized, to be so construed.
8.7
RIGHT TO REJECT DEFECTIVE WORK:
A. The County has the authority to reject Work which the County believes to be defective, or that the
County believes will not produce a completed Work that conforms to the Contract Documents or that
will prejudice the integrity of the design concept of the completed Work as a functioning whole as
indicated by the Contract Documents. The County also has authority to require special inspection or
testing of the Work, whether or not the Work is fabricated, installed, or completed.
B. Prompt notice of all defective Work of which the County has actual knowledge will be given to the
Contractor.
Rev. 12/22/11
GC-Page 28 of 44
General Conditions
8.8
SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES:
A. The Contractor shall submit Shop Drawings, product data sheets, and samples to the County for
review and acceptance in accordance with the approved Schedule of Submittals.
1) Shop Drawings: Submit number of copies specified in the Contract Documents. The Shop
Drawings will be complete with respect to quantities, dimensions, specified performance and
design criteria, materials, and similar data to show the services, materials, and equipment the
Contractor proposes to provide and to enable review of the information as required for
approval.
2) Product Data: Submit number of product data sheets specified in the Contract Documents.
The data sheets shall include standard printed information on materials, products, and
systems not custom prepared, from which selections can be designated by the Contractor.
Information shall include product dimensions, tolerances, manufacturer’s recommendations
for application and use, compliance with standards, and other information indicating that the
material, product, or system meets or exceeds the Technical Specifications requirements.
3) Samples: Submit number of samples specified in the Contract Documents. Clearly identify
each sample as to material, supplier, pertinent data such as catalog numbers, the use for
which intended and other data as the Engineer/Architect of Record may require, enabling
review of the information as required for approval.
B. Where a Shop Drawing, product data sheet, or sample is required by the Contract Documents or the
Schedule of Submittals, any related Work shall not be performed by the Contractor until the review
and approval process of the pertinent submittal is complete. Shop Drawings, product data sheets, and
samples submittals will be at the sole expense and responsibility of the Contractor.
C. The Engineer/Architect of Record will review, or take other appropriate action on submittals only for
the limited purpose of checking for conformance with the information provided to the requirements of
the Contract Documents. The Contractor shall be responsible for the adequacy of the performance of
the materials and equipment submitted.
D. Submittal Procedures:
1) Before submitting each Shop Drawing, product data sheet, and sample, the Contractor shall
have determined and verified:
a. All field measurements, quantities, dimensions, specified performance and design
criteria, installation requirements, materials, catalog numbers, and similar
information with respect thereto.
b. The suitability of all materials with respect to intended use, fabrication, shipping,
handling, storage, assembly, and installation pertaining to the performance of the
Work.
c. All information relative to the Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and
programs incident thereto.
d. The review and coordination of each Shop Drawing, product data sheet, or sample
with other Shop Drawings, product data sheets, and samples and with the
requirements of the Work and the Contract Documents.
2) Each submittal shall bear a stamp or specific written certification that the Contractor has
satisfied its obligations under the Contract Documents with respect to the Contractor’s review
and approval of that submittal.
3) With each submittal, the Contractor shall give the County specific written notice of any
variations, that the Shop Drawing, product data, or sample may have from the requirements
of the Contract Documents. This notice shall be both a written communication separate from
the Shop Drawing, product data sheet, or sample submittal; and, in addition, by a specific
notation made on each Shop Drawing, product data sheet, or sample submitted to the County
for each such variation.
E. Re-submittals: The Contractor shall make corrections required and shall return the required number
of corrected copies of Shop Drawings and product data; and submit, as required, new samples for
review and approval. The Contractor shall direct specific attention in writing to revisions other than
the corrections called for on previous submittals.
Rev. 12/22/11
GC-Page 29 of 44
General Conditions
8.9
“OR EQUAL” AND SUBSTITUTIONS:
A. “Or Equal” Items: Whenever an item of material or equipment is specified or described in the Contract
Documents by using the name of a proprietary item or the name of a particular supplier, the specification or description is intended to establish the type, function, appearance, and quality of the material
or equipment required. Unless the specification or description contains or is followed by words
reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of
material or equipment or material or equipment of other suppliers may be submitted to the County for
review under the following circumstances:
1) “Or-Equal” Items: If in the County’s sole discretion an item of material or equipment proposed by the Contractor is functionally equal to that named and sufficiently similar so that no
change in related Work will be required, it may be considered by the County as an “or-equal”
item, in which case review and approval of the proposed item may, in the County’s sole
discretion, be accomplished without compliance with some or all of the requirements for
approval of proposed substitute items. A proposed item of material or equipment will be
considered functionally equal to an item so named if:
a. It is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics.
b. It will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Work as a functioning whole.
c. It has a proven record of performance and availability of responsive service.
2) The Contractor certifies that, if approved and incorporated into the Work:
a. There will be no increase in cost to the County or increase in Contract Times, and
b. It will conform substantially to the detailed requirements of the item named in the
Contract Documents.
B. Substitute Items:
1) If in the County’s sole discretion an item of material or equipment proposed by the
Contractor does not qualify as an “or-equal” item, it may be considered a proposed substitute
item or it may be rejected entirely.
2) The Contractor shall submit sufficient information as provided below to allow the County to
determine that the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefore. Requests for review of proposed substitute
items of material or equipment will not be accepted by the County from anyone other than the
Contractor.
3) The requirements for review by the County will be as set forth below, as may be
supplemented elsewhere in the Contract Documents, and as the County may decide is
appropriate under the circumstances.
4) A substitute will not be considered by the County unless there is an associated reduction in
cost for its use.
5) The Contractor shall make written application to the County for review of a proposed
substitute item of material or equipment that the Contractor seeks to furnish or use. The
application shall include the following:
a. The Contractor shall certify that the proposed substitute item will perform adequately
the functions and achieve the results called for by the general design; be similar in
substance to that specified; and be suited to the same use as that specified.
b. The Contractor will state the extent, if any, to which the use of the proposed
substitute item will prejudice the Contractor’s achievement of Substantial
Completion on time; whether or not use of the proposed substitute item in the Work
will require a change in any of the Contract Documents (or in the provisions of any
other direct contract with the County for other work on the Project) to adapt the design to the proposed substitute item; and whether or not incorporation or use of the
proposed substitute item in connection with the Work is subject to payment of any
license fee or royalty;
c. The Contractor will identify all variations of the proposed substitute item from that
specified; provide information on available engineering, sales, maintenance, repair,
Rev. 12/22/11
GC-Page 30 of 44
General Conditions
and replacement services; and shall contain an itemized estimate of all credits that
will result directly or indirectly from use of such substitute item.
6) Special Warranty and Guarantee: The County may require the Contractor to furnish at the
Contractor’s expense a special performance warranty and guarantee with respect to any
substitute accepted by the County.
C. COST REIMBURSEMENT: The County will record costs of evaluating a substitute proposed or
submitted by the Contractor. Whether or not the County approves a substitute item so proposed or
submitted by the Contractor, the Contractor shall reimburse the County for the charges of evaluating
each such proposed substitute. The Contractor shall also reimburse the County for the charges for
making changes in the Contract Documents (or in the provisions of any other direct contract with the
County) resulting from the acceptance of each proposed substitute.
D. CONTRACTOR’S EXPENSE: The Contractor shall provide all data in support of any proposed “or
equal” or substitute at the Contractor’s expense, and shall have no claim for additional cost or time
should the item be rejected.
E. The County’s approval or rejection of any “or equal” or substitute item submitted by the Contractor is
final.
8.10
CLAIMS: All Contractor claims shall be submitted to the County for evaluation, review, and
recommendation to the County. Claims must be filed in accordance with Article 12 of these General
Conditions.
8.11
RECOMMENDATION OF SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. Upon receipt of a written request by the Contractor, the County shall schedule and conduct a
Substantial Completion inspection. Should the County determine that the Work is Substantially
Complete, the County will prepare and sign a Certificate of Substantial Completion in accordance
with Article 13 of these General Conditions.
B. Upon receipt of a written request by the Contractor, the County shall schedule and conduct a Final
Completion inspection. Should the County determine that the Work is complete and ready for the
County’s acceptance, the County will prepare and sign a Final Completion and Acceptance
Certificate in accordance with Article 13 of these General Conditions.
8.12
COOPERATION: The County shall endeavor to cooperate with the Contractor to achieve successful
completion of the Work. The County will promptly respond to requests for information and Construction
Document interpretations; and will make all reasonable efforts to work with the Contractor to resolve any
Claims or disputes.
8.13
AVAILABILITY OF LANDS FOR WORK:
A. The County represents that it owns the lands, or is permitted to perform work on and over the land,
upon which the Work is to be constructed. Upon request of the Contractor, the County shall furnish
copies of available land surveys of the Jobsite. Permanent easements for permanent structures or
utilities, and temporary easements shall be secured and paid for by the County.
B. The County shall notify the Contractor of any encumbrances or restrictions not of general application
but specifically related to use of the Jobsite with which the Contractor must comply in performing the
Work, including any permit conditions required under any Federal, State, and local permit obtained
by the County for the Work.
C. The Contractor shall provide all necessary additional land required for the erection of temporary
construction facilities and storage of materials and equipment, together with right of access to the
same.
8.14
SURVEY/PROJECT CONTROLS:
A. The County shall provide Construction Plans/Drawings based on surveys establishing both horizontal
and vertical reference points, which in the Engineer/Architect of Record’s/County’s judgment are
necessary to enable the Contractor to layout the Work.
Rev. 12/22/11
GC-Page 31 of 44
General Conditions
B. The Contractor shall be responsible for laying out the Work based on the reference points provided,
shall protect and preserve the established reference points and any property monuments existing prior
to the start of the Work, and shall make no changes or relocations without the prior written approval
of the County.
9.0 WORK BY OTHERS
9.1
CONSTRUCTION BY THE COUNTY OR BY SEPARATE CONTRACTORS:
A. The County reserves the right to perform construction or operations related to the Project with the
County’s own forces, or under separate contracts with other contractors. The Contractor shall have
no claims for delay or additional cost involved due to such actions by the County.
B. The County shall be responsible for and provide coordination of the activities of the County’s own
forces and other contractors with the Work of the Contractor, who shall cooperate with them. The
Contractor shall participate with other contractors and the County in reviewing their construction
schedules. The Contractor shall make any revisions to the construction schedule deemed necessary
after joint review and mutual agreement. This construction schedule shall then constitute the
schedules to be used by the Contractor, the County’s own work force, and separate contractors unless
subsequently revised.
C. Work in the Project area may also be performed by utility owners repairing or relocating their
existing facilities or constructing new facilities. The Contractor shall coordinate his Work with that of
these utility owners and cooperate with them fully.
D. The County will endeavor to provide sufficient written notice to the Contractor prior to starting any
such work by others.
E. The Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and the County’s forces, proper and safe access to the Jobsite, a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and shall
properly coordinate the Work with theirs.
F. If the proper execution or results of any part of the Contractor’s Work depends upon work performed
by others, the Contractor shall inspect such other work and promptly report to the County in writing
any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the
proper execution and results of the Contractor’s Work. The Contractor’s failure to so report will
constitute an acceptance of such other work as fit and proper for integration with the Contractor’s
Work except for latent defects and deficiencies that may be later discovered in such other work.
10.0 COST OF THE WORK
10.1
LUMP SUM WORK:
A. Where the Contract Documents provide that all or part of the Work is to be Lump Sum Work, the
Contract Price will be deemed to include an amount equal to the sum of all the items appearing in the
Bid Form as “Lump Sum.”
B. At the pre-construction conference, the Contractor will be required to submit a Schedule of Values
which breaks down the Lump Sum items into smaller components as approved by the County, and
includes the cost of each component. The Schedule of Values, which requires approval by the
County, will be used to review and approve the Contractor’s progress payments based on the
approved Work performed on each component of the Lump Sum item in the previous month.
C. Each Lump Sum item will be deemed to include an amount considered by the Contractor to be
adequate to cover the Contractor’s total expenses required to complete each such item on the Bid
Form, including all overhead, profit, and direct and indirect expenses for each such identified item.
10.2
UNIT PRICE WORK:
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price work, initially,
the Contract Price will be deemed to include an amount equal to the sum of all the unit prices bid for
each separately identified item times the estimated quantity of each item as indicated in the Bid Form.
Rev. 12/22/11
GC-Page 32 of 44
General Conditions
B. The estimated 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. Determinations of the actual
quantities and classifications of Unit Price work performed by the Contractor will be made by the
County, and based on the approved actual quantities installed in the Work.
C. Each Unit Price will be deemed to include an amount considered by the Contractor to be adequate to
cover the Contractor’s total expenses required to complete each item on the Bid Form, including all
overhead, profit, and direct and indirect expenses for each separately identified item.
D. The Contractor shall not be allowed an adjustment in the Contract Price if the quantity of any item of
Unit Price work performed by the Contractor differs materially and significantly from the estimated
quantity of such item indicated in the Bid Form.
E. Final payment will be issued as recommended by the County, to reflect actual amounts due the
Contractor for approved Work covered by Unit Prices, and the final Contract Price shall be
correspondingly adjusted.
10.3
ALLOWANCES:
A. It is understood that the Contractor has included in the Contract Price all allowances shown in the Bid
Form and shall cause the Work so covered to be performed for such sums and by such persons or
entities as may be acceptable to the County.
B. The allowances indicated on the Bid Form and as defined in the Contract Documents, include the cost
to the Contractor of materials and equipment required by the allowances to be delivered to the Jobsite,
all applicable taxes, and the Contractor’s costs for unloading and handling at the Jobsite. It is also
agreed that all labor, equipment and installation costs, as well as overhead, profit, and other expenses
contemplated for the Work have been included in the Contract Price, and no demand for additional
payment on account of any of the foregoing will be valid.
C. Contingency Allowance: The Contractor agrees that contingency allowance items, as defined in the
Contract Documents, are for the sole use of the County.
D. Final payment will be issued as approved by the County to reflect actual amounts due the Contractor
on account of Work covered by allowances, and the final Contract Price shall be correspondingly
adjusted.
11.0 CHANGES, DELAYS, AND TIME EXTENSIONS
11.1
CHANGES IN THE WORK:
A. AUTHORIZED CHANGES IN THE WORK:
1) Without invalidating the Contract and without notice to any surety, the County may, at any
time or from time to time, order additions, deletions, or revisions in the Work by issuance of
a Contract Modification. Upon receipt, the Contractor shall sign the Contract Modification
and proceed with the Work involved, which will be performed under the applicable
conditions of the Contract.
2) If the Contractor is unable to agree on entitlement to, or on the amount or extent, if any, of an
adjustment in the Contract Price or Contract Times, or both, that is allowed by the Contract
Modification, a Claim may be made as provided in Article 12 of these General Conditions.
B. UNAUTHORIZED CHANGES IN THE WORK:
1) The Contractor shall not make any changes or substitutions in the Work without the express
written consent of the County, and only after evaluation by the County in accordance with the
Contract Documents.
2) The Contractor shall not be entitled to an increase in the Contract Price or an extension of the
Contract Times with respect to any work performed that is not required by the Contract
Documents as amended, modified, or supplemented by an executed Contract Modification,
except in the case of an emergency.
Rev. 12/22/11
GC-Page 33 of 44
General Conditions
C. MINOR VARIATIONS TO THE WORK: The County may authorize minor variations in the Work
from the requirements of the Contract Documents which do not involve an adjustment in the Contract
Price or the Contract Times and are compatible with the design concept of the completed Work as a
functioning whole as indicated by the Contract Documents. These minor variations shall be
accomplished by the Contractor, who shall perform the work involved promptly.
11.2
INTERIM FIELD CHANGE AGREEMENT (IFCA)/CONTRACT AMENDMENT:
A. A Contract Modification will either be an IFCA or a Contract Amendment, depending on whether the
Contract Price stipulated in the Construction Contract will be exceeded or not.
1) An IFCA will be issued for changes within the general Scope of the Work that will not
exceed the Contract Price. Once the IFCA is signed by the County and the Contractor, the
Contractor shall promptly proceed with the Work involved.
2) A Contract Amendment will be issued for changes in the Scope of Work or any change that
will increase the Contract Price. The County, with the Contractor’s input, will determine the
extent of adjustment to Contract Price and Contract Times and will prepare the Contract
Amendment. The Contract Amendment shall be signed by the Contractor and approved by
the County.
B. The IFCA/Contract Amendment will include a detailed description of the Work covered under the
Contract Modification, and any adjustments in the Contract Price or Contract Times, or both which
are agreed to by the parties. The IFCA/Contract Amendment may also include supporting data
detailing the costs associated with the change in the Work.
C. Except in an emergency endangering life or property, no changes in the Work shall be performed by
the Contractor unless a properly executed IFCA or Contract Amendment is received by the
Contractor.
11.3
CHANGE IN CONTRACT PRICE:
A. The County, without invalidating the Contract, may order extra work or make changes by altering,
adding to, or deducting from the Work; the Contract Price being adjusted accordingly. All such work
shall be performed under the conditions of the Contract.
B. For any such changes in the Work, a Contract Modification shall be prepared and authorized as above
described.
C. The value of any such changes in the Work, whether by additions or deletions in the original scope of
the Work, shall be determined in one or more of the following ways:
1) By established Contract Unit Price.
2) By an agreed upon Unit Price if the item of Work is not included in the Bid Form.
3) By an agreed upon Lump Sum price.
4) By the Cost-Plus method described below.
D. Cost-Plus: In the event that unit prices are not available, or a lump sum price cannot be agreed upon,
then the value of the change in the Work shall be determined by the following cost items during their
time of use in completing the change in the Work:
1) Labor costs, including foremen, but excluding superintendent and overhead and profit.
2) Materials or equipment entering permanently into the work.
3) Construction plant and equipment (owned or rented).
4) Power and consumable supplies for the operation of power equipment.
5) Insurance, Social Security, retirement and unemployment contributions.
6) A fixed Contractor’s fee in the form of a percentage applied to the above items.
E. Labor and equipment costs under the Cost-Plus method shall be determined from the Labor and
Equipment Rate Schedule provided by the Contractor at the start of Work on or about the date of the
pre-construction conference. The Labor and Equipment Rate Schedule shall exclude overhead and
profit.
F. Contractor’s Fee: The Contractor’s fee for overhead and profit under the Cost-Plus method shall be
determined as follows:
1) A mutually acceptable fixed fee, or
Rev. 12/22/11
GC-Page 34 of 44
General Conditions
2) Based on the following percentages:
a. For Work performed by the Contractor’s work force: ten (10%) percent.
b. For Work performed by a Subcontractor, regardless of tier: fifteen (15%) percent.
c. Maximum Contractor’s fee for overhead and profit under the Cost-Plus method: 15%
G. The amount of credit to be allowed under the Cost-Plus method by the Contractor to the County for
any change in the Work which results in a net decrease in cost will be the amount of the actual net
decrease in cost plus a deduction in the Contractor’s fee by an amount equal to ten (10%) percent of
such net decrease.
H. When both additions and credits are involved in any one change in the Work under the Cost-Plus
method, the adjustment in the Contractor’s fee shall be computed on the basis of the net change in the
costs.
I.
11.4
The value of the changes in the Work shall be determined at the time that the IFCA or Contract
Amendment is authorized and agreed upon. No change in the Work shall proceed until a fully signed
and authorized IFCA or Contract Amendment is received by the Contractor.
CHANGE IN CONTRACT TIMES:
A. Time extensions for changes in the Work or allowable delays, will depend upon the extent, if any, by
which the changes or delays cause additional time in the completion of the critical path elements of
Work as shown on the most current Construction/Progress Schedule. The IFCA/Contract Amendment
granting the time extension may provide that the Contract Time be extended only for those specific
elements so delayed. The remaining Contract completion dates for all other portions of the Work will
not be altered. Approved time extensions will provide for an adjustment of Contract Times under the
resulting revised Construction/Progress Schedule.
B. The Contract Times may only be changed by an IFCA or a Contract Amendment.
C. If the Contractor does not agree with the Contract Times adjustment approved by the County, the
Contractor may make a written Claim, provided the Claim is timely and submitted in accordance with
the provisions of Article 12 of these General Conditions.
11.5
DELAYS AND TIME EXTENSIONS:
A. No Claims for Delays:
1) No claim for damages or any claim other than for an extension of Contract Times shall be
made or asserted against the County by reason of any delays caused by the County or others.
2) The Contractor shall not be entitled to an increase in the Contract Price or payment or
compensation of any kind from the County for direct, indirect, consequential, impact or other
costs, expenses, or damages, including but not limited to cost of acceleration or inefficiency,
arising because of delay, disruption, interference or hindrance from any cause.
3) This provision shall not preclude recovery of damages by the Contractor for hindrances or
delays due solely to bad faith or willful, malicious, or grossly negligent conduct on the part of
the County or its agents.
B. Delay Claims: No extension of Contract Times shall be granted by the County unless a timely Claim
is made by the Contractor in writing to the County within seven (7) days of the event or incident
causing the delay. The Contractor shall demonstrate in its Claim the impact on the critical path of the
Construction/Progress Schedule to justify the extension of time requested. Any identified float is not
time for the exclusive use or benefit of either the County or the Contractor. Extensions of time for
performance may be granted by the County only to the extent that equitable time adjustments for the
activity or activities affected exceed the total float. Such justification must be submitted, in writing,
within fifteen (15) days of the Claim. If the Contractor can, or could have moved to another part of
the Work without affecting the Construction/Progress Schedule’s critical path, a time extension will
not be granted by the County.
1) Delays by the County: If the Contractor should be delayed at any time in the progress of the
work by any act or neglect of the County or its agents or employees, or by any other
contractor employed by the County, or by utility owners, or by changes ordered in the Work,
or by fire, unusual delay in transportation, unavoidable casualties or by delay authorized by
Rev. 12/22/11
GC-Page 35 of 44
General Conditions
2)
3)
4)
5)
6)
7)
11.6
the County pending mediation, or by any cause which the County determines justifies the
delay, then the time of completion may be reasonably extended by the County.
Utility Conflicts: The Contractor may be granted an extension of time for delays caused by
utility conflicts discovered during the prosecution of the Work, provided a timely Claim is
submitted, and the Contractor was unaware of such potential conflict. If, however, the
potential conflict was shown on the Construction Plans/Drawings and the Contractor failed to
uncover the potential conflict ahead of the Work, the Claim for additional time will not be
granted.
Rain Delays: Reasonable extensions of time, as determined by the County, will be granted to
the Contractor for time lost due to rainfall over and above the norm for the County, based on
U.S. Weather Bureau statistics. If the Contractor can show that the rain caused additional
delays at the Jobsite beyond the actual rain events, additional time extensions may be granted.
Force Majeure: The Contractor will be granted a reasonable time extension for a Force
Majeure occurrence: an unexpected event that crucially affects the Contractor’s ability to
perform the Work, and includes forces of nature (Act of God), such as natural fires, floods,
hurricanes, tornados, epidemics; or an event beyond the Contractor’s control, such as major
workers strikes, government shut down; or other major catastrophic events. Except as
otherwise expressly provided herein, neither party shall be liable for any delay due to causes
not reasonably within its control, including but not limited to, acts of civil or military
authority, including courts and regulatory agencies, acts of God, war, riot or insurrection,
inability to obtain required construction permits, blockades, embargoes, sabotage, epidemics,
fires, floods, strikes, lockouts or other labor difficulties, provided such labor difficulties do
not arise from inequitable labor practices. In the event of any delay resulting from such
causes, the time for performance hereunder shall be extended for a period of time reasonably
necessary to overcome the effect of such delays. This shall constitute the sole remedy to
either party in the event of such delays.
Time Extension Only: Should the Contractor be delayed in the commencement, prosecution
or completion of the work by the act, omission or default of the County, or anyone employed
by them on the Project, or utility owners or other contractors, or the results of differing
subsurface or physical conditions, or the discovery of hazardous environmental conditions,
then the Contractor may submit a Claim for an adjustment of Contract Times if justified and
as approved by the County, and there shall be no damages for delays.
Contractor Delays: The Contractor shall not be entitled to an adjustment in Contract Price or
Contract Times for delays within the control of the Contractor. Delays attributable to and
within the control of a Subcontractor or supplier shall be deemed to be delays within the
control of the Contractor.
Delay of Other Projects: The County shall not be liable to the Contractor for any claims,
costs, losses, or damages, including reasonable attorney’s fees, and court costs sustained by
the Contractor on or in connection with any other project or anticipated project resulting from
delays of any kind.
NOTICE TO SURETY: When required, it is the Contractor’s responsibility to provide notice to its
Surety of any changes affecting the general scope of the Work or change in the Contract Price or Contract
Times, and to ensure that the amount of the applicable Performance and Payment Bond be adjusted
accordingly.
A. IFCA: The Contractor shall furnish proof of notice to Surety of an adjustment to the Contract Times
by providing the County with a copy of a letter confirmation from the Surety within fifteen (15) days
following the issuance of the IFCA affecting the change.
B. Contract Amendment: The Contractor shall furnish, with the executed Contract Amendment, a
performance and payment bond rider, or similar instrument approved by the County, signed by an
authorized Surety representative, in the amount of any addition to the Contract Price affected by the
Contract Amendment.
Rev. 12/22/11
GC-Page 36 of 44
General Conditions
12.0 CLAIMS AND DAMAGES
12.1
TIME OF CLAIM:
A. No claim of the Contractor shall be allowed by the County unless:
1) The Contractor has given written notice to the County within seven (7) Days of the incident
arising to the Claim.
2) Within fifteen (15) Days after the Contractor has given the written Notice, the Contractor
shall submit to the County a detailed claim setting forth the Contractor's justification for
adjustments in Contract Price, Contract Times, or both, or other matters in dispute or
question, in accordance with the Contract.
B. No claim by the Contractor for an equitable adjustment hereunder shall be allowed if asserted after
final payment has been made under the Contract.
12.2
VALUE OF CLAIM:
A. The value of a Claim will be limited to only those additional or incremental costs required because of
any change in the Work. Such costs shall be in amounts no higher than those prevailing in the
locality of the Work.
B. The procedure for determining the value of the Claim shall be as set forth in Article 11 – Changes,
Delays, and Time Extensions.
12.3
CLAIM FORM:
A. The responsibility to substantiate a Claim shall rest with the party making the Claim.
B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the
entire adjustment to which the claimant believes it is entitled as a result of the event or events giving
rise to the Claim.
C. Documentation: The Contractor will provide a narrative of the basis of the Claim, including all
details and supporting documentation relating to the Claim. The Contractor shall establish and
maintain records of all such details and documentation in accordance with generally accepted
accounting practices and submit this information, along with any associated itemized cost breakdown
and/or time adjustment calculations, in a form acceptable to the County.
12.4
CLAIMS FOR CONTRACT PRICE AND CONTRACT TIMES ADJUSTMENT:
A. A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of
Paragraph 11.3 above.
B. A Claim for an adjustment in Contract Times shall be prepared in accordance with the provisions of
Paragraph 11.4 above.
12.5
CONTINUATION OF THE WORK: The Contractor shall carry on the Work and adhere to the
Construction/ Progress Schedule during all disputes, claims, or disagreements with the County. No Work
shall be delayed or postponed pending resolution of any disputes, claims, or disagreements, except in the
case where Work is stopped by the County in accordance with the Contract, or as the County and the
Contractor may otherwise mutually agree in writing.
12.6
COUNTY’S ACTION:
A. The County will review each Claim and, within fifteen (15) days after receipt of the last submittal of
the Contractor, take one of the following actions in writing:
1) Deny the Claim in whole or in part setting forth the reasons for the decision.
2) Suggest a compromise between the parties.
3) Recommend approval of the Claim, and prepare an IFCA or Contract Amendment adjusting
the Contract Price, or Contract Times, or both for the County’s approval.
4) Notify the parties that the County is unable to resolve the Claim. For purposes of further
resolution of the Claim, such notice shall be deemed a denial.
Rev. 12/22/11
GC-Page 37 of 44
General Conditions
5) In the event that the County does not take action on a Claim within said fifteen (15) days, the
Claim shall be deemed denied.
B. The County’s written action, or inaction will be final and binding upon the Contractor, unless the
Contractor invokes the dispute resolution procedure set forth in the Construction Contract within
thirty (30) days of such action, inaction, or denial.
C. At its sole discretion, the County may deny the Claim in whole or in part. If such action is taken, the
County shall provide written notice, with a copy to the Contractor, setting forth the reasons for such
the County’s decision. The County’s written action will be final and binding upon the Contractor,
unless the Contractor invokes the dispute resolution procedure set forth in the Construction Contract
within thirty (30) days of such action.
13.0 PAYMENTS TO CONTRACTOR AND COMPLETION
13.1
GENERAL:
A. On or about the day of the month agreed to at the pre-construction conference, but not more often
than once a month, the Contractor may submit for the County’s review, a payment application
covering the work completed the previous month up to the date of the application. The progress
payment application shall be submitted on the form prescribed and approved by the County.
B. Contractor’s Warranty of Title: The Contractor warrants and guaranties that title to all work, materials
and equipment covered by any application for payment, whether incorporated in the Work or not, will
pass to the County at the time of payment, free and clear of all liens, claims, security interests and
encumbrances (hereafter in these General Conditions referred to as “Liens”). The Contractor will not
sublet, sell, transfer, assign or otherwise dispose of the Contract or any portion of it, or of rights, title,
or interest therein without the express written consent of the County.
13.2
SUPPORTING DOCUMENTATION:
A. As-Builts: The Contractor shall maintain a set of as-built drawings at the Jobsite. At the time payment
application is made, the County shall review the as-built drawings to ensure they are current,
accurate, and reflect all changes in the Work as of the date of the application. The County may
withhold payment if the as-built drawings have not been maintained by the Contractor in accordance
with the Contract Documents.
B. Schedule of Values: The Contractor shall submit the approved Schedule of Values with each progress
payment application, indicating the amount of work completed for the previous month on the various
components of the Lump Sum Bid Items. The County will review the Schedule of Values for
accuracy, and, if in agreement, shall recommend payment.
C. Construction/Progress Schedule: With each payment application, the Contractor shall submit an
updated Construction/ Progress Schedule using Primavera compatible scheduling software for review
and approval by the County. The County may withhold payment if the Contractor fails to submit an
updated and approved Construction/Progress Schedule. Should the schedule show that the Contractor
is lagging behind the initial (baseline) schedule approved at the start of construction, the County may
withhold additional sums as indicated on the “Retainage Table Guidelines” below.
D. Release of Liens: Beginning with the second application for payment, the Contractor shall furnish an
affidavit stating that all laborers, material and equipment suppliers, and Subcontractors have been
paid for Work covered by all previous months’ applications for payment and shall obtain a partial or
complete Release of Lien, as may be necessary, properly executed by all laborers, material and
equipment suppliers, and Subcontractors sufficient to secure the County from any claims whatsoever
arising out of the Work.
13.3
PROGRESS PAYMENTS: Progress Payments will be made once a month as Work progresses. Said
payments will be based upon estimates prepared by the Contractor and approved by the County, of the
value of the work performed and materials delivered. Any payment application not approved by the
County shall be promptly returned to the Contractor for correction and re-submittal. The payment
applications shall be submitted with all required documentation specified in the Contract Documents.
Payment applications shall be prepared by the Contractor and submitted to: Sarasota County Public
Rev. 12/22/11
GC-Page 38 of 44
General Conditions
Works, 1001 Sarasota Center Boulevard, Sarasota, FL 34240, through the County’s web-based contract
management software. Should the web-based program be off-line for any length of time, the payment
application may be mailed or hand delivered to: Sarasota County Public Works, 1001 Sarasota Center
Boulevard, Sarasota, FL 34240 Attn: Project Manager. The Contractor shall contact the County to
coordinate access to the website and training on the use of the County’s contract management software.
13.4
PAYMENT FOR STORED MATERIALS: If requested by the Contractor, progress payments may be
made to the extent of the delivered cost of materials to be incorporated in the Work, provided the
materials are identified in the Bid Form, sufficiently covered from loss by appropriate property insurance,
and meet the requirements of the Construction Plans/Drawings and Technical Specifications when
delivered to the Jobsite or stored in an acceptable storage location off-site. The Contractor shall submit a
“Stored Materials Affidavit” on the form prescribed, for materials for which payment is sought. In any
event, progress payments for materials on hand shall not exceed the price of the item bid, and shall not be
made without an invoice marked “PAID” and acceptable to the County.
13.5
RETAINAGE: From the total of the amounts ascertained as payable, an amount as indicated in the
“Retainage Table” below will be deducted and retained by the County until completion of the entire
Contract in an acceptable manner, unless otherwise released by the County in accordance with the
Contract Documents. The balance, less all previous payments, shall be certified by the Contractor and
recommended by the County for payment.
Retainage Table
% of Contract Amount ($) Earned
Value of Contract
Total Retainage at
Substantial Completion*
0 to < 25
% Retained**
25 to < 50
% Retained**
50 to Substantial Completion
% Retained**
Less than $1M
10%
10%
5.0%
5.00%
>$1M to <$5M
5%
5%
2.5%
2.50%
>$5M
5%
5%
2.5%
2.50%
* Provided Work has been performed within the Contract Times.
** The cost for deficient work that is not corrected may be estimated at an amount of up to one and one half (1.5) times the value of the work, and may be withheld in
addition to the retainage amounts shown in the above table.
13.6
COUNTY MAY WITHHOLD PAYMENTS:
A. The County may reduce or withhold payments in the amounts and to such extent as may be necessary
to protect itself from loss for which the Contractor is responsible, including:
1) Defective Work not remedied.
2) Third party claims filed or reasonable evidence indicating probable filing of such claims
unless security acceptable to the County is provided by the Contractor.
3) Failure of the Contractor to make payments to Subcontractors or material or equipment
suppliers.
4) Reasonable evidence that the Work cannot be completed for the unpaid balance of the
Contract Price.
5) Damage to the County or a separate contractor.
6) Reasonable evidence that the Work will not be completed within the Contract Times, and that
the unpaid balance would not be adequate to cover actual or liquidated damages for the
anticipated delay.
7) Repeated failure to carry out the Work in accordance with the Contract Documents.
13.7
LIQUIDATED DAMAGES:
A. For each Day any work remains uncompleted after the Contract Times specified, the sum of money
per day specified as liquidated damages in the Construction Contract will be deducted from any
money due the Contractor. The Contractor will not pay liquidated damages for days in which an
Rev. 12/22/11
GC-Page 39 of 44
General Conditions
extension of time was granted pursuant to an approved IFCA or Contract Amendment. Allowing the
Contractor to finish any of the Work after the Contract Times, including time extensions, does not
waive the County’s rights under the Contract.
B. Additional County Expense: Should the Contractor fail to complete the Work within the specified
Contract Times, it is agreed that for each day of overrun until final completion, all costs of
construction management supervision and inspection furnished by the County shall be at the costs of
the Contractor and/or his Surety. Such construction management costs shall be considered to be
equal to the job payroll of the County plus 150 percent thereof for overhead, plus on-the-job mileage.
Such costs will be deducted from monies due the Contractor at final payment. The amount of such
expenses shall be construed to be in addition to other damages that might be assessed by the County.
13.8
PROMPT PAYMENT: The County shall pay the Contractor through payments issued by the Sarasota
County Clerk of Courts in accordance with the Local Government Prompt Payment Act, Section 218.70
F.S., upon receipt of the invoice approved by the County and with written approval by the County’s
Administrative Agent or his assigned designee indicating that the services have been rendered in
conformity with this Contract. The Contractor shall submit an invoice for payment on a monthly basis for
those specific services that were completed during the invoicing period, as described in the Bid Form or
as listed on the approved Schedule of Values.
13.9
SUBSTANTIAL COMPLETION:
A. When the Contractor considers the entire Work, or a portion thereof (see GC 6.8), ready for its
intended use, the Contractor shall notify the County in writing that the Work is substantially
complete, listing items of work remaining to be completed by the Contractor (Punch List), and
request that the County schedule a Substantial Completion inspection.
B. Promptly after the Contractor’s notification, the County and the Contractor, shall make an inspection
of the Work to determine the status of completion.
C. Should the County discover major Work items left uncompleted, or defective Work requiring
correction or removal and replacement, the County shall discontinue the inspection, notify the
Contractor of the deficiencies observed, and advise the Contractor to re-schedule the Substantial
Completion inspection and of potential additional costs which may be incurred.
D. If uncompleted or defective Work is discovered during the initial inspection, the Contractor shall
promptly complete the Work, and if required, remove from the Jobsite any and all materials and
Work rejected by the County as failing to conform to the Contract Documents, whether incorporated
into the work or not. The Contractor shall promptly replace the defective Work in accordance with
the Contract Documents without expense to the County, including bearing the costs of making good
all work by others damaged or destroyed by the Contractor’s removal and replacement of such
defective Work.
E. If the County considers the Work substantially complete with only minor corrections, adjustments,
and clean-up items remaining, the County will prepare, sign, and date the Certificate of Substantial
Completion, which shall fix the date of Substantial Completion. The County shall prepare a tentative
list of items to be completed or corrected for final completion of the Project (Punch List), and attach
the list to the Certificate. The items noted at the time of Substantial Completion should not be
considered as all inclusive of the necessary actions required by the Contractor to achieve Final
Acceptance and Completion. The Contractor and the County shall likewise sign the Certificate of
Substantial Completion.
F At the time of preparation of the Certificate of Substantial Completion, the County will deliver to the
Contractor a written recommendation as to division of responsibilities pending final completion,
acceptance, and payment between the County and the Contractor with respect to security, operations,
safety, protection of the Work, maintenance, heat, utilities, insurance, and warranty and guarantee
issues. These recommendations, once agreed upon by the County and the Contractor, shall be
incorporated into the Certificate of Substantial Completion.
G. Substantial Completion shall be achieved within the Contract Time stipulated for Substantial
Completion of the Work, including approved time extensions.
Rev. 12/22/11
GC-Page 40 of 44
General Conditions
H. Provided Substantial Completion is reached by the Contractor in a timely manner, and based on the
value of the work remaining, the Contractor may submit a payment application requesting a reduction
in retainage, prior to Final Completion and Acceptance. The County will review the request, and
based on the value of work remaining, make a recommendation to release a portion of the retainage,
while allowing sufficient funds to remain with which to complete the Work. The County may accept
or reject this recommendation, based solely on its discretion, and information which may become
available to the County, which may warrant withholding a larger portion or all of the retainage.
I. The County shall have the right to exclude the Contractor from the Jobsite after the date of
Substantial Completion subject to allowing the Contractor reasonable access to complete or correct
items on the Punch List.
13.10
FINAL INSPECTION:
A. When the Contractor has completed the Work and has provided all as-built information to the County
in compliance with the Contract Documents, the Contractor shall notify the County in writing that the
Work is ready for final inspection. The County will then advise the Contractor as to the arrangements
for final inspection and what is required to prepare the Work or a portion thereof for final inspection.
When the County determines the Work or portion thereof is ready for final inspection, the County and
the Contractor shall perform the final inspection. Upon completion of the final inspection, the County
will prepare a list of defects, if any, of either commission or omission by the Contractor reasonably
observable and determined under the conditions governing and restricting said final inspection.
When all such defects have been corrected, a final re-inspection will be made. The process will be
repeated until, in the opinion of the County, the Work has been completed in compliance with the
Contract Documents as can best and reasonably be observed and determined under the conditions
governing and restricting said final inspection. The County will then, pursuant to such inspection and
re-inspection(s) (if required), certify as to completion of final inspection. It is understood that the
certification covers only those items which can be physically inspected and that the County’s
certification indicates compliance within the standards of the construction industry as interpreted by
the County.
B. Should the final re-inspection find items not completed from the list of defects prepared as part of the
final inspection, the Contractor shall be responsible for all additional construction management and
inspection costs associated with correcting the items on the list of defects. The additional costs shall
include construction management supervision and inspection furnished by the County required
following the first re-inspection of the Work. Such construction management costs shall be
considered to be equal to the job payroll of the County staff performing the re-inspections plus 150
percent thereof for overhead, plus on-the-job mileage. Such costs will be deducted from monies due
the Contractor at final payment.
13.11
FINAL ACCEPTANCE:
A. When the County recommends that the Work has been fully completed and all supporting documents
required under the Contract Documents have been submitted and approved, the Contractor may make
request for final payment. With the request for final payment, the Contractor shall furnish
satisfactory evidence to the County that the Contractor has fully paid all claims for labor, materials,
and equipment incurred in connection with the Work. The Contractor shall provide all evidence and
supporting documentation required by the Contract Documents to assure the County of complete
compliance with all terms of the Contract. Such supporting documentation shall include extended
insurance and bond coverage, as-built drawings, operations and maintenance manuals, system
diagrams, warranties and guaranties and special warranties and guarantees, and other documents all as
required under the Contract. When the County has satisfied itself as to compliance with the terms of
the Contract and has recommended final completion, the County will notify the Contractor of final
acceptance.
B. Final acceptance of the Work will be evidenced by the “Final Completion and Acceptance
Certificate” recommended and signed by the County and signed by the Contractor which will
stipulate the date of final completion of the Contract and acceptance of maintenance by the County.
Rev. 12/22/11
GC-Page 41 of 44
General Conditions
13.12
RELEASE OF LIENS: Neither the final payment nor any part of the retained percentage shall become
due until the Contractor delivers to the County a complete release of all liens arising out of this Contract,
or receipts in full in lieu thereof, and in addition thereto, in either case, an affidavit stating that so far as
the Contractor has knowledge or information, the releases and receipts include all labor, material and
equipment supplies, and Subcontracting services for which a lien could be filed. The Contractor may, if
any Subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to the County
to indemnify the County against any lien. If any lien remains unsatisfied after all payments are made, the
Contractor or Surety shall refund to the County all money payments that the County may be compelled to
pay in discharging such liens, including all costs and interest, including attorney’s fees and court costs.
13.13 FINAL PAYMENT:
A. The County shall make final payment to the Contractor through payment issued by the Sarasota
County Clerk of the Courts in accordance with the Local Government Prompt Payment Act, Section
218.70 F.S., upon receipt of the Contractor's final invoice and written approval of same by the County
and the County's Administrative Agent indicating that all contracted services have been rendered in
conformity with the Contract.
B. Waiver of Claims: Acceptance of final payment by the Contractor shall constitute a waiver of all
Claims by the Contractor against the County.
13.14
FINAL COMPLETION DELAYED: If, through no fault of the Contractor, final completion of the Work
is significantly delayed, the County, shall upon receipt of the Contractor’s final application for payment
(for Work fully completed and accepted), and without terminating the Contract, make payment of the
balance due for that portion of the Work fully completed and accepted. Such payment shall be made
under the terms and conditions governing final payment, except that it shall not constitute a waiver of
Claims.
14.0 MANUFACTURER’S INSTRUCTIONS AND SERVICES
14.1
MANUFACTURER'S INSTRUCTION, SERVICE AND PARTS MANUAL: Before final payment is
made, the Contractor shall furnish to the County, five (5) complete sets of manufacturer's instructions,
and service and parts manuals on each piece of equipment furnished under the Contract. This includes
descriptive literature, installation and operating instructions, maintenance requirements, lubrication
requirements, parts lists, and other pertinent data. All data shall be bound in a hardback, 3-ring loose leaf
binder(s).
14.2
MANUFACTURER'S SUPERVISION: The Contractor shall provide the services of a qualified
representative of the manufacturer as required in the Contract Documents, to supervise the installation,
testing, adjusting and starting-up and initial operation of each item of equipment furnished under the
Contract. This representative shall also instruct the County's personnel on-site, at an agreeable date and
time, as to the proper operation and maintenance of the equipment.
15.0 WARRANTY AND GUARANTEE PROVISIONS
15.1
WARRANTY AND GUARANTEE PROVISIONS:
A. All materials and equipment furnished by the Contractor and all Work and workmanship involved in
the Contract shall be free from defects due either to faulty materials or equipment or faulty
workmanship and the same is hereby warranted and guaranteed by the Contractor for a minimum
period of one (1) year from the date of the Final Completion and Acceptance Certificate issued by the
County, or such longer period of time as may be prescribed by the terms of any applicable special
guarantees and warranties required by the Contract Documents. All materials, equipment and
workmanship furnished, installed and performed by the Contractor shall be warranted and guaranteed
by the Contractor to the County to meet the required Technical Specifications and applicable
standards; and to accomplish the purposes and functions of the Work as defined, detailed and
specified in the Contract Documents.
Rev. 12/22/11
GC-Page 42 of 44
General Conditions
B. The County shall, following discovery thereof, promptly provide written notice to the Contractor and
Surety of defective materials, equipment, or workmanship within the period of the warranty and
guarantee. Any part of the material, equipment, or workmanship which does not comply with the
warranty and guarantee shall be repaired or removed and replaced by the Contractor within ten (10)
days from the date of the County’s notice, at the Contractor’s expense and at no cost to the County.
C. In addition to the above repair and replacement costs, the Contractor is responsible to the County for
all costs incurred with respect to all warranty and guarantee items under this Contract, including all
construction management expenses such as expense for repetitive trips by the County required for the
warranty and guarantee work. Such expense shall be considered to be equal to the job payroll of the
County, plus 150 percent thereof for overhead plus on-the-job mileage.
D. If the Contractor does not promptly comply with the terms of the County’s written notice, or in the
case of an emergency where delay would cause serious risk of loss or damage, the County may, after
providing notice to the Contractor and Surety, have the defective Work corrected or repaired, or may
have the defective Work removed and replaced. All claims, costs, losses, and damages, including but
not limited to all fees and charges for construction management and inspection, attorneys, and other
professionals, and all court costs arising out of or relating to such correction or repair or such removal
and replacement, including but not limited to all costs of repair or replacement of work of others
resulting there from, will be paid by the Contractor or Surety.
E. Where defective Work and damage to other work resulting from such defective Work has been
corrected or removed and replaced, the correction period hereunder with respect to such Work will be
extended for an additional period of one year after such correction or removal and replacement has
been satisfactorily completed.
F. The warranty and guarantee provisions create no limitations on the County as to any claims or actions
for breach of warranty or breach of guarantee that the County might have against parties other than
the Contractor, and do not constitute exclusive remedies of the County against the Contractor and are
not intended to and shall not limit any other rights, remedies, or causes of action which the County
might exercise against the Contractor, and shall not alter or modify the application of the Statute of
Limitations as established by the Statutes of the State of Florida.
G. Survival of Obligations: All representations, indemnifications, warranties, and guarantees made in,
required by, or given in accordance with the Contract Documents, as well as all continuing
obligations stipulated in the Contract, will survive final payment, completion, and acceptance of the
Work or termination or completion of the Contract or termination of the services of the Contractor.
16.0 MISCELLANEOUS
16.1
CERTIFIED CHEMICALS:
A. The Contractor shall only use U.S.D.A. or E.P.A. or F.D.A. certified chemicals during the
performance of all Work under the Contract. All chemicals used in or furnished for the Work,
whether herbicide, pesticide, disinfectant, polymer, reactant or other classification, must show
approval of either EPA or USDA. Use of all such chemicals and disposal of residue shall be in strict
conformance with manufacturer’s instructions and local, State and Federal rules and regulations.
B. The Contractor shall submit two (2) copies of all chemical Material Safety Data (M.S.D.) information
forms to the County. One (1) set of M.S.D. information forms shall be posted at the Jobsite at all
times and shall be available for inspection.
16.2
FUELS ADJUSTMENTS: The County will not adjust the Contract Price to reflect increases or decreases
in gasoline and diesel fuel prices from those in effect on the Effective Date of the Contract.
16.3
EQUIPMENT MAINTENANCE: Equipment shall be maintained to prevent fuel, oil, and lubricant spills.
Refueling, repairs, and lubrication will be performed at safe distances from any watercourse or drainage
conveyance devices. Should a fuel or oil leak or hydraulic pipe rupture occur during construction, the
Contractor’s operators shall immediately cease operation and remove the equipment to a safe area and
take prompt action to minimize damage and safeguard the Jobsite. The Contractor shall immediately
Rev. 12/22/11
GC-Page 43 of 44
General Conditions
report the spill or discharge in accordance with applicable State or Federal rules and regulations; the
requirements of the Florida Statute Chapter 376 Pollution Discharged Prevention and Removal will also
be followed. In addition, the County shall immediately be notified.
16.4
SPILL PREVENTION/CONTAINMENT: An OSHA-approved spill containment kit must be kept at the
Jobsite and staging area(s), and shall be sized for the maximum potential spill/leak volume associated
with the largest single equipment unit at the Jobsite. It is the Contractor’s responsibility to provide and
maintain the required spill containment equipment.
16.5
DISPOSAL OF POLLUTANTS: The Contractor shall provide tanks or barrels to be used for off-site
disposal of chemical pollutants such as drained lubricating or transmission oils, greases, etc. produced as
a by-product of the Work. Washing, fueling or servicing of equipment will not be permitted where
spillage or wash water can enter any watercourse or drainage conveyance device. Removal and disposal
of all pollutants shall be in strict accordance with all local, State and Federal rules and regulations.
END OF GENERAL CONDITIONS
Rev. 12/22/11
GC-Page 44 of 44
General Conditions
SECTION 9
SUPPLEMENTAL
GENERAL
CONDITIONS &
SPECIAL
CONDITIONS
This page left intentionally blank
SUPPLEMENTAL GENERAL CONDITIONS - FACILITIES
1.0 DEFINITIONS AND TERMS
ADD the following Definitions to the General Conditions Section 1.1 GENERAL:
FLORIDA BUILDING CODES: Work under this Project is to be designed and performed in
accordance with the Florida Building Codes, current issues.
LEED AP: Leadership in Energy and Environmental Design Accredited Professional
USGBC: United States Green Building Council.
2.0 CONTRACTOR REQUIREMENTS
REMOVE last sentence of the General Conditions Section 2.1 GENERAL, and REPLACE
with the following: “Subject to County approval, the Contractor may subcontract a portion of
the Work but in no case can assign the contract to a third party.”
ADD the following new Section to the General Conditions as follow:
2.2 LEED ACCREDITED PROFESSIONAL: When the Contract Documents stipulate the
project is to be certified by USGBC, at least one member of the Contractor’s
Management Staff assigned to the Project shall be a LEED Accredited Professional
(LEED AP). This requirement may also be satisfied if the Contractor retains the
services of an independent consultant who is a LEED AP, who shall assist the
Contractor in fulfilling its LEED obligations in accordance with the Contract
Documents.
4.0
PRE-CONSTRUCTION ACTIVITIES
ADD the following to the General Conditions Section 4.2 PRELIMINARY SCHEDULES
SUBMISSION AND ACCEPTANCE:
A.3) The Contractor’s Schedule of Values must be prepared using the County’s Primavera
Contract Manager Software System.
REMOVE the last sentence of the General Conditions Section 4.2.B.2) and REPLACE with
the following: “The Contractor shall provide a minimum of 15 days in the Construction/
Progress Schedule for such product review.”
ADD the following paragraph to the General Conditions Section 4.6 AUDIO-VISUAL PRECONSTRUCTION RECORD:
Contractor shall have preliminary construction survey stakeout completed, center line of pipe
or offsets, and Sunshine One Call locate flags completed prior to any photos or video work to
allow the work zone area to be identified with existing and proposed condition locations.
5/02/12
Page 1 of 6
BID #122126CS
SUPPLEMENTAL GENERAL CONDITIONS - FACILITIES
5.0
PROGRESS AND CONTROL OF THE WORK
ADD the following to the General Conditions Section 5.5 MOBILIZATION:
B. Project Sign(s):
1) General: The Contractor shall furnish and erect under the County’s direction, project
sign(s) conforming to the specifications below and the attached details. The sign(s)
shall be the property of the Contractor for the duration of the project and shall be
maintained by the Contractor to the satisfaction of the County. The Contractor shall
be responsible for the relocation of the sign(s), if required, during the progress of
construction as directed by the County.
2) Project Sign Location: The project sign(s) shall be placed:
a. At the location designated by the County
b. Fully within County property rights
c. To comply with applicable FDOT and local land development regulations
d. At a position that will not obstruct pedestrian or vehicular traffic
e. At a location that will not create a hazard.
3) Project Sign Construction:
a. The project sign(s) shall be constructed of wood or other substantial material
(example: plywood sheet with 4” x 4” supports and 2” x 4” cross braces).
b. The sign face dimensions shall be as shown on the attached details, with four
feet of clearance provided from the bottom of the sign face to ground.
c. Upon completion of the Project, the Contractor shall remove and dispose of
the sign(s) and supports and restore the site to the satisfaction of the County.
4) Project Sign Content:
a. Sign content shown on the attached sheets is for illustrative purposes only.
The names of the members of the Boards of County Commissioners will be
provided at the pre-construction conference. Relationship of lettering size will
be similar to that depicted.
5) Basis of Payment: Price and payment shall be full compensation for furnishing and
installing all materials necessary to complete the construction sign(s) in accordance
with the attached details, including sign panels complete with sheeting, painting, and
message, sign posts and supports, footings, excavation, etc., furnishing and installing
project percentage stickers, when required, and all other work specified in this
Section, including all incidentals necessary for the complete item. Payment will be
made as shown on the Bid Form. Should this item not be specifically listed on the bid
form, the furnishing and construction of the construction sign shall be considered
incidental to the other items bid.
ADD the following to the General Conditions Section 5.11 PERMITS, LICENSES, TAXES,
AND LAWS AND REGULATIONS:
D. Building Permit: The Contractor shall obtain and pay for all required local Building
Permit(s) applicable to the Project.
5/02/12
Page 2 of 6
BID #122126CS
SUPPLEMENTAL GENERAL CONDITIONS - FACILITIES
E. Permit Fee Allowance: When applicable, this allowance will be established to cover the
expenses of the permits and is supplemental to the bid, as indicated in the Bid Form.
Permit fees will be paid at actual cost for the permit required and identified in the
Contract Documents. The Contractor is advised that the total bid price shall include the
amount of the allowance. Payment under this allowance shall be based on receipts of
permit fees presented to the County. No payments shall be made for administrative or
other costs of the Contractor.
The allowance line item, when included in the Bid Form, can only be committed for the
intended purchase and cannot in total or part thereof, be transferred to supplement the
contingency or other line item costs, and any remainder will be retained by the County.
ADD the following new Section to the General Conditions Article 5.0 PROGRESS AND
CONTROL OF THE WORK:
5.26
FP&L SERVICE:
A. Where required in the Contract Documents, the Contractor shall provide all
necessary coordination with FP&L for power supply to the proposed Facilities.
The Contractor shall incorporate FP&L’s schedule within Contractor’s
construction/ progress schedule. All costs associated with temporary and
permanent power shall be borne by the Contractor.
B. The Contractor is responsible for all on-site improvements including poles,
transformers, panels, conduit, power wiring, concrete mounting pads, and related
equipment and materials necessary for a complete and fully operational system.
The Contractor shall transfer service to the County upon the date of Substantial
Completion of the Project, or as otherwise agreed.
5.27
DEMOLITION:
A. Where the Construction Plans require demolition of existing facilities, the
Contractor shall obtain and pay for required local permits.
B. All affected utility services at the site will be properly abandoned and/or capped
off and labeled for further use, in accordance with the requirements of the
individual utility owners.
C. All salvageable materials and debris shall be properly handled and disposed of in
accordance with the Contract Documents. Dust shall be properly controlled on
site.
5.28
5/02/12
EARLY COMPLETION: Finishing earlier than the Contract Times or finishing of
particular portions of the Work earlier shall not place obligations on the County for
actions by the Contractor. Such may be deemed to be inconvenient, and may be a
disadvantage to the County. Therefore, the County shall have no obligation to
accelerate its schedule of any related tasks. If however, there is an advantage to the
County to finish early, then the County will work closely with the Contractor in
scheduling and coordinating such early completion.
Page 3 of 6
BID #122126CS
SUPPLEMENTAL GENERAL CONDITIONS - FACILITIES
7.0 CONTRACTOR’S RIGHTS AND RESPONSIBILITIES
ADD the following to the General Conditions Section 7.4 LABOR:
C. Approved Installers: Where required by the Contract Documents, Contractor’s
installation personnel for manufactured, produced, fabricated, and/or constructed items of
Work shall be approved as an installer by the manufacturer/producer of the item or
assembly. The Contractor will be required to produce evidence of such manufacturer’s
approval /certificate if requested by the County.
9.0 WORK BY OTHERS
ADD the following to the General Conditions Section 9.1 WORK BY OTHERS:
A.1) Items where noted as NIC (Not in Contract) in the Contract Documents, may include
items such as building demolition, site preparation, site utility installations, specialty
work, furnishings, minor equipment installation, etc., and may be furnished and
installed by the County through its own work force, or under a separate contract with
other contractors.
11.0 CHANGES, DELAYS, AND TIME EXTENSIONS
ADD the following to the General Conditions Section 11.3.A CHANGE IN CONTRACT
PRICE:
1. At any time the County may request a quotation from Contractor for a proposed change
in the work. Within ten (10) days following the receipt of such a request, the Contractor
shall prepare and submit a written and sufficiently detailed proposal for the estimated
cost increase of the proposed change. The County shall review the proposal within five
(5) days, and shall:
a) accept the proposal in total, or potions thereof;
b) negotiate the scope and cost of the proposal; or
c) reject the proposal in total.
2. The proposal shall include any request for a change in contract times resulting from the
proposed change in the work. Any time extensions shall also be subject to negotiations.
3. Itemized estimates shall be in sufficient detail for County’s review, including all material,
labor, equipment, subcontracted work, and overhead costs and fees, and shall cover all
work involved in the change, whether such work involves additions to, or deletions from
the original Contract scope and price.
4. Any changes in the Contract price or Contract times shall be formalized in a Contract
Modification.
5. Notwithstanding the request for quotation, Contractor shall continue to carry on the work
and maintain the progress schedule. Delays in the submittal of the written and detailed
proposal will not be considered as basis for a time extension.
5/02/12
Page 4 of 6
BID #122126CS
SUPPLEMENTAL GENERAL CONDITIONS - FACILITIES
13.0
PAYMENTS TO CONTRACTOR AND COMPLETION
ADD the following
DOCUMENTATION:
to
the
General
Conditions
Section
13.2
SUPPORTING
E. Monthly Status Reports: With each payment application, the Contractor shall submit an
updated monthly status report for review and approval by the County. The report shall
contain specific construction progress over the past month; expected work to be
accomplished over the coming month; and specify any potential problems that may
interfere with the proposed work schedule. The County may withhold payment if the
Contractor fails to submit an updated and approved monthly status report.
F. Photographs: With each payment application, the Contractor shall submit one (1) set of
8”x10” color photographs taken during that payment request period showing the
progress of the Work. The photographs will show pertinent physical features of and
improvements made at the Project Site. The Contractor will furnish two copies in digital
format of all photographs taken during construction to the County prior to final payment.
Pre-construction and post-construction Digital audio-video recordings (DVD’s) per
Section 4.6 of the General Conditions will be provided by the Contractor in addition to
the photographs.
ADD the following
COMPLETION:
to
the
General
Conditions
Section
13.9
SUBSTANTIAL
J. The Work will be considered substantially complete when each of the following portions
of the Work is completed to the satisfaction of the County:
1) All components of the Work have been installed, tested, approved, and certified to
be placed into operation.
2) A “punch list” of items to complete the Work has been submitted by the
Contractor.
3) Final As-builts have been provided in accordance with the Contract Documents.
4) All training and instructions have been provided to the designated County’s
representative(s) in accordance with the Contract Documents.
5) Operation and Maintenance (O&M) Manuals submitted and accepted.
6) 90% of all private property has been restored.
7) 90% of all restoration in the right-of-way is completed.
ADD the following to the General Conditions Section 13.11 FINAL ACCEPTANCE:
C. The Work will be considered complete when each of the following portions of the Work
is completed to the satisfaction of the County:
1) All “punch list” work has been completed.
2) All Close-Out Items have been completed and submitted to the County, including:
a. Final Clean-up.
b. Complete Demobilization.
c. 100% of all private property has been restored.
5/02/12
Page 5 of 6
BID #122126CS
SUPPLEMENTAL GENERAL CONDITIONS - FACILITIES
d. 100% of all restoration in the right-of-way is completed.
e. Contractor’s Final Affidavit & Release of Lien (Contract Form Pages RL-1
and RL-2).
f. Releases of Liens.
g. Consent of Surety to Final Payment.
h. Private Owner(s) acceptance of restoration.
i. All Warrantees/Guarantees.
j. All other Close-Out Items required by the Contract Documents.
15.0 WARRANTY AND GUARANTEE PROVISIONS
REMOVE the first sentence of the General Conditions Section 15.1.A., and REPLACE with
the following:
“All materials and equipment furnished by the Contractor and all Work and workmanship
involved in the Contract shall be free from defects due either to faulty materials or equipment
or faulty workmanship, whether patent or latent, and the same is hereby warranted and
guaranteed by the Contractor for a minimum period of one (1) year from the date of the Final
Completion and Acceptance Certificate issued by the County, or such longer period of time
as may be prescribed by the terms of any applicable special guarantees and warranties
required by the Contract Documents, or as prescribed by Florida law or State or Local
regulations.”
16.0
MISCELLANEOUS
ADD the following new Section to the General Conditions Article 16.0 MISCELLANEOUS:
16.6 FIRE ALARM SYSTEM: Activation of fire alarms shall be the responsibility of the
Contractor. Contractor’s unauthorized activation of the alarm system resulting in a response
by the Fire Department will be assessed at the current rate charged by the Fire Department
per occurrence. These charges will be withheld from the Contractor’s payment application.
END OF SUPPLEMENTAL GENERAL CONDITIONS
ATTACH PROJECT SIGN DETAILS TO THE FOLLOWING PAGES
5/02/12
Page 6 of 6
BID #122126CS
This page left intentionally blank
SPECIAL CONDITIONS - FACILITIES
PROJECT LOCATION:
A. PROJECT LOCATION: The Project area is located in Sarasota County, Florida, approximately
70 miles south of Tampa, Florida, and is more specifically shown on the Construction Plans.
B. PROJECT ADDRESS: The Project site address is 3445 Rustic Road, Nokomis, FL 34275.
SUMMARY OF WORK:
A. The work under this project consists of: Construction of a 2,400 square foot pre-engineered metal
building to include all site, foundation, electrical, and HVAC work.
PERMITS:
A. State, Federal, and Local Permits: The Contractor shall be responsible for compliance with all
requirements, conditions and restrictions of the Project permits. The County has obtained the
following permits related to the construction of this Project:
1) Southwest Florida Water Management District – Exemption
2) Sarasota County Concurrent Site and Development Plan Approval (County S&D)
Copies of the above Permits are included in the Contract Documents.
B. The Contractor is responsible for obtaining any additional permits associated with the Project, as
required by the Contract Documents.
PROJECT SIGN: The project does not require a ‘Project Sign’ as specified in the Supplemental
General Conditions
FINAL COMPLETION AND ACCEPTANCE REQUIREMENTS:
A. The Work will be considered complete when each of the following portions of the Work is
completed to the satisfaction of the County:
1) All components of the Work are installed, tested and approved.
2) All “punch list” work is complete.
3) All Close-Out Items are complete and submitted to the County, including:
a. Substantial Acceptance
1. A copy of the Certificate of Completion/Certificate of Occupancy is
issued by the authority having jurisdiction.
2. As-Builts were provided in accordance with the Contract Documents.
3. Two (2) bound copies of the Operations and maintenance (O&M) Manual
submitted and accepted.
4. One (1) Electronic copy in Portable document Format (pdf) of Operations
and Maintenance Manuals (O&M) by division, all start-up logs,
mechanical schematics and Certified Warranties.
5. The only exception to the electronic format in number four (4) above is
for Certified Warranties where hard copies are the only authorized
version.
6. All other Close-Out Items required by the P.M. and Engineer/Architect.
b. Final Acceptance
1. Final Clean-up
2. Complete Demobilization
3. All Releases of Liens
4. Consent of Surety, if required.
5. All Warranties/Guarantees.
1/05/12
Special Conditions - Page 1 of 4
BID#122126CS
SPECIAL CONDITIONS - FACILITIES
6. All training and instructions were provided to the designated County’s
representative(s)
7. All other Close-Out items required by the County and Engineer/Architect.
MODIFICATIONS TO GENERAL REQUIREMENTS:
A. The Florida Building code applicable to this project is that version current at the time of local
building permit application.
B. The County retains the option to engage outside consultants, including the Engineer of Record,
for services during the Construction phase of the project. The County’s Construction Project
Manager will be the primary point-of-contact between the Contractor and all members of the
design team. All communication between the Contractor and design team must be made through
the County’s Construction Project Manager. Throughout the contract documents, references to
the Engineer’s duties, role, and responsibilities are assigned to the County and/or their
representative.
C. WORK HOURS:
1. Regular working hours are defined as up to ten (10) hours per day, Monday through Friday,
beginning no earlier than 7:00 A.M. and ending no later than 7:00 P.M., excluding
Saturdays, Sundays, and Holidays.
2. Whenever the Contractor is performing any part of the Work, with the exception of
equipment maintenance and cleanup, inspection of the Work will be required.
3. Requests for approval by the County to work other than regular working hours must be
submitted to the County at least 48 hours prior to any proposed weekend work or scheduled
extended workweek hours.
4. Periodic unscheduled work hours on weekdays will be permitted provided that two hours
notice is provided to the County. Maintenance and cleanup may be performed during hours
other than regular working hours.
D. “OR EQUAL’ AND SUBSTITUTIONS:
1. The Contractor shall provide all data in support of any proposed “or equal” or substitute at
the Contractor’s expense, and shall have no claim for additional cost or time should the item
be rejected.
2. The County’s approval or rejection of any “or equal” or substitute item submitted by the
Contractor is final.
3. Manufacturer references are to be considered basis of design. References to ‘approved equal’
are to be considered basis of design.
C. SUBSTANTIAL COMPLETION: Upon receipt of a written request by the Contractor, the
County shall schedule and conduct a Substantial Completion inspection. Should the County
determine that the Work is Substantially Complete, the county will prepare and sign a Certificate
of Substantial Completion.
1. When the contractor considers the Work, or a portion thereof, ready for its intended use, the
Contractor shall notify the county in writing that the Work is substantially complete, listing
items of work remaining to be completed by the Contractor (Punch List), and request that the
county schedule a Substantial Completion inspection.
2. Promptly after the Contractor’s notification, the county and the Contractor, shall make an
inspection of the work to determine the status of completion.
3. Should the county discover major Work items left uncompleted, or defective Work requiring
correction or removal and replacement, the County shall discontinue the inspection, notify the
Contractor of the deficiencies observed, and advise the Contractor to re-schedule the
Substantial Completion inspection and of potential additional costs which may be incurred.
4. If uncompleted or defective Work is discovered during the initial inspection, the Contractor
shall promptly complete the Work, and if required, remove from the Jobsite any and all
materials and Work rejected by the county as failing to conform to the contract documents,
whether incorporated into the work or not. The contractor shall promptly replace the
1/05/12
Special Conditions - Page 2 of 4
BID#122126CS
SPECIAL CONDITIONS - FACILITIES
defective work in accordance with the contract documents without expense to the county,
including bearing the costs of making good all work by others damaged or destroyed by the
Contractor’s removal and replacement of such defective Work.
5. If the County considers the work substantially complete with only minor corrections,
adjustments, and clean-up items remaining, the county will prepare, sign and date the
Certificate of Substantial Completion, which shall fix the date of Substantial Completion.
The County shall prepare a tentative list of items to be completed or corrected for final
completion of the Project (Punch List) and attached the list to the Certificate. The items
noted at the time of Substantial Completion should not be considered as all inclusive of the
necessary actions required by the contractor to achieve Final Acceptance and completion.
6. At the time of preparation of the certificate of Substantial Completion, the county will deliver
to the contractor a written recommendation as to division of responsibilities pending final
completion, acceptance, and payment between the County and the contractor with respect to
security, operations, safety, protection of the work, maintenance, heat, utilities, insurance, and
warranty and guarantee issues. These recommendations, once agreed upon by the county and
The Contractor, shall be incorporated into the Certificate of Substantial completion.
7. Substantial Completion shall be achieved within the Contract Time stipulated for Substantial
Completion of the Work, including approved time extensions.
8. Provided Substantial Completion is reached by the contractor in a timely manner, and based
on the value of the work remaining, the contractor may submit a payment application
requesting a reduction in retainage prior to Final Completion and Acceptance. The County
will review the request, and based on the value of work remaining, make a recommendation
to release a portion of the retainage, while allowing sufficient funds to remain with which to
complete the Work. The county may accept or reject his recommendation, based solely on its
discretion, and information which may become available to the county, which may warrant
withholding a larger portion or all of the retainage.
9. The county shall have the right to exclude the contractor from the Jobsite after the date of
Substantial Completion subject to allowing the Contractor reasonable access to complete or
correct items on the Punch List.
D. FINAL COMPLETION: Upon receipt of a written request by the Contractor, the county shall
schedule and conduct a Final Completion inspection. Should the county determine that the work
is complete and ready for the County’s acceptance, the County will prepare and sign a Final
Completion and Acceptance Certificate.
E. DELAYS AND TIME EXTENSIONS:
1. Delay claims: No extension of Contract Times shall be granted by the county unless a timely
Claim is made by the Contractor in writing to the County within seven (7) days of the event
or incident casing the delay. The Contractor shall demonstrate in its Claim the impact on the
critical path of the Construction/progress Schedule to justify the extension of the time
requested. Any identified float is not time for the exclusive use or benefit of either the county
or the Contractor. Extensions of time for performance may be granted by the county only to
the extent that equitable time adjustments for the activity of activities affected exceed the
total float. Such justification must be submitted, in writing, within fifteen (15) days of the
Claim. If the Contractor can, or could have moved to another part of the Work without
affecting the Construction/progress Schedule’s critical path, a time extension will not be
granted by the County.
2. Rain Delays: Reasonable extensions of time, as determined by the county, will be granted to
the contractor for time lost due to rainfall over and above the norm for the county, based on
U.S. Weather Bureau statistics. If the Contractor can show that the rain caused additional
delays at the Jobsite beyond the actual rain events, additional time extensions may be granted.
3. Force Majeure: The Contractor will be granted a reasonable time extension for a Force
majeure occurrence: an unexpected event that crucially affects the contractor’s ability to
perform the work, and includes forces of nature (Act of God), such as natural fires, floods,
hurricanes, tornados, epidemics; or an event beyond the Contractor’s control, such as major
workers strikes, government shut down; or other major catastrophic events. Except as
otherwise expressly provided herein, neither party shall be liable for any delay due to causes
1/05/12
Special Conditions - Page 3 of 4
BID#122126CS
SPECIAL CONDITIONS - FACILITIES
not reasonable within its control, including but not limited to, acts of civil or military
authority, including courts and regulatory agencies, acts of God, war, riot or insurrection,
inability to obtain required construction permits, blockades, embargoes, sabotage, epidemics,
fires, floods, strikes, lockout or other labor difficulties, provided such labor difficulties do not
arise from inequitable labor practices. In the event of any delay resulting from such causes,
the time for performance hereunder shall be extended for a period of time reasonable
necessary to overcome the effect of such delays. This shall constitute the sole remedy to
either party in the event of such delays.
END OF SPECIAL CONDITIONS
1/05/12
Special Conditions - Page 4 of 4
BID#122126CS
SECTION 10
TECHNICAL
SPECIFICATIONS
This page left intentionally blank
SECTION 10
TABLE OF CONTENTS
BUILDING
SECTION 1
BUILDING – PERFORMANCE SPECIFICATIONS
SECTION 133419
METAL BUILDING SYSTEMS
SITE
SECTION 01050
SURVEYING (PROVIDED BY CONTRACTOR)
SECTION 01300
SHOP DRAWINGS
SECTION 01310
PROGRESS SCHEDULES
SECTION 01411
TESTING SERVICES (PROVIDED BY CONTRACTOR)
SECTION 01510
TEMPORARY UTILITIES AND CONTROLS
SECTION 01600
MATERIAL AND EQUIPMENT
SECTION 01700
CONTRACT CLOSE-OUT
SECTION 01730
OPERATION AND MAINTENANCE DATA
SECTION 02703
TRENCHING AND BACKFILLING FOR PIPING
SECTION 02705
RESTORATION AND GENERAL REQUIREMENTS
SECTION 02707
STORM SEWERS, PIPE, AND STRUCTURES
SECTION 02813
SEEDING, MULCHING AND SODDING
SECTION 02817
CLEARING AND GRUBBING
SECTION 02820
EXCAVATION AND EMBANKMENT
7/12/2012
215610934
This page left intentionally blank
BUILDING
7/12/2012
215610934
This page left intentionally blank
KNIGHTS TRAIL GUN RANGE - SHERIFF'S TRAINING FACILITIES
SECTION 1
BUILDING - PERFORMANCE SPECIFICATIONS
Building:
•
40’x60’ Pre-Engineered Metal Building. Basis of Design for the building shall be
Butler Manufacturing, as shown on the construction plans or approved equal.
Building design shall be in accordance with the 2010 Florida Building Code
(FBC).
•
Two (2) 10’x10’ roll up chain operated coil doors. Roll up coil doors shall be
Overhead Door 625 Series Insulated Service Door or approved equal. Impact
rated in accordance with the 2010 Florida Building Code (FBC). Finish paint on
coil doors to be by the manufacturer. Door color to be determined by Owner,
based on standard manufacturer’s color/finish options.
•
Two (2) 3’-0” x 6’-8” hollow metal insulated doors and frames complete with
closure, threshold, weather strip, panic strip, closure and standard lever handle
lockset and deadbolt. All door hardware by ‘Best Locking System’. Basis for
Design of hollow metal doors shall be Curries / Assa Abloy 747 door or approved
equal. Doors shall be impact rated in accordance with the 2010 Florida Building
Code (FBC). Door and frame color to be determined by owner. Doors and
frames shall be sanded, re-primed, and painted with a final finish of two coats of
a low-gloss exterior acrylic paint.
•
Four (4) 36”x52” single hung impact resistant windows. Basis of Design for
windows shall be PGT Industries Series SH700 Aluminum Frame impact
resistant window or approved equal. Windows shall have a U-factor < 0.45 and a
SHGC < 0.25. Window design shall be in accordance with the 2010 Florida
Building Code (FBC). Contractor is responsible to produce a NOA for windows
and adhere to the manufacturer’s installation procedures.
Doors:
Windows:
V:\2156\active\215610934\civil\specification\Knights Trail Gun Range_performace _spec.docx
Electrical:
•
New 110 amp 1-phase 240V feed to building. Service feeder line from the
existing electric service to the building (approximately 100-feet). Complete
including connection to the existing electrical service.
•
Nine (9) 2’x4’ - T8, 25W, two-lamp fluorescent fixtures with a 227-volt electronic,
programmed start, ballast (Basis of Design shall be either Sylvania #QHE2X32T8
or Phillips Advance #VCN2S32SC35M)
•
Three (3) single pole light switches.
•
Six (6) GFCI outlets.
•
Two (2) exit sign / emergency light combo. Fixture to utilize LED lamps and
project in the color red.
•
Two (2) 250W Exterior LED Lights with photocell control.
•
All wiring, conduits and necessary components for the building electrical system.
HVAC System:
•
New HVAC system to serve the proposed 2,400 square foot building. HVAC
system shall be designed and constructed in accordance with Section 503 of the
Florida Building Code (FBC). Thermostat shall be Maple/Chase, Saver Stat
Model #09700, 7-day programmable. Complete including all components,
ductwork and concrete pad.
V:\2156\active\215610934\civil\specification\Knights Trail Gun Range_performace _spec.docx
SECTION 133419
METAL BUILDING SYSTEMS
BASIS OF DESIGN
PART 1
1.1
A.
1.2
GENERAL
SECTION INCLUDES
Metal Building System:
1.
Structural steel framing system.
2.
Metal roof system.
3.
Metal wall system.
4.
Roof and wall insulation systems.
REFERENCE STANDARDS
A.
American Institute of Steel Construction (AISC):
1.
AISC Specification for Structural Steel Buildings.
2.
AISC Serviceability Design Considerations for Low-Rise Buildings.
B.
American Iron and Steel Institute (AISI):
1.
AISI North American Specification for the Design of Cold-Formed Steel Structural
Members.
C.
American Welding Society (AWS):
1.
AWS D1.1 / D1.1M – Structural Welding Code – Steel.
2.
AWS D1.3 / D1.3M – Structural Welding Code – Sheet Steel.
D.
Association for Iron & Steel Technology (AISE):
1.
AISE 13 – Specifications for Design and Construction of Mill Buildings.
E.
ASTM International (ASTM):
1.
ASTM A 325 – Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105
ksi Minimum Tensile Strength.
2.
ASTM A 653 / A 653M – Standard Specification for Steel Sheet, Zinc-Coated (Galvanized)
or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process.
3.
ASTM A 792 / A 792M – Standard Specification for Steel Sheet, 55 % Aluminum-Zinc
Alloy-Coated by the Hot-Dip Process.
4.
ASTM B 117 – Standard Practice for Operating Salt Spray (Fog) Apparatus.
5.
ASTM C 518 – Standard Test Method for Steady-State Thermal Transmission Properties
by Means of the Heat Flow Meter Apparatus.
Butler Manufacturing
Metal Building System
Version 11.4
133419 - 1
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
ASTM C 1363 – Standard Test Method for Thermal Performance of Building Materials and
Envelope Assemblies by Means of a Hot Box Apparatus.
ASTM D 522 – Standard Test Methods for Mandrel Bend Test of Attached Organic
Coatings.
ASTM D 523 – Standard Test Method for Specular Gloss.
ASTM D 968 – Standard Test Methods for Abrasion Resistance of Organic Coatings by
Falling Abrasive.
ASTM D 1308 – Standard Test Method for Effect of Household Chemicals on Clear and
Pigmented Organic Finishes.
ASTM D 2244 – Standard Practice for Calculation of Color Tolerances and Color
Differences from Instrumentally Measured Color Coordinates.
ASTM D 2247 – Standard Practice for Testing Water Resistance of Coatings in 100%
Relative Humidity.
ASTM D 2794 – Standard Test Method for Resistance of Organic Coatings to the Effects
of Rapid Deformation (Impact).
ASTM D 3361 – Standard Practice for Unfiltered Open-Flame Carbon-Arc Exposures of
Paint and Related Coatings.
ASTM D 4214 – Standard Test Methods for Evaluating the Degree of Chalking of Exterior
Paint Films.
ASTM E 84 – Standard Test Method for Surface Burning Characteristics of Building
Materials.
ASTM E 96 / E 96M – Standard Test Methods for Water Vapor Transmission of Materials.
ASTM E 1592 – Standard Test Method for Structural Performance of Sheet Metal Roof
and Siding Systems by Uniform Static Air Pressure Difference.
ASTM G 87 – Standard Practice for Conducting Moist SO2 Tests.
F.
Metal Building Manufacturers Association (MBMA):
1.
MBMA Metal Building Systems Manual.
G.
North American Insulation Manufacturers Association (NAIMA):
1.
NAIMA 202 – Standard For Flexible Fiber Glass Insulation to be Laminated for Use in
Metal Buildings.
H.
The Society for Protective Coatings (SSPC):
1.
SSPC-Paint 25 - Primer for Use Over Hand Cleaned Steel performs to SSPC-Paint 25
standards.
2.
SSPC-SP2 – Hand Tool Cleaning.
I.
Underwriters Laboratories (UL):
1.
UL 580 – Standard for Tests for Uplift Resistance of Roof Assemblies.
2.
UL 723 – Standard for Test for Surface Burning Characteristics of Building Materials.
J.
US Army Corps of Engineers (COE):
1.
COE Unified Facilities Guide Specification Section 07 61 13.
K.
covering and trim details, and accessory installation details to clearly indicate proper assembly
of building components.
Butler Manufacturing
Metal Building System
Version 11.4
133419 - 2
L.
Certification: Submit written “Certificate of design and manufacturing conformance” prepared
and signed by a Professional Engineer, registered to practice in Florida verifying that the metal
building system design and metal roof system design (including panels, clips, and support
system components) meet indicated loading requirements and codes of authorities having
jurisdiction.
1.
Certification shall reference specific dead loads, live loads, snow loads, wind
loads/speeds, tributary area load reductions (if applicable), concentrated loads, collateral
loads, seismic loads, end-use categories, governing code bodies, including year, and load
applications.
M.
Submit certification verifying that the metal roof system has been tested and approved by
Underwriter’s Laboratory as Class 90.
N.
Dealer Certification: Submit certification 1 week before bid date that the metal building system
supplier or metal roof system supplier is a manufacturer’s authorized and franchised dealer of
the system to be furnished.
1.
Certification shall state date on which authorization was granted.
O.
Installer Certification: Submit certification 1 week before bid date that the metal building system
or roof system installer has been regularly engaged in the installation of building systems of the
same or equal construction to the system specified.
1.3
QUALITY ASSURANCE
A.
Manufacturer’s Qualifications:
1.
Manufacturer regularly engaged, for past 10 years, in manufacture of metal building
systems of similar type to that specified.
2.
Accredited based on IAS Accreditation Criteria AC472 and requirements in International
Building Code (IBC), Chapter 17.
B.
Installer's Qualifications:
1.
Installer regularly engaged, for past 5 years, in installation of metal building systems of
similar type to that specified.
2.
Employ persons trained for installation of metal building systems.
C.
Certificate of design and manufacturing conformance:
1.
Metal building system manufacturer shall submit written certification prepared and signed
by a Professional Engineer, registered to practice in Florida verifying that building system
design and metal roof system design (including panels, clips, and support system
components) meet indicated loading requirements and codes of authorities having
jurisdiction.
2.
Certification shall reference specific dead loads, live loads, snow loads, wind
loads/speeds, tributary area load reductions (if applicable), concentrated loads, collateral
loads, seismic loads, end-use categories, governing code bodies, including year, and load
applications.
3.
Certificate shall be on metal building system manufacturer’s letterhead.
Butler Manufacturing
Metal Building System
Version 11.4
133419 - 3
1.4
DELIVERY, STORAGE, AND HANDLING
A.
Delivery and Acceptance Requirements: Deliver materials to site in manufacturer’s original,
unopened containers and packaging, with labels clearly identifying product name and
manufacturer.
B.
Storage and Handling Requirements:
1.
Store and handle materials in accordance with manufacturer’s instructions.
2.
Keep materials in manufacturer’s original, unopened containers and packaging until
installation.
3.
Do not store materials directly on ground.
4.
Store materials on flat, level surface, raised above ground, with adequate support to
prevent sagging.
5.
Protect materials and finish during storage, handling, and installation to prevent damage.
PART 2
2.1
PRODUCTS
BUILDING DESCRIPTION
A.
Building Dimensions: Indicated on the Drawings.
1.
Horizontal Dimensions: Measure to inside face of wall sheets.
2.
Eave Height: Measure from top of finished floor to intersection of insides of roof and
sidewall sheets.
3.
Clear Height Between Finished Floor and Bottom of Roof Steel: Indicated on the
Drawings.
B.
Primary Structural Members:
1.
Primary Framing System: Framing system as specified in this specification section.
2.
Frames: Welded-up plate section columns and roof beams, complete with necessary
splice plates for bolted field assembly as specified in this specification section.
3.
Bolts for Field Assembly of Primary Steel: High-strength bolts as indicated on erection
drawings of metal building system manufacturer.
4.
Beam and Post Endwall Frames: Endwall corner posts, endwall roof beams, and endwall
posts as required by design criteria.
5.
Exterior Columns: Welded-up "H" sections or cold-formed “C” sections.
6.
Interior Columns: “H” sections or tube columns.
7.
Connection of Primary Structural Members: ASTM A 325 bolts through factory-punched
holes.
8.
Primary Structural Members: Paint with metal building system manufacturer's standard
primer with surface preparation as specified in this specification section.
C.
Secondary Structural Members:
1.
Secondary Framing System: As specified in this specification section.
2.
C/Z Purlins and Girts: Acrylic-coated G30 galvanized finish.
D.
Metal Roof System: metal roof system as specified in this specification section.
E.
Metal Wall System: metal wall system as specified in this specification section.
Butler Manufacturing
Metal Building System
Version 11.4
133419 - 4
F.
2.2
Where metal panels are required to be painted, use coating system as specified in this
specification section.
DESIGN LOADS
A.
Governing Design Code:
1.
Structural design for the building structural system shall be provided by the metal building
system manufacturer for the following design criteria:
a.
Governing Building Code: Florida Bldg Code
b.
Year/Version: 2010
B.
Roof Live Load:
1.
Roof live loads are loads produced during the life of the structure by moveable objects.
2.
Wind, snow, seismic, or dead loads are not live loads.
3.
Roof live loads are applied based on the Tributary Area as follows:
a.
20 psf reducible per code
C.
Wind Load:
1.
Wind load used for designing the structure shall be the product of the following criteria:
a.
Wind Exposure Category: C
b.
Wind Velocity (Vult), miles per hour: 150
c.
Wind Velocity (Vnom), miles per hour: 117
d.
Wind Importance Factor (Iw): 1.0
2.
Wind Pressure Coefficients and the design pressures shall be applied in accordance with
the governing code.
D.
Seismic Load:
1.
Seismic loads shall be applied in accordance with the governing code.
E.
Dead Load: Dead load shall consist of the weight of building system construction, such as roof,
framing, and covering members.
F.
Collateral Load:
1.
Collateral load: 3psf
G.
Load Combinations: Load combinations used to design primary and secondary structural
members shall be in accordance with the governing code.
2.3
A.
STRUCTURAL STEEL FRAMING SYSTEM
General:
1.
Design of Structural System: Clear or multi-span rigid frame with tapered or straight
columns and roof beams, with gable or single-slope roof.
2.
Actual Building Length:
a.
Structural line to structural line.
b.
Same as nominal; i.e., number of bays times length of bays.
c.
Structural Line: Defined as inside face of wall sheets.
3.
Actual Building Width:
a.
Structural line to structural line.
Butler Manufacturing
Metal Building System
Version 11.4
133419 - 5
4.
5.
6.
b.
Nominal building width.
Roof Slope: 1/2 inch in 12 inches.
Components and Parts of Structural System:
a.
Indicated on the Drawings or the Specifications.
b.
Clearly marked.
c.
Erection Drawings: Supply for identification and assembly of parts.
d.
Drawings: Carry stamp of a registered professional engineer.
Foundations:
a.
Foundations, Including Anchor Bolt Embedment Length: Properly designed by
qualified engineer, retained by other than metal building system manufacturer, in
accordance with specific soil conditions for building site.
b.
Reactions for Proper Design of Foundations: Supplied by metal building system
manufacturer.
c.
Anchor Bolts:
1)
Anchor Bolt Diameter: Indicated on anchor bolt layout drawings furnished by
metal building system manufacturer.
2)
Anchor Bolts: Supplied by Contractor, not metal building system manufacturer.
3)
Anchor Bolts on Moment-Resisting Column Bases: Nuts above and below
base plates.
B.
Structural Steel Design:
1.
Structural Mill Sections or Welded-up Plate Sections: Design in accordance with AISC
Specification for Structural Steel Buildings.
2.
Cold-Formed Steel Structural Members: Design in accordance with AISI North American
Specification for the Design of Cold-Formed Steel Structural Members.
3.
Structural System: Design in accordance with specified building code (Refer to Design
Loads and Building Codes).
C.
Primary Framing:
1.
Rigid Frames:
a.
Frames: Welded-up plate section columns and roof beams, complete with
necessary splice plates for bolted field assembly.
1)
Base Plates, Cap Plates, Compression Splice Plates, and Stiffener Plates:
Factory welded into place and connection holes factory fabricated.
2)
Columns and Roof Beams: Fabricated complete with holes in webs and
flanges for attachment of secondary structural members and bracing, except
for fieldwork as noted on erection drawings furnished by metal building system
manufacturer.
b.
Bolts for Field Assembly of Frame Members: ASTM A 325 high-strength bolts as
indicated on erection drawings furnished by metal building system manufacturer.
2.
Endwall Structural Members: Cold-formed channel members designed in accordance with
AISI North American Specification for the Design of Cold-Formed Steel Structural
Members or welded-up plate sections designed in accordance with AISC Specification for
Structural Steel Buildings.
a.
Endwall Frames: Endwall corner posts, endwall roof beams, and endwall posts as
required by design criteria.
1)
Splice Plates and Base Clips: Shop fabricated complete with bolt connection
holes.
Butler Manufacturing
Metal Building System
Version 11.4
133419 - 6
2)
b.
Base Plates, Cap Plates, Compression Splice Plates, and Stiffener Plates:
Factory welded into place and connection holes shop fabricated.
3)
Beams and Posts: Factory fabricated complete with holes for attachment of
secondary structural members, except for field work as noted on erection
drawings furnished by metal building system manufacturer.
Intermediate Frames: Substituted for end-wall roof beams, when specified.
1)
Factory fabricate necessary endwall posts and holes for connection to
intermediate frame used in endwall.
D.
Secondary Structural Members:
1.
Purlins:
a.
Purlins:
1)
"Z"-shaped, precision-roll-formed, acrylic-coated G30 galvanized steel in
different gauges to meet specified loading conditions.
b.
Outer Flange of Purlins: Factory-punched holes for panel connections.
c.
Attach purlins to main frames and endwalls with 1/2-inch-diameter bolts.
d.
Brace purlins at intervals indicated on erection drawings furnished by metal building
system manufacturer.
2.
Eave Members:
a.
Eave Struts: Factory punched "C" sections, precision-roll-formed, acrylic-coated
G30 galvanized steel in different gauges to meet specified loading conditions.
3.
Girts:
a.
"Z" or “C”-shaped, precision-roll-formed, acrylic-coated G30 galvanized steel in
different gauges to meet specified loading conditions.
4.
Bracing:
a.
Locate bracing as indicated on the Drawings.
b.
Diagonal Bracing:
1)
Hot-rolled rods of sizes indicated on the Drawings.
2)
Attach to columns and roof beams as indicated on the Drawings.
c.
Optional fixed-base wind posts or pinned-base portal frames may be substituted for
wall rod bracing on buildings as required.
d.
Flange Braces and Purlin Braces: Cold formed and installed as indicated on the
Drawings.
E.
Welding:
1.
Welding Procedures, Operator Qualifications, and Welding Quality Standards: AWS D1.1
- Structural Welding Code – Steel and AWS D1.3 - Structural Welding Code – Sheet Steel.
2.
Welding inspection, other than visual inspection as defined by AWS D1.1, paragraph 6.9,
shall be identified and negotiated before bidding.
3.
Certification of Welder Qualification: Supply when requested.
F.
Painting of Structural Steel Framing System:
1.
General:
a.
Structural Steel: Prime paint as temporary protection against ordinary atmospheric
conditions.
b.
Perform subsequent finish painting, if required, in field as specified in the painting
section.
c.
Before painting, clean steel of loose rust, loose mill scale, dirt, and other foreign
materials.
Butler Manufacturing
Metal Building System
Version 11.4
133419 - 7
d.
2.
3.
2.4
Steel Fabricator: Not required to sand blast, flame clean, or pickle steel before
painting, unless otherwise specified.
Primary Frames:
a.
Clean steel in accordance with SSPC-SP2.
b.
Factory cover steel with 1 coat of gray water-reducible alkyd primer paint formulated
to equal or exceed performance requirements SSPC-Paint 25.
c.
Minimum Coating Thickness: 1.0 mil.
Secondary Structural Members – Roll-Formed:
a.
Hot-dipped zinc coating, ASTM A 653, G30; followed by 1 coat of clear acrylic finish.
b.
Acrylic-Coated G30 Galvanized Steel: Equal or exceed performance requirements
of SSPC Paint-25.
METAL ROOF SYSTEM
®
A.
Metal Roof System: Butler Manufacturing “Butlerib II” roof system.
B.
Roof System Design:
1.
Design roof panels in accordance with AISI North American Specification for the Design of
Cold-Formed Steel Structural Members.
2.
Design roof panels to support a 200-pound load distributed evenly over a 2-foot square
area centered between purlins, without exceeding a panel deflection-to-span ratio of 1/180
in a 2-span condition.
3.
Design roof paneling system for a roof slope of 1/2 inch in 12 inches.
4.
Design roof paneling system to support design live, snow, and wind loads.
C.
Roof System Performance Testing:
1.
UL Wind Uplift Classification Rating, UL 580: Class 90.
2.
Structural Performance Under Uniform Static Air Pressure Difference: Test roof system in
accordance with ASTM E 1592.
3.
FM Global (Factory Mutual):
a.
Roof system has been tested in accordance with FMRC Standard 4471 and
approved as a Class 1 Panel Roof.
b.
Metal Building System Manufacturer: Provide specific assemblies to meet required
wind rating in accordance with FM Global.
D.
Roof Panels:
1.
General:
a.
Factory roll-formed to provide width coverage of 3 feet.
b.
Four major corrugations spaced 12 inches on center.
c.
Each Major Corrugation: 1-1/2 inches high, 2-7/8 inches wide, tapering 1-9/32
inches wide at top, with no intermediate minor corrugations.
d.
In Panel Flat: Two additional minor corrugations, 1 inch wide, 1/8 inch high, spaced
4 inches on center, between major corrugations.
2.
Roof Panel Side Laps:
a.
Overlap 1 major corrugation.
b.
One of the Outboard Corrugations: Formed as overlapping corrugation.
c.
Other Outboard Corrugation: Formed as underneath corrugation.
1)
Full corrugation to provide bearing support to side lap.
Butler Manufacturing
Metal Building System
Version 11.4
133419 - 8
2)
Formed with continuous-length sealant groove.
Factory punch roof panel end laps (top panel with a round hole and bottom panel
with a slotted hole) to provide for expansion and contraction and panel alignment.
e.
Design end laps to occur over and be fastened to secondary structural members.
Ridge Panels:
a.
One-piece, factory formed to match roof slope.
b.
Ridge Panel Cross Section: Match roof panels.
c.
Ridge Panel Splices: Occur over first purlin on either side of building center.
Eave Panels: Extend beyond building structural line.
Factory punch roof panels at panel ends to match factory-punched or field-drilled holes in
structural members to ensure proper alignment.
a.
Upper End of Eave and Splice Panels: 3/4-inch-long slots to provide for expansion
and contraction of panels.
Panel Material and Finish:
a.
26-gauge Galvalume aluminum-zinc alloy (approximately 55 percent aluminum, 45
percent zinc) applied by continuous hot-dip method.
b.
Minimum 0.55-ounce coated weight per square foot as determined by triple-spot test,
ASTM A 792.
d.
3.
4.
5.
6.
E.
Provision for Expansion and Contraction:
1.
Optional Factory-Punched Roof Panels: 5/16-inch by 3/4-inch-slotted holes at upper end
and 5/16-inch-diameter holes at lower end.
2.
Slotted Holes: Permit thermal movement of panels without detrimental effect on roof
panels.
F.
Fasteners:
1.
Fastener Locations and Quantities: Indicated on erection drawings furnished by metal
building system manufacturer.
G.
Accessories:
1.
Accessories (i.e., ventilators, skylights, eave and gable trim, gutters, jacks, and curbs):
Standard with metal building system manufacturer, unless otherwise noted and furnished
as specified.
2.
Metal Coating on Gutters, Downspouts, Gable Trim, and Eave Trim: finish system, fullstrength, 70 percent “Kynar 500” or “Hylar 5000” fluoropolymer (PVDF) coating.
3.
Location of Standard Accessories: Indicated on erection drawings furnished by metal
building system manufacturer.
2.5
METAL WALL SYSTEM
®
A.
Exterior Metal Wall System: Butler ManufacturingTM “Butlerib
B.
Wall System Design: Design wall panels in accordance with AISI North American Specification
for the Design of Cold-Formed Steel Structural Members.
C.
Wall Panels:
Butler Manufacturing
Metal Building System
Version 11.4
133419 - 9
II” wall system.
1.
2.
3.
4.
5.
Roll-formed panels, 3 feet wide with 4 major corrugations, 1-1/2 inches high, 12 inches on
center, with 2 minor corrugations between each of the major corrugations entire length of
panel.
One piece from base to building eave.
®
Upper End of Panels: Fabricate with mitered cut to match corrugations of “Butlerib II”
roof panels of 1/2 inch to 12 inches and square cut for all other roof panels and slopes.
Factory punch or field drill wall panels at panel ends and match factory-punched or fielddrilled holes in structural members for proper alignment.
Panel Material and Finish:
a.
26-gauge painted Galvalume aluminum-zinc alloy (approximately 55 percent
aluminum, 45 percent zinc), ASTM A 792.
b.
Paint with exterior colors of “Butler-CoteTM” finish system, full-strength, 70 percent
“Kynar 500” or “Hylar 5000” fluoropolymer (PVDF) coating.
c.
PVDF Coating Warranty: Metal building system manufacturer shall warrant coating
for 25 years for the following.
1)
Not to peel, crack, or chip.
2)
Chalking: Not to exceed ASTM D 4214, #8 rating.
3)
Fading: Not more than 5 color-difference units, ASTM D 2244.
D.
Fasteners:
1.
Wall Panel-to-Structural Connections: Torx-head “ScruboltTM” fasteners.
2.
Wall Panel-to-Panel Connections: Torx-head self-drilling screws.
3.
Fastener Locations: Indicated on erection drawings furnished by metal building system
manufacturer.
4.
Exposed Fasteners: Factory painted to match wall color.
E.
Accessories:
1.
Accessories (i.e., doors, windows, louvers): Standard with metal building system
manufacturer, unless otherwise noted and furnished as specified.
2.
Location of Standard Accessories: Indicated on erection drawings furnished by metal
building system manufacturer.
2.6
INSULATION
A.
Rigid foam board insulation.
B.
Roof Insulation:
1.
Nominal Thickness: ___TBD__ inches.
2.
Certified R-Value: ___40_____.
C.
Roof Assembly U-Factor: __< 0.025___ Btu/hr/sq ft/deg F.
D.
Wall Insulation:
1.
Nominal Thickness: __TBD ___ inches.
2.
Certified R-Value: __30____.
E.
Wall Assembly U-Factor: __≤ 0.032__ Btu/hr/sq ft/deg F.
Butler Manufacturing
Metal Building System
Version 11.4
133419 - 10
F.
2.7
Roof and Wall Insulation Facing: PSK Light Duty (WMP-VR).
1.
0.0015-inch-thick, UV-stabilized, white polypropylene laminated to 11-pound Kraft paper,
reinforced with glass-fiber scrim, in white.
2.
Adhere facing to Owens-Corning Fiberglas “Certified R”, NAIMA 202, fiberglass blanket.
3.
Assembly of Insulation Blanket and Facing:
a.
Flame Spread Rating: Less than 25.
b.
UL Label: Submit as specified in Submittals article of this section.
c.
Perm Rating: 0.09.
ERECTION – STRUCTURAL STEEL FRAMING SYSTEM
A.
Erect structural steel framing system in accordance with the Drawings and metal building
system manufacturer’s erection drawings.
B.
Field Modifications:
1.
Require approval of metal building system manufacturer.
2.
Responsibility of building erector.
3.
Field Modifications to Truss Purlins: Not allowed, unless indicated on erection drawings
furnished by metal building system manufacturer.
C.
Fixed Column Bases: Grout flush with floor line after structural steel erection is complete.
Butler Manufacturing
Metal Building System
Version 11.4
133419 - 11
SITE
7/12/2012
215610934
SECTION 01050
SURVEYING (PROVIDED BY CONTRACTOR)
PART 1
1.01
SECTION INCLUDES
A.
1.02
1.04
1.05
1.06
Survey requirements for the project.
QUALITY CONTROL
A.
1.03
GENERAL
Employ a Land Surveyor registered in the State of Florida and acceptable to
ENGINEER and OWNER to perform survey functions in this section.
SUBMITTALS
A.
Submit name, address, and telephone number of Surveyor before starting survey
work.
B.
On request, submit documentation verifying accuracy of survey work.
C.
Submit a copy of registered site drawing and certificate signed by the Land Surveyor
that the elevations and locations of the work are in conformance with Contract
Documents.
D.
The CONTRACTOR shall provide accurate, detailed, and complete (signed and
sealed) record drawings, mylars, and a CD containing CAD files of all record drawing
sheets to the ENGINEER. The record drawings shall be signed and sealed by a
Florida registered land surveyor. The record drawings shall meet the requirements of
SWFMWD and Sarasota County and shall be included in the cost of the project.
PROJECT RECORD DOCUMENTS
A.
Maintain a complete and accurate log of control and survey work as it progresses.
B.
Record drawings shall be provided by the CONTRACTOR per Section 1.03 D above.
EXAMINATION
A.
Verify locations of survey control points and reference points prior to starting work.
B.
Promptly notify ENGINEER of any discrepancies discovered.
SURVEY REFERENCE POINTS
A.
CONTRACTOR shall locate and protect survey control and reference points.
B.
Control datum for survey is that indicated on drawings.
C.
Protect survey control points prior to starting site work; preserve permanent reference
points during construction.
08/03/2012
215610934
SECTION 01050
Page 1 of 2
1.07
D.
Promptly report to ENGINEER the loss or destruction of any reference point or
relocation required because of changes in grades or other reasons.
E.
The Registered Surveyor shall replace dislocated survey control points based on
original survey control. Make no changes without prior written notice to ENGINEER.
SURVEY REQUIREMENTS
A.
Provide field engineering services. Utilize recognized engineering survey practices.
B.
Establish a minimum of two permanent benchmarks on site, referenced to established
control points. Record locations, with horizontal and vertical data, on project record
documents.
C.
Establish elevations, lines and levels. Locate and lay out by instrumentation and
similar appropriate means:
D.
1.08
1.
Site improvements including pavements; stakes for grading, fill and topsoil
placement; utility locations, slopes, and invert elevations.
2.
Grid or axis for structures.
3.
Building foundation, column locations, and ground floor elevations.
Periodically verify layouts by same means.
SURVEYS FOR MEASUREMENT AND PAYMENT
A.
Perform surveys to determine quantities of unit cost work, including control surveys to
establish measurement reference lines. Notify ENGINEER prior to starting work.
B.
CONTRACTOR's Surveyor shall sign field notes or keep duplicate field notes.
PART 2
PRODUCTS
Not Used
PART 3
EXECUTION
Not Used
PART 4
4.01
MEASUREMENT AND PAYMENT
BASIS OF PAYMENT
A.
The cost of the work specified in this section shall be included in all the various pay
items or work items described in the schedule and no separate payment will be made,
unless a separate pay item is established in the Contract Documents.
END OF SECTION 01050
08/03/2012
215610934
SECTION 01050
Page 2 of 2
SECTION 01300
SHOP DRAWINGS
PART 1
1.01
SECTION INCLUDES
A.
1.02
Shop drawing submittal procedures.
PROCEDURES
A.
Submittals shall be made thru Primavera and as further outlined in the General,
Special and Supplemental Conditions.
B.
Upload each item with ENGINEER-accepted form. Identify Project, CONTRACTOR,
Subcontractor, and major supplier. Identify pertinent drawing sheet and
specification section number as appropriate. Identify deviations from contract
documents. Approve all submittals prior to forwarding to ENGINEER by stamping
and signing approval stamp. Provide space for CONTRACTOR and ENGINEER
review stamps.
C.
After ENGINEER review of submittal, revise and resubmit as required, identifying
changes made since previous submittal.
D.
Distribute copies of reviewed submittals to concerned persons. Instruct recipients to
promptly report any inability to comply with provisions.
E.
Prior to any submittals, a Schedule of Shop Drawings must be submitted and
approved by ENGINEER.
PART 2
2.01
GENERAL
PRODUCTS
SHOP DRAWING SUBMITTAL
A.
Concrete mix design.
B.
Storm pipe and structures.
C.
Signed and sealed pre-engineered building plans.
D.
Building components.
PART 3
EXECUTION
Not Used
10/24/03
35097
SECTION 01300
Page 1 of 2
PART 4
A.
MEASUREMENT AND PAYMENT
The cost of the work specified in this section shall be included in all the various pay
items or work items described in the schedule and no separate payment will be
made unless a separate pay item is established in the Contract Documents.
END OF SECTION 01300
10/24/03
35097
SECTION 01300
Page 2 of 2
SECTION 01310
PROGRESS SCHEDULES
PART 1
1.01
SECTION INCLUDES
A.
1.02
1.04
1.05
Unless otherwise specified, the CONTRACTOR shall submit a schedule of activities in
either of the forms listed below:
1.
A horizontal bar chart (minimum sheet size 24" x 36") with separate bar for
each major work item. The time sequence shall be designated horizontally at
the top of the chart in weeks, months and years. The position of each activity
bar shall indicate the work period from beginning to the end of each activity
work period.
2.
A logic diagram or CPM of all activities showing description, duration, early and
late start/finish dates, predecessors, successors, and float time.
CONTENT
A.
The list of activities shall represent the complete scope of the project and shall be
subject to approval by the OWNER's representative.
B.
Show complete sequence of construction by activity, with dates for beginning and
completion of each activity listed.
REVISIONS TO SCHEDULES
A.
Indicate progress of each activity to date of submittal, and projected completion date of
each activity.
B.
Show accumulated percentage of completion of each activity, and total percentage of
work completed as of the Application for Payment date.
C.
Identify activities modified since previous submittal, major changes in scope, and other
identifiable changes.
D.
Provide narrative report to define problem areas, anticipated delays, and impact on
schedule. Report corrective action taken, or proposed, and its effect.
SUBMITTALS
A.
10/24/03
35099
Scheduling requirements, including submittal and revision procedures.
FORMAT
A.
1.03
GENERAL
Submit preliminary outline schedules within 15 days after date of
OWNER-CONTRACTOR Agreement for coordination with OWNER's requirements.
After review, submit detailed schedules within 15 days, modified to accommodate
revisions recommended by ENGINEER.
SECTION 01310
Page 1 of 2
B.
1.06
Submit revised progress schedules with each Application for Payment.
SUBMITTAL
A.
PART 2
Submit six copies of schedules to ENGINEER.
PRODUCTS
Not Used
PART 3
EXECUTION
Not Used
PART 4
4.01
MEASUREMENT AND PAYMENT
BASIS OF PAYMENT
A.
The cost of the work specified in this section shall be included in all the various pay
items or work items described in the schedule and no separate payment will be made,
unless a separate pay item is established in the Contract Documents.
END OF SECTION 01310
10/24/03
35099
SECTION 01310
Page 2 of 2
SECTION 01411
TESTING SERVICES
(PROVIDED BY CONTRACTOR)
PART 1
1.01
1.02
1.03
1.04
GENERAL
SECTION INCLUDES
A.
Responsibilities of the CONTRACTOR, OWNER, and Testing Laboratory regarding
specified tests.
B.
Report specifications.
SELECTION AND PAYMENT
A.
Unless otherwise stated in the Contract Documents, the CONTRACTOR will select
and pay for the services of an independent testing laboratory to perform tests
required by the technical specifications.
B.
Cost of retests due to failures shall be paid for by the CONTRACTOR in the form of a
deduction from the contract amount.
C.
Utilization of a testing laboratory shall in no way relieve the CONTRACTOR of any
obligation to perform work in accordance with the requirements of the Contract
Documents.
SCHEDULING TESTS
A.
The CONTRACTOR will furnish the name of the testing laboratory to the OWNER at
the preconstruction conference.
B.
The CONTRACTOR shall be responsible for scheduling each test by notifying the
designated laboratory 24 hours prior to the time the test is to be taken.
C.
The specific requirements, including the type and amount of testing, shall be in
accordance with the technical specifications or as otherwise stated in the Contract
Documents.
D.
Ample time shall be allowed for the testing process by the CONTRACTOR, since an
extension of time will not be allowed for testing delays or retests due to failures.
QUALITY ASSURANCE
A.
All tests shall be performed by qualified personnel under the direction and control of a
Professional Engineer registered in the State of Florida and specializing in
Geotechnical or Material analysis as applicable.
B.
In addition to the tests required by the Contract Documents, the OWNER's
Representative may direct the testing laboratory to take any other tests or material
05/18/2011
215_____
SECTION 01411
Page 1 of 3
inspections that he feels necessary to achieve the quality of construction that is
specified in the Contract Documents.
1.05
1.06
1.07
LABORATORY RESPONSIBILITIES
A.
Perform inspection, sampling, and testing in accordance with the Contract
Documents.
B.
Provide qualified personnel to perform all phases of required services and cooperate
with OWNER's Representative and CONTRACTOR in the performance of those
services.
C.
Ascertain compliance of materials and related procedures with requirements of the
Contract Documents.
D.
Promptly notify the CONTRACTOR and the OWNER's Representative of any
irregularities or non-conformance of work, materials, or product.
E.
Perform additional inspections or tests requested by the OWNER's Representative.
F.
Attend pre-construction conferences and progress meetings.
LABORATORY REPORTS
A.
After each inspection or test, promptly submit a laboratory report to the OWNER, the
OWNER's Representative, and the CONTRACTOR through Primavera.
B.
The report shall include the following:
1.
Date of report.
2.
Project title and number.
3.
Date, time, and location of each sample extraction or inspection.
4.
Identification of material and method of test.
5.
Results of tests.
6.
Evaluation of conformance to contract specifications.
7.
Notification of retest requirement due to test failure.
8.
Site map showing testing locations.
LIMITS ON TESTING LABORATORY AUTHORITY
A.
05/18/2011
215_____
Laboratory may not release, revoke or alter the requirements of the Contract
Documents.
SECTION 01411
Page 2 of 3
1.08
B.
Laboratory may not approve or accept any portion of the work.
C.
Laboratory may not assume any duties of the CONTRACTOR.
D.
Laboratory has no authority to stop the work.
CONTRACTOR RESPONSIBILITIES
A.
Submit proposed mix designs and samples of proposed materials to the designated
laboratory as required by the Contract Documents or as requested by the OWNER's
Representative.
B.
Provide access to the site for any tests or inspections.
C.
Provide labor and facilities to obtain, handle, store, and cure test samples and to
facilitate material inspection.
D.
Cooperate with laboratory personnel to maximize the efficiency of the testing
procedure by periodically updating the construction schedule and adhering to the 24hour advance notice requirement for tests.
PART 2
PRODUCTS
Not Used
PART 3
EXECUTION
Not Used
PART 4
4.01
MEASUREMENT AND PAYMENT
BASIS OF PAYMENT
A.
In accordance with Article 1.02, Selection and Payment, this section.
B.
Testing Services (Provided by CONTRACTOR)
The cost of all such work specified in this section shall be included in the prices for
the other pay items which are included in the contract and no additional
compensation will be allowed according to General Conditions .
END OF SECTION 01411
05/18/2011
215_____
SECTION 01411
Page 3 of 3
This page left intentionally blank
SECTION 01510
TEMPORARY UTILITIES AND CONTROLS
PART 1
1.01
REQUIREMENTS
A.
1.02
GENERAL
Furnish, install, maintain and remove temporary utilities required for construction. See
other sections for additional utilities coordination.
TEMPORARY TRAILER LOCATION
The CONTRACTOR shall obtain approval from the OWNER for any proposed temporary
trailer (office) location on site.
1.03
REQUIREMENTS OF REGULATORY AGENCIES
A.
Comply with National Electric Code.
B.
Comply with federal, state and local codes and regulations and with utility company
requirements.
C.
Comply with County Health Department Regulations.
PART 2
2.01
MATERIALS, GENERAL
A.
2.02
2.03
Materials may be new or used, but must be adequate in capacity for the required
usage, must not create unsafe conditions, and must not violate requirements of
applicable codes and standards.
TEMPORARY ELECTRICITY AND LIGHTING
A.
Arrange with utility company and OWNER to provide service required for power and
lighting, and pay all costs for service and for power used in the construction, testing
and trial operation prior to final acceptance of the work by the OWNER as stipulated
by the ENGINEER.
B.
Install circuit and branch wiring, with area distribution boxes located so that power and
lighting are available throughout the construction by the use of construction type
power cords.
C.
Provide adequate artificial lighting for all areas of work when natural light is not
adequate for work, and for areas accessible to the public.
TEMPORARY HEAT AND VENTILATION
A.
10/24/03
35108
PRODUCTS
Provide temporary heat and ventilation as required to maintain adequate
environmental conditions to facilitate progress of the work, to meet specified minimum
SECTION 01510
Page 1 of 3
conditions for the installation of materials, and to protect materials and finishes from
damage due to temperature or humidity.
B.
C.
2.04
2.05
2.06
2.07
10/24/03
35108
Provide adequate forced ventilation of enclosed areas for curing of installed materials,
to disperse humidity, and to prevent hazardous accumulations of dust, fumes, vapors
or gases.
Portable heaters shall be standard approved units complete with controls.
D.
Pay all costs of installation, maintenance, operation and removal, and for fuel
consumed.
E.
Provide connections to existing facilities, extend and supplement with temporary units
as required to comply with requirements. Pay all costs of installation, maintenance,
operation and removal.
TEMPORARY TELEPHONE SERVICE
A.
Arrange with local telephone service company.
B.
Pay all costs for installation, maintenance and removal, and service charges.
TEMPORARY WATER
A.
Provide and pay for all required water for construction and consumptive purposes.
B.
CONTRACTOR may utilize existing on-site water supply system for water needed for
construction purposes. However, all water used shall be coordinated with the utility
company. A temporary meter may be required.
C.
Temporary potable water piping shall be chlorinated prior to use to remove
bacteriological contaminants.
TEMPORARY SANITARY FACILITIES
A.
Provide sanitary facilities in compliance with laws and regulations.
B.
Service, clean and maintain facilities and enclosures.
EROSION AND PROPERTY CONTROL
A.
Flow of drains and sewers maintained: Adequate provisions shall be made for the
flow of sewers, drains and water courses encountered during construction, and the
lines and structures which may have been disturbed shall be immediately restored to
their original condition at the expense of the CONTRACTOR.
B.
Property Protection: Trees, grass, fences, signboards, poles and all other property
shall be protected unless their removal is authorized; and any property damage shall
be satisfactorily restored by the CONTRACTOR and at the expense of the
CONTRACTOR.
SECTION 01510
Page 2 of 3
C.
2.08
2.09
CLEANING DURING CONSTRUCTION
A.
Control accumulation of waste materials and rubbish; periodically dispose of off-site.
B.
Clean interior areas prior to start of finish work, maintain areas free of dust and other
contaminants during finishing operations.
CHEMICALS, HAZARDOUS WASTES, AND PETROLEUM PRODUCTS
A.
PART 3
3.01
All chemicals used during project construction or furnished for project operation,
whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification,
must show approval of either EPA or USDA. Use of all such chemicals and disposal
of residues shall be in strict conformance with manufacturer's instructions or
government regulations as applicable. The CONTRACTOR shall legally dispose of
and clean the project site of all chemicals, hazardous wastes, and petroleum products
placed or used on the site by the CONTRACTOR.
EXECUTION
REMOVAL
A.
Completely remove temporary materials and equipment when their use is no longer
required as determined by the ENGINEER.
B.
Clean and repair damage caused by temporary installations or use of temporary
facilities.
C.
Restore permanent facilities used for temporary services to specified condition.
PART 4
4.01
Provide all means necessary for prevention, control and abatement of erosion,
siltation and water pollution resulting from construction until final acceptance by
OWNER. Provide for mulching, sodding, sandbagging, berms, slope drains,
sedimentation structures, or other devices necessary to meet county, state and
federal regulation.
MEASUREMENT AND PAYMENT
BASIS OF PAYMENT
A.
Unless otherwise specified in the Contract Documents, the cost of temporary utilities
and control shall be included in the various lump sum and unit prices in the contract.
END OF SECTION 01510
10/24/03
35108
SECTION 01510
Page 3 of 3
This page left intentionally blank
SECTION 01600
MATERIAL AND EQUIPMENT
PART 1
1.01
GENERAL
SCOPE OF WORK
A.
1.02
PART 2
This section provides general guidelines for products provided, including their transportation
and handling, storage and protection, options, substitutions and systems demonstration.
SUBSTITUTIONS
A.
Document each request with complete data substantiating compliance of proposed substitution
with Contract Documents.
B.
Request constitutes a representation that CONTRACTOR:
1.
Has investigated proposed product and determined that it meets or exceeds, in all
aspects, specified product.
2.
Will provide the same warranty for substitution as for specified product.
3.
Will coordinate installation and make other changes which may be required for work to
be complete in all respects.
4.
Waives claims for additional costs which may subsequently become apparent.
C.
Substitutions will not be considered when they are indicated or implied on shop drawing or
product data submittals without separate written request, or when acceptance will require
substantial revision of Contract Documents.
D.
ENGINEER will determine acceptability of proposed substitution, and
CONTRACTOR of acceptance or rejection in writing within a reasonable time.
will
notify
PRODUCTS
2.01
Only new materials and equipment shall be incorporated in the work. All material and equipment
furnished by CONTRACTOR shall be subject to inspection and approved by ENGINEER.
2.02
Comply with specifications and referenced standards as minimum requirements.
2.03
Components required to be supplied in quantity within a specification section shall be the same, and
shall be interchangeable.
2.04
Products specified by reference standards or by description only:
standards.
2.05
Products specified by naming one or more manufacturers with a provision for substitutions: Submit
a request for substitution for any manufacturer not specifically named.
5/07/97-WMBPSPEC.042
Any product meeting those
SECTION 01600
Page 1 of 2
PART 3
3.01
3.02
3.03
EXECUTION
TRANSPORTATION AND HANDLING
A.
Transport products by methods to avoid product damage; deliver in undamaged condition in
manufacturer's unopened containers or packaging, dry.
B.
Provide equipment and personnel to handle products by methods to prevent soiling or damage.
C.
Promptly inspect shipments to assure that products comply with requirements, quantities are
correct, and products are undamaged.
STORAGE AND PROTECTION
A.
Store products in accordance with manufacturer's instructions, with seals and labels intact and
legible. Store sensitive products in weather-tight enclosures; maintain within temperature and
humidity ranges required by manufacturer's instructions.
B.
For exterior storage of fabricated products, place on sloped supports above ground. Cover
products subject to deterioration with weather-tight enclosure as recommended by
manufacturer. Provide ventilation to avoid condensation.
C.
Store loose granular materials on solid surfaces in a well-drained area. Prevent mixing with
foreign matter.
D.
Arrange storage to provide access for inspection. Periodically inspect to assure products are
undamaged, and are maintained under required conditions.
E.
Materials which in the opinion of the ENGINEER have become so damaged as to be unfit for
the use intended or specified shall be removed from the site of the work. CONTRACTOR shall
receive no compensation for the damaged material or its removal.
SYSTEMS DEMONSTRATION
A.
Prior to final inspection, demonstrate operation of each system to ENGINEER and OWNER.
B.
Instruct OWNER's personnel in operation, adjustment, and maintenance of equipment and
systems, using the operation and maintenance data as the basis of instruction.
PART 4
4.01
MEASUREMENT AND PAYMENT
BASIS OF PAYMENT
A.
The cost of the work in this section shall be included in all the various pay items or work items
described in the schedule and no separate payment will be made, unless a separate pay item
is established in the Contract Documents.
END OF SECTION 01600
5/07/97-WMBPSPEC.042
SECTION 01600
Page 2 of 2
SECTION 01700
CONTRACT CLOSE-OUT
PART 1
1.01
SECTION INCLUDES
A.
1.02
1.03
1.04
10/24/03
35129
GENERAL
Requirements and procedures for Contract Closeout.
CLOSE-OUT PROCEDURES
A.
Comply with procedures stated in General Conditions and Special Conditions of the
contract for issuance of Certificate of Substantial Completion.
B.
When CONTRACTOR considers work has reached final completion, submit written
certification that Contract Documents have been reviewed, work has been inspected,
and that work is complete in accordance with Contract Documents and ready for
ENGINEER's inspection.
C.
In addition to submittals required by the conditions of the contract, provide submittals
required by governing authorities, and submit a final statement of accounting giving
total adjusted contract sum, previous payments, and sum remaining due.
D.
When ENGINEER finds the work is acceptable for final acceptance, close-out
documents shall be submitted.
FINAL CLEANING
A.
Execute prior to final inspections.
B.
Clean interior and exterior surfaces exposed to view; remove temporary labels, stains
and foreign substances, polish transparent and glossy surfaces, vacuum carpeted
and soft surfaces. Clean equipment and fixtures to a sanitary condition. Clean or
replace filters of mechanical equipment. Clean roofs, gutters, downspouts, and
drainage systems.
C.
Clean site, sweep paved areas, rake clean other surfaces.
D.
Remove waste and surplus materials, rubbish, and construction facilities from the
project and from the site.
PROJECT RECORD DOCUMENTS
A.
Store documents separate from those used for construction.
B.
Keep documents current; do not permanently conceal any work until required
information has been recorded.
C.
At Contract close-out, submit documents with transmittal letter containing date, project
title, CONTRACTOR's name and address, list of documents, and signature of
CONTRACTOR.
SECTION 01700
Page 1 of 2
1.05
1.06
WARRANTIES AND BONDS
A.
Provide duplicate, notarized copies. Execute CONTRACTOR's submittals and
assemble documents executed by subcontractors, suppliers, and manufacturers.
Provide table of contents and assemble in binder with durable plastic cover.
B.
Submit material prior to final application for payment. For equipment put into use with
OWNER's permission during construction, submit within 30 days after first operation.
For items of work delayed materially beyond date of substantial completion, provide
updated submittal within ten days after acceptance, listing date of acceptance as start
of warranty period.
SPARE PARTS AND MAINTENANCE MATERIALS
A.
1.07
EVIDENCE OF PAYMENT AND RELEASE OF LIENS
A.
1.08
Provide products, spare parts, and maintenance materials in quantities specified in
each section, in addition to that used for construction of work. Delivery to OWNER
and obtain receipt prior to final payment.
Submit complete and legally effective releases or waivers of all liens filed in
connection with the work in compliance with Contract Documents.
FINAL APPLICATION FOR PAYMENT
A.
PART 2
Submit final application for payment in accordance with procedures and requirements
stated in the Contract Conditions.
PRODUCTS
Not Used
PART 3
EXECUTION
Not Used
PART 4
4.01
MEASUREMENT AND PAYMENT
BASIS OF PAYMENT
A.
Unless otherwise specified in the Contract Documents, the cost of complying with this
section of the specifications shall be included in the various lump sum and unit prices
in the contract.
END OF SECTION 01700
10/24/03
35129
SECTION 01700
Page 2 of 2
SECTION 01730
OPERATION AND MAINTENANCE DATA
PART 1
1.01
1.02
SECTION INCLUDES
A.
Format and content of manuals.
B.
Instruction of OWNER's personnel.
C.
Schedule of submittals.
QUALITY ASSURANCE
A.
1.03
1.04
10/24/03
35130
GENERAL
Prepare instructions and data by personnel experienced in maintenance and
operation of described products.
FORMAT (In accordance with Special Conditions)
A.
Prepare data in the form of an instructional manual.
B.
Binders: Commercial quality, 8½ x 11 inch three-ring binders with hardback,
cleanable, plastic covers. When multiple binders are used, correlate data into related
consistent groupings.
C.
Cover:
Identify each binder with typed or printed title OPERATION AND
MAINTENANCE INSTRUCTIONS; list title of project identify subject matter of
contents.
D.
Arrange content by systems under section numbers and sequence of Table of
Contents of this project manual.
E.
Provide tabbed flyleaf for each separate product and system, with typed description
of product and major component parts of equipment.
F.
Drawings: Provide with reinforced punched binder tab. Bind in with text; fold large
drawings to size of text pages.
CONTENTS, EACH VOLUME
A.
Table of Contents: Provide title of project; names, addresses, and telephone
numbers of ENGINEER, sub-consultants, and CONTRACTOR with name of
responsible parties; schedule of products and systems, indexed to content of the
volume.
B.
For each Product or System: List names, addresses and telephone numbers of
subcontractors and suppliers, including local source of supplies and replacement
parts.
C.
Product Data - Mark each sheet to clearly identify specific products and component
parts, and data applicable to installation. Delete inapplicable information.
SECTION 01730
Page 1 of 3
D.
1.05
1.06
10/24/03
35130
Drawings - Supplement product data to illustrate relations of component parts of
equipment and systems, to show control and flow diagrams.
MANUAL FOR MATERIALS AND FINISHES
A.
Building Products, Applied Materials, and Finishes: Include product data, with catalog
number, size, composition, and color and texture designations. Provide information
for re-ordering custom manufactured products.
B.
Instructions for Care and Maintenance: Include manufacturer's recommendations for
cleaning agents and methods, precautions against detrimental agents and methods,
and recommended schedule for cleaning and maintenance.
C.
Moisture Protection and Weather Exposed Products: Include product data listing
applicable reference standards, chemical composition, and details of installation.
Provide recommendations for inspections, maintenance, and repair.
D.
Additional Requirements: As specified in individual product specification sections.
MANUAL FOR EQUIPMENT AND SYSTEMS
A.
Each Item of Equipment and Each System: Include description of unit or system, and
component parts. Identify function, normal operating characteristics, and limiting
conditions. Include performance curves, with engineering data and tests, and
complete nomenclature and commercial number of replaceable parts.
B.
Panelboard Circuit Directories: Provide electrical service characteristics, controls and
communications.
C.
Include color-coded wiring diagrams as installed.
D.
Operating Procedures: Include start-up, break-in, and routine normal operating
instructions and sequences. Include regulation, control, stopping, shut-down, and
emergency instructions. Include summer, winter, and any special operating
instructions.
E.
Maintenance Requirements:
Include routine procedures and guide for
trouble-shooting; disassembly, repair, and reassembly instructions; and alignment,
adjusting, balancing, and checking instructions.
F.
Provide servicing and lubrication schedule, and list of lubricants required.
G.
Include manufacturer's printed operation and maintenance instructions.
H.
Include sequence of operation by controls manufacturer.
I.
Provide original manufacturer's parts list, illustrations, assembly drawings, and
diagrams required for maintenance.
J.
Provide control diagrams by controls manufacturer as installed.
SECTION 01730
Page 2 of 3
1.07
1.08
K.
Provide CONTRACTOR's coordination drawings, with color-coded piping diagrams as
installed.
L.
Provide charts of valve tag numbers, with location and function of each valve, keyed
to flow and control diagrams.
M.
Provide list of original manufacturer's spare parts, current prices, and recommended
quantities to be maintained in storage.
INSTRUCTION OF OWNER PERSONNEL
A.
Before final inspection, instruct OWNER's designated personnel in operation,
adjustment, and maintenance of products, equipment, and systems. A minimum of
two man-days shall be provided.
B.
Use operation and maintenance manuals as basis for instruction. Review contents of
manual with personnel in detail to explain all aspects of operation and maintenance.
C.
Prepare and insert additional data in Operation and Maintenance Manual when need
for such data becomes apparent during instruction.
SUBMITTALS
A.
Submit four copies of preliminary draft or proposed formats and outlines of contents
before start of work. ENGINEER will review draft and return one copy with comments.
B.
For equipment, or component parts of equipment put into service during construction
and operated by OWNER, submit documents within ten days after acceptance.
C.
Submit four copies of revised volumes of data in final form within ten days after final
inspection.
PART 2
PRODUCTS
Not Used
PART 3
EXECUTION
Not Used
PART 4
4.01
MEASUREMENT AND PAYMENT
BASIS OF PAYMENT
A.
Unless otherwise specified in the Contract Documents, the cost of providing operation
and maintenance data shall be included in the various lump sum and unit prices in the
contract.
END OF SECTION 01730
10/24/03
35130
SECTION 01730
Page 3 of 3
This page left intentionally blank
SECTION 02703
TRENCHING AND BACKFILLING FOR PIPING
PART 1
1.01
SCOPE
A.
1.02
GENERAL
The work specified in this section consists of the excavation, bedding, and backfilling
of trenches for water main, storm sewer, sanitary sewer, force main, irrigation lines,
and utility lines. Also included is the excavation and backfilling of pertinent structures,
such as manholes, inlets, pump stations, etc.
REFERENCES
A.
Referenced standards or specifications such as ASTM, AASHTO, or AWWA, shall be
the latest edition.
B.
WilsonMiller Specifications Sections:
02817 CLEARING AND GRUBBING
02820 EXCAVATION AND EMBANKMENT
C.
Attachments
Figure A (Section 02703)
1.03
SUPPLEMENTAL REQUIREMENTS
A.
1.04
1.05
SUBSURFACE CONDITIONS
A.
The CONTRACTOR shall be responsible for determining the subsurface conditions in
areas where excavation can be anticipated. The type of soil, depth and thickness of
rock and unsuitable materials, ground water table, and other factors that affect cost
shall be evaluated prior to submitting a bid.
B.
The method used to determine subsurface conditions shall be the responsibility of the
CONTRACTOR. Soil borings (if provided) only supply information in the exact location
of each boring; therefore, on-site exploration of the subsurface is the
CONTRACTOR's responsibility. All on-site exploration shall be scheduled with the
OWNER and coordinated with jurisdictional agencies and utility companies.
PROTECTION
A.
10/24/03
35383
The requirements in this section are the minimum for this project. Any additional
requirements stated in the Contract Documents or otherwise specified by the
manufacturer or any governmental agency in a permit, code, or ordinance shall take
precedence over the requirements of this section.
With the exception of sheeted excavations for deep pipe installations, wet wells or
other poured in place construction activity, all excavations or trenches shall be
backfilled immediately after the work is completed. The CONTRACTOR shall plan the
daily construction activity whereby trenches are backfilled and compacted in
accordance with the accompanying specifications at the end of each work day.
Should it be necessary for reasons other than standard construction procedures to
leave an excavation open the CONTRACTOR shall isolate and protect the workers
and the general public from the entire excavation by barricades, fences, signs, lights
or other devices required by the contract documents and/or local agency codes.
SECTION 02703
Page 1 of 6
B.
The CONTRACTOR shall comply with the applicable trench safety standards
specifically set forth in Florida's Trench Safety Act.
C.
Pavement, sidewalk, driveway, curb and gutter, and other structures shall be
protected from damage during excavation wherever possible and as directed in the
Contract Documents.
PART 2
2.01
2.02
BEDDING MATERIALS
A.
Crushed stone bedding material: Crushed, washed, and graded in accordance with
ASTM C-33, gradation 67.
B.
Sand bedding: Clean sand, free of clay, silt, debris, roots, vegetation, or rock larger
than one-half inch in diameter.
C.
Clean 3/8 inch washed shell material.
BACKFILLING MATERIALS
A.
Select fill: Materials excavated from the limits of construction or imported that
conform to AASHTO Standard M-145, Groups A-1 and A-3 and free of rocks or
gravel, clay, silt, debris, roots and vegetation.
B.
Common fill: Material that conforms to AASHTO Standard M-145, Groups A-1, A-2,
or A-3, free of rocks or gravel, clay, silt, debris, roots and vegetation.
PART 3
3.01
3.02
10/24/03
35383
PRODUCTS
EXECUTION
PREPARATION
A.
Investigate existing conditions and identify line and grade stakes as applicable.
Arrange for placement of materials required to minimize the duration of open trenches
or excavated areas.
B.
Install well points or other approved methods of dewatering as required so that the
discharged water complies with all pertinent ordinances, codes, permits, or
requirements of the Contract Documents.
C.
Implement traffic control and protective devices as may be applicable.
D.
For pipe lines placed above the natural ground, embankment shall be placed and
compacted to an elevation of at least two feet above the top of the pipe and to a width
equal to four pipe diameters prior to trench excavation. The minimum side slopes
shall be six feet (horizontal) to one foot (vertical).
CLEARING AND GRUBBING
SECTION 02703
Page 2 of 6
3.03
3.04.
3.05
A.
Prior to trench excavation, the existing surface that will be disturbed by the excavation
operation shall be cleared and grubbed in accordance with WilsonMiller Specification
Section 02817 CLEARING AND GRUBBING.
B.
The limits of clearing and grubbing for this section shall be as shown on the plans or
as otherwise specified in the Contract Documents. Where the clearing limits are not
shown or stated, the limits of clearing and grubbing shall be the smallest area that will
facilitate the construction of work specified.
TRENCH WIDTH
A.
Trenches for pipe construction shall be excavated to a width that will provide enough
working space next to the pipe and facilitate proper compaction of backfill material
around the haunches of the pipe. All such trench excavation shall comply with the
manufacturer's recommendations for the type of pipe used.
B.
Excavation for structures such as manholes, inlets, pump stations, etc. shall be large
enough to provide adequate working room. A minimum distance of two feet shall be
provided between the outside edge of the structures and the side or wall of the
excavation to allow for proper backfilling and compaction.
EXCAVATION
A.
All trenches shall be excavated by open cut unless otherwise indicated in the Contract
Documents.
B.
The length of the open cut trench that is excavated ahead of the pipe laying operation
shall not exceed half of the normal daily production length. The excavation and pipe
laying operation shall be coordinated so that all pipe laid in one day is fully backfilled
except for the last length of pipe in an unfinished run between structures.
ROCK EXCAVATION
A.
3.06
UNSUITABLE MATERIALS
A.
3.07
3.08
Where materials unsuitable for backfilling are encountered during trench excavation,
these materials shall be separated from the suitable materials and disposed of off-site
or utilized on-site in embankment areas as authorized by the OWNER's
Representative.
REPLACEMENT MATERIAL
A.
10/24/03
35383
Where rock is encountered during the performance of work specified in this section,
the rock shall be excavated in accordance with WilsonMiller Specifications Section
02820 EXCAVATION AND EMBANKMENT.
Where unsuitable material including rock larger than six inches is excavated and
hauled off-site, replacement material shall be acquired from on-site excavation as
provided by the Contract Documents or as authorized by the OWNER. Where
replacement material is not available from the site, the CONTRACTOR shall furnish fill
material from an off-site borrow source. Only materials that conform to Article 2.02 of
this section may be used for backfilling operations unless otherwise specified in the
Contract Documents or authorized in writing by the OWNER's Representative.
PREPARATION OF TRENCH BOTTOM
SECTION 02703
Page 3 of 6
3.09
3.10
A.
Where rock is encountered at the bottom of the trench, the trench shall be undercut to
a depth of at least six inches below the bottom of the pipe to allow for a bedding
cushion above the rock.
B.
Where muck, roots or other organic materials are encountered at the bottom of the
trench, the trench shall be undercut to remove the unsuitable material to the
satisfaction of the OWNER's Representative.
C.
The CONTRACTOR shall dewater the excavation operation as required to provide a
dry trench bottom. Prior to beginning work CONTRACTOR shall prepare their
dewatering plan and obtain all necessary permits.
BEDDING
A.
Where the exposed material at the bottom of the trench meets the requirements of
Article 2.01 this section, the existing material may be used as bedding, provided it is
compacted.
B.
Where the bottom of the trench has been undercut to remove rock or unsuitable
material, the bottom shall be brought up to grade by placing and compacting bedding
materials conforming to the requirements of Article 2.01 this section.
C.
In exceptionally wet conditions, the CONTRACTOR may request permission from the
OWNER's representative to lay the pipe in water. If that request is authorized, the
CONTRACTOR shall undercut the existing bottom a minimum of six inches and
replace with "bedding material" conforming to Article 2.01A or 2.01C this section. This
bedding material shall be tamped and consolidated to provide a solid and unyielding
base for the pipe. During this operation, the CONTRACTOR shall continue the
dewatering process to facilitate adequate installation of the pipe or structure and to
permit observation of the process by the OWNER's representative. The additional
undercut excavation, crushed stone bedding, and other associated costs shall be at
the CONTRACTOR's expense and no extra compensation will be allowed.
BACKFILLING
A.
10/24/03
35383
Backfilling of pipe trenches shall be done in three stages as follows:
1.
First Stage: Material above the bedding and beneath the haunches compacted
in six-inch layers.
2.
Second Stage: Material along the sides of the pipe up to at least one foot above
the top of the pipe compacted in six-inch layers.
3.
Third Stage: Material above the second stage up to the bottom of the subgrade
or the finished surface as applicable compacted in 12-inch layers.
B.
Backfilling of structures shall be done in 12- inch compacted layers up to the top of
the completed or partially completed structure.
C.
Materials used for backfilling shall comply with the requirements of Article 2.02 this
section or as otherwise authorized in writing by the OWNER's representative. For
backfilling of pipe, "Select Fill" shall be used for the first and second stages."Common
Fill" shall be used for the third stage of pipe backfill and for backfilling structures.
SECTION 02703
Page 4 of 6
3.11
COMPACTION
A.
The compaction requirements for backfilling pipe trenches and around structures are
listed below under the following categories. These requirements are the minimum
percentages of the maximum density determined by the "Modified Proctor Density"
(ASTM D-1557).
1.
Under and adjacent (within ten feet) to pavement shall be 95 percent except
within three feet of bottom of subbase grade it shall be 98 percent.
2.
Not under pavement: Any area outside the 10 feet referred to above shall be
95% for all stages.
These requirements are the minimum percentages of the maximum density
determined by the "Modified Proctor Density" (ASTM D-1557).
3.
B.
The CONTRACTOR shall add water or dry out the material used for backfilling until
the moisture content is within two percent of the optimum moisture required to
achieve the maximum compaction.
C.
A density test shall be taken for each 300 lineal foot section of trench or part thereof
for each layer.
D.
A density test shall be taken for every other layer for each structure.
PART 4
4.01
MEASUREMENT AND PAYMENT
BASIS OF PAYMENT
A.
10/24/03
35383
Under and adjacent (within ten feet) to structures shall be 95 percent except
within three feet of finished grade it shall be 98 percent.
Unless otherwise specified in the Contract Documents, the cost of trenching and
backfilling shall be included in the various lump sum and unit prices in the contract.
SECTION 02703
Page 5 of 6
This page left intentionally blank
EXCAVATED TRENCH WIDTH
THIRD STAGE
1.0’
PIPE WIDTH
SECOND STAGE
SPRINGLINE
PIPE
PIPE ZONE
FIRST STAGE
BEDDING
FIGURE A
N.T.S.
END OF SECTION 02703
10/24/03
35383
SECTION 02703
Page 6 of 6
This page left intentionally blank
SECTION 02705
RESTORATION AND GENERAL REQUIREMENTS
PART 1
1.01
GENERAL
SCOPE
A.
1.02
The work specified in this section consists of restoring existing surfaces or any improvements
such as but not limited to pavement, curb and gutter, sidewalk, structures, signs, or
landscaping damaged during construction.
SPECIFICATIONS AND STANDARDS REFERENCE
A.
Any reference to a supplementary specification or standard such as ASTM, AWWA, AASHTO,
is intended to be a reference to the latest edition of that specification or standard.
B.
All references to "FDOTSPEC" shall mean the latest edition of the "Florida Department of
Transportation Standard Specifications for Road and Bridge Construction".
C.
WMBP Specifications Section:
02703 TRENCHING AND BACKFILLING FOR PIPING
PART 2
2.01
PRODUCTS
MATERIALS
A.
Flexible Pavement: Comply with requirements of Sections 901, 902, 911, 913, 914, 916, and
917 of the FDOTSPEC.
B.
Concrete Pavement, Driveway, Sidewalk, Curb and Gutter:
Sections 901, 902, 921, 923, 924, and 925 of the FDOTSPEC.
C.
Grassing: Comply with requirements of Section 981, 982, and 983 of the FDOTSPEC.
PART 3
3.01
3.02
Comply with requirements of
EXECUTION
GENERAL
A.
Existing property damaged during construction shall be restored to a condition at least equal to
the original condition of the property, unless otherwise specified in the Contract Documents.
B.
Existing roadway or drainage improvements damaged within a roadway or drainage right-ofway or easement shall be restored in accordance with the requirements of the state, county,
and city agencies having jurisdiction thereof.
UNDERGROUND FACILITIES
A.
Existing underground utilities and drainage systems damaged during construction shall be
immediately repaired to the specifications of the owner of the damaged system. Where the
utility owner elects to make said repairs under his direction, the CONTRACTOR shall pay for
such repair costs directly.
B.
Where damage to existing underground utilities is anticipated due to unavoidable conflicts, the
CONTRACTOR shall construct his work so as to cause the least amount of interruption of
service as possible.
Doc #
5/07/97-WMBPSPEC.056
SECTION 02705
Page 1 of 4
C.
3.03
TRENCHING AND BACKFILLING
A.
3.04
3.05
3.06
3.07
Where construction changes the land surface elevation and existing valve boxes are present,
the valve box will be extended or reduced by means of new extension pieces of proper length
for the finished grade.
Any trenching and backfilling required to satisfy the requirements of this section shall be in
accordance with Section 02703, TRENCHING AND BACKFILLING FOR PIPING.
PAVEMENT CUTS
A.
On dead end streets, collector streets, and high traffic streets, trenching and pipe laying shall
be performed in such a manner that at least one-way traffic is maintained at all times.
B.
All trench lines across existing pavements, driveways, sidewalks, curbs, etc. shall be saw cut in
straight parallel lines prior to trench excavation.
C.
CONTRACTOR shall exercise care to minimize amount of pavement, sidewalk, driveways, and
curbing to be removed.
CONCRETE PAVEMENT, CURB AND GUTTER, ETC.
A.
Concrete pavement, driveway, sidewalk, and curb and gutter damaged during construction
shall be restored to the same dimensions as that removed or as specified in the Contract
Documents. All such restoration shall be in accordance with the applicable Sections 345, 350,
520, 522, of FDOTSPEC.
B.
Prior to placing concrete, the subgrade shall be compacted to at least 98% of the maximum
density determined by the "Modified Proctor Density" (ASTM D-1557).
FLEXIBLE PAVEMENT
A.
Stabilized subgrade damaged during construction shall be restored in accordance with Section
160 of FDOTSPEC. The restored stabilized subgrade shall have a minimum bearing value of
LBR-40, and be compacted to at least 98% of the maximum density determined by the
"Modified Proctor Density" (ASTM D-1557).
B.
Soil cement or shell base damaged during construction shall be restored in accordance with
Sections 270 and 250 respectively of FDOTSPEC. The minimum density of the restored base
shall be 98% of the maximum density determined by the "Modified Proctor Density" (ASTM
D-1557). After completion of the base course, a bituminous prime coat shall be applied in
accordance with Section 300 of FDOTSPEC when applicable prior to placement of asphalt
surface course.
C.
Asphalt surfaces damaged during construction shall be replaced with a similar surface in
accordance with Section 330 of FDOTSPEC. The material used shall be the same type and
the thickness of that damaged, except that the minimum thickness shall be one inch. In the
case of multiple layers, each layer or course of the damaged asphalt surface shall be
reconstructed to duplicate the original.
LANDSCAPING AND MISCELLANEOUS
A.
Trees and bushes damaged during construction shall be removed and replaced with equal size
and type by the CONTRACTOR at his expense unless otherwise specified in the Contract
Documents.
Doc #
5/07/97-WMBPSPEC.056
SECTION 02705
Page 2 of 4
3.08
B.
Grassed areas damaged during construction shall be repaired with the same type sod unless
otherwise specified in the Contract Documents.
C.
Sodding and grassing and mulching operations shall begin within a maximum of three (3)
weeks after utility installation, except in cases of front and back slopes which shall be done
immediately following installation completion. Any yards or part of right-of-way in front of
private property, that has a grass mat, shall be re-sodded with like sod. CONTRACTOR shall
maintain disturbed areas until acceptable vegetation is re-established.
D.
Areas without established grass mats in front of vacant lands shall be restored by seeding and
mulching. The grass mat shall be restored to the required design or finished grade to permit
proper drainage.
E.
Unimproved areas such as an open field or lot having its surface disturbed during construction
shall be graded to duplicate the existing conditions and seeded and mulched unless otherwise
specified in the Contract Documents.
F.
Any damage to an existing irrigation system caused by the construction operations shall be
repaired by the CONTRACTOR prior to the installation of sod, seed, or other landscaping
unless otherwise specified in the Contract Documents.
G.
Mailboxes, railroad ties, or any other miscellaneous items damaged during construction shall
be repaired to the satisfaction of the OWNER's representative unless otherwise specified in the
Contract Documents.
DENSITY TESTS
A.
Density tests shall be performed in accordance with 3.08B and elsewhere in the specifications
as may apply. The CONTRACTOR shall pay for all tests related to restoration work.
B.
Field density tests shall be required for each stage of fill, stabilized subgrade, soil cement
base, and asphalt surface in accordance with the frequency listed below unless otherwise
authorized by the OWNER's representative.
* Transverse Trench Crossing - one/location/stage
* Longitudinal Trench - one/300 LF/stage
* Pavement Repair - one/1000 SY/stage
C.
3.09
Concrete shall be tested for slump, air content, and compressive strength every 50 cubic yards
for continuous pours. For smaller volume work, the same tests shall be taken for each
separate pour. A minimum of four (4) sample cylinders shall be made when testing for
compressive strength.
GENERAL REQUIREMENTS
A.
Maintenance of Service - CONTRACTOR shall provide facilities and be responsible for
protection of all structures, buildings and utilities, underground, on the surface, or above
ground, against trenching, dewatering or any other activity connected with work covered by this
modifications of existing utilities, CONTRACTOR shall provide for maintaining continuous
water electric, telephone, gas, sewage and other utilities, to all present customers of such
utilities unless approval is obtained in writing from the utility company or OWNER for the
interruption of such services.
B.
Existing Facilities - Underground structures shown on the plans are according to the best
available information, but it shall be the responsibility of the CONTRACTOR to acquaint
himself with the exact location and to avoid conflict with all existing facilities. Where
Doc #
5/07/97-WMBPSPEC.056
SECTION 02705
Page 3 of 4
underground structures are damaged, they shall be immediately repaired to the specifications
of the OWNER of the utility. If the OWNER of the utility elects to make such repairs with his
own forces, CONTRACTOR shall make arrangements as to protect the OWNER from all
damages. Where such conflicts are unavoidable, every effort shall be made to construct the
work so as to cause as little interference as possible with services rendered by the structure
disturbed.
C.
Utility Installation Permits - CONTRACTOR shall obtain necessary permits for construction
across public and private property, streets, railroads, telephone lines, power lines, etc.
CONTRACTOR shall abide by all rules, regulations and requirements of the OWNER of such
property in regard to construction under this contract, including giving of notices, provisions for
inspection and employment of such methods of construction as may be required. Costs of any
permits shall be incidental to construction and reflected in unit prices bid.
D.
Work in State Rights-of-Way - Construction in state rights-of-way shall comply with the State of
Florida Department of Transportation (FDOT) Utility Accommodation Guide.
E.
Work in County/City Rights-of-Way - Construction in county/city rights-of-way shall comply with
the utility accommodation manual for the agency having jurisdiction.
F.
Clearing of Excavation Corridor - Only items necessary to provide adequate work space
including space for hubs, batter boards, and equipment shall be removed within the
right-of-way, easement, or designated construction corridor. Trees, shrubbery, poles, mail
boxes, and other items not to be removed shall be protected from damage during construction.
When necessary to cut tree roots and branches, such cutting shall be performed with saws in a
neat and workmanlike manner.
PART 4
4.01
MEASUREMENT AND PAYMENT
BASIS OF PAYMENT
A.
There shall be no separate payment for any work defined in this section. The cost of any such
restoration work shall be included in the various work items that necessitate the restoration
unless otherwise specified in the Contract Documents. Any reference to unit price payment in
the FDOTSPEC shall not be applicable.
END OF SECTION 02705
Doc #
5/07/97-WMBPSPEC.056
SECTION 02705
Page 4 of 4
SECTION 02707
STORM SEWERS, PIPE AND STRUCTURES
PART 1
1.01
SCOPE
A.
1.02
GENERAL
Work specified in this section consists of furnishing and installing a storm drainage
system with all the component parts specified in the Contract Documents. Included
are storm sewers, pipe culverts, manholes, crossing boxes, inlets, catch basins,
pipe end treatments, restoration, and other similar items defined in this section.
SPECIFICATION AND STANDARDS REFERENCE
A.
Where supplementary specifications or standards such as ASTM, AWWA,
AASHTO, etc., are referenced, such references shall be the latest edition.
B.
WilsonMiller Specifications Sections:
02703 TRENCHING AND BACKFILLING FOR PIPING
02705 RESTORATION AND GENERAL REQUIREMENTS
C.
All references to "FDOTSPEC" shall mean the latest edition of the "Florida
Department of Transportation Standard Specifications for Road and Bridge
Construction".
D.
All references to "FDOT INDEX BOOK" shall mean the latest edition of the "FDOT
Roadway and Traffic Design Standards".
PART 2
2.01
CORRUGATED ALUMINUM ALLOY CULVERTS
A.
2.02
Corrugated steel pipe, including round culvert pipe, pipe arch and under-drain, and
coupling bands for each type, shall conform to requirements of Section 943,
FDOTSPEC. Corrugated steel pipe shall be bituminous coated, both sides, in
accordance with requirements of AASHTO M 190, Type A, (Fully Bituminous
Coated).
REINFORCED CONCRETE PIPE
A.
10/24/03
35419
Aluminum alloy culvert pipe shall meet requirements of Section 945, FDOTSPEC.
Where bituminous-coated aluminum pipe is specified, bituminous coating shall
meet requirements of AASHTO M 190, for Type A, (Fully Bituminous Coated).
CORRUGATED STEEL PIPE AND PIPE ARCH
A.
2.03
PRODUCTS
Reinforced concrete pipe materials shall conform to Section 941, FDOTSPEC.
SECTION 02707
Page 1 of 8
2.04
B.
Reinforced Concrete Pipe (Round) - Unless otherwise specified, reinforced
concrete pipe shall meet the requirements of ASTM Designation C 76, "Standard
Specification for Reinforced Concrete Pipe", Class III, Wall Thickness B. Lifting
holes will not be permitted in pipe. CONTRACTOR shall only use pipe joint
lubricants supplied by or recommended by pipe manufacturer. Lubricant shall be
water-soluble, non-toxic, and inhibitor to bacterial growth, and shall be
non-detrimental to the elastromeric seal and pipe. Mineral oil, petroleum jelly,
hydrogenated vegetable fat (i.e. Crisco(r), cooking oil, grease, etc.) shall not be
used. Joints for round reinforced concrete pipe shall be made by use of "O-Ring",
round synthetic rubber gaskets meeting the requirements of Sections 430-7 and
942-1, FDOTSPEC. An 18-inch wide Mirafi wrap shall be centered on each joint.
C.
Reinforced Concrete Pipe (Elliptical) - Elliptical concrete pipe shall meet the
requirements of ASTM C 507, except exceptions and modifications to ASTM C 76,
as specified in Section 941-1.3, FDOTSPEC shall apply also to elliptical pipe.
Standard elliptical pipe shall meet requirements of Table I for Class HE-III and
special elliptical pipe shall meet requirements of Table I for Class HE-IV. Lifting
holes will not be permitted in pipe. Joints for elliptical concrete pipe shall be
designed in accordance with ASTM C443 and AASHTO M198 and provide a
rubber gasketed watertight connection. For pipe sizes greater than 58" X 91" use
same joint as arch pipe. An 18-inch wide Mirafi wrap shall be centered on each
joint.
D.
Reinforced Concrete Pipe (Arch Pipe) - Arch concrete pipe shall meet the
requirements of ASTM C 506, except exceptions and modifications to ASTM C 76,
as specified in 941.1.3., FDOTSPEC shall apply where applicable to arch pipe.
Lifting holes will not be permitted in pipe. Joints for arch concrete pipe - field joints
for arch concrete pipe shall be made with a pre-formed plastic gasket material.
Gasket material shall meet the requirements of Section 942-2, FDOTSPEC.
Material shall be "Ram Nek" as manufactured by K.T. Snyder Co. or approved
equal. An 18-inch wide Mirafi wrap shall be centered on each joint.
CORRUGATED POLYETHYLENE PIPE
A.
Corrugated polyethylene pipe shall meet the requirements of AASHTO M294
specification except size range shall be expanded through 36-inch diameter.
Minimum pipe values shall be as follows:
DIAMETER
12”
15”
18”
24”
30”
36”
2.05
PIPE STIFFNESS
45 psi
42 psi
40 psi
34 psi
28 psi
22 psi
N FACTOR
.12
.12
.12
.12
.12
.12
MORTAR, BRICK, AND REINFORCING BARS
A.
10/24/03
35419
INTERIOR
Smooth
Smooth
Smooth
Smooth
Smooth
Smooth
Mortar used for constructing and plastering manholes, catch basins, drop inlets
and junction boxes shall meet the requirements of ASTM Specification Serial
Designation C 270. CONTRACTOR shall use either a Portland cement-hydrated
lime mixture cement or a Portland cement mixture with masonry cement added for
SECTION 02707
Page 2 of 8
improved workability. However, the same materials must be used throughout the
project. Mortar materials shall be proportioned by volume and shall be as follows:
One (1) part Type I Portland Cement - ASTM C-150
Three (3) parts Aggregate (sand) - ASTM C-144
Addition of masonry cement, ASTM C-91 will be permitted to improve
workability of mortar.
2.06
B.
Brick used in construction of manholes, catch basins, drop inlets and junction
boxes shall be Portland cement concrete meeting the requirements of ASTM Serial
Designation C-55, Grade P II.
C.
All bars shall be deformed Reinforcing Steel and shall meet the requirements of
Specifications for Billet-Steel Bars for Concrete Reinforcement (ASTM A-15), and
to Specifications for Deformation on Deformed Steel Bars (ASTM A-305) for
concrete reinforcement. All bars shall be lapped and placed in accordance with
ACI Requirements and Specifications.
STRUCTURES
A.
2.07
IRON CASTINGS
A.
2.08
PART 3
Conflict boxes shall be constructed at the location and depth indicated on the plans
and in accordance with details shown.
EXECUTION
GENERAL
A.
10/24/03
35419
Frames, covers and gratings shall be of the type and duty shown on the plans. Iron
castings shall conform to ASTM A-48, Class 30, gray cast iron. All castings shall
be true to pattern in form and dimension, free from faults or other defects. Bearing
surfaces between cast frames, cover and grates shall be machined fitted together
and match-marked to prevent rocking. All covers shall have a concealed type pickhole (non-penetrating), and shall have the words "storm sewer" cast thereon.
CROSSING BOXES (CONFLICT BOXES)
A.
3.01
Structures shall be precast or cast in place. Work specified in this section shall
consist of furnishing all concrete, reinforcing steel, ties, forms, labor, materials, and
placing of all embedded pipe sleeves, fixtures, joist anchors, etc., necessary to
complete the work shown on the plans and specified herein, all in accordance with
the Southern Building Code and the American Concrete Institute Building Code
Requirements for Reinforced Concrete (ACI 318). All concrete shall develop 3,000
psi compressive strength in 28 days. Coarse aggregate shall be no smaller than
1/2-inch in diameter.
Pipe and structures shall be constructed at the location and elevations specified on
the plans and in accordance with the details specified in the Contract Documents.
SECTION 02707
Page 3 of 8
3.02
TRENCHING AND BACKFILLING
A.
3.03
MATERIAL HANDLING
A.
3.04
3.05
10/24/03
35419
Pipe and accessories shall be loaded and unloaded by lifting with hoists or
skidding in a manner that will avoid shock or damage. Under no circumstances
shall such materials be dropped. Pipe handled on skidways shall not be skidded or
rolled against pipe already on the ground. In distributing material at the site of the
work, each piece shall be off-loaded near the place where it is to be laid in the
trench.
PIPE LAYING
A.
In general, corrugated metal pipe shall be installed in accordance with the
Handbook for Steel Drainage and Highway Construction Products, published by
the American Iron and Steel Institute. In general, concrete pipe shall be installed in
accordance with the Concrete Pipe Installation Manual, published by the American
Concrete Pipe Association.
B.
Laying of pipe in finished trenches shall be commenced at the lowest point, and
shall progress up-grade. All pipe shall be carefully laid, true to the lines and grades
given, with hubs upgrade and tongue end fully entered into the hub. When pipe
with quadrant reinforcement, or circular pipe with elliptical reinforcement is used,
pipe shall be installed in a position such that manufacturer's marks designating
"top" and "bottom" of the pipe shall not be more than five degrees from the vertical
plane through the longitudinal axis of the pipe. Any pipe that is not in true
alignment or which shows any settlement after laying shall be taken up and re-laid
without additional compensation. Pipe and joints shall be kept clean at all times.
SAND CEMENT RIP RAP
A.
3.06
Excavation, bedding, and backfilling of trenches during the construction of a storm
drainage system shall comply with the requirements of WilsonMiller Specifications
Section 02703, TRENCHING AND BACKFILLING.
Where the plans and specifications call for sand cement construction, bags shall
be made of burlap. Paper bags will not be permitted.
PIPE END TREATMENTS
A.
Where storm drains connect to a lake, location of the headwall or end section
shown on the plans shall be adjusted to fit the slope of the lake bank. Length of
pipe at each end treatment shall be adjusted accordingly, and the quantity of pipe
paid for shall be the actual length installed.
B.
If mitered ends are called for on the plans, mitered end section shall be
constructed so that the top of the pipe end will match and intersect the designed
slope of the lake bank, and the concrete collar slope shall conform to the mitered
end detail.
SECTION 02707
Page 4 of 8
C.
3.07
10/24/03
35419
Storm drainage CONTRACTOR and lake excavation CONTRACTOR shall
coordinate the location and installation of the headwall or mitered end section to be
constructed at the lake bank. All "field adjustments" to end treatment location or
elevation shall be approved by the ENGINEER of Record prior to construction.
JOINING ARCH CONCRETE PIPE
A.
Joint Design - CONTRACTOR shall furnish the ENGINEER with details in regard
to configuration of the joint and the amount of gasket material required to affect a
satisfactory seal. Joint surfaces which are to be in contact with the gasket material
shall not be brushed or wiped with a cement slurry. Minor voids may be filled with
cement slurry provided that all excess cement slurry is removed from the joint
surface at the point of manufacture.
B.
Primer - Prior to application of gasket material, a primer of the type recommended
by the manufacturer of the gasket material shall be applied to all joint surfaces
which are to be in contact with the gasket material. The surface to be primed shall
be thoroughly cleaned and dry when primer is applied.
C.
Application of Gasket - Prior to placing a section of pipe in the trench, gasket
material shall be applied to form a continuous gasket around the entire
circumference of the leading edge of the tongue. The paper wrapper on the
exterior surface of the gasket materials shall be left in place until immediately prior
to joining of sections. The gasket material shall be checked to assure it is bonded
to the joint surface, immediately prior to placing a joint in the trench. Plastic gasket
material shall be applied only to surfaces which are dry. A hand heating device
shall be kept at the job site to dry joint surfaces immediately before application of
the plastic gasket material. When the atmospheric temperature is below 60°F,
plastic joint seal gaskets shall either be stored in an area warmed to above 70°F,
or artificially warmed to this temperature in a manner satisfactory to the
ENGINEER.
D.
Installation of Arch Concrete Pipe - Handling of a section of pipe after the gasket
material has been affixed shall be carefully controlled to avoid displacement of
gaskets or contamination of gasket material with dirt or other foreign material. Any
gasket displaced or contaminated in handling of the pipe shall be removed and
repositioned or replaced as directed. Pipe shall be installed in a dry trench. The
bottom of the trench shall be carefully shaped so as to minimize the need for
realignment of sections of pipe after they are placed in the trench. Care shall be
taken to properly align each section of pipe to the gaskets coming into contact.
Realignment of a joint after the gaskets come into contact tends to reduce the
effectiveness of the seal and shall be held to a minimum. When pipes are joined,
the entire joint shall be filled with gasket material and there shall be evidence of
squeeze-out of gasket material for the entire internal and external circumference of
the joint. Excess material on the interior of the pipe shall be trimmed to provide a
smooth interior surface. After the pipe is in its final position, joint shall be carefully
examined to determine the gasket material is satisfactorily adhering to all surfaces
of the joint and the entire joint is filled with gasket material. If a joint is defective, the
leading section of pipe shall be removed and the joint resealed.
SECTION 02707
Page 5 of 8
E.
3.08
3.09
3.10
INSTALLATION OF CORRUGATED POLYETHYLENE PIPE
A.
Pipe shall be joined by split corrugated couplings at least seven corrugations wide
and exceeding soil tightness requirements of the AASHTO Standard Specifications
for Highway Bridges Section 23 (2.23.2). Unless otherwise specified by the
ENGINEER, a mastic type gasket shall be utilized.
B.
Pipe and accessories shall be unloaded by using skidways, hoists or dropping on
non-paved areas, in a manner that does not damage the pipe.
C.
Pipe shall be installed in accordance with ASTM 2321 specifications.
PLACING OF CONCRETE FOR STRUCTURES
A.
Concrete shall be deposited in clean wet form as nearly as practicable in its final
position to avoid segregation. Concrete placing shall be carried on at such a rate
that the concrete is, at all times, plastic and flows readily into the spaces between
the bars. Concreting shall be a continuous operation until the panel or section is
completed. Walls and slabs shall be poured monolithically unless shown otherwise
on the plans. All structural concrete shall be mechanically vibrated.
B.
No concrete shall be allowed a free fall of more than four feet or allowed to strike
against a vertical or inclined surface or reinforcement above point of deposit.
Placing by means of pumping may be allowed, contingent upon the adequacy of
the equipment for this particular work. The operation of the pump shall be such that
a continuous stream of concrete without air pockets is produced.
C.
Placing of concrete shall be so regulated the pressure caused by wet concrete
shall not exceed that used in the design of the forms. After the concrete has taken
its initial set, care shall be exercised to avoid jarring the forms or placing any strain
on the ends of projecting reinforcement.
D.
Joints between the junction box and manhole walls and incoming and out-going
pipes shall be sealed with Portland Cement Mortar to form a watertight joint. All
pipes in manholes or catch basins shall be sawed off flush with the inside face of
the structure and sawed ends of these pipes shall be grouted with Portland
Cement Mortar to a smooth uniform covering with no steel exposed.
FINAL INSPECTION OF STORM WATER SYSTEM
A.
10/24/03
35419
In addition to the required gasketed joint, a filter fabric jacket shall be included. The
filter fabric jacket shall conform to FDOT Miscellaneous Drainage Detail Index No.
280 Sheet 1.
Each sewer, upon completion, or at such time as the ENGINEER may direct, is to
be cleaned and inspected. All repairs or alterations shown necessary by these
inspections shall be made; all broken or cracked pipe removed; all excessive
infiltration or exfiltration corrected; all deposits in pipe and manholes removed; and
the sewer left clean, true to line and grade and ready for use. Each section of pipe
from manhole to manhole is to show a full circle of light from either end. Each
manhole shall be to the specified form and size, to the proper depth and watertight.
SECTION 02707
Page 6 of 8
3.11
ADJUSTING EXISTING STRUCTURES
A.
3.12
RESTORATION
A.
PART 4
4.01
Existing manholes, catch basins, inlets, conflict boxes, monument boxes, etc.,
within the limits of the proposed work, that do not conform to the finished grade of
the proposed pavement, or to the finished grade designated on the plans for such
structures, shall be cut down or extended, and made to conform to the grade of the
new pavement, or to the designated grade of the structure if outside of the
proposed pavement area. The materials and construction methods for this work
shall conform to the requirements specified above. Where manholes are to be
raised, the adjustment may, at the CONTRACTOR's option, be made by the use of
adjustable extension rings of the type which do not require the removal of the
existing manhole frame. The extension device shall provide positive locking action
and shall permit adjustment in height as well as diameter. The particular type of
device used shall be submitted to the ENGINEER for review.
Existing surfaces or property improvements damaged during the construction of
work specified in this section shall be repaired in accordance with the requirements
of WilsonMiller Specifications Section 02705 RESTORATION AND GENERAL
REQUIREMENTS.
MEASUREMENT AND PAYMENT
METHOD OF MEASUREMENT
A.
The quantities of storm sewer and pipe culvert to be paid for under this section
shall be the lengths of the various types and sizes of pipe satisfactorily completed
according to the Contract Documents. The pay quantity shall be in linear feet
measured along the centerline of the pipe with no deductions for manholes, inlets,
crossing boxes, or catch basins.
For pipe other than the main line where the pipe connects to a manhole, inlet,
conflict box, or catch basin, the measurement of the pipe shall extend to the center
of the applicable structure.
Where a pipe terminates with a headwall, endwall, mitered end or other end
treatment, the measurement of the pipe shall extend to the end of the pipe. This
method also applies where pipe connects to a control structure, weir, or cast in
place structures.
10/24/03
35419
B.
The quantities for manholes, inlets, conflict boxes, and mitered end sections paid
for under this section shall be the number of the various types and sizes
satisfactorily completed according to the Contract Documents.
C.
The quantities of existing structure adjustment to be paid for under this section
shall be the number of existing manholes, inlets, conflict boxes or other similar
structure satisfactorily adjusted, unless otherwise specified.
SECTION 02707
Page 7 of 8
4.02
BASIS OF PAYMENT
A.
The quantities, determined by the methods described above, shall be paid for at
the contract unit prices established for each pay item. Such payment shall
constitute full compensation for all work specified in this section including all labor,
materials, equipment, and other incidental costs required to construct the work
defined in this section.
B.
Unless otherwise specified in the Contract Documents, restoration work shall not
be paid for separately. The cost of any such restoration work shall be included in
the various work items that necessitate the restoration.
END OF SECTION 02707
10/24/03
35419
SECTION 02707
Page 8 of 8
SECTION 02813
SEEDING, MULCHING, AND SODDING
PART 1
1.01
DESCRIPTION
A.
PART 2
2.01
2.02
GENERAL
Work specified in this section consists of the required sodding, grassing and
mulching, or hydro-seeding/mulching in conformity with the lines and grades shown
on the plans.
PRODUCTS
SODDING
A.
The sod shall be Argentine Bahia and shall be well matted with grass roots. It shall be
sufficiently thick to secure a dense stand of live grass with a minimum thickness of
two inches. The sod shall be live, fresh and uninjured at the time of planting. It shall
be shaded and kept moist from the time of digging until planting.
B.
Fertilizer to be used shall be a standard balanced fertilizer, such as 6-6-6, 8-8-8, 1010-10, with 25 percent organic.
GRASSING AND MULCHING
A.
Seed
1.
Unless other types of seed are called for in the plans or have been approved as
an acceptable blend, permanent type grass seed shall be a mixture of 20 parts
of Bermuda seed and 80 parts of Pensacola Bahia seed. Quick-growing type
grass shall be species which will provide an early ground cover during the
particular season when planting is done and will not later compete with the
permanent grass. The separate types of seed used shall be thoroughly mixed
immediately before sowing. Seed which has become wet shall not be used.
a.
B.
Mulch
1.
10/24/03
35579
The Bermuda seed shall be an equal mixture of hulled and unhulled seed.
The Pensacola Bahia seed shall be scarified seed, having a minimum
active germination of 40 percent and a total germination of 85 percent. All
seed shall meet the requirements of the State Department of Agriculture
and Consumer Services and all applicable state laws.
Unless otherwise approved by the ENGINEER, the mulch material used shall
normally be dry mulch. Dry mulch shall be straw or hay consisting of oat, rye or
wheat straw, or of pangola, peanut, coastal bermuda or bahia grass hay. Only
undeteriorated mulch which can readily be cut into the soil shall be used.
SECTION 02813
Page 1 of 7
C.
Fertilizer
1.
D.
Dolomitic Limestone
1.
E.
A cultipacker, traffic roller or other suitable equipment will be required for rolling
the grassed areas.
HYDRO-SEEDING/MULCHING
A.
Seed (all seed shall meet the requirements of the State Department of Agriculture)
1.
10/24/03
35579
The mulching equipment shall be a type capable of cutting the specified
materials uniformly into the soil and to the required depth. Harrows will not be
allowed.
Rollers
1.
2.03
The seed spreader shall be an approved mechanical hand spreader or other
approved type of spreader.
Equipment for Cutting Mulch into Soil
1.
I.
The device for spreading fertilizer and dolomitic limestone shall be capable of
uniformly distributing the material at the specified rate.
Seed Spreader
1.
H.
The water used in the grassing operations may be obtained from any approved
spring, pond, lake, stream or municipal source. The water shall be free of excess
and harmful chemicals, acids, alkalies or any substance which might be harmful
to plant growth or obnoxious to local residents or traffic. Brackish or salt water
shall not be used.
Fertilizer Spreader
1.
G.
Shall be an approved product, designated for agricultural use.
Water
1.
F.
Commercial fertilizers shall comply with the state fertilizer laws. The numerical
designations for fertilizer indicate the minimum percentages (respectively) of (1.)
total nitrogen, (2.) available phosphoric acid, and (3.) water soluble potash,
contained in the fertilizer. The chemical designation shall be 12-8-8. At least 50
percent of the phosphoric acid shall be from normal super phosphate or an
equivalent source which will provide a minimum of two units of sulfur. Unless
otherwise approved by the ENGINEER, Type I fertilizer shall be used.
Argentine Bahia - Scarified seed
SECTION 02813
Page 2 of 7
2.
B.
Gulf Rye (or Brown Top Millet as approved) Note: to be used in conjunction
with permanent type seed (1) above, during particular seasons when early
ground cover is desired, as directed by the ENGINEER.
Mulch
1.
The mulch material shall be wood cellulose fiber material for use in hydroseeding slurry, especially prepared for this purpose, or an approved substitute.
2.
It shall be processed in such a manner that it will contain no growth-inhibiting or
germination-inhibiting factors and shall be dyed an appropriate color for readily
determining the rate of spread by visual observation. It shall be manufactured in
such manner that after agitation in slurry tanks, with fertilizer, grass seed and
water (and with other additives which may be approved for use), the fibers in the
material will readily become uniformly suspended in the solution to form a
homogeneous slurry; also that when the slurry is hydraulically sprayed on the
ground, the mulch material will act to form a blotter-like ground cover
impregnated uniformly with grass seed, and will allow the absorption of water
and permit rainfall and watering to percolate to the undersoil.
The CONTRACTOR shall, if requested, submit appropriate certification from the
producer or the supplier, that the material meets all of the above requirements,
based upon laboratory and field tests of the product.
The air dry weight (as defined by the Technical Association of the Pulp and
Paper Industry, for wood cellulose) shall be marked on each package by the
producer.
C.
Fertilizer
1.
D.
Water
1.
E.
The water used in the grassing operations may be obtained from any approved
spring, pond, lake, stream or municipal water system. The water shall be free of
excess and harmful chemicals, acids, alkalies, or any substance which might be
harmful to plant growth or produce obnoxious odor. Salt water shall not be used.
Equipment
1.
10/24/03
35579
The fertilizer to be used shall be a standard balance fertilizer, such as 6-6-6, 8-88 or 10-10-10, with 25 percent organic unless otherwise recommended for any
particular area as approved by the ENGINEER. Select acid forms of
recommended fertilizer if pH adjustments is indicated by soil tests.
The equipment for mixing the slurry and for applying the slurry over the areas to
be seeded shall be especially designed for this purpose, and shall meet the
approval of the ENGINEER. It shall be capable of applying a uniform slurry, (and
of the mulch, when specified to be included), in a uniform application over the
entire area to be hydro-seeded.
SECTION 02813
Page 3 of 7
PART 3
3.01
3.02
EXECUTION
SODDING
A.
Immediately before the sod is placed, fertilizer shall be applied evenly at the
equivalent rate of approximately 20 pounds of 6-6-6 per 1,000 square feet and shall
be cut into the soil with suitable equipment.
B.
The sod shall be taken up in 12-inch by 12-inch squares, except where the plans may
call for narrower strips. The sod shall be firmly embedded by light tamping.
C.
After the sod has been placed, it shall be thoroughly watered. Water shall not be
applied between the hours of 8:00 AM and 4:00 PM.
D.
Sodding includes maintaining sod until growth is established. All erosion, siltation and
maintaining grades is the responsibility of the CONTRACTOR until the ENGINEER
determines root system has adequately "survived" and taken "hold".
GRASSING AND MULCHING
A.
Fertilizing, seeding or mulching operations will not be permitted when wind velocities
exceed 15 miles per hour. Seed shall be sown only when the soil is moist and in
proper condition to induce growth. No seeding shall be done when the ground is
frozen, unduly wet or otherwise not in a tillable condition.
B.
Whenever a suitable length of roadway slopes or adjacent areas has been graded, it
shall be made ready, approved by the ENGINEER, and grassed in accordance with
these specifications. Grassing shall be incorporated into the project at the earliest
practical time in the life of the contract.
C.
All grassing shall be completed on shoulder areas prior to the placement of the friction
course on adjacent pavement.
D.
The several operations involved in the work shall proceed in the following sequence:
Fertilizing (and/or application of limestone) and preparation of the ground, spreading
of mulch, seeding, cutting-in mulch and rolling.
E.
The ground over which the seed is to be sown shall be prepared by disk-harrowing
and thoroughly pulverizing the soil to a suitable depth. The prepared soil shall be
loose and reasonably smooth. It shall be reasonably free of large clods, roots, and
other material which will interfere with the work or subsequent mowing and
maintenance operation. No subsequent operations shall be commenced until the
ENGINEER has approved the condition of the prepared areas.
F.
The fertilizer and/or limestone shall be spread uniformly in one or more applications
as specified below:
1.
10/24/03
35579
An initial application of 500 pounds per acre.
SECTION 02813
Page 4 of 7
10/24/03
35579
2.
Unless otherwise directed, a second application of 400 to 500 pounds per acre
shall be applied within 90 calendar days after the initial application on projects
which have not been accepted prior to this time.
3.
Unless otherwise directed, a third application of 400 to 500 pounds per acre
shall be applied within 270 to 360 calendar days after the initial application on
projects which have not been accepted prior to this time.
G.
On steep slopes or other areas where machine-spreading may not be practicable, the
spreading may be done by hand. Immediately after the fertilizer is spread, it shall be
mixed with the soil to a depth of approximately four inches.
H.
The plans or special provisions may designate that a separate application of fertilizer
and/or dolomitic limestone be made subsequent to other operations.
I.
While the soil is still loose and moist, the seed shall be scattered uniformly over the
grassing area. Unless shown otherwise in the plans or the special provisions, the rate
of spread for the permanent type seed mixture shall be 150 pounds per acre.
J.
Seed of an approved quick-growing species of grass, such as rye, Italian rye, millet,
or other cereal grass, shall be spread in conjunction with the permanent type seed
mixture. The type of quick-growing seed used shall be appropriate to provide an early
ground cover during the particular season when planting is done. The rate of spread
shall be 30 pounds per acre.
K.
When mulching, approximately two inches, loose thickness, of the mulch material
shall then be applied uniformly over the seeded area, and the mulch material cut into
the soil with the equipment specified, so as to produce a loose mulched thickness of
three to four inches. Care shall be exercised that the materials are not cut too deeply
into the soil.
L.
Immediately after completion of the seeding, the entire grassed or mulched area shall
be rolled thoroughly with the equipment specified. At least two trips over the entire
area will be required.
M.
The seeded areas shall be watered so as to provide optimum growth conditions for
the establishment of the grass. In no case, however, shall the period of maintaining
such moisture be less than two weeks after the planting.
N.
On steep slopes, where the use of a machine for the cutting-in process described
above is not practicable, the construction operations shall be modified as follows:
1.
The fertilizer shall be applied uniformly, at the rate specified, and shall be raked
in and thoroughly mixed with the soil to a depth of approximately two inches.
2.
The seeding operations shall follow the fertilizing.
3.
The mulch material, in lieu of being cut into the soil, may be anchored down.
Anchoring shall be done by either of the following methods:
SECTION 02813
Page 5 of 7
3.03
3.04
a.
Placing a layer of soil, approximately two inches thick by nine inches wide,
along the upper limits of the mulch, and spotting soil piles over the rest of
the area at a maximum spacing of four feet.
b.
Spreading a string net over the mulch, using stakes driven flush with the
top of the mulch, at six foot centers, and stringing parallel and
perpendicular, with diagonals in both directions.
HYDRO-SEEDING/MULCHING
A.
The ground areas to be hydro-seeded/mulched shall be clean earth, free of tree
limbs, stumps, roots, rocks, etc.
B.
Seed and Fertilizer The proportions of seed and fertilizer used in the slurry shall
be as follows or as otherwise approved by the ENGINEER.
1.
Gulf Rye of Brown Top Millet seed at 40 pounds per acre.
2.
Scarified Argentine Bahia seed at 100 pounds per acre.
3.
Apply fertilizer at the equivalent rate of 10 pounds of 6-6-6 per 1,000 square feet
unless otherwise approved by the ENGINEER.
C.
Mulching - When the mulch material is to be included in the slurry mixture, it shall be
applied at the rate of 1,000 pounds of mulch material per acre, when the moisture
content of the "air-dry" mulch does not exceed ten percent. If this moisture content
exceeds ten percent, a proportional increase of mulch material shall be made, as
directed by the ENGINEER. The application of the slurry over the seeding areas shall
be in accordance with the directions of the manufacturer of the hydro-seeding
equipment, and as directed by the ENGINEER. The slurry mixture shall be maintained
uniform by continuous agitation during the application.
D.
Watering The hydro-seeding areas shall be watered so as to provide optimum
growth conditions for the establishment of the grass. In no case, however, shall the
period of maintaining such moisture be less than four weeks after planting.
MAINTENANCE
The CONTRACTOR shall, at their expense, maintain the planted or sodded areas in a
satisfactory condition until final acceptance or completion of the project, whichever is the
latest. Such maintenance shall include the filling, leveling and repairing of any washed or
eroded areas as may become necessary, equipment damaged areas, etc. The
ENGINEER, at any time, may require replanting or resodding of any areas in which the
establishment of the grass stand does not appear to be developing satisfactorily.
Replanting or replacement shall be at the CONTRACTOR's expense.
PART 4
4.01
10/24/03
35579
MEASUREMENT AND PAYMENT
METHOD OF MEASUREMENT
SECTION 02813
Page 6 of 7
The quantity to be paid for shall be the area in square yards of sodding, grassing and
mulching, or hydro-seeding/mulching, completed and accepted. The quantity shall be
determined by the actual measurement in place within the lines which were authorized.
When this work is required for restoration due to pipeline installation, all disturbed areas
will be covered.
4.02
BASIS OF PAYMENT
The quantity of sodding, grassing and mulching, or hydroseeding/mulching, as determined
above, shall be paid for at the contract unit price per square yard for these items, which
price and payment shall be full compensation for all labor and material, transportation and
any other items necessary for satisfactorily performing the work described on the plans and
in conformity with these specifications. When this work is required for restoration due to
pipeline installation, the costs will be included in the pipeline unit prices.
END OF SECTION 02813
10/24/03
35579
SECTION 02813
Page 7 of 7
This page left intentionally blank
SECTION 02817
CLEARING AND GRUBBING
PART 1
1.01
1.02
GENERAL
SCOPE
A.
Work specified in this section consists of clearing and grubbing within areas
specified in the Contract Documents or as directed by the OWNER's
representative. Work under this section includes removal and disposal of all trees,
brush, stumps, grass, roots, and other such protruding objects. Also included is the
removal and disposal of buildings, structures, existing pavement, other existing
facilities, and debris not required to remain or to be salvaged that is necessary to
prepare the area for the proposed construction. CONTRACTOR shall notify all
utility companies or utility owners (both public or private) of their intent to perform
such work and shall coordinate field location of utility lines prior to commencement
of construction.
B.
Other miscellaneous work considered necessary for the complete preparation of
the overall project site is also included under this section. Work includes, but is not
limited to, the following:
1.
Plugging of wells encountered within the project limits which are to be
abandoned.
2.
Leveling and restoration of terrain outside the limits of construction for
purposes of facilitating maintenance and other post-construction
operations.
3.
Trimming of certain trees and shrubs within project limits for utilization in
subsequent landscaping of the project.
4.
Plugging or sealing of culvert pipes or other structures to prevent erosion or
collapse of adjacent soils.
SPECIFICATION AND STANDARDS REFERENCE
A.
PART 2
Where supplementary specifications or standards such as ASTM, AWWA,
AASHTO, etc. are referenced, such references shall be latest edition.
PRODUCTS
Not Used
10/24/03
35593
SECTION 02817
Page 1 of 6
PART 3
3.01
EXECUTION
CLEARING AND GRUBBING
A.
Clearing and Grubbing shall consist of complete removal and disposal of all items
stated in Article 1.01 which are not specified for removal under other items of the
contract. The CONTRACTOR shall obtain all permits/approvals necessary for
disposal at their own expense. The CONTRACTOR shall obtain tree removal
permits.
B.
Unless otherwise shown in the plans or Contract Documents, Standard Clearing
and Grubbing shall be done within the following areas:
C.
1.
All areas where any type of excavation is to be done.
2.
All areas where any type of embankment will be constructed.
3.
All areas where any type of structure, including pipe culverts or pipe lines,
will be installed or constructed.
4.
All areas where any type of pavement will be constructed.
5.
Other areas designated in the plans or by the specifications.
Depths of Removal
1.
10/24/03
35593
In areas listed below, all roots and other debris shall be removed to a depth
of at least one foot below ground surface. The surface shall then be plowed
to a depth of at least six inches and all roots exposed shall be removed to a
depth of at least one foot. All stumps including subsurface roots shall be
completely removed to the satisfaction of the ENGINEER. Trees shall be
removed so roots are pulled out rather than broken or sawed off. Areas
requiring the removal methods stated in this paragraph are as follows:
a.
Excavation areas where the excavated material is to be used in
embankment construction under permanent structures such as but
not limited to pavement and buildings.
b.
Embankment areas under permanent structures such as but not
limited to pavement, buildings, sewage treatment facilities, bridges,
etc.
c.
Excavation areas where roots or similar vegetation in the top one
foot would interfere with disking, harrowing, or finish grading
operations prior to seeding or landscaping.
d.
Lots and building areas.
SECTION 02817
Page 2 of 6
3.02
3.03
In all other excavation areas not listed above where clearing and grubbing
is to be done, all roots, stumps, and debris protruding through or appearing
on the surface of the completed excavation shall be removed or cut off
below the excavated surface.
3.
In all other embankment areas not listed above where clearing and
grubbing is to be done, all roots, stumps, and debris protruding through or
appearing on the surface shall be removed to a depth of at least one foot
below the surface but no plowing or harrowing will be required in these
areas.
D.
Trees to Remain: As an exception to the above provisions, where so directed by
the OWNER's representative, desirable trees within the clearing limits shall be
protected, left standing, and trimmed to prevent damage to limbs during
construction. No equipment shall stand, stop, or travel across or inside the drip line
of any trees or vegetation designated to be saved or protected.
E.
Boulders: Any boulders laying on the top of the existing surface or otherwise
encountered during the clearing and grubbing shall be removed and disposed of
by the CONTRACTOR in areas provided by the CONTRACTOR. As an alternate
to off-site disposal and at the CONTRACTOR's expense, he may elect to utilize
these boulders in embankments provided the conditions of Article 3.04 in Section
02820 are satisfied. Any breaking or splitting of boulders that may be necessary to
comply with size requirements for embankment shall be incidental to the cost of
clearing and grubbing. No boulders or rock shall be left or placed in building pads,
lots, or building embankment areas.
SELECTIVE CLEARING AND GRUBBING
A.
Selective clearing and grubbing shall consist of removing and disposing of all
vegetation, obstructions, etc, as provided above except that in non-structural areas
where the CONTRACTOR so elects, roots may be cut off flush with the ground
surface. Stumps shall be completely removed. Undergrowth shall be completely
removed except in areas designated by the OWNER's representative for aesthetic
purposes.
B.
Desirable trees, that are designated by the OWNER's representative to remain,
shall be protected and trimmed in such a way to avoid damage to limbs during
construction.
SPECIAL CLEARING AND GRUBBING
A.
10/24/03
35593
2.
In certain areas that are inaccessible by machines or are considered
environmentally sensitive, ENGINEER may specify Special Clearing and Grubbing.
Where listed as a separate pay item, Special Clearing and Grubbing shall consist
of removal and disposal of all trees, brush stumps, roots, debris or other objects
protruding through the surface by cutting off flush with the ground surface. The
use of any machinery that would disturb the original ground surface condition will
not be permitted.
SECTION 02817
Page 3 of 6
3.04
3.05
ERADICATION OF EXOTIC VEGETATION
A.
Where listed as a separate pay item, Eradication of Exotic Vegetation shall consist
of removal and disposal of Australian Pine, Melaleuca, Brazilian Pepper, and other
species specifically stated on the plans or specified herein. Also included shall be
the removal of the subsurface root system for each exotics.
B.
In areas where removal is modified to permit cutting off flush with in the ground
surface, stump and root system shall be treated with an agency approved chemical
herbicide that will ensure the eradication of the root system.
C.
Within the limits established for the Eradication of Exotic Vegetation, all other trees,
brush, etc. not classified as exotic shall be removed, unless designated in the field
by the OWNER's representative to remain. The removal and disposal of non-exotic
vegetation shall conform to the provisions of Article 3.01.
REMOVAL OF EXISTING PAVEMENT
A.
3.06
REMOVAL OF EXISTING STRUCTURES
A.
3.07
Work specified in this article consists of the removing and disposing of existing
pavement surfaces such as, but not limited to, pavement, sidewalk, curb, and
gutter where shown in the plans, or required to be removed during construction
operations, or as required by the ENGINEER.
Work specified in this article shall include removal and disposal of existing
buildings, bridges, pipes, and structures of whatever type as specifically shown in
the plans to be removed or as otherwise specified for removal in the Contract
Documents. Also included are structures of whatever type or portions thereof
which are encountered during construction operations. Where partial removal of a
structure is approved by the ENGINEER, the portion of the existing structure shall
be backfilled, plugged, or filled in such a way that will prevent the settlement,
movement, erosion or collapse of the adjacent soils.
DISPOSAL OF MATERIALS
A. Timber, stumps, roots, brush, boulders, rubbish, and other objectionable material
resulting from work specified in this section shall be disposed of off-site in locations
provided by the CONTRACTOR.
3.08
OWNERSHIP OF MATERIALS
A.
PART 4
4.01
10/24/03
35593
Except as may be otherwise stated in the Contract Documents, all buildings,
structures, appurtenances and other materials removed by the CONTRACTOR
shall become the property of the CONTRACTOR, to be disposed of in areas
provided by him.
MEASUREMENT AND PAYMENT
METHOD OF MEASUREMENT
SECTION 02817
Page 4 of 6
A.
General: For the various items of work specified in this section when listed as a
separate pay item, payment shall be made by the unit price or the lump sum
amount as established in the Contract Documents. Where no separate pay item is
established, the cost of all such work shall be included in the various scheduled
items of work specified in the Contract Documents, except as provided below.
B.
Clearing and Grubbing: Measurement of Clearing and Grubbing shall include only
the areas specified in the Contract Documents that are required to be cleared to
permit the construction of the various items of work. Areas that are cleared for
convenience, access, or other purposes that are not a requirement of construction
will not be measured for payment.
C.
Selective Clearing and Grubbing: Measurement of Selective Clearing and
Grubbing shall include all areas shown in the plans or designated in the field by the
OWNER's representative. This measurement shall include the total area within the
limits of Selective Clearing and Grubbing and no deduction shall be made for areas
in which desirable trees and brush are designated to remain. Where the limits of
Selective Clearing and Grubbing are shown on the plans or otherwise established
in the Contract Documents but no separate pay item established, the
measurement of such work shall be included in the quantity or lump sum amount
of "Clearing and Grubbing".
D.
Special Clearing and Grubbing: Measurement of Special Clearing and Grubbing
shall include all areas shown in the plans or designated in the field by the
OWNER's representative. This measurement shall include only actual areas
cleared by the hand method and shall not include areas cleared by other methods
or areas that remain in their original condition. Where the limits of Special Clearing
and Grubbing are shown on the plans or otherwise established in the Contract
Documents but no separate pay item established, the measurement of such work
shall be included in the quantity or lump sum amount of "Clearing and Grubbing".
E.
Eradication of Exotic Vegetation: Measurement of Eradication of Exotic Vegetation
shall include areas shown on the plans or designated in the field by the OWNER's
representative. This measurement shall include the total area within the limits
established for Eradication of Exotic Vegetation and include the areas within these
limits where non-exotic vegetation is removed. Where the OWNER's
representative has designated desirable vegetation to remain within these limits,
no deduction of area shall be made for the "saved" areas.
Where limits of Eradication of Exotic Vegetation are shown on the plans or
otherwise established in the Contract Documents but no separate pay item
established, the measurement of such work shall be included in the quantity or
lump sum amount of "Clearing and Grubbing."
F.
10/24/03
35593
Removal of Existing Pavement: When a separate pay item is established for the
Removal of Existing Pavement, the quantity to be paid shall be by the square yard
for the actual quantity removed and disposed of off-site. For curb and gutter, slope
pavement, and other irregular areas, the measurement shall be generally taken as
an approximate horizontal surface. Where lump sum payment is provided, such
payment shall be compensation for the removal of areas shown on the plans or
otherwise specified in the Contract Documents.
SECTION 02817
Page 5 of 6
Where a separate pay item is established for curb, gutter, or curb and gutter
removal, the measurement shall be measured by the lineal foot at the flow line of
the gutter or at the top of curb where there is no gutter. Where separate pay has
not been provided for curb or curb and gutter removal, the measurement shall be
included in the area for pavement removal as stated above.
When no separate payment is provided for the Removal of Existing Pavement and
no applicable item of excavation or embankment covering such work is listed, the
costs of this work shall be included in the contract price for the item of Clearing and
Grubbing or for the pipe or other structure of which the pavement removal is
required.
4.02
G.
Removal of Existing Structures: When separate payment for Removal of Existing
Structures or Removal of Existing Buildings is provided, the work shall be paid for
at the contract lump sum price. When direct payment is not provided, the cost of
such removal and disposal shall be included in the contract price for Clearing and
Grubbing or if no clearing and grubbing is included, in the compensation for the
other items covering the new structure to be constructed.
H.
Burning: Unless otherwise specified in the Contract Documents, and where
permitted, burning shall be considered as being part of the process of disposing of
materials and the cost of such work shall be included in the item which requires the
disposal of materials.
BASIS FOR PAYMENT
A.
General: Prices and payments for the various work items included in this section
shall constitute full compensation for all work described herein and shall include all
removal, disposal, protecting, trimming, breaking, plugging, eradication, or any
other items specified in this section.
B.
Pay Items: For all work specified in this section, payment shall be made in
accordance with the list of pay items established or as otherwise defined in the
Contract Documents. The description of a pay item in the proposal section may
vary from the descriptions stated in this section.
END OF SECTION 02817
10/24/03
35593
SECTION 02817
Page 6 of 6
SECTION 02820
EXCAVATION AND EMBANKMENT
PART 1
1.01
SCOPE
A.
1.02
GENERAL
Work specified in this section consists of excavation and embankment required for
roadways, lakes, ditches, swales, berms, canals, parking areas, site fill, building
pads, retention areas, structure excavation, and other similar work described herein
or shown on the plans. This section includes preparation of subgrades, construction
of embankments, utilization or disposal of materials excavated, and compaction and
finish grading of excavated areas and embankments. All work shall conform to the
proposed alignment, elevations, slopes, and cross-sections shown on the plans.
SPECIFICATION AND STANDARDS REFERENCE
A.
PART 2
Where supplementary specifications or standards such as ASTM, AWWA,
AASHTO, etc. are referenced, such references shall be latest edition.
PRODUCTS
Not Used
PART 3
3.01
EXECUTION
CLASSIFICATION OF EXCAVATION
A.
General: Included in the excavation under this section are materials of whatever
nature encountered within the required limits of excavation (except material
removed during clearing and grubbing). Determination of sub-surface conditions
and its effect on construction costs are the sole responsibility of the
CONTRACTOR. Sub-surface conditions between soil borings that may be provided
can vary greatly from those conditions found at the location where the sample was
extracted.
Locating existing underground utilities shall be the responsibility of the
CONTRACTOR. In the event of any utility conflict, the CONTRACTOR shall
immediately inform the utility company, OWNER and the ENGINEER of the conflict.
CONTRACTOR shall be responsible for the immediate repair of any utility lines
damaged during construction. CONTRACTOR shall notify all utility companies or
utility owners, both public or private of their intent to perform such work and
coordinate field location of utility lines prior to commencement of construction.
Where separate classification is provided in the proposal, excavation specified
under this section may be listed as any of the following classes: (1) Regular
Excavation, (2) Swale Excavation, (3) Subsoil Excavation, (4) Rock Excavation, (5)
Lake Excavation (unclassified).
10/24/03
35597
SECTION 02820
Page 1 of 11
For any of the above classifications not specifically listed as a separate pay item in
the proposal or included as part of another pay item, all excavation of such type
shall be included under the item of Regular Excavation. If the item of Regular
Excavation is not listed in the proposal, all costs included in the excavation of
roadway, swales, subsoil, rock, lakes, structures (including utilization or disposal of
materials) shall be incidental to the general cost of the project and no additional
compensation will be allowed.
B.
Regular Excavation: Regular Excavation shall consist of excavation of materials
necessary for construction of roadways, ditches, sidewalks, building pads, retention
ponds, and other surfaces as shown in the plans. Excavated material suitable for
embankment shall be utilized in areas requiring fill with all excess material spread or
stockpiled on site where shown on the plans or as directed by the OWNER's
representative.
C.
Swale Excavation: Swale Excavation shall consist of excavation of swales and
ditches as indicated on the plans and shall include the utilization of suitable
excavated materials in areas requiring fill with all excess material spread or
stockpiled on site where shown on the plans or as directed by the OWNER's
representative.
D.
Subsoil Excavation: Subsoil Excavation shall consist of the excavation and off-site
disposal of muck, clay, roots, or any other material that is determined to be
unsuitable by the OWNER's Geotechnical Engineer in its original position and that
is excavated below the finished grading template. If provided in the plans or
Contract Documents unsuitable material shall be stockpiled in areas on site
designated by the OWNER.
E.
Rock Excavation: Rock Excavation shall consist of excavation of rock and boulders
necessary for construction of roadways, ditches, lakes, and other cut sections
shown on the plans. It shall also include the utilization and disposal of excavated
rock and boulders according to Articles 3.02, 3.03, and 3.04 in this section.
For the purpose of classifying rock excavation as a pay item, the rock strata
encountered shall be of such thickness and hardness as to preclude removal by
using a modern 3/4 yard hydraulic backhoe maintained in excellent operating
condition, Caterpillar 235 or equal.
10/24/03
35597
F.
Rock Blasting: All blasting is strictly prohibited.
G.
Lake Excavation (Unclassified): Lake Excavation (Unclassified) shall consist of
excavation of all material necessary for construction of lakes according to the
depths, dimensions, side slopes, and in the locations shown in the plans. It shall
also include the utilization of excavated materials and the disposal of unsuitable
materials in accordance with Articles 3.02 and 3.03 in this section. All materials
excavated shall be considered as "unclassified". CONTRACTOR shall be
responsible for any investigation of sub-surface conditions and subsequent
SECTION 02820
Page 2 of 11
determination of the amount of rock, roots, and other materials to be incorporated
into his price.
CONTRACTOR shall construct the lake banks in strict accordance with the
ordinances or laws governing the excavation. All slopes must be equal to the
specified slopes. The bottom of the lake shall not be excavated below the specified
depth without prior written approval of the OWNER and the governing agency.
H.
Structure Excavation: Work specified in this sub-article consists of excavating for
bridge foundations, box culverts, pipe culverts, sewers, pipe lines, retaining walls,
pump stations, manholes, inlets, catch basins, sewage and water treatment plants
and other similar type facilities shown on the plans. It shall also include (1) the
construction and removal of cofferdams, sheeting, bracing, etc.; (2) dewatering; (3)
disposal of structures (of whatever type) encountered during excavation; (4)
disposal of unsuitable materials; (5) bedding materials; (6) backfilling and the
compacting thereof; (7) utilization of excess suitable materials according to article
3.02 this section.
Material excavated (of whatever nature) shall be classified for utilization or disposal
according to Articles 3.02 and 3.03. The excavation shall be of such size and depth
as to facilitate the construction and/or installation of each structure according to the
location and elevations shown in the plans. Rock blasting, rock excavation,
demolition of structures or foundations, or any unusual or undefined work that may
be necessary to complete the excavation for a structure shall be considered as
work included in Structure Excavation.
If the excavation requires the use of cofferdams, dewatering, sheeting, or bracing,
all such work will be done in strict compliance with all permit requirements and any
laws or ordinances that may apply to the work being performed. It shall be the
responsibility of the CONTRACTOR to familiarize himself with any regulations
applicable and to satisfy said regulations at his own expense.
The structure shall be constructed or laid in dry dewatered excavation unless
otherwise approved by the ENGINEER. In such cases where the excavation is
unstable or has water in sufficient quantities that make uniform bedding impossible,
the bottom of the excavation shall be stabilized as required. If washed shell is used,
it shall be a graded according to the sieve analysis listed below:
100 percent passing 1½" screen
0 percent passing 5/8" screen
After the structure is complete, backfilling shall be performed in a careful manner so
as not to disturb or damage the completed structure. The backfill material shall
conform to the requirements of Sub-article 3.04.C., except that the size of rock shall
not exceed 3 1/2 inches in diameter. The backfill material shall be compacted to the
same or greater density as the adjacent existing earth.
3.02
10/24/03
35597
UTILIZATION OF EXCAVATION MATERIALS
SECTION 02820
Page 3 of 11
A.
General: All excavated materials suitable for embankment shall be utilized in the
embankment areas shown in the plans or as otherwise specified in the Contract
Documents. After the requirements for embankment have been satisfied, the
surplus suitable excavated material shall be deposited in areas on-site as directed
by the OWNER's representative, unless otherwise specified in the Contract
Documents.
On projects where excavation does not provide enough material to satisfy
embankment requirements, excavated materials shall first be utilized in the roadway
or other permanent structure embankment, then into other embankment areas
shown in the plans.
B.
Classification of Materials: Material shall be classified as "suitable" if it meets all the
requirements of Sub-article 3.04.C. of this Section. A rock strata that can be
excavated and split or screened to meet the requirements of Sub-article 3.04.C.
shall be considered as "suitable" for embankment.
Material such as muck, or any other material containing excessive amounts of
organic, silt, clay, or other deleterious materials shall be classified as "unsuitable"
for embankment unless otherwise specified or classified by the ENGINEER.
The term "unclassified" simply refers to material that has not been defined as
suitable or unsuitable.
If a dispute arises over the classification of materials, the final determination shall
be made by the ENGINEER.
10/24/03
35597
C.
Rock and Boulders: Rock and boulders shall be utilized on site as embankment
unless otherwise specified. In all cases, the alteration or replacement of excavated
material shall be at the CONTRACTOR's expense unless otherwise provided in the
plans or Contract Documents.
D.
Muck: Although muck or other material high in organic content will not generally be
permitted in embankment areas, certain conditions may require or permit its
utilization. Muck will not be permitted in embankment unless specifically stated on
the plans or specified herein. When so specified the placement of muck or other
similar material will only be permitted outside of an imaginary downward 2:1 slope
starting from the outward edge of roadway structure or other permanent structure.
E.
Top Soil: Where top of the existing surface is high in organic content, it may be
necessary to strip the topsoil and reuse it or dispose of it. Topsoil shall be stripped
and stockpiled on-site for later use as a layer under sod, grassing, or in landscaped
areas. When an item of topsoil is not listed as a separate pay item in the Contract
Documents, the placement of the stockpiled topsoil shall be included in the item of
Clearing and Grubbing or Excavation. When topsoil is listed as a pay item, it shall
be placed in locations shown in the plans to a specified thickness and to a finished
elevation that will allow for the placement of sod, ground cover or other landscape
related surface.
SECTION 02820
Page 4 of 11
The material utilized as topsoil shall be suitable for plant growth and free from
appreciable quantities of hard clods, stiff clay, hardpan, gravel, brush, large roots,
refuse, or other deleterious materials. The organic content shall be at least 1.5
percent. The characteristics of the material shall be such that it can be adjusted to
have a pH value between 5.0 and 8.0, or as approved by the ENGINEER.
3.03
3.04
10/24/03
35597
DISPOSAL OF EXCAVATED MATERIALS
A.
Disposal of Surplus Materials: Ownership of all suitable excavated materials shall
be retained by the OWNER unless otherwise stated in the plans or Contract
Documents to be surplus material. When so specified the surplus material shall
become the property of the CONTRACTOR to be disposed of outside the project
limits. The cost of the disposal and furnishing the disposal area shall be included in
the item requiring excavation and no additional compensation will be given.
B.
Disposal of Unsuitable Materials: Unsuitable excavated material as defined in
Sub-article 3.02.B. shall become the property of the CONTRACTOR to be disposed
of outside the project limits. The cost of the disposal and furnishing the disposal
area shall be included in the item requiring excavation and no additional
compensation will be given.
EMBANKMENT
A.
General: Embankments shall be constructed true to lines and grades shown in the
plans or ordered by the ENGINEER. Material used in embankments shall be
obtained from on-site excavation and/or from off-site borrow sources secured by the
CONTRACTOR.
B.
Site Preparation: Subsequent to clearing and prior to placement of embankment
material, the existing earth surface shall be compacted six feet beyond the building
and pavement structure limits and in other areas shown in the plans or stated in the
Supplementary Conditions. The existing surface shall be compacted at a moisture
content such that the specific density requirement can be attained. Soil one foot
below the compacted surface shall attain a density of 95 percent of the maximum
theoretical density as determined by the Modified Proctor Density (ASTM-D-1557).
Field density tests shall be conducted in accordance with ASTM D-1556, D-2167,
D-2922, or D-2937 (latest revisions) by a certified laboratory or soils engineer
approved by the OWNER. The location and number of the tests shall be verified by
the ENGINEER.
C.
Requirements for Embankment Materials: Embankments shall be constructed of
material containing no muck, stumps, roots, brush, vegetable matter, rubbish, or
other material that will not compact into a suitable and enduring roadbed or similar
foundation. Material designated as unsuitable in the soil borings or as classified as
unsuitable by the ENGINEER shall be removed from the embankment and
disposed of off-site. Utilization of material in embankment construction shall be in
accordance with plan details or as directed by the ENGINEER.
SECTION 02820
Page 5 of 11
The maximum size of rock which will be permitted in the completed embankment
are as follows:
In top 12 inches ------------- 3 1/2 inches
12 inches to 2 feet ----------- 6 inches
In the 2 feet depth below --- Not to exceed the compacted thickness of the layer
being placed
When and where approved by the ENGINEER, the CONTRACTOR may place
larger rocks outside the 2-to-1 slope of any structure embankment. Where such
rock is utilized in any embankment, enough fine material shall be deposited and
compacted between individual rocks so as to completely fill any voids that may
occur during the placement of such material. No rock shall be utilized in any
building pad embankment areas.
D.
Borrow Material: The use of borrow material shall be resorted to only when
sufficient quantities of suitable material are not available from the various types of
excavation required on the drawings. When borrow is required the material shall
conform to the requirements of article 3.04.C. and shall be approved by the
ENGINEER prior to placement. Borrow material shall be obtained from areas
furnished by the CONTRACTOR at his expense. Borrow sources shall comply with
all local requirements applicable for the excavation and sale of fill material.
E.
Construction Requirements: Embankment material shall be placed in horizontal
layers not to exceed 12 inches thickness measured loose. Each layer shall be
leveled and compacted in accordance with Sub-article 3.04.F. No fill material shall
be placed where area is wet. Dewatering may be required prior to filling operation,
either by pumping or well pointing. Water shall not be allowed to stand on or
adjacent to fill areas that could saturate the material.
When embankments are constructed on a hill or slope, slope shall be "stepped" so
as to permit the embankment to be placed in horizontal layers and compacted as
stated above. Upon completion of the embankment steps on a slope, steps shall be
dressed to conform to the specified slope.
For any embankments not covered above, construction methods shall be approved
by the ENGINEER prior to placement.
F.
10/24/03
35597
Compaction Requirements: Materials shall be compacted at a moisture content
such that the specific density can be attained. If necessary, water shall be added to
the material, or the moisture content shall be lowered by manipulating the material
or allowing it to dry, as is appropriate. Each layer of material shall be compacted by
the use of a smooth drum vibratory roller or other method approved by the
engineer. The top 12” of natural ground shall be compacted in accordance with be
requirements listed below.
SECTION 02820
Page 6 of 11
Field density tests shall be conducted in accordance with ASTM D-1556, D-2167,
D-2922, or D-2937 (latest revisions) by a certified laboratory or soils engineer
approved by the OWNER according to the Compaction Requirements stated below:
Embankment Area
Density1
Below 3'
Density1
0' to 3'
Testing
Frequency/Lift
Building Pads2
95%
98%
1 Ea/2000 SF, Minimum 2
Pavement Areas3
Retention Areas4
Other Areas
95%
95%
N/A
98%
95%
N/A
1 Ea/500 SY
1 Ea/500 SY
N/A
Ea/Structure
1
2
3
4
The percentage listed shall be the minimum acceptable amount of the maximum
theoretical density as determined by the Modified Proctor Density (ASTM-D1557).
Includes future building pads and lots.
Includes any permanent pavement structure such as curb and gutter, sidewalk,
roadway, shoulder, driveway, or any other similar surface.
Includes earth berms, water retention slopes, dikes, and other similar areas.
CONTRACTOR shall be responsible for scheduling of all soil testing. These soil
testing costs shall be borne by the CONTRACTOR unless stated otherwise in the
plans or specifications. Where the testing costs are borne by the OWNER, in the
event of a test failure all subsequent tests required to pass density shall be at the
expense of the CONTRACTOR. The OWNER may deduct this expense from the
CONTRACTOR's payment or request payment directly from CONTRACTOR.
3.05
FINISH GRADING
A.
General: As a final grading operation the surface of the earthwork shall be shaped
to conform to the lines, grades, and contours shown on the plans. Hand dressing
will be required in confined areas where equipment operation is restricted or where
the equipment finished surface is unsatisfactory in the judgment of the ENGINEER.
CONTRACTOR shall take necessary precautions to prevent erosion of slopes
before and after finish grading. Any erosion of whatever consequence shall be
repaired at the expense of the CONTRACTOR until final acceptance of the project.
B.
Tolerances: In final shaping of the surface of earthwork a tolerance of 0.1 foot
above or below the plan elevations and contours will be allowed with the following
exceptions:
1.
10/24/03
35597
In areas where sod, ground cover or other finish landscape surface will be
used, an allowance shall be made for the thickness of sod, etc. that will
result in the finish landscape elevation to be within the above tolerance.
SECTION 02820
Page 7 of 11
2.
PART 4
4.01
MEASUREMENT AND PAYMENT
METHOD OF MEASUREMENT
A.
10/24/03
35597
Earthwork shall be shaped to match adjacent pavement, curb, sidewalk,
structures, etc. with applicable allowance for sod, etc.
General:
1.
VOLUMETRIC – When payment is made on a volumetric basis, calculations
shall be based on the method of average end areas or the grid cell method,
unless the ENGINEER determines that another method will provide a more
accurate result. The existing elevations shown on the plans or field survey
taken by the ENGINEER shall be incorporated into the volume calculations.
Should any of these existing elevations appear to be in error, the
CONTRACTOR shall notify the ENGINEER in writing and resolve the
dispute prior to disturbing the existing surface in question. Once the existing
surface is disturbed by clearing, excavating, or any other construction, the
CONTRACTOR’s right to dispute the existing elevations shown by the
ENGINEER will be nullified. After the excavation or embankment is
completed, the finished surface shall be measured in place by field survey
paid for by the CONTRACTOR and these cross-sections shall be
incorporated into the volume calculations.
2.
LOOSE VOLUME – In special cases as shown in the Contract Documents,
payment shall be made on a loose volume basis as measured in trucks or
other hauling equipment. The volume capacity of each truck shall be
measured and recorded by the OWNER’s representative. Before unloading
onsite, the OWNER’s representative shall compare the loaded truck to its
recorded capacity and record the actual volume on the load ticket. Only load
tickets that have been so recorded and collected by OWNER’s
representative at the point of dumping shall be included in the quantity for
payment.
3.
LUMP SUM – The proposal may contain items of work that are to be paid for
on a lump sum basis. Additionally, the Contract Documents may provide for
a lump sum payment for the entire project. The lump sum payment for
individual items or for the entire project shall constitute full compensation for
the completion of all work specified in the plans and specifications.
4.
PLAN QUANTITY – When cross-sectioning finished surfaces is not feasible,
the ENGINEER may specify the final pay quantity of any item to be the
original plan quantity. When so specified in the Contract Documents, such
quantity will be revised only in the event that it is determined to differ by
more than 10 percent of the original plan quantity. Such revisions will be
determined by calculations of quantities from the plan sheets as applicable.
Field measurement will not be considered except to verify that the work was
accomplished in substantial compliance with the plan dimensions.
SECTION 02820
Page 8 of 11
B.
Regular Excavation: Measurement of regular excavation shall include only the net
volume of material excavated between the original ground surface and the surface
of the completed earthwork. The pay quantity shall be the plan quantity in
accordance with Article 4.01.A., unless otherwise stated in the Contract Documents.
C.
Swale Excavation: Measurement of swale excavation shall include only materials
excavated within the line and grades indicated in the plans or as directed by the
ENGINEER. Measurement may be by volume or lineal feet as called for in the
Contract Documents.
D.
Subsoil Excavation: Measurement of subsoil excavation shall include only material
excavated within the lines and grades indicated on the plans or as directed by the
ENGINEER. Where the limits of subsoil excavation are not shown or vary from the
limits shown on the plans, the pay quantity shall be determined by cross-sectioning
measurements in accordance with the volumetric method described in Article
4.01.A. When the final pay quantity is more or less than the original plan quantity an
appropriate adjustment shall be made to the applicable pay quantity for imported fill
so that the loss or increase is compensated provided that the unsuitable material is
to be disposed of off-site. A lower than plan volume will require less fill replacement
and a higher than plan volume will require more fill replacement than originally
calculated. However, if the subsoil excavation is displaced by onsite excavation, a
quantity adjustment will not be made. Where no separate pay item is included in the
contract, all such work involving the excavation and disposal of unsuitable material
shall be considered incidental to the cost of the applicable excavation item.
E.
Rock Excavation: When rock excavation is listed as a separate pay item in the
Contract Documents, measurement of rock excavation shall be by cross-sectioning
method prior to and after the rock layer is excavated. CONTRACTOR shall allow
enough time between operations to facilitate this field survey work.
If Rock Excavation is not listed as a separate pay item in the Contract Documents,
the cost of all such work shall be included in the unit price for Regular Excavation,
Swale Excavation, Subsoil Excavation, Lake Excavation (Unclassified), or other
items which may require the excavation of rock or boulders.
F.
Lake Excavation (Unclassified): Measurement of Lake Excavation (Unclassified)
shall include only the net volume of material excavated between the ground surface
and bottom of the lake using the VOLUMETRIC method as described in the first
paragraph of Article 4.01.A. Any unauthorized overdigging or excavation below the
plan bottom elevation will not be included in the measurement for payment.
If the sections indicate that the depths or bank slopes do not conform to the
permitted design slopes or indicate that they are steeper, the CONTRACTOR shall
correct the deficiency. Further, the CONTRACTOR shall pay for the expense of resectioning the lakes to document that said correction has been accomplished.
10/24/03
35597
SECTION 02820
Page 9 of 11
OWNER shall have the option of deducting the re-sectioning costs from the
CONTRACTOR’s payment, or the OWNER may request separate payment directly
from the CONTRACTOR.
G.
Structure Excavation: Unless otherwise specified, there shall be no measurement
for structure excavation. The cost of structure excavation shall be incidental to the
cost of the applicable structure and no separate pay item will be established.
H.
Pavement removal: Measurement for pavement removal shall be by the square
yard as measured in place prior to removal unless otherwise specified in the
Contract Documents. When no separate pay item is included, the cost of such work
shall be incidental to the item of clearing and grubbing or excavation as applicable.
I.
Topsoil: Measurement for topsoil shall be by the square yard as measured in place
in locations shown in the plans or as directed by the ENGINEER. Placement of
topsoil shall be to the thickness specified in the plans or Contract Documents, and it
shall include the cost of furnishing the material as specified in Article 3.02.E. If
enough excavated material is not available to satisfy the topsoil requirements,
suitable topsoil shall be imported and the cost of furnishing and hauling this
imported material shall be included in the unit price of the topsoil item.
J.
Embankment: When there is not enough suitable excavated material to satisfy the
requirements of embankment, a separate item called Embankment or Borrow may
be established in the Contract Documents to facilitate completion. Payment will be
made only for material required to complete the embankment to the plan
dimensions and elevations. Material placed beyond the limits shown on the plans
will not be measured for payment.
For Embankment, the pay quantity shall be the plan quantity unless otherwise
stated in the plans or Contract Documents. The measurement for embankment
shall be the in place volume of material placed above the original surface elevation
within the dimensions and elevations indicated on the plans less the neat volume of
excavation. No allowance will be made for subsidence or shrinkage.
For Borrow, the pay quantity shall be made on a loose volume basis unless
otherwise specified in the plans or contract Documents. The method of
measurement shall be in accordance with the second paragraph of Article 4.01.A.,
LOOSE VOLUME.
10/24/03
35597
K.
Berm Construction:
Measurement for Berm Construction shall include only
materials excavated within the lines and grades indicated in the plans or as directed
by the ENGINEER. Measurement may be by volume or lineal feet as defined in the
Contract Documents.
L.
Finish Grading: Measurement for Finish Grading shall only include areas that
require a change in elevation to meet the new design grade. Placement of sod to
an existing elevation would require finish grading to facilitate placement of sod. If
SECTION 02820
Page 10 of 11
there is no pay item for finish grading, the cost of all such work shall be incidental to
the applicable item of excavation or embankment.
4.02
BASIS OF PAYMENT
A.
B.
General: Prices and payments for the various work items included in this section
shall constitute full compensation for all work described herein and shall include
excavation, hauling, placing, compacting, and dressing of the finish surface. Said
payments shall also include the following items when no separate pay item is
included in the contract:
1.
Removal and disposal of existing pavement
2.
Clearing and grubbing
3.
Providing disposal areas
4.
Furnishing of borrow areas
5.
Permits and waiver costs
Excavation and Embankment: Cost of utilizing suitable excavated materials and
disposing of unsuitable excavated materials shall be included in the cost of the
applicable excavation item, unless otherwise stated in the plans or Contract
Documents.
When separate classifications of Excavation and/or Embankment are listed as pay
items in the contract, the quantities determined as provided above shall be paid at
the contract unit price per cubic yard, square yard, lineal foot or lump sum as
applicable. Such payment shall constitute full compensation for all items as
described in this section or as stated in the plans or Contract Documents.
C.
PAY ITEMS: For all work specified in this section, payment shall be made in
accordance with the list of pay items established or as otherwise defined in the
Contract Documents. The description of a pay item in the proposal section may vary
from the descriptions stated in this section.
END OF SECTION 02820
10/24/03
35597
SECTION 02820
Page 11 of 11
This page left intentionally blank
SECTION 11
PERMITS
This page left intentionally blank
July 27, 2012
John Henslick
Eco-Consultants, Incorporated
P. O. Box 50008
Sarasota, Florida 34221
Service Federal Activity Code:
Service Consultation Code:
Date Received:
Project:
County:
41420-2009-FA-0179
41420-2009-TA-0130
January, 2008
Gun Range Expansion
Sarasota
Dear Mr. Henslick
Thank you for your request for technical assistance with the Fish and Wildlife Service
(Service) on your project which is expanding an existing gun range facility. This constitutes an
update review for this project. The project proponent did not conduct the proposed activity in
the year 2009 when it was first proposed. The 2.2-acre expansion area is located within the
Knights Trail Park at approximate Latitude 27.162409 and Longitude -82.410845 in Sarasota
County, Florida.
Site Description
The Service’s Geographic Information System (GIS) database indicates that the project site falls
within buffer zone of the scrub-jay designated area according to Sarasota County’s 2004 habitat
survey. Information provided by the environmental consultant for this project and a thorough
review of aerial photos indicate that the project area consists of grass-mowed open area. There is
not existing shrubs or trees on the proposed expansion area, hence, no native habitat will be
disturbed.
Effect Analysis
The Service has reviewed our GIS database for recorded locations of federally listed threatened
and endangered species and critical habitats on or adjacent to the project site. The GIS database
is a compilation of data received from several sources. According to our review of this project
and additional information provided to the Service, current vegetative cover on the project site is
composed of overgronw pine flatwoods. The vegetation structure has not changed since the
review of this project in 2009 and appears not to be suitable for the Florida scrub-jay
(Aphelocoma coerulescens). Our database indicates the closest scrub-jay location within 2,557
John Henslick
Page 2
yards west of the proposed project site. In addition, the project proponent has coordinated this
project with county, state and park representatives where the scrub-jay was discussed as not
being likely to be affected by this project. The proposed project will take place on already
cleared and disturbed lands as indicated in the information sent to the Service.
Determination
Given the location to the project site and information from our database, the Service believes that
the proposed project will not significantly increase adverse risk to the Florida scrub-jay.
The Service recommends the following minimization measures:
1. To landscape with native scrub oaks (three to four scrub oaks per 0.25 acre) and other native
plants. Scrub oaks will provide a food source to scrub-jays to help improve productivity so
that young birds will be produced to colonize nearby conservation areas. (Sarasota County
has a list of native plant nurseries);
2. To eliminate most predatory bird perches, such as slash pine, to possibly reduce the risk of
scrub-jays being killed by raptors;
3. To avoid planting perch trees (trees that will grow over 30 feet in height) for predators that
may prey on scrub-jays; and
4. Not to allow free-roaming cats as they are predators on scrub-jays.
Please note that Service review of this project in no way implies compliance with other Federal,
State, county, or municipal regulations. It is the applicant’s responsibility to ensure that the
project meets all applicable regulations. If modifications are made to the project, if additional
information involving potential effects to listed species becomes available, if a new species is
listed, or if designated critical habitat may be adversely affected by the project, reinitiation of
technical assistance may be necessary.
Thank you for the opportunity to comment and for your cooperation and effort in protecting
natural resources of South Florida. If you have any questions, please contact me at
772-562-3909, extension 234.
Sincerely yours,
Al Begazo
Wildlife Biologist
South Florida Ecological Services Office
cc:
Sarasota County Resource Protection Services, Sarasota, Florida (Jim Dierolf)