NOTICE OF ADDENDUM #1 - March 22, 2013

Size: px
Start display at page:

Download "NOTICE OF ADDENDUM #1 - March 22, 2013"

Transcription

1 NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE CONTRACT #8 Please note there have been some changes made throughout the Contract Document and Form of Tender. Please pull and replace with the attached package. SECTION REMOVED/ ADDED/ REVISED Section 1 Form of Tender FT-3 Remove Step Joint from the title in Item A-10 FT-4 Add allowance to units in Item A-13 FT-5A Page added between FT-5 and FT-6. Item A-33-Temporary Pavement Markings and Item A- 34 Permanent Pavement Markings added. FT-8 FT-14 Add item B-14 -Supply and Install 200mm dia. Sanitary to east and west side SP added to Spec. No. reference to E-7. Reference to trench backfill made in supply, place and compact of Granular C. Section 2- Information For Tenderers Table of Contents Page reference numbering changes made. Section 3 Special Provisions Full SP Section Table of Contents SP-14 Due to addition of items and font change, page numbering through the SP s has occurred. Pull and replace full SP section. Item 20 Granular C for Trench Backfill added under Tender Items section. Added number Granular C for Trench Backfill (Item #A-11(c) and #E-7) Electronic Form of Tender FT-3 Remove Step Joint from the title in Item A-10 FT-4 Add allowance to units in Item A-13 FT-5A Page added between FT-5 and FT-6. Item A-33-Temporary Pavement Markings and Item A- 34 Permanent Pavement Markings added. FT-8 FT-14 Add item B-14 -Supply and Install 200mm dia. Sanitary to east and west side SP added to Spec. No. reference to E-7. Reference to trench backfill made in supply, place and compact of Granular C. Page of 2

2 NOT CE OF ADDENDUM #1 -March London CANADA MANITOULIN DRIVE - CONTRACT #8 Geotechnical Addition of Pre-Tender Test Pits Report from EXP Services lnc. Questions and Responses 1. Are 5 degree bends allowed in the City of London for watermains? Answer: 5 degree PVC (gasketed bell end) fitting are approved for use in the City. They are recommended for use to avoid excessive joint deflection. Please note that 5 degree sweeps are not approved for use on watermain. 2. What is the existing sanitary and storm sewer pipe materials? Answer: Existing sanitary and storm sewer pipe material is concrete. Page-2-of2

3 CONTRACT #8 MANITOULIN DRIVE WATERMAIN REPLACEMENT SCHEDULE OF ITEMS AND PRICES FORM OF TENDER PROJECT #EW , ES , TS TENDER # T13-25 PART A REMOVALS AND ROADWORKS Item No. Spec. No. Description Unit Estimated Quantity Unit Price Total Price A A A A A A A Remove existing asphalt road surface (up to 200mm depth) Remove existing asphalt driveways, including excavation (up to 200mm depth) Remove existing concrete driveways and private walks including excavation (up to 200mm depth) Remove existing concrete sidewalks including excavation (up to 200mm depth) Remove existing paving stones, salvage and store for reinstallation, including excavation Remove existing concrete curbs (all types) Remove existing catch basins, including leads and grouting. m² 12,000 m² 2,000 m² 200 m² 600 m² 300 m 2700 ea. 35 A A Saw cut asphalt roads and driveways m. 500 Saw cut concrete (up to 200mm depth) m. 150 A SP Remove asphalt by milling (2014) a) Step joints (depth = 50mm min) b) Side Streets and intersections m² m² A /SP Earth Excavation a) Excavate and dispose normally b) Excavate and reuse on site as Granular B c) Excavate and reuse on site as Granular C d) Excavate and dump as cover e) Excavate and dump as waste m³ m³ m³ m³ m³ A Earth Excavation Below Subgrade (including Granular C for backfill) t. 2,200 City of London 2013 Edition Addendum#1 March 22, 2013 FT -3

4 CONTRACT #8 MANITOULIN DRIVE WATERMAIN REPLACEMENT SCHEDULE OF ITEMS AND PRICES FORM OF TENDER PROJECT #EW , ES , TS TENDER # T13-25 PART A REMOVALS AND ROADWORKS Item No. Spec. No. Description Unit Estimated Quantity Unit Price Total Price A SP A SW A SW A /SP A /SP Excavation of Contaminated Material below subgrade including trenches (Provisional) Supply and Place Granular A (depth 150mm) (road and driveways) Supply and Place Granular B (depth 300mm) Supply and Place Hot Mix HL 8 (including asphalt ramps) depth 50mm min. Supply and place Hot Mix HL 3 in 2014 (depth 50mm min.) allowance 1 $5, $5, t t. 9,500 t. 1,650 t. 1,700 A /SP Restore Driveways to match existing: a) Asphalt (75mm min.) b) Concrete (150mm min.) c) Paving stones / brick (including edging) m² m² m² 2, A Supply and Place Concrete Curbs: a) O.P.S.D b) O.P.S.D (driveways) m. m. 2, A Concrete curb setbacks: a) 2013 b) 2014 ea. ea A Sidewalks and ramps including excavation, granular and grading: a) 100mm sidewalk b) 100mm private sidewalk c) 150mm sidewalk d) Paving stone m² m² m² m² A SW Supply and install Catchbasins (complete with frame and grate) a) 600 x 600 single CB b) 600 x 840 Curb inlet CB ea ea 31 6 City of London 2013 Edition Addendum#1 March 22, 2013 FT -4

5 CONTRACT #8 MANITOULIN DRIVE WATERMAIN REPLACEMENT SCHEDULE OF ITEMS AND PRICES FORM OF TENDER PROJECT #EW , ES , TS TENDER # T13-25 PART A REMOVALS AND ROADWORKS (continued) Item No. Spec. No. Description Unit Estimated Quantity Unit Price Total Price A Temporary Pavement Markings a) Yellow (Solid 10cm) b) Pedestrian Crossing (Solid White 10cm) c) Stop Bars (Solid White 40cm) m m m A Permanent Pavement Markings a) Yellow (Solid 10cam) b) Pedestrian Crossing (Solid White 10cm) c) Stop Bars (Solid White 40cm) m m m TOTAL PART A City of London 2013 Edition Addendum#1 March 22, 2013 FT -5A

6 CONTRACT #8 MANITOULIN DRIVE WATERMAIN REPLACEMENT SCHEDULE OF ITEMS AND PRICES FORM OF TENDER PROJECT #EW , ES , TS TENDER # T13-25 PART B - SANITARY SEWERS AND APPURTENANCES Item No. Spec. No. Description Unit Estimated Quantity B Supply and install 200mm dia. sanitary to m 5 SW connect to the west side of SAMH #1, including all connections, dewatering, pipes, maintenance of flows, backfilling to subgrade and compaction. Unit Price Total Price B SW B SW Supply and install 200mm dia. sanitary to connect to the east side of SAMH #3, including all connections, dewatering, pipes, maintenance of flows, backfilling to subgrade and compaction. Supply and install 200mm dia. sanitary to connect to the north side of SAMH #2, including all connections, dewatering, pipes, maintenance of flows, backfilling and backfilling to subgrade and compaction m 5 m 5 B SW SP Sanitary Sewer Repairs a) Sta b) Sta m m 10 9 c) Sta m 10 d) Sta m 12 B SW B SW Cleaning and Flushing all new sections of sanitary sewers Video Inspection all new section of sanitary sewers LS 1 LS 1 B Remove existing sanitary sewer maintenance holes. a) Cast in place ea 4 B SW Supply and install 200mm dia. sanitary to connect to the east and west side of SAMH #4, including all connections, dewatering, pipes, maintenance of flows, backfilling to subgrade and compaction. m 8 TOTAL - PART B City of London 2013 Edition FT -8

7 CONTRACT #8 MANITOULIN DRIVE WATERMAIN REPLACEMENT SCHEDULE OF ITEMS AND PRICES FORM OF TENDER PROJECT #EW , ES , TS TENDER # T13-25 PART E - MISCELLANEOUS Item No. Spec. No. Description Unit Estimated Quantity Unit Price Total Price E-1 SP Mobilization and Demobilization LS 1 E-2 GS Engineers Field Office LS 1 E-3 GC SP Traffic Control signage and maintenance (including detour signage, construction signage, barricades as per Traffic Management Plan) a) Phase #1 Construction b) Phase #2 Construction LS LS 1 1 E-4 SP Remove, store and reinstate existing road signs LS 1 E Supply and install dust suppressants and water for compaction, as directed by the Contract Administrator. a) Water m³ 600 b) Calcium Chloride t. 20 E TPP Cut and Clear Trees a) Less than 100mm dia. b) 101mm dia. to 200mm dia. c) 201mm dia. to 400mm dia. d) Greater than 401mm dia. e) Hedges ea ea ea ea m E SW SP E SW E SW Supply, place and compact Granular C for trench backfill (Provisional) Supply and place geotextile around sewer and bedding (Provisional) Supply and install insulation (50mm thick x 1.22m wide) (Provisional) t. 3,000 m 180 m 200 E-10 SW Supply and place Type 2 bedding (19mm clear stone) in lieu of Type 1 bedding (Provisional) t. 300 City of London 2013 Edition Addendum#1 March 22, 2013 FT -14

8 INFORMATION FOR TENDERERS TABLE OF CONTENTS TITLE PAGE 1. General.. IT-1 2. Contract Administrator.. IT-1 3. Tenderers May Obtain Interpretation Of Tender Documents. IT-2 4. Prices Submitted IT-2 5. Allowance For Certain Items IT-2 6. Insurance IT-2 7. Declaration- Workers' Compensation/Corporation Tax Act (WD-1) IT-3 8. Workplace Safety And Insurance Board IT-3 9. Requirements At Time Of Tendering.. IT Tender Open For Acceptance.. IT Notification Of Contract Award. IT Informal Or Unbalanced Tenders IT Requirements At Time Of Execution.. IT Withdrawal Of Tenders. IT Ability And Experience Of New Tenderers IT Access to Information IT Code of Conduct IT Exclusion Of Tenderers In Litigation... IT Exclusion Of Tenderers Due To Poor Performance. IT Single Tender. IT Bid Deposit With Tender... IT Bonds... IT Pre-Construction Requirements.. IT Sub-Surface Soil Investigations.. IT Soils Report. IT Harmonized Sales Tax.. IT Contract Documents.. IT-8 City of London 2013 Edition Addendum#1 March 22, 2013 November 12, 2012

9 Section 3 PROJECT NAME: CONTRACT #8 MANITOULIN DRIVE PROJECT # EW / ES , TS City of London 2013 Edition Addendum#1 March 22, 2013 November 12, 2012

10 TITLE Page Items Related to Tender Items 1. Earth Excavation (Item #A- 11) SP-1 2. Excavation of Contaminated Material Below Subgrade Including Trenches (Provisional) (Item #A-13 ) SP-2 3. Hot Mix Asphalt (Item #A-16, A-17, A-18) SP-2 4. Temporary Asphalt Catchbasin Setbacks (Item #A-30) SP-2 5. Adjust Catchbasins to Finish Asphalt Grade in 2013 (Item #A-31) SP-2 6. Supply and Install Sanitary and Storm PDC s (Item #B-3, B-4, C-1) SP-2 7. Supply and Install PDC s and Water Services by Trenchless Methods (Item #B-6, D-8, D-9) SP-3 8. Storm Sewer Repairs (Item #B-10, C-2) SP-3 9. Watermain (Item #D-1) SP Swabbing, Chlorination, Flushing, Dechlorination (Item # D-11) SP Supply and Install Temporary Watermain (Item # D-12) SP Mobilization and Demobilization (Item # E-1) SP-6 13 Traffic Control Signage and Maintenance (Item #E-3) SP-6 14 Remove and Reinstate Existing Road Signs (Item #E-4 ) SP Supply and Install Blow Off on Existing Capped Watermain (Item #E-11) SP Remove and Replace Fences at New Grade (all types) (Item #E-12) SP Tree Protection (Item #E-13) SP PDC Video Inspection (Item #E-14) SP Remove Asphalt by Milling (Item #A-10) SP Granular C for Trench Backfill (Item # #A-11(c) and #E-7 SP-14 Item Related to Non Tender Items 1. Construction Schedule and Completion Date SP Co-ordination with Utilities and Services SP Dust and Mud Control SP Road and Driveway Access SP Warranty SP Liquidated Damages SP-17 City of London 2013 Edition Addendum#1 March 22, 2013 November 12, 2012

11 RELATING TO TENDER ITEMS 1. Earth Excavation Roadway Material (Item # A-11) This specification covers all excavated material from within the horizontal and vertical limits of the new roadway from edge of pavement to edge of pavement and above proposed subgrade. All excavated material shall be removed from the above described working area and properly transported and re-used of disposed off-site in accordance with all applicable legislation at the Contractor s sole expense. The Contract Administrator will have full discretion to determine which item(s) (a, b, c, d and/or e) excavation will be paid under. All additional testing required by the receiving end to clear their conditions shall be borne completely by the Contractor. Under no circumstances shall the Contractor claim additional payment from the Owner related to the removal and disposal of unsuitable material beyond what has been allowed under the items of the Contract. The Contractor may have random samples taken by a qualified person(s) from similar locations sent to a third party laboratory for analysis to verify the results. This shall be a no cost to the Owner. The quantity of unsuitable material in the Contract is an estimate only and is for the purpose of indicating to the bidders the general and possible magnitude of the Work for the comparison of tenders received. The Contract does not warrant that any or all of the quantities of material exist for disposal off site. Bidders are to prepare their tender with the aforementioned in mind when pricing Item A- 11(a), (b), (c), (d) and (e). Excess material shall be managed in accordance with OPSS180. Description: a) Excavate and dispose normally material passes Table 1 and does not meet specification for reuse as granular material onsite. b) Excavate and reuse on site as Granular B material meets specification form use a Granular B. This item shall include excavation, hauling and handling, placing, shaping and compacting of reused material. No payment for this item will be made under Item A-15, Granular B for this material. c) Excavate and reuse on site as Granular C material meets specifications for reuse as Granular C. This item shall include excavation, hauling and handling of reused material. Placing, shaping and compacting of reused material are paid for under sewer or watermain items for this material. d) Excavate and Dump as Cover material does not pass Table 1 and does not meet specification for reuse on site. Material shall be taken to landfill for use as cover. Additional tests may be required by the receiving end and shall be paid in full by the Contractor under this item. The Contractor shall provide test results and receiving documents to the Contract Administrator. e) Excavate and Dump as Waste material does not pass Table 1 and does not meet specification for use onsite. Material shall be taken to landfill as waste. Additional tests may be required by the receiving end and shall be paid fully by the Contractor under this item. The Contractor shall provide test results and receiving documents to the Contract Administrator. City of London 2013 Edition Addendum#1 March 22, 2013 SP- 1

12 RELATING TO TENDER ITEMS 2. Excavation of Contaminated Material Below Subgrade (Provisional) (Item # A-13) This item will be used for any excavated contaminated material taken from below subgrade, as well as, all trenches for sewers, watermain and utilities. This item will be used for any excavated contaminated material not contained within Item A-11, but originates from the project and is required to be taken to a landfill. Under this item the Contractor will be paid the incremental cost increase to dispose of the material at a landfill. A receipt or invoice from the landfill must be provided to the Contract Administrator including the weigh ticket and tipping fees. 3. Hot Mix Asphalt (Item # A-16, A-17 and A-18) Reclaimed Asphalt Pavement Proportions: MSM hot mix asphalt is not permitted for this contract. Shingles will not be allowed in the Job Mix Formula. The Contractor must submit batch records of their JMF within 24 hours when requested by the Contract Administrator. 4. Temporary Asphalt Catchbasin Setbacks (Item # A-30) The work under this item will consist of the supply and installation of temporary asphalt curbs and gutters in 2013 and the removal of the temporary asphalt curb and gutter setbacks in Asphalt curb setbacks shall match the dimensions of the new concrete curb and gutter on either side. The length of the temporary asphalt curb setback is approximately 1.5m. This will allow for approximately 400mm on either side of the new catchbasin. The catchbasin will be set to top of the base asphalt and in 2014 the catchbasins will be adjusted to finish grade prior to the replacement of top asphalt. The adjustment to finish asphalt grade in 2014 and the installation of a new concrete curb setback will be paid under the appropriate items in the form of tender. 5. Adjust Catchbasins to Finished Asphalt Grades in 2014(Item # A-31) The work under this item will require the Contractor to provide all the necessary labour, equipment and material to adjust the catchbasin to the finish surface asphalt grade in The concrete curb setback will be paid under the Concrete Curb Setback Item #A Supply and Install Sanitary and Storm PDC s (Item #B-3, B-4 and C-1) Under this item the Contractor shall supply all labour, material and equipment necessary to install private drain connections from the existing sewer main or from a newly installed sewer main to the existing private drain connection as directed by the Contract Administrator, including dewatering, utility support and protection, excavation, pipe, tees, sweeps, bedding, backfill and compaction. The Contractor shall place and compact backfill material with extreme care where PDC s crosses under existing utilities. The Contractor shall be entirely responsible for any damage to the utilities and the existing private drain connection during the maintenance period, occurring as a result of the Contractors operations. City of London 2013 Edition Addendum#1 March 22, 2013 SP- 2

13 RELATING TO TENDER ITEMS Existing PDC locations have been shown on the drawing from previous video records and / or existing as built drawings. The PDC s located on the drawings are representative only of the records and may not be exactly in the locations shown on the drawings. The unit price for these items shall include all temporary and permanent support, protection and or reinstatement of any utility necessary for the construction of the PDC s. In areas where there is an existing storm pdc connected to the sanitary sewer, The Contractor is to disconnect the storm pdc s and reconnect to the storm sewer. 7. Supply and Install PDC s, Water Service and Watermain by Trenchless Methods (Item # B-6, D-8 and D-9) Where installation of PDC s, water services and watermain by open cut methods will adversely affect the existing condition of tree roots, the Contractor will install new PDC s water service and watermain by directional drilling, pipe bursting, rocketing or equivalent method approved by the Contract Administrator. The unit price bid form this item will include trenchless method, boring and receiving pits, dewatering, bedding, connections, restraints, tracers wires, anodes, cathodic protection, supply and installation including connection of the new PDC, water service and watermain. The pit shall be excavated so as to minimize disturbance to the existing works. Sod and asphalt / concrete restoration shall be paid under the appropriate Form of Tender items. Specific details of the trenchless methods and requirements and type of service material will be submitted by the Contractor to the Contract Administrator for approval at least 2 weeks prior to undertaking the work. 8. Sanitary and Storm Sewer Repairs (Item # B-10 and C-2) Under this item the Contractor shall supply all labour, equipment and material necessary to complete the sanitary and storm sewer repairs including the maintenance of existing flows, excavation, pipe material, bedding, supply and use of trench box where deemed necessary, shoring, tees, backfilling, dewatering and compaction, removal of existing sewers off site, connections to existing sewers / maintenance holes, protection and support of all utilities. 9. Supply and Install PVC DR18 CL 150 Watermain (Item #D-1) The contractor will be responsible for informing the residential properties at least twenty four (24) hours and I.C.I (Institutional, Commercial and Industrial) properties at least five (5) days prior to any disruption or shutdowns. The shutdowns affecting customers and affected businesses may require working after regular hours to the operation(s). 10. Swabbing, Chlorination, Flushing, Dechlorination and Pressure Testing (Item #D-11) As part of the work under the above item, the Contractor shall undertake all flushing, swabbing, chlorination, Dechlorination, testing and disinfection of the buried portions of the new watermain in accordance with the City of London Supplemental Standards for Sewer and Water. City of London 2013 Edition Addendum#1 March 22, 2013 SP- 3

14 RELATING TO TENDER ITEMS Submission and Design Requirements The Contractor shall coordinate all activities with regards to this item with the City of London Water Operations and shall provide them with a written swabbing, testing, chlorination and disinfecting program for review and approval at least 2 weeks in advance of undertaking the work. Construction The Contractor shall ensure that all flushed water is safely conveyed to the storm sewer without causing any erosion or flooding or environmental concerns. Upon completion of installation and testing of watermain, thoroughly flush out each section to remove completely from the system unwanted matter. Carry out the flushing under the supervision of the Contract Administrator in a sequence and in accordance with procedures set out in writing and approved by the City of London Water Operations. Basis of Payment Payment at the lump sum contract price for above tender item shall be full compensation for all labour, equipment and material required to complete the work. 11. Supply and Install Temporary Watermain (Item #D-12) The temporary watermain bypass will be split into two (2) phases on Manitoulin Drive and cannot be completed at the same time. Phase #1 will be from Tweedsmuir Avenue (west leg) to east side of Strathcona Drive. Phase #2 will be from the east side of Strathcona Drive to Tweedsmuir Avenue (east leg). The price bid for each phase shall be full payment for the supply of all labour, materials and equipment necessary for the installation of the temporary watermain, temporary valves, check valves at all connections to the existing distribution system, supply connections, chlorination, temporary fire hydrants and connections, temporary fire protection, connections to the existing system, internal or external house connections, protection of the watermain and services from damage and the removal of the by-pass line and services upon completion of the new watermain in each phase. The temporary by-pass watermain for each phase must be swabbed, flushed and disinfected including bacteriological testing to the satisfaction of the City of London Water Operations representative and the Contract Administrator in accordance with the current City of London Standards. All temporary service connection material shall conform the NSF 61 standard. All hoses used for individual property connections shall be a minimum of 20mm diameter, designed for a working pressure of 860kpa and shall be free from defects. City of London 2013 Edition Addendum#1 March 22, 2013 SP- 4

15 RELATING TO TENDER ITEMS The pipe, hose and all other material which are furnished by the Contractor for use in conjunction with the temporary bypass and temporary connections to property services and branches shall be approved by the City Engineer, and shall be fully adequate to withstand the pressures and all other conditions of use and shall be of material which does not impact any taste or odor to the water in accordance with NSF 61 Standard. The pipe and fittings shall provide adequate water tightness and care shall be exercised throughout installation of any temporary pipe and service fittings to avoid any possible pollution of any main or property services or contamination of the temporary service pipe. Each home shall its own temporary water service connection to the bypass watermain and a connection to the private plumbing via a wye at an outside tap. The branching of wyes from a single spigot shall not be permitted; nor will connecting homes in series. It shall be the responsibility of the Contractor to ensure an adequate water supply at all times. All by-pass connections, in each phase, to the existing watermain must include a backflow preventer, which will be supplied by the City. Only City staff shall operate existing valves for supplying the by-pass system. Taps, in each phase, for direct connections to the existing watermain are to be removed following completion of the work in each phase. Protection of the Public The Contractor at his own expense shall be required to mound over the bypass watermain with asphalt or other acceptable material wherever it crosses a driveway or sidewalk in order to prevent injury to pedestrian traffic or damage to vehicular traffic. Any and all lights or barricades as may be required shall be supplied and maintained by the Contractor. In general, the temporary bypass service pipe shall be laid in the least obtrusive and least liable location to be damaged. Building paper or such materials approved by the Contract Administrator shall be placed prior to mounding of asphalt. Burying Bypass Watermain At all street crossings and driveways, as designated by the Contract Administrator, the Contractor shall cut and remove asphalt and gravel across the street to permit burying the bypass watermain where applicable and shall replace with asphalt when the pipe is removed. Connecting to Hydrants All temporary bypass watermain attachments to fire hydrants shall be made with the approved back-flow prevention device and shall be made in such a manner that if necessary they can be easily removed so that the hydrant can be used for firefighting purposes. The existing watermain shall not be removed from service until the installed by-pass line and services have been approved by the City of London Water Operations and the Contract Administrator. City of London 2013 Edition Addendum#1 March 22, 2013 SP- 5

16 RELATING TO TENDER ITEMS. 12. Mobilization and Demobilization (Item #E-1) Payment for this item will be made on the basis of the percentage of the overall value of work completed in accordance with the latest monthly payment. 13. Traffic Control Signage and Maintenance (Item #E-3) The supply of all labour, material and equipment required to control traffic and to help ensure the safety of the worker, motorist and pedestrians including the submission of Traffic Control Plans. This item will include all detour signage, barricades, fencing and flagmen within and beyond the limits of work is the responsibility of the Contractor. This also includes the removal of all signing required for Traffic Control. Two lanes of traffic and driveway access must be maintained at all times for the duration of the contract at the Contractors expense. The Contractor shall submit for review plans showing the proposed traffic control methods for the duration of both phases of construction on Manitoulin Drive, including both tie in on Tweedsmuir Avenue and all side streets. The plans shall be submitted to the Transportation Division for review at least two (2) weeks in advance of construction commencement. In order to minimize the inconvenience to neighboring schools, LTC and the residents, the construction of Manitoulin Drive will be divided in to two (2) phases as follows: - Phase #1 : Tweedsmuir Avenue (west leg) to east side of Strathcona Drive (including work on Strathcona Drive) - Phase #2 : East side of Strathcona Drive to Tweedsmuir Avenue (east leg) It is the Contractors responsibility to maintain the road in both phases when the asphalt has been removed so that access can be provided and maintained from both ends of Phase #1 and Phase #2 on Manitoulin Drive, as well as, from all side streets for local traffic, emergency vehicles, school buses and LTC. No additional payment will be made for the supply, placement and grading of existing or additional material to maintain the road due to rain and to provide temporary ramps for driveway and side street accesses. At the end of each and every day the road shall be opened fully, the work shall be backfilled, signed and suitable protections to ensure vehicular and pedestrian safety. Advisory signs must be erected two (2) weeks prior to the start of operation indicating dates and duration of work. Payment for this item will be made on the basis of the percentage of the overall value of work completed in accordance with the latest monthly payment. City of London 2013 Edition Addendum#1 March 22, 2013 SP- 6

17 RELATING TO TENDER ITEMS 14. Remove, Store and Reinstate Existing Road Signs (Item #E-4) Prior to commencement of construction, the Contractor must record the location and type of each sign within the limits of the construction. The Contractor is responsible for removal, storage and reinstallation of all signs within the construction zone including the cost of replacing missing signs as a result of construction or theft. The signs must be reinstalled conforming to the Ontario Traffic Manual, Highway Traffic Act, City Of London s Traffic and Parking By-Law and City of London Standards. Temporarily relocated existing signs shall be kept at the same height, offset and basic location from traffic as before removal. All new or replacement signs required as part of the works will conform to requirements for the appropriate sign type (post type, material, reflectivity, etc.) as detailed on drawings to -19.4, inclusive City of London 2013 Edition Addendum#1 March 22, 2013 SP- 7

18 RELATING TO TENDER ITEMS City of London 2013 Edition Addendum#1 March 22, 2013 SP- 8

19 RELATING TO TENDER ITEMS City of London 2013 Edition Addendum#1 March 22, 2013 SP- 9

20 RELATING TO TENDER ITEMS City of London 2013 Edition Addendum#1 March 22, 2013 SP- 10

21 RELATING TO TENDER ITEMS City of London 2013 Edition Addendum#1 March 22, 2013 SP- 11

22 RELATING TO TENDER ITEMS City of London 2013 Edition Addendum#1 March 22, 2013 SP- 12

23 RELATING TO TENDER ITEMS 15. Supply and Install Blow Offs on Existing Caped Watermain (Item #E-11) The installation of some fire hydrants or other utilities may require the cutting and capping of the existing watermain to allow construction of the utility. The Contractor shall supply and install a blow off on the existing watermain at each capped location until such time that the existing watermain is abandoned. The blow offs shall be removed once the existing watermain is abandoned. Payment shall be the unit price bid for each blow off installed and shall include all the labour, equipment and material required to supply, installation, maintain and removal of the blow offs. 16. Remove and Replace Fencing at New Grade (Item #E-12) The work shall consist of the removal of a portion of the fencing and post at various locations as necessary in order to complete the work. Following construction the removed fence shall be replaced at or near the same location as indicated by the Contract Administrator. Measurement shall be in linear meters of fencing removed and replaced. Payment shall be at the unit price bid in the Form of Tender and shall include all labour, equipment and material required to remove and replace the fence. No additional cost shall be paid to the Contractor to replace fences damaged as a result of construction activities. 17. PDC Video Inspection (Item #E-13) The contractor will be responsible for supplying all labour, equipment and material necessary to complete pre-video and post-video inspections of private drain connections that are to be replaced using a trenchless procedure as directed by the Contract Administrator. The measurement for payment shall be unit price bid for each pre-video and post-video inspection of a private drain connection that will be replaced by a trenchless method. 18. Tree Protection (Item #E-14) Section Measurement for Payment Subsection Actual Measurement Subsection Barrier for Tree Protection had been amended as follows: Payment for Tree Protection is at a Lump Sum price bid in the Form of Tender and will be paid out according to the percentages in the O.P.S.S City of London 2013 Edition Addendum#1 March 22, 2013 SP- 13

24 RELATING TO TENDER ITEMS 19. Remove Asphalt by Milling (Item #A-10) Asphalt ramps on side streets (Breton Park Crescent, Algonquin Crescent, Strathcona Drive, Montebello Drive and Fairmont Avenue) shall be removed by milling in 2014 to provide a step joint prior to surface asphalt being placed. The base asphalt at the intersections of Tweedsmuir Avenue and Manitoulin Drive (both legs) will be place so that the base asphalt matches the existing surface asphalt in Prior to surface asphalt being placed in 2014, the intersections of Tweedsmuir Avenue and Manitoulin Drive (both legs) shall be milled to a minimum depth of 50mm to provide for surface asphalt (minimum depth 50mm) 20. Granular C for Trench Backfill (Item #A-11(c) and #E-7) All sewer/ watermain trenches are to be backfilled and compacted with suitable native material from the road, trench or imported Granular C as directed by the Contract Administrator and compacted to the required density. For the unit prices bid for these items, the Contractor shall provide all labour, equipment and material required to replace the pipe trench backfill material with imported or reused Granular C or native backfill material, as per OPSS. The unit price shall include the off-site disposal at a Contractor supplied disposal site, of the native backfill trench material that the Granular C fill replaced. Payment shall be made for each cubic meter (m 3 ) or tonne of imported Granular C trench backfill placed if directed by the Contract Administrator. Weigh tickets are to be provided to the Contract Administrator for payment. City of London 2013 Edition Addendum#1 March 22, 2013 SP- 14

25 RELATING TO NON-TENDER ITEMS 1. Construction Schedule and End Completion Date The Contractor shall prepare and submit for approval Five (5) days prior to the preconstruction meeting, three (3) copies of the proposed Construction Schedule. The schedule shall show clearly on a weekly basis the staging of each element of the project and proposed progress. The schedule shall identify the proposed work program for each of the following: Traffic Control Plans for each Phase Staging for each Phase Watermain and service installation for each Phase Sanitary sewer and service installation for each Phase Asphalt and Final Restoration for each Phase The construction on Manitoulin Drive will be divided into Two (2) Phases as follows: - Phase #1: Tweedsmuir Avenue (west leg) to East side of Strathcona Drive - Phase #2: East side of Strathcona Drive to Tweedsmuir Avenue (east leg) A start date of Tuesday, May 21, 2013 has been tentatively set for the start of construction. Phase #1 must be completed no later than July 12, At no time during the construction of Phase #1 will the Contractor be permitted to start construction on Phase #2 until all underground work is completed on Phase #1 and restoration complete to full width Granular A including the placement of curbs and gutters. Once Construction begins on Phase #2 the Contractor has Two (2) weeks to complete base asphalt, sidewalks, driveway restoration, topsoil and sod on Phase #1. Phase #2 must be completed no later than September 20, 2013, including base asphalt, driveway and sidewalk restoration, topsoil and sod. This is an end date completion contract and rain days will not be counted. Any work taking place after the end date completion of September 20, 2013 will be subject to liquidated damages. Any additional costs incurred for cold weather work, such as the placement of asphalt or concrete, will be at the expense of the Contractor. City of London 2013 Edition Addendum#1 March 22, 2013 SP- 15

26 RELATING TO NON-TENDER ITEMS 2. Co-ordination With Utilities and Services Existing utilities within the construction limits will remain as approximately shown on the contract drawings. The Contractor will be required to protect and support all utilities under crossings and utility poles that are affected by the installation of sewers, watermain and appurtenances. Supporting and protecting existing utilities will be considered incidental to the installation of sewers, watermain and appurtenances and associate services and therefore the City shall make no additional payments. The Contractor is to arrange for temporary support of hydro poles with London Hydro. The Contractor shall not remove or cut into an existing utility service that is not located on the drawings or in the field until the Contractor has been given approval from the appropriate Utility Company. 3. Dust and Mud Control The Contractor shall be responsible for the control and cleanup of mud and /or dust within the limits of the project and elsewhere off site where the operations or haul routes may have been impacted, as directed by the Contract Administrator. 4. Access to Driveways Access to individual driveways and entrances shall be available and maintained at al times. No additional payments will be made for the supply, placement, compaction, maintenance and removal of excess gravel used for temporary driveway ramps. No additional payment will be made to supply, placement, compaction, maintenance and removal of material to maintain the two (2) way traffic at all times as a result of rain. At the end of each day, the work shall be backfilled, signed and protected to ensure vehicular and pedestrian safety. 5. Warranty The Contractor shall be responsible for the work at all times from the commencement of the work until the end of any Warranty Period, regardless of assumption of works, and / or seasonal conditions. In the case of any alleged default, observed defects or deficiencies, the Contractor shall immediately take action to correct or satisfactorily maintain conditions and / or signage until such time alleged default, observed defects or deficiencies can be resolved, an no additional cost to the Owner. City of London 2013 Edition Addendum#1 March 22, 2013 SP- 16

27 WORKERS COMPENSATION DECLARATION CORPORATION TAX ACT RELATING TO NON-TENDER ITEMS 6. Liquidated Damages This special provision replaces and supersedes OPS General Condition of Contract Section GC Liquidated Damages and City Supplemental Condition (SGC) The parties acknowledge that if the Contractor fails to complete the work in accordance with the Contract and to the satisfaction of the Contract Administrator within completion end date specified, the Corporation will suffer damages including but not limited to additional administrative and project management expenses. The parties agree that Contractor will pay to the Corporation the ongoing contract administration costs for office supervision and field inspection, whether those cost are incurred directly by the City or through a third party, plus an additional sum of Five Hundred Dollars ($500.00) for each and every day that the work or works remains unfinished after the end completion date to cover administrative costs. The amount is the liquidated damages that Corporation will suffer by reason of a delay and not as a penalty. The Corporation may deduct any amounts due under this paragraph from any moneys that may be due or payable to the Contractor on any account whatsoever. The liquidated damages payable are in addition to and without prejudice on any other remedy, action or other alternative that may be available to the Corporation. City of London 2013 Edition Addendum#1 March 22, 2013 SP- 17

28

29

30

Amendment to OPSS 493 (Nov 2015) Construction Specification for Temporary Potable Water Supply Services

Amendment to OPSS 493 (Nov 2015) Construction Specification for Temporary Potable Water Supply Services Engineering & Construction Services Division Standard Specifications for Sewers and Watermains TS 493 September 2017 Amendment to OPSS 493 (Nov 2015) Construction Specification for Temporary Potable Water

More information

CONSTRUCTION SPECIFICATION FOR TEMPORARY POTABLE WATER SUPPLY SERVICES

CONSTRUCTION SPECIFICATION FOR TEMPORARY POTABLE WATER SUPPLY SERVICES ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 493 NOVEMBER 2015 CONSTRUCTION SPECIFICATION FOR TEMPORARY POTABLE WATER SUPPLY SERVICES TABLE OF CONTENTS 493.01 SCOPE 493.02 REFERENCES 493.03 DEFINITIONS

More information

CONSTRUCTION SPECIFICATION FOR TEMPORARY POTABLE WATER SUPPLY SERVICES

CONSTRUCTION SPECIFICATION FOR TEMPORARY POTABLE WATER SUPPLY SERVICES ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 493 NOVEMBER 2009 (Reissued November 2010) CONSTRUCTION SPECIFICATION FOR TEMPORARY POTABLE WATER SUPPLY SERVICES TABLE OF CONTENTS 493.01 SCOPE 493.02

More information

Construction Specification for General Excavation

Construction Specification for General Excavation Engineering & Construction Services Division Standard Specifications for Road Works TS 2.10 September 2018 for General Excavation Table of Contents TS 2.10.01 SCOPE... 2 TS 2.10.02 REFERENCES... 2 TS 2.10.03

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

Chapter 3: Permit Procedures and Requirements

Chapter 3: Permit Procedures and Requirements Chapter 1: General Provisions 1 1 Short Title 1 2 Jurisdiction 1 3 Amendments and Revisions 1 4 Enforcement Responsibility 1 5 Review Process 1 6 Prior Approval 1 7 Relationship to Other Standards 1 8

More information

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE GENERAL Final restoration of areas within the public right-of-way associated with Street Excavation Permits shall be completed as determined

More information

CITY OF GUELPH CONTRACT NO SUPPLEMENTAL SPECIAL PROVISIONS

CITY OF GUELPH CONTRACT NO SUPPLEMENTAL SPECIAL PROVISIONS CITY OF GUELPH CONTRACT NO. 2-1306 SUPPLEMENTAL SPECIAL PROVISIONS INDEX Contents 1. EXTERNAL CONTRACT DOCUMENTS AND DRAWINGS... 1 2. GENERAL INFORMATION... 4 3. UTILITY COORDINATION, TRAFFIC AND PEDESTRIAN

More information

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

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS.MUNI 401 NOVEMBER 2015 (Formerly OPSS 401, November 2013) CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING TABLE OF CONTENTS 401.01

More information

1.01 GENERAL. l.02 PIPELINE TRENCH EXCAVATION PIPELINES AND STRUCTURES REVISION: SECTION 1 PAGE : 1-1

1.01 GENERAL. l.02 PIPELINE TRENCH EXCAVATION PIPELINES AND STRUCTURES REVISION: SECTION 1 PAGE : 1-1 1.01 GENERAL A. The Contractor shall perform all excavation, backfilling, grubbing and grading required for construction and installation of pipelines, structures and appurtenances. Excavation shall include

More information

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON - April 24, 2017 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 25, 2017 in accordance

More information

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED?????

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED????? SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED????? 102.10 Minimum Rate of Wage Scale Typo. Several paragraphs were repeated. 105.5 Inspection of Work Clarified that the contractor

More information

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 492 NOVEMBER 2010 CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES TABLE OF

More information

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02 ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 28, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance

More information

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender.

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender. No. 1 Project: 47th Ave Road Reconstruction Owner: District of Chetwynd Date: March 5, 2019 Ref. No.: 1320.0095.01 This Addendum is issued prior to Tender Closing Date, in accordance with the Tender Documents

More information

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02 ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 23, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance

More information

The Regional Municipality of Peel Basis of Payment

The Regional Municipality of Peel Basis of Payment Page PS-1 THE REGIONAL MUNICIPALITY OF PEEL BASIS OF PAYMENT FOR SANITARY SEWER CONSTRUCTION Page PS-2 INDEX Page No. PS.1. EXCAVATION...4 1.1. Trench Excavation...4 1.2. Asphalt/Concrete Removal...5 PS.2.

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

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

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

THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION

THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION Standard Specifications for Restoration INDEX PAGE R.1 GENERAL...1 R.2 SCOPE...1 R.3 MATERIALS...1 R.4 CONSTRUCTION...2 R.4.1 General...2

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

April 18, 2018 CONTRACT NO.: TENDER CLOSING DATE: Friday April 27, :00 pm EST

April 18, 2018 CONTRACT NO.: TENDER CLOSING DATE: Friday April 27, :00 pm EST April 18, 2018 CONTRACT NO.: 17003-001 TENDER CLOSING DATE: Friday April 27, 2018 2:00 pm EST TENDER FOR: 7th Avenue Watermain, Storm Sewer, Sanitary Sewer and Road Reconstruction from 12 th Street to

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

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 514 APRIL 2008 CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING TABLE OF CONTENTS 514.01 SCOPE 514.02 REFERENCES 514.03 DEFINITIONS

More information

Construction Specification for Trenching, Backfilling and Compacting

Construction Specification for Trenching, Backfilling and Compacting Engineering & Construction Services Division Standard Specifications for Sewers and Watermains TS 401 November 2016 Amendment to OPSS.MUNI 401 (Nov 2015) Construction Specification for Trenching, Backfilling

More information

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 401 NOVEMBER 2010 CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING TABLE OF CONTENTS 401.01 SCOPE 401.02 REFERENCES 401.03 DEFINITIONS

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 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

STANDARD SPECIFICATIONS JULY 2012 S-11 CULVERTS, HEADWALLS AND ROADSIDE DRAINAGE TABLE OF CONTENTS

STANDARD SPECIFICATIONS JULY 2012 S-11 CULVERTS, HEADWALLS AND ROADSIDE DRAINAGE TABLE OF CONTENTS TABLE OF CONTENTS 11.01 SCOPE OF WORK... 1 11.02 REFERENCES... 1 11.03 MATERIALS... 2 11.04 GRANULAR & NATIVE BACKFILL... 2 11.05 CONSTRUCTION... 2 11.06 MEASUREMENT FOR PAYMENT... 5 11.07 BASIS OF PAYMENT...

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

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 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

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. ) PAGE 1 OF 6 FOR USE WHEN UNIT S FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. Owner: Contract:

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

THE REGIONAL MUNICIPALITY OF PEEL BASIS OF PAYMENT FOR RESTORATION

THE REGIONAL MUNICIPALITY OF PEEL BASIS OF PAYMENT FOR RESTORATION THE REGIONAL MUNICIPALITY OF PEEL BASIS OF PAYMENT FOR RESTORATION INDEX Page PR.1 ASPHALT RESTORATION... 1 PR.2 SODDING AND SEEDING... 2 PR.3 COLD MIX... 3 PR.4 COLD PLANING... 4 PR.5 SAWCUT EXISTING

More information

CITY OF GUELPH CONTRACT NO SUPPLEMENTAL SPECIAL PROVISIONS

CITY OF GUELPH CONTRACT NO SUPPLEMENTAL SPECIAL PROVISIONS CITY OF GUELPH CONTRACT NO. 2-1308 SUPPLEMENTAL SPECIAL PROVISIONS SSP 1 INDEX 1. GENERAL INFORMATION... 8 2. SITE PREPARATION & MOBILIZATION (TENDER ITEM A1.0)... 10 3. SEDIMENT AND EROSION CONTROL (TENDER

More information

SITE SERVICES GUELPH TRANSIT OPERATIONS & MAINTENANCE SECTION WATSON ROAD FACILITY PAGE 1 OF 6 WATER RECLAMATION PROJECT JUNE 2013

SITE SERVICES GUELPH TRANSIT OPERATIONS & MAINTENANCE SECTION WATSON ROAD FACILITY PAGE 1 OF 6 WATER RECLAMATION PROJECT JUNE 2013 WATSON ROAD FACILITY PAGE 1 OF 6 PART 1 GENERAL 1.1 Description The work covered by this Section includes all labour, materials, equipment, and supervision necessary to complete the site services as shown

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

Appendix 3. POLICY & PROCEDURE No

Appendix 3. POLICY & PROCEDURE No DEPARTMENT OF PUBLIC WORKS DIVISION: ENGINEERING SERVICES SECTION: ADMINISTRATIVE PAGE NO: 1 OF 10 REVISION NO: 3 DATE: 1995 05 01 ESTABLISHED: 1986 03 03 Appendix 3 POLICY & PROCEDURE No. 2.3.1-020 TITLE:

More information

B701 WATERMAINS- OPSS 701

B701 WATERMAINS- OPSS 701 B701 - OPSS 701 701.1 GENERAL Watermains are a component of a water supply network. Watermains are a system of engineered hydraulic components designed for the conveyance of water from storage to consumption.

More information

TABLE OF CONTENTS. Chapter 3 - WATER MAIN, VALVES, HYDRANTS AND APPURTENANCES. Chapter 4 - SANITARY SEWER. Chapter 5 - STORM SEWER

TABLE OF CONTENTS. Chapter 3 - WATER MAIN, VALVES, HYDRANTS AND APPURTENANCES. Chapter 4 - SANITARY SEWER. Chapter 5 - STORM SEWER Chapter 3 - WATER MAIN, VALVES, HYDRANTS AND APPURTENANCES Chapter 4 - SANITARY SEWER Chapter 5 - STORM SEWER Chapter 6 - EXCAVATION, TRENCING, BACKFILLING, AND BEDDING Chapter 11 - CONCRETE CURBS, CURB

More information

CONSTRUCTION SPECIFICATION FOR EXCAVATING, BACKFILLING AND COMPACTING FOR MAINTENANCE HOLES, CATCH BASINS, DITCH INLETS AND VALVE CHAMBERS

CONSTRUCTION SPECIFICATION FOR EXCAVATING, BACKFILLING AND COMPACTING FOR MAINTENANCE HOLES, CATCH BASINS, DITCH INLETS AND VALVE CHAMBERS ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 516 APRIL 1999 CONSTRUCTION SPECIFICATION FOR EXCAVATING, BACKFILLING AND COMPACTING FOR MAINTENANCE HOLES, CATCH BASINS, DITCH INLETS AND VALVE CHAMBERS

More information

HALIFAX REGIONAL MUNICIPALITY SECTION

HALIFAX REGIONAL MUNICIPALITY SECTION Delete Section 01 22 00 of the Standard Specifications for Municipal Services, as developed and published by the Nova Scotia Road Builders Association and the Consulting Engineers of Nova Scotia (CENS)

More information

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 514 NOVEMBER 2005 CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING TABLE OF CONTENTS 514.01 SCOPE 514.02 REFERENCES 514.03 DEFINITIONS

More information

General Water Bid Items Item No.

General Water Bid Items Item No. 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

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL This section covers the restoration of roadways and sidewalks, in whole or in part, with bituminous concrete paving. WITHIN 4 DAYS OF BACKFILLING IN AREAS

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

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

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 1500 REMOVALS

SECTION 1500 REMOVALS SECTION 1500 REMOVALS REMOVALS PART 1 GENERAL 1.01 Section Summary A. Removal of structures, obstructions, surfacing, and miscellaneous items. 1.02 Related Sections A. Section 1800 Excavation and Embankment

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

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

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

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 514 APRIL 1999 CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING AND COMPACTING TABLE OF CONTENTS 514.01 SCOPE 514.02 REFERENCES 514.03 DEFINITIONS

More information

B441 - WATERMAINS - OPSS GENERAL

B441 - WATERMAINS - OPSS GENERAL B441 - - OPSS 441 441.1 GENERAL Watermains are a component of a water supply network. Watermains are a system of engineered hydraulic components designed for the conveyance of water from storage to consumption.

More information

Surface Infrastructure Restoration for Utility Cuts DIVISION 14 Shallow Buried Utilities Section _Mar29_2016.pdf Page 1 of 20 INDEX

Surface Infrastructure Restoration for Utility Cuts DIVISION 14 Shallow Buried Utilities Section _Mar29_2016.pdf Page 1 of 20 INDEX 14001_Mar29_2016.pdf Page 1 of 20 INDEX 14001-0 REQUEST TO CUT CITY SURFACE INFRASTRUCTURE 2 14001-1 COST SCHEDULE FOR WORK PERFORMED BY CITY FORCES 2 14001-2 SPECIFICATIONS FOR WORK PERFORMED BY EXTERNAL

More information

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013 SPECIAL PROVISIONS - SP2014 BOOK Page 1 S-1 (2104) REMOVE AND REPLACE BITUMINOUS PAVEMENT (ADA) Always include SP2014-119 (PLANT MIXED ASPHALT PAVEMENT) or SP2014-121 (PLANT MIXED ASPHALT PAVEMENT FOR

More information

SECTION MAINTENANCE OF EXISTING CONDITIONS

SECTION MAINTENANCE OF EXISTING CONDITIONS SECTION 02 01 00 MAINTENANCE OF EXISTING CONDITIONS PART 1 GENERAL 1.1 GENERAL A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal and shall restore damaged

More information

Re: T.4992 Westminster Hwy from Gilley Rd to #23591 Westminster Hwy Road Construction Addendum No. 1

Re: T.4992 Westminster Hwy from Gilley Rd to #23591 Westminster Hwy Road Construction Addendum No. 1 October 9 2013 File: 10-6340-20-P.12202-Vol 01 Finance and Corporate Services Department Finance Division Telephone: 604-276-4218 Fax: 604-276-4162 Attention: To All Tenderers Dear Sir/Madame: Re: T.4992

More information

B510-5 REMOVAL-PAVEMENT WORK OPSS 510. CDED B Removal CDED B Reclaim Asphalt Pavement

B510-5 REMOVAL-PAVEMENT WORK OPSS 510. CDED B Removal CDED B Reclaim Asphalt Pavement B510-5 OPSS 510 510-5.1 GENERAL This section is for Pavement Work removal tender items. The work covered by these tender items includes the removal and disposal of materials. 510-5.2 REFERENCES CDED B510-0

More information

SUPPLEMENTAL DRAWINGS

SUPPLEMENTAL DRAWINGS CITY OF GREATER SUDBURY SUPPLEMENTAL DRAWINGS TO THE ONTARIO PROVINCIAL STANDARD DRAWINGS Rev: February 2012 CITY OF GREATER SUDBURY STANDARD DRAWINGS TABLE OF CONTENTS Greater Sudbury Standard Drawings

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

Construction Specification for Utility Adjustments

Construction Specification for Utility Adjustments Engineering & Construction Services Division Standard Specifications for Road Works TS 4.50 September 2017 for Utility Adjustments Table of Contents TS 4.50.01 SCOPE... 2 TS 4.50.02 REFERENCES... 2 TS

More information

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING ADDENDUM No. 2 ITB No. 4561 WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING Bids Due: February 4, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be

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

STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX

STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX Rev. 2016 STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX ARTICLE PAGE 1. Pavement Removal and Restoration... P-1 2. Street

More information

Department: Corporate Services Fax: To: Distribution List From: Bernadette Lawler/Marla Sutherland

Department: Corporate Services Fax: To: Distribution List From: Bernadette Lawler/Marla Sutherland Department: Corporate Services Fax: 705-876-4607 To: Distribution List From: Bernadette Lawler/Marla Sutherland Fax: 705-876-4607 Date: February 23, 2015 Phone: Pages: 13 including this cover page Re:

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

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 507 JULY 1991 CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES 507.01 SCOPE 507.02 REFERENCES 507.03 Not Used 507.04 Not Used

More information

Municipal Inspection and Construction Guidelines Section I Roadworks SECTION I ROADWORKS I-1 GENERAL

Municipal Inspection and Construction Guidelines Section I Roadworks SECTION I ROADWORKS I-1 GENERAL I-1 GENERAL SECTION I ROADWORKS The Consultant Engineer is to monitor all specified asphalt, granular materials and sub-grade preparation to ensure all road and curb construction is undertaken as outlined

More information

MEASUREMENT & PAYMENT (CITY FUNDED PROJECTS)

MEASUREMENT & PAYMENT (CITY FUNDED PROJECTS) 00950 - Measurement & Payment Page 00950-1 00950 - MEASUREMENT & PAYMENT (CITY FUNDED PROJECTS) (Last revised 5/20/10) SELECTED LINKS TO SECTIONS WITHIN THIS SPECIFICATION Base Course & Paving Curb & Gutter,

More information

St. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA Phone: (985) Fax: (985)

St. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA Phone: (985) Fax: (985) St. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA 70434 Phone: (985) 898-2520 Fax: (985) 898-5227 Pat Brister Parish President February 5, 2016 Please find the following

More information

Special Provision No. 421F01 April 2006

Special Provision No. 421F01 April 2006 RIGID PIPE CULVERTS Item No. FLEXIBLE PIPE CULVERTS Item No. CSP ARCH CULVERTS Item No. STRUCTURAL PLATE CSP Item No. CORRUGATED STEEL PIPE EXTENSIONS Item No. ROCK EXCAVATION FOR CULVERTS Item No. CLAY

More information

(D) Surface Slope Bituminous patch in front of the truncated domes must not exceed 5% measured perpendicular to the flow line or edge of roadway.

(D) Surface Slope Bituminous patch in front of the truncated domes must not exceed 5% measured perpendicular to the flow line or edge of roadway. Last Revision by CO Special Provisions: 09/14/18 Page 1 S-1 (2104) REMOVE AND REPLACE BITUMINOUS PAVEMENT (ADA) Always include SP2018-143 ((2360) PLANT MIXED ASPHALT PAVEMENT (MSCR)) when using this writeup.

More information

TENDER WELLCOX ACCESS ROAD ADDENDUM 1

TENDER WELLCOX ACCESS ROAD ADDENDUM 1 TENDER 2336-2019 WELLCOX ACCESS ROAD ADDENDUM 1 This addendum shall be read in conjunction with and considered as an integral part of the Tender Contract 2336-2019. Revisions supersede the information

More information

SPECIFICATIONS SCOPE OF WORK

SPECIFICATIONS SCOPE OF WORK SPECIFICATIONS SCOPE OF WORK The intent of this contract is for the supply of all necessary labour, materials, and equipment to install underground traffic signal plant, vehicles detection loops, installation

More information

EXCAVATION, TRENCHING & BACKFILLING..1 The section refers to excavation, trenching, backfilling and all Work pertaining thereto.

EXCAVATION, TRENCHING & BACKFILLING..1 The section refers to excavation, trenching, backfilling and all Work pertaining thereto. CITY OF BRAMPTON LANDSCAPE SPECIFICATIONS SECTION 02315-1 PART 1 GENERAL 1.1 Description of Work.1 The section refers to excavation, trenching, backfilling and all Work pertaining thereto. 1.2 Related

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

THE CORPORATION OF THE CITY OF WINDSOR OFFICE OF THE CITY SOLICITOR. Shelby Askin Hager Manager of Purchasing & Risk Management

THE CORPORATION OF THE CITY OF WINDSOR OFFICE OF THE CITY SOLICITOR. Shelby Askin Hager Manager of Purchasing & Risk Management THE CORPORATION OF THE CITY OF WINDSOR OFFICE OF THE CITY SOLICITOR GEORGE WILKKI City Solicitor Shelby Askin Hager Manager of Purchasing & Risk Management (519) 255-6272 TELEPHONE NUMBER ADDENDUM NO.

More information

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT August 23, 2018 Please find the following addendum to the below mentioned BID. Addendum No.: 1 Bid#: 312-00-18-30-2 Project Name: 2018 District 12

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall

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

CONSTRUCTION SPECIFICATION FOR CONCRETE UNIT PAVERS

CONSTRUCTION SPECIFICATION FOR CONCRETE UNIT PAVERS CITY OF TORONTO STANDARD CONSTRUCTION SPECIFICATIONS FOR ROADS TS 3.80 November 2010 CONSTRUCTION SPECIFICATION FOR CONCRETE UNIT PAVERS INDEX TS 3.80.01 SCOPE... 2 TS 3.80.02 REFERENCES... 2 TS 3.80.03

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

B510-5 REMOVAL-PAVEMENT WORK OPSS 510. CDED B Removal CDED B Reclaim Asphalt Pavement

B510-5 REMOVAL-PAVEMENT WORK OPSS 510. CDED B Removal CDED B Reclaim Asphalt Pavement B510-5 OPSS 510 510-5.1 GENERAL This section is for Pavement Work removal tender items. The work covered by these tender items includes the removal and disposal of materials. 510-5.2 REFERENCES CDED B510-0

More information

EMILY STREET RECONSTRUCTION RFT-PW TENDER NO. MTE-T ADDENDUM NO. 1

EMILY STREET RECONSTRUCTION RFT-PW TENDER NO. MTE-T ADDENDUM NO. 1 February 22, 2017 File: 35499-114 EMILY STREET RECONSTRUCTION RFT-PW-02-2017 TENDER NO. MTE-T-17-03 Underground Servicing and Roadworks ADDENDUM NO. 1 Issued Date: Wednesday February 22, 2017 Closing Date:

More information

The Standards referred to shall be the most recent edition.

The Standards referred to shall be the most recent edition. Page 1 of 7 Part 1 General 1.1 DESCRIPTION OF WORK.1 The work described hereunder shall consist of the excavation of trenches and tunnels; the supply and installation of pipe and/or encasement pipe; the

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

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

CONSTRUCTION SPECIFICATION FOR REMOVAL

CONSTRUCTION SPECIFICATION FOR REMOVAL ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 510 NOVEMBER 2006 CONSTRUCTION SPECIFICATION FOR REMOVAL TABLE OF CONTENTS 510.01 SCOPE 510.02 REFERENCES 510.03 DEFINITIONS 510.04 SUBMISSION AND

More information

The developer/contractor shall be responsible for replacing all fences which must be disturbed for the installation of sanitary sewer or water lines.

The developer/contractor shall be responsible for replacing all fences which must be disturbed for the installation of sanitary sewer or water lines. SECTION 15.0 PIPE TRENCHES 15.01 Clearing and Grubbing The developer/contractor shall be responsible for the clearing and grubbing of the entire right-of-way. See Sections 13.01 and 14.01. Clearing and

More information

SECTION 10 - TRENCHING AND BACKFILLING

SECTION 10 - TRENCHING AND BACKFILLING SECTION 10 - TRENCHING AND BACKFILLING 10.1 General A. Work included in this Section includes trenching and backfilling for underground pipelines and related structures only. 10.1.1 Related requirements

More information

THE CORPORATION OF THE CITY OF LONDON

THE CORPORATION OF THE CITY OF LONDON THE CORPORATION OF THE CITY OF LONDON CONTRACT DOCUMENTS FOR CONTRACT 1 GROSVENOR STREET 2013 INFRASTRUCTURE LIFECYCLE RENEWAL PROGRAM ES246413 / EW376513 TENDER 13 34 ANYONE DOWNLOADING THIS DOCUMENT

More information

SECTION TRAFFIC REGULATIONS

SECTION TRAFFIC REGULATIONS PART 1 GENERAL 1.1 DESCRIPTION A. Traffic Control permits, notifications, mobilization, temporary signs, barriers, lights, flagging personnel, striping, markings, and demobilization and removal. 1.2 RELATED

More information

REGIONAL CONSTRUCTION STANDARDS

REGIONAL CONSTRUCTION STANDARDS REGIONAL CONSTRUCTION STANDARDS SIXTH EDITION Publication Update 6.5 (Full Committee Approved Proposed Revision 6.5 Storm Sewer Joint Wrap - Section 302 As Publication Update 6.5) March 27, 2018 Copyright

More information

YES, we received Addendum No. 1

YES, we received Addendum No. 1 TRANSMITTAL SHEET Date sent: Friday, April 6, 2018 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 36 CONFIRMATION

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