← Back to Lewiston

Document Lewiston_doc_7ba5e2bc9d

Full Text

DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 103 ADAMS AVENUE LEWISTON, MAINE 04243 Tel. [PHONE REDACTED] Fax [PHONE REDACTED] CONTRACT AND CONTRACT DOCUMENTS FOR Jepson Brook CSO Phase III Bellegarde, Bellegarde Circle, Fairlawn, Jean, Sabattus & Shirley April 2013 Bid No. 2013-15 Plan No. 9-468-12 ---PAGE BREAK--- JEPSON BROOK CSO PHASE III TABLE OF CONTENTS PAGE NO. Notice to Contractors Proposal Form Contract Form Addenda, If Any Notice of Award Notice To Proceed Division 10 Supplemental Specifications Division 20 General Provisions Division 30 Control of Work Division 40 Structural Earth Work Division 50 Materials Specifications Division 60 Sewers & Drains Division 70 Waterline Division 80 Division 90 Street Construction and Reconstruction Division 110 Sidewalks Construction Technical Specification 1114–Bypass Pumping/Sewage Flow Control……………………….114-1 Technical Specification 1115-Temporary Water Service MDOT Special Provision Section 108 ---PAGE BREAK--- N - 1 BID NO. 2013-015 Bid Date: May 2, 2013 JEPSON BROOK CSO PHASE III LEWISTON, MAINE NOTICE TO CONTRACTORS Sealed bids for the City of Lewiston, Maine, Jepson Brook CSO Phase III – will be received by the Office of Budget/Purchasing until Thursday, May 2, 2013 at 2:00 PM prevailing time, and at that time publicly opened and read aloud. A Mandatory Pre-Bid conference will be held on April 22, 2013 at 10:00 AM. The location will be Lewiston Public Works, 103 Adams Ave., Lewiston, Maine, second floor Conference Room. The general scope of the project includes, but is not limited to, the following: The installation of a new separated storm drains on Bellegarde Ave, Bellegarde Circle, Shirley St, Fairlawn Ave, Sabattus St, and Jean Street. Associated Work includes a new water main and sanitary installation on Shirley Street, and Fairlawn Ave The work shall be the complete and satisfactory furnishing and installing of approximately 760 linear feet (LF) of 12 inch dia. SD; 375 linear feet (LF) of 15 inch dia. SD; 380 linear feet (LF) of 30 inch dia. SD; 1650 linear feet (LF) of 36 inch dia. SD; 20 each of 4' dia. catch basins; 4 each of 5' dia. catch basins; 7 each of 4' dia. drain manholes; 10 each of 5' dia or 6’ dia. drain manholes; 520 linear feet (LF) of 6 inch dia DI water main; 170 linear feet (LF) of 8 inch dia DI water main and 21 water services; 320’ LF 8” Sanitary Sewer and 380’ of 15” sanitary sewer; 3 each 4’ dia sanitary manholes, and associated service connections; 1000 CY of estimated rock excavation, trench paving; and all other incidental work as necessary to satisfactorily complete the project as outlined or implied in the Plans/Specifications. Each bidder is required to state in his/her Bid his/her name and place of residence and the names of all persons or parties interested as principals with him/her; and that the Bid is made without any connection with any other bidder making any Bid for the same work; and that no person acting for, or employed by, the City of Lewiston is directly or indirectly interested in the Bid or in any contract which may be entered into to which the Bid relates, or in any portion of the profits there from, except as provided by the City Charter. The Bid must be signed by the bidder with his/her full name and address and be enclosed in a sealed envelope together with the bid security. The sealed envelope shall be marked with the name and address of the bidder and entitled: ---PAGE BREAK--- N - 2 JEPSON BROOK CSO PHASE III Bellegarde, Bellegarde Circle, Fairlawn, Jean, Sabattus & Shirley And addressed to: “Director of Budget & Purchasing, City Hall, Lewiston, Maine”. If the Bid is forwarded by mail, the sealed envelope containing the Bid and marked as above must be enclosed in a second envelope which shall be addressed to: “Director of Budget & Purchasing, 27 Pine Street, City Hall, Lewiston, ME 04243-0479.” All mailed Bids should be sent by registered mail to insure delivery. Any bidder may withdraw his/her Bid prior to the scheduled time for the opening of Bids upon presentation to the Director of Budget & Purchasing of a request, in writing, to do so. Any bidder who withdraws his/her Bid within thirty (30) days after the actual opening thereof shall be considered to have abandoned his/her Bid and the bid security accompanying the Bid will be forfeited to the City of Lewiston. Any Bid received after the scheduled opening time will not be considered. The Finance Committee reserves the right to waive any formality and may consider as informal any Bid not prepared and submitted in accordance with these provisions. The Finance Committee reserves the right to accept any Bid or reject any or all Bids if it is deemed to be in the public interest to do so. No Bid will be considered unless it is accompanied by a bid security in the form of a bid bond or certified check in the amount of five percent of the total bid price, made out in favor of the City of Lewiston. All bid securities will be released upon deliverance of a signed Contract or, if no Contract award is made, within forty-five (45) days after the opening of the Bids, unless forfeited as herein stipulated. The Contract must be signed within ten (10) days, Saturdays, Sundays, and holidays excepted, after the date of notification to the bidder by the Director of Budget & Purchasing of the acceptance of his/her Bid and readiness of the Contract to be signed. If the bidder fails or neglects, after such notification, to execute the Contract, the Finance Committee may determine that the Bid has been abandoned; and, in such case, the bid security accompanying the Bid shall be forfeited to the City of Lewiston. A Performance Bond and a Labor and Material Payment Bond, preferably executed on AIA Bond Form Number A311 in an amount equal to the total Contract price, of a surety company satisfactory to the Director of Budget & Purchasing, will be required of the successful bidder to ensure completion of the work and the proper fulfillment of the conditions of the Contract. The total Contract price shall mean the total bid price as stated in the Bid based on the estimated quantities of the various items of work. The work shall commence within ten (10) days after the date of the Contract signing unless otherwise specified in the Specifications or directed by the Director of Budget & Purchasing, in writing, and shall continue with diligent regularity until its completion within the time limit specified. All Bids must be made on the blank Bid Form bound in the Contract Documents, or as otherwise provided for in the Specifications. Bidders shall state prices for each separate ---PAGE BREAK--- N - 3 item of work as called for in the Bid Form. These prices are to cover all expenses incidental to the completion of the work in full conformity with the Contract Documents. The prices must be stated both in words and figures. Should a discrepancy be found between the prices written in words and the prices written in figures, the prices written in words shall govern Bids which do not contain prices for all items which are called for or which otherwise are not in conformity with this Notice may be rejected. Each bidder shall make his/her Bid from his/her own examinations and estimates, and shall not hold the City, its agents or employees responsible for, or bound by, any schedule, estimate, sounding, boring, or any plan thereof; and shall, if any error in any plan, drawing specifications or direction relating to anything to be done under this Contract comes to his/her knowledge, report it at once, in writing, to the Engineer. All materials and labor required to complete the work shall be supplied by the Contractor unless otherwise provided for in the Special Provisions, Plans and the Standard and Supplemental Specifications. The cost and expense of all the necessary labor, tools and equipment required to complete the work shall be included in the prices stated in the Bid. Plans and Specifications can be obtained electronically from the office of the Director of Budget & Purchasing, City Hall, at no cost. All questions by prospective bidders pertaining to the Contract Documents, Plans and Specifications must be received, in writing, by the Engineer, at least five days before the date set for the opening of the Bids. Any questions which, in the opinion of the Director of Budget & Purchasing, require interpretation, will be sent by registered mail, with the interpretation, in the form of a numbered Addendum, to each person or firm who has taken out a set of Contract Documents, not later than three days prior to the scheduled opening of the Bids. Addenda issued later than three days prior to the scheduled opening of the Bids may be by telephone or fax machine. Bidders shall acknowledge receipt of all Addenda in the space provided therefore in the Bid Form, whether the Addenda are in response to questions or otherwise issued by the City and whether the Addenda are received by mail or telephone or fax machine. The Special Provisions Plans and the Standard and Supplemental Specifications delineate the particular project to which the Contract Documents pertain. Should any discrepancy be found to exist between the Supplemental Specifications and the Standard Specifications and/or the Contract Plans, the Supplemental Specifications and/or Contract Plans shall govern. If the Bid Price of any or several bid items submitted with this Bid appear to be extremely low or high, compared to the actual cost of performing the work, the Bidder may be asked to explain, in writing, how the work in question is to be performed at the price or prices bid before a decision is made by the City to award a Contract or reject the Bid. Bids will be considered irregular and will be rejected for the following reasons: ---PAGE BREAK--- N - 4 A. If the Bid is on a form other than that furnished by the City or if the form is altered in any way. B. If there are unauthorized additions, conditional or alternate bids or irregularities of any kind which may make the Bid incomplete, indefinite or ambiguous as to its meaning. C. If the Bidder adds any provisions reserving the right to accept or reject an award or to enter into a Contract pursuant to an award. D. If the Bid does not contain a unit price for each pay item listed unless otherwise specified. E. If any of the bid prices are unbalanced, or do not reflect the actual cost required to perform the work, as outlined in the Plans and Specifications. ---PAGE BREAK--- P - 1 CITY OF LEWISTON BID FOR JEPSON BROOK CSO PHASE III BID NO. 2013-015 To: Director of Budget & Purchasing City Hall, Lewiston, Maine Dear Sir/Madam: The undersigned hereby declares that he/she has carefully examined the location of the proposed work, the proposed Contract Form and the Contract Documents therein referred to and that he/she proposes and agrees, if this Bid is accepted, that he/she will contract with the City of Lewiston, by its City Administrator to provide all machinery, tools, labor, equipment and other means of construction and to do all the work and to furnish all the materials, except those specified in the Specifications to be furnished by the City, necessary to complete the work in the manner and time therein prescribed, in accordance with the conditions and requirements set forth in the Contract Documents and the requirements of the Engineer and/or Director of Public Services as provided for therein; and that he/she will accept in full payment therefore the following sums to wit: Storm Drain/ Sewer Item No: Est Qty Pay Unit Item Description Unit Bids (In Words) Unit Bid Price (In Figures) Item Price (In Figures) 1 2 EA Remove Manhole or Catchbasin 2 100 CY Granular Borrow 3 400 CY Crushed Stone 4 20 EA Test Pit Excavation 5 100 CY Structural Earth Ex., Drainage & Minor Structures "Overdepth" 6 1000 CY Structural Rock Excavation 7 500 CY Agg. Base Crushed ---PAGE BREAK--- P - 2 Item No: Est Qty Pay Unit Item Description Unit Bids (In Words) Unit Bid Price (In Figures) Item Price (In Figures) 8 2100 CY Agg. Sub-Base Gravel 9 5000 SY Fine Grade/ Prep Areas for Paving 10 600 TON Hot Mix Asphalt, 19.0 MM 11 220 TON Hot Mix Asphalt, 9.5 MM 12 210 TON Hot Mix Asphalt, 12.5 MM 13 150 TON Hot Mix Asphalt, Hand Placed 14 320 LF 8” PVC Sewer Main 15 380 LF 15” PVC Sewer Main 16 1 LS By Pass Dumping/ Sewage Flow Control 17 1 LS Abandonment of Sewers 18 3 EA 4’ Dia Sanitary Manhole 19 500 LF Replace Existing 6” and 8” Sanitary House Laterals 20 100 LF Relocate Existing Sewer Service 21 60 LF 6" Dia. PVC Storm Drain 22 10 LF 8" Dia. HDPE Storm Drain 23 760 LF 12" Dia. Sanitite Storm Drain 24 375 LF 15" Dia. Santite Storm Drain ---PAGE BREAK--- P - 3 Item No: Est Qty Pay Unit Item Description Unit Bids (In Words) Unit Bid Price (In Figures) Item Price (In Figures) 25 40 LF 18" Dia. Sanitite Storm Drain 26 70 LF 24" Dia. Sanitite Storm Drain 27 380 LF 30" Dia. Sanitite Storm Drain 28 1575 LF 36" Dia. Sanitite Storm Drain 29 75 LF 36" Dia. ADS-12 Storm Drain 30 20 EA 4' Dia Catch Basin 31 4 EA 5' Dia. Catch Basin 32 7 EA 4' Dia. Manhole 33 7 EA 5' Dia. Manhole 34 3 EA 6' Dia. Manhole 35 6 EA Alter Catch Basin or Manhole 36 520 LF Install 6 inch DI Water Main 37 170 LF Install 8 inch DI Water Main 38 1 LS Provide Temporary Water Service 5 to15 Shirley St and 37 to 60 Fairlawn St 39 100 LF Relocate Water Service 40 21 EA Install new ¾” Water Service to Existing Service at Property Line ---PAGE BREAK--- P - 4 Item No: Est Qty Pay Unit Item Description Unit Bids (In Words) Unit Bid Price (In Figures) Item Price (In Figures) 41 600 SY Reconstruct Sidewalk or Driveway Apron 42 800 LF Bituminous Curb 43 145 LF Remove and Reset Existing Granite Curb 44 2 EA Terminal Granite Curb 7' Circular 45 20 SF Detectable Warning 46 1300 SY Loam, Seed, & Mulch 47 80 HR Hand Labor Straight Time 48 40 HR Mason 49 40 HR Foreman 50 20 HR Air Tool and Compressor w/ Operator 51 20 HR All Purpose Excavator w/Operator 52 20 HR Truck, Small, w/Operator 53 10 HR Front End Loader w/Operator 54 1 LS Traffic Control 55 1000 HR Flaggers 56 1 LS Miscellaneous Work 57 1 LS Mobilization & Clean Up ---PAGE BREAK--- P - 5 Item No: Est Qty Pay Unit Item Description Unit Bids (In Words) Unit Bid Price (In Figures) Item Price (In Figures) Total: (In Words) (In Figures) TOTAL BID: $ The undersigned acknowledges the receipt of Addenda numbered . The undersigned further agrees that, after notification by the Director of Budget & Purchasing of the acceptance of his/her Bid and the readiness of the Contract for signature, he/she will execute the Contract and furnish the required Bonds within ten (10) days, Saturdays, Sundays and Holidays, 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 or City Engineer in writing; and that he/she will prosecute the work to its completion within the time limit specified in the Supplemental Specifications. The undersigned further agrees that there shall be deducted from monies due the Contractor, not as a penalty, but as inspection costs, the sum of two hundred ($200.00) dollars for each working day beyond the time limit specified in the Supplemental Specifications which is required by the Contractor to complete the whole work to the satisfaction of the Engineer and the Director of Public Works. The undersigned further agrees that in the employment of labor, preference will be given, all other things being equal, to the citizens of Lewiston and of the State of Maine, in that order. The undersigned hereby further declares that the only persons or parties interested in this Bid, as principals, are named below; that the Bid is made without any connection with any other person or party making any Bid for the same work; and that no person acting for or employed by the City of Lewiston is directly or indirectly interested in this Bid or in any contract which may be made under it or in profits expected to arise there from, except as provided by the City Charter. The full names and addresses of all persons and parties interested in this Bid, as principals, are as follows: (Give first and last names in full; and in the case of a Corporation, give names and addresses of President, Treasurer and Manager; and in case of a Partnership, give names and addresses of members): Accompanying this Bid is a bid security deposit in the amount of which is to become the property of the City of Lewiston, by forfeiture, if the undersigned fails, after notification by the Director of Budget & Purchasing of the acceptance of his/her ---PAGE BREAK--- P - 6 Bid, to execute a Contract with the City and furnish the required Bonds within the time agreed to herein; or, in case the undersigned withdraws his/her Bid within thirty (30) days after the opening of the Bids. Otherwise, the deposit will be returned to the undersigned in accordance with the provisions in the Notice to Contractors. Signature of person, firm, or corporation making bid: Signature of person, firm, or corporation making bid: By: Legal Address: Principal place of business: FIRM’S I.R.S. IDENTIFICATION NO: Date: _ Address to which all correspondence and notifications are to be sent: Phone No: ---PAGE BREAK--- C-1 CITY OF LEWISTON CONTRACT FOR JEPSON BROOK CSO PHASE III BID NO. 2013-015 This Agreement, made and entered into this day of in the year Two Thousand Thirteen (2013), by and between the City of Lewiston, Maine, a municipal corporation existing under the laws of the State of Maine, hereinafter called “Owner”, by its City Administrator, party of the first part, and hereinafter called “Contractor”, with legal address and principal place of business at party of the second part: WITNESSETH: That the parties to these presents, each in consideration of the covenant and agreements on the part of the other herein contained, have covenanted and agreed and do hereby covenant and agree, the party of the first part for itself and the party of the second part for himself/herself and his/her heirs, executors, administrators and assigns under the penalties expressed in the Performance Bond and the Labor and Material Payment Bond as follows: That this Agreement includes the following documents hereinafter referred to as Contract Documents, which are attached hereto and incorporated by reference into this Agreement: A. Notice to Contractors B. Proposal C. Contract D. Notice of Award E. Notice to Proceed F. Supplemental Specifications G. Standard Specifications H. Contract Plans, if any I. Addenda, if any J. Federal & State Conditions and Specifications ---PAGE BREAK--- C-2 That the party of the second part will do all the work, furnish all the materials, tools and equipment, except as otherwise specified, and do everything necessary and proper for performing and faithfully completing the work required by the Contract Documents in strict conformity with the provisions of the Contract Documents within the time specified in the Special Provisions, Plans and the Standard and Supplemental Specifications. That the party of the first part will pay the party of the second part as full compensation for well and faithfully completing the whole work according to the Contract Documents as follows: Storm Drain/ Sewer Item No: Est Qty Pay Unit Item Description Unit Bids (In Words) Unit Bid Price (In Figures) Item Price (In Figures) 1 2 EA Remove Manhole or Catchbasin 2 100 CY Granular Borrow 3 400 CY Crushed Stone 4 20 EA Test Pit Excavation 5 100 CY Structural Earth Ex., Drainage & Minor Structures "Overdepth" 6 1000 CY Structural Rock Excavation 7 500 CY Agg. Base Crushed 8 2100 CY Agg. Sub-Base Gravel 9 5000 SY Fine Grade/ Prep Areas for Paving 10 600 TON Hot Mix Asphalt, 19.0 MM 11 220 TON Hot Mix Asphalt, 9.5 MM 12 210 TON Hot Mix Asphalt, 12.5 MM ---PAGE BREAK--- C-3 Item No: Est Qty Pay Unit Item Description Unit Bids (In Words) Unit Bid Price (In Figures) Item Price (In Figures) 13 150 TON Hot Mix Asphalt, Hand Placed 14 320 LF 8” PVC Sewer Main 15 380 LF 15” PVC Sewer Main 16 1 LS By Pass Dumping/ Sewage Flow Control 17 1 LS Abandonment of Sewers 18 3 EA 4’ Dia Sanitary Manhole 19 500 LF Replace Existing 6” and 8” Sanitary House Laterals 20 100 LF Relocate Existing Sewer Service 21 60 LF 6" Dia. PVC Storm Drain 22 10 LF 8" Dia. HDPE Storm Drain 23 760 LF 12" Dia. Sanitite Storm Drain 24 375 LF 15" Dia. Santite Storm Drain 25 40 LF 18" Dia. Sanitite Storm Drain 26 70 LF 24" Dia. Sanitite Storm Drain 27 380 LF 30" Dia. Sanitite Storm Drain 28 1575 LF 36" Dia. Sanitite Storm Drain 29 75 LF 36" Dia. ADS-12 Storm Drain ---PAGE BREAK--- C-4 Item No: Est Qty Pay Unit Item Description Unit Bids (In Words) Unit Bid Price (In Figures) Item Price (In Figures) 30 20 EA 4' Dia Catch Basin 31 4 EA 5' Dia. Catch Basin 32 7 EA 4' Dia. Manhole 33 7 EA 5' Dia. Manhole 34 3 EA 6' Dia. Manhole 35 6 EA Alter Catch Basin or Manhole 36 520 LF Install 6 inch DI Water Main 37 170 LF Install 8 inch DI Water Main 38 1 LS Provide Temporary Water Service 5 to15 Shirley St and 37 to 60 Fairlawn St 39 100 LF Relocate Water Service 40 21 EA Install new ¾” Water Service to Existing Service at Property Line 41 600 SY Reconstruct Sidewalk or Driveway Apron 42 800 LF Bituminous Curb 43 145 LF Remove and Reset Existing Granite Curb 44 2 EA Terminal Granite Curb 7' Circular 45 20 SF Detectable Warning 46 1300 SY Loam, Seed, & Mulch ---PAGE BREAK--- C-5 Item No: Est Qty Pay Unit Item Description Unit Bids (In Words) Unit Bid Price (In Figures) Item Price (In Figures) 47 80 HR Hand Labor Straight Time 48 40 HR Mason 49 40 HR Foreman 50 20 HR Air Tool and Compressor w/ Operator 51 20 HR All Purpose Excavator w/Operator 52 20 HR Truck, Small, w/Operator 53 10 HR Front End Loader w/Operator 54 1 LS Traffic Control 55 1000 HR Flaggers 56 1 LS Miscellaneous Work 57 1 LS Mobilization & Clean Up Total: (In Words) (In Figures) TOTAL BID: $ A. That he/she is financially solvent; and is experienced in and competent to perform the work; and is able to furnish the plant, materials, supplies, labor, and equipment to be furnished by him/her; and: B. That he/she is familiar with all Federal, State, Municipal and Departmental laws, ordinances and regulations which may in any way affect the work or those employed therein; and: ---PAGE BREAK--- C-6 C. That such temporary and permanent work required by the Contract Documents to be done by him/her can be satisfactorily constructed and used for the purposes for which it is intended; and that such construction will not injure any person or damage any property other than that damage caused by the construction; and: D. That he/she has carefully examined the Contract Documents and the site of the work; and from his/her own investigation has satisfied himself/herself as to the nature and location of the work, the character, quality and quantity of surface and subsurface material likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general and local conditions; and all the other materials and conditions which may in any way affect the work or its performance. IN WITNESS WHEREOF, the said City, by its City Administrator and the said By its thereunto duly authorized have hereunto set their hands and seals the day and year first above written. Signed in the presence of: By: Witness Edward Barrett, City Administrator By: Witness , Contractor ---PAGE BREAK--- NA-1 NOTICE OF AWARD To: BID NO. 2013-015 JEPSON BROOK CSO PHASE III The City of Lewiston has considered the BID submitted by you for the above described WORK in response to its Advertisement for Bids dated April 11, 2013 and Information for Bidders. You are hereby notified that your BID has been accepted for items for a total award of $ . You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR'S Performance Security and certificates of insurance within ten (10) days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said BONDS within ten (10) days from the date of this Notice, said City of Lewiston will be entitled to consider all your rights arising out of the City acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The City will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of the NOTICE OF AWARD to the City of Lewiston. Dated this: _ By: _ Project Engineer ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged by (firm) this the of 2013 By: Title: ---PAGE BREAK--- NOTICE TO PROCEED To: BID NO. 2013-015 JEPSON BROOK CSO PHASE III You are hereby notified to proceed with the work entitled JEPSON BROOK CSO PHASE III 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 October 31, 2013 as stated in the Contract. By: Title: Date: NP-1 ---PAGE BREAK--- DIVISION 10 SUPPLEMENTAL SPECIFICATIONS PAGE NO 10.01 Scope of Work 10-2 10.02 Time Limit 10-2 10.03 Sequence of 10-2 10.04 10-2 10.05 10-3 10.06 Preconstruction and Utility Conference 10-3 10.07 Change in the Scope of 10-3 10.08 Materials 10-3 10.09 10-3 10.10 Traffic 10-4 10.11 Field Layout 10-4 10.12 Measurement and 10-5 10.13 Sidewalks and 10-5 10.14 Granite 10-6 10.15 10-6 10.16 Catch 10-6 10.17 Storm Drain and Sanitary Sewer……………… 10-6 10.18 Disposal of Surplus 10-7 10.19 Shop Drawings 10-7 10.20 Site Investigation 10-7 10.21 Maintenance of 10-7 10.22 Miscellaneous 10-7 10.23 10-8 10.24 Labor and Equipment 10-8 10-1 ---PAGE BREAK--- DIVISION 10 SUPPLEMENTAL SPECIFICATIONS 10.01 SCOPE OF WORK The general scope of the project includes, but is not limited to, the following: The installation of a new separated storm drains on Bellegarde Ave, Bellegarde Circle, Shirley St, Fairlawn Ave, Sabattus St, and Jean Street. Associated Work includes a new water main and sanitary installation on Shirley St., and Fairlawn Ave The work shall be the complete and satisfactory furnishing and installing of approximately 760 linear feet (LF) of 12 inch dia. SD; 375 linear feet (LF) of 15 inch dia. SD; 380 linear feet (LF) of 30 inch dia. SD; 1650 linear feet (LF) of 36 inch dia. SD; 20 each of 4' dia. catch basins; 4 each of 5' dia. catch basins; 7 each of 4' dia. drain manholes; 10 each of 5' dia or 6’ dia. drain manholes; 520 linear feet (LF) of 6 inch dia DI water main; 170 linear feet (LF) of 8 inch dia DI water main and 21 water services; 320’ LF 8” Sanitary Sewer and 380’ of 15” sanitary sewer; 3 each 4’ dia sanitary manholes, and associated service connections; 1000 CY of estimated rock excavation, trench paving; and all other incidental work as necessary to satisfactorily complete the project as outlined or implied in the Plans/Specifications. 10.02 TIME LIMIT The Contractor shall substantially complete (including paving) the work outlined in the Contract Documents by no later than October 31, 2013. The Contractor shall be responsible for ordering his/her materials Work shall NOT be required to commence within 10 days of the contract signing, but shall commence as soon as weather conditions permit. 10.03 SEQUENCE OF WORK 1. The contractor shall submit a construction schedule/sequence of work for review and approval by the City Engineer 10.04 PERMITS The Contractor will be required to obtain excavation and street opening permits from the City of Lewiston Department of Public Works and to contact “Dig Safe” at least 72 hours prior to the start of work to obtain utility locates. 10.05 SAFETY During the course of the work, the Contractor shall assume full responsibility for the safety and protection of all workers and the general public, and shall meet all applicable local, State and Federal safety standards. The contractor shall maintain safe and continuous vehicular and pedestrian traffic while work is being done. 10-2 ---PAGE BREAK--- The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act. The Contractor shall have a competent person or persons as required under the Occupational Safety and Health Act on the site to inspect the work and to supervise the conformance of the Contractor's operations with the regulations of the Act. Bidders are urged to make themselves familiar with these requirements of the regulations. 10.06 PRECONSTRUCTION AND UTILITY CONFERENCE A Preconstruction and Utility Conference will be held between the Contractor, Utility Companies, and the City of Lewiston, at a mutually agreed time, to review the Contractor's proposed methods of complying with the requirements of the Plans and Specifications and the Regulations of the City. The Contractor shall give the Engineer a work schedule, traffic control plan, break down and itemized costs of miscellaneous work and clean up item, samples of the aggregate base, aggregate subbase and select fill, emergency contact list and a list of suppliers and subcontractors. 10.07 CHANGE IN THE SCOPE OF WORK The City of Lewiston reserves the right to add or delete portions of the work required under this Contract, using unit prices established in the Proposal. The Contractor’s attention is directed to Sections 20.29, "Extra Work" and 20.30 “Reduction of Work” of the Specifications. If no unit prices exist, a change order must be negotiated between the City of Lewiston and the Contractor. 10.08 MATERIALS The Contractor shall supply all materials, equipment, and labor as necessary to complete the Project in accordance with the Plans and Specifications, except for waterline materials needed for the relocation of services and mains, which will be provided by the City. These items shall be supplied by the City and installed by the contractor. 10.09 PAVING Streets, sidewalks and driveways shall be paved by the Contractor. The Contractor shall be required to sawcut all pavement prior to performing any excavation work in existing pavement and if the sawcut edge is damaged during the course of the work, the Contractor shall sawcut the joint prior to paving as directed by the Engineer. The cost of sawcutting shall be considered incidental to the Project and no direct payment shall be made for this work. The Contractor shall be responsible for performing all fine grading work and compaction work as required or directed by the Engineer as necessary to prepare the travel way, sidewalk, driveway or trench for the installation of pavement. All final grades shall be within plus or minus one quarter inch tolerance of finish grade. Trenches and 10-3 ---PAGE BREAK--- streets shall be fine graded by use of a dozer, grader, or hand tools in order to meet the ¼” tolerance. The Contractor shall be required to prepare sections of the work area that are substantially complete for paving as the work progresses. When sawcutting the driveways and trenches, the Contractor shall match the existing pavement grade at the sawcut joint with aggregate base. Immediately prior to paving, the Contractor shall excavate the aggregate base and compact, if required, to conform to the appropriate grade. At no time will the sawcut joint be left unprotected, except immediately prior to paving. The Contractor shall work in conjunction with the Engineer, City’s Paving Coordinator and the paving contractor to allow a smooth progression of the work and to provide a sound and aesthetic joint. After the binder layer(s) of pavement is installed, the Contractor shall raise all catch basins, manholes, gate boxes, curb boxes and any other penetrations to the finished elevation of the binder pavement. No utilities shall be raised until the binder layer is installed. This work shall be considered incidental to the Project and no direct payment shall be made for this work. All temporary pavement and gravel trenches shall be maintained by the Contractor until final pavement is placed. Trench preparation for paving shall be performed immediately prior to paving (no more than one day beforehand). The Contractor shall remove the top layer of aggregate base placed during backfilling for the appropriate thickness of pavement and then reshape and compact the trench as necessary in preparation for final paving. The aggregate base material removed may be reused and no separate payment shall be made. All areas currently paved that are disturbed due to the work shall be repaved and if outside of the work limits shall be done at the Contractor’s cost. 10.10 TRAFFIC CONTROL Attention is called to Section 30.05 of the Specifications, “Maintenance of Traffic” for specific traffic control requirements. The Contractor shall submit a traffic control plan to the Department of Public Works for review and approval. Access to driveways on all streets shall be reasonably maintained. Two weeks prior to work on Sabattus Street, the contractor shall install an electric message board notifying residents of upcoming construction on this road. Payment for traffic control will be made under Item No. 54 “Traffic Control”. Due to the deep excavations associated with this project, the use of metal safety fence will be required. 10.11 FIELD LAYOUT The City shall provide control points once for the Contractor. The Contractor shall establish baseline from the supplied control points. The baseline in these Specifications is for reference only to locate items and is not meant to be exact locations. If, during the course of construction, the layout points, benchmarks, or control points are disturbed by the Contractor, it shall be his/her responsibility to re-establish their locations. 10-4 ---PAGE BREAK--- 10.12 MEASUREMENT AND PAYMENT The pay limits for materials to be used on the project shall be as follows: Material Pay Limit Crushed Stone (Trenches) Incidental to the individual pipe items Crushed Stone (Structures) Incidental to the structures Aggregate Base and Subbase Main Line Trenches 11’ width (parallel with road) Aggregate Base and Subbase 6' width (perpendicular with road) (CB Lead and Service Trenches) CB Lead and Service Trenches 6’ width, including saw cutting all trenches to a 6’ width Sidewalks and Driveways Match existing dimensions Aggregate base temporarily used to fill the trench to finish grade before paving can be reused in other areas of the project and is considered incidental to the pipe items. Payment for pipe items will include making connections to manholes and existing catch basins, pipes or manholes, including coring holes with boots for pipes less then 24” or grouting the pipe into place for pipe 24” or greater. All penetrations shall be cored unless conditions do not permit it, as determined by the Engineer. Measurement of sewer and drain pipe for length will be from the center of manholes and catch basins, minus the inside radius of the connecting structures. Payment for pipe items shall also include excavation for installation of aggregate base and subbase to the width and depth stated above. Excavation beyond the width above shall be measured and paid under Item No. 5 “Structural Earth Excavation”. 10.13 SIDEWALKS AND DRIVEWAYS The sidewalks and driveway entrances shall be reconstructed at locations where the trench limits disturb the existing pavement. Sidewalks disturbed as part of the construction shall be rebuilt and repaved, including excavation and installation of aggregate base. The contractor shall take care to minimize impact to the existing curb and sidewalk as much as possible. The Contractor shall be responsible for sawcutting the pavement back to a point that allows matching the new street grade, as determined by the Engineer. The Contractor shall also be responsible for any preparation work required to the sidewalk or driveway prior to paving. 10-5 ---PAGE BREAK--- 10.14 GRANITE CURBING Granite curbing shall be reset upon completion of the stormdrain and/or sewer installation. The contractor shall carefully remove the curbing using the proper equipment to keep it from being chipped or otherwise damaged and retain for re- installation. The cost to furnish and install the new curb or reset the existing curb will include the cost of installation, removal, if applicable, excavation and concrete. The contractor shall coordinate with the Engineer prior to construction to determine the limits of curbing replacement and re-installation. New curb shall be installed where existing curb is missing or in poor condition, as determined by the Engineer. Existing non-compliant tip downs shall be replaced with 7 foot tip downs. 10.15 MANHOLES For in-coming and out-going pipes 36” or larger, the manhole inverts may be constructed using either, brick and mortar, concrete fill or tee base structures. For in- coming and out-going pipes less than 36”, the inverts shall be constructed using only brick and mortar or concrete fill. Regardless of the method chosen, the pay item shall remain under the Manhole Bid Item and shall include any necessary design of the structure, precasting, base materials, barrel sections, cone, manhole frame/cover, brick, mortar, concrete, troweling, excavation, bedding, backfill or any other work necessary to complete the work. Manhole vacuum testing will not be required on this project. 10.16 CATCH BASINS Catch basins shall include a curb inlet where granite curb exist. The curb inlet opening may be installed with a new curb or field cut into the existing curb. The cost of the curb inlet shall be included with the installation cost of each catch basin. See design plans for typical catch basin details in non-curb areas. 10.17 STORM DRAIN AND SANITARY SEWER ADS SaniTite® HP pipe shall be used for all storm drain and sanitary sewer pipe installations that are 12” diameter or larger. For storm drain installation that is less than 12”, the pipe material shall be ADS N-12 (dual wall, smooth interior), or equivalent. The contractor may choose to use either 13 foot or 20 foot pipe For sanitary installations less than 12” the pipe materials shall be SDR 35 PCV. Tee connections to SDR 35 PVC, ADS ADS SaniTite® HP and ADS N-12 ST IB shall be made using a Inserta Tee fitting. Holes for Inserta Tees shall be made using a hole saw in the recommended diameter for the fitting being used. The Contractor may utilize WYE connections on SDR 35 PVC on diameter less than 12”. Exfiltration and infiltration testing will not be required on this project. 10-6 ---PAGE BREAK--- 10.18 DISPOSAL OF SURPLUS MATERIAL Existing pavement may be disposed of at the Gendron & Gendron quarry on Alfred Plourde Parkway or other approved site at no additional cost to the City. Surplus excavation (NO ASPHALT) may be disposed of at the City of Lewiston fill site on River Rd. or other approved dump site. ALL asphalt must be separated from loads of fill. 10.19 SHOP DRAWINGS The Contractor shall submit four copies of shop drawings and material submittals to the Engineer for his/her review and approval for all materials to be placed or installed as part of this project. All material shall comply with Maine DOT Specifications and City of Lewiston Design Standards. 10.20 SITE INVESTIGATION The Contractor shall examine the Plans/Specifications and site of the work and from his/her own investigation, determine the nature and location of the work, the general and local conditions, particularly those bearing on access, transportation, quality and quantity of surface and sub-surface materials to be encountered, any dewatering, the machinery and services required to complete the Project as required by the Contract Documents and all other aspects of the work. The work involves deep and complex excavation around old existing utilities. It shall be the responsibility of the Contractor to fully investigate the type, age and other condition of the utilities and develop a plan to complete the work while protecting the utilities from any damage. The Contractor shall be responsible for repairing any damage to the existing utilities or other damage caused by a broken utility. 10.21 MAINTENANCE OF TRAFFIC Attention is called to Section 30.05 of the Specifications, “Maintenance of Traffic” for specific traffic control requirements. The Contractor shall submit a traffic control plan to the Department of Public Works for review and approval. Completely closing traffic lanes will not be permitted except under special permission from the Public Works Director and the Police Department. Access to driveways on all streets shall be reasonably maintained. Two weeks prior to work on Sabattus Street, the contractor shall install an electric message board notifying residents of upcoming construction on this road. Payment for traffic control will be made under Item No. 54 “Traffic Control”. 10.22 MISCELLANEOUS Property Markers - It shall be the Contractor's responsibility to locate and maintain all property pins, monuments, etc., for the duration of the Project. If during the course of construction, an existing property pin is lost due to the work, it shall be the Contractor's responsibility to accurately replace the marker. 10-7 ---PAGE BREAK--- 10-8 Replacement of Fences, Shrubs, Mailboxes, and Hedges - The cost of replacing or repairing damaged or broken fences, steps, shrubs, mailboxes, hedges, trees, etc., will be considered incidental to the project and no payment will be made to the Contractor for this work. Performance and Payment Bonds - The Contractor shall include in his/her Proposal under the "Mobilization" item, the cost of his/her Performance and Payment Bond. The Contractor shall be paid this amount on his/her first partial payment provided that invoices substantiating the amount are submitted to the Engineer prior to payment. Miscellaneous - The cost of all other incidental construction work required to complete the whole work as specified or implied in the Plans and Specifications for which there is no pay item, will be paid under the "Miscellaneous Work" item. 10.23 CLEAN UP All debris resulting from the operations under this Contract and all tools and apparatus are to be removed from the site at the completion of the work and the site left clear and free from hazards, to the satisfaction of the City of Lewiston. 10.24 LABOR AND EQUIPMENT RENTAL Hand labor and equipment rental under Items 31-36 shall be measured and paid according to MDOT Specifications, Section 629- Hand Labor and Section 631- Equipment Rental. This work shall consist of furnishing and supervising laborers and construction equipment when pre-authorized or directed by the Engineer in accordance with these specifications. End of Section ---PAGE BREAK--- DIVISION 20 GENERAL PROVISIONS STANDARD SPECIFICATIONS PAGE NO. 20.01 Scope 20-2 20.02 Definitions 20-2 20.03 Insurance and Liability 20-3 20.04 Insurance Requirements 20-3 20.05 Dispute Resolution Cost and Expenses 20-4 20.06 Laws and 20-4 20.07 Permits 20-5 20.08 Estimates and Payments 20-5 20.09 Final Estimate and Payment 20-5 20.10 Last Payment to Terminate Liability of City 20-5 20.11 Site Investigation 20-6 20.12 Borings and Estimate of Quantities Not Warranted 20-6 20.13 Commencement of Work 20-6 20.14 Time and Order of Doing Work 20-7 20.15 No Damages for Delay 20-7 20.16 Competent Personnel to be Employed 20-7 20.17 Not to Sublet or Assign 20-7 20.18 Directions and Explanations, Corrections of Errors 20-7 20.19 Duty to Notify Engineer if Ambiguities Discovered 20-8 20.20 Early Negotiation 20-8 20.21 Superintendence by Contractor 20-8 20.22 Alterations 20-9 20.23 No City Employee to be Interested 20-9 20.24 Waiver 20-9 20.25 Access to Work 20-9 20.26 Engineer to Determine Amount and Quantity of Work, Inspection of Materials 20-9 20.27 Defective Work and Materials 20-10 20.28 Sanitary Regulations 20-10 20.29 No Intoxicating Drinks 20-10 20.30 Extra Work 20-10 20.31 Reduction of Work 20-11 20.32 No Time Extension 20-11 20.33 Employment of Labor 20-11 20.34 Conditions under Which Director May Complete Work.. 20-12 20.35 Payment for Materials 20-12 20.36 20-12 20.37 Work Day 20-13 20-1 ---PAGE BREAK--- 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 Works or Director: Whenever the term Director of Public Works, Director or a pronoun, in their stead is used, it shall mean the Director of Public Works of the City of Lewiston or his/her assistants or inspectors acting under him/her, limited to the particular duties entrusted to them. 20-2 ---PAGE BREAK--- F. ASTM: Whenever the abbreviation ASTM is used, it shall mean the American Society for Testing Materials; and, unless otherwise stated, refer to the latest revision of the particular standard. G. Specification: Whenever the term Specifications or a pronoun in its stead is used, it shall mean and include the Standard Specifications as herein set forth and any Supplemental Specifications included in the Contract Documents. H. Contract Plans: Whenever the term Contract Plans, or a pronoun in their stead, is used, it shall mean and include all drawings, graphic representations, diagrams and any notes or explanations thereon supplied to the Contractor before the date of this Contract. I. Lump Sum Bid Price: Whenever the term Lump Sum Bid Price, Lump Sum Bid, Lump Sum or a pronoun in their stead is used, it shall mean the amount of money mutually agreed to by the Contractor to furnish the labor, machinery, tools, apparatus and other means of construction and for doing all the work and furnishing all material called for by the Contract Documents except rock excavation and those items specifically stated as being considered extra work or for which unit prices have been established in the Contract and Proposal. J. Unit Bid Price: Whenever the term Unit Bid Price, Unit bid, Unit Price or a pronoun in their stead is used, it shall mean the amount of money mutually agreed to by the Contractor and the City as full payment to the Contractor for furnishing all necessary labor, materials and equipment (except that which is specifically excluded in the Supplemental and Standard Specifications and Contract Plans) necessary to do one unit of work, i.e., the unit price for one cubic yard of excavation multiplied by the actual number of cubic yards excavated, yields the total payment for the work done. 20.03 INSURANCE AND LIABILITY: The Contractor shall take all responsibility of the work and take all precautions for preventing injuries to persons and property in or about the work; shall bear all losses resulting to him/her on account of the amount or character of the work or because the nature of the land in or on which the work is done is different from what was estimated or expected or on account of the weather, elements or other cause; and he/she shall assume the defense of and indemnify and save harmless the City and its officers, agents and servants from all claims relating to labor and materials furnished for the work; to inventions, patents and patent rights used in doing the work; to injuries to any person or corporation received or sustained by or from the Contractor and his/her employees in doing the work, or in consequence of any improper materials, implements or labor used therein; and to any act, omission or neglect of the Contractor and his/her employees therein. The Contractor shall furnish proof of coverage with adequate insurance of the types and to the limits specified below naming the City of Lewiston as additional insured. Certificate of such insurance shall be filed with the Director of Budget/Purchasing for his/her approval before permission to commence work will be granted. 20-3 ---PAGE BREAK--- 20.04 INSURANCE REQUIREMENTS A. Claims: The City of Lewiston will not be held responsible for any damages or injuries arising out of any snow removal activity for the City. Any related claim will be referred to the Contractor. The contractor may wish to make personal restoration within a reasonable amount of time at the property owner’s satisfaction or process a claim with their insurance carrier. B. Insurance: The Contractor shall furnish proof of coverage with adequate insurance of the types and to the limits specified below naming the City of Lewiston as additional insured. Certificate of such insurance shall be filed with the Director of Budget/Purchasing prior to execution of the Contract. C. Workers’ Compensation: Workers’ Compensation, coverage with Statutory Limits and Employers Liability for all employees with limits of $400,000 per incident; and in case any work is sublet, the Contractor shall require the sub-contractor similarly to provide coverage for the latter’s employees unless such employees are covered by the protection afforded the Contractor. D. Automotive Liability Insurance: Automotive Liability insurance with minimum limits of liability for bodily injury in the amount of $400,000 for each occurrence and minimum limits of liability for property damage in the amount of $50,000/$100,000 aggregate. E. General Liability Insurance: General Liability insurance with minimum limits of liability for bodily injury in the amount of five hundred thousand ($500,000) for each occurrence and minimum limits of liability for property damage in the amount of $50,000/$100,000 aggregate, or a combined single limit of five hundred thousand ($500,000) for each occurrence, including completed operations shall be required. F. Performance Bond and Labor and Material Payment Bond in the sum of the total amount of the Contractor’s proposal with a surety company satisfactory to the Owner will be required as surety for the faithful performance of the Contract by the successful bidder. The bonds will be required prior to execution of the Contract. 20.05 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. 20-4 ---PAGE BREAK--- 20.06 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. 20.07 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. 20.08 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. 20.09 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 20-5 ---PAGE BREAK--- 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 Works 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. 20.10 LAST PAYMENT TO TERMINATE LIABILITY OF CITY: No person or corporation other than the signer of this Contract as Contractor now has any interest hereunder, and no claim shall be made or be valid; and neither the City, nor its Mayor, nor any member or agent thereof, shall be liable for, or be held to pay any money, except as provided for in Sections 20.07, 20.08, 20.16, and 20.33 of the Standard Specifications and in the Contract. The Acceptance by the Contractor of the last payment aforesaid shall operate as and shall be a release to the City, its Mayor, and every member or agent thereof, from all claim or liability to the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the City, or of any person relating to or affecting the work, except the claim against the City for the remainder, if any there be of the amount kept or retained as provided for in Section 20.07. 20.11 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. 20.12 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, 20-6 ---PAGE BREAK--- 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 Works, 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. No increases in the unit prices will be made due to a change in the quantity for a bid item. 20.13 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. 20.14 TIME AND ORDER OF DOING WORK: The Contractor agrees that the work shall be commenced and carried on at such points and in such order of precedence and at such times and seasons as may from time to time be directed by the Engineer. It is further agreed that no work shall be done under this Contract on Saturdays or Sundays or on days declared by the State Legislature as Legal Holidays, except in cases of emergency and then only with the consent in writing of the Director of Public Works; 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 Works 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. 20.15 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 20-7 ---PAGE BREAK--- 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. 20.16 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. 20.17 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. 20.18 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. 20.19 DUTY TO NOTIFY ENGINEER IF AMBIGUITIES DISCOVERED: The Contractor shall not take advantage of any ambiguity, error, omission, conflict, or discrepancy (“ambiguity, etc.”) contained in the Plans and Specifications that may significantly affect the cost, quality, conformity, or timeliness of the work. If the Contractor discovers any such ambiguity, etc., for which the Contractor may seek adjustments to compensation, time, or other Contract requirements, the Contractor shall provide a written notice stating the nature of the ambiguity, etc. within forty eight (48) hours of discovering or being notified of the ambiguity and before performing any work related to the ambiguity, etc., as provided in Section 20.19 – Early Negotiation. Failure to provide such written notice in compliance with the Contract shall constitute a waiver of all claims related to the ambiguity, etc. 20-8 ---PAGE BREAK--- 20.20 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. 20.21 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. 20.22 ALTERATIONS: It is further agreed that the Engineer may make alterations in the line, grade, form, position, dimension or material of the work herein contemplated, or any part thereof, either before or after the commencement of the work; and that the Director may at any time, order an alterations increase in the amount of work. Such increase shall be paid for according to the quantity actually done as extra work as provided for in Section 20.29. If such alterations diminish the quantity of work to be done, they shall not constitute a claim by the Contractor for damages or for anticipated profits on the work 20-9 ---PAGE BREAK--- dispensed with and payment will be reduced in an amount determined as provided for in Section 20.30. 20.23 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. 20.24 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. 20.25 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. 20.26 ENGINEER TO DETERMINE AMOUNT AND QUANTITY OF WORK, INSPECTION OF MATERIALS: To prevent all disputes and litigations, it is hereby agreed by and between the parties to this Contract that the Engineer shall in all cases determine the amount and quality of the various classes of work which are to be paid for under this Contract; and that the Engineer by himself/herself, or his/her representatives acting under him/her, shall inspect all the materials to be furnished and all work to be done under this Contract to see that the same corresponds to the Specifications herein set forth. The Contractor further agrees that he/she will furnish the Engineer with such information and vouchers relating to the work, the materials therefore, and the persons employed thereon, as he/she shall from time to time request, and will give to the Engineer or his/her representatives all necessary labor, tools and facilities for inspecting the material to be furnished and the work to be done under this Contract. 20-10 ---PAGE BREAK--- 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. 20.27 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. 20.28 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. 20.29 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. 20.30 EXTRA WORK: The City of Lewiston reserves the right to add portions of the work required under this Contract, using the unit prices established in the proposal. The City will determine if all work outlined in the plans or portions thereof shall be built under this Contract prior to the Contact signing. The term Extra Work as used herein refers to and includes work required by the City which, in the judgment of the Director, involves changes in or additions to that are required by the Plans and Specifications; provided, however, such changes or additions do not result from the fault of the Contractor. 20-11 ---PAGE BREAK--- 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 (10%) per cent. No allowance will be made for overhead costs. 20.31 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. 20.32 NO TIME EXTENSION: The Contractor further agrees that the time of completion of the whole work is the essence of the Contract; and that he/she will make every effort to complete the work within the time limit specified in the Supplemental Specifications. In the event the Contractor fails to complete the whole work in the time specified, there shall be deducted from monies due the Contractor, not as a penalty, but as inspection costs, the sum of two hundred ($200.00) dollars for each working day, over and beyond the time limit specified which is required by the Contractor to complete the whole work to the satisfaction of the Engineer and the Director. No extension of the time limit will be considered except in the case of an extremely unusual circumstance beyond the control of the Contractor. Any time extension will be authorized only in writing by the Engineer and Director; in which case the inspection cost charges will begin on the first working day after the extended time limit. 20-12 ---PAGE BREAK--- 20.33 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. 20.34 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 there under 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. 20.35 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. 20.36 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. 20-13 ---PAGE BREAK--- 20-14 The Contractor shall at all times, until the final acceptance of the whole work, keep the surface of the streets in the position and condition required by these Plans and Specifications. If at any time within the period of the guaranty, any other part of the work constructed under the terms of this Contract shall in the opinion of the Director of Public Works require repairing, the Director shall notify the Contractor in writing to make the required repairs. If the Contractor shall neglect to make such repairs to the satisfaction of the Director within the time limit as set forth in the notice in writing to the Contractor of the required repairs, then the Director of Public Works 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. 20.37 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--- 30-1 DIVISION 30 CONTROL OF WORK STANDARD SPECIFICATIONS PAGE NO. 30.01 Scope 30-2 30.02 References 30-2 30.03 Plant 30-2 30.04 Open Excavations 30-2 30.05 Maintenance of Traffic 30-3 30.06 Care and Protection of 30-4 30.07 Dust Control 30-5 30.08 Disposal of Water 30-6 30.09 Removal of Surplus Excavation 30-6 30.10 Materials Supplied by the City 30-6 30.11 Blasting Precautions 30-7 30.12 Damage by Blasting 30-7 30.13 Private Land 30-7 30.14 Temporary Bridges or Crossings, and Precautions 30-8 30.15 Work to Be Done 30-8 30.16 Cleaning up 30-8 30.17 Method of Measurement 30-9 30.18 Basis of Payment 30-9 ---PAGE BREAK--- 30-2 DIVISION 30 CONTROL OF WORK STANDARD SPECIFICATIONS 30.01 SCOPE This division shall insure that the work progresses in a reasonable manner, and that the project site is maintained so as to provide safe traffic flow for vehicles and pedestrians, and present a neat and orderly appearance. 30.02 REFERENCES This division references the following documents. In their latest revision, they form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. AASHTO M144 Standard Specification for Calcium Chloride 30.03 PLANT The Contractor shall furnish plant and equipment which will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress which will insure the completion of the work within the time stipulated in the Specifications. If at any time such plant appears to the Engineer to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress aforesaid, the Engineer may order the Contractor to increase the efficiency, change the character or increase the plant equipment, and the Contractor shall conform to such orders. Failure of the Engineer to give such orders shall in no way relieve the Contractor of his/her obligations to secure the quality of the work and rate of progress required. 30.04 OPEN EXCAVATIONS All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons, and damage to property. Warning signs, barricades, and traffic cones shall meet the latest OSHA standards, Manual on Uniform Traffic Control Devices (MUTCD) and all other applicable Federal, State, and local requirements. The Contractor shall, at his/her own expense, provide suitable and safe bridges and other crossings for accommodating pedestrian travel. Bridges provided for access to private property during construction shall be removed when no longer required. The length of any open excavation shall not exceed fifty (50) linear feet, unless authorized by the Engineer. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the Engineer may require special construction procedures such as limiting the length of open excavation, prohibiting the stacking of excavated material in the street, and/or requiring that the excavation shall not remain open ---PAGE BREAK--- 30-3 overnight. The Contractor shall hold the City harmless from all liability related to open excavations. Open excavations will be allowed overnight, except they shall be backfilled for weekends, when they are within one hundred and fifty (150) feet of an intersection, or if they present a hazard to traffic as determined by the Engineer. Open excavation shall not be allowed overnight within 100’ of Sabattus Street. The Contractor shall take precautions to prevent injury to the public due to open excavations. All excavations, excavated material, equipment, or other obstacles that could be dangerous to the public shall be well lighted at night. Open excavations shall be allowed overnight, except on heavily traveled streets, or when ordered by the Engineer. 30.05 MAINTENANCE OF TRAFFIC Attention is called to Maine DOT Specifications, Section 652 "Maintenance of Traffic". The contractor shall be required to submit a traffic control plan to the City to be approved by the Public Works Director prior to implementation. The Contractor shall be responsible for maintaining traffic control in the work area and will not be allowed to close the work area to traffic unless he/she receives specific authorization from the Director of Public Works. When working on major arterials or collector streets, the Contractor shall be required to submit a written traffic control plan listing all signage, barricades, detours and other important information. This traffic control plan shall be submitted at least three business days prior to starting work. Emergency vehicles shall have access through the work area at all times. Signage, in compliance with the most recent Manual on Uniform Traffic Control Devices (MUTCD), shall be posted conspicuously in all directions that traffic may approach the work area. The Contractor shall supply the required number of flaggers, signs, barricades and cones. Work shall not begin until the flaggers are in place and the work zone is properly set up. The cost of traffic control will be the responsibility of the Contractor. If the City determines that the Contractor has not provided adequate signage, cones or other means of traffic control, the City Engineer will stop the work until the Contractor is in full compliance with the requirements of the most recent MUTCD. The City will not be responsible for the cost of any rejected material or labor if a job is stopped due to inadequate traffic control. The Contactor shall be required to maintain one lane, in each direction, for traffic and emergency vehicles at all times. If the contractor cannot maintain traffic in each direction, the Engineer may allow one lane traffic in short sections. Completely closing traffic lanes will not be permitted except under special permission from the Public Works Director, Fire Chief, and the Police Chief. The Contractor shall install detour signs as required by the Engineer. The City shall be responsible for approving the traffic plan. Detours around the construction site shall be subject to the approval of the Director of Public Works and the Lewiston Police Department. Where detours are permitted, the Contractor shall supply his/her own barricades and signs as approved by the Engineer. In order to avoid delays in construction, any proposed plan to detour traffic shall be ---PAGE BREAK--- 30-4 presented to the Engineer, in writing, five workdays in advance so that the plan may be reviewed and approved by the City Engineer. Additional warning signs shall be placed in other streets as necessary to maintain proper traffic control, especially for detours, or where existing traffic patterns will be altered. Additional flaggers, signs, barricades, cones, etc., may be required in the work area. Overnight parking of construction equipment within ten (10) feet of the travel way of a City street will not be allowed without permission from the Engineer. The Lewiston Police Department and Lewiston Fire Department shall be notified by the Contractor prior to any work being done in major intersections. All work shall be done in accordance with SECTION 652 - MAINTENANCE OF TRAFFIC of the Maine Department of Transportation Standard Specifications - latest revision. Flaggers will not be required on the lower volume side streets to control traffic. 30.06 CARE AND PROTECTION OF PROPERTY During construction, the Contractor shall, at his/her own expense, provide for the use of sewers, drains, and natural drainage interrupted by his/her work, and immediately cart away and remove all offensive material, as required or directed by the Engineer. The Contractor shall assume full responsibility for the protection of all buildings, structures, and utilities, including poles, signs, services to buildings, gas pipes, water pipes, hydrants, sewers, drains, and electric and telephone cables, whether or not they are shown on the Plans. The Contractor, at his/her own expense, shall carefully support and protect all such structures and utilities from injury of any kind. Any damage resulting from the Contractor's operations shall be repaired by him/her at his/her expense. The Contractor shall restore all ground surfaces outside the limits of construction that are damaged or disturbed by his/her operations, to their original condition. Branches, limbs, and roots shall not be cut except by permission of the Engineer. All cutting shall be smoothly and neatly done without splitting or crushing. In case of cutting or unavoidable damage to branches, limbs, and trunks of trees, the cut or damaged portions shall be neatly trimmed and covered with an application of grafting wax or tree healing paint, as directed. Cultivated hedges, shrubs, and plants that might be damaged by the Contractor’s operations shall be protected by suitable means, or shall be dug up and temporarily replanted and cared for. After the construction operations have been substantially completed, they shall be replanted in their original positions and cared for until growth is re-established. If cultivated hedges, shrubs and plants are injured to such a degree as to affect their growth or diminish their usefulness, they shall be replaced by items of kind and quality at least equal to that existing at the commencement of work. This work shall ---PAGE BREAK--- 30-5 be performed at the expense of the Contractor. All work shall be inspected and approved by the City Arborist, and it shall not be considered complete until the Contractor has completed all work to his/her satisfaction. The Contractor shall preserve all property pins and monuments which are located outside the work area. If property pins or monuments are encountered in the work area where side slopes extend to or beyond the right-of way line, the Contractor shall halt work in the immediate area long enough for the Engineer to take such data as necessary to re-establish the location of the pin or monument. The Engineer will reset such pin or monument after completion of the work at no expense to the Contractor. If, however, pins or monuments outside the work area become damaged or lost, the restoration or replacement of such items shall be done by a licensed surveyor and shall be the Contractor’s responsibility. The cost of replacing or repairing damaged or broken fences, steps, mailboxes, shrubs, hedges, etc., will be considered incidental to the project and no payment will be made to the Contractor for this work. Resetting of mailboxes to new road elevations shall be considered incidental to the construction and no payment will be made for this work. On paved surfaces, the Contractor shall not use or operate tractors, bulldozers, or other equipment that could damage such surfaces. All surfaces, which have been damaged by the Contractor’s operations, shall be restored to the condition at least equal to that in which they were found immediately prior to the beginning of operations. Suitable materials and methods shall be used for such restoration and shall be performed at the expense of the Contractor. 30.07 DUST CONTROL This work shall consist of furnishing and applying water or calcium chloride on the roadway or haul roads for dust control as directed by the Engineer. When no items for dust control are included in the Contract, such work shall be considered incidental to the Contract. The water shall not be salt or brackish and shall be free from oil, acid, and injurious alkali or vegetable matter. The calcium chloride shall conform to the requirements of AASHTO M144 latest version. Water shall be applied by approved methods and equipment including a tank with a gauge-equipped pressure pump and a nozzle-equipped spray bar. Calcium chloride shall be applied by mechanical spreaders or by hand at the rate designated. Calcium chloride shall be used when authorized by the Engineer for controlling dust on the roadway under construction and where dust constitutes a hazard to traffic. 30.08 DISPOSAL OF WATER The Contractor shall not be allowed to dispose of any water encountered or used during construction by discharging said water to any existing or new sanitary sewer or combined sewer unless expressly authorized by the Engineer. ---PAGE BREAK--- 30-6 30.09 REMOVAL OF SURPLUS EXCAVATION As the work progresses, all surplus excavation, rubbish, refuse and all unused material, tools and equipment shall be removed at once so as to confine the new work to as short a length as is practicable. All surplus material shall be removed by the Contractor at his/her own expense unless otherwise directed in the Supplemental Specifications. When this clearing of surplus excavation, rubbish, repairing of street surfaces, fences or other damage is neglected, the Director of Public Works will give notice, in writing, to that effect to the Contractor; and, if said material is not removed, or if said repairing is not done within forty-eight (48) hours thereafter, or if the Contractor does not at once take the necessary precautions to insure the safety of travel, the Director of Public Works may employ other parties to do such work, and the expense thus incurred will be deducted from any monies due or that may become due the Contractor. Upon the completion of the work, the Contractor shall tear down and remove all structures built by him/her and shall remove all rubbish of any kind from any street or grounds which he/she has occupied and shall leave the area of work in a neat and clean condition. 30.10 MATERIALS SUPPLIED BY THE CITY The Contractor shall, at his/her own expense, convey all materials supplied by the City from the points where they are delivered by the City and shall, at his/her own expense, store the same in the vicinity of the work; and also, at his/her own expense, do all hauling and conveying to other portions of the work all surplus materials. He/she shall furnish, without special charge therefore, such labor and equipment as is needed to unload materials; and when the work is done in traveled ways, shall cause said materials to be neatly and securely piled so that they shall be of as little inconvenience as possible to public travel and to the occupants of adjoining property. Upon the completion of the work, the Contractor shall, at his/her own expense, transport all unused materials, supplies, tools or property furnished by the City to the location as directed by the Engineer. The Contractor shall be responsible for all loss of or damage done to materials furnished by the City from the time of delivery until the final acceptance of the completed work. All such materials lost, injured, spoiled, or, in the opinion of the Engineer, rendered unfit for use through the negligence or carelessness of the Contractor, his/her agents or employees, shall be replaced or made good in their full value to the City by the Contractor. 30.11 BLASTING PRECAUTIONS When rock is to be removed by blasting, all blasts shall be suitably covered with mats or logs chained together and every precaution taken for the protection of the work, traffic, adjacent buildings and other property. No blasting shall be done by any person or persons other than those approved for that purpose, nor shall any blasting be done without taking out a permit for the same stating the location where the blasting is to be done. ---PAGE BREAK--- 30-7 All explosives shall be stored in accordance with the laws and ordinances relating thereto and in accordance with and to the satisfaction of the Fire Chief. All explosives shall be brought upon the work only as needed and in small quantities. Exploders shall be kept entirely separate from explosives. The precautions against accident by blasting or premature explosions shall be entirely satisfactory to the Director of Public Works. No blasting of rock will be permitted within twenty (20) feet of the work already finished, except as permitted by the Engineer. Blasts shall be made only between such hours as are approved by the Director. All Federal, State, and City regulations relating to blasting and explosives shall be fully complied with. 30.12 DAMAGE BY BLASTING The Contractor shall be liable for all damage to persons or property caused by blasting or explosions, or arising from neglect to properly guard and protect the excavations and all portions of the work; and the Contractor shall wholly indemnify the City against claims on such account and no compensation will be allowed the Contractor in any event or under any circumstances for loss incurred by him/her or arising from blasting. 30.13 PRIVATE LAND The Contractor shall not, except after written consent from the proper parties, enter or occupy with personnel, equipment or materials, any land outside the limits of the City Right of Way or location in which the work is to be done. The Contractor shall, whenever so required by the Director, erect and maintain fences along the roadways and around the grounds occupied by him/her of such character as will be sufficient for the protection of the adjoining property. The Contractor shall have access to the project only at such points as the obtained easements meet streets accepted by the City of Lewiston and at such other points that the Engineer may designate. If other points of access are desired by the Contractor, he/she shall obtain the necessary permission from the property owners. 30.14 TEMPORARY BRIDGES OR CROSSINGS, AND PRECAUTIONS Whenever it is necessary to cross roads, paths, drives, walks or railroads, unless otherwise herein specified, the Contractor shall, at his/her own expense, provide suitable and safe bridges or other sufficient crossings for the accommodation of the public; and shall maintain the same in good and safe condition until the original condition can be restored, at which point he/she shall remove all bridges and other temporary expedients, and restore such roads, etc., to a condition satisfactory to the Director of Public Works and/or Director of Public Works. The Contractor shall give reasonable notice to the owners of utilities, railroads and private ways before interfering with them, and in the case of railroads, shall not enter upon their location nor make any excavation therein until he/she has notified said railroad of his/her intentions to enter upon and to cross said railroad location and has received permission from the appropriate railroad representative, unless ordered otherwise by the Director of Public Works. The Contractor shall provide watch persons, lights and fences at his/her own expense, and take such other precautions as may be necessary to protect life and property; and shall be liable for all damage occasioned in any way by his/her act or neglect, or that of his/her agents, employees or personnel. When any street or way is ---PAGE BREAK--- 30-8 closed to travel, suitable signs shall be furnished, placed and maintained by the Contractor at such points as shall be designated by the Director of Public Works. When the existing access to property is cut off by the Contractor, he/she shall provide proper means of access to said property and, if the work is being done in a street, alley, or place that has to be closed to vehicular travel, the Contractor shall arrange for the removal of waste, etc. and shall furnish labor for carrying fuel, supplies, etc. to points of destination, wherever required, at his/her own expense, during the time said street is closed to travel. 30.15 WORK TO BE DONE The Contractor is to make the requisite excavations for the work and associated structures; to cut and remove all necessary brush, trees, stumps, etc., to do all ditching, diking, pumping, bailing, and draining, and laying of underdrain if required; to dispose of all water from any source, including diversion of brooks; to do all sheeting, shoring, bracing and supporting and all fencing; to do all lighting and watching; to make all provisions necessary to maintain and to protect buildings, fences, pipes, sewers, culverts, conduits, railways, and other structures, and repair all damage done to such structures; to provide bridges, fences, and other means of maintaining travel on accepted streets or roads and on streets, roads, paths, or rights-of-way in which the trenches are excavated, wherever the Director of Public Works or Engineer may direct; to construct all foundations, all brick, concrete, stone and timber work; to set in place all ironwork; to build all roadways, refill and resurface all trenches; to clear away all rubbish and all surplus material required by the Contract Documents; and to furnish all the materials, except as specified in the Supplemental Specifications, all tools, equipment and labor required to build and put in complete working order the work herein specified. 30.16 CLEANING UP The Contractor shall keep the work area free from accumulations of waste material or rubbish. Upon completion of the work, the work area and all other areas used by the Contractor shall be cleared of all temporary structures, waste material or rubbish of any kind. 30.17 METHOD OF MEASUREMENT A. Traffic Control: Traffic Control shall be measured by the lump sum. B. Flaggers: Flaggers shall be measured by the hour worked, for each station occupied by a certified flagger during the work. No additional measurement or payment shall be made for providing breaks for the flaggers. C. Hand Labor Straight Time: Hand Labor will be measured by the hours of work performed to the nearest ¼ hour. D. Mason: Mason will be measured by the hours of work performed to the nearest ¼ hour. ---PAGE BREAK--- 30-9 E. Foreman: Forman will be measured by the hours of work performed to the nearest ¼ hour. F. Equipment Rental: Equipment rental will be measured by the hour to the nearest ¼ hour. Time spent moving to and from the site within the project limits and from beyond the project limits, servicing, maintaining, and changing attachments will not be measured for payment. 30.18 BASIS OF PAYMENT A. Traffic Control: Traffic control shall be measured lump sum, cost shall include all cones, barrels, signs, variable message boards, labor, materials, equipment, and all other items required to safely move traffic through the work zone. B. Flaggers: The accepted quantity of flaggers to be paid shall include the costs to provide flaggers at a required station; no separate payment shall be made to provide breaks for the flaggers. C. Hand Labor Straight Time: The accepted quantity of labor will be paid for at the contract unit price per hour. The contract unit price shall be full compensation for hiring, transporting, supervising, payment of workers compensation, social security taxes, unemployment insurance, overtime, benefits and for all hand tools, protective clothing and all incidentals necessary to complete the work. D. Mason: The accepted quantity of mason will be paid for at the contract unit price per hour. The contract unit price shall be full compensation for hiring, transporting, supervising, payment of workers compensation, social security taxes, unemployment insurance, overtime, benefits and for all hand tools, protective clothing and all incidentals necessary to complete the work. E. Foreman: The accepted quantity of foreman will be paid for at the contract unit price per hour. The contract unit price shall be full compensation for hiring, transporting, supervising, payment of workers compensation, social security taxes, unemployment insurance, overtime, benefits and for all hand tools, protective clothing and all incidentals necessary to complete the work. F. Equipment Rental: The accepted quantity of equipment renal will be paid for at the contract unit price per hour for each type of equipment used. Payment shall include operators, fuel, oil, and other incidentals necessary to operate the equipment. End of Section ---PAGE BREAK--- 40-1 DIVISION 40 STRUCTURAL EARTH WORK STANDARD SPECIFICATIONS PAGE NO. 40.01 Scope 40-2 40.02 References 40-2 40.03 Definition 40-2 40.04 Utilities 40-2 40.05 Cutting of Pavement 40-3 40.06 Disposal of Surface Materials 40-3 40.07 Structural Excavation for Pipes 40-3 40.08 Structural Excavation for Structures Other Than Pipes 40-4 40.09 Extra Structural Excavation 40-4 40.10 Structural Rock Excavation 40-4 40.11 Bedding & Cover 40-5 40.12 Backfilling 40-6 40.13 Select Backfill 40-7 40.14 Sheeting and Bracing 40-7 40.15 Restoration of Trench Surface 40-8 40.16 Method of Measurement (Pay Limits) 40-10 40.17 Basis of Payment 40-11 ---PAGE BREAK--- 40-2 DIVISION 40 STRUCTURAL EARTH WORK STANDARD SPECIFICATIONS 40.01 SCOPE This division shall govern structural earthwork for sanitary sewers, storm sewers, underdrains, water lines and their related structures, to include cutting of pavement, trench excavation, structural rock excavation, bedding and cover, backfill, extra excavation and restoration of surface. 40.02 REFERENCES Not used. Related Specifications Division 50 Materials 40.03 DEFINITION Structures include but are not limited to: culverts, catch basins and leads, manholes, end walls, sanitary sewers, storm sewers, water lines, water services, sewer services, gas services, electrical services, telephone services, underdrains, cellar drains, and hydrants. 40.04 UTILITIES The Contractor should be aware that utility mains and services may exist in the work area. Approximate location of these utilities will be marked in the field by the respective utility company. The approximate locations of known utilities are indicated on the Plans. However, the Contractor will be responsible for determining the exact location and elevation of all utilities and services in the work area. It will be the responsibility of the Contractor to excavate and expose any utility or service if directed by the Engineer so that the true elevation of the utility can be accurately determined. The minimum clearance between the new work and any existing utility shall not be less than six inches unless otherwise approved by the Engineer. Any utility main, which the Engineer deems necessary to be moved or relocated, shall be moved or relocated by the utility company at the cost of the Contractor. Damaged sewer services shall be repaired and/or re-laid by the Contractor, at the expense of the Contractor, with the use of repair couplings and the required size pipe to match existing pipe. Sewer pipe as outlined in Division 50 shall be used. All edges of pipe shall be cut square. All repair couplings used shall be approved by the Engineer. 40.05 CUTTING OF PAVEMENT ---PAGE BREAK--- 40-3 When excavations are to be made in paved surfaces, the pavement shall be cut ahead of the excavation by means of power-driven or other suitable tools to provide a clean, uniform edge with minimum disturbance of the remaining pavement. 40.06 DISPOSAL OF SURFACE MATERIALS Prior to beginning excavations, the Contractor shall remove all unsuitable surface materials, such as broken pavement, brick, curbstone, broken stone, gravel, loam, etc. Usable material shall be stockpiled at the job site as directed by the Engineer. Unsuitable material shall be removed from the job site and disposed of, in accordance with applicable laws, by the Contractor. Other material, as directed by the Engineer, which remains the property of the City shall be transported to Public Works Department storage areas, by the Contractor. 40.07 STRUCTURAL EXCAVATION FOR PIPES The trench in which the pipe line and its foundation are to be constructed shall be excavated to the width and depth shown on the Plans or as the Engineer may direct. Excavations shall be of a width and depth adequate for removal of all material within the excavation limits shown on the Plans, for pumping and draining water, for bracing and supporting the trench walls, for the installation of sheeting and bracing where necessary, for the proper installation and compaction of all foundation and bedding materials, and for the installation and jointing of the pipe. Excavation of material unsuitable for foundations, below the limits shown on the Plans, shall be made wherever and to the extent directed by the Engineer. In the case of excavation for concrete foundations, the trench shall be excavated to the exact form and size of the foundation as shown on the Plans. If the Contractor fails to limit the excavation of the trench, as herein specified or ordered, or if by reason of cave-ins, a greater width or depth of trench than required is obtained, then, in addition to the requirements of the following paragraph, the Contractor shall furnish and place, at his/her own expense, forms satisfactory to the Engineer for the construction of the concrete foundations as shown on the Plans; and shall, in the case of granular foundations, furnish, place and compact, at his/her own expense, all material in excess of that required by the Engineer. In the case of timber foundations, the excavation shall be as shown on the Plans. The of trench to be opened and length of public street rendered unfit for travel, at any time, due to the work of the Contractor, shall conform to the requirements of the Engineer. If the pipe strength is found inadequate, the Contractor shall, at his/her own expense, provide adequate bedding, including concrete cradle if necessary, satisfactory to the Engineer, or stronger pipe to withstand the additional load imposed by the greater trench width. Sheeting or shoring will be required by the Engineer if he/she deems it necessary to keep the trench width within the allowable limits. Such sheeting or shoring shall be at the sole expense of the Contractor and he/she shall not have a claim for extra payment for this item, except as provided for in Section 40.14, Sheet and Bracing. The prevention of slides and cave-ins shall be the responsibility of the Contractor. Any damage, injury, or expense resulting from cave-ins or slides shall be at the sole expense of the Contractor. ---PAGE BREAK--- 40-4 40.08 STRUCTURAL EXCAVATION FOR STRUCTURES OTHER THAN PIPES All excavations for structures shall be made to the width and depth shown on the Plans or as the Engineer may direct; and that will, in his/her judgment, give ample room for the building of the structures they are to contain and for all excavation necessary for the construction of foundations, pumping and draining of water, the installation of sheeting and bracing, form work, etc., as may be required. Excavation of material unsuitable for foundations, below the limits shown on the Plans, shall be made wherever and to the extent required by the Engineer. Excavation for concrete foundations shall be made to the exact form and size of the foundations. If the Contractor fails to limit the excavation to the size specified or ordered; or if by reason of cave-ins, a greater width or depth of excavation than required is obtained, then the Contractor shall furnish and place, at his/her own expense, forms satisfactory to the Engineer for the construction of the concrete foundations as shown on the Plans; and shall, in the case of granular foundations, furnish, place and compact, at his/her own expense, all foundation material in excess of that required by the Engineer. 40.09 EXTRA STRUCTURAL EXCAVATION Excavation below the limits shown on the Plans shall be made by the Contractor when ordered by the Engineer and shall conform to Sections 40.06, 40.07 and 40.09. 40.10 STRUCTURAL ROCK EXCAVATION When rock is encountered in the excavation it shall be uncovered and, after it has been measured by the Engineer, it shall be taken out to a depth of eight inches below the lowest point of the outside of the barrel of the pipe where no underdrain is used, or eight inches below the underdrain in case one is used, and of such width as shall give a continuous clearance of at least twelve (12) inches on either side of the pipe, underdrain, house service or other structure; except when a concrete foundation is used it shall afford at least sufficient width for the concrete foundation. Only such rock which, in the opinion of the Engineer, requires blasting for its removal will be measured as rock excavation. All solid rock and detached rock and boulders which measure and contain not less than one cubic yard, and no other material, shall be classed as rock excavation. All solid rock and boulders containing one cubic yard or more must be entirely removed from the trench and disposed of before they will be classed and paid for as rock excavation. No materials thus removed and classed as rock excavation and no excavated boulders containing less than one cubic yard will be allowed to be used for backfilling until the same has been broken up into pieces not larger than twelve (12) inches in any dimension and then only as provided for in Section 40.11. No allowance will be made or paid to the Contractor on account of breaking up materials excavated other than the fixed price for rock excavation. The means and methods utilized for the rock removal shall be at the contractor’s discretion; however, there will be no increase in the unit price of rock if the contractor elects to change methods of removal, or if the actual quantity removed varies from the bid quantity. ---PAGE BREAK--- 40-5 40.11 BEDDING & COVER The cost of all bedding and cover shall be incidental to the pipe items for which the bedding and cover is used. A. Class Bedding. When called for on the Plans, this method of bedding shall be used. As soon as the trench has been excavated to the subgrade, as shown on the Plans, the pipe shall be installed and supported on concrete blocks in a manner satisfactory to the Engineer. Sufficient bracing shall be provided to prevent flotation or lateral movement of the pipe. Concrete shall be as specified in Division 50, except that the minimum allowable compressive strength shall be two thousand (2000) psi. Material conforming to that used for Class bedding shall then be tamped and rammed in layers, each of which shall not exceed six inches in thickness, around the pipe to an elevation one foot above the top of the pipe. This material shall not contain stone in excess of three inches in diameter. B. Class Bedding. When called for on the Plans, this method of bedding shall be used. The material below the bottom of the pipe, for the depth shown on the Plans, shall be excavated and the hole backfilled with material conforming to Section 50.16A, to a distance above the bottom of the pipe equal to fifteen (15) percent of the pipes overall height. The bottom of the trench shall then be shaped by template to fit the lower part of the pipe exterior to at least fifteen (15) percent of the overall height of the pipe. The pipe shall be carefully placed on the prepared bed. Bedding material, conforming to Section 50.16A, shall be placed and thoroughly compacted in lifts not greater than six inches. Trenches shall be kept dry while foundations and bedding are being prepared. If over digging occurs, all loosened earth must be removed and the trench bottom brought back to grade with select gravel at the expense of the Contractor. Each section of pipe shall be laid in full contact with the foundation the whole length of the pipe. No bridging of the pipe from point to point will be permitted. The foundation shall be properly prepared to the exact line and grade required to receive the pipe with suitable depressions for the pipe bell or coupling, hand dug, in the previously prepared foundation. The pipe bell or coupling shall not rest on the foundation so as to contribute to the support of the pipe. No blocking or supporting of the pipe with concrete blocks, bricks, stones or wooden shims will be permitted; except that, where concrete cradle foundation is required, the pipe shall be supported on solid concrete blocks, bricks or precast concrete saddles which shall become a part of the complete structure. ---PAGE BREAK--- 40-6 The bedding material shall be placed and thoroughly compacted in lifts not greater than six inches to an elevation twelve (12) inches above the top of the pipe. Each six inch lift of bedding material shall be thoroughly hand tamped under and around the sides of the pipe before the succeeding lift is placed. Lifts shall be carried up evenly on both sides of the pipe to prevent unequal pressures on the pipe. The pipe shall be protected during handling against impact, shocks and free fall. The Contractor shall be required to furnish the necessary slings, straps and other approved devices to permit the satisfactory support of all parts of the pipe when it is lifted. The limits of the foundation and bedding shall not be less than that shown on the Plans and shall, in all cases, extend to the full width and depth of the excavation. 40.12 BACKFILLING The trench shall be backfilled with the excavated material, if deemed suitable by the Engineer, except underdrain trenches which shall be backfilled with underdrain sand per MaineDOT 703.22. The trench shall be filled and compacted by ramming sufficiently to prevent subsequent settlement. If the backfill is compacted by ramming, an approved pneumatic rammer weighing not less than twenty (20) pounds or a satisfactory roller shall be used. There shall be at least one person ramming or rolling for each two persons shoveling material into the trench, and the material shall be evenly spread in layers not exceeding six inches in thickness before the ramming or rolling. If required, the material shall be wet by sprinkling before being rammed or rolled. Care shall be taken that the material close to the bank or sheeting, as well as in all other portions of the trench, be thoroughly compacted. No compacting shall be done when the material is too wet either from rain or too great an application of water to be compacted properly. At such times, the work shall be suspended until the previously placed and new materials have dried out sufficiently to permit proper compacting; or such other precaution shall be taken as may be necessary to obtain proper compaction. No pieces of rock larger than twelve (12) inches in any dimension shall be considered suitable material for backfilling, and then only in combination with such an amount of fine material as will, in the opinion of the Engineer, form a well compacted mass. The work of backfilling shall not be done with frozen earth, chunks of concrete, chunks of pavement or other debris. No large masses of backfilling material shall be dropped, as from a grab bucket, into the trench in such a manner as to endanger the work. All voids left by the removal of sheeting shall be completely backfilled with suitable materials and thoroughly compacted. Backfilling around structures shall begin as soon as practicable after the pipes and masonry have been placed and the concrete or brick work has acquired a suitable degree of hardness and shall thereafter be prosecuted expeditiously. ---PAGE BREAK--- 40-7 When the sewer, storm sewer or water line is laid cross-country, the backfill shall be brought up and mounded above the existing grade, six inches or as directed. Wherever a loam or gravel surface exists prior to excavation, it shall be removed, conserved and replaced to the full original level and condition. When the sewer, storm sewer, or water line is laid in a street, backfill shall be brought up to an elevation which is equal the depth of gravel base required, below the bottom of the specified paving thickness for permanent pavement. The Contractor shall then place, in six-(6) inch compacted layers, gravel conforming Section 50.16B&C. 40.13 SELECT BACKFILL If the Engineer determines that excavated material is not suitable for backfill of trenches, or that subgrade material in trenches is not suitable, the Contractor shall install select backfill as directed. The Contractor shall be responsible for disposing of all unsuitable material. Select backfill shall be installed in six-(6) inch compacted layers. Material to be used shall conform to Section 50.16 D. Crushed rock shall be used as bedding or in place of unsuitable subgrade, as shown of the Plans, or as ordered. Material used shall conform to Section 50.16 A. Installation of select backfill and crushed rock shall conform to Section 40.11, Bedding and Cover. 40.14 SHEETING AND BRACING The Contractor shall furnish, put in place, and maintain such sheeting and bracing as may be required to support the sides of the excavation, and prevent any movement which could in any way diminish the width of the excavation below that necessary for proper construction or otherwise injure or delay the work or endanger adjacent structures. See Section 30.04. If the Engineer is of the opinion that proper supports have not been provided, he/she may order additional supports be put in at the expense of the Contractor, and compliance with such orders shall not relieve or release the Contractor from his/her responsibility for the sufficiency of such supports. Care shall be taken to prevent voids outside of the sheeting, but if voids are formed, they shall be immediately filled and rammed. The Contractor shall leave in place to be imbedded in the backfill or the trench all wood sheeting, bracing, etc., which the Engineer may direct him/her in writing to leave in place at any time during the progress of the work for the purpose of preventing injury to structures, utilities, or property, whether public or private. The Engineer may direct that timber used for sheeting and bracing in the trench be cut off at a specified elevation, in which case the Contractor shall be paid only for that portion which is ordered left in the ground at the unit price agreed upon in the Proposal. ---PAGE BREAK--- 40-8 All sheeting and bracing not left in place shall be carefully removed in such manner as not to endanger the construction or other structures, utilities, or property, whether public or private. All voids left or caused by withdrawal of sheeting shall be immediately refilled with sand by ramming with tools especially adapted to that purpose, by watering or otherwise as may be directed. The right of the Engineer to order sheeting and bracing left in place shall not be construed as creating any obligation on his/her part to issue such orders, and his/her failure to exercise his/her right to do so shall not relieve the Contractor from liability for damages to persons or property occurring from or upon the work occasioned by negligence or otherwise, growing out of a failure on the part of the Contractor to leave in place in the trench sufficient sheeting and bracing to prevent any caving or moving of the ground adjacent to the sides of the trench. Lumber used for sheeting or bracing may be left in place as directed by the Engineer in writing in any section of the work. The Engineer may order sheeting to be cut off at any level which he/she considers advisable. Lumber left in place for the convenience of the Contractor which was not specifically directed in writing to be left in place by the Engineer shall be at the Contractor’s expense. If the Contractor has elected to use steel sheeting throughout, he/she shall receive payment for lumber left in place only where and if its specific use is ordered by the Engineer at special limited locations for protection of existing structures, or otherwise. Payment for wood sheeting if so employed shall be made at the fixed price of two hundred fifty ($250.00) dollars per MBM as established in the Proposal. 40.15 RESTORATION OF TRENCH SURFACE After the trench has been backfilled in accordance with Section 40.12, the Contractor shall restore the surface of the trench to conform to the existing surface prior to continuing the work. A. Grass and Lawn Areas. In grassed areas, the Contractor shall restore the surface of the trench and the area adjacent to both sides of the trench that have been damaged by his /her operations, however, payment shall be made for only that area within the pay limits as defined in Section 40.16. 1. Loam. The Contractor shall have the option of removing the existing topsoil, to be reused for restoration, or installing new loam. The loam shall be good quality top soil, free of large stones, large clods, roots of trees or shrubs, or other foreign matter. Muck, peat, or other excessively acidic soils shall not be used. The loam shall be spread on well prepared areas to a uniform depth as specified. Any remaining clods, roots, stones over two inches in its greatest diameter, or any other foreign matter, shall be removed. ---PAGE BREAK--- 40-9 Restoration of surface in lawn areas shall be the same as for grassed areas except the loam shall be free of stones, clods, roots, shrubs, or any other foreign matter. The loam shall be installed at a depth of no less than four inches after rolling, to the grade required. The surface shall be smooth and uniform. Care shall be taken to match the existing grade of the adjacent lawn. 2. Fertilizer and Lime. Fertilizing and liming shall be done when the soil is in a moist condition and at least twenty four (24) hours before sowing the seed. The fertilizer and lime shall be applied to the soil by means of a mechanical spreader or other approved method capable of maintaining a uniform rate of application and shall be thoroughly harrowed, raked or otherwise mixed with the soil to a depth of not less than one inch. The fertilizer and lime shall not be applied together unless applied hydraulically. Agricultural limestone shall be applied at the rate of fifty (50) pounds per unit (1,000 square feet). Fertilizer shall be applied at the rate of thirty (30) pounds per unit (1,000 square feet). 3. Seeding. Grass seed of the required mixture and quality shall be sown by a mechanical seeder or other method which will sow the seed uniformly at the required rate over the entire area to be seeded. The mechanical seeder shall be capable of being operated to avoid the growth of grass in rows and shall be so operated. After seeding, all areas shall be raked by hand to mix the seed and topsoil. Lawn areas shall be rolled with a light lawn roller. A light application of hay mulch shall be used. If necessary, the hay mulch shall be staked with string to prevent it from being washed or blown away. The seed mixture shall be sown at the rate of five pounds per unit (1,000 square feet). The recommended seeding periods are from April 1 to June 1, and from August 15 to November 1. The Contractor may seed at other times. However, regardless of the time of seeding, he/she shall be responsible for a full growth of grass. When directed he/she shall re-fertilize and re- seed areas on the project which do not develop a satisfactory growth of grass. Re-fertilizing and re-seeding shall be incidental to the original seeding item requirements. B. Paved Areas. The existing pavement shall be cut back six inches from the sides of the trench and the edges trimmed so that no ragged or irregular joints will exist. Joints with existing pavement shall be clean and cut vertically for the depth of pavement layer being installed. ---PAGE BREAK--- 40-10 C. Permanent pavement shall be installed no less than two weeks after the temporary street is completed unless previously approved by the Engineer. The contractor shall remove the road gravel necessary to install the required thickness of pavement called for on the Plans and in the Specifications, and coordinate with the City of Lewiston’s paving coordinate. The Contractor shall be responsible for maintaining gravel trenches until the pavement is installed. Permanent pavement shall be maintained by the Contractor for one year after the Project is completed, in accordance with the City of Lewiston Excavation and Street Opening Manual. It shall be noted that no matter what the finish thickness of pavement, the depth of gravel base shall be no less than twenty-four (24) inches on Sabattus Street, and eighteen (18) inches on all other streets. 40.16 METHOD OF MEASUREMENT (PAY LIMITS) A. Trench Excavation: Trench width pay limits for earth work items, except road gravel, that are paid for per unit price, shall be the outside diameter of the pipe being installed plus two feet, or a minimum of three feet. Trench width pay limits for surface restoration items, including road gravel, that are paid for per unit price shall be eleven (11) feet for pipes running parallel to the roadway and six feet for pipes running perpendicular to the roadway. Trench depth pay limits for bedding shall be eight inches below the pipe for sewers and six inches below the pipe for water lines, and twelve (12) inches above all pipes; for ledge, it shall be eight inches below the pipes, and to the actual elevation of the ledge; for select backfill, and extra structural excavation, it shall be to the depth ordered; for surface restoration, it shall be as specified or as shown on the Plans. Material installed or removed beyond the pay limits shall not be paid for. B. Structural Rock Excavation: The quantity of structural rock excavation for which payment shall be made will be the actual number of cubic yards removed, measured in the field, to the limits specified in this section. C. Structural Earth Excavation: The quantity of structural excavation for which payment shall be made will be the actual number of cubic yards removed, measured in the field, to the limits specified in this section. D. Test Pits: The quantity of test pits for which payment shall be made will be the actual number of test pits excavated. ---PAGE BREAK--- 40-11 E. Granular Borrow: The quantity of granular borrow for which payment shall be made will be the actual number of cubic yards installed, measured in place, to the limits specified in this section. F. Crushed Rock: The quantity of select crushed rock for which payment shall be made will be the actual number of cubic yards installed, measured in place, to the limits specified in this section. G. Aggregate Base Crushed: The Aggregate Base Crushed for which payment shall be made will be the number of cubic yards installed to the depth called for and the width installed, as measured in the field, not to exceed the limits specified in this section. H. Aggregate Subbase Gravel: The quantity of Aggregate Subbase Gravel for which payment shall be made will be the number of cubic yards installed to the depth called for and the width installed, as measured in the field, not to exceed the limits specified in this section. I. Fine Grade/Prep Areas for Paving: The quantity of Fine Grade/Prep Areas for paving for which payment shall be made will the be number of square yards graded, as measured in the field, not to exceed the limits specified in this section. J. Loam, Seed, and Mulch: The quantity of loam, seed, and mulch for grassed and lawn areas for which payment shall be made will be the number of square yards installed to the depth called for and the width installed, as measured in the field, not to exceed the limits specified in this section, or specified in the Supplemental Specifications. 40.17 BASIS OF PAYMENT A. Structural Rock Excavation: The accepted quantities of structural rock excavation shall be paid for, per cubic yard, at the price established in the Proposal. The price shall be for all materials, equipment and labor necessary to do the work, including excavation and disposal of structural rock, pre-blast survey, granular borrow to replace rock, and anything else incidental to the proper completion of the work, as specified. No adjustments to the bid price will be made if the actual quantity of rock encountered varies from the bid quantity. B. Structural Earth Excavation: The accepted quantities of extra structural excavation shall be paid for, per cubic yard, at the unit price established in the Proposal. The price shall be for all labor, equipment and materials necessary for extra structural excavation, including removal and disposal of surplus material, and anything else incidental to the proper completion of the work, as specified. C. Test Pits: The accepted quantity of test pits shall be paid for at the contract unit price per each. The price shall be for all labor, materials, and equipment necessary to excavated the test pit, record elevation data and supply to engineer, backfill the test pit, compaction, and anything else incidental to the proper completion of the work, as specified. ---PAGE BREAK--- 40-12 D. Granular Borrow: The accepted quantities of granular borrow shall be paid for, per cubic yard, at the unit price established in the Proposal. The price shall be for all labor, materials (except as otherwise specified), and equipment necessary to furnish and install granular borrow, including installation, compaction, and anything else incidental to the proper completion of the work, as specified. E. Crushed Rock: The accepted quantities of crushed rock shall be paid for, per cubic yard, at the unit price established in the Proposal. The price shall be for all labor, equipment, and material necessary to furnish and install crushed rock, including preparation of subgrade, compaction and anything else incidental to the proper completion of the work, as specified. F. Aggregate Base Crushed: The accepted quantities of Aggregate Base Crushed shall be paid for, per cubic yard, at the unit price established in the Proposal. The price shall be for all labor, materials and equipment necessary to furnish and install road gravel, including compaction and anything else incidental to the proper completion of the work, as specified. G. Aggregate Subbase Gravel: The accepted quantities of Aggregate Subbase Gravel shall be paid for, per cubic yard, at the unit price established in the Proposal. The price shall be for all labor, materials and equipment necessary to furnish and install road gravel, including compaction and anything else incidental to the proper completion of the work, as specified. H. Fine Grade/Prep Areas for Paving: The accepted quantities of Fine Grade/Prep Areas for Paving shall be paid for, per square yard, at the unit price established in the proposal. The price shall be for all labor, materials and equipment necessary to furnish and install road gravel, including compaction and anything else incidental to the proper completion of the work, as specified. I. Loam, Seed, and Mulch: The accepted quantities of loam, seed, and mulch in grassed and lawn areas shall be paid for, per square yard for the depth specified, at the unit price established in the proposal. The price shall be for all labor, materials and equipment necessary to furnish and install loam, seed, and mulch in lawn areas, including furnishing loam, preparation of base, fertilizer and lime, installing loam, preparation of loam for seed, rolling, seed, raking, rolling, mulching and anything else incidental to the proper completion of the work, as specified. End of Section ---PAGE BREAK--- 50-1 DIVISION 50 MATERIAL SPECIFICATIONS STANDARD SPECIFICATIONS PAGE NO. 50.01 Scope 50-2 50.02 Pipe Materials 50-2 50.03 SDR 35 PVC Sanitary and Storm Pipe and Fittings 50-2 50.04 Sanitite HD SANITARY PIPE and STORMDRAIN 50-2 50.05 Smooth Interior Corrugated Polyethylene Pipe 50-3 50.6 Water Materials 50-4 50.7 Manholes 50-5 50.8 Catch Basins 50-7 50.9 Frames, Covers, and Grates 50-7 50.10 Masonry 50-7 50.11 Granite Curb 50-8 50.12 50-9 50.13 Loam, Seed & Mulch 50-11 50.14 Guardrails 50-13 50.15 Flowable Fill 50-14 ---PAGE BREAK--- 50-2 DIVISION 50 MATERIAL SPECIFICATIONS STANDARD SPECIFICATIONS 50.01 SCOPE The material specifications included in this division shall be for sanitary sewers, storm sewers, underdrains, and road construction. 50.02 PIPE MATERIALS Acceptable pipe materials shall be as follows: Category Chapter Sanitary Sewer 50.03, 50.04, Storm Sewer 50.03, 50.04, 50.05, Pipes, manholes, catch basins and any other materials necessary shall be the size and type as shown on the Plans. 50.03 SDR 35 PVC SANITARY AND STORM PIPE to 10”)AND FITTINGS Sizes from four inches to ten (10) inches shall meet the requirements of ASTM D3034, Standard Specifications for Type PSM Poly Vinyl Chloride (PVC) Sewer Pipe and Fittings, latest revision. The joints shall meet the requirements of ASTM D3212, Standard Specifications for Joints for Drain and Sewer Plastic Pipes Using Elastomeric Seals, latest revision. Gaskets shall meet the requirements of ASTM F477, Standard Specifications for Elastomeric Seals (Gaskets) for Joining Plastic Pipe, latest revision. The pipe shall be joined with an integral bell, bell-and-spigot type rubber gasketed joint. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. All fittings shall utilize rubber gasketed joints. The pipe shall be made of PVC plastic having a cell classification of 12454-B or 12454- C or 12364-C (with a minimum tensile modulus of five hundred thousand (500,000) PSI) as defined in ASTM D1784, Standard Specifications for Rigid Poly Vinyl Choride (PVC) Compounds and Chlorinated Poly Vinyl Chloride (CPVC) Compounds, latest revision. The fittings shall be made of PVC plastic having a cell classification of 12454-B or 12454-C or 13343-C as defined in ASTM D1784, Standard Specifications for Rigid Poly ---PAGE BREAK--- 50-3 (Vinyl Choride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds, latest revision. Pipe Dimensions shall be as shown in the following table: Nominal Wall Pipe Size O.D. Thickness Min. Inches Inches Inches 4 4.215 .120 6 6.275 .180 8 8.400 .240 10 10.500 .300 Minimum "pipe stiffness" (F/y) at five (5 percent deflection shall be forty-six (46) Lb/in/in for all sizes when tested in accordance with ASTM D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel- Plate Loading, latest revision. These specifications shall apply to all PVC pipe and fittings to be installed under this Contract. Notarized affidavits, indicating certification, from the manufacturer that all specifications are met may be required. 50.04 Sanitite HD SANITARY PIPE and STORMDRAIN Sizes from twelve (12) inches to thirty (30) inches shall meet the requirements of ASTM F2736 Sizes from thirty (30) inches to sixty (60) inches shall meet the requirements of ASTM F2764 50.05 SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE(4” to 10”) This specification applies to high density polyethylene corrugated pipe with an integrally formed smooth interior. Acceptable pipes shall be ADS N-12 ST IB as manufactured by Advanced Drainage Systems, Sure-Lok ST as manufactured by Hancor, or approved equal. Pipe shall be joined using a bell and spigot joint. This specification is applicable to nominal sizes four to ten (10) inch diameter. Requirements for test methods, dimensions, and markings are those found in AASHTO 4” to 10” pipe shall meet AASHTO M252, Standard Specification for Corrugated Polyethelene Drainage Pipe latest revision, Type S. Polyethylene pipe and fittings shall be manufactured from virgin PE compounds which comply with the applicable current edition of the AASHTO material specifications for cell ---PAGE BREAK--- 50-4 classification as defined and described in ASTM D3350, Standard Specifications for Polyethylene Plastics Pipe and Fittings Material, latest revision. The pipe and fittings shall be free of foreign inclusions and visible defects. The ends of the pipe shall be cut squarely and cleanly so as not to adversely affect joining. Installation shall be in accordance with ASTM D2321, Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications, latest revision. Fittings produced by manufacturers other than the supplier of the pipe shall not be permitted without the approval of the Project Engineer. A manufacturer's certification that the product was manufactured, tested, and supplied in accordance with this specification shall be furnished upon request to the Project Engineer. 50.06 WATER MATERIALS Pipe shall be ductile cast iron push-on pipe supplied with brass wedges for each joint. Fittings and gates shall be cast iron, mechanical joints. Unless otherwise specified in the Supplemental Specifications, the City of Lewiston Water Division shall supply the materials necessary to install the water line (except bedding, cover, select backfill, and road gravel), including pipe, fittings, gates, hydrants, plugs, air vents, special fittings, complete domestic service connections, complete sprinkler service connections, and other related materials. Truck loads lots of pipe supplied by the Water Division shall be delivered to the job site. Other materials supplied by the Water Division shall be picked up by the Contractor at Public Works storage areas. The Contractor shall become responsible for all materials, furnished by him/her or by the Water Division, at time of delivery. Materials supplied by the Water Division and already on the job site shall become the Contractor's responsibility on the day of the award of the Contract. Any materials found damaged or defective after delivery shall be replaced or repaired, as directed by the Engineer, at the Contractor's expense. The Contractor shall make judicious use of all materials supplied to him/her by the Water Division. The Contractor shall make every effort to use all cut pieces of pipe. Indiscriminate cutting of pipe to facilitate connections will not be allowed. If, in the opinion of the Water Division Superintendent, judicious use of the pipe was not made, the wasted pipe shall be paid for by the Contractor. The Contractor shall return all materials and/or equipment, supplied by the Water Division, for temporary connections, chlorination and testing, in clean and good working condition. Any such materials lost or damaged shall be replaced or repaired by the Contractor at his/her expense. Usable gate boxes and old hydrants shall be returned to the City Yard, on Adams Avenue, by the Contractor ---PAGE BREAK--- 50-5 50.07 MANHOLES Precast Sections - Precast sections and precast bases with bottoms shall conform to ASTM C478, Standard Specifications for Precast Reinforced Concrete Manhole Sections, latest revision, and meet the following additional requirements: A. The barrel shall be forty eight (48), sixty (60), or seventy two (72)-inch, inside diameter with a wall thickness not less than five inches for forty eight ( 48)- inch, six inches for sixty (60) inch, and seven inches for seventy two (72) inch. B. Barrel sections shall have tongue and groove joints with an approved round or fin-type rubber gasket, Ram-neck, “Kent Seal" or approved equal. C. Type II Cement shall be used except as otherwise approved. D. The date of manufacture and the name or trademark of the manufacturer shall be clearly marked on the inside of each precast section. E. The minimum compressive strength of the concrete in the manhole base, riser, and top sections shall be four thousand (4,000) psi. F. Sections shall be cured by an approved method and shall not be shipped until at least five days after having been fabricated. G. Four foot diameter manholes shall have concentric top sections. If there is not sufficient cover to use cones, a flat cover shall be used conforming to specifications given below. H. Five foot and six foot diameter manholes shall have a precast flat cover. The cover shall be designed for an H-20 loading, and shall meet in all respects, the MeDOT Specifications. An affidavit shall be submitted. The manhole sections shall be substantially free of fractures and surface roughness. The planes of the ends of the manhole sections shall be perpendicular to their longitudinal axis, within the limits of the variations given in ASTM C478, Standard Specifications for Precast Reinforced Concrete Manhole Sections, latest revision, sections 12.3, and 12.4. Manhole sections may be repaired, if necessary, because of imperfections in manufacture or damage during handling and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured and the repaired manhole sections conform to the requirements of this specification. The quality of materials, the process of manufacture, and the finished manhole sections shall be subject to inspection and approval by the Engineer. ---PAGE BREAK--- 50-6 Manhole sections shall be subject to rejection on account of failure to conform to any of the specification requirements. In addition, individual sections of manhole sections may be rejected because of any of the following: A. Fractures or cracks passing through the wall, except for a single crack that does not exceed the depth of the joint. B. Defects that indicate mixing and molding not in compliance with ASTM C478, Standard Specifications for Precast Reinforced Concrete Manhole Sections, latest revision, section 11.1. C. Surface defects indicating honeycombing or open texture. D. Damaged or cracked ends, where such damage would prevent making a satisfactory joint. E. Any continuous crack having a surface width of one hundredth (0.01) inch or more and extending for a length of twelve (12) inches or more, regardless of position in section wall. Manholes shall have cast-in-place flexible manhole sleeves (rubber boots) or approved equal, for connection to PVC Pipe. The sanitary manhole sections shall be coated with a bitumastic on all outside surfaces. Testing and inspection may be undertaken by the Engineer or his/her representative. This work may occur at the place of manufacture, or on the work site after delivery, or at both places. Testing shall conform to the requirements of ASTM designation C478, Standard Specifications for Precast Reinforced Concrete Manhole Sections, latest revision. New manholes shall be installed with a brick lined invert as shown on the Plans. 50.08 CATCH BASINS Catch basins shall be precast and conform to the same specifications as manholes. Acceptable material for catch basin leads shall be as outlined in 50.13. 50.09 FRAMES, COVERS, AND GRATES Frames and covers shall be Class 400 Ductile Iron, and conform to ASTM A536, Standard Specification for Ductile Iron Castings, latest revision. The frame and cover shall meet the AASHTO-H20 loading requirement and Federal Specification RRF-621- C. The frame shall have a clear opening of twenty four (24) inches plus or minus and be six inches in height. The frame and cover for manholes shall be the EJIW “ERGO” or approved equal. Catch basin shall be the Cascade type as shown on the detail sheet. 50.10 MASONRY A. Cement shall be domestic Portland Cement conforming to ASTM C150, Standard Specifications for Portland Cement, latest revision, Type II. ---PAGE BREAK--- 50-7 B. Lime for mortar shall be hydrated, conforming to ASTM C207, Standard Specifications for Hydrated Lime for Masonry Purposes, latest revision, Type S. C. Water shall be free from injurious amounts of oils, acids, alkalis or organic matter, and shall be clean and fresh. D. Brick shall be sound, hard and uniformly burned, regular, and uniform in shape and size, of compact texture and satisfactory to the Engineer. Bricks shall comply with ASTM C32, Standard Specifications for Sewer and Manhole Brick (Made from Clay or Shale), latest revision, Grade SA except that the mean of five tests for absorption shall not exceed eight percent and no individual brick exceed eleven (11) percent. Under-burned or salmon brick will not be acceptable and only whole brick shall be used unless otherwise permitted. E. Pavers shall be Interlocking Concrete Pavement Institute (ICPI) certified to meet the following requirements set forth in ASTM C936, Standard Specification for Interlocking Concrete Paving Units, latest revision. 1. Minimum compressive strength of eight thousand five hundred (8,500) pounds per square inch (psi) with no individual unit under seven thousand two hundred (7,200) psi. 2. Maximum water absorption of 5% with no unit greater than 7% when tested in accordance with ASTM C140, Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units, latest revision. 3. Freeze-thaw resistance according to CSA A231.2-95. Concrete pavers shall be supplied by a Certified Producer and member of ICPI. The ICPI supplier shall be: Duracon, Inc. Wilson St. P.O, Box 151 Sanford, ME 04073 Phone: [PHONE REDACTED] or equivalent, as approved by the Owner. Product name/shape, color, overall dimensions and thickness shall be: Name: Hollandstone Color: Cumberland Blend Size: 4” X 8” Thickness: 2 3/8” (60 mm) Bedding and joint sand shall be free of deleterious or foreign matter. The sand shall be natural or manufactured from crushed rock. Limestone screenings or stone dust shall not be used. Sand for bedding material shall conform to ASTM C33, Standard Specification for Concrete Aggregate, latest revision. Sand that is ---PAGE BREAK--- 50-8 to be placed between joints shall conform to ASTM C144, Standard Specifications for Aggregrate for Masonry Mortar, latest revision. F. Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the plans. Domes shall be prefabricated by the manufacturer as a pattern on masonry pavers. The Contractor shall provide new cast iron detectable warning plates as manufactured by one of the manufacturers listed on Maine DOT’s Qualified Products list of Cast Iron Detectable Warning Plates. This list can be found at: http://www.maine.gov/mdot/transportation-research/qpl.php Each field shall match the width of the ramp and shall have a natural finish. Prior to starting this work, the Contractor shall submit for approval the name of the selected supplier, manufacturer’s literature describing the product, installation procedures, and routine maintenance required. Concrete Portland cement concrete shall meet the requirements of Section 502, Structural Concrete, Class A G. Joint Mortar shall consist of one part Portland Cement, two parts sand and sufficient water to obtain the required consistency. Mortar shall be used within thirty (30) minutes after its preparation. The cement shall conform to the requirements of Portland Cement AASHTO M85, Specification for Portland Cements Type II or IIA, latest revision. The sand shall meet the requirements of the following table: Percentage by Weight Passing Square Mesh Sieves Sieve Designation Joints Thicker Than ½” Joints ½” or Thinner 3/8” 100 - 1/4“ 100 - No. 4 95-100 - No. 8 70-95 85-100 No. 16 45-80 60-90 No. 30 25-55 35-70 No. 50 10-30 15-45 No. 100 2-10 0-15 No. 200 5 Max. 0-5 When necessary, material retained on the number four sieve may be removed. The sand shall be clean, hard, sharp, durable particles, preferably siliceous, and with not more than five percent in volume of loam, mica, clay, or other deleterious ---PAGE BREAK--- 50-9 substances, and free from injurious amounts of organic matter. The sand shall be subjected to the colorimetric test for organic impurities, AASHTO T21 (ASTM C40) Organic Impurities in Sands, latest revision, and when a color darker than the reference standard color solution (laboratory designation Plate III) is produced, the material shall be rejected. 50.11 GRANITE CURB Curbstone shall be of hard and durable granite, light gray in color, free from seams which impair its structural integrity, and of a smooth splitting character. Granite shall come from approved quarries and, when tested, shall have a French coefficient of wear of not less than sixteen (16) or a Los Angeles percentage of wear of not more than thirty two (32). Test sample shall conform to the requirements of ASTM C422, latest revision. The curbstone shall have a minimum length of six feet, shall be either five or six inches wide at the top, as specified on the plans, shall be eighteen (18) inches one inch in depth, and shall have a minimum width at the bottom of four inches for two-thirds (2/3) its length. Circular curbstone shall be cut to the curve required with the ends cut on radial lines. The curbstone shall have top surfaces sawn to approximately true planes and shall have no projection or depression greater than one-eighth (1/8) inch. The front and back arris lines shall be straight and true with no variation from a straight line greater than one- eighth (1/8) inch. Back surfaces of curbstones shall have no projection for a distance of three inches down from the top which would exceed a batter of four inches in twelve (12) inches. The front face shall be at right angles to the plane of the top and shall be smooth quarry- split, free from drill holes, and with no projection of more than one-half (1/2) inch measured from the vertical plane of the face through the top arris line for a distance down from the top of eight inches. The remaining distance shall have no projections or depressions greater than one inch measured in the same manner. The ends of all stones shall be square with the planes of the top and face and so finished that when stones are not set, no space more than three-quarters (3/4) inch shall show in the joint for the full width of the top or down on the face for eight inches. The remainder of the end may break back not over eight inches from the plane of the joint. Sawed curbing shall be thoroughly cleaned of any iron rust or iron particles by sand blasting or other approved methods satisfactory to the Engineer. Any conspicuous saw marks shall be removed with a peen hammer. Slope curb or edging shall conform to curbstone as to the quality and color of the stone. Slope curb shall be twelve (12) inches one inch in depth, five inches to eight inches thick, and furnished in not less than four feet long. The front or exposed face shall be smooth quarry-split to an approximate true plane having no projections or depressions which will cause over one inch to show ---PAGE BREAK--- 50-10 between a two foot straightedge and the face when the straightedge is placed as closely as possible on any part of the face. The top and bottom surfaces of the curb shall be approximately perpendicular to the face of the curb. No drill holes or half drill holes will be permitted on the top surface and half diameter drill holes no greater than three-quarter (3/4) inch in diameter will be permitted on the bottom surface. The top front arris lines shall be straight and true with no variation from a straight line greater than one-quarter (1/4) inch. The bottom arris lines shall be pitched with no variation from the plane of the face more than one-quarter (1/4) inch. The ends shall be square to the plane of the face and so finished that, when the stones are set, no space more than one and one-half (1 ½) inches shall show in the joint for the full width of the face. Slope curb or edging for radius corners shall be measured for length along the bottom arris lines and shall be cut to the radius specified for the bottom arris line. The top and bottom arris lines shall be parallel and the ends of the stone shall be finished on a bend to fit the radius specified so that abutting stones will complete the joint as specified in the preceding paragraph for straight stones. The face of the curb shall be cut on a two to one (2:1) slope from the bottom arris line with twelve (12) inches one half inch between the bottom and top arris lines as measured on the slope face. The top and bottom surfaces shall be approximately perpendicular to the face of the curb. 50.12 EARTHWORK A. Crushed Rock: Material used for crushed rock bedding or underdrain backfill shall conform to the following table: Sieve Percentage by Weight Designation Passing Square Mesh Sieves 1 inch 100 3/4 inch 90 - 100 3/8 inch 0 - 75 No. 4 0 - 25 No. 10 0 - 5 B. Aggregate Subbase: Aggregate Subbase shall be gravel consisting of hard, durable particles which are free from vegetable matter, lumps or balls of clay, and other deleterious substances. The gradation of the portion which will pass a three inch sieve shall meet the grading requirements of the following table: Sieve Percentage by Weight Designation Passing Square Mesh Sieves Gravel 1/4 inch 25-70 No. 40 0-30 No. 200 0-7 ---PAGE BREAK--- 50-11 Gravel subbase shall not contain particles of rock which will not pass the six inch square mesh sieve. Gradation tests shall conform to AASHTO Method T-27 Sieve Analysis of Aggregates, latest revision, except that the material may be separated on the one half inch sieve. C. Aggregate Base. Aggregate Base shall be screened or crushed gravel consisting of hard durable particles which are free from vegetable matter, lumps or balls of clay, and other deleterious substances. The gradation of the part that passes a three inch sieve shall meet the grading requirements of the following table: Sieve Percentage by Weight Designation Passing Square Mesh Sieves Screened Crushed ½ inch 35-75 45-70 ¼ inch 25-60 30-55 No. 40 0-25 0-20 No. 200 0-5 0-5 Screened gravel base shall not contain particles of rock which do not pass the four inch square mesh sieve. Crushed gravel base shall not contain particles of rock which will not pass the one and a half (1½) inch square mesh sieve. D. Underdrain Material. Underdrain backfill or material such as sand and crushed or uncrushed material used as bedding shall meet MDOT Specification 703.22, Underdrain Backfill Material, as defined in the following table. Underdrain sand used in conjunction with a filter sock shall also meet MDOT Specification 703.22, Underdrain Backfill Material, as defined in the following table. Sieve Percentage by Weight Designation Passing Square Mesh Sieve 1 inch 95-100 ½ inch 75-100 No. 4 50-100 No. 20 15-80 No. 50 0-15 No. 200 0-5 E. Geotextiles. Geotextiles shall conform to the Maine Department of Transportation Standard Specifications listed below, latest revision. Stabilization/Reinforcement Drainage Erosion Control 722.01 722.02 722.03 ---PAGE BREAK--- 50-12 F. Common Borrow. Common borrow shall consist of earth, suitable for embankment construction. It shall be free from frozen material, perishable rubbish, peat and other unsuitable material. The moisture content shall be sufficient to provide the required compaction and stable embankment. In no case shall the moisture exceed four percent above optimum. The optimum moisture content shall be determined in accordance with AASHTO T180, Moisture-Density Relations of Soils Using a 101 pound (45.4 kg) Rammer and an 18 in. (457 mm) drop, latest revision, Method C or D. G. Plain and Hand Laid Riprap. Stones shall consist of sound durable rock which will not disintegrate by exposure to water or weather. Either field stone or rough, unhewn quarry stone may be used. Exposed stones shall be angular and as nearly rectangular in cross-section as practicable. Rounded boulders or cobbles will not be permitted. Stones shall weigh from ten (10) pounds to two hundred (200) pounds except that when available suitable stones weighing more than two hundred (200) pounds may be used. Approximately fifty (50) percent of the stones by volume shall exceed a unit weight of fifty (50) pounds. 50.13 LOAM SEED, AND MULCH A. Loam: All loam shall be good quality, screened topsoil, free of large stones, clods, roots of trees or shrubs, or other foreign matter, meeting the following specifications: Organic Content Percent by Volume Humus 10-20% as determined by ignition test pH 5.5-8.0 Mineral Content Percent by Volume Sand .08-.003 in. in diameter 45%-75% Silt .002-.00008 in. in diameter 20%-40% Clay less than .00008 in. in diameter 5%-15% B. Lime: Lime shall be ground limestone containing not less than 85% calcium and magnesium carbonate. C. Fertilizer: Grass seed fertilizer shall be a 21-10-21. D. Seed: Grass seed shall be certified as to mixture, germination, purity, and live seed, conforming to the following: 1. Percent germination no less than eighty (80) percent 2. Pure live seed no less than eighty five (85) percent 3. Percent purity no less than eighty five (85) percent ---PAGE BREAK--- 50-13 4. Weed seed not more than one percent 5. All seed shall be from the current year’s crop unless recent tests by an approved testing agency demonstrate that older seed meets the above requirements. E. Mulch: Mulch shall consist of long fibered hay or straw reasonably free from noxious weeds or other undesirable materials. 50.14 GUARDRAILS Guardrails shall be Type 3-Galvanized steel beam, wood posts or galvanized steel posts as shown on the Plans. Materials shall meet the requirements specified in the following Subsections of Division 700 of the Maine Department of Transportation Standard Specifications, of latest revision: Timber Preservative 708.05 Metal Beam Rail 710.04 Guardrail Posts 710.07 Guardrail Hardware 710.08 Guardrail components shall meet the applicable standards of " A Guide to Standardized Highway Barrier Rail Hardware" prepared and approved by the AASHTO-AGC-ARTRA Joint Cooperative Committee, Technical Bulletin Number 268-B. Posts for guardrail delineators shall be channel steel, eight feet long, two and one half (2-1/2) pounds per linear foot minimum and have three (3/8) inch round holes, one inch center to center for a minimum distance of feet from the top of the post. 50.15 FLOWABLE FILL The concrete used shall have an aggregate size of three (3/8) inch, and shall have an ultimate compressive strength between one thousand (1,000) psi and one thousand five hundred (1,500) psi as determined by ASTM D4832, Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders, latest revision. Slump shall be between eight inches and ten (10) inches. The fill must be excavatable in the future. The Developer shall submit the mix design at the pre-construction meeting and receive Engineer approval before work shall commence. The flowable fill shall be discharged directly from the mixer truck into the space to be filled. No compaction or vibration of the material is required. All necessary means to confine the material within the designated space shall be provided. No flowable fill shall be placed on frozen ground. At the time of placement, the flowable fill shall have a temperature of at least forty (40) degrees F. When flowable fill is placed in freezing temperatures, the material should be covered with blankets overnight. The flowable fill shall be left undisturbed until the material gains sufficient strength. End of Section ---PAGE BREAK--- DIVISION 60 SEWERS and DRAINS STANDARD SPECIFICATIONS PAGE NO. 60.01 Scope 60-2 60.02 References 60-2 60.03 Utility Conflicts 60-2 60.04 Sewer and Storm Drain Installation 60-3 60.05 Underdrain Installation 60-5 60.06 Riprap Installation 60-6 60.07 Manhole Installation 60-6 60.08 Catch Basin Installation 60-6 60.09 Dewatering Trench 60-7 60.10 Force Main 60-7 60.11 Sewage Air Valves 60-8 60.12 Manhole Inverts 60-8 60.13 Frames and Covers 60-8 60.14 Exfiltration-Infiltration Test 60-9 60.15 Vacuum Test for Manholes 60-11 60.16 Sewer Services 60-11 60.17 Line and Grade 60-11 60.18 Abandonment of Sewers 60-12 60.19 Method of Measurement 60-12 60.20 Basis of Payment 60-12 60-1 ---PAGE BREAK--- DIVISION 60 SEWERS and DRAINS STANDARD SPECIFICATIONS 60.01 SCOPE This division shall govern the installation of sanitary and storm sewers and underdrain, including installation of pipe, manholes, catch basins and catch basin leads. 60.02 REFERENCES This division references the following documents. In their latest revision, they form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A240/T304 Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications ASTM A581 Standard Specification for Free-Machining Stainless Steel Wire and Wire Rods ASTM B124 Standard Specification for Copper and Copper Alloy Forging Rod, Bar and Shapes ASTM C923 Standard Specification for Resilient Connectors between Reinforced Concrete Manhole Structures, Pipes, and Laterals ASTM D2133 Specifications for Acetal Resin Injection Molding and Extrusion Materials ASTM D2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications Related Divisions Division 40 Structural Earthwork Division 50 Materials 60.03 UTILITY CONFLICTS Storm drain services, sanitary sewer services, water services, or other utilities which do not directly conflict with the new storm drain system, but which are encountered and broken during the course of the construction, shall be repaired at the expense of the Contractor. All broken storm and sanitary piping shall be repaired using SDR 35 pipe and “Calder” type no hub couplings, or other methods approved by the Engineer. All utilities shall be repaired in accordance with the utilities’ regulations. All storm drain lines which are encountered during the course of construction shall be connected to the new storm drain system. 60-2 ---PAGE BREAK--- 60.04 SEWER AND STORM DRAIN INSTALLATION All pipes shall be laid using a laser for line and grade, unless otherwise directed by the Engineer. A blower shall be required for runs greater than one hundred (100) feet. A. SDR 35 PVC Pipe - SDR 35 PVC pipe shall be installed in accordance with the manufacturer’s instructions and the following details. As soon as the excavation is completed to the depth below the invert grade required on the Plans, the Contractor shall immediately place material, meeting the specifications of Division 50, in the trench. The pipe shall be firmly bedded in crushed rock to accurately conform to the line and grade indicated on the Plans. Excavation for bells (bell holes) shall be provided so that the pipe is uniformly supported along its entire length. The Contractor shall make certain the bell, rubber ring, and spigot are clean and lubricated (lubricant to be in accordance with manufacturer's instructions) prior to assembling. Assemble the pipe by pushing the spigot into the bell until the reference mark on the pipe barrel is flush with the end of the bell. This shall be done by hand or by bar and block. On pipe fifteen (15) inches or larger in diameter, mechanical assistance may be necessary in addition to the bar and block. At no time will purely mechanical means be permitted. Swinging or stabbing of the pipe in order to facilitate pipe sealing will not be permitted. After the pipe is assembled, the crushed rock haunching shall be installed and compacted to eliminate any voids under the pipe. The Contractor shall exercise care to avoid moving the pipe off line and grade. The cover material shall be in accordance with design drawings, unless specified otherwise by the Engineer, and shall be installed to the top of the pipe. The Contractor shall use care in handling and installing the pipe and fittings. Under no circumstances shall pipe or fittings be dropped, thrown, kicked, etc., during installation or unloading. The interior of the pipe shall be kept clean of oil, dirt, and foreign matter. Catch basin leads shall be installed in the same manner as indicated in the specifications for PVC pipe. The PVC pipe shall be connected to catch basins, existing manholes, reinforced concrete pipe, and vitrified clay pipe by installing a rubber ring water stop of the appropriate size to the lead with a stainless steel strap and then mortaring the lead and bushing into the hole in the pipe, catch basin, or manhole on the outside and inside with a grout that expands on curing, with the "Kor-N-Seal" process, or approved equal. The pipe shall be cut off flush with the inside of the manhole or sewer. Inside a catch basin, the pipe shall be cut off, so that a nipple will extend no more than four inches beyond the inside of the structure. B. Smooth Interior Corrugated Polyethylene and Polypropylene Pipe - Installation shall be in accordance with ASTM D2321 Class I, II, III, or USCS material corresponding to these ASTM designations. Pipe bedding and cover shall be the same as for SDR 35 PVC. Backfill material shall be placed in six inch lifts and 60-3 ---PAGE BREAK--- compacted to ninety five (95%) percent minimum dry density per AASHTO T99 latest revision. C. Polyethylene Pressure Pipe - Polyethylene pressure pipe may be directly buried, sliplined in a casing, submerged, laid on the surface, or suspended. Polyethylene pipe shall be encapsulated in a uniform grade of quality, compacted fill material. Pipe bedding and cover shall be the same as for SDR 35 PVC. Compaction of eighty five (85) percent or greater will enable higher surface load and limit deflection. D. Polyethylene Culvert and Underdrain - Crushed stone, shall be used as bedding and envelope material around the pipe. Aggregate size should not exceed one inch. Load bearing capability of flexible conduit is dependent upon the type of backfill material used and the degree of compaction achieved. Crushed stone and gravel backfill material typically reach a compaction level of ninety to ninety five (90 to 95) percent AASHTO standard density without compaction. When native soils are used as backfill material, a compaction level of eighty five (85) percent is required. This is the minimum compaction that is recommended by all culvert pipe manufacturers and can be achieved by either hand or mechanical tamping. E. Corrugated Metal Culvert - The pipe shall be bedded on an adequate, uniform foundation and backfilled with selected granular material placed in six inch layers evenly on both sides of the pipe and tamped thoroughly. The selected granular material shall be compacted to eighty five (85) percent of standard density based on AASHTO T99, latest revision, assuming a unit weight of soil equaling one hundred twenty (120) lb. per cu. ft. F. Reinforced Concrete Pipe - As soon as the excavation is completed to the normal grade of the bottom of the trench, the Contractor shall immediately place material in accordance with Design Drawings in the trench and then the pipe shall be firmly bedded in this gravel or crushed rock to conform accurately to the lines and grades indicated on the Design Drawings. Material in accordance with Design Drawings shall be placed and compacted to give complete vertical and lateral support for the lower section of the pipe as indicated on the Drawings. A depression shall be left in the supporting gravel or crushed rock at the joint to provide a "bell hole" so that the pipe is uniformly supported along its entire length and to prevent contamination of the rubber gasket immediately before being forced home. Before the pipe is lowered into the trench, the tongue and groove must be cleaned and free from dirt. Gasket and bell shall be lubricated by a vegetable lubricant, which is not soluble in water, furnished by the pipe manufacturer and harmless to the rubber gasket. The pipe shall be properly aligned in the trench to avoid any possibility of contact with the side of the trench and fouling of the gasket. As soon as the spigot is centered in the bell of the previously laid pipe, it 60-4 ---PAGE BREAK--- shall be forced home with jacks or come-alongs. After the gasket is compressed and before the pipe is brought fully home, each gasket shall be carefully checked for proper position around the full circumference of the joint. Steel inserts shall be used to prevent the pipe from going home until the feeler gauge is used to check the final position of the gasket. The jacks or come-alongs shall be anchored sufficiently back along the pipeline (a minimum of five so that the pulling force will not dislodge the pieces of pipe already in place. Only a jack or come-along shall be employed to force the pipe home smoothly and evenly, and to hold the pipe while backfilling is in progress. Under no circumstances shall crowbars alone be used. As soon as the pipe is in place and before the come-along is released, material in accordance with Design Drawings, shall be placed and compacted as indicated on the Drawings for at least one-half the length of pipe. Not until this backfill is placed shall the come-along be released. If any motion at joints can be detected, a greater amount of backfill shall be placed before pressure is released. 60.05 UNDERDRAIN INSTALLATION This work shall consist of the construction of underdrain using pipe and filter material and pipe outlets, in accordance with these Specifications and the Standard Details and in reasonably close conformity with the lines and grades shown on the Plans or established by the Engineer. A. Materials shall meet the requirements specified in Division 50 – Materials. B. Installation: 1. Type The trench shall be excavated to the required width and depth. A bed of the specified granular material, three inches in depth, shall be installed and thoroughly compacted. Six inch perforated pipe shall be laid on this bed with perforations down. After the pipe has been firmly bedded and joints securely connected, it will be inspected before any backfill is placed. The remaining backfill shall be granular material meeting the same requirements as that used for bedding the pipe. The material shall be placed in eight inch layers, loose measure, and thoroughly compacted except, that the initial layer of backfill around the pipe may be placed in a layer not exceeding ten (10) inches. The upstream end of all completed underdrain pipe that is to be buried shall be sealed with cement mortar or other material acceptable to the Engineer. 2. Type The trench shall be excavated to the depth and width specified in the Plans. The perforated pipe shall be laid to the line and grade centered on the bottom of the trench with the perforations up. After the pipe has been firmly bedded and all joints securely connected, it will be inspected before any backfill is placed. The 60-5 ---PAGE BREAK--- backfill shall be placed in accordance with Division 40 - Structural Earthwork and as shown on the Plans using the materials specified. 60.06 RIP RAP INSTALLATION This work shall consist of any excavation required and installation of protective covering of stone laid on earth. Stones used shall consist of sound, durable rock which will not become disintegrated by exposure to the action of water or weather. Either field stone or rough, unhewn quarry stone may be used. The stones shall be angular and as nearly rectangular in cross- section as practicable. Rounded boulders or cobbles will not be permitted. Stone ditch protection, plunge pools, and inlet erosion control shall be installed by excavating below the flow line to allow placement of the rock material to the specified depth. The stone protection shall be placed, full depth, in one operation without special handwork, shall be approximately true to line and grade and shall be uniform in appearance. 60.07 MANHOLE INSTALLATION Manholes shall be constructed to the dimensions shown on the Drawings and as specified in these Specifications. Bases for sewer manholes shall be precast with floors and holes for pipe. Precast concrete manhole sections shall be set so as to be vertical and with sections in true alignment with a one quarter (1/4) inch maximum tolerance to be allowed. The Contractor shall install the precast sections in a manner that will result in a water tight joint. Holes in the concrete pipe sections required for handling or other purposes shall be plugged with a non-shrinking grout or by grout in combination with concrete plugs. Where holes must be cut in the precast sections to accommodate pipes, cutting shall be done prior to setting them in place to prevent any subsequent jarring which may damage the structure or bring it out of alignment. After the hole for the manhole is excavated, in accordance with these Specifications, a crushed rock foundation shall be installed to a depth of one foot below the bottom of the manhole and one foot beyond the outside of the manhole. Precast sections to be used for storm manholes shall be jointed with a single row of "Ram-Nek", "Kent Seal", or approved equal, and a double row of "Ram-Nek" or "Kent Seal" or approved equal, shall be used on sanitary manholes. 60.08 CATCH BASIN INSTALLATION All leads connecting new, relocated, and existing catch basins to the new system shall be SDR 35 PVC, ADS-N12, ADS SaniTite HP, Hancor Hi-Q, or approved equal. New precast catch basin sections shall be jointed with "Ram-Nek", "Kent Seal", or approved equal. Catch basins shall be connected to other catch basins or storm manholes by 60-6 ---PAGE BREAK--- installing a rubber ring water stop of the appropriate size to the lead and bushing into the hole in the pipe or basin on the outside and inside with a grout that expands on curing. Catch basin installation shall include the cost of removing and disposing of the existing catch basins, furnishing and installing the new catch basins, the lead, connecting the lead to the new storm manhole, the frame and cover, curb inlet, twenty four (24) inches of aggregate base around the basin and in the trench for the lead, surface restoration including pavement, other materials and installation costs, and all other incidental work. All existing catch basin frames and covers shall remain the property of the City. All catch basins shall be located in the field by the Contractor at the approximate locations as shown on the Plans, and as approved by the Engineer. It shall be the Contractor's responsibility to set the basins as illustrated on the Detail Sheets to maximize the collection of surface water. Any basins which are not set as shown, or fail to maximize the collection of surface water shall be reset by the Contractor at his expense, as directed by the Engineer. 60.09 DEWATERING TRENCH The Contractor shall furnish all labor, materials, equipment and incidentals required and perform the installation of the pipe, manholes, wet wells, etc. The Contractor may choose any satisfactory method he/she wishes for handling groundwater or surface water encountered in the work, provided they are acceptable to the Engineer, and the Contractor shall assume all responsibility for the adequacy of the method, materials and equipment employed. The cost for dewatering will be included in the cost of the pipe installation. 60.10 FORCE MAIN: The six inch force main pipe shall be SDR 18 PVC, or SDR 15.5 polyethylene. All ductile iron, class 350, bends, fittings and retainer glands will be supplied by the City. Upon completing installation of the force main, the Contractor shall perform a Hydrostatic Test of the force main. The Contractor shall supply the testing equipment and conduct the test. The Contractor shall connect the testing equipment to the new main and slowly bring the pressure up to 100 psi and allow the pressure to stabilize for several minutes. The initial elevation of water in the reservoir barrel shall be measured. The duration of the test shall be 30 minutes and a final elevation of water in the reservoir barrel shall be measured. The difference in the two measurements is the actual leakage. Allowable leakage shall be less than based on the formula: 75 gpd/in./dia./mile of pipe. If the test does not meet the requirements set forth, the Contractor shall find and correct the problem. The new main, or section thereof, shall be re-tested until the allowable leakage is obtained. All this shall be done at the Contractor’s expense. 60.11 SEWAGE AIR VALVES: Sewage air valves shall be two inch APCO model 443 as manufactured by the Valve and Primer Corporation, Schaumburg, Illinois, or approved equal. 60-7 ---PAGE BREAK--- The float shall be heavily constructed stainless steel, hermetically sealed; and having a concave bottom impact area to provide immediate resistance to flow and instant upwards movement to shut off the large orifice “without spilling”. The Buna-N seat must be fastened to the valve cover, without distortion for drop tight shut-off. Valve exterior shall be painted Phenolic Primer Red Oxide for high resistance to corrosion. All construction materials shall be certified in writing to conform to ASTM specifications as follows: Body & Cover Cast Iron ASTM A126 GR.B Concave Float Stainless Steel ASTM A240 T304 Float Stem Stainless Steel ASTM A581 T303 Needle & Seat Buna-N Plug Brass ASTM B124 Stainless Steel ASTM A240 T304 Leverage Frame Delrin ASTM D2133 Cast Iron ASTM A126 GR.B In addition to the standard valves, the Contractor shall provide inlet and blow off valves, quick disconnect couplings and minimum five foot hose for flushing for each valve. The Contractor shall install the valve assemblies in a four foot diameter concrete pit and anchor the assembly to the manhole as illustrated in the standard detail sheet. 60.12 MANHOLE INVERTS Unless specified, all manholes shall have inverts built in them. Inverts may be of brick or concrete construction except that the invert channels shall be lined with water struck hard burnt brick set on edge in a full bed of mortar. Plastering, with mortar, of the exposed face of the brick in the channel lining shall not be allowed. All invert channels shall be carried up to the top of the highest pipe and shall be well formed to true radii and smooth. The tops of the invert shelves shall slope upward from the edge of the channel on a slope as shown on the Plans. 60.13 FRAMES & COVERS Frames and covers shall be installed on all manholes and catch basins as shown on the Plans. Adjustment of covers and frames shall be accomplished by the use of bricks, set in a full bed of mortar, laid radially, from the top of the structure, with a minimum of two courses of bricks and a maximum of six courses of bricks for manholes and catch basins located in streets. The frame shall be set firm and true to grade, matching the shape of the street at that location, and mortar shall be plastered on the outside of the bricks from the top of the structure up over the base flange to the top of the frame, leaving a clean smooth surface, free of projections. 60-8 ---PAGE BREAK--- 60.14 EXFILTRATION-INFILTRATION TEST An exfiltration-infiltration test shall not be required for storm sewers. Sanitary sewers shall be tested for exfiltration-infiltration by the use of the air pressure method. A. After backfilling pipeline from manhole to manhole, the Contractor, in the presence of the Engineer, shall conduct an air leakage test using low pressure air. B. Equipment: Cherne Air-Loc equipment as manufactured by Cherne Industrial, Inc. of Hopkins, Minnesota or approved equal. Equipment used shall meet the following minimum requirements: 1. Pneumatic plugs shall have a sealing length equal to or greater than the diameter of the pipe to be inspected. 2. Pneumatic plug shall resist internal test pressures without requiring external bracing or blocking. 3. All air used shall pass through a single control panel. 4. Three individual hoses shall be used for the following connections: a) From control panel to pneumatic plugs for inflation. b) rom control panel to sealed line for introducing the low pressure air. c) From sealed line to control panel for continually monitoring the air pressure rise in the sealed line. C. Procedures: 1. All pneumatic plugs shall be seal tested before being used in the actual test installation. One length of pipe shall be laid on the ground and sealed at both ends with the pneumatic plugs to be checked. Air shall be introduced into the plugs to twenty five (25) psig. The sealed pipe shall be pressurized to five psig. The plugs must hold against this pressure without having to be braced. 2. After a manhole to manhole reach of pipe has been backfilled and cleaned, and the pneumatic plugs are checked by the above procedure, the plugs shall be placed in the line at each manhole and inflated to twenty five (25) psig. Low pressure air shall be introduced into this sealed line until the internal air pressure reaches four psig greater than the average back pressure of any ground water that may be over the pipe. At least two minutes shall be allowed for the air pressure to stabilize. 60-9 ---PAGE BREAK--- 3. After the stabilization period (three and one half (3.5) psig minimum pressure in the pipe), the air hose from the control panel to the air supply shall be disconnected. The portion of line being tested shall be termed "Acceptable", if the time required, in minutes, for the pressure to decrease from three and one half to two and one half (3.5 to 2.5) psig (greater than the average back pressure of any ground water that may be over the pipe) is not less than the time set forth in the following table: Pipe Diameter in Inches Minutes 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 30 14.5 36 17.0 42 20.0 54 25.5 4. In areas where groundwater is known to exist, the Contractor shall install a one half (1/2) inch diameter capped pipe nipple, approximately ten (10) inches long, through the manhole wall on top of one of the sewer lines entering the manhole. This shall be done at the time the sewer line is installed. Immediately prior to the performance of the leakage test, the ground water shall be determined by removing the pipe cap, blowing air through the pipe nipple into the ground so as to clear it, and then connecting a clear plastic tube to the nipple. The plastic tube shall be held vertically and a measurement taken after the water has stopped rising in this plastic tube. The height in feet shall be divided by two and three tenths (2.3) to establish the pounds of pressure that will be added to all readings. (For example, if the height of water is eleven and one half (11- 1/2) feet, then the added pressure will be five psig. This increases the three and one half to eight and one half (3.5 to 8.5) psig, and the two and one half to seven and one half (2.5 to 7.5) psig. The allowable drop of one pound and the timing remains the same. 5. If the installation fails to meet this requirement, the Contractor shall, at his/her own expense, determine the source of leakage. He/she shall then repair or replace all defective materials and/or workmanship. 60.15 VACUUM TEST FOR MANHOLES A vacuum test will not be required for storm manholes. 60-10 ---PAGE BREAK--- Sanitary sewer manholes shall be tested for exfiltration-infiltration by use of the vacuum test. A. Vacuum Test shall be as follows: 1. The testing shall be done after assembly of the manhole and prior to backfilling the structure. 2. The manhole to pipe connection shall be a flexible connector. 3. All lift holes shall be plugged with a non-shrinking mortar, such as "Water Plug" or approved equal. The seal between the manhole sections shall be in accordance with ASTM C923. 4. The Contractor shall plug the pipe openings, taking care to securely brace the plugs and the pipe. 5. With the vacuum tester set in place: a. Inflate the compression band to affect a seal between the vacuum base and the structure. b. Connect the vacuum pump to the outlet port with the valve open. c. Draw a vacuum to ten (10) inches of Hg and close the valve. B. The test shall pass if the vacuum remains at ten (10) inches of Hg or drops to nine inches of Hg in a time greater than one minute. If the manhole fails the initial test, the Contractor shall locate the leak and make proper repairs. Leaks may be filled with a wet slurry of accepted quick setting material. 60.16 SEWER SERVICES SDR 35 PVC shall be used for the installation of new sewer services and the relocation or repair of existing sewer services. Head-on connections to the existing service pipe shall be made with "Fernco" or "Calder" type couplings. Tee connections, to reinforced concrete pipe and vitrified clay pipe, and connections to manholes shall be made as specified in Section 60.03. Tee connections to SDR 35 PVC pipe shall be made using an Inserta-tee. 60.17 LINE AND GRADE Unless otherwise specified in the Supplemental Specifications, marks for lines and grades for work to be accomplished under this Division will be supplied by the Engineer on offset reference points. The Contractor will also be supplied with bench marks within the work area, so that he/she may be able to establish grade, by this method. Marks and points established by the Engineer shall be carefully preserved. Replacement of any marks or points established by the Engineer will be done at the expense of the Contractor if such replacement is necessary due to the Contractor's negligence. 60-11 ---PAGE BREAK--- 60.18 ABANDONMENT OF SEWERS Abandonment in-place of existing sewer mains, abandonment using flowable fill (see materials specification 50.19) will be at locations identified on the design plans. 60.19 METHOD OF MEASUREMENT A. Sewer and Drain Pipe: The quantity of pipe for which payment shall be made will be the actual number of linear feet of pipe installed, measured in place. B. Underdrain: The quantity of underdrain to be included for payment will be the length, in linear feet, installed and measured in place. C. Manholes: Manholes shall be paid for on a lump sum basis for each basin. D. Catch Basins: Catch basins shall be paid for on a lump sum basis for each basin. E. Abandonment of Sewer: Shall be paid for on a lump sum basis. 60.20 BASIS OF PAYMENT A. Sewer and Drain Pipe: The accepted quantities of pipe for main, services, and catch basin leads shall be paid for, per linear foot, at the Contract unit prices, for the various sizes of pipe. The price shall include all materials, equipment, and labor necessary for excavation (except structural rock excavation), installation of pipe, bedding and cover backfill, and anything else incidental to the proper completion of the work, as specified herein. B. Underdrain: The accepted quantities of underdrain will be paid for at the Contract unit price per linear foot of each type and size specified, complete in place The price will be for all equipment, labor, and materials necessary to satisfactorily install underdrain, including excavation, bedding, pipe cover, and backfill. C. Manholes: The accepted quantities of manholes shall be paid for at the lump sum Contract unit price. The price shall be for all material, equipment, and labor necessary to furnish and install the manhole, including excavation (except structural rock excavation), bedding, connecting sewer pipes to manhole, all concrete work, backfill, all masonry work for inverts and frames, installation of frames and covers, adjusting frames to grade, testing, and anything else incidental to the proper completion of the work, as specified herein. D. Catch Basins: The accepted quantities of catch basins shall be paid for at the lump sum Contract unit price. The price shall be for all material, equipment, and labor necessary to furnish and install the catch basin and lead, including excavation for the catch basin and lead, crushed rock bedding and gravel or crushed rock cover for lead, gravel or crushed rock bedding for the catch basin backfill, furnishing and installing frames and grates, snouts, and anything else incidental to the proper completion of the work, as specified herein. 60-12 ---PAGE BREAK--- 60-13 E. Abandonment of Sewer: The price shall be lump sum for all materials, equipment and labor necessary to plug and abandon sewer pipe with flowable concrete fill. End of Section ---PAGE BREAK--- 70-1 DIVISION 70 WATER LINES STANDARD SPECIFICATIONS PAGE NO. 70.01 Scope 70-2 70.02 References 70-2 70.03 Materials 70-2 70.04 City Work 70-3 70.05 Pipe Installation 70-3 70.06 Gate and Hydrant Installation 70-4 70.07 Anchorage 70-5 70.08 Service Connections 70-5 70.09 Sterilization 70-6 70.10 Hydrostatic Test 70-7 70.11 Method of Measurement 70-7 70.12 Basis of Payment 70-8 ---PAGE BREAK--- 70-2 DIVISION 70 WATER LINES STANDARD SPECIFICATIONS 70.01 SCOPE This division shall govern the installation of waterlines, including pipe, fittings, hydrants, chlorination, and hydrostatic testing. 70.02 REFERENCES Not used. Related Specifications Division 40 Structural Earthwork 70.03 MATERIALS Pipe shall be ductile cast iron push-on pipe. Fittings and gates shall be cast iron, mechanical joints. Unless otherwise specified in the Supplemental Specifications, the City of Lewiston Water Division shall supply the materials necessary to install the water line (except bedding, cover, select backfill, and road gravel), including pipe, fittings, gates, hydrants, plugs, air vents, special fittings, complete domestic service connections, complete sprinkler service connections, and other related materials. Truck loads lots of pipe supplied by the Water Division shall be delivered to the job site. Other materials supplied by the Water Division shall be picked up by the Contractor at Public Works storage areas. The Contractor shall become responsible for all materials, furnished by him/her or by the Water Division, at time of delivery. Materials supplied by the Water Division and already on the job site shall become the Contractor's responsibility on the day of the award of the Contract. Any materials found damaged or defective after delivery shall be replaced or repaired, as directed by the Engineer, at the Contractor's expense. The Contractor shall make judicious use of all materials supplied to him/her by the Water Division. The Contractor shall make every effort to use all cut pieces of pipe. Indiscriminate cutting of pipe to facilitate connections will not be allowed. If, in the opinion of the Water Division Superintendent, judicious use of the pipe was not made, the wasted pipe shall be paid for by the Contractor. The Contractor shall return all materials and/or equipment, supplied by the Water Division in clean and good working condition. Any such materials lost or damaged shall ---PAGE BREAK--- 70-3 be replaced or repaired by the Contractor at his/her expense. Usable gate boxes and old hydrants shall be returned to the City Yard, on Adams Avenue, by the Contractor 70.04 CITY WORK A. Tapping Sleeve Installation. The City of Lewiston will furnish and operate the tapping machine for taps up to eight inches (except domestic service taps) at no cost to the Contractor. The Contractor shall install the tapping sleeves and gates and provide equipment for handling the tapping machine. The excavation shall be of adequate width for installing and operating the tapping machine. The Contractor shall be responsible for making all taps larger than eight inches, and shall notify the Water Division at least twenty-four (24) hours prior to any taps to be made. B. Gate Operation. The City will operate all City owned gate valves and hydrants. The Contractor shall notify the Water Department twenty-four (24) hours prior to any required gate valve or hydrant operations. 70.05 PIPE INSTALLATION All pipes and fittings shall be inspected, prior to being lowered into the trench, for cracks and other defects. Defective materials shall be laid aside for inspection by the Engineer. New water lines shall be installed to a depth of five and one half (5 1/2') feet below finish grade to the top of the pipe, unless otherwise shown on the Plans, or directed by the Engineer. Contractor shall install main at crossing so that it does not conflict with the proposed sewer and stormdrain. After the trench has been excavated and bedding installed, as specified in Division 40, the Contractor shall install the pipe in the trench with the bell end always in the direction that the pipe is being laid. Care shall be taken to keep the pipe clean, especially the bell and spigot end of the pipe. Water in the trench shall not be allowed to enter the pipe at anytime. When pipe laying is not in progress, the open end of the pipe shall be closed with a watertight plug. If sufficient means are not available to keep water from going into the open end of the pipe during laying operations, work shall stop, and a plug put in the end of the line, until the Contractor provides adequate means of keeping the trench dry. All pipe cutting shall be done by the Contractor. The pipe shall be cut in such a manner so as to not damage the pipe or lining, and the cut edges shall be smooth and at right angles to the axis of the pipe. Connections of existing water lines, on side streets, to the new main shall not be done by the use of special fittings unless approved by the Engineer, or shown on the Plans. When so directed by the Engineer, changes in line or grade may be made by use of appropriate fittings. All fittings will be furnished by the City and shall be installed by the Contractor. The cost of installing the pipe shall include the installation of all fittings. ---PAGE BREAK--- 70-4 Wherever it is necessary to deflect the pipe from a straight line, either in the vertical or horizontal plane, to avoid obstructions, or to plumb valve stems, or where long radius curves are permitted, the amount of deflection shall not exceed that which is recommended by the pipe manufacturer. The Contractor shall excavate far enough in advance of the work of preparing pipe foundations and the laying of pipe so that the Engineer may determine if any utility or service interferes with the line or grade of the work. If the Engineer determines that any interfering utility or service cannot be moved, the Contractor shall lower the proposed grade of the work by excavating deeper, or raise the grade by adding foundation materials, or change line of the work as directed by the Engineer. Rock excavation will be paid for as specified in these Specifications. Changes in line or grade of the work shall be considered as incidental to the Project. 70.06 GATE AND HYDRANT INSTALLATION Gates and hydrants shall be installed substantially as shown on the Plans. Main line gates shall be located as close to property line projections as possible. Hydrant gates shall be rodded to the main with the hydrant rodded to the gate. If hydrant is more than five feet from gate, but less than one pipe length, retainer glands shall be used to anchor the hydrant. If the hydrant is more than one length, each pipe joint shall be anchored, using socket clamps, retainer glands and rods. A gate box shall be provided for every valve over two inches and every air vent. The gate box shall not transmit shock or stress to the valve, with the box clean, and the cover flush with the finish grade of the street. Hydrant locations shall be shown on the Plans; however, the actual location shall be determined in the field, by the Engineer, at the time of construction. When placed behind the curb, the hydrant barrel shall be set so that no portion of the pumper or hose nozzle cap will be less than six inches, nor more than twelve (12") inches, from the gutter face of the curb. When set in the lawn space between the curb and the sidewalk, or between the sidewalk and the property line, no portion of the hydrant or nozzle cap shall be within six inches of the sidewalk. The hydrant shall be set vertically so that the center of the break flange shall be two inches from finish grade of the ground and the center of the pumper nozzle shall be eighteen (18") inches from finish grade of the ground. If the existing water line or hydrant lead is deeper than five and one half (5 1/2) feet and the new hydrant cannot be adjusted to grade, the Contractor shall install an extension on the hydrant barrel to bring the new hydrant to the grade as directed by the Engineer. After the location of the hydrant is given, in the field, the Contractor shall be responsible for setting the hydrant in the proper location as specified. ---PAGE BREAK--- 70-5 70.07 ANCHORAGE All fittings and gates subject to being blown off the line, shall be anchored as specified herein, or as ordered by the Engineer. Fittings laid in a horizontal plane shall be anchored by the use of a Portland cement concrete reaction block, as shown on the Plans. This block shall extend the vertical face of the undisturbed sides of the trench or, if this is not possible, shall be constructed in a shape and manner satisfactory to the Engineer. All concrete shall have a compressive strength of not less than one thousand five hundred (1,500) pounds per square inch at twenty-eight (28) days. Fittings laid in a vertical plane shall be anchored by the use of retainer glands and/or tie rods. If the pipe is used as an anchor and is along the same axis as the fitting being anchored, the pipe shall be anchored using socket clamps, retainer glands, and rods. 70.08 SERVICE CONNECTIONS Sprinkler services and domestic water services shall be installed in conformity with these Standard Specifications. New domestic services shall be Type K flexible copper tubing. Existing sprinkler services shall be disconnected from the old main and reconnected to the new main, as shown on the Plans. Existing domestic copper water services which cross the new main shall be cut off and connected to the new main. Other copper services shall be disconnected from the corporation on the old main and extended with copper to the new main. Brass and galvanized iron or black iron services shall be replaced by the Contractor from the property line of the street to the new main. The Contractor shall connect the new service to the existing service at the property line, including new curb stop. The Contractor shall make all taps for domestic water services. The City reserves the right to determine the size of the pipe to be used for the installation of services. Usually, they will be 3/4" copper for residential buildings. 70.09 STERILIZATION Before being placed in service, the entire water line shall be chlorinated by the Contractor. The Contractor's method of chlorination shall be approved, by the Engineer, prior to installing the water line. To insure that adequate disinfection takes place, the Contractor shall take proper precautions to insure that pipe interiors, fittings, and valves do not become contaminated with dirt and foreign material during construction. If dirt or foreign material enters the pipe, valves or fittings prior to installation, and in the opinion of the Engineer, will not be removed by the flushing operation, the pipe, valves and fittings will be cleaned and swabbed, as necessary, with a 5% hypochlorite disinfecting solution. ---PAGE BREAK--- 70-6 The entire water main shall be flushed for at least twenty-four (24) hours prior to chlorination, to remove air and dirt which may have entered the water main. The Contractor shall bleed air from the line through hydrants, air vents, where called for on the Plans, or temporary corporations installed at high points (temporary corporations shall be removed and plugged by the Contractor after they are no longer needed). Temporary fittings for bleeding and flushing shall be supplied by the Water Division. The Contractor shall supply necessary hoses for disposal of water from bleeding and flushing operations. Sites for flushing and velocities used shall be approved by the Engineer. The Contractor shall supply a minimum thirty (30) gallon barrel, so that the Engineer may measure the velocity in the main during flushing. Minimum velocity in the main shall be two feet per second. After flushing and bleeding operations are complete, the water main shall be shut down in a manner that does not allow air or dirt to re-enter the line. Chlorine may be applied by the following methods: calcium hypochlorite water mixture, sodium hypochlorite solution, liquid chlorine gas-water mixture, or direct chlorine gas feed. The last two methods will be used only with the direct approval of the Water Division Superintendent. The chlorinating agent shall be injected at the beginning of the section of water main, adjacent to the feeder connection, by means of a corporation, hydrant, or other means, insuring treatment of the entire line. Water shall be fed slowly into the new line with chlorine injected simultaneously at a rate to produce a minimum dosage of 50 ppm. During the chlorination procedure, hydrants and gates shall be opened to effect chlorination of appurtenances. The chlorine concentration shall be monitored at the flushing point and when an allowable concentration is reached, the system shall be shut down, with the gate at the flushing end being closed ahead of the gate at the feeder end. A residual of not less than twenty-five (25) ppm shall be produced in all parts of the main, after a twenty-four (24) hour period. If the minimum is not met, the Contractor shall be required to re-chlorinate the line at his own expense. After the water main has been effectively chlorinated, the line shall be flushed of the heavily chlorinated water until the chlorine concentration is no higher than that prevailing in the distribution system. Sections of main left out, for connection to existing systems shall be swabbed with a 5% solution of hypochlorite solution prior to installation. ---PAGE BREAK--- 70-7 70.10 HYDROSTATIC TEST After the water main has been chlorinated, the Contractor shall pressure test the new main to determine if there are any leaks. The Contractor shall supply the testing equipment, and conduct the test. The Water Division shall operate all gates to be tested and the Contractor shall make sure that all air has been expelled from the main at high points, cross connections, and hydrant leads. Hydrant gates shall be left open so that the hydrant lead shall be tested up to the hydrant seat. The Engineer shall be present to monitor the test. The Contractor shall connect the testing equipment to the new main and slowly bring the pressure up to one hundred fifty (150) psi and allow the pressure to stabilize for several minutes. The initial elevation of water in the reservoir barrel shall be measured. The duration of the test shall be thirty (30) minutes and a final elevation of water in the reservoir barrel shall be measured. The difference in the two measurements is the actual leakage. Allowable leakage shall not exceed 75 gpd/in/dia/mile of pipe. If the test does not meet the requirements set forth, the Contractor shall find and correct the problem. The new main, or section thereof, shall be re-tested until the allowable leakage is obtained. All this shall be done at the Contractor's expense. If the new water line is contaminated during the pressure test, the Contractor shall re-chlorinate the section of contaminated line at his/her own expense. 70.11 METHOD OF MEASUREMENT A. Watermain: The quantity of watermain for which payment shall be made shall be measured by the linear foot complete in place. B. Water Services: The quantity of water services to be relocated for which payments shall be made shall be measured by EACH complete in place. Payment shall not be made for services that can be deflected out of the way of the proposed work without the need for additional materials. C. Relocate Water Services-(LF): For relocation water services not scheduled to be replaced under this contract. D. Temp Water: Temporary Water shall be measured by the lump sum. 70.12 BASIS OF PAYMENT A. Watermain: The quantity of watermain shall be paid for at the contract unit price per linear foot. The price shall be for all materials, labor and equipment (except that furnished by the Water Division), necessary to relocate the watermain, including pavement cutting, excavation (except structural rock excavation), installing fittings and valves, connecting to existing mains, flushing, testing, ---PAGE BREAK--- 70-8 abandoning old mains, backfill, bedding, anchorage, and anything else incidental to the proper completion of the work, as specified. B. Water Services: The quantity of water services shall be paid for at the contract unit price per EACH service. The price shall be for all materials, labor and equipment (except that furnished by the Water Division), necessary to install the service including pavement cutting, excavation (except structural rock excavation), backfill, bedding, anchorage, tapping the main, installing the new curb stop, connecting to the existing service at the property line and anything else incidental to the proper completion of the work, as specified. C. Relocate Water Services: The accepted quantity of relocated water services shall be paid for at the contractor unit price per linear foot. The price shall be for all materials, labor, and equipment (except furnished by the Water Division), necessary to relocate the service including pavement cutting, excavation (except structural rock excavation), backfilling, bedding, anchorage, connections to the existing service, and anything else necessary to the proper completion of the work and specified. D. Temp Water: Temporary watermain shall be paid for at the contract unit price per lump sum, price shall include supplying, installing disinfecting and testing the temporary watermain and connecting all services at the curb stops, and anything else incidental to the proper completion of the work. End of Section ---PAGE BREAK--- 80-1 DIVISION 80 PAVING STANDARD SPECIFICATIONS Content PAGE NO 80.01 Scope 80-2 80.02 Pavements 80-2 80.03 Paving Requirements 80-3 80.04 Utilities 80-4 80.05 Bituminous Tack Coat 80-4 80.06 Traffic Control 80-4 80.07 Weighing and Delivery Slips 80-4 80.08 Weather Conditions 80-5 80.09 Saturday Work 80-5 80.10 Plant Inspection 80-5 80.11 Grades 80-5 80.12 Modification of Mixture 80-6 80.13 Job Mix Formula 80-6 80.14 Paving Operations 80-6 80.15 HMA Temperature Requirements 80-7 80.16 Paving Equipment 80-7 80.17 Bituminous Paver 80-7 80.18 Compaction Equipment 80-7 80.19 Spreading and Finishing 80-8 80.20 80-8 80.21 Joints 80-9 80.22 Requirements for Mixing Plant, Transportation, Placing and Compaction Equipment 80-9 80.23 Temporary Pavement Markings 80-9 80.24 Acceptance, Quality Control & Quality Assurance 80-10 80.25 Rejection by the Engineer or Paving Manager 80-11 80.26 Method of Measurement 80-12 80.27 Basis of Payment 80-12 ---PAGE BREAK--- 80-2 DIVISION 80 PAVING STANDARD SPECIFICATIONS 80.01 SCOPE This division shall govern the paving of existing City streets, proposed City streets, sidewalks, parking lots and utility trench paving as designated. The work shall consist of furnishing and placing one or more courses of Maine Department of Transportation (MaineDOT) approved Hot Mix Asphalt (HMA) pavement on paved or gravel streets properly prepared for paving. The finished product shall conform to all required grades, thickness and slopes as required to maintain proper drainage and safe passage of motor vehicles. All work shall comply with the Contract documents, project plans and the latest City and MaineDOT Standard Specifications. All HMA provided by the Contractor shall be designed, tested and in accordance with AASHTO R35 procedures, MaineDOT Standard Specifications, Section, 106, 401, and 403 except as specified, modified or excluded by these Contract Documents. The provisions of the most current MaineDOT Standard Specifications for Quality Control and Acceptance shall not specifically apply to this work. 80.02 PAVEMENTS The types of paving shall consist of: A. Re-surfacing: Re-surfacing shall consist of placing a new wearing surface over a prepared bituminous surface. The Engineer or Paving Manager will specify the use of a Me DOT approved HMA Pavement, 12.5mm, 9.5mm fine, and 9.5mm coarse. Where existing pavement is removed, section 80.02C shall apply. B. Maintenance Paving: Maintenance paving shall consist of the correction of surface defects in the travel way by placing a leveling course and new wearing surface using HMA Pavement. This will normally be 9.5mm, either fine or coarse grade. The Engineer or Paving Manager may specify a 50 or 75 gyration mix design for maintenance paving. C. Paving of Gravel or Reclaimed Streets: Paving of gravel or reclaimed streets shall consist of placing binder and surface courses of pavement using 19mm, 12.5mm, 9.5mm coarse, or 9.5mm fine as directed by the Engineer or Paving Manager. The Engineer or Paving Manager shall approve any revisions to the compacted thickness, number of courses or type of mix noted in the paving schedule. D. Bituminous Curbing: The installation and materials provided shall be in accordance with the most current MaineDOT Standard Specifications. Polyester ---PAGE BREAK--- 80-3 fibers shall be uniformly incorporated into the dry mix. The Engineer or the Paving Manager will specify the type of mold and the location where the curbing shall be placed. The curb may be accepted or rejected based on appearance, texture or alignment. It shall be the Contractor’s responsibility to protect and maintain the curb until the project is completed and accepted. All curb determined by the Engineer or Paving Manager to be unacceptable shall be removed and replaced at the Contractor’s expense. 80.03 PAVING REQUIREMENTS 1. Paved Streets: The Contractor shall be responsible for thoroughly cleaning of all holes, cracks, or loose unstable material from the existing surface to be worked. Any area to be patched or to receive a leveling course shall have an approved bituminous tack material applied to the entire paved surface to be covered and all edges prior to patching or paving. Paving preparation shall be by hand for small areas with minor pavement defects. Larger areas with more severe pavement deterioration may be prepared by a leveling course placed mechanically using paving equipment. All patching material or leveling courses shall be thoroughly compacted using hand tampers or rollers as specified by the City Engineer or Paving Manager. The Contractor shall be responsible for providing any hand or mechanical sweeping prior to patching, placing a leveling course or resurfacing of the work area. The Contractor shall be responsible for the removal of any material not removed by the sweeping equipment. No direct payment for surface preparation will be made. The cost of all such work shall be included in the unit price for leveling course. In all cases, the preparation of existing surfaces shall comply with the most current Me DOT Standard Specification section 401.11. 2. Gravel Streets: The Contractor shall grade and compact gravel streets to their proper finished grade and cross-section. The Contractor shall rework any streets made necessary by bad weather or any other conditions prior to paving, at no extra cost to the City. The Contractor shall be responsible for raising utility structures and utility control devices such as gate valves to proper grade prior to, or during the placement of each course of pavement. The Paving Manager and the responsible Highway District Manager will inspect the project prior to paving to ensure it is properly prepared prior to the Contractor starting work. The City reserves the right to test the compaction or check the grade of the gravel base at any location or time prior to paving operations. The Contractor shall comply with the most current MaineDOT Standard Specification section 304.01 to 304.05 where applicable. 3. Driveways or Side Streets: If the existing pavement on the driveway or side street is in good condition the Contractor may be allowed to grind a butt joint, a specified distance into the Side Street or driveway. The old driveway or side street surface shall then be overlaid to match the new street pavement. The City Engineer or Paving Manager shall specify the method of construction. ---PAGE BREAK--- 80-4 If the existing driveway or side street pavement is in poor condition, the Contractor shall cut and remove the deteriorated asphalt pavement from any intersecting streets, driveways, or parking lots, etc. a distance to be specified by the Engineer or Paving Manager. The Contractor shall then repave the intersecting areas to match the newly paved City Streets maintaining proper drainage, using the number of courses and type of HMA pavement specified by the Engineer or Paving Manager. 80.04 UTILITIES The City or the respective utility owner will adjust structures to proper grade at no expense to the Contractor, except for new utilities installed by the Contractor which will be adjusted by the Contractor. The Contractor will be required to allow sufficient time for the City and others to raise their utilities before applying the next course of pavement. The Contractor will be responsible for the cost of repairing any damage caused by him/her to any of these structures after the locations have been marked. 80.05 BITUMINOUS TACK COAT A bituminous tack coat shall be applied to existing pavement prior to placing an overlay or a leveling course. A tack coat shall be required between any newly installed leveling course and a new surface course even if both are placed in the same working day. The Engineer or Paving Manager shall specify when a tack coat may not be required. The installation shall be as per the most recent MaineDOT Standard Specifications or as directed by the Engineer. A tack coat shall cover 100% of an existing pavement to be resurfaced at a rate of .01 to 0.3 gal/sq. yd. The distributor truck shall be capable of applying bituminous material uniformly at various widths and maintained in a leak free condition. The type and grade of bituminous material shall be submitted to the Engineer at the pre-construction meeting for review and approval. Payment for the application of tack shall be incidental to paving. 80.06 TRAFFIC CONTROL Attention is called to Section 30.05 of the Specifications, “Maintenance of Traffic” for specific traffic control requirements. The Contractor shall submit a traffic control plan to the Department of Public Works for review and approval. Completely closing traffic lanes will not be permitted except under special permission from the Public Works Director and the Police Department. Access to driveways on all streets shall be reasonably maintained. 80.07 WEIGHING AND DELIVERY SLIPS The truck platform weighing system and truck delivery slips shall be in compliance with the requirements of the most recent Me DOT Standard Specification 401.073. 80.08 WEATHER CONDITIONS No paving will be allowed under the following conditions: ---PAGE BREAK--- 80-5 A. When the existing surface to be paved is wet and appears to glisten. In the event showers occur during the paving operations, the Contractor may be allowed to use whatever mix is in transit up to a maximum of three haul units at the time the shower begins at his/her own risk. The Contractor shall dispose of all material that becomes unusable due to weather conditions. B. When the air temperature in the shade at the work area is less than forty degrees Fahrenheit (40 or the area to be paved is frozen. C. When the Engineer or Paving Manager feel that the weather or surface conditions prevent the proper handling, placing and finishing of the HMA. D. Base and surface courses shall not be placed earlier or later than the dates, or minimum temperatures specified in the most recent Me DOT Standard Specifications. The Engineer may authorize construction with HMA pavements at lower atmospheric temperatures than those specified, or extend the paving dates of the paving season if it is in the best interests of the City to complete a project. 80.09 SATURDAY WORK When the Contractor elects to work on Saturday, he/she must obtain the approval of the City Engineer or the Paving Manager the day prior to the planned work (Friday). If Friday is a holiday, the approval must be obtained by 8 A.M. Thursday. 80.10 PLANT INSPECTION The City shall perform any plant inspection and testing it deems necessary during the progress of the work. Such plant inspection and testing will be performed in accordance with these Specifications at no expense to the Contractor. The Contractor shall insure that the plant calibration is within City specifications at the start of any new non continuous paving operation. The Contractor’s Quality Control Plan (QCP) Administrator shall submit new plant mix test results as necessary to satisfy the City that the plant calibration has not changed since the last paving project for the City of Lewiston. 80.11 GRADES The use of grade marks or grade lines will not be required except where indicated by the Engineer or Paving Manager. If the Engineer or Paving Manager deems that grades are necessary to establish proper profile or cross section, he/she will establish and mark such grades and the Contractor shall be responsible for operating his/her equipment to accomplish the work to the exact line and grades so established. ---PAGE BREAK--- 80-6 80.12 MODIFICATION OF MIXTURE Modifications in the gradation of the aggregate and/or the per cent of bitumen in the various mixes may be made to obtain optimum placing and finishing characteristics. Any mix used on a City project shall be a current MaineDOT approved job mix formula. The Engineer or Paving Manager shall approve the new mix design prior to use on any City project. Modifications approved or directed by the City will be made at no change in the unit prices stated in the Contract. 80.13 JOB-MIX FORMULA The Contractor shall submit, for the Engineer or Paving Manager’s approval, a job-mix formula for each mixture to be supplied to the Project for each plant from which the HMA shall be provided. The job-mix formula shall be an MaineDOT approved mix in compliance with all requirements and specifications listed in the most current MaineDOT Standard Specification Section 401. The Contractor shall submit for approval, a new job-mix formula each time a change in aggregate source or a change in Performance Graded Asphalt Binder (PGAB) is proposed. When unsatisfactory results or other conditions make it necessary, the City Engineer or Paving Manager may request a new job-mix formula. 80.14 PAVING OPERATIONS The Contractor shall perform the work of placing the HMA so that the full width of the street is paved at the end of each day of operation with no exposed longitudinal joints in excess of ten (10) feet in length. Where curb is in place and a reasonable gutter cross section and grade exists, the Contractor will be required to extend the new pavement to the existing curb. The Contractor shall pave the approaches of side streets as directed by the Engineer or Paving Manager. The finished appearance of the surface shall be uniform and smooth. Any mixture that becomes loose, broken, contaminated with gravel, excessively segregated, or in any way defective, shall be removed at the expense of the Contractor and replaced with fresh, hot material which shall be immediately compacted to conform to the surrounding area. Any area containing an excess of bitumen causing the surface to be tacky or "bleed" shall be removed and replaced at the Contractor’s expense. The Contractor shall be responsible for the quality of materials and workmanship. The Contractor shall completely remove and replace any material displaying evidence of poor quality or substandard workmanship within 1 year from the date of acceptance at no cost to the City. 80.15 HMA TEMPERATURE REQUIREMENTS The allowable temperature range for HMA in the truck at the mixing plant or at the paver shall be 275 to 325 degrees F or the most recent MaineDOT section 401.04 shall govern. HMA found outside of this temperature range and not in compliance with MaineDOT Specifications shall not be used on this project. ---PAGE BREAK--- 80-7 80.16 PAVING EQUIPMENT Any piece of equipment that breaks down or proves faulty shall be repaired or replaced before the start of the next work day. In no case shall equipment continue in use if it is incapable of producing a bituminous mat that is acceptable to the engineer. 80.17 BITUMINOUS PAVER Pavers used on City projects shall be of highway class, self contained and self propelled. Pavers shall be capable of placing HMA pavement over the full width of the mainline travel way with a minimum eight foot main screed with power activated extensions. Pavers shall be in compliance with the latest City and Me DOT Standard Specifications. The Engineer or Paving Manager may approve the use of smaller pavers on smaller projects such as small parking lots or some trench paving. The Engineer or Paving Manager may require a paver designed specifically for sidewalks when deemed necessary. When HMA pavement is placed on major arterials, or when directed by the Engineer, the Contractor shall use a paver equipped with automatic grade or slope controlled screed. The controls shall automatically adjust the screed to increase or decrease the mat thickness to compensate for irregularities in the preceding course. The Contractor shall operate the paver producing straight passes when possible and a visually uniform wear surface in compliance with City and the most current MaineDOT Standard Specifications. Pavers shall be at the project site before the start of paving operations to be inspected and approved. Any paver found worn or defective either before or during its use shall be replaced or repaired to the satisfaction of the Engineer or the Paving Manager. 80.18 COMPACTION EQUIPMENT The compaction equipment used on City projects shall be in full compliance with the most current Me DOT Standard Specification. The following minimum requirements shall be complied with: A. Three rollers are required on each project; one ten ton vibratory steel drum roller shall be used for break down rolling. A 16 ton pneumatic tire roller shall be used as an intermediate roller, and a second ten ton vibratory steel drum roller shall be used for finish rolling. B. On some jobs the use of a minimum ten ton oscillatory roller may be specified C. When paving on smaller projects or sidewalks a smaller roller properly sized for the type of work shall be provided and used. D. Any method of compaction that results in cracking, checking, or fails to meet the City’s minimum density requirements, shall be discontinued and corrective action taken. ---PAGE BREAK--- 80-8 80.19 SPREADING AND FINISHING The mixture shall be laid upon an approved surface, spread and struck off to the grade, elevation and slope established. During placing operations, pavers shall be operated at a speed so as to provide as continuous as possible placement of the HMA. On small areas, or where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impossible, the HMA shall be spread, raked and luted with hand tools to the required compacted thickness and grade. HMA shall not be dumped from the truck body or elevated tractor bucket directly onto the ground. It shall be dumped from the truck into wheel barrows and transferred to the desired location and finished as specified above. When production of the mixture can be maintained and when practical, pavers may be used in echelon to place the surface course in adjacent lanes. On roads opened to two- way traffic, the placement of each course shall be completed over the full width of the travel way section being paved on each day’s work unless otherwise approved. 80.20 COMPACTION HMA placed on City projects shall immediately be compacted in a method complying with the requirements listed in the most current MaineDOT Standard Specification section 401.16. Care shall be exercised in rolling not to displace the line and grade of the edges of the bituminous mixture. Any new pavement that shows obvious cracking, checking, or other defect shall be removed and replaced as directed by the Engineer or the Paving Manager at no cost to the City. To prevent adhesion of the mixture to the roller the drum or tire shall be kept properly moistened with water or water mixed with very small quantities of detergent or other approved release agent. The use of fuel oil or other petroleum based release agents shall not be permitted. Along forms, curbs, headers, catch basins, walls, and other places not accessible to the rollers, the mixture shall be thoroughly compacted with mechanical vibrating compactors. Hand tamping will be permitted only for areas inaccessible to other compaction equipment. On depressed areas, a trench roller may be used or cleated compression strips may be used under the roller to transmit compression to the depressed area. Excess paving material shall be cleaned from manhole covers and storm drain grating. 80.21 JOINTS Joints shall be constructed in a manner complying with the requirements listed in the most current MaineDOT Standard Specification. The paver shall always maintain a uniform head of HMA during the joint construction. Transverse joints of the wearing course shall be straight and neatly trimmed. The edge of the mat shall be constructed vertical and rollers or traffic shall not pass over the unprotected edge of the freshly laid ---PAGE BREAK--- 80-9 mixture unless authorized by the Engineer or Paving Manager. Feather joints will not normally be permitted without the permission of the Engineer or the Paving Manager. The Contractor shall apply a uniform coating of bituminous tack to the vertical face of all joints immediately before placing the adjacent mat. The Contractor shall use an approved spray apparatus designed for covering a narrow surface. Application of this material by a brush may be approved for small surfaces, or in the event of a malfunction of the spray apparatus, but for a period of not more than one working day. 80.22 REQUIREMENTS FOR MIXING PLANT, TRANSPORTATION, PLACING AND COMPACTING EQUIPMENT The Contractor’s plant used to produce the HMA to be furnished under this Contract shall be certified by the MaineDOT. By certified, it is meant that the plant producing the HMA pavement material is acceptable for use on MaineDOT bituminous paving projects. The plant shall be capable of heating and drying the aggregate and producing a uniformly mixed material containing an accurately measured amount of bitumen. The Contractor’s plant, transportation, paving and compacting equipment shall be capable of producing, transporting and placing a minimum 700 tons of HMA in a normal 8 hour work day. All paving equipment utilized in material production, transportation or lay down shall comply with the most current MaineDOT standard specifications and approved by the Engineer or Paving Manager. Trucks used to transport HMA shall comply with the requirements of the most current Me DOT Standard Specification. All truck bodies shall have an approved cover and an opening on both sides to accommodate a long stem thermometer. A sufficient number of transport trucks shall be assigned the project to prevent the paver from waiting no more than 30 minutes before the arrival of the next loaded truck. In colder weather due to cooling of the HMA, a shorter wait shall be required. Proposals not meeting the above requirements will be considered non-responsive. 80.23 TEMPORARY PAVEMENT MARKINGS The Contractor shall be responsible for placing temporary pavement marking for bi- directional centerline and same direction lane marking after paving major arterial or collector streets. All temporary street markings shall comply with the MUTCD and the most current Me DOT Standard Specifications. The cost of Temporary Pavement Marking is incidental to the cost of paving. No direct payment will be made. 80.24 ACCEPTANCE, QUALITY CONTROL & QUALITY ASSURANCE A. The Contractor shall operate in accordance with a Quality Control Plan (QCP). The Contractor shall submit a written QCP to the City Paving Manager at the prepave conference. No work shall be performed until the QCP has been ---PAGE BREAK--- 80-10 approved. The QCP shall ensure that all material, equipment and procedures meet the requirements of the City and the most current MaineDOT Standard Specifications. The QCP shall detail the coordination of the activities of the Plan Administrator, the PCT and the QCT. The Contractor shall list in the QCP who will act in the above positions. 1. The Plan shall include, but not be limited to the following: a. All job mix formulas approved by Me DOT to be used on the project b. Make and type of pavers c. Make and type of rollers including weight, weight per inch of steel wheels, and average ground contact pressure for pneumatic tire rollers d. Name of QCP Administrator e. Name of Process Control Technician(s) f. Name of Quality Control Technician(s) g. Frequency and tests for Quality Control h. Responsibilities of the onsite Paving Supervisor i. Method of calibration / verification of density gauge j. Hot mix plant details k. A note that all testing will be in accordance with AASHTO and Me DOT/ACM procedures 2. The Plan shall include the following technicians with these minimum qualifications: a. Quality Control Plan (QCP) Administrator – The QCP Administrator shall be fully qualified for this position and a full time employee of the paving contractor, or a consultant to the paving contractor. He/she shall be certified by the New England Transportation Technician Certification Program (NETTCP) for this position. This individual shall meet all requirements of the most current Me DOT Standard Specifications. b. Process Control Technician(s) (PCT) - The PCT shall be assigned to the HMA mixing plant. He/she shall be certified by the NETTCP for this position. This individual shall meet all requirements of the most current Me DOT Standard Specifications. c. Quality Control Technician(s) (QCT) - The QCT shall be fully qualified for this position. He/she shall be certified by the NETTCP for this position. This individual shall meet all requirements of the most current Me DOT Specification. B. HMA pavement shall be sampled, tested and evaluated by the Contractor in accordance with the following minimum quality control frequencies: ---PAGE BREAK--- 80-11 Table 9: MINIMUM QUALITY CONTROL GUIDELINES Test or Action Frequency Test Method Temperature of mix 6 per day at street Temperature of Mat 4 per day Density (Surface) 1 per phase per mix ASTM D2950 Density (Base) 1 per phase per mix AASHTO T269 Fines/Effective Binder 1 per phase per mix AASHTO T312 Gradation 1 per phase per mix AASHTO T30 Asphalt cement content 1 per phase per mix AASHTO T164 Voids at Nd 1 per phase per mix AASHTO T312 Voids in Mineral at Nd 1 per phase per mix AASHTO T312 Rice Specific Gravity 1 per phase per mix AASHTO T209 Coarse Agg Angularity 1 per phase per mix ASTM D5821 Flat/Elongated Particles 1 per phase per mix ASTM D4791 The Contractor shall submit all HMA pavement testing and inspection reports signed by the appropriate technician within five workdays of performing the work. 80.25 REJECTION BY ENGINEER OR PAVING MANAGER For City streets or proposed City streets, the City of Lewiston requires the Contractor, at his/her own expense, to perform density testing by use of a nuclear densometer or by the cutting of a designated number of six inch diameter cores at locations specified by the Engineer or Paving Manager. The City shall specify the method of testing required for a particular project. The City and most current MaineDOT specifications require field density test results to be between 92% and 97%. When the pavement is tested with a nuclear densometer and any of the test results are outside of City/MaineDOT specifications, the City may allow the Contractor to cut, remove and test a designated number of six inch diameter cores. The procedure below shall be followed to determine acceptance anytime core samples have been tested for density. The Contractor shall test the core samples using MaineDOT specifications according to AASHTO T230 procedures. If the density test results fall within the MaineDOT/City specifications, the material shall be accepted. If one of the results is within the MaineDOT/City specifications, and one is outside, the two will be averaged and that value will be used to determine acceptance. If both results fall outside the MaineDOT Specifications, the City may, depending on the test results, negotiate a reduced price for the pavement or require the Contractor to completely remove and replace the pavement with material complying with MaineDOT/City specifications. 80.26 METHOD OF MEASUREMENT A. Hot Mix Asphalt 19.0mm – Hot Mix Asphalt 19.0mm will be measured by the amount of tons delivered, placed and accepted, with no allowance for bituminous material or additives. ---PAGE BREAK--- 80-12 B. Hot Mix Asphalt 12.5mm – Hot Mix Asphalt 12.5mm will be measured by the amount of tons delivered, placed and accepted, with no allowance for bituminous material or additives. C. Hot Mix Asphalt 9.5mm – Hot Mix Asphalt 9.5mm will be measured by the amount of tons delivered, placed and accepted, with no allowance for bituminous material or additives. Hand placed pavement shall only be paid for in driveways, sidewalks, and cross trenches, all other pavement shall be considered machine placed. D. Hot Mix Asphalt Hand Placed- The accepted quantity of Hot Mix Asphalt Hand Placed, shall be paid for at the contract unit price per ton, and shall include all labor, materials and equipment necessary to complete the work. Bituminous Tack coat shall be considered incidental to this pay item 80.27 BASIS OF PAYMENT A. Hot Mix Asphalt 19.0mm – The accepted quantity of Hot Mix Asphalt 19.0mm shall be paid for at the contract unit price per ton, and shall include all labor, materials and equipment necessary to complete the work. Bituminous Tack coat shall be considered incidental to this pay item. B. Hot Mix Asphalt 12.5mm – The accepted quantity of Hot Mix Asphalt 12.5mm shall be paid for at the contract unit price per ton, and shall include all labor, materials and equipment necessary to complete the work. Bituminous Tack coat shall be considered incidental to this pay item. C. Hot Mix Asphalt 9.5mm – The accepted quantity of Hot Mix Asphalt 9.5mm, shall be paid for at the contract unit price per ton, and shall include all labor, materials and equipment necessary to complete the work. Bituminous Tack coat shall be considered incidental to this pay item D. Hot Mix Asphalt Hand Placed- The accepted quantity of Hot Mix Asphalt Hand Placed, shall be paid for at the contract unit price per ton, and shall include all labor, materials and equipment necessary to complete the work. Bituminous Tack coat shall be considered incidental to this pay item End of Section ---PAGE BREAK--- 90-1 DIVISION 90 STREET CONSTRUCTION AND RECONSTRUCTION STANDARD SPECIFICATIONS PAGE NO. 90.01 Scope 90-2 90.02 References 90-2 90.03 Construction Stakes, Lines and Grades 90-2 90.04 Clearing 90-2 90.05 Removing Single Trees & Stumps 90-3 90.06 Common Excavation 90-3 90.07 Granular 90-3 90.08 Rock Excavation 90-4 90.09 Aggregate 90-4 90.10 Altering Existing Catch Basins & Manholes 90-5 90.11 Adjusting Existing Catch Basins & Manholes 90-5 90.12 Removing Existing Manholes or Catchbasins 90-5 90.13 Granite Curbing 90-5 90.14 Resetting Existing Curb 90-5 90.15 Guard Rails 90-5 90.16 Sod 90-6 90.17 Loam, Seed & Mulch 90-6 90.18 Method of Measurement 90-7 90.19 Basis of Payment 90-7 ---PAGE BREAK--- 90-2 DIVISION 90 STREET CONSTRUCTION AND RECONSTRUCTION STANDARD SPECIFICATIONS 90.01 SCOPE This division shall govern the complete and satisfactory construction or reconstruction of streets including: clearing, excavation, embankment construction, installation of gravel base, loaming and seeding of side slopes, and regrading or reconstruction of driveways and side streets as shown on the Plans or as directed by the Engineer. 90.02 REFERENCES This division references the following documents. In their latest revision, they form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. AASHTO T 180 Moisture-Density Relations of Soils using a 4.54-kg (10-lb.) Rammer and a 457-mm (18-in.) Drop Related Specifications Division 50 Materials Division 110 Sidewalk Construction 90.03 CONSTRUCTION STAKES, LINES & GRADES The Engineer, unless otherwise specified in the Supplemental Specifications, will set reference stakes establishing lines and centerline grades on both sides of new roadway. These stakes and marks shall constitute the field control from which the Contractor shall establish other necessary controls and perform the work. The Contractor shall be held responsible for the preservation of all stakes and marks, and if any of the construction stakes or marks have been destroyed or disturbed by the Contractor, the cost of replacing them will be the responsibility of the Contractor. 90.04 CLEARING As indicated on the Plans, or as directed by the Engineer in the field, all trees, down timber, stubs, brush, bushes, shrubs, plants, and debris not designated to remain, shall be removed and disposed of. ---PAGE BREAK--- 90-3 90.05 REMOVING SINGLE TREES & STUMPS When called for on the Plans, or designated by the Engineer, complete removal and disposal of single trees, stumps and stubs shall be required and shall include the backfilling of stump holes. In congested areas and areas where traffic is flowing, special care shall be taken to prevent falling branches and trunks from causing damage or becoming a hazard. Special equipment shall be provided for the prompt removal of obstructions from the roadway. The classified size of the tree trunk shall be the greatest horizontal cross-sectional dimension determined at a height of four and one half (4 ½) ft. above the ground. Trees which have multiple trunks protruding from a single base trunk shall be measured for payment as a single tree. The classified size shall be determined as the diameter of a circular cross-sectional area which shall be equal to the combined cross-sectional areas of the several trunks forming the tree. 90.06 COMMON EXCAVATION Common excavation shall consist of the removal of all material encountered in grading the Project within the limits of construction and in driveways, which is not otherwise classified and paid for. Common excavation shall include the removal and disposal of boulders, solid mortared stone masonry and concrete masonry when each is less than one cubic yard in volume and all soft and disintegrated rock which can be removed with ordinary excavating machinery. It shall include grubbing which consists of the removal and disposal of all stumps, roots, bushes, grass, turf, or other objectionable material not exceeding a depth of two feet below the original ground surface. Excavation adjacent to the roots of trees or shrubs which are to remain, shall be accomplished by hand. Live roots to be removed shall be cut cleanly and approved tree paint applied within twenty-four (24) hours to the cut surfaces remaining. Suitable material taken from excavation shall be used in the formation of embankment, subgrade, and for backfilling as indicated on the Plans, or as directed by the Engineer, except that if the volume of suitable excavated material exceeds that required to construct the embankment to the grades indicated, the excess shall be used to grade the areas of ultimate development, or wasted as directed. 90.07 GRANULAR BORROW Material not classified as excavation which is required to construct embankments and backfill trenches and holes, shall be classified as "Granular Borrow". When material obtained from roadway excavation is, by itself, unsatisfactory for use in the formation of embankments due to excessive moisture content and when it can be rendered satisfactory for such use by combination with granular material, granular borrow may be used in combination with such unsatisfactory material for embankment formation as directed by the Engineer. ---PAGE BREAK--- 90-4 90.08 ROCK EXCAVATION Rock excavation shall consist of the removal of hard igneous, metamorphic, and sedimentary rock which cannot be excavated without blasting or the use of ripping equipment and all boulders, solid mortared stone masonry, concrete masonry, each having a volume of one cubic yard or more. When different unit prices are bid for common excavation and rock excavation, the Contractor will be required to strip earth from the ledge to provide an opportunity for the Engineer to take the necessary measurements. When identical prices are bid for common excavation and rock excavation, the Contractor will not be required to strip the earth from the ledge. For rock back slopes designated to be constructed on a one to one (1:1) slope, the slope shall be uniformly finished to within six inches above or six inches below the lines designated, but in no case shall projections of rock extend over six inches above the actual finished surface of the slope as constructed. 90.09 AGGREGATE This work shall consist of furnishing and placing one or more courses of aggregate on a prepared surface in accordance with the Specifications in reasonably close conformity with the lines, grades, thicknesses, and typical cross-sections, as shown on the Plans or established by the Engineer. Aggregates shall conform to the requirements for aggregate subbase and aggregate base, as specified in Section 50.16 B or C. If the required compacted depth of base course, called for on the Plans, exceeds six inches or subbase course exceeds nine inches, the courses shall be constructed in two or more layers of approximately equal thickness. The maximum completed thickness of any base layer shall not exceed six inches and any subbase layer shall not exceed nine inches. Each layer of aggregate shall be placed over the full width of the section. When existing traffic or other conditions restrict operations over the full width, the Engineer may authorize the Contractor to place less than full width layers. When the Contractor places material to complete the full width, the exposed edge of the previously placed aggregate shall be cleaned of all contamination before additional base or subbase is placed adjacent thereto. The material as spread shall be well mixed with no pockets of either fine or coarse material. Segregation of large or fine particles will not be allowed. Compaction of each layer shall continue until a density of not less than ninety five (95) percent of the maximum density has been achieved for the full width and depth of the layer. The maximum density shall be determined in accordance with AASHTO T-180, Method or The surface and compaction shall be satisfactorily maintained until the pavement course has been placed. The completed surface of the aggregate base course shall be shaped and maintained to a three (3/8) inch tolerance, above or below the required cross-sectional shape. ---PAGE BREAK--- 90-5 90.10 ALTERING EXISTING CATCH BASINS & MANHOLES Existing manholes or catch basins shall be altered to the required grade using existing metal frames and tops. "Altering" shall mean that the upper portion of the structure must be dismantled and rebuilt to grade. All work in this section shall be accomplished with new precast sections. Bricks for topping shall be hard burnt red brick laid radially. See Division 50 for Material Specifications. The quantity of existing manholes or catch basins to be altered, for which payment will be made, will be the actual number of manholes each, altered, as measured in the field. 90.11 ADJUSTING EXISTING CATCH BASINS & MANHOLES Existing manholes or catch basins shall be adjusted to the required grade using existing metal frames and covers. "Adjusting" shall mean raising or lowering to grade by changing the number of courses of brick. See Division 50 for Material Specifications. 90.12 REMOVING EXISTING MANHOLES OR CATCHBASINS Structures designated to be removed or replaced will be paid for under the structure removal item. 90.13 GRANITE CURBING This work shall consist of furnishing and installing curb or edging as described in Divisions 50 and 110, in reasonably close conformity with the lines and grades shown on the Plans or established by the Engineer. 90.14 RESETTING EXISTING CURB This work shall consist of carefully removing and reinstalling curb or edging, as described in Division 110, in reasonably close conformity with the lines and grades shown on the Plans or established by the Engineer. 90.15 GUARDRAILS This work shall consist of the construction of guardrail and guardrail elements in reasonably close conformity with the lines and grades shown on the Plans or established by the Engineer. The type of guardrail to be used in the City is designated in the MDOT Standard Specifications as follows: #3b: Beam type guardrail attached by brackets to steel post, all parts galvanized. Materials shall conform to Division 50 and be as shown on the Standard Detail of the Plans. Posts shall be set plumb in hand-dug or mechanically-dug holes. Steel posts may be driven if suitable driving caps and driving equipment are used to prevent ---PAGE BREAK--- 90-6 battering and distorting. When posts are driven through pavement, the damaged area around the posts shall be repaired with approved bituminous patching. Rail elements and posts shall conform to MDOT Standard Specifications Division 710.04, 710.07, 710.08, and Division 606 "Guardrail". 90.16 SOD The sod shall be placed over loam. The sod shall be moist when laid and shall be placed on a moist soil bed. The sod shall be compacted and bonded to the soil with an approved tamper or light roller. After tamping or rolling, the sod shall present a smooth, even surface free from humps and depressions and true to grade. 90.17 LOAM, SEED & MULCH A. Loam: Loam shall be spread evenly across subsoil to a minimum depth of four inches and compacted with a hand roller weighing not more than one hundred (100) pounds per foot of width. During the rolling, all depressions caused by settlement or rolling shall be fitted with loam and then shall be regraded and rolled until presenting a smooth even finish to the required grade. B. Lime: Lime shall be applied separately at a rate of one hundred (100) pounds per one thousand (1000) square feet. It shall be thoroughly worked into the surface. C. Fertilizer: Commercial fertilizer shall be applied separately at a rate of forty (40) Ibs. per one thousand (1,000) square feet. The fertilizer shall be raked into the top two inches of loam. The fertilizer and liming shall be done in a moist soil condition and at least twenty four (24) hrs. before sowing seed. D. Seed: Grass seed of the required mixture and quality (Division 50.17) shall be sown by a mechanical seeder or other method that will sow the seed uniformly at a required rate of five Ibs. per one thousand (1,000) square feet. Spread seed when soil is moist. Seed shall be raked into the soil to a depth of approximately one eighth (1/8) inch (and no more than one quarter (1/4) inch), and the entire area shall be rolled with a two hundred (200) pound roller and watered with a fine spray. E. Mulch: Mulch shall be spread in a thin uniform layer over the entire seedbed. All disturbed areas left over the winter must be stabilized in accordance with the latest BMP’s and the Contractor’s Soil Erosion Control Plan. 90.18 METHOD OF MEASUREMENT A. Altering Existing Catch Basins & Manholes: The quantity of existing manholes or catch basins to be altered, will be the actual number of manholes, each, which were altered, as measured in the field. ---PAGE BREAK--- 90-7 B. Remove Manhole or Catch Basin: Removing Manholes and catch basins shall be paid for on a lump sum basis for each manhole or catch basin to be removed. Only those structures greater then 10’ from the proposed stormdrain or drainage structures will be paid for. 90.19 BASIS OF PAYMENT A. Altering Existing Catch Basins & Manholes: The quantity of existing catch basins altered, for which payment will be made, will be the actual number of catch basins, each, which were altered, as measured in the field. B. Remove Manhole or Catch Basin: The accepted quantities of removing manholes/catch basins shall be paid for at the lump sum Contract unit price. The price shall be for all material, equipment, and labor necessary to remove the manhole or catch basin as indicated in the plans, including excavation, backfilling with granular material, and anything else incidental to the proper completion of the work, as specified herein. End of Section ---PAGE BREAK--- DIVISION 110 SIDEWALK CONSTRUCTION STANDARD SPECIFICATIONS PAGE NO. 110.01 Scope 110-1 110.02 References 110-1 110.03 Utilities 110-1 110.04 Cutting of Pavement 110-2 110.05 Rock Excavation 110-2 110.06 Materials 110-2 110.07 Curb 110-3 110.08 Hot Bituminous Sidewalk 110-5 110.09 Detectable Warnings (Cast Iron) 110-5 110.10 Method of Measurement 110-6 110.11 Basis of Payment 110-6 110-0 ---PAGE BREAK--- DIVISION 110 SIDEWALK CONSTRUCTION STANDARD SPECIFICATIONS 110.01 SCOPE This division shall govern the construction of sidewalks, including excavation, setting new granite curbing, or resetting existing granite curbing, installing bituminous curb, gravel base, and bituminous sidewalk surface, and performing lawn work and street restoration. 110.02 REFERENCES ASTM D4832 Standard Test Method for Preparing and Testing of Controlled Low Strength Material (CLSM) Test Cylinders Related Divisions: Division 50-Materials Division 90-Street Reconstruction 110.03 UTILITIES The Contractor should be aware that other utility mains and services exist in the work area. Approximate location of these utilities will be marked in the field by the respective utility company. The Contractor will be responsible for determining the exact location and elevation of all utilities and services in the work area. It will be the responsibility of the Contractor to excavate and expose any utility or service, if directed by the Engineer, so that the true elevation of the utility can be accurately determined. The minimum clearance between the new work and any existing utility shall not be less than six inches unless otherwise approved by the Engineer. Any utility main or service damaged by the Contractor will be repaired by the respective utility company at the expense of the Contractor. Any utility, which the Engineer deems necessary to be moved or relocated, shall be moved or relocated by the utility company at no cost to the Contractor. The Contractor shall not have any claim for damages due to delay in his work made necessary by such main or service relocations made by the utility company. Damaged or relaid sewer services shall be repaired by the Contractor with the use of repair couplings and the required size pipe to match existing pipe. All edges of pipe shall be cut square. All repair couplings used shall be approved by the Engineer. 110-1 ---PAGE BREAK--- 110.04 CUTTING OF PAVEMENT When excavations are to be made in paved surfaces, the pavement shall be cut ahead of the excavation by means of power-driven or other suitable tools to provide a clean, uniform edge with minimum disturbance of the remaining pavement. When rock is encountered in the excavation, it shall be uncovered; and after it has been measured by the Engineer, it shall be taken out to a depth of twelve (12) inches below the lowest point of the bottom of the curb, and twenty (20) inches below the finish grade of the sidewalk for the full width of the respective excavation. Only such rock that, in the opinion of the Engineer, requires blasting for its removal will be considered as rock excavation. All solid rock, and detached rock fragments and boulders, measuring in excess of one cubic yard in volume shall be classed as rock excavation and must be removed from the job site and properly disposed of before they will be paid for as rock excavation. No excavated rock, whether classed as rock excavation or not, shall be used for backfill or base material. Gravel used to re-fill the volume of rock removed shall be included in the price for rock excavation. 110.05 ROCK EXCAVATION When rock is encountered in the excavation, it shall be uncovered; and after it has been measured by the Engineer, it shall be taken out to a depth of twelve (12) inches below the lowest point of the bottom of the curb, and twenty (20) inches below the finish grade of the sidewalk for the full width of the respective excavation. Only such rock that, in the opinion of the Engineer, requires blasting for its removal will be considered as rock excavation. All solid rock, and detached rock fragments and boulders measuring in excess of one cubic yard in volume shall be classed as rock excavation and must be removed from the job site and properly disposed of before they will be paid for as rock excavation. No excavated rock, whether classed as rock excavation or not, shall be used for backfill or base material. Gravel used to re-fill the volume of rock removed shall be included in the price for rock excavation. 110.06 MATERIALS A. Aggregate Base Aggregate base for street, curb and sidewalk shall as specified in Division 50.16. B. Hot Mix Asphalt Pavement Hot Mix Asphalt (HMA) shall conform to MaineDOT Standard Specifications, 50 gyration mix. C. Loam, Seed & Mulch Materials-See Division 50, Section 50.17 Installation-See Division 90, Section 90.15 110-2 ---PAGE BREAK--- 110.07 CURB The Contractor shall perform all work and furnish all material, labor and equipment, except as specified in the Supplemental Specifications, Division 10, to complete the whole work as described in these Specifications and as shown on the Plans. This work shall consist of furnishing and installing curb or edging in reasonably close conformity with the lines and grades shown on the Plans or established by the Engineer. A. Granite Curb 1. Materials: See Division 50.16. 2. Installation: Excavate a trench to a grade four inches below the bottom of the curb. Place granite curb to rest on two concrete bricks, or wooden blocks leaving a void of four inches under the curb. Adjust the bricks/blocks so that the curb is within one quarter (1/4) inch of finish alignment and grade. There is no tolerance for the vertical alignment of the curb. Once all of the curbstones have been properly laid in place, a bed of flowable concrete fill is to be poured behind and beneath the curbstones. Chink the front of the curb with lean concrete fill, leaving it down one and a half (1½) inches to allow for the milling. After fill has cured in place, backfill behind the curb with aggregate base, to final grade and compact. The concrete used shall have an aggregate size of three (3/8) inch, and shall have an ultimate compressive strength between 1,000 and 1,500 psi as determined by ASTM D 4832. Slump shall be between eight and ten (10) inches. The Contractor shall submit the mix design at the pre-construction meeting and receive the Engineer’s approval before work shall commence. The concrete shall be discharged directly from the mixer truck into the space to be filled. No compaction or vibration of the material is required. All necessary means to confine the material within the designated space shall be provided. No concrete shall be placed on frozen ground. At the time of placement, the concrete shall have a temperature of at least forty (40) degrees F. When concrete is placed in freezing temperatures, the material shall be covered with blankets overnight. The concrete shall be left undisturbed until the material gains sufficient strength. Bio-Barrier, or approved equal, shall be used at the back of the new curb, at every tree location, to prevent the growth of roots into the street. The 110-3 ---PAGE BREAK--- material shall be installed in accordance with the manufacturer’s recommendations, and as shown in the Standard Details. The nineteen and one half (19 ½) inch wide Bio-Barrier shall be installed in of fifteen (15) feet centered on the root source. Installation of Bio-Barrier or approved equal shall be considered incidental to installation of the curb, and no direct payment shall be made. To accommodate the curb installation, one and one half (1 ½) feet of existing street pavement shall be cut and removed. The Contractor shall provide line and grade for the installation of all curbing on this project. Joint mortar shall be placed in the front and back portions of the joint to prevent any material from filtering through. B. Bituminous Curb 1. Materials-Materials for bituminous curb shall conform to MDOT Standard Specifications, Type 3 Curbing, Section 712.36. 2. Installation-Prior to placing the curb, the foundation course shall be thoroughly cleaned of all foreign and objectionable material by the use of brooms and brushes, combined with washing with water if necessary. String or chalk lines shall be positioned on the prepared base to provide guide lines. The foundation shall be uniformly painted with an asphalt tack coat. The curb shall be placed by means of an approved power-operated extruding machine. A tight bond shall be obtained between the base and the curb. The Engineer may permit the placing of curbing by means other than mechanical curb placing machines when short sections or sections with short radii are required or for such other reasons as may be warranted. The resulting curbing shall conform in all respects to the curbing produced by the machine. Curbing may be accepted or rejected on the basis of appearance in regard to texture and/or alignment. Any damaged curb shall be removed and replaced at the Contractor's expense. C. Resetting Existing Curb The Contractor shall carefully remove and store any curbing specified on the Plans or designated by the Engineer for resetting. Damaged or destroyed curbing, as a result of the Contractor's operations, or because of the failure to store and protect it in a manner that would prevent its loss or damage, shall be replaced with curbing of equal quality at the Contractor's expense. 110-4 ---PAGE BREAK--- Necessary excavation shall be made to the required depth and the base upon which the curb is to be set shall be compacted to a firm, even surface. All soft and unsuitable material shall be removed and replaced with suitable material which shall be thoroughly compacted. The curb shall be set and backfilled in accordance with Section 110.06A Cutting or fitting necessary in order to install the curbing at the locations directed shall be done by the Contractor. 110.08 HOT BITUMINOUS SIDEWALK Excavation shall be to the required width and depth. The foundation shall be shaped and compacted to a firm even surface conforming to the section shown on the Plan. Aggregate base as specified herein shall be placed as shown on the Plans and each layer thoroughly compacted. Bituminous sidewalk material shall be placed on the compacted base course in two courses to provide the required depth when rolled. Compaction shall be by a power roller having a minimum total weight of one ton with a minimum of sixty-five (65) pounds per inch of width of the drive roller or by satisfactory powered vibratory compaction equipment. In areas inaccessible to other equipment, hand tamping will be permitted. 110.09 DETECTABLE WARNINGS (Cast Iron) This work shall consist of furnishing and installing curb ramp detectable warning plates with truncated domes at the locations shown on the plans or as established by the Engineer. E. Materials - The Contractor shall provide new cast iron detectable warning plates as manufactured by one of the manufacturers listed on Maine DOT’s Qualified Products list of Cast Iron Detectable Warning Plates. This list can be found at: http://www.maine.gov/mdot/transportation-research/qpl.php Each field shall match the width of the ramp and shall have a natural finish. Prior to starting this work, the Contractor shall submit for approval the name of the selected supplier, manufacturer’s literature describing the product, installation procedures, and routine maintenance required. Concrete Portland cement concrete shall meet the requirements of Section 502, Structural Concrete, Class A F. Construction Requirements – Existing Concrete Curb Ramps Existing Concrete shall be saw-cut to a dimension 100mm [4 in] larger than the detectable warning plates. New concrete shall be placed in the resulting opening and finished, and the new 110-5 ---PAGE BREAK--- plates set into the wet concrete, according to manufacturer recommendations. New plates shall be set square with the curb edge and the base of the truncated domes shall be flush with adjacent surfaces to allow proper drainage. New Concrete Curb Ramps New concrete shall be placed and finished for the ramp, and the new plates set into the wet concrete, according to manufacturer recommendations. New plates shall be set square with the curb edge and the base of the truncated domes shall be flush with adjacent surfaces to allow proper drainage New Asphalt Ramps Asphalt shall be saw cut and removed to provide an opening that will allow for the dimensions of the cast iron plate surrounded by an additional 100mm [4 in] border on all sides of the plate. New concrete shall be placed in the resulting opening and finished, and the new plates set into the wet concrete, according to manufacturer recommendations. New plates shall be set square with the curb edge and the base of the truncated domes shall be flush with adjacent surfaces to allow proper drainage. 110.10 METHOD OF MEASUREMENT A. Remove and Reset Existing Curb: Curbing, both new and reset, will be measured by the linear foot, along the front face of the curb at the elevation of the finished pavement, complete in place and accepted. B. Bituminous Curb: Bituminous Curb will be measured by the linear foot, along the front face of the curb at the elevation of the finished pavement, complete and accepted in place. C. Reconstructing Sidewalks or Driveways Aprons: Sidewalks or Driveway Aprons shall be measured the square yard, complete and accepted in place. D. Terminal Granite Curb 7’ Circular: Terminal Granite Curb will be measured per each complete in place and accepted. E. Detectable Warning: Detectable Warnings will be measured per square foot complete in place and accepted. 110.11 BASIS OF PAYMENT A. Remove and Reset Existing Curb: The acceptable quantity of curbing, both new and reset, will be paid for at Contract prices, per linear foot, per each, for each kind and type of curbing as specified. There will be no separate payment for cement, pointing, filter fabric, Bio-Barrier, and bedding of curbing, but these will be considered incidental to the curb installation. All cutting of curbing required for the installation of curbing shall be considered incidental and no additional payment shall be made. B. Bituminous Curb: The accepted quantity of curbing will be paid for at the Contract unit price per linear foot. 110-6 ---PAGE BREAK--- 110-7 C. Reconstructing Sidewalks or Driveway aprons: The accepted quantity of Reconstructing Sidewalk or Reconstructing Driveway Aprons will be paid for at the Contract unit price per square yard. The price shall include all equipment, materials and labor necessary to satisfactorily complete the work as specified, including excavation, aggregate, backfill, restoration of street and back of walk, and anything else incidental to the satisfactory completion of the work. D. Terminal Granite Curb: The acceptable quantity of Terminal Granite Curb, will be paid for at the contract price per each. There will be no separate payment for concrete, pointing, filter fabric, Bio-Barrier, and bedding for curbing, but these will be considered incidental to the curb installation. E. Detectable Warnings: The accepted quantity of Detectable Warnings will be paid for at the contract price per square foot, cost shall include all materials, labor and equipment including, framework, cutting of asphalt, concrete, detectable fields, and reinforcing as required by the manufacturer. End of Section ---PAGE BREAK--- 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 Property 1114-1 1114.4 Bypass Pumping 1114-1 1114.5 Wet Weather Events 1114-2 1114.6 Measurement and Payment 1114-2 114-0 ---PAGE BREAK--- 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 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 114-1 ---PAGE BREAK--- 114-2 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 the bid item on a lump sum cost and shall 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--- SECTION 1115 TECHNICAL SPECIFICATIONS PROVIDE TEMPORARY WATER SERVICE PAGE NO. 1115.1 Intent 115-1 1115.2 Scope of Work 115-1 1115.3 Temporary Water Service 115-1 1115.4 Measurement and Payment 115-1 115-0 ---PAGE BREAK--- 115-1 TECHNICAL SPECIFICATION SECTION 1115 - BYPASS PUMPING/SEWAGE FLOW CONTROL 1115.1 INTENT It is the intent of this Specification to provide temporary water service to lots 4 thru 15 Shirley St. and Lots 37 thru 60 Fairlawn Ave. from hydrant at 62 Fairlawn Ave. 1115.2 SCOPE OF WORK CONTRACTOR shall provide all labor, equipment, and materials (City of Lewiston will not provide materials for Temporary water services). Contractor shall be responsible for controlling and maintaining temporary water services, until new services are operational. The Contractor shall install, flush and chlorinate, and test prior to putting into service. All connections will need to be made at the curb stops. Temporary service can be through a 2” diameter main. 1115.3 TEMPORARY WATER SERVICE Contractor shall prepare a detailed Temporary Water Service Plan that describes how the work is to be carried out and approved by the city. 1115.4 MEASUREMENT AND PAYMENT Temporary water service shall be paid under the bid item on a lump sum cost and shall include all materials, labor and equipment required to satisfactorily maintain the normal operation and function of the water system, until the new water services are in place and operational. ---PAGE BREAK--- SPECIAL PROVISION SECTION 108 PAYMENT (Asphalt Escalator) 108.4.1 Price Adjustment for Hot Mix Asphalt: For all contracts with hot mix asphalt in excess of 500 tons total, a price adjustment for performance graded binder will be made for the following pay items: Item 403.206 Hot Mix Asphalt - 25 mm Item 403.207 Hot Mix Asphalt - 19 mm Item 403.2071 Hot Mix Asphalt - 19 mm (Polymer Modified) Item 403.2072 Hot Mix Asphalt - 19 mm (Asphalt Rich Base) Item 403.2073 Warm Mix Asphalt - 19 mm Item 403.208 Hot Mix Asphalt - 12.5 mm Item 403.2081 Hot Mix Asphalt - 12.5 mm (Polymer Modified) Item 403.2083 Warm Mix Asphalt - 12.5 mm Item 403.209 Hot Mix Asphalt - 9.5 mm (sidewalks, drives, & incidentals) Item 403.210 Hot Mix Asphalt - 9.5 mm Item 403.2101 Hot Mix Asphalt - 9.5 mm (Polymer Modified) Item 403.2102 Hot Mix Asphalt - 9.5 mm (Asphalt Rich Base) Item 403.2103 Warm Mix Asphalt - 9.5 mm Item 403.211 Hot Mix Asphalt – Shim Item 403.2111 Hot Mix Asphalt – Shim (Polymer Modified) Item 403.2113 Warm Mix Asphalt - Shim Item 403.212 Hot Mix Asphalt - 4.75 mm (Shim) Item 403.2123 Warm Mix Asphalt - 4.75 mm (Shim) Item 403.213 Hot Mix Asphalt - 12.5 mm (base and intermediate course) Item 403.2131 Hot Mix Asphalt - 12.5 mm (base and intermediate course Polymer Modified) Item 403.2132 Hot Mix Asphalt - 12.5 mm (Asphalt Rich Base and intermediate course) Item 403.2133 Warm Mix Asphalt - 12.5 mm (base and intermediate course) Item 403.214 Hot Mix Asphalt - 4.75 mm (Surface) Item 403.2143 Warm Mix Asphalt - 4.75 mm (Surface) Item 461.13 Maintenance Surface Treatment Price adjustments will be based on the variance in costs for the performance graded binder component of hot mix asphalt. They will be determined as follows: The quantity of hot mix asphalt for each pay item will be multiplied by the performance graded binder percentages given in the table below times the difference in price between the base price and the period price of asphalt cement. Adjustments will be made upward or downward, as prices increase or decrease. Item 403.206: 4.8% Item 403.207–5.2% Item 403.2071–5.2% Item 403.2072–5.8% ---PAGE BREAK--- Item 403.2073–5.2% Item 403.208–5.6% Item 403.2081–5.6% Item 403.2083–5.6% Item 403.209–6.2% Item 403.210–6.2% Item 403.2101–6.2% Item 403.2102–6.8% Item 403.2103–6.2% Item 403.211–6.2% Item 403.2111–6.2% Item 403.2113–6.2% Item 403.212–6.8% Item 403.2123–6.8% Item 403.213–5.6% Item 403.2131–5.6% Item 403.2132–6.2% Item 403.2133–5.6% Item 403.214–6.8% Item 403.2143–6.8% Item 461.13–6.4% Hot Mix Asphalt: The quantity of hot mix asphalt will be determined from the quantity shown on the progress estimate for each pay period. Base Price: The base price of performance graded binder to be used is the price per standard ton current with the bid opening date. This price is determined by using the average New England Selling Price (Excluding the Connecticut market area), as listed in the Asphalt Weekly Monitor. Period Price: The period price of performance graded binder will be determined by the Department by using the average New England Selling Price (Excluding the Connecticut market area), listed in the Asphalt Weekly Monitor current with the paving date. The maximum Period Price for paving after the adjusted Contract Completion Date will be the Period Price on the adjusted Contract Completion Date.