← Back to Lewiston

Document Lewiston_doc_dd132670bb

Full Text

Intermediate Secure Landfill Cover Installation Bid No. 2014-006 Bid Date: 4/17/14 ADDENDUM NO. 1 Notice is hereby given on the changes to the above referenced bid. Please make the following changes to the Specs and revised Proposal Form: 10.0 - SCOPE OF WORK RFP Comment – Proposal, Item 1 Question – What is the diameter of the culvert Response – 24” (Refer to revised RFP, Bid No. 2014-006) RFP Comment – Proposal, Item 3 Comment – Change the Cubic Yard measurement to tons Response – Given the estimated density of MDOT Underdrain type B sand is (loose) is 100#/ft3 A quantity of 3,175 tons will be required. (Refer to revised RFP, Bid No. 2014-006) RFP Comment – Proposal, Item 5 Comment – Change the” Lump Sum” price to a “unit price” Response – the “Lump Sum” price has been changed to a “SQ. FT. (square foot)” price with an estimated quantity of 1,500 ft2 required for placement over disturbed areas. (Refer to revised RFP, Bid No. 2014-006) RFP Comment – Division 10, 10.2 – Time Limit Comment – Revise the completion date specified in Division 10, 10.2-Time Limit from July 31, 2014 to October 1, 2014. Response – This revision has been made. Refer to revised RFP, Bid No. 2014-006. RFP Comment – Division 10, 10.20 – Acceptable Pipe Material & Installation, C. Structural Rock Excavation Comment - Although it is not likely this issue would arise, but it would be very difficult to estimate a possible cost for providing this service, as requested under “Miscellaneous Cost”, as specified in this section of the RFP. Response – Duly noted. This section of the RFP has been revised. Refer to revised RFP, Bid No. 2014-006. In the event this issue were to arise during construction, payment to the Contractor would be made as described in Division 20, 22.5 – Extra Work. ---PAGE BREAK--- Bid Date: 04/17/14 Bid No. 2014-006 City of Lewiston, Maine Notice to Contractors Proposal: Sealed proposals for Installation of Intermediate Cover – Secure Landfill which includes furnishing all labor, equipment and materials required to satisfactorily furnish and install one section of twenty-four (24) inch diameter culvert with a combined length of fifty (50) linear feet, one intermediate cover (gas transmission sand layer, 40 mil textured HDPE geomembrane cover and anchor system), two temporary gas vents, one rip-rap splash pad/inlet apron and all other incidental work as necessary to satisfactorily complete the project as outlined in the Supplemental and Standard Specifications. All proposals will be received by the City of Lewiston, Maine, at the office of the Director of Budget / Purchasing until 2:00 p.m., Thursday April 17, 2014 and then at said office publicly opened and read aloud. Only sealed bids will be accepted. Faxed bids will not be considered. Each bidder is required to state in his/her Proposal his/her name and place of residence and the names of all persons or parties interested as principals with him/her; and that the proposal is made without any connection with any other bidder making any Proposal for the same work; and that no person acting for, or employed by, the City of Lewiston is directly or indirectly interested in the Proposal or in any contract which may be entered into to which the Proposal relates, or in any portion of the profits therefrom, except as provided by the City. All bidders are required to attend a pre-bid meeting to be held at Lewiston’s Solid Waste Facility, located on River Rd., Lewiston, Maine on Thursday, April 10, 2014 at 10:00 a.m. Attendance at this meeting by the bidder or their qualified representative is a mandatory prerequisite for the acceptance of a bid from that Contractor. 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: Installation of Intermediate Cover – Secure Landfill and addressed to: “Director Budget/Purchasing, City Hall, 27 Pine St., Lewiston, Maine 04240”. Any bidder may withdraw his/her Proposal prior to the scheduled time for the opening of Proposals upon presentation to the Director 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 shall not be considered. The Finance Committee reserves the right to waive any formality and may consider as informal any Proposal not prepared in accordance with these provisions. The Finance ---PAGE BREAK--- 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 bond or certified check in the amount of ten percent (10%) of the total bid price, made out in favor of the City of Lewiston. All bid securities will be released upon deliverance of a signed Contract or, if no Contract award is made, within forty-five (45) days after the opening of the Proposals, unless forfeited as herein stipulated. A Performance Bond shall be required of the successful bidder in a form acceptable to the City, executed by a surety company duly authorized to do business in the State of Maine, in the amount of one hundred (100%) percent of the total sum cost (Project Total) of the Contract as security for the faithful performance of this Contract and as security for payment of all persons performing labor and furnishing materials and equipment in connection with this Contract. Proof or ability for bonding must accompany this bid. The Performance Bond shall be executed for the duration of the Contract and shall be obtained prior to the execution of the initial Contract and shall be a condition precedent to the execution of the Contract. The successful bidder will be required to submit a separate Performance Bond as outlined above, made out in favor of the City of Lewiston. The Contract must be signed within ten (10) days, Saturdays, Sundays, and holidays excepted, after the date of notification to the bidder by the Director 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. The work is to be commenced within ten (10) days after the date of the Contract signing, weather permitting, unless otherwise specified in the Supplemental Specifications or directed by the Director Budget/Purchasing, in writing, and is to be continued with diligent regularity until its completion within the time limit specified in the bidder’s Proposal. All Proposals must be made on the blank Proposal Form found in these 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 the expenses incidental to the completion of the work in full conformity with the Contract Documents. The prices must be stated in both words and figures. Should a discrepancy be found between the prices written in words and the prices written in figures, the prices in words shall govern. Proposals which do not contain prices for all items which are called for or which otherwise are not in conformity with this Notice may be rejected. Each bidder shall make his/her own examinations and estimates, and shall not hold the City, its agents or employees responsible for, or bound by, any schedule, estimate, sounding, boring, or any plan thereof; and shall, if any error in any plan, drawing specifications or direction relating to anything to be done under this Contract comes to his/her knowledge, report it at once, in writing, to the Superintendent – Solid Waste. The Contractor shall supply all equipment, materials and labor required to complete the work unless otherwise provided for in the Supplemental Specifications. The cost and expense of all the necessary labor, tools and equipment required to complete the work shall be included in the prices stated in the Proposal. ---PAGE BREAK--- If the Bid Price of any of the 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 subject to rejection for the following reasons: 1) If the Proposal is on a form other than that furnished by the City or if the form is altered in any way. 2) 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. 3) 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. 4) If the Proposal does not contain a unit price for each pay item listed unless otherwise specified. 5) 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. 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. ---PAGE BREAK--- City of Lewiston REVISED: Proposal Form Installation of Intermediate Cover – Secure Landfill To: Director Budget/Purchasing The undersigned hereby declares that he/she has carefully examined the location of the proposed work, the proposed Contract Form and the Contract Documents therein referred to and that he/she proposes and agrees, if this Proposal is accepted, that he/she will contract with the City of Lewiston, by its City Administrator to provide all machinery, tools, labor, equipment and other means of construction and to do all the work and to furnish all the materials, except those specified in the Supplemental 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 Superintendent – Solid Waste and/or Director of Public Works as provided for therein. The Contractor shall provide unit costs for all labor and equipment and all supplies required to complete the work described in the Supplemental Specifications. All work shall be performed on a time and materials basis with an estimated cost not to exceed provided in the following proposal. If work is completed in less time and/or under the budget estimate provided in this proposal, the City shall provide payment for the actual cost of work performed. The City currently has funding for the installation of 126,000 sq. ft. of Intermediate Cover, which shall be field measured by the Contractor. In the event there are additional funds available to install more Intermediate Cover, the Contractor will be asked to do so, up to and including an additional 50,000 sq. ft., in accordance with the construction drawings included in these Contract Documents. Compensation to the Contractor for any additional work shall be based on the unit costs provided in this Proposal for Installation of Intermediate Cover. Written time sheets, which include labor hours, equipment hours and supplies consumed shall be provided to the Superintendent – Solid Waste on a daily basis. The City shall not provide payment in excess of the budget estimate unless prior written approval is provided by the Superintendent – Solid Waste. ITEM EST. QTY. & ITEM DESCRIPTION & UNIT TOTAL NO. PAY UNIT 1. 50 L.F Furnish & Install 24” Dia. Culvert: 2. 126,000 SQ. FT. Furnish & Install Geomembrane Cover & Anchor System: 3. 3,175 tons Furnish & Install MDOT Underdrain Type B Sand: ---PAGE BREAK--- 4. Lump Sum Furnish & Install Erosion Control: 5. 1,500 SQ. FT. Furnish & Install Loam & Seed: 6. 48 C.Y. Furnish & Install Riprap / Splash Pad: 7. 2 EA. Furnish & Install Gas Vents: 8. Lump Sum Miscellaneous Work: 9. Lump Sum Clean-Up: PROJECT TOTAL: Company Name Firm’s IRS I.D. # Address Signature Name/Title (printed) Telephone # Fax # Date ---PAGE BREAK--- Supplemental Specifications Division 10 10.0 SCOPE OF WORK: It is the intention of these Contract Documents to require the complete and satisfactory installation of intermediate cover at the secure landfill, which is located at the City of Lewiston’s (City) Solid Waste and Recycling Facility (Solid Waste Facility). The work shall consist of installing one intermediate cover (which includes a 6” layer of sand - MDOT Type B - overlain by 40 mil textured HDPE geomembrane), rope and sandbag anchor system, fifty (50) linear feet of twenty-four (24) inch diameter culvert, one slash pad/apron, and all other incidental work as necessary to satisfactorily complete the project as outlined or implied in the Plans and Specifications. Installation of intermediate cover as specified in the Facility’s Operational and Closing Sequence Plan (Appendix F of the Facility’s Operations Manual (OM)) is required by the Maine Department of Environmental Protection’s (DEP) Solid Waste Management Regulations (CMR 401.4(C)(6 & a copy of the specifications for the geomembrane cover is enclosed in Appendix A of this Request For Proposal). The successful contracting firm (Contractor) shall be responsible for supplying all labor, equipment and materials necessary to complete these tasks, as described in these Contract Documents, which includes the Supplemental & Standard Specifications, unless written approval is granted by the Solid Waste Facility’s Superintendent. Disposal operations in the Cell 4 portion of the landfill will continue through the completion of this project. The Contractor shall coordinate construction activities with the Superintendent to minimize impact to waste disposal activities, erosion control measures, traffic, and all other landfill operations. 10.1 QUALIFICATIONS: The Contractor shall provide evidence they have a minimum of five year’s experience installing intermediate cover systems and all additional work described in these contract documents at special waste landfills similar to Lewiston’s Solid Waste Facility or larger and shall provide a minimum of three references of similar projects upon submission of the Proposal Form. 10.2 TIME LIMIT: The project will be awarded within thirty (30) days of the bid opening. The Contractor may begin work on the scope of work as soon as the Contract is executed. The Contractor shall complete all of the work outlined in the Contract Documents by July 31, 2014 October 1, 2014. The Director of Public Works or his/her authorized representative reserves the right to extend the project completion date, if the Contractor submits in writing that he/she cannot complete the project by the completion date due to unforeseen circumstances or other justifiable reasons. The decision of the Director or his/her authorized representative regarding the time extension will be final. 10.3 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 22.5 and 22.6 of the Specifications “Extra Work” and “Reduction of Work” respectively. If no unit prices exist, a ---PAGE BREAK--- change order must be negotiated between the City of Lewiston and the Contractor. 10.4 PRE-BID MEETING: A mandatory Pre-Bid Conference will be held on, Thursday, April 10, 2014 at 10:00 A.M. The location will be at the Solid Waste Facility, 424 River Rd., Lewiston in the Solid Waste Facility Conference Room. All Prospective Bidders are required to attend. 10.5 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, the machinery and services required to complete the Project as required by the Contract Documents, and all other aspects of the work. 10.6 FIELD LAYOUT: The contractor shall be responsible for the field layout of the work in this Project, based on the enclosed site drawing and details (refer to the attached Contract Plans, “Lewiston Landfill Survey Control”). The City will provide control points that the Contractor can use for layout. The coordinates of the control points are Point 128 N 443576.35 E 2949603.00 Elev. 316.55 4.6’ off metal post Point 130 N 443472.27 E 2949761.70 Elev. 342.56 Set between bollards If, during the course of construction, the layout points, benchmarks, or control points are disturbed by the Contractor, it shall be his/her responsibility to re-establish their locations. 10.7 FUNDING: This Project is being funded entirely by the City of Lewiston. No Federal or State funds are proposed to be used in completion of this Project. 10.8 SAFETY: The secure landfill located at the site is classified as a Subtitle D landfill, in conformance with Federal and State regulations. As such, the secure landfill contains Municipal Solid Waste (MSW), MSW incinerator ash, and other non-hazardous solid waste materials. The Contractor is responsible for becoming familiar with landfill operations and the environmental conditions at the site (based on information available in the Facility’s Operations Manual) and the health and safety of their own employees. The Contractor shall conform with all work safety requirements of all pertinent regulatory agencies, and shall secure the site for the working condition in compliance with the same. ---PAGE BREAK--- Any and all manhole and confined space entry procedures shall conform to City policy, Maine State Department of Labor Regulations, and Federal Occupational Safety and Health Administration (OSHA) regulations. 10.9 QUALIFICATIONS OF BIDDERS: The Contractor shall provide evidence they have a minimum of five years experience installing intermediate cover systems (and associated tasks described in Supplemental Specifications – Division 10) at special waste landfills similar to Lewiston’s Solid Waste Facility or larger and shall provide a minimum of three references of similar projects as part of their Proposal submission. 10.10 PRODUCTS AND MATERIALS: The contractor shall supply all materials, equipment, and labor as necessary to complete the Project in accordance with the Plans and Specifications. To the greatest extent possible, the Contractor shall provide products and materials of a singular kind and from a singular source. The Contractor shall select products and materials, which are compatible with other products and materials already selected and are suitable for proper performance of the completed work. The Contractor shall deliver, handle, and store products in accordance with the manufacture’s recommendations and by methods which will prevent damage, deterioration, and loss, including theft. The Contractor shall control delivery schedules to minimize long-term storage of the products at the site and overcrowding of the construction space. 10.11 WORKING HOURS: Regular working hours shall be 7:00 AM through 6:00 PM, Monday through Friday. Any work performed after regular working hours, on Saturdays, Sundays or on State and Federal holidays, shall be allowed only with express permission of the Superintendent of Solid Waste, or their designee. Not allowing work outside of the regular working hours as defined herein shall not be a basis for claims against the City. 10.12 SUBMITTALS: Includes printed information on materials, warranties, product data, quality testing, survey data and reports, project photographs, record drawings, field measurement data applicable to the work and not submitted as shop drawings, shall be forwarded to the Superintendent and maintained at the Solid Waste Facility. Warranty copies required in addition to those desired for use by the Installer are two executed copies, and two additional confirmed copies where required for maintenance manuals. ---PAGE BREAK--- Submittals, which are required as part of this project, shall be provided to the Superintendent at the completion of the project. 10.13 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 Plans and Specifications and the Regulations of the City. The following will be discussed: • Procedures and channels for communication. • Progress Schedule and Submittal Schedule. • Organizational arrangement of Contractor's personnel and equipment, and those of Subcontractors and the Superintendent. • Contract documents. • Processing of all data submitted to the Superintendent for review. • Processing of field decisions and change orders. • Rules governing the performance of the work. • Safety, quality control, housekeeping and other matters. The Contractor shall give the Superintendent a work schedule, cost breakdown for the "Miscellaneous Work" item, a list of Suppliers and Subcontractors, cold weather seaming plan, all submittals and all other information required by the Contract at that time. The work schedule shall be in a bar chart form indicating a time bar for each major category of work to be performed at the site, including minor categories, which are involved in the overall sequencing of the work. 10.14 GEOMEMBRANE PRE-CONSTRUCTION MEETING: Prior to the start of the installation of the geomembrane cover system, a meeting will be scheduled with the Contractor, geomembrane installer, and Superintendent. The following will be discussed: • Review of general installation procedures. • Review of any outstanding issues not addressed in the Specifications. 10.15 PROTECTIVE BARRIER SAND: Prior to the placement of the barrier sand, the Contractor shall grade the existing waste surface to the approximate dimensions shown on page 3 of 8, “Buildout Cell 3 December 2013”, of the Lewiston Secure Landfill Operational and Closing Sequencing Plan (Contract Plans). In addition, the Contractor shall field locate and construct a Temporary Geomembrane-Lined Swale as described in Detail N, Page 8 of 8, “Details and Section” of the Lewiston Secure Landfill Operational and Closing Sequencing Plan (Contract Plans). The Contractor shall tie the discharge point of the Geomembrane- Lined Swale into the existing temporary downchute to the north of Cell 3. Upon completion of grading the waste material to the dimensions provided in the Contract Plans, the Contractor shall furnish and install MDOT 703.22 Underdrain Backfill Material Type B (sand), which conforms to the following parameters – ---PAGE BREAK--- Sieve Designation Percentage by Weight Passing Square Mesh Sieves 25.0 mm (1 in) 95 – 100 12.5 mm (0.5 in) 75 – 100 4.75 mm (No. 4) 50 – 100 850 um (No. 20) 15 – 80 300 um (No. 50) 0 – 15 75 um (No. 200) 0 – 5.0 The Contractor place the material to allow a uniform six inch thick layer to conform to the lines and dimensions shown on the Drawings, which will provide a protective barrier between the waste material and the 40 mil HDPE geomembrane. The sand shall be graded to within 1/2-inch tolerance of finish grade. The sand shall be installed in one six inch thick lift. The surface of the sand layer shall be smooth and free of all vegetation, rocks, stones, sticks, roots, sharp objects or debris of any kind. The surface shall provide a firm, unyielding foundation with no sharp changes or abrupt breaks in grade. Rounded corners shall be provided in all directional changes to avoid sharp bends in the geomembrane. No geomembrane shall be placed on subgrade deemed unsuitable by the Installer and the Superintendent. The site preparation and furnishing and installation of the protective barrier sand will be paid for under Item No.3, "Furnish & Install MDOT Underdrain Type B Sand” (Proposal For Installation of Intermediate Cover – Secure Landfill). 10.16 GEOMEMBRANE MATERIAL: The geomembrane material shall be a textured high density polyethylene (HDPE) 40- mil thick geomembrane suitable for extended use as an interim cover for landfills. A. Product -The geomembrane shall be black 40 mil textured HDPE manufactured by GSE Environmental, LLC., of Houston, Texas or an equal approved by the Superintendent. The geomembrane shall conform to the following parameters: Property Test Method Value Units Density ASTM D-792 > 0.94 g/cm3 Thickness ASTM D-5199 40 mil (mm) Tensile Properties ASTM D-6693 Strength at Yield 84 lb/in-width % Elongation at Yield 12 “ Tensile Strength at Break 60 “ % Elongation at Break 100 “ Tear Resistance ASTM D-1004 28 lb. Puncture Resistance ASTM D-4833 60 lb. Notched Constant ASTM D-5397 Method A >400 Tensile Load ---PAGE BREAK--- B. Manufacturer -The Superintendent of Solid Waste and the City Engineer shall approve the manufacturer of the flexible geomembrane. The Manufacturer shall demonstrate satisfactory experience in the manufacture of geomembrane material and have a reputation of producing a high quality product. All geomembrane materials and associated components shall be obtained from a single manufacturer. The Manufacturer shall have a minimum of five years experience manufacturing the specified products, be listed by the National Sanitation Foundation (NSF), and have 15,000,000 square feet of HDPE geomembrane product installed at landfill facilities. Provide names of three facilities where the product has been installed, owner's point of contact and telephone number, and the square foot area of each installation. C. Installer - The Installer shall be approved by the Manufacturer, the Superintendent of Solid Waste, and the Department of Environmental Protection (DEP) Solid Waste Bureau. The Installer shall have successful experience in the installation HDPE sheets using the single hot wedge seaming method on projects with similar requirements to this project; and which is acceptable to, or licensed by the Manufacturer of the primary materials for the installation of these materials. The installer shall have a minimum of five years of experience performing this type of work and shall submit documentation of such to the Superintendent. The installation shall be performed under the direction of an Installation Supervisor who shall remain on site at all times during the geomembrane installation and seaming. The Installation Supervisor shall have performed these duties and have supervised a minimum of 10,000,000 square feet of polyethylene geomembrane installation. The Head or Chief Weld Technician shall have installed a minimum of 10,000,000 square feet of polyethylene geomembrane in such capacity. Documentation of experience for these personnel shall be subject to the approval of the Superintendent. D. Cold Weather Plan -The Contractor, if required, shall submit a cold weather installation plan prepared by the Installer who discusses intended procedures for dual hot wedge welding when the ambient air temperature drops below 40 degrees F. The Superintendent will approve this plan. Geomembrane installation will not take place when the ambient air temperature is below 40 degrees F without an approved plan. At a minimum the plan shall address the following: • Status of geomembrane installation upon implementation of the cold weather plan. • Subgrade preparation and maintenance during frozen conditions. • Seaming and testing o Number of test strips o Frequency of testing o Pre-heating sheets o Removal of moisture prior to seaming • Slack requirements • Snow and ice removal Temperature readings of the ambient air at the level 0.5 feet above the HDPE geomembrane shall be taken by the Installer and recorded in a daily report a minimum of three times per day. The Cold Weather Plan shall become effective when the recorded temperature is below 40° F. Seaming shall not be permitted when the geomembrane sheet temperature exceeds 122 degrees F, as measured by an infrared ---PAGE BREAK--- thermometer or surface contact thermocouple. Higher temperatures may be allowed at the discretion of the Superintendent. Seaming of the geomembrane shall not be permitted during periods of rain or snow. E. Warranty: The Contractor shall provide a written warranty signed by the installer and Manufacturer of the geomembrane materials, agreeing to, within the specified warranty period, repair/replace defective materials and workmanship characterized by leakage, abnormal aging or deterioration of materials, and other failures of the geomembrane to perform as required. The specified warranty period for workmanship shall be for one year after the date of final completion of the liner installation and 5 years for materials. A copy of the warranty shall be submitted to the Superintendent for review and acceptance prior to commencement of liner installation. F. Testing and Inspection -The Manufacturer shall perform 100% continuous visual inspection of each linear foot of geomembrane manufactured for this project. Upon discovery of any defect, the Manufacturer shall stop production and rectify the cause of the defect prior to continuation of the manufacturing process. All goods shall be inspected on both sides for unmixed or poorly dispersed ingredients, pinholes or the presence of contaminants or foreign particles prior to shipping to the job site-: Rolls that have evidence of surface defects such as undispersed resin, creases, pinholes, etc., based upon the judgment of the Superintendent, shall be rejected and removed from the site. Each roll of geomembrane material shall have permanently affixed on both inside the roll core and outside the roll the following information: Name of Manufacturer, date of manufacture, thickness of material, batch and roll Number, and roll dimensions (width and length). Transportation shall be the responsibility of the Contractor. Any damage or unacceptable material shall be replaced at no cost to the Owner. Once on-site, the geomembrane shall be the responsibility of the Contractor. The material shall be stored on a prepared surface in a location to avoid temperatures in excess of 140° flames, welding sparks, water, dirt, damage, or contamination from foreign substances. All roll labeling shall be maintained in a readable condition. Appropriate handling equipment shall be used when moving the rolled goods. Any damaged material shall be replaced at no cost to the City. G. Installation - Prior to geomembrane deployment, the Contractor shall submit signed certification forms to verify that the sub grade area to be covered was inspected and accepted prior to cover installation. Subgrade certification may proceed incrementally as liner installation proceeds. The Contractor shall submit data prepared by the Installer indicating the slack required for the installed geomembrane necessary to accommodate the temperature difference at the time of installation and the lowest operating temperature anticipated for this project. The geomembrane shall be placed over the prepared sub grade in such a manner as to assure minimum handling. The sheets shall be placed to minimize field seaming. Horizontal field seams or butt seams on the slopes shall NOT be acceptable. Only those sheets of material which can be anchored and/or seamed together in one day shall be unpacked and placed into position. Slope seams shall be minimized and run as close to the line of slope as possible, particularly in corners. ---PAGE BREAK--- In areas where wind is prevalent, geomembrane installation shall be started at the upwind side of the project and proceed downwind. The Installer shall secure the leading edge of the geomembrane at all times with sand bags, tires, or other acceptable means sufficient to hold the geomembrane in place. Any items used for this purpose shall not have exposed steel cords or other sharp edges which may snag or cut the geomembrane. Materials, equipment or other items shall not be dragged across the surface of the geomembrane or be allowed to slide down the slopes of the cover. All parties walking or working upon the geomembrane shall wear soft-sole shoes. Any geomembrane surface showing injury due to installation shall be replaced upon direction of the Superintendent. The Contractor shall provide a written plan describing the steps they will take for installing the Geomembrane around inlets, outlets and other projections through the geomembrane. This plan will be submitted to the Superintendent for review and approval prior to initiating installation of the geomembrane. All piping, structures and other projections through the geomembrane shall be sealed as to be water tight, based on visual inspection. The geomembrane shall be installed to accommodate thermal contraction at the lowest anticipated exposure temperature ( -30°F) with NO occurrence of bridging. The Installer shall be required to submit daily reports at the end of each week to the Superintendent. The reports shall document the temperature recordings taken in the field, describe the work being performed, document the total square footage of geomembrane, document the linear footage of seam installed each day and outline all of the testing done each day. H .Field Seams -The geomembrane will be seamed with the following method: Single Hot Wedge Seaming: Properly position the hot wedge welder so that both surfaces to be joined come into intimate contact with the anvil. Each apparatus shall be equipped with a thermometer which reads the machine welding temperature. Temperature readings shall be verified regularly or as directed by the Superintendent. Temperature controllers shall be set according to sheet thickness, ambient temperature, and rate of travel and shall be adjusted as necessary based on results of test welds. Where necessary, a temporary support surface between the geomembrane and the sub grade shall be used. The wedge welder shall be cleaned daily. Installation - In preparation, the area to be welded shall be free of dirt or dust and shall be dry. Seaming shall not occur when the sub grade contains ponded water or is fully saturated. The sheet surface shall not be roughened by grinding or any other means. Surface to be welded shall be clean and dry. Overlap sheets a minimum of 6 (six) inches. The overlap shall be placed in a shingle fashion to shed water to the down-gradient side. All seams shall be aligned to create a smooth and wrinkle free surface in the overlap area. Seaming shall be continued with as few interruptions as possible. Temporary seams may be allowed for protection of the cover subgrade, upon concurrence of the Superintendent, but shall be redone after the weather clears. Under NO circumstances will the temporary seam be allowed as a permanent seam. Artificial cooling of welds of any type shall NOT be acceptable. ---PAGE BREAK--- Patches and Repairs - All repairs shall be performed as specified or as acceptable to the Superintendent. Grinding and rewelding shall NOT be an acceptable method of repair, unless approved by the Superintendent. Patches shall be of the same thickness and type as the parent material and have rounded corners. Surfaces to be welded shall be clean of dirt, debris and other foreign material and shall be dry. Patches shall extend a minimum of 6 inches in all directions beyond defect. "Fishmouths" or wrinkles not installed to accommodate thermal contraction of the geomembrane shall be repaired by cutting along the top ridge. Once the ridge is cut, the two sides shall be laid flat. Where the overlap is greater than 3 inches, repair by seaming. Where the overlap is 3 inches or less, repair by patching. Small holes (less than or equal to 1/4" diameter) and cuts shall be repaired by patching. Defects to the geomembrane surface such as creases or stress from rough sub grade shall be repaired or replaced as directed by the Superintendent. Visual Inspection: The geomembrane surface shall be cleaned by the Installer so that it is free of dust, mud, debris or any other material which may inhibit a thorough visual examination of the surface. The entire geomembrane surface including all seams, repairs and patches shall be examined by the Installer and the Superintendent to confirm that it is free of any defects, holes, blisters, creases, scratches, undispersed raw materials, contamination by foreign matter, signs of injury from installation, penetration from foreign objects, or stresses induced by a rough sub grade. Any areas requiring repair shall be clearly marked, repaired and/or replaced to the satisfaction of the Superintendent. The Contractor will be paid for furnishing and installing the 40 mil geomembrane cover system under Item No.2, "Furnish and Install Geomembrane Cover and Anchor System" (Proposal For Installation of Intermediate Cover – Secure Landfill). 10.17 ANCHOR SYSTEM: The geomembrane of the operational cover shall be anchored by placing sandbags tied to rope over the top and/or level sections of the area to be covered, not the side slopes, to prevent uplift due to wind. The anchoring system shall consist of sandbags tied together by rope to form a grid with one sandbag located every ten feet in both the horizontal and vertical direction. This anchoring system shall be incorporated into / connected to the existing anchoring system whenever possible. Sandbags shall be black in color and constructed of a UV stabilized 3-ply laminate combining two layers of linear low density polyethylene and a high strength cord grid. The non-woven cord grid shall provide uniform loading resistance of 720 pounds per yard in all directions. The cord reinforcement shall be manufactured in a diamond pattern with a minimum of 48 strands per square foot suspended in a permanently flexible adhesive media to allow fiber slippage. The sandbag material shall have the following physical properties: ---PAGE BREAK--- PROPERTY ASTM TEST VALUE Weight D-2103 34lbs/1000 sf 3" Tensile Strength D-882 60 lbs/3000 psi 3" Elongation D-882 650% PPT Resistance D-2582 23 lbs 3 x 8 Tongue Tear D-2261 9 lbs Cold Crack D-1709 (mod. ) -40 deg F Each sandbag shall be filled with a granular type soil and shall be tied with UV stabilized nylon twine and shall weigh a minimum of 40 pounds. Correspondingly, each sandbag shall not exceed 50 pounds of weight when filled. The rope used to fabricate the anchor system shall be a black polypropylene plied rope with a medium lay that is at least 1/2" in diameter, and shall be as manufactured by Orion Rope, Winslow, Maine (trade name Premium Monofilament Polypropylene), or an approved equal. Minimum break strength shall be 4,090 pounds. All cut ends shall be heat-seized or dressed to prevent fraying. The edge of the geomembrane shall be anchored by welding to the existing geomembrane cover (refer to the easterly & southerly edges of the areas to be covered) or by preparing an anchor trench (minimum 1.5’ width x 2.0’ depth) by excavating existing waste material, placing the edge of the geomembrane in the trench (geomembrane to cover the base of the trench), backfilling with excavated material and compacting the backfilled material in 12” lifts to existing grade. Anchor trenches to be field located by the Contractor. The Contractor will be paid for this work under Item No. 2, “Furnish and Install Geomembrane Cover and Anchor System”. 10.18 TEMPORARY GAS VENTS: The Contractor shall furnish and install temporary gas vents as shown on the Drawings. The gas vent locations shall be approved by the Superintendent prior to construction. The gas vents will be paid for under Item No.7, "Furnish and Install Gas Vents". 10.19 TEMPORARY EROSION CONTROL: A. Description of Work - Provide and maintain devices to control erosion, siltation, and sedimentation that occurs during construction operations. Undertake every reasonable precaution and do whatever is necessary to avoid erosion of soil and to prevent silting of drainage ditches, storm sewers and streams. Exposure of soils on embankments, excavations and graded areas shall be kept as short as possible. Initiate seeding and other erosion control practices as soon as reasonably possible. Install erosion control measures in any ditch, swale or channel before water is allowed to flow in the waterway. Mechanized equipment shall not be permitted in watercourses and construction disturbance shall be minimized to the Limits of Work as shown on the Drawings. In no ---PAGE BREAK--- event shall disturbance extend further than indicated, unless acceptable to the Superintendent. Meet with the Superintendent to discuss erosion control requirements prior to the start of construction. B. Quality Assurance -Conform to all requirements of applicable federal, state and local permits and Contract Documents. Standards: "Maine Erosion and Sediment Control Handbook for Construction: Best Management Practices" prepared by the Cumberland County Soil and Water Conservation District, dated March 1991, hereinafter referred to as Erosion Control Handbook. C. Materials - Use the following materials to implement and construct erosion control measures. Other materials require approval of the Superintendent. Stone Check Dams -Aggregate for stone check dams shall consist of hard, durable rock; sieve analysis by weight shall be: Sieve Size Max % Passing by Weight 6" 90 – 100 1 1/2" 0 - 40 No.4 0 – 5 Silt Fence -All materials shall meet, at minimum, the requirements specified in the appropriate section of the Maine Department of Transportation Standard Specifications Highways and Bridges, April 1995. Silt fence (656.03): Either hardwood posts or steel posts shall be used. Hardwood posts shall be straight, at least eighteen inches ( 18") longer than the height of the silt fence and at least one and one quarter inch (1 1/4") square. Staples shall be of No.9 wire. Steel posts shall be at least eighteen inches (18") longer than the height of the silt fence and have the means provided for fastening the wire to the fence. Wire support fence, if required, shall be at least two inches higher than the height of the silt fence. Horizontal and vertical wires shall be spaced no more than six inches apart. The top and bottom wires shall be at least 10 gauge and all other wires at least 12 gauge. The woven geotextile fabric and components shall be made from polypropylene, polyester, polymide or other chemically stable material and be resistant to ultraviolet radiation degradation for at least twelve (12) months of installation. Silt retention capacity shall be no less than 75 percent. The fabric shall have a Mullen Burst test of no less than 260 psi with a maximum average sieve opening size of No.20 to No.60 sieve. Roll width of the fabric shall be no less than six inches wider than the height of the fence. ---PAGE BREAK--- Silt fence shall be installed protecting all environmentally sensitive areas as shown on the Plans or as directed by the Superintendent. The fence posts shall be spaced as specified by the Superintendent; however, the spacing shall not exceed eight feet. The posts shall be driven a minimum of eighteen (18) inches into the ground. The geotextile fabric shall be secured to the post or fence by suitable staples, tie wire or hog rings in such a manner as to prevent tearing and sagging of the fabric. The bottom of the geotextile fabric shall be entrenched into the ground a minimum of six inches to prevent water from flowing under the fence. The geotextile shall be spliced together only at support posts with a minimum six inches overlap and a secure post connection which prevents leakage of silt. The top of the geotextile shall be installed with a reinforced top end section. The Contractor shall maintain the silt fence in a functional condition at all times. The Contractor shall inspect all silt fence after each rainfall and at least daily during prolonged rainfall. All deficiencies shall be immediately corrected by the Contractor. The Contractor shall make a daily inspection of the silt fence in areas where construction activities may cause siltation in runoff, to ensure that the silt fences are properly located and are functioning effectively. If any silt fence is not functioning properly, additional silt fence shall be installed as directed by the Superintendent. Sediment deposit shall be removed once it exceeds six inches in depth or as directed. All sediment deposits that will remain following silt fence removal shall be regraded, seeded and mulched immediately. Geotextile fabric which has decomposed or has become ineffective and is still needed shall be replaced with that equal to the original design. D. Other Temporarv Measures -Utilize other temporary erosion control measures as directed by the Superintendent. Type and use shall be as specified in the Erosion Control Handbook. E. Maintenance -Inspect erosion control practices immediately after each rainfall and at least daily during prolonged rainfall or snowmelt for damage. Make appropriate repairs or replacement at no additional cost to the Owner, until Project acceptance. Remove silt from siltation fence when it has reached one-half the fence height, or prior to expected heavy runoff or siltation. Repair matting if any staples become loosened or raised or if any matting becomes loose, torn, or undermined, make satisfactory repairs immediately. Maintain areas mulched or matted, at no additional cost to the Owner, until Project acceptance. F. Removal of Temporary Erosion Control- Remove temporary materials and devices when permanent soil stabilization has been achieved. Re-use materials in good condition, if approved by the Superintendent. Level and grade to the extent required to present an acceptable appearance and to prevent any obstruction of the flow of water or any other interference with the operation of or access to the permanent works. Remove unsuitable materials from site and dispose of in the Lewiston’s secure landfill. This work will be paid for under Item No.4, "Furnish & Install Erosion Control" ---PAGE BREAK--- 10.20 ACEPTABLE PIPE MATERIALS & INSTALLATION: Acceptable pipe materials for the culvert shall be Class IV Reinforced Concrete Pipe (RCP) or approved equal. All fittings and gaskets used for installation shall meet the manufacturer's recommendations. The Contractor shall maintain protection of utilities for the duration of the work. Prior to starting work, the Contractor shall obtain “Dig Safe” permits for all excavations, which are outside the secure landfill, and become familiar with all pipelines which may be affected by the work and have them located in the field, as work progresses. Alignment and elevations of known underground utilities are indicated on the drawings where possible. Completeness and accuracy of this information is not guaranteed. All costs associated with field locations of utilities shall be borne by the Contractor. If damage is done to utilities or the landfill liner system resulting from the Contractor's operations, repairs shall be made, at the Contractors sole expense, to the satisfaction of the Superintendent. All measurements and placement of the pipe shall be field located by the Contractor. The Contractor shall excavate a trench and segregate all excavated material, which will be used as backfill for installation of the pipe. The Contractor shall place the pipe on compacted ¾” stone, which is a minimum depth of The pipe shall be backfilled with MDOT 703.22 Underdrain Backfill Material Type B (sand) to a depth of 12” above the top of pipe. The remaining trench shall be backfilled, by the Contractor, with excavated material, compacted in 12” lifts, to existing grade. A. Shoring and Bracing - Cost of installing the pipe shall include any special excavating requirements, such as shoring, bracing, trench boxes, or dewatering. Trenching procedures shall comply with the latest OSHA standards. B. Excavated Material -Any excavated material which is not used for the select backfill or common fill, shall be disposed of by the Contractor at a City approved fill site or other site approved by the Superintendent. Potential exists for excavation of existing landfill material. Dispose of such material on-site in existing landfill as directed by the Superintendent. Report any suspicious situation to the Superintendent. C. Structural Rock Excavation- It is not anticipated that Structural Rock will be encountered on this project. However, if encountered, Structural Rock Excavation will be paid under Item No.9, "Miscellaneous Work" as described in Division 20 – 22.5 – Extra Work, with a minimum width of three feet or two feet plus the outside diameter of the pipe or manhole and to a depth eight inches below the bottom of the pipe or manhole. Any boulders or pieces of ledge material larger than two cubic yards in volume that must be removed to facilitate the installation of project infrastructure will be considered structural rock excavation and will be paid as described in Division 20 – 22.5 – Extra Work. and will be paid for under Item No.1, “Furnish & Install 24” Dia. Culvert”. D. Dust Control - Dust will be controlled by the Contractor using water. The Contractor shall provide a water truck & sprinkling equipment to control fugitive dust from this ---PAGE BREAK--- project. Under no circumstances shall calcium chloride or any substance other than potable water be used for dust control. The Contractor shall be responsible for providing any necessary water for completion of the work, unless otherwise indicated by the Superintendent. The Contractor shall procure and field locate 20 – 5’ Jersey barriers around the inlet of the pipe, such that storm water runoff from the geomembrane cover is directed to the inlet of the installed pipe. The Contractor or the geomembrane installer shall fabricate a boot around the inlet of the pipe and weld the boot to the geomembrane cover. The geomembrane cover shall be placed over the Jersey barriers and anchored outside the existing landfill liner system, as described in Section 10.17 Anchor System. The work for “Acceptable Pipe Materials & Installation” will be paid for under Item No.1, “Furnish & Install 24” Dia. Culvert”. 10.21 FURNISH & INSTALL RIPRAP / SPLASH PAD: The Contractor shall install a riprap / splash pad at the discharge end of the 24” culvert. The Contractor shall field locate the placement of the splash pad. The Contractor shall construct the splash pad in accordance with the design specifications described in detail page 8 of the Contact Plans. The Contractor shall dispose of all spoils form excavation of this area at the pit located on River Rd., Lewiston. The Contractor shall place two layers of 12 oz. non-woven filter fabric over the exposed soil prior to the placement of the 12” riprap. Dimensions of the excavation and placement of the riprap shall be in accordance with the Contract Plans. The Contractor shall follow the requirements described in 10.19, “Temporary Erosion Control”, as part of the installation of the splash pad. The work for construction of the installation of the riprap / splash pad will be paid under Item No. 6, “Furnish & Install Riprap / Splash Pad”. 10.22 LOAM AND SEED: To loam and seed the disturbed areas, the following steps shall be taken: A. All loam shall be good quality, screened top soil, free of large stones, clods, roots of trees or shrubs or other foreign matter. Loam shall be spread evenly across subsoil to a minimum depth of four inches and compacted with a hand roller weighing not more than l00 pounds per foot of width. During the rolling, all depressions caused by settlement or rolling shall be filled with loam and then shall be regraded and rolled until presenting a smooth even finish to the required grade. B. Lime shall be a ground limestone containing not less than 85% calcium and magnesium carbonate. It shall be applied separately at a rate of l00 pounds per 1000 square feet. It shall be thoroughly worked into the surface. C. Fertilizer- Fertilizer shall NOT be used during this project. ---PAGE BREAK--- D. Grass seed of the required mixture (as listed below) and quality shall be sown by a mechanical seeder or other approved method which will sow the seed uniformly at a required rate of 5 lb. per 1000 square feet. Spread seed when soil is moist. Seed shall be raked into the soil to a depth of approximately 1/8" (and no more than and the entire area shall be rolled with a 200 pound roller and watered with a fine spray. The seed mixture shall be as follows: Road shoulders and sideslopes -Conservation Mix Existing lawns -Cottage Mix Each variety of seed shall have a percentage of germination not less than 90, a percentage of purity of not less than 85, and shall have not more than one percent weed content. E. Mulch shall consist of long fibered hay or straw reasonably free from noxious weeds or other undesirable materials. The mulch shall be spread in a thin uniform layer over the entire seed bed. F. Payment for this work will be paid under Item No.5, "Furnish & Install Loam & Seed". 10.23 TEMPORARY FACILITIES: Prior to the start of work, the Contractor may provide a suitable temporary facility to adequately provide for administration of the work, shelter personnel, materials and equipment. This facility shall conform to all Federal, State and local regulations, as well as NFPA, OSHA, and Maine DEP requirements. A telephone shall be provided for work related use by the Contractor's personnel. The Contractor shall provide self contained toilet units in sufficient numbers to adequately meet the needs of all persons involved in the work. Provide fire protection and safety facilities such as fire extinguishers, first aid facilities, and other safety facilities as required by local, state and OSHA requirements. Payment for the temporary facilities will be paid under Item No.9, "Miscellaneous Work". 10.24 MISCELLANEOUS WORK: The Contractor shall include in his/her Proposal under Item No.9, "Miscellaneous Work", the cost of his/her Performance and Payment Bond, dust control, temporary facilities and any other construction work required to complete the whole work as specified or implied in the Plans and Specifications will be included in the lump sum price to complete the work in his/her Proposal and therefore, consider incidental to the Project and no direct payment will be made. The Contractor will be paid this amount on his/her first partial payment provided that invoices substantiating the amount are submitted to the Superintendent prior to payment. ---PAGE BREAK--- 10.25 REPORTING: The Contractor shall prepare a daily report, recording the following information concerning events at the site and submit duplicate copies to the Superintendent of Solid Waste at weekly intervals. • List of subcontractors on site • List of major equipment used on site • General weather conditions • Meetings and significant decisions • Stoppages, delays, shortages, losses • Orders/requests by City • Services connected / disconnected • Count of personnel at site by job class • Temperature high/low • Accidents • Unusual events • Emergency procedures, Field Orders • Change Orders received/implemented • Equipment or system tests and start-ups 10.26 QUALITY CONTROL, PROCEDURES AND PERFORMANCE: The minimum requirements for quality control, procedures and performance are included but not limited to the following categories: • Supervisory personnel • Tradespersons and workmanship standards • Inspections, tests and reports Supervisory Personnel – Within ten (10) days of the Contract Date, the Contractor shall submit a listing of the Contractor’s principal staff assignments, naming persons and listing their addresses and telephone numbers. Specifically, the Contractor shall indicate persons to contact in the event of an emergency or problems at the site who are available 24 hours a day, seven days a week. Tradespersons and Workmanship Standards – The Contractor shall provide an experienced superintendent who has a minimum of five years experience performing general civil construction work at secure landfills. The Contractor shall submit resumes, including relevant experience of this type to the Superintendent for Solid Waste at the Pre-Bid meeting. The Contractor’s superintendent will be acceptable to the City. The superintendent for the Contractor shall be present at the job site at all times. Persons performing work at the site shall be skilled and knowledgeable in methods and craftsmanship needed to produce the required quality levels for workmanship in the completed work. The Contractor shall remove from the Project any worker who is incompetent, unfaithful, disorderly, or otherwise unsatisfactory in the written opinion of the Superintendent of Solid Waste or the City’s Director of Public Works. Inspections, Tests and Reports – The Superintendent will provide testing services, unless otherwise noted in the Contract. The Contractor shall cooperate and give advance notice to the Superintendent so that scheduling with testing personnel can be arranged. ---PAGE BREAK--- 10.27 FINAL ACCEPTANCE: Prior to requesting the Superintendent's final inspection for certification of final acceptance and final payment, the Contractor must complete the following: 1. Submit final payment request with final releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations, where required. 2. Submit final updated requisition, including final changes to contract price. 3. Submit copy of the Superintendent's final punch-list of itemized work to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance, endorsed and dated by the Superintendent. 4. Submit record drawings, photographs and all other record documents. 5. Submit final liquidated damages settlement statement, acceptable to the Owner. 6. Revise and submit evidence of final, continuing insurance coverage complying with insurance requirements. 7. Submit final waivers of lien from all Subcontractors and suppliers. Upon receipt of the Contractor's request for final acceptance and payment, the Superintendent will either prepare a certificate of final acceptance or advise the Contractor of work not completed or obligations not fulfilled. The procedure will be repeated as needed. Record Drawings - Maintain a set of Contract Drawings and shop drawings in a clean and undamaged condition, showing mark-ups of actual installations which vary significantly from the work as originally shown. Mark whichever drawing is most capable of showing the field conditions fully and accurately. Where shop drawings are used for mark-up, show a cross reference at the corresponding location on the working drawings. Mark with a red erasable pencil. Give careful attention to concealed work which would be difficult to measure and record at a later date. Note related change order numbers where applicable. Organize the record drawings into neat and organized sets. Print appropriate titles, dates and other identification on the cover of each set. Record Specifications - Maintain one copy of the Specifications, including addenda, change orders and similar modifications issued in printed form during construction. Also include mark-up variations in actual work in comparison with the text of the Specifications and modifications as issued. Give particular attention to substitutions, selection of options, and similar information on the work where it is concealed or cannot be easily discerned at a later date. Note related Record Drawing information and product data where applicable. Record Product Data - Maintain one copy of each product data submittal and mark-up significant variations in actual work in comparison with submitted information. Include both variations in products as delivered to site and variations from manufacturer's instructions and recommendations for installation. Give particular attention to concealed products and portions of the work that will be concealed at a later date. Note related change orders and mark-ups of Record Drawings and Specifications. ---PAGE BREAK--- 10.28 WARRANTY: Warranties on the work include those of the General Conditions and specific warranties related to individual units of work. A warranty which is required by the Contract is to be provided for a manufactured product that is incorporated in the work regardless of whether the manufacturer has published a similar warranty. Warranties are to commence on the date of Substantial Completion, unless otherwise noted. When work covered by a product warranty has failed and been corrected or replaced, the warranty shall be reinstated by written endorsement for a period of time equal to the original warranty period, starting on the date of acceptance of the replaced or restored work. Costs of replacing or restoring failed warranted units or products is the Contractor's obligation, regardless of whether the Owner has already benefited from use through a portion of the anticipated useful service life. The Contractor shall note and respond to all requirements specified in Standard Specifications as described in Division 20. If additional information / clarification is required related to this Project, please contact Rob Stalford – Solid Waste Superintendent at 513-3147.