Baldwin Lake Boat Launch Improvements

From: Greenville(City)

Basic Details

started - 26 Jun, 2023 (10 months ago)

Start Date

26 Jun, 2023 (10 months ago)
due - 11 Jul, 2024 (in 2 months)

Due Date

11 Jul, 2024 (in 2 months)
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 BALDWIN LAKE BOAT LAUNCH CITY OF GREENVILLE MONTCALM COUNTY, MICHIGAN June 20th, 2023 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE, MICHIGAN 48838 (616) 754-5645 2 ADVERTISEMENT FOR BIDS Baldwin Lake Boat Launch The City of Greenville will receive sealed bids to perform improvements to the existing boat launch on Baldwin Lake. Bids will be received at the office of the City Clerk, 411 S. Lafayette, Greenville, Michigan until Tuesday, July 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 Project is funded using local funds. 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 and obtained upon request. Greenville City Hall, 411 S. Lafayette, Greenville, Michigan 48838 infocity@greenville.org or 616.754.5645 NORICE T. RASMUSSEN Clerk-Treasurer http://greenvillemi.org/bids-rfps/ http://greenvillemi.org/bids-rfps/ http://greenvillemi.org/bids-rfps/ http://greenvillemi.org/bids-rfps/ 3 BALDWIN LAKE BOAT LAUNCH PROJECT MANUAL INDEX ADVERTISEMENT FOR BIDS 2 PROJECT MANUAL INDEX 3 INSTRUCTIONS TO BIDDERS 4 - 8 • Scope of Work • Questions from Bidders • Bidders Investigation • Bidder Experience and Qualifications • Bids • Taxes, Terms and Conditions • Electronic or Alternate Forms of Bidding Not Allowed • Bid Envelope Labelling • Bidder References • Bidder Proposed Subcontractors and Material Suppliers • Bid Review Process • Rights Reserved by the City • Contractor Execution of Contract • Insurance • Contract Time • Liquidated Damages • Permits • Notice to Proceed • Construction Staking • Non-Discrimination Clause • Weekend Work • P.A. 517 Compliance, Certification of No Iran Linked Business BID FORM 9 - 11 REFERENCES 12 - 13 AGREEMENT 14 – 16 ATTACHMENT A – GENERAL CONDITIONS 17 – 20 APPENDIX A – PRECAST PLANK & RUBBER BELTING 21 -23 4 INSTRUCTIONS TO BIDDERS SCOPE OF WORK: The BID DOCUMENTS include a set of general plans that show the work that is summarized as: 1. Remove existing boat launch, bumper blocks, trees, rootballs, landscaping, and timber retaining wall. Saw cut the existing asphalt curb head off while maintaining the existing pavement in the parking lot. 2. Pour new concrete curb and gutter with spill ways in place of existing asphalt curb. 3. Install new stone apron and boat launch using precast planks. 4. Install new rip rap along shoreline. 5. Install new landscaping. SPECIFICATIONS: All construction shall be performed in accordance with current MDOT Standard Specifications as modified and amplified by these project specifications and the construction plans. In addition, all items shall be constructed in accordance with the following specifications: -Applicable portions of “Specifications for Excavating, Trenching and Backfilling for Utilities” -Applicable portions of “Specifications for Surface Construction” Where a standard construction method or contract procedure is not specifically covered by the Contract Documents or shown on the plan, the 2020 Michigan Department of Transportation (MDOT) Standard Specifications for Construction shall apply. The General Conditions, Insurance Specifications, Project Specifications and Technical Specifications of this contract shall supersede any conflicting provisions in the referenced standard specifications. The following Appendices are provided and are hereby made a part of the Contract Documents: Appendix A – Precast Plank & Rubber Belting QUESTIONS FROM BIDDERS: All questions from BIDDERS shall be directed in writing to: Doug Hinken, P.E., City Engineer City of Greenville 411 S. Lafayette Street Greenville, MI 48838 5 Or by email at: dhinken@greenvillemi.org BIDDER'S INVESTIGATION: 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. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the nature of the WORK to be supplied. BIDDER EXPERIENCE AND QUALIFICATIONS It is the intention of the OWNER to award this contract 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. BIDS: BIDS for this Project will be publicly solicited and will result in a lump sum contract. The BID FORM includes 4 pages including a signed statement of compliance; acknowledgement of ADDENDA and a listing the items of work for the BIDDER to fill in unit prices and total prices. All signatures must be original and in ink. The BID FORM shall be completely and legibly filled in with ink or printed or typed. BIDS shall be signed personally by the duly authorized representative of the BIDDER, and shall include proof of that authority with the BID FORM. The TOTAL BID shall also be submitted in written form. If there is a discrepancy between the written number and the figures, the written number will take priority. 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, July 11, 2023 at 2 p.m. A BID will be considered complete as follows: All 4 pages of the fully completed, signed BID, acknowledging any ADDENDA; 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. TAXES, TERMS AND CONDITIONS The City of Greenville is exempt from Federal Excise, State Sales Tax, and Personal Property Tax. ELECTRONIC OR ALTERNATE FORMS OF BIDDING NOT ALLOWED: The Greenville City Charter does not allow electronic, faxed or alternate forms of bidding. 6 BID ENVELOPE LABELING: Please mark "BALDWIN LAKE BOAT LAUNCH” 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. 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 publicly opened, the TOTAL BID will be read aloud and recorded and will be the basis for determining the lowest responsive and responsible BIDDER. The BIDS and REFERENCES will be reviewed by the City of Greenville and a recommendation for award will be made to the City Council. A Notice of Intent to Award will be issued upon approval. 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 himself 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. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof without forfeiture of the BID BOND. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 90 days after the actual date of the opening thereof. Should there be reasons why the CONTRACT cannot be awarded within the specified period; the time may be extended by mutual agreement between the CITY OF GREENVILLE and the BIDDER. Instructions to Bidders BALDWIN LAKE BOAT LAUNCH Bid Date: JULY 11TH, 2023, 2:00 PM 7 CONTRACTOR EXECUTION OF CONTRACT: Upon issuance of the NOTICE OF AWARD, the BIDDER shall be referred to as the CONTRACTOR and shall furnish an INSURANCE certificate and execute the CONTRACT within 14 days of the Notice of Award. 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. Cancellation Notice: Workers’ Compensation Insurance, Commercial General Liability Insurance, and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating that it is understood and agreed that Thirty (30) days, Ten (10) days for non-payment of premium, Advance Written Notice of Cancellation, Non- Renewal, Reduction, and/or Material Change shall be sent to: City of Greenville, 411 S. Lafayette, Greenville, MI 48838. 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 as agreed upon with the City Engineer. CONSTRUCTION STAKING: The CITY will be responsible for staking of the project. CONTRACT TIME: All work must be complete by or before December 1st, 2023 except for planting of trees and bushes. Once construction has been started, work must be completed within 30 calendar days. Planting of trees and bushes shall occur between October 15th until the prepared soil freezes, or after April 15th but no later than May 1st. LIQUIDATED DAMAGES: Liquidated damages do not apply to this Project. Instructions to Bidders BALDWIN LAKE BOAT LAUNCH Bid Date: JULY 11TH, 2023, 2:00 PM 8 PERMITS: A Joint Permit Application is being required by the City for this project. The permit application has been filed and is currently under the public review. WEEKEND WORK: All work shall be done during the work week defined as being Monday through Friday between 7 am and 7 pm. No weekend work will be allowed. P.A. 517 COMPLIANCE, CERTIFICATION OF NO IRAN LINKED BUSINESS: The BIDDER will need to certify that it is not an "Iran linked business" by signing the certification on page 13. An “Iran linked business” means either of the following: (i) A person engaging in investment activities in the energy sector of Iran, including a person that provides oil or liquefied natural gas tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran. (ii) A financial institution that extends credit to another person, if that person will use the credit to engage in investment activities in the energy sector of Iran. 9 BID FORM Proposal of (hereinafter called doing business as * 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 BALDWIN LAKE BOAT LAUNCH 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 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 fully complete the PROJECT by December 1st, 2023. *Insert “a corporation”, “a partnership”, or “an individual” as applicable. “BIDDER”), organized and existing under the laws of the State of 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 ________ Addendum No.___________ Dated ________ Addendum No.___________ Dated ________ CERTIFICATION 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 shall include and shall be deemed to have included, in his/her BID, all Michigan sales and use taxes currently imposed by legislative enactment and as administered by the Michigan Department of Revenue on the BID DATE. The BIDDER acknowledges that the BIDS include costs for compliance with State and Federal Contract Clauses. 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. 10 11 BID ITEM QTY UNIT UNIT PRICE PRICE BOAT LAUNCH 1 LSUM Respectfully submitted. Date of Proposal:______________________ Signature: _________________________________ Witness:______________________________ Name (Printed): _____________________________ Seal: _________________________________ (If corporation, affix seal) Title:_____________________________________ Address: ___________________________________ ____________________________________ Phone No: ______________________________ Email Address: ___________________________ P.A. 517 Compliance Statement. By signing this BID, the BIDDER is certifying that it is not an Iran Linked Business as defined on page 10 of these specifications. Signature: _________________________________ Date:______________________________ 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 _________________________________ 12 13 BRIEF DESCRIPTION OF REFERENCE PROJECT 3: ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ Project Owner _________________________________ Owner Contact _________________________________ Owner Address _________________________________ Owner Telephone _________________________________ Owner Email Address _________________________________ 14 AGREEMENT THIS AGREEMENT, made this __ day of _____, by and between the City of Greenville, hereinafter called “OWNER” and _______________________________ doing business as a (business, partnership, corporation) 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 BALDWIN LAKE BOAT LAUNCH 2. The CONTRACTOR will furnish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the PROJECT described herein. 3. The CONTRACTOR will have the Project complete by December 1st, 2023 unless the period for completion is extended otherwise by the CONTRACT DOCUMENTS. 4. 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. 5. The term “CONTRACT DOCUMENTS” means and includes the following: A. Advertisement For BIDS B. Information For BIDDERS C. BID D. Agreement E. NOTICE OF AWARD 15 F. NOTICE TO PROCEED G. CHANGE ORDERS H. BID DOCUMENTS I. 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. OWNER: City of Greenville______________ 16 BY: ________________________ Name:_George M. Bosanic______ (SEAL) ATTEST: __________________________________ Name: ___Douglas W. Hinken_________ Title: ____City Engineer______________ Title: ___City Manager_________ CONTRACTOR: ______________________________ BY: __________________________ Name: ________________________ Address: ______________________ ______________________________ (SEAL) ATTEST: __________________________________ Name: ____________________________ Title: ___________________________ 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. 17 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. 18 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 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. 19 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 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 20 Appendix A – Precast Plank & Rubber Belting 21 48 " W ID E C O N C . P L A N K 2" 11 " A 11 " 11 " 2" 4'-4 1/2" LIFTING HOLE A 11 " 18'-0" LIFTING HOLE #5 RE-ROD CUT TO 17'-10" 9" GROOVES, 1/2" ON CENTER AND 1/8" TO 1/4" DEEP LENGTH WAYS PRECAST 9"9"9" CONCRETE PLANK 23" 23" 23"23" 23" 23" 23" 23" TOP SURFACE OF PLANK TO BE 1/8 " OF THE PLANK MADE WITH A WIRE COMB TEXTURE BROOM CONSISTING OF 1/8" SPRING STEEL TINES, 1/2" ON CENTER. 4 1/2" C U T T O 3 '-1 0 " #5 R E -R O D 4 1/2" 23" LIFTING HOLE- OPEN 4 1/2" LENGTH OF 4" PVC SCHEDULE 40 PIPE CENTERED ON #2 AND #4 LONG BAR BAR #1 BAR #2 BAR #3 BAR #4 BAR #5 5" 1 5/ 8 " T O T O P O F B A R WIRE TIES AT ALL INTERSECTIONS (3'-10' LONG, 10 REQ'D.) (17'-10" LONG, 5 REQ'D.; #2 & #4 ON TOP) #5 RE-ROD SECTION A - A 90-100% PASSING 1 1/2" SIEVE OPENING 20- 55% PASSING 1" SIEVE OPENING 0- 15% PASSING 3/4" SIEVE OPENING 0- 5% PASSING 3/8" SIEVE OPENING 100% PASSING 2" SIEVE OPENING A.R.E.A. #4 CRUSHED STONE A.R.E.A.=AMERICAN RAILROAD ENGINEERING ASSOCIATION 2"#5 RE-ROD 2" TYPICAL PLANK FOR BOTH THE UPPER AND LOWER PENINSULADATE: PAGE 1-1-2003 B3.3 PARKS & RECREATION BUREAUMICHIGAN DEPARTMENT of NATURAL RESOURCES 22 23 MONTCALM COUNTY, MICHIGAN CITY OF GREENVILLE BALDWIN LAKE BOAT LAUNCH AutoCAD SHX Text 2230283 AutoCAD SHX Text PROJECT NO. AutoCAD SHX Text SHEET NO. AutoCAD SHX Text OF AutoCAD SHX Text 1 AutoCAD SHX Text 4 AutoCAD SHX Text SHEET No. AutoCAD SHX Text DESCRIPTION AutoCAD SHX Text S H E E T I N D E X AutoCAD SHX Text 3 AutoCAD SHX Text 2 AutoCAD SHX Text COVER SHEET AutoCAD SHX Text 1 AutoCAD SHX Text 4 AutoCAD SHX Text EXISTING CONDITIONS & REMOVAL PLAN AutoCAD SHX Text SITE & GRADING PLAN AutoCAD SHX Text DETAIL SHEET AutoCAD SHX Text SCALE : 1" = 1000' AutoCAD SHX Text North AutoCAD SHX Text STATE LOCATION MAP AutoCAD SHX Text JACKSON AutoCAD SHX Text ST. JOSEPH AutoCAD SHX Text MONROE AutoCAD SHX Text ARENAC AutoCAD SHX Text 14 AutoCAD SHX Text 11 AutoCAD SHX Text BERRIEN AutoCAD SHX Text 61 AutoCAD SHX Text 62 AutoCAD SHX Text 54 AutoCAD SHX Text 37 AutoCAD SHX Text 56 AutoCAD SHX Text 59 AutoCAD SHX Text 70 AutoCAD SHX Text 41 AutoCAD SHX Text 34 AutoCAD SHX Text 19 AutoCAD SHX Text 33 AutoCAD SHX Text 38 AutoCAD SHX Text 23 AutoCAD SHX Text 3 AutoCAD SHX Text 8 AutoCAD SHX Text 13 AutoCAD SHX Text 39 AutoCAD SHX Text 80 AutoCAD SHX Text 46 AutoCAD SHX Text 30 AutoCAD SHX Text 12 AutoCAD SHX Text 78 AutoCAD SHX Text ALLEGAN AutoCAD SHX Text VAN BUREN AutoCAD SHX Text KALAMAZOO AutoCAD SHX Text LENAWEE AutoCAD SHX Text HILLSDALE AutoCAD SHX Text BRANCH AutoCAD SHX Text CALHOUN AutoCAD SHX Text BARRY AutoCAD SHX Text EATON AutoCAD SHX Text INGHAM AutoCAD SHX Text IONIA AutoCAD SHX Text CLINTON AutoCAD SHX Text MONTCALM AutoCAD SHX Text KENT AutoCAD SHX Text OTTAWA AutoCAD SHX Text NEWAYGO AutoCAD SHX Text MECOSTA AutoCAD SHX Text ISABELLA AutoCAD SHX Text MIDLAND AutoCAD SHX Text 32 AutoCAD SHX Text 42 AutoCAD SHX Text 31 AutoCAD SHX Text 27 AutoCAD SHX Text 66 AutoCAD SHX Text 7 AutoCAD SHX Text 36 AutoCAD SHX Text 55 AutoCAD SHX Text 52 AutoCAD SHX Text 22 AutoCAD SHX Text 21 AutoCAD SHX Text 2 AutoCAD SHX Text 75 AutoCAD SHX Text 48 AutoCAD SHX Text 17 AutoCAD SHX Text 49 AutoCAD SHX Text 45 AutoCAD SHX Text 10 AutoCAD SHX Text 28 AutoCAD SHX Text 24 AutoCAD SHX Text 16 AutoCAD SHX Text 15 AutoCAD SHX Text 71 AutoCAD SHX Text 4 AutoCAD SHX Text 60 AutoCAD SHX Text 69 AutoCAD SHX Text 5 AutoCAD SHX Text 40 AutoCAD SHX Text 20 AutoCAD SHX Text 68 AutoCAD SHX Text 1 AutoCAD SHX Text 35 AutoCAD SHX Text 65 AutoCAD SHX Text 72 AutoCAD SHX Text 6 AutoCAD SHX Text 26 AutoCAD SHX Text 51 AutoCAD SHX Text 83 AutoCAD SHX Text 57 AutoCAD SHX Text 18 AutoCAD SHX Text 67 AutoCAD SHX Text 43 AutoCAD SHX Text 53 AutoCAD SHX Text 79 AutoCAD SHX Text 82 AutoCAD SHX Text WAYNE AutoCAD SHX Text TUSCOLA AutoCAD SHX Text HURON AutoCAD SHX Text GLADWIN AutoCAD SHX Text CLARE AutoCAD SHX Text OSCEOLA AutoCAD SHX Text MASON AutoCAD SHX Text LAKE AutoCAD SHX Text MANISTEE AutoCAD SHX Text WEXFORD AutoCAD SHX Text IOSCO AutoCAD SHX Text MISSAUKEE AutoCAD SHX Text OGEMAW AutoCAD SHX Text ROSCOMMON AutoCAD SHX Text ALCONA AutoCAD SHX Text OSCODA AutoCAD SHX Text CRAWFORD AutoCAD SHX Text KALKASKA AutoCAD SHX Text TRAVERSE AutoCAD SHX Text GRAND AutoCAD SHX Text BENZIE AutoCAD SHX Text LEELANAU AutoCAD SHX Text KEWEENAW AutoCAD SHX Text GOGEBIC AutoCAD SHX Text ONTONAGON AutoCAD SHX Text HOUGHTON AutoCAD SHX Text BARAGA AutoCAD SHX Text MENOMINEE AutoCAD SHX Text IRON AutoCAD SHX Text DICKINSON AutoCAD SHX Text MARQUETTE AutoCAD SHX Text DELTA AutoCAD SHX Text ALGER AutoCAD SHX Text SCHOOLCRAFT AutoCAD SHX Text LUCE AutoCAD SHX Text MACKINAC AutoCAD SHX Text CHIPPEWA AutoCAD SHX Text ANTRIM AutoCAD SHX Text OTSEGO AutoCAD SHX Text ALPENA AutoCAD SHX Text CHARLEVOIX AutoCAD SHX Text PRESQUE ISLE AutoCAD SHX Text EMMET AutoCAD SHX Text CHEBOYGAN AutoCAD SHX Text MONTMORENCY AutoCAD SHX Text 47 AutoCAD SHX Text 81 AutoCAD SHX Text LIVINGSTON AutoCAD SHX Text 74 AutoCAD SHX Text 44 AutoCAD SHX Text 77 AutoCAD SHX Text 50 AutoCAD SHX Text 63 AutoCAD SHX Text 58 AutoCAD SHX Text WASHTENAW AutoCAD SHX Text OAKLAND AutoCAD SHX Text MACOMB AutoCAD SHX Text LAPEER AutoCAD SHX Text ST. CLAIR AutoCAD SHX Text SANILAC AutoCAD SHX Text 73 AutoCAD SHX Text SAGINAW AutoCAD SHX Text 9 AutoCAD SHX Text 29 AutoCAD SHX Text 76 AutoCAD SHX Text SHIAWASSEE AutoCAD SHX Text GRATIOT AutoCAD SHX Text BAY AutoCAD SHX Text 25 AutoCAD SHX Text GENESEE AutoCAD SHX Text CASS AutoCAD SHX Text 64 AutoCAD SHX Text MUSKEGON AutoCAD SHX Text OCEANA AutoCAD SHX Text MONTCALM COUNTY, MICHIGAN AutoCAD SHX Text PROJECT LOCATION AutoCAD SHX Text COORDINATE SYSTEM : AutoCAD SHX Text ZONE : AutoCAD SHX Text ELLIPSOID : AutoCAD SHX Text HORIZONTAL DATUM : AutoCAD SHX Text VERTICAL DATUM : AutoCAD SHX Text GEOID : AutoCAD SHX Text UNITS : AutoCAD SHX Text PROJECT COMBINED SCALE FACTOR (PCSF) = 0.999919103480 AutoCAD SHX Text GROUND DISTANCE = GRID DISTANCE/PCSF AutoCAD SHX Text STATE PLANE GRID AutoCAD SHX Text MICHIGAN SOUTH 2113 AutoCAD SHX Text GRS 80 AutoCAD SHX Text NAD 83 (2011) AutoCAD SHX Text NAVD 88 AutoCAD SHX Text GEOID 18 AutoCAD SHX Text INTERNATIONAL FEET AutoCAD SHX Text PROJECT DATUM INFORMATION AutoCAD SHX Text BALDWIN LAKE AutoCAD SHX Text W BARBER RD AutoCAD SHX Text W BALDWIN LAKE DR AutoCAD SHX Text S YOUNGMAN RD AutoCAD SHX Text W BAKER RD AutoCAD SHX Text W FLETCHER RD AutoCAD SHX Text CITY OF GREENVILLE LIMITS AutoCAD SHX Text W CARSON CITY RD AutoCAD SHX Text W STATION RD AutoCAD SHX Text E BALDWIN LAKE BLVD AutoCAD SHX Text MEIJER DR AutoCAD SHX Text W WASHINGTON ST AutoCAD SHX Text HATHAWAY DRIVE AutoCAD SHX Text W JUDD ST AutoCAD SHX Text S MARVEL DR AutoCAD SHX Text S BALDWIN ST AutoCAD SHX Text S HILLCREST ST AutoCAD SHX Text SW GREENVILLE RD AutoCAD SHX Text BURGESS LAKE AutoCAD SHX Text FLAT RIVER AutoCAD SHX Text S BRACY AVE AutoCAD SHX Text COMO LAKE AutoCAD SHX Text RIPARIAN #1 (PROJECT LOCATION) AutoCAD SHX Text RIPARIAN #2 (SE OF PROJECT) AutoCAD SHX Text RIPARIAN #3 (NW OF PROJECT) AutoCAD SHX Text 1 AutoCAD SHX Text 3 AutoCAD SHX Text CITY OF GREENVILLE PROPERTY ADDRESS NONE MAILING ADDRESS 411 SOUTH LAFAYETTE GREENVILLE, MI 48838 AutoCAD SHX Text RIPARIANS AutoCAD SHX Text 052-740-042-00 PROPERTY ADDRESS 100 E BALDWIN LAKE BLVD GREENVILLE, MI 48838 MAILING ADDRESS CHRISTENSEN BARBARA ANN TRUST 100 E BALDWIN LAKE BLVD GREENVILLE, MI 48838 AutoCAD SHX Text 2 AutoCAD SHX Text 052-195-001-00 PROPERTY ADDRESS 301 MANOKA LAKE BLVD GREENVILLE, MI 48838 MAILING ADDRESS DONALD GIBBS 301 MANOKA LAKE BLVD GREENVILLE, MI 48838 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 3 AutoCAD SHX Text No. 6201069886 AutoCAD SHX Text ENGINEER AutoCAD SHX Text NOVAK AutoCAD SHX Text F. AutoCAD SHX Text PAYTON AutoCAD SHX Text S AutoCAD SHX Text T AutoCAD SHX Text A AutoCAD SHX Text T AutoCAD SHX Text E AutoCAD SHX Text O AutoCAD SHX Text F AutoCAD SHX Text M AutoCAD SHX Text I AutoCAD SHX Text C AutoCAD SHX Text H AutoCAD SHX Text I AutoCAD SHX Text G AutoCAD SHX Text A AutoCAD SHX Text N AutoCAD SHX Text L AutoCAD SHX Text I AutoCAD SHX Text C AutoCAD SHX Text E AutoCAD SHX Text N AutoCAD SHX Text S AutoCAD SHX Text E AutoCAD SHX Text D AutoCAD SHX Text P AutoCAD SHX Text R AutoCAD SHX Text O AutoCAD SHX Text F AutoCAD SHX Text E AutoCAD SHX Text S AutoCAD SHX Text S AutoCAD SHX Text I AutoCAD SHX Text O AutoCAD SHX Text N AutoCAD SHX Text A AutoCAD SHX Text L AutoCAD SHX Text E AutoCAD SHX Text N AutoCAD SHX Text G AutoCAD SHX Text I AutoCAD SHX Text N AutoCAD SHX Text E AutoCAD SHX Text E AutoCAD SHX Text R AutoCAD SHX Text 4 AutoCAD SHX Text 052-740-042-50 PROPERTY ADDRESS 110 E BALDWIN LAKE BLVD GREENVILLE, MI 48838 MAILING ADDRESS PATRICK & JACQELYN BOWLER 110 E BALDWIN LAKE BLVD GREENVILLE, MI 48838 AutoCAD SHX Text 4 AutoCAD SHX Text RIPARIAN #4 (W OF PROJECT) EX. GARAGE CP #102 BALDWIN LAKE BALDWIN LAKE B.M. #1 Symbol Legend Symbol Denotes Benchmark Square CB Round CB Control Point Deciduous Tree Electric MH Coniferous Tree Flag Pole Storm End Section Fiber Optic Marker Gasline Marker Guy Anchor Hydrant Lite Pole Mailbox Manhole Post Sign Sanitary MH Storm MH Telephone MH Telephone Pedestal Post Water Valve Water MH Pedestrian Crossing 0 10' 20' AutoCAD SHX Text HA-4 AutoCAD SHX Text HA-3 AutoCAD SHX Text HA-2 AutoCAD SHX Text HA-1 AutoCAD SHX Text REMOVAL LIMIT, TYP. AutoCAD SHX Text SAW CUT EX. PAVT, TYP. AutoCAD SHX Text REMOVAL LIMIT, TYP. AutoCAD SHX Text PROTECT EX. TREE AutoCAD SHX Text REMOVE EX. BUMPER BLOCKS, TYP. 0F 13 AutoCAD SHX Text SALVAGE AND RESET EX. SIGN AutoCAD SHX Text SALVAGE AND RESET EX. SIGN, MOVE 5 FEET SOUTHEAST AutoCAD SHX Text SALVAGE AND RESET EX. SIGN AutoCAD SHX Text SALVAGE AND RESET EX. SIGN AutoCAD SHX Text SALVAGE AND RESET EX. SIGN AutoCAD SHX Text REMOVE EX. TREES AND ROOTBALLS. REMOVE RAILROAD TIES. STRIP TOPSOIL DOWN TO ALLOW RIP RAP PLACEMENT AutoCAD SHX Text REMOVAL LEGEND AutoCAD SHX Text LIMITS OF REMOVALS AutoCAD SHX Text TREE TO BE PROTECTED AutoCAD SHX Text TREE TO BE REMOVED AutoCAD SHX Text PROTECT UTILITY AutoCAD SHX Text REMOVAL AREA HATCH AutoCAD SHX Text 1. PROTECT ALL EXISTING SITE SIGNS WITHIN THE CONSTRUCTION LIMITS (TRAFFIC, PARKING PROTECT ALL EXISTING SITE SIGNS WITHIN THE CONSTRUCTION LIMITS (TRAFFIC, PARKING & INFORMATIONAL, ETC.), UNLESS NOTED OTHERWISE ON THE DRAWINGS OR AS DIRECTED BY THE OWNER TO BE REMOVED & DISPOSED OF ENTIRELY. 2. PROTECT & SALVAGE EXISTING BUILDING IDENTIFICATION SIGN(S), FLAGPOLE, MONUMENT PROTECT & SALVAGE EXISTING BUILDING IDENTIFICATION SIGN(S), FLAGPOLE, MONUMENT MARKERS & DUMPSTERS WITHIN THE CONSTRUCTION LIMITS FOR RELOCATION OR RETURN TO OWNER, UNLESS NOTED OTHERWISE ON THE DRAWINGS OR REMOVE AND DISPOSED IN ENTIRETY AS DIRECTED BY THE OWNER. 3. ANY CITY/MUNICIPAL/UTILITY OWNED UNDERGROUND SERVICES (GAS, WATER, SANITARY, ANY CITY/MUNICIPAL/UTILITY OWNED UNDERGROUND SERVICES (GAS, WATER, SANITARY, ETC) SHOWN TO BE REMOVED MUST BE DONE SO IN THEIR ENTIRETY & AS INDICATED ON THE DRAWINGS. CAP/BULKHEAD ALL REMAINING PORTIONS AT THE PROPERTY LINE PER CITY/MUNICIPAL/UTILITY COMPANY STANDARDS. THE CONTRACTOR MUST OBTAIN ALL REQUIRED PERMITS & PROVIDE ADVANCED NOTICE TO CITY/MUNICIPAL/UTILITY COMPANY PRIOR TO DISTURBANCE OF SAID UTILITY SERVICES. 4. IT IS THE CONTRACTOR'S RESPONSIBILITY TO LOCATE & ISOLATE ANY UNDERGROUND IT IS THE CONTRACTOR'S RESPONSIBILITY TO LOCATE & ISOLATE ANY UNDERGROUND LAWN/PLANTING BED IRRIGATION SYSTEMS PRIOR TO CONSTRUCTION TO PREVENT DAMAGE TO THE EXISTING IRRIGATION SYSTEMS THAT ARE TO REMAIN IN GROUND & OPERABLE. ANY LAWN OR PLANTING BED IRRIGATION SYSTEMS THAT ARE DAMAGED BY CONSTRUCTION MUST BE REPLACED WITH LIKE TO THE OWNER'S SATISFACTION & AT NO ADDITIONAL COST. 5. FIELD VERIFY THE PURPOSE & LOCATION OF UNDERGROUND ELECTRICAL, TELECOM & FIELD VERIFY THE PURPOSE & LOCATION OF UNDERGROUND ELECTRICAL, TELECOM & FIBER OPTIC UTILITIES & RELOCATE AS REQUIRED PRIOR TO COMMENCEMENT DEMOLITION SUCH THAT THE OWNER DOES NOT EXPERIENCE ANY "OUTAGES" OR "FAILURES" WITH THEIR INTERNAL ELECTRICAL, TELEPHONE, SECURITY OR COMPUTER SYSTEMS. REPAIR ANY CONTRACTOR-CAUSED DAMAGES AT NO COST TO THE OWNER. REFER TO THE ELECTRICAL SITE PLAN FOR COORDINATION. 6. THE CONTRACTOR IS RESPONSIBLE FOR ALL DAMAGE TO EXISTING UTILITIES & FOR THE CONTRACTOR IS RESPONSIBLE FOR ALL DAMAGE TO EXISTING UTILITIES & FOR LOCATING THE DEPTH & PLACEMENT OF ANY AND ALL UTILITIES WITHIN THE CONSTRUCTION WORK LIMITS. PROCEED WITH CAUTION WHEN WORKING WITH & AROUND THESE UTILITIES. THE COST TO REPAIR DAMAGE TO ANY UTILITIES (SEWERS, WATER, GAS, ELECTRICAL, UNDERDRAIN SYSTEMS, & SPRINKLER SYSTEMS, ETC.), KNOWN OR OTHERWISE, WILL BE BORNE SOLELY BY THE CONTRACTOR. IT IS THE OWNER'S RESPONSIBILITY TO ACCEPT & APPROVE SAID REPAIRS OF THE DAMAGED UTILITY. 7. REMOVAL OF ANY EXISTING CHAINLINK FENCE INCLUDES THE REMOVAL OF CONCRETE REMOVAL OF ANY EXISTING CHAINLINK FENCE INCLUDES THE REMOVAL OF CONCRETE FOOTINGS WITH THE EMBEDDED POSTS. COORDINATE THE LIMITS OF EXISTING CHAINLINK FENCE REMOVALS WITH THE LIMITS OF PROPOSED CHAINLINK FENCE. REFER TO LANDSCAPE DRAWINGS FOR COORDINATION. 8. RETAINING WALLS THAT ARE SHOWN TO BE SAWCUT & REMOVED MUST BE DONE SO RETAINING WALLS THAT ARE SHOWN TO BE SAWCUT & REMOVED MUST BE DONE SO ENTIRELY & INCLUDES ANY FOOTINGS & FOOTING DRAINS, UNLESS NOTED OTHERWISE SPECIFIED ON THE DRAWINGS. THE CONTRACTOR IS RESPONSIBLE FOR ACCURATELY ESTIMATING THE EXTENT OF REMOVALS BELOW GRADE & IS RESPONSIBLE FOR PROTECTING ANY REMAINING PORTIONS OF THE RETAINING WALLS FROM DAMAGE DURING ALL PHASES OF CONSTRUCTION. 9. FULL DEPTH SAWCUT CONCRETE WALKS, PAVING AND CURB & GUTTER SHOWN TO BE FULL DEPTH SAWCUT CONCRETE WALKS, PAVING AND CURB & GUTTER SHOWN TO BE REMOVED AT THE NEAREST EXISTING JOINT & REMOVE. 10. CONTRACTOR TO COORDINATE WITH OWNER REGARDING THEIR NEED FOR EXCESS SOIL CONTRACTOR TO COORDINATE WITH OWNER REGARDING THEIR NEED FOR EXCESS SOIL SPOILS ON SITE. IF THE OWNER DOES NOT WANT THE SOIL, THE CONTRACTOR IS TO REMOVE THE SOIL AND HAUL DISPOSE OF IT OFFSITE. 11. REMOVE TREE AND STUMPS IN THEIR ENTIRETY AS IDENTIFIED ON THE DRAWINGS & REMOVE TREE AND STUMPS IN THEIR ENTIRETY AS IDENTIFIED ON THE DRAWINGS & WHEN FOUND IN THE FIELD & LOCATED WITHIN THE CONSTRUCTION AREA, OR AS DIRECTED BY THE OWNER. 12. REMOVAL OF LANDSCAPE AREAS AROUND BUILDINGS & THE SITE THAT ARE CALLED OUT REMOVAL OF LANDSCAPE AREAS AROUND BUILDINGS & THE SITE THAT ARE CALLED OUT TO BE REMOVED INCLUDES THE REMOVAL OF EDGING OR FENCING AND ANY ASSOCIATED PLANTINGS. REFER TO LANDSCAPE PLANS & SPECIFICATIONS FOR CARE OF AND RELOCATION OF ANY PLANT MATERIAL 13. REMOVE ANY EXISTING AGGREGATE BASE OR DELETERIOUS MATERIALS BENEATH ALL REMOVE ANY EXISTING AGGREGATE BASE OR DELETERIOUS MATERIALS BENEATH ALL PROPOSED LAWNS AND LANDSCAPE PLANTING AREAS. (NOT ALL ITEMS NOTED MAY PERTAIN TO ALL PROJECT SITES) AutoCAD SHX Text SITE REMOVAL NOTES AutoCAD SHX Text N AutoCAD SHX Text 2230283 AutoCAD SHX Text BALDWIN LAKE BOAT LAUNCH AutoCAD SHX Text MONTCALM COUNTY, MICHIGAN AutoCAD SHX Text CITY OF GREENVILLE AutoCAD SHX Text ESD AutoCAD SHX Text MAY '23 AutoCAD SHX Text PFN AutoCAD SHX Text MAY '23 AutoCAD SHX Text NO. AutoCAD SHX Text R E V I S I O N S AutoCAD SHX Text DATE AutoCAD SHX Text BY AutoCAD SHX Text DATE AutoCAD SHX Text CHECKED AutoCAD SHX Text DATE AutoCAD SHX Text DRAWN AutoCAD SHX Text OF AutoCAD SHX Text SHEET NO. AutoCAD SHX Text PROJECT NO. AutoCAD SHX Text 4 AutoCAD SHX Text 2 AutoCAD SHX Text EXISTING CONDITIONS & REMOVALS AutoCAD SHX Text BM#1 ELEVATION 804.20 ELEVATION 804.20 PK NAIL IN SOUTH SIDE OF POWER POLE AutoCAD SHX Text BENCHMARKS EX. GARAGE CP #102 BALDWIN LAKE BALDWIN LAKE B.M. #1 0 10' 20' ± AutoCAD SHX Text HA-4 AutoCAD SHX Text HA-3 AutoCAD SHX Text HA-2 AutoCAD SHX Text HA-1 AutoCAD SHX Text CURB AND GUTTER, CONC, DET F4 AutoCAD SHX Text CURB AND GUTTER, CONC, DET F4 AutoCAD SHX Text CURB AND GUTTER, CONC, DET F4 AutoCAD SHX Text CURB AND GUTTER, CONC, DET F4 AutoCAD SHX Text LIMITS OF STONE APRON AutoCAD SHX Text TURBIDITY CURTAIN AutoCAD SHX Text CONCRETE GUTTER SPILLWAY PER DETAIL AutoCAD SHX Text CONCRETE GUTTER SPILLWAY PER DETAIL AutoCAD SHX Text CONCRETE BOAT RAMP PER DETAIL AutoCAD SHX Text RIPRAP, PLAIN ON GEOTEXTILE FABRIC AutoCAD SHX Text RIPRAP, PLAIN ON GEOTEXTILE FABRIC AutoCAD SHX Text CONCRETE GUTTER SPILLWAY PER DETAIL AutoCAD SHX Text 26 AutoCAD SHX Text 25 AutoCAD SHX Text 25 AutoCAD SHX Text RIPRAP, PLAIN ON GEOTEXTILE FABRIC (6' x 4') AutoCAD SHX Text REINSTALL EXISTING SIGN ON NEW GROUND CONTACT RATED POSTS. POST CONFIGURATION TO MATCH EXISTING. AutoCAD SHX Text (3) BETULA NIGRA RIVER BIRCH - 2" CAL MULTI-STEM AutoCAD SHX Text 3" DEEP CEDAR MULCH OVER ENTIRE PLANTER BED AutoCAD SHX Text (10) ILEX VERTICILLATA WINTERBERRY #5 CONTAINER INSTALL IN PLANTER HOOPS SEE DETAIL SHEET AutoCAD SHX Text PROJECT AREA = 0.75 ACRES = 0.75 ACRES0.75 ACRES AutoCAD SHX Text 2230283 AutoCAD SHX Text BALDWIN LAKE BOAT LAUNCH AutoCAD SHX Text MONTCALM COUNTY, MICHIGAN AutoCAD SHX Text CITY OF GREENVILLE AutoCAD SHX Text ESD AutoCAD SHX Text MAY '23 AutoCAD SHX Text PFN AutoCAD SHX Text MAY '23 AutoCAD SHX Text NO. AutoCAD SHX Text R E V I S I O N S AutoCAD SHX Text DATE AutoCAD SHX Text BY AutoCAD SHX Text DATE AutoCAD SHX Text CHECKED AutoCAD SHX Text DATE AutoCAD SHX Text DRAWN AutoCAD SHX Text OF AutoCAD SHX Text SHEET NO. AutoCAD SHX Text PROJECT NO. AutoCAD SHX Text 4 AutoCAD SHX Text SITE DATA AutoCAD SHX Text CONCRETE PAVEMENT AutoCAD SHX Text RIP RAP AutoCAD SHX Text SITE LEGEND LAYOUT AutoCAD SHX Text STONE APRON AutoCAD SHX Text SITE & GRADING PLAN AutoCAD SHX Text BM#1 ELEVATION 804.20 ELEVATION 804.20 PK NAIL IN SOUTH SIDE OF POWER POLE AutoCAD SHX Text BENCHMARKS AutoCAD SHX Text 3 AutoCAD SHX Text N AutoCAD SHX Text SPOT ELEVATION AutoCAD SHX Text FLOW DIRECTION WITH GRADE AutoCAD SHX Text SLOPE LABEL AutoCAD SHX Text SWALE/DITCH AutoCAD SHX Text CULVERT END SECTION W/ RIPRAP AutoCAD SHX Text HYDRANT & VALVE (EX. | PROP.) AutoCAD SHX Text MANHOLE (EX. | PROP.) AutoCAD SHX Text CLEANOUT AutoCAD SHX Text CATCH BASIN (EX. | PROP.) AutoCAD SHX Text GRADE BREAK AutoCAD SHX Text PROP. CONTOUR LINE AutoCAD SHX Text EX. CONTOUR LINE AutoCAD SHX Text GRADING LIMIT AutoCAD SHX Text SILT FENCE AutoCAD SHX Text 780.20 AutoCAD SHX Text 2.0%%% AutoCAD SHX Text 5:1 AutoCAD SHX Text 780 AutoCAD SHX Text 780 AutoCAD SHX Text GRADING LEGEND AutoCAD SHX Text GRADING NOTES AutoCAD SHX Text ASPH = BITUMINOUS PAVT. = BITUMINOUS PAVT. CONC = TOP OF CONC. = TOP OF CONC. FL = FLOW LINE = FLOW LINE FC = FLUSH CURB = FLUSH CURB G = GROUND SPOT = GROUND SPOT INV = PIPE/END SECTION INVERT = PIPE/END SECTION INVERT RIM = UTILITY STRUCTURE = UTILITY STRUCTURE WALK = SIDEWALK = SIDEWALK BC = BACK OF CURB = BACK OF CURB TW = TOP OF WALL = TOP OF WALL 1. REFER TO SPECIFICATIONS FOR ADDITIONAL REFER TO SPECIFICATIONS FOR ADDITIONAL ABBREVIATIONS FOR CIVIL/SITE AMMENTITIES. 2. SIDEWALK CROSS-SLOPES HAVE BEEN DESIGNED AT 1.5%, SIDEWALK CROSS-SLOPES HAVE BEEN DESIGNED AT 1.5%, AND MUST NOT EXCEED 1.8%. AutoCAD SHX Text SOIL EROSION CONTROL LEGEND AutoCAD SHX Text 26 AutoCAD SHX Text 25 AutoCAD SHX Text TURBIDITY CURTAIN (T) AutoCAD SHX Text GEOTEXTILE SILT FENCE (T) AutoCAD SHX Text 0.0' AutoCAD SHX Text 0.3' AutoCAD SHX Text 1.5' AutoCAD SHX Text 2.5' AutoCAD SHX Text HA-1 AutoCAD SHX Text 0.0' AutoCAD SHX Text 1.5' AutoCAD SHX Text 4" TOPSOIL AutoCAD SHX Text BROWN FINE-COARSE SAND WITH TRACE SILT, LITTLE GRAVEL (SW) AutoCAD SHX Text BROWN FINE-MEDIUM SAND WITH TRACE SILT, TRACE-LITTLE GRAVEL (SP) AutoCAD SHX Text W.T. @ 2.0' AutoCAD SHX Text 3/2/23 AutoCAD SHX Text 0.0' AutoCAD SHX Text 1.5' AutoCAD SHX Text HA-2 AutoCAD SHX Text LAKE AutoCAD SHX Text 3/2/23 AutoCAD SHX Text BROWN FINE-MEDIUM SAND WITH TRACE SILT (SP) AutoCAD SHX Text 0.0' AutoCAD SHX Text 0.5' AutoCAD SHX Text 3.5' AutoCAD SHX Text HA-3 AutoCAD SHX Text W.T. @ 1.0' AutoCAD SHX Text 3/2/23 AutoCAD SHX Text 6" TOPSOIL AutoCAD SHX Text BROWN FINE-MEDIUM SAND WITH TRACE SILT, TRACE GRAVEL (SP) AutoCAD SHX Text 0.0' AutoCAD SHX Text 1.5' AutoCAD SHX Text HA-4 AutoCAD SHX Text LAKE AutoCAD SHX Text 3/2/23 AutoCAD SHX Text BROWN FINE-MEDIUM SAND WITH TRACE SILT, TRACE-LITTLE GRAVEL (SP) AutoCAD SHX Text OHWM EL. 799.7 AutoCAD SHX Text OHWM EL. 799.7 AutoCAD SHX Text CAST-IN-PLACE CONCRETE, 6" AutoCAD SHX Text 11.5% SLOPE AutoCAD SHX Text 13.8% SLOPE AutoCAD SHX Text EXISTING PAVEMENT AutoCAD SHX Text REMOVE EXISTING RAMP, 14' WIDE X 25' LONG AutoCAD SHX Text MATCH EXISTING 801.22 AutoCAD SHX Text MATCH EXISTING 801.04 AutoCAD SHX Text TOP EL. 800.34 AutoCAD SHX Text TOP EL. 800.03 AutoCAD SHX Text TOP EL. 795.66 AutoCAD SHX Text TOP EL. 795.68 AutoCAD SHX Text PROPOSED 4' X 18' CONCRETE PLANKS 18' WIDE X 32' LONG AutoCAD SHX Text PROPOSED SINGLE LAYER OF 12"-18" STONE APRON OVER 6" LAYER OF MATTRESS STONE OVER CONTINUOUS LAYER OF GEOTEXTILE FABRIC AutoCAD SHX Text REMOVE EXISTING RAMPS, MATTRESS STONE AND EXCESS SOIL (74 CYD) AND REPLACE NEW RAMP AND MATTRESS STONE (68 CYD) AutoCAD SHX Text APPROX. SHORELINE AutoCAD SHX Text PROPOSED LAUNCH RAMP PLAN AutoCAD SHX Text SCALE : 1" = 5' AutoCAD SHX Text AVERAGE AutoCAD SHX Text AVERAGE AutoCAD SHX Text PROPOSED LAUNCH RAMP PROFILE AutoCAD SHX Text 799.68 WATER LEVEL 02-15-23 AutoCAD SHX Text EX. BIT SURFACE EL. 801.12 (VARIES - SEE PLAN) AutoCAD SHX Text PROPOSED 11.5% SLOPE AutoCAD SHX Text PROPOSED 13.8% SLOPE AutoCAD SHX Text CONC RAMP EL. 800.19 (VARIES - SEE PLAN) AutoCAD SHX Text 12" THICK LAYER OF BALLAST MATTRESS STONE MEETING MDOT 6AA REQUIREMENTS OVER CONTINUOUS LAYER OF GEOTEXTILE FABRIC AutoCAD SHX Text REMOVE EXISTING RAMP, AND EXCESS SOIL (74 CYD), AND REPLACE WITH NEW RAMP AND MATTRESS STONE (68 CYD) AutoCAD SHX Text SINGLE LAYER OF 12"-18" STONE APRON OVER 6" LAYER OF MATTRESS STONE MEETING MDOT 6AA REQUIREMENTS OVER CONTINUOUS LAYER OF GEOTEXTILE FABRIC AutoCAD SHX Text SORT AND PLACE LARGER STONES AS TOE STONES AutoCAD SHX Text APPROX. EXISTING LAKE BOTTOM EL. 795.6 AutoCAD SHX Text PROPOSED NEW RAMP 4'x18'x5" CONCRETE PLANKS AutoCAD SHX Text RUBBER BELTING - SEE PROJECT SPECIFICATIONS FOR DETAIL AutoCAD SHX Text SCALE : 1" = 5' AutoCAD SHX Text WATER LEVEL & OHWM - 799.68 AutoCAD SHX Text CROSS SECTION FOR RIP RAP AREA AutoCAD SHX Text SCALE : NONE AutoCAD SHX Text RIP RAP, PLAIN ON GEOTEXTILE FABRIC AutoCAD SHX Text EX. LAKE BOTTOM AutoCAD SHX Text SLOPE FROM TOP OF CURB TO WATERS EDGE AutoCAD SHX Text CURB AND GUTTER, CONC, DET F4 AutoCAD SHX Text PLANTER HOOP - 3' DIA PERFORATED HDPE PIPE. BACKFILL WITH TOPSOIL. TOP WITH 3" OF BARK MULCH. CUT PIPE AT ANGLE TO MATCH RIP RAP GRADE AutoCAD SHX Text FLOWLINE AutoCAD SHX Text 4.0' DUB DOWN AutoCAD SHX Text 1.0' AutoCAD SHX Text 1.0' AutoCAD SHX Text REFER TO PLANS FOR CURB TYPE (TYP.) AutoCAD SHX Text GUTTER SPILLWAY AutoCAD SHX Text SCALE : NONE AutoCAD SHX Text C8 AutoCAD SHX Text CONCRETE AutoCAD SHX Text SEE PLANS FOR RIP RAP AutoCAD SHX Text 2230283 AutoCAD SHX Text BALDWIN LAKE BOAT LAUNCH AutoCAD SHX Text MONTCALM COUNTY, MICHIGAN AutoCAD SHX Text CITY OF GREENVILLE AutoCAD SHX Text ESD AutoCAD SHX Text MAY '23 AutoCAD SHX Text PFN AutoCAD SHX Text MAY '23 AutoCAD SHX Text NO. AutoCAD SHX Text R E V I S I O N S AutoCAD SHX Text DATE AutoCAD SHX Text BY AutoCAD SHX Text DATE AutoCAD SHX Text CHECKED AutoCAD SHX Text DATE AutoCAD SHX Text DRAWN AutoCAD SHX Text OF AutoCAD SHX Text SHEET NO. AutoCAD SHX Text PROJECT NO. AutoCAD SHX Text 4 AutoCAD SHX Text SITE DETAILS AutoCAD SHX Text 4 1 PN 03/2023 Section 2 Excavating SECTION 2 SPECIFICATIONS FOR EXCAVATING, TRENCHING, & BACKFILLING FOR UTILITIES 2.01 DESCRIPTION OF WORK The work must consist of furnishing all materials, equipment, and labor for excavating, trenching, and backfilling for utilities. The work also must include the necessary clearing, sheeting and shoring, boring and jacking, dewatering, pipe embedment, and other appurtenant work. The work must be performed in accordance with the specifications and drawings, the MDOT 2020 Standard Specifications for Construction and the following specifications. 2.02 CLEARING, BRUSHING & TREE REMOVAL 2.02.01 General The Contractor must perform all clearing, brushing, and tree removal required for the proposed construction. Where indicated on the drawings for a specific area, that area must be completely cleared in accordance with Sections 201 and 202 of the MDOT 2020 Standard Specifications for Construction. The Contractor must notify the Engineer 48 hours (two working days) prior to commencement of clearing, brushing and tree removal. Clearing and brushing must be confined to the limits of the right-of-way or easements unless otherwise directed and must be kept to a practicable minimum. Trees marked "Remove" on the drawings must be taken down and removed from the right-of-way in a manner that does not endanger the adjoining property or persons or traffic using the right-of-way. Unless approved otherwise by the Engineer, stumps of trees are to be removed. All stump removal must be considered included in the major items of work to the project. Selective pruning of trees will be permitted to allow operation of the Contractor's equipment. Trees must be pruned neatly, and the scars from pruning or other damage by the Contractor's equipment must be covered with a preservative. Tree removal and clearing must be performed in accordance with Federal, State, and Local requirements including seasonal limitations. If work cannot be completed within seasonal limitations, and additional evaluation is required to proceed, the Contractor must pay for such services. 2.02.02 Preservation of Trees Because of the special concern for preservation of trees, all trees six (6) inches in diameter and larger, measured at a point 4-1/2' above the ground line at the base of the 2 PN 03/2023 Section 2 Excavating tree, which are to be removed have been marked on the drawings. Where there is more than one tree that has grown from a common stump, each tree is measured as a separate tree. All other trees are to be preserved unless written permission for removal is obtained from the Owner and/or the Engineer. Where tunneling is necessary to preserve a tree, it must be included in the major items of work. Trees that may have to be tunneled may or may not be specified on the drawings. Where tunneling is necessary, excavation may have to be done by hand to prevent damage to the tree or to its roots. When tunneling or excavating is done close to a tree to be preserved, every effort must be made to preserve the main roots. 2.02.03 Disposal of Debris All trees, brush, and stumps from clearing and brushing operations must be disposed of by the Contractor by hauling from the site, or other suitable means approved by the Engineer. Burning of debris will be allowed if approved by the Engineer and Owner. The Contractor must obtain the necessary burning permits and must comply with the safety regulations required. 2.02.04 Measurement & Payment The cost of all clearing, brushing, tunneling, and protection of trees which are left standing must be considered included in the major items of work unless specific items have been provided in the Proposal in which case the prices must be payment in full for performing this work as specified herein. All tree preservation must be included in the major items of work to the project. Trees will be measured at a point 4-1/2' above the ground line at the base of the tree. Where more than one tree has grown from a common stump, each tree is measured as a separate tree. Trees smaller than six (6) inches in diameter will not be considered pay items. 2.03 REMOVAL OF SURFACE IMPROVEMENTS Surface improvements such as sidewalks, improved lawns, drives, curb and gutter, and all types of pavement must be removed just prior to excavating or trenching operations. All improvements must be cut at the expected trench width prior to excavating using suitable equipment which does not damage the improvement outside of the trench area. Concrete and bituminous pavement and drives must be cut with a pavement cutting saw. The depth of the cut must be the full depth of the pavement. Pavement crushers or breakers of any type are prohibited unless specifically authorized by the Engineer. Pavement which is removed must not become mixed with backfill material. Power equipment may be used for pavement removal, provided that damage is not caused to improvements which are to remain. Removal of surface improvements must be included in the major items of work and no specific payment will be made therefore unless specific Proposal items are provided, in which case the prices bid must be payment in full for performing this work as specified herein. 3 PN 03/2023 Section 2 Excavating 2.04 EXISTING SOIL / SUBSURFACE CONDITIONS Where provided, the soil borings shown on the construction drawings are being furnished for the convenience and general information only. The data shown on the boring logs represents soil and ground water conditions encountered at the respective boring locations at the time of boring. Variations may occur between these locations. Additionally, the stratigraphic lines represent the approximate boundaries between soil types; however, transitions may be more gradual than what is shown. The Contractor will be responsible for making themselves familiar with subsurface conditions by whatever means they deem necessary and shall make their own determinations therefrom. 2.05 EXISTING UNDERGROUND UTILITIES & STRUCTURES 2.05.01 Location No less than three (3) working days prior to excavating, the Contractor is to call “MISS DIG” at 1-800-482-7171 or 811. Existing utilities are shown only at their approximate locations based on information and data furnished to the Engineer by the owners of such underground facilities. Neither the Engineer nor the Owner guarantees the accuracy or completeness of any such information or data. The Contractor must be solely responsible for determining their exact elevations and location in the field. The Contractor must notify the owners of all underground utilities before starting any work. House sewer connections, water and gas services, and other utility lines may not be indicated on the drawings. However, the Contractor must make every effort to locate all underground utilities from information obtained from the utility owner or by prospecting in advance of trench excavation. 2.05.02 Replacement Certain underground utilities such as sewers may require removal and subsequent replacement in lieu of supporting or bracing during the proposed construction, or the Contractor may elect this option when temporary provisions to maintain essential services have been previously approved by the Engineer. Unless otherwise specified, any utilities removed during the proposed construction must be replaced by the Contractor. Materials and installation must be equal to or better than original construction in every way. Salvaged materials may be reused when they are in good condition, and a satisfactory installation can be accomplished in the judgment of the Engineer. Replacement of existing utilities must be considered included in the major items of work unless specific items have been provided in the Proposal, in which case the prices bid must be payment in full for performing this work as specified herein. 2.05.03 Relocation 4 PN 03/2023 Section 2 Excavating Should any pipe or other existing utility require raising or lowering or moving to another location because of interference with the pipe or structure being constructed under these specifications, such changes which in the opinion of the Engineer are necessary must be made by the Contractor unless otherwise specified. Relocation of the utility shall be coordinated with the utility owner and comply to their requirements. Relocation of existing utilities must be included in the major items of work unless specific items are provided in the Proposal. 2.05.04 Reconnection Where lateral services, house connections, or other pipelines require reconnection to the proposed utility, as is the case when an existing utility is being reconstructed, the Contractor must make these connections as specified or as shown on the drawings. All costs for making these connections, including provisions for maintaining flows and providing temporary service during the proposed construction, must be included in the major items of work unless specific items are provided in the Proposal. 2.05.05 Utilities to be Abandoned When pipes, conduits, sewers, or other structures are removed from the trench leaving dead ends in the ground, such ends must be fully plugged or sealed with brick and mortar by the Contractor to obtain a soil-tight condition. Abandoned structures such as manholes or chambers must be entirely removed unless otherwise specified or shown on the drawings. All materials from abandoned utilities which can be readily salvaged must be removed from the excavation by the Contractor and stored on the site or loaded on the Owner's truck as directed by the Engineer. Owner must have first claim to salvageable materials. The Contractor is responsible to dispose of salvageable materials not desired to be kept by the Owner. All costs for abandoning utilities and for removing and salvaging materials, when required, must be considered included in the major items of work unless specific items have been provided in the Proposal, in which case the prices bid must be payment in full for performing this work as specified herein. 5 PN 03/2023 Section 2 Excavating 2.06 EXCAVATING & TRENCHING 2.06.01 General Excavating and trenching operations must at all times be conducted in a safe, orderly manner using methods and equipment designed and suited to the intended use by personnel experienced in the work being performed. None of the requirements or provisions specified herein or shown on the drawings must nullify or restrict any safety provisions required by any regulation or law governing the protection and/or safety of persons or property. 2.06.02 Width of Trench The width of the trench must be ample to permit the pipe to be laid and joined properly and the pipe embedment material and backfill to be placed and compacted per pipe manufacturer’s recommendations. Trenches must be of sufficient extra width when required as will permit the convenient placing of trench supports, sheeting, and bracing. When the trench width above the top of the pipe is appreciably greater than that which is reasonably required by project conditions in the judgment of the Engineer, any additional cost for backfill material, surface restoration, or other items that are the result of such excess width must be borne by the Contractor. When installing pipes in areas of rock, refer to section 2.06.05 for minimum trench clearance. 2.06.02.01 Width of Trench for Rigid Pipe In order to limit excessive loads on rigid pipe, the maximum width of trench for pipe 36 inches and larger in diameter must not be more than twice the nominal diameter. For smaller sizes of pipe, the maximum width of trench must be not more than 3 feet greater than the nominal diameter of the pipe except as otherwise specified or directed. The above limiting restrictions on trench width apply from outside bottom of pipe to outside top of pipe. Where the width of trench within these limits exceeds the maximum limit specified, the Contractor must install a heavier class of pipe or use other means to provide additional load-carrying capacity at no additional cost to the Owner. Any changes in class of pipe or other variation must be approved in writing by the Engineer before the work progresses. 2.06.02.02 Width of Trench for Flexible Pipe Unless otherwise specified or approved by the Engineer, the minimum width of trench must be per pipe manufacturer’s recommendation based on the pipe material, native soil conditions, and selected embedment material, or the minimum width to achieve specified compaction, whichever is greater. 6 PN 03/2023 Section 2 Excavating 2.06.03 Excavating to Grade The trench must be excavated to a depth required for the proper installation of the pipe and placing of the pipe embedment material as specified. Any part of the bottom of the trench excavated below the specified subgrade must be refilled with approved materials compacted to 95% of maximum unit weight in accordance with MDOT procedures at no additional cost to the Owner. If additional excavation is required to correct unstable foundation conditions, payment will be made as specified in Section 2.07. 2.06.04 Sheeting, Shoring, Bracing, & Shelving 2.06.04.01 General The Contractor must brace or slope back the sides of all excavations in accordance with current MIOSHA regulations. The Contractor must be responsible for compliance to such regulations and for the design, installation, and maintenance of all excavation safety measures. 2.06.04.02 Measurement & Payment Unless otherwise specified in the Proposal, the costs incurred in the installation of bracing, sheeting, shoring, and shelving must be included in the unit price bid for the work being performed. If during the course of construction, field conditions require sheeting to be left in place as directed by the Engineer, the Engineer will negotiate payment with the Contractor in accordance with the contract provisions for extra work unless specific items have been provided in the Proposal. 2.06.05 Rock Excavation 2.06.05.01 General Wherever the word rock is used in these specifications, it means boulders, solid ledge rock, and other minerals geologically placed and of a hardness when first exposed of 3 or greater in scales of mineral hardness, which in the opinion of the Engineer requires continuous use of drilling and blasting or special power equipment for its removal. Soft disintegrated rock which can be removed with a power-operated excavator or with hand tools and loose, shaken, or previously blasted rock and broken stone in rock fillings will not be classified as rock, nor will it be included in measurements for payment. 7 PN 03/2023 Section 2 Excavating 2.06.05.02 Hardness The Engineer will determine the hardness of the material or minerals in question. The following accepted hardness will be used as a guide in the field for specific situations: Gypsum - hardness of 2 Fingernail - hardness of approximately 2-1/2 Calcite - hardness of 3 Copper Coin - hardness of approximately 3 Brass Pin - hardness of approximately 3 A mineral with a hardness of 3 will scratch a copper coin and can be scratched with a brass pin. Determinations of hardness which cannot readily be determined in the field will be resolved by laboratory analysis of the material in question. 2.06.05.03 Blasting Where blasting is necessary, the Contractor must obtain the required permits and licenses at its own expense. This work must be done with due regard to the safety of workmen, other people, and public and private property. The method of covering blasts, amounts of charges used, and the general procedure for doing this work must conform to the standard practice and must meet all requirements of local ordinances and other regulations and will be subject to the approval of the Engineer. 2.06.05.04 Clearance Rock must be removed to provide a clearance for all pipes, appurtenances, or structures of at least eight (8) inches below, and a minimum of eight (8) inches on each side of the pipe, appurtenance, or structure. The specified minimum clearances are the minimum clear distance which will be permitted between any part of the pipe or appurtenances being laid and any part, point, or projection of the rock. 2.06.05.05 Measurement Only boulders of 1 cubic yard or greater in volume that cannot be removed with power excavating equipment or rock as defined herein will be measured for payment. Measurements of rock will be made by the Engineer after rock is removed from the excavation by measuring the trench before the pipe is installed. The cross-sectional area will be measured at 25-foot intervals or closer if required to accurately measure the trench. The maximum depth which will be measured for payment must be from the top of the rock formation to the specified subgrade for the pipe embedment material. The maximum width of trench to be considered for payment must be as follows: 8 PN 03/2023 Section 2 Excavating 1. Below outside top of pipe, maximum width must be the outside diameter of the pipe bell plus 12 inches but not less than 30 inches. 2. From outside top of pipe to top of rock formation, maximum width must be computed based on a 5 on 1 slope vertically for the sides of the trench. The volume will be computed by the Engineer using the method of average end areas based on measurements of rock actually removed subject to the maximum limits specified. 2.06.05.06 Basis of Payment Rock excavation will be paid for at the contract price per cubic yard, which price will be payment in full for completing all work as specified herein including removal and disposal of the rock. If a unit price has not been established in the Proposal, payment to the Contractor will be based on the contract provisions for extra work. 2.06.06 Dewatering The Contractor must provide and maintain adequate dewatering equipment to remove and dispose of all surface and ground water including water or sewage from exposed sewers or water mains, from all excavations and trenches, or other parts of the work. Each excavation must be kept dry during the preparation of the subgrade and continually thereafter until the structure to be built or the installation of the pipe line is completed to such extent that no damage from hydrostatic pressure, flotation, or other cause will result. Where work is in soil containing an excessive amount of water, the Contractor must provide, install, and maintain suitable well points or wells connected to manifolds or reliable pumping equipment, or other suitable groundwater dewatering methods, and must so operate the dewatering system to ensure proper construction of the work. Contractor must submit a groundwater dewatering plan to the Owner. The plan must include the proposed dewatering strategy, including anticipated discharge rate(s) and location(s). Trench underdrain systems, or similar, will require additional information subject to project specific requirements. Discharge of water from groundwater dewatering operations shall be in accordance with all Federal, State and Local requirements, including discharge rate limitations. The Contractor must filter groundwater dewatering discharge and make every effort to prevent sand, sediment, or debris from entering any existing pipeline or conduit which they may use for drainage purposes. The repair or cleaning of drainage structures made necessary by the Contractor's operations must be performed by and at the expense of the Contractor. Arrangements for discharge of groundwater into any public sewer must be previously approved by the Owner of the receiving sewer. Should the Contractor identify potential contamination in 9 PN 03/2023 Section 2 Excavating the water from the groundwater dewatering operation, via visual and/or odor, the Contractor shall immediately notify the Engineer. Dewatering including the use of stone or gravel for dewatering purposes when required will not be paid for separately but will be included in the contract price for the major items of work. The Contractor must limit the dewatering operation to the minimum time and depth required for construction. The Contractor will be required to furnish temporary water service and/or provide potable water at the direction of the Engineer to property owners whose wells are affected by the dewatering operations. 2.07 SUBGRADE The subgrade for pipe and/or structures must be firm, dense, and thoroughly compacted and consolidated, free from mud and muck, and sufficiently stable to remain firm and intact underfoot. 2.07.01 Unstable Foundation When the soil beneath the normal pipe embedment area is soft or unstable, even with adequate dewatering, or in the opinion of the Engineer cannot support the pipe or utility, further depth must be excavated and refilled to the proposed grade with MDOT Class II granular material (for plastic pipe the material must comply with ASTM D2321) compacted in twelve (12) inch layers to 95% of maximum unit weight in accordance with MDOT procedures, or other approved means must be employed to assure a firm foundation for the utility. The volume of unstable foundation removed and replaced with approved materials for which payment will be allowed will be determined in cubic yards of material, compacted in place, unless otherwise specified on the drawings or in the proposal. Volume will be based on the actual width and depth of material removed and replaced, subject to Engineer review and approval. Payment for removal, disposal and replacement of unstable foundation will be paid under the contract provisions for extra work, unless specific Proposal items have been provided, in which case, the unit price bid must be payment in full for performing the work as specified. If the soil in the bottom of trench is soft due to excessive amounts of ground water, and/or the Contractor's method of operation, stabilization of the trench bottom must be at the Contractor's expense. 2.07.02 Special Foundations Where the subgrade at the bottom of the excavation consists of soil which is unstable or yielding to such a degree that, in the opinion of the Engineer, it cannot properly support the pipe or structure, the Contractor must construct such additional foundation or reinforcement of the subgrade as may be specified, such as timber piling, geotextiles, or other means as approved by the Engineer to provide a proper foundation. 10 PN 03/2023 Section 2 Excavating The construction of special foundations will be paid for separately based on the contract provisions for extra work, unless specific Proposal items have been provided, in which case the unit price bid must be payment in full for performing the work as specified. 2.08 PIPE EMBEDMENT 2.08.01 General Pipe embedment must include the furnishing and placing of approved materials as specified or as directed from 4 inches under the outside bottom of the pipe to 12 inches over the outside top of the pipe. Various classes of pipe embedment may be specified or shown on the drawings or details in which case the limits of the various types will also be specified. Unless otherwise specified or shown on the Drawings, all pipe embedment must be Class B pipe embedment as shown on the Standard details. When the soil in the bottom of the trench at pipe subgrade meets all the requirements for Granular Material Class II as specified in the MDOT 2020 Standard Specifications for Construction, Section 902.07 and in the opinion of the Engineer will provide suitable bedding for the pipe, such soil may be utilized as bedding material and prepared to receive the pipe as specified without undercutting and subsequent replacement. 2.08.02 Flexible Pipe Embedment Flexible pipe is any pipe having a pipe stiffness of less than 60 psi. as defined under the requirements of ASTM Designation D2412 (this includes all plastic pipe except Composite (Truss) pipe, and may include corrugated metal pipe, ductile iron pipe, and steel pipe, depending on pipe diameter and wall thickness). Plastic pipe embedment must comply with ASTM D2321. Bedding material must meet the requirements of Section 902.07 of the MDOT 2020 Standard Specifications for Construction for granular materials Class II, modified to 100% passing a 1" sieve must be used. If stone is used for bedding, it must meet the requirements of ASTM D2321 (Table 1 – Embedment Classes for Plastic Pipe) for Class 1A crushed stone. An Engineer approved geotextile filter fabric must wrap around all stone in areas where Class 1A crushed stone pipe embedment is used. Transition zones between crushed stone and sand embedment must be separated by a geotextile fabric. 2.08.03 Special Pipe Embedment Various types of special pipe embedment may be specified or shown on the Drawings in locations where special conditions require their use. The Contractor must perform all the work of constructing special pipe embedment where specified. 11 PN 03/2023 Section 2 Excavating 2.08.04 Placing Pipe Embedment Material Pipe embedment material must be placed in the bottom of the trench and shaped by hand to provide a firm and uniform bearing for the barrel of the pipe with additional shaping to accommodate the bells on bell and spigot pipe. After each pipe has been graded, aligned, and placed in final position on the bedding material and jointing is complete, additional embedment material must be carefully placed, not exceeding 6- inch lifts, and compacted under and around each side of the pipe and over the pipe until it is completely covered by 12 inches of embedment material. Said material must be distributed along both sides of the pipe uniformly and simultaneously to prevent lateral displacement of the pipe. All granular embedment material must be compacted to 95% of maximum unit weight in accordance with MDOT procedures. All the work of placing pipe embedment must be considered an integral part of installing the pipe and must be completed immediately after the pipe is laid to the correct alignment and grade. 2.08.05 Basis of Payment All the work of furnishing and/or placing pipe embedment material as specified must be included in the contract items for the proposed work. When one or more contract items have been provided in the Proposal for special pipe embedment, payment to the Contractor will be based on the prices bid for the respective items. When no specific items have been provided in the Proposal, the cost for completing this work as specified must be included in the major work items except for authorized extra work in which case the contract provisions for extra work must apply. 2.09 BACKFILLING ABOVE PIPE EMBEDMENT 2.09.01 General All backfill material must be free from cinders, ashes, refuse, sod, organic material, boulders, or rocks larger than 3 inches in diameter, frozen material or other material which in the opinion of the Engineer is unsuitable. The soil excavated from the trenches must be used for backfilling when it is classified as suitable by the Engineer. If all or a portion of the excavated material is classified as unsuitable for backfilling, the Contractor must remove and dispose of the unsuitable material and must furnish and place granular material meeting the requirements of Section 902.07 of the MDOT 2020 Standard Specifications for Construction for Granular Material Class II. All backfilling and compaction must be performed by the Contractor using methods and equipment approved by the Engineer. 12 PN 03/2023 Section 2 Excavating 2.09.02 Trenches Requiring Compacted Granular Backfill Trenches and excavations in the following locations must be backfilled with approved granular material meeting the requirements of Section 902.07 of the MDOT 2020 Standard Specifications for Construction for Granular Material Class II: a. Improved areas, including drives, sidewalks, parking areas, around structures, etc. b. Within the limits of the roadway (within a 1 on 1 slope beginning two (2) feet from the edge of pavement or back of curb towards the right-of-way line). c. Within the limits of future improvements (shown on Drawings). d. Within limits specified on Drawings. e. All sanitary sewer lateral trenches within the limits of the right-of-way. All backfill within these areas must be placed in layers not exceeding twelve (12) inches thick and must be compacted to 95% of maximum unit weight in accordance with MDOT procedures. Trenches transverse to undisturbed roadway shall be compacted to 98% of maximum unit weight in accordance with MDOT procedures. Tests for compaction will be made by the Engineer or other representative designated by the Engineer at no cost to the Contractor. When tests indicate a density which is less than that required, the methods or equipment being used must be modified to obtain the density specified, and the section in question must be recompacted until the required density is obtained. The cost of retesting must be borne by the Contractor. 2.09.03 Trenches Not Requiring Compacted Granular Backfill Where not otherwise specified or directed, backfilling above the pipe embedment must be made with material which is originally excavated, which is suitable. Backfill materials must be consolidated by mechanical equipment working longitudinally in the trench, or by other approved methods, so as to be free of large voids with any excess material mounded over the trench or removed as directed by the Engineer. The trench must be graded to a reasonable uniformity and left in a neat condition. 2.09.04 Basis of Payment Payment for backfilling including compaction must be made as follows: When a contract item has been provided in the Proposal for special backfill, payment will be made under this item as specified in Section 2.10 for approved granular material obtained off the site or when no specific item for special backfill has been provided in the Proposal, this work must be included in the major items of work. 13 PN 03/2023 Section 2 Excavating 2.10 SPECIAL BACKFILL - MEASUREMENT AND PAYMENT 2.10.01 Measurement When an item has been provided in the Proposal for special backfill, approved granular material obtained off the site which is required by these specifications or authorized by the Engineer must be included in this item. Special backfill will be measured compacted in place. The Contractor must furnish a delivery ticket for each truck load at the time the material is delivered to the project. The delivery ticket must be prepared at least in duplicate, one copy of which must be furnished to the Engineer or their representative, the other copy to be retained in the Contractor's file. No payment will be made for special backfill unless the individual truck delivery tickets are furnished in this manner. The Engineer will use the delivery tickets when calculating the compacted in place quantity. 2.10.02 Payment The Proposal unit price per cubic yard for special backfill must include payment in full for furnishing, placing, and compacting the special backfill and for disposing of the material excavated from the trench as directed and in accordance with the Drawings and Specifications. Stone used specifically for dewatering procedures must not be classified as special backfill and no specific payment will be made therefor. 2.11 DISPOSAL OF EXCESS EXCAVATION All excavated material in excess of that needed for backfill or that material classified as unsuitable by the Engineer must be disposed of by the Contractor. However, the Engineer reserves the right to direct the Contractor to haul all or a portion of the material not required for backfilling to an area designated by the Engineer which is not more than 1,000 feet outside the project and which is reasonably accessible. This work, when directed, must be performed at no additional cost to the Owner. 2.12 LIMITATIONS ON OPERATIONS The Contractor must at all times conduct their work so that there is a minimum of inconvenience to the residents and businesses in the vicinity of this project. To this end, the Contractor must complete their backfill and remove all debris and unsuitable backfill to a point as close to the actual pipe installation as is practical and keep the area where the pipe construction and backfill has been completed in a neat condition. Open excavations must be protected by signs, lights, barricades, and/or fence at all times when work is not actually taking place at that excavation. The placement of excavated earth along the line of the trench must be controlled by the public’s use of the street or right-of-way and must always be confined to approved limits. 14 PN 03/2023 Section 2 Excavating Not more than 300 consecutive feet of street must be closed at one time, and vehicular traffic through any street must not be stopped for a period longer than two weeks without the written permission of the Engineer. Not more than one cross street must be closed to vehicular traffic at the same time except by permission of the Engineer. Contractor must maintain access for emergency vehicles at all times. 2.13 SOIL EROSION AND SEDIMENTATION CONTROL The Contractor must conduct operations in such a manner that all soil is confined within the project limits and prevented from entering storm sewers, water courses, rivers, lakes, reservoirs, or wetlands. The Contractor must place a filter or barrier composed of straw, stone or other approved material around all catch basins or other inlets to the storm sewer or drainage courses to prevent sedimentation in these structures. After the construction operations are completed, the Contractor must remove these filters and clean all the sediment and debris from the catch basins, ditches or other storm sewer structures. Soil erosion and sedimentation control measures if indicated on the Drawings are considered as minimum requirements and are not to be considered as complete and all- inclusive. Additional control measures as may be required due to circumstances or conditions at the time of construction or as directed by the Engineer, or the designated Soil Erosion Control agency, must be placed as required to insure conformance with the Part 91 of PA 451 of 1994. Deviations from or additions to the erosion control measures shown on the Drawings must be subject to the approval of the Engineer or enforcing agency. The Contractor is responsible to have a certified storm water operator and complete all such reports as required by regulatory agencies as it relates to storm water and soil erosion and sedimentation control. The cost of this work and other control measures which may be required or directed by the Engineer must be included in the major work items to the cost of the project unless specific items have been provided in the proposal. - 15 - AutoCAD SHX Text 03/2023 AutoCAD SHX Text Section 2 Excavating AutoCAD SHX Text UNSTABLE SOIL REMOVAL FOR UTILITY AutoCAD SHX Text SUITABLE FOUNDATION MATERIAL AutoCAD SHX Text EXISTING GROUND LINE AutoCAD SHX Text REQUIRED MINIMUM AutoCAD SHX Text TRENCH WIDTH AutoCAD SHX Text COMPACTED M.D.O.T. GRANULAR MATERIAL CLASS II BACKFILL REQUIRED UNLESS OTHERWISE SPECIFIED OR APPROVED BY THE ENGINEER AutoCAD SHX Text 1 AutoCAD SHX Text 1 AutoCAD SHX Text 6" AutoCAD SHX Text 12" AutoCAD SHX Text PIPE EMBEDMENT MATERIAL AS SPECIFIED AutoCAD SHX Text 1 AutoCAD SHX Text 1 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text MAXIMUM PAY AREA (SEE NOTE BELOW) AutoCAD SHX Text PAYMENT WILL BE PER CUBIC YARD OF MATERIAL, COMPACTED IN PLACE. VOLUME WILL BE BASED ON THE ACTUAL WIDTH AND DEPTH OF MATERIAL REMOVED AND REPLACED, SUBJECT TO ENGINEER REVIEW AND APPROVAL, BUT SHALL NOT EXCEED THE CROSS-SECTION OF THE DETAIL ABOVE. AutoCAD SHX Text NOTE - 16 - AutoCAD SHX Text DIRECTION AutoCAD SHX Text OF FLOW AutoCAD SHX Text CLASS B PIPE EMBEDMENT AutoCAD SHX Text 03/2023 AutoCAD SHX Text Section 2 Excavating AutoCAD SHX Text EXCAVATION FOR BELLS AutoCAD SHX Text 12" AutoCAD SHX Text SHAPE FOR BARREL OF PIPE AutoCAD SHX Text APPROVED BACKFILL C.I.P. AutoCAD SHX Text I AutoCAD SHX Text 12" AutoCAD SHX Text II AutoCAD SHX Text 4" MIN. AutoCAD SHX Text 1. ALL BACKFILL INDICATED MUST BE COMPACTED TO 95% OF ALL BACKFILL INDICATED MUST BE COMPACTED TO 95% OF MAXIMUM DENSITY IN ACCORDANCE WITH M.D.O.T. PROCEDURES. 2. METHOD I MUST BE USED IN AREAS OF UNCONSOLIDATED SOILS. METHOD I MUST BE USED IN AREAS OF UNCONSOLIDATED SOILS. (e.g. SAND, GRAVEL) 3. METHOD II MUST BE USED IN AREAS OF CONSOLIDATED SOILS METHOD II MUST BE USED IN AREAS OF CONSOLIDATED SOILS (e.g. CLAY, HARDPAN, ROCK) 4. IF STONE IS USED FOR BEDDING, A NON-WOVEN GEOTEXTILE IF STONE IS USED FOR BEDDING, A NON-WOVEN GEOTEXTILE SEPARATOR (PER MDOT 910) MUST BE PLACED AROUND ALL AREAS WHERE STONE PIPE EMBEDMENT IS USED. 5. TRANSITION ZONES BETWEEN STONE AND SAND EMBEDMENT TRANSITION ZONES BETWEEN STONE AND SAND EMBEDMENT MUST BE SEPARATED BY A NON-WOVEN GEOTEXTILE SEPARATOR. AutoCAD SHX Text NOTES 1 PN 01/2023 Section 3 Surface Construction SECTION 3 SPECIFICATIONS FOR SURFACE CONSTRUCTION 3.01 DESCRIPTION OF WORK All areas disturbed by construction operations must be reconstructed per the Drawings. Disturbed areas with no specific reconstruction plans must be restored to the original condition thereof as determined by the Engineer using information from drawings, surveys, and photographs or video when available. The work must be performed in accordance with the Project Specifications and Drawings, the MDOT 2020 Standard Specifications for Construction, and the following specifications. 3.02 EARTHWORK All streets, walks, and other improved surfaces disturbed by construction operations must be replaced to uniform lines and grades established by the Engineer. The finish grade line will be established within three (3) inches of the existing ground profile shown on the Drawings unless a proposed grade is shown which indicates otherwise. The Contractor must perform all grading, compacting, shaping, and related work required to prepare the subgrade per the Prein&Newhof Specifications for Construction Section 2 to the satisfaction of the Engineer. 3.03 SAND SUBBASE Where specified, imported sand subbase will be placed on all subgrade prior to placement of aggregate base material. Imported sand subbase will be a minimum of twelve (12) inches thick and will be of materials as specified below. 3.03.01 Materials Imported subbase material must meet the requirements specified in Section 301 of the MDOT 2020 Standard Specifications for Construction. All material must be taken from stockpiles that have been tested within a year by the county road commission, MDOT, or an independent laboratory. Copies of test data must be provided to Engineer prior to placement. If existing subgrade material is sand meeting MDOT Class II requirements, the contractor may use the existing material for subbase, if approved by the Engineer. 2 PN 01/2023 Section 3 Surface Construction 3.03.02 Construction Methods Placement of imported sand subbase must be in accordance with the applicable portions of Section 301 of the MDOT 2020 Standard Specifications for Construction. 3.03.03 Measurement & Payment All placement of imported subbase will be measured in cubic yards (compacted in place) and will include all disposal of existing material and grading/shaping of proposed material required. The dimensions of subbase will be as detailed on the Drawings or as described in this specification. If a pay item is not included in the Bid Proposal, sand subbase work will be considered a part of the major items of work. 3.04 AGGREGATE SURFACING AND SHOULDERS Aggregate roads, streets, and driveways must be constructed in accordance with the typical section(s) shown on the Drawings or the cross section(s) detailed in the Project Specifications and will consist of a minimum of six (6) inches of aggregate surface course as specified below. Aggregate shoulders must be constructed in accordance with the typical section(s) shown on the Drawings, the cross section(s) in the Project Specifications, or (in the case of replacement) will match the original width and thickness of the existing shoulder. 3.04.01 Materials Aggregate surface course must meet the requirements specified in Section 306 of the MDOT 2020 Standard Specifications for Construction. Aggregate shoulder must meet the requirements specified in Section 307 of the MDOT 2020 Standard Specifications for Construction. All surface course and shoulder material must be taken from stockpiles that have been tested within a year by the county road commission, MDOT, or an independent laboratory. Copies of test data must be provided to Engineer prior to placement. Aggregate surface material that is removed from roadways, driveways, and shoulders must not be reused but must be replaced with an equivalent depth of newly compacted aggregate conforming to MDOT 23A in Section 902 of the MDOT 2020 Standard Specifications for Construction. 3.04.02 Construction Methods Placement of aggregate surface course and shoulders must be in accordance with the applicable portions of Sections 306 and 307 of the MDOT 2020 Standard Specifications for Construction. 3 PN 01/2023 Section 3 Surface Construction 3.04.03 Measurement & Payment Placement of aggregate surfacing of roads, streets and driveways will be measured in square yards and must include all grading, shaping, and compaction required. Placement of aggregate shoulders will be measured in square yards and must include all grading, shaping, and compaction required. If there is no Proposal item for shoulder restoration, it should be considered included in the major items of work. 3.05 HOT MIX ASPHALT (HMA) STREETS AND DRIVEWAYS Hot Mix Asphalt (HMA) streets and driveways must be constructed in accordance the cross section shown on the Drawings, the Project Specifications, and unless otherwise specified, must consist of 165 lbs/syd MDOT 5EL (top) over 220 lbs/syd MDOT 4EL (base...

411 S. Lafayette, Greenville, Michigan 48838Location

Address: 411 S. Lafayette, Greenville, Michigan 48838

Country : United StatesState : Michigan

You may also like

Charles Springs Boat Ramp Improvements

Due: 03 May, 2024 (in 5 days)Agency: Suwannee County Board of County Commissioners

Green Knoll Drainage Improvements

Due: 06 May, 2024 (in 8 days)Agency: City of Germantown

Interlocal Agreement between POE, SnoCo - Boat Launch Dredging Activities

Due: 10 Mar, 2027 (in about 2 years)Agency: Port of Everett

Please Sign In to see more like these.

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