SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances

Size: px
Start display at page:

Download "SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances"

Transcription

1 2004 Specifications CSJ & SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances 1. Description. Furnish all materials, equipment, labor and incidentals necessary to provide a complete water main system in conformance with the plans and the Specifications, Addendums and Standards referenced in Article 3. Construction Methods and in compliance with the Department s Utility Accommodation Policy (Title 43, T.A.C., Sections ). Construct water mains of the sizes, materials and dimensions shown on the plans including pipe, joints and connections to new and existing pipes, casing, valves, fittings, fire hydrants, meters, blocking, etc., as may be required to complete the work. 2. Materials. Install piping systems using the materials designated on the plans and in the details shown for each particular system. Furnish materials so designated in accordance with all material requirements and in the conformance with the plans and Specifications, Addendums and Standards referenced in Article 3. Construction Methods. 3. Construction Methods. Perform work in a manner consistent with the plans and the following Specifications, Addendums and Standards necessary to perform the work: A. The Bryan College Station Unified Design Guideline Manuals, Technical Specifications and Standard Construction Details; A copy of the Bryan College Station Unified Design Guideline Manuals, Technical Specifications and Standard Construction Details may be obtained from B. In the absence of project specific details or specifications, the contractor shall construct all improvements in accordance with the applicable details and specifications as they appear in the Bryan/College Station Unified Design Guideline Manual, Technical Specifications, and Standard Construction Details found at If any conflicts or difference in interpretation exist between these contract documents, referenced or published standards, the City of Bryan requirements, TxDOT requirements or TCEQ requirements, the strictest requirement as determined by the engineer shall govern. 4. Measurement. This Item will be measured as follows and as explicitly detailed in the Document: A. Mobilization: This item shall include and not be limited to the following: cost to mobilize and demobilize equipment to the project site, sediment control, construction staking, the cost of bonds and insurance, and all other incidental costs associated with this work. Measured by the lump sum

2 B. Traffic Control: This item shall include and not be limited to the following: Traffic control for the duration of the project, including all signage, temporary paving, cones, striping, buttons, detours, traffic phasing, and related items and appurtenances, complete in place. Measured by the lump sum. C. Site Preparation and Restoration: This item shall include and not be limited to the following: erosion control, clearing and grubbing, block sodding, landscaping repair/replacement, irrigation system repairs, etc., all items disturbed by construction, shown or nor shown on the plans, complete and in place. Measured by the lump sum. D. Remove Existing Fire Hydrant: This item shall include and not be limited to the following: removal and disposal of fire hydrants and all items and appurtenances associated with the work, complete and in place. Will be measured by each assembly removed. E. Remove Existing AR Valve and Water MH: This item shall include and not be limited to the following: Removal and disposal of existing air relief valve and water manhole, including structural backfill, all items and appurtenances, complete and in place. Will be measured by each assembly removed. F. Reconnect Existing 1 ½ Water Service: This item shall include and not be limited to the following: Reconnecting existing 1 ½ water services to existing service leads, including main line tap, all fittings and necessary piping, materials and labor necessary to complete the work. Water Services shall comply with the B/CS Unified Design Guidelines & Technical Specifications, and Construction Details, all items and appurtenances, complete and in place. Will be measured by each service re G. Reconnect Existing 2 Water Service: This item shall include and not be limited to the following: Reconnecting existing 2 water services to existing service leads, including main line tap, all fittings and necessary piping, materials and labor necessary to complete the work. Water Services shall comply with the B/CS Unified Design Guidelines & Technical Specifications, and Construction Details, all items and appurtenances, complete and in place. Will be measured by each service re H. Furnish & Install 1 ½ Lng Water Service: This item shall include and not be limited to the following: Furnishing and installing 1 ½, long-side water services by boring method (crossing Briarcrest or 29th Street), Type K copper service line, including main line tap, all fittings and necessary piping, materials and labor necessary to complete the work. Water services shall comply with the B/CS Unified Design Guidelines & Technical Specifications, and Construction Details, all items and appurtenances, complete and in place. To be installed as directed by Engineer, complete and in place. Will be measured by each service installed. I. Relocate Existing Water Meter: This item shall include and not be limited to the following: Relocating existing water meters to edge of right of way, including new

3 meter box, all fittings and necessary piping, materials and labor necessary to complete the work. Water services shall comply with the B/CS Unified Design Guidelines & Technical Specifications, and Construction Details, all items and appurtenances, complete and in place. Will be measured by each assembly relocated. J. Reconnect Exist. 2 WS (3300 E. 29 th St): This item shall include and not be limited to the following: Reconnecting the existing 2" water service at 3300 E. 29th Street, transferring service from the existing 6" WL to the existing 8" WL (8" WL located under pavement), including main line tap, all fittings and necessary piping, materials and labor necessary to complete the work. Water services shall comply with the B/CS Unified Design Guidelines & Technical Specifications, and Construction Details, all items and appurtenances, complete and in place. Will be measured by each service re K. Adjust Existing Manhole: This item shall include and not be limited to the following: Adjusting existing manholes to final grade, including new ring, cover and risers, or rise removal, reworking the manhole cone, if necessary, all items and appurtenances, complete and in place. Will be measured by each assembly adjusted. L. Adjust Existing Gate Valve: This item shall include and not be limited to the following: Adjusting existing gate valve to final grade, including riser and cover, valve extension, etc., all items and appurtenances, complete and in place. Will be measured by each assembly adjusted. M. 8 PVC, C900 CL 200 WL: This item shall include and not be limited to the following: Furnishing and installing 8 PVC, C900 CL 200 WL, with structural backfill, all items and appurtenances, complete in place. Water line shall comply with the B/CS Unified Design Guidelines & Technical Specifications and Construction Details. Will be measured by the foot. N. 12 PVC, C900 CL 200 WL: This item shall include and not be limited to the following: Furnishing and installing 12" PVC, C900 CL 200 water line, with structural backfill, all items and appurtenances, complete and in place. Water line shall comply with the B/CS Unified Design Guidelines & Technical Specifications and Construction Details. Will be measured by the foot. O. Furnish and Install 12 Gate Valve: This item shall include and not be limited to the following: Furnishing and installing 12" gate valves, all items and appurtenances, P. Furnish and Install 8 Gate Valve: This item shall include and not be limited to the following: Furnishing and installing 8" gate valves, all items and appurtenances,

4 Q. Furnish and Install 6 Gate Valve: This item shall include and not be limited to the following: Furnishing and installing 6" gate valves, all items and appurtenances, R. Furnish and Install 3 Gate Valve: This item shall include and not be limited to the following: Furnishing and installing 3" gate valves, all items and appurtenances, S. Abandon Existing Valves: This item shall include and not be limited to the following: Abandoning existing valves, removing valve boxes and risers, all sizes, including structural backfill and pavement repairs, all items and appurtenances, complete and in place. Will be measured by each valve abandon. T. Abandon and Grout Fill Existing 6 WL: This item shall include and not be limited to the following: Abandoning and grout filling existing 6" water lines, all items and appurtenances, complete and in place. Will be measured by the foot. U. Remove Existing Tee and Valves: This item shall include and not be limited to the following: Removing and disposing of existing tees and valves and, reconnecting to existing or new water lines. Including DI, MJ sleeves, or any other necessary fittings, to connect to new and existing waterlines, etc., all items and appurtenances, complete and in place. Will be measured by each assembly removed. V. Furnish and Install Standard FH Assembly: This item shall include and not be limited to the following: Furnishing and installing standard fire hydrant assemblies, including 6 gate valve, all items and appurtenances, complete and in place. Fire hydrant assemblies shall comply with the B/CS Unified Design Guidelines & Technical Specifications and Construction Details. Will be measured by each assembly furnished and installed. W. 12 Bends (90, 45, 22.5, 11.25): This item shall include and not be limited to the following: Furnishing and installing 12" ductile iron, mechanical joint bends (90, 45, 22.5, ), all items and appurtenances, complete and in place. Will be measured by each bend installed. X. 8 Bends (90, 45, 22.5, 11.25): This item shall include and not be limited to the following: Furnishing and installing 8" ductile iron, mechanical joint bends (90, 45, 22.5, ), all items and appurtenances, complete and in place. Will be measured by each bend installed. Y. Furnish and Install 12 x 6 MJ Tee: This item shall include and not be limited to the following: Furnishing and installing 12" X 6" ductile iron, mechanical joint tees,

5 all items and appurtenances, complete and in place. Will be measured by each Z. Furnish and Install 12 x 8 MJ Tee: This item shall include and not be limited to the following: Furnishing and installing 12" X 8" ductile iron, mechanical joint tees, all items and appurtenances, complete and in place. Will be measured by each AA. Furnish and Install 12 x 12 MJ Tee: This item shall include and not be limited to the following: Furnishing and installing 12" X 12" ductile iron, mechanical joint tees, all items and appurtenances, complete and in place. Will be measured by each BB. Furnish and Install 8 x 8 MJ Tee: This item shall include and not be limited to the following: Furnishing and installing 8" X 8" ductile iron, mechanical joint tees, all items and appurtenances, complete and in place. Will be measured by each CC. Furnish and Install 6 Plug or Cap: This item shall include and not be limited to the following: Furnishing and installing 6 ductile iron, mechanical joint plugs or caps, all items and appurtenances, complete and in place. Will be measured by each plug or cap constructed. DD. Furnish and Install 12 Plug or Cap: This item shall include and not be limited to the following: Furnishing and installing 12 ductile iron, mechanical joint plugs or caps, all items and appurtenances, complete and in place. Will be measured by each plug or cap installed. EE. Furnish and Install 20 Plug or Cap: This item shall include and not be limited to the following: Furnishing and installing 20 ductile iron, mechanical joint plugs or caps, all items and appurtenances, complete and in place. Will be measured by each plug or cap installed. FF. Furnish and Install 6 x 3 Reducer: This item shall include and not be limited to the following: Furnishing and installing 6 x 3 ductile iron, mechanical joint reducers, all items and appurtenances, complete and in place. Will be measured by each reducer installed. GG. Disconnect 6 Water Line: This item shall include and not be limited to the following: Disconnecting existing 6" water lines from other existing water lines, disposal of all removed parts and materials, all items and appurtenances, complete and in place. Will be measured by each 6 line dis HH. Disconnect 12 Water Line: This item shall include and not be limited to the following: Disconnecting existing 12" water lines from other existing water lines, disposal of all removed parts and materials, all items and appurtenances, complete and in place. Will be measured by each 12 line dis

6 II. Connect Existing 12 Water Line: This item shall include and not be limited to the following: Connecting to existing 12" waterlines, including wet connections, all items and appurtenances, complete and in place. Will be measured by each 12 line JJ. Connect Existing 8 Water Line: This item shall include and not be limited to the following: Connecting to existing 8" waterlines, including wet connections, all items and appurtenances, complete and in place. Will be measured by each 8 line KK. Connect Existing 6 Water Line: This item shall include and not be limited to the following: Connecting to existing 6" waterlines, including wet connections, all items and appurtenances, complete and in place. Will be measured by each 6 line LL. Connect Existing 3 Water Line: This item shall include and not be limited to the following: Connecting to existing 3" waterlines, including wet connections, all items and appurtenances, complete and in place. Will be measured by each 3 line MM. Remove Existing SS: This item shall include and not be limited to the following: Removing existing SS line and replacing with 1 Jt. (18' min.) ASTM D2241 SS, centered on WL, including concrete encased Fernco connectors, cement sand backfill, all items and appurtenances, complete and in place. Will be measured by each SS removed. NN. Furnish and Install 12 x 8 Reducer: This item shall include and not be limited to the following: Furnishing and installing 12 x 8 ductile iron, mechanical joint reducers, all items and appurtenances, complete and in place. Will be measured by each reducer installed. OO. Concrete Pavement Repair: This item shall include and not be limited to the following: Removal and replacement of 6 thick concrete pavement, with structural backfill, including but not limited to street, driveways, curb and gutter, parking lots, replacement pavement striping, etc, all items and appurtenances, complete and in place. Concrete Pavement Repair will be paid by the SY. PP. Concrete Sidewalk Repair: This item shall include and not be limited to the following: Removal and replacement of 4 thick concrete sidewalk, grading, leveling, fill, etc., including but not limited to sidewalk, ADA ramps, pavers, etc. disturbed by construction, all items and appurtenances, complete and in place. Concrete Sidewalk Repair will be paid by the SY. QQ. HMAC Pavement Repair: This item shall include and not be limited to the following: Removal and replacement of HMAC pavement, with structural backfill, including but not limited to streets, driveways, parking lots, replacement pavement striping, etc., all items and appurtenances, complete and in place. HMAC Pavement Repair will be paid by the SY

7 RR. Remove and Replace Existing 24 SET: This item shall include and not be limited to the following: Removal and replacement of existing S.E.T. for 24" C.M.P., including allowance for valve box in wall, all items and appurtenances, complete and in place, all items and appurtenances, complete and in place. Will be measured by each SET removed and replaced. 5. Payment. The work performed with this Item and measured as provided under Measurement will be paid for at the unit price bid for the various items of work. These prices shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to satisfactorily complete the work as detailed on the plans and as prescribed in the Specifications, Addendums and Standards referenced in Article 3. Construction Methods. Miscellaneous ductile iron fittings required to complete the work will not be paid for directly, but will be subsidiary to this Item unless otherwise shown in the plans. Water line sterilization and testing of the completed water main system will not be paid for directly, but will be subsidiary to this Item unless otherwise shown on the plans

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

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

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

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

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

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

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

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 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

San Antonio Water System Standard Specifications for Construction ITEM NO. 824 SERVICE SUPPLY LINES (WATER)

San Antonio Water System Standard Specifications for Construction ITEM NO. 824 SERVICE SUPPLY LINES (WATER) San Antonio Water System Standard Specifications for Construction ITEM NO. 824 SERVICE SUPPLY LINES (WATER) 824.1 DESCRIPTION: This item shall consist of water service supply lines adjustment and installation

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

ITEM NO. 824 SERVICE SUPPLY LINES (WATER)

ITEM NO. 824 SERVICE SUPPLY LINES (WATER) ITEM NO. 824 SERVICE SUPPLY LINES (WATER) 824.1 DESCRIPTION: This item shall consist of water service supply lines installation and adjustment installed in accordance with these specifications and as directed

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

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

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

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

DALLAS WATER UTILITIES BID ITEM AND COST ESTIMATING MANUAL

DALLAS WATER UTILITIES BID ITEM AND COST ESTIMATING MANUAL DALLAS WATER UTILITIES BID ITEM AND COST ESTIMATING MANUAL Version History October 2011 Edition October 2011 October 2014 Edition October 2014 Edition Document Number: DWU-PRO-020-ENG Revision Number:

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

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

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT DIVISION IV CONSTRUCTION AND MATERIAL SPECIFICATIONS SECTION 4100 MEASUREMENT AND PAYMENT 4100 SCOPE... 2 4101 Clearing and Grubbing...

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

SPECIAL SPECIFICATION. Water Mains And Wastewater Appurtenances

SPECIAL SPECIFICATION. Water Mains And Wastewater Appurtenances 2004 Specifications CSJ 8094-18-005 SPECIAL SPECIFICATION 5444 Water Mains And Wastewater Appurtenances 1. Description. This Item governs the furnishing and installing of all materials, equipment, and

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

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

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

November 29, CITY OF PLANT CITY Purchasing Division (813)

November 29, CITY OF PLANT CITY Purchasing Division (813) November 29, 2018 CITY OF PLANT CITY Purchasing Division (813) 659-4270 IFB 18-014UM-LG 12-inch Water Transmission Main-Franklin St., Hancock St. and Terrace Drive West ADDENDUM No. 3 *Bidders are required

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

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

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of 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. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction

More information

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE:

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE: Revision 1 Dated October 2, 2014 1.3.2 UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE: PEYTON DRIVE WIDENING - PHASE 3 AND ENGLISH CHANNEL IMPROVEMENTS Project No s. S12012 & 800360

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 Inch Water Main and Miscellaneous Water and Wastewater Main Replacements and Routine Appurtenances Adjustments

SPECIAL SPECIFICATION Inch Water Main and Miscellaneous Water and Wastewater Main Replacements and Routine Appurtenances Adjustments 2004 Specifications CSJ 0196-06-017 SPECIAL SPECIFICATION 5262 72-Inch Water Main and Miscellaneous Water and Wastewater Main Replacements and Routine Appurtenances Adjustments 1. Description. Furnish

More information

CITY OF TACOMA Department of Public Utilities - Water Division

CITY OF TACOMA Department of Public Utilities - Water Division CITY OF TACOMA Department of Public Utilities - Water Division ADDENDUM NO. 1 DATE: October 12, 2015 REVISIONS TO: Request for Bids Specification No. WD15-0133F Water Main Replacement Project No. MRP 2014-27,

More information

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: April 22, 2009 To: Prospective Bidders/Plan Holders From: Abraham Campos, PE on behalf of City of El

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

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

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

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

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

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

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

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION CITY OF ALBANY Public Works Department ADDENDUM #1 ST-13-04-2014, MAIN STREET REHABILITATION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and

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

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

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

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

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

2. SECTION MEASUREMENT AND PAYMENT:

2. SECTION MEASUREMENT AND PAYMENT: IN THE SPECIFICATIONS: 1. SECTION 00301 BID FORM: REPLACE Pages BF-1 through BF-6 (BF-1 follows page 00301-3) with the attached BF-1 through BF-6. This change adds a bid item for payment of CIPP testing.

More information

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO ADDENDUM NO. 2 LANCASTER BOULEVARD AND 15 th STREET WEST ROUNDABOUT This addendum forms a part of the contract documents for the above identified project and modifies the original specifications, plans,

More information

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction and Invitations to Bidders, the undersigned

More information

SPECIAL SPECIFICATION 7441 Remove Components of Existing Traffic Management System

SPECIAL SPECIFICATION 7441 Remove Components of Existing Traffic Management System 2004 Specifications CSJ 6185-04-001 SPECIAL SPECIFICATION 7441 Remove Components of Existing Traffic Management System 1. Description. Remove existing surveillance cabinets, intermediate amplifier cabinets,

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

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

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

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

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

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

EXHIBIT E SCHEDULE OF UNIT PRICES

EXHIBIT E SCHEDULE OF UNIT PRICES SCHEDULE OF UNIT PRICES TO ACCOMPANY THE BID OF (Bidder/Contractor) ON CALL UTILITY SERVICES AND MISCELLANEOUS CONSTRUCTION FOR SEWER AND WATER LINES SOLICITATION NO.: IFB SA1703 Any bidder who enters

More information

SECTION MINOR CONCRETE

SECTION MINOR CONCRETE SECTION 03300 - MINOR CONCRETE 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

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

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

ADDENDUM NO. 3 APRIL 9, 2018 CITY OF LUCAS. PARKER ROAD WATER LINE PHASE 2 (Bid ) (FROM LEWIS LANE TO EAST OF SANTA FE TRAIL)

ADDENDUM NO. 3 APRIL 9, 2018 CITY OF LUCAS. PARKER ROAD WATER LINE PHASE 2 (Bid ) (FROM LEWIS LANE TO EAST OF SANTA FE TRAIL) ADDENDUM NO. 3 APRIL 9, 2018 CITY OF LUCAS PARKER ROAD WATER LINE PHASE 2 (Bid 013-18) (FROM LEWIS LANE TO EAST OF SANTA FE TRAIL) This Addendum forms a part of the Contract Documents and Specifications.

More information

THE ANTICIPATED SEQUENCE OF EVENTS ARE AS FOLLOWS, BUT THE CONTRACTOR IS RESPONSIBLE FOR ALL MEANS AND METHODS

THE ANTICIPATED SEQUENCE OF EVENTS ARE AS FOLLOWS, BUT THE CONTRACTOR IS RESPONSIBLE FOR ALL MEANS AND METHODS GENERAL PLAN NOTES PERMANENT SIGNS PROJECT SCOPE THIS PROJECT INCLUDES REMOVAL OF PORTIONS OF CONCRETE CURB & GUTTER AND HMA SURFACE; INSTALLATION OF SANITARY AND STORM SEWER AND UNDERDRAIN; EXCAVATION

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

ALL BIDDERS BE ADVISED OF THE FOLLOWING CHANGES TO THE ABOVE REFERENCED PROJECT AS LISTED BELOW:

ALL BIDDERS BE ADVISED OF THE FOLLOWING CHANGES TO THE ABOVE REFERENCED PROJECT AS LISTED BELOW: CITY OF HOLLYWOOD DEPARTMENT OF PUBLIC UTILITIES ENGINEERING & CONSTRUCTION SERVICES DIVISION 1621 N. 14 th Avenue Hollywood, FL 33019 Phone (954) 921-3930 Fax (954) 921-3258 ADDENDUM NUMBER 1 Date: March

More information

SUPPLEMENTAL SPECIFICATIONS AND DRAWINGS TO THE IDAHO STANDARDS FOR PUBLIC WORKS CONSTRUCTION TABLE OF CONTENTS

SUPPLEMENTAL SPECIFICATIONS AND DRAWINGS TO THE IDAHO STANDARDS FOR PUBLIC WORKS CONSTRUCTION TABLE OF CONTENTS PREFACE AND CITY ENGINEER S LETTER INDEX OF STANDARD DRAWINGS DIVISION 100 GENERAL CONDITIONS ARTICLE 1 DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms ARTICLE 2 PRELIMINARY MATTERS 2.01 Delivery of Bonds

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

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

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES Section SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL... 39-1 39-2 PRECAST CONCRETE MANHOLES... 39-1 39-2.01 Precast Concrete Storm Drain Manholes... 39-1 39-3 SADDLE MANHOLES... 39-2 39-3.01 Saddle

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

NOTE: 1) PRIOR TO BEGINNING WORK TRANSFER RIM ELEV. FROM MH K1 TO A TEMPORARY BENCH MARK FOR USE AS CONTROL DURING CONSTRUCTION. 2) CONTRACTOR TO INST

NOTE: 1) PRIOR TO BEGINNING WORK TRANSFER RIM ELEV. FROM MH K1 TO A TEMPORARY BENCH MARK FOR USE AS CONTROL DURING CONSTRUCTION. 2) CONTRACTOR TO INST NOTE: 1) PRIOR TO BEGINNING WORK TRANSFER RIM ELEV. FROM MH K1 TO A TEMPORARY BENCH MARK FOR USE AS CONTROL DURING CONSTRUCTION. 2) CONTRACTOR TO INSTALL MANHOLE LIDS FLUSH WITH EXISTING GROUND SURFACE.

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

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

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents

More information

SPECIFICATIONS - DETAILED PROVISIONS Section Furnish and Install PVC Force Main C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Furnish and Install PVC Force Main C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 02768 - Furnish and Install PVC Force Main C O N T E N T S PART 1 - GENERAL... 1 1.01 DESCRIPTION... 1 1.02 QUALITY ASSURANCE... 1 1.03 SUBMITTALS... 1 1.04

More information

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002) BID TABULATION SUMMARY JOB 940094 PAGE 1 STATE PROJECT NO. 162-080-04 BIDS RECEIVED UNTIL 11:00 A.M. ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002) BETWEEN 2ND STREET NORTH AND 15 STREET NORTH IN ST.

More information

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-001 WATER DISTRIBUTION SYSTEM

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-001 WATER DISTRIBUTION SYSTEM DIVISION II TECHNICAL SPECIFICATIONS SECTION S-001 WATER DISTRIBUTION SYSTEM TABLE OF CONTENTS: I. DESCRIPTION:... 2 II. COORDINATION:... 3 III. CONSTRUCTION LAYOUT:... 3 IV. MATERIALS:... 3 V. EXECUTION:...

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 5825 AT&T Telecommunication System

SPECIAL SPECIFICATION 5825 AT&T Telecommunication System 2004 Specifications CSJ: 0014-08-075, etc. SPECIAL SPECIFICATION 5825 AT&T Telecommunication System 1. Description. A. This Item will govern the installation of all facilities belonging to Southwestern

More information

Meyer, Meyer, LaCroix & Hixson

Meyer, Meyer, LaCroix & Hixson NORTH BOLTON AVENUE (LA. HIGHWAY 1) NORTH BOUND LANE NOTICE! 1. NEITHER THE ENGINEER NOR THE OWNER WARRANTS OR GUARANTEES THE PLANS TO BE COMPLETE OR ACCURATE WITH RESPECT TO THE LOCATION OR EXISTENCE

More information

SERVICE LINES, METERS AND APPURTENANCES

SERVICE LINES, METERS AND APPURTENANCES AUGUST02 SECTION 02646 SERVICE LINES, METERS AND APPURTENANCES PART 1 - GENERAL 1.1 DESCRIPTION A. This section concerns materials and installation of corporation stops, curb stops, service lines, meters,

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

The Metropolitan Sewer District of Greater Cincinnati

The Metropolitan Sewer District of Greater Cincinnati The Metropolitan Sewer District of Greater Cincinnati Dry Run Area Sewers, Phase 1 and Phase 2 Contract A, Project ID 10270000_10270005 Date Issued: 03/25/2010 ADDENDUM NO. 2 This addendum will only be

More information

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California 93030 Tel 805.385.8280 October 24, 2018 ADDENDUM NO. 2 Vineyard Avenue Street Resurfacing Project PW 16-12 SCHEDULED

More information

SPECIAL SPECIFICATION 2181 Water & Wastewater Utilities

SPECIAL SPECIFICATION 2181 Water & Wastewater Utilities 2004 Specifications CSJ: 1200-03-028 SPECIAL SPECIFICATION 2181 Water & Wastewater Utilities A. Description. Furnish and install all exterior water mains, drain lines, and any and all distribution lines

More information

Addendum No: 3 THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO.3. Closing Time: 2:00 P.M., December 18, 2018 Opening Time: 2:01 P.M., December 18, 2018

Addendum No: 3 THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO.3. Closing Time: 2:00 P.M., December 18, 2018 Opening Time: 2:01 P.M., December 18, 2018 CITY OF WACO Purchasing Services Post Office Box 2570 Waco, Texas 76702-2570 254 / 750-8405 Fax: 254 / 750-8063 www.waco-texas.com Date: 12/18/2018 RFB No: 2018-078 Commodity: South 26 th Street Improvements

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

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

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged. 1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,

More information

TECHNICAL SPECIFICATION

TECHNICAL SPECIFICATION TECHNICAL SPECIFICATION ITEM 02514 MANHOLES 1.0 GENERAL 1.1 SCOPE This section provides for construction of sewer manholes complete in place, including the furnishing and adjusting to grade of an existing

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

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS

More information

WATER CONSTRUCTION STANDARDS AND COMPATIBLE UNITS

WATER CONSTRUCTION STANDARDS AND COMPATIBLE UNITS WATER CONSTRUCTION STANDARDS AND COMPATIBLE UNITS City Utilities of Springfield, Missouri REVISED: 06/18/2018 **DISCLAIMER** IT IS THE RESPONSIBILITY OF THE END USER OF THIS WATER STANDARDS BOOK TO MAKE

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 LA MARQUE, TEXAS CHAPTER 3 WATER SYSTEM DESIGN CRITERIA

CITY OF LA MARQUE, TEXAS CHAPTER 3 WATER SYSTEM DESIGN CRITERIA CITY OF LA MARQUE, TEXAS CHAPTER 3 WATER SYSTEM DESIGN CRITERIA CHAPTER 3 WATER SYSTEM DESIGN 3.1 WATER SYSTEM DESIGN GENERAL 3.1.1 Criteria for the design of water service and water distribution lines

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

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

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information

More information

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

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1 DATE: May 18, 2016 TO: FROM: All Bidders/Proposers Willie Velez, CPPB Procurement Administrator City of Casselberry Purchasing Division SUBJECT: ITB-2016-0023, Oxford Road Complete Street Improvements

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01 Aggregate Base... 14.1 14-3.02 Asphalt

More information