Sanitary Manhole Replacement Project

expired opportunity(Expired)
From: Greenville(City)

Basic Details

started - 27 Mar, 2023 (13 months ago)

Start Date

27 Mar, 2023 (13 months ago)
due - 11 Apr, 2024 (17 days ago)

Due Date

11 Apr, 2024 (17 days ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Greenville

Customer / Agency

City of Greenville
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 PROJECT MANUAL FOR GREENVILLE SANITARY MANHOLE REPLACEMENT PROJECT 411 S. LAFAYETTE STREET GREENVILLE, MI 48838 CITY OF GREENVILLE MONTCALM COUNTY, MICHIGAN March 22, 2023 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE, MICHIGAN 48838 (616) 754-5645 2 ADVERTISEMENT FOR BIDS GREENVILLE SANITARY MANHOLE REPLACEMENT PROJECTS The City of Greenville will receive sealed bids for the installation of 8 sanitary manhole structures in parking lots. The work will require maintaining existing sewer flow; removing old structures; installing new structures in the same location; reconnecting pipes; trucking, placing and compacting sand backfill; installing castings to grade; and trucking, placing and compacting gravel to the surface. Bids will be received at the office of the City Clerk, 411 S. Lafayette, Greenville, Michigan until Tuesday, April 11, 2023 at 2:00 p.m. All bids will be opened and publicly read at that time in the City Hall Conference Room. This
Advertisement and Instruction for Bidders have been posted in the following locations: Greenville City Hall, 411 S. Lafayette, Greenville, Michigan 48838 City of Greenville Website Bid Posting at: http://greenvillemi.org/bids-rfps/ Builders Exchange website at: https://home.grbx.com/ Construction Association of Michigan website at: https://buildwithcam.com/ Construct Connect website at: https://www.constructconnect.com/ The Contract Documents may be examined at the following location: Greenville City Hall, 411 S. Lafayette, Greenville, Michigan 48838 Copies of the Contract Documents may be obtained on request from dhinken@greenvillemi.org at no cost to the Bidder. NORICE T. RASMUSSEN Clerk – Financial Director http://greenvillemi.org/bids-rfps/ mailto:dhinken@greenvillemi.org 3 GREENVILLE SANITARY MANHOLE REPLACEMENT PROJECTS CITY OF GREENVILLE MONTCALM COUNTY, MICHIGAN PROJECT MANUAL INDEX ADVERTISEMENT FOR BIDS 2 PROJECT MANUAL INDEX 3 INSTRUCTIONS TO BIDDERS 4 - 8  Scope of Work  Project Bid Documents  Questions from Bidders  Bidders Investigation  Bidder Experience and Qualification  Bids  Alternate Items  Electronic or Alternate Forms of Bidding Not Allowed  Bid Envelope Labelling  Bid Bond – Not Required  Bidder References  Bid Review Process  Rights Reserved by the City  Bid Rejection Appeal  Contractor Execution of Contract  Performance Bond  Insurance  Notice to Proceed  Contract Time BID FORM 9 - 12 REFERENCES 13 - 14 AGREEMENT (FORMAT ONLY) 15 - 17 ATTACHMENT A – GENERAL CONDITIONS 18 - 21 SANITARY SEWER MANHOLE SPECIFICATION 22 4 INSTRUCTIONS TO BIDDERS SCOPE OF WORK: There are 8 sanitary sewer manholes that are in a condition that warrant their replacement prior to an upcoming paving project. The City will secure all materials including precast concrete manholes, adjusting rings, castings, PVC pipe for reconnection, Fernco fittings, sand and gravel. The City will also make two Type III barricades available for the work. The Contractors responsibility is defined as: 1. Call Miss Dig. 2. Site Safety. 3. Picking up barricades from 218 E. Fairplains, transporting to the site and setting them up to protect the work. 4. Remove existing castings and deliver to 218 E. Fairplains. 5. Remove and discard the old structures, existing pavement and excavated material. 6. Maintain sewer flow, which is coming from the nearby businesses but needs to be maintained during the work without backing up. It can be pumped or connected with flexible pipe to temporarily bypass the work. No bypass shall be left overnight. 7. Prepare the bedding, install and level the new manhole. 8. Connect the manhole to existing pipes with new PVC pipe and Fernco fittings. 9. Load and haul sand backfill from 218 E. Fairplains then place and compact around each manhole to 95% of maximum unit weight by modified proctor. 10. Set adjusting rings in mortar bed. 11. Set casting to grade. 12. Seal the casting and adjusting rings on the outside with mortar. 13. Load and haul gravel from 218 E. Fairplains then place and compact to 98% of maximum unit weight by modified proctor. 14. Site cleanup. Restoration will be done by others. The manholes on the west side of Lafayette Street (No. 455, 483 and 493) are highest priority to complete first. QUESTIONS FROM BIDDERS: All questions from BIDDERS, regarding any part of the Plans or Project Manual, shall be directed in writing to: Doug Hinken, City Engineer City of Greenville 411 S. Lafayette Street Greenville, MI 48838 Or by email at: dhinken@greenvillemi.org The City Engineer will provide written answers to questions through addenda and/ or posted on the City of Greenville Webpage at www.greenvillemi.org. mailto:dhinken@greenvillemi.org http://www.greenvillemi.org/ 5 Instructions to Bidders GREENVILLE SANITARY MANHOLE REPLACEMENT PROJECT Bid Date: July 28, 2020, 2:00 p.m. Page 2 of 4 BIDDER'S INVESTIGATION: Prior to submission of the BID, all BIDDERS shall make, and shall be deemed to have made a careful examination of the site or sites, the Scope of Work, and the Project Manual included herewith. Each BIDDER is responsible for inspecting the site and for reading the CONTRACT DOCUMENTS to become thoroughly familiar with the Scope of the Work. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to his BID. BIDDER EXPERIENCE AND QUALIFICATIONS It is the intention of the OWNER to award these Contracts to the lowest responsive and responsible BIDDER, and reserves the right to reject any and all bids, or postpone the bid due date, for sound, documentable business reasons. A responsive and responsible BIDDER is one who has indicated their intention to BID; has completely filled in the appropriate forms and other documents required; and has otherwise demonstrated a good-faith effort to submit a complete bid. The OWNER reserves the right to waive any minor irregularities or informalities in the BIDS. No BIDDER shall withdraw his BID for a period of ninety (90) days after the date of the BID opening. BIDS: All BIDS must be submitted on the BID FORM included in these BID DOCUMENTS and received in the Office of the City Clerk at City Hall, 411 S. Lafayette Street, Greenville, Michigan 48838, on or before Tuesday, April 11, 2023 at 2 p.m. A BID will be considered complete as follows: The fully completed, signed BID FORM; proof of authority to sign on behalf of the BIDDER, which could include a certified copy of resolutions or power of attorney, or other attestations; and a list of references for similar work. ELECTRONIC OR ALTERNATE FORMS OF BIDDING NOT ALLOWED: The Greenville City Charter does not allow electronic, faxed or alternate forms of bidding at this time. BID ENVELOPE LABELING: Please mark "SANITARY MANHOLES” on the outside of the envelope, along with the BIDDERS name and address, and submit to the City Clerk's Office prior to the BID opening. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope. BID BOND: No Bid Bond will be required for this Project. 6 Instructions to Bidders GREENVILLE SANITARY MANHOLE REPLACEMENT PROJECT Bid Date: July 28, 2020, 2:00 p.m. Page 3 of 4 BIDDER REFERENCES: The BIDDER shall submit, with the BID, a listing of a minimum of three references for successfully completed, similar Work. Each reference shall include the following: 1. Brief description of the Work, including similar BID items. 2. Project Owner 3. Owner Contact 4. Owner Address 5. Owner Telephone 6. Owner Email Address BID REVIEW PROCESS: When the BIDS are publically opened, the TOTAL amount will be read aloud and recorded. The BIDS and required submittals will be reviewed, tabulated and checked by the City of Greenville. The lowest, responsive and responsible BIDDER(S) will be determined from the BID PRICE and a demonstration of competence for the Work through supplied references. When a suitable APPARENT LOW BIDDER(S) has been determined, the City of Greenville will make a recommendation of Award to the Greenville City Council, based on the most advantageous cost basis to the City. A Notice of Award will be issued to the BIDDER(S) following review and approval of the Greenville City Council. RIGHTS RESERVED BY THE CITY: The CITY OF GREENVILLE reserves the right to accept to reject any or all BIDS for sound, documentable business reasons. The competency and responsibility of BIDDERS will be considered in awarding CONTRACTS. The CITY OF GREENVILLE does not obligate itself to accept the lowest or any other bid. The CITY OF GREENVILLE reserves the right to waive any informality or minor defects in any or all bids. The CITY OF GREENVILLE reserves the right to increase or decrease quantities of BID ITEMS without additional compensation. BID REJECTION APPEAL: If an APPARENT LOW BIDDER is rejected for recommendation to Award the Project , the City will give a written notice stating the reason(s) for the rejection. The Bidder has the right of appeal and shall submit a written statement of appeal within 5 days of the date on the written notice of rejection. The statement shall clearly state the dispute and offer evidence to support their claim that the reasons for rejection are not valid. The appeal will be presented to the Greenville Downtown Development Authority at the meeting where the Bids are to be approved for their final decision. 7 Instructions to Bidders GREENVILLE SANITARY MANHOLE REPLACEMENT PROJECT Bid Date: July 28, 2020, 2:00 p.m. Page 4 of 4 CONTRACTOR EXECUTION OF CONTRACT: Upon issuance of the NOTICE OF AWARD, the BIDDER shall be referred to as the CONTRACTOR and shall execute the CONTRACT within 14 days and submit 2 copies of said duly sealed CONTRACT document with original signatures; INSURANCE certificate and Required BONDS. Failure to execute the CONTRACT in a timely manner shall be cause for the OWNER to commence acceptance with the next APPARENT LOW BIDDER. PERFORMANCE BOND: The successful bidder will be required to furnish a PERFORMANCE BOND in the amount of the CONTRACT prior to 14 days before beginning the Project. The Bond shall remain in effect until the final acceptance of the project. BOND shall be supplied through a company that is licensed to do business in the State of Michigan on a form that is consistent with the industry standard of practice. INSURANCE: All policies required shall be written by a company licensed to do business in the State of Michigan. The amount of INSURANCE coverage shall be as follows: All Contractors / Subcontractors must carry Workers Compensation Insurance as required by law. Bodily Injury / Property Damage: $1,000,000 Each Occurrence; $2,000,000 Aggregate. The CITY OF GREENVILLE shall be named as an additional insured on all liability policies. The CONTRACTOR shall notify the CITY OF GREENVILLE immediately of any damages on the Project Site, whether or not the CONTRACTOR is liable. The CITY OF GREENVILLE shall receive an INSURANCE certificate prior to 14 days before beginning the Project. NOTICE TO PROCEED: The CITY OF GREENVILLE expects to issue a NOTICE TO PROCEED upon receipt of the fully executed CONTRACT and required BONDS and INSURANCE certificates. The CONTRACTOR shall begin Work within 10 days of the NOTICE TO PROCEED or as agreed upon with the City Engineer. CONTRACT TIME: It is anticipated that the Greenville City Council will consider approving BIDS at their April 11, 2023 meeting. It is intended that all work shall continuously progress toward completion once begun except as hindered by weather conditions. It is important to complete installation of the Manholes 455, 483 and 493 prior to May 15, 2023 so the work does not interfere with scheduled repaving. The BIDDER shall propose their schedule on the BID FORM with a beginning date of no earlier than May 1, 2023. 8 9 BID FORM Proposal of _______________________________________________(hereinafter called “BIDDER”), organized and existing under the laws of the State of _____________________ doing business as a _____________________________________________________ (enter one of the following: corporation, limited liability corporation, partnership, or individual). To the City of Greenville (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all WORK for the construction of the GREENVILLE SANITARY MANHOLE REPLACEMENT PROJECT, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, and in the case of a joint BID each party thereto certifies as to his own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to execute the CONTRACT(S) within 14 days of the date of the NOTICE OF AWARD and commence WORK under this CONTRACT on or before 10 days following the NOTICE TO PROCEED and complete Manhole No. 455, 483 and 493 before May 15, 2023 and work continuously until the Project is completed. BIDDER acknowledges receipt of the following ADDENDA: The following addenda have been received, are hereby acknowledged, and their execution is included in the above proposal amount: Addendum No.____ _______ Dated ________ Addendum No.___________ Dated ________ Addendum No.___________ Dated ________ Addendum No.___________ Dated ________ CERTIFICATION 10  The BIDDER certifies that he/she has examined all sections of the CONTRACT DOCUMENTS and the location of the Work described herein and is fully informed as to the nature of the Work and the conditions relating thereto.  The BIDDER acknowledges that they have the capacity and means to complete the first three manholes in the required time constraints.  The BIDDER acknowledges that the BIDS include costs for compliance with State requirements.  The BIDDER shall base bids on the work specified or shown on the drawings.  All Work described in the CONTRACT DOCUMENTS and required for completion of the Project shall be considered to be incidental unless designated as a pay item on the BID FORM. Pay items shall not be used for any components installed for the convenience/or advantage of the CONTRACTOR regardless of the fact that the type of component is described on the BID FORM.  The undersigned certifies that he or she is duly authorized to sign on behalf of the BIDDER and is including proof of such authority as part of the BID. SANITARY MANHOLE REPLACMENT Item Unit Total Qty Unit Price Total Price Structure 455, 8.3 ft deep LSUM 1 Structure 483, 9.6 ft deep LSUM 1 Structure 493, 10.9 ft deep LSUM 1 Structure 488, 8.2 ft deep LSUM 1 Structure 1625, 7.2 ft deep LSUM 1 Structure 448, 6 ft deep LSUM 1 Structure 1735, 6 ft deep LSUM 1 Structure 101, 6 ft deep (no removal required) LSUM 1 TOTAL PRICE W e s t E a s t Written Price 11 Respectfully submitted. Signature: _________________________________ Witness:______________________________ Name (Printed): _____________________________ Seal: _________________________________ (If corporation, affix seal) Title:_____________________________________ Address: ___________________________________ Phone No: ______________________________ __________________________________________ Email Address: ___________________________ PROPOSED START DATE: _______________ PROPOSED COMPLETION DATE: ________________ 12 13 BIDDER REFERENCES BRIEF DESCRIPTION OF REFERENCE PROJECT 1: ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ Project Owner _________________________________ Owner Contact _________________________________ Owner Address _________________________________ Owner Telephone _________________________________ Owner Email Address _________________________________ BRIEF DESCRIPTION OF REFERENCE PROJECT 2: ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ Project Owner _________________________________ Owner Contact _________________________________ Owner Address _________________________________ Owner Telephone _________________________________ Owner Email Address _________________________________ 14 BRIEF DESCRIPTION OF REFERENCE PROJECT 3: ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ Project Owner _________________________________ Owner Contact _________________________________ Owner Address _________________________________ Owner Telephone _________________________________ Owner Email Address _________________________________ 15 AGREEMENT (DRAFT FOR REVIEW, TO BE COMPLETED AFTER NOTICE OF AWARD) THIS AGREEMENT, made this ___ day of _____, 2023 by and between the City of Greenville, hereinafter called “OWNER” and ________________________ doing business as a ___________________ and located at ____________________ hereinafter called “CONTRACTOR”. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. The CONTRACTOR will commence and complete the construction of GREENVILLE SANITARY MANHOLE PROJECT 2. The OWNER will purchase and secure all materials at no cost to the CONTRACTOR. 3. The CONTRACTOR will furnish all tools, equipment, labor and other services necessary for the construction and completion of the PROJECT described herein. 4. The CONTRACTOR will commence the work required by the CONTRACT DOCUMENTS within 10 calendar days after the date of the NOTICE TO PROCEED, weather permitting and will have the Project complete the same by the date specified on the Bid unless the period for completion is extended otherwise by the CONTRACT DOCUMENTS. 5. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein for the sum of $________ or as shown in the BID schedule. 6. The term “CONTRACT DOCUMENTS” means and includes the following: A. Advertisement For BIDS B. Information For BIDDERS C. BID D. Agreement 16 F. NOTICE OF AWARD G. NOTICE TO PROCEED H. CHANGE ORDERS I. PROJECT MANUAL issued by the City of Greenville Engineering Department dated March 22, 2023. J. ADDENDA: 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies each of which shall be deemed an original on the date first above written. 17 OWNER: City of Greenville______________ BY: ________________________ Name:_George M. Bosanic______ Title: ___City Manager_________ (SEAL) ATTEST: __________________________________ Name: ___Douglas W. Hinken_________ Title: ____City Engineer______________ CONTRACTOR: ______________________________ BY: __________________________ Name: ________________________ Address: ______________________ ______________________________ (SEAL) ATTEST: __________________________________ Name: ____________________________ Title: _____________________________ 18 ATTACHMENT A GENERAL CONDITIONS 1.0 Assignment of Contract and Other Contracts 1.1 The Contractor shall not assign the Contract or any part thereof without the written consent of the City. 1.2 The City reserves the right to let other contracts in connection with this Work even if of like character to the Work under this Contract. The Contractor shall coordinate this Work with such other concerns. 1.3 If any part of the contractor’s work depends for proper execution or results upon the work of any other contractor, the contractor shall inspect and promptly report to the City any defects in such work that render it unsuitable for such proper execution and results. The Contractor’s failure to so inspect and report shall constitute and acceptance of the other contractor’s work. 2.0 Materials and Workmanship 2.1. All workmanship shall conform to the best current practices of the respective trades, and all equipment, materials, and articles incorporated in the Work under the contract shall be new and of a grade consistent in the opinion of the City with the quality and performance requirements of their respective kinds for the purpose. The Contractor, shall if required, furnish evidence as to kind and quality of materials. 2.2 In general, it is the intent of these Conditions to permit the use of equipment of any manufacture so long as they are fully consistent in the opinion of the City with the quality and performance requirements of the job. This is indicated by the use of the works “or approved equal” following a specific trade name or manufacturer. 2.3 Material installed on the project shall be carefully inspected by the City. The Contractor shall within twenty-four (24) hours after receiving written notice from the City remove from the grounds or buildings all material, fixtures, or apparatus deemed by the City as failing to conform to the Specifications and/or Plans and/or to the conditions of the Contract. 2.4 The City shall have the right to order the Work wholly or partially stopped until the objectionable work, materials, fixtures, or apparatus are removed, or to declare the contract forfeited for non-performance or not being executed according to the intent or meaning of the Specifications and/or Plans. 3.0 Use of the Premises The Contractor shall confine his equipment apparatus, the storage of materials and operations of his employees to the limits indicated by law, ordinances, permits, or directions of the City, and shall not unnecessarily encumber the premises with his materials or equipment. 4.0 Damages and Save Harmless Clause To the fullest extent permitted by law the Contractor agrees to defend, pay in behalf of, indemnify, and hold harmless City of Greenville, Michigan its elected and appointed officials, employees and volunteers, and others working in behalf of the City against any and all claims, demands, suits, or loss, including all costs connected therewith, and for any damages which may be asserted, claimed, or recovered against or from the City, its elected and appointed officials, employees, volunteers, or others working in behalf of the City, by reason of personal injury, including bodily injury or death and/or property damage, including loss thereof, which arises out of or is in any way connected or associated with this contract. 4.1 The contractor shall be responsible for damage to the project property that may be caused by his work. 19 4.2 The Contractor assumes all risks of damages or injuries, including death, to property or persons used or employed on or in connection with the Work, and all risks of damages or injuries, including death, to any persons or property wherever located, resulting from any action, omission, or operation under the contract or in connection with the Work, whether such action, omission, or operation is in any manner directly or indirectly caused, occasioned, or contributed to in whole or in part, or claimed to be caused, occasioned, or contributed to in whole or in part by the contractor, any subcontractor, any material supplier, anyone directly or indirectly employed by any of them, or any other person. Contractor shall indemnify, hold harmless, and defend the City, their employees, agents, servants, and representatives from and against any and all suits, actions, legal or administrative proceedings, demands, loss, expense, damage, liability, and claims of whatever nature (including but not limited to attorney’s fees), regardless of the merit thereof, which may be asserted against the City, their employees, agents, servants, and representatives on account of any such damages or injuries described above, including death, whether or not such damages or injuries, including death, are or are alleged to be caused, occasioned, or contributed to in part by the negligence of the City, their employees, agents, servants, or representatives, and whether or not the contractor and the City are alleged to be jointly liable for such damages or injuries, including death, except the contractor shall not be obligated to indemnify the City hereunder for any damages or injuries, including death, caused by or resulting from the City’s sole negligence or willful misconduct. 5.0 Cleaning The Contractor shall at all times keep the project property and the adjoining premises clean of rubbish caused by the Contractor’s operations and at the completion of the Work shall remove all rubbish, tools, equipment, temporary work, and surplus materials from and about the project property and shall leave the Work Area clean and ready for use. 6.0 Permits and Inspections The contractor shall obtain all necessary permits required by laws and regulations, give all required notices, and pay all lawful fees in accordance with requirements for this Work and the locality in which the project is being built. The Contractor shall deliver to the City certificates of inspection where such are required. 7.0 Insurance Insurance shall be provided in accordance with policy amounts, and coverage described in the Instructions to Bid. 8.0 Safety The Contractor shall perform all work in accordance with “The General Safety Rules and Regulations for the Construction Industry” as promulgated by the State Construction Safety Commission under the authority of the Safety Act, Act 89 of the Public Acts of 1963, as amended, and the Federal Occupational Safety and Health Acts of 1970, Public Law 91-596, 84 Stat. 1590, as amended, and MiOSHA regulations. 9.0 Non-Discrimination In connection with the performance of Work under this Contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of sex, race, religion, color or national origin. The aforesaid provision shall include, but not be limited to the following: recruitment or recruitment advertising; employment, upgrading, demotion, or transfer; and layoff and selection for training, including apprenticeship. Contractor shall comply with the Elliott Larsen Civil Rights Act, 1976 PS 453, as amended, MCL37.2101 et seq., the Persons with disabilities Civil Rights Act, 1976 PA 220 as amended, MCL37.1101 et seq., and all other federal, state, and local fair employment practices and equal opportunity laws and covenants regarding discrimination. 10.0 Liens The Contractor shall deliver the Workfree and clear of liens. A Waiver of Lien shall be submitted with the final invoice. 11.0 Guarantees In addition to the specific guarantees required by the Specifications for the Work to be performed under this Contract, the contractor shall furnish a written guarantee of all the Work to be performed under this Contract against 20 defects in materials or workmanship for a period of one year from the date of final acceptance of the complete Work by the City. The Contractor shall within a reasonable time after receipt of written notice thereof, make good any defects in materials or workmanship which may develop during said period and any damage of other work caused by said defects or the repairing of same at his own expense and without cost to the City. 12.0 Bonding Requirements Refer to Instructions to Bidders 13.0 Violations and Failure to Comply If the Contractor is willfully violating any of the provisions of this Contract, or should the work or any part thereof, be not fully completed within the time granted in the Contract by the City then, in any such case, the City may notify the Contractor, in writing, to discontinue all work, or any part thereof, and the contractor shall discontinue the work as directed. Said notice may be served either personally or by leaving a copy at the usual place of residence or business of said Contractor or by mailing such notice to the address given at the time of the signing of this Contract; if the contractor consists of more than one person, service may be made on any or all of them. The City may thereupon according to law, enter upon and take possession of the work, or any part thereof. The City may re-advertise and re-let the uncompleted portions of said Contract and all expense or financial loss to the Owner arising from completing said Contract, including adjustments to the contract Performance Bond and all additional contract security, and for the cost of additional managerial and administrative services, shall be deducted by the Owner out of monies then due or to become due, the Contractor under this Contract. In case such expense shall exceed the amount which would have been payable under this Contract, if the same had been completed by the Contractor, the contractor or his Sureties shall pay the amount of such excess to the Owner in proportion to amounts the Owner in proportion to amounts the Owner had been obligated to pay the Contractor pursuant to this Contract. Should such expense be less than the amount payable under this Contract had the same been completed by the contractor, he shall receive the difference from the Owner. In such instance, the Owner shall each pay the Contractor in proportion to amounts the Owner had been obligated to pay the Contractor pursuant to this Contract. In cases this Contract or any alterations or modifications thereof be thus terminated, the decision of the Owner shall be conclusive and said Contractor shall not be allowed to claim or received any compensation or damages for not being allowed to proceed with the Work. 14.0 Extension of Time If the contractor finds it impossible for reasons beyond his control to complete the work within the time specified, or as extended in accordance with the provisions of this paragraph, he may, at any time prior to the expiration of the time, as extended, make a written request to the Owner for an extension of time setting forth the reasons which he believes will justify the granting of his request. The contractor’s plea that insufficient time was specified is not a valid reason for extension of time. If the Owner finds that the Contractor’s work was delayed because of conditions beyond the control and without the fault of the Contractor, they may extend the time for completion in such amount as conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 15.0 Discrepancies in Drawings Any discrepancies found between the Drawings and specifications and site conditions or any errors or omissions in the Drawings and Specifications shall be immediately reported o the owner who shall promptly contact the consultant to correct such error or omission in writing. Any work done by the contractor after his discovery of such discrepancies, errors or omissions shall be done at the Contractor’s risk. 16.0 Equipment Data The contractor shall furnish three (3) copies of complete catalog data for every manufactured item of equipment and all components to be used in the work, including specific performance data, material description, rating, capacity, working pressure, material gage or thickness, brand name, catalog number and general type. Submission shall be with not less than a cover letter itemizing and identifying the materials and providing them in an organized and neat fashion. 17.0 Construction Staking 21 The Contractor shall furnish all surveys, lines and grades reasonably necessary for the control of the work, including making careful and accurate measurements and for constructing all work accurately to the lines and grades as shown on the Drawings. The contractor shall have the responsibility to carefully preserve and protect U.S. government corners, property corners, bench marks, monuments, and reference points (hereinafter referred to as “Survey Control Points”) and construction stakes. In case of loss or disturbance of said points during the construction period, the contractor shall pay the cost of replacement and shall be responsible for any mistakes that may be caused by such loss or disturbance. 18.0 Sanitary Provisions The Contractor shall provide and maintain sanitary conveniences for the use of all persons employed in the work. The Contractor shall prohibit the committing of a nuisance with the work or upon lands about the work. Any employee found violating these provisions shall be discharged and not again employed without written consent of the Owner. Any temporary facilities will be removed immediately at the completion of the project. 19.0 Additional Work Additional work beyond the project scope will require written authorization and agreement by the Owner as to the work scope and price to be paid for the work. Any work completed by the Contractor without written documentation from the Owner may risk non-payment for the work. Any additional work that is required in an emergency to protect life and property shall be performed by the Contractor as required and the Owner notified as soon as possible concerning the work required. 20.0 Requests for Payment The Contractor may submit monthly Requests for Payment for work done and materials delivered and property stored on the site. Each request shall state the work completed for each item, the percentage of the item complete, previous payments, and remaining contract amounts. When payment is requested for materials stored on the site, the requests shall be accompanied by invoices or other information as requested. The Requests for Payment will include a 10% retainage for all payment requested. This retainage will be held according to current laws by the Owner until full project completion. With each Request, A Contractor’s Declaration declaring that the Contractor has not performed any work, furnished any material, sustained any loss, damage or delay, for any reason, including soil conditions encountered or created, or otherwise done anything for which he will ask, demand, sue for, or claim compensation from the owner except as shown on the Declaration and if required shall submit receipts or other vouchers showing his payments for materials and labor, including payments to sub-contractors. 21.0 Existing Utilities Prior to commencing work, the contractor will contact Miss Dig and have the existing utilities identified. Additional private utilities shall be discussed on site with the Owner prior to commencing work. The contractor shall had dig to locate utilities where ever deemed practical. End of General Conditions 22 CITY OF GREENVILLE SPECIAL PROVISION FOR SANITARY SEWER MANHOLE LOCAL:DES:DWH 1 of 1 3/22/2023 1. Description. This section describes the items of work related to the installation of sanitary sewer manholes. The Contractor shall provide all labor, equipment, and materials for the installation of the manholes. 2. Construction Methods. The trench shall be excavated to a sufficient size to accept the structure and leave room for workers to safely maneuver and provide for safe bypass of sewer flow around the work. Trench excavation will include the removal of asphalt, gravel and existing manhole material. Excavated materials shall be removed from the site and may be taken to a designated area, either 218 E. Fairplains or other location as directed by the Greenville Director of Public Services. The precast manhole bottom section shall be set plumb and level on a compacted, granular bedding 8" thick. Native soil, conforming to granular specifications, and approved by the Engineer, may be used instead. When groundwater is found in the trench, the bedding shall be 12" of peastone material. Risers and cones shall be added as necessary to conform to the plan grades. "O-rings" shall be properly placed and lubricated, according to supplier recommendations, before the addition of the next section. Steps shall be aligned to form a continuous ladder. Pipes shall be placed in the boots provided and the steel bands shall be tightened to be water-tight. A flow channel shall be provided. The flow channel shall be integrally cast or field placed to direct water through the manhole to the grades shown on the plans. The channel shall be “U”-shaped of the same diameter of the pipes and shall extend to the midpoint of the pipes. A bench with a slight upward slope shall be placed from the top of the channel to the manhole walls. Channels shall be formed with mechanically mixed concrete. Drop connections shall be constructed at sanitary manholes wherever the difference in elevation between any inlet and outlet sewer is more than two vertical feet or as noted in the plans. For rigid pipes, all drop pipes shall be encased in concrete and shall conform to the drawing details. All drop pipes shall be exterior. Backfill shall conform to MDOT Specifications. Backfill with approved material in lifts of 12 inches or less and thoroughly compacted between lifts to achieve a minimum of 95% of maximum unit weight for sand and 98% for gravel. Gravel shall be a depth of 8 inches and 3 inches below the rim of the structure. 3. Measurement and Payment. The completed work as measured for SANITARY SEWER MANHOLE shall be paid for at the contract unit prices for the following contract items (pay items). Pay item Pay Unit Structure __, ___ ft deep . . . .. . . . . . . . . . . . . . LSUM Payment will be made for installation of each completed structure. END OF SECTION GROVE CASS WASHINGTON F R A N K L IN L A F A Y E T T E C L A Y 4 6 5 7 8 2 6 4 5 3 3 BENTON 1 1 9 FIGURE 1 - PARKING LOT LOCATION MAP DWH 12/05/2022 NONE NONE DDA Parking 401-703-975.220 AutoCAD SHX Text FILE: AutoCAD SHX Text REVISED: AutoCAD SHX Text DATE: AutoCAD SHX Text DRAWN BY: AutoCAD SHX Text JOB #: AutoCAD SHX Text VERTICAL SCALE: AutoCAD SHX Text HORIZONTAL SCALE: AutoCAD SHX Text CITY OF GREENVILLE AutoCAD SHX Text ENGINEERING DEPARTMENT AutoCAD SHX Text 411 S. LAFAYETTE, GREENVILLE, MI 48838 AutoCAD SHX Text TELEPHONE (616) 754-5645 AutoCAD SHX Text SHEET 1 OF 11 AutoCAD SHX Text 4' ConcGood Cond AutoCAD SHX Text 4' ConcBlk Good Cond AutoCAD SHX Text 4' BrickMod Cond AutoCAD SHX Text 4' ConcFair Cond AutoCAD SHX Text 6' BrickFailed AutoCAD SHX Text No Structure AutoCAD SHX Text 4' ConcMod Cond AutoCAD SHX Text 4' ConcMod Cond AutoCAD SHX Text 4' ConcGood Cond AutoCAD SHX Text 2' MixedMod Cond AutoCAD SHX Text 4' BrickFailed AutoCAD SHX Text 4' MixedGood Cond STRUCTURE 493 STRUCTURE 455 STRUCTURE 483 · · · · · · WEST SIDE PARKING LOTS SHEET 1 AutoCAD SHX Text BOOT FOR 8" PVC AutoCAD SHX Text INTEGRAL FLOW CHANNEL AutoCAD SHX Text BOOT FOR 8" PVC AutoCAD SHX Text INTEGRAL FLOW CHANNEL AutoCAD SHX Text BOOT FOR 8" PVC AutoCAD SHX Text INTEGRAL FLOW CHANNEL AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 1,2 AutoCAD SHX Text FLOW AutoCAD SHX Text FLOW AutoCAD SHX Text FLOW AutoCAD SHX Text 1 AutoCAD SHX Text 1 AutoCAD SHX Text 1 AutoCAD SHX Text 2(+0.1') AutoCAD SHX Text 1 AutoCAD SHX Text 2(+0.1') AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text SANITARY MANHOLES PRECAST C478 CONC, PLAIN UNCOATED INTEGRAL COATED STEPS PIPE ORIENTATION AND DEPTHS AS SHOWN PENETRATIONS FOR 8" PVC W/PRESS SEAL BOOT INTEGRAL FLOW CHANNEL PROVIDE GASKETS AND LUBE AS NEEDED. STRUCTURE 488 STRUCTURE 1625 STRUCTURE 448 STRUCTURE 1735 STRUCTURE 101 · · · · · · EAST SIDE PARKING LOTS SHEET 2 AutoCAD SHX Text BOOT FOR 8" PVC AutoCAD SHX Text INTEGRAL FLOW CHANNEL AutoCAD SHX Text BOOT FOR 8" PVC AutoCAD SHX Text INTEGRAL FLOW CHANNEL AutoCAD SHX Text BOOT FOR 8" PVC AutoCAD SHX Text INTEGRAL FLOW CHANNEL AutoCAD SHX Text BOOT FOR 8" PVC AutoCAD SHX Text INTEGRAL FLOW CHANNEL AutoCAD SHX Text BOOT FOR 8" PVC AutoCAD SHX Text INTEGRAL FLOW CHANNEL AutoCAD SHX Text FLOW AutoCAD SHX Text FLOW AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 1 AutoCAD SHX Text 2(+0.1') AutoCAD SHX Text FLOW AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 1 AutoCAD SHX Text 2(+0.1') AutoCAD SHX Text FLOW AutoCAD SHX Text FLOW AutoCAD SHX Text 1 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 1 AutoCAD SHX Text 2(+0.1') AutoCAD SHX Text 1 AutoCAD SHX Text 2(+0.1') AutoCAD SHX Text SANITARY MANHOLES PRECAST C478 CONC, PLAIN UNCOATED INTEGRAL COATED STEPS PIPE ORIENTATION AND DEPTHS AS SHOWN PENETRATIONS FOR 8" PVC W/PRESS SEAL BOOT INTEGRAL FLOW CHANNEL PROVIDE GASKETS AND LUBE AS NEEDED.

411 S. Lafayette, Greenville, Michigan 48838Location

Address: 411 S. Lafayette, Greenville, Michigan 48838

Country : United StatesState : Michigan

You may also like

Shower and Laundry Support Services at various locations in California

Due: 03 May, 2024 (in 5 days)Agency: DEPT OF DEFENSE

2401 Valley Vista Culvert Replacement Project

Due: 02 May, 2024 (in 3 days)Agency: Louisville and Jefferson County Metropolitan Sewer District

CHAM-REPLACE WELL IRRIGATION

Due: 30 Sep, 2024 (in 5 months)Agency: NATIONAL PARK SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.