!!" #$!%&#!" ' (& ')*+!"

Similar documents
WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

West Ridge Park Ballfield Light Pole Structural Assessment

INSTRUCTIONS TO BIDDERS

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

AIA Document A101 TM 2007

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

MASTER SUBCONTRACT AGREEMENT

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

WEXFORD COUNTY REQUEST FOR PROPOSALS

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

REQUIRED BID FORMS SECTION

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

SUBCONTRACT (SHORT FORM)

REQUIRED BID FORMS SECTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

VILLAGE OF ORLAND PARK (Contract for Small Construction or Installation Project) This Contract is made this day of, 20 by and between the Village

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement.

WASHAKIE COUNTY STANDARD CONTRACT DOCUMENTS

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PROPOSAL LIQUID CALCIUM CHLORIDE

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

W I T N E S S E T H:

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

ARIZONA STATE UNIVERSITY STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION)

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

DATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

SAFETY FIRST GRANT CONTRACT

SAN DIEGO CONVENTION CENTER CORPORATION

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

PART INSTRUCTIONS TO BIDDERS

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

AIA Document A101 TM 2007

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

Please ensure that the following information is enclosed in your subcontract package:

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Subcontract Agreement

OGC-S Owner-Contractor Construction Agreement

UNIVERSITY OF ARIZONA - STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION)

RFP GENERAL TERMS AND CONDITIONS

TERMS AND CONDITIONS

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition

FACILITIES CONSTRUCTION (LEGAL)

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

Madera Unified School District

AGC s Preliminary Commentary to the 2007 Edition of the AIA A201 General Terms and Conditions Document

SAMPLE SUBCONTRACTOR AGREEMENT

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

REQUEST FOR PROPOSALS

Standard Form of Agreement Between Contractor and Subcontractor

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SUBCONTRACTOR AGREEMENT

CONTRACT DOCUMENTS and SPECIFICATIONS for Union County. Supplying and Delivering Precast Concrete Box Culverts

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

The City of Moore Moore, Oklahoma

2. AMENDMENTS TO BID:

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

COUNTY OF COLE JEFFERSON CITY, MISSOURI

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Washington University in St. Louis

Project # and Name Subcontract Firm Name Subcontract #: Appendix F - Subcontract Terms and Conditions

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE

Transcription:

!!" #$!%&#!" ' (& ')*+!" '&$,$- 1

OVERVIEW Documents organized in accordance with Construction Specification Institute Table of Contents Relationship between Division 0 and Division 1 ODOT and City Supplement 2

INSTRUCTION TO BIDDERS 3 00 21 13-1

INSTRUCTION TO BIDDERS Pg. 4 G. PREPARATION OF BIDS 4 00 21 13-4

INSTRUCTION TO BIDDERS Pg. 4 G. PREPARATION OF BIDS 5 00 21 13-4

INSTRUCTION TO BIDDERS Pg. 4 G. PREPARATION OF BIDS 6 00 21 13-4

UNIT PRICE SHEET 7 00 41 02-1

INSTRUCTION TO BIDDERS Pg. 4 G. PREPARATION OF BIDS 8 00 21 13-4

TOTAL BID SUMMARY 9 00 41 03-1

INSTRUCTION TO BIDDERS Pg. 4 G. PREPARATION OF BIDS 10 00 21 13-4

OFFICIAL BID FORM 11 00 41 04-1

INSTRUCTION TO BIDDERS Pg. 4 G. PREPARATION OF BIDS 12 00 21 13-4

BIDDER S AFFIDAVIT Pg. 1 13 00 41 05-1

INSTRUCTION TO BIDDERS Pg. 4 G. PREPARATION OF BIDS 14 00 21 13-4

SBE GOAL COMPLIANCE PLAN 15 00 41 06-1

INSTRUCTION TO BIDDERS Pg. 4 G. PREPARATION OF BIDS 16 00 21 13-4

BID GUARANTEE & CONTRACT BOND 17 00 41 07-1

BID GUARANTEE & CONTRACT BOND 18 00 41 07-2

CERTIFIED CHECK FORM 19 00 41 08-1

INSTRUCTION TO BIDDERS Pg. 4 G. PREPARATION OF BIDS 20 00 21 13-4

ADDENDA ACKNOWLEDGEMENT FORM 21 00 41 09-1

INSTRUCTION TO BIDDERS Pg. 4 G. PREPARATION OF BIDS 22 00 21 13-4

CONTRACTOR S QUALIFICATION STATEMENT 23 00 43 10-1

INSTRUCTION TO BIDDERS Pg. 4 G. PREPARATION OF BIDS 24 00 21 13-4

INSTRUCTION TO BIDDERS Pg. 4 G. PREPARATION OF BIDS 25 00 21 13-5

INSTRUCTION TO BIDDERS Pg. 5 G. PREPARATION OF BIDS 26 00 21 13-5

27 INSTRUCTION TO BIDDERS Pg. 5 G. PREPARATION OF BIDS - COMBINATION BIDS (G.7.g.1.a and b) When combination bid option available on Bid Form, Bidder submitting combination bid for two or more bid packages shall include following on Bid Form: 1. Combination bid amount, identifying bid packages combined 2. Separate base bids for each bid package, including alternates, indicated on combination bid Note: Individual cost amounts of each base bid need not total combination bid amount 00 21 13-5 and 6

INSTRUCTION TO BIDDERS p.7 METHOD OF AWARD 28 00 21 13-7

INSTRUCTION TO BIDDERS p.7 (H.2) City reserves rights to: Reject any and all bids Waive technicalities in Contract Documents Advertise for new bids METHOD OF AWARD Accept any bid deemed most favorable to City, if in judgment of City purchasing agent, City Manager or duly authorized contracting officer (Director of MSDGC for waste water projects), it is in best interests of City 29 00 21 13-7

INSTRUCTION TO BIDDERS p.7 METHOD OF AWARD (H.3) Determination of Lowest and Best Bid may include consideration of: Qualifications of Bidders Compliance of bids with prescribed requirements Any requested alternatives and unit prices Qualifications and experience of suppliers and distributors Investigations, as deemed necessary, to establish responsibility, qualifications and financial ability of Bidders, proposed distributors and material suppliers, and others to perform work 30 00 21 13-7

INSTRUCTION TO BIDDERS p.9 METHOD OF AWARD - SUBMITTAL OF DOCUMENTS 31 00 21 13-9

CONTRACT BOND 32 00 61 01-2

INSTRUCTION TO BIDDERS p.9 METHOD OF AWARD - SUBMITTAL OF DOCUMENTS 33 00 21 13-9

CONTRACTOR S PERSONAL PROPERTY TAX AFFIDAVIT 34 00 62 01-1

INSTRUCTION TO BIDDERS p.9 METHOD OF AWARD - SUBMITTAL OF DOCUMENTS 35 00 21 13-9

DECLARATION REGARDING MATERIAL ASSISTANCE/NONASSISTANCE TO A TERRORIST ORGANIZATION 36 00 62 02

INSTRUCTION TO BIDDERS p.9 METHOD OF AWARD - SUBMITTAL OF DOCUMENTS 37 00 21 13-9

SUBCONTRACTOR INFORMATION FORM 38 00 62 03-1

INSTRUCTION TO BIDDERS p.9 METHOD OF AWARD - SUBMITTAL OF DOCUMENTS 39 00 21 13-9

INSTRUCTION TO BIDDERS p.9 METHOD OF AWARD 40 00 21 13-9

INSTRUCTION TO BIDDERS p.10 METHOD OF AWARD - AWARD AND CANCELLATION OF CONTRACT 41 00 21 13-10

INSTRUCTION TO BIDDERS p.10 SUBSTITUTION/NON-SPECIFIED PRODUCTS 42 00 21 13-10

INSTRUCTION TO BIDDERS p.10 SUBSTITUTION/NON-SPECIFIED PRODUCTS (J.3) Bidders on prime contracts wanting approval of non-specified products must submit written request to City at least 10 days before bid date Substitution Form is included in Bid Documents City s decision of approval of a proposed product will be final (J.4) When City approves a substitution before receipt of bids, approval will be included in an Addendum so other Bidders can include pricing of product in the Bids Bidders cannot rely on approvals made in any other manner Substitution not approved until included in an approved Addendum 43 00 21 13-10

SUBSTITUTION FORM 44 00 43 25-1

CITY CONTRACTOR AGREEMENT 00-52-01 45

CITY-CONTRACTOR AGREEMENT p.1 46 00 52-01-1

CITY-CONTRACTOR AGREEMENT p.2 47 00 52-01-2

CITY-CONTRACTOR AGREEMENT p.2 48 00 52-01-2

CITY-CONTRACTOR AGREEMENT p.3 COMPLETION AND COORDINATION 49 00 52-01-3

CITY-CONTRACTOR AGREEMENT p.3 COMPLETION AND COORDINATION 50 00 52-01-3

CITY-CONTRACTOR AGREEMENT p.3 COMPLETION AND COORDINATION 51 00 52-01-3

CITY-CONTRACTOR AGREEMENT p.3 COMPLETION AND COORDINATION 52 00 52-01-3

CITY-CONTRACTOR AGREEMENT p.3 COMPLETION AND COORDINATION 53 00-52-01-3

CITY-CONTRACTOR AGREEMENT p.4 LIQUIDATED DAMAGES 54 00 52-01-4

CITY-CONTRACTOR AGREEMENT p.4 LIQUIDATED DAMAGES 55 00 52-01-4

CITY-CONTRACTOR AGREEMENT p.4 LIQUIDATED DAMAGES 56 00 52-01-4

CITY-CONTRACTOR AGREEMENT p.5 CONSENT DECREE DAMAGES AND/OR PENALTIES 57 00 52-01-5

CITY-CONTRACTOR AGREEMENT p.5 CONSENT DECREE DAMAGES AND/OR PENALTIES 58 00 52-01-5

CITY-CONTRACTOR AGREEMENT P. 5 CONTRACT SUM 59 00 52-01-5

60 GENERAL CONDITIONS

GENERAL CONDITIONS 61 EJCDC GC-1

GENERAL CONDITIONS 1.03 CONTRACT ASSIGNMENT 62 EJCDC GC-9

GENERAL CONDITIONS 1.03 CONTRACT ASSIGNMENT 1.03.A Contract Assignment Assignment to General Trades Contractor 1. City may assign its rights from the Assigned Contractor(s) to the General Trades Contractor 2. The General Trades Contractor shall accept responsibility for Assigned Contractor s performance and be fully responsible for liquidated damages for failure to timely perform assigned work 3. All coordination, administration, and costs associated with General Trades Contractor s responsibilities for administration of Assigned Contracts to be included in General Trades Contractor s bid 4. General Trades Contractor to indemnify City for interest paid for failure to promptly pay Assigned Contractor(s) 63 EJCDC GC-9

GENERAL CONDITIONS 1.03 CONTRACT ASSIGNMENT 1.03.B Contract Assignment Assigned Contractors Assigned Contractor(s) shall execute Assigned Contractor Acknowledgement of Assignment Assigned Contractors shall accept assignment and perform under Assigned Contracts all duties and responsibilities imposed by Contract Documents 64 EJCDC GC-9

MANAGING CONTRACTOR ASSIGNMENT AGREEMENT 65 00 62 12-1

ASSIGNED CONTRACTOR ACKNOWLEDGMENT OF ASSIGNMENT 66 00 62 13-1

GENERAL CONDITIONS 1.03 CONTRACT ASSIGNMENT 67 103.C Bid Guaranty, Performance and Payment Bond Bid guarantee of Bidder for contract designated for status as either General Trades Contractor or Assigned Contractor guarantees Bidder will accept assignment General Trades Contractor shall furnish a new, revised Contract Performance and Payment Bond in an amount equal to General Trades Contractor s bid plus sum of bids of all Assigned Contractors assigned to the General Trades Contractor All Assigned Contractors shall furnish to General Trades Contractor a new, revised Contract Performance and Payment Bond in an amount equal to Assigned Contractor s bid, naming General Trades Contractor as Obligee EJCDC GC-10

GENERAL CONDITIONS ARTICLE 2 PRELIMINARY MATTERS 68 EJCDC GC-10

GENERAL CONDITIONS ARTICLE 2 PRELIMINARY MATTERS 69 EJCDC GC-10

GENERAL CONDITIONS ARTICLE 3 CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 70 EJCDC GC-12

GENERAL CONDITIONS ARTICLE 5- BONDS AND INSURANCE 5.01.D Material Default or Termination Surety to complete investigation of claim by City of material default by Contractor within 21 days of City s notice Surety should start looking for a replacement contractor Surety shall promptly visit offices of Contractor and City to inspect and copy Project records Contractor and City to make records available during regular business hours upon surety s written request City making records available to Surety satisfies City s obligation to furnish documents to Surety for investigation Surety shall provide City with results of investigation, including any written report or documents 71 EJCDC GC-16

72 GENERAL CONDITIONS ARTICLE 5- BONDS AND INSURANCE 5.01.D Material Default or Termination (cont d) Surety to complete investigation of claim by City of material default by Contractor within 21 days If City terminates Contract and surety proposes take over, must do so no later than later of expiration of 21-day investigation period or 10 days after date of City s termination If surety proposes providing replacement contractor, such contractor must be fully capable of performing the Work in accordance with Contract Documents If contractor terminated for cause, replacement contractor shall not be contractor or its employees without written agreement of City If surety takes over, surety s obligations not limited to Bond amount If surety fails to propose an acceptable contractor, City may complete Work by such means as it deems appropriate If City agrees to accept replacement contractor, such contractor must furnish own bond for its scope of work and contractor and surety not relieved from obligations under Contract Documents EJCDC GC-16

GENERAL CONDITIONS ARTICLE 5- BONDS AND INSURANCE 73 EJCDC GC-17

74 GENERAL CONDITIONS ARTICLE 5- BONDS AND INSURANCE 5.04.B.2.A. Minimum limits of liability 1) Commercial General Liability - $1,000,000 each occurrence and $2,000,000 aggregate 2) Automobile Liability - $1,000,000 per person and $1,000,000 each accident 3) Supplemental Umbrella Policy on an occurrence basis providing additional coverage in total amount of: $1,000,000 for each occurrence and $1,000,000 aggregate for Contract Price of $250,000 or less $2,000,000 each occurrence and $2,000,000 aggregate for Contract Price greater than $250,000 but less than or equal to $500,000 $3,000,000 each occurrence and $3,000,000 aggregate for Contract Price greater than $500,000 but less than or equal to $1,000,000 $5,000,000 each occurrence and $5,000,000 aggregate for Contract Price greater than $1,000,000 EJCDC GC-18

GENERAL CONDITIONS ARTICLE 5- BONDS AND INSURANCE 75 EJCDC GC-19

GENERAL CONDITIONS ARTICLE 5- BONDS AND INSURANCE 76 EJCDC GC-20

GENERAL CONDITIONS ARTICLE 6- CONTRACTOR S RESPONSIBILITY 77 EJCDC GC-22

GENERAL CONDITIONS ARTICLE 6- CONTRACTOR S RESPONSIBILITY 6.04 Construction Progress Schedule 78 EJCDC GC-22

GENERAL CONDITIONS ARTICLE 6- CONTRACTOR S RESPONSIBILITY 79 EJCDC GC-26

GENERAL CONDITIONS ARTICLE 6- CONTRACTOR S RESPONSIBILITY 80 EJCDC GC-26

GENERAL CONDITIONS ARTICLE 6- CONTRACTOR S RESPONSIBILITY 81 EJCDC GC-27

GENERAL CONDITIONS ARTICLE 6- CONTRACTOR S RESPONSIBILITY 82 EJCDC GC-27

GENERAL CONDITIONS ARTICLE 6- CONTRACTOR S RESPONSIBILITY 83 EJCDC GC-27

GENERAL CONDITIONS ARTICLE 6- CONTRACTOR S RESPONSIBILITY 84 EJCDC GC-27

GENERAL CONDITIONS ARTICLE 6- CONTRACTOR S RESPONSIBILITY 85 EJCDC GC-27

GENERAL CONDITIONS ARTICLE 10 CHANGES IN THE WORK; CLAIMS 86 00 72 00-29

REFERENCE FORMS (SECTION 01 33 19) CHANGES TO THE WORK 87 01 33 19-1

GENERAL CONDITIONS ARTICLE 10 CHANGES IN THE WORK; CLAIMS 88 10.05 Claims B. Claims Submittal Procedure 1. Notice of Claim by City Condition precedent to change in Contract Price or Contract Time or recovery of damages against Contractor City must give written notice to Contractor and substantiate City s claim 2. Notice of Claim by Contractor Condition precedent to change in Contract Price or Contract Time or recovery of damages by Contractor Contractor must give written notice to MSD Document Control within reasonable time, not to exceed 15 calendar days from start of event giving rise to claim Contractor must substantiate its claim and provide sufficient detail to enable investigation Must conspicuously state NOTICE OF CLAIM EJCDC GC-30

GENERAL CONDITIONS ARTICLE 10 CHANGES IN THE WORK; CLAIMS 10.05 Claims B. Claims Submittal Procedure (cont d) 3. Statement of Claim Contractor s delivery of a fully completed Statement of Claim form to MSD Document Control is also a condition precedent Must submit within 15 calendar days from submission of Notice of Claim or within 30 days of the start of the event giving rise to the Claim, whichever occurs first 89 EJCDC GC-30

TIMELINE OF NOTICE OF CLAIM Event Written Notice of Claim 15 day maximum 15 day maximum 90 30 day maximum Statement of Claim

STATEMENT OF CLAIM FORM 91 00 63 64-1

GENERAL CONDITIONS ARTICLE 10 CHANGES IN THE WORK; CLAIMS 10.05.C and D Claims - The City s Action City will review and take written action on Claim within 45 calendar days after receipt of Statement of Claim Deny Claim in whole or in part, or Approve Claim City s failure to take action on Claim within such 45 days is deemed denial of Claim 92 EJCDC GC-30 and 31

GENERAL CONDITIONS ARTICLE 10 CHANGES IN THE WORK; CLAIMS 10.05.G Claims - False or Fraudulent Claim Contractor shall not knowingly present or cause to be presented a false or fraudulent claim Knowingly defined as in Section 3729(b) USC of the False Claims Act Contractor liable to City for same civil penalty and damages as US Government entitled to under False Claims Act Contractor shall indemnify and hold City harmless for all costs and expenses incurred in investigating Claim, defending against Claim, and in pursuing penalty, damages, fees and costs 93 EJCDC GC-31

GENERAL CONDITIONS ARTICLE 10 CHANGES IN THE WORK; CLAIMS 10.05.H Claims - Claim Documentation Within 10 calendar days of City s written request, Contractor to make available all books, records or other documents in its possession or to which it has access Contractor s daily logs/reports, original estimates of Work and applicable agreements, correspondence, accounting records, etc. from which Contractor s costs may be derived Condition precedent to any further proceeding under the Contract Documents or payment of an Application for Payment Failure to provide is material breach and Contractor shall indemnify City for all costs, losses, and damages due to such failure 94 EJCDC GC-31

GENERAL CONDITIONS ARTICLE 12 CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 95 EJCDC GC-34

GENERAL CONDITIONS ARTICLE 12 CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 96 EJCDC GC-34

GENERAL CONDITIONS ARTICLE 12 CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 97 EJCDC GC-34

GENERAL CONDITIONS ARTICLE 12 CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 98 EJCDC GC-34

12.03 Delays A.2 Weather Delays GENERAL CONDITIONS ARTICLE 12 CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 99 EJCDC GC-35

12.03 Delays GENERAL CONDITIONS ARTICLE 12 CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 100 EJCDC GC-35

GENERAL CONDITIONS ARTICLE 13 TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 101 EJCDC GC-36

GENERAL CONDITIONS ARTICLE 13 TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 102 EJCDC GC-36 and 37

GENERAL CONDITIONS ARTICLE 14 PAYMENTS TO CONTRACTOR AND COMPLETION 103 EJCDC GC-37

CONTRACTOR S PAYMENT APPLICATION CHECKLIST 104 00 68 01-1

CONTRACTOR S PAYMENT APPLICATION CHECKLIST 105 00 68 01-1

CONTRACTOR S AFFIDAVIT WITH LIST OF SUBCONTRACTORS AND SUPPLIERS WITH ANY AMOUNTS WITHHELD 106 00 68 02-1

CONTRACTOR S AFFIDAVIT WITH LIST OF SUBCONTRACTORS AND SUPPLIERS WITH ANY AMOUNTS WITHHELD 107 00 68 02-1

CONTRACTOR S PAYMENT APPLICATION CHECKLIST 108 00 68 01-1

CONTRACTOR S WAIVER AND RELEASE AFFIDAVIT 109 00 68 03-1

CONTRACTOR S PAYMENT APPLICATION CHECKLIST 110 00 68 01-1

SUBCONTRACTORS SUPPLIERS WAIVER & RELEASE AFFIDAVIT 111 00 68 04-1

CONTRACTOR S PAYMENT APPLICATION CHECKLIST 112 00 68 01-1

CONTRACTOR S PAYMENT APPLICATION CHECKLIST 6. FOR MATERIALS AND EQUIPMENT STORED OFF-SITE: 113 00 68 01-2

CONTRACTOR S PAYMENT APPLICATION CHECKLIST 114 00 68 01-2

AFFIDAVIT OF CONTRACTOR OR SUBCONTRACTOR PREVAILING WAGE 115 00 68 06-1

CONTRACTOR S PAYMENT APPLICATION CHECKLIST 116 00 68 01-2

GENERAL CONDITIONS ARTICLE 14 PAYMENTS TO CONTRACTOR AND COMPLETION 117 EJCDC GC-39

GENERAL CONDITIONS ARTICLE 14 PAYMENTS TO CONTRACTOR AND COMPLETION 118 EJCDC GC-39

GENERAL CONDITIONS ARTICLE 16 DISPUTE RESOLUTION 16.01.A. Settlement, Methods and Procedures If Contractor files Claim City entitled to make offer of settlement any time up to trial date Any offer of settlement not admissible into evidence except on issue of entitlement to attorneys fees, costs and expenses If at any stage of litigation Claim is dismissed or found to be without merit, or damages awarded to Contractor do not exceed City s offer of settlement, Contractor liable to City for all attorneys fees, costs and expenses from date of offer of settlement until date of final adjudication and resolution of Claim Any litigation to be filed in County of Common Pleas for Hamilton County 119 EJCDC GC-41 and 42

120 QUESTIONS?