JUDD STREET LIFT STATION DEWATERING CONTRACT

Similar documents
INVITATION TO BID CITY OF HOPKINSVILLE

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

Highlands Housing Authority

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

Addendum No. 1 Page 1 of 2

2016 CONCRETE REPLACEMENT PROJECT

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

Main Building Auditorium

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

AUTHORIZATION CALL FOR BIDS

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Finance & Technology Administrator (815) ext 223

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

Both envelopes must have the following information in the lower left hand corner:

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

RFP: Escanaba WWTP Raw Sewage Pump 2016

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

Scott Eagle Attack Thermal Imaging Camera

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

BID FORM (LUMP SUM CONTRACT)

CITY OF LYNWOOD. Specification for Correlator-Based Leak Detection Study

REQUEST FOR PROPOSALS

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

BITUMINOUS MIXTURE # 13A BID SHEET

DOCUMENT SPECIAL PROVISIONS

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

DRAFT TECHNICAL SPECIFICATIONS FOR

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

Notice to Bidders Page 1 of 6

BID FORM - LUMP SUM BID

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

CITY MANAGER MEMORANDUM. John Anderson Drive Roadway Improvements - Construction Engineering and Inspection Services

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

Architectural Services

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

10:00 AM, Wednesday, April 8, 2015

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

SECTION EROSION AND SEDIMENTATION CONTROLS

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015

ADDENDUM NO. 1 APRIL 24, 2017

SECTION BID SCHEDULE

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

REQUEST FOR PROPOSAL ARCHITECTURAL & ENGINEERING SERVICES OTTAWA COUNTY ROAD COMMISSION COOPERSVILLE AREA MAINTENANCE COMPLEX

REQUEST FOR PROPOSALS


INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

Construction Contract Basics

VANDERBILT UNIVERSITY

Request For Proposal. Interactive Projectors

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

DAM MAINTENANCE PROJECT 2017

UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: McAdams Project #: CLT-17010

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents

COUNTY OF SAN JOAQUIN

Document B252TM 2007

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel:

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES

Black Creek Consolidated Drain (Dirkes Drain)

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids

TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS

CHARLES COUNTY GOVERNMENT. ITB NO National Pollutant Discharge Elimination System (NPDES) Acton Lane

The Contract Documents may be examined at the following locations:

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

THE CITY OF STOCKTON DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS FOR CITY OF STOCKTON FIRE STATION NO DRIVEWAY AND PARKING LOT REPAIRS

RESOLUTION NO

Transcription:

JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE, MICHIGAN 48838 (616) 754-5645

SPECIFICATIONS FOR JUDD STREET LIFT STATION DEWATERING CONTRACT ADVERTISEMENT THE CITY OF GREENVILLE WILL RECEIVE SEALED BIDS FOR DEWATERING A PROJECT SITE FOR REPLACEMENT OF A SEWER LIFT STATION. BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, 411 S. LAFAYETTE, GREENVILLE, MICHIGAN UNTIL TUESDAY, JUNE 12, 2018 AT 2:00 P.M. ALL BIDS WILL BE OPENED AND PUBLICLY READ AT THAT TIME IN THE CITY HALL CONFERENCE ROOM. INSTRUCTIONS TO BIDDERS SCOPE OF WORK: The City of Greenville will replace an existing lift station facility located at 520 W. Judd Street in the City of Greenville. Construction will require the area to temporarily depress the groundwater table approximately 10 feet to install necessary structures and piping. Discharge of the pumped water can be filtered through a filter bag into a nearby wetland area. It is intended to coordinate this effort with the City of Greenville Department of Public Services. It is estimated that the dewatering operation will need to be maintained for approximately 3 weeks. Since there is uncertainty in the actual time required, the pay item will be for a daily basis. DEWATERING SPECIFICATION: This item shall include all labor, equipment and materials needed to depress the groundwater table approximately 10 feet within an area approximately 30 feet long by 20 feet wide to accommodate installation of two precast concrete structures and associated piping. The item shall include provision and maintenance of filter bag(s) for the discharge, as needed, so that all discharge is filtered without a back-up and unfiltered discharge reaching the nearby wetland. The operation shall be continuous until such time as determined by the Engineer to shut off the system and remove from the site. Payment for the dewatering system shall be per day from the time of installation to the time of removal. No additional payment shall be made for early installation or late removal unless otherwise directed by the Engineer in writing. PROPOSALS: All bids must be submitted on the attached bid form and received in the Office of the City Clerk at City Hall, 411 S. Lafayette Street, Greenville, Michigan 48838, on or before Tuesday, June 12, 2018 at 2 p.m. A bid will be considered complete as follows: All 4 pages of the completed, signed BID, acknowledging any Addenda and list of references.

Instructions to Bidders JUDD STREET LIFT STATION DEWATERING CONTRACT Bid Date: June 12, 2018 Page 2 of 2 ELECTRONIC OR ALTERNATE FORMS OF BIDDING NOT ALLOWED: The Greenville City Charter does not allow electronic or alternate forms of bidding. BID ENVELOPE LABELING: Please mark "DEWATERING on the outside of the envelope and submit to the City Clerk's Office prior to the bid opening. RIGHTS RESERVED BY THE CITY: The City of Greenville reserves the right to accept to reject any or all bids. The competency and responsibility of bidders will be considered in awarding contracts. The Owner does not obligate himself to accept the lowest or any other bid. The Owner reserves the right to waive any informality in any or all bids. The City of Greenville reserves the right to increase or decrease quantities of bid items without additional compensation. REFERENCES: All bidders shall include a list of 3 recent reference projects and contacts with their Bid. BID REVIEW PROCESS: The Bids will be reviewed, tabulated and checked by the City of Greenville and a recommendation will be made based on the lowest, qualified Bidder, who meets all the requirements of these Specifications. The recommendation will be considered by the Greenville City Council and a Notice of Award issued upon approval. CONTRACTOR EXECUTION OF CONTRACT: Upon issuance of the Notice of Award, the Contractor shall execute the Contract within 14 days. Failure to execute the Contract in a timely manner shall be cause for the City to proceed with subsequent bidders. INSURANCE & BOND: Upon receiving a Notice of Award the Contractor shall provide a Certificate of Insurance naming the City of Greenville as an additional insured in the following amounts. 1. Public Liability Insurance $25,000/ one person and $50,000 each occurrence. 2. Property Damage Insurance $5,000/ occurrence and $10,000 aggregate. 3. Performance Bond in the amount of the Contract. NOTICE TO PROCEED: The Contractor will be issued a Notice to Proceed after the Contract is fully executed, bonds and insurance have been received and funds are available. The Contractor may begin immediately following issuance of the Notice to Proceed. CONTRACT TIME: It is anticipated that the Contract will be awarded at the June 19, 2018 Greenville City Council Meeting. The anticipated time-frame is late July to mid- August and will be coordinated between the dewatering contractor and the City for a mutually agreeable date. QUESTIONS AND CLARIFICATIONS: The Plans and Specifications were prepared under the supervision of Doug Hinken, City Engineer. Any questions can be directed by phone 616-754-5645 or by email dhinken@greenvillemi.org.

BID Proposal of (hereinafter called BIDDER ), organized and existing under the laws of the State of doing business as.* To the City of Greenville (hereinafter called "OWNER"). In compliance with the Advertisement for Bids, BIDDER hereby proposes to perform all WORK for construction of the JUDD STREET LIFT STATION DEWATERING CONTRACT in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, and in the case of a joint BID each party thereto certifies as to his own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence WORK under this contract after receipt of the NOTICE TO PROCEED and to have the PROJECT complete by DEADLINE. BIDDER acknowledges receipt of the following ADDENDUM: The following addenda have been received, are hereby acknowledged, and their execution is included in the above proposal amount: Addendum No. Dated Addendum No. Dated CERTIFICATION By submission of this bid, each bidder certifies, and, in the case of a joint bid, each party certifies as to his/her own organization, that this bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this bid with any other bidder or with any

competitor. *Insert a corporation, a partnership, or an individual as applicable. Further, each bidder also certifies that he/she has examined all sections of the contract documents and the location of the work described herein and is fully informed as to the nature of the work and the conditions relating to its performance. Bidder understands that the quantities shown are approximate only and are subject to either increase or decrease. Furthermore, the bidder understands that there may be additions or deductions to the items of work. Price adjustments based on added or deleted quantities will be based on the unit prices as stated herein. The bidder hereby agrees to commence the WORK under this contract after the receipt of the NOTICE TO PROCEED, weather permitting, and to have the Project complete not later than DEADLINE, in accordance with the schedule shown in the instructions to Bidders, unless the period of completion is extended by mutual agreement. The bidder shall include and shall be deemed to have included, in his/her bid, all Michigan sales and use taxes currently imposed by legislative enactment and as administered by the Michigan Department of Revenue on the bid date. The undersigned further agrees to so such extra work as may be authorized, in writing, by the Owner, prices for which are not given in this proposal. Compensation shall be made on the basis agreed upon, in writing, before such work is begun. The bidder shall base bids on the materials or products specified or shown on the drawings. All WORK described in the contract documents and required for completion of the project shall be considered to be incidental unless designated as a pay item on the Bid Form. Pay items shall not be used for any components installed for the convenience/or advantage of the contractor regardless of the fact that the type of component is described on the bid sheet.

BID FORM JUDD STREET LIFT STATION DEWATERING LINE NO. EST QTY UNIT DESCRIPTION OF WORK UNIT PRICE ITEM TOTAL 1 1 LS MOBILIZATION 2 100 FT EROSION CONTROL, SILT FENCE 3 1 EA EROSION CONTROL, FILTER BAG 4 21 DAY DEWATERING DEWATERING TOTAL COMPANY NAME: ADDRESS: TELEPHONE: FAX: EMAIL: DATED: SIGNATURE: TITLE: RIGHTS RESERVED BY THE OWNER: The City of Greenville reserves the right to accept of reject any or all bids. The competency and responsibility of bidders will be considered in awarding contracts. The Owner does not obligate himself to accept the lowest or any other bid. The Owner reserves the right to waive any informality in any or all bids. The City of Greenville reserves the right to increase or decrease quantities of bid items without additional compensation.

AGREEMENT THIS AGREEMENT, made this day of, by and between the City of Greenville, hereinafter called OWNER and doing business as (an individual), or (a partnership), or (a corporation) hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. The CONTRACTOR will commence and complete the construction of JUDD STREET LIFT STATION DEWATERING 2. The CONTRACTOR will furnish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the PROJECT described herein. 3. The CONTRACTOR will commence the work required by the CONTRACT DOCUMENTS within 14 calendar days after the date of the NOTICE TO PROCEED, weather permitting and will have the Project complete the same by DEADLINE unless the period for completion is extended otherwise by the CONTRACT DOCUMENTS. 4. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein for the sum of, or as shown in the BID schedule. 5. The term CONTRACT DOCUMENTS means and includes the following: A. Advertisement For BIDS B. Information For BIDDERS C. BID D. BID BOND E. Agreement F. General Conditions G. SUPPLEMENTAL GENERAL CONDITIONS

H. Payment BOND I. Performance BOND J. NOTICE OF AWARD K. NOTICE TO PROCEED L. CHANGE ORDERS M. DRAWINGS prepared by The City of Greenville Engineering Department, entitled Judd Street Lift Station Replacement, Sheets 1 & 3 and Exhibit B page 1. N. SPECIFICATIONS prepared or issued by the City of Greenville Engineering Department. O. ADDENDA: No., dated. No., dated. No., dated. No., dated. No., dated. 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies each of which shall be deemed an original on the date first above written.

OWNER: City of Greenville BY: Name: George M. Bosanic Title: City Manager (SEAL) ATTEST: Name: Douglas W. Hinken Title: City Engineer CONTRACTOR: BY: Name: Address: (SEAL) ATTEST: Name: Title:

SECTION 1.10 - MOBILIZATION 1.10.10 SCOPE - The work covered by this section includes all work that is not directly applicable to Project items, to include, but not limited to: contract execution, bonds, insurance, transportation of equipment, contract administration, accounting and project close-out. 1.10.50 MEASUREMENT AND PAYMENT The pay item MOBILIZATION will be paid for as a Lump Sum according to the contract unit price for the Project. It will be paid at 100% when the Project is 25% complete. END OF SECTION

SECTION 1.30 - SPECIAL CONTROLS 1.30.10 SCOPE - The work covered by this section of the specifications pertains to SPECIAL CONTROLS for the performance of the work. 1.30.11 REFERENCE SPECIFICATIONS - Any standards or specifications by any technical society, association, governmental agency or other source that are referenced in these specifications shall be binding as they were fully repeated and are considered to be a part of these specifications. 1.30.12 GENERAL PROVISIONS - The Contractor shall perform all work in a manner to comply with all applicable laws of the State of Michigan with regard to air, water, and noise pollution. A. AIR POLLUTION - The Contractor shall maintain all traveled areas in a safe, dust-free condition at all times. All tracked mud, dirt, or other material shall be removed daily from all adjacent paved roads. During dry periods the Contractor shall prevent dust from becoming airborne by applying a minimum of 33% solution of Calcium Chloride as a dust palliative. Payment will be made based on load tickets and inspector daily logs. B. WATER POLLUTION - The Contractor will be required to perform all operations in a manner that will conform to the requirements of Act 346, Inland Lakes and Streams Act and Act 347, Soil Erosion and Sedimentation Control Act. Those requirements are indicated in Section 1.45. The City of Greenville will obtain this permit for the project and will provide the Certified Stormwater Operator. A copy of the permits shall be located on the site at all times. C. NOISE POLLUTION - The Contractor shall exercise judgement in the conduct of operations which by nature result in excessive noise especially adjacent to residential areas. All such operations shall take place during reasonable daylight periods, which are defined as 7:00 a.m. through 6:00 p.m. unless otherwise authorized by the Engineer. D. SOLID WASTE Not applicable E. SANITARY WASTE Not applicable F. WATER MAIN PERMIT Not applicable. 1.30.13 VEHICULAR AND PEDESTRIAN TRAFFIC CONTROL - Not applicable. 1.30.50 MEASUREMENT & PAYMENT Items described in this section will not be paid for separately, but should be included in the MOBILIZATION item. END OF SECTION

SECTION 1.45 - SOIL EROSION CONTROL PART 1 GENERAL 1.45.10 SCOPE - This section describes the type and use of various soil erosion control devices. The Contractor shall supply all necessary labor, equipment, and material to comply with the soil erosion provisions in the plans and these specifications. 1.45.11 RELATED WORK SPECIFIED ELSEWHERE - This work relates to the following sections of the specifications: Section 1.30 - SPECIAL CONTROLS PART 2 PRODUCTS 1.45.20 SILT FENCE - Silt fence shall be black filter fabric having the following minimum characteristics: - Weight = 3.0 oz/sy - Thickness = 6 mils - Apparent opening size = 40 to 100 - Burst strength (ASTM D 3786) = 350 psi - Tensile grab strength = 150 pounds - UV Resist. = 90% after 500 weatherometer hrs. The fence material shall be reinforced with heavy duty nylon cord. Posts for the fence shall be 2"x2" wood stakes 6-feet long. 1.45.21 GEOTEXTILE FILTER BAG- The geotextile for soil erosion control shall have the following minimum characteristics: - Weight = 3.0 oz/sy - Apparent opening size = 20 to 100 - Burst strength (ASTM D 3786) = 100 psi - Flow Rate = 60 gal/min/ft² 1.45.22 CERTIFICATION - The Contractor shall provide certification that the materials used meet the above requirements to the Engineer. PART 3 EXECUTION 1.45.30 INSTALLATION OF SILT FENCE - The silt fence shall be installed in the location shown on the plans. It shall have a minimum of 6-inch embedment into the existing soil. It shall be securely attached to the posts which shall be driven at 8-foot spacing. The top of the posts shall be even with the top of the silt fence. The silt fence shall remain in place. 1.45.31 INSTALLATION OF GEOTEXTILE FILTER BAG- Geotextile filter bag shall be placed as shown and completely surround the dewatering pump discharge line. This

item shall include any maintenance or cleaning required as directed by the ENGINEER. PART 4 MEASUREMENT AND PAYMENT 1.45.40 Measurement and payment for Soil Erosion items shall be paid for at the contract unit price for each unit placed and shall include all materials, labor and equipment to place said items. EROSION CONTROL, SILT FENCE shall be paid for by FEET as measured along the ground at the installed fence and EROSION CONTROL, FILTER BAG shall be paid for as EACH item used. END OF SECTION

SECTION 2.05 - DEWATERING PART 1 GENERAL 2.05.10 SCOPE - The work covered by this section of the specifications consists of furnishing all labor, equipment, and materials related to the pay item DEWATERING. 2.05.11 RELATED WORK SPECIFIED ELSEWHERE - This work relates to the following sections of the specifications: Section 1.30 - SPECIAL CONTROLS Section 1.45 - SOIL EROSION CONTROL PART 2 PART 3 PRODUCTS (Not Used) EXECUTION 2.05.30 CONSTRUCTION OPERATIONS - This item shall include all labor, equipment and materials needed to depress the groundwater table approximately 10 feet within an area approximately 30 feet long by 20 feet wide to accommodate installation of two precast concrete structures and associated piping. Discharge of the pumped water must be filtered through a filter bag into a nearby wetland area. The Contractor shall use sufficient pumps and well points to maintain a dry working environment for the duration of the excavation. It is anticipated that the work could take up to 14 days. PART 4 MEASUREMENT & PAYMENT 2.05.40 Payment for DEWATERING will be made for all labor, equipment and materials necessary to depress the water table for the duration of the Project and will be paid for each DAY that the system is in place. END OF SECTION

BASIS OF DESIGN EXISTING OPERATION INFORMATION SERVICE AREA ~ 28.5 AC REU'S = 36 POPULATION SERVED ~ 115 AVG FLOW = 11,500 GPD (8 GPM) PEAK FLOW = 57,000 GPD (40 GPM) PUMP SELECTION BASIS = 66 GPM @ 40 FT TDH EXISTING PUMP: HYDROMATIC PUMP MODEL HPGH 300 M2-2 IMPELLER: 4.25" MOTOR: 3 HP 60AMP/230V SINGLE PHASE @ 3500 RPM

10' 3 JUDD STREET LIFT STATION REPLACEMENT 520 W JUDD SITE PREPARATION

1 JUDD STREET LIFT STATION REPLACEMENT 520 W JUDD EXHIBIT B - STRUCTURE DETAILS