Full Text
CITY OF LEWISTON, MAINE PUBLIC WORKS DEPARTMENT Various Street Rehabilitation Program BID 2013-041 BID DATE: Tuesday, July 9, 2013 Addendum #1 Addenda #1 hereby makes the following changes to the above mentioned Bid: 1. Estimated quantities in the Notice were corrected 2. Item 5 in the Proposal and Contract is changed from 7,800 CY to 3,200 CY 3. Item 11 in the Proposal and Contract is changed from 1 EA to 2 EA 4. Division 10 has the following changes: • Section 10.01 has revised quantities in the scope • Section 10.02 changes the Time Limit from “O 15, 2013" to October 15, 2013 5. Section 10.07: Method and Basis of Payment is clarified 6. Section 10.11 Schedule of Scope is clarified 7. In the Notice to Contractors: N-3: there are no charges for Plans and Specifications. They are not mailed but they are available on the City’s website. Dated: Tuesday, July 2, 2013 Norman J. Beauparlant Director of Budget/Purchasing, City of Lewiston (207) 513-3127 Ext. 3259 NJB/syt ---PAGE BREAK--- Various St. Rehabilitation Program Bid #2013-041 Mandatory Pre-Bid Meeting June 27, 2013 MANDATORY PRE-BID CONFERENCE for Various Street Rehabilitation Program Bid #2013-041 NAME TITLE COMPANY PHONE FAX E-MAIL Wes Enman Paving Coordinator Lewiston 513-3003 784-5647 [EMAIL REDACTED] Rick Burnham City Engineer Lewiston 513-3003 784-5647 [EMAIL REDACTED] Diane Lalilberte Admin. Gendron 782-7372 782-7308 [EMAIL REDACTED] Greg Savona Project Mgr. Pratt & Sons 345-3311 345-3313 [EMAIL REDACTED] Steve Piela Project Mgr. Glidden 856-9990 856-9998 [EMAIL REDACTED] Paul Castonguay Project Mgr. K&K 754-9868 225-3027 [EMAIL REDACTED] Adam Longchamps Project Mgr. Longchamps 353-2349 [EMAIL REDACTED] Travis Saucier PM/Estimator T. Buck 783-6223 783-3970 [EMAIL REDACTED] Ben Pratt President Off Road 754-6538 345-9217 [EMAIL REDACTED] Larry Morin Project Mgr. Pike 756-9328 854-2539 [EMAIL REDACTED] Matt Callahan Project Mgr. St. Laurent 784-7944 784-6592 [EMAIL REDACTED] Bob Brady Estimator Shaw Bros. 839-2552 839-6239 [EMAIL REDACTED] Frank Crooker Estimator H. Crooker 729-5511 725-4025 [EMAIL REDACTED] Chris Webber Estimator Lane/White Bros. 751-0839 854-3809 [EMAIL REDACTED] Leo Broch Estimator All States Asphalt 894-4221 894-4021 [EMAIL REDACTED] Lauren Shaw Admin. Asst. Lewiston 513-3003 784-5647 [EMAIL REDACTED] Paving Coordinator: Wes Enman, 513-3003, ext. 3401 or [EMAIL REDACTED] Bid Opening: Tuesday, July 9, 2013 at 2:00 PM. Scope: this project includes work on College Road, Old Greene Road, and Pond Road in Lewiston. This is a “spec book type” project – everything is included in the specifications. It is expected that the contractor will do the design/layout in the field want to keep the center line on College. Base is to be determined at that time. Drainage is to be just below sub grade.) The contractor who wins the Street Rehabilitation bid is to support the paving contractor. Coordination is key. On College, the pavement removal is from Russell to just past Little. This will be a box cut 38’ wide. Underdrain is to connect with existing catch . Want cross slopes and _ within reason to be ready for the paving contractor. Some driveway prep may need to be done. Include gravel for driveways in the base bid. Who is fine grading to pave driveways? Wes does not anticipate any driveway prep. Sub base gravel should be 3200 yards and there are two catch basins instead of one. Division 10: the completion date for all work is 10/15/13. The plan is to surface all three roads this summer, though Pond Road could make it through the winter with binder. The order is 1. College Rd; 2. Old Greene Rd.; 3. Pond Rd. ---PAGE BREAK--- For Old Greene Rd., near Garcelon, a new catch basin needs to be installed and attached to the existing basin. There will be a box cut from Bloody Mary Hill Road to Anne St. Adjusting catch basins and are in this segment. The project ends at North Temple. Gravel shoulder restoration is in the unit for the base gravel. Also, loam and seed is to be done by the contractor – restoration and an esplanade on each side of College Rd. Pond Rd. – a section of pavement is to be pulled. Match drives and lawns. The project is about 4000’ and stops 400’ north of Pond Ridge. The full width of pavement is to be box cut from to and strip pave to . This contract is only for the rehabilitation of these three streets. The rehabilitation has already been funded and the City expects to have funding for surface shortly. Gravel and paving contractors need to coordination so a larger paving area can be done at one time. If paver can’t get there asap, at least College needs to have binder. The plan is not to have a gravel road unpaved for such an amount of time that the gravel road would need maintenance. Wait on loam and seed so it can be done all at once. ---PAGE BREAK--- N-1 BID NO: 2013-041 Bid Date: JULY 9, 2013 CITY OF LEWISTON, MAINE NOTICE TO CONTRACTORS 2013 VARIOUS STREET REHABILITATION PROGRAM SUPPORT Sealed proposals for supporting the City’s Street Rehabilitation Program consisting of Old Green Road from Garcelon Street to South Temple Street; Pond Road from Golder Road to House #383, and College Street from Russell Street to Little Street shall be received by the office of Budget/Purchasing until 2:00 o’clock PM on July 9, 2013. A mandatory pre bid meeting is scheduled for 2:00 PM on June 27, 2013 at the Public Works Facility at 103 Adams Avenue. The City, under another contract will be rehabilitating the described streets to include; pavement reclamation, road pavement, and driveway paving. The scope of work for this proposal is intended to support the City in rehabilitating various streets. The work will include, but not be limited to: furnish and install; one catch basin, two hundred twenty-five (225) feet of storm drain, eight hundred (800) feet of 6” underdrain, thirty-two hundred (3200) cubic yards of gravel road base, thirty five hundred (3500) square yards of loam and seed, and adjusting thirty-three (33) catch basin grates and manhole covers to grade, gravel addition to streets as needed, removing fourteen thousand (14,000) square yards of pavement, and anything else incidental to the proper completion of the work. Each bidder is required to state in his/her Proposal his/her name and place of residence and the names of all persons or parties interested as principals with him/her; and that the Proposal is made without any connection with any other bidder making any Proposal for the same work; and that no person acting for, or employed by, the City of Lewiston is directly or indirectly interested in the Proposal or in any contract which may be entered into to which the Proposal relates, or in any portion of the profits there from, except as provided by the City Charter. The Proposal must be signed by the bidder with his/her full name and address and be enclosed in a sealed envelope together with the bid security. The sealed envelope shall be marked with the name and address of the bidder and entitled: ---PAGE BREAK--- N-2 PROPOSAL FOR 2013 VARIOUS STREET REHABILITATION PROGRAM SUPPORT 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, ME 04243-0479.” All mailed Proposals should be sent by registered mail to insure delivery. Any bidder may withdraw his/her Proposal prior to the scheduled time for the opening of Proposals upon presentation to the Director of Budget & Purchasing of a request, in writing, to do so. Any bidder who withdraws his/her Proposal within thirty (30) days after the actual opening thereof shall be considered to have abandoned his/her Proposal and the bid security accompanying the Proposal will be forfeited to the City of Lewiston. Any Proposal received after the scheduled opening time will not be considered. The Finance Committee reserves the right to waive any 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 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. The Contract must be signed within ten (10) days, Saturdays, Sundays, and holidays excepted, after the date of notification to the bidder by the Director of Budget & Purchasing of the acceptance of his/her Proposal and readiness of the Contract to be signed. If the bidder fails or neglects, after such notification, to execute the Contract, the Finance Committee may determine that the Proposal has been abandoned; and, in such case, the bid security accompanying the Proposal 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 & ---PAGE BREAK--- N-3 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. 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 specifications or direction relating to anything to be done under this Contract comes to his/her knowledge, report it at once, in writing, to the Engineer. All materials and labor required to complete the work shall be supplied by the Contractor unless otherwise provided for in the Special Provisions, Plans and the Standard and Supplemental Specifications. The cost and expense of all the necessary labor, tools and equipment required to complete the work shall be included in the prices stated in the Proposal. Plans and Specifications can be obtained from the City website at 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 sent by registered mail, with the interpretation, in the form of a numbered Addendum, to each person or firm who has taken out a set of Contract Documents, not later than three days prior to the scheduled opening of the Proposals. Addenda issued later than three days prior to the scheduled opening of the Proposals may be by telephone 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 mail or telephone or fax machine. The Special Provisions Plans and the Standard and Supplemental Specifications delineate the particular project to which the Contract Documents pertain. Should any discrepancy be found to exist between the Supplemental Specifications and the Standard Specifications and/or the Contract Plans, the Supplemental Specifications and/or Contract Plans shall govern. ---PAGE BREAK--- N-4 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. 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. 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. ---PAGE BREAK--- P-1 CITY OF LEWISTON PROPOSAL FOR 2013 VARIOUS STREET REHABILITATION PROGRAM SUPPORT To: Director of Budget & Purchasing City Hall, Lewiston, Maine Dear Sir/Madam: The undersigned hereby declares that he/she has carefully examined the location of the proposed work, the proposed Contract Form and the Contract Documents therein referred to and that he/she proposes and agrees, if this 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 Specifications to be furnished by the City, necessary to complete the work in the manner and time therein prescribed, in accordance with the conditions and requirements set forth in the Contract Documents and the requirements of the Engineer and/or Director of Public Works as provided for therein; and that he/she will accept in full payment therefore the following sums to wit: ITEM EST PAY ITEM DESCRIPTION UNIT BID ITEM NO. QTY UNIT UNIT BID PRICE PRICE PRICE (In Words) (In Figures) (In Figures) 1. 14,000 SY Pavement Removal – Plan Quantity )SY $ 2. 100 LF Ditching )LF $ 3. 5,000 CY Common Excavation )CY $ ---PAGE BREAK--- P-2 4. 7000 SY Furnish & Install Separation Geotextile ) $ 5. 3,200 CY Furnish & Install Aggregate Sub-base- )CY $ 6. 1,600 CY Furnish & Install Aggregate Base )CY $ 7. 810 LF Furnish & Install 6-inch CPE Under Drain Pipe )LF $ 8. 225 LF Furnish & Install 8-inch PE Culvert or Storm Drain )LF $ 9. 90 LF Furnish & Install 12-inch PE Culvert or Storm Drain )LF $ 10. 40 LF Furnish & Install 18-inch PE Culvert or Storm Drain )LF $ 11. 2 EA Furnish & Install 4' Diameter Catch Basin )EA $ ---PAGE BREAK--- P-3 12. 23 EA Adjust CB Grate to Grade )EA $ 13. 10 EA Adjust MH Cover to Grade )EA $ 14. 240 SY Furnish & Install Riprap )SY $ 15. 5,200 SY Furnish & Install Loam, Seed & Mulch )SY $ 16. 1 LS Erosion Control )LS $ 17. 1 LS Traffic Control )LS $ 18. 1 LS Miscellaneous and Clean Up )LS $ TOTAL: ) ---PAGE BREAK--- P-4 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, excepted, and that he/she will commence the work within ten (10) days after the execution of the Contract and deliverance of the Bonds, unless otherwise specified in the Supplemental Specifications or directed by the Director of Public Works or City Engineer in writing; and that he/she will prosecute the work to its completion within the time limit specified in the Supplemental Specifications. The undersigned further agrees that there shall be deducted from monies due the Contractor, not as a penalty, but as inspection costs, the sum of two hundred ($200.00) dollars for each working day beyond the time limit specified in the Supplemental Specifications which is required by the Contractor to complete the whole work to the satisfaction of the Engineer and the Director of Public Works. The undersigned further agrees that in the employment of labor, preference will be given, all other things being equal, to the citizens of Lewiston and of the State of Maine, in that order. The undersigned hereby further declares that the only persons or parties interested in this 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 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: Signature of person, firm, or corporation making bid: By: ---PAGE BREAK--- P-5 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 2013 VARIOUS STREET REHABILITATION PROGRAM SUPPORT This Agreement, made and entered into this day of in the year Two Thousand Thirteen, by and between the City of Lewiston, Maine, a municipal corporation existing under the laws of the State of Maine, hereinafter called “Owner”, by its City Administrator, party of the first part, and hereinafter called “Contractor”, with legal address and principal place of business at party of the second part: WITNESSETH: That the parties to these presents, each in consideration of the covenant and agreements on the part of the other herein contained, have covenanted and agreed and do hereby covenant and agree, the party of the first part for itself and the party of the second part for himself/herself and his/her heirs, executors, administrators and assigns under the penalties expressed in the Performance Bond and the Labor and Material Payment Bond as follows: That this Agreement includes the following documents hereinafter referred to as Contract Documents, which are attached hereto and incorporated by reference into this Agreement: A. Notice to Contractors B. Proposal C. Contract D. Notice of Award E. Notice to Proceed F. Supplemental Specifications G. Standard Specifications H. Contract Plans, if any I. Addenda, if any ---PAGE BREAK--- C -2 J. Federal Conditions, if any That the party of the second part will do all the work, furnish all the materials, tools and equipment, except as otherwise specified, and do everything necessary and proper for performing and faithfully completing the work required by the Contract Documents in strict conformity with the provisions of the Contract Documents within the time specified in the Special Provisions, Plans and the Standard and Supplemental Specifications. That the party of the first part will pay the party of the second part as full compensation for well and faithfully completing the whole work according to the Contract Documents as follows: The party of the second part represents and warrants: ITEM EST PAY ITEM DESCRIPTION UNIT BID ITEM NO. QTY UNIT UNIT BID PRICE PRICE PRICE (In Words) (In Figures) (In Figures) 1. 14,000 SY Pavement Removal – Plan Quantity )SY $ 2. 100 LF Ditching )LF $ 3. 5,000 CY Common Excavation )CY $ 4. 7,000 SY Furnish & Install Separation Geotextile )SY$ 5. 3,200 CY Furnish & Install Aggregate Sub-base- )CY $ 6. 1,600 CY Furnish & Install Aggregate Base )CY $ ---PAGE BREAK--- C -3 7. 810 LF Furnish & Install 6-inch CPE Under Drain Pipe )LF $ 8. 225 LF Furnish & Install 8-inch PE Culvert or Storm Drain )LF $ 9. 90 LF Furnish & Install 12-inch PE Culvert or Storm Drain )LF $ 10. 40 LF Furnish & Install 18-inch PE Culvert or Storm Drain )LF $ 11. 2 EA Furnish & Install 4' Diameter Catch Basin )EA $ 12. 23 EA Adjust CB Grate to Grade )EA $ 13. 10 EA Adjust MH Cover to Grade )EA $ 14. 240 SY Furnish & Install Riprap )SY $ 15. 5,200 SY Furnish & Install Loam, Seed & Mulch )SY $ ---PAGE BREAK--- C -4 16. 1 LS Erosion Control )LS $ 17. 1 LS Traffic Control )LS $ 18. 1 LS Miscellaneous and Clean Up )LS $ TOTAL: ) The party of the second part represents and warrants: A. That he/she is financially solvent; and is experienced in and competent to perform the work; and is able to furnish the plant, materials, supplies, labor, and equipment to be furnished by him/her; and: B. That he/she is familiar with all Federal, State, Municipal and Departmental laws, ordinances and regulations which may in any way affect the work or those employed therein; and: C. That such temporary and permanent work required by the Contract Documents to be done by him/her can be satisfactorily constructed and used for the purposes for which it is intended; and that such construction will not injure any person or damage any property other than that damage caused by the construction; and: D. That he/she has carefully examined the Contract Documents and the site of the work; and from his/her own investigation has satisfied himself/herself as to the nature and location of the work, the character, quality and quantity of surface and subsurface material likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general and local conditions; and all the other materials and conditions which may in any way affect the work or its performance. IN WITNESS WHEREOF, the said City, by its City Administrator and the said ---PAGE BREAK--- C -5 By its thereunto duly authorized have hereunto set their hands and seals the day and year first above written. Signed in the presence of: By: Witness Edward A. Barrett, City Administrator By: Witness Contractor ---PAGE BREAK--- NA -1 NOTICE OF AWARD To: Project Description: BID NO. 2013-041 2013 VARIOUS STREET REHABILITATION PROGRAM SUPPORT The City of Lewiston has considered the BID submitted by you for the above described WORK in response to its Advertisement for Bids dated JULY 9, 2013 and Information for Bidders. You are hereby notified that your BID has been accepted for items to for a total award of You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR'S Performance Security and certificates of insurance within ten (10) days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said BONDS within ten (10) days from the date of this Notice, said City of Lewiston will be entitled to consider all your rights arising out of the City acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The City will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of the NOTICE OF AWARD to the City of Lewiston. Dated this: Project Engineer ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged by (firm) this the of 2013 By: Title: ---PAGE BREAK--- NP NOTICE TO PROCEED To: Project Description: BID NO. 2013-041 2013 VARIOUS STREET REHABILITATION PROGRAM SUPPORT You are hereby notified to proceed with the work entitled VARIOUS STREET REHABILITATION PROGRAM SUPPORT, together with all necessary appurtenances, and to diligently prosecute the work. You are instructed to immediately take the necessary steps for execution of the work within ten (10) calendar days (or other start time as specified) from the date of this Notice to Proceed. The work is to be completed by October 15, 2013 as stated in the Contract. By: Project Manager Title: Date: ---PAGE BREAK--- 30-0 DIVISION 10 SUPPLEMENTAL SPECIFICATIONS 2013 VARIOUSTREET REHABILITATION PROGRAM SUPPORT PAGE NO. 10.01 Scope of Work 10-1 10.02 Time Limit 10.03 Preconstruction Conference 10-1 10.04 Change in the Scope of 10-1 10.05 Field Design and Layout 10-1 10.06 Maintenance of Traffic 10-2 10.07 Method and Basis of Payment 10-2 10.08 Miscellaneous Work 10-3 10.09 Site Investigation 10-3 10.10 Project 10-3 10.11 Schedule of 10-3 ---PAGE BREAK--- 30-1 DIVISION 10 SUPPLEMENTAL SPECIFICATIONS 10.01 SCOPE OF WORK: The scope of work for this project is intended to support the City in rehabilitating various streets. The work will include, but not be limited to: furnish and install; one catch basins, two hundred twenty-five (225) feet of storm drain, eight hundred (800) feet of 6” underdrain, thirty-two hundred (3200) cubic yards of gravel road base, thirty five hundred (3500) square yards of loam and seed, and adjusting thirty-three (33) catch basin grates and manhole covers to grade, gravel addition to streets as needed, removing fourteen thousand (14,000) square yards of pavement, and anything else incidental to the proper completion of the work. 10.02 TIME LIMIT: The Contractor shall complete all of the work by October 15, 2013. The Director of Public Works or his/her authorized representative may extend the Time Limit, if the Contractor submits, in writing, evidence that he/she cannot complete the Project within the Time Limit specified because of long delivery time on the materials or other justifiable reason. The Contractor shall be responsible for ordering his/her materials 10.03 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, erosion control plan, emergency contact list, cost breakdown for the "Miscellaneous Work" items, a sample of aggregate base and sub-base material to be used (minimum sample size is a five gallon container), a list of suppliers and Subcontractors. 10.04 CHANGE IN THE SCOPE OF WORK: The City of Lewiston reserves the right to add or delete portions of the work required under this Contract, using unit prices established in the Proposal. The Contractor’s attention is directed to Sections 20.29 and 20.30 of the Specifications “Extra Work” and “Reduction of Work” respectively. If no unit prices exist, a change order must be negotiated between the City of Lewiston and the Contractor. 10.05 FIELD DESIGN AND LAYOUT: The Contractor shall be responsible for the field design and layout for the work in this Project. The City shall provide plans for each project delineating desired elements in the design and the Contractor shall be responsible for transferring the intent to the ground and constructing a project that meets the intent of the City. ---PAGE BREAK--- 30-2 Existing pavement center line will be maintained for all College Street, Old Green Road, and Pond Road. All material shall be as specified in MEDOT Specification. 10.06 MAINTENANCE OF TRAFFIC: Attention is called to Section 30.3 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, Fire Chief and the Police Chief. The Contractor shall install detour signs as needed. 10.07 METHOD AND BASIS OF PAYMENT: The contractor shall supply all materials. Pavement removal shall be paid by the square yard as measured in place. The work shall include removal and disposal of pavement, grading and compacting subgrade. Ditching shall be paid by the Linear Foot measured in place. The price shall include all work necessary to satisfactorily complete the work including excavation, shaping, erosion control in bottom of ditch, and loam and seed. Common Excavation shall be paid by the cubic yard measured in place. The price shall be for excavation to grade for box cut and areas where pavement is removed, and disposal of material. Geotextile shall be paid by the square yard measured in place. Aggregate base and sub-base shall be paid by the cubic yard measured by truck load. Price shall include placing, grading, and compaction for box cuts, shoulders and matching driveway entrances. Aggregate base shall be used for shoulders and driveways. Underdrain shall be measure by the linear foot. Price shall be for excavation, installation of drainage aggregate, underdrain pipe, and backfill to pavement subgrade. Culvert or drain pipe shall be paid by the linear foot as installed. The price shall include, excavation, installation of drainage aggregate, culvert or drain pipe, connection to structures and backfill to the subgrade of the work. Catch basins shall be paid for as a lump sum. The price shall be for excavation, bedding material, catch basin, rim and cover, backfill with specified material to finish grade. Rim and covers shall be adjusted to pavement finish grade. Rip Rap shall be paid by the square yard measured on place. The price shall include preparation of base, and installation of rip rap. Loam and seed shall be paid for by the square yard measured in place. The price shall be for preparation of base, loam and seed, and erosion control. ---PAGE BREAK--- 30-3 10.08 MISCELLANEOUS WORK: The Contractor shall include in his/her Proposal under Item No. 18 “Miscellaneous and Clean Up” 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 temporary erosion control, pavement cutting; including center line for box cut on Old Green Road, Pond Road on centerline where pavement is removed, and driveways on College Street, and as required, installation of warning signs, maintaining property markers, replacing fences, hedges, shrubs, dust control, 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 “Miscellaneous and Clean Up”. An itemized cost breakdown for the “Miscellaneous and Clean Up” item shall be given to the Engineer at the Preconstruction Conference. 10.09 SITE INVESTIGATION: The Contractor shall examine from the Plans, Specifications and site of the work and from his/her own investigation, determine the nature and location of the work, the general and local conditions, particularly those bearing on access, transportation, quality and quantity of surface and sub-surface materials to be encountered, any dewatering, the machinery and services required to complete the Project as required by the Contract Documents, and all other aspects of the work. 10.10 PROJECT SPECIFICATIONS Work shall conform to Maine Department of Transportation standard specifications, except paving shall be in accordance with Lewiston’s paving specifications including its escalation clause. 10.11 SCHEDULE OF SCOPE The work to be done shall be determined in the field and generally conform to the following schedule: City will reclaim, grade and compact Contractor shall furnish and install underdrain and catch basins, furnish, install, grade and compact new gravel as required over reclaimed road, adjust and gravel driveways. Excavate box section and furnish and install eighteen (18) inches of gravel. Remove pavement. City will final grade before paving, compact, mill butt joints and pave road, and driveways. Contractor shall furnish and install gravel for shoulders and loam and seed for lawn restoration. In addition, the cost of temporary erosion control, pavement cutting, installation of warning signs, maintaining property markers, replacing fences, hedges, shrubs, dust control, and all ---PAGE BREAK--- 30-4 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 “Miscellaneous and Clean Up”. An itemized cost breakdown for the “Miscellaneous and Clean Up” item shall be given to the Engineer at the Preconstruction Conference.