DOCUMENT ADDENDUM No. 2

Size: px
Start display at page:

Download "DOCUMENT ADDENDUM No. 2"

Transcription

1 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. B. Date of this Addendum: March 14, PART 2 CHANGES 2.1 CHANGES TO PRIOR ADDENDA A. This addendum replaces the Bid Schedule (Section ) that was issued in Addendum CHANGES TO BIDDING REQUIREMENTS A. None 2.3 CHANGES TO AGREEMENT AND OTHER CONTRACT FORMS A. None 2.4 CHANGES TO CONDITIONS OF THE CONTRACT A. None 2.5 CHANGES TO SPECIFICATIONS A. Section Bid Schedule is replaced with the updated Bid Schedule (attached) 1. Schedule A Bid Item No 108 Storm Drain Manhole (5 ft diameter) is increased from 6 to CHANGE TO DRAWINGS A. Schedule A Drawing C-04 is replaced with the attached Drawing. 1. SDMH J is changed from 4-ft diameter to 5-ft diameter. Modified March 14, 2018 Addendum No 2 Page - 1

2 2.7 CLARIFICATIONS A. The purpose of videoing sewer laterals is mainly to determine the location of each lateral and determine if laterals are in conflict with the storm drain pipe that will be installed (See Project Notes 17, 18 on 9th Street Dwg No. G-04 and General Note 17 on Downs Drive Dwg No. G-04). The video of sewer mains needs to include at a minimum the following: a. Location of sewer laterals (distance along sewer main that can easily be coordinated with project drawings. Mark location of each lateral on curb or edge of pavement and provide an approximate depth of each lateral at the location of the proposed storm drain pipe (Project Note 17 on Dwg G-04). b. Identify material type of sewer lateral (i.e. PVC, transite) c. Provide video to City. The video needs to be in a format that the City can use and needs to provide a clear view of the sewer lateral pipes so that the City can inspect the condition of laterals. END OF SECTION Modified March 14, 2018 Addendum No 2 Page - 2

3 PART 1 GENERAL DOCUMENT BID SCHEDULE 1.1 DOCUMENT INCLUDES A. Bid schedules. B. Measurement and payment provisions. 1.2 CONSTRUCTION CONTRACT A. The Construction Contract is known as: Downs Drive and 9th Street Storm Drain Projects 1.3 REFERENCES A. APWA : Payment Procedures. B. Document : Agreement. 1.4 SCHEDULE TO BE ADDED TO THE AGREEMENT A. This document will be added to the Bid and Agreement by reference. Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 3

4 PART 2 BID SCHEDULES 2.1 BASE BID A. Bid Schedules below describe work basic to the Contract. The rest of this page left blank intentionally Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 4

5 BID SCHEDULE A Downs Drive and West Oaks Storm Drain Project Bid No. Item Quantity Units Unit Cost Cost 101 Mobilization 1 LS $ $ 102 Traffic Control and Pedestrian Safety 1 LS $ $ 103 Construction Surveying and Staking 1 LS $ $ 104 Contractor Quality Control/Quality Assurance 1 LS $ $ 105 Excavation and Hauling for Detention Basin 1 LS $ $ Flared End Section 1 EA $ $ Flared End Section 1 EA $ $ 108 Storm Drain Manhole (5 ft diameter) 7 EA $ $ 109 NOT USED 110 Single Catch Basin (OGD SD-1) 2 EA $ $ 111 NOT USED Diameter Storm Drain Sump (C 2192) 3 EA $ $ 113 NOT USED " Class III Reinforced Concrete Pipe 500 LF $ $ " Class V Reinforced Concrete Pipe 30 LF $ $ " Class V Reinforced Concrete Pipe 70 LF $ $ " Perforated DR 17 HDPE Pipe 210 LF $ $ 118 Remove and Dispose of Existing Storm Drain Pipe 170 LF $ $ Remove and Dispose of Existing Storm 119 Drain Manhole/Cleanout Box, or Outlet Structure 4 EA $ $ ft Tall Chain Link Fence 250 LF $ $ 121 Remove and Dispose of Existing Fence 250 LF $ $ X 6 Chain Link Gate 1 LS $ $ 123 Not Used 1 LS $ $ 1 Water Service Line Replacement 124 (APWA Plan 541) 3 EA $ $ " Water Main Loop (APWA Plan 543) 1 EA $ $ 126 Video Existing Sewer Main 700 LF $ $ 127 Detention Basin Top Soil/Seeding 1 LS $ $ 128 Detention Basin Outlet Structure 1 LS $ $ Thick Asphalt Restoration 700 SY $ $ Thick Asphalt Restoration 160 SY $ $ 131 Trench Stabilization Material 60 CY $ $ 132 NOT USED 133 Construct Concrete Waterway 40 LF $ $ Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 5

6 Bid No. Item Quantity Units Unit Cost Cost (OGD RD-6) 134 NOT USED Drive Approach, Sidewalk, Curb and 135 Gutter Replacement - STA to LS $ $ 136 Video Existing Sewer Laterals 5 EA $ $ Total = $ Schedule Total in Words Signature BID SCHEDULE B Downs Drive and West Oaks Storm Drain Project Bid No. Item Quantity Units Unit Cost Cost 201 Mobilization 1 LS $ $ 202 Traffic Control and Pedestrian Safety 1 LS $ $ 203 Construction Surveying and Staking 1 LS $ $ 204 Contractor Quality Control/Quality Assurance 1 LS $ $ 205 NOT USED 206 NOT USED 207 NOT USED 208 Storm Drain Manhole (5 ft diameter) 5 EA $ $ 209 Storm Drain Manhole (6 ft diameter) 1 EA $ $ 210 Single Catch Basin (OGD SD-1) 2 EA $ $ 211 Double Catch Basin (APWA Plan 315) 2 EA $ $ 212 NOT USED " Class III Reinforced Concrete Pipe 300 LF $ $ " Class III Reinforced Concrete Pipe 450 LF $ $ " Class III Reinforced Concrete Pipe 100 LF $ $ " Class III Reinforced Concrete Pipe 90 LF $ $ 217 NOT USED 218 NOT USED 219 NOT USED 220 NOT USED 221 NOT USED 222 NOT USED Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 6

7 Bid No. Item Quantity Units Unit Cost Cost 223 NOT USED Water Service Line Replacement (APWA Plan 541) 10 EA $ $ " Water Main Loop (APWA Plan 543) 1 EA $ $ 226 Video Existing Sewer Main 700 LF $ $ 227 NOT USED 228 NOT USED Thick Asphalt Restoration 1300 SY $ $ 230 NOT USED 231 Trench Stabilization Material 40 CY $ $ 232 Relocate and Reconnect Sewer Lateral (Detail C/2009) 1 EA $ $ 233 NOT USED 234 Install an Additional Catch Basin and Associated Curb and Gutter and Sidewalk 1 LS $ $ 235 NOT USED 236 Video Existing Sewer Laterals 6 EA $ $ Total = $ Schedule Total in Words Signature BID SCHEDULE C 9 th Street Storm Drain Project Bid No. Item Quantity Units Unit Cost Cost 301 Mobilization 1 LS $ $ 302 Traffic Control and Pedestrian Safety 1 LS $ $ 303 Construction Survey and Staking 1 LS $ $ 304 Contractor Quality Control/Quality Assurance 1 LS $ $ 305 NOT USED $ $ 306 Storm Drain Manhole (5 ft diameter) (OGD SD-4) 2 EA $ $ 307 NOT USED 308 Storm Drain Precast Concrete Cleanout Box (5 x5 ) 5 EA $ $ 309 Storm Drain Precast Concrete Cleanout Box (4 x4 ) 2 EA $ $ Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 7

8 Bid No. Item Quantity Units Unit Cost Cost 310 Storm Drain Cast-in-Place Concrete Cleanout Box (5 x5 ) (APWA Plan No. 331, Type B) 1 EA $ $ 311 Storm Drain Combo Box (OGD SD-3) 1 EA $ $ 312 Single Catch Basin 2 x3 (OGD SD-1) 3 EA $ $ 313 NOT USED 314 NOT USED " Class III Reinforced Concrete Pipe 445 LF $ $ 316 NOT USED 317 NOT USED " Class V Reinforced Concrete Pipe 118 LF $ $ " Class V Reinforced Concrete Pipe 15 LF $ $ "x45 Class IV HERCP Horizontal Elliptical Reinforced Concrete Pipe 700 LF $ $ "x38 Class IV HERCP Horizontal Elliptical Reinforced Concrete Pipe 150 LF $ $ x30 Class IV HERCP Horizontal Elliptical Reinforced Concrete Pipe 40 LF $ $ Abandon Existing Storm Drain Pipeline and 323 Fill with Flowable Fill (UDOT Standard Specification Section 03575) 11 CY $ $ 324 Remove and Dispose of Existing Storm Drain Pipeline 130 LF $ $ Remove and Dispose of Existing Storm 325 Drain Manhole/Cleanout Box or Sewer Manhole 3 EA $ $ 326 Remove and Dispose of Existing Storm Drain Catch Basin 2 EA $ $ 327 Connect New Storm Drain to Existing Mill Creek Box Culvert 1 LS $ $ 328 NOT USED 329 Video Existing Sewer Main (Sta to 22+24) 1224 LF $ $ 330 Video Existing Sewer Laterals 17 EA $ $ 331 Remove and Dispose of Existing Sewer Main 200 LF $ $ 332 Relocate and Reconnect Sewer Lateral (Detail C/2009) 6 EA $ $ 333 Remove and Replace Existing Sewer Lateral. (Detail C/2010) 4 EA $ $ Remove and Replace Existing Sewer 334 Lateral and Connect to New Sewer Main (Detail C/2011) 4 EA $ $ 335 Remove and Dispose of Existing Transite Sewer Lateral Pipe 3 EA $ $ 336 Sewer Manhole - 4 ft diameter (Drawing Nos. C-07, C-08) 3 EA $ $ Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 8

9 Bid No. Item Quantity Units Unit Cost Cost SDR 35 PVC Sewer Main (OGD SS-3) 280 LF $ $ 338 NOT USED 339 8" Water Main Loop (APWA Plan 543) 1 EA $ $ 340 6" Water Main Loop (APWA Plan 543) 1 EA $ $ 341 NOT USED Water Service Line Replacement (APWA Plan 541) 9 EA $ $ 343 NOT USED 344 NOT USED 345 NOT USED Thick Asphalt Restoration (OGD RD-3) 4,000 SY $ $ 347 Construct New Curb and Gutter (OGD RD- 4) 300 LF $ $ 348 Remove and Replace Existing Corner Curb Cut Assembly (APWA Plan 235) 1 EA $ $ 349 Restore Grass and Sidewalk, Complete (Sta 16+20) 1 LS $ $ 350 NOT USED 351 NOT USED 352 Flowable Fill (UDOT Standard Specification Section 03575) 50 CY $ $ 353 Trench Stabilization Material 200 CY $ $ 354 Remove Debris From and Clean and Video Existing Storm Drain Pipeline (Sta to Sta 15+40) 540 LF $ $ 355 NOT USED Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 9

10 ADDITIVE ALTERNATE TO BID ITEMS IN SCHEDULE C 9 th Street Storm Drain Project Bid No. Item Quantity Units Unit Cost Cost Additive Alternate to Bid Item 320, Substitute Flowable Fill As Bedding Material For 29 x45 Class IV HERCP Horizontal Elliptical Reinforced Concrete Pipe 700 LF $ $ Additive Alternate to Bid Item 321, Substitute Flowable Fill As Bedding Material For 24 x38 Class IV HERCP Horizontal Elliptical Reinforced Concrete Pipe 150 LF $ $ Additive Alternate to Bid Item 322, Substitute Flowable Fill As Bedding Material For 19 x30 Class IV HERCP Horizontal Elliptical Reinforced Concrete Pipe 40 LF $ $ Total = $ Schedule Total in Words Signature BID SCHEDULE D 9 th Street Storm Drain Project Bid No. Item Quantity Units Unit Cost Cost 401 Mobilization 1 LS $ $ 402 Traffic Control and Pedestrian Safety 1 LS $ $ 403 Construction Survey and Staking 1 LS $ $ 404 Contractor Quality Control/Quality Assurance 1 LS $ $ 405 Storm Drain Manhole (6 ft diameter) (OGD SD-4) 11 EA $ $ 406 Storm Drain Manhole (5 ft diameter) (OGD SD-4) 6 EA $ $ 407 Storm Drain Manhole (4 ft diameter) (OGD SD-4) 1 EA $ $ 408 NOT USED 409 NOT USED Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 10

11 Bid No. Item Quantity Units Unit Cost Cost 410 NOT USED 411 Storm Drain Combo Box (OGD SD-3) 1 EA $ $ 412 Single Catch Basin 2 x3 (OGD SD-1) 13 EA $ $ 413 Single Catch Basin Grate Type (APWA Plan No. 315) 5 EA $ $ " Class III Reinforced Concrete Pipe 330 LF $ $ " Class III Reinforced Concrete Pipe 2,215 LF $ $ " Class III Reinforced Concrete Pipe 760 LF $ $ " Class V Reinforced Concrete Pipe 50 LF $ $ " Class V Reinforced Concrete Pipe 682 LF $ $ " Class V Reinforced Concrete Pipe 15 LF $ $ 420 NOT USED 421 NOT USED 422 NOT USED Abandon Existing Storm Drain Pipeline and 423 Fill with Flowable Fill (UDOT Standard Specification Section 03575) 24 CY $ $ 424 Remove and Dispose of Existing Storm Drain Pipeline 2,330 LF $ $ Remove and Dispose of Existing Storm 425 Drain Manhole/Cleanout Box or Sewer Manhole 13 EA $ $ 426 Remove and Dispose of Existing Storm Drain Catch Basin 12 EA $ $ 427 NOT USED Remove and Replace Concrete Pavement 428 Boxout Panels Around Existing Storm Drain Manhole near Washington Blvd. (UDOT Standard Drawing No. PV5) 1 LS $ $ 429 Video Existing Sewer Main (Sta to and Sta to 62+37) 3,900 LF $ $ 430 Video Existing Sewer Laterals 63 EA $ $ 431 Remove and Dispose of Existing Sewer Main 250 LF $ $ 432 Relocate and Reconnect Sewer Lateral (Detail C/2009) 18 EA $ $ 433 Remove and Replace Existing Sewer Lateral. (Detail C/2010) 12 EA $ $ Remove and Replace Existing Sewer 434 Lateral and Connect to New Sewer Main (Detail C/2011) 11 EA $ $ 435 Remove and Dispose of Existing Transite Sewer Lateral Pipe 2 EA $ $ 436 Sewer Manhole - 4 ft diameter (Drawing Nos. C-07, C-08) 2 EA $ $ SDR 35 PVC Sewer Main (OGD SS-3) 260 LF $ $ Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 11

12 Bid No. Item Quantity Units Unit Cost Cost " Water Main Loop (APWA Plan 543) 1 EA $ $ 439 8" Water Main Loop (APWA Plan 543) 1 EA $ $ 440 6" Water Main Loop (APWA Plan 543) 2 EA $ $ 441 Remove and Replace Existing Fire Hydrant (OGD W-1) 1 EA $ $ Water Service Line Replacement (APWA Plan 541) 27 EA $ $ 443 Demolition of Existing Landscape Island and Sign, Complete 1 LS $ $ Thick Asphalt Restoration (OGD RD-3) 2,840 SY $ $ Thick Asphalt Restoration (OGD RD-3) 4,040 SY $ $ Thick Asphalt Restoration (OGD RD-3) 930 SY $ $ 447 Construct New Curb and Gutter (OGD RD- 4) 800 LF $ $ 448 Remove and Replace Existing Corner Curb Cut Assembly (APWA Plan 235) 1 EA $ $ 449 NOT USED 450 Remove and Replace Section of Concrete Waterway (OGD RD-6) 60 LF $ $ 451 Construct Concrete Waterway (OGD RD-6) 50 LF $ $ 452 Flowable Fill (UDOT Standard Specification Section 03575) 50 CY $ $ 453 Trench Stabilization Material 200 CY $ $ 454 Remove Debris From and Clean and Video Existing Storm Drain Pipeline (Sta to Sta 33+00) 700 LF $ $ 455 Single Catch Basin 4 x4 (OGD SD-1) 2 EA $ $ 456 Untreated Base Coarse (As Directed by Engineer Only) 100 TON $ $ Total = $ Schedule Total in Words Signature Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 12

13 PART 3 MEASUREMENTS AND PAYMENT 3.1 GENERAL A. See measurement and payment procedures in APWA Section B. ENGINEER will take all measurements and compute all quantities. C. CONTRACTOR will verify measurement and quantities. D. CONTRACTOR will provide all equipment, workers, and survey crews to assist ENGINEER in making measurements. a. Payment covers the cost of incidental work which includes: progress schedule; videotaping site conditions prior to construction and after completing construction; clear and grub site; temporary facilities; videotaping mainline storm drain pipe following installation; unclassified excavation; developing and implementing a SWPPP in accordance with city and state requirements; pothole excavations; removal and disposal of excavated trench materials; trench dewatering; miscellaneous dewatering; miscellaneous demolition not covered under a bid item; managing storm water, ground water, and irrigation water during construction; constructing needed temporary access to construction areas; survey monument restoration; tree trimming; tree root trimming; removal and replacement of landscape materials (not including trees) and irrigation systems equal to or better than existing if damaged by the Contractor's operations; supporting existing utilities extending through trench section; supporting power poles near trenches, as required; coordinating and work associated with utility relocations to be performed by others; removing and replacing street signs and mail boxes impacted by construction activities; temporary watering of landscape strips and landscaping while irrigation facilities are being repaired; dust control; site cleanup; acquiring permits, coordination meetings; exposing and excavating utilities and assisting utility companies for relocation and looping (gas, cable television, telecommunication, power); constructing pipe bridge piers; cleaning all project roads to maintain a clean condition with no accumulation of dirt, debris or other foreign objects as required by Specifications and street cut permit. E. All other necessary work, to install the work complete in place. a. References: i APWA Standard Plans and Specifications ii. Ogden City s Engineering Standards (2013 Edition) Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 13

14 3.2 Bid Item Nos. 101, 201, 301, 401 Mobilization A. Measured by lump sum. B. Payment covers cost of mobilization, demobilization, installation of temporary facilities and bringing all necessary construction equipment to the site. Payment will be made on a percentage basis as follows. Percent of Original Contract Amount Earned Percent of Amount Bid for Mobilization to be Paid Bid Item Nos. 102, 202, 302, 402 Traffic Control and Pedestrian Safety A. Measurement: Measured and paid for on a lump sum basis. B. Payment Covers: Costs associated all labor, materials, and equipment required to develop a traffic control and pedestrian safety plan in accordance with the specifications and requirements from Ogden City and UDOT which may include but is not limited to: maintaining smooth vehicular traffic flow through area affected by construction; maintaining access to private driveways; signage; all barriers. C. Payment shall also include all labor, materials, and equipment required to maintain safe pedestrian access through the project area during construction, including but not limited to signage, warning devices, PVC or polyethylene safety fencing, and maintaining a clean sidewalk that is free of dirt, gravel and other construction debris. 3.4 Bid Item No. 103, 203, 303, 403 Construction Surveying and Staking A. Measurement: Measured and paid for on a lump sum basis. B. Payment Covers: Costs associated with all labor, materials, and equipment required to perform all construction surveying, and staking; and as-built surveying as necessary to complete the Work. Control and survey support set once by Engineer. 3.5 Bid Item No. 104, 204, 304, 404 Contractor Quality Control/Quality Assurance A. Measurement and payment for quality control testing will be made on a lump sum basis. B. Payment covers all quality control testing required of the CONTRACTOR as described in the per Ogden City Engineering Standards and Amendments, including but not limited to: developing and implementing a quality assurance/quality control program; all compaction density testing; geotechnical laboratory testing; concrete testing and all other quality control or quality assurance measures required to complete the Work. Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 14

15 3.6 Bid Item No. 105 Excavation and Hauling For Detention Basin A. Measured and paid for on a lump sum basis. B. Payment Covers: Costs associated with all labor, materials, and equipment required to perform all excavation, hauling and disposal of material needed to construct the detention basin; survey of the constructed detention basin; and all other work to complete this item. C A survey of the basin will be required once the excavation is complete. A copy of the survey must be provided to OWNER and ENGINEER for approval. 3.7 Bid Item Nos , 110, 112, , 306, , 336, , , 436, 455 Flared End Sections, Storm Drain Manholes, Storm Drain Combo Boxes, Storm Drain Precast Cleanout Boxes, Storm Drain Cast-In-Place Cleanout Boxes, Storm Drain Catch Basins, Storm Drain Sumps and Sewer Manholes. A. Measurement: Measured and paid for on a per each basis. Measurement to be by actual field count of each type, and size of installed structure identified on the bid schedule and in the plan set. B. Payment Covers: Furnishing and installing each type of flared end section, storm drain manhole, storm drain combo box, storm drain precast cleanout box, storm drain cast-inplace cleanout box, storm drain catch basin, storm drain sump, and sewer manhole, complete, including, but not limited to: additional excavation; reinforced concrete; supplying and installing all precast structures, risers, grates, and covers; cast-in-place concrete; ladder rungs; grouted channel troughs; connection to existing and/or new pipes, backfill material, compaction, testing, materials and labor for backfill, and all other items needed to complete the work including cleaning and placing structures in service. C. If trench stabilization material is used at the direction of the engineer, it will be paid for under the trench stabilization bid items for Schedule A and Schedule B. 3.8 Bid Item Nos , , 315, , Reinforced Concrete Pipe A. Measured and paid for on a linear foot basis, measured in the field, to the nearest foot, for the type, size and class indicated in the Bid Schedule between structures. Unless indicated otherwise, measurement to be along the pipe from the inside face to inside face of manholes, catch basins, or other structures, or to the end of the pipe where no structure exists, with no deduction for fittings. B. Payment covers: Furnishing and installing pipe of the material, type, size and class indicated, including couplings, gaskets, adapters, plugs; trench excavation; excavation for bells; capping or plugging of the existing storm drain pipe(s) to be abandoned; supplying, installing, compacting and testing imported trench zone and pipe zone materials in accordance with the drawings and Ogden City Standards; trench boxes or shoring as needed; dewatering; management of storm water during construction; connection of the existing storm drain to the new storm drain; reconnection of existing storm drain laterals to the new storm drain manholes; connecting new storm drain to existing structures; pipe cutting; field collars; field closures; cleaning new pipe prior to acceptance by owner, commissioning pipelines. There will be no payment for over excavation unless approved in written form by the engineer prior to the excavation. Payment shall also include measures to protect the new pipeline from being damaged or filled with sediment from a runoff event during construction. Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 15

16 3.9 Bid Item No Perforated DR 17 HDPE Pipe A. Measured and paid for on a linear foot basis, measured in the field, to the nearest foot, for the type, size and class indicated on the design drawing. Unless indicated otherwise, measurement to be along the pipe from the inside face to inside face of manholes, catch basins, or other structures, or to the end of the pipe where no structure exists, with no deduction for fittings. B. Payment covers: Furnishing and installing pipe of the material, type, size and class indicated, including couplings, gaskets, adapters, plugs; trench excavation; capping or plugging of the existing storm drain pipe(s) to be abandoned; supplying and installing imported pipe zone material (2 sewer rock); supplying and installing trench zone material (which includes some 2 sewer rock); compaction, testing; furnishing and installing filter fabric; management of storm water during construction; connecting new storm drain to existing structures; pipe cutting; field collars; field closures; cleaning new pipe prior to acceptance by owner, commissioning pipelines. There will be no payment for over excavation unless approved in written form by the engineer prior to the excavation. Payment shall also include measures to protect the new pipeline from being damaged or filled with sediment from a runoff event during construction Bid Item Nos. 118, 324, 331, 424, 431 Remove and Dispose of Existing Storm Drain Pipeline or Existing Sewer Main A. Measurement: Measured and paid for on a linear foot basis, measured in the field, to the nearest foot. Unless indicated otherwise, measurement to be along the pipe from the inside face to inside face of manholes or other structures, or to the end of the pipe where no structure exists. B. Payment shall be complete compensation for all labor, tools, materials, and equipment involved in excavating, removing and disposing of existing storm drain or sewer pipe as shown on the drawings per state and local standards. Payment also includes excavation; supplying, installing, testing and compacting granular barrow backfill to the necessary grade under the direction of the engineer, and restoring any adjacent facilities disturbed by construction activities associated with this item Bid Item Nos. 119, 325, 326, 425, 426 Remove and Dispose of Existing Storm Drain Manholes/Cleanout Boxes Or Catch Basins Or Existing Sewer Manholes A. Measurement: Measured and paid for on a per each basis. Measurement to be by actual field count of each existing storm drain manhole, cleanout box, catch basin, or sewer manhole removed and disposed of. B. Payment shall be complete compensation for all labor, tools, materials, and equipment involved in excavating, removing and disposing of existing storm drain facilities or sewer facilities and other miscellaneous items required to complete the work. Payment also includes supplying, installing, testing, and compacting backfill materials and restoring any adjacent facilities disturbed by construction activities associated with this item Bid Item No Ft Tall Chain Link Fence A. Measured and paid for on a linear foot basis, measured in the field, to the nearest foot, parallel to the ground surface and exclusive of openings. Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 16

17 B. Payment covers the cost of clearing; excavating high points along fence alignment; excavation and replacement of ground; grout; furnishing and placing concrete footings; connecting new fences to structures and existing fences; line posts; caps; couplings; top rail or tension wire; truss or tension bars; fittings and hardware; support or extension arm if any Bid Item No. 121 Remove and Dispose of Existing Fence A. Measured and paid for on a linear foot basis, measured in the field, to the nearest foot, parallel to the ground surface. B. Payment shall be complete compensation for all labor, tools, materials, and equipment involved in removing and disposing of all existing fence components including concrete footings, posts, fencing, and reposting of fence cut-off. Includes backfilling of all post holes and any associated landscape restoration and sprinkler system repair due to damages made during fence removal. Payment includes backfilling depressions left because of demolition work. C. This pay item shall only be used at the discretion of the Engineer Bid Item No X6 Chain Link Gate A. Measurement: Measured and paid for on a lump sum basis. B. Payment covers the cost of clearing; excavation and replacement of ground, grout, furnishing and placing concrete footings; couplings; hinges, top rail or tension wire; truss or tension bars; fittings and hardware; support or extension arm if any, and all labor, tools and material to complete this item Not Used Bid Item Nos. 124, 224, 342, Water Service Line Replacement A. Measurement: Measured and paid for on a per each basis. Measurement to be by actual field count of each existing water service lateral that is replaced from main pipe to meter due to a conflict with construction of the new storm drain pipeline. B. Payment covers the cost of the poly tubing indicated, with installation per APWA Plan No Payment also covers incidental work such as but not limited to potholing; trench excavation; supplying, installing, testing, and compacting backfill materials; furnishing and installing service saddle clamps and adapters necessary for a watertight connection to the existing service pipe, all fittings; taps; tracer wire; Raven meter box, ring & cover; adjusting meter box and cover to grade, cleaning, flushing, pressure testing, and disinfecting the service prior to acceptance. C. Asphalt surface restoration is covered in the asphalt restoration bid items. Any other surface restoration required for the water service line replacement is included with this bid item. Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 17

18 3.17 Bid Item Nos. 125, 225, , Water Main Loop A. Measurement: Measured and paid for on a per each basis. Measurement to be by actual field count of each existing water main based on size that must be looped due to a conflict with construction of the new storm drain pipeline or new sewer main. B. Payment covers all labor, tools, equipment and materials needed to install a water main loop of the size indicated, with installation per Drawings and APWA Plan No. 543 and connecting back into the system. Payment covers the cost of incidental work such as potholing, gaskets, bolts and nuts, bends, sleeves, transition couplings; joint retaining devices; miscellaneous fittings; greasing and wrapping all exposed fittings, bolts and nuts; polyethylene bagging of new water pipe and fittings; additional saw cut and removal of trench pavement, excavation, pipe dewatering, and road base outside the typical trench section due to the additional excavation required for the installation of the loop; supplying, installing, compacting, and testing imported trench zone and pipe zone materials in accordance with the drawings; concrete thrust restraints; disinfection and commissioning pipeline; pressure testing; and all other work required to complete this work item. C. Asphalt surface restoration is covered the asphalt pavement restoration items Bid Item Nos. 126, 226, 329, 429 Video Existing Sewer Main A. Measurement: Measured and paid for on a linear foot basis, measured in the field, to the nearest foot. B. Payment shall be complete compensation for all labor, tools, materials, and equipment required to video inspect sewer mains to determine lateral locations as specified in the drawings and provide video footage to the City, and all other items necessary to complete the work this item Bid Item No. 127 Detention Basin Top Soil/Seeding A. Measurement: Measured and paid for on a Lump Sum basis. B. Payment shall be complete compensation for all labor, tools, materials, and equipment involved in the following: removing the top 6 inches of top soil from the detention basin site and temporarily storing it offsite (site provided by contractor), restoring the topsoil to the site after construction activities are completed so it is approximately 6 inches thick across the site, then seeding the site as described in APWA Standard Specifications Section This bid item also includes construction of the low flow channel through the detention basin. Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 18

19 3.20 Bid Item No. 128 Detention Basin Outlet Structure A. Measurement: Measured and paid for on a lump sum basis. B. Payment Covers: All labor, tools, materials, and equipment required to furnish and install the reinforced concrete storm drain structure; excavation; installing storm drain structure as shown in detail S-01 in the drawings, furnishing and installing a trash rack on the outlet; furnishing and installing grating; furnishing and compacting backfill for the structure; drain rock; connecting to new storm drain pipe; and all other items needed to complete the work including cleaning and placing structure in service Bid Item Nos , 229, 346, Asphalt Restoration A. Measurement: Measured and paid for on a square yard basis as measured in the field by the City and the Engineer, but limited to the pay limits defined in the Drawings, and based on the indicated depth of asphalt over 8 inches of road base material placed in accordance with Ogden Standards. B. Payment Covers: All labor, materials, tools, and equipment required to complete asphalt trench restoration, including but not limited to: Saw cutting; removal and disposal of existing asphalt; tack coat; crack sealing between new asphalt and existing asphalt pavement; furnishing, placing, and compacting 8 inches of road base material under new asphalt; and placing and compacting the asphalt pavement material; adjusting all street fixtures not specified elsewhere to final grade. C. Unit price for this bid item shall be independent of the quantity actually used. No adjustment in price will be allowed for quantities that are significantly more or less than the quantities listed on the Bid Schedule Bid Item Nos. 131, 231, 353, 453 Trench Stabilization Material A. Measurement: Measured and paid for by the cubic yard as calculated by the engineer, using the depth of installed material required by the engineer, the bottom trench width of the typical trench section and the length of the trench where the material was installed. B. Payment Covers: All labor, equipment, tools, and materials required to supply, install, and compact trench stabilization material, complete; furnish and install filter fabric around stabilization material; and any other items necessary to complete work for this item. C. This item is to be used only at the discretion of the Engineer Bid Item No. 133, 451 Construct Concrete Waterway A. Measurement: Measured and paid for on a linear foot basis, based on field measurements of the length of concrete waterway constructed per Ogden City Standards. B. Payment Covers: Supplying, installing, testing, and compacting roadbase material; furnishing, installing, and finishing concrete; sawcutting; installing joints in concrete; furnishing and installing steel reinforcement; providing any needed forms; and all other work necessary to complete the work associated with this item. Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 19

20 3.24 Bid Item Nos. 135 Drive Approach, Sidewalk, Curb and Gutter Replacement -STA to and STA to (2 Pipes in One Trench) A. Measurement: Measured and paid for on a lump sum basis. B. Payment includes: Concrete saw cutting, excavation, removal and disposal of the existing curb and gutter; sidewalk; and drive approach installation and compaction of the untreated base course; furnishing, placing, forming and finishing the concrete apron, flares, and flatwork items; reinforcing; landscape restoration; and irrigation systems repair or replacement when damaged by the contractors operations; Includes the necessary excavation/granular borrow fill, hauling and disposal, for correct placement of approach and untreated base course Bid Item No. 136, 236, 330, 430 Video Existing Sewer Laterals A. Measurement: Measured and paid for on a per each basis. Measurement to be by actual field count of sewer laterals videoed. B. Payment shall be complete compensation for all labor, tools, materials, and equipment required to video inspect sewer laterals to determine pipe type and potential construction conflicts as specified in the drawings, including but not limited to locating the sewer laterals and marking the location on the pavement, providing video footage to the City, and all other items necessary to complete the work this item. C. This item may only be used with approval of the Engineer Bid Item Nos. 232, , Relocate and Reconnect Sewer Lateral (Detail C/2009), Remove And Replace Existing Sewer Lateral (Detail C/2010), Remove And Replace Existing Sewer Lateral And Connect to New Sewer Main (Detail C/ 2011) A. Measurement: Measured and paid for on a per each basis. Measurement to be by actual field count of each type of lateral relocation or replacement as defined in the drawings and Bid Schedule. B. Payment covers: Removing and disposing of existing sewer lateral as needed for construction; Furnishing and installing sewer lateral per Ogden City Standard Drawing SS-2 including couplings, gaskets, joint lubricants, adapters, plugs; supplying, installing, testing, and compacting backfill materials; connection of the lateral to the existing main connection; replacement of damaged connection at the main, installation of the sewer lateral from the main connection to the cleanout at the property line, connection of the cleanout to the existing lateral on the property side; managing wastewater on site; dewatering; temporary plugging of sewer laterals; video inspection of new sewer lateral and providing footage to the city; pipe cutting; cleaning new lateral prior to acceptance by owner; removing and replacing existing sidewalk as needed; disposal of all waste materials; restoration of all utilities damaged as a result of operations; restoring all grass and landscape to meet or exceed existing conditions. C. Asphalt surface restoration is covered under the asphalt pavement restoration item. Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 20

21 3.27 Bid Item No. 234 Install an Additional Catch Basin and Associated Curb and Gutter and Sidewalk A. Measurement: Measured and paid for on a lump sum basis. B. Payment for curb, gutter and sidewalk on the corner of Grace Avenue and Gwen Street (Sheet C-03) includes: Concrete saw cutting, excavation, removal, hauling and disposal of the existing curb, gutter and sidewalk; installation, testing, and compaction of the untreated base course; furnishing, placing, forming and finishing the concrete; reinforcing; landscape restoration; and irrigation systems repair or replacement when damaged by the contractors operations. C. Payment for the catch basin on the corner of Grace Avenue and Gwen Street (Sheet C- 03) includes: Furnishing and installing the storm drain catch basin and short section of pipe required to connect the new catch basin to the existing catch basin. Payment covers additional excavation; reinforced concrete; supplying and installing the precast structure, pipe, grates, and covers; cast-in-place concrete; connection to the new pipe and existing catch basin; core drilling; concrete collars; materials, compaction, testing, and labor for backfill, and all other items needed to complete the work including cleaning and placing structure in service Bid Item No. 323, 423 Abandon Existing Storm Drain Pipeline and Fill With Flowable Fill (UDOT Standard Specification Section 03575) A. Measured and paid for on a cubic yard basis, as calculated by the Engineer, based on concrete truck tickets of flowable fill placed. B. Payment shall be complete compensation for all labor, tools, materials, and equipment involved in abandoning the existing storm drain pipe in place by filling it with flowable fill, including but not limited to excavation; supplying and pumping flowable fill; plugging the ends of pipe with concrete or other temporary measures needed to contain the flowable fill in the pipe. C. This pay item shall only be used at the discretion of the Engineer. D. Payment for this item will NOT include flowable fill used as backfill around storm drain pipe or miscellaneous flowable including between utilities that are close together where compaction is difficult Bid Item No. 327 Connect New Storm Drain to Existing Mill Creek Box Culvert A. Measurement: Measured and paid for on a lump sum basis. B. Payment shall be complete compensation for all labor, tools, materials, and equipment involved in connecting the new storm drain pipe to the existing Mill Creek concrete box culvert, including core drilling; installing pipe into the box culvert; installing concrete collar at the connection; grout; and all other miscellaneous item required to complete the work. Payment includes backfilling depressions left because of demolition work Bid Item No. 335, 435 Remove and Dispose of Existing Transite Sewer Lateral Pipe A. Measurement: Measured and paid for on a per each basis. Measurement to be by actual field count of transite sewer laterals removed and disposed as needed for construction of the new storm drain. Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 21

22 B. Payment covers: All labor, materials and hauling required to remove and dispose of existing transite sewer lateral piping in accordance with State standards including but not limited to removing existing transite sewer lateral from the sewer main to 1 foot behind the sidewalk; hauling and disposing of removed pipe; supplying, installing, testing, and compacting backfill materials; managing wastewater on site; temporary plugging of sewer laterals. C. Asphalt surface restoration is covered under the asphalt pavement restoration item. Sidewalk removal and replacement, curb and gutter removal and replacement, and landscape restoration are covered under bid Items B30 through B32. D. This pay item may only be used with prior approval of the Engineer Bid Item No. 337, SDR 35 PVC Sewer Main A. Measured and paid for on a linear foot basis, measured in the field, to the nearest foot, for the type, size and class indicated in the Bid Schedule. Unless indicated otherwise, measurement to be along the pipe from the inside face to inside face of manholes with no deduction for fittings. B. Payment covers: Furnishing and installing pipe of the material, size and class indicated per Ogden City Standard Drawing SS-3, including fittings, joint lubricants, nuts, bolts and washers, grout, couplings, gaskets, adapters, plugs; trench excavation; underground plastic line markers; supplying, installing, compacting, and testing imported trench zone and pipe zone materials in accordance with the drawings; management of waste water during construction including by-pass pumping; dewatering, connection of the existing sewer main to new sewer manholes; connecting new sewer mains to existing structures; pipe cutting; cleaning new pipe prior to acceptance by owner; restoration of all utilities damaged as a result of operations;. There will be no payment for over excavation unless approved in written form by the engineer prior to the excavation. Payment shall also include measures to protect the new pipeline from being damaged. C. If trench stabilization material is used at the direction of the engineer, it will be paid for under the Trench Stabilization Bid item Bid Item No. 347, 447 Construct New Curb and Gutter A. Measurement: Measured and paid for on a linear foot basis for the type of curb and gutter indicated in the drawings and bid schedule. B. Payment Covers: Concrete saw cutting if required, excavation, removal, hauling, and disposal of the existing curb and gutter and other waste materials; installation, compaction, and testing of the untreated base course; expansion joints; forming, placing, finishing, and testing of the concrete; landscape restoration; and irrigation systems repair or replacement when damaged by the contractors operations. C. This item to be used to pay the contractor to replace any curb and gutter that is disturbed or damaged while constructing storm drain facilities identified on the drawings where protection of and maintaining the existing curb and gutter is not possible or reasonable in the opinion of the engineer. Asphalt tie-in to be paid under the bid item for asphalt trench restoration. Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 22

23 D. Unit price for this bid item shall be independent of the quantity actually used. No adjustment in price will be allowed for quantities that are significantly more or less than the quantities listed on the Bid Schedule Bid Item No. 348, 448 Remove and Replace Existing Corner Curb Cut Assembly A. Measurement: Measured and paid for on a per each basis. B. Payment shall be complete compensation for all labor, tools, materials, and equipment involved in restoring the existing corner curb cut assembly including but not limited to removing, hauling, and disposing of existing concrete; installation,compaction, testing of the untreated base course; forming, placing, finishing, and testing of the concrete; and all other work necessary to complete this item Bid Item No. 349 Restore Grass and Sidewalk, Complete (Schedule B, Sta 16+20) A. Measurement: Measured and paid for on a lump sum basis. B. Payment Covers: All labor, materials, tools, and equipment required to restore existing grass and concrete sidewalk, including but not limited to: furnishing, placing, and finishing of the concrete sidewalk; furnishing, installation, compaction, and testing of the untreated base course, placement of joints; replacing top soil and restoring grass to meet or exceed existing conditions Bid Item No. 352, 452 Flowable Fill A. Measurement: Measured and paid for on a cubic yard basis as calculated by the engineer, based on concrete truck tickets and field measurements of the depth, width, and length of material placed in the trench. B. Payment Covers: Furnishing, placing, and testing of flowable fill (cement treated fill) at utility crossings; providing any needed forms; providing plastic or polyethylene covering/ bond breaker over the area of pipe to be backfilled with flowable fill, and all other work necessary to complete the work associated with this item. C. This pay item will NOT be used for bedding material for horizontal elliptical reinforced concrete pipe which is covered under an additive alternate pay item. D. This pay item will be used at the discretion of the Engineer in areas where storm drain or sewer pipelines cross under existing buried utilities and mechanical compaction equipment access is limited to prevent proper mechanical compaction of granular fill. E. Unit price for this bid item shall be independent of the quantity actually used. No adjustment in price will be allowed for quantities that are significantly more or less than the quantities listed on the Bid Schedule Bid Item No. 354, 454 Remove Debris From and Clean and Video Existing Storm Drain Pipeline A. Measured and paid for on a linear foot basis, measured in the field, to the nearest foot of storm drain pipe from which debris is removed and is cleaned and videoed as indicated in the Bid Schedule. Unless indicated otherwise, measurement to be along the pipe from the inside face to inside face of manholes, catch basins, or other structures, or to the end of the pipe where no structure exists, with no deduction for fittings. Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 23

24 B. Payment covers: Removing, hauling, and disposing of all debris from and cleaning the existing storm drain pipeline, flushing the pipeline as needed, videoing the existing storm drain pipeline, providing video of pipeline to the Owner. Payment for this item shall include all labor, tools, equipment, and materials needed to complete work for this item Bid Item Nos Additive Alternate to Items in Schedule B: Substitute Flowable Fill as Bedding Material for Horizontal Elliptical Pipe Reinforced Concrete Pipe (HERCP) A. Measured and paid for on a linear foot basis, measured in the field, to the nearest foot of Horizontal Elliptical Reinforced Concrete Pipe (HERCP) installed, for the type, size and class of HERCP indicated in the Bid Schedule. Unless indicated otherwise, measurement to be along the pipe from the inside face to inside face of manholes, catch basins, or other structures, or to the end of the pipe where no structure exists, with no deduction for fittings. B. Payment covers: The additional cost per linear foot to furnish and install flowable fill (UDOT Section 03575) as a substitute for ¾ minus well graded select backfill, for pipe bedding material 4 inches below the pipe and up to the springline of pipe as described in Details C/2007 and C/2008 of the drawings. Payment for this item shall include all labor, tools, equipment, and materials needed to complete work for this item. C. All other work associated with installing HERCP is covered under those pay items Bid Item No. 428 Remove and Replace Concrete Pavement Boxout Panels Around Existing Storm Drain Manhole Near Washington Blvd. (UDOT Standard Drawing No. PV-5) A. Measurement: Measured and paid for on a lump sum basis. B. Payment Covers: Furnishing all labor tools, equipment and materials needed for demolition, hauling, and disposal of existing concrete road panels and installation of reinforced concrete pavement, including but not limited to: supply, installing, and compacting road base; furnishing and installing reinforcing steel and structural concrete; adjusting all street fixtures not specified elsewhere to final grade, and restriping and marking the new pavement. Demolition and installation must be to nearest panel joint. Partial panel demolition and installation will not be allowed Bid Item Nos. 441 Remove and Replace Existing Fire Hydrant A. Measurement: Measured and paid for on a per each basis. Measurement to be by actual field count of each existing fire hydrant that must be removed and replaced due to a conflict with construction of the new storm drain pipeline. B. Payment covers the cost of removing and disposing of the existing fire hydrant and installing the type of fire hydrant per Drawings and Ogden City Standard Plan No. W-1. Payment also covers the cost of incidental work such as potholing, gaskets, bolts and nuts, bends, sleeves, transition couplings; joint retaining devices; miscellaneous fittings; greasing and wrapping all exposed fittings, bolts and nuts; polyethylene bagging of new water pipe and fittings; additional saw cut and removal of trench pavement, excavation, pipe dewatering, and road base outside the typical trench section due to the additional excavation required; supplying, installing, compacting, and testing imported trench zone Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 24

25 and pipe zone materials in accordance with the drawings; adjustment of valve box lids to final grade with concrete and painting, concrete thrust restraints; disinfection and commissioning fire hydrant; and all other work required to complete this work item. C. Asphalt surface restoration is covered the asphalt pavement restoration items Bid Item No. 443 Demolition Of Existing Landscape Island and Sign, Complete A. Measurement: Measured and paid for on a lump sum basis. B. Payment shall be complete compensation for all labor, tools, materials, and equipment involved in removing, hauling, and disposing of existing curb, decorative concrete, landscape materials, trees, and signs as shown on Drawing No. C-02 on Schedule B. Payment also includes all work incidental to this item including removal and disposal of all waste materials; remove and disposing of existing trees; preparation needed before installation of the asphalt after demolition is completed; supplying, installing, and compacting imported backfill material. C. Asphalt surface restoration is covered in asphalt pavement restoration items Bid Item No. 450 Remove and Replace Section of Concrete Waterway A. Measurement: Measured and paid for on a linear foot basis, based on field measurements of the length of concrete waterway removed and replaced per Ogden City Standards. B. Payment Covers: Removing, hauling, and disposing of existing concrete waterway; supplying, installing, testing, and compacting roadbase material; sawcutting; furnishing, installing, and finishing concrete; installing joints in concrete; furnishing and installing steel reinforcement; providing any needed forms; and all other work necessary to complete the work associated with this item Bid Item No. 456 Untreated Base Coarse (As Directed by Engineer Only) A. Measurement: Measured and paid for on a per TON basis as calculated by the engineer, based on supplier truck tickets and field measurements of the depth, width, and length of material placed. B. Payment Covers: Furnishing, placing, compacting and testing of untreated base coarse; excavating, removing and disposing of existing material as needed; and all other work necessary to complete the work associated with this item. C. This pay item will be used at the discretion of the Engineer in areas if additional untreated base course is needed under various structures. D. This pay item will NOT be used for curb and gutter, sidewalk, or under new asphalt pavement. Untreated base course is already included under these items. E. Unit price for this bid item shall be independent of the quantity actually used. No adjustment in price will be allowed for quantities that are significantly more or less than the quantities listed on the Bid Schedule. END OF SECTION Modified March 14, 2018 Addendum No 2 Bid Schedule Page - 25

26 Bowen Collins & Associates, Inc. CONSULTING ENGINEERS

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

PART 5 WATER SYSTEMS

PART 5 WATER SYSTEMS PART 5 WATER SYSTEMS Abbreviations and Symbols Plan 501 Abbreviations and symbols for water... 205 Concrete Boxes and Hardware 502 27" Frame and cover... 207 503 38" Frame and cover... 209 505 Concrete

More information

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL Page 312 VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS-12-01 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the IL ROUTE

More information

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum Page 1 of 6 DESIGN STANDARDS FOR: MEASUREMENT AND PAYMENT Where bids are utilities for construction, repair or alteration for Public Work park projects, the following bid item descriptions and units of

More information

SECTION STORM DRAINAGE UTILITIES. B. Section : Site Restoration and Rehabilitation

SECTION STORM DRAINAGE UTILITIES. B. Section : Site Restoration and Rehabilitation SECTION 33 40 00 STORM DRAINAGE UTILITIES 1. PART 1 GENERAL 1.1 RELATED WORK A. Section 31 23 00: Excavation and Fill B. Section 32 00 01: Site Restoration and Rehabilitation C. Special Conditions for

More information

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

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

More information

PITTSBURGH TECHNOLOGY CENTER PUBLIC IMPROVEMENTS SITE PREPARATION CONTRACT NO. 11 BID TABULATION BID OPENING DATE: MARCH 11, 2008

PITTSBURGH TECHNOLOGY CENTER PUBLIC IMPROVEMENTS SITE PREPARATION CONTRACT NO. 11 BID TABULATION BID OPENING DATE: MARCH 11, 2008 BT-1 of 7 Clearing and Grubbing L.S. $50,000.00 $50,000.00 $5,335.00 $5,335.00 $14,560.00 $14,560.00 $20,000.00 $20,000.00 $10,600.00 $10,600.00 Class 1 Excavation 4300 C.Y. $20.00 $86,000.00 $15.00 $64,500.00

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

PUBLIC WORKS SKAGIT COUNTY SAMISH ISLAND ROAD SAMISH ISLAND ROAD SLIDE REPAIR

PUBLIC WORKS SKAGIT COUNTY SAMISH ISLAND ROAD SAMISH ISLAND ROAD SLIDE REPAIR EASEMENT NOTES:. EASEMENT LIMIT SHOWN AS PROVIDED BY. TESC NOTES:. CONTRACTOR SHALL DEVELOP TEMPORARY EROSION AND SEDIMENT CONTROL PLAN AND PROVIDE ONSITE CERTIFIED EROSION AND SEDIMENT CONTROL LEAD (CESCL)

More information

Section Storm Sewers STORM SEWERS PART 1 - GENERAL 1.01 SECTION INCLUDES. A. Storm Sewers. B. Abandonment of Storm Sewers

Section Storm Sewers STORM SEWERS PART 1 - GENERAL 1.01 SECTION INCLUDES. A. Storm Sewers. B. Abandonment of Storm Sewers STORM SEWERS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Storm Sewers B. Abandonment of Storm Sewers 1.02 DESCRIPTION OF WORK A. Construct storm sewers. B. Abandon storm sewers. 1.03 SUBMITTALS Comply with

More information

Forsyth County Procurement

Forsyth County Procurement August 1, 2017 Forsyth County Procurement Donna Kukarola, CPPO, CPPB, Procurement Director ADDENDUM #2 Bid 17-72-3340 For: Providing all materials, equipment and labor for the Jot em Down Road Water Tank

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

CHECK THE LOWER RIGHT CORNER OF EACH DETAIL FOR THE LATEST REVISION.

CHECK THE LOWER RIGHT CORNER OF EACH DETAIL FOR THE LATEST REVISION. Standard Drawings Index NOTE: The specifications for materials and workmanship shall conform to the latest edition or the "Standard Specifications for Public Works Construction" published by the North

More information

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

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

More information

SECTION IV. PIPELINE EXCAVATION AND BACKFILL

SECTION IV. PIPELINE EXCAVATION AND BACKFILL SECTION IV. PIPELINE EXCAVATION AND BACKFILL A. Description of Work B. Surface Types C. Backfill D. Surface Restoration A. DESCRIPTION OF WORK 1. Extent: Excavation of trenches for pipelines shall include

More information

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17 S&L Gravel, Section B: Proposal Page 10701.0 - TRAFFIC CONTROL - LUMP SUM 1.00 $6,425.00 $6,425.00 $6,425.00 $10,000.00 10720.0 - TRAFFIC CONTROL SIGN - PORTABLE ARROW BOARD - DAYS 25.00 $25.00 $625.00

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

ENGINEERING DESIGN & IMPROVEMENT STANDARDS

ENGINEERING DESIGN & IMPROVEMENT STANDARDS ENGINEERING DESIGN & IMPROVEMENT STANDARDS 2016 Prepared by: Engineering Division For latest edition of these Improvement Standards, refer to City of Visalia website at: www.visalia.city/engineeringdocuments

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

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS 701-1 DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts, and storm drains, removal of existing storm pipes, connections to existing

More information

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # 2016-04 PROJECT SPECIFICATIONS TABLE OF CONTENTS SECTION 100 GENERAL... 1 SECTION 200 MATERIALS... 1 CONSTRUCTION METHODS... 1 SECTION

More information

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

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

More information

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL This section covers the furnishing and installation of ductile iron water pipe, fittings, thrust restraint and pipe disinfection. Ductile Iron Pipe MATERIALS

More information

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014 Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 1 of 7 Sunnyside Valley Irrigation District

More information

SANITARY SEWERS. B. Construct or relocate building sanitary sewer services, stubs, and connections.

SANITARY SEWERS. B. Construct or relocate building sanitary sewer services, stubs, and connections. SANITARY SEWERS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Sanitary Sewer Gravity Mains B. Sanitary Sewer Force Mains C. Sanitary Sewer Services 1.02 DESCRIPTION OF WORK A. Construct sanitary sewer gravity

More information

BID FORM (LUMP SUM CONTRACT)

BID FORM (LUMP SUM CONTRACT) BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an

More information

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 PART FIVE DOCUMENTS FOR SITE AND INFRASTRUCTURE 31 00 00. EARTHWORK 31 10 00. SITE CLEARING.1 STRUCTURE REMOVAL: Include

More information

PASSAIC COUNTY TECHNICAL INSTITUTE CCA 1422 NEW S.T.E.M. BUILDING 2017

PASSAIC COUNTY TECHNICAL INSTITUTE CCA 1422 NEW S.T.E.M. BUILDING 2017 SECTION 02630 - STORM DRAINAGE 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

MONROE STREET CONTRACT NO DATE: 12/21/17

MONROE STREET CONTRACT NO DATE: 12/21/17 Section B: Proposal Page 10701.0 - TRAFFIC CONTROL - LUMP SUM 1.00 $100,000.00 $100,000.00 $48,300.00 $264,800.00 10720.0 - TRAFFIC CONTROL SIGN - PORTABLE ARROW BOARD - DAYS 510.00 $15.00 $7,650.00 $10.00

More information

ADDENDUM NO. 1. Description of BID 7664: Fossil Creek Trail Underpass at Trilby Road

ADDENDUM NO. 1. Description of BID 7664: Fossil Creek Trail Underpass at Trilby Road Financial Services Purchasing Division 215 N. Mason St. 2 nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS

More information

TYPE "A" CATCH BASIN

TYPE A CATCH BASIN 27" 1.67' TO BACK OF CURB LINE TOP OF GRATE ELEV. - SEE PLAN NEENAH CASTING R-3250-BV OR APPROVED EQUAL. "INFI SHIELD" SEAL OR APPROVED EQUAL RINGS (2 MIN., 1' MAX. OF RINGS AND MORTAR). PLASTER OUTSIDE,

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

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

More information

City of Naples Utilities Department Wastewater Collections Division

City of Naples Utilities Department Wastewater Collections Division City of Naples Utilities Department Wastewater Collections Division Request for Proposal Reclaimed Water Fire Hydrant & Water Service Installations February 2015 Reclaimed Water Fire Hydrant & Services

More information

PERMEABLE INTERLOCKING PAVERS

PERMEABLE INTERLOCKING PAVERS PERMEABLE INTERLOCKING PAVERS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Subgrade Preparation B. Placement of Storage Aggregate C. Placement of Filter Aggregate D. Placement of Bedding Course E. Placement

More information

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

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

More information

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

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

CATCH BASIN ST-1 ENGINEERING DEPARTMENT PLATE NUMBER 3.33' 3.0' 2.0' 4.33' 3.0' 4.0' 1.00' TO BACK OF CURB LINE

CATCH BASIN ST-1 ENGINEERING DEPARTMENT PLATE NUMBER 3.33' 3.0' 2.0' 4.33' 3.0' 4.0' 1.00' TO BACK OF CURB LINE 3.33' 3.0' 2.0' 4.33' 4.0' 3.0' 1.00' TO BACK OF CURB LINE TOP OF GRATE ELEV. - SEE PLAN NEENAH CASTING R-3067-V OR AS NOTED ON PLANS. "INFA-SHIELD" SEAL OR EQUAL. RINGS (2 MIN., 1' MAX. OF RINGS AND MORTAR).

More information

GWINNETT COUNTY STORM SEWER PIPE STANDARDS

GWINNETT COUNTY STORM SEWER PIPE STANDARDS 1.0 Standard Specifications GWINNETT COUNTY STORM SEWER PIPE STANDARDS 1.1 Unless otherwise specifically set forth herein or in the Gwinnett County Standard Drawings, all of the materials, methods of the

More information

Contact Clark Public Utilities Construction Services department at (360) to initiate a request for service.

Contact Clark Public Utilities Construction Services department at (360) to initiate a request for service. CHAPTER3 Clark Public Utilities Commercial Electric Service Handbook Commercial Underground Services Preparing for the installation The following checklist will assist in preparing a project for the installation

More information

SECTION STORM DRAIN

SECTION STORM DRAIN PART 1 - GENERAL 1-01 SECTION INCLUDED A. Furnishing and installing storm drainage facilities, including pipe, cleanout, manhole structures and inlet structures. 1-02 RELATED SECTIONS A. Division 00 Contract

More information

SECTION FACILITY SANITARY SEWERS

SECTION FACILITY SANITARY SEWERS SECTION 22 13 13 FACILITY SANITARY SEWERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification

More information

CITY OF EDMOND STANDARD SPECIFICATIONS FOR CONSTRUCTION

CITY OF EDMOND STANDARD SPECIFICATIONS FOR CONSTRUCTION 601.00 RIPRAP 600.00 GENERAL CONSTRUCTION 601.01 DESCRIPTION. This work shall consist of furnishing and placing riprap protection of the type specified at the locations and in reasonably close conformity

More information

RICHFIELD CITY CONSTRUCTION STANDARDS

RICHFIELD CITY CONSTRUCTION STANDARDS CONSTRUCTION STANDARDS REVISED OCTOBER 2015 Jones & DeMille Engineering, Inc. [0711-211] 1535 South 100 West Richfield, UT 84701 Ph. 435-896-8266 Fax 435-896-8268 1675 South Highway 10 Price, UT 84501

More information

CW 3620 INSTALLATION OF UNDERGROUND TRAFFIC SIGNAL SERVICES TABLE OF CONTENTS

CW 3620 INSTALLATION OF UNDERGROUND TRAFFIC SIGNAL SERVICES TABLE OF CONTENTS December 2012 CW 3620 INSTALLATION OF UNDERGROUND TRAFFIC SIGNAL SERVICES TABLE OF CONTENTS 1. DESCRIPTION... 1 1.1 General... 1 1.2 Definitions... 1 1.3 Referenced Standard Constructions Specifications...

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

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number) EXHIBIT A CONTRACTOR'S COMPENSATION SCHEDULE FOR ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / 50103-000-4150 (Budget Account Number) ITEM NO. P-S-F DESCRIPTION QTY

More information

CHAPTER 200 STORM SEWER CONSTRUCTION STANDARDS

CHAPTER 200 STORM SEWER CONSTRUCTION STANDARDS CHAPTER 200 STORM SEWER CONSTRUCTION STANDARDS Storm Sewer System: 1. Detention/retention of stormwater runoff shall be provided in accordance with the requirements of the DuPage County Countywide Stormwater

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

ADDENDUM NO. 1 APRIL 24, 2017

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

More information

SPECIFICATION FOR PIPE CULVERT CONSTRUCTION

SPECIFICATION FOR PIPE CULVERT CONSTRUCTION SPECIFICATION FOR PIPE CULVERT CONSTRUCTION 1. SCOPE Pipe culverts shall be constructed in accordance with this specification and in conformity with the lines, levels and cross-sections shown on the drawings.

More information

INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS SCOPE... 2

INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS SCOPE... 2 INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS 410. 1 SCOPE... 2 410. 2 DEFINITIONS 2.1 Tunneling and Jacking... 2 2.2 Tunneling... 2 2.3 Jacking... 2 410. 3 MATERIALS 3.1 General...

More information

Attachment D-1: Civil/Structural Scope of Work

Attachment D-1: Civil/Structural Scope of Work Attachment D-1: Civil/Structural Scope of Work Project: Location: Targa Sound Renewable Fuels Project Tacoma, WA Prepared by: NORWEST ENGINEERING Consulting Engineers 4110 N.E. 122 nd Avenue, Portland,

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

ONE PIPE LENGTH MAX (REFER TO 1/4"/FT SLOPE (MIN) 5'-0" (MIN) OR 4" LATERAL NOTE #1) INCREASER RIGHT-OF-WAY/ 4"x6" REFER TO TYPICAL EXCAVATION,

ONE PIPE LENGTH MAX (REFER TO 1/4/FT SLOPE (MIN) 5'-0 (MIN) OR 4 LATERAL NOTE #1) INCREASER RIGHT-OF-WAY/ 4x6 REFER TO TYPICAL EXCAVATION, VENT CAP (MUSHROOM TYPE) SOLID CAP EXIST GRADE MIN BUILDING REFER TO NOTE #4 MIN CONCRETE SIDEWALK CURB OR EDGE OF SIDEWALK STREET CLEANOUT (REFER TO NOTE #3) VENT PIPE 4" PVC 6" PVC CLEANOUT CONCRETE

More information

Electrical Work. NOV Embankments Over Swamps and Compressible Soils

Electrical Work. NOV Embankments Over Swamps and Compressible Soils GENERAL & CONSTRUCTION S OPS GENERAL CONDITIONS OF CONTRACT NOV 2006 100 OPS General Conditions of Contract DIVISION 1 - GENERAL S 106 Electrical Work 120 180 The Use of Explosives General Specification

More information

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

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

More information

INDEX FOR SPECIFICATIONS FOR REMOVING CULVERTS AND PLACING CULVERTS SCOPE... 1

INDEX FOR SPECIFICATIONS FOR REMOVING CULVERTS AND PLACING CULVERTS SCOPE... 1 March 2002 No. 400 INDEX FOR SPECIFICATIONS FOR REMOVING CULVERTS AND PLACING CULVERTS 400. 1 SCOPE... 1 400. 2 REMOVING CULVERTS AND TIMBER STRUCTURES 2.1 Concrete and Metal Pipe Culverts... 1 2.2 Structural

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

South Dakota Department of Transportation Average Unit Prices from Low Bids

South Dakota Department of Transportation Average Unit Prices from Low Bids Unit Prices from Low s January 0, 0 to December, 0 Office of Project Development - Letting 00E00 Blading Hour.00 $,0. $. 00E000 Construction and Maintenance of Detour(s) LS.00 $0,. $,. 00E000 Maintenance

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 33 3400 STORM UTILITY DRAINAGE PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification

More information

CITY OF EDMOND STANDARD SPECIFICATIONS FOR CONSTRUCTION Edition

CITY OF EDMOND STANDARD SPECIFICATIONS FOR CONSTRUCTION Edition CITY OF EDMOND STANDARD SPECIFICATIONS FOR CONSTRUCTION PURPOSE, INTENT AND INTERPRETATION OF SPECIFICATIONS The purpose of these Specifications is to establish, where applicable, minimum acceptable standards

More information

CONSTRUCTION SURVEY. Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following:

CONSTRUCTION SURVEY. Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following: CONSTRUCTION SURVEY PART 1 - GENERAL 1.01 SECTION INCLUDES Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following: A. Construction Survey: 1. Project

More information

February 22, 2018 BIDDERS WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL PAGE

February 22, 2018 BIDDERS WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL PAGE February 22, 2018 Addendum No. 1/Bid Postponement DWM Sewer Improvement P-2017-06 Sewer Improvement Project PN-2017-06 SPECIFICATION NO. 292687 For which bids will be opened in the office of the Department

More information

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form. ADDENDUM #2 JUNE 30, 2017 APRON REHABILITATION PHASE 3 HENRY E. ROHLSEN AIRPORT ST. CROIX, U.S. VIRGIN ISLANDS FAA AIP No.: 3-78-0002-037-2017 This addendum modifies or interprets the proposal documents

More information

Town of New Tecumseth Engineering Design Criteria and Standards for Subdivisions and Capital Works Projects

Town of New Tecumseth Engineering Design Criteria and Standards for Subdivisions and Capital Works Projects 2.0 ROADWAYS 2.1 Road Classification 2.1.1 Standard Drawing Classification All Road Widths and Road Allowances shall be designed in accordance with the most recent Town of New Tecumseth Standards: TNT.SD

More information

SPECIFICATIONS SCOPE OF WORK

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

More information

Austin Technical Manuals - Standard Specifications Preservation of Trees and Other Vegetation (610S) 03/27/2000

Austin Technical Manuals - Standard Specifications Preservation of Trees and Other Vegetation (610S) 03/27/2000 Austin Technical Manuals - Standard Specifications Preservation of Trees and Other Vegetation (610S) 03/27/2000 610S.1 This item shall govern the proper care and treatment of all trees and other vegetation

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

DIVISION 4 SANITARY SEWERS AND STORM DRAINS

DIVISION 4 SANITARY SEWERS AND STORM DRAINS DIVISION 4 SANITARY SEWERS AND STORM DRAINS 401 PIPE AND FITTINGS FOR SANITARY SEWERS AND STORM DRAINS...1 401.01.00 MATERIALS... 1 401.01.01 CERTIFICATION OF MATERIALS... 1 401.01.02 PIPE... 1 401.01.02A

More information

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 400 SEWER AND WATER CONSTRUCTION

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 400 SEWER AND WATER CONSTRUCTION STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 400 SEWER AND WATER CONSTRUCTION Section Number Title 401 GENERAL 402 AMENDMENTS TO WSWS PART I - GENERAL CONDITIONS

More information

ANNEX 3 DETAILED PRICE SCHEDULE RELATED TO THE BILL OF QUANTITIES 1. GENERAL DESCRIPTION OF ITEMS PRICES TO BE FULLY INCLUSIVE...

ANNEX 3 DETAILED PRICE SCHEDULE RELATED TO THE BILL OF QUANTITIES 1. GENERAL DESCRIPTION OF ITEMS PRICES TO BE FULLY INCLUSIVE... ANNEX 3 DETAILED PRICE SCHEDULE RELATED TO THE BILL OF QUANTITIES 1. GENERAL... 3 2. DESCRIPTION OF ITEMS... 5 3. PRICES TO BE FULLY INCLUSIVE... 5 4. COVERAGE... 6 5. BIDDER TO PRICE EACH ITEM... 6 6.

More information

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY

More information

WASHINGTON UNION ROAD RECONSTRUCTION XENIA TOWNSHIP GREENE COUNTY, OHIO

WASHINGTON UNION ROAD RECONSTRUCTION XENIA TOWNSHIP GREENE COUNTY, OHIO WASHINGTON UNION ROAD RECONSTRUCTION XENIA TOWNSHIP GREENE COUNTY, OHIO 42 380 68 coddington ave ledbetter road shawnee creek s patton street ledbetter road wesley ave 68 starr drive 42 twist run 85 35

More information

SECTION STORM DRAINAGE AND STORMWATER MANAGEMENT

SECTION STORM DRAINAGE AND STORMWATER MANAGEMENT SECTION 322 - STORM DRAINAGE AND STORMWATER MANAGEMENT 322.01 DESCRIPTION Work includes all labor, material and equipment to construct storm drain systems and stormwater management facilities, including

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

SECTION CONSTRUCTION SERVICES

SECTION CONSTRUCTION SERVICES SECTION 01100 CONSTRUCTION SERVICES PART 1 GENERAL 1.01 - Section Includes A. Mobilization. B. Construction Surveys. C. Record Documents. 1.02 Description Of Work A. Mobilization: includes the preparatory

More information

CHAPTER 6. Sanitary Sewer

CHAPTER 6. Sanitary Sewer CHAPTER 6 Sanitary Sewer A. Introduction All proposed developments, subdivisions, and buildings must have a properly designed and constructed sanitary sewer collection system. The system shall provide

More information

DIVISION 3 PAVEMENT (FLEXIBLE AND RIGID) CONSTRUCTION SPECIFICATIONS

DIVISION 3 PAVEMENT (FLEXIBLE AND RIGID) CONSTRUCTION SPECIFICATIONS OPS GENERAL CONDITIONS OF CONTRACT NOV 2006 General Conditions of Contract DIVISION 1 GENERAL S OCT 92 102 Weighing of Materials NOV 2004 106 Electrical Work NOV 2003 120 The Use of Explosives APR 2006

More information

SPECIAL CONDITIONS FOR PIPE JACKING (PJ) October, 2006

SPECIAL CONDITIONS FOR PIPE JACKING (PJ) October, 2006 Michigan Department Of Transportation 3703C (11/06) 1 Materials 1.1 Pipe SPECIAL CONDITIONS FOR PIPE JACKING (PJ) October, 2006 Page 1 of 5 The type of pipe used for the pipe jacking method shall be capable

More information

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS 6.1 DESCRIPTION This work shall consist of constructing curbs, gutters, sidewalks, ramps, local depressions and driveways of the form and dimensions shown

More information

DGR PROJECT NUMBER:

DGR PROJECT NUMBER: P:\08\010\25\DWG\PIPELINE\TITLE.DWG Plot Date: 8/18/2014 1:52 PM 220TH ST. 210TH ST. 200TH ST. 190TH ST. IRONWOOD AVE. JACKSON AVE. 180TH ST. HWY 75 170TH ST. STANDPIPE "S" ROCK RAPIDS CITY OF HWY 9 DRAWINGS

More information

CITY OF FARGO SPECIFICATIONS SIGNING

CITY OF FARGO SPECIFICATIONS SIGNING SIGNING PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of furnishing all labor, material and accessories necessary to complete

More information

TRENCHLESS CONSTRUCTION (BORING, JACKING, AND TUNNELING)

TRENCHLESS CONSTRUCTION (BORING, JACKING, AND TUNNELING) PART 1 - GENERAL TRENCHLESS CONSTRUCTION (BORING, JACKING, AND TUNNELING) 1.01 SECTION INCLUDES A. Trenchless Installation of Carrier Pipe with Casing Pipe B. Trenchless Installation of Carrier Pipe without

More information

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

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

More information

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

10:00 AM, Wednesday, April 8, 2015

10:00 AM, Wednesday, April 8, 2015 NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, April 8, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference

More information

Construction Specification for Utility Adjustments

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

More information

UTILITY UNDERGROUNDING GRAUWYLER IRVING HEIGHTS DRIVE ITB# 116D-15F ADDENDUM #2 March 24 th, 2015 PAGE 1 OF 2

UTILITY UNDERGROUNDING GRAUWYLER IRVING HEIGHTS DRIVE ITB# 116D-15F ADDENDUM #2 March 24 th, 2015 PAGE 1 OF 2 UTILITY UNDERGROUNDING GRAUWYLER ROAD @ IRVING HEIGHTS DRIVE ITB# 116D-15F ADDENDUM #2 March 24 th, 2015 PAGE 1 OF 2 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. ADDENDUM IS

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

Table of Contents. Section 11,010 - Construction Survey Section Includes Description of Work Submittals 1. 1.

Table of Contents. Section 11,010 - Construction Survey Section Includes Description of Work Submittals 1. 1. SUDAS Standard Specifications Table of Contents Section 11,010 - Construction Survey Page No. Part 1 - General 1.01 Section Includes 1 1.02 Description of Work 1 1.03 Submittals 1 1.04 Substitutions 2

More information

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS Section Page 19-1 TRENCH EXCAVATION... 19-1 19-1.01 Exploratory Excavation... 19-1 19-1.02 Trench... 19-1 19-1.02.AStorm Drain Pipe...

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

SECTION 1100 GRADING 1102 MATERIALS AND DEFINITIONS.

SECTION 1100 GRADING 1102 MATERIALS AND DEFINITIONS. SECTION 1100 GRADING 1101 SCOPE. This section covers the performance of all work required for grading the project in coordination with all previous work performed at the locations shown on the contract

More information

This section includes materials and installation of ductile-iron pipe and fittings for potable and recycled water systems.

This section includes materials and installation of ductile-iron pipe and fittings for potable and recycled water systems. NORTH MARIN WATER DISTRICT STANDARD SPECIFICATIONS SECTION 15056 DUCTILE-IRON PIPE AND FITTINGS PART 1 GENERAL 1.01 DESCRIPTION This section includes materials and installation of ductile-iron pipe and

More information

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

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

More information

New Fulton State Hospital Energy Control Center and Services Building (ECC/SVC) Project Number: M

New Fulton State Hospital Energy Control Center and Services Building (ECC/SVC) Project Number: M SECTION 334100 - STORM UTILITY DRAINAGE PIPING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification

More information

Contact the Jurisdictional Engineer for materials allowed by each jurisdiction.

Contact the Jurisdictional Engineer for materials allowed by each jurisdiction. Design Manual Chapter 3 - Sanitary Sewers 3C - Facility Design 3C-1 Facility Design A. Capacity of Pipe Pipe sizes 15 inches and smaller should carry the peak flow at a depth of no more than 0.67 of the

More information

SECTION MANHOLES AND STRUCTURES. A. Section Includes: 1. Manholes for water, storm drain and sanitary sewer systems.

SECTION MANHOLES AND STRUCTURES. A. Section Includes: 1. Manholes for water, storm drain and sanitary sewer systems. SECTION 33 05 13 MANHOLES AND STRUCTURES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Manholes for water, storm drain and sanitary sewer systems. B. Related Sections: 1. Section 03 20 00 - Concrete

More information