BIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83
|
|
- Allen Beasley
- 6 years ago
- Views:
Transcription
1 Item No. BIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83 DESCRIPTION EST. QTY. UNIT UNIT PRICE TOTAL PRICE GENERAL BID ITEMS 1 Per Plans and Specifications furnish all labor, material, 1 LS $600,000 $600,000 equipment and tools and mobilize, demobilize, and provide cleanup of construction site: provide all bonds, insurances, obtain all permits, (40% due at mobilization, 20% due at demobilization, remainder to be paid with monthly payments based on percent complete). 2 Per Plans and Specifications, furnish all labor, material, 1 LS $15,000 $15,000 equipment, and tools and document existing conditions of structures, streets, and improvements through narrated video recording, photographs, and reports. 3 Per Plans and Specifications, furnish all labor, material, 1 LS $50,000 $50,000 equipment and tools and comply with the Manual for the Standard Urban Storm Water Mitigation Plan (SUSMP) Los Angeles County Department of Public Works, and maintain compliance throughout the project. Including preparation and submittal of storm water pollution prevention plans for review and approval by the City of Alhambra, Los Angeles County Flood Control District, and Caltrans. 4 Per Plans and Specifications, furnish all labor, material, 1 LS $120,000 $120,000 equipment and tools and pothole and locate horizontal and vertical positions of all existing utilities and structures in the vicinity of the work, including the location of the freeway soundwall and Metroling retaining wall support piles affecting the jacking and boring of the 28-inch diameter steel casing across the I-10 Freeway. Prepare a report showing details of all potholing, including surveyed top and bottom elevations of all facilities potholed, and submit it to the City, minimum of four (4) weeks prior to submittal of related shop drawings and start of construction to allow revisions to current design. 5 Per Plans and Specifications furnish all labor, material, equipment and tools as required and provide public convenience, safety and traffic control; including warning signs, high level warning devices, delineators, regulatory signs, barricades, and trench plate bridging. Submit Traffic Control Plans prepared, signed and sealed by a California Registered Traffic Engineer to the City for favorable review by the City. 1 LS $90,000 $90,000
2 6 7 Per Plans and Specifications furnish all labor, material, equipment and tools and provide trench and excavation safety measures, including sheeting, shoring, and bracing, or equivalent method for the protection of life and limb in trenches and open excavation, and for the protection of all improvements and adjacent structures in conformance with applicable safety orders, settlement and horizontal movement monitoring. Shoring will be designed, sealed and signed by a California Registered Structural Engineer, and submitted to the City for favorable review. Per Plans and Specifications furnish all labor, material, equipment and tools necessary and maintain sewer, water, and storm drain flows throughout the entire construction period. This includes bypass pumping, Vactor trucks, storage tanks, high lining of water services, and all appurtenances necessary. 1 LS $500,000 $500,000 1 LS $70,000 $70,000 8 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and conduct geotechnical investigation by a California Registered Geotechnical Engineer to develop shoring and jacking design recommendations for the project. A minimum of 3 soil borings to a depth of 50 feet shall be conducted. 1 LS $50,000 $50,000 RELOCATION OF EXISTING UTILITIES 9 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and construct new 8-inch and 10-inch diameter double thick cement mortar lined ductile iron water pipe in Orange Grove Avenue at Ramona Road (north) (DWG P-1 and P-2); including but not limited to: temporary high line service; new fire hydrant; new services; connections to existing water mains and services; valves; pipe wrap; fittings; thrust blocks; abandonment of pipe; removal of existing 10, 8, and 4 pipe, services, and fire hydrant; delivery of salvaged materials to the City Yard; excavation; disposal of excess material; one sack slurry pipe and trench zone backfill; surface repair; temporary blow-offs; testing; chlorination; and appurtenances; complete and in 210 LF $500 $105,000
3 10 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and remove existing and construct new 12-inch diameter double thick cement mortar lined ductile iron water pipe in Hellman Avenue, east of Orange Grove Avenue (shown on DWG P-19); including but not limited to: temporary high line service; connections to existing water mains; valves; pipe wrap; fittings; thrust blocks; excavation; disposal of excess material; one sack slurry pipe and trench zone backfill; removal of existing pipe; bus pad replacement; surface repair; temporary blow-offs; testing; chlorination; shoring; and appurtenances; complete and in 11 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and remove existing and construct new 6-inch diameter double thick cement mortar lined ductile iron water pipe in Ramona Road (North), east of Orange Grove Avenue (shown on DWG P-1 and P-2); including but not limited to: temporary high line service; connections to existing water mains; valves; pipe wrap; fittings; thrust blocks; excavation; disposal of excess material; one sack slurry pipe and trench zone backfill; removal of existing pipe; surface repair; temporary blow-offs; testing; chlorination; shoring; and appurtenances; complete and in 12 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and remove existing and construct new 8-inch diameter double thick cement mortar lined ductile iron water pipe in Ramona Road (South), east of Garvey Avenue (shown on DWG P-2 and P-3); including but not limited to: temporary high line service; connections to existing water mains; valves; pipe wrap; fittings; thrust blocks; excavation; disposal of excess material; one sack slurry pipe and trench zone backfill; removal of existing pipe; surface repair; temporary blow-offs; testing; chlorination; shoring; and appurtenances; complete and in 92 LF $500 $46, LF $600 $15, LF $800 $56,800
4 13 Per Plans and Specifications furnish all labor, material, equipment and tools necessary to reroute the existing 8- inch CI sewer forcemain in Ramona Road (north) at Orange Grove Avenue to new 60-inch diameter MH #1C (DWG P6). The work includes, but is not limited to: 40 mil Protecto 401 ceramic epoxy lined ductile iron pipe, pipe wrap, fittings; thrust blocks; 12 feet of DR 18, AWWA C900 PVC future forcemain stub-out and cap; excavation; disposal of excess material; one sack pipe and trench zone slurry backfill; surface repair; temporary blow-offs; testing; and all appurtenances; complete and in 29 LF $500 $14,500 CONSTRUCTION OF SEWER 14 Per plans and specifications, furnish all labor, material, equipment, and tools necessary and construct new 8- inch VCP gravity sewer from Manhole #1C to Manhole #2A, one (1) 60-inch diameter, 125 mil Sancon 100 lined manhole (MH #1C) and 40 mil Protecto 401 ceramic epoxy lined ductile iron stub-out (12 ft long) with end cap in Ramona Road (north), (DWG P-6). The work includes, but is not limited to: excavation; thrust block, one sack slurry pipe and trench zone backfill; disposal of excess material; surface repair; testing; and all appurtenances; complete and in 76 LF $1,000 $76, Per Plans and Specifications furnish all labor, material, equipment and tools necessary and construct new 8-inch diameter PVC and VCP sewer pipe, in Ramona Road north from Meridian Avenue to Orange Grove Avenue, including two (2) 48 diameter 125 mil Sancon 100 lined manholes (MH #1B and MH #2B); and modification and 125 mil Sancon 100 interior coating of an existing manhole in the Meridian Avenue intersection (DWG P-4). The work also includes, but is not limited to: excavation; reconnection of existing house services; construction of one (1) new house service; disposal of excess material; one sack slurry pipe and trench zone backfill; surface repair; testing; and all appurtenances, complete and in 425 LF $600 $255,000
5 16 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and construct new 18- inch diameter extra strength VCP sewer in Orange Grove Avenue from Manhole # 1B to Manhole #1A just west of the new Lift Station No. 2 wet well, including one (1) 60-inch diameter 125 mil epoxy polyurethane lined Manhole #2A in the Ramona Road north/orange Grove Avenue intersection (DWG P-3). The work includes, but is not limited to: excavation; one sack slurry pipe and trench zone backfill; disposal of excess material; surface repair; testing; shoring; and all appurtenances; complete and in 55 LF $1,200 $66, Per Plans and Specifications furnish all labor, material, equipment and tools necessary and jack and bore in place 28-inch diameter, ½-inch thick (minimum) steel casing pipe and construct new 12-inch diameter DR 14 AWWA C900 PVC carrier sewer pipe across the I-10 Freeway between Ramona Road (north) and Ramona Road (south) (DWG P-3). The work includes, but is not limited to: construction of jacking and receiving pits; excavation; shoring; disposal of excess material; one sack slurry backfill of jacking and receiving pits; shoring removal; redwood skids; casing centralizers; low strength slurry backfill of interior annular space; surface repair; testing; all appurtenances; and compliance with Caltrans and Metrolink permit requirements, complete and in Per Plans and Specifications furnish all labor, material, 18 equipment and tools necessary and construct new 12- inch diameter DR 14 AWWA C900 PVC sewer pipe in Ramona Road (south); including one (1) 60-inch diameter 125 mil Sancon 100 lined Manhole #3A (DWG P-3). The work includes, but is not limited to: connecting to the existing 48-inch brick and mortar manhole, 125 mil Sancon 100 lining of the existing brick and mortar manhole; plugging the south end of the 8-inch VCP sewer under the I-10 Freeway with CLSM after the new Lift Station No.2 is in service; excavation; disposal of excess material; one sack slurry pipe and trench zone backfill; surface repair; testing, and all appurtenances; complete and in 237 LF $1,500 $355, LF $650 $137,150
6 19 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and construct new 60- inch diameter 125 mil Sancon 100 lined Sewer Manhole #1D over the existing 8-inch VCP sewer in Orange Grove Avenue with 8-inch drop connection on its west side; and construct new 18-inch VCP sewer from the Manhole #1D to the new 96-inch diameter Manhole #1A (DWG P-3, P-5, and C-1). The work includes, but is not limited to: excavation; disposal of excess material; one sack slurry backfill; surface repair; shoring; VCP removal through manhole; channel modification and all other required appurtenances; complete and in 20 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and construct new 96- inch diameter T-Lock lined Sewer Manhole #1A, including 18-inch diameter extra strength VCP sewer from Manhole #1A to the wet well (DWG P-3, P-5, and C-1). The work includes, but is not limited to: excavation; disposal of excess material; one sack slurry backfill; surface repair; shoring; VCP removal through manhole; channel modification and all other required appurtenances; complete and in 21 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and construct new 12- inch diameter DR-14 AWWA C900 PVC sewer forcemain in Orange Grove Avenue and Hellman Avenue to Meridian Avenue (Option A); including two phase connection at Hellman Avenue and Meridian Avenue intersection; reroute the existing 12- inch CIP sewer forcemain to the new drop Manhole #1C at the intersection of Ross Avenue and Freemont Avenue (DWGS P-7 to P-10; P-14, P-18, P-19). The work includes, but is not limited to: bypass pumping; connections; valves; encasements; air vac assemblies; clean out assembly; remodeling of sewer house connections; removal of interfering pipe; pipe wrap; fittings; thrust blocks; excavation; disposal of excess material; one sack slurry pipe and trench zone backfill; surface repair; temporary blow-offs; testing; shoring; and all appurtenances; complete and in 1 LS $70,000 $70,000 1 LS $130,000 $130, LF $450 $668,250
7 22 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and construct new 21- inch diameter extra strength VCP sewer pipe in Ross Avenue between Fremont Avenue to approximately 55-feet, east of Edgewood Drive; including, (4) four new 60-inch diameter 125 mil Sancon 100 lined Manholes, (MH #1C through #4C) and sewer service reconnections (DWGS P-15 to P-18). The work includes, but is not limited to removal of existing 18-inch pipe and brick manholes; reconnection of existing house laterals to the new sewer, excavation; disposal of excess material; surface repair; one sack slurry pipe and trench zone backfill; testing; temporary rerouting of the existing 12-inch sewer forcemain; and appurtenances; complete and in 23 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and fill with a controlled low strength material and abandon in place existing 12-inch sewer Lift Station No. 2 PVC forcemain in Meridian Avenue, and Ross Avenue in phases to match the construction phasing and maintain sewer service, including all appurtenant work; complete and in 24 Per plans and specifications, furnish all labor, material, equipment and tools necessary and fill with controlled low strength material and abandon in place existing 8 VCP gravity sewer and existing 8 sewer forcemain in Ramona Road (north) and Orange Grove Avenue (DWGS P3, P4, P6), including manhole removals and abandonment; and all appurtenant work; complete and in NEW LIFT STATION CONSTRUCTION 25 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and construct 10 ft diameter precast concrete (12-inch thick), T-Lock lined wet well with cast-in-place reinforced concrete base. The work includes, but is not limited to: 316 stainless steel access hatch; concrete fillet with 125 mil Sancon 100 lining system; waterproofing system; sleeves; geotextile fabric; subgrade preparation; 1 crushed rock; one sack slurry backfill; disposal of excess material; and all appurtenances; complete and in 960 LF $450 $432, LF $20 $39, LF $30 $17,550 1 LS $300,000 $300,000
8 26 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and construct a 5 ft long, 7.5 ft wide, precast reinforced concrete valve vault. The work includes, but is not limited to: excavation; waterproofing system; sleeves; geotextile fabric; subgrade preparation; 1 crushed rock; grated sump; aluminum access hatch; one sack slurry backfill; disposal of excess material; sacking of interior concrete surfaces; 316 stainless steel ladder; and all appurtenances; complete and in 27 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and construct a 5 ft long, 5 ft wide, precast reinforced concrete meter vault. The work includes, but is not limited to: excavation; waterproofing system; sleeves; geotextile fabric; subgrade preparation; 1 crushed rock; grated sump; aluminum access hatch; one sack slurry backfill; disposal of excess material; sacking of interior concrete surfaces; 316 stainless steel ladder; and all appurtenances; complete and in 28 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and construct wet well mechanical equipment. The work includes, but is not limited to: submersible non-clog sewage pumps and removal hardware; 316L stainless steel piping, pipe supports and couplings within the wet well and from the wet well to the valve vault; cable racks; testing; and all appurtenances required; complete and in 29 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and deliver to the City yard one (1) 52 HP, 1500 gpm submersible non-clog sewage pump, motor and cable of sufficient length for any installation location, crated for long term storage; three (3) spare impellers, and two (2) seal fail relays compatible with the moisture probes installed; complete as required by the Contract Documents. 30 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and construct valve vault mechanical equipment. The work includes, but is not limited to: sump pump and its piping to the wet well; piping, fittings, couplings and thrust blocks within the valve vault and between the valve vault and meter vault; valves; pipe supports; testing; and all other required appurtenant items of work; complete and in 1 LS $40,000 $40,000 1 LS $35,000 $35,000 1 LS $300,000 $300,000 1 LS $45,000 $45,000 1 LS $90,000 $90,000
9 31 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and construct meter vault mechanical equipment. The work includes, but is not limited to: sump pump and its discharge piping to the discharge pipe of the valve vault sump pump; piping; fittings, couplings, flowmeter; pressure sensor; pipe supports; thrust blocks; and all required appurtenances, including the 10-inch gate valve outside the meter vault; and testing; and all other required appurtenant items of work; complete and in 1 LS $30,000 $30, Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and construct 8-inch bypass pumping connection between the 10-inch gate valve outside the meter vault and the 12-inch PVC forcemain (DWGS M-1; M-2; P-18). The work includes, but is not limited to: piping; valves, fittings; couplings; thrust blocks; camlock fitting; polymer concrete box; testing; and all other required appurtenant items of work; complete and in 1 LS $25,000 $25, Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and construct electrical improvements; including grounding system; conduits; wires; cables; pads; instruments; float switches; ultrasonic level transducers; pull boxes; splice boxes; radio antenna and pole; concrete encasement; one sack slurry backfill of excavations; disposal of excess material; disconnect switches; lights and receptacles; intrusion switches; enclosures; and all other required appurtenant items of work; complete and in 34 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and construct a 60-inch high, NEMA 3R, 316 stainless steel main switchboard and motor control center, and PLC/RTU cabinet, complete with all required equipment identified in the contract documents, including 18-inch reinforced concrete base; coordination study; ARC flash study, and short circuit analysis. 35 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and construct 200 kw diesel powered emergency generator set, with 24-hour sub-base fuel tank and level 2 sound attenuated outdoor enclosure; including testing; 30-inch reinforced concrete base; and all appurtenances, complete and in 1 LS $150,000 $150,000 1 LS $400,000 $400,000 1 LS $160,000 $160,000
10 36 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and perform third party testing of installed electrical systems. 37 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and conduct lift station start up and testing as required by the Contract Documents; including preparation and obtaining favorable review of the testing protocol. 38 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and provide PLC programming and SCADA integration; including preparation of a radio study, furnishing all required software and licenses, development of screens at the local RTU and base station computer, and providing start up services to demonstrate all programming and communications are functioning correctly, complete and in DEMOLITION OF EXISTING LIFT STATION 39 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and remove existing control panel, pumps, and valves; deliver to City Yard; complete and in 40 Per Plans and Specifications, furnish all labor, material, equipment and tools necessary and remove and legally dispose of all other equipment and materials within the existing wet well, dry well, and access tunnel, and outside the access tunnel; complete and in 41 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and remove all hatches, access covers, reinforced concrete wet well, dry well, and access tunnel above elevation 403.0; remove all residual sewage and debris from the wet well; fill the existing lift station structure, tunnel, and the void created above with 1-sack slurry; and dispose of any excess material; complete and in 1 LS $15,000 $15,000 1 LS $20,000 $20,000 1 LS $70,000 $70,000 1 LS $5,000 $5,000 1 LS $20,000 $20,000 1 LS $160,000 $160,000
11 ADDITIONAL BID ITEMS 42 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and remove existing AC pavement and concrete base and construct 4 AC/6 AB paving in Ramona Road (north) at Meridian Avenue, and in Meridian Avenue north of Ramona Road to the limits shown on the Drawings; complete and in 43 Per Plans and Specifications furnish all labor, material, equipment and tools necessary to remove existing AC pavement and concrete base and construct 4 AC/6 AB paving in Ramona Road (north) at Orange Grove Avenue, and in Orange Grove Avenue north of Ramona Road to the limits shown on the Contract Drawings; complete and in 44 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and remove and replace curbs, gutters, cross gutters, and sidewalks damaged by construction, as well as those shown on the Contract Drawings, complete and in 45 Allowance No.1 Materials Testing per Spec. Section Allowance No.2 Permit and Electrical Service Fees: SCAQMD generator permit; LACFCD storm drain crossing permit; Caltrans encroachment permit; Metrolink encroachment permit; SCE electrical service charges. 1 LS $50,000 $50,000 1 LS $70,000 $70,000 1 LS $90,000 $90,000 1 T&M $30, LS $ 50, TOTAL BID ITEMS 1 THROUGH 46 (WITHOUT OPTIONAL BID ITEMS) FOR SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT $ 5,844,750 Total Amount of Base Bid in Writing:
12 OPTIONAL BID ITEMS 47 Per Plans and Specifications furnish all labor, 2753 LF $480 $1,321,440 material, equipment and tools necessary and construct new 12-inch diameter AWWA C900 DR14 PVC sewer forcemain in Orange Grove Avenue, Hellman Avenue, Meridian Avenue and Ross Avenue to the new drop Manhole #1C at the intersection of Ross Avenue and Freemont Avenue; including phased connections (DWGS P- 7 through P-9; P-11 trough P13; P-18 and P19). The work includes, but is not limited to: bypass pumping; connections; valves; encasements; removal of interfering pipe; pipe wrap; fittings; thrust blocks; excavation; disposal of excess material; one sack slurry pipe and trench zone backfill; surface repair; temporary blow-offs; testing; shoring; and appurtenances; complete and in 48 Per Plans and Specifications furnish all labor, material, equipment and tools necessary and fill with controlled low strength material and abandon in place existing 12-inch Sewer Lift Station No. 2 CIP and PVC forcemain in Meridian Avenue and Ross Avenue, including all appurtenant work; complete and in 3250 LF $20 $65,000 TOTAL BID ITEMS 1 THROUGH 20; 22; 24 THROUGH 46; PLUS OPTIONAL BID ITEMS 47 AND 48 FOR SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT $ 6,523,540 Total Amount of Optional Bid in Writing:
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 informationNorth 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 informationSECTION 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 informationSECTION CS-2. TRENCH EXCAVATION CONSTRUCTION STANDARDS
SECTION CS-2. TRENCH EXCAVATION CONSTRUCTION STANDARDS CS-2-01. GENERAL: Trench excavation shall conform with the City Standard Specifications. In general a trench is defined as an excavation in which
More informationEAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT
EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT Addendum No. 2 Attachment B Contract Document Revisions Specifications: TABLE OF CONTENTS ADDENDUM NO. 2 Attachment B Contract
More informationSECTION 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 informationSAN 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 informationSUPPLEMENTAL 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 informationChapter 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 informationRFB 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 informationSPECIFICATIONS - DETAILED PROVISIONS Section Temporary Sewage Lift Station Demolition C O N T E N T S
SPECIFICATIONS - DETAILED PROVISIONS Section 02051 Temporary Sewage Lift Station Demolition C O N T E N T S PART 1 - GENERAL... 1 1.01 DESCRIPTION... 1 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS...
More informationCITY 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 informationSECTION 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 informationF. Provide at least 2 feet of vertical separation between a water line and any utility or stormdrain crossing it.
Section 3 F. Provide at least 2 feet of vertical separation between a water line and any utility or stormdrain crossing it. 3.8 Highway Crossings The design engineer shall, prior to the design of any highway
More informationAddendum 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 informationVILLAGE 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 informationSPECIAL 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 informationSECTION 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 informationSPECIAL 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 informationITEM 432 TUNNEL CONSTRUCTION
AFTER MARCH 1, 2012 ITEM 432 TUNNEL CONSTRUCTION 432.1 Description. This Item shall govern for tunnel lines under railroads, state highways, and concrete paved streets or other obstructions indicated.
More informationSPECIAL 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 informationEXHIBIT 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 informationCONSTRUCTION STANDARDS SECTION CS 3 TRENCH FOUNDATION, BEDDING AND BACKFILL
CONSTRUCTION STANDARDS SECTION CS 3 TRENCH FOUNDATION, BEDDING AND BACKFILL CS 3-01 GENERAL: A. The foundation, bedding and backfill for all trenches shall conform with the requirements of the City Standard
More informationSPECIAL 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 informationGeneral 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 informationCITY 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 informationCITY 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 informationSECTION 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 informationSECTION 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 informationAddendum 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 informationTRENCHLESS CONSTRUCTION (BORING, JACKING, AND TUNNELING)
PART 1 - GENERAL TRENCHLESS CONSTRUCTION (BORING, JACKING, AND TUNNELING) 1.01 SECTION INCLUDES A. Trenchless Installation of Carrier Pipe with Casing Pipe B. Trenchless Installation of Carrier Pipe without
More informationTECHNICAL 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 informationA. Introduction 7 1. Purpose 7 2. Authority 7 3. Contact 8 4. Plan Submittal Process 8 B. Design Standards General 11 a. Future Extensions 11
A. Introduction 7 1. Purpose 7 2. Authority 7 3. Contact 8 4. Plan Submittal Process 8 B. Design Standards 11 1. General 11 a. Future Extensions 11 b. Design Calculations 11 c. Easements and Property 12
More informationVALLECITOS WATER DISTRICT SECTION PRECAST REINFORCED CONCRETE MANHOLES
PART 1 GENERAL 1.1 DESCRIPTION A. This section includes materials, testing, and installation of precast concrete manholes, manhole bases, manhole frames, and covers. 1.2 RELATED WORK SPECIFIED ELSEWHERE
More informationTempleton Community Services District Eastside Force Main Improvements. Monthly Progress Report
Templeton Community Services District Eastside Force Main Improvements Monthly Progress Report Prepared By: Kim Lindbery, Resident Engineer MKN & Associates, Inc. July 31, 2018 1 2 Schedule and Budget
More informationForsyth County Procurement
Forsyth County Procurement Donna Kukarola, CPPO, CPPB, Procurement Director August 21, 2017 ADDENDUM # 3 BID NO. 17-74-3340 For: Construction of the Newton Pumping Station and Sanitary Sewer This addendum
More informationIndex to Technical Specifications
Index to Technical Specifications Item Number Subject I II EXCAVATION 1.01 Trenching and Excavation Regulations 1.02 Site Grading or General Excavation 1.03 Structural Excavation 1.04 Trench Excavation
More informationSPECIAL 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 informationMEASUREMENT & 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 informationCITY 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 informationSECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS
SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS Section Page 19-1 TRENCH EXCAVATION...19.1 19-1.01 Exploratory Excavation...19.1 19-1.02 Trench Width...19.1 19-1.02.A Storm Drain
More informationCUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE,
CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE FOR THE CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS RQ# 41677 BIDS DUE ON: May 1, 2018, at 2:00 p.m. ADDENDUM NUMBER 1, April 25, 2018, Page
More informationSECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS
SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS Section Page 19-1 TRENCH EXCAVATION... 19.1 19-1.01 Exploratory Excavation... 19.1 19-1.02 Trench Width... 19.1 19-1.02.A Storm Drain
More informationTRENCHLESS CONSTRUCTION (BORING, JACKING, AND TUNNELING)
PART 1 - GENERAL TRENCHLESS CONSTRUCTION (BORING, JACKING, AND TUNNELING) 1.01 SECTION INCLUDES A. Trenchless Installation of Carrier Pipe with Casing Pipe B. Trenchless Installation of Carrier Pipe without
More informationCITY OF ROSEVILLE CONSTRUCTION STANDARDS - CST
CITY OF ROSEVILLE CONSTRUCTION STANDARDS - CST Abbreviations AB 1-3 Section 11 Purpose and Definitions 11-1 Purpose PD 1 11-2 Construction Practice PD 1 11-3 Definitions PD 1 Section 12 Construction Area
More informationDIVISION 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 informationAPPENDIX 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 informationSECTION 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 informationSECTION 39 - MANHOLES TABLE OF CONTENTS
Section SECTION 39 - MANHOLES TABLE OF CONTENTS Page 39-1 GENERAL... 39.1 39-2 CONCRETE MANHOLES... 39.1 39-2.01 NOT USED... 39.1 39-2.02 Concrete Storm Drain Manholes... 39.1 39-3 SADDLE SEWER MANHOLES...
More informationITEM 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 informationSANITARY SEWERS. B. Construct or relocate building sanitary sewer services, stubs, and connections.
SANITARY SEWERS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Sanitary Sewer Gravity Mains B. Sanitary Sewer Force Mains C. Sanitary Sewer Services 1.02 DESCRIPTION OF WORK A. Construct sanitary sewer gravity
More informationTABLE 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 informationSPECIAL SPECIFICATION 3504 Septic Tank System
1993 Specifications CSJ s 3136-01-126, etc. & 0683-01-070, etc. SPECIAL SPECIFICATION 3504 Septic Tank System 1. Description. This Item shall govern for all materials, equipment and labor necessary for
More informationSan 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 informationSTANDARD SPECIFICATIONS SECTION BORING AND JACKING. A. Section includes requirements for boring and jacking casing pipe.
STANDARD SPECIFICATIONS SECTION 02445 BORING AND JACKING PART 1 GENERAL 1.1 DESCRIPTION A. Section includes requirements for boring and jacking casing pipe. 1.2 DEFINITIONS A. Carrier Pipe: Sewer or water
More informationBID FORM. (Firm) FOR CONSTRUCTION OF
BID FORM BY Rancho California Water District 42135 Winchester Road Post Office Box 9017 Temecula, CA 92589-9017 (Firm) FOR VIA VISTA GRANDE [PROJECT 20161], AVOCADO MESA [PROJECT 20162], AND CARANCHO WEST
More informationSECTION WASTEWATER FORCE MAINS
SECTION 02732 WASTEWATER FORCE MAINS PART - GENERAL 1.01 GENERAL: A. This section includes the general requirements for design and installation of force main systems serving wastewater lift stations. B.
More informationCHAPTER 8 CAPITAL IMPROVEMENT PLAN
INTRODUCTION CHAPTER 8 CAPITAL IMPROVEMENT PLAN This chapter presents a 10-year Capital Improvement Plan (CIP). Wastewater capital improvements have been scheduled and prioritized on the basis of growth,
More informationPublic 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 informationSECTION 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 informationSECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS
SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS Section Page 19-1 TRENCH EXCAVATION... 19.1 19-1.01 Exploratory Excavation... 19.1 19-1.02 Trench Width... 19.1 19-1.02.A Storm Drain
More informationSECTION 2100 WATER MAIN
SECTION 2100 WATER MAIN WATER MAIN PART 1 GENERAL 1.01 Section Summary A. This section includes product and installation requirements for water main pipe, gate valves, hydrants, fittings, and miscellaneous
More informationRevision 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 informationEngineering Design Center. Standard Drawings. 1st Edition -January 2016
Engineering Design Center Standard Drawings 1st Edition -January 2016 Golden State Water Company Standard Drawings 1/11/2016 Table of Contents PART A STANDARD DRAWINGS Section I Pipeline Construction P-1
More informationSECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL
SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL This section covers the furnishing and installation of ductile iron water pipe, fittings, thrust restraint and pipe disinfection. Ductile Iron Pipe MATERIALS
More informationCIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP STATION STANDBY GENERATOR REPLACEMENT PROJECT
FOR BIDDING ONLY MARIN COUNTY, CALIFORNIA CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP STATION STANDBY GENERATOR REPLACEMENT PROJECT JOB NO. 10300-11/-09 VOLUME 4: DRAWINGS NOVEMBER 2011 DISTRICT
More informationSECTION 807 PUMP STATION REHABILITATION
SECTION 807 PUMP STATION REHABILITATION 807-1 DESCRIPTION: Rehabilitation of pump stations shall be defined as the cleaning, removal, repair and/or replacement of any and/or all components including but
More informationSTANDARD CONSTRUCTION SPECIFICATIONS TABLE OF CONTENTS SECTION TRENCHING AND BACKFILL
STANDARD CONSTRUCTION SPECIFICATIONS TABLE OF CONTENTS SECTION 31 23 33 TRENCHING AND BACKFILL PART 1 GENERAL... 3 1.1 Description... 3 A. Excavation for Utilities Includes... 3 B. Suitable Fill Material...
More informationDrainage structure refers to manholes, catch basins, leaching basins, inlets and drop inlets. Drainage structures are designated as follows.
403.01 Section 403. DRAINAGE STRUCTURES 403.01 Description. Adjust, construct, or temporarily lower drainage structures. Clean existing drainage structures and leads as directed by the Engineer. Drainage
More informationREVISED PER ADDENDUM No. 1 - Unit Price Bid Schedule
1. Mobilization, Insurance, Bonds, General Requirements, BMPs, Record Drawings, Testing Requirements, Utility Location, Demobilization and Site Maintenance. 1 L.S. 2. Supply and install complete 384,238
More informationCHAPTER 8 WATER SUPPLY SYSTEM
CHAPTER 8 WATER SUPPLY SYSTEM 8-1 INTRODUCTION These improvement standards shall govern the engineering design of all domestic water systems intended for operation and maintenance by the County of Sutter
More informationCity of Wentzville. Standard Specifications and Construction Details Amendment List
Amendment No. 1 Standard Specifications and Construction Details Amendment List Date: September 21, 2009 Subject: SCD 700.23 - Residential Entrance Layout and drawing revised to more clearly show the location
More informationITEM 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 informationPART 5 WATER SYSTEMS
PART 5 WATER SYSTEMS Abbreviations and Symbols Plan 501 Abbreviations and symbols for water... 205 Concrete Boxes and Hardware 502 27" Frame and cover... 207 503 38" Frame and cover... 209 505 Concrete
More informationCITY 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 informationSECTION TRENCHING
SECTION 31 23 17 TRENCHING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavating trenches for utilities and utility structures. 2. Bedding. 3. Backfilling and compacting to subgrade elevations.
More informationCCU 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 informationSECTION 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 informationSECTION 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 informationSECTION WASTEWATER FORCE MAINS
SECTION 02732 WASTEWATER FORCE MAINS PART 1 GENERAL 1.01 GENERAL: A. This section includes the general requirements for design and installation of force main systems serving wastewater lift stations. B.
More informationCITY 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 informationEXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES
CITY OF SANTA MONICA Department of Public Works Civil Engineering Division 1685 Main, Room 116 Santa Monica, CA 90401 Tel: (310) 458-2240 or (310) 458-8737 EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL
More informationSECTION C10 CLEANING AND CEMENT LINING GENERAL
SECTION C10 CLEANING AND CEMENT LINING GENERAL The work under this section consists of the cleaning and cement mortar lining of existing cast iron water mains in place within the limits specified on the
More informationCITY 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 informationSECTION 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 informationATTACHMENT 8 STIPULATED UNIT PRICES
ATTACHMENT 8 STIPULATED UNIT PRICES 1. Work Package Item Prices (2 pages) 2. General Description of Work Items (3 pages) PQOC SMALL SIDEWALK CONTRACTORS LIST STIPULATED UNIT PRICES City of Los Angeles
More informationCITY OF PANAMA CITY BEACH Utilities Administration & Engineering Offices 116 South Arnold Road Panama City Beach, FL 32413
Page: 1 of 5 CITY OF PANAMA CITY BEACH Utilities Administration & Engineering Offices 116 South Arnold Road Panama City Beach, FL 32413 COMMERCIAL/RESIDENTIAL UTILITY PLAN COMPLETENESS CHECK LIST Updated
More information2. A preconstruction meeting with the TWA s staff is required prior to initiating construction.
General: 1. Construct utilities in accordance to TWA approved plans and shop drawings. Any deviation from the approved plans shall be approved by the DEVELOPER S ENGINEER and TWA 2. A preconstruction meeting
More informationBid Tabulation Report 2011 Pump Station Rehabilitations
Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 Bonding Provided 5% 5% 5% 5% Bidder Acknowledges Receipt of Addendums - but only 1 Affadivit of Preferential Bidders Status has has has has Description
More informationSECTION 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 informationStatement of Quantities
01-21.26.01 GROUND WATER TREATMENT CONSUMABLES ALLOWANCE 1 A/A 01-52.13 ACCOUNT - PROJECT SPECIAL PROVISIONS TEMPORARY OFFICE FACILITIES 2-1.2a REMOVE 6" CONCRETE CURB AND/OR GUTTER REMOVE 780 LF 2-1.4
More informationSECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards...
SECTION 02210 - SITE GRADING CONTENTS: Part 1 - General... 1 1.01 Work Included... 1 1.02 Related Requirements... 1 1.03 Reference Standards... 1 1.04 Quality Assurance... 1 1.05 Measurement and Payment...
More informationUNDERGROUND UTILITY CONTRACTORS GENERAL TRADE KNOWLEDGE EXAMINATION CONTENT INFORMATION
UNDERGROUND UTILITY CONTRACTORS GENERAL TRADE KNOWLEDGE EXAMINATION CONTENT INFORMATION Effective September 9, 2014 The General Trade Knowledge portion of the examination is administered daily in Computer
More informationSECTION STORM DRAINAGE
SECTION 02720 STORM DRAINAGE PART 1 - GENERAL 1.01 WORK INCLUDED A. Trenching and other excavation. B. Ground water control. C. Pipe bedding. D. Installation of storm drains and appurtenances. E. Installation
More informationGENERAL UTILITIES REQUIREMENTS
33 00 00 GENERAL UTILITIES REQUIREMENTS i. 01 41 26.02 Local Utility Information & Locate ii. 23 05 19 Meters and Gages iii. 33 10 00 Water Utilities Public Water Distribution System iv. 33 12 13.13 Water
More informationEast Wenatchee Water District Supplemental Provisions to the 2012 WSDOT/APWA Standard Specifications
East Wenatchee Water District Supplemental Provisions to the 2012 WSDOT/APWA Standard Specifications 1-01 DEFINITIONS and TERMS 1-01.3 Definitions This section is supplemented with the following Deleted
More informationYAKIMA COUNTY, WASHINGTON. Special Provisions For Water Main Construction
YAKIMA COUNTY, WASHINGTON Special Provisions For Water Main Construction The 2014 Standard Specifications for Road, Bridge, and Municipal Construction as prepared by the Washington State Department of
More informationSEMINOLE TRIBE OF FLORIDA PURCHASING DEPARTMENT RFB MABEL T FRANK WAY ROADWAY CONSTRUCTION BIG CYPRESS INDIAN RESERVATION
SEMINOLE TRIBE OF FLORIDA PURCHASING DEPARTMENT RFB MABEL T FRANK WAY ROADWAY CONSTRUCTION BIG CYPRESS INDIAN RESERVATION 6300 STIRLING ROAD HOLLYWOOD, FLORIDA 33024 ADDENDUM NUMBER THREE June 12, 2015
More informationINVITATION TO BIDDERS. Solicitation No. CO-00157
INVITATION TO BIDDERS Solicitation No. CO-00157 Sealed bids are requested by the San Antonio Water System for the construction of approximately 5,900 LF of 6 to 8-inch of water main and approximately 3,000LF
More informationADDENDUM 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