REBID WASTEWATER TREATMENT PLANT IMPROVEMENTS PHASE III

Size: px
Start display at page:

Download "REBID WASTEWATER TREATMENT PLANT IMPROVEMENTS PHASE III"

Transcription

1 CITY OF FARMINGTON CONTRACT DOCUMENTS FOR REBID WASTEWATER TREATMENT PLANT IMPROVEMENTS PHASE III Project Number: 1-1 Contract Control Number: 1-1 R NMED Project Number: CWSRF 01 TECHNICAL SPECIFICATIONS MAY 01 ISSUED FOR BIDDING PREPARED BY HDR ENGINEERING, INC. 1 LOUISIANA BLVD. N.E. SUITE 00 ALBUQUERQUE, NEW MEXICO HDR PROJECT NO. 1 VOLUME IIA

2 Engineer s Certification I, Wade M. Chacon, certify that I am a licensed Professional Engineer in New Mexico (PE #1) and that these contract documents were prepared by me or under my direction. Wade M. Chacon

3 Table of Contents DIVISION 1 - GENERAL REQUIREMENTS VOLUME IIA 01 0 JOB CONDITIONS MEASUREMENT AND PAYMENT 01 1 PRODUCT SUBSTITUTIONS 01 1 REQUEST FOR INFORMATION (RFI) SPECIAL CONDITIONS 01 1 CONSTRUCTION PROGRESS SCHEDULE SUBMITTALS 01 0 OPERATION AND MAINTENANCE MANUALS 01 0 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01 1 STANDARD ABBREVIATIONS AND SYMBOLS MAJOR EQUIPMENT SUPPLIERS 01 0 PRODUCT DELIVERY, STORAGE, AND HANDLING 01 0 OPENINGS AND PENETRATIONS IN CONSTRUCTION 01 DEMOLITION, CUTTING AND PATCHING 01 1 CLEANING SYSTEM STARTUP DIVISION - CONCRETE CONCRETE TESTING CONCRETE 0 1 FORMWORK REINFORCEMENT CONCRETE, MATERIALS AND PROPORTIONING CONCRETE MIXING, PLACING, JOINTING, AND CURING 0 1 CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS DIVISION - MASONRY MASONRY CLEANING MASONRY MORTAR AND GROUT 0 0 MASONRY ACCESSORIES COLD AND HOT WEATHER MASONRY CONSTRUCTION 0 00 CONCRETE MASONRY DIVISION - METALS STRUCTURAL STEEL METAL FABRICATIONS 0 0 ALUMINIUM RAILINGS DIVISION - WOOD, PLASTICS, AND COMPOSITES 0 00 ROUGH CARPENTRY 0 00 FIBERGLASS REINFORCED PLASTIC FABRICATIONS DIVISION - THERMAL AND MOISTURE PROTECTION FLUID APPLIED WATERPROOFING Table of Contents - 1

4 LIQUID WATER REPELLENT BUILDING INSULATION SPRAYED POLYURETHANE INSULATION 0 00 UNDER SLAB VAPOR RETARDER 0 FULLY ADHERED TPO ROOFING METAL ROOFING 0 00 JOINT SEALANTS DIVISION - OPENINGS 0 00 HOLLOW METAL DOORS AND FRAMES 0 ALUMINUM ROLLING OVERHEAD DOORS 0 00 TRANSLUCENT PANEL SYSTEMS FINISH HARDWARE GLASS AND GLAZING LOUVERS AND VENTS DIVISION - FINISHES 0 00 EPOXY FLOORING SYSTEM PAINTING AND PROTECTIVE COATINGS DIVISION - SPECIALTIES 1 00 IDENTIFICATION DEVICES 1 SIGNAGE 1 TOILET AND BATH ACCESSORIES FIRE EXTINGUISHERS DIVISION - PLUMBING 0 0 PIPE AND PIPE FITTINGS: PLUMBING SYSTEMS 0 00 PLUMBING FIXTURES AND EQUIPMENT DIVISION HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC) 0 HVAC SYSTEMS: BALANCING AND TESTING 0 INSTRUMENTATION AND CONTROL (DDC) FOR HVAC SYSTEMS 1 00 HVAC: DUCTWORK 00 HVAC: FANS REFRIGERANT PIPING SYSTEM 0 00 HVAC: EQUIPMENT Table of Contents -

5 DIVISION - ELECTRICAL VOLUME IIB 0 00 ELECTRICAL: BASIC REQUIREMENTS 0 1 WIRE AND CABLE: 00 VOLT AND BELOW 0 GROUNDING AND BONDING 0 RACEWAYS AND BOXES 0 ELECTRICAL: EXTERIOR UNDERGROUND 0 SHORT CIRCUIT AND COORDINATION STUDY, AND ARC FLASH REPORT 0 1 ACCEPTANCE TESTING 0 1 ELECTRICAL METERING DEVICES 0 1 CONTROL EQUIPMENT ACCESSORIES 1 DRY TYPE TRANSFORMERS 1 PANELBOARDS 1 MOTOR CONTROL EQUIPMENT WIRING DEVICES 00 OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES 1 SAFETY SWITCHES VARIABLE FREQUENCY DRIVES: LOW VOLTAGE 1 ENGINE GENERATOR: NATURAL GAS 00 TRANSFER SWITCHES 1 LOW VOLTAGE SURGE PROTECTION DEVICES (SPD) 0 00 INTERIOR AND EXTERIOR LIGHTING DIVISION ELECTRONIC SAFETY AND SECURITY 1 00 FIRE ALARM SYSTEM DIVISION 1 - EARTHWORK 1 00 SITE CLEARING 1 1 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 1 00 EARTHWORK DIVISION - EXTERIOR IMPROVEMENTS 1 1 ASPHALTIC CONCRETE VEHICULAR PAVING 1 1 CONCRETE CURB AND GUTTER 1 CONCRETE SIDEWALK AND STEPS 1 1 CHAIN LINK FENCE AND GATES 1 0 TOPSOILING AND FINISHED GRADING DIVISION 0 - PROCESS INTERCONNECTIONS EQUIPMENT: BASIC REQUIREMENTS PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS PIPE SUPPORT SYSTEMS PIPE: COPPER 0 0 PIPE: STAINLESS STEEL PIPE: PLASTIC VALVES: BASIC REQUIREMENTS 0 0 BUTTERFLY VALVES MISCELLANEOUS VALVES COMPRESSED AIR SYSTEM Table of Contents -

6 0 0 1 PIPE: DUCTILE HEAT TRACING CABLE 0 00 PIPE, DUCT AND EQUIPMENT INSULATION 0 0 PLUG VALVES CHECK VALVES WATER CONTROL GATES INSTRUMENTATION FOR PROCESS CONTROL: BASIC REQUIREMENTS CONTROL LOOP DESCRIPTIONS 0 1 PRIMARY METERS AND TRANSMITTERS 0 PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 0 00 CONTROL AUXILIARIES 0 00 CONTROL PANELS AND ENCLOSURES 0 00 SURGE PROTECTION DEVICES (SPD) FOR INSTRUMENTATION AND CONTROL EQUIPMENT DIVISION 1 - MATERIAL PROCESSING AND HANDLING EQUIPMENT BELT COVEYORS 1 1 BRIDGE CRANES 1 HOISTS, TROLLEYS, MONORAILS DIVISION - PROCESS GAS AND LIQUID HANDLING, PURIFICATION, AND STORAGE EQUIPMENT ROTARY POSITIVE DISPLACEMENT BLOWER HIGH SPEED TURBO AERATION BLOWER CENTRIFUGAL MULTI-STAGE BLOWERS 1 00 PUMPING EQUIPMENT: BASIC REQUIREMENTS 1 PUMPING EQUIPMENT: SUBMERSIBLE NON-CLOG PUMPING EQUIPMENT: POSITIVE DISPLACEMENT (LOBE) PUMPING EQUIPMENT: VERTICAL TURBINE (LINE SHAFT) DIVISION - WATER AND WASTEWATER EQUIPMENT CHEMICAL FEED: LIQUID SYSTEMS 1 POLYMER BLENDING UNITS 1 01 MIXERS - HIGH SPEED 1 0 MIXERS - SLOW SPEED SLUDGE COLLECTION: CIRCULAR SPIRAL COLLECTOR TYPE 1 00 AERATION EQUIPMENT: BASIC REQUIREMENTS 1 1 AERATION SYSTEM: COARSE BUBBLE TYPE 1 AERATION EQUIPMENT: FINE BUBBLE TYPE OPEN CHANNEL ULTRAVIOLET (UV) DISINFECTION SYSTEM EQUIPMENT 1 ROTARY DRUM SLUDGE THICKENING SYSTEM 1 DISC THICKENING SYSTEM SLUDGE DEWATERING SCREW PRESS Table of Contents -

7 REFERENCE DOCUMENTS The following documents are provided for information purposes only and may not be representative of actual conditions. There shall be no change in cost due to inaccurate information provided on these documents. Contractor shall be responsible to field verify all existing conditions and dimensions prior to start of work. Existing Primary Clarifier A Shop Drawings Existing Primary Clarifier B Shop Drawings Existing Secondary Clarifier No. 1 Shop Drawings Existing Trickling Filter Drawing Existing Trickling Filter O&M Manual Table of Contents -

8 SECTION 0 JOB CONDITIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Job Conditions. a. The work required described in these documents includes the following: 1) Mobilization ) Site Work ) Yard Piping ) MRAS Basin No.1 ) MRAS Basin No. Modifications ) MRAS Basin No. Structure ) Blower Building Modifications ) Secondary Clarifier No. ) Secondary Clarifier No. 1 Modifications ) Secondary Clarifier No. Structure ) Solids Handling Facility 1) Disc Thickening System 1) Plant Drain Lift Station 1) Digested Sludge Pump Station 1) UV Disinfection Facility 1) DWAS Storage Tanks 1) Vactor Truck Dump Station 1) Primary Clarifier A Recoating 1) Primary Clarifier B Recoating and Effluent Launder 0) Electrical Improvements 1) SCADA System ) Primary Digester No. Insulate Cover ) Primary Sludge Pumps ) Grit Facility Handrails ) Start-up/Demobilization ) Additional Sidewalks ) Over Excavation ) Allowances ) Additive/Deductive Alternates (if selected) 0) Other items as specified and/or shown on the Drawings. B. Related Specification Sections include but are not necessarily limited to: 1. Division 00 - Bidding Requirements, Contract Forms, American Iron and Steel (AIS) requirements, and Conditions of the Contract.. Division 01 - General Requirements.. Specification Sections in Division 0 through Division. 1. PROJECT CONDITIONS A. Prior to installation of material, equipment and other work, verify with subcontractors, material or equipment manufacturers, and installers that the substrate or surface to which those materials attach is acceptable for installation of those materials or equipment. (Substrate is defined as building surfaces to which materials or equipment is attached to i.e., floors, walls, ceilings, etc.). JOB CONDITIONS

9 B. Correct unacceptable substrate until acceptable for installation of equipment or materials. C. Maintaining Facility Operations: 1. Ensure construction activities do not interfere with Owner s operation of facility.. Planned facility shut downs may be permitted at the Owners discretion and convenience. Contractor shall coordinate with Owner all facility shut downs.. Contractor shall maintain site interior and exterior security fencing at all times. D. Order of Construction 1. The following items shall be completed prior to draining liquid, removing sludge and grit from any of the existing basins: a. Plant Drain Lift Station b. Vactor Truck Dump Station. After completion of the items stated above, the following items shall be completed: a. MRAS Basin No.1 b. Secondary Clarifier No. c. MRAS Basin No. Modifications (After MRAS Basin No. 1 is online and fully operational in operation) d. Pump / Blower Building Equipment 1) Constraint - Only one existing multi-stage blower may be taken out of service at a time to rebuild. e. Remove Trickling Filter and Construct Solids Handling Facility f. Secondary Clarifier No. 1 Modifications (After Secondary Clarifier No. is online and fully operational) g. Secondary Clarifier No. /MRAS Basin No. (Work can run through other Construction Constraints listed in item. below) h. Existing Trickling Filter B and Final Clarifier A shall be in operations at all times.. Construction Constraints a. The following cannot occur until MRAS Basin No. 1, MRAS Basin No., Secondary Clarifier No. 1 and Secondary Clarifier No. are constructed and fully operational per Specification Section ) Existing Trickling Filter B and Final Clarifier A shall be taken out of service ) Only one Primary Clarifier can be taken offline at a time to be recoated a) Primary Clarifier A Recoating b) Primary Clarifier B Recoating and Effluent Launder ) Temporary Convert Chlorine Disinfection to UV Disinfection Facility b. Only one multistage blower may be taken offline at a time to be rebuilt. c. Existing Belt Filter Press may not be taken offline until new Solids Handling Facility is constructed and fully operational per Specification Section d. Digested sludge pump station cannot be taken offline until new Solids Handling Facility is constructed and fully operational.. All other items not listed above can be constructed per the Contractor s schedule. Ensure construction activities do not interfere with Owner's operation of facility. a. Planned process shut-downs will be permitted on a case by case basis. Contractor shall submit request to the Owner four weeks in advance of planned shut down detailing specifics operation. Contractor shall be responsible for all costs including overtime; bypass pumping; temporary facilities, etc.. Following the completion and startup of the entire project per Specification Section 01 00, Substantial Completion for the project will be given to the Contractor. a. There will be no partial Substantial Completion given. JOB CONDITIONS

10 1 1 E. This project includes an American Iron and Steel (AIS) requirement that is required by Clean Water State Revolving Loan Fund (CWSRF) and Drinking Water State Revolving Loan Fund (SWSRF) projects to use iron and steel products that are produced in the United States for projects for the construction, alteration, maintenance, or repair of a public water system or treatment works. All iron and steel shall meet the requirements as stated in Volume I under the Implementation of American Iron and Steel provisions of P.L. -, Consolidated Appropriations Act, 01. F. All equipment warranties shall be guaranteed for two () years after the date of Substantial Completion for equipment listed in Specification Section , unless extended warranties are noted otherwise. a. Where manufacturer's standard warranties expire before expiration date required by Contract Documents, obtain and pay for warranty extensions, as part of Contract Price. PART - PRODUCTS (NOT APPLICABLE TO THIS SPECIFICATION SECTION) 1 1 PART - EXECUTION (NOT APPLICABLE TO THIS SPECIFICATION SECTION) END OF SECTION JOB CONDITIONS

11 SECTION MEASUREMENT AND PAYMENT PART 1 - MEASUREMENT 1.1 GENERAL A. Payment for materials furnished and work done under the contract will be made as hereinafter stipulated, for actual amount of materials furnished and work performed under authorization of the OWNER and in accordance with actual measurements. B. BID ITEMS: The following items, classifying the various kinds of work refer to the respective items listed in the bid proposal and cover all items required to provide the owner with a complete project considered to be incidental to the Base Bid. Any work elements not listed but are necessary for a complete project are considered incidental even thought they are not specifically listed below. All of the following items include construction staking; coordination; overtime; restoration; spare parts; start-up; training; field offices, field office equipment; utilities; project overhead; construction sign and all other materials, equipment and labor incidental thereto. 1. BASE BID ITEMS C. BID ITEMS: 1. MOBILIZATION a. Payment will be made for Mobilization at the stipulated Lump Sum price indicated in the Bid Proposal. Bid shall include but not be limited to the following: bonds; insurance; mobilization of forces; preconstruction conference; setting up trailers, staging areas; permits; SWPPP; and all other materials, equipment and labor incidental thereto. This amount will be amortized equally over a period of three () months.. SITE WORK: a. Payment will be made for Site Work at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: staking; grading; excavation; clearing and grubbing, unclassified excavation, hauling and disposal, backfill, import material, compaction; all demolition including the removal of the trickling filter (media, mechanism, structure, piping) and the removal of the existing RBC foundations; concrete; sidewalks; fencing; surface completions, asphalt, base course, landscaping, gravel, restoration, dewatering; warranties, O&M manuals, training, Record Drawings, cleaning and all other materials, equipment and labor incidental thereto.. YARD PIPING a. Payment will be made for Yard Piping at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: staking; clearing and grubbing, unclassified excavation, pipe bedding, import material, backfill, compaction; and wasting material off site; surface completions; demolition; pipe; valves; fittings, manifolds, pressure testing; disinfection; drain line from vactor truck dump station (old RBC) to manhole southwest of JB No., connections; pot holing, appurtenances; by-pass piping and pumping; pot holing; concrete; dewatering; MEASUREMENT AND PAYMENT

12 warranties, O&M manuals, training, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto.. MRAS BASIN NO. 1 a. Payment will be made for MRAS Basins No. 1 at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: staking; clearing and grubbing, unclassified excavation, backfill, import material, compaction; and wasting material off site; demolition; new air headers; equipment; membrane diffusers; piping in basin; course bubble diffusers; foam control system, fittings, valves; manifolds, pipe (within structure & feet outside of structure); pressure testing; disinfection; connections; appurtenances; basin drain pumps & jib cranes, bypass piping and pumping; mixers, slide gates; stairs, hand rails; grating; miscellaneous metals; concrete, forming and reinforcement, concrete finishing, pressure relief valves, dewatering, drain pump, guide bars and brackets, cable holders, instrumentation sensors, flow meters, piping supports; control panels, lighting, protective coatings; electrical; warranties, O&M manuals, system start-up training, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto.. MRAS BASIN NO. - MODIFICATIONS a. Payment will be made for MRAS Basin No. at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: demolition; equipment; dewatering, sludge and grit removal & cleaning of basin; replacement of membranes diffusers in basin; relocating no. air header and extending drop legs with valves, air header supports, replacement of air header gaskets, air flow meter, foam control system, fittings, valves; manifolds, pipe (within structure & feet outside of structure); pressure testing; connections; appurtenances; basin drain pumps & jib cranes, by-pass piping and pumping; hand rails; grating; miscellaneous metals; cable holders, instrumentation sensors, piping supports; control panels; protective coatings; electrical; warranties, O&M manuals, training, system start-up Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto.. MRAS BASIN NO. STRUCTURE a. Payment will be made for MRAS Basin No. at the stipulated Lump Sum price indicated in the Bid Proposal. Bid shall include but not be limited to the following: staking; clearing and grubbing, unclassified excavation, backfill, import material, compaction; and wasting material off site; demolition; appurtenances; yard piping, fittings, valves, pipe; by-pass piping and pumping; slide gates; stairs, hand rails; grating; complete aeration header system including valves, flow meter, pipe supports, drop legs and butterfly valves, install blind flange on drop legs, basin drain pump and jib crane complete with piping and electrical, basin lighting, electrical conduits for all equipment and instrumentation, miscellaneous metals, weirs, slide gates, concrete, forming and reinforcement, concrete finishing, pressure relief valves, sidewalks; curb & gutter; asphalt; dewatering; protective coatings; warranties, O&M manuals, training, system start-up, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto.. BLOWER BUILDING MODIFICATIONS a. Payment will be made for the Blower Building Modifications at the stipulated Lump Sum price indicated in the Bid Proposal. Bid shall include but not be limited to the following: demolition; removal of equipment, installation of new equipment; pumps, blowers, air compressor, reconditioning existing multi-stage blowers, conduit, pipe (within structure & feet outside of structure); pressure testing; disinfection; valves; MEASUREMENT AND PAYMENT

13 vents; patching bldg. walls (match existing), miscellaneous metals; concrete; supports; painting, protective coatings, repaint floors, electrical, control panels, warranties, O&M manuals, training, Record Drawings, system start-up, cleaning and all other materials, equipment and labor incidental thereto.. SECONDARY CLARIFIER NO. a. Payment will be made for Secondary Clarifier No. at the stipulated Lump Sum price indicated in the Bid Proposal. Bid shall include but not be limited to the following: staking; clearing and grubbing, unclassified excavation, backfill, import material, compaction; and wasting material off site; demolition; new clarifier mechanism; foam control systems, weirs; pipe (within structure & feet outside of structure); pressure testing; disinfection; appurtenances; slide gates; hand rails; stairs on each side, grating; launderer covers; miscellaneous metals; concrete, forming and reinforcement, concrete finishing, pressure relief valves, lighting, sidewalks; dewatering; supports; control panels, electrical; protective coatings; warranties, O&M manuals, training, Record Drawings, system start-up, spare parts, cleaning and all other materials, equipment and labor incidental thereto.. SECONDARY CLARIFIER NO. 1 MODIFICATIONS a. Payment will be made for Secondary Clarifier No. 1 at the stipulated Lump Sum price indicated in the Bid Proposal. Bid shall include but not be limited to the following: dewatering; cleaning; demolition; fittings, pipe (within structure & feet outside of structure); modifications to mechanism, connections; appurtenances; miscellaneous, removal of existing safety rail, anchor bolts and concrete patching, metals; new foam control system, sand blasting all painted surfaces, remove, sand blast, recoat and reinstall scum beach, protective coatings; launder covers; electrical, handrails; warranties, O&M manuals, training, system start-up, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto.. SECONDARY CLARIFER NO. STRUCTURE a. Payment will be made for Secondary Clarifier No. Structure at the stipulated Lump Sum price indicated in the Bid Proposal. Bid shall include but not be limited to the following: staking; clearing and grubbing, unclassified excavation, backfill, import material, compaction; and wasting material off site; demolition; appurtenances; miscellaneous metals; concrete, forming and reinforcement, dewatering; over excavation per the drawings; yard piping; fittings, pressure testing, connections, north set of stairs and landing, south set of stairs and landing to connect to Clarifier No. bridge, launderer cover, V-notch weirs and scum baffles; dewatering; piping supports; protective coatings; lighting, electrical conduits, warranties, O&M manuals, training, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto.. SOLIDS HANDLING FACILITY a. Payment will be made for the Solids Handling Facility at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: staking; clearing and grubbing, unclassified excavation, and dewatering; backfill, import material, compaction; and wasting material off site; demolition; concrete, forming and reinforcement; sidewalks; masonry; roofing system; doors; windows; roof down spouts, drains splash blocks floor drains; HVAC systems; plumbing; equipment; dewatering screw presses with two () totes of polymer; thickened sludge pumps; cranes; conveyor; pumps; fittings; valves; manifolds, pipe (within structure & feet outside of structure); pressure testing; disinfection; connections; appurtenances; hand rails; grating; miscellaneous metals; guide bars and brackets, new filtrate pumping station; chemical MEASUREMENT AND PAYMENT

14 feed systems and two () totes of Sodium Hypochlorite (NaOCl), restroom, instrumentation sensors, supports; electrical, flow meters and vault, lighting, control panels; protective coatings; warranties, O&M manuals, training, Record Drawings; system start-up, spare parts, cleaning and all other materials, equipment and labor incidental thereto. 1. DISC THICKENING SYSTEM a. Payment will be made for the Solids Handling Facility at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: providing new disc thickening system including disc thickeners, drive motors, gear reducers, support legs, flocculation reactor, polymer feed system with two () totes of polymer, piping, valves, fittings, connections; electrical and controls; equipment; appurtenances; O&M manuals, system start-up, Record Drawings, spare parts, cleaning and all other materials, equipment and labor incidental thereto. 1. PLANT DRAIN LIFT STATION (old filtrate lift station & in-plant drain lift station) a. Payment will be made for the Plant Drain Lift Station at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: dewatering; cleaning; staking; clearing and grubbing, unclassified excavation, backfill, import material, compaction; and wasting material off site; demolition; foam control system, pumps, fittings, pipe (within structure & feet outside of structure); pressure testing; disinfection; connections; equipment; appurtenances; by-pass piping and pumping; covers; grating; miscellaneous metals; concrete; sidewalks; dewatering; guide bars and brackets, cable holders, instrumentation sensors, supports; electrical, control panels; surface preparation, protective coatings; warranties, O&M manuals, lighting, removal of buried check valve, training, system start-up, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto. 1. DIGESTED SLUDGE PUMP STATION a. Payment will be made for Sludge Pump Station at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: dewatering; cleaning; staking; clearing and grubbing, unclassified excavation, backfill, import material, backfill, compaction; and wasting material off site; demolition; pumps, fittings, manifolds, pipe (within structure & feet outside of structure); pressure testing; disinfection; connections; equipment; appurtenances; by-pass piping and pumping; roof; improvements to decant tank, telescoping valve; hand rails; grating; miscellaneous metals; concrete; sidewalks; dewatering; guide bars and brackets, cable holders, instrumentation sensors, supports; electrical, lighting, control panels; protective coatings; warranties, O&M manuals, training, system start-up, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto. 1. UV DISINFECTION FACILITY a. Payment will be made for the UV Disinfection Facility at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: staking; clearing and grubbing, unclassified excavation, backfill, import material, compaction; and wasting material off site; demolition; concrete, forming and reinforcement; sidewalks; dewatering, UV equipment; washwater pumps; crane; fittings, manifolds, pipe (within structure & feet outside of structure); pressure testing; temporary chlorine injection system, disinfection; connections; appurtenances; by-pass piping and pumping; slide gates; hand rails; grating; miscellaneous metals; concrete; dewatering; guide bars and brackets, instrumentation sensors, supports; electrical, control panels; protective coatings; improvements to Splitter Box No. ; warranties, O&M MEASUREMENT AND PAYMENT

15 manuals, training, system start-up, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto. 1. DWAS STORAGE TANKS a. Payment will be made for DWAS Storage Tanks at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: staking; clearing and grubbing; unclassified excavation, backfill, import material, compaction; and wasting material off site; demolition; blowers; air header; course bubble diffusers; fittings, manifolds, pipe (within structure & feet outside of structure); pressure testing; disinfection; DWAS pumps & jib cranes, connections; appurtenances; slide gates; hand rails; grating; miscellaneous metals; valve vault, metal canopy, concrete; concrete finishing, sidewalks; dewatering, pressure relief valves, guide bars and brackets, cable holders, instrumentation sensors, supports; electrical, lighting, control panels; protective coatings; warranties, O&M manuals, training, system start-up, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto. 1. VACTOR TRUCK DUMP STATION a. Payment will be made for Vactor Dump Station at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: staking; clearing and grubbing, unclassified excavation, backfill, import material, compaction; and wasting material off site; demolition; fittings, pipe (within structure & feet outside of structure); connections; appurtenances; by-pass piping and pumping; guardrails, grating; miscellaneous metals; concrete; sidewalks; dewatering; protective coatings; lighting, warranties, O&M manuals, training, system start-up, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto. 1. PRIMARY CLARIFIER A - RECOATING a. Payment will be made for Recoating Primary Clarifier A at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: dewatering; cleaning; new foam control system, sand blasting all painted surfaces and recoating of clarifier mechanism and bridge, remove, sand blast, recoat and reinstall scum beach, warranties, O&M manuals, training, system start-up, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto. 1. PRIMARY CLARIFIER B RECOATING AND EFFLUENT LAUNDER a. Payment will be made for Recoating and Effluent Launder for Primary Clarifier B at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: dewatering; cleaning; demolition; fittings, pipe (within structure & feet outside of structure); modifications to mechanism, connections; appurtenances; miscellaneous metals; concrete; forms; rebar; new foam control system, sand blasting all painted surfaces and recoating of clarifier mechanism and bridge; remove, sand blast, recoat and reinstall scum beach, scum baffles and V-notch weirs, warranties, O&M manuals, training, system start-up, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto. 0. ELECTRICAL IMPROVEMENTS: a. Payment will be made for Power, Instrumentation and Controls at the stipulated Lump Sum price indicated in the Bid Proposal. Bid shall include but not be limited to the following: staking; clearing and grubbing, unclassified excavation, backfill, import MEASUREMENT AND PAYMENT

16 material, compaction; motor control centers; variable frequency drives; sunshield; colored duct banks with warning tape; conduit; wiring; heat tape / insulation ; equipment installation; lighting; switches; pull boxes; handholes; instrumentation wiring; control panels; installation of devices; power supply system, programing scada; testing, O&M manuals; training; system start-up, appurtenances; Record Drawings; spare parts; cleaning and all other materials, equipment and labor incidental thereto. 1. SCADA SYSTEM a. Payment will be made for Scada System at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: staking; clearing and grubbing, unclassified excavation, backfill, import material, backfill, import material, backfill, compaction; and wasting material off site; demolition; conduit; appurtenances; potholing; concrete; computer; software; equipment; electrical; controls; warranties, O&M manuals, training, system start-up, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto.. PRIMARY DIGESTER NO. INSULATE COVER a. Payment will be made for the Insulating Digester Roof at the stipulated Lump Sum price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: installing sprayed foam insulation and roofing polyurethane of existing fiberglass digester dome; warranties, O&M manuals, training, system start-up, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto.. PRIMARY SLUDGE PUMPS a. Payment will be made for Primary Sludge Pumps at the stipulated Lump Sum price indicated in the Bid Proposal. Bid shall include but not be limited to the following: removal of existing pumps and installation of new pumps, refitting of pipe, pipe, gaskets, welding, painting, electrical, O&M manuals; training, system start-up, Record Drawings; spare parts; cleaning and all other materials, equipment and labor incidental thereto.. GRIT FACILITY HANDRAILS a. Payment will be made for Grit Facility Handrails at the stipulated Lump Sum price indicated in the Bid Proposal. Bid shall include but not be limited to the following: removal and disposal of existing handrails; installation of new handrails, O&M manuals; training; Record Drawings; spare parts; cleaning and all other materials, equipment and labor incidental thereto.. DEMOBILIZATION: a. Payment will be made for Demobilization at the stipulated Lump Sum price indicated in the Bid Proposal. Payment will be made upon completion of final punch list issued at time of substantial completion for the entire project. Price Bid shall include but not be limited to the following: demobilization, final Record Drawings, cleaning and restoration and all other materials, equipment and labor incidental thereto, final closeout documents and submittal of all project warranties to Owner.. ADDITIONAL SIDEWALKS a. Payment will be made for Additional Sidewalks (those not shown on plans) added by the Owner at the stipulated Unit price indicated in the Bid Proposal. Price Bid shall include but not be limited to the following: staking; clearing and grubbing, unclassified excavation, backfill, import material, subgrade prep, compaction, fine grading, and MEASUREMENT AND PAYMENT

17 wasting material off site; demolition, concrete, forms, reinforcement, warranties, Record Drawings, cleaning and all other materials, equipment and labor incidental thereto.. OVER EXCAVATION a. Payment will be made for additional Over Excavation for unforeseen conditions which are not called for by the Contract Documents at the stipulated Unit price indicated in the Bid Proposal for additional quantities that are not shown on the drawings. All over excavation show within the Contract Documents shall be included in the bid proposal under the individual bid items. Price Bid shall include but not be limited to the following: staking, clearing and grubbing, unclassified excavation, backfill, import material, compaction, wasting material off site, dewatering, warranties, Record Drawings, cleaning and all other materials, equipment and labor incidental thereto. D. ALLOWANCES The following items refer to the respective Allowance items listed in the bid proposal.. TESTING ALLOWANCE: a. Payment will be made for actual costs for passing tests of soils and concrete. The contractor will be reimbursed for actual costs based on submitted invoices. No additional compensation will be allowed for delays or inconvenience caused by testing. 0. UTILITY RELOCATION ALLOWANCE: a. This bid item is for use for only when the Owner request that an existing utility be relocated. Payment will be made for actual negotiated cost for relocating unforeseen utilities. 1. FIELD ENGINEER S EQUIPMENT ALLOWANCE: a. Payment will be made for actual costs for purchasing office/miscellaneous equipment for Field Engineer s construction trailer. Equipment purchased by this allowance shall be retained by the Owner after project completion. The Contractor will be reimbursed for actual costs based on submitted invoices. All contractors costs associated with the purchase of this equipment is considered incidental to the contractors project site overhead and no additional markups shall be included.. SAFETY EQUIPMENT ALLOWANCE: a. Payment will be made for actual costs for purchasing safety/miscellaneous equipment. Equipment purchased by this allowance shall be retained by the Owner after project completion. The contractor will be reimbursed for actual costs based on submitted invoices. All contractors costs associated with the purchase of this equipment is considered incidental to the contractors project site overhead and no additional markups shall be included. E. DEDUCTIVE ALTERNATES The following items refer to the respective Deductive items listed in the bid proposal.. ROTARY DRUM SLUDGE THICKENING SYSTEM Price listed will be the difference in price from BID ITEM.0 DISC THICKENING SYSTEM for installing a Rotary Drum Sludge Thickener at the stipulated Lump Sum price indicated in the Bid Proposal in-lieu of Disc Thickeners, Bid shall include but not be limited to the following: rotary drum thickeners; polymer feed system with two () totes of polymer; equipment; drains, fittings, manifolds, pipe; connections; pressure testing; MEASUREMENT AND PAYMENT

18 appurtenances; hand rails; grating; miscellaneous metals; piping supports; protective coatings; controls; electrical; warranties, O&M manuals, training, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto. F. ADDITIVE ALTERNATES The following items refer to the respective Alternative items listed in the bid proposal.. SECOND CLARIFIER NO. (EQUIPMENT) a. Payment will be made for Secondary Clarifier No. at the stipulated Lump Sum price indicated in the Bid Proposal. Bid shall include but not be limited to the following: connections; appurtenances; clarifier mechanism with bridge, scum beach, controls, electrical; warranties, O&M manuals, training, system start-up, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto.. MRAS BASIN NO. (EQUIPMENT) a. Payment will be made for MRAS Basin No. at the stipulated Lump Sum price indicated in the Bid Proposal. Bid shall include but not be limited to the following: equipment; complete aeration system from butterfly valve on air header, membrane diffusers and piping, course bubble diffusers and piping, foam control system, pressure testing, connections, mixers including guide bars, brackets and cranes, cable holders, instrumentation; sensors, control panels, electrical; warranties, O&M manuals, training, system start-up, Record Drawings; spare parts, cleaning and all other materials, equipment and labor incidental thereto. END OF SECTION MEASUREMENT AND PAYMENT

19 SECTION 0 PRODUCT SUBSTITUTIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to one or more of the following: a. Name of manufacturer. b. Name of vendor. c. Trade name. d. Catalog number.. Substitutions are not "or-equals.". This Specification Section does not address substitutions for major equipment. a. See "INSTRUCTIONS TO BIDDERS." B. Related Specification Sections include but are not necessarily limited to: 1. Division 00 - Bidding Requirements, Contract Forms, and Conditions of the Contract.. Division 01 - General Requirements. C. Request for Substitution - General: 1. Base all bids on materials, equipment, and procedures specified.. Certain types of equipment and kinds of material are described in specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by Engineer.. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the Owner. 1. QUALITY ASSURANCE A. In making request for substitution or in using an approved product, Contractor represents Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended.. Will provide same guarantee for substitute item as for product specified.. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects.. Waives all claims for additional costs related to substitution which subsequently arise. 1. DEFINITIONS A. Product: Manufactured material or equipment. 1. PROCEDURE FOR REQUESTING SUBSTITUTION A. Substitution shall be considered only: PRODUCT SUBSTITUTIONS

20 After Award of Contract.. Under the conditions stated herein. B. Written request through Contractor only. C. Transmittal Mechanics: 1. Follow the transmittal mechanics prescribed for Shop Drawings in Specification Section a. Product substitution will be treated in a manner similar to "deviations," as described in Specification Section b. List the letter describing the deviation and justifications on the transmittal form in the space provided under the column with the heading DESCRIPTION. 1) Include in the transmittal letter, either directly or as a clearly marked attachment, the items listed in Paragraph D below. D. Transmittal Contents: 1. Product identification: a. Manufacturer's name. b. Telephone number and representative contact name. c. Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents.. Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents.. Itemized comparison of original and proposed product addressing product characteristics including but not necessarily limited to: a. Size. b. Composition or materials of construction. c. Weight. d. Electrical or mechanical requirements.. Product experience: a. Location of past projects utilizing product. b. Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product. c. Available field data and reports associated with proposed product.. Data relating to changes in construction schedule.. Data relating to changes in cost.. Samples: a. At request of Engineer. b. Full size if requested by Engineer. c. Held until substantial completion. d. Engineer not responsible for loss or damage to samples. 1. APPROVAL OR REJECTION A. Written approval or rejection of substitution given by the Engineer. B. Engineer reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. C. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. D. Substitution will be rejected if: 1. Submittal is not through the Contractor with his stamp of approval.. Request is not made in accordance with this Specification Section.. In the Engineer's opinion, acceptance will require substantial revision of the original design.. In the Engineer's opinion, substitution will not perform adequately the function consistent with the design intent. PRODUCT SUBSTITUTIONS

21 E. Contractor shall reimburse Owner for the cost of Engineer's evaluation whether or not substitution is approved. PART - PRODUCTS - (NOT APPLICABLE TO THIS SPECIFICATION SECTION) PART - EXECUTION - (NOT APPLICABLE TO THIS SPECIFICATION SECTION) END OF SECTION PRODUCT SUBSTITUTIONS

22 SECTION 0 REQUESTS FOR INFORMATION (RFI) PART 1 - GENERAL 1.1 SUMMARY A. This Specification Section specifies administrative and procedural requirements for handling and processing Requests for Information (RFI). B. RFI is intended for requesting clarifications and interpretations of Contract Documents due to apparent inconsistencies, errors or omissions in Contract Documents, and due to unanticipated existing conditions. C. RFI is not intended for general communication, requesting substitutions, Contractor s proposed changes, resolution of nonconforming work, or coordination between contractors or for general questions not related to Contract Documents. D. RFI process is intended to be a cooperative effort between Engineer and Contractor to expedite responses to RFIs and maintain progress of Work without utilizing other lengthy procedures. E. Any other proposed method of processing RFIs other than indicated within this Specification Section shall be evaluated by Engineer for potential impact on Engineer s services. 1. If Engineer agrees to utilize another proposed method, Engineer will be reimbursed for any special training, usage fees, extra time required to implement, maintain, utilize and administer such a system. 1. RFI SUBMITTAL PROCEDURE A. All RFIs shall be submitted on the form attached to this Specification Section, or on mutually agreeable forms to be provided at the preconstruction meeting, and shall include all backup information. 1. Backup information shall include, but not be limited to Contractor verified field measurements, quantities, dimensions, installation requirements, materials, catalog number, and any other information that will assist the Owner in reviewing the RFI. B. Within ten () working days of receipt of RFI, Engineer will either return a response to the RFI or notify Contractor when a response will be issued. 1. COMMENCEMENT OF RFI-RELATED WORK A. No portion of the work requiring instruction from the Engineer shall begin until RFI has been reviewed by the Engineer and returned to Contractor with instruction or with notation indicating Engineer response is not necessary. PART - PRODUCTS -(NOT APPLICABLE TO THIS SPECIFICATION SECTION) PART - EXECUTION.1 REQUESTS FOR INFORMATION A. Review of Contract Documents and Field Conditions: 1. Before starting each portion of Work, Contractor shall carefully study and compare various Drawings, Specifications and other Contract Documents, coordination drawings, Shop Drawings, prior correspondence or documentation relative to that portion of Work, as well as information furnished by Owner. REQUESTS FOR INFORMATION (RFI)

23 Contractor and Subcontractors shall evaluate and take field measurements of conditions related to that portion of Work and shall observe any conditions at site affecting it.. These obligations are for purpose of facilitating coordination and construction by Contractor.. Any errors, inconsistencies or omissions discovered in Contract Documents shall be reported promptly to Engineer as a properly prepared and timely RFI. B. Contractor s and Subcontractor s Responsibilities: 1. When interpretation, clarification or explanation of portion of Construction Documents is needed by Contractor, Subcontractor, Vendor or Supplier, the request shall be processed through Contractor. a. Review request for completeness, quality, proper referencing to Drawing or Specification Section and reason submitted. b. If request is not acceptable, it shall be returned to submitter with comments regarding reason for being returned. c. Make every attempt to validate, resolve or respond to RFI by thoroughly researching and reviewing Contract Documents and field conditions. d. Respond to RFI accordingly if review of RFI discloses a response or is related to coordination of construction or other issue not related to Contract Documents. e. If unable to respond to request, it shall be restated in clear, concise, correct, complete and easily understood manner, and rewritten if necessary, additional information included if necessary, and only then submitted to Engineer for response.. Follow these procedures in developing an RFI: a. List specific Contract Documents researched when seeking information being requested. b. Reference all applicable Contract Drawings by sheet number, section, detail, room number, door number, etc., Specifications by section and paragraph number, and reference any other relevant documents. c. The field titled "Regarding" on attached RFI form must be clear for future reference in reports or correspondence. d. Clearly state request and provide Contract Document references and any additional information needed so request can be fully understood, including sketches, photos or other reference material. e. Fully assess issues, suggest any reasonable solutions and include various factors, including potential costs, schedule impacts, if any, and recommendations which will aid in determining a solution or response. 1) If a reasonable solution can not be suggested, a statement to that effect should be so stated. f. Indicate reason request is being submitted. g. Any critical RFI s requiring a rapid response shall clearly indicate such with an explanation as to why RFI is critical. h. Priority for responses shall be indicated when multiple RFI s are submitted within short period of time.. Copies of responses to RFI s shall be distributed to all parties affected.. A response to RFI shall not be considered a notice to proceed with a change that may revise the Contract Sum or Contract Time, unless authorized by Owner in writing.. If response to RFI is determined incomplete, it shall be resubmitted with reason response is unacceptable and any necessary additional information within five () days of time of receipt of response to RFI. C. RFI Submittal Numbering: 1. RFI s shall be assigned unique numbers in sequential order (1,,,, etc.).. A resubmitted RFI or a previously answered RFI requiring revising or further clarification shall be submitted using original RFI number proceeded by ".1" to indicate revision one of RFI (i.e.: RFI No..1 for revision 1 to RFI No. ). REQUESTS FOR INFORMATION (RFI)

24 1 1. Engineer may return RFI without response for following reasons: a. Request is unclear or incomplete. b. Detailed information not provided. c. Is related to construction means, methods or techniques. d. Is related to health or safety measures. e. Is due to Contractor s lack of adequate coordination. f. Is for coordination between Subcontractors. g. Is considered a "Substitution Request." h. Is considered a "Contractor Proposed Change." i. Is due to non-conformance. j. Response is required by another party. END OF SECTION REQUESTS FOR INFORMATION (RFI)

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities Division 1 Requirements Design and Construction Quality Campus Master Plans Texas Tech University System Operating and Building Maintenance Project Administration Historically Underutilized Business (HUB)

More information

Ann Arbor Wastewater Treatment Plant Facilities Renovations Project October 2017

Ann Arbor Wastewater Treatment Plant Facilities Renovations Project October 2017 Ann Arbor Wastewater Treatment Plant Facilities Renovations Project October 2017 The Facilities Master Plan was completed in 2004 and identified the need for improvements to the City of Ann Arbor s Wastewater

More information

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

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

More information

BIDDING SHEET CHECKLIST--SUBCONTRACTORS AND SUPPLIERS SUBCONTRACTOR/ PHONE DATES SUPPLIER NAME: CALLED BID. Sample

BIDDING SHEET CHECKLIST--SUBCONTRACTORS AND SUPPLIERS SUBCONTRACTOR/ PHONE DATES SUPPLIER NAME: CALLED BID. Sample BIDDING SHEET CHECKLIST--SUBCONTRACTORS AND SUPPLIERS Project Name: Address: Owner: Phone/Fax/Email: Architect / General Contractor Name: : BID DEADLINE DATE: SUBCONTRACTOR/ PHONE DATES SUPPLIER NAME:

More information

BILL NO. 1 GENERAL ITEMS. Item No. Description Lump Sum Prices Excluding HST

BILL NO. 1 GENERAL ITEMS. Item No. Description Lump Sum Prices Excluding HST Page 1 SECTION 00 72 00 - GENERAL CONDITIONS BILL NO. 1 GENERAL ITEMS 1 Bonds... $ 2 Insurance... $ 3 Permits and fees... $ 4 Warranty certificates... $ 5 Supervision... $ SECTION 01 32 17 - SCHEDULE 6

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

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12 SCOPE SUMMARY: DIVISION: 0 - LEGAL DOCUMENTS Complete; DIVISION: 1 - GENERAL REQUIREMENTS As Applicable; SECTION: - ATTACHED SKETCH Complete; Geotechnical Engineering Report as prepared by Building and

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

LEVEL TWO NUMBERS AND TITLES. Introductory Information. Bidding Requirements. Contracting Requirements. Facilities and Spaces. Systems and Assemblies

LEVEL TWO NUMBERS AND TITLES. Introductory Information. Bidding Requirements. Contracting Requirements. Facilities and Spaces. Systems and Assemblies MasterFormat LEVEL TWO NUMBERS AND TITLES Introductory Information 00001 Project Title Page 00005 Certifications Page 00007 Seals Page 00010 Table of Contents 00015 List of Drawings 00020 List of Schedules

More information

SECTION SECTIONAL OVERHEAD DOORS 522 SERIES ALUMINUM SECTIONAL OVERHEAD DOORS. Display hidden notes to specifier. (Don't know how?

SECTION SECTIONAL OVERHEAD DOORS 522 SERIES ALUMINUM SECTIONAL OVERHEAD DOORS. Display hidden notes to specifier. (Don't know how? SECTION 08360 SECTIONAL OVERHEAD DOORS 522 SERIES ALUMINUM SECTIONAL OVERHEAD DOORS Display hidden notes to specifier. (Don't know how? Click Here) PART 1 GENERAL 1.1 SECTION INCLUDES A. Glazed Aluminum

More information

PROFESSIONAL DESIGN MANUAL INDEX

PROFESSIONAL DESIGN MANUAL INDEX PROFESSIONAL DESIGN MANUAL INDEX DIVISION A--GENERAL PROJECT REQUIREMENTS... A2-A15 A.1 INTRODUCTION... A-2 A.2 CODES COMPLIANCE (VERIFY CITY REQUIREMENTS)... A-5 A.3 SPECIAL SUBSURFACE AND LAND CONDITIONS...

More information

SECTION BASIC ELECTRICAL MATERIALS AND METHODS

SECTION BASIC ELECTRICAL MATERIALS AND METHODS SECTION 26 05 05 BASIC ELECTRICAL MATERIALS PART 1 - GENERAL 1.1 SUMMARY A. Section includes the limited scope construction materials and methods for application with electrical installations as follows:

More information

CIRCLE K SUB-CONTRACTOR BID FORM

CIRCLE K SUB-CONTRACTOR BID FORM CIRCLE K SUB-CONTRACTOR BID FORM Store No: 3308 Address: 8985 Will Clayton Pkwy Date: Bid Due September 17, 2014 Sub Contractor: Trade CONSTRUCTION TAX Construction Tax EXCAVATION / DIRT WORK Cut / Fill

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

SECTION DUCTILE IRON FITTINGS. A. This section includes materials, installation, and testing of ductile iron fittings 48 inches and smaller.

SECTION DUCTILE IRON FITTINGS. A. This section includes materials, installation, and testing of ductile iron fittings 48 inches and smaller. PART 1 - GENERAL 1.1 DESCRIPTION A. This section includes materials, installation, and testing of ductile iron fittings 48 inches and smaller. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 01300 Record

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

General Conditions 39,522 5, ,292 26,050 75,921 1, Labor hours

General Conditions 39,522 5, ,292 26,050 75,921 1, Labor hours Basic Edition Standard Estimate Report Page 1 Name 1000 General Conditions 1107 Professional Consultant 10 Surveying 1.00 day 600.000 /day 600 - - - - - - 600 Professional Consultant 600 600 8.00 hours

More information

Scope of Work Bid Package C-4 - West Polished Concrete

Scope of Work Bid Package C-4 - West Polished Concrete Scope of Work Bid Package C-4 - West Polished Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,

More information

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE)

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE) SECTION 02623 HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE) PART 1 - GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install high density

More information

Residential Sewer Backup Prevention Program

Residential Sewer Backup Prevention Program City of Wheaton Residential Sewer Backup Prevention Program Please Note: The City reserves the right to modify the policies, procedures and rules of this program or discontinue the program in its entirety

More information

Table of Contents for Guide Specifications

Table of Contents for Guide Specifications Table of Contents for Guide Specifications 01270A Measurement and Payment 01355A Environmental Protection 01356A Storm Water Pollution Prevention Measures 01421 Basic Storm Water Pollution Prevention Plan

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

Property Condition Assessment

Property Condition Assessment Property Condition Assessment Pewaukee, WI 53072 Inspection Date: 1/6/15 Prepared For: Report Number: Prepared By: Shamrock Building Inspection Consultants LLC N29 W29951 Shel-Mar Dr. Pewaukee, WI 53072

More information

DOWNTOWN UNDERGROUND NETWORK SECONDARY SERVICES GUIDELINES

DOWNTOWN UNDERGROUND NETWORK SECONDARY SERVICES GUIDELINES Guidelines effective March 5, 2007 NES is committed to providing safe, reliable electric service at a reasonable price for all of our customers. These guidelines offer direction for activities relating

More information

SPECIFICATIONS - DETAILED PROVISIONS Section Welded Steel Tanks for Water Storage C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Welded Steel Tanks for Water Storage C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 13311 - Welded Steel Tanks for Water Storage C O N T E N T S PART 1 - GENERAL... 1 1.01 REQUIREMENT... 1 1.02 QUALITY ASSURANCE... 2 1.03 SUBMITTALS... 2 1.04

More information

B. Subsurface data is available from the Owner. Contractor is urged to carefully analyze the site conditions.

B. Subsurface data is available from the Owner. Contractor is urged to carefully analyze the site conditions. SECTION 31 23 33 - TRENCHING, BACKFILLING AND COMPACTION PART 1 - GENERAL 1.1 SCOPE A. This Section specifies the requirements for excavating and backfilling for storm sewer, sanitary sewer, water distribution

More information

HURON PUBLIC WORKS BUILDING HURON, SOUTH DAKOTA BID NO R

HURON PUBLIC WORKS BUILDING HURON, SOUTH DAKOTA BID NO R HURON PUBLIC WORKS BUILDING HURON, SOUTH DAKOTA BID NO. 2017-26R Stone Group Architects Project No. 1731 ADDENDUM DATE: September 14, 2017 BID DATE: September 18, 2017 2:00 P.M. C.S.T. SCOPE OF THIS ADDENDUM:

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

***************************************************************************************************************

*************************************************************************************************************** 02720 STORM DRAINAGE SYSTEM *************************************************************************************************************** SPECIFIER: CSI MasterFormat 2004 number 33 40 00. ***************************************************************************************************************

More information

A Design-Build Project: Repairing the Courthouse Square Complex

A Design-Build Project: Repairing the Courthouse Square Complex A Design-Build Project: Repairing the Courthouse Square Complex Cracked drywall in office building Cracked basement walls Separated columns at expansion joint Source: http://djcoregon.com/news/2010/07/22/salem-government-building-unsound-being-vacated/

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

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

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 3100 - PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other

More information

RESIDENTIAL BUILDING PLAN REQUIREMENTS

RESIDENTIAL BUILDING PLAN REQUIREMENTS CITY OF MANSFIELD BUREAU OF BUILDING AND CODES 30 NORTH DIAMOND STREET 3RD FLOOR MANSFIELD, OHIO 44902 Phone (419) 755-9688 Fax (419) 755-9453 www.ci.mansfield.oh.us RESIDENTIAL BUILDING PLAN REQUIREMENTS

More information

BUREAU Joe Iuviene, AIA January 20, 2017

BUREAU Joe Iuviene, AIA January 20, 2017 architectural BUREAU Joe Iuviene, AIA January 20, 2017 Alterations & Additions NEW TOWN HALL for TOWN OF AUSTERLITZ 816 State Route 203, Spencertown, New York 12165 ADDENDUM NO. 1 This addendum amends

More information

THE UNIVERSITY OF ALABAMA AT BIRMINGHAM (UAB) BIRMINGHAM, ALABAMA

THE UNIVERSITY OF ALABAMA AT BIRMINGHAM (UAB) BIRMINGHAM, ALABAMA Print Form THE UNIVERSITY OF ALABAMA AT BIRMINGHAM (UAB) BIRMINGHAM, ALABAMA PROJECT NAME/NO: Bartow Arena Roof Replacement 617 13th Street South Birmingham, AL STANDING ADDENDUM NO. 1 MINORITY BUSINESS

More information

SECTION ALTERNATES

SECTION ALTERNATES SECTION 01 23 00 - ALTERNATES 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

FRP Specifications. Section Fiberglass Reinforced Polymer (FRP) Baffle Wall Panel Products and Fabrications REVISED 11.

FRP Specifications. Section Fiberglass Reinforced Polymer (FRP) Baffle Wall Panel Products and Fabrications REVISED 11. FRP Specifications Section 06 70 00 Fiberglass Reinforced Polymer (FRP) Baffle Wall Panel Products and Fabrications REVISED 11.2016 BRISTOL FACILITY 400 Commonwealth Ave., P. O. Box 580, Bristol, VA 24203-0580

More information

University of Massachusetts Procurement Department 140 Hicks Way 407 Goodell Building Amherst, MA 01003

University of Massachusetts Procurement Department 140 Hicks Way 407 Goodell Building Amherst, MA 01003 University of Massachusetts Procurement Department 140 Hicks Way 407 Goodell Building Amherst, MA 01003 May 16, 2016 Addendum #1 Contract Number: UMA16-25 Project Number: 1000730 Speedtype: 157194 Title:

More information

Basic Information for Obtaining Permits, Submitting Plans, Scheduling Inspections, etc.

Basic Information for Obtaining Permits, Submitting Plans, Scheduling Inspections, etc. Basic Information for Obtaining Permits, Submitting Plans, Scheduling Inspections, etc. Franklin County Septic & Zoning permit application: A septic and zoning permit is required for residential or commercial

More information

This guide can be used to prepare a specification for incorporating free standing jib cranes into a competitively bid construction project.

This guide can be used to prepare a specification for incorporating free standing jib cranes into a competitively bid construction project. SECTION 14651 FREE STANDING JIB CRANE ***** Gorbel, Inc. manufacturers a broad range of material handling cranes including monorail, bridge, gantry, and jib cranes. Numerous work station and industrial

More information

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More information

DESIGN STANDARDS. Division 02 Existing Conditions- Site Work. General

DESIGN STANDARDS. Division 02 Existing Conditions- Site Work. General DESIGN STANDARDS Division 02 Existing Conditions- Site Work General I. This Division includes: A. Demolition B. Clearing and Grubbing C. Excavation, Backfill and Compaction D. Pavement Base E. Paving and

More information

SECTION COOLING TOWER

SECTION COOLING TOWER PART 1 GENERAL 1.1 SECTION INCLUDES A. Mechanical induced draft Cooling Tower B. Controls C. Ladder and handrails 1.2 REFERENCES SECTION 23 65 00 COOLING TOWER A. ANSI/AFBMA 9 - Load Rating and Fatigue

More information

SECTION TURBINE VENTILATORS

SECTION TURBINE VENTILATORS SECTION 07 72 00 TURBINE VENTILATORS **This is a CSI Three-Part Specification using CSI MasterFormat 2004-2010 Section Numbers and Titles. This specification must be edited to suit your particular project.

More information

Legacy Environmental Process, LLC 1445 Ashville Road, Suite 103 Leeds, Alabama In USA Fax:

Legacy Environmental Process, LLC 1445 Ashville Road, Suite 103 Leeds, Alabama In USA Fax: Legacy Environmental Process, LLC 1445 Ashville Road, Suite 103 Leeds, Alabama 35094 In USA 1-205-640-1035 Fax: 1-205-640-1039 www.legacyenvpro.com Pre-Plant Delivery And Installation Manual For Project

More information

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2 revard Central Services Florida's Coast CENTRAL SERVICES GROUP Telephone (321) 617 7390 PURCHASING SERVICES Fax (321) 617-7391 Brevard County Government Center 2725 Judge Fran Jamieson Way, Bldg. C, Suite

More information

SERVICE LINES, METERS AND APPURTENANCES

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

More information

STANDARD SPECIFICATIONS SECTION BORING AND JACKING. A. Section includes requirements for boring and jacking casing pipe.

STANDARD 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 information

MCCARTY ARCHITECTS, P.A. POST OFFICE BOX 440 / 533 WEST MAIN STREET TUPELO, MS / FOR ANSWERS TO QUESTIONS CONTACT: JUSTIN HARRINGTON

MCCARTY ARCHITECTS, P.A. POST OFFICE BOX 440 / 533 WEST MAIN STREET TUPELO, MS / FOR ANSWERS TO QUESTIONS CONTACT: JUSTIN HARRINGTON ADDENDUM NUMBER FROM: MCCARTY ARCHITECTS, P.A. POST OFFICE BOX 0 / 533 WEST MAIN STREET TUPELO, MS 3880 / 3880 FOR ANSWERS TO QUESTIONS CONTACT: JUSTIN HARRINGTON PHONE: -8-00 PROJECT: ACADEMIC STUDENT

More information

Series - 1

Series - 1 SECTION 08360 SECTIONAL OVERHEAD DOORS 521 SERIES ALUMINUM SECTIONAL OVERHEAD DOORS Display hidden notes to specifier by using Tools / Options / View / Hidden Text. On newer versions of Microsoft Word

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 3: Roofs 1 & 3 DATE: December 29, 2017 1235 Mission

More information

Project Name: Central WWTP Capacity Improvements and CSO Reduction Project. MWS Project Number: 14-SC-0153 Last Updated: 12/19/14

Project Name: Central WWTP Capacity Improvements and CSO Reduction Project. MWS Project Number: 14-SC-0153 Last Updated: 12/19/14 Project Name: Central WWTP Capacity Improvements and CSO Reduction Project MWS Project Number: 14-SC-0153 Last Updated: 12/19/14 BACKGROUND / PURPOSE Metro Water Services (MWS), in order to comply with

More information

SECTION PACKAGE BOOSTER PUMP STATIONS

SECTION PACKAGE BOOSTER PUMP STATIONS SECTION 331223 PACKAGE BOOSTER PUMP STATIONS Scope: The Contractor shall install a pump station at two locations to be determined by the Owner. These pump stations shall be designed to deliver flow to

More information

THE CONSTRUCTION SUPERVISOR

THE CONSTRUCTION SUPERVISOR City of Aurora Building Inspections 15151 E Alameda Pkwy Aurora, CO 80012 (303) 739-7420 THE CONSTRUCTION SUPERVISOR When a building permit has been issued for any construction within the City, the Supervisor

More information

Alternative No. 1 Total Cost DRAFT

Alternative No. 1 Total Cost DRAFT OPINION OF PROBABLE PROJECT COSTS SUMMARY OF ALL THREE ALTERNATIVE ALIGNMENTS Item Description Alternative No. 1 Total Cost Alternative No. 2 Total Cost Alternative No. 3 Total Cost Design Phase 1. Preliminary

More information

Scope of Work Bid Package C-3 - West Precast Concrete

Scope of Work Bid Package C-3 - West Precast Concrete Scope of Work Bid Package C-3 - West Precast Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,

More information

Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction

Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction 1.00 DESCRIPTION 1.01 WORK INCLUDED: This work shall include the furnishing of all labor, equipment and materials necessary

More information

CODE COMPLIANCE PLAN REVIEW PROCEDURES

CODE COMPLIANCE PLAN REVIEW PROCEDURES CODE COMPLIANCE PLAN REVIEW PROCEDURES 1. All construction for state agencies on state-owned or state leased-purchased properties or facilities are to submit design documents for code compliance plan reviews

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

SEMINOLE TRIBE OF FLORIDA

SEMINOLE TRIBE OF FLORIDA SEMINOLE TRIBE OF FLORIDA Denise DeCarolis Carpenter Purchasing Department Director 6300 STIRLING ROAD HOLLYWOOD, FLORIDA 33024 PHONE (954) 966-6300 x11170 FAX (954) 967-3478 E-MAIL: dcarpenter@semtribe.com

More information

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

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 26 0526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions

More information

SECTION EXCAVATING, BACKFILLING, AND COMPACTION FOR UTILITIES

SECTION EXCAVATING, BACKFILLING, AND COMPACTION FOR UTILITIES SECTION 02221 EXCAVATING, BACKFILLING, AND COMPACTION FOR UTILITIES PART 1 GENERAL 1.01 SUMMARY A. Related Sections: 1. 02200 - Earthwork. 2. 02660 - Water Systems. 3. 02720 - Storm Drainage System. 4.

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

SECTION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

SECTION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS SECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and

More information

SECTION UTILITY MANHOLES AND STRUCTURES

SECTION UTILITY MANHOLES AND STRUCTURES SECTION 33 05 14 UTILITY MANHOLES AND STRUCTURES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Precast reinforced concrete manholes and structures with tongue-and-groove joints with masonry transition

More information

LARGE STORAGE TANK PROJECT

LARGE STORAGE TANK PROJECT INTRODUCTION The Fairbanks Large Storage Tank is part of the Interior Energy Project (IEP) designed to expand natural gas distribution in Fairbanks and Interior Alaska. A tank with a capacity of 0.44 Bcf

More information

SPACE TYPE: OUTSIDE PARKING (STRUCTURE)

SPACE TYPE: OUTSIDE PARKING (STRUCTURE) SPACE TYPE: OUTSIDE PARKING (STRUCTURE) Construction Criteria The unit costs for Outside Parking (Structure) space types are based on the construction quality and design features in the following table.

More information

UNOPS UNITED NATIONS OFFICE FOR PROJECT SERVICES PROJECT BOQ. Original Issue Bamyan MAC Site Services - Phase 1 Bamyan, Bamyan, Afghanistan

UNOPS UNITED NATIONS OFFICE FOR PROJECT SERVICES PROJECT BOQ. Original Issue Bamyan MAC Site Services - Phase 1 Bamyan, Bamyan, Afghanistan UNOPS UNITED NATIONS OFFICE FOR PROJECT SERVICES PROJECT BOQ Original Issue Bamyan MAC Site Services Phase Bamyan, Bamyan, Afghanistan Project Components:. Site Services Phase NOTICE TO ALL BIDDERS COMPLETE

More information

FRP Specifications. Section Fiberglass Reinforced Polymer (FRP) Molded Grating and Treads Products and Fabrications REVISED 11.

FRP Specifications. Section Fiberglass Reinforced Polymer (FRP) Molded Grating and Treads Products and Fabrications REVISED 11. FRP Specifications Section 06 74 13 Fiberglass Reinforced Polymer (FRP) Molded Grating and Treads Products and Fabrications REVISED 11.2016 BRISTOL FACILITY 400 Commonwealth Ave., P. O. Box 580, Bristol,

More information

MANHOLES, VAULTS AND CATCH BASINS SECTION A. Section Soil and Aggregate Materials. C. Section Storm Drainage Systems

MANHOLES, VAULTS AND CATCH BASINS SECTION A. Section Soil and Aggregate Materials. C. Section Storm Drainage Systems SECTION 02607-1 1.0 GENERAL 1.1 SCOPE: A. This section covers the work necessary for the construction of sanitary and storm system manholes, catch basins, and miscellaneous concrete structures complete.

More information

SECTION FOUNTAINS

SECTION FOUNTAINS PART 1 - GENERAL SECTION 13121 FOUNTAINS 1.1 SUMMARY A. Section includes design and complete installation of decorative fountains complete as shown on Drawings and as specified, including: 1. Equipment

More information

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

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

More information

DRAFT TECHNICAL SPECIFICATIONS FOR

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

More information

UMC El Paso Far East Clinic and Neighborhood Healthcare Center West Issue for Construction Page Project No and April 13, 2015

UMC El Paso Far East Clinic and Neighborhood Healthcare Center West Issue for Construction Page Project No and April 13, 2015 Page Project No. 414018 and 414019 April 13, 2015 Table of Contents Division Section Title Pages PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 003100

More information

Training Certification Categories

Training Certification Categories Training Certification Categories Residential Residential Building Inspector structures are free from hazardous structural conditions and comply with the UCC. Duties include inspection of footings and

More information

Need-to-Know Criteria Wastewater Treatment Operator Class III

Need-to-Know Criteria Wastewater Treatment Operator Class III 2017 Need-to-Know Criteria Wastewater Treatment Operator Class III A Need-to-Know Guide when preparing for the ABC Wastewater Treatment Operator Class III Certification Exam Before You Dive In What is

More information

This guide can be used to prepare a specification for incorporating free standing jib cranes into a competitively bid construction project.

This guide can be used to prepare a specification for incorporating free standing jib cranes into a competitively bid construction project. GORBEL PRODUCT SPECIFICATIONS 2010 Gorbel, Inc., P.O., Box 593, Fisher, New York 14453-0593 PHONE: 800-821-0086, FAX: 585-924-6273; WEBSITE: www.gorbel.com November SECTION 41 22 31PRIVATE FREE STANDING

More information

BIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83

BIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83 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

More information

SECTION EXCAVATION AND BACKFILL FOR UTILITIES AND STRUCTURES

SECTION EXCAVATION AND BACKFILL FOR UTILITIES AND STRUCTURES SECTION 02215 EXCAVATION AND BACKFILL FOR UTILITIES AND STRUCTURES PART 1 - GENERAL 1.1 DESCRIPTION: This section includes materials, testing, and installation of earthwork for excavations, fills, and

More information

BUILDING CODES & DESIGN CRITERIA

BUILDING CODES & DESIGN CRITERIA BUILDING CODES & DESIGN CRITERIA Adopted Building Codes: 2006 International Building Code (IBC) 2006 International Residential Code (IRC) 2006 International Mechanical Code (IMC) 2006 International Plumbing

More information

Structural Tests and Special Inspections Form. Inspection of Fabricators (1704.2)

Structural Tests and Special Inspections Form. Inspection of Fabricators (1704.2) Inspection of Fabricators (1704.2) Furnish inspection reports (1704.2.1) - Fabricators that have not been approved Provide a Certificate of Compliance (1704.2.2) - Approved Fabricators Steel Construction

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

SECTION SECTIONAL OVERHEAD DOORS

SECTION SECTIONAL OVERHEAD DOORS SECTION 08360 SECTIONAL OVERHEAD DOORS PART 1 GENERAL 1.1 SECTION INCLUDES A. Aluminum Doors B. Track and Framing 1.2 RELATED SECTIONS A. Section 04810 - Unit Masonry Assemblies: Prepared opening in masonry.

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

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

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 12 2113 - LOUVER BLINDS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,

More information

FRP Specifications. Section Fiberglass Reinforced Polymer (FRP) Pultruded Grating/Treads and Fabrications REVISED

FRP Specifications. Section Fiberglass Reinforced Polymer (FRP) Pultruded Grating/Treads and Fabrications REVISED FRP Specifications Section 06 74 13 Fiberglass Reinforced Polymer (FRP) Pultruded Grating/Treads and Fabrications REVISED 11.2016 BRISTOL FACILITY 400 Commonwealth Ave., P. O. Box 580, Bristol, VA 24203-0580

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

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen:

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen: March 6, 2018 Subject: Addendum No. 2 Toyota Park Transit Center Phase II Ladies and Gentlemen: This Addendum No. 2 is being issued to provide responses to questions submitted by potential bidders and

More information

SECTION CAST-IN-PLACE CONCRETE

SECTION CAST-IN-PLACE CONCRETE SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.01 SECTION INCLUDES A. The Contractor shall furnish all work and materials, including cement, sand and coarse aggregate, water, admixtures, curing

More information

Oil and Gas Contractor QA/QC Plan Sample Selected pages (not a complete plan)

Oil and Gas Contractor QA/QC Plan Sample Selected pages (not a complete plan) Oil and Gas Contractor QA/QC Plan Sample Selected pages (not a complete plan) Part 1: Project Specific Quality Plan Part 2: Quality Manual Part 3: Submittal Forms Part 4: Inspection Checklist Forms Contact:

More information

1. FROM (Bidder): (Name)

1. FROM (Bidder): (Name) Tender No. [ ] Tender Forms Page 1 1. FROM (Bidder): (Name) (Address) TO: Alberta Transportation, Strategic Procurement Branch Main Floor, Twin Atria Building 4999 Avenue 5000 Edmonton, Alberta, T6B 2X3

More information

I am writing in response to your request for a Revenue Legal Opinion addressing the Sales Tax on the Wastewater Treatment equipment.

I am writing in response to your request for a Revenue Legal Opinion addressing the Sales Tax on the Wastewater Treatment equipment. STATE OF ARKANSAS REVENUE LEGAL COUNSEL Department of Finance Post Office Box 1272, Room 2380 Little Rock, Arkansas 72203-1272 and Administration Phone: (501) 682-7030 Fax: (501) 682-7599 http://dfa.arkansas.gov

More information

SECTION SEISMIC RESTRAINT REQUIREMENTS FOR NON-STRUCTURAL COMPONENTS REVISED PART 1 GENERAL 1.1 DESCRIPTION:

SECTION SEISMIC RESTRAINT REQUIREMENTS FOR NON-STRUCTURAL COMPONENTS REVISED PART 1 GENERAL 1.1 DESCRIPTION: SECTION 13 05 41 SEISMIC RESTRAINT REQUIREMENTS FOR NON-STRUCTURAL COMPONENTS REVISED 1-25-13 PART 1 GENERAL 1.1 DESCRIPTION: A. Provide seismic restraint in accordance with the requirements of this section

More information

GV 001 Equipment Bases and Enclosures General Information

GV 001 Equipment Bases and Enclosures General Information Eq u ip me n tba s e s a n d En c lo s u re s Ge n e ra lin fo rma tio n E n g in e e r :R.An th o n GV0 0 1 Ap p r o v e r :Jo s h u a Jo n e s Ap r 1 7 2 0 Ap r1 7 GV 001 Equipment Bases and Enclosures

More information

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original PROJECT BID NO EPWU PEM CONSULTANT SUBMITTED ON / / as a 95% (A) original RESUBMITTED ON / / as a 95% (B) revision 1.0 FRONT COVER 1.1 1.2 1.3 1.4 Title begins with location key words, otherwise with program/project

More information

Village of Arlington Heights. Sewer Back-up Rebate Program

Village of Arlington Heights. Sewer Back-up Rebate Program Village of Arlington Heights Sewer Back-up Rebate Program (Including Enhanced Program Information) Updated: October 1, 2017 Village of Arlington Heights Building & Life Safety Department 33 S. Arlington

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

Landscape Services QA/QC Manual Sample Selected pages (not a complete plan)

Landscape Services QA/QC Manual Sample Selected pages (not a complete plan) Landscape Services QA/QC Manual Sample Selected pages (not a complete plan) Reporting Forms Inspection Forms Contact: Ed Caldeira 410-451-8006 Pat [Pick the date] [CompanyName] Landscape Services Operating

More information

Treating World s Water COMPANY PROFILE

Treating World s Water COMPANY PROFILE Treating World s Water COMPANY PROFILE 2017 About MAKRO MAKRO ENVIRONMENTAL PROTECTION AND INDUSTRIAL PLANTS PRODUCTION AND TRADE CO. LTD. has been founded in Jan1992 and its expertise is all kind of water

More information

G. UNDERWRITERS LABORATORY, INC.: 1. UL 325: Electrical Door, Drapery, Gate, Louver, and Window Operators and Systems

G. UNDERWRITERS LABORATORY, INC.: 1. UL 325: Electrical Door, Drapery, Gate, Louver, and Window Operators and Systems B6.0 DIVISION 8 - DOORS AND WINDOWS SECTION 08460 - AUTOMATIC ENTRANCE DOORS Specifier Note: Coordinate and edit articles and paragraphs below to suit project requirements. Add section numbers and titles

More information