Full Text
DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 103 ADAMS AVENUE LEWISTON, MAINE 04240 Tel. [PHONE REDACTED] Fax [PHONE REDACTED] CONTRACT AND CONTRACT DOCUMENTS FOR CURE-IN-PLACE PIPE LINING OF SANITARY SEWERS, 2014 BID NO. 2014– 019 APRIL 2014 ---PAGE BREAK--- CITY OF LEWISTON, MAINE DEPARTMENT OF PUBLIC WORKS CONTRACT AND CONTRACT DOCUMENTS FOR CURE-IN-PLACE PIPE LINING OF SANITARY SEWERS 2014 BID NO. 2014-019 PREPARED BY CITY OF LEWISTON ENGINEERING DIVISION ---PAGE BREAK--- TABLE OF CONTENTS PAGE NO. NOTICE TO CONTRACTORS N-1 PROPOSAL FORM P-1 CONTRACT FORM C-1 ADDENDA, IF ANY DIVISION 10 SUPPLEMENTAL SPECIFICATIONS 10-0 DIVISION 20 GENERAL PROVISIONS 20-0 DIVISION 30 CONTROL OF WORK 30-0 DIVISION 60 SEWERS 60-0 ---PAGE BREAK--- N-1 BID NO: 2014-019 BID DATE: April 22, 2014 CITY OF LEWISTON, MAINE NOTICE TO CONTRACTORS Sealed Proposals for CURE-IN-PLACE PIPE LINING OF SANITARY SEWERS, 2014 which consists of, but is not limited to, the following scope, will be received by the City of Lewiston, Maine at the office of the Purchasing Agent until 2:00 p.m., on April 22, 2014 and then at said office publicly opened and read aloud. SCOPE OF WORK: The scope of work shall consist of the complete and satisfactory lining of: Approximately three thousand two hundred thirty-five (3,235) linear feet of eight inch AC and VC sewer pipe Approximately five thousand thirty (5,030) linear feet of twelve inch (12”) VC and AC sewer pipe Approximately two hundred (200) linear feet of fifteen inch (15”) RC sewer pipe Approximately four hundred seventy (470) linear feet of eighteen inch (18”) VC sewer pipe Approximately one thousand nine hundred (1,900) linear feet of thirty inch (30”) RCP cross-country sewer pipe Reconnection of one hundred eighty (180) service laterals All work shall include a site inspection to determine accessibility, bypass pumping (as necessary), liner installation, construction of a cross-country access road and reconnection of service laterals and all other incidental work as necessary to satisfactorily complete the Project as outlined or implied in the Plans and Specifications. Each bidder is required to state in his/her Proposal his/her name and place of residence and the names of all persons or parties interested as principals with him; and that the Proposal is made without any connection with any other bidder making any Proposal for the same work; and that no person acting for or employed by the City of Lewiston is directly or indirectly interested in the Proposal or in any contract which may be entered into to which the Proposal relates, or in any portion of the profits therefrom, except as provided by the City Charter. The Proposal must be signed by the bidder with his/her full name and address and be enclosed in a sealed envelope together with the bid security. The sealed envelope shall be marked with the name and address of the bidder and entitled: CURE-IN-PLACE PIPE LINING OF SANITARY SEWERS 2014 and addressed to: “Director of Budget & Purchasing, City Hall, Lewiston, Maine”. If the Proposal is forwarded by mail, the sealed envelope containing the Proposal and marked as above must be enclosed in a second envelope which shall be addressed to: “Director of Budget & Purchasing, 27 Pine Street, City Hall, Lewiston, Maine 04240.” All mailed Proposals should be sent by registered mail to insure delivery. ---PAGE BREAK--- N-2 Any bidder may withdraw his/her Proposal prior to the scheduled time for the opening of Proposals upon presentation to the Director of Budget & Purchasing of a request, in writing, to do so. Any bidder who withdraws his/her Proposal within thirty (30) days after the actual opening thereof shall be considered to have abandoned his/her Proposal and the bid security accompanying the Proposal will be forfeited to the City of Lewiston. Any Proposal received after the scheduled opening time will not be considered. The City reserves the right to negotiate with the low bidder to bring projects down to within budget. The Finance Committee reserves the right to waive any formality and may consider as informal any Proposal not prepared and submitted in accordance with these provisions. The Finance Committee reserves the right to accept any Proposal or reject any or all Proposals if it is deemed to be in the public interest to do so. No Proposal 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 Proposals, unless forfeited as herein stipulated. The Contract must be signed within ten (10) days, Saturdays, Sundays, and holidays excluded, after the date of notification to the bidder by the Director of Budget & Purchasing of the acceptance of his/her Proposal and readiness of the Contract to be signed. If the bidder fails or neglects, after such notification, to execute the Contract, the Finance Committee may determine that the Proposal has been abandoned; and, in such case, the bid security accompanying the Proposal 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 Proposal based on the estimated quantities of the various items of work. The work must be commenced 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 is to be continued with diligent regularity until its completion within the time limit specified. All Proposals must be made on the blank Proposal Form bound in the Contract Documents, or as otherwise provided for in the Specifications. Bidders shall state prices for each separate item of work as called for in the Proposal Form. These prices are to cover 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. Proposals which do not contain prices for all items which are called for or which otherwise are not in conformity with this Notice may be rejected. ---PAGE BREAK--- N-3 Each bidder shall make his/her Proposal from his/her own examinations and estimates, and shall not hold the City, its agents or employees, responsible for, or bound by, any schedule, estimate, sounding, boring, or any plan thereof; and shall, if any error in any plan, drawing, specification or direction relating to anything to be done under this Contract comes to his/her knowledge, report it at once, 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 or 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 Proposal. The City may set off any unpaid taxes, fees or other charges or other amounts owed by the contractor against the contract price, in full or partial satisfaction. Plans and Specifications can be obtained free of charge on the City of Lewiston web site under Finance Dept/Bids and Awards (www.lewistonmaine.gov). All questions by prospective bidders pertaining to the Contract Documents, Plans and Specifications must be received, in writing, by the Engineer, at least five days before the date set for the opening of the Proposals. Any questions which, in the opinion of the Director of Budget & Purchasing, require interpretation, will be posted to the City of Lewiston web site and will be e- mailed to the plan holders, with the interpretation, in the form of a numbered Addendum, to each person or firm who has taken out a set of Contract Documents, not later than three days prior to the scheduled opening of the Proposals. Addenda issued later than three days prior to the scheduled opening of the Proposals may be by e-mail, telephone, or fax machine. Bidders shall acknowledge receipt of all Addenda in the space provided therefore in the Proposal Form, whether the Addenda are in response to questions or otherwise issued by the City and whether the Addenda are received by e-mail, telephone or fax. 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 Proposal appear to be extremely low or high, compared to the actual cost of performing the work, the Bidder may be asked to explain, in writing, how the work in question is to be performed at the price or prices bid before a decision is made by the City to award a Contract or reject the Bid. Proposals will be considered irregular and will be rejected for the following reasons: A. If the Proposal 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 Proposal 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. ---PAGE BREAK--- N-4 D. If the Proposal does not contain a unit price for each pay item listed unless otherwise specified. E. If any of the bid prices are unbalanced, or do not reflect the actual cost required to perform the work, as outlined in the Plans and Specifications. ---PAGE BREAK--- P-1 CITY OF LEWISTON PROPOSAL FOR CURE-IN-PLACE PIPE LINING OF SANITARY SEWERS 2014 To: Director of Budget/Purchasing City Hall, Lewiston, Maine Dear Sir: The undersigned hereby declares that he has carefully examined the location of the proposed work, the proposed Contract Form and the Contract Documents therein referred to and that he proposes and agrees, if this Proposal is accepted, that he will contract with the City of Lewiston, by its City Administrator to provide all machinery, tools, labor, equipment and other means of construction and to do all the work and to furnish all the materials, except those specified in the Specifications to be furnished by the City, necessary to complete the work in the manner and time therein prescribed, in accordance with the conditions and requirements set forth in the Contract Documents and the requirements of the Engineer and/or Director of Public Works as provided for therein; and that he will accept in full payment therefore the following sums to wit: ITEM EST. QTY. & NO. PAY UNIT ITEM DESCRIPTION AND UNIT TOTAL 1. 3,235 L.F. Furnish and Install Liner in 8” AC or VC Sanitary Sewer: 2. 5,030 L.F. Furnish and Install Liner in 12” AC or VC Sanitary Sewer: 3. 200 L.F. Furnish and Install Liner in 15” RC X-Country Sanitary Sewer: 4. 470 L.F. Furnish and Install Liner in 18” VC Sanitary Sewer: 5. 1,900 L.F. Furnish and Install Liner in 30” RC X-Country Sanitary Sewer including Access Road: 6. 15 EA. Construct Brick Channel in Existing Manhole 7. 10 EA. Construct Concrete Shelf with Liner as Channel in Existing Manhole ---PAGE BREAK--- P-2 8. 180 EA. Reinstatement of Sanitary Services 9. 300 Hrs. Flagger: 10. Lump Sum Miscellaneous Work: TOTAL: $ 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 Proposal and the readiness of the Contract for signature, he/she will execute the Contract and furnish the required Bonds within ten (10) days, Saturdays, Sundays and Holidays, excluded, and that he/she will commence the work within ten (10) days after the execution of the Contract and deliverance of the Bonds, unless otherwise specified in the Supplemental Specifications or directed by the Director of Public Works or City Engineer in writing; and that he/she will prosecute the work to its completion within the time limit specified in the Supplemental Specifications. The undersigned further agrees that there shall be deducted from monies due the Contractor, not as a penalty, but as inspection costs, the sum of five hundred ($500.00) dollars for each working day beyond the time limit specified in the Supplemental Specifications which is required by the Contractor to complete the whole work to the satisfaction of the Engineer and the Director of Public Works. The undersigned further agrees that in the employment of labor, preference will be given, all other things being equal, to the citizens of Lewiston and of the State of Maine, in that order. The undersigned hereby further declares that the only persons or parties interested in this Proposal, as principals, are named below; that the Proposal is made without any connection with any other person or party making any Proposal for the same work; and that no person acting for or employed by the City of Lewiston is directly or indirectly interested in this Proposal or in any contract which may be made under it or in profits expected to arise there from, except as provided by the City Charter. The full names and addresses of all persons and parties interested in this Proposal, as principals, are as follows: (Give first and last names in full; and in the case of a Corporation, give names and addresses of President, Treasurer and Manager; and in case of a Partnership, give names and addresses of members): Accompanying this Proposal is a bid security deposit in the amount of ).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 Proposal, to execute a ---PAGE BREAK--- P-3 Contract with the City and furnish the required Bonds within the time agreed to herein; or, in case the undersigned withdraws his/her Proposal within thirty (30) days after the opening of the Proposals. Otherwise, the deposit will be returned to the undersigned in accordance with the provisions in the Notice to Contractors. Signature of person, firm, or corporation making bid: By: Legal Address: Principal place of business: FIRM’S I.R.S. IDENTIFICATION NO: Date: _ Address to which all correspondence and notifications are to be sent: Phone No: ---PAGE BREAK--- C-1 CITY OF LEWISTON, MAINE CONTRACT FOR CURE-IN-PLACE PIPE LINING OF SANITARY SEWERS 2014 This Agreement, made and entered into this day of in the year two thousand and fourteen, 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 and his/her heirs, executors, administrators and assigns under the penalties expressed in the Performance Bond and the Labor and Material Payment Bond as follows: That this Agreement includes the following documents, hereinafter referred to as Contract Documents, which are attached hereto and incorporated by reference into this Agreement: 1. Notice to Contractors 2. Proposal 3. Supplemental Specifications 4. Standard Specifications 5. Contract Plans, if any 6. Addenda, if any 7. Federal Conditions, if any That the party of the second part will do all the work, furnish all the materials, tools and equipment, except as otherwise specified, and do everything necessary and proper for performing and faithfully completing the work required by the Contract Documents in strict conformity with the provisions of the Contract Documents within the time specified in the Supplemental Specifications. That the party of the first part will pay the party of the second part as full compensation for well and faithfully completing the whole work according to the Contract Documents as follows: ---PAGE BREAK--- C-2 ITEM EST. QTY. & NO. PAY UNIT ITEM DESCRIPTION AND UNIT TOTAL 1. 3,235 L.F. Furnish and Install Liner in 8” AC or VC Sanitary Sewer: 2. 5,030 L.F. Furnish and Install Liner in 12” AC or VC Sanitary Sewer: 3. 200 L.F. Furnish and Install Liner in 15” RC X-Country Sanitary Sewer: 4. 470 L.F. Furnish and Install Liner in 18” VC Sanitary Sewer: 5. 1,900 L.F. Furnish and Install Liner in 30” RC X-Country Sanitary Sewer including Access Road: 6. 15 EA. Construct Brick Channel in Existing Manhole 7. 10 EA. Construct Concrete Shelf with Liner as Channel in Existing Manhole 8. 180 EA. Reinstatement of Sanitary Services 9. 300 Hrs. Flagger: 10. Lump Sum Miscellaneous Work: TOTAL: ---PAGE BREAK--- C-3 The party of the second part represents and warrants: That he is financially solvent; 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; and: That he is familiar with all Federal, State, Municipal and Departmental laws, ordinances and regulations which may in any way affect the work or those employed therein; and: That such temporary and permanent work required by the Contract Documents to be done by him 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: That he has carefully examined the Contract Documents and the site of the work; and from his/her own investigation has satisfied himself 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: City of Lewiston, Maine Edward A. Barrett, City Administrator , Contractor Witnessed ---PAGE BREAK--- 10-0 DIVISION 10 SUPPLEMENTAL SPECIFICATIONS Content PAGE NO. 10.01 Scope of Work 10-1 10.02 Time Limit 10-1 10.03 Change in the Scope of Work 10-1 10.04 Materials 10-1 10.05 Maintenance of Traffic 10-3 10.06 Miscellaneous Work 10-3 10.07 Preconstruction Conference 10-3 10.08 Maintenance of Service 10-4 10.09 Site Investigation 10-4 10.10 Acceptable Manufacturer/Process 10-4 10.11 Sitework Preparations 10-5 10.12 10-6 10.13 City Provided Services 10-7 10.14 Safety 10-8 10.15 Measurement and Payment 10-8 10.16 Final Acceptance 10-8 10.17 Guarantee 10-8 ---PAGE BREAK--- 10-1 DIVISION 10 SUPPLEMENTAL SPECIFICATIONS 10.01 SCOPE OF WORK: The scope of work shall consist of the complete and satisfactory lining of: Approximately three thousand two hundred thirty-five (3,235) linear feet of eight inch AC and VC sewer pipe Approximately five thousand thirty (5,030) linear feet of twelve inch (12”) VC and AC sewer pipe Approximately two hundred (200) linear feet of fifteen inch (15”) RC sewer pipe Approximately four hundred seventy (470) linear feet of eighteen inch (18”) VC sewer pipe Approximately one thousand nine hundred (1,900) linear feet of thirty inch (30”) RCP cross-country sewer pipe Reconnection of one hundred eighty (180) service laterals All work shall include a site inspection to determine accessibility, building an access road, pre and post video inspection, bypass pumping (as necessary), liner installation, and reconnection of service laterals and all other incidental work as necessary to satisfactorily complete the Project as outlined or implied in the Plans and Specifications. 10.02 TIME LIMIT: The Contractor shall complete all of the work outlined in the Contract Documents by September 15, 2014. The Director of Public Works or his/her authorized representative may extend the Time Limit, if the Contractor submits, in writing, evidence that he cannot complete the Project within the Time Limit specified because of long delivery time on the materials or other justifiable reason. The Contractor shall be responsible for ordering his/her materials The decision of the Director or his/her representative regarding the time extension shall be final. 10.03 CHANGE IN THE SCOPE OF WORK: The City of Lewiston reserves the right to add or delete portions of the work required under this Contract, using unit prices established in the Proposal. The Contractor’s attention is directed to Sections 20.29 and 20.30 of the Specifications “Extra Work” and “Reduction of Work” respectively. 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. 10.04 MATERIALS: The Contractor shall supply all materials, equipment, and labor as necessary to complete the Project in accordance with the Plans and these Specifications. The cure-in-place pipe material shall meet the requirements of ASTM F1216, Section 5.1 and the following: ---PAGE BREAK--- 10-2 A. The cure-in-place tube shall be fabricated to a size and shape such that when it is installed it will fit the internal circumference and length of the pipe to be lined. Allowance shall be made for circumferential stretching during inversion. B. The outside layer of the cure-in-place tube (before wet-out and inversion) shall be coated with a translucent flexible polyethylene material that is compatible with the resin system used and allows inspection of the impregnation procedure. The coating shall not be subject to delamination after cure. No materials shall be included in the tubes that are subject to delamination after cure. C. The interior pipe surface of the cure-in-place pipe shall be of a color to allow a clean detailed examination by closed circuit television. D. The resin used in the cure-in-place pipe shall meet the requirements of the appropriate ASTM standard. E. The liner material shall be comparable with Municipal sewerage. The liner shall be chemically resistant to withstand exposure to sewer gases. F. Liner thickness shall be determined by the contractor for the existing site conditions. The liner, when installed and fully cured in the existing pipe, shall be a strength equivalent to or greater than that of ASTM-D3034-SDR-35, PVC pipe of the same diameter of the existing pipe. Calculations for the determination of liner thickness shall be signed by a licensed professional engineer and supplied to the City upon request. The finished cured physical strength shall meet these specified below: Standard Strength Tensile Strength ASTM D-638 3,000 psi Flexural Strength ASTM D-790 3,000 psi Modulus of Elasticity ASTM D-790 300,000 psi STRUCTURAL REQUIREMENTS The cure-in-place pipe shall conform to the appropriate ASTM section and shall also conform to the following: A. The cure-in-place pipe shall be designed for a fully deteriorated design condition where the original pipe is assumed to provide no structural support. The cure-in- place pipe shall therefore be able to carry the following loads: 1. Soil 2. Groundwater, thereby minimizing infiltration (hydrostatic loads) 3. Other superimposed loads. (Static and dynamic loads) B. The depth of soil cover, groundwater level (if known), and other loading information will be provided to the contractor upon issuance of notice to proceed with a particular lining project. The design calculations necessary to insure the ---PAGE BREAK--- 10-3 structural integrity of the cure-in-place pipe shall be completed by the contractor. These calculations may be requested by the City. C. The design of imposed loading shall take into consideration the following: 1. The design shall assume no bonding to the original pipe wall. 2. The long-term flexural modulus shall not exceed 50% of the demonstrated short-term values. The City may, at the expense of contractor, request that the long-term flexural modulus be verified by an independent testing facility. 3. The City may, at the expense of the contractor, request verification of the external hydrostatic design, including enhancement factor by an acceptable third party. D. No part of the cure-in-place tube shall be left unsaturated by resin. 10.05 MAINTENANCE OF TRAFFIC: Attention is called to Section 30.05 of the Specifications, “Maintenance of Traffic”. The Contractor shall be required to maintain at least one lane for local traffic and emergency vehicles at all times. Completely closing traffic lanes will not be permitted except under special permission from the Public Works Director and the Police Chief. The Contractor shall install detour signs as needed. In order to avoid delays in construction, any proposed plan to detour traffic shall be presented to the Engineer, in writing, two workdays in advance so that the plan may be reviewed and approved. Open excavations, see Section 30.04 of the Specifications for more information concerning open excavations, will be allowed overnight, except they shall be backfilled for weekends, when they are within one hundred and fifty feet (150’) of an intersection, or if they present a hazard to traffic as determined by the Engineer. The length of any open excavation shall not exceed fifty linear feet (50 unless authorized by the Engineer. The Contractor shall hold the City harmless from all liability related to open excavations. The Contractor shall be required to have two flaggers for traffic control when work is in progress on Sabattus St, Pond Road, Bartlett St and Central Ave. Payment will be made under Bid Item, “Flagger”. Warning signs, barricades, and traffic cones shall meet the latest OSHA standards and all other applicable Federal, State, and Local requirements. When work is in progress the Contractor shall meet the requirements for signing as outlined in Part VI of the Manual on Uniform Traffic Control Devices (MUTCD). Warning signs “Construction Ahead”, “Construction 1000 Ft”, “Construction 2500 Ft”, and “End Construction” or approved equals shall be placed in the construction area. 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 signs, barricades, cones, etc., may be required in the work area. ---PAGE BREAK--- 10-4 Overnight parking of construction equipment within ten feet (10’) of the travelway of a City street will not be allowed without permission from the Engineer. The Contractor shall hold the City harmless from all liability related to parking construction equipment within a City Street. Payment for warning signs and detours will be made under Bid Item, “Miscellaneous Work”. 10.06 MISCELLANEOUS WORK: The Contractor shall include in his/her Proposal under Bid Item, “Miscellaneous Work,” 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 City Engineer prior to payment. In addition, the cost of mobilization, pavement cutting, temporary trench pavement, installation of warning signs, maintaining property markers, replacing fences, hedges, shrubs, dust control, erosion control, temporary bypass pumping, modifications to manhole structures for access and 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 Bid Item, “Miscellaneous Work”. An itemized cost breakdown for the Bid Item, “Miscellaneous Work” item shall be given to the Engineer at the Preconstruction Conference. 10.07 PRECONSTRUCTION CONFERENCE: A Preconstruction Conference will be held between the Contractor and the City of Lewiston, at a mutually agreed time, to review the Contractor's proposed methods of complying with the requirements of the Specifications, and the Regulations of the City. The Contractor shall give the Engineer a work schedule, traffic control plan, cost breakdown for Bid Item, “Miscellaneous Work” item, a list of Suppliers and Subcontractors, current MSDS sheets for all resins and chemicals to be used (also submit to Fire Dept.), and all other information required by the Contract at that time. 10.08 MAINTENANCE OF SERVICE: The Contractor shall be responsible for providing uninterrupted sewer service to all area residents. At no time shall any sewerage, pollution, oil, grease, or other polluting material be discharged to the storm drain or work site. The Contractor shall be responsible for providing all labor, materials and machinery required to provide uninterrupted sewer service to affected residents. At no time shall the Contractor be allowed to grade, fill, excavate or alter any existing areas outside the work limits, unless specifically authorized, in writing, by the Engineer. This shall be considered incidental to the Project and no direct payment will be made for this work. 10.09 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 ---PAGE BREAK--- 10-5 and local conditions, particularly those bearing on access, transportation, quality and quantity of surface and sub-surface materials to be encountered, any dewatering, the machinery and services required to complete the Project as required by the Contract Documents, and all other aspects of the work. 10.10 ACCEPTABLE MANUFACTURER\PROCESS: The acceptable process for lining the pipe shall be one in which a trenchless technology is employed. The new liner shall consist of a seamless deformed liner which is drawn through the existing line, and reformed through air/steam/water pressure to fit tight against the old pipe to form a mechanical compression fit. Acceptable processes for rehabilitation of the sewer line shall be that of INSITUFORM TECHNOLOGIES INC., LAYNE INLINER or equal approved in writing by the City prior to the bid date. Failure to comply with this requirement will result in the bid not being considered. Bidders may be investigated by the City to determine if they are qualified to perform the work. The investigation of a Bidder will seek to determine whether the organization's liner process is acceptable, whether the organization is adequate in size, has had previous experience and whether available equipment and financial resources are adequate to assure the City that the work will be completed in accordance with the terms and conditions of the Specifications. The amount of other work to which the Bidder is committed may also be considered. In evaluating Bids, the City will consider the qualifications of only those Bidders whose Bids are in compliance with the prescribed requirements. 10.11 SITEWORK PREPARATIONS: ACCESS This sewer lining work coincides with sewer separation work on Fairlawn, Ames, Bradford, Mellon, Tucker, Perley and Hevey Streets. Schedules for access to these streets and manhole structures shall be coordinated with the Contractors working on those streets so that neither project is impeded by the other’s work. Access manholes are constructed of brick or pre-cast concrete barrel sections with 24 inch frames and covers. If the existing access points are not adequate for the proposed lining, the Contractor shall make the necessary modifications and restoration. Any proposed modifications shall be submitted on a plan for review by the Engineer. Site access for the cross-country sewers is through easements on private property. The City shall notify property owners before access is required. Plans for clearing or access roads shall be approved by the Engineer and property owner before any work begins. Construction of an access road from the end of Jones Ave, across the inactive railroad tracks to the bottom of the slope along Hart Brook to access the cross country sewer shall be included as part of this work. The Contractor shall line the full length of sewer in each direction from MH 2849. The existing 30-inch sewer easement is 25 feet in width, centered on the sewer main. Cutting trees and grading work shall be limited to this 25 foot width for the 30-inch sewer along the brook. The disturbed width for access from Jones Ave to MH 2849 shall be as necessary, with a proposed work area plan submitted. Central Maine Power owns this property and they have provided a letter ---PAGE BREAK--- 10-6 agreement to the City for construction of the temporary access road. The road from the railroad right of way to the sewer easement shall be left in place but loamed and seeded for erosion control. The access road and clearing limits shall be flagged by the Contractor for approval before cutting trees. Access across the inactive railroad bed has its own access agreement and requirements from Pan Am: • This portion of the Lewiston Lower Branch is currently out-of-service. However, all work activities that affect Railroad ROW require prior approval from our Engineering Department and oversight by a Railroad Flagman/Inspector. Costs for a railroad inspector shall be paid directly by the City. • Since it is not anticipated that this portion of the Lewiston Lower Branch will be placed back into service prior to this construction season, the Engineering Department has approved proposed use of 12-inch deep backfill over the tracks provided that the backfill material meets our specifications for Prepared Stone Ballast. The Contractor will be required to provide material certification upon scheduling work. Roadway construction and demobilization activities shall be supervised by a Railroad Flagman/Inspector and/or representatives from our Track Department. • Please be aware that ROW restoration activities may be necessary upon removal of the temporary roadway to insure that there is no long-term adverse impact to the Railroad. These activities may include ditching, ballast distribution and tamping activities. All fill in the railroad ROW shall be removed and the area restored to original or better conditions, including seeding and other erosion control. • The Owner or Contractor will be required to execute a Standard Railroad Service Contract and provide an acceptable Railroad-protective insurance policy to our Real Estate Department. The Standard Railroad Service Contract will dictate the terms and conditions require for entry upon Railroad Property and shall address the installation and use of a temporary private at-grade crossing by the Contractor. Please contact Mr. Neil Theriault of our Real Estate Department at (978) 663-6941 for coordination of these items. • The proposed temporary crossing must be inaccessible to trespassers (vehicle & pedestrian). The Railroad would be amendable to the use of temporary fencing and/or jersey barriers provided that the measures are effective in preventing the use of the temporary roadway by the general public. The Contractor will be responsible to keep the crossing deck clear of debris, snow, and ice in order to allow safe passage of all vehicles. INSPECTION The interior of the pipeline to be restored shall be inspected to locate all damage and/or obstructions which would prohibit correct installation of the new liner. Contractor shall complete a DVD video inspection of the pipe to be lined immediately prior to liner installation, noting location of existing service connections. Contractor shall be responsible for determining which wyes are active in existing sewer mains. Costs associated with the video inspection are incidental to the lining of the pipe. A video record and inspection log shall be provided to the owner for review. If a past video inspection of the pipe is available, it shall be provided to the Contractor, but does not ---PAGE BREAK--- 10-7 eliminate the need for video inspection immediately prior to lining. The Contractor shall arrange a freely accessible place and means so that the City can inspect the liner and all equipment to be used during the installation and the processing of the pipe. The Contractor shall prepare and inspect all necessary equipment for the installation prior to going to the job site. The Contractor shall also provide all necessary tools and spare parts as may be required for the most frequently damaged equipment, and he shall make sure that said tools and spare parts are available at the site. The supporting equipment, such as pumps and generators, must be provided at the site in the event there is a fluid surge and pumping is required on an emergency basis. The Contractor shall also prepare and make operable all necessary communication equipment for his/her field crew. PUBLIC NOTIFICATION The Contractor shall make every effort to maintain sewer service usage throughout the duration of the project. In the event that a connection will be out of service, the longest period of no service shall be 8 hours. A public notification program shall be implemented, and shall as a minimum, require the Contractor to be responsible for contacting each home or business connected to the sanitary sewer and informing them of the work to be conducted, and when the sewer will be off-line. The Contractor shall also provide the following: A. Written notice to be delivered to each home or business the day prior to the beginning of work being conducted on the section, and a local telephone number of the Contractor they can call to discuss the project or any potential problems. B. Personal contact with any home or business, which cannot be reconnected within the time stated in the written notice OBSTRUCTION REMOVAL The Contractor shall repair or remove from the line all obstructions (e.g. sediments, protruding service laterals and collapsed pipe sections, roots, etc.), which can prohibit insertion of the pipe. All roots or other obstructions shall be cut flush with the wall of the pipe to be restored, and the debris will be removed from the line. If there is an obstruction that cannot be removed by conventional methods, the Contractor shall bring it to the attention of the Engineer. CLEANING The Contractor shall thoroughly clean each section of pipe of all foreign material prior to liner installation. DEBRIS DISPOSAL All debris shall be disposed of by the Contractor in accordance with applicable regulations. The Lewiston-Auburn Water Pollution Control Authority (LAWPCA) on Lincoln St has a dump pad available for disposal of sewer debris. Each load shall be weighed and the load will be charged to the project at no cost to the Contractor. Solid waste shall be delivered to the Lewiston Landfill or Quarry fill site on River Rd for disposal, depending on the contents. The Contractor shall be responsible for disposal of trees and brush. ---PAGE BREAK--- 10-8 FLOW CONTROL If necessary for effective TV inspection and/or liner installation, the Contractor shall bypass the effluent around the pipe section or sections to be lined. The bypass shall be made by plugging an existing upstream manhole, if necessary, and pumping the effluent into a manhole or adjacent system. A. Upon completion of the work, all plugs shall be removed and flows restored unless otherwise directed by the City. B. The Contractor shall protect against surcharging of the sewer upstream of the work area by installing adequate temporary by-pass pumping to handle flows. C. The Contractor shall repair any damage that occurs to existing pipes and structures to the satisfaction of the City. Repair work shall be incidental to this item. D. The Contractor shall not discharge any contaminated water to any water body or wetland by means of overflow, by-pass pumping, or any other method that may contaminate the area. E. The Contractor shall supply the pumps, conduits, and all other equipment necessary including traffic control materials to divert the flow around the section of pipe being lined. F. Bypass system shall be of sufficient capacity to handle the existing flows and any anticipated additional flow that may occur. Flows in the combined sewer and storm drain systems are highly subject to rainfall and may vary greatly from base flow conditions. G. Contractor shall be responsible for the furnishing and the necessary labor and supervision to set-up and operate the pumping and bypassing system. H. If pumping is required on a 24 hour basis, the engines shall be equipped in a manner to keep the noise at a minimum. I. When flow is plugged, blocked, or bypassed, sufficient precautions must be taken to protect the sewer lines from damage that might result from sewer surcharging. Precautions must be taken to insure that sewer flow control operations do not cause flooding or damage to public or private property. J. Bypass pumping shall be coordinated with the City. A bypass plan shall be developed and submitted prior to the beginning of work. The bypass piping route must be approved by the City Engineer or the Director of Public Services K. Contractor is responsible for any and all damages related to flooding and surcharging related to failure or inadequacy of bypass pumping. 10.12 INSTALLATION: Installation of the liner shall be done in accordance with the manufacturer's recommendations. Curing shall be accomplished by utilizing water under hydrostatic ---PAGE BREAK--- 10-9 pressure. Disposal of water after curing has been completed shall be into Lewiston’s sanitary sewer system. Timing and rate of discharge into the sewer system shall be at the discretion of the City, in order to avoid excessive flow rates within the sewer collection system or the wastewater treatment plant. Temperature gauges shall be in place to determine the temperature of incoming and outgoing water from the heat source. Gauges shall also be in place at various locations to monitor the temperature during the cure cycle. Reinstatement of Service Connections after the new pipe has cured-in-place, the Contractor shall reopen the existing service connections/laterals. The Contractor shall verify that all connected service connections are reopened. It is the intent of these specifications that the reopening of services shall be completed without excavation, utilizing an approved method No additional payment shall be made for excavations. The Contractor shall be responsible for all costs and liability associated with such excavation and restoration. Excavation in the roadway shall be made only after a road excavation permit is obtained. Permits are available at the Public Works Department, 103 Adams Ave. The Contractor shall be responsible to read the Permit and Ordinance, and shall be thoroughly familiar with the repairs to the roadway expected. During the construction and 1-year warranty period, the Contractor shall reimburse the City for any work performed by the City which the Contractor is under contract to perform. Such work includes, but is not limited to, filling potholes, sweeping roads, and securing excavations. The minimum reimbursement for any work performed by the City shall be $500. Reimbursement shall include costs for all labor, materials and equipment required to perform the work. Minimum time charges and/or overtime labor costs shall be included in the fee If, due to a broken or misaligned pipe at the manhole wall, the new pipe fails to make a tight seal, the Contractor shall apply a seal at the joint. The seal shall be of a resin mixture compatible with the pipe. The Contractor shall undertake any and all actions necessary to prevent and control all odors inside homes and properties during liner installation, curing, and post cured conditions. Under no circumstances shall styrene odors anywhere inside buildings exceed 20 ppbv. Should styrene levels exceed 20 ppbv, the resident/occupants of the building shall be evacuated. The Contractor is responsible for providing and paying for reasonable accommodations (lodging & food) for any displaced residents until authorized to return back into their homes. In the event that odors exist inside any building as a result of the work, the Engineer shall be immediately notified. The Contractor shall develop an action plan within twenty- four (24) hours and present this plan (three copies) to the City Engineer and DPW Director. This plan should address at a minimum the methods and means of remediating the odors and the expected and contemplated actions of the Contractor. The Contractor shall be fully and solely responsible to remediate odors in any building, by any and all means and methods necessary, including but not limited to the hiring of professionals (Licensed Site Professional, industrial hygienists, etc). If styrene is present in any building as a result of the work, the styrene levels in the building must be ---PAGE BREAK--- 10-10 reduced to below 5 ppbv before remediation is concluded and occupants are allowed to return to the property. All air, soil, and water samples shall be taken and analyzed by laboratories certified by the State of Maine. Failure to remediate an odor problem will result in the withholding of periodic and final payments. 10.13 MANHOLES: The Contractor shall construct an invert channel in existing manholes with no channel. If the liner is able to be run through the manhole and be used as the channel, that method shall be used. The top 1/3 of the liner shall be cut out and the sides filled with 4,000 psi concrete, sloped toward the channel. This method shall be paid under Item No. 7. For end-run manholes or structures with more than one pipe entering, a brick lined channel and shelf shall be constructed. After the liner has been installed, the manhole shall be cleaned and flows bypassed during construction of the channel. They shall be constructed according to Div. 60 of these specifications. They shall be installed where directed by the Engineer and paid for each manhole under Item No. 6. If any drop services are removed for installation of the liner they shall be reinstalled. 10.14 CITY PROVIDED SERVICES: The City shall: 1. Provide a department representative to accompany the Contractor's crew, and/or sewer system drawing showing the exact location of the sewer line. 2. Assist and make provision for the entering of private lands, public lands and right of ways. 3. Make available a preliminary TV inspection tape showing the interior of the sewer line (if available). 4. Provide water used for the process at no cost to the contractor. Arrangements must be made in advance (24 hour notice is required) with the Lewiston Water Division for a water source. Where a potable water connection is made, an approved backflow device shall be used to prevent back siphonage. Hydrants shall only be operated by Lewiston DPW personnel, or authorized representative. Hydrants operated by personnel other than DPW employees and damaged, will be repaired and all charges will be charged to the Contractor. In all instances, the hydrants shall be accessible to the Lewiston Fire Department. 10.15 SAFETY: The Contractor shall conform to all work safety requirements of pertinent regulatory agencies, and shall secure the site for the working condition in compliance with the same. The Contractor shall erect such signs and other devices as are necessary for the safety of the work site in compliance with the MUTCD. The Contractor shall also perform all of the work in accordance with applicable OSHA standards. ---PAGE BREAK--- 10-11 10.16 MEASUREMENT AND PAYMENT: Measurements for payment shall be based upon the following schedule: 1. INSTALLATION OF LINER - shall be paid for at the unit price bid per foot of liner installed. 2. REINSTATEMENT OF SERVICE CONNECTIONS - shall be paid for at the unit price bid per reinstatement. 3. FLAGGERS – shall be paid for at the unit price bid per hour. 4. MISCELLANEOUS WORK – shall include, to the extent required, cost of the Performance and Payment Bond, cost of mobilization, pavement cutting, temporary trench pavement, installation of warning signs, maintaining property markers, replacing fences, hedges, and shrubs, dust control, erosion control, temporary bypass pumping, modifications to manhole structures for access, sewer line cleaning, root removal, removal of intruding pipes, preliminary TV inspection, pumping and bypassing, and final TV inspection and 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. Miscellaneous work shall be paid for at the lump sum price bid. 10.17 FINAL ACCEPTANCE: After installation of the liner and reinstatement of service connections, the Contractor shall perform a TV inspection of the newly completed line. A video record and inspection log shall be provided to the owner for review. The finished liner shall be continuous over the entire length of the installation. The liner shall be free of significant visual defects, damage, deflection, holes, and the like. Cut-ins at service connections shall be neat and smooth. There shall be no visible infiltration through the liner or from behind the liner at service connections and manholes. Upon completion and acceptance of the installation work and testing, the contractor shall restore the project area affected by the operations to a condition at least equal to that existing prior to work; this shall include but not be limited to: 1. Roadway - repaired in accordance with road excavation permit. 2. Rights of Way 3. Private Property 10.18 GUARANTEE: The Contractor shall guarantee the manhole rehabilitation and the liner installation for a period of one year (or longer if the Manufacturer's guarantee extends beyond one year). The Liner Company shall submit a written guarantee as part of the bid. During the warranty period, any defects, which affect the integrity or strength of the pipe, shall be repaired at the Contractor's expense in a manner mutually agreed upon by the City and the Contractor. ---PAGE BREAK--- 20-0 DIVISION 20 GENERAL PROVISIONS STANDARD SPECIFICATIONS PAGE NO. 20.01 Scope 20-1 20.02 Definitions 20-1 20.03 Insurance and Liability 20-2 20.04 Dispute Resolution Cost and Expenses 20-3 20.05 Laws and Regulations 20-3 20.06 Permits 20-4 20.07 Estimates and Payments 20-4 20.08 Final Estimate and Payment 20-4 20.09 Last Payment to Terminate Liability of City 20-4 20.10 Site Investigation 20-5 20.11 Borings and Estimate of Quantities Not Warranted 20-5 20.12 Commencement of Work 20-5 20.13 Time and Order of Doing Work 20-6 20.14 No Damages for Delay 20-6 20.15 Competent Personnel to be Employed 20-6 20.16 Not to Sublet or Assign 20-6 20.17 Directions and Explanations, Corrections of Errors 20-6 20.18 Duty to Notify Engineer if Ambiguities Discovered 20-7 20.19 Early Negotiation 20-7 20.20 Superintendence by Contractor 20-8 20.21 Alterations 20-8 20.22 No City Employee to be Interested 20-8 20.23 Waiver 20-8 20.24 Access to Work 20-8 20.25 Engineer to Determine Amount and Quantity of Work, Inspection of Materials 20-9 20.26 Defective Work and Materials 20-9 20.27 Sanitary Regulations 20-9 20.28 No Intoxicating Drinks 20-9 20.29 Extra Work 20-10 20.30 Reduction of Work 20-10 20.31 No Time Extension 20-10 20.32 Employment of Labor 20-11 20.33 Conditions under Which Director May Complete Work 20-11 20.34 Payment for Materials 20-11 20.35 Guarantee 20-11 20.36 Work Day 20-12 ---PAGE BREAK--- 20-1 DIVISION 20 GENERAL PROVISIONS STANDARD SPECIFICATION 20.01 SCOPE: These Standard Specifications and Addenda, if any, are to govern construction of storm sewers, sanitary sewers, water lines, streets, sidewalks, parking lots, general construction and other related work, for the City of Lewiston, and they shall become part of any contract with the City for the construction of said work. Provisions of these Specifications shall be modified or changed only in writing. These Standard Specifications will be amended by Supplemental Specifications as necessary and by Contract Plans. The Supplemental Specifications and Contract Plans delineate the particular project to which the Contract Documents pertain. Should any discrepancy be found to exist between the Standard Specifications and the Supplemental Specifications and/or the Contract Plans, the Supplemental Specifications and/or Contract Plans shall govern. 20.02 DEFINITIONS: A. Contract Documents: Whenever the term Contract Documents, or a pronoun in its stead, is used, it shall mean and include, but not necessarily limited to, these items: The Notice to Contractors, the Proposal, the Contract, the Supplemental Specifications, the Standard Specifications, the Contract Plans, any other documents included with these Specifications and attached thereto, and any Addenda to the above issued prior to the date of this Contract. B. Contractor: Whenever the term Contractor, or a pronoun in its stead, is used, it shall mean the person or persons or co-partnership or corporation or other entity which has entered into this agreement or their legal representative. C. Owner: Whenever the term Owner, or a pronoun in its stead is used, it shall mean the City of Lewiston, acting through its designated officials and/or employees. D. City Engineer or Engineer: Whenever the term City Engineer, or a pronoun in its stead, is used, it shall mean the City Engineer of the City of Lewiston or his/her assistants or inspector acting under him/her or his/her duly authorized representatives acting for him/her, limited to the particular duties entrusted to them. E. Director of Public 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. F. ASTM: Whenever the abbreviation ASTM is used, it shall mean the American Society for Testing Materials; and, unless otherwise stated, refer to the latest revision of the particular standard. ---PAGE BREAK--- 20-2 G. Specification: Whenever the term Specifications or a pronoun in its stead is used, it shall mean and include the Standard Specifications as herein set forth and any Supplemental Specifications included in the Contract Documents. H. Contract Plans: Whenever the term Contract Plans, or a pronoun in their stead, is used, it shall mean and include all drawings, graphic representations, diagrams and any notes or explanations thereon supplied to the Contractor before the date of this Contract. I. Lump Sum Bid Price: Whenever the term Lump Sum Bid Price, Lump Sum Bid, Lump Sum or a pronoun in their stead is used, it shall mean the amount of money mutually agreed to by the Contractor to furnish the labor, machinery, tools, apparatus and other means of construction and for doing all the work and furnishing all material called for by the Contract Documents except rock excavation and those items specifically stated as being considered extra work or for which unit prices have been established in the Contract and Proposal. J. Unit Bid Price: Whenever the term Unit Bid Price, Unit bid, Unit Price or a pronoun in their stead is used, it shall mean the amount of money mutually agreed to by the Contractor and the City as full payment to the Contractor for furnishing all necessary labor, materials and equipment (except that which is specifically excluded in the Supplemental and Standard Specifications and Contract Plans) necessary to do one unit of work, i.e., the unit price for one cubic yard of excavation multiplied by the actual number of cubic yards excavated, yields the total payment for the work done. 20.03 INSURANCE AND LIABILITY: The Contractor shall take all responsibility of the work and take all precautions for preventing injuries to persons and property in or about the work; shall bear all losses resulting to him/her on account of the amount or character of the work or because the nature of the land in or on which the work is done is different from what was estimated or expected or on account of the weather, elements or other cause; and he/she shall assume the defense of and indemnify and save harmless the City and its officers, agents and servants from all claims relating to labor and materials furnished for the work; to inventions, patents and patent rights used in doing the work; to injuries to any person or corporation received or sustained by or from the Contractor and his/her employees in doing the work, or in consequence of any improper materials, implements or labor used therein; and to any act, omission or neglect of the Contractor and his/her employees therein. The Contractor shall furnish proof of coverage with adequate insurance of the types and to the limits specified below naming the City of Lewiston as additional insured. Certificate of such insurance shall be filed with the Director of Budget/Purchasing for his/her approval before permission to commence work will be granted. INSURANCE REQUIREMENTS A. Claims: The City of Lewiston will not be held responsible for any damages or injuries arising out of any 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. ---PAGE BREAK--- 20-3 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 by the start of work. 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 $1,000,000 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 $1,000,000 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 $500,000 for each occurrence, including completed operations shall be required. F. Performance Bond and Labor and Material Payment Bond in the sum of the total amount of the Contractor’s proposal with a surety company satisfactory to the Owner will be required as surety for the faithful performance of the Contract by the successful bidder. The bonds will be required prior to execution of the Contract. 20.04 DISPUTE RESOLUTION COSTS AND EXPENSES: In the event of any dispute between or involving the City of Lewiston and Contractor, whether resolved by arbitration, litigation or some other mechanism of dispute resolution, in the event that the City shall be a prevailing party, Contractor shall reimburse the City for its attorney’s fee and costs reasonably incurred in connection with the resolution of the dispute. 20.05 LAWS AND REGULATIONS: The Contractor shall keep himself/herself informed of all existing and future State and Federal laws and Municipal ordinances and regulations which in any way affect those engaged or employed in the work, or the materials used in the work; or in any way affect the conduct of the work and of all orders and decrees of bodies of tribunals having any jurisdiction is discovered in the Plans or Specifications or Contract for this work in relation to any such law, ordinance, regulation, order or decree, he/she shall forthwith report the same to the Director in writing. He/she shall at all times himself/herself observe and comply with all such existing and future laws, ordinances, regulations, orders and decrees; and shall protect and indemnify the City and its officers and agents against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order or decree, whether by himself/herself or his/her employees. ---PAGE BREAK--- 20-4 20.06 PERMITS: The Contractor shall, at his/her own expense, obtain all necessary permits from the County, Municipal or other public authorities, shall give all notices required by law or ordinances; and shall post all bonds and pay fees and charges incident to the due and lawful prosecution of the work covered by this Contract. Fees for street opening permits on City projects shall be waived. 20.07 ESTIMATES AND PAYMENTS: The Engineer will, each month, make an approximate estimate of the amount of work done since the last preceding estimate and of the value thereof, and upon such estimate being made, the City will pay to the Contractor ninety (90%) per cent of the estimate; provided, however, that no such estimate or payment shall be required to be made when, in the judgment of the Engineer, the total value of the work done since the last estimate or payment amounts to less than three hundred ($300.00) dollars. Payment may at any time be withheld if the work is not proceeding in accordance with the provisions of this Contract. The Engineer may, if he/she deems it expedient so to do, cause estimates to be made more frequently than once in each month, and he/she may approve payments to be made more frequently to the Contractor. The Engineer may at his/her option retain, temporarily or permanently, a smaller amount than aforesaid, and may approve payment to the Contractor, either temporarily or permanently from time to time during the progress of the work, of such portion of the retained amount as he/she may deem prudent. The City, may keep any money which would otherwise be payable at any time hereunder, and apply the same, or so much as may be necessary therefore, to the payment of any expenses, losses, or damage incurred by the City and determined as herein; and may retain, until all claims are settled, so much of such money as the Director shall be of the opinion will be required to settle all claims against the City, its officers, agents or servants. The City may set off any unpaid taxes, fees or other charges or other amounts owed by the contractor against the contract price, in full or partial satisfaction. 20.08 FINAL ESTIMATE AND PAYMENT: It is further mutually agreed that whenever, in the opinion of the Engineer and the Director, the Contractor shall have completely performed all the work embraced in this Contract, the Engineer shall proceed with all reasonable diligence to measure the work and shall make out the final estimate for the same and shall certify the same in writing; and his/her certificate shall state the whole amount of the payments previously paid and the amount retained in all previous estimates. Within the term of thirty (30) days after the date of such final estimate, the City will pay to the said Contractor the amount due. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. Provided that nothing herein contained shall be construed to affect the right of the City by its Director of Public 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. 20.9 LAST PAYMENT TO TERMINATE LIABILITY OF CITY: No person or corporation other than the signer of this Contract as Contractor now has any interest hereunder, and no claim shall be made or be valid; and neither the City, nor its Mayor, ---PAGE BREAK--- 20-5 nor any member or agent thereof, shall be liable for, or be held to pay any money, except as provided for in Sections 20.07, 20.08, 20.16, and 20.33 of the Standard Specifications and in the Contract. The Acceptance by the Contractor of the last payment aforesaid shall operate as and shall be a release to the City, its Mayor, and every member or agent thereof, from all claim or liability to the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the City, or of any person relating to or affecting the work, except the claim against the City for the remainder, if any there be of the amount kept or retained as provided for in Section 20.07. 20.10 SITE INVESTIGATION: The Contractor shall examine the Plans, Specifications and site of the work and from his/her own investigation, determine the nature and location of the work, the general and local conditions, particularly those bearing on access, transportation, quality and quantity of surface and sub- surface materials to be encountered, and all other aspects of the work, machinery and services required to complete the project as required by the Contract Documents. The City will not be responsible for any understanding or representation made by any City employee during or prior to negotiation and execution of the Contract, unless such understanding or representation shall be in writing and become a part of the Contract Documents. 20.11 BORINGS AND ESTIMATE OF QUANTITIES NOT WARRANTED: It is expressly understood and mutually agreed to by the parties hereto that the quantities of the various classes of work to be done and materials to be furnished under this Contract have been estimated and are approximate and only for the purpose of comparing on a uniform basis the bids offered for the work. It is also understood that the Contractor has made his/her proposal from his/her own examinations and estimates and shall not hold the City, its agents or employees responsible for or bound by any schedule, estimate, sounding, boring or any plan thereof as being even approximately correct; and should the Contractor encounter quicksand or other difficulties, he/she shall have no claim on that account; and he/she shall, if any error in any plan, drawing, specification or direction relating to anything to be done under this Contract comes to his/her knowledge, report it at once to the Engineer. The Contractor further agrees that neither the City of Lewiston, nor the Director of Public 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. 20.12 COMMENCEMENT OF WORK: The Contractor agrees to commence the work required in the Contract Documents within ten (10) days after the signing of the Contract and deliverance of the Bond, unless otherwise specified in the Supplemental Specifications or directed by the Director of Public Works; 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 ---PAGE BREAK--- 20-6 to build and put into complete working order for the City of Lewiston the work described in the Contract Documents. 20.13 TIME AND ORDER OF DOING WORK: The Contractor agrees that the work shall be commenced and carried on at such points and in such order of precedence and at such times and seasons as may from time to time be directed by the Engineer. It is further agreed that no work shall be done under this Contract on Saturdays or Sundays or on days declared by the State Legislature as Legal Holidays, except in cases of emergency and then only with the consent in writing of the Director of Public 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. 20.14 NO DAMAGES FOR DELAY: The Director may delay the beginning of the work or any part thereof if the City shall not have obtained possession of the land in or upon which the same is to be performed or if for any other reason it becomes necessary to do so. The Contractor shall have no claim for damages on account of such delay, but shall be entitled to so much additional time wherein to perform and complete this Contract on his/her part as the Director shall certify in writing to be just. Whenever any part of the work covered by this Agreement is done in part by or connects with the work so as to accommodate the work of the other contractors and to cooperate with such contractors in mutual agreements as to all such work, and no contractor shall have a claim against the City growing out of the negligence or delay of any other contractor or contractors; but each contractor shall be liable to every other contractor for any such delay or negligence. 20.15 COMPETENT PERSONNEL TO BE EMPLOYED: The Contractor shall employ only competent personnel to do the work; and whenever the Director shall notify the Contractor, in writing, that any person on the work is, in his/her opinion, incompetent, unfaithful, disorderly or otherwise unsatisfactory, such person shall be discharged from the work and shall not again be employed on it except with the consent of the Director. 20.16 NOT TO SUBLET OR ASSIGN: The Contractor shall give his/her personal attention constantly to the faithful prosecution of the work, shall keep the same under his/her personal control and shall not assign, by power of attorney or otherwise, nor sublet the work or any part thereof, without the previous written consent of the Director; and shall not, either legally or equitably, assign any of the money payable under this Agreement or his/her claim thereto, unless by and with the like consent of the Director. 20.17 DIRECTIONS AND EXPLANATIONS, CORRECTIONS OF ERRORS: The Plans and Specifications are understood to be explanatory of each other, but should any discrepancy appear or any misunderstanding arise as to the import of anything contained in ---PAGE BREAK--- 20-7 either of them, the parties hereto further agree that the explanation and decision of the Engineer shall be final and binding on the Contractor; and all directions or explanations required or necessary to complete any of the provisions of this Contract and these Specifications and give them due effect shall be given by the Engineer. Correction of any error in the Plans or Specifications may be made by the Engineer, when such correction is necessary for the proper fulfillment of the intention of such Plans or Specifications, the effect of such correction to date from the time that the Engineer gives due notice in writing to the Contractor. 20.18 DUTY TO NOTIFY ENGINEER IF AMBIGUITIES DISCOVERED: The Contractor shall not take advantage of any ambiguity, error, omission, conflict, or discrepancy (“ambiguity, etc.”) contained in the Plans and Specifications that may significantly affect the cost, quality, conformity, or timeliness of the work. If the Contractor discovers any such ambiguity, etc., for which the Contractor may seek adjustments to compensation, time, or other Contract requirements, the Contractor shall provide a written notice stating the nature of the ambiguity, etc. within forty eight (48) hours of discovering or being notified of the ambiguity and before performing any work related to the ambiguity, etc., as provided in Section 20.19 – Early Negotiation. Failure to provide such written notice in compliance with the Contract shall constitute a waiver of all claims related to the ambiguity, etc. 20.19 EARLY NEGOTIATION: A. Notice Required: When the Contractor becomes aware of facts or circumstances that may cause the Contractor to seek additional compensation, time, or any other change in the requirements of the Plans and Specifications (“Issue”), then the Contractor shall notify the Engineer in writing within forty eight (48) hours of identification of the issue and at least 48 hours before commencing any part of the Work relating to the Issue. The notice must describe the basic nature and extent of the Issue. Such notice may be verbal only if confirmed in writing in one of the two following ways: if a Progress Meeting is held within fourteen (14) days of the date that the Issue became known, such Notice may be confirmed with an entry in the Progress Meeting minutes. Such entry must describe the basic nature and extent of the Issue. Otherwise, the Contractor shall confirm a verbal notice by delivering to the Engineer, within fourteen (14) days of the date the Issue arose, a Written Notice that describes the basic nature and extent of the Issue. The written notice or confirmation will be known as a “Notice of Issue for Consideration”. The Contractor will not be entitled to any additional compensation, time, or any other change to the requirements of the Plans and Specifications without a timely Notice of Issue for Consideration. B. Negotiation: When the Engineer receives the Notice of an Issue for Consideration conforming to Section 20.19 A. Notice Required, the Engineer and the Contractor will negotiate in good faith to attempt to resolve the Issue. Any resolution will be noted in the Progress Meeting minutes or confirmed otherwise in writing by the Engineer. Any changes to the Plans and Specifications that affect compensation, time, quality, or other requirements of the Plans and Specifications shall be by written Change Order. ---PAGE BREAK--- 20-8 20.20 SUPERINTENDENCE BY CONTRACTOR: At the site of the work, the Contractor shall employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he/she ceases to be on the Contractor's payroll. All directions given to such representative in the Contractor's absence shall be as binding as if given to the Contractor. 20.21 ALTERATIONS: It is further agreed that the Engineer may make alterations in the line, grade, form, position, dimension or material of the work herein contemplated, or any part thereof, either before or after the commencement of the work; and that the Director may at any time, order an alterations increase in the amount of work. Such increase shall be paid for according to the quantity actually done as extra work as provided for in Section 20.29. If such alterations diminish the quantity of work to be done, they shall not constitute a claim by the Contractor for damages or for anticipated profits on the work dispensed with and payment will be reduced in an amount determined as provided for in Section 20.30. 20.22 NO CITY EMPLOYEE TO BE INTERESTED: It is further agreed that this Contract shall be utterly void as to the City if any person employed in any capacity by the City of Lewiston is either directly or indirectly interested therein, except as provided by the City Charter. 20.23 WAIVER: No order by the Inspector or the Engineer or any of his/her employees, nor any order, measurement or certificate by the Engineer, nor any order by him/her for the payment of money, nor any payment for, or acceptance of, the whole or any part of the work by the Director, nor any extension of time, nor any possession taken by the Director or his/her employees, shall operate as a waiver of any provision of this Contract, or of any power herein reserved by the Director, or of any right to damages herein provided; nor shall any waiver of any breach of this Contract be held to be a waiver of any other or subsequent breach. Any remedy provided in this Contract shall be taken and construed as cumulative, that is, in addition to each and every other remedy herein provided and the City and the Director shall also be entitled to a writ of injunction against any breach of any of the promises of this Contract. 20.24 ACCESS TO WORK: The Engineer and Director, their assistants and inspectors may, for any purpose, enter upon the work and premises used by the Contractor, and the Contractor shall provide safe and proper facilities therefore. Other City contractors may also, for all the purposes which may be required by their contracts, enter upon the work and premises used by the Contractor. Any difference or conflicts which may arise between the Contractor and other contractors of the City in regard to their work shall be adjusted and determined by the Director. ---PAGE BREAK--- 20-9 20.25 ENGINEER TO DETERMINE AMOUNT AND QUANTITY OF WORK, INSPECTION OF MATERIALS: To prevent all disputes and litigations, it is hereby agreed by and between the parties to this Contract that the Engineer shall in all cases determine the amount and quality of the various classes of work which are to be paid for under this Contract; and that the Engineer by himself/herself, or his/her representatives acting under him/her, shall inspect all the materials to be furnished and all work to be done under this Contract to see that the same corresponds to the Specifications herein set forth. The Contractor further agrees that he/she will furnish the Engineer with such information and vouchers relating to the work, the materials therefore, and the persons employed thereon, as he/she shall from time to time request, and will give to the Engineer or his/her representatives all necessary labor, tools and facilities for inspecting the material to be furnished and the work to be done under this Contract. The Engineer has the authority to stop the work whenever such a stoppage may be necessary to insure proper execution of this Contract. He/she also has the authority to reject all work and materials which do not conform to the Specifications or Plans, to direct application of forces to any portion of the work and to order the force increased or diminished as in his/her judgment is required. 20.26 DEFECTIVE WORK AND MATERIALS: The inspection of the work shall not relieve the Contractor of any of his/her obligations to fulfill this Contract as herein prescribed and defective work shall be made good and unsuitable materials may be rejected, notwithstanding that such work and materials have been previously overlooked by the Engineer and accepted or estimated for payment. If the work or any part thereof shall be found defective at any time before the final acceptance of the whole work, the Contractor shall forthwith make good such defect, in a manner satisfactory to the Engineer, and if any materials brought upon the ground for use in the work, or selected for the same, shall be condemned by the Engineer as unsuitable or not in conformity with the Specifications, the Contractor shall forthwith remove such materials from the vicinity of the work. Nothing in this Contract shall be construed as vesting in the Contractor any right of property in the materials used after they have been attached or affixed to the work or the soil; but such materials shall, upon being so attached or affixed, become the property of the City. 20.27 SANITARY REGULATIONS: Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation and made fly proof and satisfactory to the Health Officer, shall be constructed and maintained by the Contractor in such a manner and their use shall be strictly enforced. The building or shanties or other structures for housing and personnel will be permitted only at such places as the Director shall approve and the sanitary conditions in or about such shanties or other structures must at all times be maintained in a manner satisfactory to the Director. 20.28 NO INTOXICATING DRINKS: The Contractor shall neither permit or suffer the introduction or use of intoxicating substances upon or about the works embraced in this Contract or upon any grounds occupied by him/her. ---PAGE BREAK--- 20-10 20.29 EXTRA WORK: The City of Lewiston reserves the right to add portions of the work required under this Contract, using the unit prices established in the proposal. The City will determine if all work outlined in the plans or portions thereof shall be built under this Contract prior to the Contact signing. The term Extra Work as used herein refers to and includes work required by the City which, in the judgment of the Director, involves changes in or additions to that are required by the Plans and Specifications; provided, however, such changes or additions do not result from the fault of the Contractor. The Contractor shall do any extra work when and as ordered in writing by the Director or his/her agents specially authorized thereto in writing, and shall, when requested by the Director so to do, furnish itemized statements of cost of the extra work ordered and give the Director access to the accounts, bills and vouchers relating thereto. If the Contractor claims compensation for extra work not ordered as aforesaid, or for any damage sustained, he/she shall, within one week after the beginning of any such work or of the sustaining of any such damage, make a written statement to the Engineer 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 Engineer an itemized statement of the details and amount of such work or damage; and unless such statements shall be made as so required, his/her claim for compensation shall be forfeited and invalid and he/she shall not be entitled to payment on account of such work or damage. The determination of the Engineer and Director shall be final upon all questions of the amount and value of extra work. If a unit price does not exist, payment for extra work will be actual cost plus fifteen (15%) per cent. For work performed by subcontractors, payment shall be the subcontractors actual cost plus 15%, plus an additional 5% for the Contractor’s oversight. No allowance will be made for overhead costs. 20.30 REDUCTION OF WORK: The City of Lewiston reserves the right to delete portions of the work required under this Contract, using the unit prices established in the Proposal. The City will determine if all work outlined in the Plans or portions thereof shall be built under this Contract prior to the Contract signing. The Contractor shall omit and not perform any portion of the work required by the Contract Documents when ordered in writing by the Director or his/her agents specially authorized thereto in writing. If no unit price exists, it will be an estimate to be made by the Director and the Engineer. Their estimate will be final and binding. These reductions shall not constitute a claim by the Contractor for damage or for anticipated profit on the work dispensed with. 20.31 NO TIME EXTENSION: The Contractor further agrees that the time of completion of the whole work is the essence of the Contract; and that he/she will make every effort to complete the work within the time limit specified in the Supplemental Specifications. In the event the Contractor fails to complete the whole work in the time specified, there shall be deducted from monies due the Contractor, not as a penalty, but as inspection costs, the sum of five hundred ($500.00) dollars for each working day, over and beyond the time limit specified which is required by the Contractor to complete the ---PAGE BREAK--- 20-11 whole work to the satisfaction of the Engineer and the Director. No extension of the time limit will be considered except in the case of an extremely unusual circumstance beyond the control of the Contractor. Any time extension will be authorized only in writing by the Engineer and Director; in which case the inspection cost charges will begin on the first working day after the extended time limit. 20.32 EMPLOYMENT OF LABOR: The Contractor agrees that in the employment of labor, preference will be given, all things being equal, to citizens of Lewiston, the State of Maine and the United States in their respective order as above noted. 20.33 CONDITIONS UNDER WHICH DIRECTOR MAY COMPLETE WORK: The Contractor hereby agrees that if the work to be done under this Contract shall be abandoned or if this Contract or any part thereof shall be sublet without the previous written consent of the Director, or if the Contract or any claim thereunder shall be assigned by the Contractor otherwise than as herein specified, or at any time the Director shall be of the opinion that the work is unnecessarily or unreasonably delayed, or that the Contractor is willfully violating any of the conditions or agreements of this Contract, or is not executing the Contract in good faith, or is not making such progress in the execution of the work as to indicate its completion within the required time, the Director shall have the power and right to notify the Contractor to discontinue all work or any part thereof under this Contract. Thereupon the Contractor shall discontinue the work or any such parts thereof as the Director shall have the power, by contract with or without advertising, day labor or otherwise as he/she may determine, to employ such labor and obtain such tools and appliances as he/she may deem necessary to work at and be used to complete the work herein described or such parts thereof as the Director may deem necessary, and to use such tools and materials of every description as may be found upon the line of work, and to procure other materials for the completion of the same, and to charge the expense of said labor, tools and materials to the Contractor; and the expense so charged shall be deducted and paid by the City out of such monies as may be due or may become due the Contractor under this Contract or any part thereof. In case such expense is more than the sum which would have been payable under this Contract, if the same had been completed by the Contractor, then the Contractor shall pay the amount owed by the City under this Contract at the time the Contractor is notified in writing to discontinue the work or any part thereof, plus the amount of the Bond executed by the Contractor for the performance of the Contract. 20.34 PAYMENT FOR MATERIALS: Payments will be made in accordance with the price stated in the Contract. The Contractor may include requests for payment of material delivered to the job site when such requests are accompanied by invoices substantiating the requests for material payment satisfactory to the City. 20.35 GUARANTEE: The Contractor guarantees that the work to be done under this Contract will be done in a good and workmanlike manner and all materials, whether furnished by him/her or the City used in the construction of the work, will be free from defects and flaws and in conformity with the Plans and ---PAGE BREAK--- 20-12 Specifications in all respects. This guarantee will be for a period of one year after the date of acceptance of the whole work by the City of Lewiston. The Contractor shall at all times, until the final acceptance of the whole work, keep the surface of the streets in the position and condition required by these Plans and Specifications. If at any time within the period of the guaranty, any other part of the work constructed under the terms of this Contract shall in the opinion of the Director of Public Works require repairing, the Director shall notify the Contractor in writing to make the required repairs. If the Contractor shall neglect to make such repairs to the satisfaction of the Director within the time limit as set forth in the notice in writing to the Contractor of the required repairs, then the Director of Public 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. 20.36 WORK DAY: A work day shall be any day, other than a State of Maine legal holiday, Saturday 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--- 30-0 DIVISION 30 CONTROL OF WORK STANDARD SPECIFICATIONS Content PAGE NO. 30.01 Scope 30-1 30.02 References 30-1 30.03 Plant 30-1 30.04 Open Excavations 30-1 30.05 Maintenance of Traffic 30-2 30.06 Care and Protection of 30-3 30.07 Dust Control 30-4 30.08 Disposal of Water 30-4 30.09 Removal of Surplus Excavation 30-4 30.10 Materials Supplied by the City 30-5 30.11 Blasting Precautions 30-5 30.12 Damage by Blasting 30-5 30.13 Private Land 30-6 30.14 Temporary Bridges or Crossings, and Precautions 30-6 30.15 Work to Be Done 30-6 30.16 Cleaning up 30-7 ---PAGE BREAK--- 30-1 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 overnight. The Contractor shall hold the City harmless from all liability related to open excavations. ---PAGE BREAK--- 30-2 Open excavations will be allowed overnight, except they shall be backfilled for weekends, when they are within fifty (50) feet of an intersection, or if they present a hazard to traffic as determined by the Engineer. 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 The Contractor shall perform his/her work to maintain at least one lane available for the use of traffic and emergency vehicles at all times. Completely closing the traffic lanes will not be permitted except under special permission from the Director of Public Works, Fire Chief and the Police Chief. As the work progresses, the Contractor shall maintain the street to its original width, by removing stockpiles of earth, maintaining trenches at street grade, and providing adequate drainage. Stockpiling materials in the adjacent travel lane shall not be permitted even in situations where the contractor is granted permission to close the roadway. The contractor shall maintain the adjacent travel lane in such a manner that it can be immediately opened for emergency vehicles, busses, garbage trucks, and other vehicles requiring access to the neighborhood. 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 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. ---PAGE BREAK--- 30-3 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 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 ---PAGE BREAK--- 30-4 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. Water shall be applied to the roadway daily or as required to maintain the dust on the roadway. It may become necessary for the contractor to provide a water truck dedicated to the project if the conditions warrant. If the Contractor is unable to maintain dust on the roadway, work will cease on the project until the site can be stabilized, at which time construction may resume. 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. 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. ---PAGE BREAK--- 30-5 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 review all materials delivered by the City or the City’s supplier at no additional cost to the City. Any discrepancies between delivered materials and the quantities listed on the invoices shall be brought to the attention of the person delivering the materials and the Engineer shall be notified immediately of the discrepancy. 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 chained together and every precaution taken for the protection of the work, adjacent utilities, 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. 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 ---PAGE BREAK--- 30-6 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 Engineer 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 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, 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 ---PAGE BREAK--- 30-7 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. End of Section ---PAGE BREAK--- 60-0 DIVISION 60 SEWERS and DRAINS STANDARD SPECIFICATIONS Contents PAGE NO. 60.01 Scope 60-1 60.02 References 60-1 60.03 Utility Conflicts 60-1 60.04 Sewer and Storm Drain Installation 60-2 60.05 Underdrain Installation 60-4 60.06 Riprap Installation 60-4 60.07 Manhole Installation 60-5 60.08 Catch Basin Installation 60-5 60.09 Dewatering Trench 60-6 60.10 Force Main 60-6 60.11 Sewage Air Valves 60-6 60.12 Manhole Inverts 60-7 60.13 Frames and Covers 60-7 60.14 Exfiltration-Infiltration Test 60-7 60.15 Vacuum Test for Manholes 60-9 60.16 Sewer Services 60-10 60.17 Line and Grade 60-10 60.18 Method of Measurement 60-10 60.19 Basis of Payment 60-10 ---PAGE BREAK--- 60-1 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. ---PAGE BREAK--- 60-2 60.04 SEWER AND STORM DRAIN INSTALLATION A. SDR 35 PVC, Smooth Interior Corrugated Polyethylene and Polypropylene Pipe - Pipe shall be installed in accordance with the manufacturer’s instructions and the following details. 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 eight inches above 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 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. 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. C. Polyethylene Culvert and Underdrain - Crushed stone, shall be used as bedding and envelope material around the pipe. Aggregate size should not exceed one inch. ---PAGE BREAK--- 60-3 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. D. 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. E. 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 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. ---PAGE BREAK--- 60-4 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 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 ---PAGE BREAK--- 60-5 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 gravel or 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, 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 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 frame and cover, floatables hood on outlet pipes 15 inches or less, 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 ---PAGE BREAK--- 60-6 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. THE SEWER OR COMBINED SYSTEM. 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 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 Series 440 as manufactured by DeZurik, Sartell, MN, or approved equal. 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. ---PAGE BREAK--- 60-7 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 sewer invert channels shall be lined with water struck hard burnt brick set on edge in a full bed of mortar or epoxy coated precast concrete. 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. 60.14 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. ---PAGE BREAK--- 60-8 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) From 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. 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 ---PAGE BREAK--- 60-9 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. 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. ---PAGE BREAK--- 60-10 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. Connections to manholes shall be made as specified in Section 60.04. Tee connections to SDR 35 PVC pipe, RCP or polypropylene pipe shall be made using an appropriately sized Inserta Tee. 60.17 LINE AND GRADE The Contractor will be supplied with bench marks within the work area, so that he/she may be able to establish grade and set up a pipe laser or rotary slope laser. Replacement of any 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. 60.18 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, from center to center of manholes, with no deduction made for manholes. 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: The quantity of manholes for which payment shall be made will be the actual number of vertical feet installed, measured in place, from the center of the invert to the top of the rim. D. Catch Basins: Catch basins shall be paid for on a lump sum basis for each basin. E. Riprap: Riprap, for which payment shall be made, will be measured by the cubic yard complete and in place. 60.19 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. ---PAGE BREAK--- 60-11 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, per vertical foot, at the Contract unit prices, for the specified type of manhole. 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/drain 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, including excavation, crushed rock bedding and gravel or crushed rock backfill, furnishing and installing frames and grates and anything else incidental to the proper completion of the work, as specified herein. E. Riprap: The accepted quantities of riprap, for which payment shall be made, will be at the Contract unit price per cubic yard, in place. Payment shall include installation of fabric under the riprap. End of Section