Top Banner
SOLICITATION NO.: IFB SA 0915 HL Mooney WRF Roof Replacement Project Project Code: 24SMPN0005 PROJECT MANUAL Prepared by: CH2M HILL Chantilly, Virginia and PWCSA Department of Engineering Division of Engineering and Planning October 2014
192

HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Aug 11, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

SOLICITATION NO.: IFB SA 0915

HL Mooney WRF Roof Replacement Project

Project Code: 24SMPN0005

PROJECT MANUAL

Prepared by:

CH2M HILL Chantilly, Virginia and PWCSA Department of Engineering Division of Engineering and Planning

October 2014

Page 2: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 3: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Contents - 1 of 2

PROJECT MANUAL

SOLICITATION NO.: IFB SA 0915

HL Mooney WRF Roof Replacement Project Project Code: 24SMPN0005

TABLE OF CONTENTS Notice to Bidders Information for Bidders Escrow Agreement

PART 1 - AGREEMENT, BONDS, EXHIBITS, AND CONDITIONS OF THE CONTRACT

Agreement

Exhibits to the Agreement

Performance Bond with Power of Attorney (Exhibit 1)

Payment Bond with Power of Attorney (Exhibit 2)

Certificate(s) of Insurance (Exhibit 3)

Bid (Exhibit 4A)

Schedule of Unit Prices (Exhibit 4B)

Bid Bond (Exhibit 4C)

List of Subcontractors and Suppliers (Exhibit 5)

Bid Addenda

General Conditions of the Contract

Supplementary Conditions of the Contract

PART 2 - GENERAL REQUIREMENTS

Section 01001 – Project Summary

Section 01005 – Administrative Provisions

Section 01025 – Measurement and Payment

Section 01200 – Project Meetings

Section 01300 – Submittals

Section 01310 – Construction Schedule and Sequence

Section 01400 – Quality Control

Section 01600 – Material and Equipment

Page 4: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Contents - 2 of 2

Section 01700 – Contract Closeout

Section 01720 – Record Documents

PART 3 - TECHNICAL PROVISIONS

Section 01100 –Summary of Work

Section 07520 – SBS Modified Bituminous Membrane Roofing

LIST OF CONTRACT DRAWINGS

C.1 Cover Sheet C.2 Misc Notes and Details C.3 E&S Notes and Details C.4 Erosion & Sediment Control Narrative & Checklist C.5 Phase 1 – Erosion & Sediment Control Plan C.6 Overall Property with Adjacent Owner Information C.7 Site/Grading Plan C.8 Phase 2 – Erosion & Sediment Control Plan C.9-C.10 SWM Computations C.11-C.12 SWM/BMP Pond Notes & Details C.13 Design and Plan Review Checklist C.14 Geotechnical Specifications C.15 Prince William County Unit Price List

END OF CONTENTS

Page 5: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Notice to Bidders - 1 of 2

NOTICE TO BIDDERS

SOLICITATION NO.: IFB SA 0915

HL Mooney WRF Roof Replacement Project Project Code: 24SMPN0005

GENERAL DESCRIPTION: The project provides for demolition and replacement of roofing and associated structural/mechanical elements on two buildings, together with coping replacement at a third building, drain repair at a fourth.

PRE-BID CONFERENCE: A non-mandatory Pre-bid Conference is scheduled for 10:30 a.m. (ET) on November 12, 2014 in the Service Authority’s Board Room located at 4 County Complex Court, Woodbridge, Virginia 22192. Interested Bidders and Subcontractors are strongly encouraged to attend.

Pleas of ignorance of any conditions existing on the work-site, or difficulties encountered in the execution of the Work, or as a result of failure to make necessary investigations and examinations, will not be accepted as an excuse for any failure or omission on the part of any Bidder to properly fulfill the requirements set forth in the Contract Documents.

QUESTIONS DEADLINE: Submit questions, in written form only, to Purchasing Manager at [email protected] and [email protected] no later than 2:00 p.m. (ET), November 20, 2014.

BID OPENING: Pursuant to the competitive bidding provision of the Service Authority’s purchasing regulation and the Code of Virginia, and subject to the terms and conditions listed herein, sealed bids will be accepted until 2:00 p.m. (ET), December 4, 2014. After which, responses will be opened then read aloud.

Note: The official time device shall be that as designated by the Purchasing Manager for Prince William County Service Authority.

Mailing Address: Prince William County Service Authority, Procurement Department, PO Box 2266, Woodbridge, VA 22195, Attn: Purchasing Manager

Street Address: Prince William County Service Authority, Procurement Department, 4 County Complex Court, Prince William, Virginia, 22192, Attn: Purchasing Manager

BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority, 4 County Complex Court, Woodbridge, Virginia 22192 between 8:30 a.m. and 4:00 p.m., Monday through Friday. Bid documents are available for no charge and upon request, bid documents can be expressed-mailed.

Important Note: Neither the Owner nor the Engineer will be responsible for full or partial sets of Contract Documents, including any Addendum, obtained from any other source.

Page 6: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Notice to Bidders - 2 of 2

BOND REQUIREMENTS: Bid Surety shall be in the form of a Bid Bond, Irrevocable Letter of Credit, Certified Check or Bank Draft payable to: Prince William County Service Authority, in an amount not less than 5 percent of the cost proposal. The bid security must accompany each bid response in accordance with the Instructions to Bidders. Any forfeiture of the Bid Bond is limited to the face amount of the bond or the difference between the bid and the next low bid whichever is less.

The successful bidder shall be required to furnish a satisfactory Performance Bond, Payment Bond and a Maintenance Warranty Bond.

The Board of Directors for the Prince William County Service Authority reserves the right to reject any or all bids in part or in its entirety, and may waive any informalities and irregularities in bidding when deemed in the best interest of the Service Authority.

END OF NOTICE TO BIDDERS

Page 7: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Information for Bidders - 1 of 4

INFORMATION FOR BIDDERS

If in person, each Bid must be submitted in a sealed envelope addressed to the Prince William County Service Authority, 4 County Complex Court, Woodbridge, Virginia 22192. Each sealed envelope containing a Bid must bear on the outside the Bidder's name, address, state contractor's license number and the name of the project for which the Bid is submitted. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another envelope addressed to the attention of the Purchasing Manager P.O. Box 2266, Woodbridge, Virginia 22195-2266 and noting that a sealed Bid is enclosed. The Authority must receive the Bid before the date and time deadline for bid submission, and all risk of untimely receipt is on the bidder.

All Bids must be made on the required Bid form. Submit one original and two copies of bid proposal. All blank spaces for prices must be filled, in ink or typewritten, and the Bid form must be fully completed and executed when submitted.

Bidders will satisfy themselves fully as to the nature and extent of the work to be done by examining the site carefully to ascertain all conditions thereon likely to affect the conduct or cost of the work. They will become familiar with the requirements of the work by examining thoroughly the Contract Documents, including the Drawings, Specifications and Addenda. Failure to do any of the foregoing shall in no way relieve the Bidder from any obligation with respect to his Bid or any Contract resulting from it.

If a bidder decides to obtain his own subsurface data, he may at his own expense make borings or dig test pits as he deems necessary. Authority personnel will assist bidder to arrange with property owners involved for right of access to the work site. Bidder will make his own arrangements for permits to explore on public rights-of-way. Bidder shall assume full responsibility for damage to property in the conduct of his exploration, and he shall promptly fill any bore holes or test pits and restore the surface of the ground to its original contours and cover status.

The Contract Documents contain the provisions required for the construction of the Project. Information obtained from any officer, agent or employee of the Authority, or from any other person, before receipt of bids, shall not affect the risks or obligations assumed by the Contractor or relieve him from fulfilling any of the conditions of the Contract. No oral explanation regarding the meaning of the drawings and specifications should be made and no oral instructions should be given before the award of the contract. Any such oral communications are invalid and not binding. Discrepancies, omissions, or doubts as to the meaning of any of the Contract Documents, including the drawings and specifications, should be communicated to the Engineer for interpretation. Any interpretation made will be in the form of an addendum that will be forwarded to all Bidders and each Bidder shall acknowledge its receipt on the Bid Form.

Each Bid must be accompanied by a Bid Bond in favor of the Authority for 5 percent of the total amount of the Bid. When the Bid prices have been compared, the Authority will return the bonds of all except the three lowest responsible Bidders. When the Agreement is executed,

Page 8: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Information for Bidders - 2 of 4

the bonds of the two remaining unsuccessful Bidders will be returned. The Bid Bond of the successful Bidder will be retained until the Payment Bond and Performance Bond have been executed and approved, after which it will be returned. A certified check may be used instead of a Bid Bond.

A Performance Bond and Labor and Materials Payment Bond, each in the amount of 100 percent of the Contract Amount, and a Warranty Period Maintenance Bond equal to 10 percent of the Contract Price or $5,000.00, whichever is greater, issued by a surety company authorized to transact business in the Commonwealth of Virginia as surety and acceptable to the Authority, will be required for the faithful performance of the Contract.

Attorneys-in-fact who sign bonds must file a certified and effective dated copy of their Power of Attorney with each bond.

No Bid received after the date and time specified for bid submission will be considered. As provided in the Code of Virginia, any Bidder who wishes to withdraw his Bid after opening, solely due to an alleged clerical error, must give notice in writing of his claim of right to withdraw his Bid within two business days after the conclusion of the Bid opening procedure and shall submit original work papers with such notice. Otherwise, no Bidder may withdraw a Bid during the time stipulated in the Bid, should the Contract not be awarded within that time. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Authority and the low Bidder (which extension shall be binding upon the other bidders).

The Authority may waive informalities or minor defects in a bid, but shall reject irregular Bids and non-responsive bids as defined in Va. Code §2.2-4301. Irregular bids include but are not necessarily limited to:

A. The Bid is on a form other than that furnished by the Authority, or if the form is altered, or any part of it is detached, or special conditions are noted thereon.

B. There are unauthorized additions, conditions or alternates of any kind that may make the Bid incomplete, indefinite, ambiguous as to its meaning or otherwise unacceptable to the Authority.

C. The bidder adds provisions purporting to reserve to himself the right 1) to accept or reject any award or 2) to enter a contract pursuant to an award.

D. The Bid does not contain a unit price for each pay item appearing in any schedule of unit prices.

E. The authority decides that any of the unit prices in the Bid are unbalanced to the potential detriment of the Authority.

Page 9: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Information for Bidders - 3 of 4

The Authority may make such investigations as it deems necessary to determine the ability of the Bidder to do the work and to determine that the Bidder is a Responsible Bidder under Va. Code § 2.2-4301, and the Bidder shall furnish to the Authority all such information and data for this purpose as the Authority may request, which may include financial statements, bank, project or other references, listing of other outstanding work and information regarding bonding or joint checking of other subcontractors. The Authority reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Authority that such Bidder is qualified to carry out the obligations of the Agreement and to complete the work contemplated therein. Award will be made to the Bidder determined to be the lowest responsible and responsive Bidder by the Authority.

The low Bidder shall supply the names and addresses of major material suppliers and subcontractors when requested to do so by the Authority or otherwise required by the Bid. If required to do so, each Bidder shall provide appropriate names, addresses, and telephone numbers, contract number, and any other information requested concerning any city, county, state, or federal projects that they have completed within the past 12 months.

The party to whom the Contract is awarded will be required to execute the Agreement, obtain the Performance and Payment Bonds and attach required Certificates of Insurance within ten working days from the date when Notice of Award is delivered to the Bidder. The Notice of Award shall be accompanied by the necessary Agreement and Bond forms. In case of failure of the Bidder to execute the Agreement, the Authority may, at its option, consider the Bidder in default, in which case the Bid Bond accompanying the Bid shall become the property of the Authority.

The Authority, within thirty working days of receipt of Certificates of Insurance and acceptable Performance Bond, Payment Bond and Agreement signed by the party to whom the contract was awarded, shall have the Agreement signed and return to such party one copy thereof. Should the Agreement not be executed within such period, the Bidder may, by written notice, withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Authority.

The Notice to Proceed shall be issued according to the Contract Documents.

The contractor will be required to indemnify and hold harmless the Authority, its officers and employees, from all contract and tort claims that may arise out of or during the work of this contract by any one directly or indirectly employed on the work.

All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over the locale and execution of the project shall apply to the Contract throughout.

All Bidders must possess current and valid Virginia and/or Prince William County licenses, if required under Chapter 7, Title 54, Code of Virginia, to be eligible for consideration. Failure to cite the license number(s) on the Bid or to have said license(s), if required, will result in a Bidder being considered nonresponsive.

Page 10: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Information for Bidders - 4 of 4

If the amount of his Bid is $200,000.00 or more, Bidder may exercise his option to have any funds retained by the Authority under the terms of the proposed Agreement placed into an escrow account, as provided in Section 11-56.1 of the Code of Virginia, by indicating his desire to do so in the space provided on the Bid Form. If Contractor does indicate a desire to have retained funds held in escrow, he must execute the Escrow Agreement included in the bidding package and submit it to the Authority within fifteen days after the date of the Notice of Award. Failure to indicate a desire to have retained funds held in escrow on the Bid, or to submit an executed Escrow Agreement as required above, will preclude him from having retained funds placed into escrow.

END OF INFORMATION FOR BIDDERS

Page 11: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Escrow Agreement - 1 of 4

ESCROW AGREEMENT

THIS ESCROW AGREEMENT, made and entered into this ___ _ day of __________, 20__ between by and among the Prince William County Service Authority ("PWCSA"),

______________________________ (“the Contractor”) ______________________________ ______________________________

(Address of the Contractor), ______________________________ (“the Bank”) ______________________________ ______________________________

(Address of the Bank), a trust company, bank, or savings and loan institution with a principal office located in the Commonwealth, and

______________________________ (“the Surety”) ______________________________ ______________________________

(Address of the Surety), Provides as follows:

1. The PWCSA and the Contractor have entered into a contract with respect to ____________________ (Construction) (“the Contract”). This Escrow Agreement is pursuant to, but in no way amends or modifies the Contract. Payments made hereunder or the release of funds from escrow shall not be deemed approval or acceptance of Contractor’s performance under the Contract.

2. In order to assure full and satisfactory performance by the Contractor of its obligations under the Contract, the PWCSA is required thereby to retain certain amounts otherwise due the Contractor. The Contactor has, with the approval of the PWCSA, elected to have these retained amounts held in escrow by the Bank. This Escrow Agreement sets forth the terms of the escrow. The Bank shall not be deemed a party to, bound by, or required or permitted to inquire into the terms of the Contract or any other instrument or agreement between the PWCSA and the Contractor other than this Escrow Agreement.

3. The PWCSA shall from time to time pursuant to this Escrow Agreement pay the Bank amounts retained by the PWCSA under the Contract. Except as to amounts actually withdrawn from escrow by the PWCSA, the Contractor shall look solely to the Bank for the payment of funds retained under the Contract and paid by the PWCSA to the Bank.

The risk of loss by diminution of the principal (and interest or dividends, if any) of any funds invested under the terms of this Escrow Agreement shall be solely upon the Contractor.

Page 12: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Escrow Agreement - 2 of 4

Funds and securities held by the Bank pursuant to this Escrow Agreement shall not be subject to levy, garnishment, attachment, lien, or other process whatsoever. Contractor agrees not to assign, pledge, discount, sell or otherwise transfer or dispose of his interest in the escrow account or any part thereof, except to the Surety.

4. Upon receipt of checks or warrants drawn by the PWCSA and made payable to the Bank as escrow agent, the Bank shall promptly notify the Contractor, negotiate the same and deposit or invest and reinvest the proceeds in approved securities in accordance with the written instructions of the Contractor. In no event shall the Bank invest the escrow funds in any security not approved.

5. The following securities, and none other (collectively, “Securities”), are approved securities for all purposes of this Escrow Agreement:

a) United States Treasury Bonds, United States Treasury Notes, United States Treasury Certificates of Indebtedness or United States Treasury Bills;

b) Bonds, notes and other evidences of indebtedness unconditionally guaranteed as to the payment of principal and interest by the United States;

c) Bonds, notes and other evidences of indebtedness of the Commonwealth of Virginia;

d) Bonds of any political subdivision of the Commonwealth of Virginia, if such bonds carried, at the time of purchase by the Bank or deposit by the Contractor, a Standard and Poor's or Moody's Investors Service rating of at least "A"; and,

e) Certificates of deposit issued by commercial banks located within the Commonwealth, including, but not limited to, those insured by the Bank and its affiliates.

f) Any bonds, notes, or other evidences of indebtedness listed in Section 5 (1) through (c) may be purchased pursuant to a repurchase agreement with a bank, within or without the Commonwealth of Virginia having a combined capital, surplus and undivided profit of not less than $25,000,000, provided the obligation of the bank to repurchase is within the time limitations established for investments as set and/or possession of such Securities is not transferred to the Bank, so long as the repurchase obligation of the bank is collateralized by the Securities themselves, and the Securities have the date of the repurchase agreement at a fair market value equal to at least 100 percent of the amount of the repurchase obligation of the bank, and the Securities are held by a third party, and segregated from other securities owned by the Bank.

g) No security is approved hereunder which matures more than 5 years after the date of its purchase by the Bank or deposit by the Contractor.

Page 13: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Escrow Agreement - 3 of 4

6. The Contractor may from time to time withdraw the whole or any portion of the escrowed funds by depositing with the Bank approved Securities in an amount equal to, or in excess of, the amount so withdrawn. Any Securities so deposited or withdrawn shall be valued at such time of deposit or withdrawal at the lower of par or market value, the latter as determined by the Bank. Any Securities so deposited shall thereupon become a part of the escrowed fund.

Upon receipt of a direction signed by PWCSA, the Bank shall pay the principal of the fund, or any specified amount thereof, to PWCSA.

7. For its services hereunder the Bank shall be entitled to a reasonable fee in accordance with its published schedule of fees or as may be agreed upon by the Bank and the Contractor. Such fee and any other costs of administration of this Escrow Agreement shall be paid from the income earned upon the escrowed fund and, if such income is not sufficient to pay the same by the Contractor.

8. The net income earned and received upon the principal of the escrowed fund shall be paid over to the Contractor in quarterly or more frequent installments. Until so paid or applied to pay the Bank's fee or any other costs of administration such income shall be deemed a part of the principal of the fund.

9. The Surety undertakes no obligation hereby but joins in this Escrow Agreement for the sole purpose of acknowledging that its obligations as surety for the Contractor's performance of the Contract are not affected hereby.

Page 14: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Escrow Agreement - 4 of 4

WITNESS the following signatures, all as of the day and year first above written ____________________________________ PWCSA Contractor By: _________________________________ By: ____________________________

Officer, Partner or Owner (Seal) ATTEST: _____________________________________ ________________________________

Bank Officer Surety Company _____________________________________ By:

Bank By: _________________________________ _________________________________

Vice-President Attorney-in-fact (Seal) ____________________________________ __________________________________ Address

END OF ESCROW AGREEMENT

Page 15: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

PART 1

AGREEMENT, BONDS, EXHIBITS, AND CONDITIONS OF THE CONTRACT

Page 16: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 17: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Agreement - 1 of 6

AGREEMENT

THIS AGREEMENT, made this day of , 20

by and between the Prince William County Service Authority, hereinafter called "Owner" and

doing business as

a(n) , hereinafter called "Contractor."

WITNESSETH: That for and in consideration of the payments and agreements

hereinafter mentioned:

1. The Contractor will furnish all materials, supplies, tools, equipment, labor, and other

services necessary for the completion of the Work described in Section 01001 hereof and

entitled:

CONTRACT FOR IFB SA 0915

HL Mooney WRF Roof Replacement Project Project Code: 24SMPN0005

2. The Contractor agrees to perform all of the Work required by the Contract Documents

for the amounts shown on the Schedule of Unit Prices accompanying his Bid,

incorporated herein as Exhibit 4, and totaling:

and /100 Dollars

($ ), subject to such adjustments as may

be authorized by the Contract Documents.

3. Contractor will commence the work required by the Contract Documents within

14 calendar days after the date of the Notice to Proceed, and the work will be

Substantially Complete within 150 calendar days after the Start Work Date. Furthermore,

the Work shall be completed and ready for final payment according to the General

Conditions within 30 days from the date of Substantial Completion.

Page 18: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Agreement - 2 of 6

4. The parties agree that TIME IS OF THE ESSENCE in achieving substantial and final

completion of the Work by the deadlines contained in the contract. Parties agree further

that Owner will suffer substantial damages which will be difficult if not impossible to

calculate and prove with reasonable certainty in the event of any delay. Thus, in lieu of

actual damages, the parties agree that Contractor shall be liable for liquidated damages

in the amount of $1,000 per day for each and every day substantial completion is

not achieved by the deadline stated in Contract Documents. The parties agree that this

is a reasonable, good faith estimate of owner's damages, and Contractor acknowledges

that such sums are reasonable and appropriate damages, not a penalty. The parties agree

that this clause is intended to be a valid liquidated damages clause under the laws of the

Commonwealth of Virginia, and Contractor waives any right to challenge these

liquidated damages as an unenforceable penalty or similar grounds.

5. Contract Documents. The Contract Documents, which comprise the contract between

the Owner and the Contractor, are attached hereto and made a part hereof and

consist of the following:

5.01 This Agreement

5.02 Exhibits to this Agreement

5.03 General Conditions of the Contract

5.04 Supplementary Conditions of the Contract

5.05 General Requirements

5.06 Technical Provisions

5.07 Contract Drawings

5.08 Contractor’s Bid

5.09 Addenda numbered to inclusive, and

5.10 Any Modifications, including Change Orders, duly delivered after execution of this Agreement.

Page 19: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Agreement - 3 of 6

6. TABLES OF CONTENTS, Headings and Titles contained herein and in said documents

are solely to facilitate reference to various provisions of the Contract Documents and

in no way affect, limit or cast light on the interpretation of the provisions to which

they refer.

7. PROGRESS AND FINAL PAYMENTS: The Owner will make payments on account

of the Contract Amount as provided in the General Conditions as follows:

7.1 Progress and final payments will be based on the Contractor's

Applications for Payment as approved by the Engineer

7.1.1 Monthly during construction:

95 percent of the work completed, and

95 percent of material and equipment not incorporated in

the work but delivered and suitably stored,

less in each case the aggregate of payments previously made

and any amounts which otherwise may be lawfully withheld.

7.1.2 Upon full, satisfactory and final completion of the Work and Settlement of all claims, the remainder of the Contract Price.

8. Terms used in this Agreement, which are defined in the General Conditions, shall have

the meanings indicated therein.

9. Neither the Owner nor the Contractor shall, without the prior written consent of the

other, assign or sublet in whole or in part his interest under any of the Contract

Documents, and specifically, the Contractor shall not assign any monies due or to

become due without the prior written consent of the Owner.

Page 20: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Agreement - 4 of 6

10. The Owner and the Contractor each binds himself, his partners, successors, assigns and

legal representatives to the other party hereto in respect of all covenants, agreements and

obligations contained in the Contract Documents.

11. The Contract Documents constitute the entire agreement between the Owner and the

Contractor and may only be altered, amended or repealed by a document signed by both

parties.

Owner:

Prince William County Service Authority (SEAL)

BY:

NAME:

TITLE:

Contractor:

__________________________________________________ (SEAL)

BY:

NAME:

TITLE:

Page 21: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Agreement - 5 of 6

(ACKNOWLEDGMENT OF OFFICER OF OWNER) STATE OF: Virginia COUNTY OF: Prince William

ON THIS day of , 20 before me personally appeared

who by me being duly sworn, did depose and

say that he is of the PRINCE WILLIAM COUNTY

SERVICE AUTHORITY, that he executed this Contract as such official pursuant to authority

vested in him by resolution of the said AUTHORITY and that his signature is so affixed

pursuant to that authority.

My Commission Expires:

Notary Public

(ACKNOWLEDGMENT OF OFFICER OF CONTRACTOR, IF A CORPORATION) STATE OF: COUNTY OF:

ON THIS day of , 20 before me personally appeared

who by me being duly sworn,

did depose and say that he is of

, the corporation named

Contractor in this instrument; that he knows the seal of said corporation, that one of the seals

affixed to said instrument is such seal; that it was so affixed by order of the directors of said

corporation, and that he signed his name thereto by like order.

My Commission Expires:

Notary Public

Page 22: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Agreement - 6 of 6

(ACKNOWLEDGMENT OF CONTRACTOR, IF A PARTNERSHIP) STATE OF: COUNTY OF:

ON THIS day of , 20 before me personally appeared

who by me being duly sworn, did depose and

say that he is one of the members of the firm of described herein

and who executed this instrument, and he acknowledged to me that he executed the same as

and for the act and deed of said firm.

My Commission Expires:

Notary Public

(ACKNOWLEDGMENT OF CONTRACTOR, IF AN INDIVIDUAL) STATE OF: COUNTY OF:

ON THIS day of , 20 before me personally

appeared who by me being duly sworn, did depose and say

that he is sole owner of the firm of described herein and

who executed this instrument, and he acknowledged to me that he executed the same as and for

the act and deed of said firm.

My Commission Expires:

Notary Public

END OF AGREEMENT

Page 23: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EXHIBITS TO THE AGREEMENT

Page 24: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 25: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

 

This Performance Bond is a MODIFIED version of EJCDC® C‐610, Performance Bond Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and 

American Society of Civil Engineers, or is based in part on excerpts from copyrighted EJCDC documents. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. 

Performance Bond (Exhibit 1) - 1 of 4

PERFORMANCE BOND

CONTRACTOR (name and address): SURETY (name and address of principal place of business): OWNER (name and address): CONSTRUCTION CONTRACT

Effective Date of the Agreement: Amount: Description (name and location):

BOND Bond Number: Date (not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: ______________________________________________________________________________

Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent, or representative.

CONTRACTOR AS PRINCIPAL SURETY

(seal) (seal) Contractor’s Name and Corporate Seal Surety’s Name and Corporate Seal By: By: Signature Signature (attach power of attorney) Print Name Print Name Title Title Attest: Attest: Signature Signature Title Title Notes: 1. Provide supplemental execution by any additional parties, such as joint venturers. 2. Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable.

Page 26: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

 

This Performance Bond is a MODIFIED version of EJCDC® C‐610, Performance Bond Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and 

American Society of Civil Engineers, or is based in part on excerpts from copyrighted EJCDC documents. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. 

Performance Bond (Exhibit 1) - 2 of 4

1. The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner for the performance of the Construction Contract, including but not limited to correction of defective Work as required therein, which is incorporated herein by reference.

2. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Paragraph 3.

3. If there is no Owner Default under the Construction Contract, the Surety’s obligation under this Bond shall arise after:

3.1 The Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor, and Surety to discuss the Contractor’s performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner’s notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Paragraph 3.1 shall be held within 10 business days of the Surety’s receipt of the Owner’s notice. If the Owner, the Contractor, and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner’s right, if any, subsequently to declare a Contractor Default;

3.2 The Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and

3.3 The Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract.

4. Failure on the part of the Owner to comply with the notice requirement in Paragraph 3.1 shall not constitute a failure to comply with a condition precedent to the Surety’s obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice.

5. When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety’s expense take one of the following actions:

5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract;

5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors;

5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owners concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or

5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances:

5.4.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or

Page 27: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

 

This Performance Bond is a MODIFIED version of EJCDC® C‐610, Performance Bond Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and 

American Society of Civil Engineers, or is based in part on excerpts from copyrighted EJCDC documents. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. 

Performance Bond (Exhibit 1) - 3 of 4

5.4.2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial.

6. If the Surety does not proceed as provided in Paragraph 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Paragraph 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, or if the Surety proceeds as provided in Paragraphs 5.1, 5.2 or 5.3 and then fails to perform, without further notice the Owner shall be entitled to enforce any remedy available to the Owner.

7. If the Surety elects to act under Paragraph 5.1, 5.2, or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication for:

7.1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract;

7.2 additional legal, design professional, and delay costs resulting from the Contractor’s Default, and resulting from the actions or failure to act of the Surety under Paragraph 5; and

7.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor.

8. If the Surety elects to act under Paragraph 5.1, 5.3, or 5.4, the Surety’s liability is limited to the amount of this Bond.

9. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors, and assigns.

10. The Surety hereby certifies the bond will be effective as of the date the Contractor signs the Construction Contract. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations.

11. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum periods of limitations available to sureties as a defense in the jurisdiction of the suit shall be applicable.

12. Notice to the Surety, the Owner, or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.

13. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. If any provision of this Bond is held to be illegal, invalid or unenforceable, such provision shall be fully severable and this Bond shall be construed and enforced as if such illegal, invalid or unenforceable

Page 28: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

 

This Performance Bond is a MODIFIED version of EJCDC® C‐610, Performance Bond Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and 

American Society of Civil Engineers, or is based in part on excerpts from copyrighted EJCDC documents. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. 

Performance Bond (Exhibit 1) - 4 of 4

provision had never been part of this Bond, and the remaining provisions of this Bond shall remain in full force and effect and shall not be affected by the illegal, invalid or unenforceable provision, or by its severance from this Bond.

14. The failure or refusal of the Owner to take any action, proceeding, or step to enforce any remedy or exercise any right under the Construction Contract or the taking of any action, proceeding or step by the Owner, acting in good faith upon the belief that same is permitted, shall not in any way release the Contractor or the Surety, or any of them, or their respective executors, administrators, successors or assigns from liability under this Bond. The Surety hereby waives notice of any amendment, indulgence, or forbearance made, granted or permitted by Owner.

15. Definitions

15.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made including allowance for the Contractor for any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract.

15.2 Construction Contract: The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents.

15.3 Contractor Default: Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with the terms of the Construction Contract.

15.4 Owner Default: Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the terms of the Construction Contract.

15.5 Contract Documents: All the documents that comprise the agreement between the Owner and Contractor.

16. If this Bond is issued for an agreement between a contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.

END OF PERFORMANCE BOND

Page 29: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

ATTACH BONDING COMPANY'S POWER OF ATTORNEY

TO THIS SHEET

Page 30: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 31: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Payment Bond (Exhibit 2) - 1 of 5

PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned

of , hereinafter

called the Principal, and:

a corporation created and existing under the laws of the State of having its principal office in the City of , and authorized to transact business in the Commonwealth of Virginia, hereinafter called the Surety, are held and firmly bound unto the PRINCE WILLIAM COUNTY SERVICE AUTHORITY, as Owner, for the use and benefit of Claimants as hereinafter defined, in the full and just several sum of:

and /100 Dollars

($ ), lawful money of the United States of America, for the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, their successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, said Principal entered into a certain agreement with said Owner,

dated ________________, 20______ hereinafter called the Contract, for construction of:

Contract No.: IFB SA 0915 HL Mooney WRF Roof Replacement Project

Project Code: 24SMPN0005

which Contract and the Contract Documents for said work shall be deemed a part hereof as fully as if set forth herein.

NOW, THEREFORE, the condition of this Bond shall be such that: If the Principal shall promptly make payments to all Claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions:

(1) A Claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract.

Page 32: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Payment Bond (Exhibit 2) - 2 of 5

(2) The above-named Principal and Surety hereby jointly and severally agree that every Claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days after the date on which the last of such Claimant's work or labor was done or performed, or material where furnished by such Claimant, may sue on this Bond for the use of such Claimant, prosecute the suit to final judgment for such sums as may be justly due Claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit.

(3) No suit or action shall be commenced hereunder by any Claimant,

(a) Unless Claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following named within 90 days after such Claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim and the name of the party to whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed the Principal, Owner, or Surety, at any place where an office is regularly maintained for the transaction of business, or served in the state in which the project is located, save that such service need not be made by a public officer.

(b) After the expiration of 1 year following the date on which Principal ceased work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended to be equal to the minimum of limitation permitted by such law.

(c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere.

Principal and Surety, for themselves and their successors and assigns do hereby expressly waive any objection that might be interposed as to the right of the Owner to require a bond containing the foregoing conditions, and they do hereby further expressly waive any defense which they or either of them might interpose to an action brought hereon by any person, firm, or corporation, including subcontractors, material men and third persons, for work, labor services, supplies or materials, performed rendered or furnished as aforesaid, upon the ground that there is no law authorizing the said Owner to require the foregoing conditions to be placed in this bond.

Principal and Surety agree that any alterations, changes or additions to the Contract Documents, and/or any alterations, changes or additions to the Work to be performed under the Contract in accordance with the Contract Documents, and/or any alterations, changes or additions to the Contract, and/or any giving by the Owner of any extensions of time for the performance of the Contract in accordance with the Contract Documents and/or any act of forbearance of either the Principal or the Owner toward the other with

Page 33: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Payment Bond (Exhibit 2) - 3 of 5

respect to the Contract Documents and the Contract, shall not release in any manner whatsoever, the Principal and the Surety, or either of them, or their heirs, executors, administrators, successors and assigns, from liability under this Bond; and the Surety, for value received, does hereby waive notice of any alterations, changes, additions, extensions of time, act of forbearance and/or reduction of retained percentage.

Principal and Surety agree that no final settlement between the Owner and the Principal shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.

(Seals and Signatures on Following Page)

Page 34: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Payment Bond (Exhibit 2) - 4 of 5

Signatures and Seals (Corporate Principal)

IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals in three counterparts, each of which shall be deemed an original, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its proper officers pursuant to authority of its governing body,

this day of 20 . (SEAL)

ATTEST: BY:

SECRETARY TITLE

PRINCIPAL'S ADDRESS:

__________________________________

__________________________________

__________________________________ (SEAL) _____________________________________ SURETY BY __________________________________ ATTORNEY-IN-FACT

SURETY'S LOCAL ADDRESS:

__________________________________

__________________________________

__________________________________

Page 35: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Payment Bond (Exhibit 2) - 5 of 5

Signatures and Seals (Individual or Partnership Principal)

IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals in three counterparts, each of which shall be deemed an original, this:

this day of 20_____ In the Presence of: ________________________________ ________________________________ (SEAL) (WITNESS) (Individual or Partnership Principal) ________________________________ ________________________________ (SEAL) (WITNESS) (Partnership Principal) ________________________________ ________________________________ (SEAL) (WITNESS) (Partnership Principal)

PRINCIPAL'S ADDRESS:

__________________________________

__________________________________

__________________________________ (SEAL) _____________________________________ SURETY BY __________________________________ ATTORNEY-IN-FACT

SURETY'S LOCAL ADDRESS:

__________________________________

__________________________________

__________________________________

END OF PERFORMANCE BOND

Page 36: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 37: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

ATTACH BONDING COMPANY'S POWER OF ATTORNEY

TO THIS SHEET

Page 38: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 39: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

ATTACH CERTIFICATE(S) OF INSURANCE (EXHIBIT 3) TO THIS SHEET

Page 40: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 41: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Bid (Exhibit 4A) - 1of 3

SOLICITATION NO.: IFB SA 0915

HL Mooney WRF Roof Replacement Project

Project Code: 24SMPN0005

BID

SUBMITTED TO: Prince William County Service Authority (Owner) 4 County Complex Court P.O. Box 2266 Prince William, VA 22195-2266

BY: , Bidder

1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents, to complete all work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the Contract Documents.

2. BIDDER accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. This Bid will remain open for 90 days after the day of Bid opening. BIDDER will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within 10 days after receipt of Conformed Contract Documents from Owner.

3. In submitting this Bid, BIDDER represents that:

(a) BIDDER has examined copies of all Contract Documents and of the following addenda:

Number(s):

Date(s):

(Receipt of all of which is hereby acknowledged) and also copies of the Notice to Bidders and the Information for Bidders;

(b) BIDDER has examined carefully the site and locality where the Work is to be undertaken, and he has taken into consideration all site conditions affecting the cost of performing the work. He has considered the legal requirements (Federal, State and local laws, ordinances, rules and regulations) and all other conditions affecting the cost, progress or performance of the Work, whether

Page 42: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Bid (Exhibit 4A) - 2of 3

represented in the Contract Documents or not, and he has made such other independent investigations as BIDDER deems necessary for the preparation of this Bid;

(c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation, BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or a corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner:

4. BIDDER will complete the work required for each task order as part of the Project for the amounts shown on the Schedule of Unit Prices attached hereto and totaling:

and /100 Dollars ($ ), subject to such adjustments as may be authorized by the Contract Documents.

5. BIDDER agrees that the work will begin within 14 calendar days after the date of t h e N o t i ce t o P r oc e e d a n d t h a t i t w i l l be substantially complete within 150 calendar days after the Start Work Date. Furthermore, all the work will be completed and ready for final payment according to the General Conditions within 30 calendar days from the date of Substantial Completion.

BIDDER acknowledges that time is of the essence, and accepts the provisions of the Agreement as to liquidated damages in case of failure to achieve Substantial Completion of the work on time.

6. Required Bid Security in the form of a in an amount equal to five percent (5%) of this Bid is attached hereto.

7. Bidder does ( ), does not ( ) desire to exercise his prerogative under the provisions of Section 11-56.1 of the Code of Virginia relating to Escrow Retainage.

Page 43: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Bid (Exhibit 4A) - 3of 3

SUBMITTED this day of , 20

RESPECTFULLY SUBMITTED

(SEAL) Corporate

BY: Bidder

TITLE:

(SEAL) Individual

D.B.A. Bidder

(SEAL) Partnership (SEAL) Bidder (SEAL)

D.B.A.

Note: One party to a joint venture will sign in appropriate space above. All other parties sign in the manner indicated above on a separate page attached hereto.

The Bidder shall provide Contact information on the following page [to answer any questions regarding the bid].

Contact Information

Name: Title:

Telephone:

FAX:

E-mail:

END OF BID

Page 44: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 45: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Bidder __________________________________________

Schedule of Unit Prices (Exhibit 4B) - 1 of 2

SCHEDULE OF UNIT PRICES

TO ACCOMPANY THE BID OF

(Bidder/Contractor)

HL Mooney WRF Roof Replacement Project

Contract No.: IFB SA 0915

Project Code: 24SMPN0005

Item No. Description, Estimated Quantity and Unit Price Item Total

01 Mobilization (maximum of 3 percent of the total of all other line items)

Lump Sum at:

___________________________________and________/100 Dollars

$______________

02 Demolition and replacement of roofing at the Maintenance Building, including all modifications and replacements included in the Contract Documents

Lump Sum at:

___________________________________and_______/100 Dollars

$______________

03 Demolition and replacement of roofing at the Blower Building including all modifications and replacements included in the Contract Documents

Lump Sum at:

___________________________________and_______/100 Dollars

$______________

04 Demolition and replacement of parapet coping at the Control and Process Building including all modifications and replacements included in the Contract Documents Lump Sum at: ___________________________________and_______/100 Dollars

$______________

Page 46: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Bidder __________________________________________

Schedule of Unit Prices (Exhibit 4B) - 2 of 2

Item No. Description, Estimated Quantity and Unit Price Item Total

05 Drain repair at the Administration Building including all work included in the Contract Documents Lump Sum at: ___________________________________and_______/100 Dollars

$______________

06 Additional unforeseen items as directed by the Service Authority complete

Lump Sum at:

Ten Thousand ______________________ and 00/100 Dollars

$ 10,000.00

TOTAL OF ALL ITEMS: $

END OF SCHEDULE OF UNIT PRICES

Page 47: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Bid Bond (Exhibit 4C) - 1 of 2

BID BOND

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned:

hereinafter called the Principal, and

, a corporation created and existing under the laws of the State of ,

and having it principal office in the City of: , and authorized to transact business in Commonwealth of Virginia, hereinafter called the Surety, are held and firmly bound unto the PRINCE WILLIAM COUNTY SERVICE AUTHORITY BOARD OF DIRECTORS as Owner in the penal sum of

Dollars

($ ), lawful money of the United States of America, for the payment of which well and truly to be made, the said Principal and Surety bind themselves and their successors and assigns, jointly and severally, firmly by these presents. The Condition of the above obligation is such that whereas the Principal has submitted to the Owner a certain Proposal, attached hereto and hereby made a part hereof, to enter into a contract for:

Solicitation No.: IFB SA 0915

HL Mooney WRF Roof Replacement Project

Project Code: 24SMPN0005

NOW THEREFORE,

a. If said Proposal shall be rejected, or

b. If said Proposal shall be accepted and the Principal shall execute and deliver a contract in the Form of contract attached hereto (properly completed in accordance with said Proposal) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Proposal,

then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated.

The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Proposal; and said Surety does hereby waive notice on any such extension.

Page 48: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Bid Bond (Exhibit 4C) - 2 of 2

IN WITNESS WHEREOF, we have hereunto set our signatures and seals this day of , 20 , all pursuant to due authorization.

(SEAL)

Principal

BY:

TITLE:

(SEAL) Surety:

Address:

BY: Attorney-in-fact

(Attach Power of Attorney hereto)

END OF BID BOND

Page 49: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

ATTACH BONDING COMPANY'S POWER OF ATTORNEY TO THIS SHEET

Page 50: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 51: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

List of Subcontractors and Suppliers (Exhibit 5) - 1 of 2

LIST OF SUBCONTRACTORS AND SUPPLIERS

SOLICITATION NO.: IFB SA 0915

HL Mooney WRF Roof Replacement Project

PROJECT CODE: 24SMPN0005

<<NOT APPLICABLE FOR THIS PROJECT>> Subcontractors Service Percent Contractor's Name & Address (Task) Participation License _______________________________ ______________ __________ _________

_______________________________

_______________________________

_______________________________ ______________ __________ _________

_______________________________

_______________________________

_______________________________ ______________ __________ _________

_______________________________

_______________________________

_______________________________ ______________ __________ _________

_______________________________

_______________________________

_______________________________ ______________ __________ _________

_______________________________

_______________________________

_______________________________ ______________ __________ _________

_______________________________

_______________________________

Page 52: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

List of Subcontractors and Suppliers (Exhibit 5) - 2 of 2

<<NOT APPLICABLE FOR THIS PROJECT>> Suppliers Name & Address Materials ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________

END OF LIST OF SUBCONTRACTORS AND SUPPLIERS

Page 53: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

BID ADDENDA

ATTACH ACKNOWLEDGED ADDENDA TO THIS SHEET

Page 54: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 55: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

GENERAL CONDITIONS OF THE CONTRACT

Page 56: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 57: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.

This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the Controlling Law.

Form015

STANDARD GENERAL CONDITIONS OF THE

CONSTRUCTION CONTRACT

Prepared by

ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE

and

Issued and Published Jointly By

PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the

NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS

AMERICAN COUNCIL OF ENGINEERING COMPANIES

AMERICAN SOCIETY OF CIVIL ENGINEERS

This document has been approved and endorsed by

The Associated General Contractors of America

Construction Specifications Institute

Page 58: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.

Copyright ©2002

National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314

American Council of Engineering Companies

1015 15th Street, N.W., Washington, DC 20005

American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191-4400

These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor Nos. C-520 or C-525 (2002 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the EJCDC Construction Documents, General and Instructions (No. C-001) (2002 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. C-800) (2002 Edition).

Page 59: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.

TABLE OF CONTENTS

Page

ARTICLE 1 - DEFINITIONS AND TERMINOLOGY ............................................................................................................ 1 1.01 Defined Terms .......................................................................................................................................................... 1 1.02 Terminology ......................................................................................................................................................... 3

ARTICLE 2 - PRELIMINARY MATTERS ........................................................................................................................... 4 2.01 Delivery of Bonds and Evidence of Insurance .................................................................................................... 4 2.02 Copies of Documents ........................................................................................................................................... 4 2.03 Commencement of Contract Times; Notice to Proceed ...................................................................................... 4 2.04 Starting the Work ................................................................................................................................................. 4 2.05 Before Starting Construction .............................................................................................................................. 4 2.06 Preconstruction Conference ................................................................................................................................ 4 2.07 Initial Acceptance of Schedules ........................................................................................................................... 5

ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE .................................................................... 5 3.01 Intent .................................................................................................................................................................... 5 3.02 Reference Standards ............................................................................................................................................ 5 3.03 Reporting and Resolving Discrepancies ............................................................................................................. 5 3.04 Amending and Supplementing Contract Documents ............................................................................................ 6 3.05 Reuse of Documents ............................................................................................................................................ 6 3.06 Electronic Data ................................................................................................................................................... 6

ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINT ............................................................................................... 6

4.01 Availability of Lands ........................................................................................................................................... 6 4.02 Subsurface and Physical Conditions .................................................................................................................... 7 4.03 Differing Subsurface or Physical Conditions ..................................................................................................... 7 4.04 Underground Facilities ........................................................................................................................................ 8 4.05 Reference Points .................................................................................................................................................. 8 4.06 Hazardous Environmental Condition at Site ...................................................................................................... 9

ARTICLE 5 - BONDS AND INSURANCE .......................................................................................................................... 10 5.01 Performance, Payment, and Other Bonds ............................................................................................................ 10 5.02 Licensed Sureties and Insurers ........................................................................................................................... 10 5.03 Certificates of Insurance ..................................................................................................................................... 10 5.04 Contractor’s Liability Insurance ......................................................................................................................... 10 5.05 Owner’s Liability Insurance ................................................................................................................................ 11 5.06 Property Insurance .............................................................................................................................................. 11 5.07 Waiver of Rights ................................................................................................................................................... 12 5.08 Receipt and Application of Insurance Proceeds ................................................................................................. 12 5.09 Acceptance of Bonds and Insurance; Option to Replace .................................................................................... 13 5.10 Partial Utilization, Acknowledgment of Property Insurer .................................................................................. 13

ARTICLE 6 - CONTRACTOR’S RESPONSIBILITIES ....................................................................................................... 13 6.01 Supervision and Superintendence ....................................................................................................................... 13 6.02 Labor; Working Hours ......................................................................................................................................... 13 6.03 Services, Materials, and Equipment .................................................................................................................... 13 6.04 Progress Schedule ................................................................................................................................................ 14 6.05 Substitutes and “Or-Equals” .............................................................................................................................. 14 6.06 Concerning Subcontractors, Suppliers, and Others ............................................................................................ 15 6.07 Patent Fees and Royalties .................................................................................................................................... 16 6.08 Permits ................................................................................................................................................................. 16 6.09 Laws and Regulations ......................................................................................................................................... 17 6.10 Taxes .................................................................................................................................................................... 17 6.11 Use of Site and Other Areas ................................................................................................................................. 17 6.12 Record Documents .............................................................................................................................................. 17 6.13 Safety and Protection .......................................................................................................................................... 18 6.14 Safety Representative .......................................................................................................................................... 18 6.15 Hazard Communication Programs ..................................................................................................................... 18

Page 60: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.

Page

6.16 Emergencies ......................................................................................................................................................... 18 6.17 Shop Drawings and Samples ............................................................................................................................... 18 6.18 Continuing the Work ........................................................................................................................................... 19 6.19 Contractor’s General Warranty and Guarantee .................................................................................................. 20 6.20 Indemnification .................................................................................................................................................... 20 6.21 Delegation of Professional Design Services ....................................................................................................... 20

ARTICLE 7 - OTHER WORK AT THE SITE ...................................................................................................................... 21 7.01 Related Work at Site ............................................................................................................................................. 21 7.02 Coordination ....................................................................................................................................................... 21 7.03 Legal Relationships .............................................................................................................................................. 21

ARTICLE 8 - OWNER’S RESPONSIBILITIES ................................................................................................................... 22 8.01 Communications to Contractor ............................................................................................................................ 22 8.02 Replacement of Engineer ..................................................................................................................................... 22 8.03 Furnish Data ........................................................................................................................................................ 22 8.04 Pay When Due ..................................................................................................................................................... 22 8.05 Lands and Easements; Reports and Tests ........................................................................................................... 22 8.06 Insurance ............................................................................................................................................................. 22 8.07 Change Orders ..................................................................................................................................................... 22 8.08 Inspections, Tests, and Approvals ....................................................................................................................... 22 8.09 Limitations on Owner’s Responsibilities ............................................................................................................ 22 8.10 Undisclosed Hazardous Environmental Condition .............................................................................................. 22 8.11 Evidence of Financial Arrangements ................................................................................................................... 22

ARTICLE 9 - ENGINEER’S STATUS DURING CONSTRUCTION .................................................................................. 22 9.01 Owner’s Representative ...................................................................................................................................... 22 9.02 Visits to Site ......................................................................................................................................................... 22 9.03 Project Representative ........................................................................................................................................ 23 9.04 Authorized Variations in Work ............................................................................................................................ 23 9.05 Rejecting Defective Work ..................................................................................................................................... 23 9.06 Shop Drawings, Change Orders and Payments ................................................................................................... 23 9.07 Determinations for Unit Price Work .................................................................................................................... 23 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work ................................................ 23 9.09 Limitations on Engineer’s Authority and Responsibilities .................................................................................. 24

ARTICLE 10 - CHANGES IN THE WORK; CLAIMS ........................................................................................................ 24 10.01 Authorized Changes in the Work ......................................................................................................................... 24 10.02 Unauthorized Changes in the Work .................................................................................................................... 24 10.03 Execution of Change Orders ................................................................................................................................ 24 10.04 Notification to Surety .......................................................................................................................................... 25 10.05 Claims .................................................................................................................................................................. 25

ARTICLE 11 - COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK ............................................................... 25 11.01 Cost of the Work .................................................................................................................................................. 25 11.02 Allowances ........................................................................................................................................................... 27 11.03 Unit Price Work ................................................................................................................................................... 27

ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES .................................................. 28 12.01 Change of Contract Price .................................................................................................................................... 28 12.02 Change of Contract Times ................................................................................................................................... 28 12.03 Delays .................................................................................................................................................................. 28

ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK.............................................................................................................................................................. 29

13.01 Notice of Defects ................................................................................................................................................. 29 13.02 Access to Work .................................................................................................................................................... 29 13.03 Tests and Inspections ........................................................................................................................................... 29 13.04 Uncovering Work ................................................................................................................................................ 30 13.05 Owner May Stop the Work .................................................................................................................................. 30 13.06 Correction or Removal of Defective Work .......................................................................................................... 30 13.07 Correction Period ................................................................................................................................................ 30

Page 61: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.

Page

13.08 Acceptance of Defective Work ............................................................................................................................. 31 13.09 Owner May Correct Defective Work .................................................................................................................... 31

ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ........................................................................... 31 14.01 Schedule of Values ............................................................................................................................................... 31 14.02 Progress Payments .............................................................................................................................................. 32 14.03 Contractor’s Warranty of Title ........................................................................................................................... 33 14.04 Substantial Completion ....................................................................................................................................... 33 14.05 Partial Utilization ................................................................................................................................................ 34 14.06 Final Inspection .................................................................................................................................................... 34 14.07 Final Payment ...................................................................................................................................................... 34 14.08 Final Completion Delayed .................................................................................................................................. 35 14.09 Waiver of Claims .................................................................................................................................................. 35

ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION ...................................................................................... 35 15.01 Owner May Suspend Work ................................................................................................................................... 35 15.02 Owner May Terminate for Cause ......................................................................................................................... 35 15.03 Owner May Terminate for Convenience .............................................................................................................. 36 15.04 Contractor May Stop Work or Terminate ........................................................................................................... 36

ARTICLE 16 - DISPUTE RESOLUTION ............................................................................................................................. 37 16.01 Methods and Procedures ..................................................................................................................................... 37

ARTICLE 17 – MISCELLANEOUS ..................................................................................................................................... 37 17.01 Giving Notice ....................................................................................................................................................... 37 17.02 Computation of Times ......................................................................................................................................... 37 17.03 Cumulative Remedies ........................................................................................................................................... 37 17.04 Survival of Obligations ........................................................................................................................................ 37 17.05 Controlling Law .................................................................................................................................................. 37 17.06 Headings .............................................................................................................................................................. 37

Page 62: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved.

THIS PAGE INTENTIONALLY BLANK

Page 63: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 1 of 37

GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY

________________________________________________

1.01 Defined Terms

A. Wherever used in the Bidding Requirements or

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 thereof. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms.

1. Addenda--Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents.

2. Agreement--The written instrument which is evidence of the agreement between Owner and Contractor covering the Work.

3. Application for Payment--The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents.

4. Asbestos--Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration.

5. Bid--The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed.

6. Bidder--The individual or entity who submits a Bid directly to Owner.

7. Bidding Documents--The Bidding Requirements and the proposed Contract Documents (including all Addenda).

8. Bidding Requirements--The Advertisement or Invitation to Bid, Instructions to Bidders, bid security of acceptable form, if any, and the Bid Form with any supplements.

9. Change Order--A document recommended by Engineer which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work

or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement.

10. Claim--A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim.

11. Contract--The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral.

12. Contract Documents-- Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor’s submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents.

13. Contract Price--The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work).

14. Contract Times--The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any, (ii) achieve Substantial Completion; and (iii) com-plete the Work so that it is ready for final payment as evidenced by Engineer’s written recommendation of final payment.

15. Contractor--The individual or entity with whom Owner has entered into the Agreement.

16. Cost of the Work--See Paragraph 11.01.A for definition.

17. Drawings--That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined.

18. Effective Date of the Agreement--The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver.

19. Engineer--The individual or entity named as such in the Agreement.

Page 64: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 2 of 37

20. Field Order--A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. General Requirements--Sections of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifications.

22. Hazardous Environmental Condition--The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work.

23. Hazardous Waste--The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time.

24. Laws and Regulations; Laws or Regulations--Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction.

25. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property.

26. Milestone--A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work.

27. Notice of Award--The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement.

28. Notice to Proceed--A written notice given by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents.

29. Owner--The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCBs--Polychlorinated biphenyls.

31. Petroleum--Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils.

32. Progress Schedule--A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Times.

33. Project--The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part.

34. Project Manual--The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents.

35. Radioactive Material--Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time.

36. Related Entity -- An officer, director, partner, employee, agent, consultant, or subcontractor.

37. Resident Project Representative--The authorized representative of Engineer who may be assigned to the Site or any part thereof.

38. Samples--Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged.

39. Schedule of Submittals--A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities.

40. Schedule of Values--A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor’s Applications for Payment.

41. Shop Drawings--All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work.

42. Site--Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor.

Page 65: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 3 of 37

43. 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.

44. Subcontractor--An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site.

45. Substantial Completion--The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms “substantially complete” and “substantially completed” as applied to all or part of the Work refer to Substantial Completion thereof.

46. Successful Bidder--The Bidder submitting a responsive Bid to whom Owner makes an award.

47. Supplementary Conditions--That part of the Contract Documents which amends or supplements these General Conditions.

48. Supplier--A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or any Subcontractor.

49. Underground Facilities--All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems.

50. Unit Price Work--Work to be paid for on the basis of unit prices.

51. Work--The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents.

52. Work Change Directive--A written statement to Contractor issued on or after the Effective Date of the

Agreement and signed by Owner and recommended by Engineer ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 1.02 Terminology

A. The following words or terms are not defined but, when used in the Bidding Requirements or Contract Documents, have the following meaning.

B. Intent of Certain Terms or Adjectives

1. The Contract Documents include the terms “as allowed,” “as approved,” “as ordered”, “as directed” or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action or determination will be solely to evaluate, in general, the Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents.

C. Day

1. The word “day” means a calendar day of 24 hours measured from midnight to the next midnight.

D. Defective

1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it:

a. does not conform to the Contract Documents, or

Page 66: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 4 of 37

b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents, or

c. has been damaged prior to Engineer’s recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 14.04 or 14.05).

E. Furnish, Install, Perform, Provide

1. The word “furnish,” when used in connection

with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition.

2. The word “install,” when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use.

3. The words “perform” or “provide,” when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use.

4. When “furnish,” “install,” “perform,” or “provide” is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, “provide” is implied.

F. Unless stated otherwise in the Contract Documents, words or phrases which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 - PRELIMINARY MATTERS

________________________________________________

2.01 Delivery of Bonds and Evidence of Insurance

A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish.

B. Evidence of Insurance: Before any Work at the Site is started, Contractor and Owner shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor

and Owner respectively are required to purchase and maintain in accordance with Article 5. 2.02 Copies of Documents

A. Owner shall furnish to Contractor up to ten printed or hard copies of the Drawings and Project Manual. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times; Notice to Proceed

A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work

A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction

A. Preliminary Schedules: Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), Contractor shall submit to Engineer for timely review:

1. a preliminary Progress Schedule; indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents;

2. a preliminary Schedule of Submittals; and

3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.06 Preconstruction Conference

A. Before any Work at the Site is started, a conference attended by Owner, Contractor, Engineer, and

Page 67: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 5 of 37

others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.05.A, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. 2.07 Initial Acceptance of Schedules

A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Paragraph 2.05.A. Contractor shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer.

1. The Progress Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve Contractor from Contractor’s full responsibility therefor.

2. Contractor’s Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals.

3. Contractor’s Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE

________________________________________________

3.01 Intent

A. The Contract Documents are complementary; what is required by one is as binding as if required by all.

B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to Owner.

C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. 3.02 Reference Standards

A. Standards, Specifications, Codes, Laws, and Regulations

1. Reference to standards, 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 at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents.

2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, or Engineer, or any of, their Related Entities, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies

A. Reporting Discrepancies

1. Contractor’s Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby.

2. Contractor’s Review of Contract Documents During Performance of Work: If, during the performance of the Work, 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 Supplier, Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has

Page 68: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 6 of 37

been issued by one of the methods indicated in Paragraph 3.04.

3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor knew or reasonably should have known thereof.

B. Resolving Discrepancies

1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and:

a. the provisions of any standard, specification, manual, code, or instruction (whether or not specifically incorporated by reference in the Contract Documents); or

b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation).

3.04 Amending and Supplementing Contract Documents

A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by either a Change Order or a Work Change Directive.

B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways:

1. A Field Order;

2. Engineer’s approval of a Shop Drawing or Sample; (Subject to the provisions of Paragraph 6.17.D.3); or

3. Engineer’s written interpretation or clarification. 3.05 Reuse of Documents

A. Contractor and any Subcontractor or Supplier or other individual or entity performing or furnishing all of the Work under a direct or indirect contract with Contractor, 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 Engineer or Engineer’s consultants, including electronic media editions; or

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 Owner and Engineer and specific written verification or adaption by Engineer.

B. The prohibition of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data

A. Copies of data furnished by Owner or Engineer to Contractor or Contractor to Owner or Engineer that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user’s sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern.

B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data’s creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 60-day acceptance period will be corrected by the transferring party.

C. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data’s creator. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS

________________________________________________

4.01 Availability of Lands

A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site

Page 69: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 7 of 37

with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in Owner’s furnishing the Site or a part thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05.

B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner’s interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations.

C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions

A. Reports and Drawings: The Supplementary Conditions identify:

1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Contract Documents; and

2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that Engineer has used in preparing the Contract Documents.

B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the general accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Except for such reliance on such “technical data,” Contractor may not rely upon or make any claim against Owner or Engineer, or any of their Related Entities with respect to:

1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or

2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or

3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions

A. Notice: If Contractor believes that any subsurface or physical condition at or contiguous to the Site that is uncovered or revealed either:

1. is of such a nature as to establish that any “technical data” on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or

2. is of such a nature as to require a change in the Contract Documents; or

3. differs materially from that shown or indicated in

the Contract Documents; or

4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so.

B. Engineer’s Review: After receipt of written notice as required by Paragraph 4.03.A, Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto, and advise Owner in writing (with a copy to Contractor) of Engineer’s findings and conclusions.

C. Possible Price and Times Adjustments

1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor’s cost of, or time required for, performance of the Work; subject, however, to the following:

a. such condition must meet any one or more of the categories described in Paragraph 4.03.A; and

b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and 11.03.

Page 70: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 8 of 37

2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if:

a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or

b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment; or

c. Contractor failed to give the written notice as required by Paragraph 4.03.A.

3. If Owner and Contractor are unable to agree

on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Paragraph 10.05. However, Owner and Engineer, and any of their Related Entities shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 4.04 Underground Facilities

A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions:

1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and

2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for:

a. reviewing and checking all such information and data,

b. locating all Underground Facilities shown or indicated in the Contract Documents,

c. coordination of the Work with the owners of such Underground Facilities, including Owner, during construction, and

d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work.

B. Not Shown or Indicated

1. If an Underground Facility is uncovered or

revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to Owner and Engineer. Engineer will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility.

2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, Owner or Contractor may make a Claim therefore as provided in Paragraph 10.05. 4.05 Reference Points

A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer’s judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property

Page 71: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 9 of 37

monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site

A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by the Engineer in the preparation of the Contract Documents.

B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the general accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Except for such reliance on such “technical data,” Contractor may not rely upon or make any claim against Owner or Engineer, or any of their Related Entities with respect to:

1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or

2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or

3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions or information.

C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.

D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.16.A); and (iii) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the

necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any.

E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered to Contractor written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05.

F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner’s own forces or others in accordance with Article 7.

G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual’s or entity’s own negligence.

H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and

Page 72: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 10 of 37

charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.H shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual’s or entity’s own negligence.

I. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 – BONDS AND INSURANCE ________________________________________________ 5.01 Performance, Payment, and Other Bonds

A. Contractor shall furnish performance and payment bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified in Paragraph 13.07, whichever is later, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other bonds as are required by the Contract Documents.

B. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent must be accompanied by a certified copy of the agent’s authority to act.

C. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01.B, Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01.B and 5.02. 5.02 Licensed Sureties and Insurers

A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the

jurisdiction in which the Project is located to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance

A. Contractor shall deliver to Owner, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Owner or any other additional insured) which Contractor is required to purchase and maintain.

B. Owner shall deliver to Contractor, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Contractor or any other additional insured) which Owner is required to purchase and maintain. 5.04 Contractor’s Liability Insurance

A. Contractor shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable:

1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts;

2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees;

3. claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor’s employees;

4. claims for damages insured by reasonably available personal injury liability coverage which are sustained:

a. by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or b. by any other person for any other reason;

5. claims for damages, other than to the Work

itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and

Page 73: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 11 of 37

6. claims for damages because of bodily injury or

death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle.

B. The policies of insurance required by this Paragraph 5.04 shall:

1. with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insured (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, partners, employees, agents, consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby;

2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater;

3. include completed operations insurance;

4. include contractual liability insurance covering Contractor’s indemnity obligations under Paragraphs 6.11 and 6.20;

5. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide);

6. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; and

7. with respect to completed operations insurance, and any insurance coverage written on a claims made basis, remain in effect for at least two years after final payment.

a. Contractor shall furnish Owner and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter.

5.05 Owner’s Liability Insurance

A. In addition to the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner’s option, may purchase and maintain at Owner’s expense Owner’s own liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. 5.06 Property Insurance

A. Unless otherwise provided in the Supplementary Conditions, Owner shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall:

1. include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured;

2. be written on a Builder’s Risk “all-risk” or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, (other than caused by flood) and such other perils or causes of loss as may be specifically required by the Supplementary Conditions;

3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects);

4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by Owner prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by Engineer;

5. allow for partial utilization of the Work by Owner;

6. include testing and startup; and

7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner,

Page 74: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 12 of 37

Contractor, and Engineer with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued.

B. Owner shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured.

C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.07.

D. Owner shall not be responsible for purchasing and maintaining any property insurance specified in this Paragraph 5.06 to protect the interests of Contractor, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser’s own expense.

E. If Contractor requests in writing that other special insurance be included in the property insurance policies provided under Paragraph 5.06, Owner shall, if possible, include such insurance, and the cost thereof will be charged to Contractor by appropriate Change Order. Prior to commencement of the Work at the Site, Owner shall in writing advise Contractor whether or not such other insurance has been procured by Owner. 5.07 Waiver of Rights

A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) in

such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insured or additional insured (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued.

B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them for:

1. loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner’s property or the Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and

2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, or after final payment pursuant to Paragraph 14.07.

C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.B shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them. 5.08 Receipt and Application of Insurance Proceeds

A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary for

Page 75: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 13 of 37

the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order.

B. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner’s exercise of this power. If such objection be made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties. 5.09 Acceptance of Bonds and Insurance; Option to Replace

A. If either Owner or Contractor has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objecting party shall so notify the other party in writing within 10 days after receipt of the certificates (or other evidence requested) required by Paragraph 2.01.B. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent bonds or insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.10 Partial Utilization, Acknowledgment of Property Insurer

A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in

writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6 - CONTRACTOR’S RESPONSIBILITIES

________________________________________________

6.01 Supervision and Superintendence

A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or Engineer in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents.

B. At all times during the progress of the Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communications given to or received from the superintendent shall be binding on Contractor. 6.02 Labor; Working Hours

A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site.

B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. Contractor will not permit the performance of Work on a Saturday, Sunday, or any legal holiday without Owner’s written consent (which will not be unreasonably withheld) given after prior written notice to Engineer. 6.03 Services, Materials, and Equipment

A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full

Page 76: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 14 of 37

responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work.

B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment.

C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.04 Progress Schedule

A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below.

1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjustments will comply with any provisions of the General Requirements applicable thereto.

2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Times may only be made by a Change Order. 6.05 Substitutes and “Or-Equals”

A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below.

1. “Or-Equal” Items: If in Engineer’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an “or-equal” item, in which case review and approval of the proposed item may, in Engineer’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if:

a. in the exercise of reasonable judgment Engineer determines that:

1) it is at least equal in materials of

construction, quality, durability, appearance, strength, and design characteristics;

2) it will reliably perform at least equally

well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole,

3) it has a proven record of performance

and availability of responsive service; and

b. Contractor certifies that, if approved and incorporated into the Work:

1) there will be no increase in cost to

the Owner or increase in Contract Times, and

2) it will conform substantially to the detailed requirements of the item named in the Contract Documents.

2. Substitute Items

a. If in Engineer’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 6.05.A.1, it will be considered a proposed substitute item.

b. Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor.

Page 77: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 15 of 37

c. The requirements for review by Engineer will be as set forth in Paragraph 6.05.A.2.d, as supplemented in the General Requirements and as Engineer may decide is appropriate under the circumstances. d. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application:

1) shall certify that the proposed substitute item will:

a) perform adequately the functions and achieve the results called for by the general design,

b) be similar in substance to that specified, and

c) be suited to the same use as that specified;

2) will state:

a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of Substantial Completion on time;

b) whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item; and

c) 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;

3) will identify:

a) all variations of the proposed substitute item from that specified, and

b) available engineering, sales, maintenance, repair, and replacement services;

4) and shall contain an itemized estimate of all

costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change,

B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a

substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph 6.05.A.2.

C. Engineer’s Evaluation: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No “or equal” or substitute will be ordered, installed or utilized until Engineer’s review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an “or equal.” Engineer will advise Contractor in writing of any negative determination.

D. Special Guarantee: Owner may require Contractor to furnish at Contractor’s expense a special performance guarantee or other surety with respect to any substitute.

E. Engineer’s Cost Reimbursement: Engineer will record Engineer’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B Whether or not Engineer approves a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the charges of Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute.

F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. 6.06 Concerning Subcontractors, Suppliers, and Others

A. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to Owner as indicated in Paragraph 6.06.B), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection.

B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the

Page 78: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 16 of 37

Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner’s acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of Owner or Engineer to reject defective Work.

C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents:

1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other individual or entity, nor

2. shall anything in the Contract Documents create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations.

D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor.

E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with Engineer through Contractor.

F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade.

G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in Paragraph 5.06, the agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, Contractor, and Engineer,, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, Contractor will obtain the same. 6.07 Patent Fees and Royalties

A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents.

B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits

A. Unless otherwise provided in the Supplementary Conditions, Contractor shall obtain and

Page 79: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 17 of 37

pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charges of utility owners for connections for providing permanent service to the Work. 6.09 Laws and Regulations

A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor’s compliance with any Laws or Regulations.

B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.03.

C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work shall be the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 6.10 Taxes

A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas

A. Limitation on Use of Site and Other Areas

1. Contractor shall confine construction equipment, the storage of materials and equipment, and

the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work.

2. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law.

3. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work.

B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations.

C. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents.

D. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents

A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good

Page 80: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 18 of 37

order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Engineer for Owner. 6.13 Safety and Protection

A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to:

1. all persons on the Site or who may be affected by the Work;

2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and

3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction.

B. Contractor shall comply with all 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. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property.

C. All damage, injury, or loss to any property referred to in Paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or , or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them).

D. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative

A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs

A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies

A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples

A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accordance with the acceptable Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require.

1. Shop Drawings

a. Submit number of copies specified in the General Requirements.

b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to

Page 81: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 19 of 37

review the information for the limited purposes required by Paragraph 6.17.D.

2. Samples: Contractor shall also submit Samples to

Engineer for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals.

a. Submit number of Samples specified in the Specifications.

b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.D.

B. Where a Shop Drawing or Sample is required

by the Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer’s review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor.

C. Submittal Procedures

1. Before submitting each Shop Drawing or Sample, 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 Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto; and

d. shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents.

2. Each submittal shall bear a stamp or specific

written certification that Contractor has satisfied Contractor’s obligations under the Contract Documents with respect to Contractor’s review and approval of that submittal.

3. With each submittal, Contractor shall give Engineer specific written notice of any variations, that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawing’s or Sample Submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted to Engineer for review and approval of each such variation.

D. Engineer’s Review

1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer’s review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents.

2. Engineer’s review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions.

3. Engineer’s review and approval shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.17.C.3 and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer’s review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1.

E. Resubmittal Procedures

1. Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 6.18 Continuing the Work

A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as

Page 82: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 20 of 37

permitted by Paragraph 15.04 or as Owner and Contractor may otherwise agree in writing. 6.19 Contractor’s General Warranty and Guarantee

A. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer and its Related Entities shall be entitled to rely on representation of Contractor’s warranty and guarantee.

B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by:

1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or

2. normal wear and tear under normal usage.

C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents:

1. observations by Engineer;

2. recommendation by Engineer or payment by Owner of any progress or final payment;

3. the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner;

4. use or occupancy of the Work or any part thereof by Owner;

5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by Engineer;

6. any inspection, test, or approval by others; or

7. any correction of defective Work by Owner. 6.20 Indemnification

A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the

performance of the Work, provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable.

B. In any and all claims against Owner or Engineer or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers’ compensation acts, disability benefit acts, or other employee benefit acts.

C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer’s officers, directors, partners, employees, agents, consultants and subcontractors arising out of: specified to Contractor all performance and design criteria that such services must satisfy.

1. the preparation or approval of, or the failure to prepare or approve, maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or

2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 6.21 Delegation of Professional Design Services

A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable law.

B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose

Page 83: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 21 of 37

signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to Engineer.

C. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy.

D. Pursuant to this Paragraph 6.21, Engineer’s review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. Engineer’s review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.17.D.1.

E. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. ARTICLE 7 - OTHER WORK AT THE SITE ________________________________________________ 7.01 Related Work at Site

A. Owner may perform other work related to the Project at the Site with Owner’s employees, or via other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then:

1. written notice thereof will be given to Contractor prior to starting any such other work; and

2. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in Paragraph 10.05.

B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner and Owner, if Owner is performing other work with Owner’s employees, proper and safe access to the Site, 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. Contractor shall do all cutting, fitting, and patching of the

Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors.

C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects and deficiencies in such other work. 7.02 Coordination

A. If Owner intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions:

1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified;

2. the specific matters to be covered by such authority and responsibility will be itemized; and

3. the extent of such authority and responsibilities will be provided.

B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 7.03 Legal Relationships

A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner.

B. Each other direct contract of Owner under Paragraph 7.01.A shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor’s actions or inactions.

C. Contractor shall be liable to Owner and any other contractor for the reasonable direct delay and disruption

Page 84: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 22 of 37

costs incurred by such other contractor as a result of Contractor’s action or inactions. ARTICLE 8 - OWNER’S RESPONSIBILITIES

________________________________________________

8.01 Communications to Contractor

A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. 8.02 Replacement of Engineer

A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.03 Furnish Data

A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay When Due

A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02.C and 14.07.C. 8.05 Lands and Easements; Reports and Tests

A. Owner’s duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to Owner’s identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by Engineer in preparing the Contract Documents. 8.06 Insurance

A. Owner’s responsibilities, if any, in respect to purchasing and maintaining liability and property insurance are set forth in Article 5. 8.07 Change Orders

A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03.

8.08 Inspections, Tests, and Approvals

A. Owner’s responsibility in respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.B. 8.09 Limitations on Owner’s Responsibilities

A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition

A. Owner’s responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrangements

A. If and to the extent Owner has agreed to furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner’s obligations under the Contract Documents, Owner’s responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9 - ENGINEER’S STATUS DURING CONSTRUCTION

________________________________________________

9.01 Owner’s Representative

A. Engineer will be Owner’s representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner’s representative during construction are set forth in the Contract Documents and will not be changed without written consent of Owner and Engineer. 9.02 Visits to Site

A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in general, if the Work is proceeding in accordance with the Contract Documents.

Page 85: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 23 of 37

Engineer will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. Engineer’s efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work.

B. Engineer’s visits and observations are subject to all the limitations on Engineer’s authority and responsibility set forth in Paragraph 9.09. Particularly, but without limitation, during or as a result of Engineer's visits or observations of Contractor's Work Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative

A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Paragraph 9.09. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer’s consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 Authorized Variations in Work

A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05.

9.05 Rejecting Defective Work

A. Engineer will have authority to reject Work which Engineer believes to be defective, or that Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Engineer will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.06 Shop Drawings, Change Orders and Payments

A. In connection with Engineer’s authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17.

B. In connection with Engineer’s authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph 6.21.

C. In connection with Engineer’s authority as to Change Orders, see Articles 10, 11, and 12.

D. In connection with Engineer’s authority as to Applications for Payment, see Article 14. 9.07 Determinations for Unit Price Work

A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer’s preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer’s written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of Paragraph 10.05. 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work

A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question

Page 86: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 24 of 37

B. Engineer will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believe that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer’s decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.05.B.

C. Engineer’s written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05.

D. When functioning as interpreter and judge under

this Paragraph 9.08, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.09 Limitations on Engineer’s Authority and Responsibilities

A. Neither Engineer’s authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them.

B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents.

C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work.

D. Engineer’s review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and

approvals that the results certified indicate compliance with the Contract Documents.

E. The limitations upon authority and responsibility set forth in this Paragraph 9.09 shall also apply to, the Resident Project Representative, if any, and assistants, if any. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS

________________________________________________

10.01 Authorized Changes in the Work

A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided).

B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in Paragraph 10.05. 10.02 Unauthorized Changes in the Work

A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.B. 10.03 Execution of Change Orders

A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering:

1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08.A or Owner’s correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties;

2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and

Page 87: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 25 of 37

3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A. 10.04 Notification to Surety

A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any bond to be given to a surety, the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 10.05 Claims

A. Engineer’s Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims.

B. Notice: Written notice stating the general nature of each Claim, shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01.B. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02.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 said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant’s last submittal (unless Engineer allows additional time).

C. Engineer’s Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal

of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing:

1. deny the Claim in whole or in part,

2. approve the Claim, or

3. notify the parties that the Engineer is unable to resolve the Claim if, in the Engineer’s sole discretion, it would be inappropriate for the Engineer to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial.

D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied.

E. Engineer’s written action under Paragraph 10.05.C or denial pursuant to Paragraphs 10.05.C.3 or 10.05.D will be final and binding upon Owner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial.

F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in accordance with this Paragraph 10.05. ARTICLE 11 - COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK

________________________________________________ 11.01 Cost of the Work

A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items, and shall not include any of the costs itemized in Paragraph 11.01.B.

1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time at the Site. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but

Page 88: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 26 of 37

not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers’ compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner.

2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers’ field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained.

3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall be determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 11.01.

4. Costs of special consultants (including but not limited to Engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work.

5. Supplemental costs including the following:

a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of duties connected with the Work.

b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor.

c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the

advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work.

d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, imposed by Laws and Regulations.

e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses.

f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with Paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor’s fee.

g. The cost of utilities, fuel, and sanitary facilities at the Site.

h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expresses, and similar petty cash items in connection with the Work.

i. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain.

B. Costs Excluded: The term Cost of the Work

shall not include any of the following items:

1. Payroll costs and other compensation of Contractor’s officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel

Page 89: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 27 of 37

employed by Contractor, whether at the Site or in Contractor’s principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor’s fee.

2. Expenses of Contractor’s principal and branch offices other than Contractor’s office at the Site.

3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments.

4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property.

5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs 11.01.A and 11.01.B.

C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor’s fee shall be determined as set forth in Paragraph 12.01.C.

D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allowances

A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer.

B. Cash Allowances

1. Contractor agrees that:

a. the cash allowances include the cost to Contractor (less any applicable trade discounts)

of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and

b. Contractor’s costs for unloading and handling on the Site, labor, installation , overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid.

C. Contingency Allowance

1. Contractor agrees that a contingency allowance,

if any, is for the sole use of Owner to cover unanticipated costs.

D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work

A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement.

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 Contractor will be made by Engineer subject to the provisions of Paragraph 9.07.

C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item.

D. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance with Paragraph 10.05 if:

1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and

Page 90: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 28 of 37

2. there is no corresponding adjustment with respect any other item of Work; and

3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES

________________________________________________

12.01 Change of Contract Price

A. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05.

B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows:

1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or

2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2); or

3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor’s fee for overhead and profit (determined as provided in Paragraph 12.01.C).

C. Contractor’s Fee: The Contractor’s fee for overhead and profit shall be determined as follows:

1. a mutually acceptable fixed fee; or

2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work:

a. for costs incurred under Paragraphs 11.01.A.1 and 11.01.A.2, the Contractor’s fee shall be 15 percent;

b. for costs incurred under Paragraph 11.01.A.3, the Contractor’s fee shall be five percent;

c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraph 12.01.C.2.a is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor;

d. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.4, 11.01.A.5, and 11.01.B;

e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor’s fee by an amount equal to five percent of such net decrease; and

f. when both additions and credits are involved in any one change, the adjustment in Contractor’s fee shall be computed on the basis of the net change in accordance with Paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive.

12.02 Change of Contract Times

A. The Contract Times may only be changed by a Change Order. Any Claim for an adjustment in the Contract Times shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05.

B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. 12.03 Delays

A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in Paragraph 12.02.A. Delays beyond the control of Contractor

Page 91: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 29 of 37

shall include, but not be limited to, acts or neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.

B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times , or both. Contractor’s entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor’s ability to complete the Work within the Contract Times.

C If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor’s ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor’s sole and exclusive remedy for the delays described in this Paragraph 12.03.C.

D. Owner, Engineer and the Related Entities of each of them shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project.

E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor.

ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK ________________________________________________

13.01 Notice of Defects

A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. All defective Work may be rejected, corrected, or accepted as provided in this Article 13.

13.02 Access to Work

A. Owner, Engineer, their consultants and other representatives and personnel of Owner, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s Site safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections

A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests.

B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except:

1. for inspections, tests, or approvals covered by Paragraphs 13.03.C and 13.03.D below;

2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.B shall be paid as provided in said Paragraph 13.04.C; and

3. as otherwise specifically provided in the Contract Documents.

C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval.

D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for Owner’s and Engineer’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to Owner and Engineer.

E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation.

Page 92: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 30 of 37

F. Uncovering Work as provided in

Paragraph 13.03.E shall be at Contractor’s expense unless Contractor has given Engineer timely notice of Contractor’s intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. 13.04 Uncovering Work

A. If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer’s observation and replaced at Contractor’s expense.

B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer’s request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment.

C. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05.

D. If, the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. 13.05 Owner May Stop the Work

A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them.

13.06 Correction or Removal of Defective Work

A. Promptly after receipt of notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others).

B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair Owner’s special warranty and guarantee, if any, on said Work. 13.07 Correction Period

A. If within one year after the date of Substantial Completion (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents) or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.11.A is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner’s written instructions:

1. repair such defective land or areas; or

2. correct such defective Work; or 3. if the defective Work has been rejected by

Owner, remove it from the Project and replace it with Work that is not defective, and

4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom.

B. If Contractor does not promptly comply with the terms of Owner’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of

Page 93: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 31 of 37

repair or replacement of work of others) will be paid by Contractor.

C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications.

D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. E. Contractor’s obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work

A. If, instead of requiring correction or removal and replacement of defective Work, Owner (and, prior to Engineer’s recommendation of final payment, Engineer) prefers to accept it, Owner may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to Owner’s evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness) and the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such acceptance occurs prior to Engineer’s recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.09 Owner May Correct Defective Work

A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after

seven days written notice to Contractor, correct or remedy any such deficiency.

B. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, take possession of Contractor’s tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner’s representatives, agents and employees, Owner’s other contractors, and Engineer and Engineer’s consultants access to the Site to enable Owner to exercise the rights and remedies under this Paragraph.

C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor’s defective Work.

D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner’s rights and remedies under this Paragraph 13.09. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION

________________________________________________ 14.01 Schedule of Values

A. The Schedule of Values established as provided in Paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed.

Page 94: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 32 of 37

14.02 Progress Payments

A. Applications for Payments

1. At least 20 days before the date established in the Agreement for each progress payment (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner’s interest therein, all of which must be satisfactory to Owner.

2. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor’s legitimate obligations associated with prior Applications for Payment.

3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement.

B. Review of Applications

1. Engineer will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner or return the Application to Contractor indicating in writing Engineer’s reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application.

2. Engineer’s recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer’s observations on the Site of the executed Work as an experienced and qualified design professional and on Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer’s knowledge, information and belief:

a. the Work has progressed to the point indicated;

b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract

Documents, to a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and to any other qualifications stated in the recommendation); and

c. the conditions precedent to Contractor’s being entitled to such payment appear to have been fulfilled in so far as it is Engineer’s responsibility to observe the Work.

3. By recommending any such payment Engineer

will not thereby be deemed to have represented that:

a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents; or

b. that there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor.

4. Neither Engineer’s review of Contractor’s

Work for the purposes of recommending payments nor Engineer’s recommendation of any payment, including final payment, will impose responsibility on Engineer:

a. to supervise, direct, or control the Work, or

b. for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or

c. for Contractor’s failure to comply with Laws and Regulations applicable to Contractor’s performance of the Work, or

d. to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, or

e. to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens.

5. Engineer may refuse to recommend the whole or

any part of any payment if, in Engineer’s opinion, it would be incorrect to make the representations to Owner stated in Paragraph 14.02.B.2. Engineer may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be

Page 95: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 33 of 37

necessary in Engineer’s opinion to protect Owner from loss because:

a. the Work is defective, or completed Work has been damaged, requiring correction or replacement;

b. the Contract Price has been reduced by Change Orders;

c. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or

d. Engineer has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A.

C. Payment Becomes Due

1. Ten days after presentation of the Application for

Payment to Owner with Engineer’s recommendation, the amount recommended will (subject to the provisions of Paragraph 14.02.D) become due, and when due will be paid by Owner to Contractor. D. Reduction in Payment

1. Owner may refuse to make payment of the full amount recommended by Engineer because:

a. claims have been made against Owner on account of Contractor’s performance or furnishing of the Work;

b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens;

c. there are other items entitling Owner to a set-off against the amount recommended; or

d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.c or Paragraph 15.02.A.

2. If Owner refuses to make payment of the full

amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, when Contractor corrects to Owner’s satisfaction the reasons for such action.

3. If it is subsequently determined that Owner’s refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02.C.1. 14.03 Contractor’s Warranty of Title

A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion

A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion.

B. Promptly after Contractor’s notification, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor.

C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will within 14 days after submission of the tentative certificate to Owner notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner’s objections, Engineer considers the Work substantially complete, Engineer will within said 14 days execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner.

D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat,

Page 96: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 34 of 37

utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer’s issuing the definitive certificate of Substantial Completion, Engineer’s aforesaid recommendation will be binding on Owner and Contractor until final payment.

E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to complete or correct items on the tentative list. 14.05 Partial Utilization

A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work, subject to the following conditions.

1. Owner at any time may request Contractor in writing to permit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor will certify to Owner and Engineer that such part of the Work is substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work.

2. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work.

3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto.

4. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 5.10 regarding property insurance.

14.06 Final Inspection

A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment

A. Application for Payment

1. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance certificates of inspection, marked-up record documents (as provided in Paragraph 6.12), and other documents, Contractor may make application for final payment following the procedure for progress payments.

2. The final Application for Payment shall be accompanied (except as previously delivered) by:

a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.B.7;

b. consent of the surety, if any, to final payment;

c. a list of all Claims against Owner that Contractor believes are unsettled; and

d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work.

3. In lieu of the releases or waivers of Liens

specified in Paragraph 14.07.A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner or Owner's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien.

Page 97: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 35 of 37

B. Engineer’s Review of Application and Acceptance

1. If, on the basis of Engineer’s observation of the

Work during construction and final inspection, and Engineer’s review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor’s other obligations under the Contract Documents have been fulfilled, Engineer will, within ten days after receipt of the final Application for Payment, indicate in writing Engineer’s recommendation of payment and present the Application for Payment to Owner for payment. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due

1. Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer’s recommendation, including but not limited to liquidated damages, will become due and , will be paid by Owner to Contractor. 14.08 Final Completion Delayed

A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor’s final Application for Payment (for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims.

14.09 Waiver of Claims

A. The making and acceptance of final payment will constitute:

1. a waiver of all Claims by Owner against Contractor, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor’s continuing obligations under the Contract Documents; and

2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 Owner May Suspend Work

A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02 Owner May Terminate for Cause

A. The occurrence of any one or more of the following events will justify termination for cause:

1. 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 Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04);

2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction;

3. Contractor’s disregard of the authority of Engineer; or

4. Contractor’s violation in any substantial way of any provisions of the Contract Documents.

Page 98: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 36 of 37

B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after giving Contractor (and surety) seven days written notice of its intent to terminate the services of Contractor:

1. exclude Contractor from the Site, and take possession of the Work and of all Contractor’s tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion),

2. incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere, and

3. complete the Work as Owner may deem expedient.

C. If Owner proceeds as provided in Paragraph 15.02.B, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this paragraph Owner shall not be required to obtain the lowest price for the Work performed.

D. Notwithstanding Paragraphs 15.02.B and 15.02.C, Contractor’s services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice.

E. Where Contractor’s services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability.

F. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.01.A, the termination procedures of that bond shall supersede the provisions of Paragraphs 15.02.B, and 15.02.C.

15.03 Owner May Terminate For Convenience

A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall 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, including fair and reasonable sums for overhead and profit on such Work;

2. 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, plus fair and reasonable sums for overhead and profit on such expenses;

3. all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and

4. reasonable expenses directly attributable to termination.

B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.04 Contractor May Stop Work or Terminate

A. If, through no act or fault of Contractor, (i) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (ii) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate the Contract and recover from Owner payment on the same terms as provided in Paragraph 15.03.

B. In lieu of terminating the Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended

Page 99: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

EJCDC C-700 Standard General Conditions of the Construction Contract

Copyright © 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 37 of 37

to preclude Contractor from making a Claim under Paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor’s stopping the Work as permitted by this Paragraph.

ARTICLE 16 - DISPUTE RESOLUTION

16.01 Methods and Procedures

A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.05.E.

B. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above.

C. If the Claim is not resolved by mediation, Engineer’s action under Paragraph 10.05.C or a denial pursuant to Paragraphs 10.05.C.3 or 10.05.D shall become final and binding 30 days after termination of the mediation unless, within that time period, Owner or Contractor:

1. elects in writing to invoke any dispute resolution process provided for in the Supplementary Conditions, or

2. agrees with the other party to submit the Claim to another dispute resolution process, or

3. gives written notice to the other party of their intent to submit the Claim to a court of competent jurisdiction. ARTICLE 17 - MISCELLANEOUS ________________________________________________

17.01 Giving Notice

A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if:

1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or

2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times

A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies

A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations

A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Controlling Law

A. This Contract is to be governed by the law of the state in which the Project is located. 17.06 Headings

A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions.

Page 100: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 101: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Supplementary Conditions of the Contract - 1 of 12

SUPPLEMENTARY CONDITIONS OF THE CONTRACT

These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. All provisions that are not so amended or supplemented remain in full force and effect.

SC-1.01

Terms used in these Supplementary Conditions, which are defined in Article 1 of the General Conditions of the Contract, have the meanings assigned to them in the said Article 1, except that paragraph 1.01.A.19 is deleted in its entirety and replaced as follows:

1.01.A.19 Engineer - The person, firm or corporation employed by the Owner to act as such and designated to be in charge of the work, acting directly or through duly authorized representatives. Owner specifically reserves the right (but is not required) to designate one of its employees as the Engineer.

Furthermore, the definitions contained in the said Article 1 are increased by the addition of the following:

Furnish (materials) - to supply and deliver to the project in operable condition and ready for installation.

Install (services or labor) - to place in final position, complete, anchored, connected and in operable condition.

Provide - to furnish and install complete. When neither furnish, install nor provide is stated, provide is implied.

All other defined terms remain unchanged from those given in Article 1.

SC-2.01

Amend the title of Article 2.01 of the General Conditions to read:

Delivery of Bonds, Evidence of Insurance and Certain Subcontracts

Amend Article 2.01 of the General Conditions by the addition of the following Paragraph 2.01.C:

2.01.C. Prior to the issuance of the Notice to Proceed, the Contractor shall furnish the Owner executed copies of subcontracts for all Subcontractors listed in the BID, as well as any Subcontractors required by the Owner.

Page 102: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Supplementary Conditions of the Contract - 2 of 12

SC-2.03

Amend of paragraph 2.03.A of the General Conditions by replacing with the following:

The Contract Times will commence upon issuing the Notice to Proceed, after the signing of the Agreement by all parties. A Notice to Proceed may be given within any time within 30 days after the Effective Date of the Agreement, unless otherwise agreed in writing between the Owner and the Contractor.

As so amended, paragraph 2.03 remains in effect.

SC-3.02

Amend Article 3 of the General Conditions by the addition of the following Paragraph 3.02.3:

3.02.3. Sections of Division I - General Requirements, govern the execution of all sections of the Specifications.

As so amended, Article 3 remains in effect. SC-4.02

Delete General Conditions Section 4.02 Subsurface and Physical Conditions in its entirety and replace with the following:

Any subsurface information provided by the Owner is provided for informational purposes only, and is without warranty or representation of any kind whatsoever. Any available data concerning subsurface materials or conditions that are based upon soundings, test pits and/or test borings have been obtained by the Owner solely for its general use in the design of this project. If any or all of this information is furnished as part of the technical information, the Owner makes no express or implied representations or warranties as to the accuracy and completeness of this data.

SC-4.04

Paragraph 4.04.A is amended by the substitution of the words "Special Conditions" in lieu of the words "Supplementary Conditions" in the last sentence thereof.

As so amended, paragraph 4.04 remains in effect.

SC-5.01

Paragraph 5.01 of the General Conditions is amended by the addition of the following paragraph 5.01.D.

5.01.D. Contractor shall provide a Maintenance Bond in an amount equal to ten percent (10%) of the final Contract Amount or five thousand dollars ($5,000.00), whichever is greater. The bond will be in a form acceptable to the Owner and indemnify him against any loss or

Page 103: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Supplementary Conditions of the Contract - 3 of 12

expense resulting from defects in materials or workmanship incorporated into the work.

The maintenance bond shall be effective as of the date when final payment becomes due and continue for a period of at least one year thereafter or for such longer period as may be required in the Special Condition of the Contract.

As so amended, Paragraph 5.01 remains in effect.

SC-5.02

Paragraph 5.02 of the General Conditions is amended by the addition of the following paragraph 5.02.B.

5.02.B. The Contractor agrees to provide insurance issued by companies admitted within the Commonwealth of Virginia, with the Best’s Key Rating of at least A-:VI.

As so amended, Paragraph 5.02 remains in effect.

SC-5.04

The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by law:

5.04.A.1 - Workers' Compensation:

(1) State: Statutory

(2) Applicable Federal Statutory (e.g., Longshoreman's) (3) Employer's Liability $1,000,000

5.04.A - Comprehensive General Liability (under paragraphs 5.04.A.2 through 5.04.A.5 of the General Conditions):

(l) Bodily Injury: $1,000,000

Each Occurrence

$3,000,000 Annual Aggregate

(2)

Property Damage: $1,000,000

Each Occurrence

$3,000,000 Annual Aggregate

Page 104: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Supplementary Conditions of the Contract - 4 of 12

(3) Property Damage liability insurance will provide explosion, collapse and underground coverages where applicable.

(4) Personal Injury, with employment exclusion deleted $3,000,000 Annual Aggregate

Note: The SERVICE AUTHORITY must be named as an additional insured and so endorsed on the policy.

5.04.A.6 Comprehensive Automobile Liability:

(l) Bodily Injury: $1,000,000 Each Person

$3,000,000 Each Accident

(2) Property Damage: $1,000,000 Each Occurrence

5.04.B. Umbrella - Excess Policies:

Any combination of primary, umbrella and excess policies providing the limits required will be acceptable.

Paragraph 5.04.B.7 is amended to reduce the required period during which completed operation insurance shall be continued from two years to one year.

As so amended, paragraph 5.04 remains in effect.

SC-5.06

Reference to obligations of Owner for purchase of Property Insurance is hereby canceled. Instead, Contractor will purchase and maintain property insurance upon the Work of the site as specified.

After the last sentence of paragraph 5.06 A.2 Add the following: “Prior to issuing the Notice to Proceed, Contractor must show written evidence of “all risk” Builder’s Risk Insurance.”

As so amended, Section 5.06 remains in effect.

SC-5.09

Delete paragraph 5.09.A of the General Conditions and insert the following in its place:

5.09.A If Owner has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by Contractor in accordance with paragraph 5.03. and 5.04., based on it not

Page 105: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Supplementary Conditions of the Contract - 5 of 12

complying with the Contract Documents, Owner shall notify Contractor in writing thereof within ten days of the date of delivery of such certificates to Owner in accordance with paragraph 2.01.B. Contractor shall provide Owner with such additional information in respect to insurance provided by him as Owner may reasonably request. Failure by Owner to give any such notice of objection within the time provided shall constitute acceptance of such insurance as complying with the Contract Documents.

As so amended, Section 5.09 remains in effect.

SC-6.08

Amend paragraph 6.08.A of the General Conditions by substituting for the words "Supplementary Conditions" the words "Special Conditions" where they appear in the paragraph

As so amended, paragraph 6.08 remains in full effect.

SC-7.02

Amend paragraph 7.02.A of the General Conditions by substituting for the words "Supplementary Conditions" the words "Special Conditions" wherever they appear in the paragraph.

As so amended, paragraph 7.02 remains in full effect.

SC-8.04

Amend paragraph 8.04.A of the General Conditions by the addition of the following sentence thereto:

Owner or Engineer may furnish to any such Subcontractor, Supplier or other person or organization to the extent practicable, evidence of amounts paid to Contractor in accordance with Contractor's Applications for Payment.

As so amended, paragraph 8.04 remains in effect.

SC-9.03

Delete paragraph 9.03.A of the General Conditions in its entirety and substitute the following paragraph therefor:

Owner will furnish a Project Representative to act as Inspector and to assist Engineer in observing performance of the Work. Inspectors shall have access to the work at all times when it is in preparation or progress, and Contractor shall provide proper facilities for such access and for inspection. Inspectors may not accept on behalf of the Owner any material or workmanship which

Page 106: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Supplementary Conditions of the Contract - 6 of 12

does not conform fully to the requirements of the contract and they shall give no order or directions under any possible circumstances not in accordance with the Specifications. The Contractor shall furnish the Inspector with all required assistance to facilitate thorough inspection or the culling over or removal of defective materials or for the thorough examination into any of the work performed or for any other purpose requiring discharge of their duties. An Inspector may stop the work entirely if there is not a sufficient quantity of suitable and approved material or equipment on the work site to carry it out properly or for any good and sufficient cause.

As so amended, paragraph 9.03 remains in full effect.

SC-12.01

Paragraph 12.01 of the General Conditions is amended by the addition of the following paragraph 12.01.D.

12.01.D. If additional appropriations are not required and the cost of the cumulative total of changes does not exceed twenty-five percent (25%) of the initial contract price or $50,000, whichever is greater and funding is certified to be available, then change orders and modifications of the contract may be made in accordance with the delegations granted by the Purchasing Manager.

Changes not provided for herein shall be made only by express authority of the person or body having authority to execute the contract.

SC-14.02

After the first sentence of paragraph 14.02.A.1. Insert the following:

“At the time of the submission of the payment request to the Engineer, Contractor shall also submit a copy of the payment request to the Owner’s accounts payable department.”

Change the fourth word of the first sentence of paragraph 14.02.B.1 of the General Conditions from 10 to 21.

As so amended, paragraph 14.02 remains in effect.

SC-15.02

Revise paragraph 15.02.A of the General Conditions to read as follows:

A. The occurrence of any one or more of the following events will justify termination for cause:

1. Contractor’s abandonment of the Work or a defined portion thereof. 2. Contractor’s failure to perform the Work, or defined portion thereof, in accordance with the Contract Documents (including, but not limited to, failure

Page 107: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Supplementary Conditions of the Contract - 7 of 12

to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 3. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction; 4. Contractor’s disregard of the authority of the Engineer or Owner; 5. Contractor’s refusal to remove and replace at its own cost defective Work; 6. Contractor’s violation in any way of any provisions of the Contract Documents; 7. Contractor’s failure to comply with applicable safety requirements; or 8. Any of the following:

a. Contractor’s failure to make prompt payment to Subcontractors or Suppliers pursuant to the Contract requirements, including but not limited to any applicable provisions of the Virginia Public Procurement Act, Va. Code Ann. Section 2.2-4300 et seq. b. the Contractor is dissolved, becomes insolvent, generally fails to pay or admits in writing its inability generally to pay its debts as they become due; c. the Contractor makes a general assignment, arrangement or composition agreement with or for the benefit of its creditors or makes, or sends notice of any intended, bulk sale; the sale, assignment, transfer or delivery of all or substantially all of the assets of Contractor to a third party; or the cessation by Borrower as a going business concern; d. the Contractor files a petition in bankruptcy or institutes any action under federal or state law for the relief of debtors or seeks or consents to the appointment of an administrator, receiver, custodian or similar official for the wind up of its business (or has such a petition or action filed against it and such petition action or appointment is not dismissed or stayed within 45 days); e. the reorganization, merger, consolidation, liquidation, suspension of business operations or dissolution of the Contractor (or the making of any agreement therefor).

Amend paragraph 15.02.B of the General Conditions by substituting for the words "seven days" with the words "five days” wherever they appear in the paragraph.

Append paragraph 15.02.B.1 of the General Conditions by adding the following verbiage to the end of the paragraph:

“In such event all finished or unfinished documents, data, studies, surveys, drawings, maps, models and reports prepared by the contractor under the contract shall, at the option of the Authority, become its property and the contractor shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents.”

Page 108: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Supplementary Conditions of the Contract - 8 of 12

Add a new paragraph 15.02.G as follows:

G. In the event of termination by the Owner for cause, in whole or in part, subsequently is determined to have been without sufficient cause or justification, such termination shall be deemed to have been a termination of convenience and provisions of these General Conditions related to termination for convenience shall apply.

As so amended, paragraph 15.02 remains in full effect.

SC-15.03

Paragraph 15.03 of the General Conditions is amended by the addition of the following paragraph 15.03.C.

15.03.C. Termination for Convenience of the Authority

Permit work or delivery under the contract may be terminated, in whole, or from time to time in part, whenever the General Manager shall determine that such termination is in the best interests of the Authority.

The Authority shall provide fair and reasonable compensation to any contractor who is so terminated. Such compensation together with payments previously made shall not exceed the amount of the original contract including any approved price change orders.

SC-15.05

Paragraph 15.05 of the General Conditions is amended by the addition of the following paragraph 15.05.

15.05. Termination for Non-Funding

Except for construction contracts, each contract to which the Authority is a party, which requires that the Authority make payments beyond the fiscal year in which such contract was made, shall contain a provision for termination of the contract in the event that the Board of Directors shall cease to appropriate funds for the purposes of the contract.

SC-15.06

Paragraph 15.06 of the General Conditions is amended by the addition of the following paragraph 15.06.

15.06. Termination for Mutual Consent

During performance of the contract, if the Authority and the contractor mutually agree that it would be in the best interests of both parties to agree to terminate

Page 109: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Supplementary Conditions of the Contract - 9 of 12

the contract, then fair and reasonable compensation shall be negotiated and the contract deemed completed.

SC-16

ARTICLE 16 of the General Conditions, is deleted. In lieu of the deleted Article, the following ARTICLE 16 – SETTLEMENT OF DISPUTES is substituted therefore.

Article 16 – SETTLEMENT OF DISPUTES

16.01 The parties agree that all disputes, claims, questions relating to the Contract or Contractor's performance of the Work, shall be resolved exclusively by the following procedures.

16.01 (a) Contractor must give owner prompt notice of any issue or event which may give rise to a claim by Contractor, as soon as reasonably possible after such issue or event occurs, so that owner and Contractor can work together to minimize or eliminate any damages or other adverse consequences. Failure to give such notice within 21 days from the event or occurrence shall constitute a waiver of Contractor's right to submit a claim based on any such matter.

16.01 (b) All claims for an increase in the contract price, money damages, an extension of time, or an interpretation of the Contract documents shall be submitted in writing to the Engineer identified as such in this Contract. The Engineer shall evaluate and decide all such claims and requests promptly, by not later than 21 days from his receipt of all material information needed to make such decision. Pending and after Engineer’s determination, any and all work required by the Engineer shall be performed promptly by Contractor in accordance with Engineer's directions and to Engineer's satisfaction, without waiver of Contractor's rights to contest such determination as set forth below.

16.01 (c) If Contractor does not accept the Engineer's determination of any such claim, dispute or issue, Contractor shall give a short written notice so stating to the Engineer within 14 days of Engineer's decision. Contractor's disagreement with Engineer's decision shall not allow or authorize Contractor to stop work or otherwise fail to perform its obligations under the Contract.

16.01 (d) All such claims, disputes and issues not resolved by the Engineer's decision shall be the subject of negotiations between Owner and Contractor as and when Owner shall designate in the reasonable exercise of its discretion. Good faith participation in such negotiations by Contractor is a strict condition precedent to the institution of any litigation as otherwise authorized below.

Page 110: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Supplementary Conditions of the Contract - 10 of 12

16.01 (e) Any and all claims, disputes and issues not resolved through the negotiations described above, shall be resolved through litigation only in the Circuit Court of Prince William County, Virginia or the United States District Court for the Eastern District of Virginia only. The parties agree that only these two Courts shall have exclusive jurisdiction over any dispute between them arising out of or relating to this Contract.

SC-18.

The following ARTICLE 18 - EMPLOYMENT DISCRIMINATION is appended to the General Conditions.

ARTICLE 18 - EMPLOYMENT DISCRIMINATION

18.01 During the performance of this contract, the Contractor agrees as follows:

A. The Contractor will not discriminate against any employee or applicant for employment

because of race, religion, color, sex or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause.

B. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, will state that such Contractor is an equal opportunity employer.

C. Notices, advertisements, and solicitations placed in accordance with Federal law, rule or regulation shall be deemed sufficient for meeting the requirements of this section.

D. The Contractor will include the provisions of the foregoing paragraphs 18.01.A, 18.01.B, and 18.01.C in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each Subcontractor or vendor.

SC-19.

The following ARTICLE 19 - NON-DISCRIMINATION AGAINST FAITH-BASED ORGANIZATIONS is appended to the General Conditions.

ARTICLE 19 – NON-DISCRIMINATION AGAINST FAITH-BASED ORGANIZATIONS

19.01 The Authority shall not discriminate against faith based organizations.

Page 111: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Supplementary Conditions of the Contract - 11 of 12

SC-20.

The following ARTICLE 20 – UNAUTHORIZED ALIENS is appended to the General Conditions.

ARTICLE 20 – UNAUTHORIZED ALIENS

20.01 During the performance of a Contract, the Contractor shall not knowingly employ an unauthorized alien as defined in the Immigration Reform and Control Act of 1986.

SC-21.

The following ARTICLE 21 – DRUG-FREE WORKPLACE TO BE MAINTAINED BY CONTRACTOR is appended to the General Conditions.

ARTICLE 21 – DRUG-FREE WORKPLACE TO BE MAINTAINED BY CONTRACTOR

21.01 During the performance of a Contract, the Contractor agrees to i) provide a drug-free workplace for the Contractor’s employees; ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractor’s workplace and specifying the actions that will be taken against employees for violations of such prohibition; iii) state in all solicitations or advertisements for employees placed by or on behalf of the Contractor that the Contractor maintains a drug-free workplace; and iv) include the provisions of the foregoing clauses in every subcontractor or purchase order over $10,000, so that he provisions will be binding upon each subcontractor or vendor.

For the purposes of this section, “drug-free workplace” means a site for the performance of work done in connection with the Contract awarded to the Contractor in accordance with this Chapter, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the Contract.

SC-22.

The following ARTICLE 22 is appended to the General Conditions.

ARTICLE 22 – PAYMENT OF SUBCONTRACTORS; SUBCONTRACT PROVISIONS

22.01 A. After the Owner has paid the Contractor, the Contractor shall take one of the following actions within 7 days after receipt of payment:

1. Pay the Subcontractor or Supplier for the proportionate share of the total payment received from the Owner attributable to the Work performed by the Subcontractor or Supplier; or

Page 112: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Supplementary Conditions of the Contract - 12 of 12

2. Notify the Owner and Subcontractor or Supplier, in writing, that the Contractor will withhold all or a part of the Subcontractor’s or Supplier’s payment with the reason for nonpayment.

B. Owner shall not be required to make any payment until Contractor has provided to Owner is social security number (if an individual) or federal employer identification number (if a proprietorship, partnership or corporation).

C. Contractor shall pay 1 percent (1%) interest per month to Subcontractors and Suppliers on any amounts owed by Contractor that remain unpaid for 7 days following receipt by Contractor of payment from Owner, except for which Contractor has provided notice according to Paragraph 22.01.A.2.

D. Unless otherwise provided under the terms of this Contract, interest shall accrue at the rate of one percent per month.

E. Contractor shall include in each of its subcontracts a provision requiring each Subcontractor to include these same payment and interest provisions in its subcontracts.

SC-23.

The following ARTICLE 23 – MATERIAL BREACH is appended to the General Conditions.

ARTICLE 23 – MATERIAL BREACH

23.01 If the Contractor at any time determines the Owner to be in material breach of this Agreement, the Contractor shall provide Notice of claim to the Owner within 7 days of such breach. Such Notice shall specify the precise occurrence(s) of such breach. The Contractor’s continuing performance under the Contract Documents including but not limited to receiving moneys thereunder, shall constitute an election to waive such material breach and to confirm the continued existence of the Contract.

END OF SUPPLEMENTARY CONDITIONS OF THE CONTRACT

Page 113: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

PART 2

GENERAL REQUIREMENTS

Page 114: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 115: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01001, Project Summary - 1 of 1

SECTION 01001 PROJECT SUMMARY

PART 1 - GENERAL

1.01 SECTION SUMMARY

This section describes the major work elements involved in the project and presents the contract method, information peculiar to the project and constraints on performance of the work.

1.02 SCOPE OF THE WORK

The project provides for demolition and replacement of roofing and associated structural/ mechanical elements. Full replacement is to be provided for the Maintenance and Blower Buildings, together with modification of utility curbs, replacement of skylights, and other work described in the Contract Documents. Replacement of coping on the parapet of the Control and Process Building is to be provided and replace of a roof drain at the Administration Building.

1.03 CONTRACT METHOD

Perform the work according to the requirements of the Contract Documents. The Contractor shall be paid for quantity of payable items actually constructed or installed. Payment shall be at the lump sum prices set forth in the Schedule of Unit Prices.

1.04 CONSTRAINTS ON PERFORMANCE

The work shall be constructed on PWCSA property, within the security fence of the H.L. Mooney Advanced Water Reclamation Facility.

The work must be complete and in service within the time stipulated in the Contract Documents.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 116: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 117: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Section 01005, Administrative Provisions - 1 of 4

SECTION 01005 ADMINISTRATIVE PROVISIONS

PART 1 - GENERAL

1.01. DEFINITIONS

For the purposes of this Project, the term Proposal is synonymous to Bid.

1.02. CORRELATION, INTERPRETATION AND INTENT OF DOCUMENTS

The drawings and technical provisions of the Contract Documents describe a complete project. All work that may be shown on the drawings but is not called for in the technical provisions, or called for in the technical provisions but not shown on the drawings, shall be executed as if detailed in both these media. Should any work or materials be required that are not described in the technical provisions or delineated on the drawings, either directly or indirectly, but are nevertheless necessary for properly achieving the intent thereof, understand the same to be implied and required and perform all such work and provide all such materials as if they were particularly delineated and described.

If there appears a conflict, error or discrepancy in the Contract Documents, call it to the Engineer's attention in writing before proceeding with the work affected thereby. In resolving conflicts between the various Contract Documents, the most restrictive provision will prevail. Conflicts, errors or discrepancies that cannot be resolved by applying the most restrictive rule will be resolved by giving the Contract Documents the following order of precedence: Agreement, Supplemental General Conditions, General Conditions, Technical Provisions, thence Drawings. Work, materials or equipment described in words that, when so applied, have a well-known standard of practice or trade meaning shall be deemed to conform to such meanings.

Keep one record copy of the drawings and technical provisions of the Contract Documents at the site at all times. Maintain them complete and in good order and have them available for the Owner and the Engineer.

1.03. PERMITS

Refer to the General Conditions; paragraph 6.13 for information concerning permits. Comply with these requirements whenever applicable.

Page 118: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Section 01005, Administrative Provisions - 2 of 4

1.04. CONFLICTING UTILITIES

There may be water, sewer, gas, electric, telephone or other facilities underground or overhead within the construction limits of the project not shown on the drawings. It is explicitly understood that the Contractor has considered in his bid all utility appurtenances that might interfere with prosecution of the work in their present or relocated positions, whether or not specifically shown. Refer to General Conditions in regards to utility conflicts. Comply with these requirements whenever applicable.

1.05. CHARACTER OF WORKERS, METHODS AND EQUIPMENT

Employ sufficient labor and equipment for the prosecution of the several classes of work to full completion in the manner and time required by the Contract Documents.

Employ only workers who have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special or skilled work must have sufficient experience in such work and in the operation of the equipment required to perform it properly and satisfactorily.

Any person employed by the Contractor or by any subcontractor who, in the opinion of the Engineer, is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, who shall not be employed again on any portion of the work without the approval of the Engineer.

Methods and types of equipment to be used by the Contractor in accomplishing the construction are not prescribed. Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the Contract Documents.

Use only equipment on the work that is of sufficient size and in such mechanical condition as to meet the requirements of the work and to produce a satisfactory quality of work. Equipment shall be designed and operated in such a manner that no injury to any roadway, adjacent property or other facility will result from its use. The Engineer may order the replacement of any unsatisfactory equipment.

1.06. PROGRESS OF WORK

Contractor shall provide a monthly progress summary report in the attached format (Form F). Contractor shall include names of SA project Manager and Contractor Project Manager and capture the following details:

Narrative description of construction work completed for the reporting period. This narrative will be used in the Service Authority monthly CIP report.

Value of construction work completed for the reporting period and Total to date. Change Orders for the reporting period and Total to date. Status of Construction Schedule.

Page 119: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Section 01005, Administrative Provisions - 3 of 4

Look-ahead construction activity. Issues that require resolution. Status of permits.

Any time materials and appliances to be used appear to the Engineer as insufficient or improper for securing the quality of work required, or the required rate of progress, he may order the Contractor to increase efficiency or to improve the character of its work and the Contractor shall conform to such an order. However, failure of the Engineer to demand an increase in efficiency or any improvement shall not release the Contractor from its obligation to secure the quality of work or the rate of progress necessary to complete the work within the limits imposed by the Contract.

1.07. WORK OUTSIDE REGULAR HOURS

If it is necessary or desirable to carry on work outside regular hours or on Saturdays, Sundays or holidays, submit application to the Owner in ample time to enable arrangements to be made by the Owner for inspecting the work in progress. At night, light the different parts of the work fully.

1.08. ESTIMATES AND REQUESTS FOR PAYMENT

Submit Estimates and Requests for Payment no more frequently than monthly.

Submit Estimates and Requests for Payment, in original and three complete copies, for work completed since the last request. Include Monthly Payment Estimate, Record of Materials Purchased and Safely Stored where applicable, Monthly Estimate Summary and Request for Payment, and an executed copy of the Contractor's Affidavit in Support of Request for Partial Payment in each package. Attach copies of invoices supporting amounts for materials for which payment is requested. Submit only one set of invoices.

To avoid conflicts with the Authority’s accounting software, amounts for each line item on Form A shall be rounded to the nearest dollar. Failure to do so may cause delays in payment processing and require the payment request to be corrected and resubmitted.

1.09. ADMINISTRATIVE FORMS

The following forms, or reasonable facsimiles thereof, shall be used in administration of the Contract:

A. Form A, Contractor's Monthly Payment Request. B. Form B, Contractor's Affidavit in Support of Request for Partial Payment. C. Form C, Tabulation of Work Performed. D. Form D, Record of Materials Purchased and Safely Stored. E. Form E, Contract Change Order. F. Form F, Monthly Progress Summary Report.

Page 120: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Section 01005, Administrative Provisions - 4 of 4

PART 2 – PRODUCTS (Not Used)

PART 3 – EXECUTION (Not Used)

END OF SECTION

Page 121: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Administrative Form A, Contractor's Monthly Payment Request - 1 of 1

Prince William County Service Authority Contractor's Monthly Payment Request

Project Title: PROJECTNAME

Contract No.: SA# Date: MIS Code: MISCODE

PWCSA Purchase Order No. Contractor Name and Address:

Request No.: (Partial)(Final)

Period

From:

To:

Contractor Invoice No.

Contract Amount As Amended by Change Order No.

Amounts Requested

Description

Earnings for work done

Plus (Minus) materials on hand

Gross Earnings

Less 5% retainage

Net Earnings

Previous This Month To Date

Less previous payments

Plus payment of previous retainage (Final Estimate only)

Net payment, this estimate

Percent Time Elapsed: Percent Work Complete:

Contract Completion Data:

Date of Notice to Proceed: ______________________________

Contract Completion Time: * ______________________________

Contract Completion Date: * ______________________________

* As amended by Change Order No.: ______

Submitted by: Date:

Title:

Approved by: Date:

Title:

Reviewed by: Date:

Title: Service Authority Proj. Mgr.

Reviewed by: Date:

Title: Service Authority Director

Page 122: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 123: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Form B, Contractor's Affidavit in Support of Request for Partial Payment - 1 of 1

Prince William County Service Authority Form B, Contractor's Affidavit in Support of Request for Partial Payment

Contract Number: ______________ Dated: ____________________, 20______ For: The Undersigned, who is ______________________________________________________,

of _______________________________________, the Contractor, a party to the subject

Contract, hereby deposes and affirms that:

1. The quantities and value of work claimed in the Estimate and Request for Payment Number - Partial are correct.

2. All material, labor, and indebtedness of whatever nature arising out of the

performance of the subject contract have been paid in full, or in the case of material suppliers and subcontractors, will be paid within seven (7) days from the date of payment by the Authority on account of the above cited Estimate and Request.

Signature: ______________________________________________________

Name Typed: ___________________________________________________

STATE OF:

COUNTY OF:

Sworn to and subscribed before me this ________ day of ____________________, 20______. ______________________________________________________________________ (SEAL) Notary Public My Commission expires ____________________________________________, 20______

Page 124: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 125: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Form C, Tabulation of Work Performed - 1 of 1

Monthly Payment Request Form C, Tabulation of Work Performed

Project Title HL Mooney WRF Roof Replacement Project Code Sheet of

Contractor Date Contract No. Request No.

PAY

ITEM NO.

DESCRIPTION OF WORK

UNIT QUANTITY UNIT

BID EARNINGS

THIS MONTH

TO DATE THIS MONTH TO DATE

Page 126: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 127: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Form D, Record of Materials Purchased and Safely Stored - 1 of 1

Monthly Payment Request Form D, Record of Materials Purchased and Safely Stored

Project Title HL Mooney WRF Roof Replacement Project Code Sheet Of

Contractor Date Contract No. Request No.

For Work Through

Material Description

Where Stored

Unit

Unit

Cost

Quantity

Stored

Quantity

Removed

Unit Balances Value

This Est. Last Est. This Est.

Page 128: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 129: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Form E, Contract Change Order - 1 of 1

Prince William County Service Authority Form E, Contract Change Order

Project Title: Change No.:

MIS Code: Contract No.: Contract Date:

Contractor:

Pursuant to the General Conditions of the Contract, Articles X through XII, make the following changes:

1Justification:

CHANGE TO CONTRACT AMOUNT

Original Amount $

Current Amount, as adjusted by previous Change Orders $

Contract Amount due to this Change Order will be increased by $

The new Contract Amount resulting from this Change Order will be $

CHANGE TO CONTRACT TIME

The Contract Time will be by days.

The Date for Substantial Completion of all work under the Contract will be:

The agreed upon Change order amount contained herein constitutes all costs associated with this change including all impact and delay costs.

SIGNATURES

For the Owner - Prince William County Service Authority

Order by: Date:

Title: Director of Engineering & Planning

For the Contractor -

Accepted by: ______________________________________________ Date: _________________________

Title: ______________________________________________

Page 130: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 131: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Form F, Monthly Progress Summary Report - 1 of 1

Form F, Monthly Progress Summary Report

Page 132: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 133: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01025, Measurement and Payment - 1 of 2

SECTION 01025 MEASUREMENT AND PAYMENT

PART 1 - GENERAL

1.01. BASIS FOR MEASUREMENT AND PAYMENT

Measurement and Payment will be made for only those items included in the Schedule of

Unit Prices or Contract Change Order(s) for the Project.

A. All measurement for payment will be for completed work performed according to Contract Drawings, Specifications, Construction Details and the Schedule of Unit Prices. The Owner shall measure all work according to the methods outlined below.

B. Payment for any item is full compensation for furnishing all labor, materials and equipment required to provide a complete and operable item of the work. Any work and material paid for under one item will not be paid for under another item.

C. Where units differ between the items listed below and the Schedule of Unit Prices, the Schedule of Unit Prices governs.

PART 2 - CONTRACT ITEMS

2.01. MOBILIZATION

A. Bid Amount:

The lump sum price bid for Mobilization and Close Out is limited to a maximum of 3 percent of the total of all other items.

B. Mobilization Payment:

One hundred percent of the price bid for Mobilization is payable with the first payment request accepted with amounts for Earnings for work done.

2.02. DEMOLIITION AND REPLACEMENT

A. Measurement: Measure based on percentage of completion of the various items identified in the schedule of values the Contractor may submit and as approved by the Owner, detailing lump sum prices for various portions of the project.

B. Payment: Payment for roofing work will be made at the fraction of the Contract Lump Sum price directly proportional to the percentage of work completed. That is, Payment = % complete x Contract Lump Sum.

Page 134: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01025, Measurement and Payment - 2 of 2

2.03. DISPOSAL OF MATERIAL

A. No separate payment will be made for the disposal of any materials connected with this project, despite the source or nature of materials. This work is an incidental part of any work element to which it applies.

PART 3 – EXECUTION (Not Used)

END OF SECTION

Page 135: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01200, Project Meetings - 1 of 2

SECTION 01200 PROJECT MEETINGS

PART 1 - GENERAL

1.01. PRECONSTRUCTION CONFERENCE

Within 20 days after the date of the Agreement, but before Contractor starts the work, a conference will be held at the office of the Owner for review and acceptance of submittals required by Section 01300, Submittals to establish procedures for handling shop drawings and other submittals, for processing Applications for Payment, and to establish a working understanding among the parties involved relative to administration and coordination of construction. The meeting will be presided over by the Engineer who will have minutes prepared for all parties attending.

1.02. JOB CONFERENCES

Meetings will be held at the site at a time mutually acceptable to the Engineer, Owner and Contractor when deemed necessary for the proper execution of the work. Meetings will be conducted by the Engineer and shall be attended by principals, or their designated representatives, of the Contractor and major subcontractors. Instructions delivered or commitments made at these meetings will be binding on all parties concerned. Minutes of meetings will be prepared by the Engineer and copies thereof will be made available to all parties attending.

1.03. CLOSEOUT INSPECTION

Before submitting the final application for payment, the Engineer, the Contractor, Subcontractors, and other interested parties having jurisdiction over the project (e.g., Erosion control, VDOT, etc.), will conduct an inspection of the completed work. The purpose of the inspection will be to ascertain that the work is complete and according to the Contract Documents that record drawings, warranties, and the documents required for operation and maintenance personnel have been delivered, and that all regulatory requirements have been met fully.

The Engineer will arrange the inspection upon notification by the Contractor that the project is completed, and he will invite all parties for whom attendance is optional. Upon successful completion of the inspection, the application for payment, affidavits, waivers and any required post construction bonds may be delivered to the engineer for his review and, if approved, transmitted to the Owner for payment.

Page 136: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01200, Project Meetings - 2 of 2

PART 2 - PRODUCT (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 137: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01300, Submittals - 1 of 3

SECTION 01300 SUBMITTALS

PART 1 - GENERAL

1.01. REQUIREMENTS INCLUDED

A. Procedures.

B. Construction Progress Schedules.

C. Schedule of Values.

D. Shop Drawings.

E. Product Data.

F. Samples.

G. Manufacturers' Certificates.

H. Pre-Construction Video.

1.02. RELATED REQUIREMENTS

A. Section 01005 - Administrative Provisions.

B. Section 01400 - Quality Control: Field Service Reports.

C. Section 01700 - Contract Closeout: Closeout Submittals.

1.03. PROCEDURES

A. Deliver submittals to Engineer.

B. Transmit each item under Engineer-accepted form. Identify Contractor, subcontractor and major supplier, pertinent drawing sheet and detail number and specification reference, as appropriate, on each submittal. Identify deviations from Contract Documents. Provide space for Contractor and Engineer review stamps.

C. Submit initial progress schedules and schedules of values in duplicate within 10 days after date of Contract. After review by Engineer revise and resubmit as required. Submit revised schedules with each Application for Payment, reflecting changes since previous submittal.

D. Comply with progress schedule for submittals related to work progress. Coordinate submittals of related items.

Page 138: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01300, Submittals - 2 of 3

E. After Engineer review of submittal, revise and resubmit as required, identifying changes made since previous submittal.

F. Distribute copies of accepted submittals to concerned persons. Instruct recipients to report promptly any inability to comply with provisions.

1.04. CONSTRUCTION PROGRESS SCHEDULES

A. Submit horizontal bar chart with separate bar for each major trade or operation, identifying first workday of each week.

B. Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Show projected percentage of completion for each item of work as of time of each progress Application for Payment.

C. Show submittal dates required for shop drawings, product data, and samples, and product delivery dates, including those furnished by owner and those under allowances.

1.05. SCHEDULES OF VALUES–LUMP SUM ITEMS

A. Submit a spread sheet schedule on 8-1/2- by 11-inch paper for all Lump Sum Items. Contractor’s standard form or computer-driven printout will be considered on request.

B. Identify each Lump Sum line item with number and title of the major Specification sections and Schedule of Unit Prices accompanying Bid and included in Agreement.

C. Include in each line item a directly proportional amount of Contractor's overhead and profit.

D. Provide a sub-schedule for each separate project specified in Section 01001 – Project Summary.

E. Revise schedule to reflect change orders at each application for payment.

1.06. SHOP DRAWINGS

A. Submit the number of copies that Contractor requires, plus two copies to be retained by Engineer.

1.07. PRODUCT DATA

A. Mark each copy to identify applicable products, models, options, and other data; supplement manufacturers' standard data to provide information unique to the

Page 139: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01300, Submittals - 3 of 3

work. Include manufacturers' installation instructions when required by the Specification section.

B. Submit number of copies Contractor requires, plus two copies to be retained by Engineer.

1.08. MANUFACTURERS’ CERTIFICATES

A. Submit number of copies required by Contractor, plus two copies to be retained by Engineer.

1.09. PRECONSTRUCTION VIDEO

A. Prior to the start of work, contractor to submit a preconstruction video showing existing conditions throughout the project limits. This video can be supplemented by digital photographs.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 140: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 141: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01310, Construction Schedule and Sequence - 1 of 4

SECTION 01310 CONSTRUCTION SCHEDULE AND SEQUENCE

PART 1 - GENERAL

1.01. SUMMARY

This Specification shall cover all work on the project including work on or at existing facilities that must remain in operation.

A. Intent:

It shall be Contractor's responsibility to propose a construction schedule to complete all work in the contract completion time noted in the Information for Bidders and as supplemented herein.

B. Use of Facility:

Owner shall have the right to the use of completed facilities as they become available, this shall not relieve Contractor of his responsibility to complete work on any such facility.

C. Schedule:

The Contractor shall prepare a schedule satisfactory to the Engineer and the Owner fixing the dates for the beginning and completion of the placing of orders for and the manufacture, the testing and the installation of materials, supplies and equipment, which schedule shall be subject to change from time to time in accordance with the progress of the work.

The Contractor is responsible for sequencing, scheduling and coordinating the Work, for monitoring the progress of the Work, and for taking appropriate action to keep the Work on schedule. The Contractor shall prepare and submit a preliminary schedule for accomplishing the Work based upon the completion time stated in the Contract. A “draft” copy of the preliminary schedule will be available at the Pre-Construction Conference. A fully complete progress schedule for accomplishing the work must be submitted in like manner no later than 30 days after signing the Contract. No progress payments will be made to the Contractor before he has submitted a preliminary schedule that is acceptable to the Owner. No subsequent payments shall be made to the Contractor until he has submitted a fully complete progress schedule that has been updated through the date of the payment request.

Failure to provide a satisfactory preliminary or final schedule for accomplishing the work within the time provided above shall be a breach of

Page 142: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01310, Construction Schedule and Sequence - 2 of 4

contract for which the Owner may terminate the Contract in the manner provided in the General Conditions.

The schedule shall indicate the estimated starting and completion dates for each major element of the work. The actual progress of those elements of the work will be reported monthly at the time of submission of the request for payment. If any elements of the Work are behind schedule, regardless of whether they may prevent the Work from being completed on time, the Contractor must indicate in writing what measures he is taking and plans to take to bring each such element back on schedule and to insure that the time of completion is not exceeded.

In the event the completion date indicated by the schedule exceeds the Contract completion date, the assumptions and time estimates used to develop the schedule and plan will be reviewed, changes made, and a new schedule developed. This procedure shall be repeated, as necessary, to provide a Plan and Schedule which assures the Contract completion date.

D. Project Control:

The Contractor shall review progress no less than each month, but as often as necessary to properly manage the project and stay on schedule. The Contractor shall collect and preserve information on Change Orders, including extensions of time. The Contractor shall evaluate this information and update the schedule as necessary to finish within the contractually allowed time. The scheduled completion date shall be within the period of time allowed by the Contract for completion of construction, as amended by Change Order.

E. Progress Graph:

A progress graph showing the work completed to date in comparison with the work scheduled for completion and the overall project work schedule shall be provided with each monthly request for payment. The form of the graph shall be approved by the Engineer and the Owner; however, a bar graph/chart or a CPM schedule marked, colored or annotated to reflect the above will usually satisfy this requirement.

F. Progress Delay:

Should any of the following conditions exist, the Engineer or Owner may require the Contractor to prepare, at no extra cost to the Owner, a plan of action and a recovery schedule for completing the Work by the contractual completion date.

1. Should the Contractor’s monthly progress report indicate delays such that a recovery schedule is required;

Page 143: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01310, Construction Schedule and Sequence - 3 of 4

2. Should the schedule show the Contractor to be 30 or more days behind schedule at any time during construction up to 30 days prior to the scheduled substantial completion date;

3. Should the Contractor request to make changes in the schedule which, in the opinion of the Engineer or the Owner, are of a major nature.

The plan of action and recovery schedule shall explain and display how the Contractor intends to regain compliance with the original schedule. The plan of action and recovery schedule, when required, shall be submitted and approved prior to submission of the next monthly request for payment.

1.02. RELATED SECTIONS

A. Intent: The provisions and intent of the Agreement, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the Work as specified in this section. Work related to this section is described throughout the Specifications.

1.03. SUBMITTALS

A. Project Schedule:

Contractor will provide a tentative project schedule at the Pre- Construction Conference for discussion. Progress graphs and updated schedules shall be submitted as required.

B. Project Cost Breakdown:

Contractor shall submit for Engineer's and Owner's approval a tabulated cost breakdown of the project. The cost breakdown will be a format, using lump sum, units, unit pricing, etc. such that Engineer and Owner will be able to assess the percentage of completion of the project and determine a prorated payment for work in place and materials on hand for each pay period. Contractor shall submit a draft of the cost breakdown at the Pre-Construction conference for discussion.

1.04. SEQUENCING

A. Schedule: Contractor shall schedule and perform his work in such a manner that the existing facilities are operational at all times unless otherwise noted. Contractor shall be responsible for all necessary pumping, temporary piping, equipment, and other facilities to maintain operation of existing facilities.

Page 144: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01310, Construction Schedule and Sequence - 4 of 4

PART 2 – PRODUCTS (Not Used)

PART 3 – EXECUTION (Not Used)

END OF SECTION

Page 145: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01400, Quality Control - 1 of 3

SECTION 01400 QUALITY CONTROL

PART 1 - GENERAL

1.01. REQUIREMENTS INCLUDED

A. General quality control.

B. Field inspections.

C. Testing laboratory services.

1.02. RELATED REQUIREMENTS

A. Conditions of the Contract: Inspection and testing required by governing authorities.

1.03. QUALITY CONTROL, GENERAL

Maintain quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality.

A. Workmanship:

Comply with industry standards unless more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship.

Employ only persons fully qualified to produce workmanship of specified quality.

Secure products in place with positive anchorage devices designed and sized to withstand maximum stresses, vibration, and racking in normal service.

B. Manufacturer’s Instructions:

When required by individual Specifications sections, submit manufacturer's printed instructions, in the quantity required for product data, for delivery, storage, assembly, installation, startup, adjusting, and finishing, as appropriate.

Comply with instructions in full detail, including each step in sequence. Should instructions conflict with Contract Documents, request clarification from Engineer before proceeding.

Page 146: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01400, Quality Control - 2 of 3

C. Manufacturers’ Certificates:

When required by individual Specifications sections, submit manufacturers' certification, in duplicate, that products meet or exceed specified requirements.

D. Manufacturers’ Field Services:

When specified in respective Specification sections, require supplier to provide qualified personnel to observe field conditions of surfaces and installation, quality of workmanship, startup of equipment, as applicable, and to make appropriate recommendations.

Representative shall submit written report to Engineer listing observations and recommendations.

1.04. FIELD INSPECTIONS

The Owner will provide sufficient competent personnel for general inspection of the Work. Grant the Engineer and inspectors access to the work when it is in preparation or progress, and provide proper facilities for such access and inspection. Furnish the Inspector with all required assistance to help thorough inspection or the culling over or removal of defective materials or for the thorough examination into any of the work performed.

Inspectors may not accept for the Owner any material or workmanship that does not conform fully to the requirements of the contract and they shall give no orders or directions under any possible circumstances not according to the Specifications. An Inspector may stop the work entirely if there is not a sufficient quantity of suitable and approved material or equipment on the work site to carry it out properly, or for any good and sufficient cause.

If the specifications, the Engineer's instructions, laws, ordinances, or any public authority require any work to be specially tested or approved, give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the Engineer, of the date and time fixed for such inspection. Engineer will make his inspections promptly, and where practicable at the source of supply. Any work covered up without approval or consent of an Inspector or the Engineer must, if required by the Engineer or the Inspector, be uncovered for examination and properly restored at the Contractor's expense.

The Engineer may order reexamination of any Work. If so ordered, the Contractor must uncover the Work. If such Work is according to the Contract Documents, the Owner shall pay the cost of reexamination and replacement. If such Work is not according to the Contract Documents, the Contractor shall bear such cost.

Page 147: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01400, Quality Control - 3 of 3

Promptly correct any Work rejected as defective or as failing to conform to the Contract Documents, whether observed before or after Substantial Completion, and whether or not fabricated, installed or completed. Correct any Work found defective or nonconforming within a period of 1 year from the Date of Substantial Completion of the Contract or within such longer period as may be prescribed by law or by the terms of any applicable special warranty required by the Contract Documents. The provisions of this Paragraph apply to Work done by Subcontractors and Work done by direct employees of the Contractor.

1.05. TESTING LABORATORY SERVICES

Conform to the testing requirements of each section of the Specifications. Where no testing requirements are set forth, Owner will employ and pay for services of independent consultants to perform specialized inspections, tests, or other services deemed necessary.

Perform services according to requirements of governing authorities and with specified standards.

Submit reports to Engineer in duplicate, giving observations and results of tests, indicating compliance or non-compliance with specified standards and with Contract Documents.

Cooperate with Testing Laboratory personnel; furnish tools, samples of materials, design mix, equipment, storage and assistance as requested.

A. Notify Engineer and Testing Laboratory 24 hours prior to expected time for operations requiring testing services.

B. Make arrangements with Testing Laboratory and pay for additional samples and tests done for Contractor's convenience.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 148: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 149: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01600 Material and Equipment - 1 of 3

SECTION 01600 MATERIAL AND EQUIPMENT

PART 1 - GENERAL

1.01. REQUIREMENTS INCLUDED

Products

Transportation and Handling

Storage and Protection

Product Options

Substitutions

1.02. RELATED REQUIREMENTS

Section 01005 - Administrative Provisions

Section 01300 - Submittals

Section 01700 - Contract Closeout: Operation and maintenance data; Warranties and Bonds.

1.03. PRODUCTS

Products include material, equipment and systems.

Comply with Specifications and referenced standards as minimum requirements.

Components required to be supplied in quantity within a Specification section shall be the same, and shall be interchangeable.

Do not use materials and equipment removed from existing installation except as specifically required, or allowed, by Contract Documents.

1.04. TRANSPORTATION AND HANDLING

Transport products by methods to avoid product damage; deliver in undamaged condition in manufacturer's unopened containers or packaging, dry.

Page 150: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01600 Material and Equipment - 2 of 3

Provide equipment and personnel to handle products by methods to prevent soiling or damage.

Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged.

1.05. STORAGE AND PROTECTION

Store products according to 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.

For exterior storage of fabricated products, place on sloped supports above ground. Cover products subject to deterioration with impervious sheet covering; provide ventilation to avoid condensation.

Store loose granular materials on solid surfaces in a well-drained area; prevent mixing with foreign matter.

Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions.

After installation, provide coverings to protect products from damage from traffic and construction operations, remove when no longer needed.

1.06. PRODUCT OPTIONS

Within 30 days after date of Contract, submit complete list of major products proposed, with name of manufacturer, trade name, and model.

Options:

Product Specified by Reference Standards or by Description Only: Any product meeting those standards.

Product Specified by Naming One or More Manufacturers with an "or equal" or "acceptable substitute": Submit a request for substitution for any manufacturer not specifically named. The Engineer shall be the sole judge of whether a product is “equal” or an acceptable substitute.

Products Specified by Naming Several Manufacturers: Products of named manufacturers meeting specifications; no options, no substitutions allowed.

Product Specified by Naming Only One Manufacturer: No options, no substitutions allowed.

Page 151: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01600 Material and Equipment - 3 of 3

1.07. SUBSTITUTIONS

Only within 30 days after date of Notice to Proceed will the Engineer consider requests from Contractor for substitutions. Subsequently, substitutions will be considered only when a product becomes unavailable due to no fault of Contractor. Use substitution request form included with this section. Submit requests in number of copies required for work, plus two copies for engineer's use.

Document each request with complete data substantiating compliance of proposed substitution with Contract Documents.

Request is a representation that Contractor:

Has investigated proposed product and determined that it equals or exceeds, in all respects, specified product.

Will provide the same warranty for substitution as for specified product.

Will coordinate installation and make other changes that may be required for

Work to be complete in all respects.

Waives claims for additional costs that may subsequently become apparent.

Substitutions will not be considered when they are indicated or implied on shop drawings or product data submittals without separate written request, or when acceptance will require substantial revision of Contract Documents.

Engineer will determine acceptability of proposed substitution, and will notify Contractor of acceptance or rejection in writing within a reasonable time.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 152: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 153: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Substitution Request Form - 1 of 1

Prince William County Service Authority Substitution Request Form

PROJECT: HL Mooney WRF Roof Replacement Project Contract No.: Specified Item: ______________ __________ ______________ ____________________________________ Section Page Paragraph Description

Attached hereto in support of this request are product descriptions, specifications, drawings, illustrations and performance and test data adequate for evaluation of the substitution. Applicable portions of the information supplied are clearly identified. Attachments also include changes to the Contract Documents that the proposed substitution will require for its proper installation.

The undersigned affirms that the following statements are correct:

1. The function, appearance and quality of the proposed substitution are all equal or superior to

that of the specified item. 2. Except as specifically indicated on the attachments, the proposed substitution does not affect

any dimensions shown on the drawings. 3 The undersigned will pay for any changes to the project, including design, detailing

and construction costs, caused by the proposed substitution, if allowed. 4. The proposed substitution will have no adverse effect on other trades, the construction

schedule, or any specified warranty requirements. 5. Maintenance and service parts will be available locally for the proposed substitution at the

address shown in the attachments.

Submitted by:

Signature

For the Designer:

( ) Accepted

( ) Accepted as noted

Firm ( ) Rejected ( ) Other, see below

Address By Date

Remarks

Telephone

Date

Page 154: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 155: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01700, Contract Closeout - 1 of 2

SECTION 01700

CONTRACT CLOSEOUT

PART 1 - GENERAL

1.01. CLEANING UP

In addition to the requirements for special cleaning in the various trade sections of the Specifications, the Contractor shall perform final cleaning as applicable:

A. Remove all excess dirt, pipe, fittings, building materials, etc.

B. Remove all signs, trailers, sheds and temporary facilities.

C. Rake and mow all seeded areas used for storage or restored under other sections.

D. Broom clean all streets affected by operations and remove all spillage, debris, etc.

Final cleaning shall be performed after the work of all trades is completed and immediately before turning the work over to the Owner.

1.02. PROJECT RECORD DOCUMENTS

See Section 01720 – Record Documents

1.03. CLOSEOUT INSPECTION

Refer to Section 01200, Paragraph 1.03. At the time of the inspection, submit those documents not previously received and approved by the Engineer. The documents include, but are not necessarily limited to, the following:

- Record Drawings and Record File: The complete set of contract record documents as required in Paragraphs 1.02.A and B.

- Warranties and Guarantees: As required by Paragraph 1.02 C.

- Certificates of Compliance: Records of tests required by the various Sections of the Contract Documents.

1.04. CLOSEOUT PROCEDURES

After receipt and acceptance of any final, closeout change order, prepare final estimate and request for payment based upon last accepted change order. Obtain statement of surety and maintenance bond from surety; execute affidavit in support of final estimate and contractor's release.

Page 156: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01700, Contract Closeout - 2 of 2

Submit the estimate, affidavit, surety's statement and maintenance bond to Engineer for approval and transmittal to owner for final payment. When notified by Engineer that check is drawn, either bring or send executed release to Owner, who will deliver check.

1.05. REQUIRED CLOSEOUT DOCUMENTS

The following documents, properly executed in duplicate originals, must be submitted and accepted by the Owner before final payment will be made:

- Contractor's Affidavit in Support of Request for Final Payment

- Contractor's Release

- Statement of Surety

- Maintenance Bond, with Power of Attorney

The amount of the Maintenance Bond shall be 10 percent of the first $500,000 of final contract amount plus 5 percent of contract amount in excess of $500,000, but in no case less than $5,000.

These forms are located at the end of this section.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 157: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Contractor’s Affidavit in Support of Request for Final Payment - 1 of 1

Prince William County Service Authority Contractor's Affidavit in Support of Request for Final Payment

Contract Number: ______________ Dated: ____________________, 20______

For:

The Undersigned, who is ______________________________________________________,

of _________________________________________, the Contractor, a party to the subject

Contract, hereby deposes and affirms that:

1. The quantities and value of work claimed in the Estimate and Request for Payment Number Final are correct.

2. All material, labor, and indebtedness of whatever nature arising out of the performance of the subject contract have been paid in full.

Signature: ______________________________________________________

Name Typed: ___________________________________________________

STATE OF:

COUNTY OF:

Sworn to and subscribed before me this ________ day of ____________________, 20______.

______________________________________________________________________ (SEAL) Notary Public

My Commission expires ____________________________________________, 20______

Page 158: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 159: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Contractor's Release - 1 of 2

Prince William County Service Authority Contractor's Release

KNOW ALL MEN BY THESE PRESENTS THAT:

______________________________________________________________________ of

______________ County, State of ___________________________________________,

hereinafter referred to as Contractor, does hereby acknowledge receipt of and from the Prince William County Service Authority, hereinafter referred to as Owner, the sum of One Dollar ($1.00) and other valuable consideration in full satisfaction and payment of all sums of money owing, payable and belonging to Contractor by any means whatsoever, on account of a certain agreement, hereinafter referred to as the Contract, between Owner and Contractor and dated ____________________, 20______, for construction of HL Mooney WRF Roof Replacement Project.

NOW THEREFORE, WITNESSETH: Contractor, (for myself, my heirs, executors and administrators) (for itself, its successors and assigns) do by these presents remise, release, quit-claim and forever discharge Owner, its successors and assigns, of and from all claims and demands, and from any and all manner of action or actions, cause or causes of money, accounts, reckonings, bonds, bills, specialties, covenants, contracts, agreements, promises, variances, damages, judgments, extents and executions, whatsoever, in law or equity or otherwise, which against the Owner, its successors and assigns, (I, my heirs, executors or administrators) (it, its successors and assigns) ever had, now have or hereafter can, shall or may have for, upon or by reason of any matter, cause or thing whatsoever arising from or in connection with the said Contract.

Page 160: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Contractor's Release - 2 of 2

IN WITNESS WHEREOF Contractor has caused these presents to be duly executed

this _______________ day of ____________________________________, 20______.

Signed, sealed, and delivered in the presence of: __________________________________ (SEAL) (Individual) __________________________________ (SEAL) (Partnership) ______________________________ By: __________________________________ (SEAL) (Partner) __________________________________ (SEAL) (Corporation) __________________________________ By: __________________________________ __________________________________ __________________________________ Title Title

Page 161: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Statement of Surety - 1 of 1

Prince William County Service Authority Statement of Surety

In accordance with the provisions of the Contract dated _____________, 20____,

between The Prince William County Service Authority, Owner, and

_________________________________________________________ Contractor, for: HL Mooney WRF Roof Replacement Project,

Surety on Contractor's Material and Labor Payment Bond, after a careful examination of the

books and records of said Contractor, or after receipt of an affidavit from Contractor which

satisfies Surety that all claims for labor and materials have been satisfactorily settled, hereby

approves of the final payment by Owner to Contractor and by these presents witnesses that

payment to the Contractor of the final estimate and request for payment shall not relieve Surety

of any of its obligations to Owner as set forth in the said Bond.

IN WITNESS WHEREOF, Surety has hereunto set its hand and seal this _______________ day of ____________________________________, 20______. Attest: ________________________________ (SEAL) __________________________________ By: __________________________________ __________________________________ __________________________________ Title Title

NOTE: This statement, if executed by any officer or agent of a corporate Surety other than the President or Vice President, must be accompanied by a certificate of even date showing authority conferred upon the person so signing to execute such instruments on behalf of the company represented.

Page 162: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 163: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Maintenance Bond - 1 of 3

Prince William County Service Authority Maintenance Bond, with Power of Attorney

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned

________________________________________________________________________ of

________________________________________________, hereinafter called the Principal,

and ______________________________________________, a corporation created and

existing under the laws of the State of __________________________, having its principal

office in the City of _____________________________, and authorized to transact business in

the Commonwealth of Virginia, hereinafter called the Surety, are held and firmly bound unto

THE PRINCE WILLIAM COUNTY SERVICE AUTHORITY, hereinafter called the Owner,

in the penal sum of:

and /100 Dollars

($ ), lawful money of the United States of America, for the payment of which sum well and truly to be made, the said Principal and Surety bind

themselves, their successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, said Principal entered into a certain agreement with said Owner, dated

_________________________, 20______, hereinafter called the Contract, for construction of

Contract SA ____, HL Mooney WRF Roof Replacement Project, which Contract and the Contract

Documents for said work shall be deemed a part hereof as fully as if set forth herein.

NOW, THEREFORE, condition of this Bond shall be such that:

If the above bounden Principal shall remedy without cost to the said Owner any defects which may develop during a period of 1 year from ___________________, 20______, the date of Substantial Completion of the Work performed under said Contract, provided such defects, in the judgment of the Owner, or its successors having jurisdiction in the premises, are caused by defective or inferior materials or workmanship, then this obligation shall be void, otherwise it shall be and remain in full force and effect.

Page 164: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Maintenance Bond - 2 of 3

IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals in three counterparts, each of which shall be deemed an original, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its proper officers pursuant to authority of its governing body, this _______________ day of ____________________________________, 20______. ATTEST: ____________________________________ ____________________________________ Prinicpal Secretary Principal By: ____________________________________ (SEAL) Title: ____________________________________ Principal's Address: __________________________________________

__________________________________________

__________________________________________ ATTEST: ____________________________________ ____________________________________ Surety Secretary Surety By: ____________________________________ (SEAL) Attorney-in-fact Surety's Local Address: __________________________________________

__________________________________________

__________________________________________ NOTE: Attach Bonding Company's Power of Attorney

Page 165: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Maintenance Bond - 3 of 3

IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals in three counterparts, each of which shall be deemed an original, this _______________ day of ____________________________________, 20______. In the presence of: _________________________________ __________________________________ (SEAL) (Witness) (Individual or Partnership Principal) _________________________________ __________________________________ (SEAL) (Witness) (Partnership Principal) _________________________________ __________________________________ (SEAL) (Witness) (Partnership Principal) Principal's Address:

______________________________________________

______________________________________________

______________________________________________ (SEAL) ______________________________________________ Surety By: ________________________________________ Attorney-in-fact Surety's Local Address:

______________________________________________

______________________________________________

______________________________________________ NOTE: All partners shall execute bond. Use additional sheets if necessary.

Attach Bonding Company's Power of Attorney.

Page 166: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 167: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

ATTACH BONDING COMPANY'S POWER OF ATTORNEY

TO THIS SHEET

Page 168: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 169: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01720 Record Documents - 1 of 2

SECTION 01720 RECORD DOCUMENTS

PART 1 - GENERAL

1.01. RECORD DOCUMENTS

The Contractor shall maintain Record Documents according to Paragraph 6.19 of the General Conditions. They shall be available to the Engineer and Owners. Record Documents shall be current through the date of the latest payment request before payment will be made.

1.02. RECORD DRAWINGS

Record Drawings are a component of the Record Documents. Record Drawings shall be submitted according to Paragraph 14.12 of the General Conditions before final payment will be made.

Record Drawings upon completion of the project shall be as follows:

A. Record in red pencil or ink in neat and legible manner on one set of Contract Drawings all deviations from the drawings at the time such deviations are made. Show dimensions as necessary to locate accurately piping and other items concealed in the finished work. Include locations and elevations of all existing utilities encountered during excavation. Show location of valves and other underground structures by field measurement of ties to at least two permanent visible objects (i.e., hydrants, curbs, buildings, etc.). Make all measurements to nearest 0.1 foot. Include sufficient reference and descriptions to determine exact field conditions and locations.

B. Maintain complete file of accepted field sketches, diagrams and other changes authorized during construction.

C. Prepare operating and maintenance instructions in simple language and with sufficient diagrams and explanation to be understandable by average first and second echelon technicians. Point out possible hazards and caution against mistakes that might result in damage to equipment or danger to personnel.

Include in the manual published operating and maintenance instructions, manufacturer's detailed product drawings, warranties and pertinent literature. Data collected will provide Owner with all information required to operate, service, maintain and make full and efficient use of the equipment installed or supplied. Bind all files and instructions in books, one for each piece of equipment and one for project changes. Supply three copies to Engineer for approval and transmission to owner.

Page 170: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority HL Mooney WRF Roof Replacement Project

Section 01720 Record Documents - 2 of 2

1.03. CLOSEOUT INSPECTION

Refer to Section 01200, Paragraph 1.03. At the time of the inspection, submit those documents not previously received and approved by the Engineer. The documents include, but are not necessarily limited to, the following:

- Record Drawings and Record File: The complete set of contract record documents as required in Paragraphs 1.02.A and B.

- Operations and Maintenance Instruction Manual: As required by Paragraph 1.02.C.

- Warranties and Guarantees: As required by Paragraph 1.02.C.

- Certificates of Compliance: Records of tests required by the various sections of the Contract Documents.

1.04. CLOSEOUT PROCEDURES

According to Section 01700 – Contract Closeout.

1.05. REQUIRED CLOSEOUT DOCUMENTS

See Section 01700 – Contract Closeout.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 171: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

PART 3

TECHNICAL PROVISIONS

Page 172: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 173: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

01100 - 1

SECTION 01100 SUMMARY OF WORK

PART 1 GENERAL

1.01 ORGANIZATION AND INTERPRETATION OF CONTRACT DOCUMENTS

A. Specifications and Drawings included in these Contract Documents establish the performance, quality requirements, location and general arrangement of materials and equipment, and establish the minimum standards for quality of workmanship and appearance.

B. Specification sections have not been divided into groups for Work of Subcontractors or various trades. Should there be questions concerning the applicability or interpretation of a particular section or part of a section, direct questions to the Engineer.

C. Piping work shown on the Drawings is intended to be depictive and may not be an exact and complete representation of the actual finished Work. Contractor shall include fittings, supports, nuts, bolts, gaskets, restraints, and other accessories required to provide complete and satisfactory piping systems, as specified, even though some items may not be specifically shown on the Drawings.

D. A part of the Work that is necessary or required to make each installation satisfactory and operable for its intended purpose, even though it is not specifically included in the Specifications or on the Drawings, shall be performed as incidental work as if it were described in the Specifications and shown on the Drawings.

1.02 WORK COVERED BY CONTRACT DOCUMENTS

A. The completed Work will provide Owner with improvements to the existing residuals processes which thicken and dewater the residuals produced at the water treatment plant.

B. The Contractor shall, except as otherwise specifically stated in applicable parts of these Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, facilities, and services necessary for proper execution, coordination with the centrifuge manufacturer, startup, testing, training of Owner’s personnel, and completion of the Work.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 174: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

THIS PAGE INTENTIONALLY BLANK

Page 175: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 1

SECTION 07520 STYRENE-BUTADIENE-STYRENE (SBS)-MODIFIED

BITUMINOUS MEMBRANE ROOFING

PART 1 - GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and install styrene-butadiene-styrene (SBS)-modified bituminous membrane roofing, as shown on the Drawings and as specified herein.

B. Section includes the installation of insulation strips in ribs of acoustical roof deck.

C. Section includes, but is not limited to, the following:

1. SBS-modified bituminous membrane roofing. 2. Vapor retarder. 3. Roof insulation.

1.02 SUBMITTALS

A. Submittals shall include the following:

1. Product Data: For each type of product indicated. 2. LEED Submittals:

a. Product Test Reports for Credit SS 7.2: For roof materials, indicating that roof materials comply with solar reflectance index requirement.

b. Product Data for Credit EQ 4.1: For adhesives and sealants, including printed statement of VOC content.

3. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other work. a. Base flashing and membrane terminations. b. Tapered insulation, including slopes. c. Crickets, saddles, and tapered edge strips, including slopes. d. Insulation fastening patterns for corner, perimeter, and field-of-roof

locations. 4. Samples for verification for the following products:

a. Sheet roofing materials, base sheet, flashing backer sheet, membrane cap sheet and flashing sheet, of color specified.

b. Roof insulation. c. Walkway pads or rolls. d. Six insulation fasteners for each type, length, and finish.

5. Qualification Data: For qualified installer.

Page 176: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 2

6. Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system complies with requirements specified in “Performance Requirements” Article. a. Submit evidence of complying with performance requirements.

7. Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency, for components of membrane roofing system.

8. Research/Evaluation Reports: For components of membrane roofing system, from the ICC-ES.

9. Maintenance Data: For roofing system to include in maintenance manuals. 10. Warranties: Sample of special warranties.

1.03 REFERENCES

A. American Society of Civil Engineers/Structural Engineering Institute: ASCE/SEI 7, Minimum Design Loads for Buildings and Other Structures.

B. Asphalt Roofing Manufacturers Association/National Roofing Contractors Association: Quality Control Guidelines for the Application of Polymer Modified Bitumen Roofing.

C. ASTM International (ASTM):

1. C726, Specification for Mineral Fiber Roof Insulation Board. 2. C728, Standard Specification for Perlite Thermal Insulation Board. 3. C1177/C1177M, Specification for Glass Mat Gypsum Substrate for Use as

Sheathing. 4. C1278/C1278M, Specification for Fiber-Reinforced Gypsum Panel. 5. C1289, Standard Specification for Faced Rigid Cellular Polyisocyanurate

Thermal Insulation Board. 6. C1396/C1396M, Specification for Gypsum Board. 7. D41, Standard Specification for Asphalt Primer Used in Roofing,

Dampproofing, and Waterproofing. 8. D312, Standard Specification for Asphalt Used in Roofing. 9. D1079, Terminology Relating to Roofing, Waterproofing, and Bituminous

Materials. 10. D1227, Standard Specification for Emulsified Asphalt Used as a Protective

Coating for Roofing. 11. D1653, Test Methods for Water Vapor Transmission of Organic Coating

Films. 12. D1668, Specification for Glass Fabrics (Woven and Treated) for Roofing

and Waterproofing. 13. D1970, Specification for Self-Adhering Polymer Modified Bituminous

Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection.

Page 177: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 3

14. D2178, Specification for Asphalt Glass Felt Used in Roofing and Waterproofing.

15. D2370, Test Method for Tensile Properties of Organic Coatings. 16. D2824, Specification for Aluminum-Pigmented Asphalt Roof Coatings,

Non-Fibered, Asbestos Fibered, and Fibered without Asbestos. 17. D3617, Practice Sampling and Analysis of New Built-up Roof Membranes. 18. D4263, Test Method for Indicating Moisture in Concrete by the Plastic

Sheet Method. 19. D4397, Specification for Polyethylene Sheeting for Construction, Industrial,

and Agricultural Applications. 20. D4586, Specification for Asphalt Roof Cement, Asbestos-Free. 21. D4601, Specification for Asphalt-Coated Glass Fiber Base Sheet Used in

Roofing. 22. D4798, Practice for Accelerated Weathering Test Conditions and

Procedures for Bituminous Materials (Xenon-Arc Method). 23. D6083, Specification for Liquid Applied Acrylic Coating Used in Roofing. 24. D6152, Specification for SEBS-Modified Mopping Asphalt Used in

Roofing. 25. D6163, Specification for Styrene Butadiene Styrene (SBS) Modified

Bituminous Sheet Materials Using Glass Fiber Reinforcements. 26. D6164, Specification for Styrene Butadiene Styrene (SBS) Modified

Bituminous Sheet Materials Using Polyester Reinforcements. 27. D6298, Specification for Fiberglass Reinforced Styrene-Butadiene-Styrene

(SBS) Modified Bituminous Sheets with a Factory Applied Metal Surface. 28. E108, Test Methods for Fire Tests of Roof Coverings. 29. E119, Test Methods for Fire Tests of Building Construction and Materials. 30. E1980, Practice for Calculating Solar Reflectance Index of Horizontal and

Low-Sloped Opaque Surfaces.

D. Code of Federal Regulations: CFR 59, Subpart D, National Volatile Organic Compound Emission Standards for Architectural Coatings.

E. Cool Roof Rating Council: CRRC-1, Product Rating Program.

F. FM Approvals:

1. 4450, Approval Standard for Class 1 insulated Steel Deck Roofs. 2. 4470, Approval Standard Class 1 Roof Covers. 3. RoofNav.

G. FM Global: Loss Prevention Data Sheet 1-29, Roof Deck Securement and Above-Deck Roof Components.

H. National Roofing Contractors Association: The NRCA Roofing and Waterproofing Manual.

Page 178: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 4

I. U.S. Department of Commerce, National Institute of Standards and Technology: DOC PS 2, Performance Standard for Wood-Based Structural-Use Panels.

J. U.S. Department of Energy: DOE Roof Products Qualified Product List.

K. Where reference is made to one of the above standards, the revision in effect at the opening shall apply.

1.04 DEFINITIONS

A. Roof Terminology: See ASTM D1079 and glossary of NRCA’s “The NRCA Roofing and Waterproofing Manual” for definition of terms related to roofing work in this section.

B. Hot Roofing Asphalt: Roofing asphalt heated to its equiviscous temperature, the temperature at which its viscosity is 125 centipoise for mop-applied roofing asphalt and 75 centipoise for mechanical spreader-applied roofing asphalt, within a range of plus or minus 25 degrees F, measured at the mop cart or mechanical spreader immediately before application.

1.05 PERFORMANCE REQUIREMENTS

A. General Performance: Installed membrane roofing and base flashings shall withstand specified uplift pressures, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Membrane roofing and base flashings shall remain watertight.

B. Material Compatibility: Provide roofing materials that are compatible with one another under conditions of service and application required, as demonstrated by membrane roofing manufacturer based on testing and field experience.

C. Roofing System Design: Provide membrane roofing system that is identical to systems that have been successfully tested by a qualified testing and inspecting agency to resist uplift pressure calculated according to ASCE/SEI 7.

D. FM Approvals Listing: Provide membrane roofing, base flashings, and component materials that comply with requirements in FM Approvals 4450 and FM Approvals 4470 as part of a membrane roofing system, and that are listed in FM Approvals’ “RoofNav” for Class 1 or noncombustible construction, as applicable. Identify materials with FM Approvals markings.

E. Energy Performance:

1. Provide roofing system with initial solar reflectance index not less than 78 when calculated according to ASTM E1980 based on testing identical products by a qualified testing agency.

Page 179: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 5

2. Provide roofing system that is listed on DOE’s ENERGY STAR “Roof Products Qualified Product List” for low-slope roof products.

3. Provide roofing system with initial solar reflectance not less than 0.70 and thermal emittance not less than 0.75 when tested according to Cool Roof Rating Council’s CRRC-1.

1.06 QUALITY ASSURANCE

A. Manufacturer Qualifications: A qualified manufacturer that is UL listed or FM Approvals approved for membrane roofing system identical to that used for this Project.

B. Installer Qualifications: A qualified firm that is approved, authorized, or licensed by membrane roofing system manufacturer to install manufacturer’s product and that is eligible to receive manufacturer’s special warranty.

C. Source Limitations: Obtain components including roof insulation, fasteners for membrane roofing system from same manufacturer as membrane roofing or approved by membrane roofing manufacturer.

D. Exterior Fire-Test Exposure: ASTM E108, Class A; for application and roof slopes indicated, as determined by testing identical membrane roofing materials by a qualified testing agency. Materials shall be identified with appropriate markings of applicable testing agency.

E. Fire-Resistance Ratings: Where indicated, provide fire-resistance-rated roof assemblies identical to those of assemblies tested for fire resistance in accordance with ASTM E119 by a qualified testing agency. Identify products with appropriate markings of applicable testing agency.

1.07 DELIVERY, STORAGE, AND HANDLING

A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer’s name, product brand name and type, date of manufacture, approval or listing agency markings, and directions for storing and mixing with other components.

B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight.

1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life.

C. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply

Page 180: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 6

with insulation manufacturer’s written instructions for handling, storing, and protecting during installation.

D. Handle and store roofing materials and place equipment in a manner to avoid permanent deflection of deck.

1.08 PROJECT CONDITIONS

A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer’s written instructions and warranty requirements.

1.09 WARRANTY

A. Special Warranty: Manufacturer’s standard or customized form, without monetary limitation, in which manufacturer agrees to repair or replace components of membrane roofing system that fail in materials or workmanship within specified warranty period.

1. Special warranty includes membrane roofing, base flashings, roof insulation, fasteners, cover boards, substrate board, roofing accessories, and other components of membrane roofing system.

2. Warranty Period: 20 years from date of Substantial Completion.

B. Special Project Warranty: Submit roofing installer’s warranty, on warranty form at end of this section, signed by installer, covering the Work of this section, including all components of membrane roofing system such as membrane roofing, base flashing, roof insulation, fasteners, cover boards, substrate boards, vapor retarders, and walkway products, for the following warranty period:

1. Warranty Period: 2 years from date of Substantial Completion.

PART 2 - PRODUCTS

2.01 SBS-MODIFIED ASPHALT-SHEET MATERIALS

A. SBS-Modified Bituminous Membrane Roofing:

1. Manufacturers, Basis of Design: Provide products by one of the following. a. CertainTeed Corp.; Specification No. SBS-I-2-A. b. Firestone Building Products. c. Johns Manville. d. Or equal.

Page 181: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 7

B. CertainTeed Flintlastic Ultra Poly SMS: Smooth-surfaced roofing membrane sheet. ASTM D6164, Grade S, Type I or Type II, SBS-modified asphalt sheet (reinforced with polyester fabric); smooth surfaced; suitable for application method specified, or.

1. Firestone; SBS Smooth. 2. Johns Manville; Dynalastic 180S.

C. CertainTeed Flintlastic FR-P Cap: Granite-surface roofing membrane cap sheet. ASTM D6164, Grade G, Type I or Type II, SBS-modified asphalt sheet (reinforced with polyester fabric); granular surfaced; suitable for application method specified, or:

1. Firestone; SBS FR. 2. Johns Manville; Dynalastic 180 FR. 3. Granule Color: Submit samples in conformance with reflectance criteria for

selection.

2.02 BASE FLASHING SHEET MATERIALS

A. CertainTeed Flintlastic Ultra Poly SMS Backer Sheet: ASTM D6164, Grade S, Type I or Type II, SBS-modified asphalt sheet (reinforced with polyester fabric); smooth surfaced; suitable for application method specified or:

1. Firestone; SBS Smooth. 2. Johns Manville; Dynalastic 180S.

B. CertainTeed; Flintlastic FR-P Cap Sheet: Granule-surface flashing sheet. ASTM D6164, Grade G, Type I or Type II, SBS-modified asphalt sheet (reinforced with polyester fabric); granular surfaced; suitable for application method specified, or:

1. Firestone; SBS FR. 2. Johns Manville; Dynalastic 180 FR. 3. Granule Color: Submit samples in conformance with reflectance criteria for

selection.

C. Glass-Fiber Fabric: Woven glass-fiber cloth, treated with asphalt, complying with ASTM D1668, Type I.

2.03 AUXILIARY ROOFING MEMBRANE MATERIALS

A. General: Auxiliary materials recommended by roofing system manufacturer for intended use and compatible with roofing membrane.

1. Liquid-type auxiliary materials shall comply with VOC limits of authorities having jurisdiction.

Page 182: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 8

2. Adhesives and sealants that are not on the exterior side of weather barrier shall comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24): a. Plastic Foam Adhesives: 50 g/L. b. Gypsum Board and Panel Adhesives: 50 g/L. c. Multipurpose Construction Adhesives: 70 g/L. d. Fiberglass Adhesives: 80 g/L. e. Contact Adhesive: 80 g/L. f. Other Adhesives: 250 g/L. g. Nonmembrane Roof Sealants: 300 g/L. h. Sealant Primers for Nonporous Substrates: 250 g/L. i. Sealant Primers for Porous Substrates: 775 g/L.

B. Asphalt Primer: ASTM D41.

C. Roofing Asphalt:

1. ASTM D312, Type III or Type IV as recommended by roofing system manufacturer for application.

2. ASTM D6152, SEBS modified.

D. Cold-Applied Adhesive: Roofing system manufacturer’s standard asphalt-based, one- or two-part, asbestos-free, cold-applied adhesive specially formulated for compatibility and use with roofing membrane and base flashings.

E. Asphalt Roofing Cement: ASTM D4586, asbestos-free, of consistency required by roofing system manufacturer for application.

F. Mastic Sealant: Polyisobutylene, plain or modified bitumen; nonhardening, nonmigrating, nonskinning, and nondrying.

G. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Approvals 4470, designed for fastening roofing membrane components to substrate; tested by manufacturer for required pullout strength, and acceptable to roofing system manufacturer.

H. Roofing Granules: Ceramic-coated roofing granules, No. 11 screen size with 100 percent passing No. 8 sieve and 98 percent of mass retained on No. 40 sieve, color to match roofing membrane.

I. Aggregate Surfacing: ASTM D1863, No. 6 or No. 67, clean, dry, opaque, water-worn gravel crushed stone, free of sharp edges.

J. Miscellaneous Accessories: Provide those recommended by roofing system manufacturer.

Page 183: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 9

2.04 FASTENERS

A. Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Approvals 4470, designed for fastening substrate board to roof deck.

2.05 VAPOR RETARDER (IF REQUIRED BY THE SYSTEM MANUFACTURER)

A. Self-Adhering Sheet Vapor Retarder: ASTM D1970, minimum of 40-mil-thick, polyethylene film laminated to layer of rubberized asphalt adhesive; maximum permeance rating of 0.1 perm; cold-applied, with slip-resisting surface and release paper backing. Provide primer when recommended by vapor-retarder manufacturer.

2.06 ROOF INSULATION

A. General: Preformed roof insulation boards manufactured or approved by roofing manufacturer, selected from manufacturer’s standard sizes suitable for application, of thicknesses indicated and that produce FM Approvals-approved roof insulation.

B. Polyisocyanurate Board Insulation: ASTM C1289, Type II, Class 1, Grade 2, felt or glass-fiber mat facer on both major surfaces.

C. Substrate Board: ASTM C1278/C1278M, cellulosic-fiber-reinforced, water-resistant gypsum substrate 1/4 inch thick.

1. Products: Subject to compliance with requirements, provide the following: a. USG Corporation; Securock. a. Or equal.

D. Tapered Insulation: Provide factory-tapered insulation boards fabricated to slope of 1/4 inch per 12 inches.

E. Provide preformed saddles, crickets, tapered edge strips, and other insulation shapes where indicated for sloping to drain. Fabricate to slopes indicated.

2.07 INSULATION ACCESSORIES

A. General: Furnish roof insulation accessories recommended by insulation manufacturer for intended use and compatibility with membrane roofing.

B. Fasteners: Factory-coated steel fasteners and metal or plastic plates meeting corrosion-resistance provisions in FM Approvals 4470, designed for fastening roof insulation to substrate and acceptable to roofing system manufacturer.

Page 184: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 10

C. Modified Asphaltic Insulation Adhesive: Insulation manufacturer’s recommended modified asphaltic, asbestos-free, cold-applied adhesive formulated to attach roof insulation to substrate or to another insulation layer.

D. Bead-Applied Insulation Adhesive: Insulation manufacturer’s recommended bead-applied, low-rise, one-component or multicomponent urethane adhesive formulated to attach roof insulation to substrate or to another insulation layer.

E. Full-Spread Applied Insulation Adhesive: Insulation manufacturer’s recommended spray-applied, low-rise, two-component urethane adhesive formulated to attach roof insulation to substrate or to another insulation layer.

F. Insulation Cant Strips: ASTM C728, perlite insulation board.

G. Wood Nailer Strips: Comply with requirements in paragraph 2.07.A above.

H. Tapered Edge Strips: ASTM C728, perlite insulation board.

I. Substrate Joint Tape: 6- or 8-inch-wide, coated, glass-fiber joint tape.

2.08 WALKWAYS

A. Walkway Pads: Reinforced asphaltic composition pads with slip-resisting mineral-granule surface or polymer-modified, reconstituted rubber pads with slip-resisting textured surface, manufactured as a traffic pad for foot traffic and acceptable to roofing system manufacturer, 3/4 inch thick, minimum.

PART 3 - EXECUTION

3.01 EXAMINATION

A. Examine substrates, areas, and conditions, with installer present, for compliance with the following requirements and other conditions affecting performance of roofing system.

1. Verify that roof openings and penetrations are in place and curbs are set and braced, and that roof drain bodies are securely clamped in place.

2. Verify that wood cants, blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation.

3. Verify that minimum concrete drying period recommended by roofing system manufacturer has passed.

4. Verify that concrete substrate is visibly dry and free of moisture. Test for capillary moisture by plastic sheet method according to ASTM D4263. a. Test for moisture by pouring 1 pint of hot roofing asphalt on deck at

start of each day’s work and at start of each roof area or plane. Do

Page 185: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 11

not proceed with roofing work if test sample foams or can be easily and cleanly stripped after cooling.

5. Verify that concrete-curing compounds that will impair adhesion of roofing components to roof deck have been removed.

6. Verify that deck is securely fastened with no projecting fasteners and with no adjacent units in excess of 1/16 inch out of plane relative to adjoining deck.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.02 PREPARATION

A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer’s written instructions. Remove sharp projections.

B. Prevent materials from entering and clogging roof drains and conductors and from spilling or migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking place or when rain is forecast.

C. Prime surface of concrete deck with asphalt primer at a rate of 3/4 gallon per 100 square feet and allow primer to dry.

D. Install insulation strips in ribs of acoustical roof decks according to acoustical roof deck manufacturer’s written instructions.

3.03 SUBSTRATE BOARD INSTALLATION

A. Install substrate board with long joints in continuous straight lines, perpendicular to roof slopes with end joints staggered between rows. Tightly butt substrate boards together.

1. Fasten substrate board to top flanges of steel deck according to recommendations in FM Approvals’ “RoofNav” and FM Global Loss Prevention Data Sheet I-29 for specified windstorm resistance classification.

2. Fasten substrate board to top flanges of steel deck to resist uplift pressure at corners, perimeter, and field of roof according to membrane roofing system manufacturer’s written instructions.

3.04 VAPOR-RETARDER INSTALLATION

A. Polyethylene Film: Loosely lay polyethylene-film vapor retarder in a single layer over area to receive vapor retarder, side and end lapping each sheet a minimum of 2 inches and 6 inches, respectively.

1. Continuously seal side and end laps with tape.

Page 186: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 12

B. Laminate Sheet: Install laminate-sheet vapor retarder in a single layer over area to receive vapor retarder, side and end lapping each sheet a minimum of 2 inches and 6 inches, respectively. Bond vapor retarder to substrate as follows:

1. Apply adhesive at rate recommended by vapor-retarder manufacturer. Seal laps with adhesive.

2. Apply ribbons of hot roofing asphalt at spacing, temperature, and rate recommended by vapor-retarder manufacturer. Seal laps with hot roofing asphalt.

C. Self-Adhering Sheet Vapor Retarder: Prime substrate if required by manufacturer. Install self-adhering sheet vapor retarder over area to receive vapor retarder, side and end lapping each sheet a minimum of 3-1/2 inches and 6 inches, respectively. Seal laps by rolling.

D. Completely seal vapor retarder at terminations, obstructions, and penetrations to prevent air movement into membrane roofing system.

3.05 INSULATION INSTALLATION

A. Comply with roofing system manufacturer’s written instructions for installing roof insulation.

B. Nailer Strips: Mechanically fasten 4-inch nominal (89-mm actual) width wood nailer strips of same thickness as insulation perpendicular to sloped roof deck at the following spacing:

1. 16 feet apart for roof slopes steeper than 1 inch per 12 inches but less than 3 inches per 12 inches.

C. Insulation Cant Strips: Install and secure preformed 45-degree insulation cant strips at junctures of roofing membrane system with vertical surfaces or angle changes more than 45 degrees.

D. Install tapered insulation under area of roofing to conform to slopes indicated.

E. Install insulation with long joints of insulation in a continuous straight line with end joints staggered between rows, abutting edges and ends between boards. Fill gaps exceeding 1/4 inch with insulation.

1. Cut and fit insulation within 1/4 inch of nailers, projections, and penetrations.

F. Install insulation under area of roofing to achieve required thickness. Where overall insulation thickness is 3 inches or more, install two or more layers with joints of each succeeding layer staggered from joints of previous layer a minimum of 6 inches in each direction.

Page 187: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 13

G. Trim surface of insulation where necessary at roof drains so completed surface is flush and does not restrict flow of water.

H. Install tapered edge strips at perimeter edges of roof that do not terminate at vertical surfaces.

I. Mechanically Fastened and Adhered Insulation: Install first layer of insulation to deck using mechanical fasteners specifically designed and sized for fastening specified board-type roof insulation to deck type.

1. Fasten first layer of insulation according to requirements in FM Approvals’ “RoofNav” for specified windstorm resistance classification.

2. Fasten first layer of insulation to resist uplift pressure at corners, perimeter, and field of roof.

3. Set each subsequent layer of insulation in a solid mopping of hot roofing asphalt applied within plus or minus 25 degrees F of equiviscous temperature.

J. Install cover boards over insulation with long joints in continuous straight lines with end joints staggered between rows. Offset joints a minimum of 6 inches in each direction from joints of insulation below. Loosely butt cover boards together and fasten to roof deck. Tape joints if required by roofing system manufacturer.

1. Apply hot roofing asphalt to underside, and immediately bond cover board to substrate.

3.06 ROOFING MEMBRANE INSTALLATION, GENERAL

A. Install roofing membrane system according to roofing system manufacturer’s written instructions and applicable recommendations in ARMA/NRCA’s “Quality Control Guidelines for the Application of Polymer Modified Bitumen Roofing” and as follows:

1. Deck Type: I (insulated). 2. Adhering Method: Hot asphalt. 3. Number of SBS-Modified Asphalt Sheets: Two. 4. Surfacing Type: Mineral granule.

B. Start installation of roofing membrane in presence of roofing system manufacturer’s technical personnel.

C. Cooperate with testing agencies engaged or required to perform services for installing roofing system.

Page 188: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 14

D. Coordinate installation of roofing system so insulation and other components of the roofing membrane system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast.

1. At end of each day’s work, provide tie-offs to cover exposed roofing membrane sheets and insulation with a course of coated felt set in roofing cement or hot roofing asphalt, with joints and edges sealed.

2. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system.

3. Remove and discard temporary seals before beginning work on adjoining roofing.

E. Substrate-Joint Penetrations: Prevent roofing asphalt and adhesives from penetrating substrate joints, entering building, or damaging roofing system components or adjacent building construction.

3.07 SBS-MODIFIED BITUMINOUS MEMBRANE INSTALLATION

A. Install modified bituminous roofing membrane sheet and cap sheet according to roofing manufacturer’s written instructions, starting at low point of roofing system. Extend roofing membrane sheets over and terminate beyond cants, installing as follows:

1. Adhere to substrate in a solid mopping of hot roofing asphalt applied at not less than 425 degrees F.

2. Unroll roofing membrane sheets and allow them to relax for minimum time period required by manufacturer.

B. Laps: Accurately align roofing membrane sheets, without stretching, and maintain uniform side and end laps. Stagger end laps. Completely bond and seal laps, leaving no voids.

1. Repair tears and voids in laps and lapped seams not completely sealed. 2. Apply roofing granules to cover exuded bead at laps while bead is hot.

C. Install roofing membrane sheets so side and end laps shed water.

3.08 FLASHING AND STRIPPING INSTALLATION

A. Install base flashing over cant strips and other sloped and vertical surfaces, at roof edges, and at penetrations through roof; secure to substrates according to roofing system manufacturer’s written instructions, and as follows:

1. Prime substrates with asphalt primer if required by roofing system manufacturer.

Page 189: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 15

2. Backer Sheet Application: a. Mechanically fasten backer sheet to walls or parapets. Adhere

backer sheet over roofing membrane at cants in cold-applied adhesive.

b. Adhere backer sheet to substrate in cold-applied adhesive at rate required by roofing system manufacturer.

3. Flashing Sheet Application: Adhere flashing sheet to substrate in cold-applied adhesive at rate required by roofing system manufacturer.

B. Extend base flashing up walls or parapets a minimum of 8 inches above roofing membrane and 4 inches onto field of roofing membrane.

C. Mechanically fasten top of base flashing securely at terminations and perimeter of roofing.

1. Seal top termination of base flashing.

D. Install roofing membrane cap-sheet stripping where metal flanges and edgings are set on membrane roofing according to roofing system manufacturer’s written instructions.

E. Roof Drains: Set 30- by 30-inch square metal flashing in bed of asphalt roofing cement on completed roofing membrane. Cover metal flashing with roofing membrane cap-sheet stripping and extend a minimum of 6 inches beyond edge of metal flashing onto field of roofing membrane. Clamp roofing membrane, metal flashing, and stripping into roof-drain clamping ring.

1. Install stripping according to roofing system manufacturer’s written instructions.

3.09 WALKWAY INSTALLATION

A. Walkway Pads: Install walkway pads using units of size indicated or, if not indicated, of manufacturer’s standard size according to walkway pad manufacturer’s written instructions.

1. Set walkway pads in cold-applied adhesive. 2. Set walkway pads in additional pour coat of hot roofing asphalt after

aggregate surfacing of modified bituminous roofing membrane.

B. Walkway Cap Sheet Strips: Install walkway cap sheet strips over roofing membrane using same application method as used for roofing membrane cap sheet. Install walkway cap sheet strips before flood coat and aggregate surface is applied.

Page 190: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 16

3.10 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections and to prepare test reports.

B. Test Cuts: Test specimens will be removed to evaluate problems observed during quality-assurance inspections of roofing membrane as follows:

1. Approximate quantities of components within roofing membrane will be determined according to ASTM D3617.

2. Test specimens will be examined for interply voids according to ASTM D3617 and to comply with criteria established in Appendix 3 in ARMA/NRCA’s “Quality Control Guidelines for the Application of Polymer Modified Bitumen Roofing.”

3. Repair areas where test cuts were made according to roofing system manufacturer’s written instructions.

C. Final Roof Inspection: Arrange for roofing system manufacturer’s technical personnel to inspect roofing installation on completion.

1. Notify Architect and Owner 48 hours in advance of date and time of inspection.

D. Roofing system will be considered defective if it does not pass tests and inspections.

1. Additional testing and inspecting, at Contractor’s expense, will be performed to determine if replaced or additional work complies with specified requirements.

3.11 PROTECTING AND CLEANING

A. Protect roofing system from damage and wear during remainder of construction period. When remaining construction will not affect or endanger roofing, inspect roofing for deterioration and damage, describing its nature and extent in a written report, with copies to Architect and Owner.

B. Correct deficiencies in or remove roofing system that does not comply with requirements, repair substrates, and repair or reinstall roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements.

C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction.

Page 191: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 17

3.12 ROOFING INSTALLER’S WARRANTY

A. WHEREAS <Insert name> of <Insert address>, herein called the “Roofing Installer,” has performed roofing and associated Work (“work”) on the following project:

1. Owner: <Insert name of Owner>. 2. Address: <Insert address>. 3. Building Name/Type: <Insert information>. 4. Address: <Insert address>. 5. Areas of Work: <Insert information>. 6. Acceptance Date: <Insert date>. 7. Warranty Period: <Insert time>. 8. Expiration Date: <Insert date>.

B. AND WHEREAS Roofing Installer has contracted (either directly with Owner or indirectly as a subcontractor) to warrant said work against leaks and faulty or defective materials and workmanship for designated Warranty Period,

C. NOW THEREFORE Roofing Installer hereby warrants, subject to terms and conditions herein set forth, that during Warranty Period he will, at his own cost and expense, make or cause to be made such repairs to or replacements of said work as are necessary to correct faulty and defective work and as are necessary to maintain said work in a watertight condition.

D. This Warranty is made subject to the following terms and conditions:

1. Specifically excluded from this Warranty are damages to work and other parts of the building, and to building contents, caused by: a. lightning; b. peak gust wind speed exceeding <insert wind speed> mph (m/s); c. fire; d. failure of roofing system substrate, including cracking, settlement,

excessive deflection, deterioration, and decomposition; e. faulty construction of parapet walls, copings, chimneys, skylights,

vents, equipment supports, and other edge conditions and penetration of the Work;

f. vapor condensation on bottom of roofing; and. g. activity on roofing by others, including construction contractors,

maintenance personnel, other persons, and animals, whether authorized or unauthorized by Owner.

2. When work has been damaged by any of foregoing causes, Warranty shall be null and void until such damage has been repaired by Roofing Installer and until cost and expense thereof have been paid by Owner or by another responsible party so designated.

Page 192: HL Mooney WRF Roof Replacement Project · Attn: Purchasing Manager BID DOCUMENTS: The bid documents may be examined at the Purchasing Office, Prince William County Service Authority,

Prince William County Service Authority H.L. Mooney WRF Roof Replacement Project

07520 - 18

3. Roofing Installer is responsible for damage to work covered by this Warranty but is not liable for consequential damages to building or building contents resulting from leaks or faults or defects of work.

4. During Warranty Period, if Owner allows alteration of work by anyone other than Roofing Installer, including cutting, patching, and maintenance in connection with penetrations, attachment of other work, and positioning of anything on roof, this Warranty shall become null and void on date of said alterations, but only to the extent said alterations affect work covered by this Warranty. If Owner engages Roofing Installer to perform said alterations, Warranty shall not become null and void unless Roofing Installer, before starting said work, shall have notified Owner in writing, showing reasonable cause for claim, that said alterations would likely damage or deteriorate work, thereby reasonably justifying a limitation or termination of this Warranty.

5. During Warranty Period, if original use of roof is changed and it becomes used for, but was not originally specified for, a promenade, work deck, spray-cooled surface, flooded basin, or other use or service more severe than originally specified, this Warranty shall become null and void on date of said change, but only to the extent said change affects work covered by this Warranty.

6. Owner shall promptly notify Roofing Installer of observed, known, or suspected leaks, defects, or deterioration and shall afford reasonable opportunity for Roofing Installer to inspect work and to examine evidence of such leaks, defects, or deterioration.

7. This Warranty is recognized to be the only warranty of Roofing Installer on said work and shall not operate to restrict or cut off Owner from other remedies and resources lawfully available to Owner in cases of roofing failure. Specifically, this Warranty shall not operate to relieve Roofing Installer of responsibility for performance of original work according to requirements of the Contract Documents, regardless of whether Contract was a contract directly with Owner or a subcontract with Owner’s General Contractor.

E. IN WITNESS THEREOF, this instrument has been duly executed this <Insert day> day of <Insert month> <Insert year>.

1. Authorized Signature: <Insert signature>. 2. Name: <Insert name>. 3. Title: <Insert title>.

END OF SECTION