​Barton Dam Right Embankment Remediation

expired opportunity(Expired)
From: Ann Arbor(City)
RFP 24-03

Basic Details

started - 12 Feb, 2024 (2 months ago)

Start Date

12 Feb, 2024 (2 months ago)
due - 07 Mar, 2024 (1 month ago)

Due Date

07 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
RFP 24-03

Identifier

RFP 24-03
City of Ann Arbor

Customer / Agency

City of Ann Arbor
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.

PUBLIC IMPROVEMENT REQUEST FOR PROPOSAL RFP# 24-03 BARTON DAM RIGHT EMBANKMENT REMEDIATION Federal Energy Regulatory Commission ID # 3142 City of Ann Arbor Water Treatment Department Due Date: February 29, 2024 by 3:00 p.m. (local time) Issued By: City of Ann Arbor Procurement Unit 301 E. Huron Street Ann Arbor, MI 48104 TABLE OF CONTENTS SECTION I: GENERAL INFORMATION ................................................................................................ ...i-1 SECTION II: SCOPE OF WORK .............................................................................................................. ii-1 SECTION III: MINIMUM INFORMATION REQUIRED ............................................................................ iii-1 SECTION IV: STANDARD SPECIFICATIONS...........................................................................iv-1 SECTION V: DETAILED SPECIFICATIONS............... ...............................................................v-1 SECTION VI: ATTACHMENTS
............................................................................................................... .vi-1 i-1 SECTION I - GENERAL INFORMATION A. OBJECTIVE The City of Ann Arbor is soliciting bids from qualified contractors to construct a downstream stabilization berm on the right embankment of Barton Dam to address uncontrolled seepage in the embankment. The project must comply with requirements from the Federal Energy Regulatory Commission. The project’s major construction features include earthwork for a stabilization berm, mineral drain and collector ditch (consisting of approximately 21,000 cubic yards of fill) and grading (to construct the berm), relocation of a drainage ditch, removal of an existing reverse filter, filing of an existing pond, installation of modular retaining wall systems, construction of an access path to the dam’s right embankment, replacement of wooden stairs, and a canopy over the pedestrian walkway beneath a railroad bridge. B. BID SECURITY Each bid must be accompanied by a certified check or Bid Bond by a surety licensed and authorized to do business within the State of Michigan, in the amount of 5% of the total of the bid price. Proposals that fail to provide a bid security upon proposal opening will be deemed non-responsive and will not be considered for award. C. QUESTIONS AND CLARIFICATIONS /DESIGNATED CITY CONTACTS All questions regarding this Request for Proposal (RFP) shall be submitted via e-mail. Questions will be accepted and answered in accordance with the terms and conditions of this RFP. All questions shall be submitted on or before February 6, 2024 at 5:00 p.m. (local time), and should be addressed as follows: Scope of Work/Proposal Content questions shall be e-mailed to the Engineer, Mr. Steve McManus, P.E., SMcManus@nthconsultants.com with a cc email to Mr. Paul Malocha, P.E., Paul.Malocha@stantec.com. RFP Process and Compliance questions shall be e-mailed to Colin Spencer, Buyer - Cspencer@a2gov.org Should any prospective bidder be in doubt as to the true meaning of any portion of this RFP, or should the prospective bidder find any ambiguity, inconsistency, or omission therein, the prospective bidder shall make a written request for an official interpretation or correction by the due date for questions above. i-2 All interpretations, corrections, or additions to this RFP will be made only as an official addendum that will be posted to a2gov.org and MITN.info and it shall be the prospective bidder’s responsibility to ensure they have received all addenda before submitting a proposal. Any addendum issued by the City shall become part of the RFP and must be incorporated in the proposal where applicable. D. PRE-PROPOSAL MEETING A pre-proposal conference for this project will be held on January 30, 2024, at 1:00 pm at the City of Ann Arbor Water Treatment Plant conference room. The Water Plant is located at 919 Sunset Road, Ann Arbor, Michigan 48103. Attendance at the pre-proposal conference by prospective bidders is not required but is highly recommended. Administrative and technical questions regarding this project will be answered at this time. The pre-proposal meeting is for information only. Any answers furnished will not be official until verified in writing by the Financial Service Area, Procurement Unit. Answers that change or substantially clarify the proposal will be affirmed in an addendum. Following the proposal meeting, a site visit will be available for those interested in participating. E. PROPOSAL FORMAT To be considered, each firm must submit a response to this RFP using the format provided in Section III. No other distribution of proposals is to be made by the prospective bidder. An official authorized to bind the bidder to its provisions must sign the proposal. Each proposal must remain valid for at least one hundred and twenty (120) days from the due date of this RFP. Proposals should be prepared simply and economically providing a straightforward, concise description of the bidder’s ability to meet the requirements of the RFP. No erasures are permitted. Mistakes may be crossed out and corrected and must be initialed in ink by the person signing the proposal. F. SELECTION CRITERIA Responses to this RFP will be evaluated using a point system as shown in Section III. A selection committee determined by the City will complete the evaluation. If interviews are desired by the City, the selected firms will be given the opportunity to discuss their proposal, qualifications, experience, and their fee proposal in more detail. The City further reserves the right to interview the key personnel assigned by the selected bidder to this project. All proposals submitted may be subject to clarifications and further negotiation. All agreements resulting from negotiations that differ from what is represented within the RFP or in the proposal response shall be documented and included as part of the final contract. G. SEALED PROPOSAL SUBMISSION i-3 All proposals are due and must be delivered to the City on or before February 29, 2024 by 3:00 p.m. (local time). Proposals submitted late or via oral, telephonic, telegraphic, electronic mail or facsimile will not be considered or accepted. Each respondent should submit in a sealed envelope.  one (1) original proposal  three (3) additional proposal copies  one (1) digital copy of the proposal preferably on a USB/flash drive as one file in PDF format Proposals submitted should be clearly marked: “RFP No. 24-03–Barton Dam Right Embankment Remediation and list the bidder’s name and address. Proposals must be addressed and delivered to: City of Ann Arbor c/o Customer Service 301 East Huron Street Ann Arbor, MI 48107 All proposals received on or before the due date will be publicly opened and recorded on the due date. No immediate decisions will be rendered. Hand delivered proposals may be dropped off in the Purchasing drop box located in the Ann Street (north) vestibule/entrance of City Hall which is open to the public Monday through Friday from 8am to 5pm (except holidays). The City will not be liable to any prospective bidder for any unforeseen circumstances, delivery, or postal delays. Postmarking on the due date will not substitute for receipt of the proposal. Bidders are responsible for submission of their proposal. Additional time will not be granted to a single prospective bidder. However, additional time may be granted to all prospective bidders at the discretion of the City. A proposal may be disqualified if the following required forms are not included with the proposal:  Attachment D - Prevailing Wage Declaration of Compliance  Attachment E - Living Wage Declaration of Compliance  Attachment G - Vendor Conflict of Interest Disclosure Form  Attachment H - Non-Discrimination Declaration of Compliance Proposals that fail to provide these forms listed above upon proposal opening may be deemed non-responsive and may not be considered for award. H. DISCLOSURES i-4 Under the Freedom of Information Act (Public Act 442), the City is obligated to permit review of its files, if requested by others. All information in this proposal is subject to disclosure under this provision. This act also provides for a complete disclosure of contracts and attachments thereto. I. TYPE OF CONTRACT A sample of the Construction Agreement is included as Attachment A. Those who wish to submit a proposal to the City are required to review this sample agreement carefully. The City will not entertain changes to its Construction Agreement. For all construction work, the respondent must further adhere to the City of Ann Arbor General Conditions. The General Conditions are included herein. Retainage will be held as necessary based on individual tasks and not on the total contract value. The Contractor shall provide the required bonds included in the Contract Documents for the duration of the Contract. The City reserves the right to award the total proposal, to reject any or all proposals in whole or in part, and to waive any informality or technical defects if, in the City’s sole judgment, the best interests of the City will be so served. This RFP and the selected bidder’s response thereto, shall constitute the basis of the scope of services in the contract by reference. J. NONDISCRIMINATION All bidders proposing to do business with the City shall satisfy the contract compliance administrative policy adopted by the City Administrator in accordance with the Section 9:158 of the Ann Arbor City Code. Breach of the obligation not to discriminate as outlined in Attachment G shall be a material breach of the contract. Contractors are required to post a copy of Ann Arbor’s Non-Discrimination Ordinance attached at all work locations where its employees provide services under a contract with the City. K. WAGE REQUIREMENTS The Attachments provided herein outline the requirements for payment of prevailing wages or of a “living wage” to employees providing service to the City under this contract. The successful bidder must comply with all applicable requirements and provide documentary proof of compliance when requested. The City is currently seeking federal funds for the Barton Dam Right Embankment Stabilization Project. If Federal funds are obtained, proposing contractors will be required to meet Federal wage contracting requirements including Davis-Bacon prevailing wages. Copies of the most recent Davis-Bacon federal prevailing wage forms are included herewith as Attachment J as well as other federal contracting forms i-5 such as DBE Participation, Federal Debarment Certification and Federal Good Faith Efforts. If Federal Funding for the project is not obtained, pursuant to Resolution R-16-469 all public improvement contractors are subject to prevailing wage and will be required to provide to the City payroll records sufficient to demonstrate compliance with the prevailing wage requirements. Use of Michigan Department of Transportation Prevailing Wage Forms (sample attached hereto) or a City approved equivalent will be required along with wage rate interviews. For laborers whose wage level are subject to federal, state and/or local prevailing wage law the appropriate Davis-Bacon wage rate classification is identified based upon the work including within this contract. The wage determination(s) current on the date 10 days before proposals are due shall apply to this contract. The U.S. Department of Labor (DOL) has provided explanations to assist with classification in the following resource link: www.wdol.gov. For the purposes of this RFP the Construction Type of Heavy will apply. L. CONFLICT OF INTEREST DISCLOSURE The City of Ann Arbor Purchasing Policy requires that the consultant complete a Conflict-of-Interest Disclosure form. A contract may not be awarded to the selected bidder unless and until the Procurement Unit and the City Administrator have reviewed the Disclosure form and determined that no conflict exists under applicable federal, state, or local law or administrative regulation. Not every relationship or situation disclosed on the Disclosure Form may be a disqualifying conflict. Depending on applicable law and regulations, some contracts may be awarded on the recommendation of the City Administrator after full disclosure, where such action is allowed by law, if demonstrated competitive pricing exists and/or it is determined the award is in the best interest of the City. A copy of the Conflict-of-Interest Disclosure Form is attached. M. COST LIABILITY The City of Ann Arbor assumes no responsibility or liability for costs incurred by the bidder prior to the execution of an Agreement. The liability of the City is limited to the terms and conditions outlined in the Agreement. By submitting a proposal, bidder agrees to bear all costs incurred or related to the preparation, submission, and selection process for the proposal. N. DEBARMENT Submission of a proposal in response to this RFP is certification that the Respondent is not currently debarred, suspended, proposed for debarment, and declared ineligible i-6 or voluntarily excluded from participation in this transaction by any State or Federal departments or agencies. Submission is also agreement that the City will be notified of any changes in this status. A debarment form is included in the appendix and must be completed and submitted with a Contractor’s bid. O. PROPOSAL PROTEST All proposal protests must be in writing and filed with the City’s Purchasing Manager within five (5) business days of any notices of intent, including, but not exclusively, divisions on prequalification of bidders, shortlisting of bidders, or a notice of intent to award. Only bidders who responded to the solicitation may file a bid protest. The bidder must clearly state the reasons for the protest. If any bidder contacts a City Service Area/Unit and indicates a desire to protest an award, the Service Area/Unit shall refer the bidder to the Purchasing Manager. The Purchasing Manager will provide the bidder with the appropriate instructions for filing the protest. The protest shall be reviewed by the City Administrator or designee, whose decision shall be final. Any inquiries or requests regarding this procurement should be only submitted in writing to the Designated City Contacts provided herein. Attempts by the bidder to initiate contact with anyone other than the Designated City Contacts provided herein that the bidder believes can influence the procurement decision, e.g., Elected Officials, City Administrator, Selection Committee Members, Appointed Committee Members, etc., may lead to immediate elimination from further consideration. P. SCHEDULE The following is the schedule for this RFP process. Activity/Event Pre-Proposal Conference Written Question Deadline Addenda Published (if needed) Proposal Due Date Selection/Negotiations Expected City Council Authorizations Expected Notice to Proceed Anticipated Date January 30, 2024, 1:00 p.m. (Local Time) February 6, 2024, 5:00 p.m. (Local Time) Week of February 12, 2024 February 29, 2024, 3:00 p.m. (Local Time) March/April 2024 May/June 2024 July 1, 2024 The above schedule is for information purposes only and is subject to change at the City’s discretion. Q. IRS FORM W-9 i-7 The selected bidder will be required to provide the City of Ann Arbor an IRS form W- 9. R. RESERVATION OF RIGHTS 1. The City reserves the right in its sole and absolute discretion to accept or reject any or all proposals, or alternative proposals, in whole or in part, with or without cause. 2. The City reserves the right to waive, or not waive, informalities or irregularities in terms or conditions of any proposal if determined by the City to be in its best interest. 3. The City reserves the right to request additional information from any or all bidders. 4. The City reserves the right to reject any proposal that it determines to be unresponsive and deficient in any of the information requested within RFP. 5. The City reserves the right to determine whether the scope of the project will be entirely as described in the RFP, a portion of the scope, or a revised scope be implemented. 6. The City reserves the right to select one or more contractors or service providers to perform services. 7. The City reserves the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in this RFP, unless clearly and specifically noted in the proposal submitted. 8. The City reserves the right to disqualify proposals that fail to respond to any requirements outlined in the RFP, or failure to enclose copies of the required documents outlined within the RFP. S. IDLE FREE ORDINANCE The City of Ann Arbor adopted an idling reduction Ordinance that went into effect July 1, 2017. The full text of the ordinance (including exemptions) can be found at: www.a2gov.org/idlefree. Under the ordinance, No Operator of a Commercial Vehicle shall cause or permit the Commercial Vehicle to Idle: (a) For any period while the Commercial Vehicle is unoccupied; or (b) For more than 5 minutes in any 60-minute period while the Commercial Vehicle is occupied. In addition, generators and other internal combustion engines are covered. (1) Excluding Motor Vehicle engines, no internal combustion engine shall be operated except when it is providing power or electrical energy to equipment or a tool that is actively in use. i-8 T. ENVIRONMENTAL COMMITMENT The City of Ann Arbor recognizes its responsibility to minimize negative impacts on human health and the environment while supporting a vibrant community and economy. The City further recognizes that the products and services the City buys have inherent environmental and economic impacts and that the City should make procurement decisions that embody, promote, and encourage the City’s commitment to the environment. The City encourages potential vendors to bring forward emerging and progressive products and services that are best suited to the City’s environmental principles. U. MAJOR SUBCONTRACTORS The Bidder shall identify each major subcontractor it expects to engage for this Contract if the work to be subcontracted is 15% or more of the bid sum or over $50,000, whichever is less. The Bidder also shall identify the work to be subcontracted to each major subcontractor. The Bidder shall not change or replace a subcontractor without approval by the City. V. LIQUIDATED DAMAGES A liquidated damages clause, as given on page A-2, Article III(C) of the Contract, provides that the Contractor shall pay the City as liquidated damages, and not as a penalty, a sum certain per day for each and every day that the Contractor may be in default of completion of the specified work, within the time(s) stated in the Contract, or written extensions. Liquidated damages clauses, as given in the General Conditions, provide further that the City shall be entitled to impose and recover liquidated damages for breach of the obligations under Chapter 112 of the City Code. The liquidated damages are for the non-quantifiable aspects of any of the previously identified events and do not cover actual damages that can be shown or quantified nor are they intended to preclude recovery of actual damages in addition to the recovery of liquidated damages. ii-1 SECTION II - SCOPE OF WORK The proposed Barton Dam right embankment remediation shall consist of constructing a downstream stabilization berm with an integrated mineral drain and granular filter to remedy ongoing seepage issues and improve the overall stability of the right embankment. The full-height portion of the berm shall extend from approximately Toe Drain (TD) 22 to TD 46. The existing collector ditch pond, in the vicinity of the outlets from TD 1 through TD 9, shall be backfilled with engineered fill and the existing collector ditch shall be relocated to accommodate the stabilization berm and elimination of the collector ditch pond. The dam stability improvements shall also include removal of the existing reverse filter that is located downstream of the existing collector ditch generally between TD-33 and 45. The City has requested additional improvements to the area to facilitate the proposed construction and improve access. These include providing an access path to the right embankment, widening of the existing access path beneath the railroad bridge over the Huron River, replacement of the existing gabion shoreline system with a new modular retaining wall system, replacement of the protective canopy over the pedestrian pathway, replacement of the access stairs to the dam crest, and the removal of earth along the bank of the Huron River near the canoe launch to compensate for widening the access path in order to maintain the existing floodplain storage capacity. The Federal Energy Regulatory Commission (FERC) has regulatory authority over this project. Required work elements, sequencing, and work restrictions are detailed in the project plans. As part of the permitting requirements for the project, the City is purchasing wetlands mitigation credits to offset the project’s impacts to wetlands. The Contractor shall purchase the credits from Crandell Environmental of Charlotte, Michigan to satisfy the permit requirements for the Project. Crandell shall issue a certificate acceptable to Michigan’s Department of Environment, Great Lakes, and Energy (EGLE) for satisfaction of the permit requirements. iii-1 SECTION III - MINIMUM INFORMATION REQUIRED PROPOSAL FORMAT The following describes the elements that should be included in each of the proposal sections and the weighted point system that will be used for evaluation of the proposals. Bidders should organize Proposals into the following Sections: A. Qualifications, Experience and Accountability B. Workplace Safety C. Workforce Development D. Social Equity and Sustainability E. Schedule of Pricing/Cost F. Authorized Negotiator G. Attachments Bidders are strongly encouraged to provide details for all the information requested below within initial proposals. Backup documentation may be requested at the sole discretion of the City to validate all the responses provided herein by bidders. False statements by bidders to any of the criteria provided herein will result in the proposal being considered non-responsive and will not be considered for award. Pursuant to Sec 1:325 of the City Code which sets forth requirements for evaluating public improvement bids, Bidders should submit the following: A. QUALIFICATIONS, EXPERIENCE AND ACCOUNTABILITY - 20 POINTS 1. Qualifications and experience of the bidder and of key persons, management, and supervisory personnel to be assigned by the bidder. 2. References from individuals or entities the bidder has worked for within the last five (5) years including information regarding records of performance and job site cooperation. 3. Evidence of any quality control program used by the bidder and the results of any such program on the bidder's previous projects. 4. A statement from the bidder as to any major subcontractors it expects to engage including the name, work, and amount. iii-2 B. WORKPLACE SAFETY – 20 POINTS 1. Provide a copy of the bidder’s safety program, and evidence of a safety-training program for employees addressing potential hazards of the proposed job site. Bidder must identify a designated qualified safety representative responsible for bidder’s safety program who serves as a contact for safety related matters. 2. Provide the bidder’s Experience Modification Rating (“EMR”) for the last three consecutive years. Preference within this criterion will be given to an EMR of 1.0 or less based on a three-year average. 3. Evidence that all craft labor that will be employed by the bidder for the project has, or will have prior to project commencement, completed at least an authorized 10- hour OSHA Construction Safety Course. 4. For the last three years provide a copy of any documented violations and the bidder’s corrective actions as a result of inspections conducted by the Michigan Occupational Safety & Health Administration (MIOSHA), U.S. Department of Labor – Occupational Safety and Health Administration (OSHA), or any other applicable safety agency. C. WORKFORCE DEVELOPMENT – 20 POINTS 1. Documentation as to bidder’s pay rates, health insurance, pension or other retirement benefits, paid leave, or other fringe benefits to its employees. 2.. Documentation that the bidder participates in a Registered Apprenticeship Program that is registered with the United States Department of Labor Office of Apprenticeship or by a State Apprenticeship Agency recognized by the USDOL Office of Apprenticeship. USDOL apprenticeship agreements shall be disclosed to the City in the solicitation response. 3. Bidders shall disclose the number of non-craft employees who will work on the project on a 1099 basis, and the bidders shall be awarded points based on their relative reliance on 1099 work arrangements with more points assigned to companies with fewer 1099 arrangements. Bidders will acknowledge that the City may ask them to produce payroll records at points during the project to verify compliance with this section. iii-3 D. SOCIAL EQUITY AND SUSTAINABILITY – 20 POINTS 1. A statement from the bidder as to what percentage of its workforce resides in the City of Ann Arbor and in Washtenaw County, Michigan. The City will consider in evaluating which bids best serve its interests, the extent to which responsible and qualified bidders employ individuals in either the city or the county. Washtenaw County jurisdiction is prioritized for evaluation purposes for this solicitation. 2. Evidence of Equal Employment Opportunity Programs for minorities, women, veterans, returning citizens, and small businesses. 3. Evidence that the bidder is an equal opportunity employer and does not discriminate on the basis of race, sex, pregnancy, age, religion, national origin, marital status, sexual orientation, gender identity or expression, height, weight, or disability. 4. The bidder’s proposed use of sustainable products, technologies, or practices for the project, which reduce the impact on human health and the environment, including raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, and waste management. 5. The bidder’s environmental record, including findings of violations and penalties imposed by government agencies. iii-4 E. SCHEDULE OF PRICING/COST – 20 POINTS Barton Dam Right Embankment Remediation Base Bid Form The City of Ann Arbor is issuing this request for Bids to qualified contractors to perform earth work and other improvements associated with the Barton Dam Right Embankment Remediation project. The work area is located between Barton Pond and the Barton Nature Area Parking Area. The proposed project will entail the construction of an earthen buttress on the right embankment as well as other site improvements including widening of the existing underpass access path, replacement of the existing underpass canopy, adding a trail along the toe of the dam’s right embankment, replacement of the existing stairway to the dam crest, removal of the existing reverse filter at the site, filling of the existing toe drain pond, and excavation of earth near the canoe launch. This compensatory cut is needed to offset the fill due to widening the pedestrian access and to maintain the storage within the floodplain. Any items required for a complete project that are not included in the following table shall be assumed to be incidental. Name of Bidder: ________________________________________ Item No. Description Units Quantity Unit Cost Total Cost 1 General Conditions, Bonds, Insurance. LS 1 2 Mobilization and Demobilization LS 1 3 Install, Maintain, and Remove SESC LS 1 4 Chemical Grouting at TD‐23 and TD‐43 Subcontractor: ________________________ (Estimated Quantity for Bidding Purposes) GAL 50 5 Install Cementitious Grout Holes at TD‐23 and TD‐43 Subcontractor: ________________________ (Estimated Quantity for Bidding Purposes) EA 80 6 Cementitious Grouting at TD‐23 and TD‐43 Subcontractor: ________________________ (Estimated Quantity for Bidding Purposes) CF 120 iii-5 Item No. Description Units Quantity Unit Cost Total Cost 7 Site Preparation: Signage and Traffic Control, Clearing and Grubbing, Install, Maintain, and Remove Temporary Haul Route, Relocation of Emergency Stockpiles of Sand and Gravel. Demolish: Wooden Fence along Huron River, Remnant Collector Ditch Weir Posts, Steel C‐Channel Toe Drain ID Posts, Block Wall and Geosynthetic Reinforcing Near TD‐39, and Aggregate Ballast Upslope of TD‐39, etc. LS 1 8 Underpass Widening: Remove Existing Pavement, Canopy, Railing, and Gabions, Prepare Subgrade, Install Modular Block Wall, Place Backfill and Temporary Surface Course on Underpass. LS 1 9 Remove and Replace Existing Retaining Wall North of Underpass LS 1 10 Strip Topsoil and Raise Grade of the Right Embankment Crest to Elevation 802.0 feet. CY 630 11 Reverse Filter Dewatering LS 1 12 Remove Reverse Filter and Backfill. Excavation shall be closed on same day it is opened. TON 1300 13 Topsoil Stripping at the Stabilization Berm ACRES 2.1 14 Excavation to Reach Subgrade of Granular Filter and Removal and Replacement of Unsuitable Soils at the Stabilization Berm, including required cuts to achieve the proposed subgrade elevation at the Stabilization Berm (Estimated Quantity for Bidding Purposes). Excavation shall be closed on same day it is opened. TON 2000 15 Dewater the Collector Ditch Pond and Surrounding Ground LS 1 16 Remove and Replace Unsuitable Soils from the Collector Ditch Pond (Estimated Quantity for Bidding Purposes) TON 3200 iii-6 Item No. Description Units Quantity Unit Cost Total Cost 17 Fill the Collector Ditch Pond with Engineered Fill LS 1 18 Realign and Construct the Collector Ditch. Remove, Relocate, and Replace the Existing Culvert. Abandon the existing headwall and construct headwalls for the relocated culvert. LS 1 19 Provide dewatering for collector ditch abandonment and general dewatering as necessary LS 1 20 Inspect and Abandon Toe Drains TD‐ 12 through TD‐59. LS 1 21 Place and Compact MDOT 2NS Fine Aggregate for the Stabilization Berm and Granular Filter Above and Below the Mineral Drain CY 4900 22 Place and Compact MDOT 17A Coarse Aggregate for the Mineral Drain CY 4000 23 Place and Compact MDOT Class II Granular Fill for the Stabilization Berm CY 6300 24 Place Topsoil on the Stabilization Berm CY 1400 25 Demolish Existing Piezometer Surface Monuments. Raise Existing Piezometers and Install Locking Monuments. Install Overland Discharge of Artesian Flow at PZ‐3. Install Underdrain (Perforated and Solid‐Wall), Including Cleanouts, T Inspections, and Surface Monuments LS 1 26 Construct the Permanent Access Path and Improve Existing Path Areas South of the Underpass and North of the Underpass LS 1 27 Remove and Replace Stairway and Guard Railing atop the Adjacent Spillway Retaining Wall LS 1 28 Remove Temporary Surface Course and Construct Final Pavement at Underpass. Replace Access Path Canopy and Railing LS 1 29 Excavate and dispose of soils for compensatory cut LS 1 iii-7 Item No. Description Units Quantity Unit Cost Total Cost 30 Revegetation of the Work Area and Final Site Restoration, including repairs to Border‐to‐Border Path. Fill Ruts in the Existing Site Access Road and the Barton Nature Area Parking Lot. LS 1 31 Miscellaneous Allowance (to be used at the Owner’s discretion) LS 1 $ 75,000.00 $ 75,000.00 32 Permitting and Associated Requirements Allowance (permit fees and other charges paid directly to permitting agencies) LS 1 $ 95,000.00 $ 95,000.00 33 Allowance for Additional FERC Requirements LS 1 $ 100,000.00 $ 100,000.00 34 Purchase of Wetland Credits per EGLE LS 1 $ 225,000.00 $ 225,000.00 35 Project Closeout LS 1 36 Administrative Compliance with CWIFP, AIS, Davis Bacon, Certified Payroll and Other Regulatory Reporting. LS 1 ADDITIONAL OPTIONAL BID ITEM 1 Optional Item No. Description Units Quantity Unit Cost Total Cost A1 Between Underpass and Spillway: Remove Existing Gabions, Prepare Subgrade, Install Modular Block Wall, and Place Backfill FEET 142 1 To be executed at the direction of the Owner. The bid items identified above include the major items of work anticipated for the project. Detailed requirements for each element of the project are presented on the contract drawings. Total Bid (Items 1 through 36) $____________________________ Total Bid (Written) _____________________________________________________________ Proposed Work Start Date _______________________________ Total bid amount shall be shown in both words and numbers. In case of discrepancies, the amount shown in words shall govern. Signature of Bidder_______________________________ Date___________________ iii-8 Notice to Bidders: 1. Bids must be for all work elements and must have each blank space of the bid form completed. 2. The Owner reserves the right to waive any informality in any Bid, to reject any Bid, to reject all bids and to delete any part of the above items. 3. The bidder acknowledges that quantities provided are estimates and are not guaranteed and are solely for the purpose of bid comparison. Final payment for all unit price items will be based on the actual quantities. No minimum or maximum quantities are guaranteed by the Owner. 4. The Contractor is responsible for verification of all Bid quantities and to report to the Owner’s Representative any discrepancies found prior to ordering materials or equipment for construction. 5. The bidder hereby certifies it has carefully examined the contract documents (including geotechnical data) provided by the Owner for bidding purposes and finds them compatible with the work requirements. 6. The bidder declares it has familiarized itself with the location of the proposed work and site conditions. 7. The foregoing unit prices shall include all applicable Federal, State and Local Taxes. Bidder must sign below that he/she has read and understood all addendums related to this project. Failure to acknowledge any addendum issued may disqualify the Bidder. Addendum No. Addendum Date Signature of Bidder F. AUTHORIZED NEGOTIATOR / NEGOTIATIBLE ELEMENTS (ALTERNATES) Include the name, phone number, and e-mail address of persons(s) in your organization authorized to negotiate the agreement with the City. Authorized Negotiator Name: __________________________________________________ Title: ___________________________________________________ Phone Number: __________________________________________ Email Address: ___________________________________________ iii-9 The proposal price shall include materials and equipment selected from the designated items and manufacturers listed in the bidding documents. This is done to establish uniformity in bidding and to establish standards of quality for the items named. If the bidder wishes to quote alternate items for consideration by the City, it may do so under this Section. A complete description of the item and the proposed price differential must be provided. Unless approved at the time of award, substitutions where items are specifically named will be considered only as a negotiated change in Contract Sum. Proposed Substitutions Items Description Price Differential 1 2 3 If the Bidder takes exception to the time stipulated in Article III of the Contract, Time of Completion, page A-2, it is requested to stipulate its proposed time for performance of the work. Consideration for any proposed alternative items or time may be negotiated at the discretion of the City. G. PROPOSAL SUBMISSION ATTACHMENTS Sample Standard Contract (Attachment A), General Declaration (Attachment B), Legal Status of Bidder (Attachment C), Prevailing Wage Compliance Form (Attachment D), Living Wage Declaration of Compliance Form (Attachment E), City of Ann Arbor Living Wage Ordinance (Attachment F), Vendor Conflict of Interest Disclosure Form (Attachment G), Non-Discrimination Ordinance Declaration of Compliance Form (Attachment H), City of Ann Arbor Non-Discrimination Ordinance Poster (Attachment I), Davis Bacon Related Prevailing Federal Wages (Attachment J), Federal Disadvantaged Business Enterprise (DBE) Requirements (Attachment K), Federal Debarment Certification Form (Attachment L), the Six Good Faith Efforts and Contract Administration Requirements (Attachment M), and the MDOT Certified Payroll Form (Attachment N). These elements should be included as attachments to the proposal submission. iii-10 PROPOSAL EVALUATION 1. The selection committee will evaluate each proposal by the above-described criteria and point system. The City reserves the right to reject any proposal that it determines to be unresponsive and deficient in any of the information requested for evaluation. A proposal with all the requested information does not guarantee the proposing firm to be a candidate for an interview if interviews are selected to be held by the City. The committee may contact references to verify material submitted by the bidder. 2. The committee then will schedule interviews with the selected firms if necessary. The selected firms will be given the opportunity to discuss in more detail their qualifications, past experience, proposed work plan (if applicable) and pricing. 3. The interview should include the project team members expected to work on the project, but no more than six members’ total. The interview shall consist of a presentation of up to thirty minutes (or the length provided by the committee) by the bidder, including the person who will be the project manager on this contract, followed by approximately thirty minutes of questions and answers. Audiovisual aids may be used during the oral interviews. The committee may record the oral interviews. 4. The firms interviewed will then be re-evaluated by the above criteria and adjustments to scoring will be made as appropriate. After evaluation of the proposals, further negotiation with the selected firm may be pursued leading to the award of a contract by City Council, if suitable proposals are received. The City reserves the right to waive the interview process and evaluate the bidder based on the submitted proposal and pricing schedules alone. The City will determine whether the final scope of the project to be negotiated will be entirely as described in this RFP, a portion of the scope, or a revised scope. Work to be done under this contract is generally described through the detailed specifications and must be completed fully in accordance with the contract documents. Any proposal that does not conform fully to these instructions may be rejected. iii-11 PREPARATION OF PROPOSALS Proposals should have no plastic bindings but will not be rejected as non-responsive for being bound. Staples or binder clips are acceptable. Proposals should be printed double sided on recycled paper. Each person signing the proposal certifies that he/she is a person in the bidder’s firm/organization responsible for the decisions regarding the fees being offered in the Proposal and has not and will not participate in any action contrary to the terms of this provision. ADDENDA If it becomes necessary to revise any part of the RFP, notice of the addendum will be posted to Michigan Inter-governmental Trade Network (MITN) www.mitn.info and/or the City of Ann Arbor web site www.A2gov.org for all parties to download. Each bidder should acknowledge in its proposal all addenda it has received on the General Declarations form provided in the Attachments section herein. The failure of a bidder to receive or acknowledge receipt of any addenda shall not relieve the bidder of the responsibility for complying with the terms thereof. The City will not be bound by oral responses to inquiries or written responses other than official written addenda. iv-1 SECTION IV: STANDARD SPECIFICATIONS All work under this contract shall be performed in accordance with the Public Services Department Standard Specifications in effect at the date of availability of the contract documents stipulated in the Bid. All work under this Contract which is not included in these Standard Specifications, or which is performed using modifications to these Standard Specifications, shall be performed in accordance with the Detailed Specifications included in these contract documents. Standard Specifications are available online: http://www.a2gov.org/departments/engineering/Pages/Engineering-and-Contractor- Resources.aspx v-1 SECTION V: DETAILED SPECIFICATIONS TABLE OF CONTENTS FOR BARTON DAM RIGHT EMBANKMENT REMEDIATION ANN ARBOR, MICHIGAN PROJECT NUMBER RFP: 24-03 Division 01 – General Requirements PAGE Section 01 10 00 – Summary of Work 01 10 00 – 1-27 Section 01 14 00 – Work Restrictions 01 14 00 – 1-4 Section 01 20 00 – Measurement and Payment 01 20 00 – 1-12 Section 01 29 00 – Payment Procedures 01 29 00 – 1-4 Section 01 31 00 – Project Management and Coordination 01 31 00 – 1-6 Section 01 33 00 – Submittal Procedures 01 33 00 – 1-8 Section 01 35 13 – General Provisions 01 35 13 – 1-6 Section 01 57 13 – Soil Erosion and Sediment Control 01 57 13 – 1-3 Section 01 77 00 – Closeout Procedures 01 77 00 – 1-3 Division 02 – Existing Conditions Section 02 30 00 – Underground Utility Locator Service 02 30 00 – 1-4 Section 02 41 19 – Selective Demolition 02 41 19 – 1-2 Division 03 – Concrete Section 03 10 00 – Concrete Forming and Accessories 03 10 00 – 1-5 Section 03 20 00 – Concrete Reinforcing 03 20 00 – 1-3 Section 03 30 00 – Cast-In-Place Concrete 03 30 00 – 1-20 Division 05 – Metals Section 05 50 00 – Metal Fabrications 05 50 00 – 1-6 Section 05 53 13 – Bar Gratings 05 53 13 – 1-6 Division 06 – Wood, Plastics, and Composites Section 06 10 00 – Rough Carpentry 06 10 00 – 1-6 Section 06 15 33 – Wooden Stairs 06 15 33 – 1-5 Division 09 – Finishes Section 09 90 00 – Painting 09 90 00-1 – 7 v-2 Division 31 – Earthwork Section 31 09 13 – Construction Instrumentation and Monitoring 31 09 13 – 1-6 Section 31 10 00 – Clearing and Grubbing 31 10 00 – 1-3 Section 31 23 00 – Excavation, Backfill, and Compaction 31 23 00 – 1-3 Section 31 23 19 – Dewatering 31 23 19 – 1-3 Section 31 23 23 – Flowable Fill 31 23 23 – 1-4 Section 31 32 23 – Grouting 31 32 23 – 1-8 Section 31 34 00 – Geosynthetics 31 34 00 – 1-2 Division 32 – Exterior Improvements Section 32 13 13 – Concrete Paving 32 13 13 – 1 Section 32 32 16 – Precast Modular Block Retaining Wall 32 32 16 – 1-22 Section 32 93 00 – Vegetation 32 93 00 – 1-5 Division 33 – Subdrainage Section 33 42 13 – Stormwater Culverts 33 42 13 – 1-3 Section 33 46 00 – Underdrains 33 46 00 – 1-3 01 10 00 - 1 SUMMARY OF WORK DIVISION 01 – GENERAL REQUIREMENTS SECTION 01 10 00 SUMMARY OF WORK PART 1 GENERAL 1.1 GENERAL DESCRIPTION A. Furnish all labor, materials, and equipment to complete in every detail and leave in working order all items of work called for herein or shown on the accompanying drawings entitled “Barton Dam, Right Embankment Remediation”. B. Principal items of work for the Barton Dam, Right Embankment Remediation include the following: 1. Grouting of Toe Drains (TDs) TD-23 and TD-43. 2. Site clearing and grubbing. 3. Installation, maintenance, and removal of erosion protection and stormwater management. 4. Installation, maintenance, and removal of temporary construction fencing, haul roads, and signage. 5. Demolition of the existing block wall, gabion baskets and mattress, as well as stairway, underpass slab, and canopy structure. 6. Underpass widening including construction of a modular block wall within the Huron River and temporary surfacing. 7. Removal of existing retaining wall north of underpass and replacement with modular block wall. 8. Removal and replacement of the existing railing and fencing from the underpass, between the underpass and the spillway, and the tip of the spillway abutment wall. 9. Grading on crest of right embankment within City property to EL. 802. 10. Implementation of groundwater controls. 11. Removal of the existing reverse filter and replacement with engineered fill. 12. Removal of the existing block retaining wall and aggregate ballast in the vicinity of TD-40. 13. Removal of existing collector ditch lining and abandonment of toe drains TD-12 thought TD-59. 14. Construction of the realigned collector ditch. 15. Filling of the existing collector ditch pond. 16. Construction of proposed stabilization berm, including mineral drain and underdrain with cleanouts and T inspections. 17. Removal of existing gabions between the underpass and the spillway. (Alternate bid item to be completed at the discretion of the Owner.). 18. Construction of the modular block wall between the underpass and the spillway. (Alternate bid item to be completed at the discretion of the Owner.) 19. Construction of stairway improvements. 20. Construction of new permanent access path and improvement to existing access path. 21. Extension and modification of existing piezometer risers and covers. 01 10 00 - 2 SUMMARY OF WORK 22. Removal of temporary surfacing and construction of the concrete slab at the underpass. 23. Excavation and disposal of soils associated with the compensatory cut. 24. Site restoration and closeout. C. Work considered under this Contract is located on land owned by the City of Ann Arbor, Michigan. The construction site address is: Barton Nature Area 1010 W. Huron Drive Ann Arbor, Michigan 48103 D. Unless otherwise noted herein, all work shall conform to the 2020 edition of the State of Michigan Department of Transportation Standard Specifications for Construction (MDOT-SSC) (only where specified), the Contract Drawings, and Detailed Specifications. Pay items, units of measure, and quantities shall be in accordance with the contract Drawings, Detailed Specifications, Engineers Estimate, and Bid Schedule for the project. E. The existing structures, utilities, and physical conditions are approximately as indicated on the Drawings, but the dimensions and locations of the existing structures, utilities, the nature of materials and the stability of beds or banks are not guaranteed. Prospective bidders shall visit the site and satisfy themselves as to the working conditions, as well as to the character of the work to be performed. It is mutually agreed that submission of a proposal, by the Contractor, shall be prima facie evidence that he has made an investigation of the site and has placed his own interpretations upon said conditions. Contractor shall verify all work-critical dimensions prior to performing any work or ordering materials. 1.2 DRAWINGS The work shall conform to drawings entitled “Barton Dam, Right Embankment Remediation” as indicated below, which form a part of these specifications. The work shall also conform to such other drawings in explanation of details or minor modifications as the Project Representative may consider necessary on account of conditions found during prosecution of the work. The Contractor shall check all drawings and shall immediately report any and all discrepancies to the Project Representative. Parts and details not fully shown on the drawings shall be executed by the Contractor in accordance with the best- established industry and construction practices. Sheet Name Sheet ID Cover Sheet 1 General Information 2 Overall Existing Site Plan 3 Partial Existing Site Plans 4-8 Ex. Collector Ditch Plan and Profile 9 SESC Plan 10 SESC Details 11 Site Preparation 12 Site Preparation Details 13 01 10 00 - 3 SUMMARY OF WORK Regional Detour Plan 14 Site Detour Plan 15 Demolition Plan 16 Demolition Details 17-19 Control Point Tables 20-21 Proposed Work Index 22 Overall Proposed Site Plan 23 Partial Proposed Site Plans 24-27 Proposed Access Path Plan and Profile 28 Proposed Collector Ditch Plan and Profile 29 Typical Cross Section Collector Ditch Detail 30-31 Proposed Cross Sections 32-38 Toe Drain Grouting and Abandonment 39 Underpass Improvements 40 Retaining Wall Realignment Plan and Sections 41 Proposed Culvert Plan, Profile, Cross Section, and Details 42 Stairway Improvements 43 Miscellaneous Details 44-46 Site Restoration Plan 47 Estimated Project Quantities 48 PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION 01 14 00 - 1 WORK RESTRICTIONS SECTION 01 14 00 WORK RESTRICTIONS PART 1 GENERAL 1.1 SUMMARY A. The Contractor has the option of providing temporary facilities that can eliminate a constraint, provided it is done with the consent of the Owner and without cost to the Owner and provided that all requirements of these Specifications are fulfilled. Work not specifically covered in the following paragraphs may, in general, be done at any time during the contract period, subject to the operating requirements and constraints and construction requirements outlined hereinafter. All references to days in this Section shall be consecutive calendar days. B. The proposed construction activities required for this project will interfere with public access to Barton Dam, Barton Pond, the Huron River, and the Border-to-Border trail. Safety of the public must be taken into consideration and duly addressed during all construction activities. 1.2 GENERAL CONSTRAINTS A. The Contractor shall give Owner advance notice of proposed shutdowns of any roads or existing site access. Shutdowns shall be fully coordinated with the Owner at least 72 hours before the scheduled shutdown. B. The Contractor shall submit a proposed written plan of work, with a request to schedule shutdown work for Owner and Engineer approval. Work plan shall include sequence of events, needs for coordination with City of Ann Arbor staff. C. Any temporary work, facilities, roads, walks, protection of existing structures, etc. that may be required within the Contractor's work limits to maintain continuous and dependable plant operation shall be furnished by the Contractor at the direction of the Owner or Engineer at no extra cost to the Owner. D. The Owner shall have the authority to order work stopped or prohibited that would, in his opinion, unreasonably result in interrupting the necessary functions of the existing pump station plant at the dam site. E. If the Contractor impairs performance or operation of the existing pump station plant as a result of not complying with specified provisions for maintaining plant pump station operations, then the Contractor shall immediately make all repairs or replacements and do all work necessary to restore the plant to operation to the satisfaction of the Owner and Engineer. Such work shall progress continuously to completion 24 hours per day and seven workdays per week. F. After any damage to the existing facilities by the Contractor’s Work that, in the opinion of the Owner, constitutes an emergency, the Contractor shall be immediately available 01 14 00 - 2 WORK RESTRICTIONS and provide immediate services for the repair of damage and mitigation of the emergency. G. Shutdowns shall be scheduled between Monday and Friday, unless there are extenuating circumstances approved by the Engineer. 1.3 ACCESS TO SITE, ROADWAYS, AND PARKING AREAS A. An unobstructed traffic route to all pump station areas shall be maintained at all times for the Owner's operations personnel and maintenance equipment. The Contractor shall be responsible for providing access to the construction area and for preparing and maintaining temporary access road, fence, and gate. B. An unobstructed traffic route around the pump station plant site shall be maintained at all times for the Owner's operations personnel, maintenance equipment, and delivery vehicles. C. The Contractor shall provide temporary measures to protect the existing pavement by filling over with temporary asphalt or supplying other measures acceptable to the Engineer, and he shall repair any damage to existing paved surfaces that occurs during the construction period. Any areas disturbed along the shoulders of the access road and interior roads and elsewhere inside and outside of the site shall be repaired, graded, seeded, etc. as necessary to match preconstruction conditions. D. The Contractor shall not undertake the restoration/construction of new roadway (paved, gravel, or asphalt overlay) shown on the Contract Drawings, until all other work on the dam improvements have been completed. E. It shall be the responsibility of the Contractor to obtain any permits required from the Washtenaw County Road Commission and City of Ann Arbor and to pay all associated fees with documentation of payment provided to the Engineer. F. The Contractor shall be responsible for removal of snow in areas of the Contractor’s work. G. The Contractor will not disturb the maintenance of pump station operations without a written plan that is approved by the Owner and Engineer. H. City personnel shall have access to all areas that remain in operation throughout the construction period. The Contractor shall locate stored material, dispose of construction debris and trash, provide temporary walkways, provide temporary lighting, and other such work as directed by the Engineer to maintain personnel access to areas in operation. Access and adequate parking areas for plant personnel must be maintained throughout construction. 01 14 00 - 3 WORK RESTRICTIONS 1.4 SPECIFIC OPERATIONAL CONSTRAINTS AND CONSTRUCTION SCHEDULE ACTIVITIES A. The Contractor shall schedule the work for the following tasks based on the constraints given in such a manner as to maintain the pump station operation. At a minimum, the Construction Schedule shall indicate a proposed start date and duration for each of the items listed in this section. No construction shall begin on any of the items listed in this section until the proposed schedule has been approved. Tasks to be included are: 1. Install SESC measures. 2. Perform grouting of TD-23 and TD-43. 3. Perform site preparation and prepare laydown area including fencing, crossing, signage, temporary haul road as well as necessary clearing and grubbing. 4. Remove underpass canopy, railing, pavement, and gabions. Install modular block wall system for underpass widening, place backfill, place temporary working surface course. 5. Remove existing retaining wall north of underpass and replace with modular block wall. 6. Clear and grub the proposed work area. 7. Regrade the embankment crest to Elevation 802.0 feet. 8. Relocate emergency stockpiles of sand and gravel. 9. Install reverse filter dewatering system, remove existing reverse filter and unsuitable soils, and backfill to original grade. 10. Collector ditch pond filling - install dewatering system, remove unsuitable material, prepare subgrade, backfill collector ditch pond and place fill along existing embankment upslope of the collector ditch pond. 11. Construct proposed collector ditch. 12. Install surface water controls and dewatering system for the existing collector ditch. 13. Remove existing block retaining wall, aggregate ballast, concrete-filled posts, and steel c-channel posts for TD-12 through TD-59. 14. Abandon existing toe drains TD-12 through TD-59. Remove lining from existing collector ditch and backfill ditch. 15. Strip topsoil and remove unsuitable soils within the footprint of the proposed stabilization berm. Perform the work in “strips” and place backfill to original grade same workday. 16. Place stabilization berm with granular filter, mineral drain, and perforated underdrain. 17. Raise existing piezometers and install locking monuments. 18. Remove, relocate, and replace existing culvert. 19. Alternate Bid Work Item: Remove existing gabions between underpass and spillway and replace with modular block wall. 20. Excavate compensatory cut and dispose of spoils off site. 21. Revegetate stabilization berm and working areas. 22. Construct proposed permanent access path and improvements to existing access path. 23. Remove and replace existing stairs, railing along Huron River, and fence atop the spillway abutment wall. 24. Remove temporary wearing course at underpass and replace with permanent slab. Construct underpass canopy and railing. 25. Remove temporary haul road, SESC measures, and complete final site restoration. 26. Reverse Filter Removal 01 14 00 - 4 WORK RESTRICTIONS 27. Berm Construction 28. Gabion Basket Removal 29. Underpass Extension Modular Block Wall Construction B. Unless otherwise approved by the Engineer, the Contractor shall complete the grouting program at Toe Drains (TDs) 23 and 43 (as shown on Sheet 39 of the Drawings) within 60 days of receiving notice to proceed from the Owner or be subject to the liquidated damages specified in the contract. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION 01 20 00 - 1 MEASUREMENT AND PAYMENT SECTION 01 20 00 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.1 GENERAL DESCRIPTION A. The following subsections describe the method of measurement and basis of payment for the work to be done under the items listed in the BID PROPOSAL. 1. Each unit or lump sum price stated in the BID PROPOSAL shall constitute full compensation as herein specified for each item of work completed in accordance with the drawings and specifications. Provide all labor, material, tools, equipment and services required to complete the work specified herein and indicated on the Drawings. Items included in the Specifications and on the project Drawings, but not shown in this section, are considered incidental to the project. 2. The Contractor is responsible for surveying of project works such that the lines and grades noted on the project drawings are met. In addition, the Owner intends to retain an independent surveyor for the project for the purposes of verifying the contractor’s lines and grades, as well as to verify quantities of those bid items that require measurement of volume associated with payment. For purposes of volume verification, the contractor shall provide safe access to the Surveyor to the work areas where volume measurements are required. Further, if the Contractor identifies areas that require Owner verification, he must notify the Owner’s Surveyor at least 24 hours in advance such that there will be no project delays. 3. Owner’s surveyor is herewith designated as the surveyor retained by the owner and will be responsible for as-built information, unit price measurements for payment, and performing certification survey necessary to verify lines and grades, and layer thickness are in accordance with the contract drawings and Quality Control Inspection Program (QCIP). 4. Measured material for payment will be by the ton (2,000 pounds) to the nearest 0.1 ton (200 pounds). The contractor shall submit manifests and weight tickets from the disposal site as evidence of quantity for each truckload of material disposed of off-site. The load for payment must be weighed on approved scales of sufficient length to permit simultaneous weighing all axle loads. Scales must be inspected, tested, and sealed as directed to assure accuracy with 0.5 percent throughout the range of the scales. Scales shall be checked and certified before hauling and rechecked and recertified whenever a variance is suspected. 1.2 MEASUREMENT AND PAYMENT Item No. 1 – General Conditions, Bonds, Insurance 1. Payment for this lump sum item will be paid in full after proof of bonds and insurance is provided to the Engineer. 01 20 00 - 2 MEASUREMENT AND PAYMENT Item No. 2 – Mobilization and Demobilization 1. Half of the lump sum price for Mobilization and Demobilization will be for mobilization of all labor, materials, and equipment necessary for all preparatory work and operations to include: a. Movement of personnel, equipment, supplies, and incidentals to the project site. b. Establishment of the Contractor’s and the Engineer field offices, and other facilities necessary to undertake the work on the project in accordance with Specification Section 01 35 13 “General Provisions”. c. Other work and operations which must be performed, or for expenses incurred, prior to beginning work on the various contract items on the project site. d. Preconstruction costs, exclusive of bidding costs, which are necessary direct costs to the project, are expenditures required to prosecute the work on site, and are of a general nature rather than directly attributable to other pay items under the contract. e. Preparation of staging areas for equipment and materials, that will include, but is not limited to, all excavation, dewatering, tree removal, site grading, wetlands protection and restoration, soil erosion and sedimentation control, and all other items necessary to make the site usable, whether specifically mentioned or implied. f. Payment for mobilization shall constitute full payment for all labor, materials, and equipment necessary and will not exceed the following schedule: Completion of Task Percentage of Bid Price for Mobilization and Demobilization Allowed Movement of Personnel, Equipment and Supplies 15 Establishment of Contractor’s and City Engineer’s Field Offices 10 Preparation of Staging Areas and Protection of Wetlands 25 2. The remaining half of the lump sum price for Mobilization and Demobilization will be for demobilization of all labor, materials, and equipment to include: 3. Restoration of staging areas, final site grading, and all other items necessary to complete the project according to the plans and specifications, whether specifically mentioned or implied. 01 20 00 - 3 MEASUREMENT AND PAYMENT a. Removal of the Contractor’s and the Engineer field offices, and other facilities required for construction. b. Removal of all equipment, supplies, personnel, and incidentals from the project site. c. Other work and operations which must be performed, or for expenses incurred, prior to completion of work on the various contract items on the project site. d. Any costs associated with repair of any road damage or sidewalk damage caused by heavy hauling shall be included with this item. e. Payment for demobilization shall constitute full payment for all labor, materials, and equipment necessary and will not exceed the following schedule: Completion of Task Percentage of Bid Price for Mobilization and Demobilization Allowed Restoration of Staging Areas, and Repair of Roads and Sidewalks 25 Removal of Contractor’s and City Engineer’s Field Offices 15 Removal of Personnel, Equipment, and all Non- Permanent Features 10 Item No. 3 – Install, Maintain and Remove SESC 1. Payment for installing, maintaining, and removing the Soil Erosion and Sedimentation Control (SESC) shall constitute full payment for all labor, materials, and equipment necessary and will follow the following schedule: Completion of Task Percentage of Bid Price Allowed Installing SESC Features 25 Maintaining SESC 5 per month up to 65 Removal of SESC Features 10 Item No. 4 – Chemical Grouting at TD-23 and TD-43 1. Payment for this item shall constitute full payment for all labor, materials, and equipment necessary and will be paid in full per gallon of chemical grout injected after the work is completed, inspected, and approved by the Engineer. Grout in hoses and wasted grout will not be paid for. 01 20 00 - 4 MEASUREMENT AND PAYMENT Item No. 5 – Install Cementitious Grout Holes at TD-23 and TD-43 1. Payment for each of the grout holes shall constitute full payment for all labor, materials, and equipment necessary and will be paid in full after they are completed, inspected, and approved by the Engineer. Item No. 6 – Cementitious Grouting at TD-23 and TD-43 1. Measurement: Payment shall be based on the volume (in cubic feet) of grout placed. 2. The contract unit price for mixing and placing the cementitious grout shall constitute full payment for all labor, materials, and equipment necessary to perform the work in accordance with the drawings and specifications. 3. Payment will occur after being inspected and approved by the Engineer. Item No. 7 – Site Preparation. Signage and Traffic Control, Clearing and Grubbing, Install, Maintain and Remove Temporary Haul Route, Relocation of Emergency Stockpiles of Sand and Gravel. Demolish: Wooden Fence along Huron River, Remnant Collector Ditch Weir Posts, Steel C-Channel Toe Drain ID Posts, Block Wall and geosynthetic reinforcing Near TD-39, and Gravel Surfacing Upslope of TD-39, and all other items necessary whether specifically mentioned or not. 1. Payment for this item shall constitute full payment for all labor, materials, and equipment necessary and will be paid according to the following tasks upon completion, inspection, and approval by the Engineer of each task. Task % of Bid Item No. 7 a. Signage and Traffic Control 10 b. Clearing and Grubbing 25 c. Install Temporary Haul Route 20 d. Remove Temporary Haul Route 10 e. Relocation of Emergency Stockpiles of Sand and Gravel. 5 f. Demolish Wooden Fence along Huron River 5 g. Demolish Remnant Collector Ditch Weir Posts 5 h. Demolish Steel C-Channel Toe Drain ID Posts 5 i. Demolish Block Wall and Reinforcement Near TD-39 5 j. Remove Aggregate Ballast Upslope of TD-39 10 Item No. 8 – Underpass Widening. Remove Existing Pavement, Canopy, Railing, and Gabions, Prepare Subgrade, Install Modular Block Wall, Place Backfill and Temporary Surface Course on Underpass and all other items necessary whether specifically mentioned or not. 1. Payment for this lump sum item shall constitute full payment for all labor, materials, and equipment necessary and will be paid according to the following tasks upon completion, inspection, and approval by the Engineer of each task. 01 20 00 - 5 MEASUREMENT AND PAYMENT Task % of Bid Item No. 8 a. Remove Existing Pavement 10 b. Remove Canopy 5 c. Remove Railing 5 d. Remove Gabions 30 e. Prepare Subgrade 20 f. Install Modular Block Wall 20 g. Place Backfill and Temporary Surface 10 Item No. 9 – Remove and Replace Existing Retaining Wall North of Underpass 1. Payment for this lump sum item shall constitute full payment for all labor, materials, and equipment necessary to remove and replace the existing retaining wall and will be paid in full after the new retaining wall is completed, inspected, and approved by the Engineer. Item No. 10 – Strip Topsoil and Raise Grade of Embankment Crest to Elevation 802.0 feet from Station -2+38 to 2+25 and 12+60 to 14+33. 1. Measurement: The total quantity of fill material for which payment will be made will be based on the volume (in cubic yards) between the between the underlying ground surface and the upper surface of the material at elevation 802.0 feet, as determined by topographic survey. No allowance will be made for additional material placed above or outside the required slope lines unless authorized. 2. The contract unit price for removing the topsoil and raising the grade of the embankment with engineered fill shall constitute full payment for all labor, materials, and equipment necessary to perform the work in accordance with the drawings and specifications. 3. Payment will occur after being inspected and approved by the Engineer. Item No. 11 – Reverse Filter Dewatering 1. Payment for this lump sum item shall constitute full payment for all labor, materials, and equipment necessary to perform the work in accordance with the Contract requirements and will be paid in full after the reverse filter is removed, backfilled, and the Engineer has approved cessation of dewatering. Item No. 12 – Remove Reverse Filter and Backfill 1. Measurement: Material disposed of off-site will be measured for payment by the ton (2,000 pounds) to the nearest 0.1 ton (200 pounds). The contractor shall submit manifests and weight tickets from the disposal site as evidence of quantity for each truckload of material disposed of off-site. 01 20 00 - 6 MEASUREMENT AND PAYMENT 2. The contract unit price for reverse filter material removed and backfill material placed shall constitute full payment for all labor, materials, and equipment necessary to remove the filter material, underlying unsuitable soils, and replace backfill in accordance with the drawings and specifications. Excavation shall be closed on same day it is opened. Excluded from this pay item is any excavation and backfill associated with the work outside of the footprint of the Reverse Filter. 3. The contract unit price for removing the reverse filter and backfilling shall constitute full payment for all labor, materials, and equipment necessary in accordance with the drawings and specifications. Payment will occur after being inspected and approved by the Engineer. Item No. 13 – Topsoil Stripping at the Stabilization Berm 1. Measurement: Payment shall be based on the area (in acres) of topsoil removed. 2. The contract unit price for Topsoil Removed shall constitute full payment for all labor, materials, and equipment necessary to remove the topsoil in accordance with the drawings and specifications. 3. Payment will occur after being inspected and approved by the Engineer. Item No. 14 – Excavation to Reach Subgrade of Granular Filter and Removal and Replacement of Unsuitable Soils at the Stabilization Berm 1. Measurement: Material disposed of off-site will be measured for payment by the ton (2,000 pounds) to the nearest 0.1 ton (200 pounds). Payment shall be based on the weight (in tons) of soils removed in the excavation to reach the subgrade of granular filter and unsuitable soils removed and properly disposed of off-site. The contractor shall submit manifests and weight tickets from the disposal site as evidence of quantity for each truckload of material disposed of off-site. 2. Removal of unsuitable soils shall include those materials below the existing topsoil that require removal to achieve the stabilization berm proposed subgrade elevation. Excavation shall be closed on same day it is opened. 3. The contract unit price for Excavation to Reach Subgrade of Granular Filter and Removal and Replacement of Unsuitable Soils at the Stabilization Berm shall constitute full payment for all labor, materials, and equipment necessary to remove the Unsuitable Soils and backfill the resulting excavation in accordance with the drawings and specifications. Excluded from this pay item is any material removed and backfilled within the footprint of the reverse filter as included in Item No. 12. Payment will occur after being inspected and approved by the Engineer. 01 20 00 - 7 MEASUREMENT AND PAYMENT Item No. 15 – Dewater the Collector Ditch Pond and Surrounding Ground 1. The lump sum price for dewatering the pond and surrounding ground shall constitute full payment for all labor, materials, and equipment required to dewater the collector ditch pond as needed to facilitate removal of existing sediments and backfilling of the pond as indicated on the drawings. This item shall include all required equipment to perform the work and payment for this item will be paid in full after unsuitable soils are removed from the pond, the pond is backfilled, and the Engineer has approved cessation of dewatering. Item No. 16 – Remove and Replace Unsuitable Soils from the Collector Ditch Pond 1. Measurement: Material disposed of off-site will be measured for payment by the ton (2,000 pounds) to the nearest 0.1 ton (200 pounds). The contractor shall submit manifests and weight tickets from the disposal site as evidence of quantity for each truckload of material disposed of off-site. Excavation shall be closed on same day it is opened. 2. Removal of unsuitable soils from the pond shall include those materials below the existing pond bottom that require removal to allow proper backfill according to the plans and specifications. 3. The contract unit price for Unsuitable Soils shall constitute full payment for all labor, materials, and equipment necessary to remove the Unsuitable Soils and backfill the resulting excavation in accordance with the drawings and specifications. Payment will occur after being inspected and approved by the Engineer. Item No. 17 – Fill the Collector Ditch Pond with Engineered Fill 1. The lump sum price for filling the collector ditch pond shall constitute full payment for all labor, materials, and equipment required to fill the pond with engineered fill and place additional fill on the downstream slope of the dam adjacent to the pond as indicated on the drawings. Payment for this item will be paid in full after the work is completed, inspected, and approved by the Engineer. Item No. 18 – Realign and Construct the Collector Ditch. Remove, Relocate, and Replace the Existing Culvert. Abandon the existing headwall and construct new headwalls for the relocated culvert as indicated on the drawings. Provide General Dewatering, as necessary, to facilitate performing the work. 1. The lump sum price shall constitute full payment for labor, materials, and equipment required for realigning and constructing the collector ditch including removing any lining materials and sediments along the length of the existing collector ditch alignment, dewatering as necessary, filling the existing collector ditch with engineered fill, removal of unsuitable soils along the proposed collector ditch alignment, excavating/grading for proposed collector ditch alignment, placing lining materials in the proposed collector ditch (2NS Fine Aggregate, 17A Coarse Aggregate, and 3x1 Coarse Aggregate), removing and replacing the existing culvert, and removing the 01 20 00 - 8 MEASUREMENT AND PAYMENT existing headwall and constructing the new headwall for the relocated culvert as indicated on the drawings. Excluded from this pay item is any material removed and backfilled within the footprint of the reverse filter as included in Item No. 12. Payment for this item will be paid in full after the work is completed, inspected, and approved by the Engineer. Item No. 19 – Provide Dewatering for Collector Ditch Abandonment and General Dewatering. 1. Payment for this lump sum item shall constitute payment for all labor, materials, and equipment necessary to dewater the existing collector ditch during the abandonment process as well as any dewatering required to control groundwater migration into excavations associated with the removal of unsuitable soils following removal of the existing topsoil with the stabilization berm construction limits. This item will be paid in full after the collector ditch is abandoned, backfilled, and the Engineer has approved cessation of dewatering. Item No. 20 – Inspect and Abandon Toe Drains TD-12 through TD-59. 1. Payment for this lump sum item shall constitute full payment for all labor, materials, and equipment necessary to inspect and abandon the Toe Drains per Contract Requirements and will be paid following abandonment of TD-12 through TD-59 and inspected and approved by the Engineer. Item No. 21 - Place and Compact MDOT 2NS Fine Aggregate for the Stabilization Berm and Granular Filter Above and Below the Mineral Drain. 1. Measurement: Payment shall be based on the volume (in cubic yards) of 2NS Fine Aggregate Filter Material placed and compacted. 2. The contract unit price for 2NS Fine Aggregate shall constitute full payment for all labor, materials, and equipment necessary to place and compact the Fine Aggregate in accordance with the drawings and specifications. 3. Payment will occur after being inspected and approved by the Engineer. Item No. 22 - Place and Compact MDOT 17A Coarse Aggregate for the Mineral Drain. 1. Measurement: Payment shall be based on the volume (in cubic yards) of Coarse Aggregate Filter Material placed and compacted. 2. The contract unit price for 17A Coarse Aggregate shall constitute full payment for all labor, materials, and equipment necessary to place and compact the Coarse Aggregate in accordance with the drawings and specifications. 3. Payment will occur after being inspected and approved by the Engineer. 01 20 00 - 9 MEASUREMENT AND PAYMENT Item No. 23 - Place and Compact MDOT Class II Granular Fill for the Stabilization Berm 1. Measurement: Payment shall be based on the volume (in cubic yards) of Granular Fill Material placed and compacted. 2. The contract unit price for Class II Granular Fill shall constitute full payment for all labor, materials, and equipment necessary to place and compact the Granular Fill in accordance with the drawings and specifications. 3. Payment will occur after being inspected and approved by the Engineer. Item No. 24 - Place Topsoil on the Stabilization Berm 1. Measurement: Payment shall be based on the volume (in cubic yards) of Topsoil placed. 2. The contract unit price for Topsoil shall constitute full payment for all labor, materials, and equipment necessary to place the Topsoil in accordance with the drawings and specifications. 3. Payment will occur after being inspected and approved by the Engineer. Item No. 25 - Demolish Existing Piezometer Surface Monuments. Raise Existing Piezometers and Install Locking Monuments. Install Overland Discharge of Artesian Flow at PZ-3. Install Underdrain system (Perforated and Solid-Wall), Including Cleanouts, T Inspections, and Surface Monuments 1. Payment for this lump sum item shall constitute full payment for all labor, materials, and equipment necessary to perform the work in accordance with the drawings and specifications and will be paid following completion of all work and after being inspected and approved by the Engineer. Item No. 26 - Construct the Permanent Access Path and Improve Existing Path Areas South of the Underpass and North of the Underpass as Shown on Sheets 22- 28, 32-38, 41, and 45. 1. Payment for this lump sum item shall constitute full payment for all labor, materials, and equipment necessary and will be paid following completion of all work and after being inspected and approved by the Engineer. Item No. 27 - Remove, Dispose of, and Replace Stairway and Guard Railing Atop the Adjacent Spillway Retaining Wall 1. Payment for this lump sum item shall constitute full payment for all labor, materials, and equipment necessary in accordance with the drawings and specifications and will 01 20 00 - 10 MEASUREMENT AND PAYMENT be paid following completion of all work and after being inspected and approved by the Engineer. Item No. 28 - Remove and Dispose of Temporary Surface Course and Construct Final Pavement at Underpass. Replace Access Path Canopy and Railing 1. Payment for this lump sum item shall constitute full payment for all labor, materials, and equipment necessary to perform the work in accordance with the drawings and specifications and will be paid following completion of all work and after being inspected and approved by the Engineer. Item 29 – Excavate and Dispose of Soils for Compensatory Flood Plain Cut (as Shown on Sheet 27). 1. Payment for this lump sum item shall constitute full payment for all labor, materials, and equipment necessary to perform the work in accordance with the drawings and specifications and will be paid following completion of all work and after being inspected and approved by the Engineer. Item No. 30 - Revegetation of the Work Area and Final Site Restoration, including repairs to Border-to-Border Path. Fill Ruts in the Existing Site Access Road and the Barton Nature Area Parking Lot. 1. Payment for this lump sum item shall constitute full payment for all labor, materials, and equipment necessary to perform the work in accordance with the drawings and specifications and will be paid following completion of all work and after being inspected and approved by the Engineer. Item No. 31 – Allowance for Owner/Engineer Directed Work 1. This item is related to Discretionary allowance for Owner/ Engineer directed changes to the Contract sum resulting from additions, alterations, and administrative adjustments in the Contract Work. 2. This item includes payment for various items of Owner/Engineer directed additional Work, Work that is changed or altered by the Engineer or Project Owner, will be addressed under this Line Item and use of this line item will be entirely at the Owner’s sole discretion. The conditions for payment will be in accordance with the General Conditions of the Contract. Item No. 32 - Allowance for Permitting and Associated Requirements 1. Fees will be reimbursements in full for applicable permit fees and inspection fees incurred by the Contractor toward obtaining applicable permits and inspection fees from government agencies and municipalities to facilitate performing the scope of work required in the Contract Documents. 01 20 00 - 11 MEASUREMENT AND PAYMENT 2. Payment for permits will be paid following proof of payment of each permit by the contractor and approval by the Engineer. Item No. 33 - Allowance for Additional FERC Requirements 1. Fees will be reimbursements in full for any additional FERC requirements incurred by the Contractor to facilitate performing the scope of work required in the Contract Documents. 2. Payment for these requirements will be paid following proof of payment of each requirement by the contractor and approval by the Engineer. Item No. 34 - Allowance for Purchase of Wetland Credits per EGLE Requirements 1. Fees will be reimbursements in full for the purchase of wetland credits required by EGLE and incurred by the Contractor to facilitate performing the scope of work required in the Contract Documents. 2. Payment for wetland credits will be paid following proof of payment by the contractor from the wetland bank (Crandall/Krummrey) and EGLE. Item No. 35 - Project Closeout 1. Payment for this lump sum item will be paid following completion of all work per Contract requirements and after approval by the Engineer. Item No. 36 - Administrative Compliance with CWIFP, AIS, Davis Bacon, Certified Payroll and Other Regulatory Reporting. 1. Payment for this lump sum item will be paid following completion of all work per Contract requirements and after approval by the Engineer. Alternate Item No. 1 – Remove Existing Gabions Between Underpass and Spillway and Construct Modular Block Wall Between Underpass and Spillway, Including Associated Backfill 1. Payment for this lump sum item will be paid following completion of all work associated with this alternate item in accordance with the drawings and after being inspected and approved by the Engineer. 01 20 00 - 12 MEASUREMENT AND PAYMENT PART 2 MATERIALS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION 01 29 00 - 1 PAYMENT PROCEDURES SECTION 01 29 00 PAYMENT PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Schedule of Values. B. Initial Application of Payment C. Application for Payment D. Application for Payment at Substantial Completion E. Final Payment Application 1.2 RELATED SECTIONS A. Section 01 33 00 - Submittal Procedures 1.3 SCHEDULE OF VALUES A. Submit typed schedule for review and approval. The approved schedule of values will be used to prepare future Applications for Payment. B. Submit Schedule of Values in PDF format to the Engineer within 15 days after date of Owner-Contractor Agreement. C. Format: Identify each line item with number and title of the major specification Section. D. Include within each line item, a direct proportional amount of Contractor’s overhead and profit. E. Revise schedule to list approved Change Orders, with each Application for Payment. F. Include the following Project Identification on the Schedule of Values: 1. Project Name and Location 2. Name of Engineer 3. Project Number 4. Contractor’s Name and Address 5. Date of Submittal 01 29 00 - 2 PAYMENT PROCEDURES G. Arrange Schedule of Values in a tabular form with separate rows for each Specification Section and separate columns for each major structure of area of Work. Additionally, separate line items for the following shall be included: 1. Mobilization (Maximum 5% of Contract Total) 2. Bonds & Insurance 3. Allowances 4. Project Close-Out H. Provide a breakdown of the Contract Price in sufficient detail to facilitate continued evaluation of Application for Payment and progress reports. Break principal subcontract amounts down into several line items. 1.4 INITIAL APPLICATION FOR PAYMENT A. Administrative actions and submittals that must precede submittal of the first Application for Payment include the following: 1. List of Subcontractors 2. List of Principal Suppliers and Fabricators 3. Schedule of Values 4. Contractor’s Construction Schedule (preliminary, if not final) 5. Submittal Schedule (preliminary if not final) 1.5 APPLICATIONS FOR PAYMENT A. Submit each pay application in electronic PDF format. B. Content and Format: Utilize Schedule of Values and Change Orders for listing items in Application for Payment. C. Payment Period: Payments made according to the schedule described in the General Conditions and or in accordance with the Owner’s requirements. D. With each copy of the applications submit Waiver of Lien from all subcontractors or suppliers for work included in Application for Payment, other than the first pay application. E. Submit a completed Contractor’s Declaration with each Application for Payment. 01 29 00 - 3 PAYMENT PROCEDURES F. A copy of the current Project Schedule Update as returned by Engineer with “No Exceptions”. 1.6 APPLICATION FOR PAYMENT AT SUBSTANTIAL COMPLETION A. Following issuance of Certificate of Substantial Completion, submit an Application for Payment. B. Administrative action and submittals that shall proceed or coincide with this application include: 1. Occupancy permits and similar approvals. 2. Warranties (guarantees) and maintenance agreements.. 3. Test/adjust/balance records. 4. Changeover information related to Owner’s occupancy, use, operation and maintenance. 5. Final cleaning. 6. Application for reduction of retainage, and consent of surety. 7. Advice on shifting insurance coverage. 8. List of incomplete work, recognized as exceptions to Engineer’s Certificate of Substantial Completion. 9. As-Built Drawings. 1.7 FINAL PAYMENT APPLICATION A. Administrative actions and submittals which must precede or coincide with submittal of the final payment Application for Payment include the following: 1. Completion of Project Closeout requirements. 2. Completion of items specified for completion after Substantial Completion. 3. Assurance that unsettled claims will be settled. 4. Assurance that work not complete and accepted will be completed without undue delay. 5. Proof that taxes, fees, and similar obligations have been paid. 6. Removal of temporary facilities and services. 01 29 00 - 4 PAYMENT PROCEDURES 7. Removal of surplus materials, rubbish, and similar elements. 8. Change of door locks to Owner’s access. 9. Contractor’s waivers of liens for project. 10. Written description of how all punch list items were addressed. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION 01 31 00 - 1 PROJECT MANAGEMENT AND COORDINATION SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION PART 1 GENERAL 1.1 SECTION INCLUDES A. Project Superintendence B. Coordination and project conditions. C. Field engineering. D. Pre-Construction Conference. E. Site Mobilization Meeting. F. Progress meetings. G. Preinstallation meetings. 1.2 PROJECT SUPERINTENDENCE A. Contractor’s superintendent shall be on site whenever active construction activities are ongoing. The assigned superintendent will have functional authority over construction activities for the duration of the project. 1.3 COORDINATION AND PROJECT CONDITIONS A. Coordinate with utility companies for construction of utilities to the construction site. B. Coordinate with Owner/Engineer to request Owner-supplied surveying. The Owner- supplied Surveyor will provide a quality control check of the Contractor’s lines and grades as contained in the project drawings. The Owner-supplied Surveyor will also verify excavation and fill volumes where payment is based on the actual volume of materials removed or placed during construction, such as compensatory cut excavation and placement of the granular filter. For payment verification purposes, the Contractor must provide safe access to the area requiring survey throughout the project. Further, if the Contractor identifies areas that require Owner verification, he must notify the Owner’s Surveyor at least 24 hours in advance of the anticipated survey need. C. Coordinate with other contractors to complete connections to other work. D. Coordinate construction operations included under different Section of the Specifications that are dependent upon each other for proper installation, connection, and operation. Where installation of one part of the work is dependent on installation of other components, either before or after its own installation, schedule construction activities in the sequence required to obtain the best results. Where availability of space is limited, 01 31 00 - 2 PROJECT MANAGEMENT AND COORDINATION coordinate installation of different components to assure maximum accessibility for required maintenance, service, and repair. Make adequate provisions to accommodate items scheduled for later installation. E. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at Site in accordance with Laws or Regulations. Contractor shall train Contractor’s employees on use of these sheets and shall keep a master copy on hand at site. F. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and ensure orderly progress of the work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Schedules 2. Installation and removal of temporary facilities. 3. Delivery and processing of submittals. 4. Progress meetings. 5. Request of information. 6. Project closeout activities. G. Coordinate scheduling, submittals, and Work of the various sections of the Contract Documents to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. H. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. I. Coordinate activities and laydown areas with other contractors that may be on site to perform other work, such as construction of the Border to Border Trail. 1.4 FIELD ENGINEERING The Contractor shall be responsible for the following: A. Protect survey control and reference points. Promptly notify Engineer of any discrepancies discovered. B. Control datum for survey is shown on Drawings. C. Field-verify all dimensions and measurements. D. Verify setbacks and easements; confirm drawing dimensions and elevations.

301 E Huron St, Ann Arbor, MI 48104, USALocation

Address: 301 E Huron St, Ann Arbor, MI 48104, USA

Country : United StatesState : Michigan

You may also like

WD Mayo Lock and Dam 14 Repair Embankment and Cherokee Chute

Due: 08 May, 2024 (in 9 days)Agency: DEPT OF DEFENSE

Tree Remediation Assessment – Flood and Erosion Control Infrastructure

Due: 03 May, 2024 (in 4 days)Agency: Saugeen Valley Conservation Authority

Howard A. Hanson Dam AWSP Fish Passage Facility

Due: 28 May, 2024 (in 29 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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