CITY OF JACKSON 2016 Downtown Street and Parking Lot ...

5 downloads 218 Views 4MB Size Report
Jun 13, 2016 - and regulations without such notice to the City, the Contractor shall assume full responsibility for such
CITY OF JACKSON

2016 Downtown Street and Parking Lot Rehabilitation Bid Responses Due: Tuesday, June 28, 2016

by 2:00 PM

CONTENTS INVITATION FOR BIDS INSTRUCTIONS TO BIDDERS (IB) PROPOSAL FORMS (P) AGREEMENT (A) GENERAL CONDITIONS (G) DETAILED SPECIFICATIONS

CITY OF JACKSON, MICHIGAN 161 W. Michigan Avenue Jackson, Michigan 49201

June 13, 2016 INVITATION TO BID Sealed proposals for 2016 Downtown Street and Parking Lot Rehabilitation will be received by the City of Jackson Purchasing Agent, 161 W. Michigan Avenue, 10th Floor, Jackson, Michigan, until Tuesday, June 28, 2016, 2:00 PM. 23,800 syds of HMA Cold Milling and HMA paving with improvements at intersections on Jackson, Mechanic and Francis Streets between Washington Avenue and Glick Highway in the City of Jackson, Michigan. Major bid items include: Pavt, Rem, Modified (3,136 syd) Roadway Grading, Special (32 sta) Aggregate Base, 8 inch (4,313 syd) Sewer, Cl I, 12 inch (542 ft) Sewer, DI, 8 inch (356 ft) HMA Cold Milling Surface (23,814 syds) HMA, 13A (3,914 ton) Curb and Gutter, Conc, Det F4 (5,485 ft) Sidewalk Ramp, Conc (5,666 sft) Sidewalk, Conc (12,288 syd) Bidders may obtain packets containing Instructions to Bidders, Proposal Forms, Specifications and Contract Forms at the Purchasing Department, 10th Floor, 161 W. Michigan Avenue, Jackson, Michigan 49201, Telephone (517) 788-4020 or from the city’s website at http://www.cityofjackson.org/rfq. ABC Reproduction Company, 104 N. Blackstone St., Jackson, MI. 49201, (517) 784-2972 or [email protected] for a non-refundable fee of $50.00. Prospective bidders are invited to attend a pre-bid meeting on Tuesday, June 21, 2016 at 2:00 PM, Purchasing Department, 10th Floor, 161 W. Michigan Ave., Jackson, MI 49201. Any questions concerning contract documents or specifications will be addressed at this meeting. This will give companies contemplating submitting a bid a chance to examine the locations of the proposed service/goods and receive interpretations of the contract documents. Bidders will be required to meet the City of Jackson's prequalification requirements prior to bid opening. Bidders must be prequalified for Streets (A).

The City of Jackson does not discriminate on the basis of race, religion or national origin, color, age, sex, height, weight, marital status, sexual orientation, gender identity, and physical or mental handicap as to: access, availability, employment, or participation in any of its programs and activities. City of Jackson By

Phil Hones Purchasing Agent

INSTRUCTIONS TO BIDDERS 1.

PROJECT: The work includes the following partial listing of items with approximate quantities: 23,800 syds of HMA Cold Milling and HMA paving with improvements at intersections on Jackson, Mechanic and Francis Streets between Washington Avenue and Glick Highway in the City of Jackson, Michigan. Major bid items include: Pavt, Rem, Modified (3,136 syd) Roadway Grading, Special (32 sta) Aggregate Base, 8 inch (4,313 syd) Sewer, Cl I, 12 inch (542 ft) Sewer, DI, 8 inch (356 ft) HMA Cold Milling Surface (23,814 syds) HMA, 13A (3,914 ton) Curb and Gutter, Conc, Det F4 (5,485 ft) Sidewalk Ramp, Conc (5,666 sft) Sidewalk, Conc (12,288 syd) The scope of this work shall include all labor, equipment and materials necessary to complete this project according to the specifications listed in the contract documents. All labor, equipment and materials necessary for completion of the work, but not specifically listed as a pay item, will be deemed to be included in one or more of the pay items listed in the bid sheet.

2.

PROPOSALS: a.

Proposals are to be submitted on the forms attached. They should be submitted to the Purchasing Agent, City of Jackson, as provided in the Invitation for Bids in a sealed envelope marked 2016 Downtown Street and Parking Lot Rehabilitation.

b.

Proposals, affidavits, certificates and all appendices must be fully and properly filled out and executed.

c.

Proposals must be bid on a unit price basis as applied to the estimated quantities. Where errors of extension of totals are made, the unit price bid multiplied by the estimated quantity shall govern. The preliminary estimates of quantities indicated, although given with as much accuracy as possible, are to be regarded as approximately only, and are given for the general guidance of the bidders and as a basis upon which the different proposal may be compared. The City reserves the right to increase or diminish any or all of these quantities within reasonable limits IB 1 of 4

and the Contractor will be paid for the actual work completed and accepted by the City at the prices stated in his Proposal. Upon the discovery of an obvious error in a bid document that could result in a change in the amount of a bid, the staff of the Purchasing Department shall contact the bidder in writing and advise the bidder that it has seven working days from the date of the letter to correct the error. This correction shall be in writing directed to the Purchasing Agent and shall be postmarked no later than seven working days from the date of the letter referred to in the first sentence of this paragraph.

d.

3.

If no correction is received in a timely fashion, then the Purchasing Agent shall reject the bid. If a correction is received and the Purchasing Department deems the same to be appropriate and proper in every way, the Purchasing staff shall attach same to the original bid document and shall then proceed to tabulate the bids as corrected. Proposals may be withdrawn up to the time for opening bids announced in the Invitation for Bids. Proposals shall remain in effect for 60 days after opening.

e.

Each bidder shall be held to have examined the site of the proposed work and adjacent areas in order to arrive at a clear understanding of the conditions under which the work is to be done. He shall be held responsible to have compared the site with the drawings and specifications and to have satisfied himself as to the conditions of the site, existing obstructions, the actual elevations, and any other conditions affecting the carrying out of his work. No allowance or extra consideration on behalf of the Contractor shall be allowed by reason of error, negligence, oversight, or carelessness on the part of the Contractor.

f.

The City may request of any bidder evidence of experience performing the work being bid, and may require information on financial status and equipment available for the project.

g.

Each bidder shall indicate on page 12 of the Proposal Forms the name, address, and a complete description of work to be performed by each subcontractor on this project. All subcontractors must be approved by the City, and must meet the same requirements of the successful bidder.

h.

On contracts that have two or more divisions, proposals that offer a percentage deduction if a single bidder is awarded more than one division, will be considered provided that the deduction is clearly identified in the proposal.

BID SECURITY: All Proposals must be accompanied by a certified check made payable to the order of the City of Jackson in the amount of 5% of the aggregate bid total. Bid bonds with authorized surety companies as sureties and of like amount may be substituted for certified checks at the option of the bidder. Such bid bonds must be run to the City of Jackson, Michigan.

IB 2 of 4

All proposals submitted without bid security will be returned to the bidder unread. The bid deposit of all except the three (3) lowest bidders will be returned within (3) days after the opening of bids. The bid deposit of the three lowest bidders will be returned within forty-eight (48) hours after Contract and required bonds have been finally approved by the City. 4.

EQUAL EMPLOYMENT OPPORTUNITY: All bidders shall complete the Equal Employment Opportunity Certification, Certification of Non-segregated Facilities, and Non-Collusion Affidavit, found in Section P of the Proposal Forms.

5.

AWARD:

6.

A.

If the contract is over $20,000, then the City Council will be advised of the bids received and receive staff recommendations on award. Award of contract, if any, will be made to the single lowest responsible bidder for the entire scope of the project. Provided however, the City Council has the authority to reject any and all bids, and to accept or recommend the acceptance of other than the lowest responsive bid when the public interest is served thereby and such action is in the best interest of the City.

B.

The City Council reserves the right to reject any and all bids and to waive minor irregularities and/or technicalities in the bids.

CONTRACT: A.

If the awarded contract is $50,000 or greater, the following bond requirements will apply: Contractor shall, within ten (10) days of notice of award, provide City at Contractor's expense with three bonds using the forms attached hereto (B-1 through B-7): (1) A performance bond executed to the City, to be in an amount of one hundred percent (100%) of the full contract price to be conditioned on the faithful performance of the contract and to include the protection of the City from all liens and damages arising out of the work; (2)

A Labor and Material Payment Bond to be executed to the People of the State of Michigan and the City of Jackson, to be in the amount of one hundred percent (100%) of the full contract price, and to be conditioned on the payment of all labor and materials used in the work and for the protection of the City from all liens and damages arising therefrom, as required by Act 213 of the Public Acts of Michigan of 1963, as amended; and IB 3 of 4

(3)

A Maintenance and Guarantee Bond in a minimum amount of twenty five percent (25%) of the contract price.

All bonds shall be signed by the contractor and a surety company licensed to do business in the State of Michigan with sureties acceptable to the City. Said bonds shall be payable to the City of Jackson and filed in the office of the City Clerk. B.

Within 10 days of notification of award, the Contractor must provide certificates of insurance evidencing insurance coverage as required by the Contract.

C.

The successful bidder will be required to sign a contract in three counterparts in substantially the form provided with this bid packet. Failure to do so within 10 days of Notification of Award will result in forfeiture of the bid security.

D.

The Contractor will be provided with Notification to Proceed upon completion of the steps in this paragraph. The Contractor must begin work within 5 days of the Notice to Proceed.

E.

Contract Documents require that all work on this project be completed by 55 working days.

IB 4 of 4

PROPOSAL TO:

City Manager c/o Purchasing Agent City of Jackson, Michigan

Date: _____________________

In compliance with your invitation for bids dated________________________________ to perform

___________________________________________________________

in the City of Jackson, the undersigned, a(n) 1.

individual, resident of _______________________________________________ doing business as ________________________________________________ at

2.

___________________________________________________________

partnership, consisting of __________________________________________ and

___________________________________________________________

under the firm name of 3.

___________________________________________

corporation by the name of __________________________________________ organized and existing under the laws of the State of _____________________ with offices at ____________________________________________________ (strike inapplicable clauses)

hereby proposes to perform said work, strictly as specified in the bid documents at the prices set forth on the attached schedule of bid prices, upon receipt of written notice of acceptance of this bid within sixty (60) calendar days after opening of the bids at the time stated in said Invitation; to execute a properly completed contract in the form provided with the bid documents in accordance with this bid; to give bond with good and sufficient surety or sureties, satisfactory to the City Attorney of Jackson, for the faithful performance of said contract, for payment of labor and materials, and, if required, for maintenance of work; and to give such bond within ten (10) days after notice of award. FEDERAL ID#___________________ (Corporate Seal, if applicable)

Name of Bidder:______________________________ Signed By:__________________________________ Its:________________________________________

P 1 of 18

BID SHEET PROPOSAL FOR: TO:

DATE: 2016 Downtown Street and Parking Lot Rehabilitation

The Mayor and the City Council City of Jackson, Michigan

Ladies and Gentlemen: The Undersigned has examined the plans, specifications, and the location of the above described work, and is fully informed as to the conditions relating to its performance, and understands the quantities shown in the estimate and on the plans are accurate to the best belief and knowledge of the Engineer, but are not guaranteed. The undersigned hereby proposes to furnish all equipment, materials, supplies, labor, and services necessary to commence and complete the project as described in the Contract Documents; and in strict conformity with the requirements of the Specifications and such other special provisions and supplemental specifications as may be a part of this proposal for the above described project at the following unit prices all labor, equipment and materials necessary for completion of the work, but not specifically listed as a pay item, will be deemed to be included in one or more of the pay items listed in the bid sheet. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged (list addenda by Addendum Number and Date): Addendum No.

Date

____________________

__________________

____________________

__________________

____________________

__________________

SCHEDULE OF BID PRICES NOTE: UNIT PRICES MUST BE LISTED AND SHALL GOVERN. ITEM NO

MDOT PAY ITEM CODE

1

1500001

Mobilization, Max. $95,000.00

2

2020004

3

DESCRIPTION

UNITS

ESTIMATED QUANTITY

LSUM

1.00

Tree, Rem, 6 inch to 18 inch

Ea

9.00

2030011

Dr Structure, Rem

Ea

4.00

4

2030015

Sewer, Rem, Less than 24 inch

Ft

158.00

5

2040020

Curb and Gutter, Rem

Ft

3,466.00

P 2 of 18

UNIT PRICE

TOTAL COST

ITEM NO

MDOT PAY ITEM CODE

6

2040045

Masonry and Conc Structure, Rem

Cyd

17.00

7

2040055

Sidewalk, Rem

Syd

2,472.00

8

2040080

Exploratory Investigation, Vertical

Ft

100.00

9

2047001

Pavt Sawcut

Ft

6,878.00

10

2047011

Driveway, Rem

Syd

394.00

11

2047011

Pavt, Rem, Modified

Syd

3,136.00

12

2047050

Decorative Bollard, Rem

Ea

12.00

13

2050031

Non Haz Contaminated Material Handling and Disposal, LM

Cyd

30.00

14

2050041

Subgrade Undercutting, Type II

Cyd

210.00

15

2057002

Roadway Grading, Special

Sta

32.00

16

2057021

Flowable Fill, Non-Structural

Cyd

10.00

17

2057051

Mass Grading, Lot 6

LS

1.00

18

2057051

Mass Grading, Lot 9

LS

1.00

19

2080016

Erosion Control, Gravel Access Approach

Ea

2.00

20

2080036

Erosion Control, Silt Fence

Ft

350.00

21

2087050

Erosion Control, Inlet Protection, Grate Filter, Rectangular

Ea

59.00

22

2087050

Erosion Control, Inlet Protection, Sediment Trap, Round

Ea

19.00

23

2090001

Project Cleanup

LSUM

1.00

24

3020020

Aggregate Base, 8 inch

Syd

4,313.00

25

3060020

Maintenance Gravel

Ton

241.00

26

4021202

Sewer Tap, 8 inch

Ea

4.00

27

4021204

Sewer Tap, 12 inch

Ea

2.00

28

4027001

Sewer Backfill, Class II

Ft

844.00

29

4027001

Sewer, Cl E, 12 inch

Ft

542.00

30

4027001

Sewer, DI, 8 inch

Ft

356.00

31

4030005

Dr Structure Cover, Adj, Case 1

Ea

128.00

DESCRIPTION

P 3 of 18

UNITS

ESTIMATED QUANTITY

UNIT PRICE

TOTAL COST

ITEM NO

MDOT PAY ITEM CODE

32

4030280

Dr Structure, Adj, Add Depth

Ft

4.00

33

4030312

Dr Structure, Tap, 12 inch

Ea

13.00

34

4037030

Sewer, Fittings, DI

Lb

350.00

35

4037050

Catch Basin Cover, ADA

Ea

1.00

36

4037050

Catch Basin Cover, Curb

Ea

24.00

37

4037050

Catch Basin, 24 inch dia

Ea

3.00

38

4037050

Catch Basin, 48 inch dia

Ea

20.00

39

4037050

Dr Structure, Temp Lowering, Modified

Ea

76.00

40

4037050

Mh Cover, Short

Ea

2.00

41

4037050

Mh Cover, Std

Ea

53.00

42

5010002

Cold Milling HMA Surface

Syd

23,814.00

43

5010025

Hand Patching

Ton

417.00

44

5010033

HMA, 13A

Ton

3,914.00

45

5017011

HMA Surface, Rem, Modified

Syd

2,144.00

46

5017011

Surface Seal

Syd

8,670.00

47

6020015

Conc Base Cse, Nonreinf, 6 inch

Syd

1,983.00

48

6020057

Conc Pavt, Misc, Nonreinf, 9 1/2 inch

Syd

266.00

49

6030005

Cement

Ton

14.00

50

6030021

Joint, Expansion, Erg

Ft

268.00

51

8010005

Driveway, Nonreinf Conc, 6 inch

Syd

412.00

52

8020025

Curb and Gutter, Conc, Det C6

Ft

84.00

53

8020038

Curb and Gutter, Conc, Det F4

Ft

5,485.00

54

8020039

Curb and Gutter, Conc, Det F5

Ft

223.00

55

8020050

Driveway Opening, Conc, Det M

Ft

126.00

56

8030010

Detectable Warning Surface

Ft

377.00

57

8030034

Sidewalk Ramp, Conc, 4 inch

Sft

1,285.00

58

8030036

Sidewalk Ramp, Conc, 6 inch

Sft

4,381.00

59

8030044

Sidewalk, Conc, 4 inch

Sft

7,438.00

DESCRIPTION

P 4 of 18

UNITS

ESTIMATED QUANTITY

UNIT PRICE

TOTAL COST

ITEM NO

MDOT PAY ITEM CODE

60

8030046

Sidewalk, Conc, 6 inch

Sft

4,850.00

61

8037010

Sidewalk, Brick Pavers, Rem

Sft

1,500.00

62

8100340

Post Hole Through Conc for Steel Post

Ea

30.00

63

8100371

Post, Steel, 3 lb

Ft

655.00

64

8100403

Sign, Type III, Rem

Ea

15.00

65

8100404

Sign, Type IIIA

Sft

6.00

66

8100405

Sign, Type IIIB

Sft

800.00

67

8110040

Pavt Mrkg, Ovly Cold Plastic, 12 inch, Cross Hatching, Yellow

Ft

108.00

68

8110045

Pavt Mrkg, Ovly Cold Plastic, 24 inch, Stop Bar

Ft

462.00

69

8110052

Pavt Mrkg, Ovly Cold Plastic, Accessible Symbol

Ea

19.00

70

8110063

Pavt Mrkg, Ovly Cold Plastic, Lt Turn Arrow Sym

Ea

14.00

71

8110068

Pavt Mrkg, Ovly Cold Plastic, Only

Ea

18.00

72

8110069

Pavt Mrkg, Ovly Cold Plastic, Railroad Sym

Ea

1.00

73

8110078

Pavt Mrkg, Ovly Cold Plastic, Thru Arrow Sym

Ea

4.00

74

8110231

Pavt Mrkg, Waterborne, 4 inch, White

Ft

9,139.00

75

8110232

Pavt Mrkg, Waterborne, 4 inch, Yellow

Ft

5,623.00

76

8110251

Pavt Mrkg, Waterborne, 2nd Application, 4 inch, White

Ft

3,154.00

77

8110252

Pavt Mrkg, Waterborne, 2nd Application, 4 inch, Yellow

Ft

5,406.00

78

8110307

Rem Curing Compound, for Longit Mrkg, 4 inch

Ft

800.00

79

8117001

Pavt Mrkg, Ovly Cold Pastic, 18 inch, Crosswalk

Ft

1,847.00

80

8117001

Pavt Mrkg, Waterborne, 2nd Application, 4 inch, Blue

Ft

604.00

81

8117001

Pavt Mrkg, Waterborne, 4 inch, Blue

Ft

1,738.00

DESCRIPTION

P 5 of 18

UNITS

ESTIMATED QUANTITY

UNIT PRICE

TOTAL COST

ITEM NO

MDOT PAY ITEM CODE

82

8120022

Barricade, Type III, High Intensity, Lighted, Furn

Ea

89.00

83

8120023

Barricade, Type III, High Intensity, Lighted, Oper

Ea

119.00

84

8120030

Channelizing Device, 42 inch, Furn

Ea

100.00

85

8120031

Channelizing Device, 42 inch, Oper

Ea

100.00

86

8120100

Dust Palliative, Applied

Ton

2.00

87

8120120

Lighted Arrow, Type A, Furn

Ea

5.00

88

8120121

Lighted Arrow, Type A, Oper

Ea

5.00

89

8120170

Minor Traf Devices

LSUM

1.00

90

8120250

Plastic Drum, High Intensity, Furn

Ea

195.00

91

8120251

Plastic Drum, High Intensity, Oper

Ea

255.00

92

8120350

Sign, Type B, Temp, Prismatic, Furn

Sft

1,174.00

93

8120351

Sign, Type B, Temp, Prismatic, Oper

Sft

1,614.00

94

8120352

Sign, Type B, Temp, Prismatic, Special, Furn

Sft

4.00

95

8120353

Sign, Type B, Temp, Prismatic, Special, Oper

Sft

4.00

96

8120370

Traf Regulator Control

LSUM

1.00

97

8157050

Tree, 4-5 inch, Install

Ea

38.00

98

8160027

Mulch Blanket

Syd

520.00

99

8160062

Topsoil Surface, Furn, 4 inch

Syd

2,565.00

100

8167011

Syd

2,563.00

101

8167011

Shredded Mulch

Syd

105.00

102

8167030

Fertilizer, Chemical Nutrient, Cl A, Modified

Lb

224.00

103

8167030

Seeding, Mixture THM, Modified

Lb

123.00

104

8197001

Conductor, THWN, in Conduit, 600 V, 1C, #6, AWG

Ft

180.00

DESCRIPTION

Hydromulch

P 6 of 18

UNITS

ESTIMATED QUANTITY

UNIT PRICE

TOTAL COST

ITEM NO

MDOT PAY ITEM CODE

DESCRIPTION

UNITS

105

8197001

Conduit, 2 1/2 inch, Sch 80/PVC (Empty)

Ft

180.00

106

8197001

Equipment Grounding Conductor, in Conduit, 1 C, #6 AWG

Ft

180.00

107

8197050

Hand Hole, Polymer Conc, 12 inch x 12 inch (Open Bottom)

Ea

36.00

108

8197050

Hand Hole, Polymer Conc, 12 inch x 17 inch (Open Bottom)

Ea

14.00

109

8197050

Hand Hole, Polymer Conc, 17 inch x 30 inch (Open Bottom)

Ea

12.00

110

8197050

Street Light Concrete Base

Ea

2.00

111

8197050

Street Light, Install

Ea

2.00

112

8197050

Street Light, Salvage

Ea

2.00

113

8210005

Monument Box Adjust

Ea

2.00

114

8210010

Monument Preservation

Ea

2.00

115

8230391

Gate Box, Adj, Temp, Case 1

Ea

45.00

116

8230431

Gate Box, Adj, Case 1

Ea

45.00

117

8267050

Bike Hoop Grouping

Ea

10.00

118

8507030

Overband Crack Sealing

Lb

710.00

ESTIMATED QUANTITY

TOTAL TOTAL BID WRITTEN OUT: Bidders Name:

Address:

City, State, Zip:

Telephone:

Fax:

P 7 of 18

UNIT PRICE

$

TOTAL COST

Email Address:

Federal ID Number:

Bid Signed By:

Print or Type

Title:

1.

I am the person described in and who executed the foregoing bid and that the several matters stated are in all respects true.

2.

That I am an employee of the firm or company described in and I am authorized to submit said bid.

By_____________________________ Its___________________________________

P 8 of 18

CONTRACT COMPLIANCE

DATE:

June 13, 2016

TO:

All Bidders

FROM:

City of Jackson

SUBJECT:

CONTRACT COMPLIANCE

The Commission of the City of Jackson, on 12/19/72, passed a resolution committing the City to a policy and procedure regarding compliance to affirmative hiring practices by contracting agencies doing business with the City of Jackson, effective 12/20/72. The purpose of the policy and procedure is to ensure that all citizens of our community have the opportunity for the equality of treatment in service and employment. The City requests that all bidders who will be doing business with the City in the amount of $5,000 or more during any fiscal year, shall comply with the provisions of the Contract Compliance Policy. Bidders will be required to show an Equal Employment Opportunity Certificate of Compliance or demonstrate compliance with standards for equal employment opportunity established by state and federal statute. City Council of Jackson, Michigan

P 9 of 18

CONTRACT COMPLIANCE CERTIFICATION

___________________________certifies that he/she/it will not discriminate against any employee or applicant for employment with respect to hire, tenure, term, conditions, or privileges or employment because race, religion or national origin, color, age, sex, height, weight, marital status, sexual orientation, gender identity, and physical or mental handicap. In connection with this commitment ___________________________________ understands that he/she/it name will be reviewed by the State of Michigan, Department of Civil Rights for determination of its status as an awardable Bidder. The undersigned hereby agrees that he/she/it will abide by the terms of any agreements made with the City of Jackson in order to achieve awardable status.

Dated: __________________________ By: ________________________________ (Company) By: ________________________________ (Title) _________________________________ Address _________________________________ City _________________________________ State

P 10 of 18

NON-DISCRIMINATION CLAUSE FOR ALL CITY OF JACKSON CONTRACTS In connection with the performance of this contract, the contractor agrees as follows: 1.

The contractor will not discriminate against any employee/employer for employment because of race, religion or national origin, color, age, sex, height, weight, marital status, sexual orientation, gender identity, and physical or mental handicap. The contractor will take affirmative action to ensure that minority applicants are employed, and that employees are treated during employment without regard to their race, religion, color, national origin, age, sex, height, weight, marital status or handicap. Such action shall include, but not be limited to, the following: layoff or termination, rates of pay or other forms of compensation, selection for training, upgrading or promotion, transfer or recruitment.

2.

The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, national origin, age, sex, height, weight, marital status or handicap. As a disclaimer, the contractor may state in the advertisement that he/she is an equal opportunity employer.

3.

The contractor will furnish and file compliance reports with the City of Jackson as requested. Such reports shall elicit information as to the practices, policies, program and employment statistics for the contractor and said contractor shall permit access to all books, records and accounts regarding employment practices by agents and representatives of the City duly charged with investigative duties to assure compliance with this clause.

4.

Breach of the covenants herein may be regarded as a material breach of the contract, or purchasing agreement.

5.

The contractor will include, or incorporate by reference, the provisions of paragraphs (1) through (4) in every subcontract or purchase order unless exempted by the rules, regulations or orders of the Michigan Civil Rights Commission and will provide in every subcontract or purchase order that said provisions will be binding upon each subcontractor or seller.

P 11 of 18

EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The undersigned understands and agrees that, as a Contractor for services, there shall be no discrimination against any employee or applicant for employment because of race, religion or national origin, color, age, sex, height, weight, marital status, sexual orientation, gender identity, and physical or mental handicap, including but not limited to employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation and selection for training. The Contractor further agrees to the following: (a)

It will assist and actively cooperate with the City in obtaining compliance of any subcontractors with the equal opportunity rules, regulations, and relevant orders.

(2)

It will furnish the City such information as might be required for the supervision of its compliance program, and will otherwise assist the City in the discharge of its responsibility for ensuring compliance.

(3)

In the event that the Contractor fails or refuses to comply with the equal opportunity regulations, the City may cause to be canceled, terminated, or suspended in whole or in part the contractual arrangement between the City and the Contractor.

NAME OF BIDDER:

___________________________________________

ADDRESS:

__________________________________________ __________________________________________

SIGNED BY:

__________________________________________

TITLE:

__________________________________________

DATE:

__________________________________________

P 12 of 18

CERTIFICATION OF NONSEGREGATED FACILITIES The bidder certifies that he does not maintain or provide for his employees any segregated facilities and do not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certification from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files.

Dated: _____________________________ By: ________________________________ (Name of Bidder) By: ________________________________ (Title) _________________________________ Address _________________________________ City _________________________________ State

P 13 of 18

NON-COLLUSION AFFIDAVIT OF PRIME BIDDER STATE OF

____________________)

COUNTY OF ____________________)

ss

________________________________, being first duly sworn, deposed and says that: 1.

He is__________________________of, ________________________________ the Bidder that has submitted the attached bid;

2.

He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respected such bid;

3.

Such bid is genuine and is not a collusive or sham bid;

4.

Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm or person to submit a collusive or sham bid in connection with the contract for which the attached bid has been submitted or to refrain from bidding in connection with such contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Jackson or any person interested in the proposed contract; and

5.

The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant.

Dated: _____________________________ By: ________________________________ (Company) By: ________________________________ (Title) Subscribed and sworn to before me, a Notary Public, this ______ day of ___________, 20_____. _____________________________________ Notary Public, _______________ County, My commission expires:__________________ P 14 of 18

SECTION C Subcontractors Each bidder shall indicate below the name, address, and a complete description of work to be performed by each subcontractor on this project and if they are a minority or woman owned business.

P 15 of 18

RIGHT TO KNOW CONTRACTOR RELEASE FORM

I,______________________an authorized representative of ____________________ am aware that as a requirement to perform work for the City of Jackson on a contractual basis, I must have provided my employees with the basic training requirements of the HAZARD COMMUNICATION STANDARD as prescribed by the Michigan Right to Know amendments to Act 154 of the Public Acts of 1974 (Act 80, Public Acts 1986), prior to starting any work for the City. While engaged in working for the City, I will continue to comply with Michigan Right to Know Law until completion of the contract. I am aware that if I bring any hazardous chemical to the City's work place, I must have available the MSDS for these chemicals, in a place accessible to all employees in the work place. If necessary, due to the "special protection information" requirement stated on the MSDS for the chemicals, I will provide all employees with any special training, special protective clothing or equipment necessary to eliminate or lessen the possible exposure to the hazardous chemical or chemicals. By execution of this Release, the contractor acknowledges that he and all subcontractors and suppliers, will comply with all requirements of the HAZARD COMMUNICATION STANDARD. Further, the contractor shall hold harmless from and indemnify the City against all claims, suits, actions, costs, counsel fees, expenses, damages, judgements or decrees, by reason of his failure, or the failure of any subcontractor, suppliers, or any person employed under said contractor to comply with the requirements of Act 154 of the Public Acts of 1974 as amended.

Dated ______________________

_____________________________________ Signature

P 16 of 18

City of Jackson Ethics Disclosure Form Vendors and Contractors Name

Company

Telephone

Email Address

Contract or matter pending with the City: _____________________________________________________________________________________ _____________________________________________________________________________________ I, __________________________, being duly sworn, and pursuant to City of Jackson Ordinance No. 2015-18, I hereby disclose and swear to the following (check all that apply and provide details below): I, or my company’s owners, members, major shareholders, or corporate officers, have a financial interest in a contract or matter pending before Jackson City Council. A relative1 or immediate family member2 of myself or my company’s owners, members, major shareholders, or corporate officers has a financial interest in a contract or matter pending before a City office, department, board, or commission. I, or my company’s owners, members, major shareholders, or corporate officers, have an interest in real or personal property that is subject to a decision by the City regarding the purchase, sale, lease, zoning, property improvements, NOORPR or FVA registration, a development agreement, or a special tax designation or abatement. Property address:

______________________________________________________________

Property interest:

______________________________________________________________

An immediate family member or relative of myself or my company’s owners, members, major shareholders, or corporate officers, has a financial interest in real or personal property that is

1

Relative means any spouse, domestic partner, great grandparents, step great grandparents, grandparents, step grandparents, sons, stepsons, daughters, step daughters, grandsons, step grandsons, granddaughters, step granddaughters, brothers, step brothers, sisters, step sisters, and in-laws of a Public Employee, the Mayor, an Elected Official, an Appointed Official, a member of a Board or Commission, a Contractor, or an Advisor of the City.

2

Immediate family member means a Public Employee, the Mayor, an Elected Official, an Appointed Official, a member of a Board or Commission, a Contractor, or an Advisor’s spouse, domestic partner, individual who lives in the Public Employee's household or an individual claimed by a Public Employee or a Public Employee's spouse as a dependent under the United States Internal Revenue Code at 26 USC 1, et seq.

P 17 of 18

subject to a decision by the City regarding the purchase, sale, lease, zoning, property improvements, NOORPR or FVA registration, a development agreement, or a special tax designation or abatement. Property address:

______________________________________________________________

Property interest:

______________________________________________________________

An immediate family member or relative of myself or my company’s owners, members, major shareholders, or corporate officers, is employed by the City or making an application for employment to the City. Relative name:

______________________________________________________________

City Department:

______________________________________________________________

I, or my company’s owners, members, major shareholders, or corporate officers, have made campaign contributions in the last year to a candidate running for elective office with the City. Name of Candidate: _____________________________________________________________ Amount of Campaign Contribution: _________________________________________________ The following entities and persons have a financial interest in the contract or matter identified above: ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ Additional information regarding any of the above: ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ Dated:_____________________ STATE OF MICHIGAN COUNTY OF JACKSON

______________________________________

Signature

) ) SS )

The foregoing instrument was acknowledged before me this _______ day of _______________, 20____, By ____________________________________. ___________________________________

P 18 of 18

AGREEMENT THIS AGREEMENT, made and entered into this day of , 2016, by and between the City of Jackson, Michigan, a Michigan municipal corporation, herein "the City", and whose address is herein "the Contractor". WITNESSETH: WHEREAS, the City deems it necessary to undertake the herein described Project; and WHEREAS, the City has advertised for sealed proposals for said Project; and WHEREAS, the Contractor submitted a proposal for said Project which was accepted by the City as the lowest responsible bid, and WHEREAS, the City has in all other respects complied with requirements for entering into this Agreement; and WHEREAS, the persons executing this Agreement are duly authorized by the respective parties; NOW, THEREFORE, for, and in consideration of, the recited promises and the mutual covenants and agreements herein contained, the parties hereto agree as follows: I.

A.

Contractor agrees to provide all equipment, material, supplies, labor and services necessary to commence and complete the project as described in the Contract Documents; and

B.

Contractor agrees to perform all work described in the Contract Documents in a substantial and workmanlike manner, and to comply with all the requirements in the Contract Documents at the unit prices' bid for the total sum of

C.

Contractor agrees to commence work within five (5) days from Notice to Proceed and to complete all work within the time limit as listed in the Instructions to Bidders.

II.

The City agrees to pay the Contractor in the manner, and at such times, as set forth in the Contract Documents.

III.

This Agreement includes of all the Contract Documents listed in the General Conditions, which are fully incorporated by reference whether attached or not.

IV.

Contractor covenants and agrees that it will be bound by the terms of the attached Equal Employment Opportunity Clause. IB 1 of 2

V.

This Agreement is binding on the parties hereto, and their respective heirs, personal representatives, and assigns.

VI.

The provisions of the City of Jackson's Purchasing Manual as last amended shall, where applicable, be binding on all transactions.

IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in three (3) counterparts, each of which shall be deemed an original, the day and year above written. CITY OF JACKSON, MICHIGAN a Municipal Corporation By

Witness

Signature Please print or type name

Title By

Witness *

*

Witness

*

*

By

Andrew J. Wrozek, Treasurer/Clerk * * * Company Name Signature Please print or type name

Title APPROVED AS TO SUBSTANCE:

APPROVED AS TO FORM:

Patrick Burtch City Manager

Bethany M. Smith City Attorney

A 2 of 2

Jr.,

City

GENERAL CONDITIONS I.

DEFINITION OF TERMS USED: The terms used in the Contract Documents are defined as follows: A.

"City" shall mean the City of Jackson, Michigan, a municipal corporation or the City department responsible for overseeing the performance of the work.

B.

"Contract Documents" shall include the following: Invitation for Bids Instructions to Bidders Addendums Payment Bond Insurance Certificate Notice to Proceed General Conditions Plans and Drawings Bid Proposal

II.

Bid Bond Notice of Award Performance Bond Agreement Change Orders Specifications Special Provisions Supplemental Specifications Maintenance Bond All other documents attached hereto

C.

"Contractor" shall mean the person or persons, firm partnership, company or corporation who has contracted for the completion of the work specified in the contract documents.

D.

"Work" shall mean the services to be performed by the Contractor as set forth in these contract documents.

CONTRACTOR'S OBLIGATIONS: A.

Schedule of Work: The Contractor shall prior to start of construction, submit to the City for approval a practicable and feasible schedule, showing the order in which he proposes to carry on the work. The schedule shall be in the form of a progress chart of suitable scale to indicate approximately the percentage of work scheduled for completion at any time.

B.

Drawings and Specifications: The drawings and specifications are so drafted as to indicate the conditions existing to the best knowledge and belief of the City, but are not guaranteed 100 percent accurate. Should any inconsistency or error appear or occur in the drawings and/or specifications, the Contractor shall report it to the City and obtain proper adjustments before proceeding with the work. In the case where soil borings have been made, and logs thereof are recorded, the information is offered to the bidder merely as evidence and the bidder himself must assume entire responsibility for any conclusions which he may draw from it.

C.

Performance and Completion of Work: Contractor shall provide all labor, materials, tools, and equipment for proper execution of work in accordance with contract documents, and shall complete and deliver work to the City within the specified time. The Contractor shall furnish sufficient forces, construction plant

G 1 of 12

and equipment as may be necessary to insure the progress of the work in accordance with the approved progress schedule. If, to maintain satisfactory progress, it is necessary to increase the work force or to work overtime, such additional work shall be without additional cost to the City. Failure of the Contractor to comply with the requirements of the Contract under this provision will be grounds for determination by the City that the contractor is not pursuing the work with such diligence as will insure completion within the specified time limits. Upon such determination by the city, it may terminate the contractor's right to proceed with the work, in accordance with the provisions governing Termination of Contract in these General Conditions. D.

Materials and Workmanship: All materials shall meet the requirements of the applicable specifications and shall be installed or used in accordance with the directions of the manufacturer. All work shall be done in a good, substantial, workmanlike manner, by skilled workmen.

E.

Superintendence by Contractor: The Contractor shall give his personal superintendence to the work or have a competent foreman or superintendent, satisfactory to the City, on the work at all times during progress, with authority to act for him. The Contractor shall also be responsible for the general supervision and coordination of work among the various subcontractors.

F.

Permits, Fees, and Notices: The Contractor shall secure and pay for the building permit, if required, and all other permits and governmental fees, licenses and inspections necessary for proper execution and completion of the Work. The Contractor shall comply with and give notices required by laws, ordinances, rules, regulation and lawful orders of public authorities bearing on performance of the Work. All work shall comply with all requirements of all current ordinances, laws and regulations of all federal, state and local authorities having jurisdiction. The contractor shall be responsible for requesting, obtaining and paying for inspections of his work as required by said authorities. If the Contractor observes that portions of the Contract Documents are at variance with applicable laws, statutes, ordinances, building codes, and rules and regulation, the Contractor shall promptly notify the City in writing, and necessary changes shall be accomplished by appropriate modification. If the Contractor performs Work contrary to laws, statutes, ordinances, building codes, and rules and regulations without such notice to the City, the Contractor shall assume full responsibility for such Work and shall bear the attributable costs.

G.

Protection of Property and Structures: The Contractor shall carefully protect the property of the City, adjacent properties and structures, and utilities both above and below the surface of the ground. All damages to property, existing structures, trees and shrubs will be remedied by the Contractor by repairing or replacing the same as incidental to the work, and no extra compensation will be allowed.

H.

Protection and Preservation of Land Monuments and Property Line Marks: The Contractor shall protect carefully from disturbance or damage, all land monuments and iron pins or other markers which establish property or street lines, provided that where such monuments or marker must, of necessity, be disturbed or G 2 of 12

removed in the performance of the contract, the Contractor shall first give ample notice to the Engineer, so that he may witness or reference in such monuments or markers. Should the Contractor disturb, remove or damage any established land monument or property or street line mark without first giving the Engineer ample notice, the Engineer may, at his option, deduct the cost of reestablishing such monuments or markers from any monies due or to become due the Contractor.

III.

I.

Safeguards: The Contractor shall at all times take every precaution to safeguard both employees and the public from hazards incidental to the work, and shall comply with all applicable provision of Federal, state and Municipal Safety Laws and Codes. When required, safeguards shall include watchmen, traffic signalmen, railing, barricades and lights employed in such a manner as to afford maximum safety.

J.

Use of Premises: The Contractor shall confine his apparatus, the storage of materials, and the operation of his workers to limits indicated by law, ordinance, permits, or direction of the City, and shall not unreasonably encumber the premises or streets with his equipment or materials. He shall further make every effort to maintain two-way traffic as often as possible. Whenever it becomes necessary to close off a street, permission of the City Engineer must be obtained. The Police Department, Fire Department, Traffic Engineer, and local residents will be notified forty-eight (48) hours in advance of each closing by the Contractor.

K.

Cleanup of Temporary Storage Site: At the completion of the work, the Contractor shall remove all rubbish, tools, equipment, temporary work and surplus materials from the temporary storage site and adjacent premises. If the Contractor does not attend to such cleaning as above stipulated when so requested by the City, the City may cause such cleaning to be done by others and charge the cost thereof to the Contractor. No portion of the work can be abandoned before the cleanup is completed, nor shall final payment be made prior to complete cleanup and acceptance by the Engineer.

L.

Water for Construction Use: If the Contractor intends to use water from the City system, he shall make application to the City Water Department, and pay all charges that may be imposed by the Water Department. Adequate precaution shall be taken by the Contractor against freezing or waste of water. All use of any of the City fire hydrants shall be done in accordance with the requirements of the city Water Department, and every effort will be made by the Contractor to use these hydrants in such a manner as not to interfere with the operation of the City Fire Department.

INSPECTION: The City and its employees, agents or representatives shall at all times have access to the work whenever it is in preparation or in progress, and the Contractor shall provide proper facilities for such access and inspection. The City shall have the right to reject materials and workmanship which are defective or do not comply with contract documents. Rejected workmanship shall be satisfactorily corrected and rejected materials shall be removed from the premises without charge to the City. If the Contractor fails to correct such defective work or remove rejected materials within a reasonable time, the City may remove them and charge the expense to the Contractor.

G 3 of 12

IV.

PAYMENT: A.

Partial Payments: The City shall make partial payments as the work progresses, as follows: Upon itemized application by the Contractor and reasonable opportunity for inspection by the City, the City shall make monthly payments to the Contractor based on ninety percent (90%) of the value of the labor and materials incorporated in the work up to the first day of the month less the aggregate of all previous payments, provided that the aggregate of all monthly payments shall not exceed ninety percent (90%) of the contract price. After the work is 50% in place, additional retainage shall not be withheld unless the City determines that the Contractor is not making satisfactory progress, or for other specific cause relating to the Contractor's performance under the Contract. If the City so determines, the City may retain not more than 10% of the dollar value of work more than 50% in place. In no case shall the aggregate of all monthly payments exceed 95% of the dollar value of the work.

B.

Final Payment: Upon completion and acceptance by the City of all work required hereunder, and after the Contractor shall have furnished the City with release of all claims against the City which arise or may arise under and by virtue of this contract, then the City shall pay the balance due under this contract. Payments otherwise due may be withheld by the City on account of defective work not remedied, claims filed, or reasonable evidence indicating probable filing of claims, failure of Contractor to make payments properly to sub-contractors, or for material or labor, or a reasonable doubt that the contract can be completed for the balance then unpaid. If the same are not remedied upon written notice, the City may do so at the Contractor's expense and deduct any sums expended from payments otherwise due.

C.

V.

Acceptance as Release: Contractor's acceptance of final payment shall be a release to the City of any and all claims of any nature Contractor may assert against City arising out of or relating to this work.

CHANGES TO THIS CONTRACT: A.

Change Orders: The City shall have the authority to order changes in the work through additions or deletions. Modifications, deletions or additions that change the scope of the work as designated by the contract plans, and extensions of time to complete the contract, shall be covered by a written order signed by the authorized representatives of the Contractor and the City. The contract sum shall be adjusted in accordance with unit prices and/or lump sum prices as bid.

B.

Extra Work: Being defined as work for which unit prices are not listed. Compensation for such extra work shall be based on the actual cost to the Contractor for labor, materials and equipment plus fifteen (15%) percent. The Contractor shall do such extra work as may be ordered by the Engineer. Any extra work required in an emergency to protect life and property shall be performed by the Contractor as is necessary. The City shall be notified within 48 hours of start of any extra work, for which the Contractor shall keep a strict account of actual cost, and a written work order shall be made out as soon as practical to do so.

G 4 of 12

"Extra work" submitted after the 48-hour limitation will not be reimbursed by the City. C.

Delays: Delays shall be separated into two (2) classifications as determined by the Engineer. The classifications are as follows: 1.

delays for which the Contractor is responsible, and

2.

The latter classification shall include delays caused by Acts of God, riots, strikes, shortages of materials which could not be avoided by reasonable foresight, national emergencies which might create delays, etc. Delays failing into classification (2) above shall in no way affect the validity of the Contract, but the time limitation of the Contract shall be extended by the same amount of time as such delay may cause to be lost. The Contractor must notify the City within 48 hours of any delays falling into this classification.

D.

Liquidated Damages: Should the work under these specifications not be finished within the time specified for any reason other than delays in classification (2) above, it is agreed that there may be deducted by the City from the final payment to the Contractor a sum computed at the rate of one thousand three hundred dollars ($1,300) per day, beginning the day following the scheduled date of completion and continuing until the date of final acceptance of the work. It is understood that the above deduction of one thousand three hundred dollars ($1,300) per day is not a penalty, but money due, to be treated as liquidated damages to reimburse the City for the extra costs due to the delay in the completion of the work.

VI.

VOIDABLE AND RESCINDABLE FOR FAILURE TO DISCLOSE CITY EMPLOYEE AS PARTY TO CONTRACT. This contract or agreement shall be voidable or rescindable at the discretion of the City at any time if a City employee who is a party to this contract or agreement or has a financial interest in this contract or agreement fails to disclose his or her interest as required by the City of Jackson Code of Ordinances (“the Code”). This contract or agreement is also voidable or rescindable if a lobbyist for the Contractor (as defined in Section 2-555 of the Code), or an agent of the Contractor, offers a gift, gratuity, honoraria or payment that is prohibited by the Code to a City employee, the Mayor, an Elected Official, an Appointed Official, or a member of a board or commission of the City.

VII.

TERMINATION BY THE CITY: Should the Contractor, at any time, refuse or fail to prosecute the work with promptness and diligence, or in accordance with the contract documents, the City may, at its sole discretion, terminate the contractor's right to proceed with the work by written notice to the Contractor. In such event, the City may enter upon the premises and for the purpose of completing the work included under the contract, take possession of all suitable materials thereon and finish the work by whatever method it deems expedient. In such case the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price exceeds the expense of finishing

G 5 of 12

work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed the unpaid balance, the Contractor and his sureties shall be liable for and shall pay the difference to the City. VIII.

SECURITY: A.

Bonds: If the awarded contract is $50,000 or greater, the following bond requirements will apply: Contractor shall, within ten (10) days of notice of award, provide City at Contractor's expense with three bonds using the forms attached hereto (B-1 through B-7): (1)

A performance bond executed to the City, to be in an amount of one hundred percent (100%) of the full contract price to be conditioned on the faithful performance of the contract and to include the protection of the City from all liens and damages arising out of the work;

(2)

A Labor and Material Payment Bond to be executed to the People of the State of Michigan and the City of Jackson, to be in the amount of one hundred percent (100%) of the full contract price, and to be conditioned on the payment of all labor and materials used in the work and for the protection of the City from all liens and damages arising therefrom, as required by Act 213 of the Public Acts of Michigan of 1963, as amended; and

(3)

A Maintenance and Guarantee Bond in a minimum amount of twenty five percent (25%) of the contract price. All bonds shall be signed by the contractor and a surety company licensed to do business in the State of Michigan with sureties acceptable to the City. Said bonds shall be payable to the City of Jackson and filed in the office of the City Clerk.

B.

Insurance: The Contractor will be required to show evidence of automobile and commercial general liability insurance, worker's compensation insurance and professional liability insurance (where applicable), which is acceptable to the City. The commercial general liability insurance policies shall name the City, its agents, representatives, officers and employees as additional insureds to protect their interests. Both bodily injury and property damage insurance must be on an occurrence basis; and said policies shall provide that the coverage afforded thereby shall be primary coverage to the full limits of liability stated in the declarations, and if said City, agents, representatives, officers or employees have other insurance against the loss covered by said policies, that other insurance shall be excess insurance only. The Contractor shall secure and maintain during the progress of the work such insurance from financially responsible insurance companies, licensed in the State of Michigan, and approved by the City, that will protect the Contractor, its sub-contractors, and the City from claims for bodily injury, death, or property damage which may arise from performance of the contract. The Contractor shall at the time of execution of the contract file with the City certificate(s) of insurance, which shall cover all of the insurance as required herein. The certificates shall reference the project or contract to which they apply. Upon request by the City, the Contractor shall submit all insurance policies for review. The amounts and types of such insurance shall be not less than the G 6 of 12

following: 1.

Minimum required limits of liability: (A)

For jobs with an estimated contract cost of less than $50,000 (1)

Comprehensive Commercial General Liability, limits of at least: a. b. c. d. e.

(2)

Automobile Liability Limits of at least: a. b. c. d.

(B)

Bodily Injury, each occurrence $300,000 Bodily Injury, each aggregate ................ $500,000 Property Damage, each occurrence ...... $100,000 Property Damage, aggregate ................ $100,000 (or in the alternative to a, b, c, d) Bodily Injury and Property Damage Combined Single Limit each occurrence $500,000 and aggregate . $500,000

Bodily Injury, each person .............. $300,000 Bodily Injury, each occurrence............... $500,000 Property Damage, each occurrence ...... $100,000 (or in the alternative to a, b, c) Bodily Injury and Property Damage Combined Single Limit each occurrence $500,000

For jobs with an estimated contract cost of $50,000 or greater and smaller jobs deemed to be dangerous in nature which shall include, but not necessarily limited to, demolition, blasting, excavating and tunneling or other underground work. (1)

Comprehensive Commercial General Liability of at least: a. b. c. d. e.

(2)

Bodily Injury, each occurrence............ $1,000,000 Bodily Injury, aggregate $1,000,000 Property Damage, each occurrence ..... $500,000 Property Damage, aggregate ............... $500,000 (or in the alternative to a, b, c, d) Bodily Injury and Property Damage Combined Single Limit each occurrence $1,000,000 and aggregate $1,000,000

Automotive Liability and Property Damage Insurance with limits of at least: a. b. c. d.

Bodily Injury, each person $1,000,000 Bodily Injury, each occurrence............ $1,000,000 Property Damage, each occurrence ... $1,000,000 (or in the alternative to a, b, c) Bodily Injury and Property Damage Combined Single Limit G 7 of 12

each occurrence

$1,000,000

NOTE: To comply with the required limits of liability, each insurance may be placed in more than one policy, including an excess umbrella type policy. 2.

Worker's Compensation and Employer's Liability Insurance as required by the State of Michigan for all Contractor's employees and those of its subcontractors engaged in work under this contract. If Contractor is a sole proprietorship and as such is not eligible for Worker's Compensation Coverage, Contractor must submit proof of same, satisfactory to the City. If Contractor is otherwise not obligated to carry Worker's Compensation Coverage, Contractor must submit documentation from the Michigan Department of Labor (Form WC-337 or its equivalent); and

3.

If the contract requires any work procedures involving explosives, blasting, demolition, excavating, trenching, tunneling, underground work, or other dangerous activity as determined by the City, the property damage liability coverage shall include standard explosion, collapse and underground coverage (XCU) for property damage and bodily injury liability coverage with limits of $1,000,000 each occurrence and $1,000,000 aggregate; additionally, Contractor shall provide third party pollution liability insurance coverage with minimum limits of $1,000,000 per occurrence and $1,000,000 aggregate. The insurance shall name the City and its officers, employees, agents and representatives as an additional insured party.

4.

Each policy shall provide for thirty (30) days written notice of cancellation, expiration, termination, or change of policy to the City. The Contractor shall submit evidence of the coverage , to the City for review and approval. The City will, in writing, identify the policies and indicate its approval or disapproval. New policies shall be provided to the City in place of all policies disapproved. Insurances which expire before Contractor's work is accepted by the City shall be renewed and evidence of such renewal shall be submitted to the City for approval.

5.

The Contractor shall advise all insurance companies to familiarize themselves with all of the conditions and provisions of the contract, and insurance companies shall waive the right to special notification for any change or modification of the contract, extension of time, decreased or increased work, cancellation or of any other act or acts by the City or its authorized employees or agents pertaining to the contract. Failure to so notify the aforesaid insurance companies of such changes shall in no way relieve the insurance companies of its obligation under the contract.

6.

Nothing contained in these insurance requirements is to be construed as limiting the extent of the Contractor’s responsibility for payment of damages resulting from its operations under this contract.

7.

If the contract involves new construction, Contractor shall purchase and maintain an Owner's and Contractor's Protective Liability insurance policy and property insurance upon the Work at the site in the amount of the full replacement cost thereof. The insurance shall include the interests of the City, Contractor, Subcontractors, and if applicable, Engineer, Engineer's Consultant, each of whom is deemed to have an insurable interest and shall G 8 of 12

be listed as an insured or additional insured; Be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and Work in transit and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically required by supplementary conditions. The form of policy for this coverage shall be Completed Value. Include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); Cover materials and equipment in transit for incorporation in the Work or stored at the site or at another location that was agreed to in writing by City prior to being incorporated in the Work; and, Be maintained in effect until payment is made unless otherwise agreed to in writing by City and Contractor with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. The policies of insurance required to be purchased and maintained by Contractor in accordance with this paragraph must be approved by City prior to commencement of construction. C.

Indemnification: To the fullest extent allowed by law, the Contractor shall indemnify, defend, and save the City of Jackson, its agents, servants, employees, or representatives (hereinafter "the Indemnitees”), harmless from and against all costs, losses, claims, demands, suits, actions, payments, judgments, or expenses, legal including attorney fees, or otherwise, which may occur, arise, or alleged to have occurred or arose from personal injuries, property damage, bodily injury, including death, or otherwise, brought or recovered against the Indemnitees by reason of any act or omission, without limitation or exception, of the Indemnitees, the Contractor, its agents, contractors, subcontractors, servants, employees, or representatives, in the course of, or arising out of, the performance, execution or guarding of all work or services relating to this contract. However, this provision does not indemnify, for the negligence of the Indemnitees, in those situations described in Act 165 of the Public Acts of Michigan of 1966, as amended.

D.

Liens: Neither the final payment nor the remaining retained percentage shall become due until the Contractor submits to the City (1) an affidavit that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the City or its property might in any way be responsible, have been paid or otherwise satisfied, (2) consent of surety, if any, to final payment and (3), if required by the City, other data establishing payment or satisfaction of all such obligations, such as receipts, releases and waivers of liens arising out of the Contract, to the extent and in such form as may be designated by the City. If any lien or claim remains unsatisfied after all payments are made, the Contractor shall refund to the City all moneys that the latter may be compelled to pay in discharging

G 9 of 12

such lien or claim, including all costs and reasonable attorneys' fees. E.

Guarantee: The Contractor shall guarantee all materials and work performed under this Contract for the period of two year from the date final payment is made. The contractor shall promptly make any corrections made necessary for reason of faulty materials or workmanship, including corrections of damage to other City property resulting thereby, without cost to the City. If the award of contract is $50,000 or greater, the contractor shall provide a Maintenance and Guarantee Bond for a minimum of 25 percent of the total value of the contract price. The Maintenance and Guarantee Bonds shall guarantee the maintenance of all work under this contract for a period of two year from the date of final payment. All bonds shall be signed by the contractor with a surety company licensed to do business in the State of Michigan which is acceptable to the City. Said bond shall be payable to the City of Jackson and filed in the office of the City Clerk.

IX.

X.

ARBITRATION: A.

General: At the City's option, all claims, disputes or questions arising out of or relating to these contract documents may be referred to arbitration for decision and award.

B.

Selection: If the City elects to utilize arbitration, the parties may agree on one arbitrator; otherwise a list of three (3) names shall be requested from the American Arbitration Association Each party shall eliminate one (1) name from the list. After elimination, the one (1) name remaining, shall be the arbitrator who shall determine the dispute and/or award. If both parties eliminate the same name, then the remaining list of two (2) names shall be sent to the American Arbitration Association with a request to have them decide which arbitrator shall hear the case. Certified copies of the findings and/or award shall be filed with the City and the Contractor.

C.

Compensation: The arbitrator shall make such rules as he or she shall determine equitable to govern the conduct of the investigation and determination of the award. The arbitrator shall fix the amount of the cost of the proceedings, including his or her fair and reasonable compensation and shall determine how the total cost shall be borne. All proceedings shall be pursuant to the American Arbitrator's Association rules.

D.

Work to Continue: The Contractor will carry on the work during the time any arbitration is proceeding, unless agreed in writing by both parties that other arrangements shall be made.

MISCELLANEOUS: A.

Subcontracts: The Contractor agrees to be fully responsible to the City for the acts or omissions of his subcontractors and any one employed directly or indirectly by him or them and this contract obligation shall be in addition to the liability imposed by law upon the Contractor.

B.

Taxes: The Contractor shall include and be deemed to have included in his bid and contract price all Michigan sales and use taxes currently imposed by legislative enactment and as administered by the Michigan Department of G 10 of 12

Revenue on the bid date. If the Contractor is not required to pay or bear the burden, or obtains a refund or drawback in the whole or in part of any Michigan sales or use tax, interest or penalty thereon, which was required to be and was deemed to have been included in the bid and contract price, the contract price shall be reduced by the amount thereof and the amount of such reduction, whether as a refund or otherwise, shall insure solely to the benefit of the City of Jackson. C.

Assignments: The Contractor shall not assign this contract nor any monies to become due thereunder without the prior written consent of the City.

D.

Social Security: The Contractor shall pay the contributions measured by wages of his employees required by the Social Security Act and/or the Public Acts of the State of Michigan, and shall accept exclusive liability for said contributions both on account of employees carried directly on his payrolls and for those of his subcontractors. The Contractor shall further indemnify and hold harmless the City on account of any contributions measured by the wages of employees of the Contractor or any sub-contractor which may be assessed against the City under authority of said Act of State Law of Michigan.

E.

Patents: The Contractor shall defend all suits or claims and shall save the City harmless for liability of any nature or kind, including costs and expenses for or on account of any patented invention, article, or appliance, manufactured or used in the performance of this contract.

F.

Testing and Laboratory Service: All field and laboratory inspection and testing of materials prior to use will be provided for the City under a separate contract or arrangement. The manner and extent of such service, and the selection of the testing agencies, shall be established by the City. Whenever such prior testing of materials shall indicate that such material does not meet specifications, the Contractor may, at his own expense, make appropriate tests to prove otherwise. Final decision on acceptance or rejection of these materials shall be made by the City.

G.

Interpretation of Contract Documents: If any doubt exists in the mind of the bidder as to the correct meaning of any part of the drawings, specifications, or contract documents, he may submit a written request to the City for any interpretation of the intended meaning, and in so doing he must assume the responsibility for its delivery to the City. In case of any discrepancy in the contract documents, the matter shall be immediately submitted to the City, without whose decision, said discrepancy shall not be adjusted by the Contractor, save only at his own risk and expense.

H.

Access: The Contractor shall provide the City, the Department of Labor, or any authorized representative thereof; with access to any books, documents, papers, and records of the Contractor which are pertinent to this project for the purpose of making audit, examination, excerpts and transcriptions.

I.

Payment for Idled Persons and Equipment: In the event that machinery or equipment is idle due to failure of the City to properly provide for the Contractor to proceed with the work in accordance with the contract, payment may be allowed in G 11 of 12

accordance with Section 1.09.06 of the MDOT Standard Specifications for Highway Construction If, in the opinion of the Engineer, there are other operations which could be undertaken by the Contractor should he claim idle time, the Contractor shall immediately proceed with such work and no idle time compensation will be approved. J.

Measurement and Payment. In the event the contract involves unit bid pricing, such pricing shall govern over total dollar amounts. Quantities of work completed under the contract shall be determined by the city using the standards or methods of measurement provided in the Specifications, Special Provisions, Supplemental Specifications, or any other provision contained in the contract documents. Every attempt shall be made to measure quantity of work as fairly and accurately as possible; however, in the event of a discrepancy or dispute between the Contractor and the City, the City reserves the right to make final determination of the quantities of work completed in order to calculate the total cost of the work (Total contract amount.)

K.

Coordination of Plans and Specifications: In case of discrepancy, figured dimensions shall govern over scaled dimensions and the parts of the contract will prevail over all other parts in the following order. 1.

Special Provisions/Conditions

2.

Supplemental/Technical Specifications

3.

Project Plans and Drawings

4.

General Conditions

The Contractor shall not take advantage of any apparent error or omission in the plans, specifications, or other contract documents and if any inconsistency, omission, or conflict is discovered in the plans, specifications, or other contract documents, or if in any place the meaning of the plans, specification, or other contract documents is obscured or uncertain or in dispute, the City will decide as to the true intent. L.

Fines and Penalties. Any fines, penalties or other monetary sanctions from any federal or state authority against the City that are a result of the actions or failure to act of the Bidder will be deducted from any payment that is due to the Bidder. If the fine, penalty or other monetary sanction is levied after Bidder receives payment, Bidder shall reimburse the City within 10 days of written notice for all such fines, penalties or monetary sanctions.

M.

Entire Agreement. This Agreement constitutes the entire understanding of the parties and supersedes all prior and contemporaneous agreements, negotiations and representations of any kind, both written and oral, with respect to the subject matter of this Agreement. This Agreement supersedes any agreements submitted by the Contractor, and in the event of conflicting provisions, the provisions of this Agreement as drafted by the City shall control even if an agreement, specification or proposal submitted by the Contractor was executed contemporaneously with this Agreement and even if the agreement, specification or proposal submitted by the Contractor claims to supersede this Agreement.

G 12 of 12

BOND BOND NO. NO. PERFORMANCE BOND KNOW

ALL

MEN

_______________________________

BY

THESE Contractor,

PRESENTS, as

that

Principal,

we, and

_________________________________________________________________________, as Surety, are held and firmly bound unto THE CITY OF JACKSON, MICHIGAN, 161 West Michigan Avenue, Jackson, Michigan 49201, Owner, in the sum of

() to be paid to the

Owner for which payment well and truly be made we jointly and severally bind ourselves, our heirs, executors, administrators, and assigned firmly by these presents. THE CONDITION OF THE ABOVE OBLIGATIONS ARE such that, WHEREAS, the said ______________________________ (CONTRACTOR) did, on the ____________day of _____________________, _______, enter into a certain contract with the said Owner for the __________________________________________

in

accordance with drawings, specifications, conditions and stipulations prepared by ________________________________________________________________________, which said contract, drawings, specifications, conditions and stipulations are by reference made a part hereof as if fully set out herein, and is hereinafter referred to as the Contract. NOW, THEREFORE, the condition of the foregoing obligation is such that, if the said Contractor shall save harmless the said Owner from all public liability and damages of every description in connection with the Contract, shall well and faithfully in all things fulfill the Contract according to all the drawings, specifications, conditions and stipulations therein contained in all respects, and shall save and hold harmless the said Owner from and against all liens and claims of every description in connection with the Contract, then this obligation shall be void and of no effect; but otherwise, it shall remain in full force and virtue; B-1 Jackson Performance Bond (Page 1 of 2)

AND PROVIDED, that any alterations which may be made in the terms of said Contract, or in the work be done under it, or in the event that the said Owner shall grant any extension of time for the performance of said contract or otherwise modify any elements of the Contract, or any forbearance on the part of either party to the other shall not in any way release the Principal and Surety, or either of them, their heirs, executors, administrators, successors or assigns, from any liability hereunder, notice to the Surety of any such alterations, modifications, extension or forbearance being hereby waived. WITNESS our hands and seals this ___________ day of ___________, _______. WITNESS: Principal By Title WITNESS:

Surety By

Attorney-in-fact

ATTACH POWER OF ATTORNEY

Jackson Performance Bond (Page 2 of 2)

B-2

BOND NO. LABOR AND MATERIAL PAYMENT BOND KNOW

ALL

MEN

BY

THESE

PRESENTS,

that

we,

______________________________________, Contractor, hereinafter called Principal, and _________________________________________________________________hereinafter called the Surety, are held and firmly bound unto THE CITY OF JACKSON, MICHIGAN, 161 West Michigan Avenue, Jackson, Michigan 49201, hereinafter called the Owner, and the State of Michigan in the sum of ______________________________________________________ to the payment whereof, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this ____________ day of ____________, _______. WHEREAS, the above named Principal has entered into a certain contract with THE CITY OF JACKSON, MICHIGAN, 161 West Michigan Avenue, Jackson, Michigan 49201, Owner, dated the

________________

day

of

______________,

_______

for

___________________________________ which contract and the specifications for said work shall be deemed a part hereof as fully as if set out herein and is hereinafter referred to as the Contract. AND WHEREAS, this bond is given in compliance with and subject to the provisions and conditions of Public Act No. 213 of the Public Acts of Michigan of 1963, as amended. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that if the above named Principal, legal representatives, or successors shall pay or cause to be paid to all subcontractors, persons, firms and corporations as the same may become due and payable, all indebtedness which may arise from said Principal to a subcontractor or any party performing labor or materials furnished in connection with the Contract, construction, and work herein referred to, then this obligation shall be void; otherwise to remain in full force and effect. B-3 Jackson Labor and Material Payment Bond (Page 1 of 2)

AND PROVIDED, that any changes, alterations, or modifications which may be made in the terms of said Contract, or in the work to be done under it, or in the event that the said Owner shall grant any extension of time for the performance of said contract or otherwise modify any elements of the Contract, or any forbearance on the part of either party to the other shall not in any way release in Principal and Surety, or either of them, their heirs, executors, administrators, successors or assigns, from any liability hereunder, notice to the Surety of any such changes, alterations, modifications, extensions or forbearance being hereby waived. IN WITNESS THEREOF, the parties hereto have caused this instrument to be executed by their respective authorized officers this ____________ day of ______________, _______. WITNESS: Principal By Title WITNESS:

Surety By

Attorney-in-fact

ATTACH POWER OF ATTORNEY

B-4

Jackson Labor and Material Payment Bond (Page 2 of 2)

BOND NO. MAINTENANCE AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that ________________________, Contractor, as Principal, and ______________________________________________________, as Surety, are held and firmly bound unto THE CITY OF JACKSON, MICHIGAN, 161 West Michigan Avenue, Jackson, Michigan 49201, Owner, in the sum _______________________________ ____________________________________ Dollars ($__________________) to be paid to said Owner, its legal representatives and assigns, for which payment well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, and each and every one of them jointly, firmly by these presents. Sealed with our seals and dated this ____________ day of ____________, 20_____. WHEREAS, the above named Principal has entered into a certain contract with THE CITY OF JACKSON, MICHIGAN, 161 West Michigan Avenue, Jackson, Michigan 49201, Owner, dated the

______________ day of __________________, 20_____, wherein the said Principal

covenanted and agreed as follows, to-wit:_________________________________ ____________________________________________________________________________; and WHEREAS, said contract was awarded upon the express condition that the said Principal would furnish a _____________ (_____) year (s) Maintenance and Guarantee Bond.

B-5

Jackson Maintenance and Guarantee Bond (Page 1 of 3)

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that by and under said Contract, the above named Principal has agreed with the said Owner that for a period of _________ (______) years(s) from the date of final payment, to keep in good order and repair any defect in all the work done under said contract either by the Principal or his subcontractors, or his material suppliers, that may develop during said period due to improper materials, defective equipment, workmanship or arrangements, and any other work affected in making good such imperfections, shall also be made good all without the consent or approval of the Principal after the final acceptance of the work, and that whenever directed to do so by the Owner, by notice served in writing, either personally or by mail, on the Principal at the address appearing in the contract documents or upon said Principal's legal representatives, or successors, or on the Surety at the address appearing below, WILL PROCEED at once to make sure repairs as directed by said Owner; and in case of failure to do so within one week from the date of service of such notice, or within reasonable time not less than one week, as shall be fixed in said notice, then the said Owner shall have the right to purchase such materials and employ such labor and equipment as may be necessary for the purpose, and to undertake, do and make such repairs, and charge the expense thereof to, and receive same from said Principal or Surety. If any repair is necessary to be made at once to protect life and property, then and in that case, the said Owner may take immediate steps to repair or barricade such defects without notice to the Principal or Surety. In such accounting the said Owner shall not be held to obtain the lowest figures for the doing of the work, or any part thereof, but all sums actually paid therefore shall be charged to the Principal or Surety. In this connection the judgement of said Owner is final and conclusive. If the said Principal for a period of ______________ (_____) year(s) from date of final payment shall keep said work so constructed under said contract in good order and repair, excepting only such part or parts of said work which may have been disturbed without the consent or approval of said Principal after the final acceptance of the same, and shall whenever notice is given as hereinbefore specified, at once proceed to make repair as in said notice directed, or shall reimburse said Owner for any expense incurred by making such repairs, should the Principal or Surety fail to do so as hereinbefore specified, and shall fully indemnify, defend and save harmless the said Owner from all suits and actions for damages of every name and description brought or claimed against it for on account of any injury or damage to person or property received or sustained by any party or parties, by or from any of the acts or omissions or through negligence of said Principal, servants, agents, or employees in the prosecution of the work included in said contract, and from any and all claims arising under the Workers' Compensation act, so-called, of the State of Michigan, then the above obligation shall be void, otherwise to remain in full force and effect.

B-6

Maintenance and Guarantee Bond (Page 2 of 3)

IN WITNESS THEREOF, the parties hereto have caused this instrument to be executed by their respective authorized officers, this __________________ day of ________________, 20 _____.

WITNESS: Principal By Title WITNESS:

Surety By

Attorney-in-fact

ATTACH POWER OF ATTORNEY

B-7 Jackson Maintenance and Guarantee Bond (Page 3 of 3)

INDEX of SPECIAL PROVISIONS MDOT Standard Specifications and Supplementary Conditions .................. SP 1 of 86 Progress Clause .......................................................................................... SP 2 of 86 Coordination Clause .................................................................................... SP 4 of 86 Notice to Bidders for Utility Coordination ..................................................... SP 6 of 86 Notice to Bidders for Construction Staking .................................................. SP 7 of 86 Maintaining Traffic ....................................................................................... SP 8 of 86 Earth Sawcut and Tree Preservation ........................................................... SP 10 of 86 Pavement Sawcut ....................................................................................... SP 12 of 86 Pavement Removal, Modified ..................................................................... SP 13 of 86 Decorative Ballard, Remove ........................................................................ SP 14 of 86 Vertical Exploratory Investigation ................................................................ SP 15 of 86 Roadway Grading, Special .......................................................................... SP 17 of 86 Contaminated Material ................................................................................ SP 18 of 86 Non-Structural Flowable Fill ........................................................................ SP 20 of 86 Noncompliance with Soil Erosion & Sedimentation Requirements .............. SP 21 of 86 Erosion Control, Inlet Protection, Grate Filter .............................................. SP 23 of 86 Erosion Control, Inlet Protection, Inlet Sediment Trap ................................. SP 24 of 86 Storm Sewer ............................................................................................... SP 25 of 86 Drainage Structures .................................................................................... SP 27 of 86 Manhole and Catch Basin Covers ............................................................... SP 29 of 86 Temporary Lowering of Drainage Structure Covers .................................... SP 30 of 86 Overband Crack Sealing and Surface Seal ................................................. SP 31 of 86

Marshall Hot Mix Asphalt Mixture ................................................................ SP 34 of 86 Recycled Hot Mix Asphalt Mixture ............................................................... SP 36 of 86 HMA Application Estimate ........................................................................... SP 37 of 86 Acceptance of HMA Mixture on Local Streets ............................................. SP 38 of 86 Concrete Acceptance .................................................................................. SP 40 of 86 Pavement Marking, Overlay Cold Plastic, 18 inch, Crosswalk .................... SP 42 of 86 Pavement Marking, Waterborne, 4 inch, Blue ............................................. SP 43 of 86 Landscaping ................................................................................................ SP 44 of 86 Turf Establishment ...................................................................................... SP 45 of 86 Electrical and Lighting ................................................................................. SP 47 of 86 Site Furnishings .......................................................................................... SP 54 of 86 Notice to Bidders for Soil Borings and Pavement Cores ............................. SP 56 of 86 Errata to the 2012 Standard Specifications ................................................. SP 68 of 86

MDOT STANDARD SPECIFICATIONS AND SUPPLEMENTARY CONDITIONS Jackson: JHD

1 of 1

10-11-13

The Michigan Department of Transportation 2012 Standard Specifications for Construction (referenced herein as the “MDOT Standard Specifications for Construction”) are hereby incorporated by reference and shall be deemed to be a part of these contract documents as though herein written in its entirety. The MDOT Standard Specifications for Construction shall be changed and supplemented by the Supplemental Specifications, Special Provisions and errata included in these contract documents. MDOT Standard Specifications for Construction are available for review and download from the MDOT website. Unless otherwise omitted, changed or supplemented, the Division 1 “General Provisions” of the MDOT Standard Specifications for Construction shall be incorporated into the City’s General Conditions for this contract (pp. G-1 through G-13). In the event of any inconsistency, discrepancy or conflict between the aforementioned MDOT General Provisions and other contract documents including, but not necessarily limited to, pp. G-1 through G-13, said other contract documents shall govern. Throughout the specifications, the term “Engineer” shall mean the City Engineer of the City of Jackson or his designee. The MDOT Standard Specifications for Construction, Division 1 “General Provisions” shall be changed and supplemented as follows: Section 102 Proposal Submission, Award and Execution of Contract (This section shall be omitted in its entirety) Section 104.09 Lines, Grades, and Elevations (This section shall be omitted in its entirety.) Section 104.10 Claim for Extra Compensation or Time Extension (This section shall be omitted in its entirety.) Section 104.11 Work Zone Safety and Mobility (This section shall be omitted in its entirety.) Section 107.10 Indemnification, Damage Liability and Insurance, paragraphs A through D (This section shall be omitted in its entirety) Section 109.06 Progress and Partial Payments (This section shall be omitted in its entirety)

SP 1 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR PROGRESS CLAUSE Jackson: RTM/TRW

1 of 2

05-23-16

It is expected that this contract will be awarded at the July 12, 2016, City Council meeting, after which a Notification of Award will be provided by the City to the approved bidder. Within ten (10) days of Notification of Award, the approved bidder must provide certificates of insurance evidencing insurance coverage as required by the Contract. The successful bidder will also be required to sign a contract in three counterparts. A Notice to Proceed will then be provided to the Contractor by the City. Start work within ten (10) calendar days of the Notice to Proceed or on a date agreed upon by the Engineer, however no sooner than August 1, 2016. In no case shall work commence prior to the issuance of the Notice to Proceed. The entire project shall be completed within 55 working days. Any proposed extensions to the Contract will be evaluated according to section 108 of the MDOT Standard Specifications for Construction. Construction will proceed in phases as follows:    

Jackson Street shall remain open to traffic at all times. Work on Jackson Street can be concurrent with either work on Mechanic Street or Francis Street. Work on Mechanic Street and Francis Street shall occur under a road closure, but work on both roads shall not be concurrent. Either Mechanic Street or Francis Street shall remain open at all times. Parking Lot 9 work shall occur concurrently with Francis Street work. Parking Lot 6 work shall not be concurrent with Mechanic Street or Parking Lot 8 work.

Removals on the block of Jackson Street between Washington Avenue and Cortland Boulevard shall not commence prior to August 8, 2016. Prior to August 8, 2016, this block shall remain open for on-street parking. All work on Parking Lot 8 shall be completed over a single weekend period between Saturday at 6:00 a.m. and Monday morning at 6:00 a.m. Sunday and night work will be permitted for work on Parking Lot 8. The approved bidder(s) for the work covered by this proposal will be required to participate in a pre-construction meeting with the City of Jackson to work out a detailed progress schedule. The schedule for this meeting will be set within one (1) week after the Contract Award. The Progress Schedule shall include, as a minimum, the controlling work items for the completion of the project and the planned dates (or work day for a work day project) that these work items will be controlling operations. When specified in the bidding proposal, the date the project is to be opened to traffic as well as the final project completion date shall also be included in the

SP 2 of 86

project schedule. If the bidding proposal specifies other controlling dates, these shall also be included in the Progress Schedule. Failure on the part of the Contractor to carry out the provisions of the Progress Schedule, as established, may be considered sufficient cause to prevent bidding future projects until a satisfactory rate of progress is again established.

SP 3 of 86

CITY OF JACKSON, MICHIGAN COORDINATION CLAUSE Jackson: TRW

1 of 2

06-02-16

Other contracts or work activities may commence within the immediate area during the life of this contract. The Contractor’s attention is directed to the requirements for cooperation as covered in section 104.08 of the MDOT Standard Specifications for Construction. Work is expected along and near the construction influence area at a number of locations involving utility companies and others as improvements are made to their facilities in conjunction with this project or for other reasons. It is also expected that private individuals and companies will be completing work activities on private property in the vicinity of the project. The Contractor is advised of the following activities or construction projects in the vicinity: 

City of Jackson: Street reconstruction with water main and sanitary sewer replacement on Mechanic Street between Morrell Street and Washington Avenue. Work under this contract includes the removal and replacement of the curb and gutter and the pavement structure (probable start in July 2016).



City of Jackson: Installation of electrical outlets and landscaping within green islands between sidewalk and curb on both sides of Michigan Avenue between Jackson Street and Mechanic Street (probable start in July 2016).



Consumers Energy Electric: Replacement of underground electric distribution and service conductors within the work zone (probable completion in July 2016)



City of Jackson: Stage and gallery construction within Horace Blackman Park bounded by Michigan Avenue, Pearl Street, Hayes Street and Jackson Street (probable start in August 2016).



Private developer: construction of a four story mixed-use building n the block bounded by Pearl Street, Blackstone Street, Glick Highway and Jackson Street. (probable start August 2016).



City of Jackson: Parking lot construction in the block bounded by Pearl Street, Blackstone Street, Glick Highway and Jackson Street. (probable start September 2016).



City of Jackson: Parking lot construction behind 161 W Michigan Avenue (City of Jackson Parking Lot 7) (probable start September 2016).



“Cruise Night” street fairs on various streets within the area bounded by Glick Highway, Washington Avenue, Blackstone Street and Francis on the fourth Friday of each month between May and September from 5:00 pm to 10:00 pm.

SP 4 of 86

Jackson: TRW

2 of 2

06-02-16



“Jammin’ in Jackson” concert in Bucky Harris Park located at 192 W Michigan Avenue from 4:00 pm to 7:00 pm on the second and fourth Tuesday of every month between June and September.



Renovation of 140 W Michigan Avenue and patio construction in adjacent alley east of building by LeMaster LLC (currently in progress).



Renovation of the Otsego Apartments at 120 Francis Street by the property owner (throughout 2016).



Renovation of the Elaine Apartments at 101 E Michigan Avenue by the property owner (throughout 2016).



Renovation of the building at 151 W. Michigan Avenue (probable start August 2016).



Renovation of the building at 159 W Michigan Avenue by the property owner (currently in progress).



Renovation of the building at 134 Francis Street by the property owner (currently in progress).

The Contractor shall take due account of all work, and shall coordinate its work, along with storage of materials and equipment so as to cause minimum interference with the work to be performed by others. No claims, extra compensation, or adjustment will be allowed on account of delay or failure of others to complete work as scheduled.

SP 5 of 86

CITY OF JACKSON, MICHIGAN NOTICE TO BIDDERS UTILITY COORDINATION Jackson: RTM

1 of 1

10-08-11

For protection of underground utilities and in conformance with Public Act 53, the Contractor shall dial 1-800-482-7171 a minimum of three (3) full working days, excluding Saturdays, Sundays and holidays, prior to beginning each excavation in areas where public utilities have not been previously located. Members will thus be routinely notified. This does not relieve the Contractor of the responsibility of notifying utility owners who may not be a part of the “Miss Dig” alert system. Public Utilities The following Public Utilities have facilities located within the right-of-way: Consumers Energy - Gas Division

Tom Barnhill

(517) 788-1191

Consumers Energy - Electric Division

Greg Anderson

(517) 788-2943

AT & T - Telephone

Andy Johnson

(734) 996-5350

City of Jackson - Water Division

Randy Lybarger

(517) 788-4090

City of Jackson - Traffic Signs & Signals

Jon Dowling

(517) 788-4160

City of Jackson - Sanitary & Storm Sewer

Troy White

(517) 788-4160

City of Jackson – Streetlights, Fiberoptics, Audio

(517) 788-4160 Troy White

Comcast - Cable

Jim Newby

(517) 252-5262

Zayo – Fiberoptic Cable

Greg Babinski

(517) 913-0498

US Signal Company (RVP Fiber)

Chris Wangler

(616) 520-5798

The owners of existing service facilities that are within grading or structure limits will move them to locations designated by the Engineer or will remove them entirely from the street right-of-way. Owners of Public Utilities will not be required by the City to move additional poles or structures in order to facilitate the operation of construction equipment unless it is determined by the Engineer that such poles or structures constitute a hazard to the public or are extraordinarily dangerous to the Contractor’s operations. The contractor shall cooperate and coordinate construction activities with the owners of utilities as stated in section 104.08 for the MDOT Standard Specifications for Construction. In addition, for the protection of underground utilities, the contractor shall follow the requirements in section 107.12 of the MDOT Standard Specifications for Construction. Contractor delay claims, resulting from a utility, will be determined based upon section 109.05.E of the MDOT Standard Specifications for Construction. SP 6 of 86

CITY OF JACKSON, MICHIGAN NOTICE TO BIDDERS CONSTRUCTION STAKING Jackson: TRW

1 of 1

05-15-15

Location, alignment, elevation datum, and grade of the work will be determined by the Engineer who will set the controls necessary to properly mark these elements. The Contractor shall assume full responsibility for all other detail dimensions and elevations measured from the lines, grades and elevations established. The Engineer will provide grade and alignment stakes needed for normal progress of the work by the Contractor. Prepare the work area for staking and notify the Engineer least 48 hours in advance of staking needs. Additional time may be required when the Contractor’s staking needs are indeterminate or erratic, or when the magnitude of the staking work makes scheduling necessary. It will be the Contractor’s responsibility to be sure that all information contained on the stakes is understood. A. Road Stakes and Controls. Stakes set by the Engineer shall be carefully preserved by the Contractor. Any stakes destroyed due to the Contractor’s carelessness will be replaced at the Engineer’s earliest convenience. When restaking becomes necessary two or more times, the Contractor will be notified in writing and may be charged for the crew time involved. The following staking will be provided by the Engineer if required: 1. Benchmarks. At locations indicated on the plans. 2. Right-of-way. A right-of-way stake will be set at all corners marking a change in width or direction. 3. Slope and Clearing Stakes. Stakes will be provided at 50-foot intervals or at agreed upon locations and at all break points due to subgrade transitions. 4. Curb Stakes. Stakes will be provided at 25-foot intervals on tangent sections and on curves with radii of 50 feet or more. Curves with radii of less than 50 feet will be staked at tangent points, mid point and center of radii. 5. Drainage and Utility Stakes. Stakes will be set for drainage and utility work. Drainage and utility structures will be located by means of two or more offset stakes. The following information will be provided on the offset stakes: a. Distance to center of structure or utility line, b. Cut to flowlines of the utility and pipe openings in the structure, and c. Cut or fill to top of structure. 6. Sidewalk Stakes. Stakes will be provided at 25-foot intervals, at the back of ramp landings and at the limits of planting beds. 7. Permanent signs, street lights and site furnishings at locations indicated on the plans. 8. Miscellaneous Stakes. Staking for trees, plantings and irrigation systems and all staking not addressed, but required to construct the project in accordance with the contract documents, shall be the responsibility of the Contractor.

SP 7 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR MAINTAINING TRAFFIC Jackson: RTM

1 of 2

5-23-16

a. Description. Maintain traffic throughout the project in accordance with section 812 of the MDOT Standard Specifications for Construction and as specified herein. b. Construction Influence Area (CIA). The CIA shall include the right-of-way of the following roadways within the approximate limits described below:      

Jackson Street from Washington Avenue to Louis Glick Highway Mechanic Street from Washington Avenue to approximately 100’ north of Pearl Street centerline. Francis Street from Washington Avenue to approximately 100’ south of Louis Glick Highway Parking Lot 6 Parking Lot 8 Parking Lot 9

The Contractor shall coordinate operations with other contractors performing work on other projects within or adjacent to the Construction Influence Area (CIA). City Maintenance crews may perform maintenance work within or adjacent to the Construction Influence Area (CIA). The City maintenance crews will coordinate their operations with the Engineer to minimize the interference to the Contractor. No additional payment will be made to the Contractor for the joint use of the traffic control items. d. Traffic Restrictions. No work will be allowed during the Good Friday, Memorial Day, Fourth of July, Labor Day and Veterans Day holiday periods as defined and directed by the Engineer. Prior to ceasing operations for a given holiday period, the Contractor shall ensure that all traffic control devices required for the current construction stage are in place, cleaned, and fully operational. All work, except paving operations, shall be conducted between 7:00 a.m. and 6:00 p.m., Monday through Saturday. Paving operations shall occur during weekends only, except on Sunday from 9:00 a.m. to 12:00 p.m. Night or Sunday work, outside the paving operations, will not be permitted without written approval of the City. New sewer excavation is not permitted after October 15, without written approval from the City. Access for construction vehicles to work areas will be restricted to specific locations. The number of access points and their locations will require the prior approval of the Engineer. Maintain local and emergency traffic at all times. Maintain and protect pedestrian traffic at all times.

SP 8 of 86

Maintain access to all businesses. If a business has multiple drives, one shall remain open at all times. A minimum of 6 flaggers required during paving operations, with one flagger at each intersection. Walks, driveway and entrances to buildings shall not be unnecessarily blocked. Ingress, egress and maintenance of drive approaches, sidewalks, crosswalks, parkways and open and unopen street subgrade shall be the responsibility of the Contractor throughout construction. Construction shall be completed in such a manner as to maintain the required entrance width for traffic at all times. When partial widths of new pavement area available to local traffic, access to drive shall be provided immediately. Temporary ramps shall be constructed where necessary as directed by the Engineer to maintain access to properties. Payment for temporary ramps is included with that for other pertinent pay items. d. Traffic Control Devices. All traffic control devices and their usage shall conform to the Michigan Manual of Uniform Traffic Control Devices (MMUTCD), 2011 Edition, as revised and as specified herein. Distances shown between construction warning, regulatory, and guide signs shown on the plans are approximate and may require field adjustment, as directed by the Engineer. All construction warning signs, unless otherwise noted, shall be 48" x 48" mounted at 7 feet bottom heights. Temporary signs shall be erected only when in use. Where signs are no longer applicable, they shall be removed or have their legends completely covered with plywood. Temporary traffic control devices not in use shall be kept at the Contractor’s lay down area. Signs, plastic drums and barricades may be laid down and stored in the parkway for a maximum of 24 hours. Sign covers shall be used to cover any non-applicable existing signs. Covers shall not leave any marks on, or mar in any way, signs or sign surfaces. Notify the Engineer at least 24 hours in advance of erection or removal of sign covers. All channelizing devices shall be Plastic Drums, High Intensity. Place channelizing devices at a spacing of 30 feet along tapers, 50 feet along parallel areas. Place channelizing devices, lighted arrow panels, and other traffic control devices as shown on the plans, or as directed by the Engineer to fit a specific condition. e. Measurement and Payment. The estimate of quantities for maintaining traffic on this project is based on the sequence of operations delineated elsewhere in the Contract documents. Payment for these devices shall be according to Section 812.04 of the MDOT Standard Specifications for Construction for Construction unless otherwise specified. Any additional signing or maintaining traffic devices required to expedite the construction shall be at the Contractor’s expense.

SP 9 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR EARTH SAWCUT AND TREE PRESERVATION Jackson: RTM

1 of 2

10-08-11

a. Description. This work consists of performing earth sawcut and taking measures to protect tree limbs, trunks and roots during construction. b. Materials. None specified. c. Construction. 1. Earth Sawcut. Sawcut earth no more than 12 inches from the back of proposed curb and/or 12 inches beyond the edge of proposed drive approaches, to a minimum depth of 12 inches. This work shall generally take place only within the drip line of existing trees. For purposes of this specification, drip line shall be defined as the entire area under the canopy or limb extension of the tree. Actual locations and lengths of sawcut will be determined by the Engineer in the field. This distance shall generally be one foot in each direction from the tree for each inch diameter of the tree. Sawcut a clean vertical cut using a Vermeer Model V-1850 RC with root cutter attachment or equivalent equipment approved by the Engineer. Sawcut earth before any removal or construction is performed within the dripline of existing trees. 2. Tree Preservation. Place a “SAVE TREE” sign on the trunk of every tree involved on this project prior to any work being performed that might have any impact on trees. Reusable signs will be provided by the City. Supply twine or other acceptable attachment material for signs. Remove signs and return them to the City at the completion of the project. Do not store construction debris, materials or equipment within the drip line of any tree which has been tagged with a “SAVE TREE” sign, except as specifically allowed below. Prior to delivery, inspect the project site and determine proper locations for storage of construction materials. Clearly identify locations to material suppliers to assure compliance with tree preservation requirements. Where limited space is available, the Engineer will determine acceptable storage locations. Areas exempt from tree preservation requirements include the road area to one foot behind the proposed curb and the area within 1 foot either side of proposed drive approaches. Other areas within the drip line of trees, but outside an earth sawcut, will also be exempt. Sidewalks are not exempt. To facilitate installation, the Contractor will be allowed to lay pipe in greenbelt areas in advance of sewer and water main construction. Do not be stack pipe. Place the pipe in a manner and at locations that will minimize damage to tree roots. Under no circumstances shall construction equipment operate in these areas. Do not lay out pipe more than one day in advance of installation.

SP 10 of 86

Jackson: RTM

2of 2

10-08-11

Keep operation of any equipment within the drip line of tagged trees to the minimum necessary for performing the work indicated on the plans. As soon as possible after construction of a particular item, backfill to reduce impact to the tree and minimize further drying of the soil near tree roots. With hand loppers or a chain saw cut cleanly any roots or branches over 1 inch in diameter that are damaged due to construction. Instruct workers, including those of sub-contractors, of the significance of this provision and the importance of tree preservation on this project. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay items: Pay Item

Pay Unit

Earth Sawcut ……………………………………………………………………………………… Foot Tree Preservation ………………………………………………………………………… Lump Sum Tree Preservation shall include sign placement and removal, worker instruction and all other measures necessary to protect trees during construction.

SP 11 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR PAVT SAWCUT Jackson: RTM

1 of 1

10-08-11

a. Description. This work consists of sawcutting concrete and HMA pavement. b. Materials. None specified. c. Construction. Sawcut concrete or HMA surfaces at locations shown on plans and as directed by the Engineer. In removing old pavement, curb, gutter, sidewalk, crosswalk and similar structures, where portions of the existing structure are to be left in the surface of the finished work, remove the old structure to existing joints or saw to a reasonably true line with a vertical face. Perform sawcuts with a power driven concrete saw to the full depth of the item being sawcut. Take precautions to maintain a clean vertical edge on the sawcut throughout the duration of the work. Any resawing or additional removal and replacement of pavement, curb and gutter or sidewalk which may be necessary due to Contractor carelessness will be at the Contractor’s expenses. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay item: Pay Item

PayUnit

Pavt Sawcut …………………………………………………………………………..… Foot Pavt Sawcut will be measured by length and will be paid for all sawcutting of HMA and concrete pavement, curb, driveways and sidewalk. Payment for this item will not be made when pavement is removed by a milling machine or other method that does not require a sawcut.

SP 12 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR PAVEMENT REMOVAL, MODIFIED Jackson: RTM

1 of 1

10-08-11

a. Description. This work consists of removing existing concrete and HMA pavement in accordance with sections 204 and 501 of the MDOT Standard Specifications for Construction, except as modified herein. The existing pavement thickness varies. Refer to the soil and pavement borings contained in the proposal. b. Materials. Use Granular Material Class II in conformance with section 902 of the Standard Specifications for Construction for backfill. c. Construction. Remove the existing pavement to sawed joints at removal limits as indicated on the plans. Protect existing utilities during removal operations. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay items: Pay Item

Pay Unit

Pavt, Rem, Modified ………………………………………………………………………Square Yard HMA Surface, Rem, Modified …………………………………………………………. Square Yard Driveway, Rem ……………………………………………………………………………Square Yard Track Base, Rem ……………………………………………………………………………Cubic Yard Removal of concrete and masonry pavements including any overlaying HMA surface, will be paid as Pavt, Rem, Modified and will be measured in place from edge to edge of pavement and to saw cut limits, excluding curb and gutter. Pavt, Rem, Modified will be paid for as one quantity, regardless of the thickness or composition of pavement being removed. HMA Surface, Rem Modified will be measured in place from edge to edge of pavement and to saw cut limits. HMA Surface, Rem Modified will be paid for as one quantity, regardless of the thickness of the pavement being removed. Removal of the HMA surface overlying a concrete or masonry pavement is considered part of the underlying material (regardless of thickness) and will be included in the quantities of Pavt, Rem, Modified. Removing concrete and HMA drive approaches will be measured and paid separately as Driveway, Rem. Driveway, Rem will be measured in place by area in square yards and will be paid for as one quantity, regardless of thickness or composition. Curb and gutter removal will be paid for separately as Curb and Gutter, Rem. The removal of concrete, timber and masonry base materials from abandoned train or trolley track beds and backfill will be paid for as Track Base, Rem. The Engineering will measure Track Base, Rem volumes using the average end areas method.

SP 13 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR DECORATIVE BOLLARD, REMOVE HRC: TJS

1 of 1

05-23-16

a. Description. This work shall consist of removing an existing decorative bollard, regardless of material type, at locations shown in the plans. Care must be used to remove the existing bollard as it must be salvaged, and delivered to the City of Jackson DPW yard, in existing condition found in the field. b. Materials. Materials shall be in accordance with section 204.02 the 2012 Michigan Department of Transportation Standard Specifications for Construction. c. Construction. Construction shall be in accordance with section 204.03 of the 2012 Michigan Department of Transportation Standard Specifications for Construction as well as the detail shown in the plans. d. Measurement and Payment. The completed work as measured shall be paid for at the contract unit price for the following contract item (pay item): Pay Item

Pay Unit

Decorative Bollard, Remove..................................................................................................Each Payment for Decorative Bollard, Rem shall include all labor, equipment, and materials required to complete the work as described above, including removal of any concrete foundation and salvaging of the bollard and delivery to the City of Jackson DPW yard.

SP 14 of 86

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR VERTICAL EXPLORATORY INVESTIGATION OPR:DJA

1 of 2

C&T:APPR:JAR:DBP:01-12-12 FHWA:APPR:01-12-12

a. Description. This work consists of conducting a vertical exploratory investigation to expose an existing culvert, sewer or utility in order to verify the location, condition, size, material and alignment; allowing the Engineer to document the necessary information; and backfilling the excavation. This work includes providing necessary lane, shoulder and/or sidewalk closures required to perform work. b. Materials. Use Granular Material Class III in conformance with section 902 of the Standard Specifications for Construction for backfill. Use material removed during exploratory investigation for backfill only if approved by of the Engineer. c. Construction. The owner of any sewer or utility to be exposed will not take the facilities out of service during the exploratory investigation. Contact utility owners in accordance with subsection 107.12 of the Standard Specifications for Construction. Establish necessary lane, shoulder and/or sidewalk closures required to perform work. Advance the exploratory excavation using vacuum boring excavation, hand digging, conventional machine excavation, or a combination thereof subject to approval of the Engineer. Allow the Engineer access to document the necessary information. If the technique used to advance the excavation is causing damage to the existing facilities, cease all work until an alternate method is approved by the Engineer. Take care to protect the exposed culvert, sewer or utility from damage during construction. Repair or replace culvert, sewer or utility, damaged during exploratory excavation, in accordance with the standard specifications and as approved by the Engineer. Obtain the Engineer's approval before backfilling the excavation. Complete backfilling no later than 24 hours after approval has been given. Backfill in accordance with subsection 204.03.C of the Standard Specifications for Construction. Dispose of excess material according to the standard specifications. The Contractor is responsible for all costs associated with the repair work and out of service time of all broken or damaged existing culverts, sewers or utilities as a result of any action by the Contractor. If the exploratory investigation results in damage to private utilities, contact the owner of such utility to coordinate the repair. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price using the following pay item: Pay Item

Pay Unit

SP 15 of 86

Exploratory Investigation, Vertical...............................................................................Foot Exploratory Investigation, Vertical will be measured by the foot from top of existing grade vertically to the bottom of the excavation for a 4-foot maximum diameter hole, or as approved by the Engineer. The excavated depth of each 4-foot maximum diameter hole will be measured separately for payment. Exploratory Investigation, Vertical includes all labor, equipment and materials required to complete the work, including all costs associated with repair or replacement resulting from the contractor’s activities.

SP 16 of 86

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR ROADWAY GRADING, SPECIAL Jackson: RTM

1 of 1

C&T:APPR:DMG:RWS:08-30-11

a. Description. This work consists of removing miscellaneous structures and materials and completing all earthwork required to construct the proposed cross sections within the limits shown on the plans or stated in this special provision. All lines and grades must be as shown on the plans and as directed by the Engineer. Complete this work according to the standard specifications and this special provision. b. Materials. Furnish and place additional material, conforming to the standard specifications for the type of work being completed, as necessary to achieve the typical cross sections. All embankment material must be granular material Class II. c. Construction. Complete this work according to applicable sections of the standard specifications. The work includes, but is not limited to the following: 1. Furnish, place and compact additional material. 2. Clearing, including trees less than 6 inches in diameter. 3. Remove rocks or boulders less than 0.5 cubic yards in volume. 4. Removing, salvaging and reinstalling existing signs and mailbox posts. 5. Match drive and approach grades to new pavement grades. 7. Remove miscellaneous structures and materials. 8. Dispose of excess and unsuitable material according to section 205. 9. Match greenbelt grades and water stop boxes to new curb and sidewalk grades. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price using the following pay item: Pay Item

Pay Unit

Roadway Grading, Special ........................................................................................ Station 1. Roadway Grading, Special will apply from the POB to POE, will be measured along the centerline of the roadway and includes both sides of the roadway. Where a driveway or approach requires grading to meet proposed grades, this work is included in the measurement and payment for the item Roadway Grading, Special in that area. Turf establishment items will be paid for separately.

SP 17 of 86

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR NON-HAZARDOUS CONTAMINATED MATERIAL HANDLING AND DISPOSAL C&T:JCW

1 of 2

C&T:APPR:DMG:JAR:07-26-06 FHWA:APPR:04-19-11

a. Description. This work consists of all labor, equipment, and materials necessary to handle, transport, and dispose of the non-hazardous contaminated material and includes any and all laboratory testing required for the proper disposal of the material. This special provision must not be employed without authorization by the Engineer. The laboratory testing will be used to solicit landfill approval and is not intended to determine whether or not the material is contaminated. Soil delineated on the plans and classified as non-hazardous contaminated can not be used elsewhere on the project regardless of the laboratory test results unless otherwise directed by the Engineer. b. Materials. None specified. c. Construction. This work must be completed in accordance with sections 204 and 205 of the Standard Specifications for Construction, except as modified herein or as directed by the Engineer. 1. Excavation of Non-hazardous Contaminated Material. Non-hazardous contaminated material must be excavated as shown on the plans or as directed by the Engineer. 2. Temporary Storage of Non-hazardous Contaminated Material. Excavated nonhazardous contaminated material which is to be temporarily stockpiled must be placed on plastic sheeting or tarps having a minimum thickness of 6 mils or in trucks, roll off boxes, or other containers, such that no liquid may escape from the containment. Cover the nonhazardous contaminated material securely with plastic sheeting of 6 mils thickness or greater, at the end of each work day. Dispose of excavated non-hazardous material as soon as approval is received from the disposal site. This material can not be stockpiled for longer than 30 days prior to disposal. 3. Sampling and Analysis of Non-hazardous Contaminated Material. The required sampling and analysis for disposal of non-hazardous contaminated material is the Contractor’s responsibility. The analysis required is dictated by the Type II disposal facility to be utilized for disposal. Should the results of the analysis show the material to be hazardous, as defined by the 1994 PA 451, Part 111, of the Natural Resources and Environmental Protection Act, the Engineer must be notified immediately. The material must then be disposed of as directed by the Engineer. 4. Disposal of Non-hazardous Contaminated Material. Disposal of non-hazardous contaminated material must be at a licensed Type II sanitary landfill. Submit at the preconstruction meeting the name of the Type II landfill to be used for disposal, the sampling and analysis requirements of that landfill, and verification that use of the proposed landfill will meet the requirements of the county solid waste plan.

SP 18 of 86

C&T:JCW

2 of 2

10SP205(A) 07-26-06

The proposed landfill must be acceptable to the MDOT and therefore approval must be obtained from the Engineer prior to commencing disposal operations. Provide a copy of the laboratory analysis to the Engineer as a requirement of approval for disposal. Following disposal and prior to approval for payment provide to the Engineer landfill receipts for all nonhazardous contaminated material disposed of. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay item: Pay Item

Pay Unit

Non Haz Contaminated Material Handling and Disposal, LM ........................... Cubic Yard Non Haz Contaminated Material Handling and Disposal, LM will be measured by volume in cubic yards, LM. Prior to payment the Engineer must be given receipts from the disposal facility for the number of cubic yards disposed of at that facility. Payment will include all costs for materials, labor and equipment needed for storage, loading, transportation, testing, and disposal of the nonhazardous contaminated material. Disposal costs will include all documentation required by the landfill. Payment for excavation of non-hazardous contaminated materials will be included with the related items of work. Delays in testing and disposal of non-hazardous contaminated materials that are not the fault of the Contractor may be considered valid reasons for extension of time. However, these delays and the resultant extensions of time will not be considered valid reasons for additional payment. Should the material test hazardous, payment for disposal of hazardous material will be measured and paid for as extra work. Hauling must be by a licensed hazardous waste hauler and disposal must be at an appropriate licensed disposal facility. Prequalification is waived.

SP 19 of 86

12RC205(A020) MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR NON-STRUCTURAL FLOWABLE FILL C&T:TES

1 of 1

C&T:APPR:DMG:JAB:08-17-11

a. Description. This work consists of furnishing and placing non-structural flowable fill for abandoning pipes and miscellaneous structures; constructing miscellaneous bulkheads or forms; and backfilling. This specification is not intended to address flowable fill used as structural backfill. b. Materials. Supply non-structural flowable fill consisting of a mixture of Portland cement, fly ash, sand (2NS) and water. Use materials conforming to the standard specifications except as modified by this special provision. All non-structural flowable fill is intended to be removable using conventional mechanical excavation methods. Use either Type I or IA Portland cement conforming to section 901 of the Standard Specifications for Construction and Class F or C fly ash as specified by ASTM C 618 except that there is no limit on loss on ignition. Produce a mix of cement, fly ash, sand and water in the following proportions. Portland Cement Fly Ash Sand Water

50 lb/cyd 500 lb/cyd 2850 lb/cyd approx. 376 lb/cyd (sufficient to produce desired flowability)

c. Construction. Produce and deliver the non-structural flowable fill at a minimum temperature of 50 degrees F. Transport mixture to the point of placement in a revolving drum mixer or agitator. Secure all pipes and conduits within the backfill area to counteract the buoyant effect of nonstructural flowable fill. Place the material evenly around manholes and in utility trenches to avoid dislocating pipes and conduits. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price using the following pay item: Pay Item

Pay Unit

Flowable Fill, Non-Structural ............................................................................. Cubic Yard Flowable Fill, Non-Structural includes all labor, equipment and materials required to supply and place flowable fill for the purpose of abandoning pipes and miscellaneous structures, and includes any necessary miscellaneous bulkheads for forms.

SP 20 of 86

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR NON-COMPLIANCE WITH SOIL EROSION AND SEDIMENTATION CONTROL REQUIREMENTS C&T:DMG

1 of 2

C&T:APPR:JAR:TWK:08-02-06 FHWA:APPR:05-23-11

a. Description. This special provision establishes negative adjustments related to the failure to properly install and maintain soil erosion and sedimentation control (SESC) measures and the conditions under which these adjustments will be determined and applied. Nothing in this special provision modifies section 107 of the Standard Specifications for Construction. Delays to the project as a result of the Contractor conducting corrective actions for SESC measures do not constitute a valid reason for an extension of time. Deficiencies with SESC measures must be corrected in the time frame stated herein. For those deficiencies not corrected within the stated time frame, the Engineer will make a negative adjustment to the contract as stated herein. b. Materials. None specified. c. Construction. Install all temporary erosion control measures identified on the plans and as directed by the Engineer for an impacted area of the project prior to the start of any earth disturbance including, but not limited to, clearing, grading and excavation in that area. The Engineer will inspect these measures every 7 days and within 24 hours of precipitation events which result in off-site runoff. Deficiencies will be documented on the National Pollutant Discharge Elimination System (NPDES) Inspection Report (Form 1126). If at any time during the project, including the time during the seasonal suspension, the Engineer documents deficient SESC measures, the Engineer will provide written notification with instructions for corrective action to the Contractor. The time frame for completion of these corrective actions will be specified in the notification and will be discussed with the Contractor as necessary. Deficiencies are defined as one or more of the following: 1. Failure to install or construct SESC measures shown on the plans or as directed by the Engineer; 2. Failure to maintain the measures; 3. Failure to conduct earth change activities in a manner consistent with all applicable environmental permit requirements; 4. Failure to comply with the time limitations or the area limitations stated in subsections 208.03.B and 208.03.C, respectively, of the Standard Specifications for Construction.

SP 21 of 86

C&T:DMG

2 of 2

10SP208(A) 08-02-06

SESC deficiencies are either emergency or non-emergency and the time frame for corrective action is determined accordingly. Sedimentation of a drainage structure or waters of the state or loss of support of the roadbed impacting public safety constitutes an emergency and corrective actions must be completed within 24 hours of notification. Non-emergency deficiencies must be corrected within 5 calendar days of notification. For those emergency corrective actions not completed within 24 hours of notification, the Contractor will be assessed $100.00 per hour for every hour the deficiency remains uncorrected after the initial 24 hours of notification. For those non-emergency corrective actions not completed within 5 calendar days, the Contractor will be assessed $500.00 per day for every day, or part thereof, the deficiency remains uncorrected after the initial 5 days of notification. If it is not practicable to complete the non-emergency corrective actions within 5 calendar days, the Contractor must document the reasons and propose a corrective action plan to the Engineer within 5 days of notification. The corrective action plan must contain the Contractor’s course of action and a time frame for completion. If the reasons and the corrective action plan are acceptable to the Engineer, the Contractor will be allowed to proceed with the plan as proposed without incurring a negative adjustment. If the approved corrective action plan is not completed as proposed, the Contractor will be assessed $1000.00 per calendar day for every day, or part thereof, the deficiency remains uncorrected after the time frame is exceeded in the approved corrective action plan. Correct, in the timeframe stated herein, all other emergency or non-emergency SESC deficiencies documented anywhere else on the project during completion of the approved corrective action plan. d. Measurement and Payment. The Engineer will make the necessary monetary adjustment to the contract amount based on the length of time the Contractor allows the deficiencies to remain uncorrected after the time allowance stated herein and as described to cover any costs incurred by the Department as a result of SESC violations All costs associated with corrective actions required due to the Contractor’s failure to properly install or maintain SESC measures on this project will be borne by the Contractor.

SP 22 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR EROSION CONTROL, INLET PROTECTION, GRATE FILTER Jackson: RTM/TRW

1 of 1

10-08-11

a. Description. Install, maintain and remove an inlet protection device to control sedimentation in accordance with section 208 of the MDOT Standard Specifications for Construction with the following modifications. b. Materials. The Inlet Grate Filter shall be the ‘Sediguard’ inlet filter device manufactured by Earth Support Systems, Inc. or approved equal. Each Inlet Grate Filter shall be of the appropriate shape and dimensions to fit the casting called for on the plans. Devices labeled on the plans as ‘round’ shall be Sediguard SG3030 which is compatible with East Jordan Iron Works Casting 1045. Devices labeled as ‘rectangular’ shall be Sediguard SG2822 with curb guard attachment SGCG28 which is compatible with East Jordan Iron Works Casting 7045. c. Installation. The Inlet Grate Filter shall be secured to the inlet grate using zip ties and pressure disks in accordance with the Manufacturer’s written installation instructions and as shown on the plans. All inlet protective devices shall be inspected and approved by the Inspector prior to usage. d. Maintenance. Each Inlet Grate Filter shall be inspected once every seven days or within 24 hours of a rain event, which ever comes first. Any collected material shall be broomed from the top and sides of the Inlet Grate Filter and, if applicable, the adjacent upstream gutter pan. e. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay item: Pay Item

Pay Unit

Erosion Control, Inlet Protection, Grate Filter, ___________ ……………………………… Each Erosion Control, Inlet Protection, Grate Filter, Round or Rectangular will be paid on an each basis and includes all labor, materials and equipment required to place, maintain and remove the Soil Erosion and Sedimentation Control device.

SP 23 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR EROSION CONTROL, INLET PROTECTION, SEDIMENT TRAP Jackson: RTM/TRW

1 of 1

10-08-11

a. Description. Install, maintain and remove an inlet protection device to control sedimentation in accordance with section 208 of the MDOT Standard Specifications for Construction with the following modifications. b. Materials. The Inlet Sediment Trap shall be the ‘Catch-All Inlet Protector’ manufactured by Marathon Materials, Inc. or approved equal. Each Inlet Sediment Trap assembly shall consist of a steel frame with a replaceable geotextile fabric bag that is suspended inside the drainage structure. The frame and bag shall be of the appropriate shape and dimensions to form fit the casting called for in the plans. Devices labeled on the plans as ‘round’ shall be compatible with East Jordan Iron Works Casting 1045. Devices labeled as ‘rectangular’ shall be compatible with East Jordan Iron Works Casting 7045. c. Installation. The Sediment Trap shall be installed in accordance with the Manufacturer’s written installation instructions and as shown on the plans. All inlet protective devices shall be inspected and approved by the Inspector prior to usage. d. Maintenance. Each Inlet Sediment Trap shall be inspected once every seven days or within 24 hours of a rain event, which ever comes first. The geotextile fabric bag shall be removed, emptied and cleaned whenever sediments fill to 75% of the total bag depth. Cleaning shall include turning the bag inside out and brushing, sweeping or hosing it down. Before it is reinstalled, it shall be inspected for cuts and/or abrasions. e. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay item: Pay Item

Pay Unit

Erosion Control, Inlet Protection, Sediment Trap, ______________ ………………………Each Erosion Control, Inlet Protection, Sediment Trap, Round or Rectangular will be paid on an each basis and includes all labor, materials and equipment required to place, maintain and remove the Soil Erosion and Sedimentation Control device. A single unit for each of the contract items ‘Dr Structure, Temp Lowering, Modified’ and ‘Mh Cover, Short’ will be paid when the plans call for the Inlet Sediment Trap to be placed on a lowered structure with a new low profile casting.

SP 24 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR STORM SEWER Jackson: RTM

1 of 2

10-08-11

a. Description. This work consists of constructing storm sewers and drainage structure leads of the size and class required, including excavation bedding and backfill. b. Materials. Provide materials in accordance with the MDOT Standard Specifications for Construction Section 402.02 and the following: Use sewer pipe conforming to the class designation shown on the plans or in the proposal. Ductile Iron Pipe shall be Pressure Class 350 with push-on joints meeting the requirements of ANSI/AWWA C151/A21.51. Use flexible rubber compression gaskets to provide watertight joints. Backfill: Granular Material Class II. All fittings shall be ANSI/AWWA C110/A21.10 or C153/A21.53, mechanical joint type and be cement-mortar lined per ANSI/AWWA C104/A21.4. c. Construction. Construct storm sewers in accordance with section 402 of the MDOT Standard Specifications for Construction with the following modifications: Backfill sewers with Granular Material Class II or with on-site granular material approved by the Engineer. Bedding and backfill material within 12 inches of the sewer pipe or other utilities exposed by the excavation, shall not contain stones larger than 1 inch in diameter. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay items: Pay Item

Pay Unit

Sewer, Cl ___ , ___ inch …………………………………………………………………………Foot Sewer, DI, ____ inch ………………………………………………………………………….… Foot Sewer Backfill, Class II ………………………………………………………………………….. Foot Sewer Fittings, DI…...…………………………………………………………………………..Pound Sewer of the diameter and class specific or shown on the plans, will be measured in place by length in feet from the center to center of manholes, catch basins, or shallow inlets, or to the inside walls of all special structures. The length of pipe for sewer repairs shall be the actual length of pipe installed. Payment for this work shall include excavation, trenching, coffer dams, dewatering, placing and removing temporary sheeting and bracing, support and protection of existing utilities, providing and placing the necessary sewer pipe and all joint materials, connecting to new manholes,

SP 25 of 86

backfilling with approved on-site material, compaction and disposal of surplus earth removed. Unless indicated otherwise on the plans, payment shall also include removal of existing sewers that interfere with new construction and those within three (3) feet of the proposed sewer (measured horizontally from center to center of pipe). When there is not a pay item for Roadway Grading, payment for Sewer shall include grading the backfill to the grade required for placement of the specified pavement, concrete items or topsoil. Sewer Backfill, Class II will be measured by length in feet along the sewer. Payment for sewer backfill shall include disposal of unsuitable material and furnishing Class II granular material. Where on-site backfill material is used in backfilling the sewer, the payment will be reduced in proportion to the amount of on-site backfill material actually used. Sewer Fittings, DI to accommodate changes in the plans will be paid per pound based upon catalog weight. Payment for additional fittings includes furnishing and installing the fittings, joint restraint and appurtenances required to complete the installation.

SP 26 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISIONS FOR DRAINAGE STRUCTURES Jackson: RTM

1 of 2

10-08-11

a. Description. This work consists of constructing drainage structures for storm and sanitary sewer construction. b. Materials. 1. Precast Sections. Precast structure sections shall conform to ASTM C478. Joints between precast sections shall be sealed with flexible watertight rubber gaskets. 2. Sanitary Manholes. All sanitary manholes shall be constructed of precast sections. All sewer pipe entering sanitary manholes shall utilize a flexible connector conforming to ASTM C923. Flow channels and shelves in manholes shall be precast. 3. Steel Reinforced Plastic Manhole Steps. Shall be a co-polymer polypropylene or approved equal. The steel reinforcing shall be a deformed 1/2-inch reinforcing rod meeting the requirements of ASTM A615 for Grade 40. 4. Backfill: Granular Material Class II. c. Construction. Construct drainage structures in accordance with Section 403 of the MDOT Standard Specifications for Construction with the following modifications. Drainage structures shall be constructed at the locations and in accordance with the details shown on the drawings. In sanitary manholes, flow channels and shelves shall be precast. Flow channels may be poured in storm manholes. Pipes entering manholes shall protrude 1 inch minimum and 3 inch maximum into the manhole. Each manhole shall be equipped with a frame and cover set to the final grade or equipped with a manhole plate as directed by the Engineer. Frame and cover shall be paid separately. Cover for catch basins to be set to final grade in a half-inch bed of mortar on the same work day that the drainage structure is installed. Drop Connections. Provide a drop connection where a sanitary sewer connects to a manhole more than 2 feet above the elevation of the bottom. Unless otherwise shown on plans, build drop connections of PVC or vitrified clay pipe with suitable fittings, all encased in concrete.

SP 27 of 86

d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay items: Pay Item

Pay Unit

Catch Basin, inch dia ……………………………………………………………………….. Each Storm Manhole, inch dia ……………………………………………………………………. Each Sanitary Manhole, __ inch dia …………………………………………………………………. Each Storm Manhole, Add Depth of inch dia, 8 feet to 15 feet ………………………………… Foot Sanitary Manhole, Add Depth of inch dia, 8 feet to 15 feet ……………………………… Foot Sanitary Manhole, Add Depth of inch dia, more than 15 feet …………………………… Foot Manhole Drop Connection ………………………………………………………………………Each Payment for Catch Basin shall be in accordance with the diameters listed in the proposal. Depth of Manholes (sanitary and storm) will be measured vertically from the top of the masonry to the top of the concrete footing. Payment will be based on this measured depth and as described for Drainage Structures in Section 403 of the MDOT Standard Specifications for Construction. Payment for Catch Basin and Manhole includes providing and placing the structures, excavation and backfill with Class II sand, compaction, labor and equipment necessary to construct the structure, placing and adjusting manhole or catch basin covers to final grade. Where required by paving operations, payment includes temporary lowering. (Note: Payment for Adjust, Case 1 will be made for structures lowered for paving. New drainage structures and manholes will not be eligible for payment for Dr Structure, Adj, Add Depth). Manhole Drop Connection shall be measured as units regardless of depth. This price shall be payment for the drop connection pipe, all fittings and/or connections, supports, encasements, backfill with approved on-site material, compaction, labor, equipment and all work completed in accordance with plans and specifications.

SP 28 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR MANHOLE AND CATCH BASIN COVERS Jackson: RTM

1 of 1

10-08-11

a. Description. Furnish gray iron manhole and catch basin castings. b. Materials. Gray Iron Castings must be in accordance with section 908 of the MDOT Standard Specifications for Construction and this special provision. c. Construction. All frames, lids and grates must be manufactured by East Jordan Iron Works, Neenah Foundry, or approved equal, and must be interchangeable with the East Jordan Iron Works castings listed on the plans. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay items: Pay Item

Pay Unit

Mh Cover, Std ……………………………………………………………………..... Each Mh Cover, Short …………………………………………………………………...... Each Catch Basin Cover, ADA …………………………………………………………… Each Catch Basin Cover, Curb …………………………………………………………… Each Catch Basin Cover, Drive ……………………………………………………………..Each Catch Basin Cover, Valley …………………………………………………………Each Payment for covers shall be for furnishing the specified castings. Covers shall be furnished complete with all parts, including frames, lids, grates, backs, etc. Installation of the castings will be included in other pay items.

SP 29 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR TEMPORARY LOWERING OF DRAINAGE STRUCTURE COVERS Jackson: RTM

1 of 1

10-08-11

a. Description. This work consists of temporary lowering of drainage structure before pavement removal. Drainage Structure includes sewer and water manholes and catch basins. b. Materials. Materials shall meet the requirements of section 403 of the MDOT Standard Specifications for Construction. c. Construction. Construction shall be done in accordance with section 403 of the MDOT Standard Specifications for Construction with the following additional requirements: Lower all existing drainage structure covers in pavement areas before pavement removal. Lower structures so that they are set 3 to 6 inches below the proposed subgrade elevation. Record the location of all structures so that they can be accurately located when final adjustment is made. All old manhole and catch basin covers that will not be reused shall remain City property and be set aside for pickup by the City Department of Public Services. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay item: Pay Item

Pay Unit

Dr Structure, Temp Lowering, Modified ………………………………………………………. Each Measurement and payment for Dr Structure, Temp Lowering, Modified will be in accordance with section 403.04E of the MDOT Standard Specifications for Construction.

SP 30 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR

OVERBAND CRACK SEALING SURFACE SEAL SPECIFICATIONS

HRC: TJS

05-24-16 1 of 3

a. Description. This work consists of furnishing all labor, equipment and materials necessary for application of a job blended fiberized joint and crack sealant and complete surface seal upon completion of the crack sealant. All surface preparation, crack sealing, and surface sealing shall be done in accordance with MDOT Specifications, Section 505, and these special provisions. b. Materials. Polyester Fibers, Polymer Modified Asphalt Cement 1. General – All joint and cracks will be waterproofed using the following hot asphalt based crack sealant. The material shall be extruded under high temperature (275-300° F) and high pressure (100 PSI max) directly into and over joints and cracks. 2. Composition Polyester Fibers Polymer modified asphalt cement

0.5 – 1.0% by weight Remainder by weight

a. Polyester Fibers – A general certification is required for this material. The polyester fibers shall meet the following requirements: Length 6.4 mm ± 0.05 mm Crimps, (ASTM D-3937) None Tensile Strength, (ASTM D-2256)* 480 MPa minimum Denier, (ASTM D-1577)* 3.0 to 6.0 Specific Gravity 1.32 to 1.40 Melting Temperature 245° C minimum Ignition Temperature 240° C minimum *This data must be obtained prior to cutting the fibers. b. Polymer Modified Asphalt Cement – A general certification from an approved manufacturer is required for this material. The Polymer Modified Asphalt Cement shall meet the following requirements:

SP 31 of 86

Test R & B Softening Point, °C 80 min Elastic Recovery, 25°C, 10 cm pull 85% min Ductility, 25°C, 5 cm/min, cm 40 min Force Ductility, 25°C, 30-40 cm 8.0 lbs/in²min

ASTM D 36 AASHTO T 301 ASTM D 113 AASHTO T 300

c. Construction. 1. Preparation of Surface - The surface shall be thoroughly clean and dry when the sealant/membrane is applied. Cleaning of cracks will be with minimum 100 PSI compressed air and hand tools as necessary to remove dust, dirt, moisture, vegetation and foreign materials that would prevent bonding of the material. Heat lance and/or wire wheel all vegetation and cracks. Cleaning work is to be done concurrently with the application process. Air compressors shall be portable and capable of furnishing not less than 100 PSI air pressure at the nozzle. The compressor shall be equipped with traps that will maintain the compressed air free of oil and water. 2. Mixing Procedures – The material shall be blended in an oil-jacked double wall kettle equipped with an agitator (reversing rotary auger action) and separate thermometers for the oil and bath and the blending vat. A 2-inch recirculating pump is required to provide circulation of the materials when not applying the crack sealant. The unit shall be capable of mixing 2,000 pound minimum batches of material. When using field mixed material, add the polyester fibers to the polymer modified asphalt cement and thoroughly mix in the kettle. Do not exceed 400° in the field mix or prepackaged material. 3. Application – Apply the material by either a wand followed by a “V” or “U” shaped squeegee or a round application head having a concave underside. Apply 4 inches wide for a standard coverage and not to exceed a maximum of 6 inches to provide complete and uniform coverage over multi-crack areas. Apply sealant at a thickness of 1/8 to 3/16 inch. This control is necessary for a neat job and prevents excess material from being applied. Limit filling to cracks more than 1/8 inch wide. Seal cracks with varying widths, portions of which are 1/8 inch or greater along their entire length. Upon completion of filling all applicable cracks, apply two coats of RP 335 (federal standard) cold tar pitch emulsion with 4-6 lb of silica sand/gallon over the entire parking lot.

SP 32 of 86

4. Weather Limitations – No material shall be applied unless the ambient air temperature is 40° F and rising. No material shall be applied while the surface is wet. 5. Opening to Traffic – Traffic shall be kept off the newly placed sealant until it has cooled and set enough to prevent tracking by vehicle tires and/or pullout of the sealant. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay items: Pay Item

Pay Unit

Overband Crack Sealing………………………….………………Pounds Mixed Material Surface Seal……………………………………….………………………….Square Yards Overband Crack Sealing will be paid by the number of pounds of hot applied sealant in place, completed and accepted. The unit price includes all materials, equipment, tools and labor incidental to the preparation and sealing of cracks (unless otherwise specified). Surface Seal will be paid by the total surface area measured in square yards applied of two coats of coal tar pitch emulsion. The unit price includes all materials including silica sand, equipment, tools and labor to the preparation and application of the surface seal (unless otherwise specified).

SP 33 of 86

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR MARSHALL HOT MIX ASPHALT MIXTURE C&T:JWB

1 of 2

C&T:APPR:EHR:CJB:09-25-06 FHWA:APPR:06-06-11

a. Description. Furnish hot mix asphalt (HMA) mixture, designed using Marshall Mixture Design Methods, in accordance with the standard specifications except as modified by this special provision. b. Mix Design. Submit the mix design for evaluation in accordance with the Department’s HMA Production Manual. Use a 50 blow Marshall hammer when compacting mixtures for developing Marshall mix designs. c. Recycled Mixtures. Substituting reclaimed asphalt pavement (RAP) for a portion of the new material required to produce HMA mixture is allowed provided that the mixture is designed and produced to meet all criteria specified herein, unless otherwise prohibited. RAP materials must be in accordance with the standard specifications. d. Materials. Table 1 provides the mix design criteria and volumetric properties. Table 2 provides the required aggregate properties. Use aggregates of the highest quality available to meet the minimum specifications. Use the mixture designation number shown in the contract item name when determining mix design properties from Tables 1 and 2. e. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price using the following pay item: Pay Item

Pay Unit

HMA, (type) ................................................................................................................... Ton Table 1: Mix Design Criteria and Volumetric Properties Mixture No.

Target Air Void, % (a)

2C

3C

4C

13A

36A

3.00

4.00

4.00

4.00

4.00

VMA (min) (b)

11.00

13.00

14.00

14.00

15.00

VFA

65-78

65-78

65-78

65-78

65-78

Fines to Binder Ratio (max) (c)

1.2

1.2

1.2

1.2

1.2

Flow (0.01 inch)

8 -16

8 -16

8 -16

8 -16

8 -16

Stability (min), lbs

1200

1200

1200

900

900

a. b. c.

Lower target air voids by 1.00% if used in a separate shoulder paving operation. Consider reducing air void targets to 3.00% for lower traffic volume roadways when designing 13A and 36A mixtures for local agency use. VMA calculated using Gsb of the combined aggregates. Ratio of the weight of aggregate passing the No. 200 sieve to total asphalt binder content by weight; including fines and binder contributed by RAP.

SP 34 of 86

C&T:JWB

12SP501(F) 09-25-06

2 of 2 Table 2: Aggregate Properties Mixture No. 2C

3C

4C

13A

36A

Percent Passing Indicated Sieve or Property Limit 1 1/2 inch

100

1 inch

91-100

100

3/4 inch

90 max.

91-100

100

100

1/2 inch

78 max.

90 max.

91-100

75-95

100

3/8 inch

70 max.

77 max.

90 max.

60-90

92-100

No. 4

52 max.

57 max.

67 max.

45-80

65-90

No. 8

15-40

15-45

15-52

30-65

55-75

No. 16

30 max.

33 max.

37 max.

20-50

No. 30

22 max.

25 max.

27 max.

15-40

No. 50

17 max.

19 max.

20 max.

10-25

No. 100

15 max.

15 max.

15 max.

5-15

No. 200

3-6

3-6

3-6

3-6

3-10

90

90

90

25

60

Soft Particle (max), % (a)

12.0

12.0

8.0

8.0

8.0

Angularity Index (min) (b)

4.0

4.0

4.0

2.5

3.0

L.A. Abrasion (max), % loss (c)

40

40

40

40

40

-

-

-

50

50

Crushed (min), % (MTM 117)

Sand Ratio (max) (d)

25-45

a. The sum of the shale, siltstone, structurally weak, and clay-ironstone particles must not exceed 8.0 percent for aggregates used in top course. The sum of the shale, siltstone, structurally weak, and clay-ironstone particles must not exceed 12.0 percent for aggregates used in base and leveling courses. b. The fine aggregate angularity of blended aggregates, determined by MTM 118, must meet the minimum requirement. In mixtures containing RAP, the required minimum fine aggregate angularity must be met by the virgin material. NAA fine aggregate angularity must be reported for information only and must include the fine material contributed by RAP if present in the mixture. c. Los Angeles abrasion maximum loss must be met for the composite mixture, however, each individual aggregate must be less than 50 d. Sand ratio for 13A and 36A no more than 50% of the material passing the No. 4 sieve is allowed to pass the No. 30 Sieve.

SP 35 of 86

12SP501(E) MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR RECYCLED HOT MIX ASPHALT MIXTURE C&T:CJB

1 of 1

C&T:APPR:SJP:DBP:02-17-11 FHWA:CON. APPR:06-06-11

Add the following subsection to subsection 501.02.A.2, on page 234 of the Standard Specifications for Construction. c. Reclaimed Asphalt Pavement (RAP) and Binder Grade Selection. The method for determining the binder grade in HMA mixtures incorporating RAP is divided into three categories designated Tier 1, Tier 2 and Tier 3. Each tier has a range of percentages that represent the contribution of the RAP binder toward the total binder, by weight. The tiers identified below apply to Marshall mixtures. Recycled materials may be used as a substitute for a portion of the new materials required to produce HMA mixtures in accordance with contract documents. ●

Tier 1 ( 0% to 17% RAP binder by weight of the total binder in the mixture). No binder grade adjustment is made to compensate for the stiffness of the asphalt binder in RAP.



Tier 2 (18% to 27% RAP binder by weight of the total binder in the mixture). For all mixtures no binder grade change will occur in Tier 2 for all shoulder and temporary road mixtures. For Marshall mixtures lowering the high temperature of the binder one grade is optional except in the Metro Region in which the selected binder grade for the asphalt binder is one grade lower for the high temperature than the binder grade required for the specified project mixture type. For example, if the specified binder grade for the mixture type is PG64-22, the required grade for the binder in the recycled mixture would be a PG58-22. The asphalt binder grade can also be selected using a blending chart for high and low temperatures. The Contractor must supply the blending chart and the RAP test data used in determining the binder selection according to AASHTO M 323.



Tier 3 ( ≥ 28% RAP binder by weight of the total binder in the mixture). The binder grade for the asphalt binder is selected using a blending chart for high and low temperatures per AASHTO M 323. The Contractor must supply the blending chart and the RAP test data used in determining the binder selection.

SP 36 of 86

CITY OF JACKSON SPECIAL PROVISION FOR HMA APPLICATION ESTIMATE Jackson: RTM

1 of 1

6-7-16

a. Materials. Jackson Street, Mechanic Street and Francis Street HMA, 13A (Top Course) shall have a yield of 220 pounds per square yard (2 inches). Parking Lot 6 HMA, 13A (Top Course) shall have a yield of 165 pounds per square yard (1.5 inches). HMA, 13A (Leveling Course) shall have a yield of 220 pounds per square yard (2 inches). Parking Lot 9 HMA, 13A (Top Course) shall have a yield of 220 pounds per square yard (2 inches). Hand Patching shall be HMA, 13A with yield of 275 pounds per square yard (2.5 inches). Binder Performance Grade shall be PG 58-28 for the HMA, 13A. Minimum Top Course AWI shall be 220 for HMA, 13A. Bituminous Bond Coat material shall be in accordance with the Standard Specifications. b. Measurement and Payment. The completed work for HMA will be measured by the ton. All materials, equipment and labor required to complete the work as described in this Special Provision shall be included in the contract unit price bid HMA.

SP 37 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISIONS FOR ACCEPTANCE OF HMA MIXTURE ON LOCAL STREETS Jackson: RTM

1 of 2

10-08-11

a. Description. This special provision provides acceptance testing requirements for HMA. The HMA mixture shall be provided to meet the requirements of the MDOT Standard Specifications for Construction, except where modified herein. b. Materials. Provide a mixture of aggregates, mineral filler (if required), and asphalt binder proportioned to be within the master gradation limits shown in the project documents, and meeting the uniformity tolerances listed in Table 1. The master gradation range is to be used for establishing mix design only. Topsoil, clay, or loam cannot be added to aggregates which are to be used in plant mixed HMA mixtures. c. Construction. After the job-mix-formula (JMF) is established, the aggregate gradation and the binder content of the HMA mixture furnished for the work must be maintained within the Range 1 uniformity tolerance limits permitted for the job-mix-formula specified in Table 1. The Engineer will perform acceptance sampling and testing using the sampling method and testing option selected by the Engineer. Each day of production, a minimum of two samples will be obtained for each mix type. Acceptance testing will be performed for all samples. Quality control measures to insure job control are the responsibility of the Contractor. The crushed particle content of the aggregate used in the HMA mixture must not be more than 10 percentage points above or below the crushed particle content used in the job-mix-formula nor less than the minimum specified for the aggregate in the contract. Establish a rolling pattern that will achieve the required in place density. The Engineer will measure pavement density with a Nuclear Density Gauge using the Gmm from the JMF for the density control target. The required in place density of the HMA mixture shall be 92.0 to 96.0 percent of the density control target. Table 1: Uniformity Tolerance Limits for HMA Mixtures TOP & LEVELING COURSE BASE COURSE PARAMETER Range 1 (a) Range 2 Range 1 (a) Range 2 Binder Content ± 0.40 ± 0.50 ±0.40 ± 0.50 % Passing #8 and ± 5.0 ± 8.0 ± 7.0 ± 9.0 Larger Sieves % Passing # 30 Sieve ± 4.0 ± 6.0 ± 6.0 ± 9.0 % Passing # 200 ± 1.0 ± 2.0 ± 2.0 ± 3.0 Sieve a. This range allows for normal mixture and testing variations. The mixture shall be proportioned to test as closely as possible to the Job-Mix-Formula.

SP 38 of 86

d. Rejected Mixtures. If for any one mixture, two consecutive aggregate gradations on one sieve or binder contents as determined by field tests exceed the uniformity tolerance of Range 2 under Table 1, or do not meet the minimum requirements for crushed particle content specified in the project documents, the mixture will be rejected. If such mixtures are placed in a pavement, the rejected mixture shall be removed and replaced at the Contractors expense. If, in the Engineer’s judgment, the defective mixture can remain in place, the contract unit price for the defective mixture involved will be decreased on the following basis: The contract unit price for material outside of Range 2 or with a crushed particle content below that specified in the project documents will be decreased 25 percent.

SP 39 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR ACCEPTANCE OF PORTLAND CEMENT CONCRETE Jackson: RTM

1 of 2

04-11-12

a. Description. This special provision provides acceptance testing requirements for Portland cement concrete (PCC). Except as explicitly modified by this special provision, all materials, test methods, and PCC mixture requirements of the MDOT Standard Specifications for Construction and the contract apply. Provide the Engineer a minimum 24 hours notification prior to each concrete placement. b. Materials. Provide concrete mixture meeting the requirements specified for Grade S2 concrete in Tables 701-1A and 701-1B of the MDOT Standard Specifications for Construction. The maximum water/cementitious ratio must not exceed 0.45. The specified air content of fresh concrete is 5.5 – 8.0 percent. Use aggregates from only geologically natural sources. Do not exceed 40 percent substitution by volume of the total cementitious materials with slag cement or fly ash. Use the combined weight of all cementitious materials to determine compliance with the maximum water-cementitious ratio and cementitious material content requirements specified above. Submit Job Mix Formula (JMF) to the Engineer for review 10 working days before the anticipated day of placement. The Engineer will notify the Contractor of any objections within 5 working days of receipt of the JMF. c. Sampling and Testing. The Engineer will conduct sampling and testing, and inspect field placed materials to verify that concrete characteristics are within specification limits defined in Table 1. Initial approval is required prior to concrete placement for temperature, slump and air content. Table 1: Specification Limits Characteristic Specification Limits Air Content (percent) 5.5 – 8.0 Conc. Temp. (Deg. F) 45 - 90 at time of placement Slump (max.) (inch) See Table 701-1A 28-day Compressive Strength 3,500 psi Rejection Limit - Lower 2,625 psi 28-day Compressive Strength Representative sampling and testing will be determined by the Engineer during concrete placement. The sampling rate will be one sample per 50 cubic yards, approximately, plus or minus, with a minimum of one sampling for each day of production.

SP 40 of 86

At the option of the Engineer, small incidental quantities (single day’s placement of less than 20 cubic yards of concrete) may be accepted without daily 28-day compressive strength test specimens. Testing for temperature, slump, and air content will still be required. Price adjustment will not be applied to small incidental quantities without compressive strength testing. Samples will be taken from the fresh concrete at the location as close to its final placement into the forms or on the grade as practical. Samples for acceptance will not be taken at the concrete production facility (batch plant). Strength Test Specimens will be molded and cured according to AASHTO T 23/ASTM C 31 and tested according to AASHTO T 22/ASTM C 39. All concrete production must stop when one or more of the following are observed. Concrete production will resume only after all necessary adjustments are made to restore conformance with all applicable specifications. 1. Segregation, excessive slumping of unsupported slipformed edges, or other notable changes in the fresh concrete properties is observed that may prevent proper placement, consolidation and finishing, or compromise the performance or long-term durability of the finished product. 2. The required curing system is not being applied in a timely manner, as specified by the contract. d. Acceptance Criteria and Price Adjustments. A strength sample test result is the average of the two companion strength test specimens taken from the same sample of fresh concrete. If the tested strength does not achieve the 28-day Compressive Strength but is greater that the lower rejection limit specified in Table 1, a price adjustment of minus 25 percent will be applied to all concrete items represented by the strength sample test result. If the tested strength does not achieve the lower rejection limit specified in Table 1, the associated concrete will be rejected. The Engineer will elect to do one of the following. 1. Require removal and replacement of the entire quantity of concrete represented by the strength sample test result at the Contractors expense. 2. Allow the represented quantity of concrete to remain in place and apply a price adjustment of minus 50 percent to all concrete items represented by the strength sample test result. e. Measurement and Payment. All costs associated with this work will be included in the applicable unit prices for the concrete items.

SP 41 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR PAVMENT MARKING, OVERLAY COLD PLASTIC, 18 INCH, CROSSWALK Jackson

1 of 1

6-7-16

a. Description. This work consists of furnishing all labor, equipment and materials necessary to install 18 inch cold plastic crosswalks at the locations specified on the plans in accordance with the standard specifications and as specified herein. b. Materials. Provide materials in accordance with sections 811 and 920 of the MDOT Standard Specifications for Construction. The width of the pavement markings shall be 18 inches. c. Construction. Ensure construction methods meet the requirements of section 811 of the MDOT Standard Specifications for Construction and the pavement markings are installed per the detail in the plans. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay items: Pay Item

Pay Unit

Pavt Mrkg, Ovly Cold Plastic, 18 inch, Crosswalk………………………………………………Foot

SP 42 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR WATERBORNE, 4 INCH, BLUE Jackson

1 of 1

6-7-16

a. Description. This work consists of furnishing all labor, equipment and materials necessary to install waterborne pavement markings at the locations specified on the plans in accordance with the standard specifications and as specified herein. b. Materials. Provide materials in accordance with sections 811 and 920 of the MDOT Standard Specifications for Construction. c. Construction. Ensure construction methods meet the requirements of section 811 of the MDOT Standard Specifications for Construction. The second application for the pavement markings is at the discretion of the Engineer. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay items: Pay Item

Pay Unit

Pavt Mrkg, Waterborne, 4 inch, Blue…………….………………………………………………Foot Pavt Mrkg, Waterborne, 2nd Application, 4 inch, Blue…………….………………………………Foot

SP 43 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR LANDSCAPING HRC: TJS

05-18-16 1 of 1

a. Description. This work shall consist of installing trees that are provided by the Owner. b. Materials. The materials shall meet the requirements as specified in Section 815 of the 2012 MDOT Standard Specifications for Construction, except that the materials specified shall be larger or of different species or variety than the standard MDOT pay items, as noted in the pay item. c. Construction. Construction methods shall meet the requirements as specified in the 2012 MDOT Standard Specifications for Construction. d. Measurement and Payment. The completed work as measured for all landscape trees will be paid for at the contract unit price for the following contract item (pay item): Pay Item Pay Unit Tree, 4-5 inch, I n s t a l l …………………….………………………………….Each Shredded Mulch…………………….…………………………………………Cubic Yard

Tree, 4-5 inch, Install shall be paid in full for all costs associated with the installation of each tree which will be available balled and burlapped for t h e contractor t o transport to the jobsite from the Owner’s yard within the City of Jackson. All materials, labor and equipment required to prepare and install the plant material, per the 2012 MDOT Standard Specifications for Construction and the drawing details, will be considered included in the contract unit price for each item. Shredded Mulch will be measured in place and includes payment for furnishing the labor, materials and equipment necessary to place the mulch as directed by the Engineer.

SP 44 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR TURF ESTABLISHMENT Jackson: RTM

1 of 2

10-08-11

a. Description. This work consists of preparing all lawns designated for turf establishment on the plans or as directed by the Engineer and applying topsoil, fertilizer, seed and hydromulch to those areas. Turf establishment must be in accordance with section 816 of the MDOT Standard Specifications for Construction, except as modified herein or otherwise directed by the Engineer. b. Materials. The materials and application rates specified in sections 816 and 917 of the MDOT Standard Specifications for Construction apply unless modified by this special provision or otherwise directed by the Engineer. The following materials must be used on this project: 1. Topsoil Surface. Topsoil shall be friable loam or sandy loam consisting of dark, organic, natural surface soil, exclusive of any muck or peat. The topsoil shall be reasonably free of noxious weeds or other foreign matter such as stones, clay lumps, grass, roots, sticks, and other extraneous matter. Topsoil shall not be installed in a frozen or muddy condition. All work and materials shall be approved by the Engineer. Approved salvaged material from the project may be used. Acidity range shall be between pH 6.0 and 7.0. Organic content shall range between 3% and 6%. Clay content shall range between 10% and 20%. Mechanical analysis shall be as follows: Sieve Size (% Passing) 1 inch 100

No. 4 97-100

No. 100 40-60

Loss by Washing 20-40

2. Fertilizer, Chemical Nutrient, Class A 3. Seed mixture THM (Turf Loamy to Heavy) 4. Hydromulch. Wood fiber shall have a moisture content of not less than 7% or more than 13%, shall be no less than 98.4% organic matter, shall have a pH not less than 4.3 nor more than 5.3, shall be dyed green to aid in visual metering during application. All mulch shall contain a tackifier to minimize movement of soil erosion and shall be mixed and applied in accordance with standard accepted procedures. c. Construction. Construction methods must be in accordance with subsection 816.03 of the MDOT Standard Specifications for Construction except as specified herein. Begin this work as soon as possible after final grading of the areas designated for slope restoration but no later than the maximum time frames stated in subsection 208.03 of the MDOT Standard Specifications for Construction. It may be necessary, as directed by the Engineer, to place materials by hand. Shape, compact and assure all areas to be seeded are weed free prior to placing topsoil. Place topsoil to a minimum depth of 4 inches, to meet proposed finished grade. If the area being restored requires more than the minimum depth of topsoil to meet finished grade, this additional depth must be filled using topsoil or, at the Contractor’s option, embankment. Furnishing and placing this

SP 45 of 86

additional material is included in this item of work. Topsoil must be weed and weed seed free and friable prior to placing seed. Remove any stones greater than 1/2 inch in diameter or other debris. Apply seed mixture at a rate 440 lb/acre and fertilizer at a rate of 228 lb/acre to the prepared soil surface. Incorporate seed into top 1/2 inch of topsoil. Apply hydromulch at a minimum rate of 2000 lb/acre (dry). Clean any overspray from poles, trees, bushes, sidewalks or buildings. If an area washes out after this work has been properly completed and approved by the Engineer, make the required corrections to prevent future washouts and replace the topsoil, fertilizer, seed and mulch. This replacement will be paid for as additional work using the applicable contract items. If an area washes out for reasons attributable to the Contractor’s activity or failure to take proper precautions, replacement will be at the Contractor’s expense. If the seeded turf is not well established at the end of the first growing season, the Contractor is responsible to re-seed until the turf is well established and approved by the Engineer. Any failure on the part of the property owner to properly care for the restored lawn area prior to achieving a good catch of grass shall in no way relieve the Contractor of his responsibility as set forth above. If weeds are determined by the Engineer to cover more than 10 percent of the total area of turf establishment, the Contractor must provide weed control in accordance with subsection 816.03.J of the MDOT Standard Specifications for Construction. Weed control will be at the Contractor’s expense with no additional charges to the project. d. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price for the following pay items. If the contract does not include these pay items, the cost of this work will be considered to be included in the contract unit prices for other relevant pay items: Pay Item

Pay Unit

Topsoil Surface, 4 inch ………………………………………………………………… Square Yard Fertilizer, Chemical Nutrient, Cl A, Modified………………………………………………….Pound Seeding, Mixture THM, Modified………………………………………………………………Pound Hydromulch ………………………………………………………………………………Square Yard The Engineer will measure Topsoil Surface, 4 inch in place. Measurement and payment for Fertilizer, Chemical Nutrient, Cl A, Modified and Seeding, Mixture THM, Modified will be in accordance with section 816 of the MDOT Standard Specifications for Construction. The Engineer will measure Hydromulch in place. The unit price includes the cost of providing and placing Hydromulch, and any cleanup of overspray areas.

SP 46 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR ELECTRICAL AND LIGHTING COJ

1 of 8

05-17-16

a. Description. This work shall consist of furnishing all labor, equipment and materials in connection with providing fully functioning electrical street lighting and power systems. Materials and work shall be in accordance with the referenced standards and sections of the 2012 Michigan Department of Transportation Standard Specifications for Construction (MDOT Specifications) with the modifications and additions included in this Special Provision and shall meet all National Electric Code requirements. The Contractor will provide storage and protect from damage during construction the poles, luminaries and lamps and all equipment procured as part of this project. The Contractor shall provide all other items, articles, materials, operations, or methods mentioned, listed, or scheduled on the Drawings and this Special Provision including all labor, materials, equipment, and all incidentals required for completion and operation of all systems. Items not specifically mentioned in this Special Provision or noted on the Drawings, but which are obviously necessary to make a complete working installation, shall be included. This work shall be considered to be included in contract pay items. The following abbreviations are used throughout this special provision: NEC - National Electric Code ANSI - American National Standards Institute, Inc. NEMA - National Electrical Manufacturers Association U.L. - Underwriters Laboratory THWN - Moisture Resistant Thermoplastic Conductor A – Amperes V – Volts W – Watts LED – Light Emitting Diode b. Materials. Electrical materials and equipment shall be new and shall be the standard products of manufacturers regularly engaged in the production of such materials. Material and equipment shall be the manufacturer's latest standard design and shall be free from all defects and imperfections that might affect the serviceability of the finished product. Manufacturer’s trade names and equipment specified indicate the quality and description only. Comparable products of other manufacturer of the same quality and equal to that specified may be accepted. Should the cost of alternate or substitute equipment proposed by the Contractor require redesign, all costs incurred shall be borne by the Contractor, and the redesign approved by the Engineer prior to construction. The Contractor shall remain responsible for a complete and functional system. Submit shop drawings for approval prior to ordering equipment and materials. 1. 2. 3. 4. 5. 6. 7.

Conduits and Conductors Contactors Lighting Controls (Static) Grounding Rods Manholes Hand holes Panelboards Wiring Devices SP 47 of 86

All threads of equipment and materials shall be coated with an approved deoxidization compound. ANCHOR BOLTS shall be galvanized steel as specified in Section 908.14D of the MDOT Specifications. CONCRETE shall be Grade D per MDOT Specification Section 701. CONDUIT: Conduit with a diameter greater than one inch shall be smooth-wall Schedule 80 PVC conduit and fittings. All joints shall be cemented with a "Brush-Type" cement. Conduit with a diameter of one-inch or less shall be galvanized RMC conduit. All conduit shall conform to the requirements of Section 918 of the MDOT Specifications. Conduit, fittings, elbows and cement shall be the products of the same manufacturer. ELECTRICAL PANELS: Electrical panels shall be as shown on the plans, complete with the circuit breakers, spaces and ratings as indicated. ELECTRICAL WIRE AND CABLE shall be per Section 918.03 of the MDOT Specifications with the following additional requirements: Power cable shall be single conductor stranded copper with NEC type THWN insulation rated 75 degrees C dry or wet, 600 volt. Wire size shall be as indicated on the drawings. EQUIPMENT GROUNDING CONDUCTOR shall be bare, stranded copper wire or insulated THWN in accordance to articles 251.19, 251.22, 250.62 of the National Electric Code. GROUND RODS shall be 3/4 inch x 10 foot copper clad steel as specified in Section 918.02 of the MDOT Specifications. HAND HOLE boxes and covers shall be polymer concrete in accordance with Section 918.05D of the MDOT Specifications with the following exceptions: The hand hole size shall be 12” by 12”or 11” by 18” as indicated. The Hand holes are not required to be stackable. Hand hole covers shall have a logo imprint of “ELECTRIC”. MANHOLES shall be constructed of precast concrete per Section 918.06 of the MDOT Specifications and MDOT Standard Plan SIG-021-A for Handhole – Precast, Polymer Concrete (the word “Handhole” in the referenced detail shall be interchangeable and have the same meaning as the word “Manhole”). MANHOLE COVERS shall be grey iron castings manufactured in accordance with section 908 of the MDOT specifications by East Jordan Iron Works (1581Z frame with 1580A cover with “COMMUNICATION” lettering) or approved equal. REINFORCING STEEL BARS shall be ASTM A615, Grade 60. STREET LIGHT POLES AND LUMINARIES shall be purchased by the City and provided to the Contractor for installation in the project. TREE RECEPTACLES shall be outdoor rated (weather resistant) WR-GFCI receptacles with cover assemblies that are covered in turn by an in-use outdoor receptacle covers. Receptacles shall be installed in single gang cast steel device boxes. c. Construction. All electrical work shall comply with referenced sections of the MDOT Specifications, the latest applicable rules of the Construction Code Commission of the State of Michigan, the NEC, and local codes as their jurisdiction applies.

SP 48 of 86

1. The Contractor shall obtain all permits, licenses, and inspections necessary to complete the work in accordance with all Federal, State and local codes. Upon completion of the work, the Contractor shall furnish to the City all certificates of inspection and approval which are customary for the classes of work involved. Work shall be coordinated with Consumers Energy and other Contractors. All work shall be performed in a workmanlike manner under the supervision of a competent supervisor who shall be designated as an authorized representative of the Contractor. Disputes over the quality and suitability of the workmanship shall be decided by the Engineer and shall be based on the requirement that all work shall be performed in a manner acceptable to the project and standards for the trade. Surfaces damaged or soiled shall be restored to their original condition as determined by the Engineer. Light pole, hand hole and electrical equipment locations, and general arrangement of the conduit and wiring system are shown on the drawings. Final locations may be modified by the Engineer in the field. 2. Underground direct bury conduit shall be constructed in accordance with MDOT Specification Section 819.03A with the following additions and modifications. Each pipe shall be inspected for possible defects before being placed in the trench. Joint surfaces shall be free of earth or frozen material. Upon completion of placement of the pipe bedding, the contractor shall place caution tape 4 – 6 inches above all conduit runs, and complete the trench backfill. Underground conduits shall have 24 inches minimum bury. It is intended that conduits use direct routes, long sweep elbows and offsets. Changes in grade or direction shall be sufficient length to allow a gradual change. The use of 90 degree elbows or offset will not be allowed in straight runs of conduit. A conduit run between access points shall contain not more than the equivalent of four (4) quarter bends. 3. Conductors. All wiring shall be installed in conduit. Conductors shall be continuous with splices made only within hand holes. When necessary to use a lubricant for pulling wires, it shall be UL listed and leave no obstruction or tackiness that would hinder future wire pulling. Conductors shall be carefully handled to avoid injury to the insulation. Provide 12 inches minimum of slack at each pole and at each hand hole. The conductors shall terminate in correctly sized wire nuts wrapped with Scotch 130C and covered with Scotch 88 electrical tapes. The minimum radius of bends for the conductors shall comply with the NEC. The conductors shall have sufficient overlap at the ends to provide undamaged insulation for splicing or terminations. Conductors to be spliced shall have their ends overlap the proposed splice by at least 24 inches. Termination of the wire shall be done in such a manner as to maintain the insulation level and current carrying capacity of the wire. All terminations shall be coated with an approved deoxidization compound. Splices or taps in hand holes must meet the minimum requirements for splices in wet locations according to the NEC and approval of the local authority. Where a number of wires are trained through a box, manhole or hand hole, they shall be grouped by circuit where applicable and bundled using appropriate cable ties and supported to minimize pressure or strain on cable insulation. All lighting wiring shall be identified at each termination with numerical tags, or a combination of numerical and alphabetical tags. All conductors shall have colored phase identification including neutral and grounding conductors. The A phase shall be black, B phase shall be red and receptacle wiring shall be blue in color.

SP 49 of 86

After installation backfilling operations, the cable shall be field tested for continuity, shorts and grounds. Wire failing to pass the field test shall be replaced with new wire at no additional cost to the City. 4. Directional drilling is a method of trenchless construction using a surface launched steerable drilling tool controlled from a mobile drilling frame, and includes a field power unit, mud mixing system and mobile spoils extraction system. The drilling frame is set back from an access pit that has been dug at the location of the proposed utility and a high-pressure fluidjet toolhead that uses a drilling mixture is launched and guided to the correct invert elevation and line required. Using a guidance system attached behind or within the toolhead, and which measures Inclination the toolhead is guided through the soil to create a pilot tunnel. Upon reaching the pit dug at the section location, the toolhead is removed and a reamer with the product pipe attached is joined to a swivel connected to the pulling head and pulled back through the tunnel. A vacuum spoils extraction system may be necessary to remove spoils generated during the installation or as directed by the Engineer. The drilling procedures and equipment shall provide for the protection of workers particularly against electrical shock. The drilling equipment will have an alarm system capable of detecting electrical current. The Contractor is responsible for locating all existing utilities prior to any underground activities. Utilities shall be pot holed to determine the depth. The costs of any pot holing shall be included in the project. The directional drilling machine shall consist of a hydraulically powered system to rotate, push and pull hollow drill pipe into the ground at a variable angle while delivering a pressurized fluid mixture to a guidable bore head. The hydraulic power system shall be self-contained with sufficient pressure and volume to directional boring operations. Hydraulic system shall be free of leaks. Rig shall have a system to monitor and record maximum pull-back pressure during pull-back operations. The drilling equipment must be capable of placing the pipe within the planned line and grade. Drilling Fluid. Drilling fluid consists of bentonite clay, potable water and appropriate additives. No hazardous additives may be used. Water and additives shall be mixed thoroughly and be absent of any clumps or clods. Drilling fluid shall be maintained at a viscosity sufficient to suspend cuttings and maintain the integrity of the bore hole. The drilling equipment must have a minimum pullback rating of 25,000 lbs., torque rating of 1,500 lbs., and mud flow of 18 gallons per minute. Environmental protection. The contractor shall place silt fence between all drilling operations and any drainage, wetland, waterway or other area designated for such protection by contract documents, state, federal and local regulations. Additional environmental protection necessary to contain any hydraulic or drilling fluid spills shall be put in place, including berms, liners, turbidity curtains and other measures. The contractor shall adhere to all applicable environmental regulations. Safety. The Contractor shall adhere to all applicable state, federal and local safety regulations and all operations shall be conducted in a safe manner. The guidance system must have the capability of measuring the inclination. The guidance system must have an independent means to ensure the accuracy of the installation. The SP 50 of 86

guidance system requirements may need to be capable of generating a plot of the borehole survey for the purpose of as-build drawings, as determined by the field engineer. If rocky soil is encountered, a rock drilling bit will be used with a PSJ rating of up to 12000. If rock is encountered that cannot be drilled at this rating contact the Engineer. After successfully reaming bore hole, the contractor will install a swivel to the reamer and commence pullback operations. Pre-reaming of the tunnel may be necessary and is at the option of the Contractor. Once pull-back operations have commenced, operations must continue without interruption until pipe is completely pulled into bore hole. During pull-back operations contractor will not apply more than the manufacturer’s maximum safe pipe pull pressure at any time. The amount of force applied to pipe during pull-back shall be controlled and limited by a device such as hydraulic regulators or load sensors between pulling equipment and pipe. Reaming diameter will not exceed 1.5 times the diameter of the product pipe being installed. 5. Hand holes shall be provided at each light pole and other connection points as indicated on the plans and in accordance with MDOT Specification Section 819.03E. The main electrical distribution wiring including splicing is in the hand holes. Only the wiring for the individual street light and receptacle go to the pole. A ground rod shall be provided in every hand hole. The frame and cover shall be installed flush with the top of the hand hole and both shall be flush with the pavement or sidewalk. 6. Street Light Concrete Base shall be constructed in accordance with the details on the plans and MDOT Specification Section 819.03F. Foundations shall be properly protected and guarded to prevent injury to persons until lights are installed. 7. Street Lights shall be installed so that the hand hole in the light base is on the side away from oncoming traffic. The wiring joints and splices with the fuses will be permitted only at access points such as the hand hole at the base. Lights shall be grounded according to NEC for grounding of equipment. 8. Equipment Grounding: Bond non-current carrying parts of all lights installed under this contract by means of bare copper cable to the grounding system as shown on the drawings. All circuits shall have a separate, insulated ground conductor sized per NEC and as shown on the drawings. 9. Cleanup: Contractor shall be responsible for continuous cleanup as the work progresses and shall keep the site free from construction and material debris resulting from the work. 10. Tree receptacle installations shall include the placement of one-inch rigid conduit from the nearest hand hole from which receptacle will be fed to the base of the tree the receptacle will service, installation of a 90-degree bend and a riser of one-inch rigid conduit that extends to twelve inches above finished grade to a single gang steel device box. The receptacle shall be fed by #12 conductors colored black, white and green. 11. Existing receptacles scheduled for removal shall be demolished by removing existing receptacle and conduit from the nearest hand hole from which it is fed after the branch circuit wiring has been disconnected in that hand hole.

SP 51 of 86

d. Measurement and Payment. The completed work as measured for Electrical and Lighting will be paid for at the contract unit price for the following contract items (pay items): Contract Item (Pay Item)

Pay Unit

Conductor, THWN, in Conduit, 600V, 1C, # ____ AWG Conduit, ____”, Sch 80/PVC (Empty) Conduit, ____”, RMC (Empty) Equipment Grounding Conductor, in Conduit, 1C, # ____ AWG Hand Hole, Polymer Conc, ____ inch x ____ inch (Open Bottom) Receptacle, Demolish Receptacle, Tree Street Light Concrete Base Street Light, Install Street Light, Salvage

Foot Foot Foot Foot Each Each Each Each Each Each

Conductor, THWN, in Conduit, 600V, 1C, # __ AWG will be measured in place for the total length of the specified single conductor. Measurements shall be taken at grade between centers of hand holes and electrical service locations. No additional allowance will be made for looping, sag, splicing, slack length, vertical length at hand holes and equipment, or length inside equipment. Payment includes furnishing all conductor, labor, equipment and materials; and for making all splices and connections. Payment includes removal of any existing conductors and cleaning of existing conduit prior to installation of new conductors. Payment for conductors between hand hole and light base will be included with those pay items. Conduit, ____”, Sch 80/PVC (Empty) includes payment for furnishing the labor, materials and equipment, including excavation, Granular Material Class II backfill, backfilling, disposing of excess materials, directional drilling and installing the conduit complete. Measurements shall be taken at grade between centers of hand holes and service locations. No additional allowance will be made for vertical length at hand holes and equipment. Payment includes furnishing all conduit and fittings. Payment for conduit between hand hole and light base will be included with those pay items. Conduit, ____”, RMC (Empty) includes payment for furnishing the labor, materials and equipment, including excavation, granular material Class II backfill, backfilling, disposing of excess materials, and installing the conduit complete. Measurements shall be taken at grade between centers of hand holes and service locations. No additional allowance will be made for vertical length at hand holes and equipment. Payment includes furnishing all conduit and fittings. Equipment Grounding Conductor, in Conduit, 1C, #__ AWG will be measured in place for the total length of the specified grounding conductor. Measurements shall be taken at grade between centers of hand holes and electrical service locations. No additional allowance will be made for looping, sag, splicing, slack length, vertical length at hand holes and equipment, or length inside equipment. Payment includes furnishing all conductor, labor, equipment and materials; and for making all splices and connections. Payment includes removal of existing conductors and cleaning of existing conduit prior to installation of new conductors. Payment for conductors between hand hole and light base will be included with those pay items.

SP 52 of 86

Hand Hole, Polymer Conc, __ inch x __ inch (Open Bottom) includes payment for furnishing the labor, materials and equipment, including covers, fittings and ground rods, excavation, backfilling, disposing of surplus materials required for the construction and installation of the hand hole. Receptacle, Demolish includes payment for all labor, materials and equipment necessary to remove an existing tree receptacle. Receptacle, Tree includes all labor, materials, equipment, wire and splices to the nearest hand hole or light pole, and all miscellaneous hardware required to install the receptacle at the base of a tree. Street Light Concrete Base includes payment for furnishing the labor, materials and equipment including excavation, backfilling, concrete, reinforcing steel, anchor bolts, conduit to the associated hand hole and all miscellaneous hardware required to complete the construction of the foundation. Street Light, Salvage includes payment for all labor and equipment to remove an existing street light (pole and luminaire) which is shown to be relocated and storing it safely until the street light is installed on a new base. Street Light, Install includes payment for all labor, materials and equipment required to install a street light that has been salvaged from the project site or provided by the City of Jackson. Installation of the street light shall include furnishing and installing wiring to the associated hand hole, fuses and miscellaneous hardware as indicated on the plans.

SP 53 of 86

CITY OF JACKSON, MICHIGAN SPECIAL PROVISION FOR SITE FURNISHINGS HRC: TJS

05-25-16 1 of 2

a. Description. This work shall consist of salvaging and reinstalling litter receptacles, benches, tree grates, and miscellaneous signs; providing and placing new bollards; and placing new bike hoops, purchased and provided by the City. b. Materials. The materials shall meet the requirements as specified in Section 804 of the 2012 MDOT Standard Specifications for Construction. Bollards shall be Spring City’s Washington Series, or approved equal, product number BDWSH-12-3-32, black. Bike Hoop Grouping (provided by the City of Jackson) shall be the City of Jackson Bike Hoop Combination P#426, as manufactured by Salco Engineering and Manufacturing, Jackson, MI. Concrete foundations for this work shall be grade S2 as specified in Section 701 of the 212 MDOT Standard Specifications for Construction. c. Construction. Construction methods shall meet the requirements as specified in Section 804 of the 2012 MDOT Standard Specifications for Construction, including any special provisions Bollards and bike hoop groupings, shall be installed per installation details with the bike hoop embedded in a footing as detailed, and the bollard bolted to a foundation as detailed with an anchor plate. Bollards and bike hoops shall be plumb, straight and not rock upon completion. Bike hoop groupings shall consist of three bike hoops, with the outer two hoops being a plain hoop and the inner hoop incorporating the City of Jackson colored logo. Any damage to the surface paint of any furnishings shall be touched up the contractor. All furnishings shall be clan of dirt and installation debris upon completion.

SP 54 of 86

d. Measurement and Payment. The completed work as measured Site Furnishings will be paid for at the contract unit price for the following contract item (pay item): Pay Item

Pay Unit

Bollard……………………………………………...…………………….……….....Each Bike Hoop Grouping……………………………………………….……………….Each Payment for Bollard shall be payment in full for all costs associated purchasing and installing bollard with concrete base as indicate on the drawings and detail. This item will be measured by bollard assembly installed and be paid for at the contract unit price, which shall be payment in full for all labor, equipment and material needed to accomplish this work, including earth excavation to construct foundation. Payment for Bike Hoop Grouping shall be payment in full for all costs associated retrieving previously-purchased bike hoops from the City and installing bike hoops with concrete base as indicate on the drawings and detail. This item will be measured by grouping of three (3) bike hoops installed (outer 2 plain; inner one with logo) and be paid for at the contract unit price, which shall be payment in full for all labor, equipment and material needed to accomplish this work, including earth excavation to construct foundation.

SP 55 of 86

CITY OF JACKSON, MICHIGAN NOTICE TO BIDDERS FOR SOIL BORINGS AND PAVEMENT CORES Jackson: RTM

1 of 1

March 27, 2007

Soil boring and pavement core logs contained herein represent point information that is accurate only at the boring and core locations. Presentation of this information in no way infers that subsurface conditions at proposed work locations are the same and boring and core logs should not be used as such. The information is furnished for the Contractor’s convenience, who shall assume all risk associated with using it. Upon obtaining a permit from the City of Jackson Department of Engineering, the Contractor may use his own soil investigations at no cost to the City.

SP 56 of 86

W. CORTLAND STREET

B101

LOT 6

B102 LOT 6 SITE

W. WASHINGTON STREET

LEGEND APPROXIMATE BORING LOCATION

NOTE: DRAWING INFORMATION TAKEN FROM GOOGLE EARTH PRO WITH IMAGE DATE 7-14-2015.

No.

Revision Date

Date Drawn By Designed By Scale Project

Apr 08, 2016 - 4:07pm - jblake

4-8-16 JAB BLE 1" = 50' 074056.00

LOCATION MAP NOT TO SCALE

BORING LOCATION PLAN - LOT 6 JACKSON LOTS 6,8,9, EDWARD STREET, AND WINTHROP AVENUE RECONSTRUCTION JACKSON, MICHIGAN

\\Sme-inc\pz\WIP\074056.00\CAD\DWGS\rev0\074056.00-L6.dwg

SP 57 of 86

www.sme-usa.com

Figure No. 1

B201

S. MECHANIC STREET

W. MICHIGAN AVENUE

LOT 8

B202

W. CORTLAND STREET

LEGEND APPROXIMATE BORING LOCATION NOTE: DRAWING INFORMATION TAKEN FROM GOOGLE EARTH PRO WITH IMAGE DATE 7-14-2015.

LOT 8 SITE

LOCATION MAP NOT TO SCALE

No.

Revision Date

Date Drawn By Designed By Scale Project

Apr 08, 2016 - 4:14pm - jblake

4-8-16 JAB BLE 1" = 60' 074056.00

BORING LOCATION PLAN - LOT 8 JACKSON LOTS 6,8,9, EDWARD STREET, AND WINTHROP AVENUE RECONSTRUCTION JACKSON, MICHIGAN

\\Sme-inc\pz\WIP\074056.00\CAD\DWGS\rev0\074056.00-L8.dwg

SP 58 of 86

www.sme-usa.com

Figure No. 2

E. CORTLAND STREET

B301

LOT 9

B302

B303

LOT 9 SITE

E. WASHINGTON STREET

LEGEND APPROXIMATE BORING LOCATION

NOTE: DRAWING INFORMATION TAKEN FROM GOOGLE EARTH PRO WITH IMAGE DATE 7-14-2015.

No.

Revision Date

Date Drawn By Designed By Scale Project

Apr 08, 2016 - 4:13pm - jblake

4-8-16 JAB BLE 1" = 50' 074056.00

LOCATION MAP NOT TO SCALE

BORING LOCATION PLAN - LOT 9 JACKSON LOTS 6,8,9, EDWARD STREET, AND WINTHROP AVENUE RECONSTRUCTION JACKSON, MICHIGAN

\\Sme-inc\pz\WIP\074056.00\CAD\DWGS\rev0\074056.00-L9.dwg

SP 59 of 86

www.sme-usa.com

Figure No. 3

BORING LOG TERMINOLOGY COARSE-GRAINED SOIL (more than 50% of material is larger than No. 200 sieve size.)

GW

CU =

Clean Gravel (Less than 5% fines) Well-graded gravel; gravel-sand mixtures, little or no fines

GP

Poorly-graded gravel; gravel-sand mixtures, little or no fines

Gravel with fines (More than 12% fines) GM

Silty gravel; gravel-sandsilt mixtures

GC

Clayey gravel; gravelsand-clay mixtures

Clean Sand (Less than 5% fines)

SAND 50% or more of coarse fraction smaller than No. 4 sieve size

SW

Well-graded sand; sandgravel mixtures, little or no fines

SP

Poorly graded sand; sand-gravel mixtures, little or no fines

Sand with fines (More than 12% fines) SM SC

Silty sand; sand-siltgravel mixtures Clayey sand; sand–claygravel mixtures

FINE-GRAINED SOIL (50% or more of material is smaller than No. 200 sieve size) ML SILT AND CLAY Liquid limit less than 50%

CL

SILT AND CLAY Liquid limit 50% or greater

HIGHLY ORGANIC SOIL

Inorganic silt; sandy silt or gravelly silt with slight plasticity Inorganic clay of low plasticity; lean clay, sandy clay, gravelly clay

OL

Organic silt and organic clay of low plasticity

MH

Inorganic silt of high plasticity, elastic silt

CH

Inorganic clay of high plasticity, fat clay

OH

Organic silt and organic clay of high plasticity

PT

Peat and other highly organic soil

OTHER MATERIAL SYMBOLS

Topsoil

Void

Sandstone

D60 D10

greater than 4; CC =

D30

between 1 and 3

D10 x D60

GP

Not meeting all gradation requirements for GW

GM

Atterberg limits below “A” line or PI less than 4

GC

Atterberg limits above “A” line with PI greater than 7

SW

CU =

D60 D10

greater than 6; CC =

D30

between 1 and 3

D10 x D60

Not meeting all gradation requirements for SW

SM

Atterberg limits below “A” line or PI less than 4

SC

Atterberg limits above “A” line with PI greater than 7

When laboratory tests are not performed to confirm the classification of soils exhibiting borderline classifications, the two possible classifications would be separated with a slash, as follows: For soils where it is difficult to distinguish if it is a coarse or finegrained soil:

Above “A” line with PI between 4 and 7 are borderline cases requiring use of dual symbols

SP

x x x x

SC/CL (CLAYEY SAND to Sandy LEAN CLAY) SM/ML (SILTY SAND to SANDY SILT) GC/CL (CLAYEY GRAVEL to Gravelly LEAN CLAY) GM/ML (SILTY GRAVEL to Gravelly SILT)

For soils where it is difficult to distinguish if it is sand or gravel, poorly or well-graded sand or gravel; silt or clay; or plastic or nonplastic silt or clay:

x SP/GP or SW/GW (SAND with Gravel to GRAVEL with Sand) x SC/GC (CLAYEY SAND with Gravel to CLAYEY GRAVEL with Sand)

x SM/GM (SILTY SAND with Gravel to SILTY GRAVEL with

Above “A” line with PI between 4 and 7 are borderline cases requiring use of dual symbols

Determine percentages of sand and gravel from grain-size curve. Depending on percentage of fines (fraction smaller than No. 200 sieve size), coarse-grained soils are classified as follows:

x x x x x x x x x x

Sand) SW/SP (SAND or SAND with Gravel) GP/GW (GRAVEL or GRAVEL with Sand) SC/SM (CLAYEY to SILTY SAND) GM/GC (SILTY to CLAYEY GRAVEL) CL/ML (SILTY CLAY) ML/CL (CLAYEY SILT) CH/MH (FAT CLAY to ELASTIC SILT) CL/CH (LEAN to FAT CLAY) MH/ML (ELASTIC SILT to SILT) OL/OH (ORGANIC SILT or ORGANIC CLAY)

Less than 5 percent……………………..……...GW, GP, SW, SP More than 12 percent……………………..…….GM, GC, SM, SC 5 to 12 percent……………...……..Cases requiring dual symbols

DRILLING AND SAMPLING ABBREVIATIONS

xSP-SM or SW-SM (SAND with Silt or SAND with Silt and Gravel)

xSP-SC or SW-SC (SAND with Clay or SAND with Clay and

Gravel) xGP-GM or GW-GM (GRAVEL with Silt or GRAVEL with Silt and Sand) xGP-GC or GW-GC (GRAVEL with Clay or GRAVEL with Clay and Sand) If the fines are CL-ML: xSC-SM (SILTY CLAYEY SAND or SILTY CLAYEY SAND with Gravel) xSM-SC (CLAYEY SILTY SAND or CLAYEY SILTY SAND with Gravel) xGC-GM (SILTY CLAYEY GRAVEL or SILTY CLAYEY GRAVEL with Sand) xGM-GC (CLAYEY SILTY GRAVEL or CLAYEY SILTY GRAVEL with Sand)

2ST 3ST AS GS LS NR PM RC

– – – – – – – –

SB



VS WS

– –

OTHER ABBREVIATIONS

-

Boulders Cobbles Gravel- Coarse Fine Sand- Coarse Medium Fine Silt and Clay

WOH WOR SP PID FID

Greater than 12 inches 3 inches to 12 inches 3/4 inches to 3 inches No. 4 to 3/4 inches No. 10 to No. 4 No. 40 to No. 10 No. 200 to No. 40 Less than (0.0074 mm)

60 50

CH A LINE PI=0.73 (LL-20)

30

CL

MH & OH

20 10

ML & OL

CL+ML

0

0

10

20

30

40

50

60

70

80

Glacial Till

Weight of Hammer Weight of Rods Soil Probe Photo Ionization Device Flame Ionization Device

DEPOSITIONAL FEATURES

PLASTICITY CHART

40

– – – – –

90

100

Parting Seam Layer Stratum Pocket Lens Hardpan/Till

– – – – – – –

Lacustrine Mottled

– –

Varved



Occasional – Frequent – Interbedded –

LIQUID LIMIT (LL) (%)

Asphalt

Shelby Tube – 2” O.D. Shelby Tube – 3” O.D. Auger Sample Grab Sample Liner Sample No Recovery Pressure Meter Rock Core diamond bit. NX size, except where noted Split Barrel Sample 1-3/8” I.D., 2” O.D., except where noted Vane Shear Wash Sample

PARTICLE SIZES

PLASTICITY INDEX (PI) (%)

GRAVEL More than 50% of coarse fraction larger than No. 4 sieve size

GW

VISUAL MANUAL PROCEDURE

LABORATORY CLASSIFICATION CRITERIA

UNIFIED SOIL CLASSIFICATION AND SYMBOL CHART

as much as 1/16 inch thick 1/16 inch to 1/2 inch thick 1/2 inch to 12 inches thick greater than 12 inches thick deposit of limited lateral extent lenticular deposit an unstratified, consolidated or cemented mixture of clay, silt, sand and/or gravel, the size/shape of the constituents vary widely soil deposited by lake water soil irregularly marked with spots of different colors that vary in number and size alternating partings or seams of silt and/or clay one or less per foot of thickness more than one per foot of thickness strata of soil or beds of rock lying between or alternating with other strata of a different nature

CLASSIFICATION TERMINOLOGY AND CORRELATIONS Siltstone

Base

Coal

Limestone

Concrete

Shale

Fill

Cohesive Soils

Cohesionless Soils Relative Density

N-Value (Blows per foot)

Very Loose Loose Medium Dense Dense Very Dense Extremely Dense

0 to 4 4 to 10 10 to 30 30 to 50 50 to 80 Over 80

Consistency Very Soft Soft Medium Stiff Very Stiff Hard

N-Value (Blows per foot)

Undrained Shear Strength (kips/ft2)

0-2 2-4 4-8 8 - 15 15 - 30 > 30

0.25 or less 0.25 to 0.50 0.50 to 1.0 1.0 to 2.0 2.0 to 4.0 4.0 or greater

Standard Penetration ‘N-Value’ = Blows per foot of a 140-pound hammer falling 30 inches on a 2-inch O.D. split barrel sampler, except where noted.

SP 60 of 86

 

!33      5=1=@'9 ; "(

    0.025/00

 (>>=  -=/

     6- =$,

 .45435

 .45435

     (

   #6$

  7.

 $ 6

  #

0

    0/ 0/1

 

! )*&  '!

?$#



 %&

? ? %; & @0

? $

$ % &

$ 8 #! $ %A& 

30

70

0

.0

300 330 370

30



70



0

.0

!%&  '!! #&& '!!"($ '!!"$  !!"##$   !%+ & 3

7



.

$ +

          !"#  $ %  $&

 $'()   *# $ %  $&

 3

/2 ./0

+,)-!* #! ./0/

2

30

32   

   

!89 9 8  

  

 : 3/ ''  ;; ))*> ,'(/ 7/ )* ; , ; )'  /   ' > ,/

       

SP 61 of 86

 

!33      5=1=@'9 ; "(

    0.025/00

 (>>=  -=/

     6- =$,

 .45435

 .45435

     (

   #6$

  7.

 $ 6

  #

0

    0/

3/5

 

! )*&  '!

?$#



 %&

? ? %; & @0

? $

$ % &

300 330 370

$ 8 #! $ %A& 

30

70

0

.0

30



70



0

.0

!%&  '!! #&& '!!"($ '!!"$  !!"##$   !%+ & 3

7



.

$ +

/2       ?  !"#  #,)$ % $&  '*  ?   ;  ,-!* #'# $'()%&

+,

.&,



/ ./0

'*  ?# $'() %&

+-

#! ./0/ 2

30

32   

   

!89 9 8  

  

 : 3/ ''  ;; ))*> ,'(/ 7/ )* ; , ; )'  /   ' > ,/

       

SP 62 of 86

 

!33      5=1=@'9 ; "(

    0.025/00

 (>>=  -=/

     6- =$,

 .45435

 .45435

     (

   #6$

  7.

 $ 6

  #

   

0 0/. 0/@

 

! )*&  '!

?$#



 %&

? ? %; & @0

? $

$ % &

$ 8 #! $ %A& 

30

70

0

.0

300 330 370

30



70



0

.0

!%&  '!! #&& '!!"($ '!!"$  !!"##$   !%+ & 3

7



.

$ +

./2    5/2  ?! B  '# $ %!$&  $'()   C(#-,)#  $ %  $&



/0

#-,)'$  ./0

#! ./0/ 2

30

32   

   

!89 9 8  

  

 : 3/ ''  ;; ))*> ,'(/ 7/ )* ; , ; )'  /   ' > ,/

       

SP 63 of 86

 

!33      5=1=@'9 ; "(

    0.025/00

 (>>=  -=/

     6- =$,

 .45435

 .45435

     (

   #6$

  7.

 $ 6

  #

   

0 0/. 0/1

 

! )*&  '!

?$#



 %&

? ? %; & @0

? $

$ % &

$ 8 #! $ %A& 

30

70

0

.0

300 330 370

30



70



0

.0

!%&  '!! #&& '!!"($ '!!"$  !!"##$   !%+ & 3

7



.

$ +

2    2 ! B  ' '# $ %! !$&  $'() ?  # $ % $& 

7/0

/0

  # $  %  $& #! /0/

2

30

32   

   

!89 9 8  

  

 : 3/ ''  ;; ))*> ,'(/ 7/ )* ; , ; )'  /   ' > ,/

       

SP 64 of 86

 

!33      5=1=@'9 ; "(

    0.025/00

 (>>=  -=/

     6- =$,

 .45435

 .45435

     (

   #6$

  7.

 $ 6

  #

0

    0/ 0/

 

! )*&  '!

?$#



 %&

? ? %; & @0

? $

$ % &

$ 8 #! $ %A& 

30

70

0

.0

300 330 370

30



70



0

.0

!%&  '!! #&& '!!"($ '!!"$  !!"##$   !%+ & 3

7



.

$ +

.    ./2    ? !"# $ % $&  $'() ?  !"-# $  % $& 

7/2

 ? C( ' '#-,) ''#  # 4$ % $& ./0

#! ./0/ 2

30

32   

   

!89 9 8  

  

 : 3/ ''  ;; ))*> ,'(/ 7/ )* ; , ; )'  /   ' > ,/

       

SP 65 of 86

 

!33      5=1=@'9 ; "(

    0.025/00

 (>>=  -=/

     6- =$,

 .45435

 .45435

     (

   #6$

  7.

 $ 6

  #

0

    0/ 0/1

3/

/0

./0

/2    5/2  ?   !"# $ % $&   ? ' C(#-,) !"-# B* 

%& '*  ?  ' )!"# ' !*B* 

%&

 

! )*&  '!

?$#



 %&

? ? %; & @0

? $

$ % &

300 330 370

$ 8 #! $ %A& 

30

70

0

.0

30



70



0

.0

!%&  '!! #&& '!!"($ '!!"$  !!"##$   !%+ & 3

7



.

$ +

+/

+.



 $'() ?  !"# $ % $& #! ./0/

2

30

32   

   

!89 9 8  

  

 : 3/ ''  ;; ))*> ,'(/ 7/ )* ; , ; )'  /   ' > ,/

       

SP 66 of 86

 

!33      5=1=@'9 ; "(

    0.025/00

 (>>=  -=/

     6- =$,

 .45435

 .45435

     (

   #6$

  7.

 $ 6

  #

0

    0/ 0/1

3/1

/0

./0

 

! )*&  '!

?$#



 %&

? ? %; & @0

? $

$ % &

$ 8 #! $ %A& 

30

70

0

.0

300 330 370

30



70



0

.0

!%&  '!! #&& '!!"($ '!!"$  !!"##$   !%+ & 3

7



.

$ +

/72    2/2 ! B  ' '#  -#  $ %! !$&  $'()  '!"# $ % &  $'() ?  !"-# $  % $&



 $'()   !"  

> /2 # $  %  $& #! ./0/

2

30

32   

   

!89 9 8  

  

 : 3/ ''  ;; ))*> ,'(/ 7/ )* ; , ; )'  /   ' > ,/

       

SP 67 of 86

MICHIGAN DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION FOR ERRATA TO THE 2012 STANDARD SPECIFICATIONS 1 of 19

09-26-13

Page

Subsection

Errata

4

101.02

Delete the following abbreviations and the long forms MDELEG MDNRE Add the following abbreviations and the long forms MDNR Michigan Department of Natural Resources MDEQ Michigan Department of Environmental Quality MDLARA Michigan Department of Licensing and Regulatory Affairs NESC National Electrical Safety Code

27

103.02.B.2

Change the last sentence of the first paragraph to read "For decreases below 75 percent, the maximum allowable payment for work performed, including any adjustment, will not exceed an amount equal to 75 percent of the original contract quantity times the contract unit price."

34

104.05

The first sentence of this subsection should read "If the Contractor performs unauthorized work (work performed without the inspections required by the contract, extra work performed without Department approval, work performed contrary to the inspectors direction, or work performed while under suspension by the inspector), the Engineer may reject the unauthorized work."

46

104.12

Add the following to the end of the first paragraph "The use of right-ofway in wetlands and floodplains, or the crossing of water courses by construction equipment is prohibited."

53

105.09

Add the following to the end of the second paragraph "Any specifically produced material not purchased by the Department, will remain the Contractors and must be removed from the project prior to final acceptance."

56

107.02.B.2

This sentence should read "U.S.Army Corps of Engineers' Section 404, Dredge and Fill; and Section 10, Navigable Waterway."

56

107.02.B

Add the subsection reading as follows: 3. U.S. Coast Guard Section 9, Navigable Waterway. Change "MDNRE" to "MDEQ" in this subsection.

SP 68 of 86

65

107.15.A

Change "MDNRE" to "MDEQ" in four instances in this subsection.

66

107.15.A.3

Add the following to the end of the paragraph "Note that a burn permit from the MDNR is required for any open burning whenever the ground is not snow covered. Any individuals that allow a fire to escape will be in violation of the Natural Resources and Environmental Protection Act and will be required to reimburse the costs of suppressing the wild fire."

67

107.16

The third sentence should read "In State Forests, the Contractor must contact the local Unit Manager, Forest Management Division, MDNR, regarding the work to be performed within or adjacent to the forest land.' Delete the last sentence of the first paragraph on this subsection.

112

201.03.A.3.b

Change "MDNRE" to "MDNR" in three instances in this subsection.

150

208.01

Change "MDNRE" to "MDEQ" in this subsection.

188

401.03.H

Change the second sentence of the paragraph to read “Jack steel pipes in place in accordance with subsection 401.03.G”.

189

401.03.N

Add the following sentence to the end of the first paragraph "Where possible, maintain the stream flow thru a temporary channel or temporary culvert." The second sentence of the second paragraph should read "Direct water from the dewatering operations through a filter bag before discharging to an existing drainage facility."

190

401.04

Change the fourth pay item from the end of the list to read as follows: Steel Casing Pipe, __ inch, Tr Det __.

201

402.04.H

Change the last sentence of the first paragraph to read "The Department will not make an adjustment in the pay items of Minor Traffic Devices or Traffic Regulator Control."

223

406.03.G

Add the following after the first sentence of the second paragraph: Where possible, maintain the stream flow thru the existing channel, temporary channel, or temporary culvert.

224

406.03.G

Replace the fifth paragraph of this subsection with the following: The Contractor may use cast-in-place wing walls, headwalls, and aprons, as alternatives to precast wing walls, headwalls, and aprons. Attach cast-in-place wing walls or headwalls as shown on the shop drawings.

226

406.04.A

Add the following paragraph after the last paragraph of the subsection:

SP 69 of 86

The Contractor must use approved MDOT service vendors qualified in Hydraulics, Geotechnical Engineering Services, and Short and Medium Span Bridges to perform the required design and plan modifications, as directed by the Engineer, if the Contractor selects a culvert shape different than shown on the plans. 227

406.04.B

Delete the first and second paragraphs following the list of items in this subsection and replace with the following: The Department will pay separately for cast-in-place concrete, other than for culvert segments, wing walls, and headwalls; excavation; protective coating; providing and placing backfill material; by plan quantity in accordance with subsection 109.01.A.

239

501.03.C.6

The first sentence of this subsection should read "Except as specified in subsection 501.03.C.4, removing HMA surface applies to removing HMA overlying a material designated for removal or that is required to remain in place."

249

501.04.H

The first sentence of this subsection should read "The Engineer will measure, and the Department will pay for removing HMA surface, no greater than 12 inches thick, overlying a material designated for removal or that is required to remain in place, as HMA Surface, Rem." The second paragraph of this subsection should read "The Engineer will measure, and the Department will pay for removing HMA surface, greater than 12 inches thick, overlying a material designated for removal or that is required to remain in place, as Pavt, Rem in accordance with subsection 204.04."

257

503.03.E

Delete this subsection in its entirety.

265

504.03.E.3

Delete this subsection in its entirety.

269

504.04.A

This subsection should read "The unit prices for Micro-Surface, regardless of the type required, include cleaning existing pavement; applying a bond coat; temporary pavement markings; stationing; corrective action; and traffic control to complete corrective action."

308

602.03.F

Note c. in Table 602-1 should read "Refer to Section D6 of the Materials Quality Assurance Procedures Manual for inspection procedure."

320

602.04.C.3

The last paragraph in this subsection should read "If the Engineer approves a substitution of a higher concrete grade for a lesser grade (e.g., P1 for P2), the Department will pay for the higher grade of concrete using the original bid and pay items of the lesser grade."

327

603.02

Change the third material in the list to read: Base Course Aggregate, 4G, 21AA, 22A………………………….902

SP 70 of 86

334

603.03.B.10

Change the last sentence of the second paragraph to read "Apply the required curing compound in two coats, at a rate of at least 1 gallon per 25 square yards for each coat."

351

701.04

Replace Tables 701-1A and 701-1B with the Table 701-1 below.

372

705.03.C.1

Add the following sentence after the first paragraph of this subsection: Do not drive piles within a radius of 25 feet of newly placed concrete until the concrete attains at least 75 percent of its specified minimum strength.

374

705.03.C.2.c

Change the last sentence of the second paragraph to read “Drive test piles to the minimum pile length or practical refusal, whichever is greater”.

379

705.04

Change the fifth item down the list to read: Pile, Galv (Structure No.)

380

705.04

Change the last item in the list to read: Pile Driving Equipment, Furn (Structure No.)

383

706.02

The fourth paragraph following the list of materials should read "Provide AASHTO M 270, Grade 36 steel, meeting the requirements of ASTM A 786, galvanized in accordance with section 707, for expansion joint cover plates. Provide plates at least 3/8 inch thick. Use plates with a slip resistance equal to or greater than those meeting the requirements of ASTM A 786 and must be approved by the Engineer. Provide ASTM F 593 (Type 304) stainless steel, 3/4inch or 1/2-inch diameter, flathead countersunk screws with 3/4-inch or 1/2-inch diameter inserts for use in expansion joint cover plates."

389

706.03.D.4.b

Change the first sentence of the fourth paragraph to read "Design forms, form supports, and attachments to carry dead loads, and resultant horizontal loads due to forming of cantilever overhangs."

414

707.01.B

Change the last sentence of the first paragraph to read "For horizontally curved or continuous span or cantilevered span girders the Engineer will consider intermediate cross frames and connection plates and stiffeners as primary members."

430

707.03.D.7.b

Change "ASTM" to "AASHTO" in the title of the Table 707-4.

430

707.03.D.7.b

Change "104,000" to "103,000" in the last row under the column titled Minimum Bolt Tension.

441

708.03.A.11

Change the last sentence of the first paragraph to read “Cure concrete at temperatures from 70 ◦F to 150 ◦F until concrete attains the

release strength shown on the shop plans”.

SP 71 of 86

441

708.03.A.11

Change the fourth sentence of the fourth paragraph to read “Do not exceed a maximum concrete temperature of 150 ◦F during the curing

cycle.” 461

711.04.F

The title of this subsection should read "Reflective Marker, Permanent Barrier."

467

712.03.C

Add the following to the end of the third paragraph of the subsection: Notify the Engineer of any saw cuts in the top flange. Saw cuts equal to or less than 1/32 inch deep in steel beams must be repaired by grinding, to a surface roughness no greater than 125 micro-inches per inch rms, and tapering to the original surface using a 1:10 slope. Saw cuts in excess of 1/32 inch deep in steel beams require a welded repair to be submitted to the Engineer for approval. Weld in accordance with subsection 707.03.D.8 and provide adequate notice to allow the Engineer to witness the repair work. Inspect and test all saw cut repairs (including grinding repairs) using ultrasonic testing in accordance with 707.03.D.8.c at no additional cost to the Department.

471

712.03.J.1

Delete the first paragraph in this subsection and replace it with the following: Propose complete details of drilling, cleaning, and bonding systems for anchoring reinforcement and submit for the Engineer’s approval before use. The minimum embedment depth must be nine times the anchor diameter for threaded rod or bolt and twelve times the anchor diameter for reinforcing bar. Propose a drilling method that does not cut or damage existing reinforcing steel. Prepare at least three proof tests per anchor diameter and type in the same orientation in which they will be installed on the existing structure, on a separate concrete block, in the presence of the Engineer. The Engineer will proof test the proposed systems. The Engineer will base approval of the anchoring system on the following criteria:

473

712.03.L.3

Delete the existing first sentence in the first paragraph.

473

712.03.L.3

Change the third sentence of the first paragraph to read "Provide two test splices on the largest bar size."

488

713.02

Add the following as subsection 713.02.C: "C. Structural Steel for Retrofitting and Welded Repairs. Structural steel material used for retrofitting and welded repairs of primary members as defined in subsection 707.01.B must meet longitudinal Charpy V-Notch impact test requirements."

521

717.04.B

This subsection should read "The unit price for Drain Casting Assembly includes the cost of providing and installing the downspout and, if necessary, the lower bracket to the drain casting."

522

718.02

Change the section number "906" in the third material in the list to read "919."

SP 72 of 86

533

718.04

Delete the following pay item from the list: Temp Casing………………………………………………………….Foot

533

718.04.B.2

Delete this subsection in its entirety.

533

718.04.B.3

Renumber this subsection as follows: 2. Permanent Casing.

540

802.04

Change "Non reinf" in the last pay item of the list with "Nonreinf".

545*

803.04.E

Change the second sentence of the second paragraph to read: The unit price for Railing for Steps includes the cost of providing, fabricating, installing, and grouting the railing.

569

809.04.A

Change the first sentence to read: The unit price for Field Office, Cl __ includes the cost of setup, providing access, grading, maintaining, plowing snow, and utility hookup charges.

570

809.04.B

Delete the existing second and third sentences in the first paragraph and replace them with the following: The unit price for Field Office, Utility Fees includes the cost of monthly usage fees for electricity, gas, telephone service and charges, fuel for the stove, monthly water and sanitary service.

570

809.04.B

Change the existing fourth sentence in the first paragraph to read: The Department will reimburse the Contractor for monthly usage fees for electricity, gas, telephone, water and sanitary charges incurred by the Department.

575

810.03.K

Change the subsection to read "K. Drilled Piles for Cantilever and Truss Foundations. Construct drilled piles for cantilever and truss foundations in accordance with section 718."

584

810.04

Delete the last pay item in the list: Truss Fdn Anchor Bolts, Replace………………………………….Each

596

811.03.G

Delete this subsection in its entirety.

597*

811.03.H

Rename this subsection as follows: G. Raised Pavement Marker (RPM) Removal.

597*

811.04

Change "Crosshatching" in the last pay item of the list on this page to "Cross Hatching".

598

811.04

Delete the following pay items from the list: Pavt Mrkg, (material), 4 inch, SRSM, (color)………………………Foot Pavt Mrkg, (material), 4 inch, SRSM, 2nd Application, (color)……Foot

SP 73 of 86

Add the following pay items to the list: Pavt Mrkg, Polyurea, (legend)……………………………………….Each Pavt Mrkg, Polyurea, (symbol)……………………………………….Each Change the sixth item down the list to read: Pavt Mrkg, Polyurea, __ inch, Cross Hatching, (color) Change the last item in the list to read: Witness, Log, Layout, $1000.00 599

811.04.B

Delete this subsection in its entirety.

599

811.04

Rename the following subsections as follows: B. Call Back. C. Pavement Marking Removal. D. Material Deficiency.

602

812.03.D

Change the first sentence to read "Provide and maintain traffic control devices meeting the requirements in the ATSSA Quality Guidelines for Work Zone Traffic Control Devices and Features."

603

812.03.D.1

The last sentence on this page should read "Lay the sign behind the guardrail, with the uprights pointing downstream from the traffic, and place the support stands and ballasts close to the guardrail."

604

812.03.D.2

The first sentence of the fourth paragraph should read "Do not use burlap or similar material to cover Department or Local Government owned signs."

604

812.03.D.5

The fifth sentence of the first paragraph should read "Do not mix drums and cones within a traffic channeling sequence."

605

812.03.D.6.b

Change the first sentence of the first paragraph to read: The Department will allow the nighttime use of 42-inch channelizing devices, in the tangent area only, on CPM and pavement marking of any duration where the use of plastic drums restricts proposed lane widths to less than 11 feet, including shy distance.

605

812.03.D.7

Add the following sentence after the first sentence of the first paragraph: Place a shoulder closure taper in advance of the lighted arrows placed on the shoulders.

607

812.03.D.9

Delete the second paragraph of this subsection and replace with the following: Link sections together to fully engage the connection between sections. Maintain the barrier with end-attachments engaged and within 2 inches of the alignment shown on the plans.

608

812.03.D.10.b

Add the following sentence after the first paragraph of this subsection:

SP 74 of 86

Use an NCHRP 350, Test Level 3, or MASH accepted attenuation system. 608

812.03.D.10.b

Delete the second sentence of the second paragraph of this subsection beginning with "Install sand module attenuators…"

608

812.03.D.10.b

Add the following sentence after the second paragraph of this subsection: Install impact attenuation devices as shown on the plans, as directed by the Engineer, or both.

609

812.03.D.10.d

Add the following sentence after the first paragraph of this subsection: Use an NCHRP 350, Test Level 3, or MASH accepted attenuation system.

610

812.03.D.11.a

Change "Type R tape" to read "Type R marking" in three locations in this subsection.

613

812.03.D.14.a.iii Change the sentence in this subsection to read "Place an ET Type or SKT Type extruder guardrail ending on both blunt guardrail ends."

615

812.03.F

The second sentence of the second paragraph of this subsection should read "The Contractor may use a Type R temporary pavement marking cover, per subsection 812.03.D.12 when authorized by the Engineer."

616

812.03.F.2

The last sentence of the first paragraph should read "If the removal equipment cannot collect all removal debris, operate a self-propelled sweeper capable of continuously vacuuming up the removal debris immediately behind the removal equipment."

617

812.03.G.3

The first sentence of the second paragraph should read "Sweep the shoulder and remove debris prior to placing traffic on the shoulder and throughout the time the shoulder is used to maintain traffic."

617

812.03.G.4.a

Delete "48 inch by 48 inch" from the first sentence of this subsection.

618*

812.03.G.7

The first sentence of the first paragraph should read "Clean barrier reflectors, plastic drums, 42 inch channelizing devices, tubular markers, signs, barricades, and attached lights in operation on the project to ensure they meet required luminosity."

619

812.03.G.8

The second sentence of the third paragraph from the end of the subsection should read "Illuminate traffic regulator stations at night per subsection 812.03.H.

621

812.03.I.6

Delete "48 inch by 48 inch" from the second sentence of this subsection.

SP 74 of 85

622*

812.03.J

The second paragraph should read "Apply one 2-inch wide horizontal stripe of red and white conspicuity tape along at least 50 percent of each side of, and across the full width of the rear of the vehicle or equipment."

622

812.04

Change the second item down the list to read: Traf Regulator Control

626

812.04.I

Change the reference "812.04.E" in the first sentence to "812.04.D".

628

812.04.M.4

Add the following as the first sentence of this subsection: The Engineer will not measure a temporary barrier ending move as Conc Barrier Ending, Temp, Relocated if it involves work defined in subsection 812.04.M.3.

629

812.04.N.1

Change the reference "811.04.D" in the second paragraph of this subsection to read "811.04.C".

630

812.04.S

Change the first sentence to read "The Department will not make additional payments for traffic regulating, signing, arrow boards, and lighting systems for traffic regulator stations operated at night due to a temporary PTS system failure."

634

813.03.C.3

Change the reference "903.07.A" in the paragraph of this subsection to read "907.07.B".

650

816.03.B

Delete the first paragraph of this subsection and replace with the following: "Conduct soil tests when called for in the contract or when directed by the Engineer. Provide soils tests results to the Engineer when testing is required. Provide and place fertilizer as indicated below and as indicated in the soils tests, if required."

650

816.03.B.1

Change the sentence to read "For Class A fertilizer, evenly apply 176 pounds of chemical fertilizer nutrient per acre on a prepared seed bed."

650

816.03.B.2

Change the sentence to read "For Class B fertilizer, evenly apply 120 pounds of chemical fertilizer nutrient per acre on a prepared seed bed."

650*

816.03.B.3

Change the sentence to read "For Class C fertilizer, evenly apply 80 pounds of chemical fertilizer nutrient per acre on established turf."

678

819.04

Change the last item in the list on this page to read: DB Cable, in Conduit, 600 Volt, (number), 1/C# (size) .............Foot

688

820.03.C

Change the seventh paragraph of this subsection to read:

SP 64 of 74

Tighten top anchor bolt nuts, snug, in accordance with the first four paragraphs of subsection 810.03.N.2, except beeswax will not be required. 696

820.04

Add the following pay items to the list: Pedestal, Pushbutton, Alum………………………………………Each Pedestal, Pushbutton, Rem……………………………………….Each

698

820.04.B

Delete the second paragraph of this subsection found on this page.

698

820.04.C

Change "Fdns" to read "Fdn" in four instances in this subsection.

701

820.04.J.3

Change the sentence to read "Installing wires in the saw slots and to the handholes;"

701.

820.04.J

Add the following as a new subsection: 7. A 3/4 inch minimum flexible conduit (non-metallic and rated for underground use) from the pavement to the handhole.

706

821.01.B

Change the website address listed after the second paragraph on this page to read: http://www.ngs.noaa.gov/heightmod/GuidelinesPublications.shtml

711

822.03.B

Change the second paragraph to read: If corrugations are required on concrete shoulders and the method of installation is not shown on the plans or directed by the Engineer, construct corrugations by grinding, or cutting.

720

823.04

Change the pay item seventh from the bottom of the list to read: Water Shutoff, Adj, Temp, Case __

732

824.04

Change the first sentence of the first paragraph following the list of pay items to read: If the Engineer determines the Contractor will perform staking as extra work, the Department will pay for staking in accordance with section 103.

742

902.03.C.1.a

Change the sentence to read: Coarse aggregate includes all aggregate particles greater than or retained on the 3/4-inch sieve.

742

902.03.C.2.a

Change the sentence to read: Intermediate aggregate includes all aggregate particles passing the 3/4-inch sieve through those retained on the No. 4 sieve.

746*

902.11

Change the Item of Work by Section Number column in Table 902-1 for the 6AA row to read "406, 601, 602, 706, 708, 806". Change the Item of Work by Section Number column in Table 902-1 for the 6A row to read "205, 401, 402, 406, 601, 602, 603, 706, 806".

SP 65 of 74

Change the Item of Work by Section Number column in Table 902-1 for the 34R row to read "401, 404, 406". 751

902.11

Replace Table 902-6 with the Table 902-6 below.

761

Table 904-2

Delete the footnote f and any other reference to footnote f from the table.

767

905.03

Change the first sentence of the first paragraph to read “Deformed bars, must meet the requirements of ASTM A 706, ASTM A 615, or ASTM A 996 (Type R or Type A only) for Grade 60 steel bars, unless otherwise required”.

767

905.03

Change the first sentence of the second paragraph to read “Unless otherwise specified, spiral reinforcement must meet the requirements of plain or deformed Grade 40 steel bars of ASTM A 615, ASTM A 996 (Type A), or the requirements of cold-drawn wire of ASTM A 82”.

767

905.03

Change the first sentence of the third paragraph to read “Bar reinforcement for prestressed concrete beams must meet the requirements of ASTM A 996 (Type R) for Grade 60 steel bars, except the Engineer will allow bar reinforcement that meets the requirements of ASTM A 615 or ASTM A 996 (Type A) for Grade 40 steel bars for stirrups in prestressed concrete beams”.

768

905.05

Change the first sentence of the first paragraph to read “Deformed steel bars must meet the requirements of ASTM A 706 or the requirements for Grade 40, Grade 50, or Grade 60 of ASTM A 615 or ASTM A 996 (Type R or Type A only)”.

772

906.08

Change the last sentence of the first paragraph to read "Washers must be made from austenitic stainless steel ASTM A 276 UNS designation S31600 or S31603."

777*

907.03.D.2.a

Change the first sentence of the second paragraph to read: Angle sections must be nominal 2½ inch by 2½ inch by ¼ inch.

777*

907.03.D.2.b

Change the first sentence of the first paragraph to read: Angle section braces must be nominal 1¾ inch by 1¾ inch by ¼ inch or nominal 2 inch by 2 inch 3/ 16 inch.

783

908.09.A

Change the title of this subsection and the first sentence to read "A. Base Plates, Angle, and Non-Tubular Post Elements. Galvanized base plates, angle, rail splice elements, and non-tubular post elements must meet the requirements of ASTM A 36 and ASTM A 123".

783

908.09.B

Change the title of this subsection and the first sentence to read

SP 66 of 74

“B. Rail Elements and Tubular Post Elements. Rail elements and tubular post elements must meet the requirements of ASTM A 500, for Grade B and subsection 908.09.B and be galvanized in accordance with ASTM A 123”. 787

908.14.B

Change the second sentence of the fourth paragraph to read “After coating, the maximum limit of pitch and major diameter for bolts with a diameter no greater than 1 inch may exceed the Class 2A limit by no greater than 0.021 inch, and by no greater than 0.031 inch for bolts greater than 1 inch in diameter”.

787*

908.14.C

Change the first paragraph to read "Provide either four or six high strength anchor bolts per the contract plans, meeting the mechanical requirements of ASTM F 1554, for Grade 105, with each standard. Anchor bolts for traffic signal strain poles must meet the requirements of subsection 908.14.B with the following exceptions and additions:

793

909.07.D

Change the second sentence of the paragraph to read “Provide a continuous welded joint to create a watertight casing that is capable of withstanding handling and installation stresses. Perform field welding by the SMAW process using E7018 electrodes.

794*

909.08.A

Change the first sentence to read: Provide bridge deck downspouts of PE pipe meeting the requirements of ASTM F 714, PE 4710, DR 26.

811

910.04

Add the following sentence to the end of this subsection: Fabricate silt fence according to subsection 916.02.

829*

912.08.K

Replace Table 912-10 with the Table 912-10 below.

837

914.04

Add the following as subsection 914.04.C: C. Lubricant-Adhesive for Neoprene Joint Seals. The lubricantadhesive must be a single-component moisture-curing polyurethane and aromatic hydrocarbon solvent mixture meeting ASTM D 2835, Type I. Ship in containers plainly marked with the lot or batch number of the material and date of manufacture. Store at temperatures between 58 and 80°F. Do not exceed 12 months shelf-life prior to use.

840

914.08

Change the first sentence of the second paragraph to read “Straight tie bars for end-of-pour joints must consist of bars of the diameter and length shown on the plans meeting the requirements of ASTM A 615, ASTM A 706, or ASTM A 996 (Type R or Type A only)”.

840

914.09.A

Change the first sentence of the first paragraph to read “Straight tie bars for longitudinal pavement joints must consist of bars of the diameter and length shown on the plans meeting the requirements of ASTM A 615, ASTM A706, or ASTM A 996 (Type R or Type A only)”.

SP 67 of 74

840

914.09.B

Change the first sentence of the first paragraph to read “Bent tie bars for bulkhead joints must consist of bars of the diameter and length shown on the plans.

841

914.12

In the first sentence of this subsection change "AASHTO Division II" to read "AASHTO LRFD Bridge Construction Specifications".

841*

914.13

In the first sentence of this subsection change "ASTM D 1248, for Type III, Class B" to read "ASTM D 4976, Group 2, Class 4, Grade 4".

844

916.01.A

Change the first sentence to read "Cobblestone must consist of rounded or semi-rounded rock fragments with an average dimension from 3 inches to 10 inches."

845

916.01.D.1

Change the second sentence to read "Checkdams for ditch grades 2 percent or greater must be constructed using cobblestone or broken concrete ranging from 3 inches to 10 inches in size."

851*

917.10.B.1

Delete the paragraph and replace it with the following: 1. Class A. Provide and apply Class A chemical nutrient fertilizer either according to MSU Soil Testing Lab Recommendations for Phosphorus Applications to Turfgrass, except the maximum single application rate of nutrient will be 48 pounds per acre, when soil tests are required or as indicated in subsections 917.10.B.1.a and 917.10.B.1.b.

851

917.10.B.1

Add the MSU Soil Testing Lab Recommendations for Phosphorus Applications to Turfgrass, found below, after the first paragraph of this subsection.

853

917.15.B.1

Change the second sentence of the subsection to read: The net must meet the requirements of subsection 917.15.D and be capable of reinforcing the blanket to prevent damage during shipping, handling, and installation.

864

918.07.C

Change the first sentence of the first paragraph to read: Provide anchor bolts, nuts, and washers meeting the requirements of subsection 908.14.A and subsection 908.14.B.

864

918.07.C

Delete the second sentence of the second paragraph.

864

918.07.C

Change the third sentence to read: Provide anchor bolts threaded 4 inches beyond the anchor bolt projection shown on the plans.

867

918.08.C

Change the last sentence of the first paragraph on this page to read: Galvanize bolts, nuts, washers, and lock washers as specified in subsection 908.14.B.

867

918.08.C

Change the last sentence of the subsection to read:

SP 68 of 74

Provide each frangible base with manufacturer access covers as shown on the plans. 867

918.08.D

Change the first sentence of this subsection to read: Provide anchor bolts and associated nuts, studs, and couplings meeting the requirements of subsection 908.14.

903

921.03.D

Delete the last three sentences of the first paragraph of this subsection.

916

921.07

Change the first sentence of the first paragraph to read "Provide LED case signs internally illuminated by LEDs and changeable message case signs internally illuminated with LED light sources."

936

922.04.B

In the first sentence of the first paragraph change the "R-52" to "R126".

936

922.04.B

Add the following to the end of the first paragraph: Hardware used to connect the end section to the barrier must meet the requirements of NCHRP 350 or MASH (Test Level 3 or higher).

936

922.04.B

In the first sentence of the second paragraph delete "R-52".

961

Pay item Index

Delete the following pay items from the list: Pavt Mrkg, (material), 4 inch, SRSM, (color)……………598………811 Pavt Mrkg, (material), 4 inch, SRSM, 2nd Application, (color)…………………………………………………………598…..…811

961

Pay Item Index

Change the following pay items in the list to read: Pavt Mrkg, Ovly Cold Plastic, 12 inch, Cross Hatching, (color) Pavt Mrkg, Polyurea, __ inch, Cross Hatching, (color) Add the following pay items to the list: Pavt Mrkg, Polyurea, (legend)…………………………….…598…….811 Pavt Mrkg, Polyurea, (symbol)…………………………….…598…….811 Pedestal, Pushbutton, Alum……………………………….....696…….820 Pedestal, Pushbutton, Rem………………………….……….696…….820

962

Pay Item Index

Change the following pay items in the list to read: Pile Driving Equipment, Furn (Structure No.) Pile, Galv (Structure No.)

965

Pay Item Index

Change the following pay item in the list to read: Steel Casing Pipe, __ inch, Tr Det __

966

Pay Item Index

Delete the following pay item form the list; Temp Casing…………………………………………………...533….…718

967

Pay Item Index

Delete the following pay item form the list; Truss Fdn Anchor Bolts, Replace….………………………...584….…810

SP 69 of 74

967

Pay Item Index

Change the following pay item in the list to read: Traf Regulator Control

968

Pay item Index

Change the following pay item in the list to read: Water Shutoff, Adj, Temp, Case __

969

Pay item Index

Change the following pay item in the list to read: Witness, Log, Layout, $1000.00

SP 70 of 74

Cement Content per cyd (b,c)

Table 701-1 Concrete Structure Mixtures Slump (inches) Type MR, F, or G Admixtures (g)

c. d.

e. f. g. h. i.

Flexural (psi) 28 Day (Class 14 Design Day Strength) 700 725 650 700 600 650

Compressive (psi) 28 Day (Class 7 14 Design Day Day Strength) 3,200 4,000 4,500 3,000 3,500 4,000 2,600 3,000 3,500

Section Type A, D After After Number Before 7 or no Admixture Admixture Reference (i) lb sack Admixture Admixture (Type MR) (Type F or G) Day 706, 711, 712 658 (d) 7.0 0-3 0-3 0-6 0-7 625 705 611 6.5 3-5 0-3 3-6 3-7 600 705, 706 611 6.5 3-7 0-4 3-7 3-8 550 401, 705, 706, S2 (a) 712, 713, 801, 564 6.0 0-3 0-3 0-6 0-7 550 600 650 2,600 3,000 3,500 802, 803, 810 526 (d) 5.6 517 5.5 402, 403, 803, S3 0-3 0-3 0-6 0-7 500 550 600 2,200 2,600 3,000 804, 806 489 (d) 5.2 Unless otherwise required, use Coarse Aggregate 6AA or 17A for exposed structural concrete in bridges, retaining walls, and pump stations. Do not place concrete mixtures containing supplemental cementitious materials unless the local average minimum temperature for the next 10 consecutive days is forecast to be above 40 °F. Adjustments to the time required for opening to construction or vehicular traffic may be necessary. Cold weather protection may be required, as described in the quality control plan. The restriction does not apply to Grade S1 concrete in foundation piling below ground level or Grade T concrete in tremie construction. Type III cement is not permitted Use admixture quantities specified by the Qualified Products Lists to reduce mixing water. Admixture use is required for Grade D, Grade S2, and Grade S3, concrete with a reduced cement content. Use a water-reducing retarding admixture at the required dosage for Grade D concrete to provide the setting retardation required. When the maximum air temperature is not forecast to exceed 60 °F for the day, the Contractor may use a water-reducing admixture or a water-reducing retarding admixture. Ensure Grade D concrete in concrete diaphragms contains a water-reducing admixture, or a water-reducing retarding admixture. For night casting, the Contractor may use a water-reducing admixture in lieu of water-reducing retarding admixture, provided that the concrete can be placed and finished prior to initial set. The mix design basis for bulk volume (dry, loose) of coarse aggregate per unit volume of concrete is 68% for Grade S1, and 70% for Grade D, Grade S2, Grade T, and Grade S3. The Contractor may use flexural strength to determine form removal. Use compressive strength for acceptance in other situations. MR = Mid-range. The Engineer will allow the use of an optimized aggregate gradation as specified in section 604. Section Number Reference: 401 Culverts 711 Bridge Railings 803 Concrete Sidewalk, Sidewalk Ramps, and Steps 402 Storm Sewers 712 Bridge Rehabilitation-Concrete 804 Concrete Barriers and Glare Screens 403 Drainage Structures 713 Bridge Rehabilitation-Steel 806 Bicycle Paths 705 Foundation Piling 801 Concrete Driveways 810 Permanent Traffic Signs and Supports 706 Structural Concrete Construction 802 Concrete Curb, Gutter and Dividers

Concrete Grade (e,h) D (a) S1 T

a. b.

Minimum Strength of Concrete (f)

SP 71 of 74

Table 902-6 Superpave Final Aggregate Blend Physical Requirements Fine Aggregate Angularity Minimum Criteria Top & Leveling Base Courses Course

% Sand Equivalent Minimum Criteria Top & Leveling Base Courses Course

Los Angeles Abrasion % Loss Minimum Criteria Top & Leveling Base Courses Course

% Soft Particles Maximum Criteria (b) Top & Leveling Base Courses Course

% Flat and Elongated Particles Maximum Criteria (c) Top & Leveling Base Courses Course

Est. Traffic (million ESAL)

Mix Type

Percent Crushed Minimum Criteria Top & Leveling Base Courses Course

< 0.3

LVSP

55/—







40

40

45

45

10

10





< 0.3

E03

55/—







40

40

45

45

10

10





>0.3 -1.0 - < 3

E3

75/—

50/—

40(a)

40(a)

40

40

35

40

5

5

10

10

>3 - 10 - 30 -