Full Text
DEPARTMENT OF PUBLIC SERVICES ENGINEERING DIVISION 103 ADAMS AVENUE P.O. BOX 479 LEWISTON, MAINE 04243-0479 Tel. [PHONE REDACTED] Fax [PHONE REDACTED] CONTRACT AND CONTRACT DOCUMENTS FOR INTERCEPTOR SEWER INSPECTION BID NO. 2012 – 038 ---PAGE BREAK--- CITY OF LEWISTON, MAINE DEPARTMENT OF PUBLIC WORKS CONTRACT AND CONTRACT DOCUMENTS FOR INTERCEPTOR SEWER INSPECTION BID NO. 2012-038 August 2, 2012 PREPARED BY CITY OF LEWISTON ENGINEERING DIVISION ---PAGE BREAK--- TABLE OF CONTENTS PAGE NO. Notice to Contractors N-1 Proposal Form P-1 Contract C-1 Notice of Award NA-1 Notice to Proceed NP-1 Addenda, if any Division 10 - Supplemental Specifications 10-0 Division 20 - General Provisions 20-0 Section 1112 1112-1 Section 1113 1113-1 Section 1114 1114-1 ---PAGE BREAK--- N-1 Bid No. 2012-038 Bid Date: August 2, 2012 CITY OF LEWISTON, MAINE NOTICE TO CONTRACTORS Sealed proposals for INTERCEPTOR SEWER INSPECTION will be received at the office of the Director of Budget/Purchasing until Thursday, August 2, 2012 at 2:00 p.m., prevailing time, and at that time publicly opened and read. This work consists of furnishing and installing all materials, equipment and labor for the satisfactory completion of the Interceptor Sewer Inspection project. This work shall include inspection of the following Interceptors: Gully Brook Interceptor – Running from the intersection of Pine St and Howard St. to where it intersects the Franklin Pasture Interceptor south of Adams Ave. at the Lewiston Public Works Facility. Concrete and PVC pipe ranging in size from 12” to 18” Total length is approximately 3100 LF Jepson Brook Interceptor – Running from the intersection of Sabattus St. and Russel St. to the connection with the Androscoggin Interceptor. 24” Concrete pipe Total length is approximately 11400 LF No Name Brook Interceptor – Two separate legs with the first one beginning at North Temple St. and running to the Randall Road pump station. The second leg begins at Sabattus St. and continues past Grove St. where it intersects with the first leg. Concrete and clay pipe ranging in size from 8” to 24” Total length is approximately 17500 LF Stetson Brook Interceptor – Two separate legs with the first one beginning at the intersection of Nimitz St. and Main St. and continuing to the Androscoggin Interceptor near Newbegin Ave. The second leg begins opposite Heather Drive (private) and continues to where it intersects the first leg at Dumais Ave. Concrete and clay pipe ranging in size from 8” to 30” Total length is approximately 7400 LF Franklin Pasture Interceptor – This interceptor is part of the Gully Brook Interceptor and begins at East Ave. and continues to where it intersects the Gully Brook Interceptor south of Adams Ave. at the Lewiston Public Works Facility. 36” Concrete and clay pipe. Total length is approximately 4200 LF ---PAGE BREAK--- N-2 Androscoggin Interceptor – Running from Newbegin Ave. to Water St. CSO Storage Tanks. Concrete pipe ranging in size from 20” to 48” Total length is approximately 17400 LF Each bidder is required to state in his/her proposal his/her name and place of residence and the names of all persons or parties interested as principals with him/her, and that the proposal is made without any connection with any other bidder making any proposal for the same work, and that no person acting for or employed by the City of Lewiston is directly or Indirectly interested in the proposal or in any contract which may be entered into to which the proposal relates, or in any portion of the profits there from, except as provided by the City Charter. The proposal 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: “INTERCEPTOR SEWER INSPECTION” And addressed to "Director of Budget/Purchasing, City Hall, Lewiston, Maine 04240". If the proposal is forwarded by mail, the sealed envelope containing the proposal and marked as above must be enclosed in a second envelope which shall be addressed, to: "Director of Budget/Purchasing, City Hall, 27 Pine Street, Lewiston, Maine 04240". All mailed proposals should be sent by registered mail to insure delivery. Any bidder may withdraw his/her proposal prior to the scheduled time for the opening of proposals upon presentation to the “Director of Budget/Purchasing” of a request, in writing, to do so. Any bidder who withdraws his/her proposal within thirty (30) days after the actual opening thereof shall be considered to have abandoned his/her proposal and the bid security accompanying the proposal will be forfeited to the City of Lewiston. Any proposal received after the scheduled opening time will not be considered. The Finance Committee reserves the right to waive any informality and may consider as informal any proposal not prepared and submitted in accordance with these provisions. The Finance Committee reserves the right to accept any proposal or reject any or all proposals if it is deemed to be in the public interest to do so. Proposals will not be considered unless they are accompanied by a bid security in the form of a bid bond of a security company satisfactory to the “Director of Budget/ Purchasing” in the amount of ten (10%) percent of the total bid price, made out in favor of the City of Lewiston. All bid securities will be released upon deliverance of the Performance Bond and the Labor and Material Payment Bond and execution of the Contract, or, if no contract award is made, within forty-five (45) days after the opening of the proposals, 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 proposal 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 proposal has been abandoned; and, in such case, the bid security accompanying the proposal will be forfeited to the City of Lewiston. ---PAGE BREAK--- N-3 A Performance Bond and a Labor and Material Payment Bond, preferably executed on AIA Bond Form Number A31 I 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 insure 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 Proposal based on the estimated quantities of the various items of work. The work is to be commenced within ten (10) days after the date of the contract unless otherwise specified in the Specifications or directed by the “Director of Budget/Purchasing”, in writing, and is to be continued with diligent regularity until its completion within the time limit specified. All proposals must be made on the blank Proposal 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 Proposal Form. These prices are to cover the entire expenses incidental to the completion of the work in full conformity with the Contract Documents. 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. Proposals 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 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 of any 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 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 Proposal. 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 proposals. 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 proposals. Addenda issued later than three days prior to the scheduled opening of the proposals may be by telephone. Bidders shall acknowledge receipt of all Addenda in the space provided therefore in the Proposal 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. The Supplemental Specifications and the Contract Plans delineate the particular project to which the Contract Documents pertain. Should any discrepancy be found to exist between ---PAGE BREAK--- N-4 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 Proposal 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. Proposals will be considered irregular and will be rejected for the following reasons: If the Proposal is on a form other than that furnished by the City or if the form is altered in any way. If there are unauthorized additions, conditional or alternate bids or irregularities of any kind which may make the Proposal incomplete, indefinite or ambiguous as to it’s meaning. 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. If the Proposal does not contain a unit price for each pay item listed unless otherwise specified. 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, MAINE PROPOSAL FOR INTERCEPTOR SEWER INSPECTION BID NO. 2012-038 To: Director of Budget/Purchasing City Hall, Lewiston, Maine Dear Sir: 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 Proposal 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 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: BASE BID: Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures 001 3100 LF Inspection of Gully Brook Sewer Interceptor Dollars and ______cents per LF _ Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures 002 11400 LF Inspection of Jepson Brook Sewer Interceptor Dollars and ______cents per LF _ Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures 003 17500 LF Inspection of No Name Brook Sewer Interceptor Dollars and ______cents per LF ---PAGE BREAK--- P-2 Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures 004 7400 LF Inspection of Stetson Brook Sewer Interceptor Dollars and ______cents per LF Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures 005 4200 LF Inspection of Franklin Pasture Sewer Interceptor Dollars and ______cents per LF Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures 006 17400 LF Inspection of Androscoggin Sewer Interceptor Dollars and ______cents per LF Total Cost of Base Bid: ADDITIVE BID ITEMS: Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures A-001 12200 LF Cleaning of Sewer Interceptor Dollars and ______cents per LF Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures A-002 15250 LF Bypass pumping Dollars and ______cents per LF ---PAGE BREAK--- P-3 Total Cost of Additive Bid Items: Total Cost of Base Bid and Additive Bid Items: The prices stated in this Proposal shall not be subject to change at the time of delivery during the contract year in which this Proposal is dated. Basis of Contract Award will be on the Base Bid Amount. The undersigned acknowledges the receipt of Addenda The undersigned further agrees that, after notification by the “Director of Budget/Purchasing of the acceptance of his/her Proposal 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 Works 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 a fee to defray the Owner's construction administration and 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 Proposal, as principals, are named below; that the Proposal is made without any connection with any other person or party making any proposal for the same work; and that no person acting for or employed by the City of Lewiston is directly or indirectly interested in this Proposal 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 Proposal, 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): Accompanying this Proposal is a bid security deposit in the amount of 10% of Bid Price 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 ---PAGE BREAK--- P-4 the acceptance of his/her proposal, 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 proposal within thirty (30) days after the opening of the proposals. 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 IRS. 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: INTERCEPTOR SEWER INSPECTION BID NO. 2012-038 This Agreement, made and entered into this day of in the year two thousand and 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: 1. Notice to Contractors 2. Proposal 3. Supplemental Specifications 4. Standard Specifications 5. Contract Plans, if any 6. Addenda, if any 7. 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 Supplemental Specifications. That the party of the first part will pay the party of the ---PAGE BREAK--- C-2 second part as full compensation for well and faithfully completing the whole work according to the Contract Documents as follows: BASE BID: Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures 001 3100 LF Inspection of Gully Brook Sewer Interceptor Dollars and ______cents per LF _ Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures 002 11400 LF Inspection of Jepson Brook Sewer Interceptor Dollars and ______cents per LF _ Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures 003 17500 LF Inspection of No Name Brook Sewer Interceptor Dollars and ______cents per LF Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures 004 7400 LF Inspection of Stetson Brook Sewer Interceptor Dollars and ______cents per LF Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures 005 4200 LF Inspection of Franklin Pasture Sewer Interceptor Dollars and ______cents per LF ---PAGE BREAK--- C-3 Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures 006 17400 LF Inspection of Androscoggin Sewer Interceptor Dollars and ______cents per LF Total Cost of Base Bid: ADDITIVE BID ITEMS: Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures A-001 12200 LF Cleaning of Sewer Interceptor Dollars and ______cents per LF Item No. Estimated Quantity Unit Brief Description; Unit or Lump Sum Price Bid in Both Words and Figures Total Price in Figures A-002 15250 LF Bypass pumping Dollars and ______cents per LF Total Cost of Additive Bid Items: Total Cost of Base Bid and Additive Bid Items: The prices stated in this Proposal shall not be subject to change at the time of delivery during the contract year in which this Proposal is dated. The party of the second part represents and warrants 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: 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: 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 ---PAGE BREAK--- C-4 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: 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 _ duly authorized have hereunto set their hands and seals the day and year first above written. Signed in the presence of: Witness Edward Barrett, City Administrator Witness Contractor ---PAGE BREAK--- NA-1 NOTICE OF AWARD To: Project Description: INTERCEPTOR SEWER INSPECTION Bid 2012-038 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 2008 By: Title: ---PAGE BREAK--- NP-1 NOTICE TO PROCEED To: Project Description: INTERCEPTOR SEWER INSPECTION Bid 2012-038 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--- NP-1 NOTICE TO PROCEED To: Project Description: INTERCEPTOR SEWER INSPECTION Bid 2012-038 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 INTERCEPTOR SEWER INSPECTION PAGE NO. 10.01 Scope of work 10-1 10.02 Coordination/Schedule of Work 10-2 10.03 Time Limit 10-2 10.04 Change in the Scope of 10-2 10.05 Materials 10-2 10.06 Method of Measurement and Payment 10-3 10.07 Pre-Bid Meeting 10-3 10.08 Pre-Construction Meeting 10-3 10.09 Site Investigation 10-4 ---PAGE BREAK--- 10 - 1 DIVISION 10 SUPPLEMENTAL SPECIFICATIONS INTERCEPTOR SEWER INSPECTION 10.01SCOPE OF WORK: This work consists of furnishing and installing all materials, equipment and labor for the satisfactory completion of the Interceptor Sewer Inspection project. This work shall include inspection of the following Interceptors: Gully Brook Interceptor – Running from the intersection of Pine St and Howard St. to where it intersects the Franklin Pasture Interceptor south of Adams Ave. at the Lewiston Public Works Facility. Concrete and PVC pipe ranging in size from 12” to 18” Total length is approximately 3100 LF Jepson Brook Interceptor – Running from the intersection of Sabattus St. and Russel St. to the connection with the Androscoggin Interceptor. 24” Concrete pipe Total length is approximately 11400 LF No Name Brook Interceptor – Two separate legs with the first one beginning at North Temple St. and running to the Randall Road pump station. The second leg begins at Sabattus St. and continues past Grove St. where it intersects with the first leg. Concrete and clay pipe ranging in size from 8” to 24” Total length is approximately 17500 LF Stetson Brook Interceptor – Two separate legs with the first one beginning at the intersection of Nimitz St. and Main St. and continuing to the Androscoggin Interceptor near Newbegin Ave. The second leg begins opposite Heather Drive (private) and continues to where it intersects the first leg at Dumais Ave. Concrete and clay pipe ranging in size from 8” to 30” Total length is approximately 7400 LF Franklin Pasture Interceptor – This interceptor is part of the Gully Brook Interceptor and begins at East Ave. and continues to where it intersects the Gully Brook Interceptor south of Adams Ave. at the Lewiston Public Works Facility. 36” Concrete and clay pipe. Total length is approximately 4200 LF ---PAGE BREAK--- 10 - 2 Androscoggin Interceptor – Running from Newbegin Ave to Water St. CSO Storage Tanks. Concrete pipe ranging in size from 20” to 48” Total length is approximately 17400 LF The Contractor shall be responsible to locate and provide access to any manholes required for the execution of this contract and for the cost of temporary erosion control, maintaining property markers, replacing fences, hedges, shrubs, dust control, as may be needed and all other incidental construction work required to complete the work under this contract. At the completion of the inspection, the contractor shall provide the city with DVDs of the inspection and a written report. Cleaning of the pipe shall be required if sediment and/or other debris built up in the bottom of the pipe does not allow visibility of at least 95% of the internal pipe surface. Cleaning shall be accomplished by hydraulic and/or mechanical equipment. To the greatest extent practicable, work shall be scheduled during times that flow is low enough for adequate inspection. In the event that this cannot be done, the contractor shall provide by-pass pumping to ensure continuous use of the sewer line. 10.02 COORDINATION / SCHEDULE OF WORK: Work completed under this contract shall be fully coordinated with the City of Lewiston. The contractor shall maintain full operation of the sewer lines while the inspections are taking place. Work shall be scheduled with the City of Lewiston to determine low flow times. 10.03 TIME LIMIT: The Contractor shall complete all work outlined in the Contract Documents by December 31st, 2012. The Director of Public Works or his/her authorized representative may extend the Time Limit, if the Contractor submits, in writing, evidence that he/she cannot complete the Project within the Time Limit specified because of long delivery time on the materials or other justifiable reason. The Contractor shall be responsible for ordering his/her materials 10.04 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 and 20.30 of the Specifications "Extra Work" and "Reduction of Work" respectively. If no unit prices exist, a change order must be negotiated between the City of Lewiston and the Contractor. ---PAGE BREAK--- 10 - 3 10.05 MATERIALS: The Contractor shall supply all materials, equipment and labor as necessary to complete the Project in accordance with the Plans and these Specifications. 10.06 METHOD OF MEASUREMENT AND PAYMENT Bid Items 001 to 006: Inspection of Sewer Interceptor The inspection of the sewer interceptor shall be paid under bid item 001 to 006 as a lineal foot cost to include all materials, labor and equipment required to satisfactorily complete the full inspection of the sewer interceptor piping and structures. This bid item shall include the cost of all materials, equipment and labor as may be necessary to locate and provide access to any manholes required for the execution of this contract and the cost of temporary erosion control, maintaining property markers, replacing fences, hedges, shrubs, dust control, trimming, clearing, property owner notification as may be needed and all other incidental construction work required to complete the work under this contract. The work shall also include a written observation report summarizing the findings and referencing the City manhole numbers. Additive Bid Item A-001: Cleaning of Sewer Interceptor The cleaning of the sewer interceptor shall be paid under additive bid item A-001 as a linear foot cost to include all materials, labor and equipment required to satisfactorily remove, dewater (as necessary), store, transport and dispose of all sediment removed as described in the scope of this project. The contractor shall dispose of all sediment at the Lewiston Solid Waste Facility (LSWF). Sediment must be non-flowable and have no standing water and pass the Paint Filter Liquids Test (EPA method 9095A). The contractor will not be charged for disposal or any other fees at the LSWF. All trucks hauling sediment will be weighed upon entering and exiting to determine sediment weight. The sediment weight will be used for internal billing purposes only. Additive Bid Item A-002: By-pass Pumping Any by-pass pumping required for execution of the contract shall be paid under bid item A-002 as a lineal foot cost to include all materials, labor and equipment required to satisfactorily maintain the normal operation and function of the sewer system while inspection and any required cleaning are being completed. 10.07 PRE-BID MEETING: NA 10.08 PRE-CONSTRUCTION CONFERENCE: ---PAGE BREAK--- 10 - 4 A Preconstruction Conference will be held between the Contractor and the City of Lewiston, at a mutually agreed time, to review the Contractor's proposed methods of complying with the requirements of the Specifications, and the Regulations of the City. At this meeting, the Contractor shall give the Engineer a work schedule, emergency contact list, and a list of Suppliers and Subcontractors. 10.09 SITE INVESTIGATION: The Contractor shall examine from 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. END OF SECTION ---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 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 20-5 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 20-7 20.18 Duty to Notify Engineer if Ambiguities Discovered 20-7 20.19 Early Negotiation 20-7 20.20 Superintendence by Contractor 20-7 20.21 Alterations 20-8 20.22 No City Employee to be Interested 20-8 20.23 Waiver 20-8 20.24 Access to Work 20-8 20.25 Engineer to Determine Amount and Quantity of Work, Inspection of Materials 20-8 20.26 Defective Work and Materials 20-9 20.27 Sanitary Regulations 20-9 20.28 No Intoxicating Drinks 20-9 20.29 Extra Work 20-9 20.30 Reduction of 20-10 20.31 No Time Extension 20-10 20.32 Employment of Labor 20-10 20.33 Conditions under Which Director May Complete Work 20-11 20.34 Payment for Materials 20-11 20.35 Guarantee 20-11 20.36 Work Day 20-12 ---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. ---PAGE BREAK--- 20-2 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. 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 procure and maintain for the life of this Contract insurance of the types and to the limits specified below. Certificates of such insurance showing policies and adequacy of protection shall be filed with the Director of Budget/Purchasing for his/her approval before permission to commence work will be granted. INSURANCE REQUIREMENTS A. Workmen's Compensation Insurance for all employees employed at the site of the project; 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 ---PAGE BREAK--- 20-3 afforded the Contractor; all coverages to be in accordance with State of Maine laws in effect and the requirements of the Industrial Accident Commission. B. General Liability Insurance with minimum limits of liability for bodily injury in the amount of $500,000 combined single limit and minimum limits of liability for property damage in the amount of $100,000 combined single limit. General liability coverage shall include Owners' or Contractors’ Protective, Product and Completed Operations, Comprehensive, Explosion Collapse and Underground coverages. C. Automotive Liability Insurance with minimum limits of liability for bodily injury in the amount of $500,000 for each occurrence and minimum limits of liability for property damage in the amount of $100,000. Automobile liability coverage shall include owned, hired and non-owned vehicles. D. 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. 20.09 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. ---PAGE BREAK--- 20-5 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, 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. ---PAGE BREAK--- 20-6 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. 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: ---PAGE BREAK--- 20-7 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. 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: ---PAGE BREAK--- 20-8 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. 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 ---PAGE BREAK--- 20-9 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 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 ---PAGE BREAK--- 20-10 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 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. ---PAGE BREAK--- 20-11 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. 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 ---PAGE BREAK--- 20-12 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--- 1112- 0 SECTION 1112 TECHNICAL SPECIFICATIONS SEWER LINE CLEANING PAGE NO. 1112.1 Intent 1112-1 1112.2 Scope of Work 1112-1 1112.3 Safety 1112-1 1112.4 Equipment for Sewer Segment Cleaning 1112-2 1112.5 Access 1112-3 1112.6 Bypass Pumping 1112-3 1112.7 Blockages Preventing Cleaning 1112-4 1112.8 Debris Removal and Disposal 1112-4 ---PAGE BREAK--- 1112- 1 TECHNICAL SPECIFICATIONS SECTION 1112 - SEWER LINE CLEANING 1112.1 INTENT It is the intent of this Specification to provide for the cleaning of non-man entry pipelines intended to receive closed-circuit television inspection and/or sewer line rehabilitation. Pipes shall be clean to allow for a closed-circuit television camera to discern 95% of the internal pipe surface, to discern all pipeline defects and to facilitate installation of rehabilitation materials. 1112.2 SCOPE OF WORK CONTRACTOR shall clean all sewer segments which do not allow 95% visibility. CONTRACTOR shall be solely responsible for his means and methods of sewer cleaning. Cleaning of the sewers shall consist of the removal of all grease, sand, silt, solids, rags, roots, and other debris from each sewer segment, including sags within any sewer segment and including manholes. Selection of cleaning equipment and the method for cleaning shall be based on the condition and/or pipe material of the sewer segment at the time work commences, and shall comply with this Specification. FLUSHING OF ANY SANITARY SEWER TO FACILITATE CLEANING ACTIVITIES WITHOUT THE CAPTURE OF SOLIDS AND DEBRIS IS EXPRESSLY PROHIBITED. 1112.3 SAFETY CONTRACTOR shall be solely responsible for safety during the performance of all Work. CONTRACTOR shall take satisfactory precautions to protect the sewer segments and appurtenances from damage that might be inflicted upon them by the use of cleaning equipment. Any damage inflicted upon a sewer segment or other public or private property as a result of the CONTRACTOR’s cleaning operations, regardless of the cleaning method used and regardless of any other circumstance which may contribute to the damage, shall be repaired by CONTRACTOR at his sole expense. CONTRACTOR shall not enter into any sewer segment where hazardous conditions may exist until such time as the source of those conditions is identified and eliminated by CONTRACTOR and/or OWNER. CONTRACTOR shall perform all work in accordance with the latest OSHA confined space entry regulations. CONTRACTOR shall coordinate his work with local fire, police and emergency rescue units. Whenever hydraulically propelled cleaning tools, which depend upon water pressure to provide their cleaning force, or any tools which retard the flow of water in the sewer segment are used, precautions shall be taken by CONTRACTOR to ensure that the water pressure utilized does not result in any damage or flooding to public or private property being served by the sewer segment(s) involved. ---PAGE BREAK--- 1112- 2 1112.4 EQUIPMENT FOR SEWER SEGMENT CLEANING Only hydraulic and/or mechanical equipment shall be used by CONTRACTOR to accomplish cleaning activities. Accuracy of equipment and operating method for cleaning shall be judged by the results obtained. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, weir, or dam shall be constructed in the manhole in such a manner that all solids and debris are trapped and removed thereby preventing such material from passing into the next sewer segment reach. The following are general equipment and performance requirements: A. Hydraulically Propelled Equipment The equipment used shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer, damage to the sewer, and/or damage to public or private property. The moveable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure removal of grease. Sewer cleaning balls or other equipment, which cannot be collapsed shall not be permitted for use. B. High-Velocity Jet Equipment All high-velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more high- velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all sizes of line designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Liquid decanted or separated from the solids shall be returned to the sewer and shall not contain solids having greater than a 125 micron size. C. Mechanically Powered Equipment Power rodding machines shall be either a sectional or continuous rod type capable of holding a minimum of 750 feet of rod. The rod shall be specifically heat-treated steel. To insure safe operation, the machine shall be fully enclosed and have an automatic safety clutch or relief valve. Buckets, scrapers, scooters, porcupines, brushes and other mechanical equipment may also be utilized. All equipment and devices shall be operated by experienced personnel so that sewer lines are not damaged in the process of cleaning. ---PAGE BREAK--- 1112- 3 D. Root Removal Roots shall be removed in the designated sections where root intrusion is a problem. Special attention shall be used during the cleaning operation to assure as complete a removal of roots from the joints. Procedures may include the use of mechanical equipment such as rodding machines, winches using root cutters and porcupines, and equipment such as high-velocity jet cleaners. E. Protruding Lateral Connections When specified, CONTRACTOR shall remove protruding lateral connections via the use of internal cutting devices which are capable of providing a smooth lateral cut at its internal connection to the sewer. F. Larger Diameter Sewers In sewers 24-inches in diameter and greater, CONTRACTOR may employ a combination of hydraulic high volume water pumping and solids separation system for cleaning. Flow rate shall be a minimum of 250 gpm at 2,000 psi unless otherwise specified. Solids moved to the manhole shall be captured, removed and dewatered to 95% prior to transport to an approved disposal facility. The pumping and separation system shall be capable of continuous operation. Liquid decanted or separated from the solids shall be returned to the sewer and shall not contain solids having greater than a 125 micron size. 1112.5 ACCESS Access for cleaning purposes shall only be via existing manhole openings. 1112.6 BYPASS PUMPING Should bypass pumping or other form of sewage flow control be required by/of CONTRACTOR to facilitate sewer line cleaning, CONTRACTOR shall be solely responsible for providing all labor, equipment and materials necessary to control the flow of sewage in and/or around sewer segment(s) being cleaned. Requirements for sewage flow control and bypass pumping are contained in Section 1114 – Bypass Pumping/Sewage Flow Control. ---PAGE BREAK--- 1112- 4 1112.7 BLOCKAGES PREVENTING CLEANING If cleaning of an entire sewer section cannot be successfully performed from one manhole, equipment shall be set up on the other manhole and cleaning again attempted. No additional payment allowance shall be made for reverse set-ups. If on reverse set-up successful cleaning also cannot be performed or equipment fails to traverse entire sewer line section, it shall be assumed that a major blockage or defect exists and cleaning effort shall be abandoned. CONTRACTOR shall determine the location of major blockage(s) by measuring length of hose or rod inserted from manholes at each end and immediately report location of blockage(s) to ENGINEER and CONTRACTOR shall note these conditions in its field log. CONTRACTOR shall recognize that there are some conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where damage could result if cleaning were attempted or continued. ENGINEER shall be immediately notified by CONTRACTOR of any and all conditions which in the opinion of CONTRACTOR warrant termination of cleaning activities. If CONTRACTOR‘s cleaning equipment becomes lodged in a sewer, it shall be removed by CONTRACTOR at his expense. This shall include excavation and repair of the sewer, underground utilities, backfilling, and surface restoration. 1112.8 DEBRIS REMOVAL AND DISPOSAL CONTRACTOR shall remove all sludge, dirt, sand, rocks, grease and other solid or semisolid material and debris resulting from the cleaning operations from the manhole of the sewer segment being cleaned. Passing material from sewer segment to sewer segment shall not be permitted. In the event that sludge, dirt, sand, rocks, grease and other solid or semisolid material or debris resulting from the cleaning operations are observed and/or detected by ENGINEER as passing to sewer segment(s), CONTRACTOR shall be responsible for cleaning such sewer segment(s) at no additional cost to OWNER. CONTRACTOR shall be responsible for the handling, hauling and disposal of all debris, silt, and accumulated solids removed from the sewer. All debris, silt and solids removed by CONTRACTOR shall be disposed of at the City of Lewiston Solid Waste Facility in accordance with all appropriate codes, rules and regulations for the handling and disposal of such materials. Under no circumstances shall the removed sewage or solids be dumped onto streets or into ditches, catch basins, storm drains, sanitary or combined sewer manholes, or otherwise improperly disposed. If sewage is unintentionally spilled, discharged, leaked or otherwise deposited in the open environment, CONTRACTOR shall be responsible for any clean-up and disinfection of the affected area. CONTRACTOR shall comply with all local, State and Federal ---PAGE BREAK--- 1112- 5 regulatory requirements regarding spills. Improper disposal of sewage or solids removed from the sewers may subject CONTRACTOR to fines imposed by OWNER or other regulatory entities. In addition, CONTRACTOR may be subject to civil and/or criminal penalties for improper disposal of removed materials under the law. ---PAGE BREAK--- 1113- 0 SECTION 1113 TECHNICAL SPECIFICATIONS CLOSED CIRCUIT TELEVISION INSPECTION OF SEWER LINES PAGE NO. 1113.1 Intent 1113-1 1113.2 Scope of Work 1113-1 1113.3 Safety 1113-1 1113.4 Equipment 1113-1 1113.5 Execution 1113-2 1113.6 Bypass Pumping/Flow Control 1113-4 1113.7 Acceptance 1113-4 1113.8 Measurement and Payment 1113-4 ---PAGE BREAK--- 1113- 1 TECHNICAL SPECIFICATIONS SECTION 1113-CLOSED CIRCUIT TELEVISION INSPECTION OF SEWER LINES 1113.1 INTENT It is the intent of this Specification to provide for the inspection of pipelines utilizing closed-circuit television techniques to identify the location and extent of sewer line defects to allow for a determination of rehabilitation needs, to document pre-rehabilitation line condition, and/or to document post-rehabilitation line condition. 1113.2 SCOPE OF WORK CONTRACTOR shall provide inspection of sewer interceptors using closed circuit television techniques. 1113.3 SAFETY CONTRACTOR shall be solely responsible for safety during the performance of all Work. CONTRACTOR shall not enter into any sewer segment where hazardous conditions may exist until such time as the source of those conditions is identified and eliminated by CONTRACTOR and/or OWNER. CONTRACTOR shall perform all work in accordance with the latest OSHA confined space entry regulations. CONTRACTOR shall coordinate his work with local fire, police and emergency rescue units. CONTRACTOR shall be responsible for any damage to public or private property resulting from his/her televising activities and shall repair or otherwise make whole such damage at no cost to OWNER. 1113.4 EQUIPMENT Television inspection equipment shall be specifically designed and constructed for this application and shall have an accurate footage counter that displays on a remote monitor the exact distance of the camera from the centerline of the starting manhole. The footage counter should be on-going and accurate to within 0.2 feet. The camera shall be of the remotely operated pan and tilt type. The rotating camera and lighthead configuration shall be capable of turning at right angles to pipe’s axis over an entire vertical circle providing a minimum pan of 270 degrees and rotation of 360 degrees. The camera shall be color and shall provide a minimum 700-line resolution color video picture. The image pick-up device shall contain in excess of 379,000 ---PAGE BREAK--- 1113- 2 picture elements (pixels). Geometrical distortion of the image shall not exceed one percent. The color camera shall be equipped with the necessary circuitry to allow for the remote adjustment of the optical focus and iris from the power control unit at the viewing station. 1113.5 EXECUTION Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles, and service connections by closed-circuit television inspection techniques. The interior of the pipeline shall be carefully inspected to determine the location and extent of all pipeline defects. The location of any conditions which may result in a limitation of rehabilitation techniques that could be used and/or prevent proper installation of designated rehabilitation materials in the pipelines shall be noted so that these conditions can be considered and, if necessary, corrected prior to actual rehabilitation. CONTRACTOR shall internally inspect, via closed circuit television inspection, the sewer segments as required. Generally, inspection shall be completed one sewer line section at a time. Access for televising purposes shall only be via existing manholes. Should access to particular sewer section be difficult and adjacent sections require television inspection, CONTRACTOR may be allowed to complete inspection in multiple sewer line sections. When multiple sewer line sections are inspected using one setup, CONTRACTOR shall zero the camera’s footage metering device at each subsequent sewer manhole to establish uniform starting location of Station 0+00 for each line section televised. At all defects and service connections, the camera shall be stopped and the pan and tilt features shall be used to obtain a clear picture. Where possible, the camera shall be panned to view up each lateral or point of connection. CONTRACTOR shall record these inspections DVD and on a suitable log. DVDs shall include a visual and audio narrative noting: Date, time of day, and depth of flow; Sewer segment number. Segment numbers shall be designated by OWNER using City of Lewiston GIS ID numbers Upstream manhole number, using City of Lewiston GIS ID numbers manhole number using City of Lewiston GIS ID numbers. Type of sewer (e.g. sanitary, storm, combined) ---PAGE BREAK--- 1113- 3 Size of sewer Sewer materials of construction Closest street address and street name on which sewer is located On-going footage counter accurate within 0.2 feet. (10) Direction of movement of camera, heading, and direction of flow (11) Locations of service connections into sewer by clock position and with counter distance in feet from beginning manhole’s centerline (12) Location (start and end counter distances in feet from the beginning manhole’s centerline) and description of obstructions, structural defects, missing pieces of pipe, longitudinal and/or circumferential cracking, joint deterioration including open and/or offset joints, ovality, leakage or evidence thereof, corrosion, erosion, break-in connections, protruding connections, mineral deposits, roots, previous repairs, grease/fats/oil deposits on pipe walls, sags, and other abnormalities with respect to the sewer’s condition with counter distance in feet from the beginning manhole’s centerline. CONTRACTOR’s log shall contain the same information. DVDs shall visually display at a minimum the date, pipe segment number (manhole number) and distance from the centerline of the upstream manhole. The distance between manholes shall be verified by measuring tape. If the counter distance and the taping distance differ by more than 2 feet per 100 feet, the run shall be re-televised by CONTRACTOR at no additional cost to OWNER. DVDs shall be maintained and delivered in a case, which shall display the project name, project number, date of inspection, manhole segment number(s) inspected, and crew ID number. The entire length of any one sewer segment shall be on one DVD. No segment shall be split between two DVDs. A tape may have multiple segments, so long as an entire section is on one DVD. Original DVDs of all sections will be provided to ENGINEER along with the respective television inspection field logs. If during television operation television camera will not pass safely through entire sewer line section being investigated, CONTRACTOR shall, at no additional cost to OWNER, set up equipment so that inspection can be performed from opposite manhole. Where an obstruction is encountered and a reverse set up is required, the distance shall be entered into the log and verbally noted on the from which manhole the measurements are being made. If under the reverse ---PAGE BREAK--- 1113- 4 set-up the camera again fails to pass through the entire sewer line section, inspection shall be considered complete. All obstructions in the sewer segment that prohibit passage of the television camera shall be immediately reported to the ENGINEER by CONTRACTOR referencing location and nature of the obstruction. No rehabilitation work shall proceed until CONTRACTOR receives direction from OWNER regarding removal of the obstruction. Should CONTRACTOR’s televising equipment become lodged in any sewer line, it shall be removed by CONTRACTOR at his expense. This shall include, if necessary, excavation and repair of the sewer, underground utility repairs, backfilling and surface restoration. CONTRACTOR shall re-televise any line segment in which his equipment became lodged after said equipment has been removed to demonstrate to the OWNER that no damage exists as a result of his televising operations. 1113.6 BYPASS PUMPING/FLOW CONTROL Should bypass pumping or other form of sewage flow control be required by/of CONTRACTOR to facilitate sewer line televising, CONTRACTOR shall be solely responsible for providing all labor, equipment and materials necessary to control the flow of sewage in and/or around sewer segment(s) being televised. Requirements for sewage flow control and bypass pumping are contained in Section 1114 – Bypass Pumping/Sewage Flow Control. 1113.7 ACCEPTANCE CONTRACTOR shall present on DVD a continuous image in complete conformance with these Specifications of not less than ninety percent (90%) of the internal pipe surface at all times, including sags in sewer lines. The DVD shall be accompanied by a complete log. Maximum acceptable speed of camera through sewer shall be thirty (30) feet per minute. Lighting system shall be adequate for quality color picture at least 5 feet in front of the camera’s lens. CONTRACTOR shall re-clean and televise any segment for which video tape does not present a clear image of at least 90% of the internal pipe surface at all times, and/or is accompanied by an incomplete log. 1113.8 MEASUREMENT AND PAYMENT Payment for closed-circuit television inspection work shall be made on an actual televised lineal footage basis per diameter of sewer televised and shall include the cost of all items necessary to complete the closed-circuit television inspection excluding any bypass pumping/flow control or cleaning which may be required. ---PAGE BREAK--- 1114- 0 SECTION 1114 TECHNICAL SPECIFICATIONS BYPASS PUMPING PAGE NO. 1114.1 Intent 1114-1 1114.2 Scope of Work 1114-1 1114.3 Protection of Public and Private 1114-1 1114.4 Bypass Pumping 1114-1 1114.5 Wet Weather Events 1114-2 1114.6 Measurement and Payment 1114-2 ---PAGE BREAK--- 1114- 1 TECHNICAL SPECIFICATION SECTION 1114 - BYPASS PUMPING/SEWAGE FLOW CONTROL 1114.1 INTENT It is the intent of this Specification to provide the minimum requirements for bypass pumping/sewage flow control necessary to facilitate sewer line inspection and/or sewer line rehabilitation activities. 1114.2 SCOPE OF WORK CONTRACTOR shall provide all labor, equipment, supervision and materials necessary to reduce/control flows via sewage flow control mechanisms or eliminate flows via bypass pumping through a section or sections of pipe designated for inspection and/or rehabilitation. CONTRACTOR shall be responsible for controlling and maintaining all sanitary and storm flows within the sewer system during the Work. CONTRACTOR may drain flows by pipes, chases, fluming, bypass pumping, or other appropriate methods approved by OWNER. Plugging of any sewer line shall not be permitted without bypassing. 1114.3 PROTECTION OF PUBLIC AND PRIVATE PROPERTY Precautions shall be taken to ensure that flow control and dewatering operations shall not cause flooding or damage to public or private properties. In the event flooding or damage occurs, CONTRACTOR shall make provisions to correct such damage at no additional cost to OWNER. CONTRACTOR shall be responsible for any damages to public or private property, overflows from the sewer system and violations resulting in fines as a result of the dewatering/bypass operation. 1114.4 BYPASS PUMPING When required by the Contract Documents or when required by the manufacturer of the sewer line rehabilitation product in order to facilitate the installation of a sewer line rehabilitation product, CONTRACTOR shall provide all labor, equipment and materials necessary for the transfer of flow around the section or sections of pipe designated. The bypass shall be made by diversion of the flow from an existing upstream location, around the section(s) to be taken from service for inspection or rehabilitation, to an existing location. The bypass system shall be of adequate capacity to handle all flows including wet weather related flows. If bypass pumping is utilized by CONTRACTOR to control flows, CONTRACTOR shall be responsible for monitoring and manning the bypass pumping operation at all times until Work is complete. The location of ---PAGE BREAK--- 1114- 2 pump(s), force main, discharge point, pumping rates, etc., shall be approved by OWNER and shall be monitored by CONTRACTOR. CONTRACTOR shall prepare a detailed Flow Control Plan that describes the measures to be used to control flows. CONTRACTOR shall submit the Plan to and obtain approval of the Plan from ENGINEER prior to beginning any flow control work. CONTRACTOR’s Plan shall include, but not necessarily be limited to the following: 1. Location of flow diversion structures, collapsible sewer plugs, dams, pumps and related materials and equipment. 2. Key operational control factors, (i.e. maximum flow elevations upstream of dams). 3. Pump sizes and flow rates. 4. Destination of bypassed flows including routing of force mains and provisions for vehicular and pedestrian traffic as necessary. 5. Wet weather event procedures. The number and size of pumps utilized in bypass pumping shall be such that if the largest pump is out of service, bypass flows will be maintained during the bypass operation. 1114.5 WET WEATHER EVENTS Where the flow control mechanism is not sufficient to handle a wet weather event, the flow control/diversion or pumping system shall be capable of quick removal so as not to create an overflow to surface waters, overflow to ground, or back-up in buildings. Any monetary fines associated with avoidable overflows shall be paid for by CONTRACTOR. 1114.6 MEASUREMENT AND PAYMENT Any by-pass pumping required for execution of the contract shall be paid under bid item A-002 as a lineal foot cost to include all materials, labor and equipment required to satisfactorily maintain the normal operation and function of the sewer system while inspection and any required cleaning are being completed. ---PAGE BREAK--- LISBON ST. BIRCH ST. WALNUT ST. PARK ST. PINE ST. BLAKE ST. HOWE ST. KNOX ST. BARTLETT ST. BATES ST. CANAL ST. ADAMS AVE. MAPLE ST. PIERCE ST. HORTON ST. SHAWMUT ST. CARON ST. HALL ST. HOWARD ST. ANDROSCOGGIN AVE. JEFFERSON ST. LOCUST ST. ASH ST. HACKETT ST. PRINCE ST. GERMAINE ST. BRADLEY ST. COBURN ST. ARKWRIGHT AVE. SPRUCE ST. THOMPSON ST. SAND HILL RD. (PE) GARNETT AVE. EAST AVE. BARTLETT ST. £ 1 inch = 400 feet GULLY BROOK INTERCEPTOR BEGIN MH 10168 END MH 4179 ---PAGE BREAK--- EAST AVE. SABATTUS ST. MORRIS AVE. OWEN ST. LEMONT AVE. LEAVITT AVE. JEAN ST BRAULT ST. RITA AVE. JEAN ST. FARWELL ST. LAFAYETTE ST. MARTHA AVE. ROBINSON GARDENS WILSON ST. RADIO CIR. THERESA AVE. ROLAND AVE. ROY ST. RUSSELL ST. DEMI CIR. HAMEL ST. FAIRLAWN AVE. CLAIRE ST. BLANCHETTE ST. ALEC ST. AMES AVE. SHIRLEY AVE. MONTELLO ST. KAVANAGH ST. CONNECTOR RD. ADOLPHE ST. HARKINS DR. BELLEGARDE AVE. DINGLEY ST. (PE) BELLEVIEW AVE. ROSS AVE. (PE) RUSSELL ST. RUSSELL ST. FAIRLAWN AVE. £ 1 inch = 400 feet BEGIN MH 5184 CONTINUED (SEE SHEET 2) JEPSON BROOK INTERCEPTOR (SABATTUS ST. TO ANDROSCOGGIN INTERCEPTOR) SHEET 1 ---PAGE BREAK--- Andrews Pond COLLEGE ST. CENTRAL AVE. PETTINGILL ST. WARE ST. GOOGIN ST. FORTIN WAY MANNING AVE. WALKER AVE. ORESTIS WAY. MOUNTAIN AVE. WELLMAN ST. ROBERT AVE. LITTLE ST. MARTHA AVE. BROOKS AVE. RUSSELL ST. ROBINSON GARDENS MANNING PL. MARBLE ST. BRAULT ST. BONNAILLE AVE. BRISTOL RD. SUZANNE ST. NELKE PL. BENSON ST. SUNNYSIDE ST. ABBOTT ST. ANDREWS RD. (PVT) NORTH BARDWELL ST. (PVT) JEPSON AVE. RICHMOND AVE. WELLMAN ST. £ 1 inch = 400 feet JEPSON BROOK INTERCEPTOR (SABATTUS ST. TO ANDROSCOGGIN INTERCEPTOR) SHEET 2 CONTINUED (SEE SHEET 2) CONTINUED (SEE SHEET 3) ---PAGE BREAK--- Androscoggin River Boxer Island MAIN ST. OFF RAMP ON RAMP COTTAGE ST. RIVERSIDE ST. STRAWBERRY AVE. LIBBY AVE. BROOKS AVE. VETERANS MEMORIAL BRIDGE BEARCE AVE. SPRING ST. SUMMER ST. PETTINGILL ST. RIVERSIDE PL. COTTAGE ST. MAIN ST. £ 1 inch = 400 feet JEPSON BROOK INTERCEPTOR (SABATTUS ST. TO ANDROSCOGGIN INTERCEPTOR) SHEET 3 END MH 6803 CONTINUED (SEE SHEET 2) ---PAGE BREAK--- SABATTUS ST. DOW AVE. RIDEOUT AVE. GROVE ST. BAILEY AVE. FISHER AVE. NORTH TEMPLE ST. MORSE AVE. TARR AVE. KEVIN ST. HILLSIDE LN. MASON AVE. SARGENT AVE. BUCKLEY ST. LAUD ST. SMITH ST. LEMAIRE AVE. ROSLIN AVE. CRAM AVE. HARTLEY ST. CINDY ST. (PVT) VICTOR ST. LINDA CIR. GLORIA AVE. ROGER ST. GERRY AVE. RICHARD TERR. DEFORGE ST. CAREW AVE. HUTCHINSON ST. SUNCREST AVE. COLE AVE. LAURA ST. CRAM AVE. £ 1 inch = 400 feet NO NAME BROOK INTERCEPTOR (NORTH TEMPLE ST. TO RANDALL RD. PUMP STATION) SHEET 1 BEGIN MH 3217, 3218 CONTINUED (SEE SHEET 2) CROSS COUNTRY LATERALS INCLUDED CROSS COUNTRY LATERALS INCLUDED CROSS COUNTRY LATERALS INCLUDED ---PAGE BREAK--- POND RD. GROVE ST. SABATTUS ST. KEVIN ST. BRULE ST. St. JEROME ST. GINA ST. EMILE ST. ELLIS ST. DONNELLY ST. ST. PIERRE ST. DEFORGE ST. RICHARD TERR. GLORIA AVE. JOLIN ST. RANDALL RD. LELAND ST. (PE) DAMON ST. W. BRULE ST. £ 1 inch = 400 feet NO NAME BROOK INTERCEPTOR (NORTH TEMPLE ST. TO RANDALL RD. PUMP STATION) SHEET 2 CONTINUED (SEE SHEET 1) CONTINUED (SEE SHEET 3) ---PAGE BREAK--- GROVE ST. RANDALL RD. GINA ST. MARK ST. BALL PARK RD. St. JEROME ST. DARCY DR HARMONY LN. (PVT) RAYMOND AVE. JUDITH ST. SHANNON ST. £ 1 inch = 400 feet NO NAME BROOK INTERCEPTOR (NORTH TEMPLE ST. TO RANDALL RD. PUMP STATION) SHEET 3 CONTINUED (SEE SHEET 2 & 4) END RANDALL ROAD PUMP STATION LATERAL INCLUDED ---PAGE BREAK--- POND RD. GROVE ST. SABATTUS ST. MARK ST. GINA ST. GOLDER RD. St. JEROME ST. BRULE ST. AUTUMN LN. (PVT) EMILE ST. ELLIS ST. DONNELLY ST. VILLAGE DR. (PVT) STONE LEDGE DR JOLIN ST. CIRCLE DR. (PVT) JUDITH ST. LELAND ST. (PE) DAMON ST. W. BRULE ST. £ 1 inch = 400 feet NO NAME BROOK INTERCEPTOR (SABATTUS ST. TO RANDALL RD. PUMP STATION) SHEET 4 CONTINUED (SEE SHEET 3) BEGIN MH 3532 CROSS COUNTRY LATERALS INCLUDED CROSS COUNTRY LATERALS INCLUDED ---PAGE BREAK--- MAIN ST. STETSON RD. HEATHER DR. (PVT) KATIE AVE. (PVT) SARAH AVE. (PVT) SWITZERLAND RD. MOWER AVE. RAICHE ST. (PE) LAASE AVE. PINEVIEW ST. BALSAM ST. NEWBEGIN AVE. MEMORIAL AVE. HEATHER DR. (PVT) £ 1 inch = 400 feet BEGIN MH 7910 STETSON BROOK INTERCEPTOR BEGIN MH 7470 END MH 7514 ---PAGE BREAK--- EAST AVE. WEBSTER ST. BIRCH ST. BOSTON AVE. PEARL ST. ADAMS AVE. BARTLETT ST. MALO ST. CARON ST. HACKETT ST. BARRON AVE. DOVE LN. NOBLE ST. GERMAINE ST. WALNUT ST. MARCOTTE AVE. HALEY ST. MOODY ST. COBURN ST. BURBANK ST. JEFFERSON ST. JANELLE ST. FARWELL ST. ORANGE ST. CUMBERLAND AVE. SYLVAN AVE. BRANN AVE. ARKWRIGHT AVE. TALON ST. MARSTON ST. EAST AVE. BARTLETT ST. EAST AVE. BARTLETT ST. £ 1 inch = 400 feet BEGIN MH 8843 BEGIN MH 4306 END MH 4179 FRANKLIN PASTURE INTERCEPTOR ---PAGE BREAK--- Androscoggin River MAIN ST. TALL PINES DR. MOLLISON WAY KING AVE. NORTHWOOD RD. MONTELLO ST. HEATHER DR. (PVT) KATIE AVE. (PVT) SARAH AVE. (PVT) ELLIOTT AVE. MOWER AVE. STRAWBERRY AVE. FALCON RD. (PVT) RALPH AVE. NEWBEGIN AVE. MEMORIAL AVE. FINALE WAY (PVT) KING AVE. £ 1 inch = 400 feet BEGIN MH 7514 CONTINUED (SEE SHEET 2) ANDROSCOGGIN INTERCEPTOR (NEWBEGIN AVE. TO WATER ST. CSO STORAGE TANKS) SHEET 1 ---PAGE BREAK--- Androscoggin River Boxer Island MAIN ST. ON RAMP OFF RAMP STRAWBERRY AVE. TALL PINES DR. LANDRY RD. LIBBY AVE. £ 1 inch = 400 feet ANDROSCOGGIN INTERCEPTOR (NEWBEGIN AVE. TO WATER ST. CSO STORAGE TANKS) SHEET 2 CONTINUED (SEE SHEET 1) CONTINUED (SEE SHEET 3) ---PAGE BREAK--- Androscoggin River SPRING ST. SUMMER ST. MAIN ST. HOLLAND ST. AVON ST. WINTER ST. WHIPPLE ST. BRIDGE ST. COTTAGE ST. HIGH ST. RIVERSIDE ST. MIDDLE ST. LOWELL ST. BATES ST. W. BATES ST. ELM ST. ARCH AVE. CURTIS ST. HAMMOND ST. WARE ST. WAKEFIELD ST. RIVERSIDE PL. BATES ST. £ 1 inch = 400 feet ANDROSCOGGIN INTERCEPTOR (NEWBEGIN AVE. TO WATER ST. CSO STORAGE TANKS) SHEET 3 CONTINUED (SEE SHEET 2) CONTINUED (SEE SHEET 4) ---PAGE BREAK--- Androscoggin River Fox Island MAIN ST. MILL ST. BATES ST. ASH ST. PARK ST. CANAL ST. LINCOLN ST. LISBON ST. OXFORD ST. OAK ST. MIDDLE ST. PINE ST. CEDAR ST. BLAKE ST. COLLEGE ST. PARK ST. ALLEY BARTLETT ST. CANAL ST. ALLEY LINCOLN ST. ALLEY CHAPEL ST. ISLAND AVE. RIVER ST. SABATTUS ST. WATER ST. BEECH ST. CHESTNUT ST. CHAPEL ST. ALLEY (PE) CROSS ST. NORTH ST. RAILROAD ALY. JACK CT. (PE) BEECH ST. BLAKE ST. CHESTNUT ST. £ 1 inch = 400 feet ANDROSCOGGIN INTERCEPTOR (NEWBEGIN AVE. TO WATER ST. CSO STORAGE TANKS) SHEET 4 END MH 10640 CONTINUED (SEE SHEET 3)