SECTION GENERAL REQUIREMENTS

Size: px
Start display at page:

Download "SECTION GENERAL REQUIREMENTS"

Transcription

1 SECTION GENERAL REQUIREMENTS PART 1 GENERAL 1.01 GENERAL DESCRIPTION OF WORK A. The work to be performed under this Contract consists of the furnishing of all materials, equipment, tools, plant, and the performance of all necessary labor, including all work appurtenant thereto, required for the construction complete of ROUTE A WATER LINE UPGRADE PHASE CONTRACT SPECIFICATIONS A. The contract specifications which are bound herewith and which shall govern the materials and equipment furnished and the work to be performed in the construction of the work are identified and indexed in the Table of Contents at the beginning of the Contract Documents. B. No attempt has been made in the designated specifications to segregate work to be performed by any trade or subcontract under any one specification or part thereof. Any segregation between the trade or craft jurisdiction limits will be solely a matter of agreement between the Contractor and his employees and his subcontractors CONTRACT DRAWINGS A. The contract drawings on which the bid and contract are to be based consist of 8 sheets including a cover. B. The drawings listed above are to be supplemented by additional shop and dimension drawings to be prepared by the Contractor as set forth in the specifications EXECUTION OF WORK A. Contractor shall have responsible trained employees on the job. The job may be shut down if the District Inspector determines that competent workers are not present on the job. B. Contractor shall have appropriate machinery for the job in good working condition. If not the job will be subject to shut down until the correct equipment is present on the job site QUALITY ASSURANCE A. If during the processes involved in the completion of the work some event happens which would indicate improper workmanship or inadequate materials have been incorporated into the work, then the owner shall have the right to have tests conducted to determine the adequacy of the products or workmanship and also determine the cause of failures, and the owner shall deduct costs of said investigations from moneys due the contractor or money held in warrantee. B. If subsequent investigation reveals a product was installed which deviated from the requirements without specific written approval for the deviation, then the Contractor may be required to remove and replace such product at his expense. If the Contractor fails to act, then the Owner may require the change to be made by others and charged against the Contractor. Funds withheld from the Contractor may be used to pay for the necessary removals/replacements

2 1.06 REFERENCE STANDARDS AND CODES A. Reference to the standards of any technical society, organization, or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative standard adopted and published at the date of taking bids, unless specifically stated otherwise MATERIALS FURNISHED BY OWNER A. Water for filling, pigging, and testing of new water lines. B. Some standard burial depth fire hydrants may be available for use on the project. Hydrants will be picked up by the Contractor from the District Office WORK TO BE PERFORMED BY OTHERS A. Work to be performed under other contracts outside the scope of these contract documents or by the Owner with its own forces, in connection with the work to be done, will include the furnishing of all materials and equipment, tools and plant, and the performance of all labor necessary in connection with the following: NONE 1.09 METHODS OF OPERATION A. The Contractor shall inform the Owner in advance concerning his plans for carrying on each part of the work, but the Contractor alone shall be responsible for the safety, adequacy, and efficiency of his plant, equipment, and methods. B. Any method of work suggested by the Owner or Engineer, but not specified, shall be used at the risk and responsibility of the Contractor; and the Engineer and Owner will assume no responsibility therefor. C. Review by the Owner or Engineer of any plan or method of work proposed by the Contractor shall not relieve the Contractor of any responsibility therefor, and such review shall not be considered as an assumption of any risk or liability by the Owner or Engineer, or any officer, agent, or employee thereof. The Contractor shall have no claim because of the failure or inefficiency of any plan or method so reviewed. D. The Owner and the Engineer will not be responsible for any act or omission of the Contractor, or any subcontractor, or any of their agents or employees, or any other persons performing any of the work. The Owner and Engineer will not be responsible for any failure of the Contractor or his subcontractors or any other persons to perform the work in accordance with the requirements of the Contract Documents UNFAVORABLE CONSTRUCTION CONDITIONS A. During unfavorable weather, wet ground, or other unsuitable construction conditions, Contractor shall confine his operations to work which will not be affected adversely by such conditions. No work shall be constructed under conditions that would adversely affect the quality, unless the Contractor takes special precautions to perform the work in a proper and satisfactory manner LICENSES, PERMITS, CERTIFICATES, LAWS AND ORDINANCES A. Licenses, permits and certificates as required by law or other regulatory agencies shall be procured and purchased when necessary by the Contractor. The Contractor shall comply with all applicable laws, ordinances, safety provisions, rules and regulations relating to the work. Permits may contain requirements that affect the cost of project work and some permanent permits require supplementary

3 work permits and fees to execute construction. Comply with the permit requirements and obtain and pay the fees involved with the supplementary work permits. B. Blasting or burning will require a permit from the issuing agency. C. Permits for working in the right-of-way will be required from: 1. MODOT State Route A. Permit will be obtained by Owner, but will need Contractor approval by MODOT. 2. Boone County Public Works Old Route A, Freeman Lane LAND AND RIGHTS-OF-WAY A. Land for Construction Purposes 1. The Contractor will be permitted to use available land belonging to the Owner, on or near the site of the work, for construction purposes and for the storage of materials and equipment. The location and extent of the areas so used shall be as designated by the Owner. 2. It shall be understood that the responsibility for protection and safekeeping of equipment and materials on or near the site will be entirely that of the Contractor and that no claim shall be made against the Owner due to any act of an employee or trespasser. No materials or equipment may be placed upon the property of the Owner until the Owner has agreed to the location contemplated by the Contractor to be used for storage. B. Easements 1. All easements and rights-of-ways will be provided by the Owner. The Contractor shall confine his construction operations to the immediate vicinity of the location shown on the drawings, and shall use due care in placing construction tools, equipment, excavated material, and supplies, so as to cause the least possible damage to property. 2. If it is necessary or desirable that the Contractor use land outside of the Owner's easement, the Contractor shall obtain consent from, and shall execute a written agreement with, the adjacent owner. The Contractor shall not enter or occupy for any other purpose with men, tools, equipment, construction materials, any property outside the designated construction easement boundaries without written permission from the owner. C. Working in Road Right-of-Way 1. When the construction work area is located in public right-of-way, the Contractor shall obtain a permit from the agency having jurisdiction over that right-of-way. The Contractor shall meet the requirements of the permitting agencies listed above. 2. The Contractor shall carry on the work in a manner that will cause the least interruption in traffic and may close to through travel not more than two consecutive blocks, including the cross street intersected. The Contractor shall provide suitable bridging over the trench where traffic must cross open trenches. 3. The Contractor shall post suitable signs indicating that a street is closed and necessary detour signs for the proper maintenance of traffic. All signage will meet the Manual of Uniform Traffic Control Devices (MUTCD). Adequate signage will be required in the Work Zone. D. Private Utility Easement Crossing 1. Anytime the construction work area is located in a private utility easement, such as a natural gas pipeline company, the Contractor shall notify the utility and meet all requirements of that utility while working in their easement TRESPASS A. The Contractor shall inform affected property owners, even though easements have been obtained,

4 before construction occurs on their property. Should the property contain farm crops, at least one week notice shall be given to allow for harvesting. Crops damaged without notice given shall be paid by the Contractor at current market value. B. The Contractor shall obtain permission from the property owner in writing, before cutting fences and repair same to original condition or better. Fences shall be completely repaired the day they are taken apart. Fences left in disrepair may be fixed by the Owner and costs deducted from monies due to the Contractor. If a controversy arises over fence cutting and Contractor does not have written permission, damages may be assessed against Contractor to return fence to original condition. Contractor shall use existing openings, insofar as practical to maneuver equipment 1.14 UNDERGROUND UTILITY LOCATIONS A. Existing underground installations such as water mains, gas mains, sewers, telephone lines, power lines, and buried structures in the vicinity of the work to be done hereunder are indicated on the drawings only to the extent such information has been made available to or discovered by the Engineer in preparing the drawings. There is no guarantee as to the accuracy or completeness of such information, and all responsibility for the accuracy and completeness thereof is expressly disclaimed. Generally, service connections are not indicated on the drawings. B. The actual location of existing utilities is the sole responsibility of the Contractor. Those shown on the plans are given to call particular attention to areas of special concern. Contractor is required to call DIG-RITE prior to any excavation. C. The Contractor shall be solely responsible for locating all existing underground installations, including service connections, in advance of excavating or trenching, by contacting the owners thereof and prospecting. The Contractor shall use his own information and shall not rely upon any information shown on the drawings concerning existing underground installations. D. Any delay, additional work, or extra cost to the Contractor caused by existing underground installations shall not constitute a claim for extra work, additional payment, or damages INCIDENTAL WORK A. All work to be done by the Contractor, as shown on the drawings and described in the specifications, including any and all minor details not specifically shown or described but obviously essential to the proper completion of the work such as capping open pipes that are to be abandioned, shall be considered as subsidiary to and included with the work for which prices are named in the Contract Documents. The Contractor shall not be entitled to any extra or additional compensation for such unless otherwise specified. PART 2 PART 3 PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION

5 SECTION MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 BACKGROUND A. This section is intended to provide a general guideline to the Contractor in preparing and submitting pay requests. Listings of work included in each bid item are not intended to include all work, but are only to provide general guidance to the Contractor in allocating costs. B. All work to be done by the Contractor, as shown on the drawings and described in the specifications, including any and all minor details not specifically shown or described but obviously essential to the proper completion of the work, shall be considered as subsidiary to and included with the work for which prices are named in the Contract Documents. The Contractor shall not be entitled to any extra or additional compensation for such work unless otherwise specified. Work for which there is not a pay item will be considered incidental to the Contract and no additional compensation will be allowed. C. All work completed under this Contract will be measured by the Owner or his authorized representative with the assistance of the Contractor. The method of measurement shall be as described in this section of the specifications. Payment shall be made to the Contractor as specified in Section Subsection19, Payment to Contractor. D. The Engineer will provide the Contractor the Application for Progress Payment Form in an Excel spreadsheet similar to the form contained within the Contract Manual SCHEDULE OF VALUES FOR LUMP SUM BID ITEMS A. The Contractor shall prepare and submit to the Engineer at or prior to the Preconstruction Conference a schedule of values covering the following lump sum items. 1. None B. The schedule of values, showing the value of each facet of work, shall be submitted to the Engineer and approved before any partial payment estimate is prepared. The sum of the items listed in the schedule of values shall equal the contract lump sum price. Overhead and profit shall not be listed as separate items. C. An unbalanced schedule of values providing for overpayment of the Contractor on items of work which would be performed first will not be accepted. The schedule of values shall be revised and resubmitted until acceptable to the Engineer. D. Approved Change Orders that affect the Schedule of Values will be revised with each Application for Payment MEASUREMENT AND PAYMENT FOR UNIT PRICE BID ITEMS A. Quantities and measurements will be based on the unit of measurement shown on the Bid, and will be measured as identified below in "Measurement and Method of Payment ". B. Payment will be full compensation for required labor, products, tools, equipment, plant, delivery, transportation, services and incidentals; erection, application or installation, testing and start-up of an item of the Work; overhead and profit

6 1.04 STORED MATERIALS ALLOWANCE A. In accordance with Section General Conditions, Contractor may request an allowance for the cost of major materials and equipment which are suitably stored at or near the site be included in the Application for Progress Payments. B. The cost is the actual supplier invoiced amount of the item not including handling, shipping, fees, or other costs added to the price of the item. C. Supplier invoices shall be submitted to the Engineer at least one week prior to the cut-off date. The Engineer will prepare the Stored Materials Summary Form and add the allowance to the Application for Payment APPLICATION FOR PROGRESS PAYMENT A. Submittal Process 1. The cut-off for work completion for the progress payment will be the last Friday of the month. In addition to other investigation, the inspector's reports and construction schedule will be used as a basis for evaluating the Contractor's estimated amount of work done at such periods as may be deemed necessary; all as required by the Engineer to provide assurances as to the accuracy of data submitted on the application for progress payment. 2. Contractor and Owner's Representative will agree on the quantities that will be entered on the pay estimate. In cases of discrepancies between the Contractor's quantities and the Owner's Representative records, the Owner's Representative shall decide which information is correct for the progress payment. 3. Once the quantities of completed work are approved by the Owner s Representative, the Contractor shall submit four (4) executed originals of the Application for Progress Payment to the Engineer for processing. 4. A certified payroll for the same period must be submitted directly to the Water District. 5. The Application for Progress Payment and certified payrolls must be submitted no later than the Monday of the Water District Board meeting, which normally meets on the second Thursday of the month. If the date of the meeting is changed, the Engineer will notify the Contractor of the new date and when the forms are due FINAL APPLICATION FOR PAYMENT A. Final quantities of completed work will be agreed by both the Contractor and Owner. B. Refer to Section Project Closeout for requirements for final application for payment and approval for final payment. C. Refer to Section Supplemental General Conditions regarding any modifications to GC-29 Guarantee for a restoration deposit VIOLATIONS PENALTIES A. In the event that the Owner or governmental agency has determined that a violation of any of the sections identified in these specifications has occurred, and that a penalty shall be assessed, the Owner shall withhold and retain all sums and amounts due and owing when making payments to Contractor under this Contract

7 1.08 MEASUREMENT AND METHOD OF PAYMENT A. Pipeline 1. Measurement: Linear Feet (LF) measured along the pipe. 2. Item Includes: Trenching, bedding, pipe installation, locator wire, backfilling, compaction, pipe, gaskets, polyethylene wrap, joint restraints, site preparation, tree and brush removal, traffic control, line cleaning (pigging), pressure testing, chlorination, flushing, and rough grading. Excavation will be unclassified. 3. Item includes site restoration: All items necessary to restore the site to its original condition, removal of construction debris, restoring fences, drives, mailboxes and other items disturbed during construction. Seeding will be paid for separately. 4. Locator wire will be considered incidental to the price of the pipe installation and include the following items: Wire, tape, and splices for placement on pipe, in valve boxes, and in tracer wire access boxes. B. Bored Pipeline 1. Measurement without Encasement Pipe: Linear Feet (LF) measured along the pipe as installed in the field. 2. Measurement with Encasement Pipe: Linear Feet (LF) measured along the encasement pipe as installed in the field. 3. Boring will be unclassified. 4. Item Includes: Directional and/or conventional boring method of installation, carrier water line pipe, casing, spacers, end seals, double strands of locator wire under highways, all other items necessary for the installation of bored pipeline. C. Service Line 1. Measurement: Linear Feet (LF) for PE service lines. 2. Items Included for Open-Cut Installation: Pipe, locator wire, trenching, bedding, installation, backfilling, and compaction. Excavation will be unclassified. 3. Aggregate backfill material will be paid for separately for open-cut installations. 4. Items Included for Bored Installation: Pipe, locator wire, boring, casing, installation, backfilling, and compaction of disturbed areas. Boring will be unclassified. 5. Item includes site restoration: All items necessary to restore the site to its original condition, including removal of construction debris and restoring fences, drives, mailboxes and other items disturbed during excavation and construction. D. Gate Valve and Box 1. Measurement: Each (EA) 2. Item Includes: Valve, mechanical joint valve setting, valve box riser and lid, and installation. E. Pipe Fitting 1. Measurement: Each (EA) for tees, bends, reducers, anchor couplings, sleeves, Uni-Flange joint restraint, and other fittings not included in other pay items. 2. Item Includes: All necessary materials and labor for a complete installation of the fitting

8 F. PVC Pipe Nipple with Tieback Rods 1. Measurement: Less than or equal to 4 feet - Each (EA); Longer than 4 feet - Each (EA). 2. Item Includes: All required ¾ stainless steel all-thread rods, stainless steel washers and nuts, anchor straps, socket clamps and other items to secure the rods to bolt holes in fittings; and, PVC pipe cut to the required length. G. Furnish and Install Fire Hydrant Assembly 1. Measurement: Each (EA) 2. Item Includes: Furnishing the fire hydrant for the proper burial depth and connection to the main by an anchor tee, gate valve and box, and anchor coupling(s). Also includes setting the fire hydrant to proper grade and plumb. 3. All necessary piping and fittings, clean rock, fire hydrant and concrete thrust blocking with hairpin rebar for a complete installation per construction detail will be paid for separately. H. End Cleanout 1. Measurement: Each (EA) 2. Item Included for 4 cleanout: All schedule 80 pipe, elbows, threaded plug, and labor necessary to install the cleanout as shown on the Plans. Gate valve and tee will be paid for separately. 3. Item Included for 2 cleanout: All schedule 80 piping, elbows, threaded plug, brass saddle and tapping of line, ball valve, and all labor necessary to install the cleanout as shown on the Plans. 4. Rock and concrete thrust blocking with rebar will be paid for separately. I. Reconnect Water Meter 1. Measurement: Each (EA) 2. Item Includes: All fittings necessary to tap new water line and reconnect service line to existing service line going to the meter, or reconnect service line directly at the meter pit setter. 3. Service line pipe will be paid for separately. If a new meter pit setter is required, it will be provided by the District. Includes site restoration not otherwise included in Service Line. J. Relocate Water Meter 1. Measurement: Each (EA) 2. Item Includes: Removal of the complete meter set from its existing location and installing a new meter pit setter (provided by Owner) at a new location; all fittings necessary to tap the new water line; connect the new water service to the meter pit setter; and connect the meter to the existing service line to the house. 3. Service line piping will be paid for separately. Includes site restoration not otherwise included in Service Line. K. Connect to Existing Water Lines 1. Measurement: Each (EA) 2. Item Includes: Connection to the existing water line as shown on the details complete with installation of fittings, pipe, valves, field cutting of pipe, furnishing and installing the end cap on the existing pipe; notification to customers that water will be shut off; and coordination with Water District in turning off isolation valves. Includes site restoration not otherwise included in Pipeline

9 L. Tree Removal 1. Measurement: Lump Sum (LS) 2. Item Includes: All work and items necessary to remove three (3) trees (12, 14, and 36 in size) as shown on the Plans and as flagged or marked in the field. Trees shall be cut down and stored in a location chosen by the property owner. Stumps shall be ground or otherwise removed to below grade. Includes site restoration not otherwise included in Pipeline. M. Water Line Testing 1. Measurement: Lump Sum (LS) based on a percentage of main water line sections tested and approved. It is anticipated that there will be approximately four (4) water line sections to be tested. 2. Item Includes: All items necessary to disinfect and pressure test water lines by chlorination, temporary installation of structures, temporary thrust blocking, pipe and other facilities to introduce the poly-pig to the pipes to be cleaned, an adequate source of water to project the pig through the pipes, and a catching mechanism to extract the pig. 3. Any permanent valves and concrete thrust blocking will be paid for separately. N. Rock Trench Excavation 1. Measurement: Cubic Yards (CY) to the nearest 0.1 CY, as measured in the field. 2. Item Includes: Open cut rock excavation methods required to remove rock from the trench, and removal of the rock from the project area. O. Concrete Thrust Blocking 1. Measurement: Cubic Yards (CY) to the nearest 0.1 CY from truck tickets delivered to the site. 2. Item Includes: Concrete, forming, tie rods and rebar for restraining blocks, hairpin rebar for valves, concrete blocking for bends, end caps, other fittings, pipe encasement, and installation. P. Gravel 1. Measurement: Tonnage (TON) to the nearest 0.01 ton from truck haul tickets of gravel delivered to the site. 2. Item Includes: All items necessary for the hauling to the site and placement of gravel for trench backfill under roads, gravel road surface restoration, and at structures. Q. Pavement Patch 1. Measurement: Square Yards (SY). 2. Item Includes: Subgrade preparation, saw cutting of existing pavement (as required), installation of the pavement type and thickness per project requirements. 3. Base rock will be paid for separately. R. Permanent Seeding 1. Measurement: Linear Foot (LF) measured along main line only. 2. Item Includes: Fine grading, topsoil, and multiple applications of seed, fertilizer, and mulch, as needed to restore vegetation with full ground cover. PART 2 PART 3 PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION

10 This page intentionally left blank.

11 SECTION ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.01 STARTING WORK A. Contractor shall notify the Owner 72 hours prior to start or major increase in work force. The operation of all valves on the existing distribution system shall be performed only by the Owner. B. The Contractor shall give 24 hours notice to the Owner of the need for the operation of any of the existing valves CONTRACTOR EMERGENCY PERSONNEL A. Contractor shall have a man or men available 24 hours a day who can be conveniently contacted at any time in case of an emergency caused by the construction operations. Names, addresses, and telephone numbers of these persons shall be filed with the Owner. Personnel designated by the Contractor shall have the authority and the means to take action at any time necessary to correct any emergency or other undesirable condition CONTRACT DOCUMENTS AT WORK SITE A. During the performance of this contract, the Contractor shall have a copy of the drawings, specifications, and other contract documents at the work site available for use at all times. B. A copy of the Prevailing Wages must be posted in an easy accessible location on the job site FIELD ENGINEERING A. Lines and Grades: All work shall be done to the lines, grades and elevations shown on the drawings. Owner will stake waterline centerline at appropriate locations. B. All other survey, layout, and measurement work shall be performed by the Contractor as a part of the work under this contract. Any work done without being properly located may be ordered removed and replaced at the Contractor's expense CONSTRUCTION SCHEDULE A. The Contractor is responsible for completing the project on time. If the job is falling behind the construction schedules, then the Contractor must do whatever is necessary to increase the output to a level to insure completion within the contract time. B. The Contractor's attention is directed to the fact that he will have to accept the risk of any delays caused by the rate of progress of the work to be performed under other sections of this contract or other contracts, and that in the event he is delayed in the prosecution and completion of his work because of such conditions he shall have no claim for damages or contract adjustment other than an extension of time and the waiving of liquidated damages during the period of time occasioned by the delay PRECONSTRUCTION CONFERENCE A. Prior to the start of work, the Engineer, in cooperation with the various agencies, will establish the time and date, distribute agenda, and administer the preconstruction conference. Owner, Engineer, Contractor, major Subcontractor(s) and Governmental Agencies will attend

12 1.07 PROGRESS MEETINGS A. Progress meetings will generally occur at the end of the month. The general job status will be discussed including progress of work, field observations, problems & decisions, shop submittal schedules and reviews, revision of construction schedule, corrective measures and project payments. PART 2 PART 3 PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION

13 SECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES SUBMITTALS PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. This section specifies the general requirements for the submittals of shop drawings, product data, and samples. A general summary of the types of submittals that may be required on this project, and the number of copies to be submitted is as follows: Type of Submittal Copies to Submit Shop Drawings 5 Product Data 5 Samples per individual specification Certificates of Compliance 2 Warranties 2 B. All submittals shall be sent to the Engineer at: Bartlett & West, Inc Southridge Drive Suite 100 Jefferson City, MO C. All submittals, regardless of origin, shall be approved by Contractor before submitting to Engineer. The Contractor shall be responsible for timely submittals so that there will be no delay to the Work due to the absence of approved submittals. D. Upon receipt of a submittal, the Engineer will review the submittal within 21 calendar days. This review time will commence starting the next working day following receipt of the submittal. Reviewed shop drawings and product data will be returned to the Contractor by regular mail, posted no later than 21 days after receipt. E. Contractor shall be solely responsible for the completeness of each submittal, including the identification of all deviations from the Contract Documents on each submittal and in the Contractor's letter of transmittal. Each submittal shall be complete in all aspects incorporating all information and data required to evaluate the products' compliance with the Contract Documents. F. Partial or incomplete submissions shall be returned to the Contractor without review. Time delays caused by rejection of submittals are not cause for extra charges to the Owner or time extensions SUBMITTAL REQUIREMENTS A. Contractor shall make submittals in such sequence as to cause no delay in the Work. B. The submittal shall be in the form of a booklet where: 1. All sheets shall be 8-1/2 x 11 (minimum) or individually folded to achieve same dimension when larger sheets are required. 2. The sheets shall be bound together with a binding. The binding shall be based on thickness of the submittal. a. 3/8 thickness (or less) use commercial grade reinforced paper/cardboard or plastic cover assembly

14 b. Greater than 3/8 but less than 1 thickness use commercial grade machine-bound wire or plastic multi-perforation binder. c. 1 to 2 maximum thickness: commercial grade 3-ring binder. C. The submittal shall have a cover sheet. The cover sheet shall include: 1. The date of submission and the dates of any previous submissions. 2. The Project title and contract number. 3. The names of: a. Contractor (and Subcontractor, when pertinent). b. Supplier/Manufacturer c. Separate Detailer, when pertinent. 4. A 4-inch wide by 3-inch high blank space for Engineer s review stamp. 5. A Contractor s stamp, initialed or signed, certifying Contractor s review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal that the product meets the requirements of the work and of the contract documents. Shop drawings received directly from suppliers or subcontractors will be returned without action. 6. Each submittal shall have a unique submittal number. Resubmittals shall have the original submittal number for that item and be identified as a resubmittal. D. The submittal shall have a table of contents. The order of the contents must be in the same as order described in the applicable specification sections. E. All deviations from the Contract Documents shall be identified on each submittal and shall be tabulated in Contractor's transmittal letter. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Contractor including modifications to other facilities that may be a result of the deviation, such as piping and wiring diagrams. F. Disorganized submittals that do not meet the requirements above will be stamped REJECTED, and returned without review SHOP DRAWINGS A. Submit shop drawings in accordance with the General Conditions Section 6 and other technical sections in these Contract Documents requiring submittals. B. The use of contract drawing reproductions for shop drawings is subject to rejection. C. Submit the appropriate number of copies of shop drawings. Upon completion of the review, two copies will be returned to Contractor. If the Contractor desires more than two copies, he shall transfer the Owner's Representative's comments onto additional copies at his own expense. D. Shop drawings shall show applicable standards, such as ASTM number or Federal Specification, performance characteristics, the principal dimensions, weight, structural and operating features, space required, clearances, dimensions needed for installation and correlation with other equipment and materials, external connections, anchorages, supports required, type and/or brand of finish or shop coat, grease fittings, etc. depending on the subject of the Drawings. E. Provide a professional engineer s, architect, land surveyor, or landscape architect seal on appropriate drawings of items that are submitted for review where required by the Specifications. Each copy of a submittal requiring a Professional Seal shall bear an original seal with signature and date. Electronic seals are permitted provided they meet the State Board of Professional Licensing regulations

15 1.04 PRODUCT DATA A. Product data may be in the form of manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations and other standard descriptive data. Product data shall show applicable standards, such as ASTM number or Federal Specification. B. Where product data from a manufacturer is submitted, clearly mark each copy with indelible ink to identify pertinent materials, products or models proposed with all pertinent data, performance characteristics and capacities, dimensions, clearances, diagrams, controls, connections, anchorage, and supports. Present a sufficient level of detail for assessment of compliance with the contract documents. C. Manufacturer's standard schematic drawings may be used in the submittal, but shall be modified by deleting information which is not applicable to the project, and by providing additional information specific to the project. D. When warranties are required, a sample of the warranty for each product shall be submitted with the shop drawings or product data. The sample warranty shall be the same form that will be used for the actual warranty. E. When Buy American Provisions are required for the Project, Supplier/Manufacturer shall provide a Buy American Certification with submittals for materials and equipment covered by the Buy American Provisions. Contractor is responsible for confirming that any product purchased for the Project meets the Buy American Provisions SAMPLES A. Submit samples for review of the various materials, together with the finish, before purchasing, fabricating, applying, or installing such materials and finishes. B. Identify samples as to product, color, manufacturer, trade name, lot, style, model, etc., location of use, and contract document reference. C. Samples shall be of sufficient size or quantity to illustrate clearly the quality, type, range of color, finish or texture and shall be properly labeled to show complete project identification, the nature of the material, trade name of manufacturer and location of the Work where the material represented by the sample will be used. D. Acceptable samples will establish the standards by which the completed Work will be judged. Therefore, materials, finishes, and workmanship in the completed project shall be equal in every respect to that of the samples submitted and accepted. E. Samples of value may be returned to the Contractor for use in the project after review, analysis, comparison, and/or testing as may be required in the review process. One sample marked "RESUBMITTAL IS NOT REQUIRED" will be returned to the Contractor. Rejected samples will not be returned. F. Furnish one sample of the finally reviewed materials, colors, or textures to Engineer for final record. Such material samples shall carry on the back all identification as previously described. If the sample is paint, include manufacturer, mix and proportion, name of color, building, Contractor/Subcontractor, and surfaces to which it is to be applied CERTIFICATES OF COMPLIANCE A. Furnish a Certificate of Compliance for materials specified to a recognized standard or code prior to the use of any such materials in the work. The Engineer may permit the use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The certificate

16 shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respects with the requirements of the Specifications. A Certificate of Compliance shall be furnished with each lot of material delivered to the work and the lot so certified shall be clearly identified in the certificate. B. All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of responsibility for incorporating material in the Work which conforms to the requirements of the Contract Documents and any such material not conforming to such requirements will be subject to rejection whether in place or not. C. The Engineer reserves the right to refuse permission for use of material on the basis of a Certificate of Compliance ENGINEER S REVIEW A. Engineer s submittal review period shall be 21 consecutive calendar days in length and shall commence on the first workday (Monday through Friday) immediately following the date or arrival of the submittal or resubmittal in Engineer s office. The time required to mail the submittal or resubmittal back to Contractor shall not be considered a part of the submittal review period. B. Engineer s review is only for general conformance with the design concept of the project and the information given in the Construction Documents. Neither the review nor any corrections or comment made on submittals during review relieves the Contractor from full compliance with the Contract Documents, including, but not limited to, the plans and specifications. Engineer s review of a specific item does not, nor shall it be construed to, include review of an assembly of which the item is a component. The Contractor is solely responsible for: all measurements, dimensions, quantities, materials, and proper fit up and interfacing of all components; all aspects of any fabrication process; the means, methods, techniques, sequences and procedures of construction; coordination of the work with that of all other trades; and performing all work in a safe and satisfactory manner. C. The returned submittal will indicate one of the following actions: RESUBMITTAL NOT REQUIRED - The review indicates that the submittal is in general conformance with the design concept and complies with the drawings and specifications. The Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. MAKE CORRECTIONS NOTED - The review indicates limited corrections are required as marked on the submittal. The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in O&M data, a corrected copy shall be provided. REVISE & RESUBMIT - The review reveals that the submittal is insufficient or contains incorrect data, or indicates that the material, equipment or work method is not in general conformance with the design concept or in compliance with the Drawings and Specifications. The Contractor shall not undertake work covered by such submittals until a new submittal is submitted. REJECTED - The submittal was not accepted or reviewed. D. Engineer s review of submittals shall not relieve Contractor from responsibility for errors, omissions, deviations, or responsibility for compliance with the Contract Documents RESUBMITTALS A. Resubmittals shall be made within 30 days of the date of the review letter returning the material to be modified or corrected, unless within 14 days Contractor submits a request for an extension of the resubmittal time, listing the reasons the resubmittal cannot be completed within that time, and are

17 approved by the Engineer. B. Resubmittals will be reviewed and returned in the same 21-day review period. It is considered reasonable that the Contractor shall make a complete and acceptable submittal by the second submission of a submittal item. Contractor shall verify that all exceptions previously noted by Engineer have been taken into account. C. Resubmittals shall identify what revisions were made. D. The need for more than one resubmittal, or any other delay in obtaining Engineer s review of submittals, will not entitle Contractor to extensions of Contract Times unless the delay of the Work is the direct result of failure of Engineer to review and return any submittal to Contractor within the specified review period. Additionally, Contractor shall reimburse Owner for the charges of Engineer for review of the additional resubmissions. Monies due to the Contractor may be withheld to cover additional costs of any review beyond the second submittal PRODUCT WARRANTY A. The product warranty shall be submitted prior to request for final payment. PART 2 PRODUCTS 2.01 SUBMITTALS REQUIRED FOR THIS PROJECT 1. Pipe All types and sizes 2. Tracer Wire 3. Valves and fittings 4. Appurtenances 5. Seed Mix PART 3 EXECUTION 3.01 SUBMITTAL RETENTION ON JOBSITE A. Provide and maintain on the jobsite one complete set of all submittals. END OF SECTION

18 This page intentionally left blank.

19 SECTION TESTING AND QUALITY ASSURANCE PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. This section covers quality assurance and quality control requirements of products used on this project, on-site inspections, and work by contractor, subcontractors, fabricators, suppliers, and purchasing agents. B. Testing services required shall be provided by Contractor. All tests to determine compliance with the Contract Documents shall be performed by an independent commercial testing firm acceptable to ENGINEER. The testing firm's laboratory shall be staffed with experienced technicians, properly equipped and fully qualified to perform the tests in accordance with the specified standards. C. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality assurance and quality control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover manufacturing requirements and testing of products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality assurance and quality control procedures that facilitate compliance with the Contract Document requirements. 3. The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, the indicated numeric values are minimum or maximum, as appropriate, for the context of the requirements. D. At no time shall the Contractor cover up work that was not inspected or properly tested. Contractor shall not build upon nor conceal non-conforming work TESTING SERVICES A. Contractor shall provide all testing services in connection with the following: 1. Disinfection and pressure testing of water lines in accordance with Section Certification of steel pipe QUALITY ASSURANCE A. All materials and equipment shall be new and correctly designed and shall conform to the requirements where specified in individual Sections. They shall be standard first-grade quality, produced by expert workers and be intended for the use for which they are offered. Materials or equipment which, in the opinion of the ENGINEER, are inferior or of a lower grade than indicated, specified or required will not be acceptable. B. To the greatest extent possible for each unit of Work, the Contractor shall provide products, materials, or equipment of a singular generic kind from a single source

20 1.04 WAIVER OF TESTING A. Any waiver by the Owner of any specific testing or other quality assurance measures, whether or not such waiver is accompanied by a guarantee of substantial performance as a relief from the specified testing or other quality assurance requirements as originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial Work, shall not be construed as a waiver of any requirements of the Contract Documents. B. Notwithstanding the existence of such waiver, the ENGINEER reserves the right to make independent investigations and tests and failure of any portion of the Work to meet any of the requirements of the Contract Documents, shall be reasonable cause for the Engineer to require the removal or correction and reconstruction of any such work in accordance with the General Conditions TESTING RESULTS REPORTING A. The Contractor or his testing firm shall submit test results of both passing and failing tests to the District Inspector. Failure to submit timely test reports may result in nonpayment for related work performed. Test results shall indicate: 1. Project title. 2. Name, address, and telephone number of testing agency. 3. Names of individuals making tests and inspections. 4. Sequential control number identifying the test sample. 5. Date taken. 6. Record of temperature and weather conditions at time of sample taking, testing and/or inspecting. 7. Location where test was taken. 8. Specification paragraph reference and test given. 9. Test and inspection results and an interpretation of test results. 10. Name and signature of laboratory technician. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements or recommendations on retesting and re-inspecting RE-INSPECTION AND RETESTING A. In the event that accuracy or adequacy of any inspection or test is challenged by any parties, and reinspection, or retesting is required, all costs for re-inspection or retesting shall be paid by party challenging the original report unless the re-inspection or retesting results in taking actions differing from that based on the original report which in that case, the party paying for the original tests shall pay for the additional inspection and tests. B. Such inspections or tests will be considered because of non-conformance to specified requirements. Testing shall be performed by the same independent firm on instructions by the ENGINEER

21 1.07 REPAIR AND PROTECTION A. On completion of testing, inspecting, sample taking, and similar services, Contractor shall repair damaged construction and restore substrates and finishes, and: 1. Provide materials and comply with installation requirements specified in other Specification Sections. 2. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. 3. Protect construction exposed by or for quality control service activities. B. Contractor is responsibility for repair and protection regardless of the assignment of responsibility for quality control services SITE INVESTIGATION AND CONTROL A. Contractor shall verify all dimensions in the field and shall check field conditions continuously during construction. The Contractor shall be solely responsible for any inaccuracies built into the Work due to its failure to comply with this requirement. B. The Contractor shall inspect related and appurtenant Work and shall report in writing to the Engineer any conditions that will prevent proper completion of the Work. Failure to report any such conditions shall constitute acceptance of all site conditions, and any required removal, repair, or replacement caused by unsuitable conditions shall be performed by the Contractor at its sole cost and expense. C. Where the dimensions and locations of existing structures are of critical importance in the installation or connection of new work, the Contractor shall verify such dimensions and locations in the field before the fabrication of any materials or equipment which is dependent on the correctness of such information. D. Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms, the Contractor shall take necessary precautions to protect all work, materials and equipment from exposure RIGHT OF REJECTION A. The ENGINEER, shall have the right, at all times and places, to reject any articles or materials to be furnished hereunder which, in any respect, fail to meet the requirements of the Contract Documents, regardless of whether the defects in such articles or materials are detected at the point of manufacture or after completion of the Work at the site. If the ENGINEER, through an oversight or otherwise, has accepted materials or Work which is defective or which is contrary to the Contract Documents, such materials, no matter in what stage or condition of manufacture, delivery, or erection, may be subsequently rejected by the ENGINEER for the Owner. B. The Contractor shall promptly remove rejected articles or materials from the site of the Work after notification of rejection. All costs of removal and replacement of rejected articles or materials as specified herein shall be borne by the Contractor. PART 2 PART 3 PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION

SECTION MEASUREMENT AND PAYMENT

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

More information

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

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

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

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

More information

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

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

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

More information

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

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

More information

SPECIAL SPECIFICATION 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

SPECIFICATIONS - DETAILED PROVISIONS Section Site Grading C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Site Grading C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 02210 - Site Grading C O N T E N T S PART 1 - GENERAL... 1 1.01 REQUIREMENT... 1 1.02 STRUCTURE PROTECTION... 2 1.03 JOB CONDITIONS... 3 PART 2 - PRODUCTS...

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

SECTION MEASUREMENT AND PAYMENT

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

More information

SECTION 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

SECTION VI POTABLE WATER, RECYCLED WATER, AND SANITARY SEWER SYSTEM FACILITY CONSTRUCTION

SECTION VI POTABLE WATER, RECYCLED WATER, AND SANITARY SEWER SYSTEM FACILITY CONSTRUCTION SECTION VI POTABLE WATER, RECYCLED WATER, AND SANITARY SEWER SYSTEM FACILITY CONSTRUCTION SECTION VI POTABLE WATER, RECYCLED WATER, AND SANITARY SEWER SYSTEM FACILITY CONSTRUCTION A. CONSTRUCTION STEPS

More information

SECTION PUBLIC WATER SERVICE CONNECTIONS

SECTION PUBLIC WATER SERVICE CONNECTIONS SECTION 33 14 14 PUBLIC WATER SERVICE CONNECTIONS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Pipe and fittings for water service connections to small commercial, light industrial, and residential

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

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

SPECIAL SPECIFICATION 6658 Time Warner Communications System

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

More information

SECTION A1 EXCAVATION AND BACKFILL GENERAL

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

More information

QUALITY REQUIREMENTS

QUALITY REQUIREMENTS SECTION 014000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

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

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

More information

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

1ARCHITECTURE TABLE OF CONTENTS

1ARCHITECTURE TABLE OF CONTENTS TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 0102 COVER 00 0107 SEALS PAGE 00 0111 TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS 01 1000 01 2000 01 2100 01 2300 01

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

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion City of Tacoma Tacoma Public Utilities Tacoma Power REQUEST FOR BIDS PG14-0667F Alder Lake Park Sewage Treatment Expansion Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, April 14, 2015 Submittal

More information

CONTROL OF WORK 1.02 AUTHORITY AND DUTIES OF THE ENGINEER S AUTHORIZED REPRESENTATIVE

CONTROL OF WORK 1.02 AUTHORITY AND DUTIES OF THE ENGINEER S AUTHORIZED REPRESENTATIVE 1.01 AUTHORITY OF THE ENGINEER CONTROL OF WORK A. The work included in the contract is to be done to the complete satisfaction of the Engineer, and the decision of the Engineer as to the true construction

More information

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

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

More information

SECTION WATER DISTRIBUTION SYSTEM

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

More information

YAKIMA COUNTY, WASHINGTON. Special Provisions For Water Main Construction

YAKIMA 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 information

SECTION TRENCHING & BACKFILLING

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

More information

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products.

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. SECTION 01400 QUALITY CONTROL SERVICES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification

More information

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

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

More information

SECTION SUPPLEMENTARY GENERAL CONDITIONS

SECTION SUPPLEMENTARY GENERAL CONDITIONS SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS PART 1 - GENERAL 1.1 SCOPE OF WORK In general, the Work consists of application of a fluid applied membrane, installation of new tapered insulation, installation

More information

CW 3530 MANUAL IRRIGATION SYSTEM TABLE OF CONTENTS

CW 3530 MANUAL IRRIGATION SYSTEM TABLE OF CONTENTS October 1990 CW 3530 MANUAL IRRIGATION SYSTEM TABLE OF CONTENTS 1. GENERAL CONDITIONS...1 3. DESCRIPTION...1 5. MATERIALS...1 5.1 General...1 5.2 Testing and Approval...1 5.3 Irrigation Pipe and Fittings...1

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

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

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

More information

Wastewater Capital Projects Management Standard Construction Specification

Wastewater Capital Projects Management Standard Construction Specification CITY AND COUNTY OF DENVER ENGINEERING DIVISION Wastewater Capital Projects Management Standard Construction Specification 10.1 PRECAST CONCRETE PIPE 10.1.1 General This section covers material requirements,

More information

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, 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

APPLICANT any person who makes application for a permit. BOROUGH Borough of Elizabethtown, Lancaster County, Pennsylvania.

APPLICANT any person who makes application for a permit. BOROUGH Borough of Elizabethtown, Lancaster County, Pennsylvania. CHAPTER 21 PART 2 TUNNELING AND EXCAVATIONS 201. Definitions. The following words and phrases, when used in this Part, shall have the meanings ascribed to them in this 201, except in those instances where

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

REVISION OF SECTION 623 IRRIGATION SYSTEM GENERAL

REVISION OF SECTION 623 IRRIGATION SYSTEM GENERAL 623.01 SUMMARY: GENERAL Section Includes: Landscape irrigation system as shown on the drawings for complete coverage to landscape areas. Furnish design for layout, pipe sizing, valving and head types and

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 4000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

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

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

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

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

A.1 WATER SYSTEM PLAN SUBMITTAL PROCEDURES AND GENERAL REQUIREMENTS

A.1 WATER SYSTEM PLAN SUBMITTAL PROCEDURES AND GENERAL REQUIREMENTS PC Plan Submittal and Review A.1 WATER SYSTEM PLAN SUBMITTAL PROCEDURES AND GENERAL REQUIREMENTS All plans for water main extensions, improvements and modifications shall be submitted to the District manager.

More information

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. "Beit Hanoun Emergency Water Supply Project"

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. Beit Hanoun Emergency Water Supply Project "Beit Hanoun Emergency Water Supply Project" " Rehabilitation and Construction of Beit Hanoun Water Network " BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE Bill of Quantities PREAMBLE TO

More information

Student Services & Classroom Addition

Student Services & Classroom Addition SECTION 014000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services

More information

Appendix 3. POLICY & PROCEDURE No

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

More information

Gateway Services Community Development District

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

More information

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

Job Order Sewer Repair Services

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

More information

SECTION 2100 WATER MAIN

SECTION 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 information

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS SECTION 11000 MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 DESCRIPTION A. This section contains general information required to install mechanical equipment as shown on the plans and

More information

San Antonio Water System Standard Specifications for Construction ITEM NO. 813 WATER SERVICE FOR FIRELINES

San Antonio Water System Standard Specifications for Construction ITEM NO. 813 WATER SERVICE FOR FIRELINES ITEM NO. 813 WATER SERVICE FOR FIRELINES 813.1 DESCRIPTION: This item shall consist of water service for fire line installations in accordance with these specifications and as directed by the Engineer.

More information

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC 29691 Robyn M. Courtright, CPPO, Procurement Director Tronda Spearman, CPPB, Assistant Procurement Director Telephone: 864-638-4141

More information

A. This Section includes administrative and procedural requirements for quality assurance and quality control.

A. This Section includes administrative and procedural requirements for quality assurance and quality control. SECTION 01400 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

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

MATERIAL AND INSTALLATION SPECIFICATIONS FOR CONSTRUCTING WATER SERVICES INSPECTIONS

MATERIAL AND INSTALLATION SPECIFICATIONS FOR CONSTRUCTING WATER SERVICES INSPECTIONS MATERIAL AND INSTALLATION SPECIFICATIONS FOR CONSTRUCTING WATER SERVICES INSPECTIONS A. It is YOUR responsibility to schedule ALL inspections and the installation of water meters with LWD (978) 540-2222,

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Todd County Water District P.O. Box 520 2201 New Highway 68 West Elkton, KY 42220 RE: Novelis Water Supply Project: Contract No. 1 Waterline Extensions The Todd County Water District

More information

1.07 SUPPLEMENTS PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION

1.07 SUPPLEMENTS PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION 1.07 SUPPLEMENTS d. Complete using typewriter or electronic printing. 3. Include detailed lubrication instructions and diagrams showing points to be greased or oiled; recommend type, grade, and temperature

More information

RWA, Inc. TECHNICAL SPECIFICATIONS NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS Willow Park Drive Suite 200 Naples, FL 34109

RWA, Inc. TECHNICAL SPECIFICATIONS NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS Willow Park Drive Suite 200 Naples, FL 34109 RWA, Inc. TECHNICAL SPECIFICATIONS NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS 6610 Willow Park Drive Suite 200 Naples, FL 34109 MAY 23, 2012 NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS

More information

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 Additional Fees Additional fees may be charged by PennDOT consistent with Sections 411 and 420 of the State Highway Law and Regulations 441.4(d)

More information

REGIONAL CONSTRUCTION STANDARDS

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

More information

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 SECTION 14 RESTORATION OF SURFACES... 14.1 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01

More information

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

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

More information

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION SECTION 74 AIRPORT OBSTRUCTION LIGHTS (FAA L-119) 74-1 GENERAL The Contractor shall perform all work required by the plans and specifications for construction of obstruction lights in accordance with the

More information

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS SECTION 02620 PART 1 GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required to install High Density Polyethylene (HDPE) pressure pipe, fittings, and appurtenances

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

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

SUBSURFACE ROTARY DRILLING INVESTIGATION SPECIFICATIONS

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

More information

SECTION EXCAVATION AND FILL

SECTION EXCAVATION AND FILL SECTION 02315 EXCAVATION AND FILL PART 1 GENERAL 1.01 SUMMARY A. Furnish labor, materials, equipment, and incidentals necessary to perform excavation, backfill, grading, and slope protection required to

More information

SECTION C10 CLEANING AND CEMENT LINING GENERAL

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

More information

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

SECTION FIRE HYDRANTS

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

More information

SANBORN COUNTY

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

More information

Consolidated Public Water Supply District No. 1 of Boone County, Missouri, a Public Corporation. Ashland Eastern Loop Phase 2

Consolidated Public Water Supply District No. 1 of Boone County, Missouri, a Public Corporation. Ashland Eastern Loop Phase 2 Addendum No. 1, Page 1 of 2 Consolidated Public Water Supply District No. 1 of Boone County, Missouri, a Public Corporation Ashland Eastern Loop Phase 2 ADDENDUM No. 1 October 25, 2017 Specifications Date:

More information

SECTION FIRE HYDRANTS

SECTION FIRE HYDRANTS SECTION 02080 FIRE HYDRANTS PART 1 - GENERAL 1.01 DESCRIPTION A. Work Specified The work specified shall include all labor, material, equipment, tools, services and incidentals necessary to furnish and

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification

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

COUNTY OF SUTTER ENCROACHMENT PERMIT

COUNTY OF SUTTER ENCROACHMENT PERMIT COUNTY OF SUTTER ENCROACHMENT PERMIT PERMIT No. Development Services Dept. Engineering Division 1130 Civic Center Blvd Yuba City, CA 95993 (530) 822-7400 Hours: 8 AM - 5 PM Upon completion, submit application

More information

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

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

More information

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 FOR ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions... SP-1 SECTION 2 BIDDING... SP-1 2-1.01 General...

More information

106 CONTROL OF MATERIALS SECTION 106 CONTROL OF MATERIALS

106 CONTROL OF MATERIALS SECTION 106 CONTROL OF MATERIALS SECTION 106 CONTROL OF MATERIALS 106.1 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS a. Sources of Supply. (1) Use sources of supply that will generate materials that meet quality requirements. Sources of

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

C. Miscellaneous Metal Fabricators are specified elsewhere in Division 5.

C. Miscellaneous Metal Fabricators are specified elsewhere in Division 5. SECTION 05 1200 - STRUCTURAL STEEL FRAMING PART 1 - GENERAL 1.01 SUMMARY A. Extent of structural steel work is shown on drawings, including schedules, notes and details to show size and location of members,

More information

SUB WATER DEPARTMENT STANDARD CONSTRUCTION SPECIFICATIONS TABLE OF CONTENTS SECTION POLYETHYLENE PRESSURE PIPE

SUB WATER DEPARTMENT STANDARD CONSTRUCTION SPECIFICATIONS TABLE OF CONTENTS SECTION POLYETHYLENE PRESSURE PIPE SUB WATER DEPARTMENT STANDARD CONSTRUCTION SPECIFICATIONS TABLE OF CONTENTS SECTION 33 11 13.24 POLYETHYLENE PRESSURE PIPE PART 1 GENERAL... 2 1.1 Description... 2 1.2 Reference Specification... 2 1.3

More information

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

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

More information

MATERIAL ALLOWANCES AND UNIT PRICES

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

More information

SECTION 105 CONTROL OF THE WORK

SECTION 105 CONTROL OF THE WORK 105 105.01 AUTHORITY OF THE ENGINEER SECTION 105 CONTROL OF THE WORK A. The Engineer will decide all questions that may arise as to the quality and acceptability of materials furnished and work performed

More information

ARTICLE 26 UTILITY LINE INSTALLATION REQUIREMENTS

ARTICLE 26 UTILITY LINE INSTALLATION REQUIREMENTS UTILITY LINE INSTALLATION REQUIREMENTS Index 26.01 JACK AND BORE OPERATIONS 26.02 PRESSURE PIPE RESTRAINT 26.03 PRESSURE CONNECTION BACK TO TABLE OF CONTENTS Section 26.01 JACK AND BORE OPERATIONS 26.01.01

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

SECTION UNCLASSIFIED EXCAVATION AND GRADING

SECTION UNCLASSIFIED EXCAVATION AND GRADING SECTION 02210 UNCLASSIFIED EXCAVATION AND GRADING PART 1 GENERAL 1.1 DESCRIPTION Work in this section includes the excavation, undercut excavating, grading, earthwork and compaction required as shown on

More information

UPRR INDUSTRIAL LEAD BRIDGE T-WALL RETAINING WALL SYSTEM 5.0 x 7.5 UNITS DESIGN UNIT 018 WORK PACKAGE 04

UPRR INDUSTRIAL LEAD BRIDGE T-WALL RETAINING WALL SYSTEM 5.0 x 7.5 UNITS DESIGN UNIT 018 WORK PACKAGE 04 UPRR INDUSTRIAL LEAD BRIDGE T-WALL RETAINING WALL SYSTEM 5.0 x 7.5 UNITS DESIGN UNIT 018 WORK PACKAGE 04 1. Description This work shall consist of the design, manufacture and construction of a T-WALL structure

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information

PROJECT SPECIFICATIONS PENSACOLA INTERNATIONAL AIRPORT PARKING GARAGE REHABILITATION

PROJECT SPECIFICATIONS PENSACOLA INTERNATIONAL AIRPORT PARKING GARAGE REHABILITATION PROJECT SPECIFICATIONS PENSACOLA INTERNATIONAL AIRPORT PARKING GARAGE REHABILITATION CITY OF PENSACOLA November 2018 SECTION 011000- SUMMARY OF WORK PART 1 - GENERAL 1.1 DOCUMENTS A. Drawings and general

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