TECHNICAL SPECIFICATIONS SOUTH MARTIN REGIONAL UTILITY

Size: px
Start display at page:

Download "TECHNICAL SPECIFICATIONS SOUTH MARTIN REGIONAL UTILITY"

Transcription

1 TECHNICAL SPECIFICATIONS SOUTH MARTIN REGIONAL UTILITY CONSTRUCTION AND TESTING OF SURFICIAL AQUIFER REPLACEMENT PRODUCTION WELL N15R AND REMEDIATION WELL R-4 HOBE SOUND, FLORIDA Submitted by: 4/2019

2 CONSTRUCTION AND TESTING OF SURFICIAL AQUIFER REPLACEMENT PRODUCTION WELL N15R AND REMEDIATION WELL R-4 TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 1 - GENERAL REQUIREMENTS SUMMARY OF WORK COORDINATION AND MEETINGS MEASUREMENT AND PAYMENT SUBMITTALS PRE-CONSTRUCTION AUDIO-VIDEO DOCUMENTATION QUALITY CONTROL CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS MATERIAL AND EQUIPMENT RECORD DOCUMENTS OPERATION & MAINTENANCE MANUALS GENERAL REQUIREMENTS CONTRACT CLOSEOUT EQUIPMENT TESTING AND FACILITY STARTUP DIVISION 2 - SITEWORK UTILITY CONSTRUCTION DEWATERING GRADING TRENCHING, BEDDING, AND BACKFILL FOR PIPE EROSION, SEDIMENTATION, AND DUST CONTROL TRENCHLESS INSTALLATION OF CONDUITS BY DIRECTIONAL BORING HORIZONTAL DIRECTIONAL DRILLING (HDD) TOC-1

3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PIPE AND FITTINGS-GENERAL HIGH DENSITY POLYETHYLENE (HDPE) AWWA PIPE AND FITTINGS DUCTILE IRON PIPE FITTINGS, VALVES, AND APPURTENANCES FIBER OPTIC PULL BOXES CHAIN LINK FENCE SODDING DIVISION 3 WELL CONSTRUCTION AND CONCRETE WORK WELL CONSTRUCTION SEQUENCE WELL DRILLING WELL CASING BOREHOLE GEOPHYSICAL AND VIDEO LOGGING ANNULAR GROUT WELL DEVELOPMENT WELL SCREEN AND GRAVEL CONCRETE WORK DIVISION 4 WELL TESTING PUMPING TESTS TEST WELL INTERVAL SAMPLING WELL FACILITY DISINFECTION AND WATER QUALITY SAMPLING WELL ABANDONMENT DIVISION 5 GROUNDWATER FORMATION WATER DISPOSAL SYSTEM DIVISION 6 - WOOD AND PLASTICS TOC-2

4 NOT USED DIVISION 7 - THERMAL AND MOISTURE PROTECTION NOT USED DIVISION 8 - DOORS AND WINDOWS NOT USED DIVISION 9 - FINISHES NOT USED DIVISION 10 - SPECIALTIES NOT USED DIVISION 11 - EQUIPMENT SUBMERSIBLE WELL PUMPS DIVISION 12 - FURNISHINGS NOT USED DIVISION 13 INSTRUMENTATION AND CONTROLS PROCESS CONTROL AND INSTRUMENTATION SYSTEM DIVISION 14 - CONVEYING SYSTEMS NOT USED DIVISION 15 - MECHANICAL NOT USED DIVISION 16 ELECTRICAL BASIC ELECTRICAL REQUIREMENTS BASIC ELECTRICAL MATERIALS AND METHODS RACEWAYS CONDUCTORS ELECTRIC MOTORS TOC-3

5 GROUNDING CONTROL PANELS APPENDICES FLORIDA EAST COAST RAILWAY ROW PERMIT... APPENDIX A LOBLOLLY EASEMENT AGREEMENT... APPENDIX B EXISTING WELL N15 LITHOLOGIC LOG... APPENDIX C TOC-4

6 DIVISION 1 GENERAL REQUIREMENTS

7 SECTION SUMMARY OF WORK PART 1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Furnish all labor, equipment and materials necessary to construct one (1) Surficial Aquifer production well (N-15R) and demolish and plug/abandon one (1) Surficial Aquifer production well (N-15) for South Martin Regional Utility (OWNER). The scope of work will include: removal of existing wellhead, concrete slab, electrical equipment/appurtenances, well pump, and fencing and abandonment of the existing Well N-15 and shall include drilling, setting of casings and/or well screen, grouting, testing, well logging, video logging, pump testing, formation water disposal system (including temporary piping and pumps), well facility disinfection, fencing, clearing and restoration of well site, new pump and motor including column pipe and appurtenances, well head, piping, electrical instrumentation and controls, site work and restoration of the proposed Well N-15R, as described herein and as shown on the drawings. B. Furnish all labor, equipment and materials necessary to construct one (1) Surficial Aquifer remediation well (R-4) and plug/abandon one (1) Surficial Aquifer remediation well (R-1) for OWNER. OWNER shall demolish existing electrical services for R-1 and CONTRACTOR will perform plugging and abandonment of the existing remediation well R-1. Construction of R-4 shall include drilling, setting of casings and/or well screen, grouting, testing, well logging, video logging, pump testing, formation water disposal system (including temporary piping and pumps), well facility disinfection, new pump and motor including column pipe and appurtenances, well head, piping, electrical instrumentation and controls, site work and restoration of the proposed Well R-4 site, as described herein and as shown on the drawings. C. The CONTRACTOR shall be responsible for all labor, materials, transportation, tools, supplies, equipment, and appurtenances necessary to construct, develop, and test the wells as specified herein. In general, all methods and material used under this construction shall be in accordance with the latest revisions of the American Water Works Association Standard for Wells (AWWA A100-15) and the National Groundwater Association Standards as they apply to the particular needs or conditions encountered in the proposed work. D. The CONTRACTOR shall diligently and timely perform the scope of work independently of all others who may perform concurrent tasks during execution of the scope of work. SUMMARY OF WORK

8 E. Project Substantial and Final Completion Dates a. Substantial Completion: 270 calendar days from Notice to Proceed b. Final Completion: 300 calendar days from Notice to Proceed F. Installation of approximately 7,800 linear feet of 3-inch HDPE fiber-optic conduit, including both DR-7 and DR-11 sections and 1,000 linear feet of 2- inch SDR 13.5 HDPE fiber-optic conduit to connect Well N-15R to the existing OWNER fiber optic network. Work also includes the installation of fiber optic cable and pull boxes from Well N-15R to existing Well N-16 located at the OWNER Wastewater Treatment Plant as shown on the Construction Drawings. G. Depths presented in these specifications are estimated; specific construction details, such as well casing setting depths, open hole or screened intervals for each well will be determined based on site specific lithologic conditions encountered during drilling and testing. H. The CONTRACTOR shall be responsible for all labor, materials, tools, transportation, supplies, equipment and appurtenances necessary to construct, start-up, and test the well pump, wellhead, raw water piping, and associated electrical and instrumentation. I. All work shall be in accordance with the existing easement agreements. Easement agreements are included in Contract Appendices for CONTRACTOR reference. J. The OWNER reserves the right to add to the work in accordance with the Contract Documents WORK BY OTHERS A. The OWNER reserves the right to add to the work in accordance with the Contract Documents. B. The ENGINEER or OWNER s representative reserves the right to throughout the construction process, perform onsite inspections of the CONTRACTOR and construction process. Documentation of work shall include, but not be limited to, detailed documentation of daily work performed by the CONTRACTOR, and photographs and/or videos of critical phases of well construction, development, and testing. C. The CONTRACTOR shall comply and adhere to all security requirements including but not limited to background checks and issuance of security badges. Access to the well site and work areas shall be limited to the areas shown on the project drawings and as discussed in the pre-construction meeting(s). SUMMARY OF WORK

9 D. Perimeter fencing must be secured at all times including but not limited to the installation of temporary construction fencing prior to the removal of existing perimeter and security fencing required for construction. CONTRACTOR must submit a plan outlining the installation and removal of fencing for approval by OWNER prior to mobilization WORK SEQUENCE A. Sequence of the work will be discussed at the pre-construction conference and will be as described in Section Well Construction Sequence of the Contract Documents. The OWNER reserves the right to assign priority to certain areas to accommodate the OWNER s interests. Well N-15R shall not be tied into the existing raw water main prior to successful start-up of all well facilities. Well N-15R may not be placed into service prior to successfully passing bacteriological sampling and receiving a release from the Florida Department of Environmental Protection to be placed into service. B. CONTRACTOR must contact the Florida Department of Environmental Protection and submit applicable portions of the Well Construction Permit Application, and any others required for construction as filed by the OWNER and ENGINEER, prior to commencement of well drilling activities. The Notice to Proceed will not be issued to the CONTRACTOR until all permits have been obtained by the CONTRACTOR. C. The CONTRACTOR is responsible to complete the work in the time as set forth by the Contract Documents. D. The construction schedule shall be met based on day work only (M-F, 8 AM 5 PM and excludes nights, weekends, and Martin County and Federal holidays. E. The CONTRACTOR shall submit to the ENGINEER, plans to mitigate the construction noise and vibration impacts and comply with the noise and vibration criteria specified herein, including the method of construction and treatments if necessary. F. The CONTRACTOR shall plan and execute construction activities by methods to control vibration to prevent damage to surrounding foundations, pools, structures, and buildings. Vibration control and compliance are the sole responsibility of the CONTRACTOR. G. Wells that do not pass bacteriological testing as outlined in Section Well Facility Disinfection and Water Quality Sampling will not be eligible for substantial completion. A complete set of disinfection and sampling requirements is available in Section Well Facility Disinfection and Water Quality Sampling. END OF SECTION SUMMARY OF WORK

10 THIS PAGE INTENTIONALLY LEFT BLANK SUMMARY OF WORK

11 SECTION COORDINATION AND MEETINGS PART 1 GENERAL 1.01 PERFORMANCE A. Section generally defines CONTRACTOR's responsibilities, unless otherwise indicated, for the following: 1. Coordination COORDINATION 2. Field Engineering. 3. Preconstruction Conference. 4. Progress Meetings. A. Coordinate scheduling, submittals, and work to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items to be installed later. B. Coordinate completion and clean up of Work of separate sections in preparation for Substantial Completion. C. Coordinate any tie-ins to existing piping with South Martin Regional Utilities (SMRU). Obtain written authorization prior to shutting down any raw water mains, water mains or services, reclaimed mains, force mains, or performing tie-ins. D. No SMRU system valves shall be operated by CONTRACTOR. CONTRACTOR shall request assistance from SMRU for operation of any existing valves. E. Wells N-14 and N-15 may be accessed via an SMRU maintained service road located within the adjacent residential neighborhood, Loblolly Pines. CONTRACTOR shall coordinate access to the site, including for all subcontractors, closely with OWNER and Loblolly Pines staff. CONTRACTOR shall restore site access to existing or better conditions following completion of construction. COORDINATION AND MEETINGS

12 1.03 FIELD ENGINEERING A. Employ a Land Surveyor registered in the State of Florida and acceptable to the ENGINEER and the OWNER to perform all field surveys. B. CONTRACTOR shall locate and protect survey control and reference points. C. Control datum for survey is Vertical Control NAVD D. Provide field engineering services. Utilize land surveyor to establish elevations, lines, and levels, utilizing recognized survey practices. E. Submit signed and sealed certification prepared by the Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents PRECONSTRUCTION CONFERENCE A. ENGINEER will schedule a conference after Notice of Award. B. Attendance Required: OWNER, ENGINEER, and General CONTRACTOR. C. Agenda: 1. Designation of personnel representing the parties in Contract, and the ENGINEER. 2. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 3. Scheduling PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work as required. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within two (2) days to ENGINEER, OWNER, participants, and those affected by decisions made at the meeting. COORDINATION AND MEETINGS

13 C. Attendance Required: Job superintendent, major Subcontractors and suppliers, OWNER, ENGINEER, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of work progress. 3. Field observations, problems, and decisions. 4. Identification of problems, which impede planned progress. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION COORDINATION AND MEETINGS

14 THIS PAGE INTENTIALLY LEFT BLANK COORDINATION AND MEETINGS

15 SECTION MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The Unit prices stated in the Contract shall be considered payment in full for the completion of all work. Payment shall be made under each item only for work as it is not specifically included under other items. B. The CONTRACTOR shall furnish all labor, equipment and materials necessary to construct one (1) Surficial Aquifer production well (N-15R), demolish and plug/abandon one (1) Surficial Aquifer production well (N-15), construct one (1) Surficial Aquifer remediation well (R-4), and plug/abandon one (1) Surficial Aquifer remediation well (R-1) for the South Martin Regional Utility (OWNER) PERFORMANCE A. Section generally defines unless otherwise indicated, the following: 1. Payment item descriptions. 2. Payment application descriptions. B. The cost of temporary facilities, bonds, insurance, attending project meetings, administration, record drawings, policing, and other general duties shall be considered incidental to all items. C. The OWNER may direct the CONTRACTOR to install certain portions of the work in advance of other portions without extra payment to the CONTRACTOR. D. Measurement methods delineated in the individual Specification sections are intended to complement the criteria of this Section. In the event of conflict, the requirements of the individual Specification section will govern. E. The CONTRACTOR s attention is called to the fact that the quotations for the various items of Work are intended to establish a total price for completing the Work in its entirety. Should the CONTRACTOR feel that the cost of any item of Work has not been established by the Schedule of Values or Measure and Payment, CONTRACTOR shall include the cost for that Work in the other Bid Items so that CONTRACTOR s proposal for the project does reflect CONTRACTOR s total price for completing the Work in its entirety. MEASUREMENT AND PAYMENT

16 1.03 RELATED SECTIONS A. Bid Form 1.04 LUMP SUM ITEMS A. The lump sum price shall be full compensation for all labor, materials and equipment to satisfactorily complete the installation of the items as shown on the plans and indicated in the details for lump sum bid items UNIT PRICE ITEMS A. The ENGINEER or his representative shall determine the number of units of each work item installed SATISFACTORY COMPLETION A. Satisfactory completion shall include dewatering, if any, and repair or replacement of damaged landscaping, irrigation systems, pavement or other existing improvements PAYMENT ITEMS A. Unit Price Bid 1. Payment shall constitute summation of measured quantities multiplied by the respective unit price for items constructed as specified herein and shown on the engineering drawings; including installation and removal of all temporary facilities, piping; and supply of all incidental materials, equipment and labor necessary to complete the contemplated Work whether specifically identified herein or not. 2. Partial progress payments will be made at monthly intervals and will be based upon the value of the Work completed on the date that a partial payment application is submitted less deductions for retainage as defined elsewhere. Signed and Sealed Record Drawings shall be submitted and approved with each partial and final pay request PAYMENT APPLICATION DESCRIPTION A. Preparation of Applications: 1. Present required information in type written form, or equivalent. 2. Execute certification by signature of authorized officer. 3. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed. MEASUREMENT AND PAYMENT

17 4. List each authorized Change Order as an extension on the Application for Payment, listing Change Order number and dollar amount as for an original item of Work. B. Submittal Procedures 1. Submit three copies of each Application for Payment. Payment Period: Submit monthly as directed by the OWNER. Submit signed and sealed record drawings covering work for which payment is being requested. Submit revised progress schedule accurately reflecting the work completed and the schedule of future work items. C. Substantiating Data PART 2 PRODUCTS NOT USED PART 3 EXECUTION 1. When OWNER requires substantiating information, submit data justifying dollar amounts in question. 2. Provide one copy of data with cover letter of each copy of application. Show Application number and date, and line item by number and description on each piece of data PART A - GENERAL ITEMS A. PAY ITEM NO. A1 GENERAL CONDITIONS, BONDS, AND INDEMNIFICATION This pay item shall include the costs to comply with all elements of the General Conditions of the Contract, including but not limited to: compliance with the requirements of the General Conditions, bonds, insurance, record keeping, safety and permitting, preconstruction videos, and indemnification. Payment shall be made at the Contract Lump Sum Price as identified on the BID FORM upon completion of work identified in the general conditions. Total cost of this item shall not exceed 5% of the total bid cost PART B PROFILE WELL(S) AND R-4 WELL CONSTRUCTION A. PAY ITEM NO. B1 PROFILE WELL(S) (UP TO 2) MEASUREMENT AND PAYMENT

18 This pay item shall include the drilling of a nominal 6-inch diameter pilot hole(s) to 180 feet below land surface at a location adjacent to the proposed R-4 site, as shown on the plans. Pay item includes geophysical logging, furnished and installed 2-inch diameter casing and well screen to 180 feet, development and water quality sampling at up to 8 depth intervals, and proper plug and abandonment of the pilot hole as specified and in accordance with contract documents. This pay item shall be by Contract Unit Price and include but not be limited to all labor, equipment, grout, development time, proper disposal of drilling mud, and other materials necessary to properly perform profile well testing as described and specified in the Contract Documents and accepted by the ENGINEER. B. PAY ITEM NO. B2 R-4 REMEDIATION WELL MOBILIZATION/ DEMOBILIZATION The work included in this pay item consists of preparatory work, finish work, mobilizing and demobilizing for beginning and ending work, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to and from the project site and for the establishment/de-establishment of the temporary provisions and state and local laws and regulations including pre- or post-construction expense necessary for starting or completing the work. No more than 65% of the amount set aside for this item may be claimed as mobilization for the well. Remaining 35% shall be paid for at final demobilization. Payment will be made at the Contract Lump Sum price as approved by the OWNER. C. PAY ITEM NO. B3 FURNISH AND INSTALL 6-INCH DIAMETER SCHEDULE 40 PVC WELL CASING The actual length of 6-inch diameter schedule 40 PVC well casing installed and accepted will be the actual measured quantities, below land surface, specified by the ENGINEER as listed in the Contract Documents. It will be paid for at the Contract Unit Price per foot as listed in the Contract Bid Proposal and will be based on the actual units installed, including time, all labor, equipment, centralizers, and materials to properly install the casing as described in Contract Documents. D. PAY ITEM NO. B4 FURNISH AND INSTALL 6-INCH DIAMETER, INCH CONTINOUS SLOT, PVC WELL SCREEN The length of 6-inch diameter PVC well screen installed and accepted will be the actual measured quantities, below land surface, specified by the ENGINEER as listed in the Contract Documents. It will be paid for at the Contract Unit Price per foot as listed in the Contract Bid Proposal and will be based on the actual units installed, including time, all labor, equipment, centralizers, and materials to properly install the screen as described in Contract Documents. MEASUREMENT AND PAYMENT

19 E. PAY ITEM NO. B5 FURNISH AND INSTALL WELL GRAVEL PACK This pay item includes the work required to furnish and successfully install well gravel pack and shall include, but not be limited to, all equipment, materials and labor to satisfactorily disinfect and install gravel pack from total depth to a depth specified by the ENGINEER. Payment of this item shall be made at the Contract Unit Price per cubic foot of installed and accepted gravel by the ENGINEER as determined by delivery tickets and field observations, in accordance with Contract Documents. F. PAY ITEM NO. B6 CEMENT GROUT ANNULUS ABOVE GRAVEL PACK This pay item shall include cement for the annular space above the gravel pack in the 6-inch diameter remediation well and shall be paid for at the Contract Unit Cost Price per 94-pound sack of cement furnished, in place and accepted by the ENGINEER, as listed on the Contract Bid Proposal and described in Contract Documents. Contract Unit Cost Price includes but is not limited to materials, labor, equipment, delivery charges, additives, operations, setup and removal of equipment for grout emplacement as specified in the Contract Documents and accepted by the ENGINEER. G. PAY ITEM NO. B7 AIRLIFT DEVELOP 6-INCH WELL This pay item includes the work required to perform airlift development, as described in Contract Documents. Payment shall be at the Contract Unit Cost Price as listed on the Contract Bid Proposal as approved by the ENGINEER. The said Contract Unit Cost Price shall include only hours of actual airlift development as approved by the ENGINEER, and shall include, but not be limited to, the furnishing of all material, labor and equipment necessary to complete development in accordance with the Contract Documents and accepted by the ENGINEER. H. PAY ITEM NO. B8 CONDUCT 4 HOUR CONSTANT RATE TEST The constant rate test shall be paid for at the Contract Unit Cost Price listed on the Contract Bid Proposal as approved by the ENGINEER and as described in Contract Documents. The said Contract Unit Cost Price shall include only hours of actual pumping during the test and shall include, but not be limited to, the furnishing of all material, labor and equipment necessary to complete the test in accordance with the Contract Documents and accepted by the ENGINEER. I. PAY ITEM NO. B9 ABANDONMENT OF REMEDIATION WELL R-1 Payment for this work shall be on a Lump Sum basis and include the work required for the successful plugging and abandonment of the existing remediation well from bottom to top with neat cement in accordance with State and federal regulations and as specified in Section Well MEASUREMENT AND PAYMENT

20 Abandonment. The well is to be abandoned with neat cement until flush with the existing concrete pad. The quantity to be paid for under this Section shall be per site as shown on the drawings, complete and accepted, including the cost for supervised labor, materials, and equipment needed. Electrical demolition shall be performed by OWNER. J. PAY ITEM NO. B10 FURNISH AND INSTALL WELL R-4 WELLHEAD AND RAW WATER MAIN Payment of this item shall be on a lump sum basis. The item includes all equipment, materials, and labor necessary to furnish and install a new wellhead, approximately 30 linear feet of below grade raw water main piping, valves, meters, above grade piping and appurtenances, stainless steel pipe supports, coating of the wellhead, dewatering, and connection to the existing raw water main as shown on the attached drawings and specifications. This item shall include the wellhead assembly, fittings, valves, meters, above grade piping and appurtenances, check valve, below grade raw water main piping and appurtenances, start-up, testing, OWNER training, and any other necessary items to provide a complete and operating system. K. PAY ITEM NO. B11 FURNISH AND INSTALL WELL R-4 PUMP PIPING/APPURTENANCES AND INSTALL PUMP, MOTOR, AND PIPING Payment of this item shall be on a lump sum basis. The item includes furnishing and installation of the submersible well pump, motor, column pipe, column pipe-pump adaptor, foot-valve and all required appurtenances including but not limited to all equipment, labor, and materials required to connect all electrical services and controls and complete the work as specified in the Contract Documents and as accepted by the ENGINEER. The Well R-4 Pump and Motor shall be furnished by the OWNER and installed by the CONTRACTOR. L. PAY ITEM NO. B12 ELECTRICAL WORK (INCLUDING INSTRUMENTATION, CONTROL PANEL) Payment of this item shall be on a lump sum basis. The item includes all equipment, materials, and labor necessary to furnish and install electrical service to the surficial remediation well, including instrumentation as shown on the attached drawings and specifications. This item shall include all power feeds, motor starter panel, MCC breaker bucket, wire, conduits, missile bore conduits, grounding, flow meter, pressure switch, mounting supports, pull boxes, junction boxes, appurtenances, testing, start-up, OWNER training, site restoration, and any other necessary items to provide a complete and operating system as described in the plans and specifications. Payment of this item shall be by Lump Sum (LS). M. PAY ITEM NO. B13 WELL R-4 SITE WORK INCLUDING SITE RESTORATION MEASUREMENT AND PAYMENT

21 Payment of this item shall be on a lump sum basis. The item includes preparing the site for drilling, installation of the concrete well pad including concrete and reinforcement, restoring the site to its original condition, providing intended grades, ground cover, permanent perimeter fencing, and general site restoration as shown on the Contract Documents, as accepted by the ENGINEER, and to the satisfaction of the OWNER PART C - WELL N-15R GENERAL WELL CONSTRUCTION AND WATER QUALITY SAMPLING A. PAY ITEM NO. C1 MOBILIZATION/DEMOBILIZATION, CLEARING AND GRUBBING Payment of this item shall be on a lump sum basis. This pay item shall include the costs for mobilization/demobilization including work and operations in mobilizing and demobilizing for the work on the well site, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to and from the project site, and for the establishment and removal of temporary offices, buildings, facilities, as required by these specifications, the special provisions, and State and local laws and regulations, and any other pre- or post-construction expense necessary for starting or completing the work, including clearing and grubbing, as necessary. Payment for this item shall not exceed 50% of the Pay Item lump sum cost prior to demobilization. Total cost of this item shall not exceed 3% of the total bid cost. B. PAY ITEM NO. C2 FURNISH, INSTALL, AND GROUT 30-INCH DIAMETER STEEL SURFACE CASING TO 55 FT Payment of this item shall be on a lump sum basis. The item includes the 30- inch outside diameter (O.D.) pit casing furnished, installed and grouted in place and shall be installed to the depth specified by the ENGINEER. The item shall include but is not limited to all labor, equipment, centralizers, annular grout and other materials necessary to properly install the casing as described in Section Well Casing and as specified in the Contract Documents and accepted by the ENGINEER. C. PAY ITEM NO. C3 DRILL NOMINAL 6-INCH DIAMETER PILOT HOLE Payment of this item shall be on a lump sum basis. The item shall include the drilling of a nominal 6-inch diameter pilot hole to 220 feet below land surface, geophysical logging of the borehole, furnishing and installing 2-inch diameter casing and well screen to 220 feet, and development and water quality sampling at each depth interval as specified and in accordance with contract documents. This pay item shall be by Contract Lump Sum Price and include but not be limited to all labor, equipment, development time, proper disposal of drilling mud, and other materials necessary to properly MEASUREMENT AND PAYMENT

22 perform test hole testing as described and specified in the Section Profile Well Interval Sampling and accepted by the ENGINEER. D. PAY ITEM NO. C4 REAM BOREHOLE TO NOMINAL 30-INCH BOREHOLE TO APPROXIMATELY 150 FEET Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per foot and shall include the actual length of drilled borehole measured and approved by the ENGINEER. The item shall include but not be limited to the furnishing of all material, labor and equipment necessary to complete the work as described in Section Drilling. E. PAY ITEM NO. C5 FURNISH AND INSTALL 20-INCH DIAMETER SCH. 40 PVC CASING TO 150 FEET Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per foot and shall include the length of casing furnished and installed and shall be the actual measured quantities specified and approved by the ENGINEER. The length shall be calculated from land surface. The item also includes labor, equipment, centralizers, bushing and other materials necessary to properly install the casing as described in Section Well Casing and accepted by the ENGINEER. F. PAY ITEM NO. C6 CEMENT GROUT 20-INCH DIAMETER SCH. 40 PVC CASING IN PLACE Payment of this item shall be on a per sack basis. The item includes materials, labor, equipment, delivery charges, additives, operations, setup and removal of equipment for grout emplacement. Cement for the 20-inch diameter PVC casing installation shall be paid for at the Contract Unit Price per sack for cement furnished, in place and accepted by the ENGINEER, as described in Section Annular Grout PART D - WELL N-15R CONSTRUCTION ITEMS OPEN HOLE SCENARIO A. PAY ITEM NO. D1 DRILL A NOMINAL 12-INCH DIAMETER BOREHOLE USING REVERSE AIR METHOD TO 200 FEET Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per foot and shall include the actual length of drilled borehole measured and approved by the ENGINEER. The item shall include but not be limited to the furnishing of all material, labor and equipment necessary to complete the work as described in Section Drilling PART E - WELL N15R CONSTRUCTION ITEMS SCREENED WELL SCENARIO MEASUREMENT AND PAYMENT

23 A. PAY ITEM NO. E1 REAM BOREHOLE TO NOMINAL 18-INCH BOREHOLE TO APPROXIMATELY 200 FEET USING REVERSE AIR METHOD Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per foot and shall include the actual length of drilled borehole measured and approved by the ENGINEER. The item shall include but not be limited to the furnishing of all material, labor and equipment necessary to complete the work as described in Section Drilling. B. PAY ITEM NO. E2 FURNISH AND INSTALL NEW 12-INCH DIAMETER 316 STAINLESS STEEL WELL SCREEN Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per foot and shall include the actual length of 12- inch diameter 316 stainless steel well screen installed and accepted by the ENGINEER including time, equipment and materials necessary for proper installation as described in Section Well Screen. C. PAY ITEM NO. E3 FURNISH AND INSTALL 12-INCH DIAMETER SDR17 CERTAINTEED CERTA-LOK WELL RISER CASING Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per foot and shall include the length of casing furnished and installed and shall be the actual measured quantities specified and approved by the ENGINEER. The length shall be calculated from land surface. The item also includes labor, equipment, centralizers, bushing and other materials necessary to properly install the casing as described in Section Well Casing and accepted by the ENGINEER. D. PAY ITEM NO. E4 FURNISH AND INSTALL WELL GRAVEL PACK Payment of this item shall be on a per cubic foot basis. The item shall include the work required to furnish and successfully install well gravel pack and shall include, but not be limited to, all equipment, materials and labor to satisfactorily disinfect and install gravel pack from total depth to a depth specified by the ENGINEER. Payment of this item shall be made at the Contract Unit Price per cubic foot of installed and accepted gravel by the ENGINEER as determined by delivery tickets and field observations, in accordance with Section Well Screen. E. PAY ITEM NO. E5 WELL DEVELOPMENT JETTING WITH SIMULTANEOUS AIRLIFT Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per hour of jetting with simultaneous airlift development and shall include the work required to perform jetting MEASUREMENT AND PAYMENT

24 development, as approved by the ENGINEER and as described in Section Well Development. The item shall include only hours of actual jetting with simultaneous airlift development as approved by the ENGINEER, and shall not be limited to the furnishing of all material, labor and equipment necessary to complete development PART F COMMON WELL CONSTRUCTION ITEMS A. PAY ITEM NO. F1 WELL DEVELOPMENT - AIRLIFT Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per hour of airlift development and shall include the work required to perform airlift development, as approved by the ENGINEER and as described in Section Well Development. The item shall include only hours of actual airlift development as approved by the ENGINEER, and shall not be limited to the furnishing of all material, labor and equipment necessary to complete development. B. PAY ITEM NO. F2 WELL DEVELOPMENT PUMP DEVELOPMENT Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per hour of pump development and shall include the work required to perform pump development of the well, including installation and removal of temporary development pump, installation, removal and maintenance of formation water disposal system to the satisfaction of the ENGINEER and as described in Section Well Development and Section Formation Water Disposal System. The item shall include only hours of actual pumping as approved by the ENGINEER, and shall not be limited to the furnishing of all material, labor and equipment necessary to complete development and accepted by the ENGINEER. C. PAY ITEM NO. F3 STEP-RATE PUMP TEST Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per hour of step-rate pump testing and shall include the furnishing of all material, labor and equipment necessary to complete the test as specified in Section Pumping Tests. D. PAY ITEM NO. F4 FINAL VIDEO SURVEY Payment of this item shall be on a lump sum basis. The item includes acceptable video logs, as specified in Section Geophysical and Video Logging, including time, equipment and materials necessary to complete the work. E. PAY ITEM NO. F5 WELL DISINFECTION AND WATER QUALITY SAMPLING MEASUREMENT AND PAYMENT

25 Payment of this item shall be on a lump sum basis. The item includes but not be limited to, all equipment, materials and labor to satisfactorily disinfect the well, construct easily accessible sampling points, bacteriological sampling and testing, and water quality analytical testing as required by, state and local laws and regulations as related to this pay item. The CONTRACTOR shall be responsible for costs associated with re-chlorination, re-sampling, and re-testing as needed to satisfactorily disinfect the well and obtain passing and acceptable water quality test results as described in Section Well Facility Disinfection and Water Quality Sampling PART G SITE CIVIL AND MECHANICAL A. PAY ITEM NO. G1 FURNISH AND INSTALL WELL N-15R WELLHEAD AND RAW WATER MAIN Payment of this item shall be on a lump sum basis. The item includes all equipment, materials, and labor necessary to furnish and install a new wellhead, approximately 95 linear feet of below grade raw water main piping, valves, meters, above grade piping and appurtenances, stainless steel pipe supports, coating of the wellhead, dewatering, and connection to the existing raw water main as shown on the attached drawings and specifications. This item shall include the wellhead assembly, fittings, valves, meters, above grade piping and appurtenances, check valve, below grade raw water main piping and appurtenances, start-up, testing, OWNER training, and any other necessary items to provide a complete and operating system. B. PAY ITEM NO. G2 FURNISH WELL N-15R PUMP PIPING/ APPURTENANCES AND INSTALL PUMP, MOTOR, AND PIPING Payment of this item shall be on a lump sum basis. The item includes furnishing and installation of the submersible well pump, motor, column pipe, column pipe-pump adaptor, foot-valve and all required appurtenances including but not limited to all equipment, labor, and materials required to connect all electrical services and controls and complete the work as specified in the Contract Documents and accepted by the ENGINEER. The Well N-15R Pump and Motor shall be furnished by the OWNER and installed by the CONTRACTOR. C. PAY ITEM NO. G3 WELL N-15R SITE WORK INCLUDING PERIMETER FENCING AND SITE RESTORATION Payment of this item shall be on a lump sum basis. The item includes preparing the site for drilling including perimeter privacy fencing, installation of the concrete well pad including concrete and reinforcement, restoring the site to its original condition, providing intended grades, ground cover, permanent perimeter fencing, and general site restoration as shown on the MEASUREMENT AND PAYMENT

26 Contract Documents, as accepted by the ENGINEER, and to the satisfaction of the OWNER. D. PAY ITEM NO. G4 FURNISH AND INSTALL 3-INCH DR-7 HDPE FIBER OPTIC CONDUIT UNDER FEC RAILROAD AND A1A VIA HORIZONTAL DIRECTIONAL DRILL Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per horizontal linear foot of fiber optic conduit installed and shall include furnishing all materials, labor, equipment and tools for the complete installation of 3-inch DR-7 fiber optic conduit under the Florida East Coast Railway (FEC) and A1A as shown on the construction Drawings, specified herein and as directed by the ENGINEER. This item includes, but is not limited to, surveying, erosion control, excavation, backfill, and compaction for entry and exit pits, maintenance of traffic, supporting and protecting existing utilities, dewatering, all pipe, fusing, drilling, reaming, slurry, pulling of pipe through the borehole, disposal of excess materials, frac-out control, pipe marking tape, tracer wire, tracer wire termination boxes, adapters, testing, temporary restoration of irrigation systems (irrigation piping, sprinkler heads, etc.), providing temporary sidewalks and walkways interrupted during construction activities, temporary restoration of mailboxes, temporary restoration of fences, temporary restoration of driveways, temporary restoration of roads, temporary restoration of structures, etc., and removal and disposal of sidewalks, driveways, asphaltic concrete, rock base and subgrade (including necessary sawcutting). Payment for this item is per Linear Foot (LF) of horizontal distance transversed of the 3-inch HDPE conduit as measured along the ground surface and not actual quantity of piping installed. Payment for this item will be from the end of the 3-inch conduit with the pulling head connected to it to the proposed fiber optic cable tie-in pull box located at the opposite end of the pulling head, as shown on the construction Drawings and as directed by the ENGINEER. E. PAY ITEM NO. G5 FURNISH AND INSTALL 3-INCH DR-11 HDPE FIBER OPTIC CONDUITS UNDER RESIDENTIAL ROADWAYS VIA HORIZONTAL DIRECTIONAL DRILL Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per horizontal linear foot of fiber optic conduit installed and shall include furnishing all materials, labor, equipment and tools for the complete installation of 3-inch DR-11 fiber optic conduit under residential neighborhood roadways as shown on the construction Drawings, specified herein and as directed by the ENGINEER. This item includes, but is not limited to, surveying, erosion control, excavation, backfill, and compaction for entry and exit pits, maintenance of traffic, supporting and protecting existing utilities, dewatering, all pipe, fusing, drilling, reaming, slurry, pulling of pipe through the borehole, disposal of excess materials, frac-out control, pipe marking tape, tracer wire, tracer wire termination boxes, adapters, testing, temporary restoration of irrigation systems (irrigation piping, sprinkler heads, etc.), providing temporary sidewalks and walkways interrupted during MEASUREMENT AND PAYMENT

27 construction activities, temporary restoration of mailboxes, temporary restoration of fences, temporary restoration of driveways, temporary restoration of roads, temporary restoration of structures, etc., and removal and disposal of sidewalks, driveways, asphaltic concrete, rock base and subgrade (including necessary sawcutting). Payment for this item is per Linear Foot (LF) of horizontal distance transversed of the 3-inch HDPE conduit as measured along the ground surface and not actual quantity of piping installed. Payment for this item will be from the end of the 3-inch conduit with the pulling head connected to it to the proposed fiber optic cable tie-in pull box located at the opposite end of the pulling head, as shown on the construction Drawings and as directed by the ENGINEER. F. PAY ITEM NO. G6 FURNISH AND INSTALL 3-INCH DR-11 HDPE FIBER OPTIC CONDUIT BETWEEN WELLS N-14 and N-16 Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per horizontal linear foot traversed of fiber optic conduit installed and shall include furnishing all materials, labor, equipment and tools for the complete installation of 3-inch DR-11 fiber optic conduit via open-cut or horizontal directional drill methods as shown on the construction Drawings, specified herein and as directed by the ENGINEER. This item includes, but is not limited to, surveying, erosion control, trenching, rock removal, bracing, sheeting, excavation, backfill, and compaction for entry and exit pits, maintenance of traffic, supporting and protecting existing utilities, dewatering, all pipe, fusing, drilling, reaming, slurry, pulling of pipe through the borehole, disposal of excess materials, frac-out control, pipe marking tape, tracer wire, tracer wire termination boxes, adapters, testing, temporary restoration of irrigation systems (irrigation piping, sprinkler heads, etc.), providing temporary sidewalks and walkways interrupted during construction activities, temporary restoration of mailboxes, temporary restoration of fences, temporary restoration of driveways, temporary restoration of roads, temporary restoration of structures, etc., and removal and disposal of sidewalks, driveways, asphaltic concrete, rock base and subgrade (including necessary sawcutting). Payment for this item is per Linear Foot (LF) of horizontal distance transversed of the 3-inch HDPE conduit as measured along the ground surface and not actual quantity of piping installed. Payment for this item will be from the end of the 3-inch conduit with the pulling head connected to it to the proposed fiber optic cable tie-in pull box located at the opposite end of the pulling head, as shown on the construction Drawings and as directed by the ENGINEER. G. PAY ITEM NO. G7 FURNISH AND INSTALL 24 X 36 FIBER OPTIC PULL BOX WITH LID Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per fiber optic pull box installed and shall include all labor, materials and equipment, and incidentals necessary to furnish and install a 24 x 36 pull box with lid as shown on the construction Drawings, as specified herein, and as directed by the ENGINEER, including but not limited MEASUREMENT AND PAYMENT

28 to: excavation for the pull box, disposal of excess materials, bracing, sheeting and dewatering, the furnishing and installation of the pull box with lid, the connection of the conduit to the pull box, rock base, bolts, nuts, backfill and compaction, testing, supports, maintaining existing utilities, protection of utilities, protection of structures, roadways, trees, and shrubs, and all other work required for the complete installation of the pull box with lid. Payment of this item shall be by Lump Sum (LS). H. PAY ITEM NO. G8 ABANDON EXISTING WELL N15 Payment for this work shall be on a Lump Sum basis and include the work required to demolish the aboveground wellhead and wellsite, structural, mechanical, electrical, and ancillary components as shown on the contract plans to allow for construction of new components; the successful well abandonment of the existing production well in accordance with State and federal regulations and as specified in Section Well Abandonment; and the fill and compaction of the well site. The quantity to be paid for under this Section shall be per site as shown on the drawings, complete and accepted, including the cost for supervised labor, materials, and equipment needed PART H ELECTRICAL WORK A. PAY ITEM NO. H1 FURNISH AND INSTALL FIBER OPTIC CABLE BETWEEN WELLS N-14 AND N-16 Payment of this item shall be on a unit price basis. The item includes all equipment, materials, and labor necessary to furnish and install fiber optic cable, including testing, termination, connection, grounding, termination kits and connectors, appurtenances, and any other necessary items to provide a complete and operating system as described in the plans and specifications. Payment of this item shall be per Linear Foot (FT). B. PAY ITEM NO. H2 ELECTRICAL WORK (INCLUDING INSTRUMENTATION, CONTROL PANELS, FIBER OPTIC COMMUNICATION SYSTEM) Payment of this item shall be on a lump sum basis. The item includes all equipment, materials, and labor necessary to furnish and install electrical service to the surficial well, including telemetry, instrumentation and fiber optic communication system as shown on the attached drawings and specifications. This item shall include demolition, all power feeds, control panel, disconnect, transformer, wire, conduit, grounding, telemetry, level transmitter, flow meter, Ethernet switch boxes, modifications of existing control panel and RTU s, directional drilling, mounting supports, pull boxes, concrete manholes, junction boxes, fiber optic cable which is not included in Pay Item No. H1 specifically, approximately 1,000 feet of 2-inch HDPE MEASUREMENT AND PAYMENT

29 fiber-optic conduit and cable between wells N14 and N15R, fiber testing, termination, connection, termination kits and connectors, appurtenances, testing, start-up, OWNER training, and any other necessary items to provide a complete and operating system as described in the plans and specifications. Payment of this item shall be by Lump Sum (LS). END OF SECTION MEASUREMENT AND PAYMENT

30 THIS PAGE INTENTIONALLY LEFT BLANK MEASUREMENT AND PAYMENT

31 SECTION SUBMITTALS PART 1 - GENERAL 1.01 PERFORMANCE A. Section generally defines CONTRACTOR s responsibilities, unless otherwise indicated, for the following: 1. Submittal Procedures. 2. Construction Progress Schedules. 3. Temporary Fencing and Screening Plan. 4. Dewatering Plans. 5. Well Testing Plans. 6. Temporary Trenching, Sheeting, and Shoring Plan. 7. Proposed Products List and Information. 8. Shop Drawings. 9. Product Data. 10. Manufacturers' Instructions. 11. Manufacturers' Certificates. 12. Maintenance of Traffic RELATED SECTIONS A. Section Quality Control: Manufacturers' field services and reports. B. Section Contract Closeout: Contract warranty and manufacturer's certificates, closeout submittals. SUBMITTALS

32 1.03 SUBMITTAL PROCEDURES A. Transmit each submittal with ENGINEER accepted form. All submittals shall be submitted electronically. Responses to submittals will also be performed electronically. B. Sequentially number the transmittal forms. Resubmittals to have original number with an alphabetic suffix. C. Identify Project, CONTRACTOR, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. D. Apply CONTRACTOR's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project and deliver to ENGINEER at their business address. Coordinate submission of related items. F. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. G. Provide space for CONTRACTOR and ENGINEER review stamps on each submittal. H. Only complete submittals will be reviewed. Partial or incomplete submittals for a product will be returned to the CONTRACTOR without review. I. Revise and resubmit submittals as required, identify all changes made since previous submittal. J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. K. Provide an updated Submittal Log at the end of each week that tracks the date the submittal was transmitted, the date the submittal was returned, and the status of each submittal. L. All approved submittals to be saved electronically, in PDF format, and provided on a CD along with As-Built Plans and O&M Manuals at the end of the project. SUBMITTALS

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values E. Application for Payment 1.2 EXPLANATION AND DEFINITIONS A. The following

More information

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices. SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section

More information

EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT

EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT Addendum No. 2 Attachment B Contract Document Revisions Specifications: TABLE OF CONTENTS ADDENDUM NO. 2 Attachment B Contract

More information

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION 820-1 SCOPE OF WORK: SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION a. Furnish all labor, materials, equipment, and incidentals required for demolition and/or removal and disposal of existing

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01. BASIS FOR MEASUREMENT AND PAYMENT Measurement and Payment will be made for only those items included in the Schedule of Unit Prices or Contract

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 012000 Applies only to Collier County Public Utilities Projects or Works and Utilities Portions of Collier County Transportation Projects, but not to Private Developments PART 1 GENERAL 1.1 SECTION

More information

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT Prepared By: 3800 Via Del Rey Bonita Springs, FL 34134 July 2015 Table of Contents Name Section Bid Schedule Project Description

More information

SPECIAL SPECIFICATION 6664 Level (3) Communications System

SPECIAL SPECIFICATION 6664 Level (3) Communications System 2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6664 Level (3) Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Level (3) Communications,

More information

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances 2004 Specifications CSJ 2250-01-021, etc SPECIAL SPECIFICATION 5243 Water and Sewer System and Appurtenances 1. Description. This Item governs for the furnishing of all equipment, labor and materials to

More information

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018 Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA-2019-004 TMWA Capital Project No.: 10-0001.053 October 3, 2018 The following information, clarifications, changes and modifications are by reference

More information

SPECIAL SPECIFICATION 6658 Time Warner Communications System

SPECIAL SPECIFICATION 6658 Time Warner Communications System 2004 Specifications CSJ 1200-05-014 1. Description. SPECIAL SPECIFICATION 6658 Time Warner Communications System A. This Item will govern the installation of all facilities belonging to Time Warner Cable

More information

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS Section Page 13-1 GENERAL... 13.1 13-1.01 Preservation of Property... 13.1 13-1.02 Overloading, Pavement Protection & Repair... 13.1 13-2 REMOVING EXISTING

More information

SPECIAL SPECIFICATION 6666 Charter Communications System

SPECIAL SPECIFICATION 6666 Charter Communications System 2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6666 Charter Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Charter Communications,

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS SECTION 01 00 00 GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Summary of Work: 1. General 2. Contract. B. Contract Considerations: 1. Schedule of values. 2. Applications for payment. 3.

More information

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS*** 00005B *** *** BOLD ITALICIZED Item is bound within this specification manual. Regular non-italicized Item is not bound within this specification manual, however item is part of the contract. Contents

More information

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018 155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated

More information

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM TABLE OF CONTENTS: I. DESCRIPTION:... 2 II. COORDINATION:... 2 III. CONSTRUCTION LAYOUT:... 3 IV. MATERIALS:... 3 V.

More information

APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES

APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES B-1 General Notes: SACWSD Standard Construction Drawing Notes 1. No work shall begin on any water or wastewater construction project until the construction

More information

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title TABLE OF CONTENTS CONTRACT DOCUMENTS 00001 Inside Title Page 00003 Table of Contents 00004 List of Drawings 00020 Invitation to Bid 00100 Instructions to Bidders 00300 Bid 00500 Agreement 00610 Construction

More information

CCU Engineering Specifications. Section PIPE REMOVAL, DISPOSAL, ALTERATION, MODIFICATION OR PIPE ABANDONMENT

CCU Engineering Specifications. Section PIPE REMOVAL, DISPOSAL, ALTERATION, MODIFICATION OR PIPE ABANDONMENT CCU Engineering Specifications Section 002310 PIPE REMOVAL, DISPOSAL, ALTERATION, MODIFICATION OR PIPE ABANDONMENT Effective Date: Nov. 1st, 2011 Page 1 of 5 PART 1 - GENERAL The following specification

More information

2. A preconstruction meeting with the TWA s staff is required prior to initiating construction.

2. A preconstruction meeting with the TWA s staff is required prior to initiating construction. General: 1. Construct utilities in accordance to TWA approved plans and shop drawings. Any deviation from the approved plans shall be approved by the DEVELOPER S ENGINEER and TWA 2. A preconstruction meeting

More information

a. Unless otherwise specified, all lengths shall be horizontal distances.

a. Unless otherwise specified, all lengths shall be horizontal distances. SECTION 01025 PART 1- GENERAL 1.01 DESCRIPTION A. This section describes the method used to determine quantities of Work performed or materials supplied for which a price is given in the Bid. It establishes

More information

Special Specification 6357 Windstream Telecommunication System

Special Specification 6357 Windstream Telecommunication System Special Specification Windstream Telecommunication System 1. DESCRIPTION This Item will govern the installation of all facilities belonging to Windstream Communications, hereinafter referred to as Windstream.

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -- GENERAL 1.1 SCOPE A. The Contractor shall receive and accept the compensation as provided in the Bid Form as full payment for furnishing all materials, labor,

More information

BID PROPOSAL PROPOSAL OF, corporation, a partnership consisting of, an individual doing business as,

BID PROPOSAL PROPOSAL OF, corporation, a partnership consisting of, an individual doing business as, Access Roads BID PROPOSAL PROPOSAL OF, corporation, a partnership consisting of, an individual doing business as, THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the

More information

SECTION 1 GENERAL NOTES

SECTION 1 GENERAL NOTES ISSUE DATE NOVEMBER 1st, 2011 SECTION 1 Page List Page Number Page Title COVER COVER GN-01 PAGE 1 GN-02 PAGE 2 GN-03 PAGE 3 GN-04 PAGE 4 GN-05 PAGE 5 GN-06 PAGE 6 GN-07 PAGE 7 : 1. (CCU) STANDARD SPECIFICATIONS

More information

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section 02540-1 of 10 SECTION 02540 STORM DRAIN REHABILITATION 02540.01 GENERAL A. Description Storm drain rehabilitation shall include, but not necessarily be limited to, pipe joint sealing, inlet and manhole

More information

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION A1 EXCAVATION AND BACKFILL GENERAL SECTION A1 EXCAVATION AND BACKFILL GENERAL The work under this section shall include all excavation to such width and depth as shown on the drawings, specified herein, or ordered by the Engineer. Such

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01020 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.01 DESCRIPTION A. This section describes the method used to determine quantities of Work performed or materials supplied for which a price is given

More information

SECTION HORIZONTAL DIRECTIONAL DRILLING

SECTION HORIZONTAL DIRECTIONAL DRILLING SECTION 330532- HORIZONTAL DIRECTIONAL DRILLING PART 1 - GENERAL 1.1 DESCRIPTION A. Furnish all labor, materials, tools, and equipment required to install pipes below the outer perimeter prison fence using

More information

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

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT 2018.03 EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3 The following changes are made to the Proposal, Specifications, and Plans. PROPOSAL Proposal Sheets

More information

Job Order Sewer Repair Services

Job Order Sewer Repair Services Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified

More information

SECTION CS-2. TRENCH EXCAVATION CONSTRUCTION STANDARDS

SECTION CS-2. TRENCH EXCAVATION CONSTRUCTION STANDARDS SECTION CS-2. TRENCH EXCAVATION CONSTRUCTION STANDARDS CS-2-01. GENERAL: Trench excavation shall conform with the City Standard Specifications. In general a trench is defined as an excavation in which

More information

DIVISION 300 TRENCHING SECTION 308 BORING AND JACKING 2.2 STEEL CASING PIPE

DIVISION 300 TRENCHING SECTION 308 BORING AND JACKING 2.2 STEEL CASING PIPE SECTION 308 BORING AND JACKING PART 2 MATERIALS 2.2 STEEL CASING PIPE E. Casing pipe length shall conform to City of Meridian Standard Drawing SW1 Casing Length Requirements. 2.4 CARRIER PIPE SKIDS A.

More information

Gateway Services Community Development District

Gateway Services Community Development District TECHNICAL SPECIFICATIONS ISSUED FOR BID Gateway Services Community Development District Lake Bank Restorations Division 01-17 Technical Specifications PREPARED BY Tyler Charles Wainright, P.E. License

More information

REVISED PER ADDENDUM No. 1 - Unit Price Bid Schedule

REVISED PER ADDENDUM No. 1 - Unit Price Bid Schedule 1. Mobilization, Insurance, Bonds, General Requirements, BMPs, Record Drawings, Testing Requirements, Utility Location, Demobilization and Site Maintenance. 1 L.S. 2. Supply and install complete 384,238

More information

SPECIFICATION : BORING AND JACKING

SPECIFICATION : BORING AND JACKING SPECIFICATION 330524: BORING AND JACKING PART 1.0 GENERAL 1.1 DESCRIPTION 1.1.1 The work of this specification includes all labor, machinery, construction equipment and appliances required to perform in

More information

The work required for this project includes, but is not limited to, the following items, not listed in order of execution.

The work required for this project includes, but is not limited to, the following items, not listed in order of execution. ESTIMATE OF QUANTITIES SPECIFICATIONS Construction Specifications: South Dakota Standard Specifications for Roads and Bridges, 2004 Edition and Required Provisions, Supplemental Specifications and/or Special

More information

DOCUMENT ADDENDA AND MODIFICATIONS

DOCUMENT ADDENDA AND MODIFICATIONS DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications

More information

ADDENDUM #1 Walker Woods Pump Station Replacement PW

ADDENDUM #1 Walker Woods Pump Station Replacement PW April 10, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Walker Woods Pump Station Replacement 18-0027PW A. The following additions, deletions, revisions, and/or amendments to the original drawings

More information

ADDENDUM 1 January 29, 2016

ADDENDUM 1 January 29, 2016 SAWS Gonzales County Saturn Well Project Solicitation Number: B-16-001-GC Job No.: 15-0130 To Respondent of Record: ADDENDUM 1 January 29, 2016 This addendum, applicable to work referenced above, is an

More information

SECTION TRENCHING & BACKFILLING

SECTION TRENCHING & BACKFILLING SECTION 02225 - TRENCHING & BACKFILLING 1.0 GENERAL 1.1 Work included in this Section includes trenching and backfilling for underground pipelines and related structures only. 1.2 Reference Specifications

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 - PART 1 GENERAL 1.01 THE REQUIREMENT A. Payment for various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing

More information

SECTION BORING AND/OR JACKING PIPE

SECTION BORING AND/OR JACKING PIPE 02910-1 of 6 SECTION 02910 BORING AND/OR JACKING PIPE 02910.01 GENERAL A. Description Boring and/or jacking pipe shall include, but not necessarily be limited to, furnishing and installing carrier pipe

More information

SECTION C10 CLEANING AND CEMENT LINING GENERAL

SECTION C10 CLEANING AND CEMENT LINING GENERAL SECTION C10 CLEANING AND CEMENT LINING GENERAL The work under this section consists of the cleaning and cement mortar lining of existing cast iron water mains in place within the limits specified on the

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

SECTION GRAVITY WASTEWATER LINES

SECTION GRAVITY WASTEWATER LINES SECTION GRAVITY WASTEWATER LINES 1. DESCRIPTION This specification shall govern all work required for furnishing, handling and installing gravity wastewater lines required to complete the project. 2. MATERIALS

More information

SECTION GRAVEL PACKED WATER WELL

SECTION GRAVEL PACKED WATER WELL SECTION 02520 GRAVEL PACKED WATER WELL PART 1 GENERAL 1.01 SECTION INCLUDES A. Gravel packed water well includes drilling, installing, cleaning, developing, testing, videoing, abandoning, and site clean

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

SECTION WASTEWATER FORCE MAINS

SECTION WASTEWATER FORCE MAINS SECTION 02732 WASTEWATER FORCE MAINS PART - GENERAL 1.01 GENERAL: A. This section includes the general requirements for design and installation of force main systems serving wastewater lift stations. B.

More information

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances 2004 Specifications CSJ 1316-01-034 & 0902-48-502 SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances 1. Description. Furnish all materials, equipment, labor and incidentals necessary

More information

UNIVERSITY OF MISSOURI Hydronic Energy Distribution 2016 Q1

UNIVERSITY OF MISSOURI Hydronic Energy Distribution 2016 Q1 GENERAL: The scope of this document is to provide instruction for the installation and testing of chilled water piping installed for the University of Missouri. DESIGN GUIDELINES: 1. Materials 1.1. Pipe

More information

F. Provide at least 2 feet of vertical separation between a water line and any utility or stormdrain crossing it.

F. Provide at least 2 feet of vertical separation between a water line and any utility or stormdrain crossing it. Section 3 F. Provide at least 2 feet of vertical separation between a water line and any utility or stormdrain crossing it. 3.8 Highway Crossings The design engineer shall, prior to the design of any highway

More information

SANBORN COUNTY

SANBORN COUNTY Sheet 1 of 12 SPECIFICATIONS ESTIMATE OF QUANTITIES BID ITEM NUMBER ITEM QUANTITY UNIT 009E0010 Mobilization Lump Sum LS 110E0500 Remove Pipe Culvert 134 Ft 110E1010 Remove Asphalt Concrete Pavement 178

More information

SECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards...

SECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards... SECTION 02210 - SITE GRADING CONTENTS: Part 1 - General... 1 1.01 Work Included... 1 1.02 Related Requirements... 1 1.03 Reference Standards... 1 1.04 Quality Assurance... 1 1.05 Measurement and Payment...

More information

Index to Technical Specifications

Index to Technical Specifications Index to Technical Specifications Item Number Subject I II EXCAVATION 1.01 Trenching and Excavation Regulations 1.02 Site Grading or General Excavation 1.03 Structural Excavation 1.04 Trench Excavation

More information

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 The original Contract Documents entitled BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT are amended

More information

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. ACKNOWLEDGEMENT BY RESPONDENT Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. This undersigned acknowledges receipt of this Addendum No. 1

More information

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. SECTION 311000 PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. B. Examine all conditions as they exist at the project prior to submitting

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

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

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

ITEM 432 TUNNEL CONSTRUCTION

ITEM 432 TUNNEL CONSTRUCTION AFTER MARCH 1, 2012 ITEM 432 TUNNEL CONSTRUCTION 432.1 Description. This Item shall govern for tunnel lines under railroads, state highways, and concrete paved streets or other obstructions indicated.

More information

SECTION FIRE HYDRANTS

SECTION FIRE HYDRANTS SECTION 21 11 10 PART 1. GENERAL 1.1 SUMMARY: A. Work consists of furnishing and installing new fire hydrants, (boot with ductile iron retainer gland, standpipe and hydrant complete) plus constructing

More information

INSTALLATION OF AIRFIELD LIGHTING UNDERGROUND ELECTRICAL DIRECTIONAL BORE DUCT

INSTALLATION OF AIRFIELD LIGHTING UNDERGROUND ELECTRICAL DIRECTIONAL BORE DUCT UNDERGROUND ELECTRICAL PART 1 GENERAL 1.1 SECTION INCLUDES: A. The work specified in this section consists of furnishing and installing underground utilities using the method of installation commonly referred

More information

STANDARD CONSTRUCTION SPECIFICATIONS TABLE OF CONTENTS SECTION TRENCHING AND BACKFILL

STANDARD CONSTRUCTION SPECIFICATIONS TABLE OF CONTENTS SECTION TRENCHING AND BACKFILL STANDARD CONSTRUCTION SPECIFICATIONS TABLE OF CONTENTS SECTION 31 23 33 TRENCHING AND BACKFILL PART 1 GENERAL... 3 1.1 Description... 3 A. Excavation for Utilities Includes... 3 B. Suitable Fill Material...

More information

DRAFT TECHNICAL SPECIFICATIONS FOR

DRAFT TECHNICAL SPECIFICATIONS FOR DRAFT TECHNICAL SPECIFICATIONS FOR DETROIT RIVER AOC STONY ISLAND HABITAT RESTORATION PROJECT THE DETROIT RIVER, WAYNE COUNTY, MICHIGAN FOR INFORMATION JANUARY, 2016 Prepared for: FRIENDS OF THE DETROIT

More information

1. All underground utilities under railroad tracks shall be encased in a larger pipe or conduit called the casing pipe.

1. All underground utilities under railroad tracks shall be encased in a larger pipe or conduit called the casing pipe. MTS Jack and Bore Design Criteria Note: For the purposes of this Design Criteria and subsequent Construction Notes, the term Jack and Bore is used generically to refer to a number of trenchless construction

More information

DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION. Section 550 Storm Drain Pipe, Pipe-Arch Culverts, and Side Drain Pipe

DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION. Section 550 Storm Drain Pipe, Pipe-Arch Culverts, and Side Drain Pipe Revised: October 25, 2007 Revised: June 11, 2010 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 550 Storm Drain Pipe, Pipe-Arch Culverts, and Side Drain Pipe Delete Section 550

More information

ITEM 481 MONOLITHIC REINFORCED CONCRETE BOX SEWERS

ITEM 481 MONOLITHIC REINFORCED CONCRETE BOX SEWERS AFTER FEBRUARY 1, 2011 ITEM 481 MONOLITHIC REINFORCED CONCRETE BOX SEWERS 481.1 Description. This specification shall govern for the construction of monolithic, reinforced concrete box sewers of the size,

More information

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM 1. GENERAL 1.01 DESCRIPTION GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM A. The Contractor shall furnish all labor, equipment and materials necessary

More information

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION RFB # 18-0197 ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION The following information was conveyed and discussed

More information

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

INSPECTION AND ACCEPTANCE FOR MAINTENANCE Inspection and Acceptance For Maintenance Page 1 (Last revised 6/29/10) INSPECTION AND ACCEPTANCE FOR MAINTENANCE SELECTED LINKS TO SECTIONS WITHIN THIS SPECIFICATION Acceptance Sewer As Built Drwg Example

More information

MATERIAL ALLOWANCES AND UNIT PRICES

MATERIAL ALLOWANCES AND UNIT PRICES PART 1 - GENERAL 1.1 SECTION INCLUDES ADDITIONS AND RENOVATIONS TO WEST YORK AREA HIGH SCHOOL - #1231 SECTION 012200 MATERIAL ALLOWANCES AND UNIT PRICES A. Measurement and payment criteria applicable to

More information

PUBLIC WORKS DEPARTMENT GENERAL NOTES

PUBLIC WORKS DEPARTMENT GENERAL NOTES PUBLIC WORKS DEPARTMENT GENERAL NOTES 1. All construction shall be in strict accordance with the standards of the City of Southlake and governed by the North Central Texas Council of Government's Standard

More information

Technical Specification Manual FINAL DRAFT

Technical Specification Manual FINAL DRAFT Technical Specification Manual FINAL DRAFT 6/25/18 TABLE OF CONTENTS DIVISION 01 GENERAL REQUIREMENTS 01 10 00 Summary 01 20 00 Price and Payment Procedures (CFPUA Capital Projects) 01 30 00 Administrative

More information

Modification: Modify the paragraph by deleting "wastewater and replace it with brine.

Modification: Modify the paragraph by deleting wastewater and replace it with brine. defective land or areas, or (ii) correct such defective Work, materials, supplies or equipment or, if the defective Work, materials, supplies or equipment has been rejected by OWNER, remove it from the

More information

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING: BID SHEET FOR CIP 17-101 CIPP LINING OF SANITARY SEWER SYSTEM Item No. 16 17 18 19 20 21 Description and Bid Unit Price Brim Style Service Line Connection Sealing System Temporary Bypass Facilities Set

More information

TECHNICAL SPECIFICATIONS PUMP STATION NO. 2 RELOCATION PROJECT IN THE CITY OF EL CENTRO

TECHNICAL SPECIFICATIONS PUMP STATION NO. 2 RELOCATION PROJECT IN THE CITY OF EL CENTRO TECHNICAL SPECIFICATIONS PUMP STATION NO. 2 RELOCATION PROJECT IN THE CITY OF EL CENTRO TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS SECTION 01025 SECTION 01050 SECTION 01060 SECTION 01200

More information

SECTION IRRIGATION WATER WELL

SECTION IRRIGATION WATER WELL PART 1 GENERAL 1.1 SECTION INCLUDES SECTION 33 21 16 IRRIGATION WATER WELL A. The work shall consist of furnishing all labor, material, equipment, and services necessary for the drilling of irrigation

More information

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ADDENDUM NO. 1 ITB-U-11-05 CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ISSUE DATE: February 14, 2011 BID DATE: TO: SUBJECT: INTENT: March 1, 2011 @ 2:00 P.M. All Prospective Bidders and Others

More information

... Water, Our Most Precious Resource... KaWai A Kline...

... Water, Our Most Precious Resource... KaWai A Kline... DEPARTMENT OF WATER SUPPLY COUNTY OF HAWAI"I 345 KEKOANAO ' A STREET, SUITE 20 HILO, HAWAI"I 96720 TELEPHONE (808) 961-BOSO FAX (BOB) 961-8657 DEPARTMENT OF WATER SUPPLY COUNTY OF HAWAI'I HILO, HA WAI'I

More information

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

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

SECTION 807 PUMP STATION REHABILITATION

SECTION 807 PUMP STATION REHABILITATION SECTION 807 PUMP STATION REHABILITATION 807-1 DESCRIPTION: Rehabilitation of pump stations shall be defined as the cleaning, removal, repair and/or replacement of any and/or all components including but

More information

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS

More information

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project 00900 ADDENDUM #1 Issued to: All Document Holders of Record Date: February 16, 2016 Project: Bayfield Waterline Replacement Project This Addendum forms a part of the Contract described above. The original

More information

SECTION WATER DISTRIBUTION SYSTEM

SECTION WATER DISTRIBUTION SYSTEM Conditions of Use/ Responsibility of Data Montgomery County Public Schools Facilities Guide DIVISION 2 - SITE WORK These guideline specifications are to be used by the A/E as a base document in the development

More information

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6 SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO. 18-4501 SOLICITATION NO. CO-00198 ADDENDUM 6 (September 10, 2018) To Respondent of Record: This addendum, applicable to work referenced

More information

City of Naples, FL. Reclaimed Water Distribution System: Option T-7 TABLE OF CONTENTS SUPPLEMENTAL TECHNICAL SPECIFICATIONS WESTON & SAMPSON

City of Naples, FL. Reclaimed Water Distribution System: Option T-7 TABLE OF CONTENTS SUPPLEMENTAL TECHNICAL SPECIFICATIONS WESTON & SAMPSON Page 2 of 301 City of Naples, FL Reclaimed Water Distribution System: Option T-7 TABLE OF CONTENTS SUPPLEMENTAL TECHNICAL SPECIFICATIONS WESTON & SAMPSON These specifications supplement those specifications

More information

DOCUMENT ADDENDUM No. 2

DOCUMENT ADDENDUM No. 2 DOCUMENT ADDENDUM No. 2 PART 1 GENERAL 1.1 DOCUMENT INCLUDES A. Clarifications 1.2 CONSTRUCTION CONTRACT A. The Construction Contract is known as SU095 9 th Street and SU096 Downs Drive Storm Drain Projects.

More information

Pay Item Manual for Water and Sewer Construction

Pay Item Manual for Water and Sewer Construction Water and Sewer Construction Prepared by: Water Resources Engineering Division 408 North Adams Street Tallahassee, Florida 32301 October 2018 SECTION 1 LIST OF ABBREVIATIONS The following abbreviations

More information

SUBSURFACE ROTARY DRILLING INVESTIGATION SPECIFICATIONS

SUBSURFACE ROTARY DRILLING INVESTIGATION SPECIFICATIONS I. SCOPE OF WORK SUBSURFACE ROTARY DRILLING INVESTIGATION SPECIFICATIONS The Department of Environmental Protection, Bureau of Abandoned Mine Reclamation requires a contractor to conduct subsurface rotary

More information

ITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES

ITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES AFTER MARCH 1, 2012 ITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES 430.1 Description. This item shall govern for all excavation required for the construction of sewers, sewer structures, pipe culverts,

More information

DETAILED DESIGN SPECIFICATIONS ISSUED FOR BID

DETAILED DESIGN SPECIFICATIONS ISSUED FOR BID DETAILED DESIGN SPECIFICATIONS ISSUED FOR BID Wellhead Assembly and Raw Water Main JEA Project No. 8003508 JEA AUGUST 2017 DIVISION 01 GENERAL REQUIREMENTS TABLE OF CONTENTS 01010 Summary of Work 01025

More information

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES CITY OF SANTA MONICA Department of Public Works Civil Engineering Division 1685 Main, Room 116 Santa Monica, CA 90401 Tel: (310) 458-2240 or (310) 458-8737 EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL

More information

BID FORM. (Firm) FOR CONSTRUCTION OF

BID FORM. (Firm) FOR CONSTRUCTION OF BID FORM BY Rancho California Water District 42135 Winchester Road Post Office Box 9017 Temecula, CA 92589-9017 (Firm) FOR VIA VISTA GRANDE [PROJECT 20161], AVOCADO MESA [PROJECT 20162], AND CARANCHO WEST

More information

CITY OF PANAMA CITY BEACH Utilities Administration & Engineering Offices 116 South Arnold Road Panama City Beach, FL 32413

CITY OF PANAMA CITY BEACH Utilities Administration & Engineering Offices 116 South Arnold Road Panama City Beach, FL 32413 Page: 1 of 5 CITY OF PANAMA CITY BEACH Utilities Administration & Engineering Offices 116 South Arnold Road Panama City Beach, FL 32413 COMMERCIAL/RESIDENTIAL UTILITY PLAN COMPLETENESS CHECK LIST Updated

More information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More information

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL Page 312 VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS-12-01 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the IL ROUTE

More information