City of Warren Waste Water Treatment...

276
SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001 ITB-W-8904 City of Warren Waste Water Treatment Plant 32360 Warkop Warren, Michigan 48093 ISSUED FOR BIDS JANUARY 22, 2014 HRC JOB NO. 20130127 HUBBELL, ROTH & CLARK, INC. Consulting Engineers 555 Hulet Drive P.O. Box 824 Bloomfield Hills, Michigan 48303-0824

Transcript of City of Warren Waste Water Treatment...

Page 1: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

SPECIFICATIONS

FOR

WWTP – EAST ASH LAGOON RECONSTRUCTION

CONTRACT WWTP-14-001 ITB-W-8904

City of Warren Waste Water Treatment Plant

32360 Warkop Warren, Michigan 48093

ISSUED FOR BIDS JANUARY 22, 2014

HRC JOB NO. 20130127

HUBBELL, ROTH & CLARK, INC. Consulting Engineers

555 Hulet Drive • P.O. Box 824 Bloomfield Hills, Michigan 48303-0824

Page 2: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN Public Service Department

Waste Water Treatment Plant 32360 Warkop

Warren, Michigan 48093 (586) 264-2530

MAYOR James R. Fouts

CLERK TREASURER Paul Wojno Carolyn Kurkowski Moceri

CITY COUNCIL

Cecil St. Pierre

Patrick Green Scott Stevens Keith Sadowski Robert Boccomino Kelly Colegio Steven Warner

Page 3: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN TABLE OF CONTENTS WWTP – EAST ASH LAGOON 00010 / 1 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job No. 20130127

Y:\201301\20130127\04_Design\Project_Docs\Specs\Re_Bid\00010.doc

TABLE OF CONTENTS

Title Sheet ................................................................................................................................. 1 and 2

00010 Table of Contents ....................................................................................................................... 1 Only

00030 Advertisement for Bids ............................................................................................................. 1 and 2

Instructions to Bidders ............................................................................................................. 1 thru 9

00300 Proposal .................................................................................................................................... 1 thru 5

Special Project Requirements .................................................................................. SPR-1 thru SPR-4

Contract ............................................................................................................................. C-1 and C-9

Performance Bond ......................................................................................................... PB-1 and PB-2

Labor, Material, and Equipment Rental Bond ...................................................... LMB-1 thru LMB-2

Maintenance and Guarantee Bond ....................................................................... MGB-1 thru MGB-3

Certificate of Workmen’s Compensation Insurance ...................................................... CWCI-1 Only

General Conditions – Section 200 .......................................................................................... 1 thru 28

Specifications for Concrete Paving – Section 500 ..................................................... CP-1 thru CP-66

Specifications for Sanitary and Storm Sewers – Section 700 ......................................... S-1 thru S-78

Special Provision for HDPE Manhole Adjustment Rings ......................................................... 1 Only

01300 Submittals ................................................................................................................................. 1 thru 6

01600 Material and Equipment ........................................................................................................... 1 thru 6

01700 Contract Closeout ..................................................................................................................... 1 thru 7

01730 Operation and Maintenance Data ............................................................................................. 1 thru 4

02050 Demolition Work ...................................................................................................................... 1 thru 9

02071 Piping ....................................................................................................................................... 1 thru 4

02200 Earthwork ................................................................................................................................. 1 thru 9

02220 Soil Erosion Control ................................................................................................................. 1 thru 5

02521 Alkali-Silica Reactivity (ASR) in Concrete ............................................................................. 1 thru 4

15100 Valves and Actuators ............................................................................................................... 1 thru 3

Geotechnical Report ................................................................................................................. 1 thru 3

Page 4: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN ADVERTISEMENT FOR BIDS WWTP – EAST ASH LAGOON 00030 / 1 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\00030.doc

Advertisement

The CITY OF WARREN, MACOMB COUNTY, MICHIGAN will receive sealed proposals for City Project WWTP-14-001, WWTP – East Ash Lagoon Reconstruction Project (ITB-W-8904). The project includes the full removal and replacement of the Ash Lagoon located at the City’s Waste Water Treatment Plant as summarized below:

The project includes the replacement of the removal and replacement of the existing concrete ash lagoon and weir structure at the City’s Waste Water Treatment Plant located at 32360 Warkop, Warren, Michigan 48093. Additional related work includes removal and replacement of the existing concrete drive, new 6” diameter HDPE piping, new 6” diameter plug valves, new 18” PVC piping, and other miscellaneous work shown on the Drawings and specified herein.

Bids will be received at the City of Warren Purchasing Department, located at One City Square, Suite 425, Warren, Michigan, until 12:30 p.m., local time, Wednesday, February 12, 2014.

One Copy of the Plans and Specifications will be available for viewing only at the City of Warren Waste Water Treatment Plant located at 32360 Warkop and at the City’s consulting engineer, Hubbell, Roth & Clark, Inc. located at 555 Hulet Drive, Bloomfield Hills, Michigan 48302, on Wednesday, January 22, 2014. Copies of plans and specifications may be downloaded from the Michigan Inter-Governmental Trade Network website at www.MITN.info. Each bid must be accompanied by a five percent (5%) Bid Bond or Certified Check as security for acceptance of the Contract. Prospective bidders must visit the Ash Lagoon site prior to submittal of a bid to view the conditions under which the project will be constructed. Bids will only be accepted from contractors which have visited the site with the Facilities Engineer. The Ash Lagoon is within the secured area of the WWTP site so prospective bidders wishing to view the site shall contact Todd Scheadig, WWTP Facilities Engineer to arrange a site visit. Mr. Schaedig can be reached at 586-264-2530 or by email at [email protected]. The successful bidder will be required to furnish satisfactory performance bonds, labor and material bonds, public liability and property damage insurance and Workmen’s Compensation Insurance. The City of Warren requires that all employees and subcontractors employed on this project pay prevailing wages as mandated in the most current prevailing wage survey of the Michigan Department of Licensing and Regulatory Affairs Wage and Hour Division.

Page 5: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN ADVERTISEMENT FOR BIDS WWTP – EAST ASH LAGOON 00030 / 2 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\00030.doc

The City of Warren reserves the right to accept or reject any or all bids, to accept or reject either or both alternate bids and to waive any and all irregularities in bidding. No bid may be withdrawn after the scheduled closing time for receiving bids for at least sixty (60) days. No proposal will be received unless made on the Project Proposal blanks furnished and delivered to the Purchasing Department on or before 12:30 p.m., local time, Wednesday, February 12, 2014. Blank Proposal forms are available for download from the Michigan Inter-Governmental Trade Network website. Bids will be publicly opened and read aloud at 1:00 p.m., local time, in the City of Warren Community Center Auditorium, 5460 Arden, Warren, Michigan 48092. CITY OF WARREN James R. Fouts, Mayor Bids received after 12:30 pm of the date they are due will not be accepted or will be marked late, and retained unopened. Submit original and three (3) copies of the Proposal Form Section 00300 and Bid Bond or Cashier’s Check in the same envelope. Bids will be transported over to the Auditorium, Warren Community Center, 5460 Arden, Warren, MI after the Purchasing Department has registered and sorted the Statements. They will be opened at 1:00 pm. This inquiry implies no obligation on the part of the City. Addenda, clarifications and changes to the proposal documents must be obtained on line by registering (free registration available) for the MITN system as follows: 1) go to www.mitn.info, select the Michigan MITN System, 2) select vendor registration at the top of the page, 3) review the vendor registration options that are available to vendors and then, 4) sign up to register.

Page 6: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 3-20-08

PUBLIC SERVICE DEPARTMENT WASTE WATER TREATMENT PLANT

INSTRUCTIONS TO BIDDERS

INDEX

1. Receipt and Opening of Bids 2. Preparation of the Proposal 3. Bid Security 4. Liquidated Damages for Failure to Enter Into

the Contract 5. Security for Faithful Performance 6. Power of Attorney 7. Scope of Work 8. Construction Conditions 9. Addendums and Explanations

10. Name, Address and Legal Status of the Bidder 11. Competency of the Bidder 12. Disqualification of Bidders 13. Subcontract Provisions 14. Basis of the Proposal 15. Increase or Decrease of Quantities 16. Method of Award 17. Time for Completion and Liquidated Damages 18. Prospective Bidder Site Visit

Page 7: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

IB - 2

1. RECEIPT AND OPENING OF BIDS

The City of Warren, Macomb County, Michigan invites bids on the form attached hereto. All blanks must be appropriately filled in. Bids will be received at the office of Purchasing of the City of Warren until 12:30 p.m. on Wednesday, February 12, 2014. The envelopes containing the bids must be sealed, addressed to Purchasing, City of Warren at One City Square, Suite 425, Warren, Michigan and designated as Bid of Contract City Project WWTP-14-001, WWTP – East Ash Lagoon Reconstruction Project, ITB-W-8904

2. PREPARATION OF THE PROPOSAL

All proposals must be prepared and signed by the bidder in the form attached hereto and without removal from the bound pamphlet. Additional copies of the Proposal Form may be obtained from the website www.MITN.info. All blank spaces for the bid prices must be filled in, in ink or typewritten. Illegibility of any figure in the Proposal may be sufficient cause for rejection of the Proposal by the City. If a unit price or a lump sum bid already entered by the Bidder on the Proposal Form is to be altered, it shall be crossed out with ink and the new unit price or lump sum bid entered above or below it, and initialed by the bidder with ink. The Proposals received will be compared on the basis of the summation of the lump sum amounts bid and the products of the quantities of items listed at the unit prices bid. In the case of discrepancy between the total shown in the Proposal and that obtained by adding the products of the quantities of items at the unit prices, the unit prices in the Proposal shall govern and any errors found in products, and in the addition, will be corrected. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form. The City may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all bids. No unsolicited alternates will be considered. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 60 days after the actual date of the opening thereof.

Page 8: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

IB - 3

3. BID SECURITY

Each bid must be accompanied by cash, certified check of the bidder, or a bid bond duly executed by the bidder as principal and having as surety thereon a surety company approved by the City, in the amount of 5% of the bid as a guarantee on the part of the bidder that he will, if called upon to do so, enter into a contract in the attached form to do the work covered by the Proposal and at the prices stated therein and to furnish acceptable surety for its faithful and entire fulfillment. Such cash, checks or bid bonds will be returned to all except the three lowest bidders within seven days after the opening of bids. The remaining cash, checks, or bid bonds will be returned promptly after the City and the accepted bidder have executed the Contract. If no award has been made within seven days after the opening of bids, the remaining cash, checks, or bid bonds will be returned promptly after the City and the accepted bidder have executed the Contract, or, if no award has been made within 90 days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid.

4. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO THE CONTRACT

The award of Contract must be approved by the City Council. The Contract shall be deemed as having been awarded when formal notice of award shall have been duly served by the City, subsequent to approval of City Council, upon the bidder. The bidder to whom the Contract shall have been awarded will be required to execute six copies of the Contract in the form attached hereto and to furnish surety and insurance certificates, all as required. In case of the bidder’s refusal or failure to do so within ten (10) days after award, the bidder will be considered to have abandoned all rights and interests in the award, and the bid deposit may be declared forfeited to the City as liquidated damages and the award may then be made to the next best qualified bidder or the work re-advertised as the City may elect.

5. SECURITY FOR FAITHFUL PERFORMANCE

The bids shall be accompanied by a letter from a surety company, satisfactory to the City stating that the necessary bonds will be furnished by it to the Contractor bidding in the event he is the successful bidder. The successful contractor will be required to furnish the following guaranty bonds: a. The Contractor shall furnish a surety bond in an amount at least equal to

100% of the Contract price as security for faithful performance of this Contract. b. The Contractor shall furnish a separate surety bond in an amount at least

equal to 100% of the Contract price as security for payment of all persons

Page 9: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

IB - 4

performing labor, furnishing materials and equipment rental in connection with this Contract.

c. The Contractor shall furnish a Maintenance and Guarantee bond in an amount

at least equal to one hundred percent (100%) of the Contract price.

Premium for the three bonds described above shall be paid by the Contractor. A certificate from the surety showing that the bond premiums are paid in full shall accompany the bonds. The approved bond form shall be utilized and executed by a duly authorized surety company satisfactory to the City.

6. POWER OF ATTORNEY

Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney.

7. SCOPE OF WORK

The work under this Contract shall consist of the items contained in the Proposal, including all incidentals necessary to fully complete the project in accordance with all Contract Documents.

8. CONSTRUCTION CONDITIONS

Each bidder shall visit the site of the work and fully acquaint himself with conditions relating to construction and restrictions attending the execution of the work under the Contract. Bidders shall thoroughly examine and be familiar with the drawings and specifications. It is also expected that the bidder will obtain information concerning the available facilities for receiving, transporting, handling and storing construction equipment and materials and concerning other local conditions that may affect this work. The failure or omission of any bidder to receive or examine any form, instrument, addendum or other document, or to visit the site and acquaint himself with conditions there existing, shall in no way relieve himself from any obligation with respect to his bid or to the Contract. The Contractor, as such and as bidder, shall make his own determination as to soil conditions and shall assume all risk and responsibility and shall complete the work in whatever material and under whatever conditions he may encounter or create, without extra cost to the City. The bidder’s attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout,

Page 10: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

IB - 5

and they will be deemed to be included in the Contract the same as though herein written out in full.

9. ADDENDUMS AND EXPLANATIONS

No verbal answers to inquiries regarding the meaning of the drawings or specifications or verbal instructions previous to the award of the Contract will be given. Any verbal statements regarding same by any person, previous to the award, shall be unauthoritative. Explanations desired by bidders shall be requested of the City in writing, and if explanations are necessary, a reply will be made in the form of an Addendum. Every request for such explanation shall be in writing by contacting the Purchasing Agent, Craig Treppa of the City of Warren, Purchasing Division preferably by e-mail, [email protected] , subject: ITB-W-8904. Addendums issued to bidders prior to the date of receipt of Proposals shall become a part of the specification, and all Proposals shall include the work described in the Addendums. Any inquiry received after 5:00 p.m. local time on February 4, 2014 will not be given consideration. Any and all such interpretations and any supplemental instructions will be in the form of written addenda, clarifications and changes which, if issued, must be obtained on line via the MITN system. Failure of any bidder to receive any such Addendum shall not relieve such bidder from any obligation under his bid as submitted.

10. NAME, ADDRESS AND LEGAL STATUS OF BIDDER

The proposal shall be signed in ink and the address of the bidder given. The legal status of the bidder, whether corporation, limited liability company, partnership, or individual, shall also be stated in the proposal. A corporation shall execute the proposal by its duly authorized officers in accordance with its corporate bylaws and shall also list the state in which it is incorporated. A partnership bidder shall give all the names of the partners. Partnership and individual bidders will be required to state in the Proposal the names of all persons interested therein. The place of residence of each bidder, or the office address in the case of the firm or company, with county and state, must be given after his signature. If the bidder is a joint venture consisting of a combination of any or all of the above entities, each joint venturer shall execute the proposal.

Page 11: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

IB - 6

Anyone signing a proposal as an agent of another or others shall submit with his proposal legal evidence of his authority to do so.

11. COMPETENCY OF THE BIDDER

The opening and reading of the proposal shall not be construed as an acceptance of the bidder as a responsible bidder. The City reserves the right to determine the responsibility of a bidder from its knowledge of the bidder’s qualifications or from other sources. In the event that the City shall require certified supporting data regarding the qualifications of the bidder in order to determine whether the bidder is a responsible bidder, the bidder will be required to furnish the following information sworn to under oath by him. a. The bidder’s performance record with listing of work of a similar character and

proportions which he has constructed, giving the name of the Owner, date built, and construction cost.

b. A tabulation of other work now under contract, giving the location, type, size,

required date of completion and the percentage of completion to date of each job.

c. An itemized list of the bidder’s equipment available for use on the proposed

contract.

d. A listing of the major parts of the work which are proposed to be sublet.

e. The bidder’s certified financial statement, dated within sixty days prior to the opening of bids. The City may require that any items of such statements be further verified.

f. Evidence that the bidder is licensed to do business in the State of Michigan, in

case of a corporation organized under the laws of any other State, the name and address of the resident agent.

g. A construction schedule for that portion of the contract for which he is under

consideration for award based on starting construction within ten (10) days after receiving “Notification to Proceed.”

h. Such additional information as will satisfy the City that the bidder is

adequately prepared to fulfill the contract.

12. DISQUALIFICATION OF BIDDERS

Any one or more of the following causes may be considered sufficient for the disqualification of a bidder and the rejection of a bid or bids:

Page 12: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

IB - 7

a. Evidence of collusion among bidders.

b. Lack of competency as revealed by either financial experience or plant equipment statements as submitted.

c. Lack of responsibility as shown by past work judged from the standpoint of

workmanship and progress.

d. Uncompleted work under other contracts, which, in the judgment of the City might hinder or prevent the prompt completion of additional work if awarded.

e. Being in arrears on existing contracts, in litigation with the City, or having

defaulted on a previous contract.

13. SUBCONTRACT PROVISIONS

The Contractor shall not assign or transfer this Contract without the written consent of the City. Subcontracting any portion of the Contract shall comply with Section 218 of the General Conditions and the following:

1. Notice. Notice of all subcontracting of services covered by this contract shall be

provided to the City prior to subcontracting. 2. Contractor’s responsibility. It is the responsibility of the Contractor to ensure

that all subcontractors abide by all terms of this contract. 3. Proof of Payment. The Contractor agrees to submit proof of payment of all

subcontractors within thirty (30) days of payment. 4. Hold Harmless. The Contractor agrees to indemnify and hold the City harmless

from any loss, cost, or expense arising out of the performance of any subcontractor or affiliation entered into by the Contractor, but only to the extent that such loss, cost, or expense is attributable to the negligence of the Contractor, its subcontractor or affiliate.

5. Objection to subcontractor by City. If the City has an objection to any subcontract proposed, the City shall provide notice of such objection within fourteen (14) days of receiving notice of subcontracting. The parties shall then meet, if the objection is not resolved, the Contractor shall not subcontract the serviced as proposed.

14. BASIS OF THE PROPOSAL

Proposals are solicited on the basis of unit prices for each type of work and lump sums for special structures and unit prices for contingent items of additional work all as set forth in the form of Proposal. Proposals will be compared on the basis of the quantities stated therein and the prices offered for each item.

Page 13: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

IB - 8

Alternates may have been included in the Proposal for the offering of prices for certain combinations of the various sections of the work. Prices may be offered for any or all alternates included as specified in the Special Conditions.

15. INCREASE OR DECREASE OF QUANTITIES The quantities as shown in the proposal may be approximate and are given only as a basis of calculation for comparing bids and awarding contracts. The City does not guarantee that the actual quantities involved will correspond with the estimate. Payment to the Contractor will be made only for the actual quantities of work performed in accordance with the plans and specifications. The Engineer reserves and shall have the right under the Contract to make such changes, from time to time, in the plans and in the quantities of work, as may be necessary or desirable to insure the completion of the work in the most satisfactory manner in accordance with the specifications.

In case a satisfactory adjustment in price cannot be reached for any such item, the City reserves the right to terminate the Contract as it applies to the item in question and make such arrangements as it may deem necessary to complete the work.

16. METHOD OF AWARD

If at the time this Contract is to be awarded, the lowest base bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the City as available to finance the Contract, the Contract will be awarded on the base bid only. If the bid exceeds such amount, the City may reject all bids or may award the Contract on the base bid combined with such deductible alternates applied in numerical order in which they are listed to produce a net amount which is within available funds. The City also has the right to award the Contract on an individual line item basis as required to meet the funds available for the project.

The City reserves the right to accept any Proposals, to reject any or all Proposals, and to waive defects or irregularities in any Proposal. In particular, any alteration, erasure or interlineation of the Contract documents and of the Form of Proposal shall render the accompanying Proposal irregular and subject to rejection by the City.

17. TIME OF COMPLETION AND LIQUIDATED DAMAGES

The bidder agrees to commence work under this contract on or before the date to be specified in the “Notice to Proceed for Ash Lagoon Replacement” issued by the City and to fully complete the entire project by July 3, 2014.

Page 14: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

IB - 9

The Bidder further agrees to pay as liquidated damages the sum of $500.00 for each calendar day thereafter that the work remains incomplete or inactive as provided in Section 242 of the General Conditions.

18. PROSPECTIVE BIDDER SITE VISIT

Prospective bidders must visit the Ash Lagoon site prior to submittal of a bid to view the conditions under which the project will be constructed. Bids will only be accepted from contractors which have visited the site with the Facilities Engineer. The Ash Lagoon is within the secured area of the WWTP site so prospective bidders wishing to view the site shall contact Todd Scheadig, WWTP Facilities Engineer, to arrange a site visit. Mr. Schaedig can be reached at 586-264-2530 or by email at [email protected]. The Bidders will have the opportunity to ask questions and receive clarifications regarding the Project and to visit the Ash Lagoon project area at the WWTP Site at this meeting. If clarifications are necessary following the site visits, an Addendum will be issued.

Page 15: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

P-1

PUBLIC SERVICE DEPARTMENT WASTEWATER TREATMENT PLANT

Proposal Place: City of Warren

Date: February 12, 2014 Project: WWTP-14-001 ITB-W-8904

The Proposal of ______________________________(hereinafter called “Bidder” to the City of Warren, Macomb County, Michigan. (Hereinafter called “City”).

The Bidder, in compliance with the invitation for bids for the construction of

Contract City Project WWTP-14-001 WWTP – East Ash Lagoon Reconstruction Project, hereby proposes to furnish all materials, supplies and labor to construct the proposed project in accordance with the contract documents within the time frame specified in these documents and according to the prices listed below. The prices shall cover all expenses incurred in performing the work required by the contract documents. This proposal shall be included as part of the contract documents.

The Bidder certifies that the Bidder has examined the plans, specifications and all related

documents for the project, has examined the site of the proposed project and is familiar with all of the conditions surrounding construction of the proposed project including the availability of materials, supplies and labor.

The Bidder affirms that in making this proposal neither the Bidder, the Bidder’s company,

any company the Bidder any represent nor anyone on behalf of the Bidder has entered into any combination, collusion or agreement with anyone to maintain the prices of the work or any compact to prevent any other bidder from bidding on the contract or the proposed project. The Bidder further affirms that the proposal is made without regard or reference to any other bidder or proposal and without any agreement, understanding or combination, either directly or indirectly, with any other person with reference to the bidding in any way or manner whatsoever.

The Bidder agrees that this bid shall be good and shall not be withdrawn for a period of 60

calendar days after the scheduled closing time for bids received. The Bidder agrees to commence work under this contract on or before the date and time to

be specified in the written “Notice to Proceed for Ash Lagoon Replacement” issued by the City and to fully complete the Ash Lagoon Replacement Project by July 3, 2014. The Bidder further agrees to pay as liquidated damages the sum of $500.00 for each consecutive calendar day after the allotted number of days that the work remains incomplete or inactive as provided in Section 242 of the General Conditions.

The Bidder acknowledges receipt of the following addendums: No. Dated: No. Dated:

Page 16: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

P-2

Item Quantity Unit Price Total Cost

1. Mobilization, Max. 5% 1 LS @ $ = $

2. Ash Lagoon Replacement 1 LS @ $ = $

3. New 8” Thick Concrete Pavement 1 LS @ $ = $

4. 150 CYD, 21AA Agg. Base Course Allowance* 1 LS @ $ = $

5. MCPWC Soil Erosion Permit Fee Allowance 1 LS @ $ 1000.00 = $ 1000.00**

TOTAL AMOUNT OF BASE BID $ Deduct Alternate No. 1 6. Concrete paving noted on Drawings 1 LS @ $ = $

(and as described in the Special Project Requirements)

Deduct Alternate No. 2 7. Concrete paving noted on Drawings 1 LS @ $ = $

(and as described in the Special Project Requirements)

* Refer to Special Project Requirements for description of this allowance. The actual

amount paid to the contractor shall be increased or decreased based on actual volume of 21AA required, as described in the Special Project Requirements.

** The Lump Sum allowance amounts shall be payment in full for all costs incurred and

paid for by the contractor for permit fees associated with the Macomb County Public Works Commissioner’s Soil Erosion Permit. The actual amount paid to the contractor shall be increased or decreased to reflect the actual charges as shown on invoices to the contractor without mark-up.

The Bidder agrees to perform all the work required in accordance with the contract documents, for the preceding unit prices.

The preceding unit prices shall include labor, materials, bailing, shoring, removal, overhead, profit, insurance, or other expenses required to cover the finished work of the contract documents. The Owner, at his sole discretion, reserves the right to award to the Bidder who, in the sole determination of the Owner, will best serve the interest of the Owner. The Owner may use any combination of the base bid and Alternates in determining the successful low bidder.

WWTP – East Ash Lagoon Reconstruction

WWTP-14-001

Page 17: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

P-3

Bidder understands that the City reserves the right to reject any and all bids and to waive any informalities in the bidding. The Bidder attaches hereto a certified check or cashier’s check in the sum of ________________________________________________________________ Dollars ($ ) or a bid bond in the amount of Five Percent (5%) as required in the Instructions to Bidders and the bidder agrees that in case he shall fail to fulfill his obligations under the foregoing proposal and contract, the City may determine that the undersigned has abandoned his rights and interests in such proposal and that the bid security accompanying his proposal has been forfeited to the City. The bid security shall be returned to the Bidder upon execution of the contract and the acceptance of required bonds and insurance coverage, or upon the rejection of his proposal. The Bidder hereby agrees that if the foregoing proposal shall be accepted by the City, he will, within ten (10) consecutive calendar days after receiving formal notice of award, enter into contract in the appropriate form to furnish the labor, materials, equipment, tools and construction equipment necessary for the full and complete execution of the work at and for the price named in his proposal. Further, he shall furnish to the City and to the State of Michigan required surety for the faithful performance of the contract and for all labor expended thereon as shall be approved and accepted by the City. In the interest of expediting the award of this contract, the Bidder may be required to show that he has performed work similar to that which is required under the proposed contract.

IT IS REQUIRED OF ALL BIDDERS TO RETURN THIS SHEET FULLY COMPLETED AND SIGNED BY AN AUTHORIZED REPRESENTATIVE WITH THEIR SEALED BID. (ONLY ORIGINAL SIGNATURES WILL BE ACCEPTED. ELECTRONIC, STAMPED

OR DIGITAL SIGNATURES WILL NOT BE ACCEPTED).

FAILURE TO COMPLY WITH THE REQUIREMENTS, PROCEDURES, AND PROVIDE INFORMATION AS REQUESTED BY THIS DOCUMENT MAY RESULT IN DISQUALIFICATION.

Dated and signed this day of _________ 2014

Name of Bidder:

Signature:

Title of Signer:

Business:

Address:

of Bidder:

Telephone:

Page 18: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

P-4

LEGAL STATUS OF BIDDER: A Corporation duly organized and doing business under the laws of for State

whom bearing the official title of signed this Name Office Title proposal and is duly authorized to execute contracts on behalf of the Corporation. A Limited Liability Company duly organized and doing business under the laws of _________________________________________ for whom ___________________________________, State Name

bearing the official title of signed this Office Title

proposal and is duly authorized to execute contracts on behalf of the Company. A Partnership, all of the members of which with addresses are: ______________________________________ ______________________________________

______________________________________ ______________________________________

______________________________________ ______________________________________

______________________________________ ______________________________________

A Limited Liability Partnership, all members listed above.

An Individual, whose signature is affixed to this Proposal.

Page 19: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

P-5

SUBCONTRACT PROVISIONS The Contractor shall list the name and address of the proposed Subcontractors in the space provided below. Approval of any Subcontractor will not be given unless and until it is determined by the City that he is qualified to bid on the type and magnitude of work proposed and shall have executed a subcontract in a form acceptable to the City. The Contractor shall abide by the provisions set forth herein. Any item of work performed by other than the Contractor or approved Subcontractors will be considered as unauthorized and shall not be paid for under the provisions of the Contract. NAME OF SUBCONTRACTOR AND ADDRESS ITEM OF WORK

Page 20: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN SPECIAL PROJECT REQUIREMENTS WWTP – EAST ASH LAGOON SPR / 1 RECONSTRUCITON PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

SPECIAL PROJECT REQUIREMENTS CONTRACT WWTP-14-001, ITB-W-8904

EAST ASH LAGOON RECONSTRUCTION PROJECT

1. PROJECT REQUIREMENTS

A. The Contractor shall schedule and arrange his work so that the existing wastewater treatment plant will remain in service, without interruption, during the entire construction period.

B. In general, work may proceed on a schedule established by the Contractor to meet the completion

date, agreed to in the Proposal. However, all scheduling shall be subject to the approval of the City of Warren.

C. The Contractor shall be totally responsible for the construction of the project under scheduling

conditions outlined herein and any other scheduling which may be necessary. All work shall be completed for the lump sum price submitted in the Contractor's proposal. No additional compensation will be allowed for delays in the work necessary to prevent interruption of service whether specifically spelled out in this section or not.

D. The Contractor shall make whatever provisions necessary to allow the City’s personnel access to the

site and to ensure that operations under this Contract do not interfere with the City’s operations. Wastewater treatment operations must be maintained at all times at no additional cost to the City.

2. PERMITS

A. All permits and inspection costs shall be paid by the Contractor. The fees required for the various permits are provided below for inclusion in the bid.

B. An MDEQ Part 41 construction permit has been applied for but there will be no cost to the

Contractor for this permit.

C. The Contractor shall obtain a Soil Erosion Control permit from the Macomb County Public Works Commissioner’s Office. The permit has been applied for by the City. An allowance has been provided in the Proposal for the related SESC permit costs.

3. GENERAL

A. The City of Warren requires that all employees and subcontractors employed on this project pay prevailing wages as mandated in the most current prevailing wage survey of the Michigan Department of Licensing and Regulatory Affairs Wage and Hour Division.

B. The Contractor shall commence with the preparation of shop drawings within 10 Days of the initial Notice to Proceed. Failure to do so will result in the Contractor being charged $500.00 in liquidated damages for each day the Contractor is tardy in commencing with their operations.

The bidder agrees to commence work under this contract on or before the date to be specified in the second “Notice to Proceed for Ash Lagoon Replacement” issued by the City and to fully complete the entire project by July 3, 2014. The Bidder further agrees to pay as liquidated damages the sum

Page 21: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

SPECIAL PROJECT REQUIREMENTS CITY OF WARREN SPR / 2 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

of $500.00 for each consecutive hour after the allotted number of hours that the work remains incomplete and inactive as provided in Section 242 of the General Conditions.

C. Prior to any work commencing, a construction schedule shall be presented and approved by the

Project Engineer. This schedule shall show the approximate dates that each operation will commence and be completed on each street.

D. All items of work noted on the plans or in the Specifications that are not specifically noted in the

proposal, shall be considered as included in the construction and shall he constructed at no extra cost to the City.

E. The Contractor is responsible for the scheduling of labor and equipment. The bid shall also include

factors for delays due to the weather, strikes, vandalism, unforeseen field conditions and any other factors which might delay or suspend his operations. Under no circumstances shall compensation of any type be allowed for loss of production.

F. The Engineer will work diligently with the Contractor to arrive at final quantities and will issue a

final estimate for full payment as soon as agreement is reached. Failure to notify the Engineer of, or resolve such differences within the allotted 120 calendar days after the last periodic estimate constitutes acceptance by the Contractor of the quantities included in the last periodic estimate and the final estimate where final quantities will be issued.

G. The City of Warren reserves the right to reject any or all bids, to waive irregularities, and to accept

any bid which it shall deem to be the most favorable to the interest of the City.

4. PAY ITEM DESCRIPTION A. Mobilization, Max. 5% - Shall include all costs associated with the Contractors start-up operations

and the delivery of the necessary manpower and equipment to the project site. The Lump Sum bid amount of this item shall not exceed 5% of the total bid price.

B. Ash Lagoon Replacement - This item shall include demolition of existing lagoon/utilities, new concrete lagoon walls, foundations and bottom, underdrains, manhole, buried piping/valves, new outlet structure with all appurtenances, excavation, temporary dewatering/bypass pumping as required, and all other work show on the drawings and specified as required for a complete job. All costs for this work shall be included in the Lump Sum Price Bid for Ash Lagoon Replacement.

C. New 8” Thick Concrete Pavement – Shall include the paving of the existing entrance drive from the parking lot as well as the driveway around the east ash lagoon as shown on the drawings and specified as required for a complete job. The work required to complete the paving is generally described below:

a. Excavation and Grading of Existing Gravel Surface – Shall include grading, shaping and compaction of the existing gravel driveway surface to allow placement of the 3” minimum aggregate base course for the new concrete pavement. Excess existing gravel shall be moved to low areas and graded and compacted.

Page 22: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN SPECIAL PROJECT REQUIREMENTS WWTP – EAST ASH LAGOON SPR / 3 RECONSTRUCITON PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

b. Aggregate Base Course, 3” Min, CIP, 21AA Crushed Limestone – Shall include providing material in addition to grading, shaping and compaction of the aggregate base material to the line and grade necessary to meet the proposed pavement grades specified on the plans.

c. Placement and Grading of Excess Excavated Soil along Concrete Pavement – Shall include the placement, grading and compaction of existing soil generated from the site around the perimeter of the new concrete pavement to slope down to existing grade. If a sufficient amount of excess soil from the project is not generated for the perimeter grading, the Contractor will be required to provide suitable soil for the necessary perimeter grading.

d. 8” Thick Concrete Pavement, MDOT Grade P1 6.0 Sack – Shall include the installation of a new 8” thick concrete pavement to the section, line and grade as shown on the drawings. The full limits of the new paving as shown on the drawings shall be included in the project.

e. Stockpiling of Excess Existing Excavated Soil – Shall include the placement of excess excavated soil to a location within the City of Warren WWTP site. The location will be determined and coordinated with the WWTP Facilities Engineer. If the project does not generate excess soil and all can be used around the perimeter of the new concrete pavement this will not be necessary.

f. Seed and Mulch w/3” Topsoil – Shall include providing the required topsoil and the placement to cover all disturbed areas to allow the necessary seed and mulch to be placed.

g. Silt Fence – Shall include the installation and maintenance of the silt fence throughout the duration of the project, through the establishment of the new seed and mulch.

D. 150 CYD, 21AA Agg. Base Course Allowance – Shall include any additional aggregate base

required where additional undercutting may be required, as determined in the field based on actual soil conditions. The Contractor shall not undertake any work for this pay item without prior review and approval by the Owner. The pay item includes an estimate of the maximum amount that may be required for this work, but the amount paid for this item will be adjusted to reflect the actual volume of material required, based on field measurement. All costs for this work shall be included in the Lump Sum Price Bid for 150 CYD, 21AA Agg. Base Course Allowance.

E. MCPWC SESC Permit Fee Allowance – This item shall include the acquisition of the Soil Erosion

and Sedimentation Control Permit from the Office of the Macomb County Public Works Commissioner. The permit has been applied for but the Contractor will be required to provide insurance, pay the application fee and to provide an inspection fee deposit. The pay item includes an estimate of the costs but the amount paid for this item will be adjusted to reflect the actual fees charged by the MCPWC as shown on their invoice. All costs for this work shall be included in the Lump Sum Price Bid for MCPWC SESC Permit Fee Allowance.

F. Deduct Alternate No. 1

a. Depending on the total bid amount for the project in relation to the available budget, the City may need decrease the amount of new concrete paving. The Deduct Alternate No. 1 is provided to allow the City to review the costs and to decide if it will be necessary to reduce the new paving limits. The amount of the deduction shall include the reduction in the new 8” concrete pavement surface as shown on the drawings and labeled as Deduct Alternate No.

Page 23: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

SPECIAL PROJECT REQUIREMENTS CITY OF WARREN SPR / 4 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

1. The lump sum price deduction shall include the paving reduction as well as all of the associated work item reductions as described above. It will be required to ramp down to the existing gravel surface from the new pavement and to slope down from the new top edge of ash lagoon to the existing gravel surface. These ramp and slope transitions shall be done by utilizing new 21AA Crushed Limestone Aggregate Base Course material.

G. Deduct Alternate No. 2

a. Depending on the total bid amount for the project in relation to the available budget, the City may need decrease the amount of new concrete paving. The Deduct Alternate No. 2 is provided to allow the City to review the costs and to decide if it will be necessary to reduce the new paving limits. The amount of the deduction shall include the reduction in the new 8” concrete pavement surface as shown on the drawings and labeled as Deduct Alternate No. 2. The lump sum price deduction shall include the paving reduction as well as all of the associated work item reductions as described above. It will be required to ramp down to the existing gravel surface from the new pavement. These ramp transitions shall be done by utilizing new 21AA Crushed Limestone Aggregate Base Course material.

END OF SECTION

Page 24: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

WWTP-14-001 WWTP –East Ash Lagoon Reconstruction Project

C-1

PUBLIC SERVICE DEPARTMENT

WASTE WATER TREATMENT

CONTRACT

THIS CONTRACT, Made and entered into this _______________ day of

__________________, 2014, by and between the CITY OF WARREN, MACOMB COUNTY,

MICHIGAN, a municipal corporation, Party of the First Part, hereinafter called the

Owner, and , Party of the Second Part,

hereinafter called the Contractor, whose address is

.

WITNESSETH, That the Contractor and the Owner will execute this contract in five

(5) counterparts, each of which shall be deemed an original, for the considerations

hereinafter named, agree as follows:

ARTICLE I - THE WORK

It is agreed that the Contractor shall furnish all labor, materials, and equipment, and perform all of the work shown and called for on the Drawings and described in the Specifications entitled – City Project WWTP-14-001, WWTP – East Ash Lagoon Reconstruction Project, ITB-W-8904 prepared by the Waste Water Treatment Plant Facilities Engineer or designee, acting as, the Engineer, and shall comply with all provisions of the Contract Documents. The Contract Documents being defined to include the Contract, Bonds, Drawings, Advertisement, Instructions to Bidder, Proposal, Specifications, General Conditions, Supplemental Specifications and any supplements or amendments agreed to by both parties. ARTICLE II - THE TIME It is agreed that the Contractor shall, upon execution of this Contract, begin construction within 10 working days from the date of the written Notice to Proceed, and shall prosecute the work in such manner as to fully complete all work, including cleanup and restoration by July 3, 2014 for the East Ash Lagoon Reconstruction Project. The time of beginning, rate of progress and hours of completion are considered essential elements of the Contract. Section 241 and 242 of the General Conditions portion of this contract shall apply to issues of progress of work and time for completion.

Page 25: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

WWTP-14-001 WWTP –East Ash Lagoon Reconstruction Project

C-2

It is agreed that if the Contractor shall be unavoidably delayed in beginning or fulfilling this Contract by reason of excessive storms or floods, or by Acts of Providence, or by general strikes, or by court injunction, or by stopping of the work by the Owner because of any emergency or public necessity, or by reason of alterations ordered by the Owner, the Contractor shall have no valid claim for damages on account of any cause or delay; but he shall in such case be entitled to such an extension of the above time limit herein, as the Engineer shall adjudge to be just and reasonable; provided, however that formal claim for such extension shall be made in writing by the Contractor within a week after the date upon which such alleged cause or delay shall have occurred. ARTICLE III - DIFFERING SITE CONDITIONS CLAUSE It is agreed that in all improvement contracts that exceed $75,000.00 if a surface or subsurface condition differs materially from those stated in this contract, the Contractor shall promptly notify the Owner in writing before disturbing the physical condition of the property. If after prompt inspection by the Owner, any materially different condition increasing or decreasing the cost or time needed to perform the contract is determined to exist, a written adjustment shall be made to modify the contract. The Contractor shall not be entitled to an adjustment if no notice of the materially differing condition is given in writing to the Owner, or if the Contractor has already received final payment under this contract. It is further agreed that if the Contractor does not agree with the Owner’s determination regarding the differing condition, at the Owner’s option, the Owner and the Contractor shall arbitrate the Contractor’s entitlement in accordance with the rules of the American Arbitration Association. ARTICLE IV - LIQUIDATED DAMAGES It is expressly covenanted and agreed that response time is and shall be considered of the essence of the Contract. In the event that the Contractor shall fail to perform the entire work agreed to by or at the times herein mentioned or referred to in Article II, or within some other certain date subsequent to this to which the time limit for the completion of the work may have been advanced under the provisions of Article II, the Contractor shall pay unto the Owner as and for liquidated damages and not as a penalty, the sum of $500.00 for each and every calendar day after the allotted number of calendar days that the work remains incomplete or inactive that the Contractor shall be in default. Said sum of $500.00 per day, in view of the difficulty of estimating such damages with exactness, is hereby expressly fixed and agreed upon as the damages which will be suffered by the Owner for reason of such defaults. It is also understood and agreed that the liquidated damages herein before mentioned are in lieu of the actual damages arising from such breaches of this Contract, which said sums the Owner shall have the right to deduct from any monies in his hands otherwise due or to become due to the Contractor or to sue for and recover compensation for damages for non-performance of this contract at the time stipulated herein and provided.

Page 26: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

WWTP-14-001 WWTP –East Ash Lagoon Reconstruction Project

C-3

ARTICLE V – OWNER’S RIGHT TO COMPLETE It is agreed that if at any time the Contractor should abandon his work; or if he should be adjudged as bankrupt, or if his performance of this Contract is being unnecessarily or unreasonably delayed; or if he should make a general assignment for the benefit of his creditors; or if a receiver should be appointed on account of his insolvency; or if he should persistently or repeatedly fail to supply enough properly skilled workmen or sufficient materials for the work; or if he should habitually fail to make prompt payment to subcontractors or to pay promptly for materials and labor; or if he should persistently disregard laws or ordinances or the directions of the Engineer; or if he should willfully and repeatedly violate any of the substantial provisions of this Contract, then in such case the Owner, after giving the Contractor and his sureties written notice thereof, may order him to discontinue all work under this Contract, or any part thereof. Thereupon, the Contractor shall at once discontinue such work or such part thereof, and shall cease to have any right to the possession of the ground. The Owner shall have the right to finish the work, or part thereof, by contract or otherwise as he may elect, and for that purpose to take possession and make use of such materials, tools, building appliances and equipment as may be found upon the work, and to charge the cost and expense of such completion to the Contractor. The Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, the amount of such excess shall be paid to the Contractor. It is expressly stipulated and agreed that from and after the date of the order to discontinue work, and until such work shall have been finally completed by the Owner, neither the Contractor nor any of his agents or employees shall remove or make any effort directly or indirectly to remove any of the above mentioned materials, tools, building appliances or equipment from the points at which they were located on the date of said order, except upon the written consent of the Owner to do so. It is further understood and agreed that the foregoing provisions of this article are without prejudice to any other right or remedy which the Owner may have under this Contract. ARTICLE VI - ASSIGNMENT OF CONTRACT It is agreed that the Contractor shall not assign or transfer this Contract or sublet any part of the work embraced in it, except with the written consent of the Owner to do so. It is further agreed that all parts of the work which may be performed by a subcontractor shall be done in conformity with and be subject to all the provisions of the Contract Documents exactly as if performed by the Contractor and his immediate employees and workmen. No subletting of the work shall in any way diminish or weaken the responsibility of the Contractor for all parts of the work or lessen his obligations and liabilities under this Contract.

Page 27: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

WWTP-14-001 WWTP –East Ash Lagoon Reconstruction Project

C-4

It is likewise agreed that the Contractor shall not assign, either legally or equitably, any of the monies payable to him under this Contract, or his claim thereto, except with the written consent of the Owner. ARTICLE VII - THE CONTRACT SUM It is agreed that, in consideration of the faithful and entire performance by the Contractor of his obligations under this Contract, the Owner shall pay to him the sum not to exceed , determined by the measured quantities and the respective unit prices herein named at the time and in the manner hereinafter stipulated. Such an amount shall be modified by such sums for alterations as may have been determined under the provisions of the General Conditions herein, and diminished by such sums as the Owner may lawfully deduct and retain as liquidated damages under the provisions of Article III of this Contract. The Contractor shall submit written requests for monthly progress payments to the City’s designee by the 24th day of each month in accordance with Article VIII of the Contract. At about the close of each month the Engineer will make an estimate of the amount and value of the work which has been satisfactorily done under this Contract during that month, or since the date of the last preceding estimate. Such estimate shall not be required to be made by strict measurement or with exactness, but may be made either wholly or in part by appraisement or estimation or by a consideration of accounts for labor and materials, and it shall be sufficient if it is approximate only. Any error or inaccuracy which may occur in any such progress estimate may be allowed for or corrected in any subsequent estimate. It is agreed that before the Contractor shall demand partial or final estimates or payments he shall furnish to the Owner, if and when requested to do so, supported, if requested, by sworn statements, satisfactory evidence that all persons who have supplied labor, materials, or equipment for the work embraced under this contract have been fully paid for the same; and that in case such evidence be not furnished as aforesaid, such sums as the Owner may deem necessary to meet the lawful claims of such persons may be retained by the Owner from any monies that may be due or become due to the Contractor under this Contract until such liabilities shall be fully discharged and the evidence thereof be furnished to the Owner. Each month progress payment requested, including reasonable interest if requested in compliance with Public Act No. 524 of the Public Acts of 180, shall be paid within 1 of the following time periods whichever is later:

Page 28: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

WWTP-14-001 WWTP –East Ash Lagoon Reconstruction Project

C-5

ARTICLE VII - THE CONTRACT SUM (Cont’d) a. Thirty days after the Engineer has certified to the owner that work is in place in

the portion of the facility covered by the applicable request for payment in accordance with the Contract Documents

b. Fifteen days after the Owner has received the funds with which to make the

progress payment from a department or agency of the Federal or State government, if any funds are to come from either of those sources.

Upon failure of the Owner to make a monthly progress payment, within the preceding time limits, the person designated by the Contractor to submit requests for progress payments may include reasonable interest on amounts past due in the next request for payment. No progress estimate made or certified by the Engineer and no partial payment made to the Contractor by the Owner shall be deemed or construed as an acceptance of any part of the work under this Contract. As soon as practicable after the satisfactory completion of all work covered by this Contract, the Engineer will make a final inspection of the work as a whole, and will make up a final estimate of the total amount due the Contractor under the terms of the Contract. Upon the acceptance of the completed work, the Owner will pay to the Contractor the entire amount of such final estimate, less the sums previously paid and less such sums as the Owner may deem to be necessary to meet the undischarged obligations of the Contractor, for labor, materials or equipment furnished for the work. The Contractor shall file with the Owner a sworn statement that all claims for amounts due for labor, materials and equipment furnished for this work have been paid in full, or he shall so file in lieu thereof, a sworn statement showing in detail the nature and amount of all unpaid claims for said labor, materials and equipment. ARTICLE VIII - ANTICIPATED CONDITIONS AND WORK BY OTHERS The Contractor further acknowledges that he is not entitled to any additional compensation by reason of conditions being different from those anticipated or by reason of his failing to fully acquaint himself with the site, the conditions, and the work now in place or on account of interference by the Owner or by any other Contractor’s activities which affect the work of this Contract. ARTICLE IX - MISCELLANEOUS The Contractor acknowledges that he has not received or relied upon any representations or warranties of any nature whatsoever from the City of Warren, its agents or employees, and that this Contract is entered into solely upon the Contractor’s own independent business judgment.

Page 29: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

WWTP-14-001 WWTP –East Ash Lagoon Reconstruction Project

C-6

IN WITNESS HEREOF, the City of Warren and the by and through their duty authorized officers and representatives, have executed this Contract as of the date set forth herein. Dated: ____________________, 2014. WITNESS: CITY OF WARREN, a Michigan Municipal Corporation _______________________________________ By: JAMES R. FOUTS MAYOR _______________________________________

_______________________________________ By: PAUL WOJNO CITY CLERK _______________________________________ STATE OF MICHIGAN ) )SS. COUNTY OF MACOMB ) The foregoing instrument was acknowledged before me this ________________ day of

_________________, 2014, by James R. Fouts the Mayor

and Paul Wojno the City Clerk , of the City of Warren, a Michigan Municipal

Corporation.

Notary Public ____________________ County, Michigan My commission expires: Approved as to Form: _______________________________________ (Attorney)

Page 30: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

WWTP-14-001 WWTP –East Ash Lagoon Reconstruction Project

C-7

Contractor WITNESS: _______________________________________ By: Name: _______________________________________ Title: _______________________________________ By: Name: _______________________________________ Title: STATE OF MICHIGAN ) )SS. COUNTY OF ) The foregoing instrument was acknowledged before me this ____________ day of

, 2014, by (name) the (title)

and (name) the (title) of

(company) on behalf of the (company) .

Notary Public ____________________ County, Michigan My commission expires: I FURTHER CERTIFY THAT the following persons are the officers of the

Company holding the indicated office:

I FURTHER CERTIFY THAT any of the aforementioned officers of the Company are

authorized to execute and commit the Company to the conditions, obligations and

stipulations contained in the attached Contract and that all necessary corporate

authorizations have been obtained.

IN WITNESS HEREOF, I have signed this on _____ day of __________________ 2014.

President

Page 31: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

WWTP-14-001 WWTP –East Ash Lagoon Reconstruction Project

C-8

INSTRUCTIONS FOR EXECUTING CONTRACT If the Contractor be a Corporation, the following certificate should be executed: I, ______________________________________________________________, certify that I am the

________________Secretary of the Corporation named as Contractor hereinabove; that

_______________________________________________________________________________________

who signed the foregoing Contract on behalf of the Contractor, was then

of said Corporation; that said Contract

was duly signed for and in behalf of said Corporation by authority of its governing body,

and is within the scope of its corporate powers.

__________________________________(Corporate Seal) If the Contract be signed by the Secretary of the corporation, the above certificate should be executed by some other officer of the Corporation under the Corporate Seal. In lieu of the foregoing certificate, there may be attached to the Contract copies of so much of the records of the Corporation as will show the official character and authority of the officers signing, duly certified by the Secretary or Assistant Secretary under the Corporate Seal to be true copies. The full name and business address of the Contractor should be inserted and the Contract should be signed with his official signature. Please have the name of the signing party or parties typewritten or printed under all signatures to the Contract. If the Contractor should be operating as a partnership, each partner should sign the Contract. If the Contract is not signed by each partner, there shall be attached to the Contract a duly authenticated Power of Attorney evidencing the signer’s (signers’) authority to sign such Contract for and in behalf of the partnership. If the Contractor be an individual, the trade name (if the Contractor be operating under a trade name) should be indicated in the Contract and the Contract should be signed by such individual. If signed by one other than the Contractor, there should be attached to the Contract a duly authenticated Power of Attorney evidencing the signer’s authority to execute such contract for and in behalf of the Contractor.

Page 32: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

WWTP-14-001 WWTP –East Ash Lagoon Reconstruction Project

C-9

REQUIREMENTS OF PUBLIC ACT NO. 524 In accordance with Public Act. No. 524 of the Public Acts of 1980 of the Michigan Compiled Laws, I, _________________________________________________________ representing the Contractor, (name and title) designate the following person: _______________________________________________________________________________________

(name and title) to submit written requests for monthly progress payments to the Owners Engineer. In the event that the person designated to submit monthly progress payments is changed or replaced by the Contractor, the Contract shall provide written notice to the Owner’s Engineer stating the name of the new person designated. Such written notice shall be made within seven (7) days of occurrence and before any written request for progress payment is made by the new person designated. Written requests for monthly progress payments must be received by the Owner’s Engineer before the 24th day of each month.

Page 33: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

PUBLIC SERVICE DEPARTMENT

Waste Water Treatment Plant

Performance Bond

We, ______________________________________________________, Contractor, as Principal, and Name and address of Contractor

____________________________________________________________, as Surety, are held and firmly Name and address of Surety

bound to the CITY OF WARREN, MACOMB COUNTY, MICHIGAN, in the sum of

dollars ($ ) Amount of Bond for the payment of which we each bind ourselves, our heirs, executors, administrators,

successors and assigns to the CITY OF WARREN.

The Principal has by written agreement dated ________________________, 2014, entered into a Contract with the CITY OF WARREN, titled: City Project WWTP-14-001, WWTP – East Ash

Lagoon Reconstruction Project; and which Contract is attached and made a part of this

instrument. The Contract in Section 204 of the General Conditions requires a Performance Bond

in an amount equal to one hundred percent (100%) of the Contract price.

CONDITION: The condition of this obligation is that if the Principal shall faithfully perform the Contract

according to all conditions, stipulations and specifications contained in the Contract documents,

and complete the construction free and clear of all liens and or claims of every description, and

satisfy all claims and demands incurred, and shall fully indemnify and save harmless the CITY

OF WARREN from all liability and damages of every kind which it may suffer by reason of the

Principal’s performance under the Contract, then this obligation shall be void and of no effect;

otherwise, it shall remain in full force and effect.

PB-1

Page 34: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

This Bond is given upon the express condition that any changes, alterations or modifications of

the Contract, the extension of time or the placing of an inspector or superintendent on site by the

CITY OF WARREN in accordance with the provisions of the Contract, shall not operate in any

way to release the Principal and Sureties.

This Bond is given in compliance with and subject to all the provisions and conditions of

Public Act 213 of 1963; MCL 129.201 et. seq. SIGNED, SEALED AND DATED: __________________________________, 2014. Witness: Principal: ________________________________ _______________________________ Name Signature ________________________________ _______________________________ Name Printed Name and Title Witness: Surety: ________________________________ _______________________________ Name Signature ________________________________ _______________________________ Name Printed Name and Title* *Note: Attach copy of Power of Attorney

PB-2

Page 35: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

PUBLIC SERVICE DEPARTMENT

Waste Water Treatment Plant Payment Bond

for Labor, Material, and Equipment Rental

We, ______________________________________________________, Contractor, as Principal, and Name and address of Contractor

____________________________________________________________, as Surety, are held and firmly Name and address of Surety bound to the CITY OF WARREN, MACOMB COUNTY, MICHIGAN, in the sum of

dollars ($ ) Amount of Bond for the payment of which we each bind ourselves, our heirs, executors, administrators,

successors and assigns to the CITY OF WARREN.

The Principal has by written agreement dated , 2014 entered into a Contract with the CITY OF WARREN, titled: City Project WWTP-14-001, WWTP – East Ash Lagoon

Reconstruction Project, and which Contract is attached and made a part of this instrument.

The Contract in Section 204 of the General Conditions requires a Payment Bond in an amount

equal to one hundred percent (100%) of the Contract price.

CONDITION:

The condition of this obligation is that if the Principal shall pay or cause to be paid all

subcontractors, suppliers and other persons, firms and corporations all amounts due or may

become due on account of any labor performed, material furnished, or equipment rented in

connection with the performance of the Contract and satisfy all claims and demands which may

arise from the Principal to all subcontractors, suppliers or other persons, firms or corporations,

then this obligation shall be void and of no effect; otherwise, it shall remain in full force and

effect .

LMB-1

Page 36: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

This Bond is given upon the express condition that any changes, alterations or modifications of

the Contract, the extension of time or the placing of an inspector or superintendent on site by the

CITY OF WARREN in accordance with the provisions of the Contract, shall not operate in any

way to release the Principal and Sureties.

This Bond is given in compliance with and subject to all the provisions and conditions of

Public Act 213 of 1963; MCL 129.201 et. seq.

SIGNED, SEALED AND DATED: __________________________________, 2014.

Witness: Principal:

________________________________ _________________________________ Name Signature ________________________________ _________________________________ Name Printed Name and Title

Witness: Surety:

________________________________ _________________________________ Name Signature ________________________________ _________________________________ Name Printed Name and Title*

*Note: Attach copy of Power of Attorney

LMB-2

Page 37: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

PUBLIC SERVICE DEPARTMENT

Waste Water Treatment Plant

Maintenance and Guarantee Bond

We, ______________________________________________________, Contractor, as Principal, and

Name and address of Contractor

____________________________________________________________, as Surety, are held and firmly Name and address of Surety

bound to the CITY OF WARREN, MACOMB COUNTY, MICHIGAN, in the sum of

dollars ($ ) Amount of Bond for the payment of which we each bind ourselves, our heirs, executors, administrators,

successors and assigns to the CITY OF WARREN.

The Principal has by written agreement dated _________________, 2014, entered into a

Contract with the CITY OF WARREN, titled: City Project WWTP-14-001, WWTP – East

Ash Lagoon Reconstruction Project, and which Contract is attached and made a part of

this instrument. The Contract in Section 205 of the General Conditions requires a

Maintenance and Guarantee Bond warranting the work for a minimum of three (3) years from

the date of final payment.

CONDITION:

The condition of this obligation is that the Principal has agreed with the City of Warren that

for a period of three (3) years from the date of payment of the Final Estimate, to keep in good

order and repair any defect in the work done under the Contract either by the Principal,

subcontractors or material suppliers, that may develop during the warranty period due to

improper materials, defective equipment, workmanship or arrangements; and any other work

MGB-1

Page 38: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

affected in making good any imperfections shall also be made good all without the consent or

approval of the Principal after the final acceptance of the work. Whenever directed to do so by

the City of Warren by Notice served in writing, either personally or by mail, on the Principal at

Address of Principal

and on the Surety at: Address of Surety

the Principal shall proceed at once to make such repairs as directed by the City of Warren. In

the event the Principal fails to make the repairs as directed within one week from the date of

service of the Notice, the City of Warren shall have the right to purchase the materials and

employ the labor and equipment as may be necessary to make the repairs and charge the

expense to the Principal or Surety.

If any repair is necessary to be made immediately to protect life and property, the City of

Warren may take immediate steps to repair or barricade the defects without Notice to the

Principal. In such case, the City of Warren shall not be held to obtain the lowest bid, but all

expenses actually paid shall be charged to the Principal or Surety. The judgment of the City

of Warren is final and conclusive.

The Principal for a period of three (3) years from the date of payment of the Final Estimate

shall keep the work performed under the Contract in good order and repair, except parts of

the work disturbed without the consent or approval of the Principal after final acceptance of

the work; and shall whenever Notice is given proceed to make repairs as the Notice directs;

and reimburses the City of Warren for any expense incurred by making the repairs in the

event the Principal or Surety failed to do so as specified; and fully indemnifies, defends and

saves harmless the City of Warren from all suits and actions for damages of every kind

MGB-2

Page 39: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

brought or claimed on account of any injury or damage to person or property sustained from

any of the acts or omissions or through the negligence of the Principal, servants, agents or

employees in the prosecution of the work included in the Contract, and from any and all

claims arising under the Worker’s Compensation Act, then the above obligation shall be void,

otherwise to remain in full force and effect.

This Bond is given upon the express condition that any changes, alterations or modifications

of the Contract, the extension of time or the placing of an inspector or superintendent on site

by the City of Warren accordance with the provisions of the Contract, shall not operate in any

way to release the Principal and Sureties.

SIGNED, SEALED AND DATED: __________________________________, 2014.

Witness: Principal:

__________________________________ _______________________________ Name Signature __________________________________ _______________________________ Name Printed Name and Title

Witness: Surety:

__________________________________ _______________________________ Name Signature ___________________________________ _______________________________ Name Printed Name and Title*

*Note: Attach copy of Power of Attorney

MGB-3

Page 40: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

PUBLIC SERVICE DEPARTMENT

Waste Water Treatment Plant

Certificate of

Worker’s Compensation Insurance STATE OF MICHIGAN ) )SS. COUNTY OF ) _________________________________________________________________________ being first duly

sworn, deposes and states that he/she is

of the Insurance Company, an insurance

company authorized to carry Worker’s Compensation Insurance in the State of Michigan.

Deponent further states that ____________________________________________________________

Contractor, carries Worker’s Compensation Insurance, which meets Michigan’s Statutory

Limits with this Company for the protection of employees of the Contractor employed in the

performance of the Contract between the City of Warren and _________________________________ (Name of the Contractor)

Subscribed and sworn to before me this ______ day of _____________________ 2014.

Notary Public _________________________ County, Michigan My commission expires: Acting in County of:

CWCI-1

Page 41: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

City of Warren

Public Service Department Engineering Division

Section 200

General Conditions

Page 42: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013

SECTION 200

GENERAL CONDITIONS

INDEX

201A. Insurance

201B. Indemnity

202. Contract Document

203. Plans and Intent

204. Performance and Payment Bonds

205. Maintenance and Guarantee Bond

206. Additional or Substitute Bond

207. No Waiver of Contract

208. Oral Agreement

209. Prohibited Interests

210. Rights-of-Way and Easements

211. Working Hours

212. Sanitary Regulations

213. Patents

214. Definitions

215. Separate Contracts

216. Mutual Responsibility of Contractors

217. Damages Incurred by the Contractor

218. Subcontracts or Assignments

219. Safety and Protection of Work and Property

220. Safety and Protection of Persons

221. Protection for Labor and Material Suppliers

222. Liens

223. Payments Withheld

224. Engineer’s Status

225. Inspection and Rejection of Work

226. Laws, Codes, Regulations, Permits and

Licenses

227. Contractor’s Obligations

228. Contractor’s Supervision and Organization

229. Notice

230. Information Supplied by the Contractor

231. Construction Schedule

232. Shop Drawings

233. General Requirements of Materials and

Workmanship

234. Contractor’s Title to Materials

235. Testing and Sampling

236. Errors, Corrections and Changes in

Drawings and Specifications

237. Estimated Quantities

238. Changes in the Work

239. Basis for Determining Cost of Changes in

the Work

240. Claims for Extra Cost

241. Progress of the Work

242. Time for Completion and Liquidated

Damages

243. Injunctions

244. Use of Completed Portions of the Work

245. City’s Right to Perform

246. City’s Right to Terminate Contract

247. Contractor’s Right to Stop Work or

Terminate Contract

248. Discrimination

249. Detailed Breakdown of Contract Amount

250. Estimates and Payments to Contractor

251. Payment of Contractor’s Employees

252. Payments by Contractor

253. Final Payment

254. Refund of Improper Payment

255. Correction of Work After Final Payment

256. Compliance with NPDES, Macomb County,

and City of Warren Regulations for

Stormwater Runoff Management.

Page 43: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

201A. - INSURANCE

1. The Contractor shall provide the City with certificates of all insurance required in this section evidencing such coverage at the time of the Contractor’s execution of this contract. The certificates of insurance shall name the City of Warren, City of Warren Downtown Development Authority, City of Warren Municipal Building Authority, the 37th District Court, and all elected and appointed officials, employees and volunteers as individuals acting within the scope of their authority, as additionally insured.

2. All policies shall be endorsed to provide that the insurer shall give written notice to the

City at least thirty (30) days in advance of any cancellation or expiration of the policy. The Contractor shall provide the City with written notice of any material change to any policy immediately upon receipt of notice of such material change. Prior to commencing work under this contract, the Contractor shall provide the City with copies of policies required by this contract. In the event that this contract is extended beyond its original term, the Contractor shall maintain the required insurance coverage during any extended term of this contract.

3. The Contractor shall not commence work, nor shall the Contractor allow any

subcontractor to commence work under this contract until the Contractor and the subcontractor have obtained a policy of insurance meeting the requirements of this section. The Contractor shall maintain at its expense and keep in effect during the term of this contract the following insurance: a. Workers Compensation Insurance for employees which meets Michigan’s statutory

limits. The Contractor agrees that it shall require the same Workers Compensation Insurance from any subcontractor retained by it to render any of the work;

b. Comprehensive Motor Vehicle Liability Insurance covering all owned, non-owned, or

hired automobiles or trucks with minimum limits of $1,000,000 combined single limit bodily injury and/or property damage for each accident. Such insurance shall comply with the provisions of the Michigan No Fault Insurance Law and shall provide coverage for Personal Protection Insurance, Property Protection Insurance, and Residual Liability Insurance;

c. Professional Liability Insurance coverage with a $2,000,000 limit; d. Umbrella Liability Policy with a $2,000,000 limit; e. Commercial General Liability Insurance with a $1,000,000 limit for each occurrence

for bodily injury and property damage liability and a $2,000,000 aggregate combined single limit for bodily injury and property damage liability. The policy shall contain a blanket contractual liability clause for all written contracts; and

f. X, C and U Hazard Policy with a $2,000,000 limit on occurrence binder; and g. City and Contractor’s Protective Liability Insurance, naming the City and the

Contractor as insured, with policy limits no less than those required for Commercial General Liability Insurance, as set forth above.

4. Insufficiency of Insurer. In the event the City deems any insurer to be unsatisfactory,

upon notification to the Contractor, the Contractor shall furnish forth a substitution of insurer acceptable to the City and copy of all required certificates of insurance in compliance with this Section. No additional payment shall be deemed due or shall be made by the City to the Contractor because of the required substitution.

Page 44: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

201B. - INDEMNITY 1. Hold Harmless. The Contractor agrees to hold harmless the City against and from any

and all liabilities, obligations, damages, penalties, claims, costs, charges, losses, and expenses, including without limitation, fees and expenses of attorneys, expert witnesses and other consultants which may be imposed upon, incurred by, or asserted against the City by reason of, arising out of, or related to any of the following occurring during the performance of this Contract:

a. any negligent or tortious act, error, or omission of the Contractor, or any of its

personnel, employees, consultants, or subcontractors, agents or any entities associated, affiliated or subsidiary to the Contractor now existing or hereafter created, their agents and employees for whose acts any of them might be liable, including, but not limited to, any and all injury to the person or damage to the property of, or any loss or expense incurred by an employee or the City;

b. any failure by the Contractor, or any of its agents and employees to perform their

obligations either implied (industry standards) or expressed under this Contract; c. any violation of any federal, state or local statute, regulation, ordinance, permit or

license by the Contractor, or any of its personnel, employees, consultants, or subcontractors, agents or any entities associated, affiliated or subsidiary to the Contractor now existing or hereafter created.

2. Assumption of Risk. The Contractor undertakes and assumes all risk of dangerous

conditions, on all places where it will be performing the work, in order to determine whether such places are safe for the performance of the work. Except for acts of gross negligence or intentional misconduct by the City or its employees or agents, the Contractor also agrees to waive and release any claim or liability against the City for personal injury or property damage sustained by it or its agents or employees for personal injury or property damages while performing under the Contract.

3. Defense. In the event any action or proceeding shall be brought against the City by

reason of any claim covered under this Section, the Contractor, upon notice from the City, shall at its own sole cost and expense, have the duty and the right to resist and defend the same; provided, however, the City shall also have the right to appoint another attorney to appear in any such litigation as co-counsel, at the City’s expense.

4. Property and Materials. The Contractor agrees that it is the Contractor’s responsibility,

and not the responsibility of the City, to safeguard the property and materials that the Contractor or any of the Contractor’s agents, subcontractors or employees, use or have in their possession while performing under this Contract. Further, the Contractor agrees to hold the City harmless for any loss of property and materials used pursuant to the Contractor’s performance under this Contract which is in their possession, except if caused by the City’s gross negligence or intentional misconduct.

5. No Limitation. The indemnification obligation under this Section shall not be limited in

any way by any limitation on the amount or type of damages, compensation or other employee benefits. In addition, the Contractor agrees to hold the City harmless from the payment of any deductible on any insurance policy.

6. Survival of Indemnification. The indemnification obligation under this Section shall

survive the termination or expiration of this Contract.

Page 45: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

202. - CONTRACT DOCUMENTS The work under this Contract shall consist of all items listed in the Proposal, including all incidentals necessary to fully complete the project in accordance with the Contract Documents. The Contract Documents shall consist of Supplemental Specifications, Advertisement, Instructions to Bidders, Proposal, Contract, Bonds, General Conditions, all Specifications, Plans and Drawings and Addenda, and any supplements to the foregoing. In the event of a conflict between a term in the General Conditions and other contract documents, the General Conditions terms shall be subordinate to the conflicting term. The contractor shall be responsible to comply with the provisions of all Contract Documents. 203. – PLANS AND INTENT General and detailed plans showing the nature and scope of the work are on file at the office of the City Engineer and are hereby made a part of this Contract, it being mutually understood and agreed that when taken together the plans and contract documents are complementary, and what is called for by any one shall be binding as if called for by all. The intent of the Contract Documents is to include in the contract price the cost of all labor and materials, water, fuel, tools, plant, equipment, light, transportation, and all other expenses as may be necessary for the proper execution and completion of the work. All items of work noted on the plans or in the specifications that are not specifically noted in the proposal as pay items, shall be considered as incidental to the construction of the project, and shall be constructed at no extra charge to the City. These contract drawings may be supplemented by other drawings furnished by the Contractor and approved by the Engineer during the progress of the work as he may deem to be necessary or expedient. All such supplementary contract drawings or instructions are intended to be consistent with the Contract Documents. Therefore, no extra charge will be allowed on a claim that particular supplemental contract drawings or instructions differed from the Contract Documents, incurring extra work, unless the Contractor has first brought the matter, in writing, to the Engineer’s attention for proper adjustment before starting on the work covered by such and has received from the Engineer an order in writing to so proceed. In addition to the set of drawings and specifications procured for bidding purposes, the Contractor shall be furnished with an additional five (5) sets of drawings and specifications upon receipt of the award of bid. Any additional sets of drawings or specifications required by the Contractor will be furnished at the cost of $20.00 per set. The cost of additional drawings and specifications shall be deducted from monies owed the Contractor. In case of discrepancy, figured dimensions shall govern over scaled dimensions; plans shall govern over standard specifications; and supplemental specifications shall govern over standard specifications and plans. The Contractor shall not take advantage of any apparent error or omission in the plans or specifications, but the Engineer shall be permitted to make corrections and interpretations as may be deemed necessary for the fulfillment of the intent of the plans and specifications.

Page 46: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

204. - PERFORMANCE AND PAYMENT BONDS The Contractor shall upon it’s execution of the Contract, shall furnish a performance bond in an amount equal to one hundred per cent (100%) of the contract price as security for the faithful performance of this Contract and also a payment bond in an amount of one hundred per cent (100%) of the contract price as security for the payment of all persons performing labor on the project and furnishing materials and equipment rental in connection with the Contract, using forms provided by the City. The surety on each bond shall be a duly authorized surety company satisfactory to the City. 205. - MAINTENANCE AND GUARANTEE BOND The Contractor, upon Contractor’s execution of the Contract, as a condition precedent to final payment, shall execute a guarantee to the City warranting for a period of three (3) years from the date of final payment to keep in order and repair any defect in all the work done under this Contract, either by the Contractor or its subcontractors, or the material suppliers, that may develop during said period due to improper materials, defective equipment, workmanship, or arrangements, and any other work affected during the repair of such imperfections shall also be made good, all without expense to the City, and the Contractor shall execute to the City, the enclosed Maintenance and Guarantee Bond. When the specifications call for a guarantee period greater than three (3) years, the Contractor shall provide such longer guarantee period. 206. - ADDITIONAL OR SUBSTITUTE BOND If at any time the City, for a justifiable cause, shall become dissatisfied with any surety on a Performance or Payment Bond, the Contractor shall, within five (5) days after notice from the City so to do, substitute an acceptable bond on the required form and in the required amount signed by another surety that is approved by the City. The premiums on such bond shall be paid by the Contractor. No additional construction will be allowed and no further payments shall be deemed due or made until the new surety shall have furnished an acceptable bond to the City. 207. - NO WAIVER OF CONTRACT The acceptance of any work or any part of the work by the City, the issuance of an order, the execution of a certificate by the City for payment of money, the payment for any work or part of the work, granting an extension of time, providing a measurement or any possession taken by the City shall not operate as a waiver of any portion of the contract or any power herein reserved to the City, or any right to damage herein provided. Further, the waiver of any breach of contract shall not be held to be a waiver of any other breach or a subsequent breach of contract. 208. - ORAL AGREEMENT An oral order, objection, claim or notice by any party to the others shall not affect or modify any of the terms or obligations contained in any of the contract documents, and none of the provisions of the contract documents shall be held to be waived or modified by reason of any act whatsoever, other than by a definitely agreed waiver or modification thereof in writing.

Page 47: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

209. - PROHIBITED INTERESTS No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction or materials supply contract or any subcontract in connection with the construction of the project, shall become directly or indirectly interested personally in the Contract or in any part hereof. No officer, employee, architect, attorney, engineer or inspector of or for the City who is authorized in such capacity and on behalf of the City to exercise any legislative, executive, supervisory or other similar functions in connection with the construction of the project, shall become directly or indirectly interested personally in this Contract or in any part thereof, any material supply contract, subcontract, insurance contract, or any other contract pertaining to the project. 210. - RIGHTS-OF-WAY AND EASEMENTS The City shall furnish all land, rights-of-way and/or easements necessary for the carrying out of this Contract and the completion of the work. The City will use due diligence in acquiring said land and rights-of-way and/or easements as speedily as possible, however, it is possible that all lands and rights-of-way and/or easements may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights-of-way and/or easements as the City may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands and rights-of-way and/or easements. Should the City be prevented or enjoined from proceeding with the work, or from authorizing its prosecution, or by reason of its inability to procure any lands or rights-of-way and/or easement for the said work, the Contractor shall not be entitled to make or assert any claim for damage by reason of said delay, or to withdraw from the Contract except by consent of the City; but time for completion of the work shall be extended in writing, to such time as the City determines will make up for the time lost by such delay. 211. - WORKING HOURS All construction shall not begin before sunup or at the earliest 7:30 a.m. and all construction shall cease at sundown or at the latest 7:30 p.m. The Contractor shall adhere to this schedule unless specifically authorized in writing by the City Engineer. Sunup and sundown shall be determined by the shutting off or turning on of the streetlights in the area of the project. This shall expressly forbid the operating of any mechanical equipment except during the permitted hours. The Contractor shall schedule his construction so that operations including installing pipe, backfilling, finishing pavement, applying curing compound, cleanup and placing of proper barricades and lighting and any other construction are done during the required time. No inspection personnel will be furnished for hours in addition to those specified. No Sunday or Holiday work will be allowed unless specifically authorized in writing by the City Engineer. Holiday work shall include all legal holidays, national, state, county and City Election days and any other day when the Warren City Hall is officially closed.

Page 48: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

212. - SANITARY REGULATIONS Necessary sanitary conveniences for the use of workers on the project, properly secluded from public observation, shall be erected and maintained in sanitary condition by the Contractor, and their use shall be strictly enforced. They shall be of the self-contained, portable, chemical type and shall be located on the project site prior to any work beginning. 213. - PATENTS The Contractor shall hold and save the City harmless from liability of any nature or kind, including cost and expense for or on account of or related to any patented or unpatented invention, process, article, or appliance manufactured or used in the performance of the Contract, including its use by the City, unless otherwise specifically stipulated in the Contract Documents. License and/or Royalty Fees for the use of a process which is authorized by the City on the project must be reasonable, and paid to the holder of the patent, or his authorized licensee, direct by the City and not by or through the Contractor. If the Contractor uses any design, device or materials covered by letters, patent or copyright, he shall provide for such use by suitable agreement with the owner of the patented or copyrighted design, device or material. It is mutually agreed and understood, that, without exception, the Contract prices shall include all royalties or costs arising from the use of such design, device or materials, in any way involved in the work. The Contractor and/or his Sureties shall indemnify and save harmless the City from any and all claims for infringement by reason of the use of patented or copyrighted design, device or materials or any trademark or copyright in connection with work agreed to be performed under this Contract, and shall indemnify the City for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. In the event that any claim, suit, or legal action is brought against the City, involving any patents or license rights, then the City shall have the right to, and shall, retain from any money due or to become due to the Contractor, a sufficient sum necessary to protect the City against loss, and such sum shall be retained by the City until the claim or suit shall have been settled and satisfactory evidence to that effect shall have been furnished the City. 214. - DEFINITIONS CITY or OWNER: The City of Warren, Macomb County, Michigan. CONTRACTOR: That person, firm, corporation to whom this Contract has been awarded

by the City. SUBCONTRACTOR: The person, firm or corporation having a direct contract with the

Contractor to execute any part of the contract, but does not include one who merely furnishes unfabricated materials.

PROJECT: The entire improvement proposed by the City to be constructed by the

Contractor under this Contract. WORK: Any and all obligations, duties and responsibilities necessary to the

successful completion of the project, assigned to or undertaken by the Contractor under the contract documents, including the furnishing of all labor, materials, equipment and other incidentals.

Page 49: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

SURETY: Any firm, person or corporation that has executed as surety, the

Contractor’s Bonds securing the performance of the Contract. ENGINEER: The City Engineer or his duly authorized representative. CONTRACT: The agreement executed by the City and Contractor covering the

performance of the work described in the contract documents. 215. - SEPARATE CONTRACTS The City reserves the right to let other contracts in connection with this work. The Contractor shall permit other contractors the right to introduce and store their materials and to perform their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor’s work depends, for proper execution or results, upon the work of any other Contractor, the Contractor shall stay informed of the progress and inspect the work of the other Contractor to promptly report to the Engineer any lack of progress or defects in such work that render the Contractor’s work unsuitable for proper performance and results. The Contractor’s failure to keep informed of how the work is progressing and to so inspect and report shall constitute an acceptance of the other Contractor’s work as fit and proper for the reception of this work. 216. - MUTUAL RESPONSIBILITY OF CONTRACTORS The Contractor shall so conduct his operations to not interfere with or damage the work of other Contractors or workers employed on adjoining or related work and he shall promptly make good any damage which may be done to such work by him or his employees or agents. Cooperation will be required in the arrangement for the storage of materials and in the detailed execution of the work. Should a Contract for adjoining work be awarded to another Contractor, and should the work on one of these Contracts interfere with that of the other, the Engineer shall decide which Contractor shall cease work temporarily and which shall continue or whether the work in both Contracts shall continue at the same time and in what manner. If the Contractor shall suffer loss or damage on the work, through acts of neglect on the part of any other Contractor or any subcontractor, the Contractor agrees to settle with such other Contractor or subcontractor by agreement or arbitration if such other Contractor or subcontractors will so settle. If such other Contractor or subcontractor shall assert any claim against the City on account of any damage alleged to have been sustained, the City shall notify the Contractor, who shall indemnify and save harmless the City against any such claim.

Page 50: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

217. - DAMAGES INCURRED BY THE CONTRACTOR The City will not be held responsible for any damages incurred by the Contractor through the fault of any other Contractor employed by the City. If the Contractor shall claim compensation for any damage sustained by reason or acts of the City, he shall, within five (5) days of the first observance of damage, make a written statement to the City, of the exact nature of the damage sustained. On or before the fifteenth (15th) day of the month succeeding that in which any damage was sustained, the Contractor shall file, with the City, a verified itemized statement of the details and amount of damage claimed. If the Contractor fails to submit a statement as required, his claim for compensation shall be deemed waived and he shall not be entitled to payment on account of any alleged damage. 218. - SUBCONTRACTS OR ASSIGNMENTS The Contractor shall not assign or transfer this Contract without the written consent of the City. Assignment of the Contract or subcontracting the whole or any portion of this Contract shall not operate to release the Contractor or his surety hereunder from any of the Contract obligations. If the Contractor shall cause any part of the work under this Contract to be performed by a subcontractor, the provisions of this Contract shall apply to such subcontractor and his employees in all respects as if he and they were employees of the Contractor, and the Contractor shall not be in any manner relieved from his obligation and liabilities; and the work and materials furnished by the subcontractor shall be subject to the same provisions as if furnished by the Contractor. Nothing contained in the contract documents shall be construed as creating any contractual relation between the City and any subcontractors, provided however, that this shall not preclude suit or recovery by the City upon warranties, expressed or implied. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work of subcontractors and to give the Contractor the same power in regards to terminating any subcontract that the City may exercise over the Contractor under any provision of the Contract. For any portion of the Contract which the Contractor subcontracts, the Contractor shall abide by the following provisions: 1. Notice. Notice of all subcontracting of services covered by this contract shall be provided

to the City prior to subcontracting. 2. Contractor’s responsibility. It is the responsibility of the Contractor to ensure that all

subcontractors abide by all terms of this contract. 3. Proof of Payment. The Contractor agrees to submit proof of payment of all

subcontractors within thirty (30) days of payment. 4. Hold Harmless. The Contractor agrees to indemnify and hold the City harmless from

any loss, cost, or expense arising out of the performance of any subcontractor or affiliation entered into by the Contractor, but only to the extent that such loss, cost, or expense is attributable to the negligence of the Contractor, its subcontractor or affiliate.

Page 51: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

5. Objection to subcontractor by City. If the City has an objection to any subcontract proposed, the City shall provide notice of such objection within fourteen (14) days of receiving notice of subcontracting. The parties shall then meet, if the objection is not resolved, the Contractor shall not subcontract the serviced as proposed.

219. - SAFETY AND PROTECTION OF WORK AND PROPERTY The Contractor shall take all responsibility for the work and shall continuously maintain adequate protection of the work and all materials and equipment to be incorporated therein from damage. The Contractor shall also protect all public property and private abutting property from injury or loss arising in connection with the work, and shall defend and save the City harmless from all such damages or injuries occurring because of his work. He shall furnish and maintain all passageways, barricades, guard fences, lights, and danger signals, provide watchmen and other facilities for protection required by public authority and/or by local conditions or as directed by the Engineer, all at no additional cost to the City. The Contractor shall assume full responsibility for the protection of all pavements, curbs, bridges, railroads, poles, and any other surface structures and all water mains, sewers, telephone, gas mains, and other underground services and structures along and near the work which may be affected by his operations, and shall indemnify, defend and save harmless the City against all damages or alleged damages to any structure, utility or other property arising out of his work. The Contractor shall bear the cost of repair or replacement for any damage as a result of his operations to the satisfaction of the person properly in charge of that utility or property. Final payment to the Contractor will depend upon this, and the City must be satisfied that same has been done. The Contractor shall assume full responsibility for loss or damage to the work during the entire construction period resulting from caving earth and from storms, floods, frosts, and other adverse weather conditions, and from all other causes whatsoever not directly due to the intentional act or gross negligence of the City, including fire, vandalism and malicious mischief, and shall turn the finished work over to the City in good condition and repair, at the time of the final estimate. For the purpose of this section the decision of the Engineer, with respect to existing conditions and the need for corrective action by the Contractor, shall be final. In case of an emergency which threatens loss of, or injury to property, and/or safety of life, the Contractor will be allowed to act, without previous instructions from the Engineer, in a diligent manner. He shall notify the Engineer immediately thereafter. Any claim for compensation by the Contractor due to such extra work shall be promptly submitted to the Engineer in writing for approval. Where the Contractor has not taken action but has notified the Engineer of an emergency threatening injury to persons or damage to the work or any adjoining property, he shall act as instructed or authorized by the Engineer.

Page 52: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

220. - SAFETY AND PROTECTION OF PERSONS Safety precautions incidental to the work are the sole responsibility of the Contractor. The Contractor shall take all necessary precautions for the safety of, all employees on the work and other persons who may be affected thereby, and shall provide the necessary protection to prevent damage, injury or loss. The Contractor shall comply with all applicable safety and building laws and codes of federal, state, municipal, and other governmental bodies relating to the safety of persons or relating to their protection from damage, injury or loss The Contractor shall erect and maintain, as required by the conditions and progress of the work, all necessary safeguards for safety and protection, including posting danger signs and other warnings against hazards and promulgating safety regulations. When the use or storage of explosives or other hazardous materials are necessary for the prosecution of the work, the Contractor will exercise the utmost care and will carry on such activities under the supervision of specially qualified personnel. 221. - PROTECTION FOR LABOR AND MATERIAL SUPPLIERS The Contractor and any subcontractor shall pay all indebtedness which may become due to any person, firm or corporation on account of any labor performed or material, equipment, or supplies furnished in connection with this contract. Any person, firm or corporation claiming to have performed labor or furnished materials, equipment, or supplies in connection with this contract for which payment has not been received, shall file notice of such claim in duplicate with the City in accordance with “An Act to Insure the Payment of Sub Contractors and Wages Earned and Materials Used in Construction, Repairing, or Ornamenting Public Works”, being Act No. 187, Public Acts of 1905, as amended. One copy of such notice of claim shall be forwarded by the City to the surety on the Contractor’s Labor and Material Bond. However, any action of the City shall in no way act to relieve the surety on the Contractor’s Labor and Material Bond from any of its liability, nor shall it relieve any person, firm, or corporation from any responsibility to protect its interest in the manner prescribed by the above acts. 222. - LIENS Neither the final payment or any part of the retainage or interest earned on retainage shall become due until the Contractor shall deliver to the City a complete release of any and all claims or liens arising out of this contract, or in lieu of a release, receipts in full. In addition, the Contractor shall deliver to the City an affidavit that the releases and/or receipts include all the labor and material for which a claim or lien could be filed.

Page 53: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

223. - PAYMENTS WITHELD In addition to the provisions of the paragraph entitled “250 - Estimates and Payments to Contractors”, of these General Conditions, the City may withhold, or on account of subsequently discovered evidence, nullify the whole or a part of any certificate for progress payment to such extent as may be necessary to protect itself from loss on account of:

A. Defective work not remedied; B. Claims filed or reasonable evidence indicating probable filing of claims; C. Failure of the Contractor to make payments properly to subcontractor; D. A reasonable doubt that the contract can be completed for the balance then unpaid; E. Damage to another contractor or to a private or public property; F. Failure to sign “Contractor’s Declaration” as required under “Estimates and Payments”,

in these General Conditions.

When the above grounds are removed, payment shall be made for amounts withheld because of them. 224. - ENGINEER’S STATUS The Engineer has authority to stop work whenever such stoppage may be necessary to insure the proper execution of the Contract. He shall also have authority to reject all work and materials which do not conform to the Contract and to direct the application of forces to any portion of the work, as in his judgment is required and to order the force increased or diminished. The Engineer shall determine the amount, quality and acceptability of the work and materials which are to be paid for under this Contract and shall decide all questions which may arise in relation to the work and the construction thereof. The Engineer’s estimates and decisions shall be final and conclusive, except as herein otherwise expressly provided. In case any question shall arise between the parties relative to said Contract or Specifications, the determination or decision of the Engineer shall be a condition precedent to the right of the Contractor to receive any money or payment for work under this Contract. The Engineer shall decide the meaning and intent of any portion of the Specifications and of any plans or drawings which may be found obscure or be in dispute. Any differences or conflicts in regard to the work which may arise between the Contractor under this Contract and other Contractors performing work for the City shall be adjusted as determined by the Engineer. The Engineer shall not be responsible for the techniques or sequences of construction, or the safety precautions incident thereto. The Engineer shall not be responsible for the Contractor’s failure to perform the work in accordance with contract documents.

Page 54: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

225. - INSPECTION AND REJECTION OF WORK The Engineer and his employees shall have access to the work at all times and/or the materials which are stored for the work under this Contract, and the right to inspect the work and materials to determine whether or not the construction is carried out in accordance with this Contract. The Contractor shall cooperate and furnish such assistance, and give ample time for the inspection. Such inspection shall not relieve the Contractor from any obligation to furnish materials and to perform the work strictly in accordance with these specifications. The Contractor shall promptly remove from the premises all materials rejected by the Engineer as failing to meet Contract requirements, whether incorporated in the work or not, and the Contractor shall promptly replace and re-execute his own work in accordance with the Contract and without expense to the City and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such rejected work and materials promptly, after written notice, the City may remove and dispose of them at the expense of the Contractor. The Engineer has the right to have removed by the Contractor any portion of the work as he may deem necessary for the discovery of improper work or materials, and the Contractor shall restore such work and/or materials at his own expense if improperly constructed and at the expense of the City if found to be in proper condition. Any work which, during its progress and before its final acceptance, may become damaged from any cause, shall be removed and replaced by satisfactory work at the Contractor’s expense. 226. - LAWS, CODES, REGULATIONS, PERMITS AND LICENSES All permits, licenses, certificates or fees required for the prosecution of the work shall be secured and paid for by the Contractor. The Contractor shall keep himself fully informed of all laws and municipal ordinances and regulations in any manner affecting those engaged or employed in the work, or the equipment and materials used in the work, and all orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. Contractor shall at all times, observe and comply with all approved existing deviations from the Plans or Specifications and any additional work necessary to meet code requirements shall be made by the Contractor without extra cost to the City. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though they were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party of the Contract shall forthwith be physically amended to make such insertion or correction. The Contractor shall be liable for all indemnity and hold harmless the City and Engineer from any and all liability or damage arising by reason of the breach of the provisions herein set forth.

Page 55: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

227. - CONTRACTOR’S OBLIGATIONS The Contractor shall in a good workmanlike manner perform all work and furnish all labor, supplies, materials, machinery, equipment, facilities and means, except as herein otherwise mentioned, necessary or proper to perform and complete all the work required by this Contract, within the time herein specified in accordance with the Plans and Specifications and in accordance with the directions of the Engineer. He shall furnish, erect, maintain and remove such construction plant and such temporary works as may be required. He shall be responsible for the quality and sufficiency of all materials so furnished, whether by himself or his subcontractors. The Contractor shall observe, comply with and be subject to all terms, conditions, requirements, and limitations of the Contract and Specifications, and shall do, carry on, and complete the entire work to the satisfaction of the Engineer. The Contractor shall bear all risk of losses resulting to him on account of the amount or character of the work or because the nature of the ground in which the work is done is different from what was estimated or expected, or on account of the weather, floods, elements, or other causes; and he shall assume the defense of, indemnify and save harmless the City and its individual officers and agents from all claims related to labor, equipment and materials furnished for the work, inventions, patents, and patent rights used in doing the work. The mention of any specific duty or liability of the Contractor in any part of the specifications shall not be construed as a limitation or restriction upon any general liability or duty imposed upon the Contractor by the specifications. 228. - CONTRACTOR’S SUPERVISION AND ORGANIZATION The work under this Contract shall be carried out under the personal supervision of the Contractor or its properly authorized representative, who shall be on the project at all times during the construction and who shall have full and responsible charge of work with power to receive orders and carry out instructions. Failure to have a properly authorized representative on the project at all times will be sufficient reason to halt construction on the project and may be deemed a breach of the Contract. The Contractor’s superintendent and/or any of his assistants shall be promptly replaced in the event he or they prove to be incompetent and/or unsatisfactory to the Engineer. The Contractor shall at all times be responsible for the conduct and discipline of his employees and/or any subcontractor or persons employed by subcontractors. All workmen must have sufficient knowledge, skill and experience to properly perform the work assigned to them. Any foreman or workmen employed by the Contractor or subcontractor, who, in the opinion of the Engineer, does not perform his work in a skilled manner, or appears to be incompetent or to act in a disorderly or intemperate manner, shall, at the written request of the Engineer, by discharged immediately and shall not be employed again in any portion of the work without the approval of the Engineer.

Page 56: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

229. - NOTICE All notices required shall be given in writing by either personal delivery to the Contractor, or the authorized personal representative, certified or registered mail at the respective addresses of the parties as set forth or as designated hereafter in writing. Notice by mail shall be deemed given on the date of mailing, postage prepaid. NOTICE FOR CITY: NOTICE FOR:

James Van Havermaat, P.E. NAME OF CONTRACTOR City Engineer Contact Person City of Warren Title One City Square Contractor Address Suite 300 Warren, MI 48093-2390 (586) 759-9300 Phone: Fax: (586) 759-9318 FAX: Authorized Representative 230. - INFORMATION SUPPLIED BY THE CONTRACTOR The Contractor shall submit to the Engineer full information as to the materials, equipment, and arrangements which the Contractor proposes to furnish. This information shall be complete to the extent that the Engineer may intelligently judge if the proposed materials, equipment, and arrangements will meet the Contract requirements. Prior to the approval of materials, equipment, and arrangements by the Engineer based on the information submitted by the Contractor, any work done by the Contractor shall be at his own risk. The Contractor shall submit to the City a schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the City may request concerning work performed or to be performed under this Contract. The approval of information covering materials, equipment, and arrangements by the Engineer shall in no way release the Contractor from his responsibility for the proper design, installation, and performance of any material, equipment, or arrangement, or from his liability to replace same should it prove defective. 231. - CONSTRUCTION SCHEDULE Immediately after receiving notice of award of contract, and before the commencement of work, the Contractor shall prepare and submit to the Engineer a construction progress schedule showing in a clear, graphical manner, satisfactory to the Engineer, the proposed dates for the commencement, progress and completion of each of the various phases or divisions of work on each street or location in the project. The schedule shall be predicated on the completion of the work on or before the date of completion as stated in the proposal. Upon approval of the progress schedule it shall become a part of the contract documents. If during the course of the work, the time of completion is extended by change order or it becomes apparent that the progress schedule is unrealistic, it shall be revised and approved.

Page 57: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

232. - SHOP DRAWINGS After checking and verifying all field measurements, the Contractor shall submit to the Engineer for approval five copies (or at the Engineer’s option, one reproducible copy) of all shop drawings, which shall have been checked and approved by the Contractor. The Contractor shall be responsible for their submission at the proper time so as to prevent delays and delivery of materials. A minimum of ten (10) calendar days shall be allowed for checking and processing shop drawings. The data shown on the shop drawings shall be complete with respect to the dimensions, design criteria, materials of construction and the like to enable the Engineer to review the information as required. All details shall show clearly the relations of the various parts to the main members and lines of the structure, and where correct fabrication of the work depends upon field measurements, such measurements shall be made and noted on the drawings before being submitted for approval. All submissions shall be referenced properly to indicate clearly the location, service, and function of each particular item. At the time of each submission, the Contractor shall, in writing, on each drawing call the Engineer’s attention to any deviation that the shop drawings may have from the requirements of the Contract documents. The Engineer shall check all shop drawings with reasonable promptness, but his checking and approval shall be only for conformance with the design concept of the project and for compliance with the information given in the contract documents. The approval of shop drawings shall not be construed as a complete check but will indicate only that the general method of construction and detailing is satisfactory. Approval of drawings will not relieve the Contractor of the responsibility for any error which may exist. The Contractor shall be responsible for the dimensions and design of adequate connections and details, and satisfactory construction. The Contractor shall make any corrections required by the Engineer and return the required number of corrected copies of shop drawings. The approval of a separate item as such will not indicate approval of the assembly in which the item functions. No work requiring a shop drawing shall proceed until the submission has been approved by the Engineer. The Engineer’s approval of shop drawings shall not relieve the Contractor from his responsibility for any deviations from the requirements of the contract documents, unless the Contractor has in writing on the drawing called the Engineer’s attention to the deviation at the time of submission and the Engineer has given written approval to the specific deviation, nor shall it relieve the Contractor from errors or omissions in the shop drawings.

Page 58: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

233. - GENERAL REQUIREMENTS OF MATERIALS AND WORKMANSHIP Whenever in any of the contract documents, an article, material or equipment is defined by describing a proprietary product, or by using the name of a manufacturer or vendor, the term “or approved equal” if not inserted, shall be implied. The specific article, material or equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency and quality desired and shall not be construed in such a manner as to exclude manufacturer’s products of comparable quality, design and efficiency. If materials or equipment of other makes or types than that specified by name are offered by the Contractor they will be given full consideration by the Engineer and the Engineer’s decision will be final as to whether the materials or equipment offered are equal to those specified. They shall not be purchased or installed without the Engineer’s written approval. Unless otherwise stipulated in the Specifications, all equipment materials, and articles incorporated in the work covered by this Contract are to be new and of the best grade of their respective kinds for the purpose. The contractor shall, if required, furnish such evidence as to kinds and quality of materials as the Engineer may require. The Contractor shall furnish suitable tools and building appliances and employ competent labor to perform the work to be done, and any labor or tools or appliances that shall not, in the judgment of the Engineer, be suitable or competent to produce this result may be ordered from the work by him, and such labor or tools or appliances shall be substituted therefore by the Contractor as will meet the approval of the Engineer. If not otherwise provided, material or work called for in the Contract shall be furnished and performed in accordance with well-known established practice and standards recognized by engineers and the trade. If any type of machinery, equipment, or tools are specifically needed to prosecute the work in an orderly, workmanlike manner, the Engineer may so direct the Contractor to procure same, before work is continued. 234. - CONTRACTOR’S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the Contractor or by any subcontractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work, free from all liens, claims or encumbrances. 235. - TESTING AND SAMPLING Where called for in the specifications, samples of materials in the quantity named shall be submitted to the Engineer for approval. Where tests are required they shall be made at the expense of the Contractor, except as otherwise called for in the specifications, unless otherwise stipulated, the required tests may be made by the manufacturer and his certificate therefore submitted to the Engineer.

Page 59: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

236. - ERRORS, CORRECTIONS & CHANGES IN DRAWINGS & SPECIFICATIONS The Contractor shall examine and check all drawings and specifications furnished by the City for dimensions, quantities, types of materials, and coordination with other parts of the work on this or related contracts. No structure, sewer pipe, water main, pavement or fixtures thereto shall be placed or constructed under conditions which may be expected to result in defective work. If the soil is not sufficiently stable to properly support structure, or if the Contractor wishes to question the materials prescribed, the Contractor shall stop work and immediately notify the Engineer. The Engineer shall review these conditions, and if he deems it necessary, the Engineer shall direct changes to be made in design or suggest changes in construction procedure before work is to continue. The Contractor shall not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by the Engineer, and the Contractor shall carry out the instructions as if originally specified. In no case shall the Contractor proceed with the work in uncertainty, and any work done by the Contractor after the discovery of any error, omission, or discrepancy, until authorized, will be at the Contractor’s risk and responsibility. The work is to be made complete and to the satisfaction of the Engineer, notwithstanding any minor omissions in the specifications or plans. 237. - ESTIMATED QUANTITIES The quantities of the various classes of work to be done and materials to be furnished under this Contract, which have been estimated as stated elsewhere herein, are approximate and only for the purpose of comparing on a uniform basis the bids offered for the work under this Contract. The City or its agents are not to be held responsible should any of the estimated quantities be found incorrect during the construction of the work and the Contractor shall make no claim for anticipated profit, nor for loss of profit, because of a difference between the quantities of the various classes of work actually delivered, and the estimated quantities as herein stated. 238. - CHANGES IN WORK Under circumstances which, in the judgment of the Engineer, so necessitate, the Engineer shall have authority to require, by written order, changes in, additions to, or deductions from the work required by the Contract Documents; provided that if changes, additions or deductions are made, the general character of the work as a whole is not changed thereby. Adjustments in the Contract price, if any, because of any change, addition, or deduction in the work shall be determined as hereinafter provided, and any claim for extension of time for completion shall be adjusted at the time of ordering the change, addition, or deduction. No claims for changes, additions, deduction, adjustment of prices, or extensions of time for completion thereof, shall be made or allowed unless done pursuant to a written order from the City specifically authorizing the changes, additions, or deductions. Drawings without a written order shall not be considered such authority. Written notice of claims shall be made to the Engineer before the commencement of the work. Where the written order diminishes the quantity of work to be done, this shall not constitute a basis for a claim for damages or anticipated profits on the work that may be dispensed with. It is understood and agreed that in case any change in, addition to, or deduction from the work is required, the change shall in no way invalidate the Contract and shall not affect or discharge the bonds furnished by the Contractor.

Page 60: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

The Contractor, without extra charge, shall make such slight alterations as may be necessary to make adjustable parts fit to fixed parts, leaving all complete and in proper shape when done. When, in the opinion of the Engineer, a change in the work is of such an urgent nature that the Contractor does not have time to prepare an itemized estimate of cost, the Contractor shall, upon receiving written notice, proceed with the work and the cost will be negotiated later by one of the methods provided in these General Conditions. 239. - BASIS FOR DETERMINING COST OF CHANGES IN THE WORK Adjustments, if any, in the Contract price by reason of change in the work shall be limited to the amount specified in the written order authorizing the change in the work. Adjustments shall be determined by one or more of the following methods, the City reserving the right to select the method or methods, at the time the written order is issued: a) An acceptable lump sum proposal: To facilitate checking and acceptance, the proposal

shall be itemized with quantities and prices given for the various items.

b) Unit Price: The unit price shall be the “Unit Price” in the Contract, or fixed by subsequent agreement between the Engineer and the Contractor.

c) On a cost-plus–limited-basis: Either a “Not-to-Exceed” or a “Specified Maximum Limit” of Cost applied as follows: Cost shall be the actual and necessary costs incurred by the Contractor by reasons of the change in the work for:

1) Labor costs shall be the amount shown on the Contractor’s payrolls with payroll taxes added when taxes can be shown to have been incurred. In no case shall the rates charged for labor exceed the rates paid by the Contractor for the same class of labor employed by him to perform work under the regular items of the Contract.

2) Material costs shall be the net price paid for material delivered to the site of the work. If any material previously required is omitted by the written order of the City after it has been delivered to or partially worked on by the Contractor and consequently will not retain its full value for other uses, the Contractor shall be allowed the actual cost of the omitted material less a fair market value of the material as determined by the City.

3) Equipment rental shall be the actual additional costs incurred for necessary equipment. Costs shall not be allowed in excess of usual rentals charged in the area for similar equipment of like size and condition; including the costs of necessary supplies and repairs for operating the equipment. All costs shall be computed using the monthly rental rate and for periods of less than 30 days the daily rate shall be computed as 1/30 of the monthly rate. No costs, however, shall be allowed for the use of equipment on the site in connection with other work unless its use incurs actual and additional costs to the Contractor. If equipment not on the site is required for the change in the work only, the cost of transporting such equipment to and from the site shall be allowed.

4) Insurance premiums shall be limited to those based on labor payroll and to types of insurance required by the Contract. The amount allowed shall be limited to the net costs incurred as determined from the labor payroll covering the work. The Contractor shall, upon request of the City, submit verification of the applicable insurance rates and premium computations.

Page 61: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

Plus, as herein used, is defined as a percentage to be added to the items 1, 2, and 3 of “Cost” to cover superintendence, use of ordinary tools, bond, overhead expense and profit. The percentage shall not exceed 15% on work done entirely by the Contractor and shall not exceed an aggregate total of 20% on work done by a subcontractor. Specified Maximum Limit of Cost is the amount stated in the written order or the City authorizing the change in the work. The amount to be allowed the Contractor shall be the “Cost”, and “Plus” the percentage or the specified maximum, whichever is the lesser amount.

The Contractor shall keep complete, accurate, daily records of the net actual cost of changes in the work and shall present such information in such form and at such times as the City may direct. 240. - CLAIMS FOR EXTRA COST If the Contractor claims that any instructions, by drawings or otherwise, not covered by the provisions of paragraphs entitled, “238 - CHANGES IN WORK” and “239 - BASIS FOR DETERMINING COST OF CHANGES IN THE WORK”, in these general conditions, involve extra costs, he shall give the Engineer written notice thereof, within forth-eight (48) hours after receipt of such instructions and in any event, before proceeding to execute the work. Said notice shall state the amount of the extra cost involved and the reasons why, in the opinion of the Contractor, the instructions require performance beyond that required by the contract resulting in the extra cost. Within a reasonable time after receipt by him of the Contractor’s notice, the Engineer shall decide whether or not the instructions require performance beyond that required by the contract that would involve the extra cost. The decision of the Engineer shall be made in writing and shall be final. If the Engineer shall decide that the instructions do require performance not required by the contract, that would involve extra cost, the Engineer shall thereupon either:

a) Issue a written order as provided for in paragraph entitled, “Changes in the Work”, in these General Conditions, to cover such instructions and extra cost, or

b) Rescind or modify the instructions so as to eliminate the extra cost.

Failure to comply with the foregoing conditions shall be deemed a waiver by the Contractor of any claim whatsoever. 241. - PROGRESS OF THE WORK After execution of the contract and upon written notice by the Engineer, the Contractor shall immediately order materials and equipment and begin work on the project. The time allowed for completion of the work contemplated in this Contract shall be as stated in the proposal. The work shall be prosecuted regularly and uninterruptedly, unless the Engineer shall otherwise specifically direct, with such force and at such points as to insure its full completion within the time herein stated. The Contractor at all times shall have a minimum of one complete construction crew working on the project unless authorization is received from the City Engineer to deviate from this requirement

Page 62: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

If, in the opinion of the Engineer, it is necessary or advisable that certain portions of the work be done immediately, the Contractor, upon written order, shall proceed with such work without delay. Should he fail to so proceed, the Engineer may cause such work to be done and the cost of the same will be deducted from any money due or to become due the Contractor under this Contract. 242. - TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed between the Contractor and the City, that the date of beginning and the time for completion as specified in the Contract for the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract; and that the work in this Contract shall be commenced on a date to be specified in the order to proceed. The prompt completion of the work to be performed under this contract is considered by the City to be essential to the welfare, health and safety of the City. In the event of the failure or neglect of the Contractor to construct to substantial completion within the time specified in the proposal, or as extended by the City, the Contractor and/or his surety shall pay to the City as compensation and liquidated damages and not as a penalty, the sums set up in the Instructions to Bidders. Substantial completion is considered to be the time at which the various sections of the project may be utilized for the purposes intended. The Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. If the Contractor shall neglect, fail or refuse to comply with this requirement, then the Contractor does hereby agree to pay to the City the amount specified in the Contract, not as a penalty but as liquidated damages for such breach of Contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default. It is expressly understood and agreed, by and between the Contractor and the City, that the time for the completion of the work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual conditions prevailing in this locality. The amount of liquidated damages per day is fixed and agreed upon by and between the Contractor and the City because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the City would in such event sustain, and said amount is agreed to be the amount of damages which the City would sustain and said amount shall be retained from time to time by the City from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and of the specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided, that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to an unavoidable delay of the Contractor in the commencement, prosecution, or completion of this work resulting from:

a) Any act of omission by the City or his agents.

b) Injunctions or acts of omissions of public authorities in consequence of act or omissions of the City or its agents.

Page 63: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

c) Reason of any cause of circumstance, weather conditions being specifically accepted, which the City or its agents may decide is absolutely and clearly beyond the control of the Contractor.

d) Strikes, riots, war, insurrection or acts of God.

e) Unusually severe weather.

f) Acts of another Contractor in the performance of a contract with the City.

g) Any delays of subcontractors or suppliers occasioned by any of the causes specified above.

Unavoidable delays for the above reasons may entitle the Contractor to an extension of time for completion of the work. The time of completion of such portion or portions of the work directly affected by such delay shall be extended by the City, in writing, for a period equal to the number of days lost by reason of the aforesaid causes. Any of the above extensions shall only be made if the Contractor presents his claim within seventy-two (72) hours after the occurrence of said delay. In the case of extra work or revision of the contract documents, it shall become the sole responsibility of the Contractor to present such relevant facts and data as will clearly show to the City that the alleged delays, as claimed, are unavoidable and substantial and could not have been reasonably anticipated or guarded against. If, in the opinion of the City, the delays claimed are not valid, or that it appears likely that the Contract will not be completed within the time as agreed, including such extensions as may be allowed, then the Contractor, upon written request from the City shall increase his forces and work such extra hours per day beyond eight (8) hours or on Saturdays as shall be necessary to complete the work within the specified time of completion. Permitting the Contractor to continue and finish the work, or any part of it, after the time affixed for its completion, or after the date to which the time for completion may have been extended shall in no way operate as a waiver on the part of the City or his agents of any of its rights under this Contract. 243. - INJUNCTIONS Should the City be prohibited or enjoined from proceeding with the work, or from authorizing its prosecution, either before or after its commencement, by reason of any litigation or otherwise, the Contractor shall not be entitled to any damages by reason of the delays thereby caused, except for the actual cost of protecting such work as he may have under way; or for the cost of removal and replacement of tools, plants, and materials as he may have delivered for the work, and such cost shall be approved by the City. The Contractor shall not be entitled to withdraw from this agreement until such delays aggregate one (1) year; but the time of completion shall be extended for such time as in the judgment of the City shall be equal to the aggregate delay.

Page 64: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

244. - USE OF COMPLETED PORTIONS OF THE WORK The City may, at any time during progress of the work after written notice to the Contractor, take over and place in service any completed portions of the work which are ready for service, although the entire work of the Contract is not fully completed, and notwithstanding the time for completion of the entire work or such portions may not have expired. The use of any portion of the work by the City under the provisions of this section, shall not constitute final acceptance of the work and shall not be construed as final acceptance of the work and shall not be construed to be a final estimate for such work. The date of final estimate shall be the date of final estimate for the entire project covered under this Contract. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation, or extension of time, or both, as the Engineer may determine. 245. - CITY’S RIGHT TO PERFORM WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this Contract, the City, seven (7) days after written notice to the Contractor or sooner if the public health or safety is endangered, may, without prejudice to any other remedy he may have, make good such deficiencies and deduct the cost thereof from monies due the Contractor. 246. - CITY’S RIGHT TO TERMINATE CONTRACT If the Contractor should be adjudged bankrupt; or if a receiver should be appointed on account of his insolvency; or if he should abandon the work; or if he should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper materials; or if he should fail to make prompt payment to subcontractors or suppliers or for labor; or persistently disregard laws, ordinances, or the instructions of the Engineer; or if he should fail to prosecute the work at a reasonable rate of progress; or otherwise be guilty of a substantial violation of any provision of the Contract, then the City, without prejudice to any other right or remedy, may serve written notice upon the Contractor and the Surety of its intention to terminate the Contract. The notices shall contain the reasons for such intention to terminate the Contract and, unless within seven (7) days after the serving of such notice upon the Contractor, such violation or delay shall cease and satisfactory arrangement of correction be made, the Contract, shall, upon the expiration of said seven (7) days, cease and terminate. In the event of any such termination, the City shall immediately serve notice thereof upon the Surety and the Contractor, and the Surety shall have the right to take over and perform the Contract; provided, however, that if the Surety does not commence performance thereof within seven (7) days from the date of the mailing to such Surety the notice of termination, the City may take over the work and prosecute the same to completion by contract or by force account at the expense of the Contractor. In such event, the City will take possession of the premises and will utilize in completing the work, such materials, appliances, tools, and plant as may be on the site of the work and necessary therefore. In such cases the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract price shall exceed the expense of finishing the work including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by the City as herein provided, and the damage incurred through the Contractor’s default, shall be certified by the Engineer.

Page 65: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

247. - CONTRACTOR’S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court, or other public authority for a period of three months, through no act or fault of the Contractor or of anyone employed by him or if payment is arbitrarily delayed for 60 days or more without reason as noted in the paragraph entitled “223 - Payment Withheld” of the General Conditions, then the Contractor may, upon seven days written notice to the City, stop work or terminate this Contract, and shall recover from the City payment for all work executed, as determined from the prices contained in the approved detailed estimate as computed by the Engineer, but no claim for extra compensation or damages shall be made or allowed because of such termination of the Contract except for any loss sustained upon any materials through no fault of his own. 248. - DISCRIMINATION The Contractor and any of the subcontractors shall not discriminate against any employee or applicant for employment in the performance of the Contract with respect to his or her hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment because of his race, color, religion, national origin, sex, height, weight, martial status and handicap that is unrelated to the individual’s ability to perform the duties of a particular job or position. Breach of this covenant may be regarded as a material breach of this Contract. The Contractor and the subcontractors shall not discriminate against any employee or applicant for employment in the performance of this Contract with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment because of age, except where based on a bonafide occupational qualification. 249. - DETAILED BREAKDOWN OF CONTRACT AMOUNT Where a Contract is awarded on a lump sum bid, the Contractor shall submit to the City for approval, a detailed estimate showing units, quantities, unit prices and amount of money for the several items entering into the work. The total in the detailed estimate shall equal the total amount of the Contract price. After approval, the detailed estimate shall become a part of the Contract. No payment or payments will be made to the Contractor until such detailed estimate is submitted. 250. - ESTIMATES AND PAYMENTS TO CONTRACTOR The Contractor shall submit written requests for monthly progress payments to the Engineer by the 24th of each month. At the close of each month, the Engineer will prepare a monthly progress estimate which will include all work that is in place and that has reached a stage eligible for payment as described in the “Basis of Payment" Section of the detailed Specifications for the type of work involved. A retainage of 10% will be withheld on all work included on a monthly progress payment until the total dollar value of the work included in the progress estimate reaches 50% of the dollar value of the total Contract. After the dollar value of the work included in the progress estimates exceeds 50% of the dollar value of the total Contract, additional retainage will not be withheld unless the Engineer

Page 66: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

determines that the Contractor is not making satisfactory progress for any of the following reasons:

A. Defective work not remedied; B. Claims filed or reasonable evidence indicating probable filing of claims; C. Failure of the Contractor to make payments properly to a Subcontractor; D. A reasonable doubt that the contract can be completed for the balance then unpaid; E. Damage to another Contractor, to private property or to public property; F. Failure to diligently pursue the work.

If the Engineer determines that any of the preceding conditions exist, the retainage withheld will remain at 10% of the dollar value of all work, included in the progress estimates, that exceeds 50% of the dollar value of the total Contract. Retained funds shall be deposited, by the City, in an interest bearing account in a regulated financial institution in the State of Michigan which shall account for both retainage and interest on each Contract separately. The City is not required to deposit retained funds in an interest bearing account if the retained funds are to be provided under a State or Federal grant and the retained funds have not been paid to the City. The retainage and interest earned on retainage, less any deductions or losses as determined by Public Act No. 524 of the Public Acts of 1980, Section 125.1563, of the Michigan Compiled Laws, shall be released to the Contractor together with the final progress payment. At any time after the dollar value of the work included in the progress estimates reaches 94% of the dollar value of the total Contract, and upon the request of the original Contractor, the City shall release the retainage plus interest to the original Contractor, provided that the original Contractor provides to the City an irrevocable letter of credit in the amount of the retainage plus interest, issued by a bank authorized to do business in the State of Michigan, containing terms mutually acceptable to the Contractor and the City. If a dispute arises between the Contractor and the City as to the rights of the parties to retained funds and interest earned on retained funds, both parties agree as a part of this Contract to submit the dispute to the decision of an Agent in accordance with the following procedure, conditions and limitations: 1. The Contractor and the City shall designate an Agent who has background, training

and experience in the construction of the facilities similar to that which is the subject of the Contract as follows:

a. In an agreement reached within ten (10) days after a dispute arises. b. If an agreement cannot be reached within ten (10) days after a dispute arises, the

City shall designate an Agent who has background, training and experience in the construction of facilities similar to that which is the subject of the Contract and who is not an employee of the City.

2. The City may request dispute resolution by the Agent regarding the following:

a. At any time during the term of the Contract, to determine whether there has been a delay for reasons that were within the control of the Contractor, and the period of time that delay has been caused, continued, or aggravated by actions of the Contractor.

Page 67: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

b. At any time after 94% of work under the Contract is in place and approved, whether there has been an unacceptable delay by the Contractor in performance of the remaining 6% of work under the Contract. The agent shall consider the terms of the Contract and the procedures normally followed in the industry and shall determine whether the delay was for failure to follow reasonable and prudent practices in the industry for completion of the project.

3. The Agent may request and shall receive all pertinent information from the parties and

shall provide an opportunity for an informal meeting to receive comments, documents, and other relevant information in order to resolve the dispute. The Agent shall determine the time, place, and procedure for the informal meeting. A written decision and reasons for the decision shall be given to the parties within fourteen (14) days after the meeting.

4. If the dispute resolution, by the Agent, results in a decision.

a. That there has been a delay as described in subsection 2.a. above, all interest earned on retained funds during the period of delay shall become the property of the City.

b. That there has been unacceptable delay as described in subsection 2.b. above, the

City may contract with a subsequent contractor to complete the remaining 6% of work under the Contract, and interest earned on retained funds shall become the property of the City. A subsequent contractor under this subsection shall be paid by the City from the following sources until each source is depleted, in the order listed below:

aa. The dollar value of the original contract, less the dollar value of funds already

paid to the original contractor and the dollar value of work in place for which the original contractor has not received payment.

bb. The dollar value of the original contract, less the dollar value of funds already

paid to the original contractor and the dollar value of work in place for which the original contractor has not received payment.

cc. Interest earned on retainage from the original contractor, or funds made

available under a letter of credit provided by this section.

5. If the City contracts with a subsequent contractor as provided in subsection 4.b. above, the final progress payment shall be payable to the original contractor within the time period specified in Section 2 (3) of Public Act 524 of the Public Acts of 1980, Section 125.1562 of Michigan Compiled Laws. The amount of the final progress payment to the original contractor shall not include interest earned on retained funds. The City may deduct from the final progress payment all expenses of contracting with the subsequent contractor. This section shall not impair the right of the City to bring an action or to otherwise enforce a performance bond to complete work under this Contract

6. This dispute resolution process shall be used only for the purpose of determining the

rights of the parties to retained funds and interest earned on retained funds and is not intended to alter, abrogate, or limit any rights with respect to remedies that are available to enforce or compel performance of the terms of the Contract by either party.

Page 68: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

7. The decision of the agent shall be final and binding upon all parties. Upon application of either party, the decision of the Agent may be vacated by order of the Circuit Court only upon a finding by the court that the decision was procured by fraud, duress, or other illegal means.

8. The costs of submitting disputes to an Agent for resolution shall be borne equally

between the Contractor and the City. 251. - PAYMENT OF CONTRACTOR’S EMPLOYEES The Contractor and each of the subcontractors shall pay each of their employees engaged in work on the project under this Contract in full (less deductions made mandatory by law) in cash and not less often than once each week less legally required deductions and also deductions made pursuant to the regulations prescribed under the so-called “Anti-Kickback Statute” (48 Stat. 948; 18 U.S.C. 874; 40 U.S.C. 275c): Provided, that when circumstances render payment in cash infeasible or impracticable, payment by check may be effected upon consideration that funds are made available in a local bank and checks may be cashed without charge, trade requirements or inconvenience to the worker. 252. - PAYMENTS BY CONTRACTOR The Contractor shall pay (a) for all transportation and utility services not later than the 30th day of the calendar month following that in which services are rendered, (b) for all materials, tools and other expendable equipment to the extent of 90% of the cost thereof, not later than the 30th day of the calendar month following that in which such materials, tools and equipment are incorporated or used, and (c) to each of his subcontractors, not later than the 5th day following each payment to the Contractor, the respective amounts allowed the Contractor on account of the work performed by his subcontractors to the extent of each subcontractor’s interest therein. 253. - FINAL PAYMENT When the work has been fully completed and is ready for use and the project areas have been fully restored to the condition they were in before the Contractor started working, the Engineer at that time will issue a letter of acceptance for the work to the Contractor. Commencing from the date of that letter, the Contractor shall have one hundred twenty (120) consecutive calendar days to notify the Engineer, in writing, of any quantities included in the last periodic estimate, prior to the letter of acceptance, with which the Contractor does not agree and to resolve those differences with the Engineer. The Engineer will work diligently with the Contractor to resolve those differences with the Engineer. The Engineer will work diligently with the Contractor to arrive at final quantities and will issue a final estimate, for full payment, as soon as agreement is reached. Failure to notify the Engineer of or to resolve such differences, within the allotted time, shall constitute acceptance by the Contractor of the quantities included in the last periodic estimate prior to the letter of acceptance and the final estimate shall be prepared using those quantities. When the Contractor agrees to final quantities and when all claims, liens and damages against the project have been fully satisfied and releases submitted to the City, then final payment will be made to the Contractor. Upon issuance of the check for final payment, the City shall consider the Contract to be completed.

Page 69: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Revised 9/12/2013 rg

254. - REFUND OF IMPROPER PAYMENT The City will not be precluded or stopped by any estimate or certificate made or given by the Engineer, or other officer, agent or appointee, under the provisions of this agreement, at any time from demanding and receiving from the Contractor or his sureties, separately or collectively, such sums as may have been improperly paid said Contractor by reason of any estimate or certificate which has been untruly or incorrectly compiled. 255. - CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor any provision in the Contract Documents shall relieve the Contractor of the responsibility for negligence and faulty materials or workmanship. Upon written notice he shall remove any defects due thereto and pay for any damage due to other work resulting there from, which shall appear within three (3) years after date of completion and acceptance. 256. - COMPLIANCE WITH NPDES, MACOMB COUNTY, AND CITY OF WARREN REGULATIONS FOR STORMWATER RUNOFF MANAGEMENT. The contractor shall be solely responsible for compliance with all applicable Federal, State, County and Local regulations that govern the discharge of storm water runoff from City and private property properties to the local public storm sewer system, directly to a county drain, or directly to waters of the state. The contractor will provide proof at the time of contract award, or upon request by City staff that responsible supervisory personnel have been trained to recognize and mitigate any deleterious effects resulting from their operations on precipitation or snowmelt runoff that flows to any of the above designated receiving systems. Failure to demonstrate that supervisory personnel have been trained to recognize and mitigate how construction activities, vehicle maintenance activities, pesticide, herbicide and fertilizer application activities can pollute the public waterways will be cause for suspension of all activities under this contract until 1) any violations that exist are corrected, or 2) proof of training is provided. Compliance with this section shall include compliance with all of of Part 91 of Public Act 451, and City of Warren Ordinance 80-497.

END OF SECTION

Page 70: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 71: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 72: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 73: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 74: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 75: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 76: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 77: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 78: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 79: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 80: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 81: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 82: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 83: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 84: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 85: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 86: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 87: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 88: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 89: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 90: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 91: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 92: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 93: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 94: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 95: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 96: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 97: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 98: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 99: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 100: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 101: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 102: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 103: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 104: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 105: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 106: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 107: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 108: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 109: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 110: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 111: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 112: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 113: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 114: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 115: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 116: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 117: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 118: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 119: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 120: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 121: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 122: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 123: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 124: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 125: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 126: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 127: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 128: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 129: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 130: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 131: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 132: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 133: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 134: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 135: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 136: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 137: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 138: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 139: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 140: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 141: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 142: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 143: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 144: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 145: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 146: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 147: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 148: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 149: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 150: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 151: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 152: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 153: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 154: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 155: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 156: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 157: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 158: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 159: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 160: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 161: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 162: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 163: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 164: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 165: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 166: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 167: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 168: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 169: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 170: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 171: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 172: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 173: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 174: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 175: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 176: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 177: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 178: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 179: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 180: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 181: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 182: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 183: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 184: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 185: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 186: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 187: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 188: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 189: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 190: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 191: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 192: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 193: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 194: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 195: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 196: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 197: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 198: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 199: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 200: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 201: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 202: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 203: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 204: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 205: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 206: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 207: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 208: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 209: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 210: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 211: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 212: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 213: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 214: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 215: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 216: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN

SPECIAL PROVISION FOR

HIGH DENSITY POLYETHYLENE MANHOLE ADJUSTING RINGS 11/06 1 of 1 WARREN This work shall be done in accordance with 2003 Michigan Department of Transportation Standard Specifications for Construction and the City of Warren standard details except as herein provided: a. Description

All final grade adjustment of manhole covers and frame assemblies shall be completed utilizing injection molded High Density Polyethylene (HDPE) adjustment rings.

b. Materials

1. The adjustment rings shall be manufactures from polyethylene plastic as identified in ASTM Designation D-1248 Standard Specification for Polyethylene Plastic Molding and Extrusion Materials. Material property shall be tested and certified for usage by the following ASTM methods

Property Test Method Acceptable Value Melt Flow Index ASTM 1238 0.3 to 30 g/10 min Density ASTM D792 0.94 to 0.98 g/cm³ Tensile Strength ASTM D638 2.00 to 5 x10³ lb/in²

2. The adjustment rings shall be molded from 100% recycled material.

3. The adjustment rings shall be tested to assure compliance with impact and loading

requirements per ASSHTO Standard Specification for Highway Bridges.

c. Construction

1. Installation shall be per Manufacturer’s recommendations. 2. The annular space between the rings and the structure cone, between the rings and

between the rings and the structure casting shall be sealed utilizing an approved butyl sealant.

3. All adjustment for matching road finished elevation and cross slope shall be made

utilizing a molded and indexed slope ring.

d. Measurement and Payment

The item of work for High Density Polyethylene Manhole Adjusting Rings shall include all labor, materials and equipment necessary to complete this item of work in accordance with the details shown on the plans or in the specifications. Payment for this work shall not be paid for separately, but shall be considered included in the pay items for Concrete Paving, Structure Frame & Cover and Structure Reconstruct.

Page 217: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN SUBMITTALS WWTP – EAST ASH LAGOON 01300 / 1 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01300_submittals_r20091006.doc 01/16/14 11:39:50 AM

SECTION 01300

SUBMITTALS

PART 1 GENERAL

1.1 SCHEDULE FOR SUBMISSION

A. Submittal procedures

B. Submittal Review

C. Proposed Products list

D. Shop Drawings, Product Data, and Samples

E. Manufacture's installation instructions

F. Manufacture's certificates

1.2 RELATED SECTIONS

A. Section 200 - General Conditions

B. Section 01700 - Contract Closeout

1.3 SCHEDULE FOR SUBMISSION

A. Prior to submitting any shop drawings, product data, portfolios, samples, etc. the Contractor shall prepare a summary, listing all items in the project which he will submit for review by the Engineer.

B. The summary shall be submitted within twenty (20) calendar days after receipt of Notice to Proceed and shall be updated once per month thereafter.

C. The summary shall include the proposed dates for submittal for each item for control purposes. The summary shall be prepared in coordination with the Project Schedule for Construction and adequate time shall be allowed therein for review and possible resubmittal.

D. The summary and schedule for submittals shall not relieve the Contractor of his obligation to comply with specification requirements for items not listed on the schedule.

E. Nothing herein shall be construed as allowing additional time for completion of the project in the event resubmittal is required for shop drawings or the other items to be submitted.

1.4 SUBMITTAL PROCEDURES

A. Transmit each submittal with Engineer approved transmittal form.

Page 218: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

SUBMITTALS CITY OF WARREN 01300 / 2 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01300_submittals_r20091006.doc 01/16/14 11:39:50 AM

B. Sequentially number the transmittal form. Re-submittals shall have original number and a sequential alphabetic suffix.

C. Identify Project, Contractor, Subcontractor and supplier; pertinent drawing and detail number, and specification section number, as appropriate.

D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents.

E. Schedule submittals to expedite the Project, and deliver to the Engineer in a manner to allow sufficient time for review and processing by the Engineer so as to not cause delays in the Work. Coordinate submission of related items.

F. All drawings, information and documentation shall be prepared and submitted with all words in the English language and dimensions in American units. No foreign language or metric units will be permitted.

G. Identify variations from Contract Documents and Products and system limitations which may be detrimental to successful performance of the completed work.

H. Provide space for Contractor and Engineer review stamps.

I. Revise and resubmit submittals as required and identify all changes made since previous submission.

J. Distribute copies of reviewed submittals to all concerned and related parties. Instruct parties to promptly report any inability to comply with provisions.

K. The Engineer reserves the right to refuse to check or review any submittal of a subcontractor or manufacturer which is not presented in compliance with the foregoing requirements.

L. Electronic Submittals: 1. All electronic submittals shall follow the procedures outlined above. 2. Electronic submittal procedures are only applicable to Shop Drawings and product

data submittals. 3. Electronic submittals shall be made in a standard format the Engineer has agreed in

advance to accept, JPEG, TIF, DGN, DXF, DWG, or PDF. 4. Reviewed submittals shall be returned in JPEG, TIF, or PDF electronic format for the

Contractor’s printing and distribution.

1.5 SUBMITTAL REVIEW

A. All subcontractors and manufacturers' drawings shall first be sent directly to the Contractor, who shall keep a record of the drawing numbers and the dates of receipt. The Contractor shall check thoroughly all such drawings, as regards measurements, sizes of members, materials, and all other details to assure himself that they conform to the intent of the drawings and the specification, and shall promptly return to the subcontractors and/or manufacturers for correction such drawings as are found inaccurate or otherwise in error.

Page 219: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN SUBMITTALS WWTP – EAST ASH LAGOON 01300 / 3 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01300_submittals_r20091006.doc 01/16/14 11:39:50 AM

B. The Engineer will review the Contractor's, subcontractors' and manufacturers' drawings within a reasonable time after receipt thereof and will return one copy endeavoring to indicate, by notation thereon or written instructions, any correction which may be necessary to meet the Contract requirements. The Contractor shall then review such notations and/or instructions and if he concurs therein, shall make or have made such required corrections, and shall, when so noted on the drawings or requested by the Engineer, resubmit corrected drawings to the Engineer as soon as possible, for final review. Such further review by the Engineer will be limited to the corrections only, and the Contractor, by such re-submission shall be held to have represented that such drawings contain no other alterations, additions or deletions, unless the Contractor (in writing) directs the Engineer's specific attention to same. Should the Contractor question, or dissent from, such notations and/or instructions, he shall so inform the Engineer and request further clarification before resubmitting the drawings.

C. The review of Contractor's, subcontractors', and manufacturers' drawings by the Engineer is for coordination and assistance, and the Engineer does not thereby assume responsibility for errors or omissions. Such errors or omissions must be made good by the Contractor, irrespective of the receipt, review of the drawings by the Engineer, and even though the work is done in accordance with such drawings.

1.6 PROPOSED PRODUCTS LIST

A. Within 15 days after date of Owner-Contractor Agreement submit list of all major products proposed for use, including those previously called for to be submitted in the Proposal, with name of manufacturer, trade name, and model number of each product.

B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards.

C. Substitutions: Whenever a particular brand or make or type of material, equipment, or other item is specified or is indicated on the Contract Drawings, it is for the purpose of establishing a standard of quality, design, and type desired and to supplement the detailed specifications. Any other brand or make or type which in the opinion of the Engineer is equivalent to that specified or indicated may be offered as a substitute, subject to the following provisions: 1. Contractor shall submit for each proposed substitution sufficient details, complete

descriptive literature and performance data together with samples of the materials where feasible to enable the Engineer to determine if the proposed substitution is equal to that specified.

2. Contractor shall submit certified tests where applicable by an independent laboratory, acceptable to the Owner, attesting that the proposed substitution is equal.

3. A list of installations where the proposed substitution is used. 4. Requests for substitutions shall include full information concerning differences in

cost, and any savings in cost resulting from such substitutions shall be passed on to the Owner.

5. Where the review of a substitution requires revision or redesign of any part of the work, all such revision and redesign and all new drawings and details required, therefore, shall be provided by the Contractor at his own cost and expense and shall be subject to the review of the Engineer.

6. In all cases, the Engineer shall be sole judge as to whether a proposed substitution is to be incorporated into the project. The Contractor shall abide by the Engineer's

Page 220: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

SUBMITTALS CITY OF WARREN 01300 / 4 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01300_submittals_r20091006.doc 01/16/14 11:39:50 AM

decision when proposed substitute items are judged to be unacceptable and shall in such instances furnish the item specified or indicated. No substitute items shall be used in the work without review of the Engineer.

1.7 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

A. The intent of the Contract Documents is to include in the contract price the cost of all labor and materials, water, fuel, tools, plant, equipment, light, transportation, and all other expenses as may be necessary for the proper execution and completion of the work.

B. While the contract drawings and specifications propose to be complete in all respects as to layout, type of equipment and materials, they are not intended to serve as detailed sleeve or insert drawings, and the preparation of such drawings required or necessary for this purpose, or to set equipment accurately, shall be the responsibility of the Contractor.

C. These Contract Documents shall be supplemented by other drawings, product data, samples and portfolios of all equipment, apparatus, materials, etc. furnished by the Contractor and reviewed by the Engineer. All such supplementary drawings or instructions are intended to be consistent with the Contract Documents, true developments thereof and reasonably inferable therefrom. Therefore, no extra charge will be allowed on a claim that particular supplemental drawings or instructions differed from the Contract documents, incurring extra work, unless the Contractor has first brought the matter, in writing, to the Engineer's attention for proper adjustment before starting on the work covered by such and has received from the Engineer an order in writing to so proceed.

D. These original and supplementary drawings constitute the drawings according to which the work is to be done. The Contractor shall keep at the site of the work, copies of all drawings and specifications and shall at all times give the Engineer or Owner access thereto.

E. Shop Drawings are drawings, diagrams, schedules other data specifically prepared for the Work by the Contractor or a subcontractor, Subcontractor manufacturer, supplier or distributor to illustrate some portion of the Work.

F. Shop Drawings, Product Data, Samples and similar submittals are not Contract Documents. The purpose of these submittals is to demonstrate for those portions of the Work for which submittals are required the way the Contractor proposes to conform to the information given and the design concept expressed in the Contract Documents.

G. Product Data are illustrations, standard schedules, performance charts, instructions, catalog cuts, brochures, diagrams, materials lists and other information furnished by the Contractor to illustrate materials or equipment for some portion of the Work.

H. Samples are physical examples which illustrate materials, equipment or workmanship and establish standards by which the Work will be judged.

I. The Contractor shall review, approve, and submit to the Engineer, Shop Drawings, Product Data, Samples, and similar submittals required by the Contract Documents requested by the Engineer or Owner or otherwise necessary for the proper execution of the work, with reasonable promptness and in such sequence as to cause no delay in the Work or in the

Page 221: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN SUBMITTALS WWTP – EAST ASH LAGOON 01300 / 5 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01300_submittals_r20091006.doc 01/16/14 11:39:50 AM

activities of the Owner or of separate contractors. Submittals made by the Contractor which are not required by the Contract Documents may be returned without action.

J. The Contractor shall perform no portion of the Work requiring submittal, resubmittal, and review of Shop Drawings, Product Data, Samples or similar submittals until the respective submittal has been reviewed by the Engineer. Such Work shall be in accordance with reviewed submittals.

K. By approving and submitting Shop Drawings, Product Data, Samples and similar submittals, the Contractor represents that the Contractor has determined and verified materials, field measurements and field construction criteria related thereto, or contained within such submittals with the requirements of the Work and of the Contract Documents.

L. The Contractor shall not be relieved of responsibility for deviations from requirements of the Contract Documents by the Engineer's review of Shop Drawings, Product Data, Samples or similar submittals unless the Contractor has specifically informed the Engineer in writing of such deviation at the time of submittal and the Engineer has given written approval to the specific deviation. The Contractor shall not be relieved of responsibility for errors or omissions in the Shop Drawings, Product Data, Samples or similar submittals by the Engineer's review thereof, as the Engineer's review in intended to cover compliance with the Contract Document and not to enter into every detail of the shop work.

M. The Contractor shall direct specific attention, in writing or on resubmitted Shop Drawings, Product Data, Samples, or similar submittals, to revisions other than those required by the Engineer on previous submittals.

N. When professional certification of performance criteria of materials systems or equipment is required by the Contract Documents, the Engineer shall be entitled to rely upon the accuracy and completeness of such calculations and certifications.

O. Shop Drawings 1. Submit in the form of two legible opaque copies. 2. One reviewed copy will be returned to the Contractor for his duplication and

distribution. 3. After review, produce copies and distribute in accordance with the SUBMITTAL

PROCEDURES article herein and for record documents purposes described in Section 01700 - CONTRACT CLOSEOUT.

P. Product Data 1. Submit two copies of the documents which the Engineer requires. One reviewed

copy will be returned to the Contractor for his duplication and distribution. 2. Mark each copy to identify applicable products, models, options, and other data.

Supplement manufacturers' standard data to provide information unique to this Project.

3. Product data shall be bound with an index sheet containing a space at least 5" x 8" for review stamps and notes.

4. After review distribute in accordance with the Submittal Procedures article above and provide copies for record documents described in Section 01700 - CONTRACT CLOSEOUT.

Page 222: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

SUBMITTALS CITY OF WARREN 01300 / 6 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01300_submittals_r20091006.doc 01/16/14 11:39:50 AM

Q. Samples 1. Submit samples to illustrate functional and aesthetic characteristics of the Product,

with integral parts and attachment devices. Coordinate sample submittals for interfacing work.

2. Submit samples of sufficient size and representative of finishes indicating textures, and patterns for Owner selection.

3. Include identification on each sample, with full Project information. 4. Submit the number of samples specified in individual specification sections; two of

which will be retained by the Engineer. 5. Reviewed samples which may be used in the work are indicated in individual

specification sections.

1.8 MANUFACTURER INSTALLATION INSTRUCTIONS

A. When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, operating, maintaining and finishing to the Engineer in quantities specified for Product Data.

B. Identify conflicts between manufacturer's instructions and contract documents.

1.9 MANUFACTURER CERTIFICATES

A. When specified in individual sections, submit certification by manufacturer to Engineer, in quantities specified for Product Data.

B. Indicate material or Product meets or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate.

C. Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Page 223: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN MATERIAL AND EQUIPMENT WWTP –EAST ASH LAGOON 01600 / 1 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01600_material_and_equipment_r20091006.doc 01/16/14 11:40

SECTION 01600

MATERIAL AND EQUIPMENT

PART 1 GENERAL

1.1 SECTION INCLUDES

A. General Provisions.

B. Transportation and handling.

C. Storage and protection.

D. "Or Equal" Clause

E. Product options.

F. Substitutions.

G. Installation of Equipment.

H. Damage during tests and instruction period.

I. Services of manufacturer's engineers.

J. Equipment manufacturer certification.

1.2 RELATED SECTIONS

A. Instructions to Bidders

1.3 GENERAL PROVISIONS

A. Products (including all materials, machinery, equipment, and systems) shall be carefully designed and installed to insure that all required functions are adequately performed within specified degrees of precision and that each unit shall operate with every other part, furnished or existing, to provide a complete integrated system which shall operate to the satisfaction of the Engineer. Any changes or revisions of existing work made necessary by the type and dimensions of furnished products shall be made at the expense of the Contractor, and he shall furnish detail drawings showing such changes or revisions for the approval of the Engineer.

B. Submit to the Engineer ample proof that each and every part of the products to be furnished is of a reliable make and of a type which has been in successful operation within the continental United States. Installation of any experimental or untried type of apparatus, material, or machinery will not be allowed.

Page 224: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

MATERIAL AND EQUIPMENT CITY OF WARREN 01600 / 2 WWTP –EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01600_material_and_equipment_r20091006.doc 01/16/14 11:40

C. Each major item of equipment shall have the manufacturer's nameplate securely affixed in a conspicuous place. The nameplate shall show the manufacturer's name, address, model number, rating, and any other pertinent data such as speed, horsepower, etc.

D. All materials, equipment, and accessories shall be new and unused and shall be essentially the products of a manufacturer regularly engaged in the production of such material or equipment and shall essentially duplicate material or equipment that has been in satisfactory operation at least 5 years.

E. The owner reserves the right to reject any material or equipment manufacturer who, although he meets the above requirements, does not provide satisfactory evidence indicating adequate and prompt post-installation repair and maintenance service as required to suit the operational requirements of Owner. Items of any one type of materials or equipment shall be the product of a single manufacturer.

F. All piping and equipment furnished under this contract shall be fabricated of such materials that under normal operating conditions harmful substances are not imparted to the water supply system.

G. Except as otherwise specified or required, equipment shall be primed and finish painted at the factory in accordance with the recommendations or the approved manufacturer. All equipment supplied under this contract shall include at least one quart of finish paint used for touch-up at the completion of construction.

H. Necessary field painting needed as a result of damage to shop coating or painting during delivery or installation shall be corrected to the satisfaction of the Engineer.

I. Certification shall be provided that all materials which may come into contact with potable water meets the National Sanitation Foundation Standard 61 and all MDPH regulations in force at the time of submittals.

1.4 TRANSPORTATION AND HANDLING

A. Transport and handle Products in accordance with manufacturer's instructions.

B. Transport and handle all materials in such a manner to avoid breakage, inclusion of foreign materials, and/or damage by water or other causes.

C. Deliver packaged materials in original unopened containers. Packages or materials showing evidence of damage or contamination regardless of cause will be rejected.

D. Promptly inspect shipments to ensure that Products comply with requirements, quantities are correct, and Products are undamaged.

E. Repair or replace all items damaged or broken as a result of the Contractor's operation at no cost to the Owner.

F. When specified in the individual Section, equipment shall be made available for conditional acceptance by the Engineer at the factory prior to shipment.

Page 225: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN MATERIAL AND EQUIPMENT WWTP –EAST ASH LAGOON 01600 / 3 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01600_material_and_equipment_r20091006.doc 01/16/14 11:40

G. Equipment shall not be delivered unless it can be immediately incorporated into the work or proper storage facilities are available.

H. Crate all parts of equipment carefully to facilitate shipping and handling. Crates shall completely protect the equipment and be sufficiently strong to permit lifting and skidding without additional bracing or reinforcement.

I. Provide equipment and personnel to handle Products by methods to prevent soiling, disfigurement, or damage.

J. Notify the Engineer at least two days in advance of the delivery of equipment.

1.5 STORAGE AND PROTECTION

A. Store and protect Products in accordance with manufacturers' instructions, with seals and labels intact and legible.

B. Store sensitive Products in weather tight, climate controlled enclosures.

C. For exterior storage of fabricated Products, place on sloped supports, above ground.

D. Provide bonded off-site storage and protection when site does not permit on-site storage or protection.

E. Cover Products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of Product.

F. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter.

G. Provide equipment and personnel to store Products by methods to prevent soiling, disfigurement, or damage.

H. Arrange storage of Products to permit access for inspection. Periodically inspect to verify Products are undamaged and are maintained in acceptable condition.

1.6 PRODUCT OPTIONS

A. Products Specified by Reference Standards or by Description Only: Any Product meeting those standards or description.

B. Products Specified by Naming One or More Manufacturers with the provision "No Substitutions": Products of manufacturers named and meeting specifications, no options or substitutions allowed.

C. Products Specified by Naming One or More Manufacturers with a Provision for "or Equal" or Substitutions: Submit a request for substitution for any manufacturer not named in accordance with the following article and Section 01300.

Page 226: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

MATERIAL AND EQUIPMENT CITY OF WARREN 01600 / 4 WWTP –EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01600_material_and_equipment_r20091006.doc 01/16/14 11:40

1.7 “OR EQUAL” CLAUSE

A. Specifying an article, material, or piece of equipment by reference to a proprietary product or by using the name of a manufacturer or vendor followed by the clause "or equal" shall be understood to indicate the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude products of comparable quality, design, and efficiency.

B. Comparable products shall be capable of performing equal function and shall be compatible with other equipment, materials, or systems to which they connect or will become an integral part of.

C. The clause "or approved equal" which may appear elsewhere in the documents shall mean the same as "or equal".

D. Wherever in the documents an article, material, or piece of equipment is defined by specifying a proprietary product or using the name of a manufacturer or vendor the term "or equal" if not included shall be implied.

E. Substitutions of "or equal" products are subject to approval of the Engineer.

1.8 SUBSTITUTIONS

A. Refer also to Section 01300.

B. Engineer will consider requests for Substitutions after the date established in Notice to Proceed.

C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents.

D. A request constitutes a representation that the Contractor: 1. Has investigated proposed Product and determined that it meets or exceeds the quality

level of the specified Product. 2. Will provide the same warranty for the Substitution as for the specified Product. 3. Will coordinate installation and make changes to other Work which may be required

for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become

apparent.

E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents.

F. Substitution Submittal Procedure: 1. Submit three copies of request for Substitution for consideration. Limit each request

to one proposed Substitution.

Page 227: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN MATERIAL AND EQUIPMENT WWTP –EAST ASH LAGOON 01600 / 5 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01600_material_and_equipment_r20091006.doc 01/16/14 11:40

2. Submit shop drawings, product data, and certified test results attesting to the proposed Product equivalence. Also provide information required by Section 01300 for substitutions. Burden of proof is on proposer.

3. The Engineer will notify Contractor in writing of decision to accept or reject request.

1.9 INSTALLATION OF EQUIPMENT

A. General 1. Contractor shall have on hand sufficient personnel, proper equipment, and machinery

of ample capacity to facilitate the work. 2. Contractor shall be responsible for locating, aligning, and leveling all equipment. 3. Complete manufacturer's installation instructions including permissible tolerances

shall be furnished with each unit of equipment. 4. All equipment shall be installed in accordance with the approved manufacturer's

specifications, drawings, and tolerances under the direct supervision of the required manufacturer's engineer.

5. Equipment shall be erected in a neat and workman-like manner on the foundations at the locations and elevations shown on the drawings unless directed otherwise by the Engineer during installation.

B. Installation 1. Special care shall be used in locating, aligning and, leveling all equipment and parts

thereof to insure that each item is in the proper position relative to other equipment and that all parts are aligned within allowable tolerances. The Contractor shall be responsible for this accuracy and shall notify the Engineer of any conditions in prior work which would prevent this alignment before proceeding with the work. The Contractor shall employ a competent surveyor to set all lines and levels of equipment to the accuracy required.

2. All blocking and wedging required for the proper support and leveling of equipment during installation shall be furnished by the Contractor. All temporary supports shall be removed except steel wedges and bronze shims which may be left in place with the approval of the Engineer.

3. Each piece of equipment or supporting base bearing on concrete foundations shall be bedded in grout. The Contractor shall provide a minimum of 1-1/2" thick grouting or as indicated on Contract Drawings.

1.10 DAMAGE DURING TESTS AND INSTRUCTION PERIODS

A. Contractor shall be fully responsible for the proper operation of equipment during tests and instruction periods and he shall neither have nor make any claim for damage which may occur to equipment prior to the time when the Owner formally takes over the operation thereof.

1.11 SERVICES OF MANUFACTURER'S ENGINEERS

A. The contract price shall include the cost of furnishing competent engineers or superintendents from each company manufacturing equipment for the Project to: 1. Assist the Contractor to install, adjust, and test the equipment in conformity with the

Contract Documents.

Page 228: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

MATERIAL AND EQUIPMENT CITY OF WARREN 01600 / 6 WWTP –EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01600_material_and_equipment_r20091006.doc 01/16/14 11:40

2. Supervise start-up operations and adequately instruct designated employees of the Owner in the proper operation and maintenance procedures when requested by the Owner throughout the guarantee period of the equipment. A report on each visit shall be filed by the manufacturer's representative with the Engineer.

1.12 EQUIPMENT MANUFACTURER CERTIFICATION

A. The Contractor will provide Engineer with written certification obtained from each company manufacturing equipment for the Project that the equipment is installed and does operate in accordance with the manufacturer's recommendations.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Page 229: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN CONTRACT CLOSEOUT WWTP – EAST ASH LAGOON 01700 / 1 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01700_contract_closeout_r20091006.doc 01/16/14 11:40:14 A

SECTION 01700

CONTRACT CLOSEOUT

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Closeout procedures.

B. Final cleaning.

C. Adjusting.

D. Project record documents.

E. Lubrication survey.

F. Spare parts and special tools.

G. Equipment startup services.

H. Substantial completion.

I. Warranties.

1.2 RELATED SECTIONS

A. Section 01300 - Submittals.

B. Section 01730 - Operation and Maintenance Data.

1.3 CLOSEOUT PROCEDURES

A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's review.

B. Provide submittals to Engineer that are required by governing or other authorities.

C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due.

1.4 FINAL CLEANING

A. Complete final cleaning and restoration prior to final project inspection.

Page 230: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CONTRACT CLOSEOUT CITY OF WARREN 01700 / 2 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01700_contract_closeout_r20091006.doc 01/16/14 11:40:14 A

B. Remove all temporary labels, stains and foreign substances. Wash or clean by approved methods all surfaces on which dust and dirt has collected.

C. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned.

D. Clean debris from drainage systems.

E. Clean site; sweep paved areas, rake clean landscaped surfaces.

F. Remove waste and surplus materials, rubbish, and construction facilities from the site.

G. Restore disturbed area. Lawn area may be seeded unless otherwise noted. Paved area shall be restored to their original condition, compatible with the surrounding area, using like materials and workmanship.

H. Touchup painted surface. Clean and repaint with matching color all scratched, marred or otherwise damaged painted surfaces of all equipment and enclosures.

1.5 ADJUSTING

A. Adjust operating Products and equipment to ensure smooth and unhindered operation.

1.6 PROJECT RECORD DOCUMENTS

A. Maintain on site, one set of the following record documents: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, Product Data, and Samples. 6. Manufacturer's instruction for assembly, installation, and adjusting.

B. As the work progresses, keep a complete and accurate record of all changes in the Contract Documents (including Drawings, Shop Drawings, Product Data, and Specifications) indicating the work as actually installed. All changes shall be neatly shown on blueline prints of the drawings effected or in the specifications which shall be kept at the job site for inspection by the Owner and the Engineer.

C. Ensure entries are complete and accurate, enabling future reference by Owner.

D. Store record documents separate from documents used for construction.

E. Record information concurrent with construction progress.

F. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized.

Page 231: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN CONTRACT CLOSEOUT WWTP – EAST ASH LAGOON 01700 / 3 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01700_contract_closeout_r20091006.doc 01/16/14 11:40:14 A

3. Changes made by Addenda, Field Modifications and Change Orders.

G. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish main floor datum. 2. Measured horizontal and vertical locations of underground utilities and

appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction,

referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings.

H. On completion of the work, prior to the Contractor's application for final payment and as a condition to its approval by the Engineer and Owner, the Contractor shall arrange such site records in order in accordance with the various sections of the specifications bind them together and index them and deliver them to the Engineer. In addition the Contractor shall request a complete set of reproducible contract Drawings, and transfer all as-built revisions and changes to them and deliver them to the Engineer. These drawings shall be dated and marked "As-Built".

I. All reproducible tracings made by the Contractor, equipment manufacturers, and/or material suppliers shall be corrected to show the work as actually completed or installed and a reproducible copy of these drawings shall then be turned over to the Engineer.

J. Prints in triplicate of all corrected opaque drawings shall be furnished to the Engineer prior to the issuance of the final estimate.

K. Written approval or other evidence satisfactory to the Engineer of the final conditions of the work shall be obtained from: 1. Macomb County 2. Detroit Edison Company 3. All public authorities or agencies having jurisdiction over any portion of the work 4. Others as requested by the Engineer in writing.

L. All public authorities or agencies having jurisdiction over any part of the work shall be determined, and all the requirements of these authorities or agencies with respect to but not limited to inspection, permits, fees, approval, and the like regardless of whether they are listed above or not shall be met.

M. Submit all documents to Engineer for approval prior to submittal of final Application for Payment.

1.7 LUBRICATION SURVEY

A. A lubrication survey, made by a lubricant supply firm, shall be provided and paid for by the General Contractor, subject to the approval of the Engineer.

Page 232: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CONTRACT CLOSEOUT CITY OF WARREN 01700 / 4 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01700_contract_closeout_r20091006.doc 01/16/14 11:40:14 A

B. The lubrication survey shall list all equipment, the equipment manufacturer's lubrication recommendations, and an interchangeable lubricants tabulation standardizing and consolidating lubricants whenever possible.

C. The General Contractor shall supply all lubricants, applicators and labor for lubricating the equipment in accordance with manufacturers' recommendations, for field testing and prior to final acceptance. A supply of required lubricants sufficient for start-up and initial operation shall also be supplied by the General Contractor.

D. Five copies of the approved lubrication survey shall be furnished prior to final acceptance and shall be included within O & M Manuals furnished under Section 01730.

1.8 SPARE PARTS AND SPECIAL TOOLS

A. Spare Parts 1. As soon as practicable after approval of the list of equipment, the Contractor shall

furnish spare parts data for each different item of equipment listed. The data shall include a complete list of parts and supplies with current unit prices and source of supply.

2. Contractor shall also furnish a list of parts and supplies that are either normally furnished at no extra cost with the purchase of the equipment or specified to be furnished a part of the Contract and a list of additional items recommended by the manufacturer to assure efficient operation for a period of 1 year at the particular installation.

3. The foregoing shall not relieve the Contractor of any responsibilities under the guarantee provisions of these Specifications.

4. The Contractor shall deliver all spare parts required by this contract to the Engineer or as directed by the Engineer.

B. Special Tools 1. Contractor shall furnish at no additional cost to the Owner with each piece of

equipment, one complete set of suitably marked special tools and appliances which may be needed to adjust, operate, maintain, or repair the equipment.

2. Contractor shall submit for approval by the Engineer a complete list of the special tools and appliances to be furnished. Such tools and appliances shall be furnished in approved painted steel cases properly labeled and equipped with good grade cylinder locks and duplicate keys.

3. The Contractor shall deliver all special tools required by this contract to the Engineer or as directed by the Engineer.

C. Keys 1. The Contractor shall deliver four keys for each lockset and padlocks installed under

this Contract. 2. The keys shall be tagged with locations, room numbers, and key numbers. 3. The Contractor shall deliver all keys required by this contract to the Engineer or as

directed by the Engineer.

Page 233: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN CONTRACT CLOSEOUT WWTP – EAST ASH LAGOON 01700 / 5 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01700_contract_closeout_r20091006.doc 01/16/14 11:40:14 A

1.9 EQUIPMENT START-UP SERVICES

A. Equipment start-up period for the training of plant personnel shall begin after satisfactory completion and acceptance of the field tests and coincidentally with the certified date of substantial completion for that part of the work for which the equipment is included. If the equipment is not covered by a certificate of substantial completion for a part of the work, the period shall begin upon substantial completion of the project.

B. During the equipment start-up period, the Contractor shall furnish at no additional cost to the Owner the services of factory trained representatives of the equipment manufacturers for the equipment designated in the Specifications to: 1. Assist in the start-up and operations of the equipment. 2. Assist in the training of facility personnel, designated by the Owner, in the proper

operation and maintenance of the equipment.

C. The Owner shall: 1. Provide the necessary personnel to be instructed in the operation and maintenance of

the equipment. The Owner's personnel shall operate all equipment. 2. Pay for all fuel, power and chemicals consumed beyond quantities specified or in the

Contract Documents or required due to Contractors fault. The Contractor shall pay for fuel, power, and chemicals consumed up to the date of "certified substantial completion" except as otherwise specified herein.

D. Contractor shall be available to promptly repair all work during the start-up period so as to cause minimum disruption to the total facility operation.

E. In the event a system, equipment, or component proves defective or is unable to meet specified performance criteria, the Contractor shall replace the defective item and the one year guarantee period for the item shall start after satisfactory replacement and testing of the item.

1.10 SUBSTANTIAL COMPLETION

A. Substantial Completion is the stage in the progress of the Work when the Work or designated portion thereof is sufficiently complete in accordance with the Contract Documents so the Owner can occupy and utilize the facilities for its intended use.

B. When the Contractor considers that the Work, or portion thereof which the Owner agrees to accept separately, is substantially complete, the Contractor shall prepare and submit to the Engineer a comprehensive list of items to be completed or corrected. The Contractor shall proceed promptly to complete and correct items on the list. Failure to include an item on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. Upon receipt of the Contractor's list, the Engineer will make an inspection to determine whether the Work or designated portion thereof is substantially complete. If the Engineers inspection discloses any item, whether or not included on the Contractor's list, which is not in accordance with the requirements of the Contract Documents, the Contractor shall complete or correct such item upon notification by the Engineer. The Contractor shall then submit a request for another inspection by the Engineer to determine Substantial Completion. When the Work or designated portion thereof is

Page 234: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CONTRACT CLOSEOUT CITY OF WARREN 01700 / 6 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01700_contract_closeout_r20091006.doc 01/16/14 11:40:14 A

substantially complete, the Engineer will prepare a Certificate of Substantial Completion which shall establish responsibilities of the Owner and Contractor for security, maintenance, heat, utilities, damage to the Work and insurance, and shall fix the time within which the Contractor shall finish all items on the list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to the Owner and Contractor for their written acceptance of responsibilities assigned to them in such Certificate.

1.11 WARRANTIES

A. Provide duplicate copies of all warranties.

B. Execute and assemble transferable warranty documents from Subcontractors, suppliers, and manufacturers with a Table of Contents in three D side ring binder with durable plastic cover.

C. Submit warranty documents prior to final Application for Payment.

D. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within 10 days after acceptance, listing date of acceptance as start of warranty period.

E. All parts of the work or equipment which is in the opinion of the Engineer prove defective in material, workmanship, or operation within the warranty period shall be removed and replaced or repaired in a manner satisfactory to the Engineer and at no cost to the Owner.

F. Any service material or equipment required because of the defect shall be supplied without charge.

G. All work specified to be designed by the Contractor shall be guaranteed to perform as specified.

H. The Warranty period shall be one year from the date of Substantial Completion unless: 1. A greater period is specified elsewhere. 2. Owner chooses to take over and use a portion of the Work as provided for in the

Specifications; in which case the warranty shall be one year from said takeover and use.

I. Equipment or work replaced and/or repaired during the warranty period shall be guaranteed for one year from the date of acceptance of the repair or replacement or until expiration of the original warranty period whichever comes later.

Page 235: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN CONTRACT CLOSEOUT WWTP – EAST ASH LAGOON 01700 / 7 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01700_contract_closeout_r20091006.doc 01/16/14 11:40:14 A

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Page 236: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN OPERATION AND MAINTENANCE DATA WWTP – EAST ASH LAGOON 01730 / 1 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job No. 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01730_operation_and_maintenance_data_r20091006.doc 01/16/

SECTION 01730

OPERATION AND MAINTENANCE DATA

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Format and content of manuals.

B. Instruction of Owner's personnel.

C. Submittals.

1.2 RELATED SECTIONS

A. Section 01300 - Submittals

B. Section 01600 - Material and Equipment

C. Section 01700 - Contract Closeout

D. Individual Specifications Sections: Specific requirements for operation and maintenance data.

1.3 QUALITY ASSURANCE

A. Prepare instructions and data by personnel experienced in maintenance and operation of described products.

1.4 FORMAT A. Prepare data in the form of an instructional manual.

A. Binders: Commercial quality, 8-1/2 x 11 inch three D side ring binders with durable plastic covers; 3 inch maximum ring size. When multiple binders are used, correlate data into related consistent groupings. Fill binders to no more than 75% capacity.

B. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; Volume number, General Contractor name and address and Engineer name and address.

C. Provide tabbed indexes for each separate product and system, with typed description of product and system.

D. Text: Manufacturer's printed data, or typewritten data on 20 pound paper.

E. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages.

Page 237: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

OPERATION AND MAINTENANCE DATA CITY OF WARREN 01730 / 2 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job No. 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01730_operation_and_maintenance_data_r20091006.doc 01/16/

F. Arrange content by process flow under section numbers and sequence of Table of Contents of this Project Manual.

1.5 CONTENTS, GENERAL FOR EACH VOLUME

A. Table of Contents: Provide title of Projects and the names, addresses, and telephone numbers of Engineer, Subconsultants, and Contractor in the heading. Next, provide a schedule of products and systems, indexed to content of the volume.

B. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts.

C. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information.

D. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams.

E. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions.

F. Warranties and Bonds: Bind in copy of each.

1.6 MANUFACTURERS MANUALS FOR EQUIPMENT AND SYSTEMS

A. Each Item of Equipment and Each System: Include description of unit or system, and component parts with diagrams, charts, capabilities, etc. Identify function, normal operating characteristics, and limiting conditions. Include performance curves, with engineering data and tests, complete nomenclature and model number of replaceable parts, and catalog data or literature with correct model number of equipment noted where literature covers more than one model.

B. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications, either typed or by label machine.

C. Include color coded wiring diagrams as installed.

D. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut-down, and emergency instructions. Include summer, winter, and any special operating instructions.

E. Maintenance Requirements: Include routine procedures and guide for trouble-shooting; disassembly, repair, and reassembly instructions and drawings; and alignment, adjusting, balancing, calibration and checking instructions.

F. Provide preventive maintenance recommendations servicing and lubrication schedule, and list of lubricants required. Include manufacturer's printed storage and installation instructions with alignment instructions and tolerances.

Page 238: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN OPERATION AND MAINTENANCE DATA WWTP – EAST ASH LAGOON 01730 / 3 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job No. 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01730_operation_and_maintenance_data_r20091006.doc 01/16/

G. Include manufacturer's printed operation and maintenance instructions. Provide trouble shooting guide for equipment and system components.

H. Include sequence of operation by controls manufacturer.

I. Provide original manufacturer's detailed parts list and parts drawing, illustrations, assembly/disassembly drawings and instructions, and diagrams required for maintenance. Provide a cross reference to all individual component manuals for all parts lists and illustrations provide correct parts numbers. All bearing numbers shall be listed.

J. Provide control diagrams by controls manufacturer as installed.

K. Provide Contractor's coordination drawings, with color coded piping diagrams as installed for equipment systems.

L. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams for each equipment system.

M. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage and how to obtain them.

N. Include test and balancing reports as required.

O. Additional Requirements: As specified in individual Product specification sections.

P. Provide a listing in Table of Contents for design data, with tabbed indexed and space for insertion of data.

1.7 INSTRUCTION OF OWNER PERSONNEL

A. Before final inspection, instruct Owner's designated personnel in operation, adjustment, and maintenance of products, equipment, and systems, at agreed upon times.

B. For equipment requiring seasonal operation, perform instructions for other seasons.

C. Use operation and maintenance manuals as basis for instruction. Review contents of manual with personnel in detail to explain all aspects of operation and maintenance.

D. Prepare and insert additional data in Operation and Maintenance Manual when need for such data becomes apparent during instruction.

E. Refer to individual equipment specification section for instruction and training requirements.

1.8 SUBMITTALS

A. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit documents within ten days after acceptance.

Page 239: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

OPERATION AND MAINTENANCE DATA CITY OF WARREN 01730 / 4 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job No. 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\01730_operation_and_maintenance_data_r20091006.doc 01/16/

B. Submit 2 copies of completed volumes by the 90% completion level of the project. These copies will be reviewed and 1 copy returned to the Contractor with Engineer’s comments. The contents shall be revised and 4 revised copies of the completed volumes shall be resubmitted within 60 days.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Page 240: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN DEMOLITION WORK WWTP – EAST ASH LAGOON 02050 / 1 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02050_demolition_work_r20091002.doc

SECTION 02050

DEMOLITION WORK

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Demolition of designated structures and removal of materials from site.

B. Demolition, removal, and disposal off-site of masonry block, slabs-on-grade and all other debris created by the Work.

C. Demolition removal and disposal of piping, equipment, and wiring unless same is called to be turned over to the Owner, disconnected and left in-place, or left in operation.

D. Disconnecting and capping of identified utilities.

1.2 RELATED SECTIONS

A. Sequence of Construction and Special Project Requirements.

B. Other sections of the specifications not referenced above shall also apply to the extent required for proper performance and completion of this work.

1.3 REGULATORY REQUIREMENTS

A. Conform to all applicable Federal, State, County, and local codes and ordinances for demolition of structures, safety of adjacent structures, dust control, runoff control, disposal, and erosion control.

B. Submit Regulatory Notifications for demolition work to authorities as required to perform the Work.

C. Obtain required permits from authorities.

D. The cost of all permits shall be included as part of the bid.

E. Notify affected utility companies before starting work and comply with their requirements.

F. Pay all costs incurred with terminating utility services on the site.

G. If a particular utility company requires work to be done by their forces, the cost of this work shall be included in the base bid.

H. Do not close or obstruct public roadways, sidewalks, and hydrants without permits.

Page 241: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

DEMOLITION WORK CITY OF WARREN 02050 / 2 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02050_demolition_work_r20091002.doc

1.4 PROJECT CONDITIONS

A. Immediately after the contract is awarded, the Contractor will meet with the Owner's Engineer and prepare a schedule setting actual dates for starting and completion of the various parts of the work.

B. The Contractor shall provide all toilet facilities required for the use of his personnel on the site. Any water, compressed air electric power, telephone, or other services required by this Contractor, will be furnished by him, the cost of which shall be included in his bid.

C. Protection: 1. Perform all demolition and removal work to prevent damage or injury to structures,

occupants thereof and adjacent features which might result from falling debris or other causes, and so as not to interfere with the use, and free and safe passage to and from adjacent structures.

2. Closing or obstructing of roadways, sidewalks, and passageways adjacent to the work by the placement or storage of materials will not be permitted, and all operations shall be conducted with a minimum interference to traffic on these ways.

3. Erect and maintain barriers, lights, sidewalk sheds, and other necessary protective devices.

4. Repair damage to facilities to remain, or to any property belonging to the Owner or occupants of the facilities.

D. It is the intent of this Section that the Demolition Work shall be complete whether or not specifically specified herein or shown on the Drawings, and all costs associated with the Demolition Work shall be included in the bid price.

E. Explosives: 1. The use of explosives will not be permitted.

1.5 COORDINATION OF THE WORK

A. Contractor shall submit for approval, before commencing work: 1. Schedule: Submit for approval, proposed methods, equipment, and operating

sequences. Include coordination for shut-off, capping, temporary services, continuation of utility services, and other applicable items to ensure no interruption of Owner’s operations.

2. A detailed sequence of demolition and removal work to ensure uninterruption of Owner’s operation.

3. Names and locations of proposed licensed disposal sites for all materials. 4. Notify and schedule all demolition work through the Plant Security Office.

1.6 TESTING AND SAMPLING

A. The Owner will provide and pay for all testing and sampling as per the General Conditions.

B. The Contractor shall provide full access to all areas to the Independent Testing Laboratory selected by the Owner to perform tests, as outlined herein.

Page 242: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN DEMOLITION WORK WWTP – EAST ASH LAGOON 02050 / 3 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02050_demolition_work_r20091002.doc

1.7 CONTRACTOR'S SUPERVISION

A. Contractor's responsibility shall include a completely equipped first aid kit, provided and maintained at the site in a clean orderly condition and shall be readily accessible at all times to all the Contractor's employees.

B. The Contractor shall designate certain employees who are properly instructed to be in charge of first aid. At least one such employee shall be available whenever work is in progress at the demolition site. Telephone call lists for summoning aids from outside sources, such as doctors, ambulances, pulmotor and rescue squads, shall be conspicuously posted at the site.

1.8 MAINTENANCE OF SERVICE

A. The Contractor shall be completely responsible for conducting construction operations so as to allow the Owner to maintain sewage treatment operations throughout the progress of work, in accordance with the Owner’s NPDES permit requirements.

B. The Contractor shall be responsible for the submission of a detailed sequence of construction operations to the Owner within thirty (30) days from the Notice to Proceed. The Contractor shall schedule his or her operations such that the City will be afforded a minimum of two (2) weeks to review the submitted detailed sequence of construction operations.

C. In no case shall the Contractor proceed with any work in uncertainty, and all work to be performed to accomplish the complete equipment removal and installation with any temporary equipment or handling that may be determined to be necessary, will be at the Contractor’s sole cost, risk and responsibility

1.9 SUBMITTALS

A. Submit under provisions of Section 01300 of the specification.

B. Shop Drawings: Coordination schedule described above. Indicate demolition and removal sequence; and location and construction of barricades, fences, and temporary work.

1.10 SCHEDULING

A. Schedule all work for protection, demolition removal, and salvage to comply with Special Project Requirements.

B. Coordinate utility terminations where applicable with the Owner. 1. The Contractor shall arrange for gas and electrical terminations with the local

providers and Miss Dig as necessary to prepare the site for the demolition work.

1.11 PROJECT RECORD DOCUMENTS

A. On completion of project, prior to receiving final payment, the Contractor shall prepare record Drawings showing locations of existing utilities which are either left in operation or abandoned in place and exposed by his work.

B. Accurately record locations of capped utilities, and subsurface obstructions encountered.

Page 243: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

DEMOLITION WORK CITY OF WARREN 02050 / 4 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02050_demolition_work_r20091002.doc

PART 2 MATERIALS

NOT USED

PART 3 EXECUTION

3.1 PREPARATION

A. Prior to submitting his bid, the Contractor shall visit the site and determine the nature of the work.

B. Provide, erect, and maintain temporary barriers and security devices at the site.

C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring as required.

D. Mark location of all utilities.

E. Contractor’s responsibility shall include a completely equipped first aid kit, provided and maintained at the site in a clean orderly condition and shall be readily accessible at all time to all the Contractor’s employees. 1. The Contractor shall designate certain employees who are properly instructed to be in

charge of first aid. 2. At least one such employee shall be available whenever work is in progress.

F. Telephone call lists for summoning aid from outside sources, such as doctors, ambulances, pulmonary and rescue squads, shall be conspicuously posted at the site.

3.2 DEMOLITION REQUIREMENTS

A. Conduct demolition to minimize interference with adjacent structures, occupancies, and roadways.

B. Conduct demolition operations to ensure safety of all persons and to prevent damage to existing structures and utilities, construction in progress, and other property.

C. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer immediately. Do not resume operations until permission has been granted by the Owner.

D. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times.

E. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon or limit access to their property.

F. All dumpsters supplied by the Contractor for use during the project shall be covered with tarps at all time when not being actively used.

G. Sprinkle the work area with water to minimize dust.

Page 244: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN DEMOLITION WORK WWTP – EAST ASH LAGOON 02050 / 5 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02050_demolition_work_r20091002.doc

1. Provide hoses and water connections for this purpose. 2. Contractor shall obtain a meter and backflow preventor from the local municipality

and pay all fees related to rental of equipment and usage of water prior to final acceptance.

3.3 PARTIAL DEMOLITION

A. Restrict demolition to comply with the limits of removal as shown on the Drawings.

B. Protect adjacent members from any and all damage due to demolition operations.

C. Sawcutting of concrete for removal shall stop at corners. Sawcutting shall not continue beyond limit of removal (corner) at either face of concrete.

3.4 DEMOLITION

A. The work included under this Section consists of providing all labor, equipment, and services required to remove and dispose of demolition items as shown on the Drawings.

B. The items of demolition and removal shown are not necessarily intended to be a complete detail of each and every item of work. 1. The Contractor is required to carefully review the Drawings for all trades, as well as

examine the actual sites of the various items of work so that he may include all items of demolition and removal work under this section.

2. The Owner does not guarantee that the work was constructed in accordance with any drawings that are available.

3. The Contractor shall make his own independent determination of the work by visiting and surveying the work sites.

4. All information relative to existing conditions is shown to assist the Contractor in evaluation of the work, but with no specific representation, either expressed or implied, as to completeness or accuracy. The Contractor shall be responsible for any deductions or conclusions made on the basis of this information and that of any additional site inspections, if made.

5. Location of existing underground utilities and subsurface obstructions are shown using the best information available but with no representation that the indicated locations are accurate or that lines other than shown may not be present.

C. In general, the indicated removal of a piece of equipment shall include all steel supports, interconnecting pipe, fittings, valves, miscellaneous devices and electrical conduit and wiring unless otherwise called for.

D. When a piece of equipment or device is removed the piping, and/or electrical, shall be removed back to the main line. 1. Piping shall be capped at the main. 2. Electrical conduit and wiring shall be removed back to the point of distribution.

E. The Drawings are not intended to indicate precise details of all interconnecting items to be removed nor exact locations of items for demolition and removal. 1. The Contractor shall visit the site prior to bidding to ascertain the scope of work and

shall, if necessary, request written clarification of any items in doubt.

Page 245: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

DEMOLITION WORK CITY OF WARREN 02050 / 6 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02050_demolition_work_r20091002.doc

F. Bracing and shoring shall be provided as necessary to prevent collapse due to removals of any part of any of the structures concerned with under this contract. 1. Bracing and shoring shall be removed promptly when no longer required. 2. Care shall be taken not to impair retained portions of existing structures during

demolition and removal operations.

G. All debris, scrap, etc., removed during demolition operations, unless specified otherwise hereinafter, shall become the Contractor’s property and be disposed of or recycled promptly off the Owner’s property. 1. Only one day’s accumulation of debris will be permitted at any job site unless the

material is suspected to be hazardous/contaminated as determined in 3.05 of this Section.

2. Such materials may be stored as indicated in 3.05 of this Section. 3. All suspect materials shall be landfilled if not tested and approved for other disposal.

H. Cleaning wastes (liquid or solid) shall be stored in container suitable for the type of material, tested and disposed of in an offsite facility that is appropriate for the type of tested material.

I. Unless noted otherwise, all existing fence within the sites shall be removed in its entirety, including foundations.

J. Existing trees on the site shall be protected against damage from operations governed by this work, subject to deposition under other specification sections herein.

K. After storm and sanitary drain lines are disconnected, the Contractor shall remove them.

L. In general, this Contractor will take possession of the buildings to be demolished and all of their contents, including all remaining plumbing fixtures, heating units, structural shapes, piping, radiators, and electrical installation of every description. All the contents are to be removed, the buildings demolished and sites cleared. Existing interior and exterior concrete slabs and asphalt pavement at existing grade levels shall also be removed as they may exist.

M. All masonry walls and existing foundations shall be removed. All columns and existing interior concrete and masonry walls are to be removed.

N. Concrete curbs, raised concrete bases, etc., within interior or exterior to existing buildings at grade shall be removed.

O. All pits and subgrade areas to be backfilled shall be cleaned free of all rubbish and loose material, subject to Engineer's inspection and subsequently filled, as specified herein.

P. All pit and basement slabs shall be removed prior to backfill. All pit and subgrade areas, as they exist, shall be backfilled in compacted layers not exceeding 6" in thickness with approved back run sand in their entirety.

Q. Sand backfill material must be accepted by the Independent Testing Laboratory prior to backfilling with a report indicating approval, submitted to the Owner's Engineer. 1. All backfill material must meet 95% compaction, Modified Proctor, including bottom

portion of fill as well as top layers.

Page 246: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN DEMOLITION WORK WWTP – EAST ASH LAGOON 02050 / 7 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02050_demolition_work_r20091002.doc

2. A representative of the Independent Testing Laboratory must be on the site continually during all phases of the backfilling operation to provide continuous inspection as well as tests.

3. Individual tests shall consist of a minimum of one test per 1,000 sq. ft. per foot of lift in unconfined areas taken as a random pattern as the backfilling progresses or one test per foot of lift in each confined area 1,000 sq. ft. or less.

4. All material shall be compacted to a minimum bearing value of at least 4,000 psf at optimum moisture.

R. Trucks hauling loose materials from or to the sites shall be tight and their loads trimmed to prevent spillage on public streets. 1. The Contractor shall promptly clean streets dirtied by any cause arising from his

operations.

S. Wood, Glass and Plastic: Wood, glass and plastics must be landfilled.

T. Tanks, piping and miscellaneous metals shall be landfilled or recycled. 1. Tanks, piping and miscellaneous metals may be required to be cleaned, characterized,

tested and disposed of in accordance with the characterization or tests as required by State or Federal regulations.

U. Asphalt: Asphalt materials may be recycled, or landfilled.

V. Concrete: Concrete may be recycled if there are no visible reinforcement bars. If concrete is stained, it must be tested prior to recycling and disposed of in accordance with the test results.

W. Electric lamps and devices containing elemental mercury shall be managed as a universal waste under the requirements of R 299.9109 and R 299.9228 of the Part 111 rules and 40 CFR Part 2734 as overseen by the appropriate governmental agency. 1. Specific requirements for universal waste handlers, universal waste removal methods,

storage and labeling of universal wastes, transportation of universal waste, and universal waste destination facilities.

X. Ballasts containing PCB’s shall be disposed of under the requirements of the Federal Toxic Substances Control Act (TSCA). 1. Ballasts shall be assumed to contain PCBs if it was manufactured prior to 1978 or the

ballast does not contain the statement “No PCBs.” Small capacitors with less than 3 pounds of fluid are generally not subject to TSCA disposal requirements.

2. All leaking ballasts must be managed and disposed of as a PCB waste.

Y. Care shall be taken that dust and debris do not in any way impair or damage the Owner’s machinery or plant that has to be salvaged or remain in place. 1. The work of this section shall take into consideration the protection of employees,

buildings, machinery, and equipment. 2. In line with this requirement, all necessary dust and weather protection, of a type

meeting with the approval of the Owner, shall be provided for the time required, and promptly removed when no longer required.

Page 247: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

DEMOLITION WORK CITY OF WARREN 02050 / 8 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02050_demolition_work_r20091002.doc

3.5 HAZARDOUS/CONTAMINATED MATERIAL

A. The following indicators shall be used by Owner onsite observers during demolition to identify materials suspected of being hazardous or contaminated and requiring disposal in a Type I or Type II landfill. 1. Electric devices; 2. Insulation or fibrous material that may contain asbestos; 3. Material that emits a chemical or petroleum odor. 4. Based on these observations, materials in question shall be stockpiled separately,

inspected, and representative samples should be collected and screened in the field. 5. Materials should be stored in a manner consistent with the suspected nature of the

waste, at a secure location at the Plant, designated by the Owner, until disposal is determined.

B. Potentially hazardous materials should be screened in the field by qualified personnel for the presence of volatile organic compounds (VOC) using a photoionization (PI) meter. 1. It is assumed that the presence of VOCs should provide a general indicator of the

presence of other potentially hazardous chemicals. 2. Materials to be subjected to further laboratory analysis should be selected based on the

results of the field screening and observations made by the person monitoring the demolition.

C. Based on the field screening and laboratory analysis, the Contractor will be advised by the Owner as to the required method of disposal.

3.6 WASTE CHARACTERIZATION AND TESTING

A. All material that is required to be tested in Section 3.04 and 3.05 shall be tested in accordance with the requirements for testing of the suspected hazardous or contaminated material.

B. Materials sent to different disposal facilities shall meet have been tested in accordance with the testing requirements of that facility and shall meet the facilities material quality requirements.

C. The Owner is responsible for testing of hazardous/contaminated material that is not going to be recycled.

D. The Contractor is responsible for testing of materials that may be recycled.

E. The Contractor is responsible for submitting initial waste characterization data to the disposal of recycling facilities through the Owner.

F. The Contractor shall be aware that the results of testing are expected to be available not less than ten (10) days after the samples have been taken.

3.7 DISPOSAL AND RECYCLING FACILITIES

A. As part of the submittal process, the Contractor shall submit to the Owner a list of all landfills, recycling facilities, other disposal facilities, material transporters and intended items to be transported by or disposed of at each landfill or facility.

Page 248: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN DEMOLITION WORK WWTP – EAST ASH LAGOON 02050 / 9 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02050_demolition_work_r20091002.doc

1. The submittal shall include classifications for each transporter and facility and a copy of the license for each transporter and facility.

B. No material shall be shipped to any landfill, disposed or recycling facility without prior approval of the Owner and a complete record shall be kept of such items. 1. This record shall be turned over to the Owner upon completion of the demolition

work.

C. Materials that are transported from the Plant shall be transported by a transporter who meets applicable requirements of State and Federal law. 1. The material shall be contained and transported in a manner that meets all applicable

requirements of State and Federal law.

D. Serial numbered and dated load tickets are required for all hazardous/contaminated material that leaves the construction site. 1. The tickets will be generated by the Owners representative, in triplicate. 2. One ticket will be kept and two will be given to the driver. 3. The load tickets will show the destination of the material. 4. The load ticket and the facility invoice must be included with any request for

payment. 5. These documents will be reconciled with the owner’s copy of the load tickets before

payment will be made to the contractor. 6. The manifesting system shall meet the requirements of the appropriate State and

Federal regulations for the waste material.

3.8 WORK INCLUDED

A. All debris shall be removed as directed by the Owner and disposed of off-site at the Contractor’s expense.

B. The Contractor shall be responsible for taking all necessary measures for safely removing, storing, transporting and disposal of materials.

END OF SECTION

Page 249: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN UNDERGROUND PIPING WWTP – EAST ASH LAGOON 02071 / 1 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02071_undergroundpiping.docx 01/16/14 11:40:47 AM

SECTION 02071

PIPING PART 1 - GENERAL 1.01 SUMMARY OF WORK

A. Furnish all labor, materials, tools, equipment, testing, and supervision required to complete all piping systems, as indicated on the drawings and specified herein, and all other work incidental thereto, except as otherwise noted.

1.02 RELATED SECTIONS

A. Section 01300 - Submittals B. Section 01600 – Materials and Equipment C. Section 02200 – Earthwork D. Section 02220 – Soil Erosion Control E. City of Warren Section 00700 Specifications for Sanitary and Storm Sewers

1.03 SUBMITTALS

A. All submittals shall be submitted in accordance with Section 01300.

B. Shop Drawings C. Layout Drawings.

D. Pressure Test Reports.

1.04 DELIVERY STORAGE AND PROTECTION

A. Properly store, protect, and handle all pipe per manufacturer recommendations. B. Store all plastic pipe indoors or cover until installed.

PART 2 - PRODUCTS 2.01 PIPING MATERIALS

A. Various types of piping materials are used to meet the specific requirements of the different piping systems as specified on the Drawings.

Page 250: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

UNDERGROUND PIPING CITY OF WARREN 02071 / 2 WWTP – EAST ASH LAGOON

RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02071_undergroundpiping.docx 01/16/14 11:40:47 AM

2.02 DUCTILE IRON PIPE (DI)/ACCESSORIES A. Ductile iron pipe below grade shall be Class 54 and shall conform to ANSI/AWWA

C151/A21.51-02 with standard cement lining. Cement lining shall conform to ANSI 21.4 (AWWA C104) requirements. Flanges shall be ductile iron and meet AWWA C153, ANSI B16.1, Class 125. Gaskets shall be Toruseal gaskets as manufactured by American or equal.

B. Modular seal rubber links shall be mechanical type, consisting of interlocking synthetic rubber links shaped to continuously fill the annular space between the pipe and the wall opening. All fasteners required for the seal links shall be 316 stainless steel. Seals shall be as manufactured by PSI-Thunderline/Link Seal.

2.03 HIGH-DENSITY POLYETHELYNE (HDPE)

A. HDPE pipe will be produced from resins meeting the requirements of ASTM D1248,

designation PE3408/PE3608, ASTM D3350 cell classification, PE345464C, and will meet the requirements of AWWA C901/C906. Material taken from the HDPE pipe will meet the minimum stability requirements of ASTM D3360. Pipe will be legibly marked at intervals of no more than five feet with the manufacturer’s name, trademark, pipe size, HDPE cell classification, appropriate legend such as SDR 11, ASTM D3035, AWWA C901, C906, dates of manufacture and point of origin. Pipe not marked as indicated above will be rejected.

B. Pipe shall be DrisoPlex, Series 4100 as manufactured by Perform Pipe, or equivalent, with a minimum pressure rating of DR11, or as specified on the Drawings.

C. Butt-Fusion fittings shall be HDPE and be the same base resin as specified for the piping

and meet the requirements of ASTM D3261. Molded and fabricated fittings shall have a pressure rating equal to the pipe unless otherwise specified on the plans. All fittings shall meet the requirements of AWWA C906. Fabricated fittings shall be marked in accordance with ASTM F 2206. Socket fittings shall meet ASTM D 2683. Connections to mechanical joint or flange joint DI piping/valves shall be made with the appropriately rated transition piece welded to the pipe.

D. Electrofusion fittings shall be HDPE and be the same base resin as specified for the piping and meet the requirements of ASTM F1055. Fittings shall have a pressure rating equal to the pipe unless otherwise specified on the plans. All electrofusion fittings shall be suitable for use as pressure conduits, and have nominal burst values of four times the Working Pressure Rating (WPR) of the fitting.

2.04 POLYVINYL CHLORIDE PIPE (PVC)

A. PVC gravity sewer pipe shall be made from a compound conforming to a cell classification of 12454 or 12364 as defined by ASTM D1784 and in accordance with ASTM F679 for sizes 18-inch through 30-inch. The wall thickness, when tested according to ASTM D3412, shall correspond to a pipe stiffness value of 115 for heavy wall pipe.

Page 251: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN UNDERGROUND PIPING WWTP – EAST ASH LAGOON 02071 / 3 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02071_undergroundpiping.docx 01/16/14 11:40:47 AM

B. PVC pipe shall have integral bells that incorporate locked-in gaskets meeting the requirements of ASTM D3212 and F477.

2.05 FLANGED COUPLING ADAPTERS

A. Flanged coupling adapters shall be of the restrained type and shall be of ASTM A536

ductile iron construction with fusion bonded epoxy coating for the gasket ring. The restraining system shall consist of individually actuated gripping wedges with torque limiting actuating screws. Flange coupling adapters shall be Series 2100 MEGAFLANGE manufactured by EBAA Iron, Inc.

PART 3 - EXECUTION

3.01 GENERAL INSTALLATION

A. Install buried pipe per requirements of general earthwork and sewer Specifications.

B. Joints and/or joining method shall be as specified on the Drawings, where indicated.

3.02 HDPE PIPE INSTALLATION A. HDPE pipe shall be joined by the butt fusion procedure outlined in ASTM F2620 or PPI

TR-33. All fusion joints shall be made in compliance with the pipe or fitting manufacturer’s recommended procedure and performed by only qualified technicians.

B. Saddle fusion shall be done in accordance with ASTM F2620, PPI TR-41, or the fitting manufacturer’s recommendations. Saddle fusion joints shall be performed by only qualified technicians.

C. Electrofusion joining shall be done in accordance with the manufacturer’s recommended

procedure and performed by only qualified technicians. The electrofusion box must be capable of reading and storing the input parameters and the fusion results for later download to a record file.

D. Bolted joining may be used where the butt fusion method cannot be used. Flange joining shall be accomplished by using a HDPE flange adapter. Socket fusion, hot gas fusion, threading, solvents, and epoxies may not be used to join HDPE pipe.

3.03 PRESSURE TESTS

A. Hydrostatic leakage testing shall comply with ASTM F 2164, ASTM F 1412, and AWWA Manual of Practice M55.

B. Pneumatic (compressed air) leakage testing of HDPE or PVC piping is prohibited for safety reasons

C. Underground field piping shall be hydrostatically pressure tested to 50 psi.

Page 252: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

UNDERGROUND PIPING CITY OF WARREN 02071 / 4 WWTP – EAST ASH LAGOON

RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02071_undergroundpiping.docx 01/16/14 11:40:47 AM

PRESSURE TEST REPORT FORM

Project: Date:

Contractor: M T W TH F S

Owner: Job No.:

Test Location: Report No.:

GENERAL

System to Be Tested: Location of Pipe: Type of Pipe Material: DI/CI Steel Cu PVC HDPE Other Length of Pipe Tested: feet

SPECIFICATION Type of Test: Hydrostatic Pneumatic Other Bacteriological Test Required?: Yes No Duration of Test: hours Test Pressure: psi Pressure / Gallons Loss Allowed: psi/gallons

TEST DATA Pressure Time Start of Test: psi AM / PM Completion of Test: psi AM / PM Pressure / Gallons Lost at Finish: psi/gallon Results: Pass Fail

SYSTEM TEST PERFORMED BY: Contractor Date WITNESSED BY: Engineer Date ACCEPTED BY: Owner Date

END OF SECTION

Page 253: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN EARTHWORK WWTP – EAST ASH LAGOON 02200 / 1 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02200_earthwork_r20100701.doc 01/16/14 11:40:58 AM

SECTION 02200

EARTHWORK

PART 1 GENERAL

1.1 SECTION INCLUDES

A. General

B. Site Preparation

C. Excavations

D. Unauthorized Excavation

E. Subgrade

F. Slopes, Sheeting and Bracing

G. Backfill

H. Flowable Fill

I. Finish Grading

1.2 RELATED SECTIONS

A. General Conditions

B. Section 02220 - Soil Erosion Control

1.3 GENERAL

A. All excavation and backfilling shall be performed that is necessary to complete the work under this Contract. Excavation shall include the loosening, loading, removing, transporting, stockpiling, and disposing of all materials of every sort, necessary to be removed for purposes of construction; the furnishing, placing, and maintaining of all sheeting, bracing, and timbering; the care of existing roads, existing structures, utilities; and all incidental and collateral work necessary to complete the entire work as specified and as shown on the Drawings.

B. Backfilling shall include the filling of the excavated and void spaces around and over the outside of completed structures and pipes. It is also the intention of these specifications to provide that backfill shall be so compacted that no appreciable subsequent settlement will occur, and so that sidewalks, driveways, roads and berms may be placed or replaced shortly after completion of backfilling.

Page 254: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

EARTHWORK CITY OF WARREN 02200 / 2 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02200_earthwork_r20100701.doc 01/16/14 11:40:58 AM

C. The Contractor will be held to have compared the conditions of the site where work is to be performed with the drawings and specifications and to have satisfied himself as to the conditions of the site, existing conditions, and any other conditions affecting the carrying out of the work, before delivery of his proposal. It is expressly understood that he will obtain first hand information concerning the available facilities for receiving, transporting, handling and storing construction equipment and materials and concerning other local conditions that may affect his work.

D. The Contractor shall draw his own conclusions as to soil and/or rock conditions to be encountered, and he shall complete the work under any job or field condition which was present and/or ascertainable prior to bidding.

E. He shall also complete the work under whatever conditions he may create by his own sequence of construction, construction methods, or other condition he may create at no additional cost to the Owner.

F. The Contractor shall be responsible for evaluating the compatibility of his construction methods with the Plans, Specifications and Soil Information provided by the Owner for bidding purposes.

G. No allowance or extra consideration on behalf of the Contractor will subsequently be allowed by reason of error or oversight on the part of the Contractor.

H. This contractor shall grade all areas within his work area and provide slopes, shoulders, berms, and level surfaces defined according to existing and established grades.

I. Care shall be taken to retain, at all times, normal flow of drainage water on the property and all present above ground and underground utilities.

J. All work shall be done in a thorough and workmanlike manner and in conformance with accepted good practices and all requirements of local, state, and federal authorities having jurisdiction.

1.4 REGULATORY REQUIREMENTS

A. Conform to applicable state and local codes for disposal of excavated materials judged not suitable for backfill.

B. Obtain disposal permit from Local Enforcing Agency.

1.5 QUALITY ASSURANCE

A. Comply with all code, laws, ordinances, and regulations of governmental authorities having jurisdiction over this part of the work.

B. Backfill materials shall be compacted to not less that specified percentage of optimum dry density as determined by ASTM D 698.

Page 255: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN EARTHWORK WWTP – EAST ASH LAGOON 02200 / 3 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02200_earthwork_r20100701.doc 01/16/14 11:40:58 AM

C. Testing of backfill material will be done in accordance with ASTM D 2922, ASTM D 1556, and ASTM D 3017.

D. Unsuitably compacted backfill materials shall be removed and recompacted.

1.6 SITE CONDITIONS

A. Provide and maintain barricades, warning lights, warning signs, and other protection required by applicable laws for safety of persons and property.

B. Protect excavations by shoring, bracing, sheet piling, underpinning, or other methods required to prevent earth movement.

C. Notify Owner of unexpected subsurface conditions and discontinue affected work area until notified to resume work.

1.7 HAZARDOUS/CONTAMINATED MATERIAL

A. The following indicators shall be used by Owner onsite observers during excavation to identify materials suspected of being hazardous or contaminated and requiring disposal in a Type I or Type II landfill. 1. Materials other than general construction debris of a color not consistent with the

natural soils observed in the area; 2. Materials other than general construction debris of a consistency that is not consistent

with the natural soils observed in the area; 3. Man-made containers, vessels, tanks, or barrels; 4. Electric devices; 5. Insulation or fibrous material that may contain asbestos; 6. Material that emits a chemical or petroleum odor.

Based on these observations, materials in question shall be stockpiled separately, inspected, and representative samples should be collected and screened in the field. Materials should be stored on plastic sheeting at the predesignated, secure location on the parcel or an adjacent parcel and covered with plastic sheeting until disposal is determined.

B. Potentially hazardous materials should be screened in the field by qualified personnel for the presence of volatile organic compounds (VOC) using a photoionization (PI) meter. It is assumed that the presence of VOCs should provide a general indicator of the presence of other potentially hazardous chemicals.

Materials to be subjected to further laboratory analysis should be selected based on the results of the field screening and observations made by the person monitoring the excavation.

C. Based on the field screening and laboratory analysis, the Contractor will be advised by the Owner as to the required method of disposal.

D. The Owner will be responsible for testing of hazardous/contaminated material.

E. Refer to General Conditions for additional requirements.

Page 256: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

EARTHWORK CITY OF WARREN 02200 / 4 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02200_earthwork_r20100701.doc 01/16/14 11:40:58 AM

PART 2 PRODUCTS

2.1 BACKFILL

A. All material necessary to complete the backfill as shown on the drawings or to replace excavated unsuitable material shall be furnished by the Contractor. Backfill at the structures, unless otherwise indicated on the Drawings, backfill replacing unsuitable material, backfill under gravel or stone and paved roads, shall all be granular material conforming to Michigan Department of Transportation (MDOT) Granular Materials Class II. If suitable material for backfilling is not available on site then suitable material shall be brought in from an off-site borrow pit by the Contractor at no additional cost to the Owner.

B. The Owner shall have the right to reject any backfill material which when used in the work, does not accomplish the required compaction.

C. All backfill material shall be free from large or frozen lumps, concrete rubble, blue clay, sod, wood, debris, and other extraneous material.

2.2 FLOWABLE FILL

A. Where called for on the Drawings certain areas of the excavation and areas of existing structures shall be backfilled with flowable fill.

B. Flowable fill shall consist of a mixture of fly ash, cement and water such as "C-Fill" as manufactured by Clawson Concrete or "M-Crete" as manufactured by Michigan Foundation or equal.

C. Cement shall be Portland Cement conforming to A.S.T.M. C 150 Type I. Air entrained cement, pozzolan, and other types of cement shall not be used. Fly ash shall conform to the requirements of A.S.T.M. C618, Class F. Water shall be potable.

D. The stabilized fly ash mixture shall contain 4 to 5% Portland cement based on the dry weight of the fly ash. Occasional batches of mixture with a cement content of 3-4% will be allowed provided immediate action is taken to restore the cement content to the specified range. Mixtures containing less than 3% shall not be used. The mixture shall have a slump of 10 to 12 inches at the point of placement. The mix temperature shall not be lower than 50°. The mixture shall have a compressive strength of 100 psi minimum at 28 days.

E. The method used to measure fly ash and cement shall be submitted for acceptance. The contractor's proposed method shall be one that compliments the type of mixing plant being used and provides assurance that the percentage of cement is being satisfactorily controlled. Cement content shall be based on the dry weight of the fly ash in the mix. The batched weight of fly ash shall be corrected for its moisture content. Water shall be measured, although its control will be a function of consistency (slump and workability) of the mix.

F. The flowable fill may be mixed by a pug mill, central concrete mixer, turbine mixer or other acceptable equipment or method. Provisions shall be made to maintain the mix temperatures and slump as stated.

Page 257: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN EARTHWORK WWTP – EAST ASH LAGOON 02200 / 5 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02200_earthwork_r20100701.doc 01/16/14 11:40:58 AM

G. The material shall be placed by end or side dumping, tremie, pump, conveyors, or other suitable method. Lines and grades shall be as shown on the design drawings. Stabilized fly ash shall be protected from freezing temperatures for the initial 24 hours after placement. Protection may consist of earth cover, straw, or a sacrificial layer of the stabilized fly ash mix.

PART 3 EXECUTION

3.1 EXCAVATIONS

A. The Contractor shall make all excavation necessary for the construction of all work called for by the drawings or specified herein.

B. Excavations shall be made to the line and grade shown on the drawings including removal of unsuitable soils from under structures or roads, or as required to meet MIOSHA regulations. Side slopes of unbraced excavations shall be such as to prevent slides which might injure the work. The Contractor shall conduct his excavation and other operations in such a manner as to ensure that the bed for footings and foundations remains free from rutting, trampling, or other undue disturbance. The beds for footings and foundations shall be true to grade and free of all loose material before any concrete is put in place. All unauthorized excavation below grade of any structure shall be backfilled with concrete to the proper grade at the Contractor's expense. The Contractor shall make all necessary fills to bring grade to finished grade shown on the drawings. Fills and cuts shall be graded to a uniform, smooth, and even grade to grades as shown on the Drawings to meet Owner's approval. Existing underground utilities that are to remain in place shall be protected and any damage caused by excavating shall be made good.

C. Control the grading in the vicinity of excavated areas so that the surface of the ground will be properly sloped to prevent water from running into the excavated areas. Such areas shall be kept reasonably dry at all times. Accumulated water in the excavated areas shall be removed by pumping.

D. Broken concrete or rubbish unsuitable for backfill shall be disposed of by the Contractor. Borrow material shall be graded in such a way that surface water will continue to drain in a manner similar to the drainage patterns present before filling occurred. Broken concrete and rubbish shall be disposed of off-site.

3.2 UNAUTHORIZED EXCAVATIONS

A. Whenever the excavation is carried beyond the lines and grades established by the drawings or as approved by the Owner, the Contractor shall, at his own expense, fill all such excavated space with an approved material and in such a manner as to meet the approval of the Owner.

B. Unauthorized excavation beneath structures shall be filled with plain concrete, or flowable fill as determined by the Owner.

Page 258: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

EARTHWORK CITY OF WARREN 02200 / 6 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02200_earthwork_r20100701.doc 01/16/14 11:40:58 AM

3.3 SUBGRADE

A. The subgrade for all structures shall be prepared so as to have as near as practicable a uniform density throughout the entire area. The subgrade shall be compacted to 95% maximum density at optimum moisture content as specified in AASHTO-180 or by Michigan Cone density, whichever is greater, by rolling or by other approved methods. After being prepared, the subgrade shall be maintained until concrete has been placed thereon.

B. If, through neglect or delay on the part of the Contractor, the earth at subgrade elevation becomes unsuitable for the support of the work to be constructed thereon, the Contractor shall excavate down to solid earth, and shall backfill to the required subgrade elevation with plain concrete, compacted sand, or other suitable material as required to meet the Owner's approval. Unstable subgrade soil under all concrete foundations shall be replaced with plain concrete.

C. All subgrades shall be approved by the Engineer before proceeding with backfilling and compaction, landscaping, or other construction work.

D. Subgrades shall be level and clean of all loose rock, dirt, and debris and free of standing water prior to placing concrete.

3.4 SLOPES, SHEETING, AND BRACING

A. All slopes shall be cut and maintained to the proper degree required for stability. Sheeting and bracing shall be placed and maintained as indicated and/or whenever required for safety to men and the work. The degree of slope for all excavations shall be fixed by the Contractor, and shall comply with all State and Federal safety requirements.

B. The Contractor shall provide, install, and maintain all shoring, sheet piling, and bracing required to maintain banks of excavations and other construction, and assume full responsibility for same. The design of all shoring systems shall be performed by an Engineer registered in the State of Michigan utilizing loading diagrams as provided in Section 1900 of the Specifications. The shoring system design computations shall be sealed by the Engineer who prepared them and forwarded to the Owner for review.

C. Sheeting, bracing and timbering shall be so placed as to allow the work to be constructed to the lines and grades shown on the drawings.

Size and placing of members shall be subject to review by the Owner but the design of members and safety of the excavation shall be the responsibility of the Contractor.

Exact areas to be sheet piled and final weight of sheet piling shall be determined by the Contractor unless otherwise indicated for permanent sheet piling. Actual quantity and location of all sheet piling required for this project shall be determined by the Contractor.

D. The Contractor shall select hammer or hammers to be used on sheet piling based on length, weight, type of pile, and depth of penetration and submit data on the hammer selected to the Owner for review. Double-acting hammers may be used on sheet piling.

Page 259: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN EARTHWORK WWTP – EAST ASH LAGOON 02200 / 7 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02200_earthwork_r20100701.doc 01/16/14 11:40:58 AM

Approximate weight of hammer shall be 2-1/2 times the weight of a sheet of piling to be driven.

E. Sheet piling shall be driven to depths and lengths required by the Contractor unless otherwise indicated for permanent sheet piling. Level measurements, utilizing previously specified bench marks, shall also be made at existing structures, in the presence of the Owner's designated representative, during all driving of sheet piling to record any change in the level of present structures or utilities caused by the Contractor's Operations.

F. Permanent sheet piling where indicated on the drawings shall be of weight, area and depth shown on the drawings and shall remain in place.

G. Temporary sheet piling may not be withdrawn from any area until concrete within the zone influenced by vibrations set up by withdrawal operations, has attained its 28 day design strength.

H. If the sheeting and bracing cannot be removed without detriment to the finished structure or existing structures, then the sheeting and bracing shall be left in place temporarily or permanently as the Owner shall approve. Sheeting and bracing left in place permanently shall be cut off at the required level so as not to interfere with subsequent construction. The cost of materials left in place less the eliminated expense of removal work shall be paid as an extra. No extra payment shall be allowed for the cost of placing the material.

I. All bracing used shall be so arranged as to place no stress on any portion of the completed work until such work shall have developed sufficient strength, as determined by the Owner. Any damage to any structures occurring through settlements, water or earth pressure, slides, cave-ins, or other causes shall be repaired by the Contractor at his own expense.

All materials used for earth bracing or support shall be structurally sound, uniform in quality, and adequate in size and strength for the use intended.

3.5 BACKFILL AND COMPACTION

A. It is the intent of these Specifications that backfill shall be so placed and consolidated that no appreciable subsequent settlement will occur.

B. Backfill shall be placed in uniform layers not exceeding 12 inches in depth when measured loose and each layer shall be thoroughly compacted by tamping, sheepsfoot-roller, mechanical vibrators, or by other effective means approved by the Owner. All backfill in all areas shall be compacted to at least 95% of maximum density, at optimum moisture content as specified in MDOT Standard Specifications for Construction Controlled Density Method. Compaction by flooding will not be permitted.

The Owner shall have the right to reject any backfill material which when used in the work, does not accomplish the required compaction.

C. The Contractor shall furnish all necessary assistance and test pits as required for the Owner to conduct compaction density tests.

Page 260: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

EARTHWORK CITY OF WARREN 02200 / 8 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02200_earthwork_r20100701.doc 01/16/14 11:40:58 AM

D. No backfill material shall be placed on areas where free water is standing or on frozen subsoil areas.

E. Clean areas and excavations to be backfilled of all trash and debris before placement of backfill. In placing backfill, take special care to prevent any wedge action, eccentric loading, damage, or overloading of any adjacent structures, piping, and equipment by equipment used in compacting backfill material.

F. Heavy equipment for spreading and compacting fill and backfill shall not be operated closer to a wall than a distance equal to the height of the fill or backfill to be placed. Power-driven hand operated equipment shall be used against walls and where space limits the use of heavy equipment.

G. All excavations around the walls and other foundations, etc., shall be backfilled to meet Owner approval after all work has been inspected and approved. Backfill shall not be placed against walls until all supporting slabs are in place and have attained their design strength or as indicated on the structural drawings.

H. If compaction tests indicate work does not meet specified requirements, remove work, replace and retest at no cost to the Owner.

I. Porous stone filters shall be furnished and installed where shown on the Drawings. Stone filters shall be encased in a drainage geotextile fabric as specified in Section 02202 of these specifications.

3.6 FINISH GRADING

A. The Contractor shall grade the entire site as indicated on the drawings to a smooth and even grade, meeting existing grades and/or the grades indicated on the drawings.

B. Excavated material suitable and approved for backfilling shall be stored on the site in areas approved by the Owner. Reusable topsoil that is displaced shall also be stored on the site in separate area from the backfill.

C. Finish grade under gravel road areas and under paved areas shall be limited to 1/2 inch in 10 feet from true profile, and shall be maintained until succeeding layer or surface course is placed.

D. Finish grading shall slope uniformly to contour lines shown on the Drawings, and to meet existing adjacent levels. The Contractor shall grade all areas within his work site and provide slopes, shoulders, berms, and level surfaces defined according to existing and established grades. The work shall also include all adjacent areas disturbed by construction and as required by new pavement installation.

E. The subgrade for all slabs and pavements shall be prepared so as to have as near as practicable a uniform density throughout the entire area. The subgrade shall be compacted to 95% maximum density at optimum moisture content, as specified under BACKFILL AND COMPACTION herein, by rolling or by other approved methods. After being prepared, the subgrade shall be maintained until concrete or pavement has been placed thereon.

Page 261: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN EARTHWORK WWTP – EAST ASH LAGOON 02200 / 9 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02200_earthwork_r20100701.doc 01/16/14 11:40:58 AM

F. If, through neglect or delay on the part of the Contractor, the earth at subgrade elevation becomes unsuitable for the support of the work to be constructed thereon, the Contractor shall excavate down to solid earth, and shall backfill to the required subgrade elevation with plain concrete, or other suitable material as required to meet the Owner's approval.

Soil found to be unstable in the subgrade shall, when required to meet the Owner's approval, be excavated to firm soil and replaced with MDOT Granular Material, Class II, as specified above thoroughly compacted. Subgrade area supporting structures shall have unstable material replaced with Owner approved concrete.

3.7 INSTALLATION OF PERIMETER DRAINS

A. Install at locations where drains are shown on Contract Drawings.

B. Install aggregate and filter cloth as shown on details on Contract Drawings.

C. Compact aggregate as specified and complete filter cloth installation prior to completion of backfill.

END OF SECTION

Page 262: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN SOIL EROSION CONTROL WWTP – EAST ASH LAGOON 02220 / 1 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02220_soil_erosion_control_r20091002.doc

SECTION 02220

SOIL EROSION CONTROL

PART 1 GENERAL

1.1 SECTION INCLUDES

A. This specification section provides certain requirements, techniques and measures to minimize erosion damage to the construction site.

1.2 GENERAL

A. In general, the Contractor shall conduct his operations in such a manner as to limit any exposed area of any disturbed land for the shortest practicable period of time and any sediment caused by soil erosion due to his operations shall be restricted and reduced to a non-polluting minimum before it leaves the site.

B. The Contractor shall comply with all requirements under the Soil Erosion and Sedimentation Control Act, 1972 Public Act 347. Where these specifications are more stringent than Act 347 then these specifications shall govern.

C. All temporary stabilization work done shall be coordinated with Section 500 – Concrete Paving and the Supplemental Specifications for site so that this work does not interfere with the final site restoration.

1.3 RELATED SECTIONS

A. Special Project Requirements

B. Section 200 - General Conditions

C. Section 500 – Concrete Paving

1.4 INLAND LAKES AND STREAMS ACT

A. All waterway crossings are subject to the provisions of the Inland Lakes and Streams Act, 1972 Public Act 346, as amended and Administrative Rules. The Contractor shall obtain the latest version of these regulations for use on this project as reference material. Special attention is directed to applicable portions of Rules 22 through 29, inclusive. The Contractor's activities shall adhere to the provisions of this act and the Contractor shall hold the Owner harmless from any violations, civil action or penalties arising from the Contractor's actions.

1.5 BASIS OF PAYMENT

A. All costs associated with the above stated requirements shall be considered incidental to the project and shall be included in the bid.

Page 263: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

SOIL EROSION CONTROL CITY OF WARREN 02220 / 2 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02220_soil_erosion_control_r20091002.doc

PART 2 PRODUCTS

2.1 MATERIALS

A. Refer to the following Table 1 for stabilization materials and seasons for use. Also, coordinate this work with final site restoration so that any soil stabilization done does not interfere with final site restoration.

TABLE I

MATERIALS FOR STABILIZATION OF CONSTRUCTION AREAS

MATERIAL AMOUNT SEASON Spring Oats, Barley or Dom. Rye Grass 25 lbs/acre April 1 to Aug. 15 or Sudan Grass 35 lbs/acre June & July or Rye 25 lbs/acre Aug. 1 to Oct. 15 or Perennial Ryegrass 25 lbs/acre Aug. 1 to Oct. 15 or Wheat 2.5 bus/acre Sep. 20 to Oct. 15 Fertilizer: 12-12-12 Commercial

600 lbs/acre Seeding Season

Mulch: Sm. Grain, Straw, Hay

2 tons/acre All Year

Spray Coating: Liquid Asphalt RC 1, 2, or 3 or MC 2 or 3

0.10 gal/s.y. All Year

Asphalt Emulsion: RC 1 or 2 MC 2

0.04 gal/s.y. Spring & Fall

Mulch: Kraft Paper

Cover Area All Year

Netting: See Mulching Section Top Soil for Permanent Seed: 3” Seeding Season Top Soil for Sod: 3” Sodding Season Sod: MDOT 8.21 Class B

1-1/2” x 10” x 18” min. May 1 to Oct. 20

Pegs: Sound Wood

8” long, 0.75 sq. in. (min.)

Page 264: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN SOIL EROSION CONTROL WWTP – EAST ASH LAGOON 02220 / 3 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02220_soil_erosion_control_r20091002.doc

PART 3 EXECUTION

3.1 EROSION PROTECTION-CROSSING DRAINS/STREAMS

A. In order to limit the length of time that the exposed area is subject to the elements and the subsequent conditions causing erosion, the contractor shall adhere to the following requirements. 1. The banks of drains will not be left unprotected for more than one day where

possible, but never more than seven days. Construction will not be allowed to continue at the expense of not providing stream bank protection. All spoils including organic and inorganic soils, vegetation and debris shall be placed above the ordinary high water mark, leveled and stabilized with sod and/or seed, fertilized and mulched, in such a manner as not to erode into any waterbody or wetland.

2. All disturbed drain banks will be finished with a slope not steeper than 2:1 (2 horizontal to 1 vertical) and in accordance with grading plans. Fill shall consist of inert materials which will not cause siltation nor contain soluble chemicals or organic matter which is biodegradable. All fill shall be contained in such a manner as not to erode into any watercourse. All raw banks shall be stabilized with sod, seed, fertilizer and mulch or riprapped as necessary to prevent erosion.

3. All raw soil will be either sodded or seeded, fertilized and mulched. On slopes greater than 10 percent, sod will be pegged for stability.

4. Deflection dikes consisting of gravel or other suitable material, reinforced by one row of sandbags, will be used to divert runoff from steep slopes adjacent to water courses, where contributing runoff could be great enough to cause slope erosion and resulting sedimentation at the ditch. Diversion berms, filter berms, diversion ditches or terracing may be appropriate.

5. Excavation shall stop some distance from ditches to leave a protective plug of 10 to 20 feet of unexcavated material at each bank. These plugs shall be left in place.

B. Any unforeseen situations that may be encountered during the course of construction, that may cause accelerated erosion and deposition of sediment into waterways and/or lakes, will be controlled by methods that may include sediment traps, sediment basins, or holding ponds. Any slope failures or development of gullies after construction has been completed will be corrected immediately.

3.2 EROSION PROTECTION-OPEN CUT CONSTRUCTION

A. In order to limit the length of time that the exposed area is subject to the elements and subsequent conditions causing erosion, the Contractor shall adhere to the following requirements. 1. Burlap Silt Traps (or equivalent) shall be placed between the frame and cover of all

manholes, catch basins, and gate wells in the construction area. The burlap shall be periodically replaced if silt buildup causes the trap to function improperly.

2. Underground piping and conduit construction, including installation of pipe, backfilling, surface restoration and removal of excess excavation shall be accomplished in one continuous operation. Backfilling, removal of excess excavated material and final or temporary stabilization (according to seasonal limitation) shall follow pipe laying and conduit construction by no more than 100 feet.

Page 265: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

SOIL EROSION CONTROL CITY OF WARREN 02220 / 4 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02220_soil_erosion_control_r20091002.doc

3. Excess excavated materials shall be removed from the job site. Excess excavated material shall be disposed of in accordance with Section 500 Concrete Paving. A soil erosion plan must be prepared by the Contractor for each fill area and it shall be approved by a proper authorized agency and implemented before starting filling operations.

3.3 APPLICATION OF PERMANENT STABILIZATION

A. Permanent stabilization shall be applied to all areas disturbed by the Contractor during completion of the work required by the Contract.

B. The stabilization shall be accomplished within 7 days of completion of the final earth change provided that change is made within the stated season for such stabilization.

C. If the final earth change is accomplished at a time outside of the stated seeding or sodding season, temporary stabilization shall be applied within 7 days of completion of the final earth change and shall be replaced with permanent stabilization as soon after the following April 20 as the ground is workable.

3.4 APPLICATION OF TEMPORARY STABILIZATION

A. Temporary stabilization shall be applied to areas where initial work has caused disturbance and the final earth change will not be completed immediately and to areas where the final earth change is completed between October 1 and April 20.

B. Temporary stabilization shall be applied to areas where the final earth change has been completed, including final grading and top soil placement, between the dates of October 1 and April 20. The disturbed areas shall have mulch placed and anchored as described in the following paragraphs. After April 20, areas to be seeded shall be seeded through the mulch. Mulch shall be added and anchored as necessary to replace that lost prior to April 20. Where sod is to be placed, the mulch will be removed or worked into the soil. If worked into the soil, the fertilizer application rate shall be increased by 25%.

C. Areas disturbed by construction activities but on which the final earth change has not been made shall be graded to provide positive drainage and shall be stabilized to prevent erosion.

D. Areas which receive an initial earth change during the period October 15 to April 1 and will not receive further work for any length of time within that season shall have mulch placed and anchored. If work is not anticipated in such areas prior to the following July 1, the area shall be seeded with temporary seeding on or shortly after April 1.

E. Areas which receive an initial earth change between April 1 and October 15 and on which no further work is anticipated within 3 months shall receive temporary seeding and mulch.

F. Areas which receive an initial earth change and on which further work is to be done within 3 months shall be graded to provide positive drainage and shall have mulch placed and anchored.

Page 266: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN SOIL EROSION CONTROL WWTP – EAST ASH LAGOON 02220 / 5 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02220_soil_erosion_control_r20091002.doc

3.5 SEEDING FOR TEMPORARY AND PERMANENT STABILIZATION

A. Site Preparation 1. The seedbed immediately before seeding shall be firm but not so compact as to

prohibit the seed from securing adequate germination or root penetration. Topsoil shall be replaced after grading operations for permanent stabilization. No topsoil is required for temporary stabilization. Tillage implements shall be used as necessary to provide at least a 3 inch depth of firm but friable soil, free of large clods and stones and other debris. All seeding shall be protected by mulching. See Supplemental Specifications for details of permanent stabilization which include spreading topsoil, seeding, fertilizing, mulching, establishment and guarantee. Mulching work shall also be included in temporary stabilization.

B. Seeding Dates 1. Seed shall be applied from April 20 to October 1 for permanent stabilization and from

April 1 to October 15 for temporary stabilization and the seeded areas shall be kept moist for fourteen (14) days to insure growth. If the site is readied for seeding during non-seeding months, it shall be protected by mulching. The site can be seeded later through the mulch. Seeding shall not be done on frozen soil or if the soil is snow covered.

C. Seedings 1. Seed in a moist firm seedbed. Place seed from 1/4 to not over 1/2 inch in depth. See

Table No. 1 for seeding mixture.

D. Irrigation 1. The Contractor shall apply water to the new seedings daily in order to insure that the

seed bed is moist enough to allow germination and growth of the seeds.

3.6 SOD FOR PERMANENT STABILIZATION

A. Site Preparation 1. Fill areas must be compacted enough to resist uneven settling. Cut areas must be

loosened if needed to permit grass root penetration. The entire surface to be sodded shall be free from large clods, stones, or other debris. Immediately before placing sod the soil surface shall be loosened to a depth of one inch and thoroughly dampened if not already moist.

2. See Supplemental Specifications Section for sodding details which include type of sod, fertilizing, sod laying, establishment and guarantee.

B. Sodding Dates 1. Sod shall be applied from May 1 until October 20 and properly irrigated. Frozen sod

shall not be placed nor shall any sod be placed on frozen soil. During periods when sod cannot be laid, temporary stabilization methods shall be applied.

C. Irrigation 1. The Contractor shall apply water to the new sod daily in order to insure that the sod is

moist enough to allow growth.

END OF SECTION

Page 267: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN ALKALI-SILICA REACTIVITY (ASR) IN CONCRETE WWTP – EAST ASH LAGOON 02521 / 1 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02521_asr_temp_r20091005.doc

SECTION 02521

ALKALI-SILICA REACTIVITY (ASR) IN CONCRETE

PART 1 GENERAL

1.1 DESCRIPTION

A. The Contractor shall provide portland cement concrete mixtures for the project that are resistant to excessive expansion caused by alkali-silica reactivity (ASR).

B. The evaluation as to the resistance of submitted concrete mixtures to excessive expansion caused by ASR shall be by the Owner as described herein.

1.2 RELATED SECTIONS

A. This Special Provision is supplemental to all other sections within the specifications of the Contract related to the construction of concrete items for the project.

1.3 SUBMITTALS

A. One week after the Owner awards this project the Contractor shall submit to the Owner all proposed concrete mix designs. These shall include the following: 1. Sources for all fine and coarse aggregates proposed to be used identified by their

MDOT A.S.I # as listed in the Qualified Products List from the current MDOT Materials Source Guide if applicable or by an identifiable name if not applicable.

2. Sources and recent mill test reports for all cementitious materials and supplementary cementitious materials proposed to be used.

B. The Contractor also may submit for consideration the following: 1. ASTM C 1260 (Potential Alkali Reactivity of Aggregates (Mortar-Bar Method)) test

results for the fine and /or coarse aggregates indicated on the proposed concrete mix designs.

2. ASTM C 1567 (Determining the Potential Alkali Reactivity of Combinations of Cementitious Materials and Aggregate (Accelerated Mortar-Bar Method)) test results for the specific proportionate combinations of cementitious, supplementary cementitious, fine, and coarse aggregate materials indicated on the proposed concrete mix designs.

3. ASTM C 1293 (Determination of Length Change of Concrete Due to Alkali-Silica Reaction) test results for the fine and /or coarse aggregates indicated on the proposed concrete mix designs.

1.4 REFERENCES

A. Portland Cement ASTM C 150

B. Fine Aggregate ASTM C 33

Page 268: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

ALKALI-SILICA REACTIVITY (ASR) IN CONCRETE CITY OF WARREN 02521 / 2 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

C. Coarse Aggregate ASTM C 33

D. Ground Granulated Blast Furnace Slag, Grade 100, 120 ASTM C 989

1.5 QUALITY ASSURANCE

A. The Engineer shall review the submitted information and testing data submitted with the proposed concrete mixtures and any information and/or any test results with respect to ASR the Engineer has on record for the proposed aggregates and/or proportionate combinations of cementitious materials and aggregates. 1. The criteria for approval of a proposed concrete mixture for resistance to excessive

expansion caused by ASR shall be as follows: a. If a proposed concrete mixture contains cement with an alkali level of less

than 0.60% expressed as equivalent sodium oxide (percent Na2O + 0.658 x percent K2O) the mixture shall be considered to be resistant to the potential for excessive expansion caused by ASR. 1) The determination of the alkali level of the proposed cement shall be

made from the mill test reports submitted per Section 1.03. b. If a proposed concrete mixture contains both fine and coarse aggregates for

which there is testing per ASTM C 1260 that shows that both the fine and course aggregates produce expansions of less than 0.10%, the fine or coarse aggregate used to construct the mortar bar shall be considered to be “innocuous” (per Appendix X1 of ASTM C-33). Concrete mixtures that include both fine and coarse aggregates considered to be innocuous shall be considered to be resistant to excessive expansion caused by ASR.

c. If a proposed concrete mixture for which there is previous testing per ASTM C 1567, shows the proposed combination of cementitious materials and aggregates produce expansions of less than 0.10% the mixture shall be considered to be resistant to excessive expansion caused by ASR.

d. If a proposed concrete mixture for which there is previous testing per ASTM C 1293 shows that both the fine and course aggregates meets the criteria of Appendix XI of ASTM C 1293 with respect to the non-reactivity of the aggregate, the mixtures shall be considered to be resistant to excessive expansion caused by ASR.

e. If, based on the Engineer’s evaluation, additional testing of the fine and / or coarse aggregates is needed to make the evaluations as discussed herein; the Owner shall perform such testing. 1) The Owner shall have access to all materials, including aggregate

pits, in order to obtain samples for such additional testing. 2) The Owner shall perform the following test using the fine and/or

coarse aggregates proposed for each concrete mixture: ASTM C 1260 – Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar – Bar Method).

3) All samples submitted for testing per ASTM C 1260 shall first be tested to establish conformance to the required material specification for gradation.

4) All samples submitted shall meet the required material specification for gradation prior to being submitted for testing per ASTM C1260.

Page 269: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN ALKALI-SILICA REACTIVITY (ASR) IN CONCRETE WWTP – EAST ASH LAGOON 02521 / 3 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\02521_asr_temp_r20091005.doc

2. If, based on the Engineer’s evaluation, the submitted concrete mixture does not meet any one of the criteria of 1.05A.1. the mixture shall be rejected or be mitigated by Methods 1. or 2. as follows: a. Method 1. Use of a cement with an alkali level of less than 0.60% expressed

as equivalent sodium oxide (percent Na2O + 0.658 x percent K2O). 1) The determination of the alkali level of the proposed cement shall be

made from the mill test reports submitted per Section 1.03. b. Method 2. Substitution of a portion of the cement with Ground Granulated

Blast Furnace Slag (GGBFS) Grade 100 or 120 (ASTM C 689). 1) For Method 2, the maximum substitution of cement with the GGBFS

permitted shall be 35% by weight of total cementitious material (cement plus GGBFS).

2) For Method 2, the effectiveness of the proposed cement–GGBFS combination to resist the potential for excessive expansion caused by ASR for each aggregate that is considered to be potentially reactive shall be demonstrated.

3) The effectiveness of the proposed cement–GGBFS combination shall be based on test mortar bars per ASTM C 1260 using each fine or coarse aggregate that has been considered to be potentially reactive and the proposed cement-GGBFS combination for the concrete mixture.

4) The criteria for evaluating the mitigation of a proposed concrete mixture with respect to ASR by Method 2. shall be as follows: a) If a mortar bar constructed of an aggregate that is considered

to be potentially reactive and the proposed cement-GGBFS combination produces an expansion of less than 0.10%, the aggregate and proposed cement-GGBFS combination shall be considered to be resistant to excessive expansion caused by ASR.

b) Concrete mixtures that include both fine and coarse aggregates considered to be resistant to excessive expansion caused by ASR by mitigation Method 2. as described herein shall be considered to have been adequately mitigated with respect to and resistant to excessive expansion caused by ASR.

c) If a mortar bar constructed of an aggregate that is considered to be potentially reactive and the proposed cement-GGBFS combination produces an expansion of 0.10% or greater, concrete mixtures containing these materials shall not be considered resistant to the potential for excessive expansion caused by ASR and the concrete mixture shall be rejected.

c. The contractor shall be responsible for all costs associated with the mitigation of a concrete mixture for ASR and any delay costs incurred from the Owner if, due to the mitigation method selected by the Contractor, it takes the Contractor beyond their completion dates.

B. If the Contractor intends to change suppliers or if the supplier intends to change concrete mixtures after the evaluation and/or Mortar-Bar tests are performed, the Contractor shall

Page 270: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

ALKALI-SILICA REACTIVITY (ASR) IN CONCRETE CITY OF WARREN 02521 / 4 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

inform the Owner immediately, but not less than forty-five (45) days prior to concrete batching. 1. Upon notification, all concrete work will be postponed, without any additional costs

or extension of time allowed by the Owner, until evaluation of the new mixtures and testing of the new materials, if needed, have been completed.

C. The Owner will be testing the concrete that is delivered to the project site so as to insure that the approved mix design is being followed. 1. To assist the Owner in establishing that the approved mix design is being followed,

the supplier shall include on the delivery ticket for each batch of concrete delivered to the job, the identification and proportions of each material batched.

PART 2 PRODUCTS

NOT USED

PART 3 EXECUTION

NOT USED

END OF SECTION

Page 271: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN VALVES AND ACTUATORS WWTP - EAST ASH LAGOON 15100 / 1 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\15100_valves_c.docx 01/16/14 11:41:34 AM

SECTION 15100

VALVES AND ACTUATORS

PART 1 GENERAL

1.1 SUMMARY OF WORK

A. Furnish all labor, materials, tools, equipment, and supervision required to complete all valve installations as indicated on the drawings and specified herein, and all other work incidental thereto, except as otherwise noted.

B. Supply valves per the valve schedule contained herein, or as shown on the Drawings.

1.2 ITEMS SPECIFIED ELSEWHERE

A. Section 01300 – Submittals including Shop Drawings

B. Section 01730 –Operation and Maintenance Manuals.

1.3 SYSTEM DESCRIPTION

A. Valves and operators shall be of the type and size indicated on the Valve Schedule shown on the Drawings or included herein.

1.4 SUBMITTALS

A. Shop drawings

B. O&M Manuals

C. Actuator Warranties

D. Wiring Diagrams

1.5 WARRANTY

A. The warranty period for all items covered by this Section of the Specifications, except electric actuators, shall be one year from the date of equipment acceptance as specified in the General Conditions. Electric actuators shall be warranted against defects in workmanship and material as specified hereinafter.

1.6 STORAGE OF MATERIAL

A. All material shall be stored prior to installation in accordance with Division 1, and the manufacturer’s instructions. Valve actuators shall be stored in a manner to prevent damage due to moisture or water intrusion.

Page 272: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

VALVES & ACTUATORS CITY OF WARREN 15100 / 2 WWTP – EAST ASH LAGOON RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\15100_valves_c.docx 01/16/14 11:41:34 AM

B. Conduits connected to valve actuators shall be temporarily sealed during construction to prevent water entrance through open conduit systems.

PART 2 PRODUCTS

2.1 PLUG VALVES

A. Type P-1F 1. Full port plug valves 4" dia. and larger shall be flanged or mechanical joint for buried

service, plug valves smaller than 4" in dia. shall have screwed joints. All plug valves shall be eccentric type, non-lubricated valves with resilient faced plugs. Flanged valves shall be faced and drilled to the ANSI 125/150 lb. standard.

2. Valve bodies and plugs shall be semi-steel, cast or ductile iron. All exposed nuts, bolts, springs, washers, etc., shall be zinc plated. Resilient plug facings shall be Buna-N or other elastomer as required by the application.

3. Valve pressure rating shall be 150 psi and shall be established by hydrostatic tests as specified by the current edition of ANSI Standard B16-1. Valves shall provide drip-tight shutoff up to the full pressure rating. Valves shall be capable of providing drip-tight shutoff up to the full rating with pressure in either direction. The valve packing shall be adjustable and replaceable, consisting of multiple vee-rings and shall be visible, allowing service without removing the actuator. The valve seat shall be welded nickel with a nominal thickness of 1/8”. The valve shall incorporate upper and lower stainless steel bushings with grit excluders.

4. Valves shall be DeZurik, .

2.2 OPERATORS

A. Wrenchnut Operators 1. Wrenchnut operators shall be provided. 2. Wrenchnut operators shall be designed for the operation of the valve by one man with

a pull of not more than 30 lbs. 3. A Tee-handle wrench shall be provided for operation of the valves.

B. Valve Operator Accessories 1. General

a. Where indicated in the valve schedule and/or on the Drawings, extension stems with bronze bushed stem guides spaced as required, floorstands, valve boxes, gearing, handwheel, chainwheels and chains, lever, etc., shall be provided. Valve operator accessories shall be as follows: - Extension Stems - Type 304 S.S. - Couplings - Bronze or Stainless Steel - Chains - Galvanized Steel - Valve Boxes - C.I. with 8" clear opening and removable cover - Operating Nuts - 2" square cast iron

Page 273: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

CITY OF WARREN VALVES AND ACTUATORS WWTP - EAST ASH LAGOON 15100 / 3 RECONSTRUCTION PROJECT

Hubbell, Roth & Clark, Inc. Job 20130127

y:\201301\20130127\04_design\project_docs\specs\re_bid\15100_valves_c.docx 01/16/14 11:41:34 AM

PART 3 EXECUTION

3.1 INSTALLATION

A. Piping and valve installation shall be as specified in Sections 15000 and 15030 and as specified in other applicable sections of these specifications.

3.2 TESTS

A. All motor, pneumatic, hydraulic and solenoid operated valves shall be field tested. Field testing shall include local and remote operation and all alarm functions (if applicable).

B. All automatically operating valves shall be adjusted to the set points specified or those identified by the Engineer. Testing shall then be conducted to verify operation including any alarm functions.

3.3 MANUFACTURER’S FIELD SERVICE

A. A factory representative employed by the manufacturer shall visit the site prior to equipment start-up to certify proper installation of the equipment, set open/close contacts and torque overloads, perform leakage tests, perform operator 40 lb effort test and to instruct the Owner's operating personnel in the maintenance and operation of these units. The scheduling of this service shall be coordinated with the Owner and the cost of this service shall be included in the Contractor's bid price for the equipment.

B. Operation and maintenance training shall be provided for each type of actuator, unless otherwise specified.

END OF SECTION

Page 274: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

Hubbell, Roth & Clark, Inc. Job 20130127

SOIL CONDITIONS AND BORING LOGS

PART 1 GENERAL

1.1 SOIL CONDITIONS

A. The Contractor is specifically referred to in the following items in the Contract Documents regarding soils information: 1. Instructions to Bidders 2. Special Project Requirements 3. General Conditions

B. Information available related to soil conditions in the area of the proposed work is attached to this Section, which includes the following: 1. Location map and soils profile from hand auger investigation performed by HRC on

May 22, 2013.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Page 275: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001
Page 276: City of Warren Waste Water Treatment Plantlegacy.mitn.info/xfer/PublicSolicitation_Docs/SDIR~132899... · SPECIFICATIONS FOR WWTP – EAST ASH LAGOON RECONSTRUCTION CONTRACT WWTP-14-001

0

19"

Hand Auger No. 1 Ash Lagoon Berm 146' Northwest of Southeast Edge of Pond 11' Southwest of Southwest Edge of Pond Drilled - 5-22-13 Ground Water : Dry

Terminated at 39"

Very Coarse Gravel with

Red Ash

39"

Firm Gray Silty Clay

0

18"

Hand Auger No. 2 Ash Lagoon Berm 8' Southeast of Southeast Edge of Pond 17' Northeast of Southwest Edge of Pond Drilled - 5-22-13 Ground Water : Dry

Terminated at 32"

32"

Firm Black / Gray Silty

Clay

0

17"

Hand Auger No. 3 Ash Lagoon Berm 130' Northwest of Southeast Edge of Pond 4' Northeast of Northeast Edge of Pond Drilled - 5-22-13 Ground Water : Dry

Terminated at 39" 39"

Firm Gray Silty Clay

0

18"

Hand Auger No. 4 North Entry Drive Drilled - 5-22-13 Ground Water : Dry

Obstuction- Large Stone over 8"

Diameter at 18"

Very Coarse Gravel

Terminated at 18"

Very Coarse Gravel with

Red Ash

Gradation 100 %

Pass 1 ½"

53% Pass 1"

7%

Pass No. 4

13.6% Moisture

13.2% Moisture 9.9%

Moisture

Very Coarse Gravel with

Red Ash