Full Text
June 20, 2012 South Lisbon Road Drainage Improvements Old Webster Road Culvert Replacement Bid No. 2012-026 Bid Date: 6/26/12 ADDENDUM NO. 1 Please make the following changes to the Specifications: 1. The plans for the Old Webster Road Culvert Replacement were not included in the original bid package and are included with this addendum. Please insert these pages at the end of the Contract Documents. 2. Aggregate Sub-Base shall be used in the underdrain installation as backfill above the crushed rock. A bid item has been added to the attached bid tabulation sheet (Bid Item No. The revised bid tab and the corresponding sheets should be replaced with the pages in the original contract documents. Crushed rock shall be installed a minimum of 6” above the underdrain pipe. END Department of Public Works • 103 Adams Ave • Lewiston, ME • 04240 • Voice Tel. [PHONE REDACTED] • Fax [PHONE REDACTED] • TTY/TDD [PHONE REDACTED] – www.ci.lewiston.me.us Department of Public Works David A. Jones, P.E. Director ---PAGE BREAK--- OLD WEBSTER RD. OLD LISBON RD. WEBSTER ST. £ 1 inch = 200 feet LOCATION OF WORK CULVERT REPLACEMENT OLD WEBSTER ROAD 23 OLD WEBSTER 39 OLD WEBSTER 816 WEBSTER STREET ---PAGE BREAK--- OLD WEBSTER ROAD CULVERT REPLACEMENT GENERAL NOTES 1. THE CONTRACTOR IS REFERRED TO THE SPECIFICATIONS REGARDING COORDINATION WITH OTHERS, INCLUDING RESPONSIBILITIES AND RELATED COSTS. ALL UTILITY CONSTRUCTION IS SUBJECT TO INSPECTION BY UTILITY COMPANY PERSONNEL PRIOR TO BACKFILL OF TRENCHES. 2. BELOW GRADE UTILITY INFORMATION IS BASED UPON FIELD SURVEY, MDOT PLANS, CITY OF LEWISTON PLANS, CITY OF LEWISTON GIS WEBSITE, AND INFORMATION PROVIDED BY INDIVIDUAL UTILITY COMPANIES. LOCATIONS AND ELEVATIONS OF PUBLIC UTILITIES SHOWN ARE ONLY APPROXIMATE AND MAY NOT BE COMPLETE. PRIVATE UNDERGROUND UTILITIES SUCH AS, BUT NOT LIMITED TO, SEWER LINES, WATER LINES AND BURIED ELECTRICAL SERVICE ENTRANCES ARE NOT SHOWN. THE CONTRACTOR SHALL ASCERTAIN THE LOCATION AND SIZE OF EXISTING UTILITIES IN THE FIELD WITH THE RESPECTIVE UTILITY REPRESENTATIVE PRIOR TO COMMENCING WORK. REFER TO SPECIFICATION SECTION 30.4. THE CONTRACTOR IS SOLELY RESPONSIBLE FOR DETERMINING ACTUAL LOCATIONS AND ELEVATIONS OF ALL UTILITIES, INCLUDING SERVICES. SHOULD ANY UNCHARTED OR INCORRECTLY CHARTED UTILITIES BE FOUND, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY FOR DIRECTION BEFORE PROCEEDING FURTHER WITH THE WORK IN THIS AREA. ADDITIONAL TEST PITS, BEYOND THOSE SHOWN, MAY BE REQUIRED. UTILITY CONTACTS ARE AS FOLLOWS: ELECTRIC: CENTRAL MAINE POWER 83 EDISON DRIVE AUGUSTA, ME 04336 TEL. 1-[PHONE REDACTED] TELEPHONE: FAIRPOINT COMMUNICATIONS 521 E.MOREHEAD ST. PORTLAND, ME 04101 TEL. 1-[PHONE REDACTED] WATER AND SEWER: KEVIN GAGNE LEWISTON PUBLIC WORKS DEPT. WATER AND SEWER DIVISION 103 ADAMS AVE. LEWISTON, MAINE 04240 TEL. (207) 513-3003 ---PAGE BREAK--- TELECOMMUNICATIONS: OXFORD NETWORKS LISBON STREET LEWISTON, ME 04240 TEL. (207) 336-9911 TIME WARNER CABLE 37 A.A. PLOUDE PARKWAY LEWISTON, ME 04240 TEL. [PHONE REDACTED] FAIRPOINT COMMUNICATIONS 521 E.MOREHEAD ST. PORTLAND, ME 04101 TEL. 1-[PHONE REDACTED] DIG SAFE: TEL: 1-[PHONE REDACTED] GAS: UNITIL 1075 FOREST AVE. PORTLAND, ME TEL. (207) 797-8002 3. ALL EXISTING STORM DRAIN LINES ENCOUNTERED DURING CONSTRUCTION ARE TO REMAIN IN SERVICE. ANY EXISTING STORM DRAIN LINES OR CULVERTS, NOT DESIGNATED FOR REMOVAL, THAT ARE DAMAGED DURING CONSTRUCTION SHALL BE REPAIRED BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE CITY. ALL TEST PITS SHALL BE EXCAVATED PRIOR TO CONSTRUCTION LAYOUT AND RESULTS REPORTED TO ENGINEER FOR REVIEW FOR CONFORMANCE WITH PLANS. 4. THE CONTRACTOR MAY ENCOUNTER ASBESTOS CEMENT PIPE DURING PROSECUTION OF THE WORK. CONTRACTOR SHALL CONFORM TO ALL APPLICABLE PROVISIONS OF OSHA, USEPA, MDEP AND ALL OTHER FEDERAL, STATE AND LOCAL REGULATIONS WHEN HANDLING AND/OR DISPOSING OF ASBESTOS CEMENT PRODUCTS. 5. ALL STRUCTURES AND PIPELINES LOCATED ADJACENT TO THE TRENCH EXCAVATION SHALL BE PROTECTED AND FIRMLY SUPPORTED BY THE CONTRACTOR UNTIL THE TRENCH IS BACKFILLED. INJURY TO ANY SUCH STRUCTURES CAUSED BY, OR RESULTING FROM, THE CONTRACTOR'S OPERATIONS SHALL BE REPAIRED AT THE CONTRACTOR'S EXPENSE. ALL UTILITIES REQUIRING REPAIR, RELOCATION OR ADJUSTMENT AS A RESULT OF THE PROJECT SHALL BE COORDINATED THROUGH THE RESPECTIVE UTILITY. ---PAGE BREAK--- 6. IN THOSE INSTANCES WHERE POWER OR TELEPHONE POLE SUPPORT IS REQUIRED, THE CONTRACTOR SHALL PROVIDE A MINIMUM 48-HOUR NOTIFICATION TO CMP OR FAIRPOINT, RESPECTIVELY. NO ADDITIONAL PAYMENT WILL BE PROVIDED FOR TEMPORARY BRACING OF UTILITIES 7. CONTRACTOR SHALL INSTALL AND MAINTAIN TRAFFIC CONTROL SIGNS IN ACCORDANCE WITH THE LATEST EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 8. THE CONTRACTOR IS REQUIRED TO SUBMIT A TRAFFIC CONTROL PLAN THAT WILL INCLUDE THE PROPOSED DETOUR ROUTES TO THE DEPARTMENT OF PUBLIC WORKS PRIOR TO COMMENCING CONSTRUCTION. THE LEWISTON DEPARTMENT OF PUBLIC WORKS DIRECTOR OR HIS DESIGNATE SHALL BE NOTIFIED AT THE PRECONSTRUCTION MEETING OF ANY PLANNED STREET CLOSINGS OR DETOURS. 9. THE CITY SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY RIGHTS OF WAY AND EASEMENTS. THE CONTRACTOR SHALL VERIFY THAT THE NECESSARY EASEMENTS HAVE BEEN SECURED BY THE CITY. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO BE FAMILIAR WITH THE APPLICABLE PROVISIONS OF EACH EASEMENT AS THEY APPLY TO THE WORK PRIOR TO BIDDING AND ABIDE BY THOSE PROVISIONS DURING CONSTRUCTION. COPIES OF ALL RIGHTS-OF-WAY AND EASEMENTS ARE AVAILABLE FOR REVIEW AT THE LEWISTON PUBLIC WORKS DEPARTMENT. 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE LAYOUT OF ALL PROPOSED LINES AND GRADES AS SHOWN ON THE DRAWINGS. THE LAYOUT PLAN SHALL BE REVIEWED BY THE ENGINEER PRIOR TO CONSTRUCTION. THE HORIZONTAL ALIGNMENT OF THE NEW STORM DRAINS MAY BE ADJUSTED IN THE FIELD SUBJECT TO PRIOR APPROVAL BY THE ENGINEER. 11. THE ENGINEER SHALL PROVIDE THE NECESSARY HORIZONTAL AND VERTICAL CONTROL POINTS FOR THE CONTRACTOR FOR WORK OUTSIDE THE STREET RIGHT-OF-WAY AND CONTRACTOR IS RESPONSIBLE FOR MAINTAINING THIS INFORMATION THROUGHOUT CONSTRUCTION. ALL ELEVATIONS REFER TO A FIELD SURVEY CONDUCTED BY THE CITY OF LEWISTON PUBLIC WORKS DEPARTMENT. SEE SHEET 3 FOR CONTROL POINT INFORMATION. ORIENTATION IS GRID NORTH MAINE STATE PLANE COORDINATE SYSTEM. THE CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY ALL ELEVATION REFERENCE INFORMATION PRIOR TO USE IN CONSTRUCTION. 12. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE PREVENTION OF EROSION. ALL DISTURBED EARTH SURFACES ARE TO BE STABILIZED IN THE SHORTEST PRACTICAL TIME AND TEMPORARY EROSION CONTROL DEVICES SHALL BE EMPLOYED UNTIL SUCH TIME AS ADEQUATE SOIL STABILIZATION HAS BEEN ---PAGE BREAK--- ACHIEVED. TEMPORARY STORAGE OF EXCAVATED MATERIAL IS TO BE IN A MANNER THAT WILL MINIMIZE EROSION. MATERIALS AND METHODS USED FOR TEMPORARY EROSION CONTROL SHALL BE AS SPECIFIED BY THE LATEST EDITION OF THE "MAINE EROSION AND SEDIMENT CONTROL HANDBOOK FOR CONSTRUCTION: BEST MANAGEMENT PRACTICES" PREPARED BY THE MAINE DEPARTMENT OF ENVIRONMENTAL PROTECTION. 13. COMPACTION TESTS SHALL BE PERFORMED IN ACCORDANCE WITH THE SPECIFICATIONS. ANY SETTLEMENT OCCURRING WITHIN ONE YEAR OF SUBSTANTIAL COMPLETION OF THE PROJECT WILL BE CORRECTED BY THE CONTRACTOR AT NO ADDITIONAL EXPENSE TO THE CITY. 14. OPEN TRENCHES IN THE ROADWAY SHALL BE ALLOWED AS DEFINED BY DIVISION 30.2. OPEN TRENCHES OUTSIDE OF THE RIGHT OF WAY MAY BE LEFT OPEN IF THE CONTRACTOR PROVIDES SAFE BARRICADING AND LIGHTS. 15. CONTRACTOR SHALL CONTROL DUST WITH APPROPRIATE DUST CONTROL MEASURES. CONTRACTOR SHALL NOT TRACK OR SPILL EARTH AND DEBRIS ON PUBLIC STREETS OUTSIDE THE PROJECT AREA. STREETS OPENED TO THE PUBLIC SHALL BE KEPT SWEPT AND FREE OF DEBRIS. 16. ALL ROAD SURFACES SHALL PITCH 1/4 INCH PER FOOT MINIMUM FROM CENTERLINE TO GUTTER UNLESS OTHERWISE NOTED. ALL VEGETATED AREAS THAT ARE EXCAVATED, FILLED OR OTHERWISE DISTURBED BY THE CONTRACTOR AND ARE NOT TO BE PAVED OR FILLED WITH RIP-RAP SHALL BE LOAMED, GRADED, LIMED, FERTILIZED, SEEDED AND MULCHED AT NO ADDITIONAL EXPENSE TO THE CITY. 17. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RESETTING ALL EXISTING PROPERTY MONUMENTATION THAT IS DISTURBED BY HIS OPERATIONS AT NO EXPENSE TO THE CITY. THIS WORK IS TO BE DONE BY A LAND SURVEYOR REGISTERED IN THE STATE OF MAINE. 18. THE CONTRACTOR SHALL COMPLY WITH ALL APPLICABLE REGULATIONS OF THE OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA) AND ALL OTHER APPLICABLE LOCAL, STATE AND FEDERAL RULES, REGULATIONS AND LAWS. 19. THE CONTRACTOR SHALL NOT HAVE ANY RIGHT OF PROPERTY IN ANY SUITABLE MATERIALS TAKEN FROM ANY EXCAVATION. SUITABLE EXCAVATED MATERIAL, AS APPROVED BY THE ENGINEER, MAY BE INCORPORATED IN THE PROJECT, WITH EXCESS MATERIAL DISPOSED OF AT A LOCATION APPROVED BY THE CITY. THESE PROVISIONS SHALL IN NO WAY RELIEVE THE CONTRACTOR OF HIS OBLIGATIONS TO PROPERLY DISPOSE OF AND REPLACE ANY MATERIAL DETERMINED BY THE ENGINEER TO BE UNSUITABLE FOR BACKFILLING. THE CONTRACTOR SHALL DISPOSE OF UNSUITABLE AND EXCESS MATERIAL IN ---PAGE BREAK--- ACCORDANCE WITH THE APPLICABLE SECTIONS OF THE CONTRACT DOCUMENTS. 20. RIGHT-OF-WAY LOCATION IS APPROXIMATE ONLY AND TAKEN FROM CITY OF LEWISTON GIS INFORMATION. 21. THE CONTRACTOR IS TO TAKE SPECIAL CARE NOT TO DAMAGE TREES WITHIN THE CONSTRUCTION AREA UNLESS THEY ARE NOTED TO BE REMOVED. 22. MINOR ADJUSTMENTS TO THE ALIGNMENT OF PROPOSED UTILITIES SHALL BE ALLOWED TO ACCOMMODATE EXISTING UTILITIES WHERE APPROPRIATE AS APPROVED BY THE ENGINEER. 23. A MINIMUM VERTICAL OR HORIZONTAL SEPARATION OF 6 INCHES BETWEEN THE WATER LINES (INCLUDING SERVICES) AND STORM DRAINAGE PIPES AND STRUCTURES, SHALL BE MAINTAINED. 2" RIGID INSULATION SHALL BE INSTALLED WHEN SEPARATION IS LESS THAN 18 INCHES. 24. EXISTING SIGNS THAT ARE IMPACTED BY THIS PROJECT SHALL BE RESET IN ACCORDANCE WITH M.U.T.C.D. 25. ALL TEST PITS SHALL BE EXCAVATED PRIOR TO CONSTRUCTION LAYOUT AT THE APPROXIMATE LOCATIONS NOTED ON THE PLANS AND ACTUAL LOCATIONS OF SUBSURFACE UTILITIES SHALL BE REPORTED TO THE CITY ENGINEER WHERE APPROPRIATE, MINOR ADJUSTMENTS TO THE ALIGNMENTS OF PROPOSED LINES SHALL BE MADE TO ACCOMMODATE EXISTING UTILITIES. 26. SEWER MANHOLES AND WATER GATE BOXES SHALL BE ADJUSTED TO GRADE BY THE CITY OF LEWISTON, WATER AND SEWER DEPARTMENT. THE CONTRACTOR IS RESPONSIBLE FOR ADJUSTING TO GRADE ANY STORM MANHOLE OR CATCH BASIN. 27. FLOWS FROM DEWATERING EFFORTS SHALL NOT BE DISCHARGED TO SANITARY OR COMBINED SEWERS. 28. STORM DRAIN INVERTS FOR CROSS STREET CONNECTIONS SHALL BE BASED ON ELEVATIONS OF EXISTING UTILITIES AS DETERMINED IN THE FIELD. CONTRACTOR SHALL COORDINATE PROPOSED STORM DRAIN INVERTS WITH THE ENGINEER. 29. TEMPORARY BENCH MARKS TO BE PROVIDED BY THE CITY PRIOR TO CONSTRUCTION OR AS SHOWN ON THE PLANS. 30. CONTRACTOR TO RESTORE SIDEWALKS AND DRIVEWAYS IMPACTED BY CONSTRUCTION. ---PAGE BREAK--- 31. CONTRACTOR TO SAWCUT PAVEMENT AS NECESSARY TO INSTALL UTILITY IMPROVEMENTS. CONTRACTOR SHALL BE RESPONSIBLE FOR PREPARING AREAS WHERE THE EXISTING PAVEMENT WAS REMOVED FOR PAVING, INCLUDING GRADING AND ADDITIONAL SAWCUTTING AS REQUIRED BY THE ENGINEER. 32. GAS AND WATER MAIN DEPTHS SHOULD BE CONSIDERED APPROXIMATE. CONTRACTOR WILL VERIFY DEPTH PRIOR TO CONSTRUCTION. DEPRESS GAS AND/OR WATER MAINS AS REQUIRED TO ACCOMMODATE STORM DRAIN CROSSINGS. 33. CONTRACTOR SHALL BE RESPONSIBLE FOR DESIGNING, FURNISHING, INSTALLING AND MONITORING ANY SHORING, BRACING OR OTHER EXCAVATION SUPPORT THAT MAY BE REQUIRED TO PROTECT STRUCTURES, UTILITIES, SIDEWALKS, PAVEMENT OR OTHER FACILITIES THAT COULD BE DAMAGED BY SETTLEMENT, LATERAL MOVEMENTS, UNDERMINING, WASHOUT OR OTHER HAZARDS THAT COULD DEVELOP DURING EXCAVATION SUPPORT AND PROTECTION OPERATIONS. 34. CONTRACTOR SHALL VISIT THE SITE AND FAMILIARIZE HIM OR HERSELF WITH ALL CONDITIONS AFFECTING THE PROPOSED WORK AND SHALL MAKE PROVISIONS AS TO THE COST THEREOF. CONTRACTOR SHALL BE RESPONSIBLE FOR FAMILIARIZING HIM OR HERSELF WITH ALL CONTRACT DOCUMENTS, FIELD CONDITIONS AND DIMENSIONS AND CONFIRMING THAT THE WORK MAY BE ACCOMPLISHED AS SHOWN PRIOR TO PROCEEDING WITH CONSTRUCTION. ANY DISCREPANCIES SHALL BE BROUGHT TO THE ATTENTION OF THE ENGINEER PRIOR TO THE COMMENCEMENT OF WORK. 35. INSTALL ALL EQUIPMENT AND MATERIALS IN ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS AND OWNER'S REQUIREMENTS UNLESS SPECIFICALLY OTHERWISE INDICATED OR WHERE LOCAL CODES OR REGULATIONS TAKE PRECEDENCE. 36. CONTRACTOR SHALL CLEAN AND REMOVE DEBRIS AND SEDIMENT DEPOSITED ON PUBLIC STREETS, SIDEWALKS, ADJACENT AREAS, OR OTHER PUBLIC WAYS DUE TO CONSTRUCTION DAILY. 37. THE CONTRACTOR IS HEREBY CAUTIONED THAT ALL SITE FEATURES SHOWN HEREON ARE BASED ON FIELD OBSERVATIONS BY THE SURVEYOR AND BY INFORMATION PROVIDED BY UTILITY COMPANIES. THE INFORMATION IS NOT TO BE RELIED ON AS BEING EXACT OR COMPLETE. THE CONTRACTOR SHALL CONTACT DIG SAFE (1-888-DIGSAFE) AT LEAST THREE BUT NOT MORE THAN THIRTY (30) DAYS PRIOR TO COMMENCEMENT OF EXCAVATION OR DEMOLITION TO VERIFY HORIZONTAL AND VERTICAL LOCATION OF ALL UTILITIES. 38. CONTRACTOR SHALL BE AWARE THAT DIG SAFE ONLY NOTIFIES ITS "MEMBER" UTILITIES ABOUT THE DIG. WHEN NOTIFIED, DIG SAFE WILL ADVISE ---PAGE BREAK--- CONTRACTOR OF MEMBER UTILITIES IN THE AREA. CONTRACTOR IS RESPONSIBLE FOR IDENTIFYING AND CONTACTING NON-MEMBER UTILITIES DIRECTLY. NON-MEMBER UTILITIES MAY INCLUDE CITY WATER AND SEWER DISTRICTS AND SMALL LOCAL UTILITIES, AS WELL AS USG PUBLIC WORKS SYSTEMS. 39. CONTRACTORS SHALL BE RESPONSIBLE FOR COMPLIANCE WITH THE REQUIREMENTS OF 23 MRSA 3360-A. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE WITH THE APPROPRIATE UTILITIES TO OBTAIN AUTHORIZATION PRIOR TO RELOCATION OF ANY EXISTING UTILITIES WHICH CONFLICT WITH THE PROPOSED IMPROVEMENTS SHOWN ON THESE PLANS. IF A UTILITY CONFLICT ARISES, THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE CITY, THE MUNICIPALITY AND APPROPRIATE UTILITY COMPANY PRIOR TO PROCEEDING WITH ANY RELOCATION. 40. ALL WORK WITHIN THE PUBLIC RIGHT-OF-WAY SHALL REQUIRE PERMITS FROM THE CITY AS APPLICABLE. 41. THE CONTRACTOR SHALL TAKE FULL RESPONSIBILITY FOR ANY CHANGES AND DEVIATION OF APPROVED PLANS NOT AUTHORIZED BY THE ENGINEER AND/OR OWNER. 42. DETAILS ARE INTENDED TO SHOW END RESULT OF DESIGN. ANY MODIFICATION TO SUIT FIELD DIMENSION AND CONDITION SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEW AND APPROVAL PRIOR TO ANY WORK. 43. BEFORE THE FINAL ACCEPTANCE OF THE PROJECT, THE CONTRACTOR SHALL REMOVE ALL EQUIPMENT AND MATERIALS, REPAIR OR REPLACE PRIVATE OR PUBLIC PROPERTY WHICH MAY HAVE BEEN DAMAGED OR DESTROYED DURING CONSTRUCTION AS DETERMINED BY THE CITY, CLEAN THE AREAS WITHIN AND ADJACENT TO THE PROJECT WHICH HAVE BEEN OBSTRUCTED BY HIS/HER OPERATIONS, AND LEAVE THE PROJECT AREA NEAT AND PRESENTABLE. 44. THE CONTRACT WORK TO BE PERFORMED ON THIS PROJECT CONSISTS OF FURNISHING ALL REQUIRED LABOR, MATERIALS, EQUIPMENT, IMPLEMENTS, PARTS AND SUPPLIES NECESSARY FOR, OR APPURTENANT TO, THE INSTALLATION OF CONSTRUCTION IMPROVEMENTS IN ACCORDANCE WITH THESE DRAWINGS AND AS FURTHER ELABORATED IN ANY ACCOMPANYING SPECIFICATIONS. 45. THE WORK SHALL BE PERFORMED IN A THOROUGH WORKMANLIKE MANNER. ALL CONTRACTORS ARE TO CONFORM TO ALL APPLICABLE OSHA STANDARDS. ANY REFERENCE TO A SPECIFICATION OR DESIGNATION OF THE AMERICAN SOCIETY FOR TESTING MATERIALS, FEDERAL SPECIFICATIONS, OR OTHER STANDARDS, CODES OR ORDERS, REFERS TO THE MOST RECENT OR LATEST SPECIFICATION OR DESIGNATION. ---PAGE BREAK--- 46. THE CONTRACTOR SHALL GUARANTEE THE FAITHFUL REMEDY OF ANY DEFECTS DUE TO FAULTY MATERIALS OR WORKMANSHIP AND GUARANTEES PAYMENT FOR ANY RESULTING DAMAGE WHICH SHALL APPEAR WITHIN A PERIOD OF ONE YEAR FROM THE DATE OF SUBSTANTIAL COMPLETION OF THE PROJECT. ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- P-1 CITY OF LEWISTON BID FOR SOUTH LISBON ROAD DRAINAGE IMPROVEMENTS OLD WEBSTER ROAD CULVERT REPLACEMENT BID NO. 2012-026 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 Works as provided for therein; and that he/she will accept in full payment therefore the following sums to wit: SCHEDULE A – SOUTH LISBON ROAD DRAINAGE IMPROVEMENTS ITEM EST. PAY UNIT TOTAL NO. QTY. UNIT ITEM DESCRIPTION PRICE COST 1 1400 SY Remove Pavement 2 275 LF Remove Existing Pipe 3 115 CY Aggregate Base 4 150 CY Aggregate Sub-Base 5 193 TON Hot Mix Asphalt (19MM) ---PAGE BREAK--- P-2 6 97 TON Hot Mix Asphalt (9.5MM) 7 70 GAL Bituminous Tack Coat 8 254 LF 8" Underdrain 9 161 LF 10" Underdrain 10 132 LF 18" Underdrain 11 75 LF 24" Storm Drain 12 1 EA Adjust Catch Basin Grade & Replace Grate & Frame to Cascade Type 13 6 EA Catch Basin Type B 14 7 CY Rip Rap (D50 = 15 3 CY Crushed Rock (Plunge Pool) 16 75 CY Granular Borrow 17 160 CY Loam 18 14 UNIT Seed & Mulch 19 1.0 LS Work Zone Traffic Control ---PAGE BREAK--- P-3 20 1.0 LS Mobilization (In Words) (In Figures) TOTAL BID (SCHEDULE A) $ SCHEDULE B – OLD WEBSTER ROAD CULVERT REPLACEMENT ITEM EST. PAY UNIT TOTAL NO. QTY. UNIT ITEM DESCRIPTION PRICE COST 1 48 SY Remove Pavement 2 1.0 LS Remove Existing Crib Culvert 3 5 CY Aggregate Base 4 24.0 CY Aggregate Subbase 5 7.0 TON Hot Mix Asphalt (19MM) 6 56.0 LF 48" HDPE Pipe 7 125.0 CY D50 = 9" Rip Rap 8 1.0 CY Loam 9 1.0 UNIT Seed & Mulch 10 250.0 SY Geotextile ---PAGE BREAK--- P-4 11 1.0 LS Work Zone Traffic Control 12 1.0 LS Mobilization (In Words) (In Figures) TOTAL BID (SCHEDULE B) $ (In Words) (In Figures) TOTAL BID: $ 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, excluded, 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 Works 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 Works. 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, MAINE CONTRACT FOR SOUTH LISBON ROAD DRAINAGE IMPROVEMENTS OLD WEBSTER ROAD CULVERT REPLACEMENT BID NO. 2012-026 This Agreement, made and entered into this day of in the year two thousand twelve, 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. Bid C. Contract D. Notice of Award E. Notice to Proceed F. Supplemental Specifications G. Standard Specifications ---PAGE BREAK--- C-2 H. Contract Plans, if any I. Addenda, if any J. Federal Conditions, if any 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: SCHEDULE A – SOUTH LISBON ROAD DRAINAGE IMPROVEMENTS ITEM EST. PAY UNIT TOTAL NO. QTY. UNIT ITEM DESCRIPTION PRICE COST 1 1400 SY Remove Pavement 2 275 LF Remove Existing Pipe 3 115 CY Aggregate Base 4 150 CY Aggregate Sub-Base 5 193 TON Hot Mix Asphalt (19MM) 6 97 TON Hot Mix Asphalt (9.5MM) 7 70 GAL Bituminous Tack Coat 8 254 LF 8" Underdrain ---PAGE BREAK--- C-3 9 161 LF 10" Underdrain 10 132 LF 18" Underdrain 11 75 LF 24" Storm Drain 12 1 EA Adjust Catch Basin Grade & Replace Grate & Frame to Cascade Type 13 6 EA Catch Basin Type B 14 7 CY Rip Rap (D50 = 15 3 CY Crushed Rock (Plunge Pool) 16 75 CY Granular Borrow 17 160 CY Loam 18 14 UNIT Seed & Mulch 19 1.0 LS Work Zone Traffic Control 20 1.0 LS Mobilization (In Words) (In Figures) TOTAL BID (SCHEDULE A) $ ---PAGE BREAK--- C-4 SCHEDULE B – OLD WEBSTER ROAD CULVERT REPLACEMENT ITEM EST. PAY UNIT TOTAL NO. QTY. UNIT ITEM DESCRIPTION PRICE COST 1 48.0 SY Remove Pavement 2 1.0 CY Remove Existing Crib Culvert 3 5.0 LS Aggregate Base 4 24.0 LS Aggregate Subbase 5 7.0 CY Hot Mix Asphalt (19MM) 6 56.0 CY 48" HDPE Pipe 7 125.0 TON D50 = 9" Rip Rap 8 1.0 LF Loam 9 1.0 LS Seed & Mulch 10 250.0 CY Geotextile 11 1.0 CY Work Zone Traffic Control 12 1.0 UNIT Mobilization (In Words) (In Figures) TOTAL BID (SCHEDULE B) $ ---PAGE BREAK--- C-5 (In Words) (In Figures) TOTAL BID: $ 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