Full Text
DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 103 ADAMS AVENUE LEWISTON, MAINE 04240 Tel. [PHONE REDACTED] Fax [PHONE REDACTED] CONTRACT AND CONTRACT DOCUMENTS For WALNUT STREET REHABILITATION AND SIDEWALK IMPROVEMENTS Bates Street to Horton Street LEWISTON, MAINE BID NO. 2013-002 February 2013 ---PAGE BREAK--- ---PAGE BREAK--- WALNUT STREET REHABILITATON & SIDEWALK RECONSTRUCTION Bates Street to Horton Street TABLE OF CONTENTS PAGE NO. Notice to Contractors N-1 Proposal Form P-1 Contract Form C-1 Addenda, If Any Notice of Award NA-1 Notice To Proceed NP-1 Division 10 Supplemental Specifications 10-1 Division 20 General Provisions 20-1 Division 80 Paving 80-1 Landscape Specifications LS-1 Federal Conditions Wage Rates Special Provisions MDOT DOCUMENTS Table of Contents Description Number of Pages SUPPLEMENTAL SPECIFICATION, Contract Interpretation (Corrections, Additions, & Revision to Standard Specifications- Revision of December 2002) 27 ---PAGE BREAK--- N - 1 BID NO. 2013-002 BID DATE: March 5, 2013 WALNUT STREET REHABILITATON & SIDEWALK RECONSTRUCTION Bates Street to Horton Street NOTICE TO CONTRACTORS Sealed bids for the City of Lewiston, Maine, Walnut Street Rehabilitation and Sidewalk Reconstruction will be received by the office of Budget/Purchasing until Tuesday, March 5, 2013 at 2:00 PM prevailing time, and at that time publicly opened and read aloud. A Mandatory Pre-Bid conference will be held on Tuesday, February 19, 2013 at 10:00 AM. The location will be Lewiston Public Works, 103 Adams Ave., Lewiston, Maine, second floor Conference Room. The general scope of the project includes, but is not limited to, the following: Milling of pavement, shim and a 3/4 inch pavement overlay on Walnut Street and sidewalk reconstruction on both sides of Walnut Street beginning at Bates Street and extending northeasterly approximately 970 LF to Horton Street. The work shall be the complete and satisfactory furnishing and installing of approximately 165 tons of 9.5 mm Hot Mix Asphalt (overlay); 165 tons of 9.5 mm Hot Mix Asphalt (shim); 110 tons of 9.5 mm Hot Mix Asphalt for sidewalks, driveways and incidentals; 4000 square yards of pavement milling; 150 square yards of pavement butt joints; 620 cubic yards of common excavation; 450 cubic yards of Aggregate Sub-base; 9 catch basins; 50 linear feet of 8” Option III pipe, 11 linear feet of 12” Option III pipe; 224 square feet of ADA compliant Detectable Warning Plates; 1300 linear feet of Type I vertical granite curbing; 260 linear feet of Type I radial granite curbing (to be supplied by the City); 28 each of 7 feet long granite straight terminal curbing; 46 each of 7 feet long granite curved terminal curbing (to be supplied by the City); 4 street furniture concrete base pads; 12 street trees; seed, mulch, and all other incidental work as necessary to satisfactorily complete the project as outlined or implied in the Plans/Specifications. NOTES: 1. The Bidder’s attention is called to the Federal Wage Rates and DBE requirements for this Project. Each bidder is required to state in his/her Bid his/her name and place of residence and the names of all persons or parties interested as principals with him/her; and that the Bid is made without any connection with any other bidder making any Bid for the same work; and that no person acting for, or employed by, the City of Lewiston is directly or indirectly interested in the Bid or in any contract which may be entered into to which the Bid relates, or in any portion of the profits there from, except as provided by the City Charter. The Bid must be signed by the bidder with his/her full name and address and be enclosed in a sealed envelope together with the bid security. The sealed envelope shall be marked with the name and address of the bidder and entitled: ---PAGE BREAK--- N - 2 WALNUT STREET REHABILITATON & SIDEWALK RECONSTRUCTION Bates Street to Horton Street And addressed to: “Director of Budget & Purchasing, City Hall, Lewiston, Maine”. If the Bid is forwarded by mail, the sealed envelope containing the Bid and marked as above must be enclosed in a second envelope which shall be addressed to: “Director of Budget & Purchasing, 27 Pine Street, City Hall, Lewiston, ME 04243-0479.” All mailed Bids should be sent by registered mail to insure delivery. Any bidder may withdraw his/her Bid prior to the scheduled time for the opening of Bids upon presentation to the Director of Budget & Purchasing of a request, in writing, to do so. Any bidder who withdraws his/her Bid within thirty (30) days after the actual opening thereof shall be considered to have abandoned his/her Bid and the bid security accompanying the Bid will be forfeited to the City of Lewiston. Any Bid received after the scheduled opening time will not be considered. The Finance Committee reserves the right to waive any formality and may consider as informal any Bid not prepared and submitted in accordance with these provisions. The Finance Committee reserves the right to accept any Bid or reject any or all Bids if it is deemed to be in the public interest to do so. No Bid will be considered unless it is accompanied by a bid security in the form of a bid bond or certified check in the amount of ten percent (10%) of the total bid price, made out in favor of the City of Lewiston. All bid securities will be released upon deliverance of a signed Contract or, if no Contract award is made, within forty-five (45) days after the opening of the Bids, unless forfeited as herein stipulated. The Contract must be signed within ten (10) days, Saturdays, Sundays, and holidays excepted, after the date of notification to the bidder by the Director of Budget & Purchasing of the acceptance of his/her Bid and readiness of the Contract to be signed. If the bidder fails or neglects, after such notification, to execute the Contract, the Finance Committee may determine that the Bid has been abandoned; and, in such case, the bid security accompanying the Bid shall be forfeited to the City of Lewiston. A Performance Bond and a Labor and Material Payment Bond, preferably executed on AIA Bond Form Number A311 in an amount equal to the total Contract price, of a surety company satisfactory to the Director of Budget & Purchasing, will be required of the successful bidder to ensure completion of the work and the proper fulfillment of the conditions of the Contract. The total Contract price shall mean the total bid price as stated in the Bid based on the estimated quantities of the various items of work. The work shall commence within ten (10) days after the date of the Contract signing unless otherwise specified in the Specifications or directed by the Director of Budget & Purchasing, in writing, and shall continue with diligent regularity until its completion within the time limit specified. All Bids must be made on the blank Bid Form bound in the Contract Documents, or as otherwise provided for in the Specifications. Bidders shall state prices for each separate item of work as called for in the Bid Form. These prices are to cover all expenses incidental to the completion of the work in full conformity with the Contract Documents. ---PAGE BREAK--- N - 3 The prices must be stated both in words and figures. Should a discrepancy be found between the prices written in words and the prices written in figures, the prices written in words shall govern Bids which do not contain prices for all items which are called for or which otherwise are not in conformity with this Notice may be rejected. Each bidder shall make his/her Bid from his/her own examinations and estimates, and shall not hold the City, its agents or employees responsible for, or bound by, any schedule, estimate, sounding, boring, or any plan thereof; and shall, if any error in any plan, drawing specifications or direction relating to anything to be done under this Contract comes to his/her knowledge, report it at once, in writing, to the Engineer. All materials and labor required to complete the work shall be supplied by the Contractor unless otherwise provided for in the Special Provisions, Plans and the Standard and Supplemental Specifications. The cost and expense of all the necessary labor, tools and equipment required to complete the work shall be included in the prices stated in the Bid. Plans and Specifications can be obtained at the office of the Director of Budget & Purchasing, City Hall. All questions by prospective bidders pertaining to the Contract Documents, Plans and Specifications must be received, in writing, by the Engineer, at least five days before the date set for the opening of the Bids. Any questions which, in the opinion of the Director of Budget & Purchasing, require interpretation, will be sent by registered mail, with the interpretation, in the form of a numbered Addendum, to each person or firm who has taken out a set of Contract Documents, not later than three days prior to the scheduled opening of the Bids. Addenda issued later than three days prior to the scheduled opening of the Bids may be by telephone or fax machine. Bidders shall acknowledge receipt of all Addenda in the space provided therefore in the Bid Form, whether the Addenda are in response to questions or otherwise issued by the City and whether the Addenda are received by mail or telephone or fax machine. The Special Provisions Plans and the Standard and Supplemental Specifications delineate the particular project to which the Contract Documents pertain. Should any discrepancy be found to exist between the Supplemental Specifications and the Standard Specifications and/or the Contract Plans, the Supplemental Specifications and/or Contract Plans shall govern. If the Bid Price of any or several bid items submitted with this Bid appear to be extremely low or high, compared to the actual cost of performing the work, the Bidder may be asked to explain, in writing, how the work in question is to be performed at the price or prices bid before a decision is made by the City to award a Contract or reject the Bid. Bids will be considered irregular and will be rejected for the following reasons: A. If the Bid is on a form other than that furnished by the City or if the form is altered in any way. B. If there are unauthorized additions, conditional or alternate bids or irregularities of any kind which may make the Bid incomplete, indefinite or ambiguous as to its meaning. ---PAGE BREAK--- N - 4 C. If the Bidder adds any provisions reserving the right to accept or reject an award or to enter into a Contract pursuant to an award. D. If the Bid does not contain a unit price for each pay item listed unless otherwise specified. E. If any of the bid prices are unbalanced, or do not reflect the actual cost required to perform the work, as outlined in the Plans and Specifications. ---PAGE BREAK--- P - 1 CITY OF LEWISTON PROPOSAL FOR WALNUT STREET REHABILITATON & SIDEWALK RECONSTRUCTION Bates Street to Horton Street BID NO. 2013-002 To: Director of Budget & Purchasing City Hall, Lewiston, Maine Dear Sir/Madam: The undersigned hereby declares that he/she has carefully examined the location of the proposed work, the proposed Contract Form and the Contract Documents therein referred to and that he/she proposes and agrees, if this Bid is accepted, that he/she will contract with the City of Lewiston, by its City Administrator to provide all machinery, tools, labor, equipment and other means of construction and to do all the work and to furnish all the materials, except those specified in the Specifications to be furnished by the City, necessary to complete the work in the manner and time therein prescribed, in accordance with the conditions and requirements set forth in the Contract Documents and the requirements of the Engineer and/or Director of Public Services as provided for therein; and that he/she will accept in full payment therefore the following sums to wit: ITEM NO. EST QTY PAY UNIT ITEM DESCRIPTION UNIT BID PRICE (In Words) UNIT BID PRICE (In Figures) ITEM PRICE (In Figures) [PHONE REDACTED] SY Removing Pavement Surface 202.203 150 SY Pavement Butt Joints 203.20 620 CY Common Excavation 304.10 450 CY Aggregate Subbase Course - Gravel ---PAGE BREAK--- P - 2 403.209 110 TON HOT Mix Asphalt 9.5mm (Sidewalks, Drives, Incidental) 403.210 165 TON HOT Mix Asphalt 9.5mm (0.75” Overlay) 403.211 165 TON HOT Mix Asphalt 9.5mm (Shim) 409.15 400 GAL Bituminous Tack Coat Applied 603.149 50 LF 8” Culvert Pipe Option III 603.159 11 LF 12” Culvert Pipe Option III 604.072 9 EA Catch Basin Type A1-C 604.15 2 EA Manhole 604.161 7 EA Altering Catch Basin (Change Grate to Cascade Type) 608.26 224 SF Curb Ramp Detectable Warning Plate ---PAGE BREAK--- P - 3 609.11 1300 LF Vertical Granite Curb, Type 1 609.12 260 LF Vertical Granite Curb, Type 1 Circular (materials provided by the City) 609.237 28 EA Terminal Type 1 Curb – 7' Long 609.2371 46 EA Terminal Type 1 Curb – 7' Long Circular (materials provided by the City) [PHONE REDACTED] LF Curbing Removed, Stacked, Salvage 615.07 50 SY Loam 618.1301 4 UN Seeding Method Number 1 – Plan Quantity 619.1201 4 UN Mulch – Plan Quantity 621.001 4 EA Street Furniture Concrete Base Pads ---PAGE BREAK--- P - 4 621.002 12 EA Street Trees 629.05 30 HR Hand Labor Straight Time 659.10 1 LS Mobilization TOTAL: In Words) (In Figures) The undersigned acknowledges the receipt of Addenda numbered . The undersigned further agrees that, after notification by the Director of Budget & Purchasing of the acceptance of his/her Bid and the readiness of the Contract for signature, he/she will execute the Contract and furnish the required Bonds within ten (10) days, Saturdays, Sundays and Holidays, excepted, and that he/she will commence the work within ten (10) days after the execution of the Contract and deliverance of the Bonds, unless otherwise specified in the Supplemental Specifications or directed by the Director of Public Services or City Engineer in writing; and that he/she will prosecute the work to its completion within the time limit specified in the Supplemental Specifications. The undersigned further agrees that there shall be deducted from monies due the Contractor, not as a penalty, but as inspection costs, the sum of two hundred ($200.00) dollars for each working day beyond the time limit specified in the Supplemental Specifications which is required by the Contractor to complete the whole work to the satisfaction of the Engineer and the Director of Public Services. The undersigned further agrees that in the employment of labor, preference will be given, all other things being equal, to the citizens of Lewiston and of the State of Maine, in that order. The undersigned hereby further declares that the only persons or parties interested in this Bid, as principals, are named below; that the Bid is made without any connection with any other person or party making any Bid for the same work; and that no person acting for or employed by the City of Lewiston is directly or indirectly interested in this Bid or in any contract which may be made under it or in profits expected to arise there from, except as provided by the City Charter. The full names and addresses of all persons and parties interested in this Bid, as principals, are as follows: (Give first and last names in full; and in the case of a Corporation, give names and addresses of President, Treasurer and Manager; and in case of a Partnership, give names and addresses of members): ---PAGE BREAK--- P - 5 Accompanying this Bid is a bid security deposit in the amount of which is to become the property of the City of Lewiston, by forfeiture, if the undersigned fails, after notification by the Director of Budget & Purchasing of the acceptance of his/her Bid, to execute a Contract with the City and furnish the required Bonds within the time agreed to herein; or, in case the undersigned withdraws his/her Bid within thirty (30) days after the opening of the Bids. Otherwise, the deposit will be returned to the undersigned in accordance with the provisions in the Notice to Contractors. Signature of person, firm, or corporation making bid: By: Legal Address: Principal place of business: FIRM’S I.R.S. IDENTIFICATION NO: Date: _ Address to which all correspondence and notifications are to be sent: Phone No: ---PAGE BREAK--- C-1 CITY OF LEWISTON CONTRACT FOR WALNUT STREET REHABILITATON & SIDEWALK RECONSTRUCTION Bates Street to Horton Street BID NO. 2013-002 This Agreement, made and entered into this day of in the year Two Thousand Thirteen (2013), by and between the City of Lewiston, Maine, a municipal corporation existing under the laws of the State of Maine, hereinafter called “Owner”, by its City Administrator, party of the first part, and hereinafter called “Contractor”, with legal address and principal place of business at party of the second part: WITNESSETH: That the parties to these presents, each in consideration of the covenant and agreements on the part of the other herein contained, have covenanted and agreed and do hereby covenant and agree, the party of the first part for itself and the party of the second part for himself/herself and his/her heirs, executors, administrators and assigns under the penalties expressed in the Performance Bond and the Labor and Material Payment Bond as follows: That this Agreement includes the following documents hereinafter referred to as Contract Documents, which are attached hereto and incorporated by reference into this Agreement: A. Notice to Contractors B. Proposal C. Contract D. Notice of Award E. Notice to Proceed F. Supplemental Specifications G. Standard Specifications H. Contract Plans, if any I. Addenda, if any J. Federal & State Conditions and Specifications ---PAGE BREAK--- C-2 That the party of the second part will do all the work, furnish all the materials, tools and equipment, except as otherwise specified, and do everything necessary and proper for performing and faithfully completing the work required by the Contract Documents in strict conformity with the provisions of the Contract Documents within the time specified in the Special Provisions, Plans and the Standard and Supplemental Specifications. That the party of the first part will pay the party of the second part as full compensation for well and faithfully completing the whole work according to the Contract Documents as follows: ITEM NO. EST QTY PAY UNIT ITEM DESCRIPTION UNIT BID PRICE (In Words) UNIT BID PRICE (In Figures) ITEM PRICE (In Figures) [PHONE REDACTED] SY Removing Pavement Surface 202.203 150 SY Pavement Butt Joints 203.20 620 CY Common Excavation 304.10 450 CY Aggregate Subbase Course - Gravel 403.209 110 TON HOT Mix Asphalt 9.5mm (Sidewalks, Drives, Incidental) 403.210 165 TON HOT Mix Asphalt 9.5mm (0.75” Overlay) 403.211 165 TON HOT Mix Asphalt 9.5mm (Shim) ---PAGE BREAK--- C-3 409.15 400 GAL Bituminous Tack Coat Applied 603.149 50 LF 8” Culvert Pipe Option III 603.159 11 LF 12” Culvert Pipe Option III 604.072 9 EA Catch Basin Type A1-C 604.15 2 EA Manhole 604.161 7 EA Altering Catch Basin (Change Grate to Cascade Type) 608.26 224 SF Curb Ramp Detectable Warning Plate 609.11 1300 LF Vertical Granite Curb, Type 1 609.12 260 LF Vertical Granite Curb, Type 1 Circular (materials provided by the City) 609.237 28 EA Terminal Type 1 Curb – 7' Long ---PAGE BREAK--- C-4 609.2371 46 EA Terminal Type 1 Curb – 7' Long Circular (materials provided by the City) [PHONE REDACTED] LF Curbing Removed, Stacked, Salvage 615.07 50 SY Loam 618.1301 4 UN Seeding Method Number 1 – Plan Quantity 619.1201 4 UN Mulch – Plan Quantity 621.001 4 EA Street Furniture Concrete Base Pads 621.002 12 EA Street Trees 629.05 30 HR Hand Labor Straight Time 659.10 1 LS Mobilization (see next page for Total) ---PAGE BREAK--- C-5 TOTAL: $ (In Words) (In Figures) The party of the second part represents and warrants: A. That he/she is financially solvent; and is experienced in and competent to perform the work; and is able to furnish the plant, materials, supplies, labor, and equipment to be furnished by him/her; and: B. That he/she is familiar with all Federal, State, Municipal and Departmental laws, ordinances and regulations which may in any way affect the work or those employed therein; and: C. That such temporary and permanent work required by the Contract Documents to be done by him/her can be satisfactorily constructed and used for the purposes for which it is intended; and that such construction will not injure any person or damage any property other than that damage caused by the construction; and: D. That he/she has carefully examined the Contract Documents and the site of the work; and from his/her own investigation has satisfied himself/herself as to the nature and location of the work, the character, quality and quantity of surface and subsurface material likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general and local conditions; and all the other materials and conditions which may in any way affect the work or its performance. IN WITNESS WHEREOF, the said City, by its City Administrator and the said By its thereunto duly authorized have hereunto set their hands and seals the day and year first above written. Signed in the presence of: By: Witness Edward Barrett, City Administrator By: Witness , Contractor ---PAGE BREAK--- NA-1 NOTICE OF AWARD To: Bid 2013-002 WALNUT STREET REHABILITATON & SIDEWALK RECONSTRUCTION - Bates Street to Horton Street The City of Lewiston has considered the BID submitted by you for the above described WORK in response to its Advertisement for Bids dated Information for Bidders. You are hereby notified that your BID has been accepted for items for a total award You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR'S Performance Security and certificates of insurance within ten (10) days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said BONDS within ten (10) days from the date of this Notice, said City of Lewiston will be entitled to consider all your rights arising out of the City acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The City will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of the NOTICE OF AWARD to the City of Lewiston. Dated this: By: Project Engineer ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged by (firm) this the of 2013 By: Title: ---PAGE BREAK--- NP-1 NOTICE TO PROCEED To: Bid 2013-002 WALNUT STREET REHABILITATON & SIDEWALK RECONSTRUCTION - Bates Street to Horton Street You are hereby notified to proceed with the work entitled together with all necessary appurtenances, and to diligently prosecute the work. You are instructed to immediately take the necessary steps for execution of the work within ten (10) calendar days (or other start time as specified) from the date of this Notice to Proceed. The work is to be completed by as stated in the Contract. By: Project Manager Title: Date: ---PAGE BREAK--- 10-0 DIVISION 10 SUPPLEMENTAL SPECIFICATIONS PAGE NO 10.01 Scope of Work 10-1 10.02 Time Limit 10-1 10.03 Governing Documents 10-1 10.04 Pre-bid Conference 10-2 10.05 Safety 10-2 10.06 Pre-construction and Utility Conference 10-2 10.07 Pre-pave Conference 10-2 10.08 Tree Planting 10-2 10.09 Change in Scope of Work 10-3 10.10 Materials 10-3 10.11 Field Layout 10-3 10.12 Disposal of Surplus Material 10-3 10.13 Shop Drawings 10-4 10.14 Site Investigation. 10-4 10.15 Miscellaneous 10-4 10.16 Clean up 10-4 ---PAGE BREAK--- 10-1 DIVISION 10 SUPPLEMENTAL SPECIFICATIONS WALNUT STREET REHABILITATON & SIDEWALK RECONSTRUCTION Bates Street to Horton Street 10.01 SCOPE OF WORK The general scope of the project includes, but is not limited to, the following: Milling of pavement, shim and a 3/4 inch pavement overlay on Walnut Street and sidewalk reconstruction on both sides of Walnut Street beginning at Bates Street and extending northeasterly approximately 970 LF to Horton Street. The work shall be the complete and satisfactory furnishing and installing of approximately 165 tons of 9.5 mm Hot Mix Asphalt (overlay); 165 tons of 9.5 mm Hot Mix Asphalt (shim); 110 tons of 9.5 mm Hot Mix Asphalt for sidewalks, driveways and incidentals; 4000 square yards of pavement milling; 150 square yards of pavement butt joints; 620 cubic yards of common excavation; 450 cubic yards of Aggregate Sub-base; 9 catch basins; 52 linear feet of 8” Option III pipe, 11 linear feet of 12” Option III pipe; 224 square feet of ADA compliant Detectable Warning Plates; 1300 linear feet of Type I vertical granite curbing; 260 linear feet of Type I radial granite curbing (to be supplied by the City); 28 each of 7 feet long granite straight terminal curbing; 46 each of 7 feet long granite curved terminal curbing (to be supplied by the City); 4 street furniture concrete base pads; 12 street trees; seed, mulch, and all other incidental work as necessary to satisfactorily complete the project as outlined or implied in the Plans/Specifications. NOTES: 1. The Bidder’s attention is called to the Federal Wage Rates and DBE requirements for this Project. 10.02 TIME LIMIT The Contractor shall complete the work outlined in the Contract Documents by no later than September 27, 2013. The Contractor shall be responsible for ordering his/her materials 10.03 GOVERNING DOCUMENTS Governing documents are State of Maine, Department of Transportation, Standard Specifications, Revised December 2002 (Maine DOT Specifications) with the exception of the following City of Lewiston sections: Notice to Contractors, Proposal Form, Contract Form, Addenda (if any), Notice of Award, Notice to Proceed, Division 10 Supplemental Specifications, Division 20 General Provisions, Division 80 Paving, MDOT Special Provisions, and Landscape Specifications. In the event that discrepancies or conflicts exist between Maine DOT and the City of Lewiston in regards to specifications, and plans, Maine DOT's or the most restrictive shall prevail. ---PAGE BREAK--- 10-2 10.04 PRE-BID CONFERENCE A Mandatory Pre-Bid conference will be held on Tuesday, February 19, 2013 at 10:00 AM. The location will be Lewiston Public Works, 103 Adams Ave., Lewiston, Maine, second floor Conference Room. 10.05 SAFETY During the course of the work, the Contractor shall assume full responsibility for the safety and protection of all workers and the general public, and shall meet all applicable local, State and Federal safety standards. The contractor shall maintain safe and continuous vehicular and pedestrian traffic while work is being done. The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act. The Contractor shall have a competent person or persons as required under the Occupational Safety and Health Act on the site to inspect the work and to supervise the conformance of the Contractor's operations with the regulations of the Act. Bidders are urged to make themselves familiar with these requirements of the regulations. 10.06 PRECONSTRUCTION AND UTILITY CONFERENCE A Preconstruction and Utility Conference will be held between the Contractor, Utility Companies, and the City of Lewiston, at a mutually agreed time, to review the Contractor's proposed methods of complying with the requirements of the Plans and Specifications and the Regulations of the City. Refer to Sections 104.4.2. "Preconstruction Conference" and Section 104.4.6.A "Pre-Construction Utility Conference" of the MeDOT Specifications. At the Preconstruction meeting the Contractor shall submit to the Engineer a work schedule, traffic control plan, Shop Drawings, submittals, erosion control plan and contractor's safety plan. 10.07 PRE-PAVE CONFERENCE Prior to placing any mix there will be a Pre-paving conference at which the contractor shall submit to the City Paving Manager a Quality Control Plan, job mix formula for any mix to be used in the street or the sidewalk, and a tack coat certification. No HMA shall be placed without approval of all submittals. The work under this contract is considered Class I and shall meet all requirements for Class I paving as provided in Division 80. 10.08 TREE PLANTING The general scope of the project includes, but is not limited to, the following: The work shall be the complete and satisfactory furnishing and installation of 12, 3” DBH, Balled and Burpaled trees listed below and all other incidental work as necessary to satisfactorily complete the project as outlined or implied in the Plans/Specifications. The contractor will coordinate with the City of Lewiston as the project progresses to determine when planting will begin. It is expected this will be in late August. The contractor shall plant each tree in accordance with details outlined in the landscape specifications. Each tree shall be watered by the contractor at the time of planting. The contractor will provide mulch ---PAGE BREAK--- 10-3 for each tree. The City of Lewiston will provide tree guards for each tree which the contractor will install at the time of planting. Each tree shall be 3" DBH or greater. Tree List: 2- Green Ash 3- Tree Lilac (single stem) 2- Crimson Cloud 2- Washington Hawthorn 3- Pink Spires Crab 10.09 CHANGE IN THE SCOPE OF WORK The City of Lewiston reserves the right to add or delete portions of the work required under this Contract, using unit prices established in the Proposal. The Contractor’s attention is directed to Sections 20.29, "Extra Work" and 20.30 “Reduction of Work” of the Specifications. If no unit price exists, a change order must be negotiated between the City of Lewiston and the Contractor. 10.10 MATERIALS The City shall supply circular vertical, circular terminal and circular flush curb for the project. The contractor shall be responsible for transporting the curb from the Public Works Operations Center on River Road to the job site. There is sufficient circular curb for the entire project and the contractor shall trim the vertical curb to use as terminal circular curb. All catch basins shall include a curb inlet. The Contractor shall supply all materials, equipment, and labor as necessary to complete the Project in accordance with the Plans and Specifications. 10.11 FIELD LAYOUT The City shall provide control points once for the Contractor. The Contractor shall establish baseline from the supplied control points. The baseline in these Specifications is for reference only to locate items and is not meant to be exact locations. If, during the course of construction, the layout points, benchmarks, or control points are disturbed by the Contractor, it shall be his/her responsibility to re- establish their locations. 10.12 DISPOSAL OF SURPLUS MATERIAL Existing pavement may be disposed of at the Gendron & Gendron quarry on Alfred Plourde Parkway or other approved site at no additional cost to the City. Surplus excavation (NO ASPHALT) may be disposed of at the City of Lewiston fill site on River Rd. or other approved dump site. ALL asphalt must be separated from loads of fill. ---PAGE BREAK--- 10-4 10.13 SHOP DRAWINGS The Contractor shall submit four copies of shop drawings to the Engineer for his/her review and approval, for the following materials: catch basin and manhole frame and covers. All other material should comply with Maine DOT Specifications. 10.14 SITE INVESTIGATION The Contractor shall examine the Plans/Specifications and site of the work and from his/her own investigation, determine the nature and location of the work, the general and local conditions, particularly those bearing on access, transportation, quality and quantity of surface and sub-surface materials to be encountered, any dewatering, the machinery and services required to complete the Project as required by the Contract Documents and all other aspects of the work. 10.15 MISCELLANEOUS Property Markers - It shall be the Contractor's responsibility to locate and maintain all property pins, monuments, etc., for the duration of the Project. If during the course of construction, an existing property pin is lost due to the work, it shall be the Contractor's responsibility to accurately replace the marker. Replacement of Fences, Shrubs, Mailboxes, and Hedges - The cost of replacing or repairing damaged or broken fences, steps, shrubs, mailboxes, hedges, trees, etc., will be considered incidental to the project and no payment will be made to the Contractor for this work. Performance and Payment Bonds - The Contractor shall include in his/her Proposal under the "Mobilization" item, the cost of his/her Performance and Payment Bond. The Contractor shall be paid this amount on his/her first partial payment provided that invoices substantiating the amount are submitted to the Engineer prior to payment. Miscellaneous - The cost of all other incidental construction work required to complete the whole work as specified or implied in the Plans and Specifications for which there is no pay item, will be paid under the "Mobilization" item. An itemized cost breakdown for the "Mobilization" item shall be given to the Engineer at the Preconstruction Conference. 10.16 10.15 CLEAN UP All debris resulting from the operations under this Contract and all tools and apparatus are to be removed from the site at the completion of the work and the site left clear and free from hazards, to the satisfaction of the City of Lewiston. ---PAGE BREAK--- 20-0 DIVISION 20 GENERAL PROVISIONS STANDARD SPECIFICATIONS PAGE NO. 20.01 Scope 20-1 20.02 Definitions 20-1 20.03 Insurance and Liability 20-2 20.04 Dispute Resolution Cost and Expenses 20-3 20.05 Laws and Regulations 20-3 20.06 Permits 20-3 20.07 Estimates and Payments 20-4 20.08 Final Estimate and Payment 20-4 20.09 Last Payment to Terminate Liability of City 20-4 20.10 Site Investigation 20-4 20.11 Borings and Estimate of Quantities Not Warranted 20-5 20.12 Commencement of Work 20-5 20.13 Time and Order of Doing Work 20-5 20.14 No Damages for Delay 20-6 20.15 Competent Personnel to be Employed 20-6 20.16 Not to Sublet or Assign 20-6 20.17 Directions and Explanations, Corrections of Errors 20-6 20.18 Duty to Notify Engineer if Ambiguities Discovered 20-6 20.19 Early Negotiation 20-7 20.20 Superintendence by Contractor 20-7 20.21 Alterations 20-7 20.22 No City Employee to be Interested 20-7 20.23 Waiver 20-8 20.24 Access to Work 20-8 20.25 Engineer to Determine Amount and Quantity of Work, Inspection of 20-8 20.26 Defective Work and Materials 20-8 20.27 Sanitary Regulations 20-9 20.28 No Intoxicating Drinks 20-9 20.29 Extra Work 20-9 20.30 Reduction of 20-9 20.31 No Time Extension 20-10 20.32 Employment of Labor 20-10 20.33 Conditions under Which Director May Complete Work 20-10 20.34 Payment for Materials 20-11 20.35 Guarantee 20-11 20.36 Work Day 20-11 ---PAGE BREAK--- 20-1 DIVISION 20 GENERAL PROVISIONS STANDARD SPECIFICATION 20.01 SCOPE: These Standard Specifications and Addenda, if any, are to govern construction of storm sewers, sanitary sewers, water lines, streets, sidewalks, parking lots, general construction and other related work, for the City of Lewiston, and they shall become part of any contract with the City for the construction of said work. Provisions of these Specifications shall be modified or changed only in writing. These Standard Specifications will be amended by Supplemental Specifications as necessary and by Contract Plans. The Supplemental Specifications and Contract Plans delineate the particular project to which the Contract Documents pertain. Should any discrepancy be found to exist between the Standard Specifications and the Supplemental Specifications and/or the Contract Plans, the Supplemental Specifications and/or Contract Plans shall govern. 20.02 DEFINITIONS: A. Contract Documents: Whenever the term Contract Documents, or a pronoun in its stead, is used, it shall mean and include, but not necessarily limited to, these items: The Notice to Contractors, the Proposal, the Contract, the Supplemental Specifications, the Standard Specifications, the Contract Plans, any other documents included with these Specifications and attached thereto, and any Addenda to the above issued prior to the date of this Contract. B. Contractor: Whenever the term Contractor, or a pronoun in its stead, is used, it shall mean the person or persons or co-partnership or corporation or other entity which has entered into this agreement or their legal representative. C. Owner: Whenever the term Owner, or a pronoun in its stead is used, it shall mean the City of Lewiston, acting through its designated officials and/or employees. D. City Engineer or Engineer: Whenever the term City Engineer, or a pronoun in its stead, is used, it shall mean the City Engineer of the City of Lewiston or his/her assistants or inspector acting under him/her or his/her duly authorized representatives acting for him/her, limited to the particular duties entrusted to them. E. Director of Public Services or Director: Whenever the term Director of Public Services, Director or a pronoun, in their stead is used, it shall mean the Director of Public Services of the City of Lewiston or his/her assistants or inspectors acting under him/her, limited to the particular duties entrusted to them. F. ASTM: Whenever the abbreviation ASTM is used, it shall mean the American Society for Testing Materials; and, unless otherwise stated, refer to the latest revision of the particular standard. G. Specification: Whenever the term Specifications or a pronoun in its stead is used, it shall mean and include the Standard Specifications as herein set forth and any Supplemental Specifications included in the Contract Documents. ---PAGE BREAK--- 20-2 H. Contract Plans: Whenever the term Contract Plans, or a pronoun in their stead, is used, it shall mean and include all drawings, graphic representations, diagrams and any notes or explanations thereon supplied to the Contractor before the date of this Contract. I. Lump Sum Bid Price: Whenever the term Lump Sum Bid Price, Lump Sum Bid, Lump Sum or a pronoun in their stead is used, it shall mean the amount of money mutually agreed to by the Contractor to furnish the labor, machinery, tools, apparatus and other means of construction and for doing all the work and furnishing all material called for by the Contract Documents except rock excavation and those items specifically stated as being considered extra work or for which unit prices have been established in the Contract and Proposal. J. Unit Bid Price: Whenever the term Unit Bid Price, Unit bid, Unit Price or a pronoun in their stead is used, it shall mean the amount of money mutually agreed to by the Contractor and the City as full payment to the Contractor for furnishing all necessary labor, materials and equipment (except that which is specifically excluded in the Supplemental and Standard Specifications and Contract Plans) necessary to do one unit of work, i.e., the unit price for one cubic yard of excavation multiplied by the actual number of cubic yards excavated, yields the total payment for the work done. 20.03 INSURANCE AND LIABILITY: The Contractor shall take all responsibility of the work and take all precautions for preventing injuries to persons and property in or about the work; shall bear all losses resulting to him/her on account of the amount or character of the work or because the nature of the land in or on which the work is done is different from what was estimated or expected or on account of the weather, elements or other cause; and he/she shall assume the defense of and indemnify and save harmless the City and its officers, agents and servants from all claims relating to labor and materials furnished for the work; to inventions, patents and patent rights used in doing the work; to injuries to any person or corporation received or sustained by or from the Contractor and his/her employees in doing the work, or in consequence of any improper materials, implements or labor used therein; and to any act, omission or neglect of the Contractor and his/her employees therein. The Contractor shall furnish proof of coverage with adequate insurance of the types and to the limits specified below naming the City of Lewiston as additional insured. Certificate of such insurance shall be filed with the Director of Budget/Purchasing for his/her approval before permission to commence work will be granted. INSURANCE REQUIREMENTS A. Claims: The City of Lewiston will not be held responsible for any damages or injuries arising out of any snow removal activity for the City. Any related claim will be referred to the Contractor. The contractor may wish to make personal restoration within a reasonable amount of time at the property owner’s satisfaction or process a claim with their insurance carrier. B. Insurance: The Contractor shall furnish proof of coverage with adequate insurance of the types and to the limits specified below naming the City of Lewiston as additional insured. Certificate of such insurance shall be filed with the Director of Budget/Purchasing before permission to begin work will be granted. ---PAGE BREAK--- 20-3 C. Workers’ Compensation: Workers’ Compensation, coverage with Statutory Limits and Employers Liability for all employees with limits of $400,000 per incident; and in case any work is sublet, the Contractor shall require the sub-contractor similarly to provide coverage for the latter’s employees unless such employees are covered by the protection afforded the Contractor. D. Automotive Liability Insurance: Automotive Liability insurance with minimum limits of liability for bodily injury in the amount of $400,000 for each occurrence and minimum limits of liability for property damage in the amount of $50,000/$100,000 aggregate. E. General Liability Insurance: General Liability insurance with minimum limits of liability for bodily injury in the amount of five hundred thousand ($500,000) for each occurrence and minimum limits of liability for property damage in the amount of $50,000/$100,000 aggregate, or a combined single limit of five hundred thousand ($500,000) for each occurrence, including completed operations shall be required. F. Performance Bond and Labor and Material Payment Bond in the sum of the total amount of the Contractor’s proposal with a surety company satisfactory to the Owner will be required as surety for the faithful performance of the Contract by the successful bidder. The bonds will be required prior to execution of the Contract. 20.04 DISPUTE RESOLUTION COSTS AND EXPENSES: In the event of any dispute between or involving the City of Lewiston and Contractor, whether resolved by arbitration, litigation or some other mechanism of dispute resolution, in the event that the City shall be a prevailing party, Contractor shall reimburse the City for its attorney’s fee and costs reasonably incurred in connection with the resolution of the dispute. 20.05 LAWS AND REGULATIONS: The Contractor shall keep himself/herself informed of all existing and future State and Federal laws and Municipal ordinances and regulations which in any way affect those engaged or employed in the work, or the materials used in the work; or in any way affect the conduct of the work and of all orders and decrees of bodies of tribunals having any jurisdiction is discovered in the Plans or Specifications or Contract for this work in relation to any such law, ordinance, regulation, order or decree, he/she shall forthwith report the same to the Director in writing. He/she shall at all times himself/herself observe and comply with all such existing and future laws, ordinances, regulations, orders and decrees; and shall protect and indemnify the City and its officers and agents against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order or decree, whether by himself/herself or his/her employees. 20.06 PERMITS: The Contractor shall, at his/her own expense, obtain all necessary permits from the County, Municipal or other public authorities, shall give all notices required by law or ordinances; and shall post all bonds and pay fees and charges incident to the due and lawful prosecution of the work covered by this Contract. ---PAGE BREAK--- 20-4 20.07 ESTIMATES AND PAYMENTS: The Engineer will, each month, make an approximate estimate of the amount of work done since the last preceding estimate and of the value thereof, and upon such estimate being made, the City will pay to the Contractor ninety (90%) per cent of the estimate; provided, however, that no such estimate or payment shall be required to be made when, in the judgment of the Engineer, the total value of the work done since the last estimate or payment amounts to less than three hundred ($300.00) dollars. Payment may at any time be withheld if the work is not proceeding in accordance with the provisions of this Contract. The Engineer may, if he/she deems it expedient so to do, cause estimates to be made more frequently than once in each month, and he/she may approve payments to be made more frequently to the Contractor. The Engineer may at his/her option retain, temporarily or permanently, a smaller amount than aforesaid, and may approve payment to the Contractor, either temporarily or permanently from time to time during the progress of the work, of such portion of the retained amount as he/she may deem prudent. The City, may keep any money which would otherwise be payable at any time hereunder, and apply the same, or so much as may be necessary therefore, to the payment of any expenses, losses, or damage incurred by the City and determined as herein; and may retain, until all claims are settled, so much of such money as the Director shall be of the opinion will be required to settle all claims against the City, its officers, agents or servants. 20.08 FINAL ESTIMATE AND PAYMENT: It is further mutually agreed that whenever, in the opinion of the Engineer and the Director, the Contractor shall have completely performed all the work embraced in this Contract, the Engineer shall proceed with all reasonable diligence to measure the work and shall make out the final estimate for the same and shall certify the same in writing; and his/her certificate shall state the whole amount of the payments previously paid and the amount retained in all previous estimates. Within the term of thirty (30) days after the date of such final estimate, the City will pay to the said Contractor the amount due. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. Provided that nothing herein contained shall be construed to affect the right of the City by its Director of Public Services hereby reserved, to reject the whole or any portion of the aforesaid work should the said certificate or certificates be found or known to be inconsistent with the terms of this Agreement or otherwise improperly given. 20.9 LAST PAYMENT TO TERMINATE LIABILITY OF CITY: No person or corporation other than the signer of this Contract as Contractor now has any interest hereunder, and no claim shall be made or be valid; and neither the City, nor its Mayor, nor any member or agent thereof, shall be liable for, or be held to pay any money, except as provided for in Sections 20.07, 20.08, 20.16, and 20.33 of the Standard Specifications and in the Contract. The Acceptance by the Contractor of the last payment aforesaid shall operate as and shall be a release to the City, its Mayor, and every member or agent thereof, from all claim or liability to the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the City, or of any person relating to or affecting the work, except the claim against the City for the remainder, if any there be of the amount kept or retained as provided for in Section 20.07. 20.10 SITE INVESTIGATION: The Contractor shall examine the Plans, Specifications and site of the work and from his/her own investigation, determine the nature and location of the work, the general and local conditions, ---PAGE BREAK--- 20-5 particularly those bearing on access, transportation, quality and quantity of surface and sub-surface materials to be encountered, and all other aspects of the work, machinery and services required to complete the project as required by the Contract Documents. The City will not be responsible for any understanding or representation made by any City employee during or prior to negotiation and execution of the Contract, unless such understanding or representation shall be in writing and become a part of the Contract Documents. 20.11 BORINGS AND ESTIMATE OF QUANTITIES NOT WARRANTED: It is expressly understood and mutually agreed to by the parties hereto that the quantities of the various classes of work to be done and materials to be furnished under this Contract have been estimated and are approximate and only for the purpose of comparing on a uniform basis the bids offered for the work. It is also understood that the Contractor has made his/her proposal from his/her own examinations and estimates and shall not hold the City, its agents or employees responsible for or bound by any schedule, estimate, sounding, boring or any plan thereof as being even approximately correct; and should the Contractor encounter quicksand or other difficulties, he/she shall have no claim on that account; and he/she shall, if any error in any plan, drawing, specification or direction relating to anything to be done under this Contract comes to his/her knowledge, report it at once to the Engineer. The Contractor further agrees that neither the City of Lewiston, nor the Director of Public Services, the Engineer, nor either of them separately or together are to be held responsible that any of the quantities be found even approximately correct in the construction of the work, and that the Contractor will make no claim for anticipated profits or for loss of profit because of a difference between the quantities of the various classes of work actually done, or of the materials actually delivered, and any estimated quantities stated in the bids. The Contractor hereby agrees that he/she will complete the entire work to the satisfaction of the Engineer and in accordance with the Specifications and Plans herein mentioned and at the prices agreed upon and fixed therefore. 20.12 COMMENCEMENT OF WORK: The Contractor agrees to commence the work required in the Contract Documents within ten (10) days after the signing of the Contract and deliverance of the Bond, unless otherwise specified in the Supplemental Specifications or directed by the Director of Public Services; and at his/her own cost and expense do and complete all the work and furnish all the labor, machinery, tools and materials, except as specified in the Supplemental Specifications, and to do everything required to build and put into complete working order for the City of Lewiston the work described in the Contract Documents. 20.13 TIME AND ORDER OF DOING WORK: The Contractor agrees that the work shall be commenced and carried on at such points and in such order of precedence and at such times and seasons as may from time to time be directed by the Engineer. It is further agreed that no work shall be done under this Contract on Saturdays or Sundays or on days declared by the State Legislature as Legal Holidays, except in cases of emergency and then only with the consent in writing of the Director of Public Services; nor shall any work be done at night unless authorized in writing by the Director. The Contractor shall make his/her work week conform to that of the Public Services Department. When permission is granted to perform work during times other than this work week, the Contractor shall reimburse the City for any costs for inspection during these periods. ---PAGE BREAK--- 20-6 20.14 NO DAMAGES FOR DELAY: The Director may delay the beginning of the work or any part thereof if the City shall not have obtained possession of the land in or upon which the same is to be performed or if for any other reason it becomes necessary to do so. The Contractor shall have no claim for damages on account of such delay, but shall be entitled to so much additional time wherein to perform and complete this Contract on his/her part as the Director shall certify in writing to be just. Whenever any part of the work covered by this Agreement is done in part by or connects with the work so as to accommodate the work of the other contractors and to cooperate with such contractors in mutual agreements as to all such work, and no contractor shall have a claim against the City growing out of the negligence or delay of any other contractor or contractors; but each contractor shall be liable to every other contractor for any such delay or negligence. 20.15 COMPETENT PERSONNEL TO BE EMPLOYED: The Contractor shall employ only competent personnel to do the work; and whenever the Director shall notify the Contractor, in writing, that any person on the work is, in his/her opinion, incompetent, unfaithful, disorderly or otherwise unsatisfactory, such person shall be discharged from the work and shall not again be employed on it except with the consent of the Director. 20.16 NOT TO SUBLET OR ASSIGN: The Contractor shall give his/her personal attention constantly to the faithful prosecution of the work, shall keep the same under his/her personal control and shall not assign, by power of attorney or otherwise, nor sublet the work or any part thereof, without the previous written consent of the Director; and shall not, either legally or equitably, assign any of the money payable under this Agreement or his/her claim thereto, unless by and with the like consent of the Director. 20.17 DIRECTIONS AND EXPLANATIONS, CORRECTIONS OF ERRORS: The Plans and Specifications are understood to be explanatory of each other, but should any discrepancy appear or any misunderstanding arise as to the import of anything contained in either of them, the parties hereto further agree that the explanation and decision of the Engineer shall be final and binding on the Contractor; and all directions or explanations required or necessary to complete any of the provisions of this Contract and these Specifications and give them due effect shall be given by the Engineer. Correction of any error in the Plans or Specifications may be made by the Engineer, when such correction is necessary for the proper fulfillment of the intention of such Plans or Specifications, the effect of such correction to date from the time that the Engineer gives due notice in writing to the Contractor. 20.18 DUTY TO NOTIFY ENGINEER IF AMBIGUITIES DISCOVERED: The Contractor shall not take advantage of any ambiguity, error, omission, conflict, or discrepancy (“ambiguity, etc.”) contained in the Plans and Specifications that may significantly affect the cost, quality, conformity, or timeliness of the work. If the Contractor discovers any such ambiguity, etc., for which the Contractor may seek adjustments to compensation, time, or other Contract requirements, the Contractor shall provide a written notice stating the nature of the ambiguity, etc. within forty eight (48) hours of discovering or being notified of the ambiguity and before performing any work related to the ambiguity, etc., as provided in Section 20.19 – Early Negotiation. Failure to provide such written notice in compliance with the Contract shall constitute a waiver of all claims related to the ambiguity, etc. ---PAGE BREAK--- 20-7 20.19 EARLY NEGOTIATION: A. Notice Required: When the Contractor becomes aware of facts or circumstances that may cause the Contractor to seek additional compensation, time, or any other change in the requirements of the Plans and Specifications (“Issue”), then the Contractor shall notify the Engineer in writing within forty eight (48) hours of identification of the issue and at least 48 hours before commencing any part of the Work relating to the Issue. The notice must describe the basic nature and extent of the Issue. Such notice may be verbal only if confirmed in writing in one of the two following ways: if a Progress Meeting is held within fourteen (14) days of the date that the Issue became known, such Notice may be confirmed with an entry in the Progress Meeting minutes. Such entry must describe the basic nature and extent of the Issue. Otherwise, the Contractor shall confirm a verbal notice by delivering to the Engineer, within fourteen (14) days of the date the Issue arose, a Written Notice that describes the basic nature and extent of the Issue. The written notice or confirmation will be known as a “Notice of Issue for Consideration”. The Contractor will not be entitled to any additional compensation, time, or any other change to the requirements of the Plans and Specifications without a timely Notice of Issue for Consideration. B. Negotiation: When the Engineer receives the Notice of an Issue for Consideration conforming to Section 20.19 A. Notice Required, the Engineer and the Contractor will negotiate in good faith to attempt to resolve the Issue. Any resolution will be noted in the Progress Meeting minutes or confirmed otherwise in writing by the Engineer. Any changes to the Plans and Specifications that affect compensation, time, quality, or other requirements of the Plans and Specifications shall be by written Change Order. 20.20 SUPERINTENDENCE BY CONTRACTOR: At the site of the work, the Contractor shall employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he/she ceases to be on the Contractor's payroll. All directions given to such representative in the Contractor's absence shall be as binding as if given to the Contractor. 20.21 ALTERATIONS: It is further agreed that the Engineer may make alterations in the line, grade, form, position, dimension or material of the work herein contemplated, or any part thereof, either before or after the commencement of the work; and that the Director may at any time, order an alterations increase in the amount of work. Such increase shall be paid for according to the quantity actually done as extra work as provided for in Section 20.29. If such alterations diminish the quantity of work to be done, they shall not constitute a claim by the Contractor for damages or for anticipated profits on the work dispensed with and payment will be reduced in an amount determined as provided for in Section 20.30. 20.22 NO CITY EMPLOYEE TO BE INTERESTED: It is further agreed that this Contract shall be utterly void as to the City if any person employed in any capacity by the City of Lewiston is either directly or indirectly interested therein, except as provided by the City Charter. ---PAGE BREAK--- 20-8 20.23 WAIVER: No order by the Inspector or the Engineer or any of his/her employees, nor any order, measurement or certificate by the Engineer, nor any order by him/her for the payment of money, nor any payment for, or acceptance of, the whole or any part of the work by the Director, nor any extension of time, nor any possession taken by the Director or his/her employees, shall operate as a waiver of any provision of this Contract, or of any power herein reserved by the Director, or of any right to damages herein provided; nor shall any waiver of any breach of this Contract be held to be a waiver of any other or subsequent breach. Any remedy provided in this Contract shall be taken and construed as cumulative, that is, in addition to each and every other remedy herein provided and the City and the Director shall also be entitled to a writ of injunction against any breach of any of the promises of this Contract. 20.24 ACCESS TO WORK: The Engineer and Director, their assistants and inspectors may, for any purpose, enter upon the work and premises used by the Contractor, and the Contractor shall provide safe and proper facilities therefore. Other City contractors may also, for all the purposes which may be required by their contracts, enter upon the work and premises used by the Contractor. Any difference or conflicts which may arise between the Contractor and other contractors of the City in regard to their work shall be adjusted and determined by the Director. 20.25 ENGINEER TO DETERMINE AMOUNT AND QUANTITY OF WORK, INSPECTION OF MATERIALS: To prevent all disputes and litigations, it is hereby agreed by and between the parties to this Contract that the Engineer shall in all cases determine the amount and quality of the various classes of work which are to be paid for under this Contract; and that the Engineer by himself/herself, or his/her representatives acting under him/her, shall inspect all the materials to be furnished and all work to be done under this Contract to see that the same corresponds to the Specifications herein set forth. The Contractor further agrees that he/she will furnish the Engineer with such information and vouchers relating to the work, the materials therefore, and the persons employed thereon, as he/she shall from time to time request, and will give to the Engineer or his/her representatives all necessary labor, tools and facilities for inspecting the material to be furnished and the work to be done under this Contract. The Engineer has the authority to stop the work whenever such a stoppage may be necessary to insure proper execution of this Contract. He/she also has the authority to reject all work and materials which do not conform to the Specifications or Plans, to direct application of forces to any portion of the work and to order the force increased or diminished as in his/her judgment is required. 20.26 DEFECTIVE WORK AND MATERIALS: The inspection of the work shall not relieve the Contractor of any of his/her obligations to fulfill this Contract as herein prescribed and defective work shall be made good and unsuitable materials may be rejected, notwithstanding that such work and materials have been previously overlooked by the Engineer and accepted or estimated for payment. If the work or any part thereof shall be found defective at any time before the final acceptance of the whole work, the Contractor shall forthwith make good such defect, in a manner satisfactory to the Engineer, and if any materials brought upon the ground for use in the work, or selected for the same, shall be condemned by the Engineer as unsuitable or not in conformity with the Specifications, the Contractor shall forthwith remove such materials from the vicinity of the work. Nothing in this Contract shall be construed as vesting in the Contractor any ---PAGE BREAK--- 20-9 right of property in the materials used after they have been attached or affixed to the work or the soil; but such materials shall, upon being so attached or affixed, become the property of the City. 20.27 SANITARY REGULATIONS: Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation and made fly proof and satisfactory to the Health Officer, shall be constructed and maintained by the Contractor in such a manner and their use shall be strictly enforced. The building or shanties or other structures for housing and personnel will be permitted only at such places as the Director shall approve and the sanitary conditions in or about such shanties or other structures must at all times be maintained in a manner satisfactory to the Director. 20.28 NO INTOXICATING DRINKS: The Contractor shall neither permit or suffer the introduction or use of intoxicating substances upon or about the works embraced in this Contract or upon any grounds occupied by him/her. 20.29 EXTRA WORK: The City of Lewiston reserves the right to add portions of the work required under this Contract, using the unit prices established in the proposal. The City will determine if all work outlined in the plans or portions thereof shall be built under this Contract prior to the Contact signing. The term Extra Work as used herein refers to and includes work required by the City which, in the judgment of the Director, involves changes in or additions to that are required by the Plans and Specifications; provided, however, such changes or additions do not result from the fault of the Contractor. The Contractor shall do any extra work when and as ordered in writing by the Director or his/her agents specially authorized thereto in writing, and shall, when requested by the Director so to do, furnish itemized statements of cost of the extra work ordered and give the Director access to the accounts, bills and vouchers relating thereto. If the Contractor claims compensation for extra work not ordered as aforesaid, or for any damage sustained, he/she shall, within one week after the beginning of any such work or of the sustaining of any such damage, make a written statement to the Director of the nature of the work performed or damage sustained and shall, on or before the fifteenth (15th) day of the month succeeding that in which any such extra work shall have been done or any such damage sustained, file with the Director an itemized statement of the details and amount of such work or damage; and unless such statements shall be made as so required, his/her claim for compensation shall be forfeited and invalid and he/she shall not be entitled to payment on account of such work or damage. The determination of the Engineer and Director shall be final upon all questions of the amount and value of extra work. If a unit price does not exist, payment for extra work will be actual cost plus fifteen (15%) per cent. No allowance will be made for overhead costs. 20.30 REDUCTION OF WORK: The City of Lewiston reserves the right to delete portions of the work required under this Contract, using the unit prices established in the Proposal. The City will determine if all work outlined in the Plans or portions thereof shall be built under this Contract prior to the Contract signing. The Contractor shall omit and not perform any portion of the work required by the Contract Documents when ordered in writing by the Director or his/her agents specially authorized thereto in ---PAGE BREAK--- 20-10 writing. If no unit price exists, it will be an estimate to be made by the Director and the Engineer. Their estimate will be final and binding. These reductions shall not constitute a claim by the Contractor for damage or for anticipated profit on the work dispensed with. 20.31 NO TIME EXTENSION: The Contractor further agrees that the time of completion of the whole work is the essence of the Contract; and that he/she will make every effort to complete the work within the time limit specified in the Supplemental Specifications. In the event the Contractor fails to complete the whole work in the time specified, there shall be deducted from monies due the Contractor, not as a penalty, but as inspection costs, the sum of two hundred ($200.00) dollars for each working day, over and beyond the time limit specified which is required by the Contractor to complete the whole work to the satisfaction of the Engineer and the Director. No extension of the time limit will be considered except in the case of an extremely unusual circumstance beyond the control of the Contractor. Any time extension will be authorized only in writing by the Engineer and Director; in which case the inspection cost charges will begin on the first working day after the extended time limit. 20.32 EMPLOYMENT OF LABOR: The Contractor agrees that in the employment of labor, preference will be given, all things being equal, to citizens of Lewiston, the State of Maine and the United States in their respective order as above noted. 20.33 CONDITIONS UNDER WHICH DIRECTOR MAY COMPLETE WORK: The Contractor hereby agrees that if the work to be done under this Contract shall be abandoned or if this Contract or any part thereof shall be sublet without the previous written consent of the Director, or if the Contract or any claim thereunder shall be assigned by the Contractor otherwise than as herein specified, or at any time the Director shall be of the opinion that the work is unnecessarily or unreasonably delayed, or that the Contractor is willfully violating any of the conditions or agreements of this Contract, or is not executing the Contract in good faith, or is not making such progress in the execution of the work as to indicate its completion within the required time, the Director shall have the power and right to notify the Contractor to discontinue all work or any part thereof under this Contract. Thereupon the Contractor shall discontinue the work or any such parts thereof as the Director shall have the power, by contract with or without advertising, day labor or otherwise as he/she may determine, to employ such labor and obtain such tools and appliances as he/she may deem necessary to work at and be used to complete the work herein described or such parts thereof as the Director may deem necessary, and to use such tools and materials of every description as may be found upon the line of work, and to procure other materials for the completion of the same, and to charge the expense of said labor, tools and materials to the Contractor; and the expense so charged shall be deducted and paid by the City out of such monies as may be due or may become due the Contractor under this Contract or any part thereof. In case such expense is more than the sum which would have been payable under this Contract, if the same had been completed by the Contractor, then the Contractor shall pay the amount owed by the City under this Contract at the time the Contractor is notified in writing to discontinue the work or any part thereof, plus the amount of the Bond executed by the Contractor for the performance of the Contract. ---PAGE BREAK--- 20-11 20.34 PAYMENT FOR MATERIALS: Payments will be made in accordance with the price stated in the Contract. The Contractor may include requests for payment of material delivered to the job site when such requests are accompanied by invoices substantiating the requests for material payment satisfactory to the City. 20.35 GUARANTEE: The Contractor guarantees that the work to be done under this Contract will be done in a good and workmanlike manner and all materials, whether furnished by him/her or the City used in the construction of the work, will be free from defects and flaws and in conformity with the Plans and Specifications in all respects. This guarantee will be for a period of one year after the date of acceptance of the whole work by the City of Lewiston. The Contractor shall at all times, until the final acceptance of the whole work, keep the surface of the streets in the position and condition required by these Plans and Specifications. If at any time within the period of the guaranty, any other part of the work constructed under the terms of this Contract shall in the opinion of the Director of Public Works require repairing, the Director shall notify the Contractor in writing to make the required repairs. If the Contractor shall neglect to make such repairs to the satisfaction of the Director within the time limit as set forth in the notice in writing to the Contractor of the required repairs, then the Director of Public Services may make the necessary repairs, by contract or otherwise, and the City shall have a claim against the Contractor in the amount of the expense incurred by the City in making such repairs. It is hereby, however, specifically agreed and understood that this guaranty shall not include any repairs made necessary by any cause or causes other than defective work or materials. 20.36 WORK DAY: A work day shall be any day, other than a State of Maine legal holiday or Sunday, on which weather and working conditions permit the Contractor to make effective use of not less than seventy-five (75%) per cent of the hours during the regular work day. In the event the Contractor is granted permission to engage in work on a legal holiday or Sunday, such a day will be considered and counted as a work day. End of Section ---PAGE BREAK--- 80-0 DIVISION 80 PAVING STANDARD SPECIFICATIONS Content PAGE NO 80.01 Scope 80-1 80.02 References 80-1 80.03 Pavements 80-2 80.04 Paving Requirements 80-2 80.05 Utilities 80-4 80.06 Bituminous Tack Coat 80-4 80.07 Cold Planing 80-5 80.08 Traffic Control 80-5 80.09 Weighing and Delivery Slips 80-6 80.10 Weather Conditions 80-6 80.11 Saturday Work 80-7 80.12 Plant Inspection 80-7 80.13 Grades 80-7 80.14 Modification of Mixture 80-7 80.15 Job Mix Formula 80-7 80.16 Paving Operations 80-8 80.17 HMA Temperature Requirements 80-8 80.18 Paving Equipment 80-8 80.19 Bituminous Paver 80-8 80.20 Roller 80-9 80.21 Spreading and Finishing 80-9 80.22 Compaction 80-9 80.23 Joints 80-10 80.24 Requirements for Mixing Plant, Transportation, Placing and Compaction 80-10 80.25 Temporary Pavement Markings 80-11 80.26 Acceptance, Quality Control and Quality Assurance 80-11 80.27 Rejection by Engineer or Paving Manager 80-13 80.28 Method of Measurement and Basis of Payment 80-13 ---PAGE BREAK--- 80-1 DIVISION 80 PAVING STANDARD SPECIFICATIONS 80.01 SCOPE This division shall govern the paving of existing City streets or proposed City streets. The work shall consist of furnishing and placing one or more courses of Maine Department of Transportation (MeDOT) approved Hot Mix Asphalt (HMA) pavement on paved or gravel streets properly prepared for paving. Paving shall be designated Class I or Class II as specified herein. The finished product shall conform to all required grades, thickness and slopes as required to maintain proper drainage. All work shall comply with the Contract documents, project plans and the latest City and MeDOT Standard Specifications. All HMA provided by the Contractor shall be designed, tested and placed in accordance with AASHTO T312 procedures, MeDOT Standard Specifications, Section, 106, 401, and 403 except as specified, modified or excluded by these Contract Documents. The provisions of the most current MeDOT Standard Specifications for Quality Control and Acceptance shall not specifically apply to this work. 80.02 REFERENCES This division references the following documents. In their latest revision, they form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregrate ASTM D5821 Standard Test Method for Determining the Percentage of Fractured Particles in Coarse Aggregate AASHTO T 30 Mechanical Analysis of Extracted Aggregate AASHTO T 166 Bulk Specific Gravity of Compacted Hot-Mix Asphalt Using Saturated Surface-Dry Specimens AASHTO T 209 Theoretical Maximum Specific Gravity and Density of Hot-Mix Asphalt Paving Mixtures AASHTO T 230 Determining Degree of Pavement Compaction of Bituminous-Aggregate Mixtures AASHTO T 308 Determining the Asphalt Content of Hot-Mix Asphalt (HMA) by the Ignition Method AASHTO T 312 Preparing and Determining the Density of Hot-Mix Asphalt (HMA) Specimens by Means of the Superpave Gyratory Compactor ---PAGE BREAK--- 80-2 80.03 PAVEMENTS The types of paving shall consist of: A. Re-surfacing: Re-surfacing shall consist of placing a new wearing surface over a prepared bituminous surface. The Engineer or Paving Manager will specify the use of a MeDOT approved HMA Pavement, 12.5mm, 9.5mm fine, 9.5mm coarse, Grading D (crushed gravel) or Grading D (crushed ledge). Where existing pavement is removed, section 80.03C shall apply. MeDOT Type mix may be required for certain applications as directed by the Engineer or the Paving Manager. B. Maintenance Paving: Maintenance paving shall consist of the correction of surface defects in the travel way by placing a leveling course and new wearing surface using HMA Pavement. This will normally be 9.5mm, either fine or coarse grade. The Engineer or Paving Manager may specify a 50 or 75 gyration mix design for maintenance paving. C. Paving of Gravel or Reclaimed Streets: Paving of gravel or reclaimed streets shall consist of paving of gravel or reclaimed streets to include binder and surface courses using HMA Pavement, 19mm, 12.5mm, 9.5mm coarse, or 9.5mm fine, Grading D (crushed gravel) or Grading D (crushed ledge) as directed by the Engineer or Paving Manager. The Engineer or Paving Manager shall approve any revisions to the compacted thickness, number of courses or type of mix noted in the paving schedule. D. Bituminous Curbing: The installation and materials provided shall be in accordance with the most current MeDOT Standard Specifications. Polyester fibers shall be uniformly incorporated into the dry mix. The Engineer or the Paving Manager will specify the type of mold and the location where the curbing shall be placed. The curb may be accepted or rejected based on appearance, texture or alignment. It shall be the Contractor’s responsibility to protect and maintain the curb until the project is completed and accepted. All curb determined by the Engineer or Paving Manager to be unacceptable shall be removed and replaced at the Contractor’s expense. 80.04 PAVING REQUIREMENTS A. Class I Class I paving shall mean that the Contractor will provide all labor, equipment and materials, required for paving including base preparation and paving. When Class 1 paving is specified, the City Specifications shall be modified as follows: Surface Preparation: 1. Paved Streets: The Contractor shall be responsible for thoroughly cleaning of all holes, cracks, or loose unstable material from the existing surface to be worked. Any area to be patched or to receive a leveling course shall have an approved bituminous tack material applied to the entire paved surface to be covered and all edges prior to patching or paving. Paving preparation shall be by hand for small areas with minor pavement defects. Larger areas with heavier pavement deterioration may be prepared by a leveling course placed mechanically using paving equipment. All patching material or leveling courses shall be thoroughly compacted using hand tampers or rollers as ---PAGE BREAK--- 80-3 specified by the City Engineer or Paving Manager. The Contractor shall be responsible for providing any hand or mechanical sweeping prior to patching, placing a leveling course or resurfacing of the work area. The Contractor shall be responsible for the removal of any material not removed by the sweeping equipment. No direct payment for surface preparation will be made. The cost of all such work shall be included in the unit price for leveling course. In all cases, the preparation of existing surfaces shall comply with the most current MeDOT Standard Specification section 401.11. 2. Gravel Streets: The Contractor shall grade and compact gravel streets to their proper finished grade and cross-section. The Contractor shall rework any streets made necessary by bad weather or any other conditions prior to paving, at no extra cost to the City. The Contractor shall be responsible for raising utility structures and utility control devices such as gate valves to proper grade prior to, or during the placement of each course of pavement. The Paving Manager and the responsible Highway District Manager will inspect the project prior to paving to ensure it is properly prepared prior to the Contractor starting work. The City reserves the right to test the compaction or check the grade of the gravel base at any location or time prior to paving operations. The Contractor shall comply with the most current MeDOT Standard Specification sections 304.01 to 304.05 where applicable. 3. Driveways or Side Streets: When a street is repaved, the Contractor shall cut and remove the existing asphalt surface from any intersecting streets, driveways, or parking lots, etc. The Contractor shall then repave the intersecting areas to match the newly paved City Streets maintaining proper drainage, using the number of courses and type of pavement specified by the Engineer or Paving Manager. As an alternate method of construction, the Contractor may be required to grind a joint a specified distance into the side street or driveway. The old surface shall then be overlaid to match the new street pavement. The City Engineer or Paving Manager shall specify the method of construction. B. Class II Class II paving shall mean that the City shall prepare the gravel base or existing surface for the Contractor to apply the specified pavement. The City will notify the Contractor when the street is ready for paving. The Contractor shall complete the work within 30 days of said notification. When Class II paving is called for, the Standard Specifications shall be modified as follows: Surface Preparation: 1. Paved Streets -The Contractor shall be responsible for placing a leveling course, as needed, utilizing mechanical paving equipment paid for at the Contract unit price. All edges and the surface to be leveled shall have an approved bituminous tack material applied and the leveling course shall be thoroughly compacted, using powered tampers and rollers. The City of Lewiston shall provide and operate a mechanical sweeper to clean the work area of the streets to be paved under the City’s maintenance paving program at no cost to the Contractor. The Contractor shall notify the City at least two working days prior to the City providing any sweeping services. The Contractor will be responsible for ---PAGE BREAK--- 80-4 reimbursing the City for additional mechanical sweeping of any street previously swept if he/she cancels or postpones the work for any reason other than unexpected weather. 2. Gravel Streets - The City shall grade and compact gravel streets to their proper finished gravel grade and cross section. The Paving Manager and the Highway District Manager will inspect the project prior to paving and shall determine if the street is ready for pavement. The Contractor shall not hold the City liable for any delays to his/her operations if the streets have to be re-worked due to weather conditions, or unforeseen circumstances. 80.05 UTILITIES The City or the respective utility will adjust structures to proper grade at no expense to the Contractor. The Contractor will be required to allow sufficient time for the City and others to raise their utilities before applying the next course of pavement. The Contractor will be responsible for the cost of repairing any damage caused by him/her to any of these structures after the locations have been marked. 80.06 BITUMINOUS TACK COAT A bituminous tack coat shall be applied to existing pavement prior to placing a leveling course. A tack coat shall be required between a newly installed leveling course and a new surface course even if both are placed in the same working day. The Engineer or the Paving manager shall specify when a tack coat may not be required. The installation shall be as per the most recent Me DOT Standard Specifications or as directed by the Engineer. A tack coat shall cover 100% of an existing pavement to be resurfaced at a rate of .01 to 0.5 gal/sq. yd. Tack shall be required on the vertical edge of all longitudinal and transverse pavement joints. The distributor truck shall be capable of applying bituminous material uniformly at various widths and maintained in a leak free condition. The type and grade of bituminous material shall be submitted to the Engineer at the pre-construction meeting for review and approval. Payment for the application of tack shall be by the gallon under bid item number 409.15. 80.07 COLD PLANING Any item for Cold Planing shall cover the cost of the Contractor using the appropriate pavement milling machine to grind tapered transverse or longitudinal joints into the existing surface of a street, grind a designated section of a street or an entire street. The Contractor may also be required to repair deteriorated sections of streets by grinding and repaving areas of varying sizes on designated streets. The equipment for removing the bituminous surface shall be a power operated planing machine or grinder capable of removing asphalt concrete to the required depth and shall have a positive means of controlling cross slope elevations. The location of the work shall be marked by the Engineer or Paving Manager and agreed upon by the Contractor prior to cold planing. Groups of streets shall be designated for the work so the Contractor can keep mobilizations to a minimum. All bituminous material removed from the street or road by cold planing shall remain the property of the City of Lewiston. The Contractor shall transport and dispose of all removed material at the pit owned by Gendron and Gendron on River Road in Lewiston unless the City determines it does not want the material. The cost of transporting the removed material shall be incidental to the cost of ---PAGE BREAK--- 80-5 milling. The Contractor shall locate and remove all objects in the pavement through the work area that would be detrimental to his/her milling equipment. Mobilization, “dig safe” permits and other preparation required to perform this work shall be the responsibility of the Contractor and considered incidental to the cost of removal. The Contractor shall normally be required to mill around utility operating controls such as gate valves or manhole structures located in the street to be Cold Planed. The Engineer or Paving Manager shall inform the Contractor which utility assets will or will not be lowered prior to the start of work. Removal of pavement surface will be measured by the square yards of pavement removed. The depth of pavement removed, unless otherwise specified, will vary from less than one inch to as much as three inches. No additional payment shall be made based upon the depth of pavement removed. The acceptable quantity of removed pavement will be paid for at the Contract unit price per square yard, which price will be full compensation for removing and salvaging the material, and locating and removing objects detrimental to milling operations. This work shall be done under the direction of the Public Works Engineering Division. 80.08 TRAFFIC CONTROL The Contractor shall be responsible for maintaining traffic control in the work area and will not be allowed to close the work area to traffic unless he/she receives specific authorization from the Director of Public Works. When working on major arterials or collector streets, the Contractor shall be required to submit a written traffic control plan listing all signage, barricades, detours and other important information. This traffic control plan shall be submitted at least twenty-four (24) hours prior to starting work. Emergency vehicles shall have access through the work area at all times. Signage, in compliance with the Manual on Uniform Traffic Control Devices (MUTCD), shall be posted conspicuously in all directions that traffic may approach the work area. The Contractor shall supply the required number of flaggers, signs, barricades and cones. Work shall not begin until the flaggers are in place and the work zone is properly set up. The Engineer or the Paving Manager may require the presence of a uniformed officer and a patrol car at major intersections or on major arterials at no cost to the City. The cost of traffic control will be the responsibility of the Contractor. If the City determines that the Contractor has not provided adequate signage, cones or other means of traffic control, the City Engineer or Paving Manager will stop the paving operation until the Contractor is in full compliance with the requirements of the most recent MUTCD. The City will not be responsible for the cost of any rejected material or labor if a job is stopped due to inadequate traffic control. 80.09 WEIGHING AND DELIVERY SLIPS The truck platform weighing system and truck delivery slips shall be in compliance with the requirements of the most recent MeDOT Standard Specification 401.073. 80.10 WEATHER CONDITIONS No paving will be allowed under the following conditions: A. When the existing surface to be paved is wet and appears to glisten. In the event showers occur during the paving operations, the Contractor may be allowed to use whatever mix is in transit up to a maximum of three haul units at the time the shower begins at his/her own risk. The Contractor shall dispose of all material that becomes unusable due to weather conditions. ---PAGE BREAK--- 80-6 B. When the air temperature in the shade at the work area is less than forty degrees Fahrenheit (40 or the area to be paved is frozen. C. When the Engineer or Paving Manager feels that the weather or surface conditions prevent the proper handling, placing and finishing of the HMA. D. Base and surface courses shall not be placed earlier or later than the dates, or minimum temperatures specified in the most recent MeDOT Standard Specifications. The Engineer may authorize construction with hot mix asphalt pavements at lower atmospheric temperatures than those specified, or extend the paving dates of the paving season if it is in the best interests of the City to complete a project. 80.11 SATURDAY WORK When the Contractor elects to work on Saturday, he/she must obtain the approval of the City Engineer or the Paving Manager the day prior to the planned work (Friday). If Friday is a holiday, the approval must be obtained by 8 A.M. Thursday. 80.12 PLANT INSPECTION The City shall perform any plant inspection and testing it deems necessary during the progress of the work. Such plant inspection and testing will be performed in accordance with the Specifications at no expense to the Contractor. The Contractor shall insure that the plant calibration is within City Specifications at the start of any new non continuous paving operation. The Contractor’s Quality Control Plan (QCP) Administrator shall submit new plant mix test results as necessary to satisfy the City that the plant calibration has not changed since the last paving project for the City of Lewiston. 80.13 GRADES The use of grade marks or grade lines will not be required except where indicated by the Engineer or Paving Manager. If the Engineer or Paving Manager deems that grades are necessary to establish proper profile or cross section, he/she will establish and mark such grades and the Contractor shall be responsible for operating his/her equipment to accomplish the work to the exact line and grades so established. 80.14 MODIFICATION OF MIXTURE Modifications in the gradation of the aggregate and/or the amount of bitumen in the various mixes may be made to obtain optimum placing and finishing characteristics. Any mix used on a City project shall be a current MeDOT approved job mix formula. The Engineer or Paving Manager shall approve the new mix design prior to use on any City project. Modifications approved or directed by the City will be made at no change in the unit prices stated in the Contract. 80.15 JOB-MIX FORMULA The Contractor shall submit, for the Engineer or Paving Manager’s approval, a job-mix formula for each mixture to be supplied to the Project for each plant from which the HMA shall be provided. The job-mix formula shall be an MeDOT approved mix in compliance with all requirements and Specifications listed in the most current MeDOT Standard Specification Section 401. The Contractor ---PAGE BREAK--- 80-7 shall submit for approval, a new job-mix formula each time a change in aggregate source or a change in Performance Graded Asphalt Binder (PGAB) is proposed. When unsatisfactory results or other conditions make it necessary, the City Engineer or Paving Manager may request a new job-mix formula. 80.16 PAVING OPERATIONS The Contractor shall perform the work of placing the HMA so that the full width of the street is paved at the end of each day of operation with no exposed longitudinal joints in excess of ten (10) feet in length. Where curb is in place and a reasonable gutter cross section and grade exists, the Contractor will be required to extend the new pavement to the existing curb. The Contractor shall pave the approaches of side streets as directed by the Engineer or Paving Manager. The finished appearance of the surface shall be uniform and smooth. Any mixture that becomes loose, broken, contaminated with gravel, or in any way defective, shall be removed at the expense of the Contractor and replaced with fresh, hot material which shall be immediately compacted to conform to the surrounding area. Any area exceeding one square foot in area, containing an excess of bitumen causing the surface to be tacky or "bleed" shall be removed and replaced at the Contractor’s expense. The Contractor shall be responsible for the quality of materials and workmanship. The Contractor shall completely remove and replace any material displaying evidence of poor quality or substandard workmanship within 1 year from the date of acceptance at no cost to the City. 80.17 HMA TEMPERATURE REQUIREMENTS The allowable temperature range for HMA in the truck at the mixing plant or at the paver shall be 275 to 325 degrees F or the most recent Me DOT section 401.04 shall govern. HMA found outside of this temperature range and not in compliance with MeDOT Specifications shall not be used on this project. 80.18 PAVING EQUIPMENT If a piece of equipment breaks down or proves faulty, it shall be repaired or replaced before the start of the next paving day. In no case shall equipment continue in use if it is incapable of producing a pavement mat that is acceptable to the Engineer. 80.19 BITUMINOUS PAVER Pavers used on City projects shall be of highway class, self contained, and self propelled. Pavers shall be capable of placing HMA pavement over the full width of the mainline travel way with a minimum ten (10) foot main screed with power activated extensions. Pavers shall be in compliance with the latest City and MeDOT Standard Specifications. The Engineer or Paving Manager may approve the use of smaller pavers on smaller projects such as small parking lots or some trench paving. The Engineer or Paving Manager may require a paver designed specifically for sidewalks when deemed necessary. When HMA pavement is placed on major arterials, or when directed by the Engineer, the Contractor shall use a paver equipped with automatic grade or slope controlled screed. The controls shall automatically adjust the screed to increase or decrease the mat thickness to compensate for irregularities in the preceding course. The Contractor shall operate the paver producing straight passes ---PAGE BREAK--- 80-8 when possible and a visually uniform wear surface in compliance with City and the most current MeDOT Standard Specifications. Pavers shall be at the project site before the start of paving operations to be inspected and approved. Any paver found worn or defective either before or during its use shall be replaced or repaired to the satisfaction of the Engineer or the Paving Manager. 80.20 ROLLERS The rollers used on City projects shall be in full compliance with the most current MeDOT Standard Specification. The following minimum requirements shall be complied with: A. Three rollers are required on each project; one ten ton vibratory steel wheel roller shall be used for break down rolling. A 16 ton pneumatic tire roller shall be used between the breakdown roller and the finish roller on each project, and a second ten ton vibratory roller shall be used for finish rolling. B. When paving on smaller projects or sidewalks a smaller roller properly sized for the type of work shall be provided and used. C. Any method of compaction that results in cracking, checking, or fails to meet the City’s minimum density requirements, shall be discontinued and corrective action taken. 80.21 SPREADING AND FINISHING The mixture shall be laid upon an approved surface, spread and struck off to the grade, elevation and slope established. During placing operations, pavers shall be operated at a speed so as to provide as continuous as possible placement of the HMA. On small areas, or where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impossible, the HMA shall be spread, raked and luted with hand tools to the required compacted thickness and grade. HMA shall not be dumped from the truck directly onto the ground. It shall be dumped from the truck into wheel barrows and transferred to the desired location and finished as specified above. When production of the mixture can be maintained and when practical, pavers may be used in echelon to place the surface course in adjacent lanes. On roads opened to two-way traffic, the placement of each course shall be completed over the full width of the travel way section being paved on each day’s work unless otherwise approved. 80.22 COMPACTION HMA placed on City projects shall immediately be compacted in a method complying with the requirements listed in the most current MeDOT Standard Specification section 401.16. Care shall be exercised in rolling not to displace the line and grade of the edges of the bituminous mixture. Any new pavement that shows obvious cracking, checking, or other defect shall be removed and replaced as directed by the Engineer or the Paving Manager at no cost to the City. ---PAGE BREAK--- 80-9 To prevent adhesion of the mixture to the rollers, the wheel shall be kept properly moistened with water or water mixed with very small quantities of detergent or other approved release agent. The use of fuel oil or other petroleum based release agents shall not be permitted. Along forms, curbs, headers, catch basins, walls, and other places not accessible to the rollers, the mixture shall be thoroughly compacted with mechanical vibrating compactors. Hand tamping will be permitted only for areas inaccessible to other compaction equipment. On depressed areas, a trench roller may be used or cleated compression strips may be used under the roller to transmit compression to the depressed area. Excess paving material shall be cleaned from manhole covers and storm drain grating. 80.23 JOINTS Joints shall be constructed in a manner complying with the requirements listed in the most current MeDOT Standard Specification. The paver shall always maintain a uniform head of HMA during the joint construction. Transverse joints of the wearing course shall be straight and neatly trimmed. The edge of the layer shall be constructed vertical and rollers or traffic shall not pass over the unprotected end of freshly laid mixture unless authorized by the Engineer or Paving Manager. Feather joints will not normally be permitted without the permission of the Engineer or the Paving Manager. The Contractor shall apply a uniform coating of emulsified asphalt to the vertical face of all longitudinal joints immediately before placing the adjacent mat. The Contractor shall use an approved spray apparatus designed for covering a narrow surface. Application of this material by a brush may be approved for small surfaces, or in the event of a malfunction of the spray apparatus, but for a period of not more than one working day. 80.24 REQUIREMENTS FOR MIXING PLANT, TRANSPORTATION, PLACING AND COMPACTING EQUIPMENT The Contractor’s plant used to produce the HMA to be furnished under this Contract shall be certified by the MeDOT. By certified, it is meant that the plant producing the HMA pavement material is acceptable for use on MeDOT bituminous paving projects. The plant shall be capable of heating and drying the aggregate and producing a uniformly mixed material containing an accurately measured amount of bitumen. The Contractor’s plant, transportation, paving and compacting equipment shall be capable of producing, transporting and placing a minimum 700 tons of HMA in a normal 8 hour work day. All paving equipment utilized in material production, transportation or lay down shall comply with the most current MeDOT standard Specifications and approved by the Engineer or Paving Manager. Trucks used to transport HMA shall comply with the requirements of the most current MeDOT Standard Specification. All truck bodies shall have an approved cover and an opening on both sides to accommodate a stem thermometer. A sufficient number of transport trucks shall be assigned the project to prevent the paver from waiting no more than 30 minutes before the arrival of the next loaded truck. Proposals not meeting the above requirements will be considered non-responsive. ---PAGE BREAK--- 80-10 80.25 TEMPORARY PAVEMENT MARKINGS The Contractor shall be responsible for placing temporary pavement marking for bi-directional centerline and same direction lane marking after paving major arterial or collector streets. All temporary street markings shall comply with the MUTCD and the most current MeDOT Standard Specifications. The cost of Temporary Pavement Marking is incidental to the cost of paving. No direct payment will be made. 80.26 ACCEPTANCE, QUALITY CONTROL & QUALITY ASSURANCE A. The Contractor shall operate in accordance with a Quality Control Plan (QCP). The Contractor shall submit a written QCP to the City Paving Manager at the prepave conference. No work shall be performed until the QCP has been approved. The QCP shall ensure that all material, equipment and procedures meet the requirements of the City and the most current MeDOT Standard Specifications. The QCP shall detail the coordination of the activities of the Plan Administrator, the PCT and the QCT. The Contractor shall list in the QCP who will act in the above positions. 1. The Plan shall include, but not be limited to the following: a. All job-mix formulas approved by MeDOT to be used on the project b. Make and type of pavers c. Make and type of rollers including weight, weight per inch of steel wheels, and average ground contact pressure for pneumatic tire rollers d. Name of QCP Administrator e. Name of Process Control Technician(s) f. Name of Quality Control Technician(s) g. Frequency and tests for Quality Control h. Responsibilities of the onsite Paving Supervisor i. Method of calibration / verification of density gauge j. Hot mix plant details k. A note that all testing will be in accordance with AASHTO and MeDOT/ACM procedures 2. The Plan shall include the following technicians with these minimum qualifications: a. Quality Control Plan (QCP) Administrator – The QCP Administrator shall be fully qualified for this position and a full time employee of the paving contractor, or a consultant to the paving contractor. He/she shall be certified by the New England Transportation Technician Certification Program (NETTCP) for this position. This individual shall meet all requirements of the most current MeDOT Standard Specifications. b. Process Control Technician(s) (PCT) - The PCT shall be assigned to the HMA mixing plant. He/she shall be certified by the NETTCP for this position. This individual shall meet all requirements of the most current MeDOT Standard Specifications. ---PAGE BREAK--- 80-11 c. Quality Control Technician(s) (QCT) - The QCT shall be fully qualified for this position. He/she shall be certified by the NETTCP for this position. This individual shall meet all requirements of the most current MeDOT Specifications. B. HMA pavement shall be sampled, tested and evaluated by the Contractor in accordance with the following minimum quality control frequencies: Table 9: MINIMUM QUALITY CONTROL GUIDELINES Test or Action Frequency Test Method Temperature of mix 6 per day at street Temperature of Mat 4 per day Density (Surface) 1 per phase per mix ASTM D2950 or AASHTO T166 Density (Base) 1 per phase per mix ASTM D2950 or AASHTO T166 Fines/Effective Binder 1 per phase per mix AASHTO T312 Gradation 1 per phase per mix AASHTO T30 Asphalt cement content 1 per phase per mix AASHTO T164 or T308 Voids at Nd 1 per phase per mix AASHTO T312 Voids in Mineral At Nd 1 per phase per mix AASHTO T312 Rice Specific Gravity 1 per phase per mix AASHTO T209 Coarse Agg Angularity 1 per phase per mix ASTM D5821 Flat/Elongated Particles 1 per phase per mix ASTM D4791 The Contractor shall submit all HMA pavement testing and inspection reports signed by the appropriate technician within five workdays of performing the work. 80.27 REJECTION BY ENGINEER OR PAVING MANAGER For City streets or proposed City streets, the City of Lewiston requires the Contractor, at his/her own expense, to perform density testing by use of a nuclear densometer or by the cutting of a designated number of six inch diameter cores at locations specified by the Engineer or Paving Manager. The City shall specify the method of testing required for a particular project. The City and most current MeDOT Specifications require field density test results to be between 92% and 98%. When the pavement is tested with a nuclear densometer and any of the test results are outside of City/MeDOT Specifications, the City may allow the Contractor to cut, remove and test a designated number of six inch diameter cores. The procedure below shall be followed to determine acceptance anytime core samples have been tested for density. The Contractor shall test the core samples using MeDOT Specifications according to AASHTO T230 procedures. If the density test results fall within the MeDOT/City Specifications, the material shall be accepted. If one of the results is within the MeDOT/City Specifications, and one is outside, the two will be averaged and that value will be used to determine acceptance. If both results fall outside the MeDOT Specifications, the City may, depending on the test results, negotiate a reduced price for the pavement or require the Contractor to completely remove and replace the pavement with material complying with MeDOT/City Specifications. 80.28 METHOD OF MEASUREMENT AND BASIS OF PAYMENT HMA pavement materials will be measured and paid by the amount of tons delivered, placed and accepted, with no allowance for bituminous material or additives. HMA pavement for each type of ---PAGE BREAK--- 80-12 mix shall be based on tonnages on verified delivery slips at the unit prices stated in the proposal and Contract for the class of pavement specified. End of Section ---PAGE BREAK--- LS-1 WALNUT STREET TREE PLANTING LANDSCAPE SPECIFICATIONS -GENERAL RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions apply to this Section. SUMMARY OF WORK: Extent of Landscape Work is indicated on Drawings and in schedules. Provide and furnish all labor, materials and equipment required or inferred from Drawings and Specifications to complete the Work of this Section. QUALITY ASSURANCE: Industry Reference Standards: 1. Refer to Division 1 Reference Standards Section. USDA, NRCS 1999. The PLANTS database (http://plants.usda.gov/plants). 2. American National Standards Institute, Inc. (ANSI): ANSI Z60.1-96 American Standard for Nursery stock by the American Association of Nurserymen. Installer Qualifications: All work under this Section shall be performed by experienced firm specializing in landscape installation. All workers shall be familiar with planting procedures and under full time supervision. Submit written documentation of successful completion of projects of similar size, scope and complexity to work specified for this Project. Firm Experience Period: Seven years of experience. Field Foreman Experience: Five years of experience with installing firm. SUBMITTALS: Plant Material Orders from Approved Nurseries: Submit confirmed orders for plant materials from approved nurseries as indicated on the Drawings within 30 days from date that contract is awarded. Contractor is responsible for payment of deposits required by the approved nurseries to secure the plant material for the Project. Alternate Nurseries Proposed by Contractor: Alternate nurseries will be considered by the City Arborist only if photographs of specified materials are submitted within 30 days prior to bid due date. The City Arborist will tentatively accept, subject to physical observation and tagging, or reject alternate nurseries within two weeks of submittal date of photographs. ---PAGE BREAK--- LS-2 DELIVERY, STORAGE AND HANDLING: Provide freshly dug trees and shrubs. Do not prune prior to delivery. Do not bend or bind-tie trees or shrubs in such manner as to damage bark, break branches or destroy natural shape. Provide protective covering during shipment. In preparing plants for moving, all precautions customary in good trade practice shall be taken. Balled and burlapped plants shall have a solid ball of earth of minimum specified size (as recommended by ANSI z60.1) held in place securely. Oversize or exceptionally heavy plants are acceptable if the size of the ball or spread of the roots is proportionately increased to the satisfaction of the City Arborist. Broken, loose balls may be rejected. All plants shall be packed, transported and handled with utmost care to insure adequate protection against injury and drying. Any inspection certificates required by law shall accompany each shipment invoice or order of stock and, on arrival, the certificates shall be filed with the City Arborist . Provide container grown or freshly dug plant materials. Plant materials which have been in cold storage or heeled-in may be rejected. Do not bend or bind-tie trees or shrubs in such manner as to damage bark, break branches or destroy natural shape. Provide protective covering during delivery. Deliver plant material after preparation for planting has been completed and plant immediately. If planting is delayed more than 6 hours after delivery, protect from weather and mechanical damage, and keep roots moist. Do not remove container grown stock from containers until planting time. Label all plant materials of each variety with a securely attached waterproof tag bearing legible designation of botanical and common name. Do not remove labels attached to plant material by the City Arborist until directed to do so. PROJECT CONDITIONS: Insurance on plant material and other materials stored or installed is the responsibility of the Contractor. Such insurance shall cover fire, theft and vandalism. Should the Contractor elect not to provide such insurance, he will in no way hold the Owner responsible for any losses incurred by the aforementioned acts. The Contractor is responsible for all costs incurred in replacing damaged or stolen materials prior to Date of Substantial Completion of the Work. Proceed with and complete landscape work as rapidly as portions of Site become available, working within seasonal limitations for each kind of landscape work required. Existing Utilities: Determine location of underground utilities. Perform Work in a manner which will avoid possible damage. Excavate as required. Maintain grade stakes set by others unless removal is mutually agreed upon by parties concerned. All damage to utilities resulting from Work covered in these Contract Documents shall be repaired at the Contractor's expense. Existing Conditions: Perform landscape Work in the Tree Protection Zones and in existing or previously completed landscape areas to avoid damage and disturbance to these areas. Limit work in these areas to only that necessary to perform work specified herein and ---PAGE BREAK--- LS-3 shown on the Drawings. Return and repair any areas damaged or disturbed while performing the Work to the existing conditions encountered prior to the Work. Planting Time: Plant or install materials during suitable weather conditions. Planting Schedule: Prepare a proposed planting schedule. Schedule dates for each type of landscape work during contract period. Coordinate schedule with General Contractor and Irrigation Contractor. Coordination With Lawns: Plant trees and shrubs after final grades are established and prior to planting of lawns, unless otherwise acceptable to City Arborist . If planting of trees and shrubs occurs after lawn work, protect lawn areas and repair damage to lawns resulting from plant operations. – PRODUCTS SOURCE QUALITY CONTROL: Only plant material grown in a recognized nursery in accordance with good horticultural practice will be accepted. Provide healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun-scald, injuries, abrasions or disfigurement. Inspection of Plant Material Prior to Digging: Contractor must locate all plant material to be supplied for the Project and inform the City Arborist in writing of location within thirty (30) days of the date of the Contract or notice to proceed, which ever is first. In the event plant material is found to be unacceptable, the Contractor will pursue other sources until acceptable plant material is found. Shipping: Ship landscape materials with certificates of inspection required by governing authorities. Inspection by Federal and/or State Governments at Grower does not preclude rejection of plants at the site by the City Arborist . Comply with regulations applicable to landscape materials. Prepare plants for shipment to prevent damage to the plants. If temperature is over 75 degrees Fahrenheit, ship plant material to be transported over 100 miles at night only. Make arrangements to have plant material watered during shipment as necessary to avoid excessive stress. Plant material may be rejected if not properly shipped. Do not ship plant material in temperatures below 20 degrees Fahrenheit. Do Not Make Substitutions: If specified landscape material is not obtainable, submit to City Arborist proof of non-availability and request for use of equivalent material. For proof of non-availability submit a written statement from a minimum of 3 reliable nursery sources (American Nurserymen's Association Members) that the plant in question is not obtainable in the Eastern United States. Approval and Selection of Materials and Work: The selection of all materials and the execution of all operations required under the Drawings and Specifications is subject to the approval of the City Arborist. The City Arborist has the right to reject any and all materials and any and all Work which, in his opinion, does not meet the requirements of the Contract Documents at any stage of the operations. The Contractor shall remove rejected work and/or materials from Project site and replace ---PAGE BREAK--- LS-4 PLANTING SOIL: Planting Soil Mix For On-Grade Plantings: Provide soil mix amended as per laboratory recommendations. Basic planting soil mix consists of: 60% topsoil (as specified) 40% prepared additives (by volume as follows) 2 parts humus and/or peat 1 part shredded pine bark (bark pieces between 1/2 inch and 2 inches in length) 1 part sterilized composted cow manure Commercial fertilizer as recommended in soil report Lime as recommended in soil report PLANT MATERIALS: General: All plants shall be nursery grown unless otherwise stated. Provide plants true to species and variety, complying with recommendations of ANSI Z60.1 "American Standard for Nursery Stock". Nomenclature to comply with “USDA, NRCS 1999. The PLANTS database (http://plants.usda.gov/plants).” All plants shall be legibly tagged with proper botanical names. Specific requirements concerning plant material and the manner in which it is to be supplied are shown on the Drawings and plant list. Plant material indicated as pre-tagged and pre-purchased on the Drawings has been selected and purchased for the Project by the Owner at the nursery indicated. Contractor shall be responsible for the total installation of the material including freight, labor, profit, complete warranty and replacement, and all items specified herein and as indicated on the Drawings. Acclimatization: All woody plant material other than that grown vegetatively shall have been growing within one plant hardiness zone (as defined by Arnold Arboretum) of the location of this project for at least two years prior to award date of this contract. All plants shall be subject to approval at their source prior to shipment. All plants shall be clearly labeled. The Contractor shall notify the Landscape Architect at least one week prior to shipping the plants to the job site. Plant materials shall be substantially free of damage as a result of handling and transportation. All parts of the plant shall be moist and shall show active green cambium when cut. Quality and Size: All plants shall be typical of their species and variety. Plants shall have normal, well- developed branches and vigorous root systems typical of the species. They shall be healthy, vigorous plants free from defects, decay, disfiguring roots, sun-scald injuries, abrasions of the bark, plant diseases, insect pests, eggs, borers, and all forms of infestations or objectionable disfigurements. Furnish nursery grown plants, freshly dug, normally shaped and well branched, fully foliaged when in leaf and with healthy well developed root systems. Furnish plants to match as closely as possible whenever symmetry is called for. ---PAGE BREAK--- LS-5 Provide trees and shrubs of sizes shown or specified. A plant shall be dimensioned as it stands in its natural position. Large plants which have been cut back to the specified size will not be accepted. Plants that meet the measurements specified, but do not possess a normal balance between height and spread, will not be accepted. Plants shall not be pruned prior to delivery. Trees and shrubs of larger size may be used if acceptable to the City Arborist , and if sizes of roots or rootballs are increased proportionately. The increased size will not result in additional cost to the Owner. Stock Specified in a Size Range: Within each size range not less than 50% of the plants must be of the maximum size specified. Balled and Burlapped Plants: Plants designated "B&B" are to have firm, natural balls of soil corresponding to sizes specified in ANSI Z60.1 "American Standard for Nursery Stock". Balls to be firmly wrapped in biodegradable burlap and securely tied with biodegradable heavy twine, rope and/or wire baskets. Plants with loose, broken or manufactured rootballs will be rejected. Rootballs shall be lifted from the bottom only, not by stems or trunks. Container grown plants in cans or plastic containers will be acceptable in lieu of balled and burlapped plants provided that they are of specified quality. Container-grown stock shall have been grown in a container long enough for the root system to have developed sufficiently to hold its soil together, firm and whole. No plants shall be loose in the container. The container must be removed prior to planting, with care being exercised as to not injure the plant. Trees: Provide trees of height and caliper listed or shown and with branching configuration recommended by ANSI Z60.1 for type and species required. Provide single stem trees except where special forms are specified in the Contract Documents. Provide self supporting trees with straight trunks and leaders intact. Where required in the Contract Documents, provide trees with character as described. Determining dimensions for trees are caliper, height and spread: Caliper shall be measured 6 inches above ground for trees up to and including 4 inch caliper. Trees over 4 inch caliper shall be measured 12 inches above ground. Specified height and spread dimensions refer to the main body of the plant and not branch tip to tip. Take measurements with branches in natural position. Tree Forms: Do not limb up tree forms more than 2 feet before planting. Prune to desired shape as directed by City Arborist. MISCELLANEOUS LANDSCAPE MATERIALS: Burlap for wrapping earthball shall be biodegradable jute mesh not less than 7.2 oz. per square yard. Wrapping materials made from man made fibers are unacceptable. Stakes and Deadmen: Grade No. 2 or better, uniform grade pressure treated pine LP-22, or sound new hardwood or redwood free of knotholes and other defects. Deadmen shall be 2'-4' long by 4"-8" wide timbers, or other approved material capable of supporting the tree specified for its use. Anchors: #4 rebars or comparable size steel stakes, 36 inches in length. ---PAGE BREAK--- LS-6 Guys and Wire Ties: 2-strand, twisted, pliable galvanized steel wire not lighter than #12 gauge. Hose: 1/2 inch diameter black reinforced rubber or plastic garden hose. Cut to required to protect tree trunks from damage by wires. Used hose is acceptable. Plastic chain: “Adjust-i-tie” or approved equal. Clamps: Galvanized or zinc and large enough to hold wire or cable used. Turnbuckles: Galvanized steel or zinc coated. Filter Fabric (soil separator): A fiber soil separator approved by the Landscape Architect shall be used to prevent infiltration of soil into drainage aggregate or gravel and to allow free passage of water. Manufacturer's standard nonwoven pervious geotextile fabric of polypropylene, nylon or polyester fibers, or a combination. Provide filter fabrics that meet or exceed the listed minimum physical properties determined according to ASTM D 4759 and the referenced standard test method: Grab Tensile Strength (ASTM D 4632): 100 lb. Apparent Opening Size (ASTM D 4751): #100 U.S. Standard Sieve. Permeability (ASTM D 4491): 150 gallons per minute per sq. ft. Drainage Gravel: Washed crushed stone. Water: Shall be furnished by the Contractor unless stipulated otherwise and will be suitable for irrigation and free from ingredients harmful to plant life. Hose and other watering equipment required for the work shall be furnished by the Contractor until Substantial Completion of the project. Mulch: Shredded bark: shall consist of bark fibers shredded from either softwood trees or hardwood trees that shall be free of chunks of wood or other debris and whose fibers shall not exceed 4" in length and shall be of a consistent texture and color. Anti-Desiccant: Emulsion type, film-forming agent designed to permit transpiration but retard excessive loss of moisture from plants. Deliver in manufacturer's fully identified containers and mix in accordance with manufacturer's instructions. – EXECUTION PREPARATION: General: Contractor shall examine conditions under which planting is to be installed, review applicable architectural and engineering Drawings, and be familiar with alignment of underground utilities before digging. Planting Time: Planting operations are to be performed at such times of the year as the job may require, with the stipulation that the Contractor guarantees the plant material as specified. Plant only during periods when weather conditions are suitable. Verify layout information shown on the Drawings, in relation to property survey and existing benchmarks before proceeding to layout the work. Locate and protect existing ---PAGE BREAK--- LS-7 benchmarks and control points. Calculate and measure required dimensions. Do not scale Drawings to determine dimensions. Layout individual tree and shrub locations and areas for multiple plantings. Stake locations and outline areas and secure City Arborist acceptance before start of excavation for planting work. Make adjustments as requested. Notify City Arborist of adverse sub-surface drainage or soil conditions. State conditions and submit a recommendation for correction including costs. Obtain approval for method of correction prior to continuing work in the affected area. In the event that alternate locations are selected, the Contractor shall prepare such areas at no additional expense to the Owner. Excavation for Trees and Specimen Shrubs: Excavate pits, beds and trenches with vertical sides, as specified and as shown on the Drawings. Loosen hardpan and moisture barrier until hardpan has been broken and moisture is allowed to drain freely. For balled and burlapped (B&B trees and shrubs), make excavations at least 4 feet wider than the ball diameter for the top 12 inches of the pit. For the remaining depth of the pit, excavate at least 2 feet wider than the full diameter and equal to the ball depth, plus an allowance for setting of ball on a layer of compacted backfill. Allow for 6 inch minimum setting layer of excavated soil. PREPARATION OF PLANTING SOIL: Mix specified soil amendments and fertilizers with topsoil, or soil conditioner with existing surface soil at rates specified. Delay mixing of fertilizer if planting will not follow placing of planting soil within a few days. PLANTING TREES AND SPECIMEN SHRUBS: Set balled and burlapped (B&B) stock on layer of compacted planting soil mixture, plumb and in center of pit or trench with top of ball 2-3 inches above the finish grade and also 2-3 inches above the grade they bore to natural grade before transplanting. Remove all straps and ropes made of man-made fibers completely from rootball. Loosen and remove burlap and biodegradable ropes from top half of rootball. Cut and remove the top half of all wire baskets before backfilling. Use planting soil mixture to backfill plant pits. When plants are set, place additional backfill around base and sides of ball, and work each layer to settle backfill and eliminate voids and air pockets. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill. Repeat watering until no more is absorbed. Water again after placing final layer of backfill. Remove all man made or impervious materials from the rootball and trunk before final installation of trees and specimen shrubs. Mulching: Immediately after planting work has been completed, mulch pits, trenches and planting beds. Provide a minimum depth of 3 inches of bark mulch. Finish edges according to the Drawings. ---PAGE BREAK--- LS-8 Water: Soak all plants immediately after planting, continue watering thereafter as necessary until Date of Substantial Completion. Smooth planting areas to conform to specified grades after full settlement has occurred and mulch has been applied. STAKING, GUYING AND PRUNING: Trees shall not be staked unless otherwise directed by the City Arborist. Stake and guy trees immediately after planting. Plants shall be plumb after staking or guying. Maintain stakes, wires and guys until Final Acceptance of the Work. Guying trees of 3 inch caliper and larger: Guy trees according to detail. Position guys around trunk at approximately two-fifths the height of the tree. Anchor guys in ground either to notched stakes or steel rods driven securely into ground with top end 3 inches below finish grade. Pruning: Unless otherwise directed by the City Arborist do not cut tree leaders. Remove only injured or dead branches from trees, if any. Prune shrubs at the direction of the Landscape Architect. Remove and replace any plants pruned or mis-formed resulting from improper pruning. Inspect tree trunks for injury, improper pruning and insect infestation and take corrective measures. Notify City Arborist of any damaged plant stock. MAINTENANCE: Begin maintenance immediately after planting. Maintain trees as required for healthy growth. Restore planting saucers. Tighten and repair stake and guy supports and reset trees and shrubs to proper grades or vertical position as required. Restore or replace damaged wrappings. Spray as required to keep trees and shrubs free of insects and disease. CLEAN UP AND PROTECTION: During Landscape Work, keep pavements clean and work area in an orderly condition. Protect site, landscape work, and materials from damage due to landscape operations, operations by other Contractors and trades and trespassers. Maintain protection during installation and maintenance periods. All labeling and other non-organic substances such as flagging, grade ribbons, etc. must be removed from the project prior to provisional acceptance. Upon completion of Work, clear grounds of debris, superfluous materials and all equipment. Remove from site to satisfaction of City Arborist. Protect landscape Work and materials from damage due to landscape operations, operations by other contractors and trades and trespassers. Maintain protection during installation and maintenance periods. Treat, repair or replace damaged landscape Work as directed, at no additional cost to the Owner. Theft: Contractor is responsible for theft of plant material at the Project site before, during and after planting, until the Date of Substantial Completion of the Work. ---PAGE BREAK--- LS-9 Restoration: All pavements, sodded and planted areas, structures and substructures not specifically provided for in the contract disturbed by the Contractor during the execution of the work shall be restored by the Contractor, in a manner satisfactory to the City Arborist, to their original condition at no cost to the Owner. OBSERVATION AND ACCEPTANCE: Periodic site visits will be made by the City Arborist to review the quality and progress of the Work. Work found to be unacceptable must be corrected within five calendar days. Remove rejected plants and materials from the Project. Upon completion of Work, the Contractor shall notify the City Arborist at least ten (10) days prior to requested date of site visit for Substantial Completion of all or portions of the Work. City Arborist will issue a punch list for work to be corrected. All work in the punch list must be completed within five working days from date of site visit. Where Work does not comply with requirements, replace rejected Work and continue specified maintenance until by City Arborist finds work to be acceptable. If a site visit to verify Substantial Completion has been scheduled and the City Arborist arrives at the site and determines that the Landscape Development is not substantially complete, the Contractor shall be responsible for all costs incurred by the City Arborist to re-visit the site. Reimbursable expenses include but are not limited to the following: mileage, airfare, consultant's time, parking fee, meals, rental car, etc. All incurred expenses will be deducted from the final contract amount. Certificate of Substantial Completion will be issued for acceptable Work. If punch list items are issued with the Certificate, they must be corrected within five working days. – GUARANTEES AND FINAL ACCEPTANCE WARRANTY: One Year Warranty commences on the date of issuance of the Certificate of Substantial Completion. Warranty for a period of one year, following the Date of Substantial Completion, all trees, against any defects including death and unsatisfactory growth, as determined by the City Arborist. Warranty shall include the complete cost to supply and install all replacement plant materials according to the requirements herein. Defects resulting from neglect by the Owner, abuse or damage by others, or unusual phenomenon or incidents beyond the Contractor's control are excepted. Should questions arise concerning the responsibility of replacement, the City Arborist will be available for arbitration provided the Owner and Contractor mutually desire. Remove and replace all trees found to be more than 25 percent dead or in unhealthy condition during warranty period as determined by City Arborist. Make replacements immediately unless required to plant in the succeeding planting season. Replacements: Match adjacent specimens of same species. Replacements are subject to all requirements stated in the Contract Documents and are subject to inspection by the City Arborist prior to digging. Repair grades, lawn areas, paving and any other damage resulting from replacement planting operations, at no additional cost to the Owner. ---PAGE BREAK--- LS-10 The contractor shall make periodic inspections, at no extra cost, during the guarantee period to determine what changes, if any, should be made in the maintenance program. If changes are recommended, they shall be submitted in writing to the landscape architect. Claims by the contractor that the owner’s maintenance practices or lack of maintenance resulted in dead or dying plants will not be considered if such claims have not been documented by the contractor during the guarantee period. Replacements made during the Warranty Period or following inspection for Final Acceptance will carry on additional one year warranty beginning at the time of replacement. FINAL ACCEPTANCE: At the end of the guarantee period, one year after Date of Substantial Completion of the Work in total, the City Arborist will visit the site to determine Final Acceptance. Upon satisfactory completion of repairs and/or replacements the City Arborist will certify, in writing, the Final Acceptance of the Work. The Final Acceptance letter will serve as evidence that the Contractor's one-year warranty obligations have been met. Contractor shall remove all staking and guying at the end of one year, with the exception of replaced plants. Contractor shall remove all staking and guying from replaced plants one year after the date of replacement. END OF SECTION ---PAGE BREAK--- Davis-Bacon Act The project you are bidding on is being funded with federal dollars. As a result, all work must comply with the Davis Bacon Act. The Davis Bacon Act states that all work over Two Thousand Dollars ($2,000) requires all laborers and mechanics employed by contractors and subcontractors be paid wages at rates not less than those prevailing on similar construction as determined by the Secretary of Labor for the United States. Contractors are required to: ¬ Submit certified time sheets/payroll reports for all hours work on project. The payroll report will include the names, titles and rate of pay for all employees working on the project. Owners of contractor firms who perform the work themselves must list their name, work classification including “owner” and the daily and total hours worked on the project but the owner need not list his/her rate of pay or amount earned; ¬ Notify the City of project schedule so employee interviews may be conducted I have enclosed the most recent wage determinations for Davis-Bacon compliance, a copy of the payroll time sheet form which must be completed for all hours worked on project and a copy of the employee interview form which will be used to interview all workers. ---PAGE BREAK--- Record of Employee Interview U.S. Department of Housing and Urban Development Office of Labor Relations OMB Approval No. 2501-0009 (exp. 10/31/2010) Public reporting burden for this collection of information is estimated to average 15 minutes per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. This agency may not collect this information, and you are not required to complete this form, unless it displays a currently valid OMB control number. The information is collected to ensure compliance with the Federal labor standards by recording interviews with construction workers. The information collected will assist HUD in the conduct of compliance monitoring; the information will be used to test the veracity of certified payroll reports submitted by the employer. Sensitive Information. The information collected on this form is considered sensitive and is protected by the Privacy Act. The Privacy Act requires that these records be maintained with appropriate administrative, technical, and physical safeguards to ensure their security and confidentiality. In addition, these records should be protected against any anticipated threats or hazards to their security or integrity that could result in substantial harm, embarrassment, inconvenience, or unfairness to any individual on whom the information is maintained. The information collected herein is voluntary, and any information provided shall be kept confidential. 1a. Project Name 2a. Employee Name 1b. Project Number 2b. Employee Phone Number (including area code) 1c. Contractor or Subcontractor (Employer) 2c. Employee Home Address & Zip Code 2d. Verification of identification? Yes No 3a. How long on this job? 3b. Last date on this job before today? 3c. No. of hours last day on this job? 4a. Hourly rate of pay? 4b. Fringe Benefits? 4c. Pay stub? Vacation Yes No Yes No Medical Yes No Pension Yes No 5. Your job classification(s) (list all) continue on a separate sheet if necessary 6. Your duties 7. Tools or equipment used Y N Y N 8. Are you an apprentice or trainee? 10. Are you paid at least time and ½ for all hours worked in excess of 40 in a week? 9. Are you paid for all hours worked? 11. Have you ever been threatened or coerced into giving up any part of your pay? 12a. Employee Signature 12b. Date 13. Duties observed by the Interviewer (Please be specific.) 14. Remarks 15a. Interviewer name (please print) 15b. Signature of Interviewer 15c. Date of interview Payroll Examination 16. Remarks 17a. Signature of Payroll Examiner 17b. Date Previous editions are obsolete Form HUD-11 (08/2004) ---PAGE BREAK--- U.S. Department of Labor PAYROLL (For Contractor's Optional Use; See Instructions at www.dol.gov/whd/forms/wh347instr.htm) Wage and Hour Division Persons are not required to respond to the collection of information unless it displays a currently valid OMB control number. NAME OF CONTRACTOR OR SUBCONTRACTOR ADDRESS OMB No.: 1235-0008 Expires: 01/31/2015 PAYROLL NO. FOR WEEK ENDING PROJECT AND LOCATION PROJECT OR CONTRACT NO. DAY AND DATE DEDUCTIONS O O O O O O O O NAME AND INDIVIDUAL IDENTIFYING NUMBER LAST FOUR DIGITS OF SOCIAL SECURITY NUMBER) OF WORKER NO. OF WITHHOLDiNG EXEMPTIONS WORK CLASSIFICATION OT. OR ST. HOURS WORKED EACH DAY TOTAL HOURS RATE OF PAY GROSS AMOUNT EARNED FICA WITH- HOLDING TAX OTHER TOTAL DEDUCTIONS NET WAGES PAID FOR WEEK S S S S S S S S Rev. Dec. 2008 While completion of Form WH-347 is optional, it is mandatory for covered contractors and subcontractors performing work on Federally financed or assisted construction contracts to respond to the information collection contained in 29 C.F.R. 3.3, 5.5(a). The Copeland Act (40 U.S.C. § 3145) contractors and subcontractors performing work on Federally financed or assisted construction contracts to "furnish weekly a statement with respect to the wages paid each employee during the preceding week." U.S. Department of Labor (DOL) regulations at 29 C.F.R. § 5.5(a)(3)(ii) require contractors to submit weekly a copy of all payrolls to the Federal agency contracting for or financing the construction project, accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper Davis-Bacon prevailing wage rate for the work performed. DOL and federal contracting agencies receiving this information review the information to determine that employees have received legally required wages and fringe benefits. Public Burden Statement We estimate that is will take an average of 55 minutes to complete this collection, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. If you have any comments regarding these estimates or any other aspect of this collection, including suggestions for reducing this burden, send them to the Administrator, Wage and Hour Division, U.S. Department of Labor, Room S3502, 200 Constitution Avenue, N.W. Washington, D.C. 20210 (over) ---PAGE BREAK--- Date I, (Name of Signatory Party) (Title) do hereby state: That I pay or supervise the payment of the persons employed by on the (Contractor or Subcontractor) ; that during the payroll period commencing on the (Building or Work) day of , , and ending the day of , , all persons employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made either directly or indirectly to or on behalf of said from the full (Contractor or Subcontractor) weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations, Part 3 (29 C.F.R. Subtitle issued by the Secretary of Labor under the Copeland Act, as amended (48 Stat. 948, 63 Start. 108, 72 Stat. 967; 76 Stat. 357; 40 U.S.C. § 3145), and described below: That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated into the contract; that the classifications set forth therein for each laborer or mechanic conform with the work he performed. That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training, United States Department of Labor, or if no such recognized agency exists in a State, are registered with the Bureau of Apprenticeship and Training, United States Department of Labor. That: WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS − in addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above referenced payroll, payments of fringe bene fits as listed in the contract have been or will be made to appropriate programs for the benefit of such employees, except as noted in section 4(c) below. WHERE FRINGE BENEFITS ARE PAID IN CASH − Each laborer or mechanic listed in the above referenced payroll has been paid, as indicated on the payroll, an amount not less than the sum of the applicable basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract, except as noted in section 4(c) below. EXCEPTIONS REMARKS: EXCEPTION (CRAFT) EXPLANATION NAME AND TITLE SIGNATURE THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE 18 AND SECTION 231 OF TITLE 31 OF THE UNITED STATES CODE. ---PAGE BREAK--- > General Decision Number: ME130049 01/04/2013 ME49 Superseded General Decision Number: ME20120049 State: Maine Construction Type: Highway County: Androscoggin County in Maine. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Modification Number Publication Date 0 01/04/2013 * ENGI0004-006 06/01/2012 Rates Fringes POWER EQUIPMENT OPERATOR: Milling 25.73 23.27 * IRON0007-008 04/02/2012 Rates Fringes IRONWORKER, REINFORCING..........$ 21.62 19.72 * SUME2011-044 09/14/2011 Rates Fringes CARPENTER, Includes Form Work....$ 16.99 1.95 CEMENT MASON/CONCRETE FINISHER...$ 16.94 0.00 21.41 3.40 INSTALLER - GUARDRAIL............$ 15.91 2.85 IRONWORKER, STRUCTURAL...........$ 18.75 4.56 LABORER: Asphalt 14.75 0.42 LABORER: Common or General......$ 12.58 1.27 LABORER: 9.06 0.00 LABORER: 15.43 2.09 LABORER: 18.76 4.93 Page 1 of 4 1/7/2013 ---PAGE BREAK--- OPERATOR: 17.92 2.44 OPERATOR: Bobcat/Skid Steer/Skid 16.98 4.65 OPERATOR: 17.09 3.71 OPERATOR: 20.08 0.00 OPERATOR: 18.14 5.20 OPERATOR: Grader/Blade..........$ 27.40 8.46 OPERATOR: 17.46 5.80 OPERATOR: 21.39 6.24 OPERATOR: Milling Machine Reclaimer 24.77 8.39 OPERATOR: 17.49 4.26 OPERATOR: Roller, Base (Ride 13.00 1.54 OPERATOR: 19.58 5.95 OPERATOR: 14.08 0.00 19.95 5.26 TRUCK DRIVER, Includes all axles including Dump Trucks......$ 13.95 2.01 TRUCK DRIVER: Lowboy Truck......$ 15.15 5.62 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Page 2 of 4 1/7/2013 ---PAGE BREAK--- Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial Page 3 of 4 1/7/2013 ---PAGE BREAK--- contact is not satisfactory, then the process described in and should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 If the answer to the question in is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Page 4 of 4 1/7/2013 ---PAGE BREAK--- SPECIAL PROVISION SECTION 108 PAYMENT (Asphalt Escalator) 108.4.1 Price Adjustment for Hot Mix Asphalt: For all contracts with hot mix asphalt in excess of 500 tons total, a price adjustment for performance graded binder will be made for the following pay items: Item 403.206 Hot Mix Asphalt - 25 mm Item 403.207 Hot Mix Asphalt - 19 mm Item 403.2071 Hot Mix Asphalt - 19 mm (Polymer Modified) Item 403.2072 Hot Mix Asphalt - 19 mm (Asphalt Rich Base) Item 403.2073 Warm Mix Asphalt - 19 mm Item 403.208 Hot Mix Asphalt - 12.5 mm Item 403.2081 Hot Mix Asphalt - 12.5 mm (Polymer Modified) Item 403.2083 Warm Mix Asphalt - 12.5 mm Item 403.209 Hot Mix Asphalt - 9.5 mm (sidewalks, drives, & incidentals) Item 403.210 Hot Mix Asphalt - 9.5 mm Item 403.2101 Hot Mix Asphalt - 9.5 mm (Polymer Modified) Item 403.2102 Hot Mix Asphalt - 9.5 mm (Asphalt Rich Base) Item 403.2103 Warm Mix Asphalt - 9.5 mm Item 403.211 Hot Mix Asphalt – Shim Item 403.2111 Hot Mix Asphalt – Shim (Polymer Modified) Item 403.2113 Warm Mix Asphalt - Shim Item 403.212 Hot Mix Asphalt - 4.75 mm (Shim) Item 403.2123 Warm Mix Asphalt - 4.75 mm (Shim) Item 403.213 Hot Mix Asphalt - 12.5 mm (base and intermediate course) Item 403.2131 Hot Mix Asphalt - 12.5 mm (base and intermediate course Polymer Modified) Item 403.2132 Hot Mix Asphalt - 12.5 mm (Asphalt Rich Base and intermediate course) Item 403.2133 Warm Mix Asphalt - 12.5 mm (base and intermediate course) Item 403.214 Hot Mix Asphalt - 4.75 mm (Surface) Item 403.2143 Warm Mix Asphalt - 4.75 mm (Surface) Item 461.13 Maintenance Surface Treatment Price adjustments will be based on the variance in costs for the performance graded binder component of hot mix asphalt. They will be determined as follows: The quantity of hot mix asphalt for each pay item will be multiplied by the performance graded binder percentages given in the table below times the difference in price between the base price and the period price of asphalt cement. Adjustments will be made upward or downward, as prices increase or decrease. Item 403.206: 4.8% ---PAGE BREAK--- Item 403.207–5.2% Item 403.2071–5.2% Item 403.2072–5.8% Item 403.2073–5.2% Item 403.208–5.6% Item 403.2081–5.6% Item 403.2083–5.6% Item 403.209–6.2% Item 403.210–6.2% Item 403.2101–6.2% Item 403.2102–6.8% Item 403.2103–6.2% Item 403.211–6.2% Item 403.2111–6.2% Item 403.2113–6.2% Item 403.212–6.8% Item 403.2123–6.8% Item 403.213–5.6% Item 403.2131–5.6% Item 403.2132–6.2% Item 403.2133–5.6% Item 403.214–6.8% Item 403.2143–6.8% Item 461.13–6.4% Hot Mix Asphalt: The quantity of hot mix asphalt will be determined from the quantity shown on the progress estimate for each pay period. Base Price: The base price of performance graded binder to be used is the price per standard ton current with the bid opening date. This price is determined by using the average New England Selling Price (Excluding the Connecticut market area), as listed in the Asphalt Weekly Monitor. Period Price: The period price of performance graded binder will be determined by the Department by using the average New England Selling Price (Excluding the Connecticut market area), listed in the Asphalt Weekly Monitor current with the paving date. The maximum Period Price for paving after the adjusted Contract Completion Date will be the Period Price on the adjusted Contract Completion Date. ---PAGE BREAK--- SPECIAL PROVISION SECTION 403 HOT BITUMINOUS PAVEMENT The MaineDOT Special Provision 400 dated December 20, 2011 shall apply with the following additions and modifications: 403.05 Basis of Payment: No incentives will be paid. Item 409.15 Bituminous Tack Coat shall be incidental to the 403 items and no separate payment shall be made. Temporary bi-directional pavement markings shall be placed the same day as paving, the cost associated with temporary bi-directional delineators shall be incidental to the 403 items. Payment will be made under: Pay Item Pay Unit 403.207 Hot Mix Asphalt 19.0 MM TON 403.208 Hot Mix Asphalt 12.5 MM TON 403.209 Hot Mix Asphalt 9.5 MM (Hand Placed) TON 403.21 Hot Mix Asphalt 9.5 MM TON 403.211 Hot Mix Asphalt (Shim) TON 403.213 Hot Mix Asphalt 12.5 MM (Hand Placed) TON ---PAGE BREAK--- SPECIAL PROVISION SECTION 409 BITUMINOUS TACK COAT The provisions of Section 304 of the "State of Maine, Department of Transportation, Standard Specifications, Revision of December, 2002" shall apply with the following additions and modifications: 409.09 Basis of Payment: Item 409.15 Bituminous Tack Coat shall be incidental to the 403 items and no separate payment shall be made. ---PAGE BREAK--- SPECIAL PROVISION SECTION 603 PIPE CULVERTS AND STORM DRAINS The provisions of Section 603 of the "State of Maine, Department of Transportation, Standard Specifications, Revision of December, 2002" shall apply with the following additions and modifications: 603.02 Materials: Metal pipe shall not be used on the project. 603.12 Basis of Payment: The accepted quantities of pipe for culverts, drains and sewers will be paid for at the contract unit price per linear foot. Inserta-Tees shall be incidental to the respective pipe items and not separate payment shall be made. Payment will be made under: Pay Item Pay Unit 603.149 8” Diameter Option III Linear Foot 603.159 12” Diameter Option III Linear Foot ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 1 of 27 SUPPLEMENTAL SPECIFICATION (Corrections, Additions, & Revisions to Standard Specifications - Revision of December 2002) SECTION 101 CONTRACT INTERPRETATION 101.2 Definitions Closeout Documentation Replace the sentence “A letter stating the amount….. DBE goals.” with “DBE Goal Attainment Verification Form” Add “Environmental Information Hazardous waste assessments, dredge material test results, boring logs, geophysical studies, and other records and reports of the environmental conditions. For a related provision, see Section 104.3.14 - Interpretation and Interpolation.” Add “Fabrication Engineer The Department’s representative responsible for Quality Assurance of pre-fabricated products that are produced off-site.” Geotechnical Information Replace with the following: “Boring logs, soil reports, geotechnical design reports, ground penetrating radar evaluations, seismic refraction studies, and other records of subsurface conditions. For a related provision, see Section 104.3.14 - Interpretation and Interpolation.” SECTION 102 DELIVERY OF BIDS 102.7.1 Location and Time Add the following sentence “As a minimum, the Bidder will submit a Bid Package consisting of the Notice to Contractors, the completed Acknowledgement of Bid Amendments form, the completed Schedule of Items, 2 copies of the completed Agreement, Offer, & Award form, a Bid Bond or Bid Guarantee, and any other Certifications or Bid Requirements listed in the Bid Book.” 102.11.1 Non-curable Bid Defects Replace E. with The unit price and bid amount is not provided or a lump sum price is not provided or is illegible as determined by the Department.” SECTION 103 AWARD AND CONTRACTING 103.3.1 Notice and Information Gathering Change the first paragraph to read as follows: “After Bid Opening and as a condition for Award of a Contract, the Department may require an Apparent Successful Bidder to demonstrate to the Department’s satisfaction that the Bidder is responsible and qualified to perform the Work.” SECTION 104 GENERAL RIGHTS AND RESPONSIBILITIES 104.3.14 Interpretation and Interpolation In the first sentence, change “…and Geotechnical Information.” to “…Environmental Information, and Geotechnical Information.” 199 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 2 of 27 SECTION 105 GENERAL SCOPE OF WORK Delete the entire Section 105.6 and replace with the following: 105.6.1 Department Provided Services The Department will provide the Contractor with the description and coordinates of vertical and horizontal control points, set by the Department, within the Project Limits, for full construction Projects and other Projects where survey control is necessary. For Projects of 1,500 feet in length, or less: The Department will provide three points. For Projects between 1,500 and 5,000 feet in length: The Department will provide one set of two points at each end of the Project. For Projects in excess of 5,000 feet in length, the Department will provide one set of two points at each end of the Project, plus one additional set of two points for each mile of Project length. For non-full construction Projects and other Projects where survey control is not necessary, the Department will not set any control points and, therefore, will not provide description and coordinates of any control points. Upon request of the Contractor, the Department will provide the Department’s survey data management software and Survey Manual to the Contractor, or its survey Subcontractor, for the exclusive use on the Department’s Projects. 105.6.2 Contractor Provided Services Utilizing the survey information and points provided by the Department, described in Subsection 105.6.1, Department Provided Services, the Contractor shall provide all additional survey layout necessary to complete the Work. This may include, but not be limited to, reestablishing all points provided by the Department, establishing additional control points, running axis lines, providing layout and maintenance of all other lines, grades, or points, and survey quality control to ensure conformance with the Contract. The Contractor is also responsible for providing construction centerline, or close reference points, for all Utility Facilities relocations and adjustments as necessary to complete the Work. When the Work is to connect with existing Structures, the Contractor shall verify all dimensions before proceeding with the Work. The Contractor shall employ or retain competent engineering and/or surveying personnel to fulfill these responsibilities. The Contractor must notify the Department of any errors or inconsistencies regarding the data and layout provided by the Department as provided by Section 104.3.3 - Duty to Notify Department If Ambiguities Discovered. 105.6.2.1 Survey Quality Control The Contractor is responsible for all construction survey quality control. Construction survey quality control is generally defined as, first, performing initial field survey layout of the Work and, second, performing an independent check of the initial layout using independent survey data to assure the accuracy of the initial layout; additional iterations of checks may be required if significant discrepancies are discovered in this process. Construction survey layout quality control also requires written documentation of the layout process such that the process can be followed and repeated, if necessary, by an independent survey crew. 105.6.3 Survey Quality Assurance It is the Department’s prerogative to perform construction survey quality assurance. Construction survey quality assurance may, or may not, be performed by the Department. Construction survey quality assurance is generally defined as an independent check of the construction survey quality control. The construction survey 200 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 3 of 27 quality assurance process may involve physically checking the Contractor’s construction survey layout using independent survey data, or may simply involve reviewing the construction survey quality control written documentation. If the Department elects to physically check the Contractor’s survey layout, the Contractor’s designated surveyor may be required to be present. The Department will provide a minimum notice of 48 hours to the Contractor, whenever possible, if the Contractor’s designated surveyor’s presence is required. Any errors discovered through the quality assurance process shall be corrected by the Contractor, at no additional cost to the Department. 105.6.4 Boundary Markers The Contractor shall preserve and protect from damage all monuments or other points that mark the boundaries of the Right-of-Way or abutting parcels that are outside the area that must be disturbed to perform the Work. The Contractor indemnifies and holds harmless the Department from all claims to reestablish the former location of all such monuments or points including claims arising from 14 MRSA § 7554-A. For a related provision, see Section 104.3.11 - Responsibility for Property of Others. SECTION 106 QUALITY 106.4.3 Testing Change the first sentence in paragraph three from “…maintain records of all inspections and tests.” to “…maintain original documentation of all inspections, tests, and calculations used to generate reports.” 106.6 Acceptance Add the following to paragraph 1 of A: “This includes Sections 401 - Hot Mix Asphalt, 402 - Pavement Smoothness, and 502 - Structural Concrete - Method A - Air Content.” Add the following to the beginning of paragraph 3 of A: “For pay factors based on Quality Level Analysis, and” 106.7.1 Standard Deviation Method Add the following to F: “Note: In cases where the mean of the values is equal to either the USL or the LSL, then the PWL will be 50 regardless of the computed value of Add the following to H: “Method C Hot Mix Asphalt: PF = [55 + (Quality Level * 0.01” SECTION 107 TIME 107.3.1 General Add the following: “If a Holiday occurs on a Sunday, the following Monday shall be considered a Holiday. Sunday or Holiday work must be approved by the Department, except that the Contractor may work on Martin Luther King Day, President’s Day, Patriot’s Day, the Friday after Thanksgiving, and Columbus Day without the Department’s approval.” 107.7.2 Schedule of Liquidated Damages Replace the table of Liquidated Damages as follows: From Up to and Amount of Liquidated 201 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 4 of 27 More Than Including Damages per Calendar Day $0 $100,000 $225 $100,000 $250,000 $350 $250,000 $500,000 $475 $500,000 $1,000,000 $675 $1,000,000 $2,000,000 $900 $2,000,000 $4,000,000 $1,000 $4,000,000 and more $2,100 SECTION 108 PAYMENT Remove Section 108.4 and replace with the following: “108.4 Payment for Materials Obtained and Stored Acting upon a request from the Contractor and accompanied by bills or receipted bills, the Department will pay for all or part of the value of acceptable, non-perishable Materials that are to be incorporated in the Work, including Materials that are to be incorporated into the Work, not delivered on the Work site, and stored at places acceptable to the Department. Examples of such Materials include steel piles, stone masonry, curbing, timber and lumber, metal Culverts, stone and sand, gravel, and other Materials. The Department will not make payment on living or perishable Materials until acceptably planted in their final locations. If payment for Materials is made to the Contractor based on bills, only, then the Contractor must provide receipted bills to the Department for these Materials within 14 days of the date the Contractor receives payment for the Materials. Failure of the Contractor to provide receipted bills for these Materials within 14 days of the dated the Contractor receives payment will result in the paid amount being withheld from the subsequent progress payment, or payments, until such time the receipted bills are received by the Department. Materials paid for by the Department are the property of the Department, but the risk of loss shall remain with the Contractor. Payment for Materials does not constitute Acceptance of the Material. If Materials for which the Department has paid are later found to be unacceptable, then the Department may withhold amounts reflecting such unacceptable Materials from payments otherwise due the Contractor. In the event of Default, the Department may use or cause to be used all paid-for Materials in any manner that is in the best interest of the Department.” SECTION 109 CHANGES 109.1.1 Changes Permitted Add the following to the end of the paragraph: “There will be no adjustment to Contract Time due to an increase or decrease in quantities, compared to those estimated, except as addressed through Contract Modification(s).” 202 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 5 of 27 109.1.2 Substantial Changes to Major Items Add the following to the end of the paragraph: “Contract Time adjustments may be made for substantial changes to Major Items when the change affects the Critical Path, as determined by the Department” 109.4.4 Investigation / Adjustment Third sentence, delete the words “subsections - 109.5.1 Definitions - Types of Delays B. Compensable Delay Replace with the following; “a weather related Uncontrollable Event of such an unusually severe nature that a Federal Emergency Disaster is declared. The Contractor will only be entitled to an Equitable Adjustment if the Project falls within the geographic boundaries prescribed under the disaster declaration.” 109.7.2 Basis of Payment Replace with the following: “Adjustments will be established by mutual Agreement based upon Unit or Lump Sum Prices. These agreed Unit or Lump Sum prices will be full compensation and no additions or mark-ups are allowed. If Agreement cannot be reached, the Contractor shall accept payment on a Force Account basis as provided in Section 109.7.5 - Force Account Work, as full and complete compensation for all Work relating to the Equitable Adjustment.” 109.7.3 Compensable Items Delete this Section entirely. 109.7.4 Non-Compensable Items Replace with the following: “The Contractor is not entitled to compensation or reimbursement for any of the following items: A. Total profit or home office overhead in excess of 15%, B. 109.7.5 Force Account Work C. Equipment Paragraph 2, delete sentence 1 which starts; “Equipment leased….” Paragraph 6, change sentence 2 from “The Contractor may furnish…” to read “If requested by the Department, the Contractor will produce cost data to assist the Department in the establishment of such rental rate, including all records that are relevant to the Actual Costs including rental Receipts, acquisition costs, financing documents, lease Agreements, and maintenance and operational cost records.” Add the following paragraph; “Equipment leased by the Contractor for Force Account Work and actually used on the Project will be paid for at the actual invoice amount plus 10% markup for administrative costs.” Add the following section; Subcontractor Work When accomplishing Force Account Work that utilizes Subcontractors, the Contractor will be allowed a maximum markup of 5% for profit and overhead on the Subcontractor’s portion of the Force Account Work. If the Department does not accept the Subcontractor quote, then the Subcontractor work will be subject to the Force Account provisions with a 5% markup for profit & overhead..” 203 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 6 of 27 SECTION 110 INDEMNIFICATION, BONDING, AND INSURANCE Delete the entire Section 110.2.3 and replace with the following: 110.2.3 Bonding for Landscape Establishment Period The Contractor shall provide a signed, valid, and enforceable Performance, Warranty, or Maintenance Bond complying with the Contract, to the Department at Final Acceptance. The bond shall be in the full amount for all Pay Items for work pursuant to Sec 621, Landscape, payable to the “Treasurer - State of Maine,” and on the Department’s forms, on exact copies thereof, or on forms that do not contain any significant variations from the Department’s forms as solely determined by the Department. The Contractor shall pay all premiums and take all other actions necessary to keep said bond in effect for the duration of the Landscape Establishment Period described in Special Provision 621.0036 - Establishment Period. If the Surety becomes financially insolvent, ceases to be licensed or approved to do business in the State of Maine, or stops operating in the United States, the Contractor shall file new bonds complying with this Section within 10 Days of the date the Contractor is notified or becomes aware of such change. All Bonds shall be procured from a company organized and operating in the United States, licensed or approved to do business in the State of Maine by the State of Maine Department of Business Regulation, Bureau of Insurance, and listed on the latest Federal Department of the Treasury listing for “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies.” By issuing a bond, the Surety agrees to be bound by all terms of the Contract, including those related to payment, time for performance, quality, warranties, and the Department’s self- help remedy provided in Section 112.1 - Default to the same extent as if all terms of the Contract are contained in the bond(s). Regarding claims related to any obligations covered by the bond, the Surety shall provide, within 60 Days of Receipt of written notice thereof, full payment of the entire claim or written notice of all bases upon which it is denying or contesting payment. Failure of the Surety to provide such notice within the 60-day period constitutes the Surety’s waiver of any right to deny or contest payment and the Surety’s acknowledgment that the claim is valid and undisputed. SECTION 202 REMOVING STRUCTURES AND OBSTRUCTIONS 202.02 Removing Buildings Make the following change to the last sentence in the final paragraph, change “…Code of Maine Regulations 401.” to “…Department of Environmental Protection Maine Solid Waste Management Rules, 06-096 CMR Ch. 401, Landfill Siting, Design and Operation.” 204 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 7 of 27 SECTION 203 EXCAVATION AND EMBANKMENT 203.01 Description Under b. Rock Excavation; add the following sentence: “The use of perchlorate is not allowed in blasting operations.” Delete the entire Section 203.041 and replace with the following: “203.041 Salvage of Existing Hot Mix Asphalt Pavement All existing hot mix asphalt pavement designated to be removed under this contract must be salvaged for utilization. Existing hot mix asphalt pavement material shall not be deposited in any waste area or be placed below subgrade in any embankment. Methods of utilization may be any of the following: 1. Used as a replacement for untreated aggregate surface course on entrances provided the material contains no particles greater than 50 mm [2 in] in any dimension. Payment will be made under Pay Item 411.09, Untreated Aggregate Surface Course or 411.10, Untreated Aggregate Surface Course, Truck Measure. Material shall be placed, shaped, compacted and stabilized as directed by the Resident. 2. Used as the top 3” of gravel. Recycled Asphalt Pavement (RAP) shall be process to 1½” minus and blending will not be allowed. When this method is utilized, a surcharge will not be required 3. Stockpiled at commercial or approved sites for commercial or MaineDOT use. 4. Other approved methods proposed by the Contractor, and approved by the Resident which will assure proper use of the existing hot mix asphalt pavement. The cost of salvaging hot mix asphalt material will be included for payment under the applicable pay item, with no additional allowances made, which will be full compensation for removing, temporarily stockpiling, and rehandling, if necessary, and utilizing the material in entrances or other approved uses, or stockpiling at an approved site as described above. The material will also be measured and paid for under the applicable Pay Item if it is reused for aggregate in entrances, or other approved uses.” SECTION 502 STRUCTURAL CONCRETE 502.05 Composition and Proportioning; TABLE NOTE third sentence; Change “…alcohol based saline sealer…” to “alcohol based silane sealer…”. Add NOTE #6 to Class S Concrete. 502.0502 Quality Assurance Method A - Rejection by Resident Change the first sentence to read: “For an individual sublot with test results failing to meet the criteria in Table or if the calculated pay factor for Air Content is less than 0.80……” 205 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 8 of 27 502.0503 Quality Assurance Method B - Rejection by Resident Change the first sentence to read: “For material represented by a verification test with test results failing to meet the criteria in Table the Department will……” 502.0505 Resolution of Disputed Acceptance Test Results Combine the second and third sentence to read: “Circumstances may arise, however, where the Department may 502.10 Forms and False work D. Removal of Forms and False work First paragraph; first, second, and third sentence; replace “forms” with “forms and false work” 502.11 Placing Concrete G. Concrete Wearing Surface and Structural Slabs on Precast Superstructures Last paragraph; third sentence; replace “The temperature of the concrete shall not exceed 24° C [75° F} at the time of placement.” with “The temperature of the concrete shall not exceed 24° C [75° F} at the time the concrete is placed in its final position.” 502.15 Curing Concrete First paragraph; replace the first sentence with the following; “All concrete surfaces shall be kept wet with clean, fresh water for a curing period of at least 7 days after concrete placing, with the exception of vertical surfaces as provided for in Section 502.10 - Removal of Forms and False work.” Second paragraph; delete the first two sentences. Third paragraph; delete the entire paragraph which starts “When the ambient temperature….” Fourth paragraph; delete “approved” to now read “…continuously wet for the entire curing period…” Fifth paragraph; second sentence; change “…as soon as it is possible to do so without damaging the concrete surface.” to “…as soon as possible.” Seventh paragraph; first sentence; change “…until the end of the curing period.” to “…until the end of the curing period, except as provided for in Section 502.10(D) - Removal of Forms and False work.” 502.19 Basis of Payment First paragraph, second sentence; add "pier nose armor" to the list of items included in the contract price for concrete. SECTION 503 REINFORCING STEEL 503.06 Placing and Fastening Change the second paragraph, first sentence from: “All tack welding shall be done in accordance with Section 504, Structural Steel.” to “All tack welding shall be done in accordance with AWS D1.4 Structural Welding Code - Reinforcing Steel.” SECTION 504 STRUCTURAL STEEL 504.09 Facilities for Inspection Add the follow as the last paragraph: “Failure to comply with the above requirements will be consider to be a denial to allow access to work by the Contractor. The Department will reject any work done when access for inspection is denied.” 206 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 9 of 27 504.18 Plates for Fabricated Members Change the second paragraph, first sentence from: “…ASTM A 898/A 898 to “…ASTM A 898/A 898 M or ASTM A 435/A 435 M as applicable and…” 504.31 Shop Assembly Add the following as the last sentence: “The minimum assembly length shall include bearing centerlines of at least two substructure units.” 504.64 Non Destructive Testing-Ancillary Bridge Products and Support Structures Change the third paragraph, first sentence from “One hundred percent…” to “Twenty five percent…” SECTION 535 PRECAST, PRESTRESSED CONCRETE SUPERSTRUCTURE 535.02 Materials Change “Steel Strand for Concrete Reinforcement” to “Steel Strand.” Add the following to the beginning of the third paragraph; “Concrete shall be Class P conforming to the requirements in this section. 28 day compressive strength shall be as stated on the plans. Coarse aggregate….” 535.05 Inspection Facilities Add the follow as the last paragraph: “If the above requirements are not met, the Contractor shall be considered to be in violation of Standard Specification 104.2.5 – Right to Inspect Work. All work occurring during a violation of this specification will be rejected.” 535.26 Lateral Post-Tensioning Replace the first paragraph; “A final tension…” with “Overstressing strands for setting losses cannot be accomplished for chuck to chuck of 7.6 m [25 ft] and less. In such instances, refer to the Plans for all materials and methods. Otherwise, post-tensioning shall be in accordance with PCI standards and shall provide the anchorage force noted in the Plans. The applied jacking force shall be no less than 100% of the design jacking force.” SECTION 603 PIPE CULVERTS AND STORM DRAINS 603.0311 Corrugated Polyethylene Pipe for Option III Replace the Minimum Mandrel Diameter Table with the following: Nominal Size US Customary (in) Minimum Mandrel Diameter (in) Nominal Size Metric (mm) Minimum Mandrel Diameter (mm) 12 11.23 300 280.73 15 14.04 375 350.91 18 16.84 450 421.09 24 22.46 600 561.45 30 28.07 750 701.81 36 33.69 900 842.18 42 39.30 1050 982.54 48 44.92 1200 1122.90 SECTION 604 207 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 10 of 27 MANHOLES, INLETS, AND CATCH BASINS 604.02 Materials Add the following: “Tops and Traps 712.07 Corrugated Metal Units 712.08 Catch Basin and Manhole Steps 712.09” SECTION 605 UNDERDRAINS 605.05 Underdrain Outlets Make the following change: In the first paragraph, second sentence, delete the words “metal pipe”. SECTION 606 GUARDRAIL 606.02 Materials Delete the entire paragraph which reads “The sole patented supplier of multiple mailbox….” and replace with “Acceptable multiple mailbox assemblies shall be listed on the Department’s Approved Products List and shall be 350 tested and approved.” Delete the entire paragraph which reads “Retroreflective beam guardrail delineators….” and replace with “Reflectorized sheeting for Guardrail Delineators shall meet the requirements of Section 719.01 - Reflective Sheeting. Delineators shall be fabricated from high-impact, ultraviolet and weather resistant thermoplastic. 606.09 Basis of Payment First paragraph; delete the second and third sentence in their entirety and replace with “Butterfly-type guardrail reflectorized delineators shall be mounted on all W- beam guardrail at an interval of every 10 posts [62.5 ft] on tangents sections and every 5 posts [31.25 ft] on curved sections as directed by the Resident. On divided highways, the delineators shall be yellow on the left hand side and silver/white on the right hand side. On two-way roadways, the delineators shall be silver/white on the right hand side. All delineators shall have retroreflective sheeting applied to only the traffic facing side. Reflectorized guardrail delineators will not be paid for directly, but will be considered incidental to the guardrail items.” SECTION 609 CURB 609.04 Bituminous Curb Delete the requirement “Color Natural (White)” SECTION 610 STONE FILL, RIPRAP, STONE BLANKET, AND STONE DITCH PROTECTION Add the following paragraph to Section 610.02: “Materials shall meet the requirements of the following Sections of Special Provision 703: 208 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 11 of 27 Stone Fill 703.25 Plain and Hand Laid Riprap 703.26 Stone Blanket 703.27 Heavy Riprap 703.28 Definitions 703.32” Add the following paragraph to Section 610.032.a. “Stone fill and stone blanket shall be placed on the slope in a well-knit, compact and uniform layer. The surface stones shall be chinked with smaller stone from the same source.” Add the following paragraph to Section 610.032.b: “Riprap shall be placed on the slope in a well-knit, compact and uniform layer. The surface stones shall be chinked with smaller stone from the same source.” Add the following to Section 610.032: “Section 610.032.d. The grading of riprap, stone fill, stone blanket and stone ditch protection shall be determined by the Resident by visual inspection of the load before it is dumped into place, or, if ordered by the Resident, by dumping individual loads on a flat surface and sorting and measuring the individual rocks contained in the load. A separate, reference pile of stone with the required gradation will be placed by the Contractor at a convenient location where the Resident can see and judge by eye the suitability of the rock being placed during the duration of the project. The Resident reserves the right to reject stone at the job site or stockpile, and in place. Stone rejected at the job site or in place shall be removed from the site at no additional cost to the Department.” SECTION 615 LOAM 615.02 Materials Make the following change: Organic Content Percent by Volume Humus - 10%”, as determined by Ignition Test SECTION 618 SEEDING 618.01 Description Change the first sentence to read as follows: “This work shall consist of furnishing and applying seed Also remove “,and cellulose fiber mulch” from 618.01(a). 618.03 Rates of Application In 618.03(a), remove the last sentence and replace with the following: “These rates shall apply to Seeding Method 2, 3, and Crown Vetch.” In 618.03(c) “1.8 kg [4 lb]/unit.” to “1.95 kg [4 lb]/unit.” 618.09 Construction Method In 618.09(a) 1, sentence two, replace “100 mm [4 in]” with “25 mm [1 in] (Method 1 areas) and 50 mm [2 in] (Method 2 areas)” 618.15 Temporary Seeding Change the Pay Unit from Unit to Kg [lb]. 209 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 12 of 27 SECTION 620 GEOTEXTILES 620.03 Placement Section Title: Replace “Non-woven” in title with “Erosion Control”. First Paragraph: Replace first word “Non-woven” with “Woven monofilament”. Second Paragraph: Replace second word “Non-woven” with “Erosion Control”. 620.07 Shipment, Storage, Protection and Repair of Fabric Section Replace the second sentence with the following: “Damaged geotextiles, as identified by the Resident, shall be repaired immediately.” 620.09 Basis of Payment Pay Item 620.58: Replace “Non-woven” with “Erosion Control” Pay Item 620.59: Replace “Non-woven” with “Erosion Control” SECTION 621 LANDSCAPING 621.0036 Establishment Period In paragraph 4 and 5, change “time of Final Acceptance” to “end of the period of establishment”. In Paragraph 7, change “Final Acceptance date” to ““end of the period of establishment” and change “date of Final Acceptance” to “end of the period of establishment”. SECTION 626 HIGHWAY SIGNING 626.034 Concrete Foundations Add to the following to the end of the second paragraph: “Pre- cast and cast-in-place foundations shall be warranteed against leaning and corrosion for two years after the project is completed. If the lean is greater than 2 degrees from normal or the foundation is spalling within the first two years, the Contractor shall replace the foundation at no extra cost.” SECTION 627 PAVEMENT MARKINGS 627.10 Basis of Payment Add to the following to the end of the third paragraph: “If allowed by Special Provision, the Contractor may utilize Temporary Bi-Directional Yellow and White(As required) Delineators as temporary pavement marking lines and paid for at the contract lump sum price. Such payment will include as many applications as required and removal.” SECTION 637 DUST CONTROL 637.06 Basis of Payment Add the following after the second sentence of the third paragraph: “Failure by the Contractor to follow Standard Specification or Special Provision - Section 637 210 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 13 of 27 and/or the Contractor’s own Soil Erosion and Pollution Control Plan concerning Dust Control and/or the Contractor’s own Traffic Control Plan concerning Dust Control and/or visible evidence of excessive dust problems, as determined by the Resident, will result in a reduction in payment, computed by reducing the Lump Sum Total by 5% per occurrence per day. The Department’s Resident or any other representative of the Department reserves the right to suspend the work at any time and request a meeting to discuss violations and remedies. The Department shall not be held responsible for any delay in the work due to any suspension under this item. Additional penalties may also be assessed in accordance with Special Provision 652 - Work Zone Traffic Control and Standard Specification 656 - Temporary Soil Erosion and Water Pollution Control.” SECTION 639 ENGINEERING FACILITIES 639.04 Field Offices Change the forth to last paragraph from: “The Contractor shall provide a fully functional desktop copier…” to “….desktop copier/scanner…” Description Change “Floor Area” to “Floor Area (Outside Dimension)”. Change Type B floor area from “15 (160)” to “20 (217)”. 639.09 Telephone Paragraph 1 is amended as follows: “The contractor shall provide two telephone lines and two telephones,….” Add- “In addition the contractor will supply one computer broadband connection, modem lease and router. The router shall have wireless access and be 802.11n or 802.11g capable and wireless. The type of connection supplied will be contingent upon the availability of services (i.e. DSL or Cable Broadband). It shall be the contractor’s option to provide dynamic or static IP addresses through the service. The selected service will have a minimum connection of 1.5 Mbps and 384 Kbps upstream. The contractor shall be responsible for the installation charges and all reinstallation charges following suspended periods. service and maintenance charges shall be billed by the Internet Service Provider (ISP) directly to the contractor.” SECTION 652 MAINTENANCE OF TRAFFIC 652.2.3 Flashing Arrow Board Delete the existing 5 paragraphs and replace with the following: Flashing Arrow Panels (FAP) must be of a type that has been submitted to AASHTO’s National Transportation Product Evaluation Program (NTPEP) for evaluation and placed on the Maine Department of Transportations’ Approved Products List of Portable Changeable Message Signs & Flashing Arrow Panels. FAP units shall meet requirements of the current Manual on Uniform Traffic Control Devices (MUTCD) for Type panels as described in Section 6F.56 - Temporary Traffic Control Devices. An FAP shall have matrix of a minimum of 15 low-glare, sealed beam, Par 46 elements capable of either flashing or sequential displays as well as the various operating modes as described in the MUTCD, Chapter 6-F. If an FAP consisting of a bulb matrix is used, each element should be recess-mounted or equipped with an upper hood of not less than 180 211 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 14 of 27 degrees. The color presented by the elements shall be yellow. FAP elements shall be capable of at least a 50 percent dimming from full brilliance. Full brilliance should be used for daytime operation and the dimmed mode shall be used for nighttime operation. FAP shall be at least 2.4 M x 1.2 M [96” x 48”] and finished in non- reflective black. The FAP shall be interpretable for a distance not less than 1.6 km [1 mile]. Operating modes shall include, flashing arrow, sequential arrow, sequential chevron, flashing double arrow, and flashing caution. In the three arrow signals, the second light from the arrow point shall not operate. The minimum element on-time shall be 50 percent for the flashing mode, with equal intervals of 25 percent for each sequential phase. The flashing rate shall be not less than 25 nor more than 40 flashes per minute. All on-board circuitry shall be solid state. Primary power source shall be 12 volt solar with a battery back-up to provide continuous operation when failure of the primary power source occurs, up to 30 days with fully charged batteries. Batteries must be capable of being charged from an onboard 110 volt AC power source and the unit shall be equipped with a cable for this purpose. Controller and battery compartments shall be enclosed in lockable, weather-tight boxes. The FAP shall be mounted on a pneumatic-tired trailer or other suitable support for hauling to various locations, as directed. The minimum mounting height of an arrow panel should be 2.1 M [7 feet] from the roadway to the bottom of the panel. The face of the trailer shall be delineated on a permanent basis by affixing retro-reflective material, known as conspicuity material, in a continuous line as seen by oncoming drivers. A portable changeable message sign may be used to simulate an arrow panel display.” 652.2.4 Other Devices Delete the last paragraph and add the following: “652.2.5 Portable Changeable Message Sign Trailer mounted Portable Changeable Message Signs (PCMS) must be of a type that has been submitted to AASHTO’s National Transportation Product Evaluation Program (NTPEP) for evaluation and placed on the Maine Department of Transportations’ Approved Products List of Portable Changeable Message Signs & Flashing Arrow Panels. The PCMS unit shall meet or exceed the current specifications of the Manual on Uniform Traffic Control Devices (MUTCD), 6F.55. The front face of the sign should be covered with a low-glare protective material. The color of the LED elements shall be amber on a black background. The PCMS should be visible from a distance of 0.8 km [0.5 mile] day and night and have a minimum 15º viewing angle. Characters must be legible from a distance of at least 200 M [650 feet]. The message panel should have adjustable display rates (minimum of 3 seconds per phase), so that the entire message can be read at least twice at the posted speed, the off-peak 85th- percentile speed prior to work starting, or the anticipated operating speed. Each message shall consist of either one or two phases. A phase shall consist of up to eight characters per line. The unit must be capable of displaying at least three lines of text with eight characters per line. 212 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 15 of 27 Each character shall be 457 mm [18”] high. Each character module shall use at least a five wide and seven high pixel matrix. The text of the messages shall not scroll or travel horizontally or vertically across the face of the sign. Units shall automatically adjust their brightness under varying light conditions to maintain legibility. The control system shall include a display screen upon which messages can be reviewed before being displayed on the message sign. The control system shall be capable of maintaining memory when power is unavailable. Message must be changeable with either a notebook computer or an on-board keypad. The controller shall have the capability to store a minimum of 200 user-defined and 200 pre-programmed messages. Controller and battery compartments shall be enclosed in lockable, weather-tight boxes. PCMS units shall have the capability of being made programmable by means of wireless communications. PCMS units shall also be fully capable of having an on-board radar system installed if required for a particular application. PCMS’ primary power source shall be solar with a battery back-up to provide continuous operation when failure of the primary power source occurs. Batteries must be capable of being charged from a 110 volt AC power source. The unit must also be capable of being operated solely from a 110 volt AC power source and be equipped with a cable for this purpose. The PCMS shall be mounted on a trailer in such a way that the bottom of the message sign panel shall be a minimum of 2.1 M [7 ft] above the roadway in urban areas and 1.5 M [5 ft] above the roadway in rural areas when it is in the operating mode. PCMS trailers should be of a heavy duty type with a 51 mm ball hitch and a minimum of four leveling jacks (at each corner). The sign shall be capable of being rotated 360° relative to the trailer. The face of the trailer shall be delineated on a permanent basis by affixing retro-reflective material, known as conspicuity material, in a continuous line as seen by oncoming drivers.” 652.3.3 Submittal of Traffic Control Plan In item e. change “A list of all certified flaggers…” to “A list of all the Contractor’s certified flaggers…” Change a. in the list of requirements to: The name, telephone number, and other contact numbers (cellular phone, pager, if any) of the Contractor's Traffic Control Supervisor (the person with overall responsibility for following the TCP), who has received Work Zone Traffic Control Training commensurate with the level of responsibility shown in the requirements of the Contract, and who is empowered to immediately resolve any work zone traffic control deficiencies or issues. Provide documentation that the Traffic Control Supervisor has completed a Work Zone Traffic Control Training Course (AGC, ATSSA, or other industry- recognized training), and a Supervisory refresher training every 5 years thereafter. Submit the course name, training entity, and date of training. Traffic Control Training Course curriculum must be based on the standards and guidelines of the MUTCD and must include, at a minimum, the following: 1. Parts of Temporary Traffic Control Zone 2. Appropriate use and spacing of signs 3. Use and spacing of channelizing devices 213 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 16 of 27 4. Flagging basics 5. Typical examples and applications The Traffic Control Supervisor, or designee directly overseeing physical installation, adjustment, and dismantling of work zone traffic control, will ensure all personnel performing those activities are trained to execute the work in a safe and proper manner, in accordance with their level of decision-making and responsibility.” Add the follow to the list of requirements: The plan for unexpected nighttime work along with a list of emergency nighttime equipment available on-site.” In the last paragraph add the following as the second sentence: “The Department will review and provide comments to the Contractor within 14 days of receipt of the TCP.” Add the following as the last sentence: “The creation and modification of the TCP will be considered incidental to the related 652 items.” 652.3.5 Installation of Traffic Control Devices In the first paragraph, first sentence; change “Signs shall be erected…” to “Portable signs shall be erected..” In the third sentence; change “Signs must be erected so that the sign face…” to “Post-mounted signs must also be erected so that the sign face…” 652.4 Flaggers Replace the first paragraph with the following; “The Contractor shall furnish flaggers as required by the TCP or as otherwise specified by the Resident. All flaggers must have successfully completed a flagger test approved by the Department and administered by a Department-approved Flagger-Certifier who is employing that flagger. All flaggers must carry an official certification card with them while flagging that has been issued by their employer. Flaggers shall wear safety apparel meeting ANSI 107-2004 Class 2 risk exposure that clearly identifies the wearer as a person, and is visible at a minimum distance of 300 m [1000 ft], and shall wear a hardhat with 360° retro-reflectivity. For nighttime conditions, Class 3 apparel, meeting ANSI 107-2004, shall be worn along with a hardhat with 360° retro-reflectivity. Retro-reflective or flashing SLOW/STOP paddles shall be used, and the flagger station shall be illuminated to assure visibility in accordance with 652.6.2.” Second paragraph, first sentence; change “…have sufficient distance to stop before entering the workspace.” to “…have sufficient distance to stop at the intended stopping point.” Third sentence; change “At a spot obstruction…” to “At a spot obstruction with adequate sight distance,…” Fourth paragraph, delete and replace with “Flaggers shall be provided as a minimum, a 10 minute break, every 2 hours and a 30 minute or longer lunch period away from the work station. Flaggers may only receive 1 unpaid break per day; all other breaks must be paid. Sufficient certified flaggers shall be available onsite to provide for continuous flagging operations during break periods. If the flaggers are receiving the appropriate breaks, breaker flagger(s) shall be paid starting 2 hours after the work begins and ending 2 hours before the work ends. A maximum of 1 breaker per 6 flaggers will be paid. (1 breaker flagger for 2 to 6 flaggers, 2 breaker flaggers for 7 to 12 flaggers, etc)” Add the following: “652.5.1 Rumble Strip Crossing When lane shifts or lane closures require traffic to cross a permanent longitudinal rumble strip for 7 calendar days or less, the Contractor shall install 214 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 17 of 27 warning signs that read “RUMBLE STRIP CROSSING” with a supplemental Plaque, (W8-15P). When lane shifts or lane closures require traffic to cross a permanent longitudinal rumble strip for more than 7 calendar days, the Contractor shall pave in the rumble strips in the area that traffic will cross, unless otherwise directed by the Resident. Rumble strips shall be replaced prior to the end of the project, when it is no longer necessary to cross them.” 652.6 Nightwork Delete this section entirely and replace with the following: “652.6.1 Daylight Work Times Unless otherwise described in the Contract, the Contractor is allowed to commence work and end work daily according to the Sunrise/Sunset Table at: http://www.sunrisesunset.com/usa/Maine.asp . If the Project town is not listed, the closest town on the list will be used as agreed at the Preconstruction Meeting. Any work conducted before sunrise or after sunset will be considered Night Work. 652.6.2 Night Work When Night Work occurs (either scheduled or unscheduled), the Contractor shall provide and maintain lighting on all equipment and at all work stations. The lighting facilities shall be capable of providing light of sufficient intensity to permit good workmanship, safety and proper inspection at all times. The lighting shall be cut off and arranged on stanchions at a height that will provide perimeter lighting for each piece of equipment and will not interfere with traffic, including commercial vehicles, approaching the work site from either direction. The Contractor shall have available portable floodlights for special areas. The Contractor shall utilize padding, shielding or other insulation of mechanical and electrical equipment, if necessary, to minimize noise, and shall provide sufficient fuel, spare lamps, generators, etc. to maintain lighting of the work site. The Contractor shall submit, as a subset of the Traffic Control Plan, a lighting plan at the Preconstruction Conference, showing the type and location of lights to be used for night work. The Resident may require modifications be made to the lighting set up in actual field conditions. Prior to beginning any Night Work, the Contractor shall furnish a light meter for the Residents use that is capable of measuring the range of light levels from 5 to 20 foot-candles. Horizontal illumination, for activities on the ground, shall be measured with the photometer parallel to the road surface. For purposes of roadway lighting, the photometer is placed on the pavement. Vertical illumination, for overhead activities, shall be measured with the photometer perpendicular to the road surface. Measurements shall be taken at the height and location of the overhead activity. Night Work lighting requirements: 215 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 18 of 27 Mobile Operations: For mobile-type operations, each piece of equipment (paver, roller, milling machine, etc) will carry indirect (i.e. balloon type) lights capable of producing at least 10 foot- candles of lighting around the work area of the equipment. Fixed Operations: For fixed-type operations (flaggers, curb, bridge, pipes, etc.), direct (i.e. tower) lighting will be utilized capable of illuminating the work area with at least 10 foot- candles of light. Hybrid Operations: For hybrid-type operations (guardrail, sweeping, Inslope excavation, etc.), either direct or indirect lighting may be utilized. The chosen lights must be capable of producing at least 10 foot-candles of light around the work area of the equipment Inspection Operations: Areas required to be inspected by the Department will require a minimum of 5 foot-candles of lighting. This may be accomplished through direct or indirect means. All workers shall wear safety apparel labeled as meeting the ANSI 107-2004 standard performance for Class 3 risk exposure. The Contractor shall apply 2- inch wide retro-reflective tape, with alternating red and white segments, to outline the front back and sides of construction vehicles and equipment, to define their shape and size to the extent practicable. Pickup trucks and personal vehicles are exempt from this requirement. The Contractor shall furnish approved signs reading "Construction Vehicle - Keep Back" to be used on trucks hauling to the project when such signs are deemed necessary by the Resident. The signs shall be a minimum of 30 inches by 60 inches, Black and Orange, ASTM D 4956 - Type VII, Type VIII, or Type IX (prismatic). All vehicles used on the project, including pickup trucks and personal vehicles, shall be equipped with amber flashing lights, visible from both front and rear, or by means of single, approved type, revolving, flashing or strobe lights mounted so as to be visible 360º. The vehicle flashing system shall be in continuous operation while the vehicle is on any part of the project. The Resident or any other representative of the Department reserves the right to suspend the work at any time and request a meeting to discuss violations and remedies. The Department shall not be held responsible for any delay in the work due to any suspension under this item. Failure to follow the approved Lighting Plan will result in a Traffic Control violation. Payment for lighting, vehicle mounted signs and other costs accrued because of night work will not be made directly but will be considered incidental to the related contract items.” 652.8.2 Other Items Replace the first paragraph with the following: “The accepted quantities of flagger hours will be paid for at the contract unit price per hour for each flagging station occupied excluding lunch breaks, and for each approved breaker flagger. Overtime hours, as reported on the certified payrolls, will be paid an additional 30% of the bid price for 652.38. The computation and additional payment for overtime hours will occur during the project close-out process and will be paid as additional hours of 652.38 to the nearest ¼ hour. The 216 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 19 of 27 contract unit price shall be full compensation for hiring, transporting, equipping, supervising, and the payment of flaggers and all overhead and incidentals necessary to complete the work.” Replace the last paragraph with the following: “There will be no payment made under any 652 pay items after the expiration of the adjusted total contract time.” SECTION 653 PLASTIC INSULATION 653.05 Placing Backfill In the second sentence; change “…shall be not less than 150 mm [6 in] loose measure.” to “…shall be not less than 250 mm [10 in] loose measure.” In the third sentence; change “…crawler type bulldozer of not more than 390 kg/m2 [80 lb/ft2] ground contact pressure…” to “…crawler type bulldozer of not more than 4875 kg/m2 [2000 lb/ft2] ground contact pressure…” 653.06 Compaction In the last sentence; change “…not more than 390 kg/m2 [80 lb/ft2] ground contact…” to “…not more than 4875 kg/m2 [2000 lb/ft2] ground contact…” SECTION 656 TEMPORARY SOIL EROSION AND WATER POLLUTION CONTROL 656.5.1 If Pay Item 656.75 Provided Replace the second paragraph with the following: “Failure by the Contractor to follow Standard Specification or Special Provision - Section 656 and/or the Contractor’s own Soil Erosion and Pollution Control Plan will result in a reduction in payment, computed by reducing the Lump Sum Total by 5% per occurrence per day. The Department’s Resident or any other representative of the Department reserves the right to suspend the work at any time and request a meeting to discuss violations and remedies. The Department shall not be held responsible for any delay in the work due to any suspension under this item.” SECTION 701 STRUCTURAL CONCRETE RELATED MATERIALS 701.10 Fly Ash - Chemical Requirements Change all references from “ASTM C311” to “ASTM C114”. SECTION 703 AGGREGATES 703.05 Aggregate for Sand Leveling Change the percent passing the 9.5 mm [3/8 in] sieve from “85 – 10” to “85 – 100” 703.06 Aggregate for Base and Subbase Delete the first paragraph: “The material shall have…” and replace with “The material shall have a minimum degradation value of 15 as determined by Washington State DOT Test Method T113, Method of Test for Determination of Degradation Value (January 2009 version), except that the reported degradation value will be the result of testing a single specimen from that portion of a sample that passes the 12.5 mm [½ in] sieve and is retained on the 2.00 mm [No. 10] sieve, minus any reclaimed asphalt pavement used." 217 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 20 of 27 703.07 Aggregates for HMA Pavements Delete the forth paragraph: “The composite blend shall have…” and replace with “The composite blend, minus any reclaimed asphalt pavement used, shall have a Micro-Deval value of 18.0 or less as determined by AASHTO T 327. In the event the material exceeds the Micro Deval limit, a Washington Degradation test shall be performed. The material shall be acceptable if it has a value of 30 or more as determined by Washington State DOT Test Method T 113, Method of Test for Determination of Degradation Value (January 2009 version) except that the reported degradation value will be the result of testing a single composite specimen from that portion of the sample that passes the 12.5mm [1/2 inch] sieve and is retained on the 2.00mm [No 10] sieve, minus any reclaimed asphalt pavement used." 703.09 HMA Mixture Composition The coarse and fine aggregate shall meet the requirements of Section 703.07. The several aggregate fractions for mixtures shall be sized, graded, and combined in such proportions that the resulting composite blends will meet the grading requirements of the following table. AGGREGATE GRADATION CONTROL POINTS Nominal Maximum Aggregate Size---Control Points (Percent Passing) SIEVE SIZE TYPE 25 mm TYPE 19 mm TYPE 12.5 mm TYPE 9.5 mm TYPE 4.75 mm PERCENT BY WEIGHT PASSING - COMBINED AGGREGATE 37.5 mm 100 25 mm 90-100 100 19 mm -90 90-100 100 12.5 mm -90 90-100 100 100 9.5 mm - -90 90-100 95-100 4.75 mm - - -90 80-100 2.36 mm 19-45 23-49 28-58 32-67 40 - 80 1.18 mm - - - - 600 ȝm - - - - 300 ȝm - - - - 75 ȝm 1-7 2-8 2-10 2-10 2-10 Gradation Classification---- The combined aggregate gradation shall be classified as coarse- graded when it passes below the Primary Control Sieve (PCS) control point as defined in the following table. All other gradations shall be classified as fine-graded. GRADATION CLASSIFICATION PCS Control Point for Mixture Nominal Maximum Aggregate Size passing) Nominal Maximum Aggregate Size TYPE 25 mm TYPE 19 mm TYPE 12.5 mm TYPE 9.5 mm Primary Control Sieve 4.75 mm 4.75 mm 2.36 mm 2.36 mm PCS Control Point passing) 40 47 39 47 218 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 21 of 27 If a Grading mixture is allowed per Special Provision Section 403, it shall meet the following gradation and the aggregate requirements of Section 703.07. Sieve Percentage by Weight Designation Passing Square Mesh Sieves ½ inch 100 Ǫ inch 93-100 No. 4 60-80 No. 8 46-65 No. 16 25-55 No. 30 16-40 No. 50 10-30 No. 100 6-22 No. 200 3.0-8.0 703.18 Common Borrow Replace the first paragraph with the following: “Common borrow shall consist of earth, suitable for embankment construction. It shall be free from frozen material, perishable rubbish, peat, and other unsuitable material including material currently or previously contaminated by chemical, radiological, or biological agents unless the material is from a DOT project and authorized by DEP for use.” 703.22 Underdrain Backfill Material Change the first paragraph from “…for Underdrain Type to “…for Underdrain Type B and Replace subsections 703.25 through 703.28 with the following: “703.25 Stone Fill Stones for stone fill shall consist of hard, sound, durable rock that will not disintegrate by exposure to water or weather. Stone for stone fill shall be angular and rough. Rounded, subrounded, or long thin stones will not be allowed. Stone for stone fill may be obtained from quarries or by screening oversized rock from earth borrow pits. The maximum allowable length to thickness ratio will be 3:1. The minimum stone size (10 lbs) shall have an average dimension of 5 inches. The maximum stone size (500 lbs) shall have a maximum dimension of approximately 36 inches. Larger stones may be used if approved by the Resident. Fifty percent of the stones by volume shall have an average dimension of 12 inches (200 lbs). 703.26 Plain and Hand Laid Riprap Stone for riprap shall consist of hard, sound durable rock that will not disintegrate by exposure to water or weather. Stone for riprap shall be angular and rough. Rounded, subrounded or long thin stones will not be allowed. The maximum allowable length to width ratio will be 3:1. Stone for riprap may be obtained from quarries or by screening oversized rock from earth borrow pits. The minimum stone size (10 lbs) shall have an average dimension of 5 inches. The maximum stone size (200 lbs) shall have an average dimension of approximately 12 inches. Larger stones may be used if approved by the Resident. Fifty percent of the stones by volume shall have an average dimension greater than 9 inches (50 lbs). 703.27 Stone Blanket Stones for stone blanket shall consist of sound durable rock that will not disintegrate by exposure to water or weather. Stone for stone blanket shall be angular and rough. Rounded or subrounded stones will not be allowed. Stones may be obtained from 219 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 22 of 27 quarries or by screening oversized rock from earth borrow pits. The minimum stone size (300 lbs) shall have minimum dimension of 14 inches, and the maximum stone size (3000 lbs) shall have a maximum dimension of approximately 66 inches. Fifty percent of the stones by volume shall have average dimension greater than 24 inches (1000 lbs). 703.28 Heavy Riprap Stone for heavy riprap shall consist of hard, sound, durable rock that will not disintegrate by exposure to water or weather. Stone for heavy riprap shall be angular and rough. Rounded, subrounded, or thin, flat stones will not be allowed. The maximum allowable length to width ratio will be 3:1. Stone for heavy riprap may be obtained from quarries or by screening oversized rock from earth borrow pits. The minimum stone size (500 lbs) shall have minimum dimension of 15 inches, and at least fifty percent of the stones by volume shall have an average dimension greater than 24 inches (1000 lbs).” Add the following paragraph: “703.32 Definitions (ASTM D 2488, Table Angular: Particles have sharp edges and relatively plane sides with unpolished surfaces Subrounded: Particles have nearly plane sides but have well-rounded corners and edges Rounded: Particles have smoothly curved sides and no edges” SECTION 706 NON-METALLIC PIPE 706.06 Corrugated Polyethylene Pipe for Underdrain, Option I and Option III Culvert Pipe Change the first sentence from “…300 mm diameters to 900 mm” to “…300 mm diameters to 1200 mm” Delete, in its’ entirety, the last sentence which begins “This pipe and resins…” and replace with the following; “Manufacturers of corrugated polyethylene pipe must participate in, and maintain compliance with, AASHTO's National Transportation Product Evaluation Program (www.ntpep.org) which audits producers of plastic pipe. A certificate of compliance must be provided with each shipment.” SECTION 708 PAINTS AND PERSERVATIVES 708.03 Pavement Marking Paint Change the first sentence from “…AASHTO M248” to “…the Maine DOT Maintenance Fast-Dry Water-Based Traffic Paint on file at the Traffic Section in Augusta”. Delete, in its’ entirety, the last sentence. SECTION 709 REINFORCING STEEL AND WELDED STEEL WIRE FABIC 709.03 Steel Strand Change the second paragraph from “…shall be 12mm [½ inch] AASHTO M203M/M203 (ASTM A416/A416M)…” to “…shall be 15.24 mm [0.600 inch] diameter AASHTO M203 (ASTM A416)…” SECTION 710 FENCE AND GUARDRAIL 710.03 Chain Link Fabric Add the following sentence: “Chain Link fabric for PVC coated shall conform to the requirements of AASHTO M181, Type IV-Class 220 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 23 of 27 710.04 Metal Beam Rail Replace with the following: “Galvanized steel rail elements shall conform to the requirements of AASHTO M 180, Class A, Type II. When corrosion resistant steel is specified, rail shall conform to AASHTO M 180, Class A, Type IV. Beams of corrosion resistant steel shall not be painted or galvanized. They shall be so handled and stored that the traffic face of these beams, used in a continuous run of guardrail, shall not show a distinctive color differential. When metal beam rail is to be installed on a curve having a radius of curvature of 150 ft. or less, the beam sections shall be fabricated on an arc to the required radius and permanently stamped or embossed with the designated radius. The engineer may take one piece of guardrail, a backup plate, and end or buffer section from each 200 pieces in a lot, or from each lot if less than 200 pieces are included therein for determination of compliance with specification requirements. If one piece fails to conform to the requirements of this specification, two other pieces shall be tested. If either of these pieces fails to conform to the requirements of this specification, the lot of material represented by these samples shall be rejected. A lot shall be considered that quantity of material offered for inspection at one time that bears the same heat and coating identification.” 710.07 Guardrail Posts Section b. change “…AASHTO M183/M183M…” to “…AASHTO M 270M/M 270 Grade 250 SECTION 712 MISCELLANEOUS HIGHWAY MATERIALS 712.04 Stone Curbing and Edging Delete the existing and replace with the following: “Stone for curbing and edging shall be approved granite from acceptable sources. The stone shall be hard and durable, predominantly gray in color, free from seams that would be likely to impair its structural integrity, and of a smooth splitting character. Natural grain size and color variations characteristic of the source deposit will be permitted. Such natural variations may include bands or clusters of mineral provided they do not impair the structural integrity of the curb stone. The Contractor shall submit for approval the name of the quarry that is the proposed source of the granite for curb materials along with full scale color photos of the granite. Such submission shall be made sufficiently in advance of ordering so that the Resident may have an opportunity to judge the stone, both as to quality and appearance. Samples of curbing shall be submitted for approval only when requested by the Resident. The dimensions, shape, and other details shall be as shown on the plans.” 712.06 Precast Concrete Units In the first paragraph, change “…ASTM C478M…” to “…AASHTO M199…” Delete the second paragraph and replace with the following; “Approved structural fibers may be used as a replacement of 6 x 6 #10 gauge welded wire fabric when used at an approved dosage rate for the construction of manhole and catch basin units. The material used shall be one of the products listed on the Maine Department of Transportation’s Approved Product List of Structural Fiber Reinforcement.” Delete the fifth paragraph and replace with the following; “The concrete mix design shall be approved by the Department. Concrete shall contain 6% air content, plus or minus 1½% tolerance when tested according to AASHTO T152. All concrete shall develop a minimum compressive strength of 221 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 24 of 27 28 MPa [4000 psi] in 28 days when tested according to AASHTO T22. The absorption of a specimen, when tested according to AASHTO T280, Test Method shall not exceed nine percent of the dry mass.” Add the following: “712.07 Tops, and Traps These metal units shall conform to the plan dimensions and to the following specification requirements for the designated materials. Gray iron or ductile iron castings shall conform to the requirements of AASHTO M306 unless otherwise designated.” 712.08 Corrugated Metal Units The units shall conform to plan dimensions and the metal to AASHTO M36/M36M. Bituminous coating, when specified, shall conform to AASHTO M190 Type A. 712.09 Catch Basin and Manhole Steps Steps for catch basins and for manholes shall conform to ASTM C478M [ASTM C478], Section 13 for either of the following material: Aluminum steps-ASTM B221M, [ASTM B211] Alloy 6061-T6 or 6005-T5. Reinforced plastic steps Steel reinforcing bar with injection molded plastic coating copolymer polypropylene. Polypropylene shall conform to ASTM D 4101. 712.23 Flashing Lights Flashing Lights shall be power operated or battery operated as specified. Power operated flashing lights shall consist of housing, adapters, lamps, sockets, reflectors, lens, hoods and other necessary equipment designed to give clearly visible signal indications within an angle of at least 45 degrees and from 3 to 90 m [10 to 300 ft] under all light and atmospheric conditions. Two circuit flasher controllers with a two-circuit filter capable of providing alternate flashing operations at the rate of not less than 50 nor more than 60 flashes per minute shall be provided. The lamps shall be 650 lumens, 120 volt traffic signal lamps with sockets constructed to properly focus and hold the lamp firmly in position. The housing shall have a rotatable sun visor not less than 175 mm [7 in] in length designed to shield the lens. Reflectors shall be of such design that light from a properly focused lamp will reflect the light rays parallel. Reflectors shall have a maximum diameter at the point of contact with the lens of approximately 200 mm [8 in]. The lens shall consist of a round one-piece convex amber material which, when mounted, shall have a visible diameter of approximately 200 mm [8 in]. They shall distribute light and not diffuse it. The distribution of the light shall be asymmetrical in a downward direction. The light distribution of the lens shall not be uniform, but shall consist of a small high intensity portion with narrow distribution for long distance throw and a larger 222 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 25 of 27 low intensity portion with wide distribution for short distance throw. Lenses shall be marked to indicate the top and bottom of the lens. Battery operated flashing lights shall be self- illuminated by an electric lamp behind the lens. These lights shall also be externally illuminated by reflex-reflective elements built into the lens to enable it to be seen by reflex-reflection of the light from the headlights of oncoming traffic. The batteries must be entirely enclosed in a case. A locking device must secure the case. The light shall have a flash rate of not less than 50 nor more than 60 flashes per minute from minus 30 °C [minus 20 to plus 65 °C [plus 150 The light shall have an on time of not less than 10 percent of the flash cycle. The light beam projected upon a surface perpendicular to the axis of the light beam shall produce a lighted rectangular projection whose minimum horizontal dimension shall be 5 degrees each side of the horizontal axis. The effective intensity shall not have an initial value greater than 15.0 candelas or drop below 4.0 candelas during the first 336 hours of continuous flashing. The illuminated lens shall appear to be uniformly bright over its entire illuminated surface when viewed from any point within an angle of 9 degrees each side of the vertical axis and 5 degrees each side of the horizontal axis. The lens shall not be less than 175 mm [7 in] in diameter including a reflex-reflector ring of 13 mm [½ in] minimum width around the periphery. The lens shall be yellow in color and have a minimum relative luminous transmittance of 0.440 with a luminance of 2854° Kelvin. The lens shall be one-piece construction. The lens material shall be plastic and meet the luminous transmission requirements of this specification. The case containing the batteries and circuitry shall be constructed of a material capable of withstanding abuse equal to or greater than 1.21 mm thick steel [No. 18 U.S. Standard Gage Steel]. The housing and the lens frame, if of metal shall be properly cleaned, degreased and pretreated to promote adhesion. It shall be given one or more coats of enamel which, when dry shall completely obscure the metal. The enamel coating shall be of such quality that when the coated case is struck a light blow with a sharp tool, the paint will not chip or crack and if scratched with a knife will not powder. The case shall be so constructed and closed as to exclude moisture that would affect the proper operation of light. The case shall have a weep hole to allow the escape of moisture from condensation. Photoelectric controls, if provided, shall keep the light operating whenever the ambient light falls below 215 lx [20 foot candles]. Each light shall be plainly marked as to the manufacturer's name and model number. If required by the Resident, certification as to conformance to these specifications shall be furnished based on results of tests made by an independent testing laboratory. All lights are subject to random inspection and testing. All necessary random samples shall be provided to the Resident upon request without cost to the Department. All such samples shall be returned to the Contractor upon completion of the tests. 712.32 Copper Tubing Copper tubing and fittings shall conform to the requirements of ASTM B88M Type A [ASTM B88, Type K] or better. 712.33 Non-metallic Pipe, Flexible Non-metallic pipe and pipe fittings shall be acceptable flexible pipe manufactured from virgin polyethylene polymer suitable for transmitting liquids intended for human or animal consumption. 223 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 26 of 27 712.34 Non-metallic Pipe, Rigid Non-metallic pipe shall be Schedule 40 (PVC) that meets the requirement of ASTM D1785. Fittings shall be of the same material. 712.341 Metallic Pipe Metallic pipe shall be ANSI, Standard B36.10, Schedule 40 steel pipe conforming to the requirements of ASTM A53 Types E or S, Grade B. End plates shall be steel conforming to ASTM A36/A36M. Both the sleeve and end plates shall be hot dip galvanized. Pipe sleeve splices shall be welded splices with full penetration weld before galvanizing. 712.35 Epoxy Resin Epoxy resin for grouting or sealing shall consist of a mineral filled thixotropic, flexible epoxy resin having a pot life of approximately one hour at 10°C [50°F]. The grout shall be an approved product suitable for cementing steel dowels into the preformed holes of curb inlets and adjacent curbing. The sealant shall be an approved product, light gray in color and suitable for coating the surface. 712.36 Bituminous Curb The asphalt cement for bituminous curb shall be of the grade required for the wearing course, or shall be Viscosity Grade AC-20 meeting the current requirements of Subsection 702.01 Asphalt Cement. The aggregate shall conform to the requirements of Subsection 703.07. The coarse aggregate portion retained on the 2.36 mm [No. 8] sieve may be either crushed rock or crushed gravel. The mineral constituents of the bituminous mixture shall be sized and graded and combined in a composite blend that will produce a stable durable curbing with an acceptable texture. Bituminous material for curb shall meet the requirements of Section 403 - Hot Bituminous Pavement. 712.37 Precast Concrete Slab Portland cement concrete for precast slabs shall meet the requirements of Section 502 - Structural Concrete, Class A. The slabs shall be precast to the dimension shown on the plans and cross section and in accordance with the Standard Detail plans for Concrete Sidewalk Slab. The surface shall be finished with a float finish in accordance with Subsection 502.14(c). Lift devices of sufficient strength to hold the slab while suspended from cables shall be cast into the top or back of the slab. 712.38 Stone Slab Stone slabs shall be of granite from an acceptable source, hard, durable, predominantly gray in color, free from seams which impair the structural integrity and be of smooth splitting character. Natural color variations characteristic of the deposit will be permitted. Exposed surfaces shall be free from drill holes or indications of drill holes. The granite slabs in any one section of backslope must be all the same finish. The granite slabs shall be scabble dressed or sawed to an approximately true plane having no projections or depressions over 13 mm [½ in] under a 600 mm [2 ft] straightedge or over 25 mm [1 in] under a 1200 mm [4 ft] straightedge. The arris at the intersection of the top surface and exposed front face shall be pitched so that the arris line is uniform throughout the length of the installed slabs. The sides shall be square to the exposed face unless the slabs are to be set 224 ---PAGE BREAK--- December 20, 2011 Supersedes November 17, 2011 Page 27 of 27 on a radius or other special condition which requires that the joints be cut to fit, but in any case shall be so finished that when the stones are placed side by side no space more than 20 mm [3/4 in] shall show in the joint for the full exposed height. Liftpin holes in all sides will be allowed except on the exposed face. SECTION 717 ROADSIDE IMPROVEMENT MATERIAL 717.03 C. Method #3 - Roadside Mixture #3 Change the seed proportions to the following: Crown Vetch 25% Perennial Lupine 25% Red Clover 12.5% Annual Rye 37.5% 717.05 Mulch Binder Change the third sentence to read as follows: “Paper fiber mulch may be used as a binder at the rate of 2.3 kg/unit [5 lb/unit].” SECTION 720 STRUCTURAL SUPPORTS FOR HIGHWAY SIGNS, LUMINAIRES, AND TRAFFIC SIGNALS 720.08 U-Channel Posts Change the first sentence from U-Channel posts…” to Rib Back U-Channel posts…” SECTION 722 GEOTEXTILES 722.01 Stabilization/Reinforcement Geotextile Add the following to note “The specified in the columns labeled”<50%” and 50%” refer to the elongation at which the geotextile material was tested. For example; if a fabric is tested at 15% elongation then it must meet or exceed the minimum strength shown in the column. Submittals must include the percent elongation at which the material was tested.” 722.02 Drainage Geotextile Add the following to note “The specified in the columns labeled”<50%” and 50%” refer to the elongation at which the geotextile material was tested. For example; if a fabric is tested at 15% elongation then it must meet or exceed the minimum strength shown in the column. Submittals must include the percent elongation at which the material was tested.” 722.01 Erosion Control Geotextile Add the following note to Elongation in the Mechanical Property Table; “The specified in the columns labeled”<50%” and 50%” refer to the elongation at which the geotextile material was tested. For example; if a fabric is tested at 15% elongation then it must meet or exceed the minimum strength shown in the column. Submittals must include the percent elongation at which the material was tested.” 225