TECHNICAL SPECIFICATIONS PUMP STATION NO. 2 RELOCATION PROJECT IN THE CITY OF EL CENTRO

Size: px
Start display at page:

Download "TECHNICAL SPECIFICATIONS PUMP STATION NO. 2 RELOCATION PROJECT IN THE CITY OF EL CENTRO"

Transcription

1 TECHNICAL SPECIFICATIONS PUMP STATION NO. 2 RELOCATION PROJECT IN THE CITY OF EL CENTRO

2 TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION MEASUREMENT AND PAYMENT FIELD ENGINEERING SAFETY AND HEALTH PROJECT MEETINGS SUBMITTALS SCHEDULE OF VALUES CONTRACTOR'S CONSTRUCTION SCHEDULE PROCEDURE FOR SUBMITTAL OF SUBSTITUE OR EQUAL PRODUCTS PROTECTION OF MATERIALS AND EQUIPMENT SUPPLIERS/MANUFACTURER'S SERVICES DURING CONSTRUCTION, COMMISSIONING, AND TRAINING OF CITY'S PERSONNEL INSTALLATION, TESTING, AND COMMISSIONING CONTRACT CLOSEOUT OPERATING AND MAINTENANCE INFORMATION DIVISION 2 - SITE WORK SECTION SECTION SECTION SECTION SECTION SITE PREPARATION DEWATERING EXCAVATION SUPPORT SYSTEMS EARTHWORK EXCAVATION, BACKFILLING AND COMPACTION FOR UTILITIES AND PIPELINES 1

3 SECTION SECTION EXCAVATION, BACKFILLING AND COMPACTION FOR STRUCTURES ASPHALT CONCRETE PAVING DIVISION 3 - CONCRETE SECTION SECTION CAST IN PLACE CONCRETE GROUT DIVISION 4 - MASONRY NOT USED DIVISION 5 - METALS NOT USED DIVISION 6 - WOOD AND PLASTICS NOT USED DIVISION 7 - THERMAL AND MOISTURE PROTECTION NOT USED DIVISION 8 - DOORS AND WINDOWS NOT USED DIVISION 9 - FINISHES SECTION SECTION PAINTING AND SPECIAL COATING SYSTEMS PLASTIC LINING FOR STRUCTURES DIVISION 10 - SPECIALTIES NOT USED 2

4 DIVISION 11 - EQUIPMENT SECTION SUBMERSIBLE CHOPPER PUMPING SYSTEMS DIVISION 13 - SPECIAL CONSTRUCTION NOT USED DIVISION 14 - CONVEYING SYSTEMS NOT USED DIVISION 15 - MECHANICAL SECTION SECTION SECTION SECTION SECTION PLASTIC PIPE GATE VALVES CHECK VALVES PIPING APPURTENANCES AND SPECIALTIES PIPING SUPPORTS 3

5 SECTION MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. Payment for the various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor and services, operations, and incidentals appurtenant to the items of WORK being described, as necessary to complete the various items of the WORK in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of permits and compliance with the regulations of public agencies having jurisdiction, including Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefore shall be included in the prices named in the Bid Schedule for the various appurtenant items of WORK. 1.2 RELATED SECTIONS A. The WORK of the following Sections applies to WORK of this Section. Other Sections of the WORK not referenced below shall also apply to the extent required for proper performance of the WORK. 1. Section 00300A, Bid Forms 2. Section 00700H, General Conditions 3. Section 01301, Schedule of Values 1.3 GENERAL CONSTRUCTION Bid Item 1 Mobilization/Demobilization: Payment for mobilization and demobilization shall include all compensation for furnishing all labor, materials, tools, and equipment for mobilization/demobilization, temporary facilities, equipment rental, meetings, onsite sanitation, cost of bonds and insurances for both the prime and subcontractors, removal of temporary facilities at the completion of the project, and all other related mobilization and demobilization costs. 4

6 Twenty percent (20%) of the mobilization bid price, less retainage will be paid on the initial billing, provided that all equipment is on-site and bond insurance fees paid. Seventy two percent (72%) of the mobilization bid price will be paid uniformly in three (3) equal installments, each being (24%) of the bid price. The final eight percent, plus any remaining amount left from uniform payments, will be paid upon satisfactory completion of punch list items, cleaning up and removal of all temporary facilities and equipment from the project site Bid Item 2 Construction Staking: Payment for construction staking shall include all compensation for furnishing all labor, materials, tools, and equipment, to provide and maintain construction staking for the duration of the project. Payment based on approved schedule of values submitted at preconstruction meeting. Bid Item 3 Bypass Pumping: Payment for bypass pumping shall include all compensation for furnishing all labor, materials, tools, and equipment, to provide bypass pumping (with 100% backup standby capability) of wastewater at the project site per the plans. Payment based on approved schedule of values submitted at preconstruction meeting. Bid Item 4 Dewatering: Payment for dewatering shall include all compensation for furnishing all labor, materials, tools, and equipment, to provide dewatering at the project site per the Technical Specifications. Payment based on approved schedule of values submitted at preconstruction meeting. Bid Item 5 Traffic Control: Payment for traffic control shall include all compensation for furnishing all labor, materials, tools, and equipment to provide traffic control as required during the project per the contract documents. Payment based on approved schedule of values submitted at preconstruction meeting. Bid Item 6 Excavation Support Systems: Payment for excavation support systems (excluding trenchless pits) shall include all compensation for furnishing all labor, materials, tools, and equipment to design, construct, and remove all sheeting, shoring, and bracing or other equivalent method of support for the walls of trenches and open excavations required for construction per the Technical Specifications. Payment based on approved schedule of values submitted at preconstruction meeting. 1

7 Bid Item 7 12 PVC Force Main: Payment for 12 PVC Force Main shall include all compensation for furnishing all labor, materials, fittings, tools, and equipment, to provide a complete functioning force main per the plans. Payment based on approved schedule of values submitted at preconstruction meeting. Bid Item 8 24-inch PVC Gravity Sanitary Sewer: The CONTRACTOR shall furnish, lay, joint, and test all 24-inch diameter PVC sanitary sewer pipe, as discussed herein in accordance with the Contract Documents. The WORK shall include all labor, tools, material, and equipment required for installation including, trenching and excavation work, grinding of pavement, trench and surface repairs, cut off walls, temporary easements staking, furnishing and installing all pipe, couplings, fittings, jointing materials, pipe embedment, compaction, backfill, restoration, connections to existing sewers (excluding laterals and cutoff walls), and testing of the completed sewer line. Payment based on approved schedule of values submitted at preconstruction meeting. Bid Item 9 Manholes (12-feet to 16-feet deep): The CONTRACTOR shall furnish and install 5 diameter manholes with 30 frame and covers, as discussed herein in accordance with the Contract Documents. The WORK shall include all labor, tools, material, and equipment required for installation including, precast manholes, frame/cover, concrete collar and base, lining, manhole adapters, base course, clearing and grubbing, excavation work, grinding of pavement, compaction, backfill, and restoration of the completed manholes. Payment based on approved schedule of values submitted at preconstruction meeting. Bid Item 10 Manholes (16-feet to 20-feet deep): The CONTRACTOR shall furnish and install 5 diameter manholes with 30 frame and covers, as discussed herein in accordance with the Contract Documents. The WORK shall include all labor, tools, material, and equipment required for installation including, precast manholes, frame/cover, concrete collar and base, lining, manhole adapters, base course, clearing and grubbing, excavation work, grinding of pavement, compaction, backfill, and restoration of the completed manholes. Payment based on approved schedule of values submitted at preconstruction meeting. 2

8 Bid Item 11 Tunneling: The CONTRACTOR shall furnish, lay, joint, and test all 24 PVC sanitary sewer pipe, as discussed herein in accordance with the Contract Documents. The WORK shall include all labor, tools, material, and equipment required for installation including, tunneling operations, monitoring and inspection, tunnel permitting, pipe casing, trenching, shoring, and excavation work for pits, grinding of pavement, furnishing and installing all ac pavement and base material for pavement repair, testing of the new pavement and restoration, spoils offhaul, furnishing and installing all pipe, couplings, fittings, jointing materials, pipe embedment, compaction, backfill, restoration, and testing of the completed sewer line. Payment based on approved schedule of values submitted at preconstruction meeting. Bid Item 12 Pump Station: The CONTRACTOR shall furnish, install, and test the sewer pump station, as discussed herein in accordance with the Contract Documents. The WORK shall include all labor, tools, material, and equipment required for installation including, monitoring and inspection, furnishing and installing all pipe, pumps, couplings, fittings, and testing of the pumping system. Payment based on approved schedule of values submitted at preconstruction meeting. Bid Item 13 Wet Well: The CONTRACTOR shall excavate, furnish, install, and test the 10 foot diameter by 27 feet deep wet well, as discussed herein in accordance with the Contract Documents. The WORK shall include all labor, tools, material, and equipment required for installation including lining the interior surfaces with Zebron or similar approved product, including backfill, and testing. Payment based on approved schedule of values submitted at preconstruction meeting. Bid Item Kw Generator: The CONTRACTOR shall furnish and install the 125 Kw Generator, as discussed herein in accordance with the Contract Documents. The WORK shall include all labor, tools, material, and equipment required for installation including, Generator, Automatic Transfer Switch, and Generator Pad. Payment based on approved schedule of values submitted at preconstruction meeting. 3

9 Bid Item 15 Chain Link Fencing: The CONTRACTOR shall furnish and install a 6 chain link fence complete with 3 strands of barb wire, a 16 vehicle access gate, and a 3 personnel gate, as discussed herein in accordance with the Contract Documents. The WORK shall include all labor, tools, material, and equipment required for installation including, clearing and grubbing, furnishing and installing all posts and fencing. Payment based on approved schedule of values submitted at preconstruction meeting. Bid Item 16 Decommissioning of Existing Pump Station and Sewer Lines: The CONTRACTOR shall decommission the Existing Pump Station and Sewer Lines as discussed herein in accordance with the Contract Documents. The WORK shall include all labor, tools, material, and equipment required for decommission including, plugging pipelines, sand/cement slurry fill, partial demolition of manholes and piping, backfill, compaction, disposal of materials, and restoration. Parts to become property of the Contractor. Payment based on approved schedule of values submitted at preconstruction meeting. Bid Item 17 Erosion Control: Payment for Erosion Control shall include all compensation for implementing and updating a Water Pollution Control Program (WPCP) per the Technical Specifications, preparing erosion control plans for work in the City limits, and all compensation for furnishing, installing, maintaining and removing erosion control measures and BMPs per the Technical Specifications. WORK INCLUDED IN OVERALL CONTRACT PRICE The cost of any WORK not specifically called for or set forth in the Bid Proposal as part of Lump Sum or Unit Price Items, but which is considered necessary for the proper execution of the WORK, shall be considered as an obligational requirement of the CONTRACTOR to furnish such labor, equipment, materials and appurtenances as part of the Total Contract Price for the complete construction of the WORK in accordance with the Contract Documents, and no separate payment will be made. Such WORK shall include, but is not limited to: removal and proper disposal of unsuitable materials; demolition; providing operation and maintenance manuals; project documentation by videotape and photos; temporary facilities; traffic control; testing; materials and equipment for required testing; conforming to all requirements set forth in the project permits; startup services of factory trained service engineers; all other general requirements and industry standards; and all WORK shown on the Contract Drawings and required by the Specifications. 4

10 1.4 RETENTION A. The OWNER shall retain a percentage of each progress payment in accordance with Section 00700H, GENERAL CONDITIONS. The retained amount is available for the protection and payment of the person(s), mechanics, subcontractors, or material men who perform labor upon the Contract or WORK thereunder, and the persons who supply such person(s), or subcontractors with components and supplies for carrying on such WORK. B. Pursuant to Section of the Public Contract Code of the State of California, the CONTRACTOR has the option, at his expense, to deposit securities with an Escrow Agent as a substitute for retention earnings required to be withheld by the CITY. Securities eligible for such substitution are bank or savings and loans certificates of deposit or such securities that are eligible for investment pursuant to Government Code Section As to any such security or securities so substituted for monies withheld, the CONTRACTOR shall be the beneficial owner of same and shall receive any interest thereon. Such security shall, at the request and expense of the CONTRACTOR, be deposited with a State or Federally Chartered bank as the escrow agent who shall pay such monies to the CONTRACTOR upon notification by the CITY that payment can be made. Such notification will be given at the expiration of thirty-five (35)-days from the date of acceptance of the WORK, or as prescribed by law, provided however, that there will be a continued retention of the necessary securities to cover such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the contract to be further retained. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) ** END OF SECTION ** 5

11 SECTION FIELD ENGINEERING PART 1 - GENERAL 1.01 CONSTRUCTION STAKING A. General The Contractor will establish the reference bench marks and base lines identified on the drawings, and shall develop and make such additional surveys as are needed for construction, such as control lines, slope stakes, batter boards, stakes for pipe locations and other working points, lines, and elevations. B. Datum The plane of reference for elevations used in the plans and specifications shall be 1,000 feet below mean sea level (MSL). C. Horizontal and Vertical Control From the base line and temporary bench mark described herein and the existing structures, the City shall complete the layout of the work and shall be responsible for all measurements that may be required for execution of the work to the location and limit marks prescribed in the specifications or on the Contract Drawings, subject to such modifications as the Engineer may require to meet changed conditions or as a result of necessary modifications to the contract work. D. Contractor's Layout The Contractor shall furnish such stakes, equipment, tools, materials, and all labor as required in laying out any parts of the work from the base line and bench marks. It shall be the responsibility of the Contractor to maintain and preserve all base line stakes and other marks established until authorized to remove them; and, if such stakes or other marks are destroyed by the Contractor, or through his negligence, prior to their authorized removal, they may be replaced by and at the discretion of the Engineer and the expense of replacement shall be borne by the Contractor and will be deducted from any amounts due or to become due to the Contractor. **END OF SECTION** 6

12 SECTION SAFETY AND HEALTH 1.01 GENERAL The sewer collection system is exposed to raw untreated wastewater. The Contractor certifies that he is experienced and qualified to anticipate and meet the safety and health requirements of this project. Workmen involved in the removal, renovation, or installation of the collection system may be exposed to disease-producing organisms in wastewater. The Contractor shall require his personnel to observe proper hygienic precautions. Solvents, gasoline, and other hazardous materials enter the collection system with incoming sewage, and, therefore, certain areas are hazardous to open flame, sparks, or unventilated occupancy. The Contractor shall take measures to assure his personnel observe proper safety precautions when working in these areas SAFETY AND HEALTH REGULATIONS The Contractor shall comply with Safety and Health Regulations for Construction, promulgated by the Secretary of Labor under the Contract Work Hours and Safety Standards Act, as amended and as set forth in Title 29, Code of Federal Regulations (CFR). Copies of these regulations may be obtained from Labor Building, 14th and Constitution Avenue NW, Washington, DC The Contractor shall also comply with the provisions of the Federal and State of California Occupational Safety and Health Act (OSHA), as amended. 7

13 SECTION PROJECT MEETINGS PART 1 - GENERAL 1.01 PRECONSTRUCTION MEETING A preconstruction meeting will be held within ten working days of Award of the Contract. The purpose of the meeting will be to discuss the various requirements of the specifications and the Contractor's responsibilities with regard to process control, schedule, submittals, traffic control, and safety. The Contractor shall not commence construction work until after the preconstruction meeting and issuance of a Notice to Proceed MONTHLY STATUS MEETINGS Regular monthly construction progress meetings shall be held throughout the construction period from the time the Contractor begins work until the acceptance of the work by the City. The Construction Manager and representatives of the City will attend the meeting. The Contractor shall be represented by his designated construction manager and representatives of any major subcontractor whose work will be discussed at the meeting. The purpose of the meeting shall be as follows: A. Review of progress of the work during the preceding month and the job to date for compliance with the approved construction schedule as described in Section 01310, CONTRACTOR'S CONSTRUCTION SCHEDULE. B. Discuss work and coordination of activities that will be required for the completion of all work scheduled for the following month. C. Discuss additional measures required to bring the progress of the work into compliance with the approved schedule if required to satisfy the provisions of the contract. D. Review status of submittals, change orders, directives, and equipment delivery dates. E. Any additional items of concern to the City or Construction Manager WEEKLY MEETINGS The Contractor's superintendent shall meet with the Construction Manager at the beginning of each week to discuss the activities scheduled for the following week and the compliance of the work with the schedule established at the previous monthly status meeting. 8

14 1.04 ADDITIONAL MEETINGS Additional meetings with the Construction Manager, City, Designer and the Contractor will be called by the Construction Manager to resolve disputes on various items of work on the project, including, but not limited to, progress payments, design omissions or conflicts, and changes in work and/or schedule. **END OF SECTION** 9

15 SECTION CONTRACTOR'S CONSTRUCTION SCHEDULE PART 1 - GENERAL 1.01 SCOPE This section specifies the procedures for preparing the construction schedule used for planning and managing construction activities. The schedule provides a basis for determining the progress status of the project relative to the completion time and specific dates DESCRIPTION The Contractor shall prepare a time scale network schedule using a critical path method. A general guide for preparing such a schedule is contained in The Use of CPM in Construction, a Manual for Contractors, published by the Associated General Contractors of America. The schedule shall depict all significant construction activities and all items of work listed in the breakdown of contract prices submitted by the Contractor in accordance with the bid schedule. The dependencies between activities shall be indicated so that it may be established what effect the progress of any one activity has on the schedule. Detailed network activities shall include, in addition to construction activities, the submittal and approval of samples of material and shop drawings, the procurement of critical materials and equipment, and their installation and testing. All submittals of equipment and materials in Divisions 11, 13, 14, 15 and 16 shall be shown on the schedule together with appropriate allowances for review and delivery times, installation, testing and training as appropriate. All activities of the City and Construction Manager that affect the progress of the work shall be shown. Any omission of work from the schedule required for contract compliance shall not excuse the Contractor from completing such work within any applicable completion date. Completion time shall be shown on the schedule. Activities making up the critical path shall be identified. No activity on the schedule shall have a duration longer than 21 calendar days except activities comprising only fabrication and delivery, which may extend for more than 21 calendar days. Activities which exceed these limits shall be divided into more detailed components. The scheduled duration of each activity shall be based on the work being performed during the normal 40-hour work week with allowances made for legal holidays and normal weather conditions. The Contractor shall not work on legal holidays except by permission of the Construction 10

16 Manager. Legal holidays are defined as the holidays observed by the respective job classifications as defined by the California Department of Industrial Relations, Prevailing Wage Determinations. The Contractor shall notify the Construction Manager by Friday of their intent to work on any immediately following Saturday or Sunday. Delays to project completion experienced during holidays or weekends without proper permission or notice will not be considered to be the responsibility of the City or Construction Manager. Schedules shall be realistic. Contractors shall be required to show use of all calendar days allowed for completion in their schedule or accept a no cost change order reducing the number of days allowed for the completion of the work to the amount shown on the proposed and approved schedule SUBMITTAL PROCEDURES Within 20 days after the date of the Notice of Proceed, the Contractor shall complete a construction schedule conforming to Part 1.02, Description, and representing in detail all planned procurement and onsite construction activities. The schedule shall be prepared on reproducible paper and may be in draft form with legible freehand lines and lettering. The Contractor shall submit the original and three copies to the Construction Manager in accordance with Section 01300, SUBMITTALS. No progress payments shall be made prior to the acceptance of the CPM schedule. Failure to resubmit updated schedules as required herein shall result in an increase in the retentions of the amounts due the Contractor as described in these contract documents. Within 14 calendar days after receipt of the submittal, the Construction Manager shall review the submitted schedule and return two copies of the marked up original to the Contractor. If the Construction Manager finds that the submitted schedule does not comply with specified requirements, the corrective revisions will be noted on the submittal copy returned to the Contractor for corrections and resubmittal as specified in Section 01300, SUBMITTALS SCHEDULE REVISIONS Revisions to the accepted construction schedule may be made only with written approval of the Contractor and the City. Changes in timing for activities which are not on the critical path may be modified with written agreement of the Contractor and Construction Manager. A change affecting the timing of any activity on the critical path, the completion time and specific dates and work sequencing may be made only with the approval of the Construction Manager and the City PROJECT STATUS UPDATE A jobsite meeting will be held each month at a time mutually agreed upon by the Contractor, Construction Manager and City to review the construction progress for compliance with the approved schedule. Weekly meetings will also be held between the Contractor and Construction Manager to review the progress of the work of the previous week and to coordinate the work of the subsequent week. The schedule shall be revised 11

17 whenever: the schedule does not represent the progress of the work; equipment submittals, approvals or deliveries make rescheduling of activities necessary; any change to the sequence of activities occurs or any change occurs to activities on the critical path; or when a contract modification necessitates a revision to the schedule. Updates to the schedule shall, at a minimum, be required on a monthly basis. **END OF SECTION** 12

18 SECTION SUBMITTALS PART 1 - GENERAL 1.01 GENERAL Where required by the specifications, the Contractor shall submit descriptive information which will enable determination of whether the Contractor's proposed materials, equipment, or methods of work are in general conformance to the design concept and in compliance with the drawings and specifications. The information to be submitted shall consist of drawings, specifications, descriptive data, certificates, samples, test results and such other information, all as specifically required in the specifications. In some instances, specified submittal information describes some, but not all, features of the material equipment, or method of work. Features not requiring submittals shall be as specified. Submittal review shall be only for general conformance with the design concept and general compliance with the information given in the contract documents. It shall not include review of quantities, dimensions, weights or gages, fabrication processes, construction safety precautions, all of which are the sole responsibility of the Contractor. Review of a specific item shall not indicate acceptance of an assembly of which the item is a component. The Engineer shall not be required to review, and shall not be responsible for, any deviations from the contract documents not clearly noted by the Contractor, nor shall the Engineer be required to review partial submissions or those for which submissions for correlated items have not been received. The Contractor may authorize material or equipment suppliers to deal directly with the Engineer with regard to such submittals; however, ultimate responsibility for the accuracy and completeness of the information contained in the submittal shall remain with the Contractor CONTRACTOR'S RESPONSIBILITIES The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment, or method of work shall be described in the submittal. The Contractor shall verify that all features of all products conform to the requirements of the specifications and drawings. The Contractor shall verify that all features of all products conform to the requirements of the specifications and drawings. The Contractor shall insure that there is no conflict with other submittals and shall notify the Engineer in each case where his submittal may affect the work of City or others. The Contractor shall insure coordination of submittals among the related crafts and subcontractors. Immediately following Award of the Contract, the Contractor shall review the plans and specifications and shall prepare a list of all submittals anticipated on the project and shall 13

19 submit this list to the Engineer. Items not on the list but requiring review shall be added to the list as requested by the Engineer at any time during the construction TRANSMITTAL PROCEDURE A. General Submittals regarding material and equipment shall be accompanied by a transmittal form. A separate form shall be used for each specific item, class of material, equipment, and for items specified in separate, discrete sections. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Submittal numbers shall have the following format: "XXX-YYYYY-ZZ"; where "XXX" is the sequential number assigned by the Contractor, "YYYYY" is the specification section number covered by the submittal, and "ZZ" is the sequential number of the submittal ("01" for the first submittal, "02" for the second submittal, etc.). Resubmittals shall have the same submittal number format; where "XXX" is the originally assigned submittal number. Submittal , for example, would be the second submittal (first resubmittal) of submittal 25 covering Section B. Deviation from Contract If the Contractor proposes to provide material, equipment, or method of work which deviates from the contract documents, he shall so indicate on the transmittal form accompanying the submittal copies. C. Submittal Completeness Submittals which do not contain all the information required to be submitted, including deviations, are not acceptable and will be returned without review. D. Requests for Substitution The Contractor may offer material or equipment of equal or better quality and performance in substitution for those specified. The City will consider offers for substitution only from the Contractor and will not acknowledge or consider such offers from suppliers, distributors, manufacturers, or subcontractors. The Contractor's offers of substitution shall be made in writing to the Engineer and shall include sufficient data to enable the Engineer to assess the acceptability of the material or equipment for the particular application and requirements. If the offered substitution necessitates changes to or coordination with other portions of the work, the data submitted shall include drawings and details showing such changes. 14

20 Contractor agrees to perform these changes as part of the substitution of material or equipment at no additional cost to City. Within 21 calendar days after receipt of the offer of substitution, the Engineer will review the material submitted by the Contractor and advise the Contractor of objections, if any, to the proposed substitution or if further information is required. Upon notification by the Engineer, the Contractor shall either provide material or equipment which complies with project specifications or furnish requested additional information. While the Engineer might not take any objections to the proposed substitution, such action shall not relieve the Contractor from responsibility for the efficiency, sufficiency, quality and performance of the substitute material or equipment, in the same manner and degree as the material and equipment specified by name. Any cost differential associated with a substitution shall be reflected in the offer and the contract documents shall be modified by a change order REVIEW PROCEDURE When the contract documents require a submittal, the Contractor shall submit copies of the specified information as follows unless otherwise specified: A. One reproducible original of all the submitted information. When individual sheets in the submittal exceed 8 1/2" x 11", a sepia shall be submitted. B. Five copies of all the submitted information. C. Submittals shall be delivered or mailed to: The Construction Manager (To be determined) Unless otherwise specified, within 21 calendar days after receipt of the submittal, the submittal will be reviewed and three copies of the marked-up reproducible original will be returned to the Contractor. The reproducible original shall be retained by the Engineer. The returned submittal shall indicate one of the following actions: A. If the review indicates that the material, equipment, or work method is in general conformance with the design concept and complies with the drawings and specifications, submittal copies will be marked "NO EXCEPTIONS TAKEN." In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. B. If the review indicates limited corrections are required, copies will be marked "MAKE CORRECTIONS NOTED." The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in operation and maintenance information, a corrected copy shall be provided. C. If the review reveals that the submittal is insufficient or contains incorrect data, copies will be marked "REVISE AND RESUBMIT." Except at his own risk, the Contractor shall not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS 15

21 NOTED." D. If the review indicates that the material, equipment, or work method is not in general conformance with the design concept or in compliance with the drawings and specifications, copies of the submittal will be marked "REJECTED". Submittals with deviations which have not been identified clearly may be rejected. Except at his own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED". Following the initial review, two "resubmittals" will be allowed by the Engineer prior to a "backcharge" for engineering review and administration costs being incurred by the Contractor. The "backcharge" will be deducted from any amounts due the Contractor EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS Review of drawings, methods of work, or information regarding materials or equipment the Contractor proposes to provide shall not relieve the Contractor of his responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the City, or by any officer or employee thereof, or by any engineering firm conducting such review on behalf of the City, and the Contractor shall have no claim under the contract on account of the failure, or partial failure, of the method of work, material, or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED" shall mean that the City has no objection to the Contractor, upon his own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. **END OF SECTION** 16

22 SECTION SCHEDULE OF VALUES PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall develop and submit a Schedule of Values (lump sum price breakdown) to be incorporated into the cost loading function of the Construction Schedule as specified in Section Monthly progress payment amounts shall be determined from the monthly progress updates of the Construction Schedule activities. The Schedule of Values shall be developed independent of, but simultaneous with the development of the Construction Schedule activities and logic as follows: 1.2 RELATED SECTIONS A. The WORK of the following Sections apply to WORK of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of the WORK. 1. Section 01025, Measurement and Payment 2. Section 01200, Project Meetings 3. Section 01300, Submittals 4. Section 01310, Construction Schedules 1.3 SUBMITTALS A. Preliminary Schedule of Values. B. Detailed Schedule of Values. 17

23 PART 2 - PRODUCTS 2.1 PRELIMINARY SCHEDULE OF VALUES A. The CONTRACTOR shall submit a preliminary Schedule of Values for the major components of the WORK at the Preconstruction Conference. The listing shall include a detailed breakdown of cost for each lump sum bid item specified in Section 01025, MEASUREMENT AND PAYMENT. The CONTRACTOR and CONSTRUCTION MANAGER shall meet and jointly review the preliminary Schedule of Values, and make any adjustments in value allocations if, in the opinion of the CONSTRUCTION MANAGER, these are necessary to establish fair and reasonable allocation of values for the major components of the WORK. Front end loading of the Schedule of Values will not be permitted. The CONSTRUCTION MANAGER may require reallocation of major WORK components from items in the above listing if such reallocation is necessary in the opinion of the CONSTRUCTION MANAGER. 2.2 DETAILED SCHEDULE OF VALUES A. The CONTRACTOR shall prepare and submit a detailed Schedule of Values to the CONSTRUCTION MANAGER within 15-days from acceptance of preliminary schedule of values that is submitted within 15-days of NTP per 3.1 A this section. The detailed Schedule of Values shall be based on the accepted preliminary Schedule of Values for major components of the WORK. Sufficient breakdown of the construction activities shall be provided to allow development of a detailed Schedule of Values sufficient to determine appropriate monthly progress payment amounts through cost loading of the Construction Schedule activities. The CONSTRUCTION MANAGER shall determine the acceptable numbers, details and description of values established. If, in the opinion of the CONSTRUCTION MANAGER, a greater number of items or construction activities than those proposed by the CONTRACTOR are necessary, the CONTRACTOR shall add the additional items so identified by the CONSTRUCTION MANAGER. 1. The minimum detail of breakdown of the major components of the WORK is indicated in Part 1 of Section Measurement and Payment. Greater detail shall be provided as directed by the CONSTRUCTION MANAGER. a. All other WORK not specifically included in the above items shall be detailed as necessary for establishment of cost and Construction Schedule activity items. The CONTRACTOR and CONSTRUCTION MANAGER shall meet and jointly review the detailed Schedule of Values within 35-days from the date of Notice to Proceed. The value allocations and extent of detail shall be reviewed to determine any necessary adjustments to the values and to determine if sufficient detail has been proposed to provide cost loading of the Construction Schedule activities. 18

24 2. Following acceptance of the detailed Schedule of Values, the CONTRACTOR shall incorporate the values into the cost loading portion of the Construction Schedule. The Construction Schedule activities and logic shall have been developed concurrent with development of the detailed Schedule of Values; however, it shall be necessary to adjust the detailed Schedule of Values to correlate to individual Construction Schedule activities. Because of the independent but simultaneous development of the Schedule of Values and the Construction Schedule activities, it is anticipated that instances will occur where interfacing these two documents will require changes to both documents. Construction Schedule activities may need to be added to accommodate the detail of the Schedule of Values. Schedule of Value items may need to be added to accommodate the details of the Construction Schedule activities. Where such instances arise, the CONTRACTOR shall propose changes to the Schedule of Values and to the Construction Schedule activities acceptable to the CONSTRUCTION MANAGER to satisfy the Construction Schedule cost loading requirements. 2.3 CROSS REFERENCE LISTING A. To assist in the correlation of the Schedule of Values and the Construction Schedule, the CONTRACTOR shall provide a Cross Reference Listing which shall be furnished in two parts. The first part shall list each Scheduled Activity with the breakdown of the respective valued items making up the total cost of the activity. The second part shall list the valued item with the respective Scheduled Activity or Activities that make up the total cost indicated. In the case where a number of schedule activities make up the total cost for a valued item (shown in the Schedule of Values) the total cost for each scheduled activity should be indicated. B. These listings shall be updated and submitted in conjunction with the Construction Schedule monthly submittals as stated in Section 01310, CONSTRUCTION SCHEDULE. C. Approved change orders reflected in the Construction Schedule shall be incorporated into the Schedule of Values as a single unit identified by the change order number. 2.4 CHANGES TO SCHEDULE OF VALUES A. Changes to the Construction Schedule, which add activities not included in the original schedule but included in the original WORK (schedule omissions), shall have values assigned, and other activity values shall be reduced to provide equal value adjustment increases for added activities as approved by the CONSTRUCTION MANAGER. 19

25 B. In the event that the CONTRACTOR and CONSTRUCTION MANAGER agree to make adjustments to the original Schedule of Values because of inequities discovered in the original accepted detailed Schedule of Values, increases and equal decreases to values for activities may be made. PART 3 PRODUCTS (NOT USED) ** END OF SECTION **

26 SECTION PROCEDURE FOR SUBMITTAL OF SUBSTITUE OR EQUAL PRODUCTS The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer s finding shall be final. Installation and the use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance development from the provisions of this section. **END OF SECTION**

27 SECTION PROTECTION OF MATERIALS AND EQUIPMENT PART 1 - GENERAL 1.01 GENERAL 1.02 PIPE Materials and equipment shall be shipped, handled, stored, and installed by methods which will prevent damage to the items. Damaged items will not be permitted as part of the work except in cases of minor damage that have been satisfactorily repaired and are acceptable to the Construction Manager. Pipe and appurtenances shall be handled, stored, and installed as recommended by the manufacturer. Pipes with soft coatings such as coal tar enamel, paint, or the like shall be stored to protect the coating from physical damage or other deterioration and shall only be handled with padded, wide slings. Pipes shipped with interior bracing shall have the bracing removed only when recommended by the pipe manufacturer EQUIPMENT A. Definition For the purpose of this section, equipment refers to any mechanical, electrical, or instrumentation devices, and other items with one or more moving parts requiring an electrical, pneumatic, electronic or hydraulic connection. B. Packing and Marking All equipment shall be adequately and effectively protected against damage from moisture, dust, handling, or other cause during transport from manufacturer's premises to site. Each item or package shall be clearly marked with the number unique to the specification reference covering the item. Each separate portion of equipment shall receive, as far as practicable, a fitting or distinguishing mark which shall be shown on the packing lists. Stiffeners shall be used where necessary to maintain shapes and to give rigidity. Parts of equipment shall be delivered in assembled or subassembled units where possible. C. Identification of Equipment All equipment items and valves with an assigned equipment number shall have affixed to them in a prominent location, a label or tag displaying the assigned equipment number. Equipment item and valves lacking a number shall have a similar tag providing a unique description of the item. Markers shall be of stainless steel or aluminum, affixed to the item in question with stainless steel fasteners or as otherwise approved by the

28 Construction Manager. Plastic tape labels will not be acceptable. D. Storage of Equipment During the interval between delivery and installation, all equipment to be incorporated into the project shall be stored in enclosed, weather-tight bonded commercial warehouses equipped with fire detection and sprinkler systems. Environmental controls such as heaters or protective encapsulation shall be provided to ensure against condensation and moisture damage. In the event prolonged (more than 90 days) storage is required for any item of rotative equipment, the Contractor shall institute a preventive maintenance program which shall include grease protection of bare metal surfaces, periodic indexing of rotating parts, renewal of grease in bearings and any procedures recommended by the manufacturer. The Contractor shall maintain adequate records to demonstrate full compliance with these requirements. All equipment shall be available for inspection by the Construction Manager. No materials shall be allowed to be stored within the Right-of-Way. It is the Contractor s responsibility to legally store equipment and materials associated with the performance of the work. No staging, storage, or stockpiling within public right-of-way will be allowed. If the Contractor has arranged for temporary storage on private property, the Contractor shall provide to the City a copy of the written agreement between the landowner and the Contractor. E. Protection of Equipment after Installation After each equipment item is installed, it shall be protected from damage, including but not limited to, dust, abrasive particles, debris and dirt generated by the placement, chipping, sandblasting, cutting, finishing and grinding of new or existing concrete, terrazzo and metal; and the fumes, particulate matter, and splatter from welding, brazing and painting of new or existing piping and equipment. The Contractor is advised that as a minimum, vacuum cleaning, blowers with filters, protective shieldings, and other dust suppression methods will be required at all times to adequately protect all equipment. During concreting, including finishing, all equipment that may be affected by cement dust must be completely covered. During painting operations, all grease fittings and similar openings shall be covered to prevent the entry of paint. Electrical switchgear, unit substation, and motor load centers shall not be installed until after all concrete work and sandblasting in those areas have been completed and accepted DELIVERY OF MATERIAL OR EQUIPMENT The City's personnel or representatives will not accept materials or equipment deliveries for the Contractor. **END OF SECTION**

29 SECTION SUPPLIERS/MANUFACTURER'S SERVICES DURING CONSTRUCTION, COMMISSIONING, AND TRAINING OF CITY'S PERSONNEL PART 1 - GENERAL 1.01 DESCRIPTION This section specifies the services of the supplier's and manufacturer's representatives which the Contractor shall supply during construction, commissioning, and training of the City's personnel for plant operation as required in the respective sections DEFINITIONS A. Labor Days One labor-day equals one person for 8 hours straight time, exclusive of Saturday, Sunday, or holidays PROCEDURE IN PROVIDING SERVICES A. General The Contractor shall include and pay all costs for all appropriate manufacturers services, including, but not limited to, those specified herein. Where a minimum amount of time is stated in the Project Specifications for manufacturer's services, any additional time required to perform the specified services shall be at no additional cost to the City. B. Fulfillment of Specified Minimum Services Only those suppliers' and manufacturer's services receiving prior approval by the Construction Manager shall act to fulfill the specified minimum labor day requirements for such supplier and manufacturer's services. All requests to the Construction Manager for prior approval shall 1) be in writing; 2) be submitted not less than 14 calendar days prior to the providing of the subject services; 3) state the service to be provided and all required supporting information; 4) state the technical representative's qualifications; and 5) state the reason(s) why the timing of the service is appropriated. Requests made to the Construction Manager less than 14 calendar days prior to the providing of suppliers' and manufacturer's services may not receive consideration and response prior to the times the services are provided. The Contractor is advised that, nonetheless, in such cases the requested services may be disapproved because of non-fulfillment of the specified minimum labor day requirements. All responses to the Contractor, approving or disapproving requests for prior approval, shall be in writing. Visits of suppliers and manufacturers and their representatives to the jobsite or training classroom without prior approval as provided herein will not act to fulfill the specified minimum labor day

SECTION 807 PUMP STATION REHABILITATION

SECTION 807 PUMP STATION REHABILITATION SECTION 807 PUMP STATION REHABILITATION 807-1 DESCRIPTION: Rehabilitation of pump stations shall be defined as the cleaning, removal, repair and/or replacement of any and/or all components including but

More information

Job Order Sewer Repair Services

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

More information

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater

More information

EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT

EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT Addendum No. 2 Attachment B Contract Document Revisions Specifications: TABLE OF CONTENTS ADDENDUM NO. 2 Attachment B Contract

More information

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

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

More information

SECTION 813 SEWER FLOW CONTROL

SECTION 813 SEWER FLOW CONTROL SECTION 813 SEWER FLOW CONTROL 813-1 DESCRIPTION: Sewer flow control is a set of methods to adjust the flow in the sewer system to allow for inspection, maintenance, repair or replacement. This is accomplished

More information

SECTION TEMPORARY SEWER BYPASS PUMPING

SECTION TEMPORARY SEWER BYPASS PUMPING PART 1 GENERAL 1.1 DESCRIPTION A. The CONTRACTOR shall provide a complete sewer bypassing system including, but not limited to, the following: 1. Developing a sewer bypassing plan 2. Developing a spill

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

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

SECTION 50 CONTROL OF WORK

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

More information

SECTION MEASUREMENT AND PAYMENT

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

More information

SECTION CONSTRUCTION PROGRESS DOCUMENTATION

SECTION CONSTRUCTION PROGRESS DOCUMENTATION SECTION 01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other

More information

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

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

More information

REGIONAL CONSTRUCTION STANDARDS

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

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

EXHIBIT 2-2-C SCHEDULES

EXHIBIT 2-2-C SCHEDULES EXHIBIT 2-2-C SCHEDULES PART 1 GENERAL 1.01 SUMMARY A. The Work specified in this section consists of furnishing transportation, labor, materials, equipment, and incidentals necessary for preparation,

More information

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017

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

More information

East Central College

East Central College SECTION 013200 - CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 012000 Applies only to Collier County Public Utilities Projects or Works and Utilities Portions of Collier County Transportation Projects, but not to Private Developments PART 1 GENERAL 1.1 SECTION

More information

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. SECTION 311000 PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. B. Examine all conditions as they exist at the project prior to submitting

More information

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS Section Page 13-1 GENERAL... 13.1 13-1.01 Preservation of Property... 13.1 13-1.02 Overloading, Pavement Protection & Repair... 13.1 13-2 REMOVING EXISTING

More information

COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL

COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL SECTION 01310 COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL 1.01 SCOPE: A. COST LOADED CONSTRUCTION SCHEDULE (Construction Schedule): The WORK under this Contract shall be planned, scheduled, executed,

More information

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE DIVISION 1 GENERAL REQUIREMENTS SECTION 01 32 16 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. All drawings and technical specifications, Notice to Bidders, Instructions and Information to Bidders, Bid Proposal

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

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

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

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

More information

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

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

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

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

More information

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

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

More information

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

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

More information

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018 155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated

More information

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

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

More information

8. APPROVAL AND DEDICATION OF PROJECTS WITH PUBLIC SEWERS [Amended. See Section 16]

8. APPROVAL AND DEDICATION OF PROJECTS WITH PUBLIC SEWERS [Amended. See Section 16] 8. APPROVAL AND DEDICATION OF PROJECTS WITH PUBLIC SEWERS [Amended. See Section 16] 8.010 General The District will accept for dedication, all public sewers, pump stations and sewerage treatment facilities

More information

CONSTRUCTION STANDARD DOCUMENT

CONSTRUCTION STANDARD DOCUMENT CONSTRUCTION STANDARD DOCUMENT OVERALL CONSTRUCTION SCHEDULE REQUIREMENTS The Overall Schedule shall be prepared by the Contractor based on information from all subcontractors engaged on this project.

More information

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

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

More information

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM 1. GENERAL 1.01 DESCRIPTION GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM A. The Contractor shall furnish all labor, equipment and materials necessary

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

Gateway Services Community Development District

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

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

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

*************************************************************************************************************** 03365 POST-TENSIONED CONCRETE *************************************************************************************************************** SPECIFIER: CSI MasterFormat 2004 number 03 38 00. ***************************************************************************************************************

More information

SPECIAL SPECIFICATION 3504 Septic Tank System

SPECIAL SPECIFICATION 3504 Septic Tank System 1993 Specifications CSJ s 3136-01-126, etc. & 0683-01-070, etc. SPECIAL SPECIFICATION 3504 Septic Tank System 1. Description. This Item shall govern for all materials, equipment and labor necessary for

More information

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

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

More information

SECTION 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

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

More information

SECTION 920 SANITARY AND STORM SEWER MANHOLES

SECTION 920 SANITARY AND STORM SEWER MANHOLES SECTION 920 SANITARY AND STORM SEWER MANHOLES 920.1 GENERAL This section contains items which are relative to the installation of sanitary and storm sewer manholes. 920.2 REFERENCES 920.2.1 ASTM C 43 C

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01020 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.01 DESCRIPTION A. This section describes the method used to determine quantities of Work performed or materials supplied for which a price is given

More information

SECTION MEASUREMENT AND PAYMENT

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

More information

SECTION 39 - MANHOLES TABLE OF CONTENTS

SECTION 39 - MANHOLES TABLE OF CONTENTS Section SECTION 39 - MANHOLES TABLE OF CONTENTS Page 39-1 GENERAL... 39.1 39-2 CONCRETE MANHOLES... 39.1 39-2.01 NOT USED... 39.1 39-2.02 Concrete Storm Drain Manholes... 39.1 39-3 SADDLE SEWER MANHOLES...

More information

GENERAL REQUIREMENTS

GENERAL REQUIREMENTS CITY OF BRAMPTON LANDSCAPE SPECIFICATIONS SECTION 01001-1 PART 1 GENERAL 1.1 Work Covered By Contract Documents.1 Work covers, in general terms: demolition, removals, site preparation and complete construction

More information

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM TABLE OF CONTENTS: I. DESCRIPTION:... 2 II. COORDINATION:... 2 III. CONSTRUCTION LAYOUT:... 3 IV. MATERIALS:... 3 V.

More information

1993 SPECIFICATIONS CSJ SPECIAL SPECIFICATION ITEM 4110 CONCRETE ENCASED DUCT BANK

1993 SPECIFICATIONS CSJ SPECIAL SPECIFICATION ITEM 4110 CONCRETE ENCASED DUCT BANK 1993 SPECIFICATIONS CSJ 581-1-95 SPECIAL SPECIFICATION ITEM 4110 CONCRETE ENCASED DUCT BANK 1. DESCRIPTION. This Item shall govern for the furnishing and installation of all materials and equipment for

More information

MANDATORY PRE-BID MEETING FLORIDA KEYS AQUEDUCT AUTHORITY

MANDATORY PRE-BID MEETING FLORIDA KEYS AQUEDUCT AUTHORITY MANDATORY PRE-BID MEETING FLORIDA KEYS AQUEDUCT AUTHORITY NAVY SYSTEM UPGRADES WASTEWATER PUMPING SYSTEMS BOCA CHICA KEY, SIGSBEE PARK, AND FLEMING KEY FKAA PROJECT # 4072-17 Date: April 26 th, 2018 1.

More information

SECTION STORM DRAINAGE

SECTION STORM DRAINAGE SECTION 02720 STORM DRAINAGE PART 1 - GENERAL 1.01 WORK INCLUDED A. Trenching and other excavation. B. Ground water control. C. Pipe bedding. D. Installation of storm drains and appurtenances. E. Installation

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS Sealed Bids for the Owensville Wastewater Inflow/Infiltration Reduction Project for the Town of Owensville, Indiana (herein called the "OWNER") will be received by the Owner at the Owensville Town Hall,

More information

SECTION C10 CLEANING AND CEMENT LINING GENERAL

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

More information

SECTION 1 GENERAL NOTES

SECTION 1 GENERAL NOTES ISSUE DATE NOVEMBER 1st, 2011 SECTION 1 Page List Page Number Page Title COVER COVER GN-01 PAGE 1 GN-02 PAGE 2 GN-03 PAGE 3 GN-04 PAGE 4 GN-05 PAGE 5 GN-06 PAGE 6 GN-07 PAGE 7 : 1. (CCU) STANDARD SPECIFICATIONS

More information

SECTION GENERAL REQUIREMENTS

SECTION GENERAL REQUIREMENTS SECTION 01005 GENERAL REQUIREMENTS PART 1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Work of this Contract comprises the chiller and cooling tower replacement at Five Oaks Middle School which includes

More information

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

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

More information

SECTION SUPPLEMENTARY GENERAL CONDITIONS

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

More information

REGIONAL CONSTRUCTION STANDARDS Proposed Revision Form

REGIONAL CONSTRUCTION STANDARDS Proposed Revision Form Proposed Revision To: REGIONAL CONSTRUCTION STANDARDS Proposed Revision Form General Provisions (Division 1) Technical Specifications (Divisions 2-8) Standard Details Change No. Hampton Roads Planning

More information

SECTION CS-2. TRENCH EXCAVATION CONSTRUCTION STANDARDS

SECTION CS-2. TRENCH EXCAVATION CONSTRUCTION STANDARDS SECTION CS-2. TRENCH EXCAVATION CONSTRUCTION STANDARDS CS-2-01. GENERAL: Trench excavation shall conform with the City Standard Specifications. In general a trench is defined as an excavation in which

More 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

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

Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017

Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017 Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017 Plumbing - 220000 Without limiting the application of all of the Contract Documents to the Subcontract,

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT FRANCISCO YELLOWSTONE SEWERLINE REHABILITATION. ADDENDUM NO. 2 March 29, 2019

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT FRANCISCO YELLOWSTONE SEWERLINE REHABILITATION. ADDENDUM NO. 2 March 29, 2019 Project No. 17020.02, Contract No. E19-04 SECTION 00910 ADDENDA EL DORADO IRRIGATION DISTRICT FRANCISCO YELLOWSTONE SEWERLINE REHABILITATION ADDENDUM NO. 2 March 29, 2019 This Addendum No. 2 ( Addendum

More information

SECTION BORING AND/OR JACKING PIPE

SECTION BORING AND/OR JACKING PIPE 02910-1 of 6 SECTION 02910 BORING AND/OR JACKING PIPE 02910.01 GENERAL A. Description Boring and/or jacking pipe shall include, but not necessarily be limited to, furnishing and installing carrier pipe

More information

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES CITY OF SANTA MONICA Department of Public Works Civil Engineering Division 1685 Main, Room 116 Santa Monica, CA 90401 Tel: (310) 458-2240 or (310) 458-8737 EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL

More information

SECTION PAYMENT PROCEDURES

SECTION PAYMENT PROCEDURES SECTION 012900 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract including General and Supplementary Conditions and other Division 01 Specifications Sections apply

More information

1.1 THE ARCHITECT S SPECIFICATIONS AND DRAWINGS 1.2 THE BIDDING CONTRACTORS

1.1 THE ARCHITECT S SPECIFICATIONS AND DRAWINGS 1.2 THE BIDDING CONTRACTORS GENERAL The commercial bidding process is a well-defined path of positioning oneself to be the successful bidder amongst a group purporting to offer the same quality materials and labor. There are certain

More information

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

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

More information

SPECIFICATIONS - DETAILED PROVISIONS Section Project Control Schedule C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Project Control Schedule C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 01310 - Project Control Schedule C O N T E N T S PART 1 - SCHEDULE REQUIREMENTS PROGRESS SCHEDULE... 1 PART 2 - SUBMITTAL PROCEDURES... 2 PART 3 - DEFINITIONS...

More information

EXHIBIT 6 Preconstruction Work

EXHIBIT 6 Preconstruction Work EXHIBIT 6 Preconstruction Work The following tasks shall be accomplished by the CM/GC as part of its obligations during the preconstruction phase. The work is to be coordinated with the services requirements

More information

a. Unless otherwise specified, all lengths shall be horizontal distances.

a. Unless otherwise specified, all lengths shall be horizontal distances. SECTION 01025 PART 1- GENERAL 1.01 DESCRIPTION A. This section describes the method used to determine quantities of Work performed or materials supplied for which a price is given in the Bid. It establishes

More information

SPECIAL SPECIFICATION 5787 Manhole Rehabilitation

SPECIAL SPECIFICATION 5787 Manhole Rehabilitation 2004 Specifications CSJ 1062-04-047 SPECIAL SPECIFICATION 5787 Manhole Rehabilitation 1. Description. Repair, rehabilitate, or replace deteriorated, leaking, or structurally unsound existing sanitary sewer

More information

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title TABLE OF CONTENTS CONTRACT DOCUMENTS 00001 Inside Title Page 00003 Table of Contents 00004 List of Drawings 00020 Invitation to Bid 00100 Instructions to Bidders 00300 Bid 00500 Agreement 00610 Construction

More information

SECTION QUALITY CONTROL

SECTION QUALITY CONTROL SECTION 01 45 00 QUALITY CONTROL PART 1 - GENERAL 1.1 DESCRIPTION This section specifies requirements for Contractor Quality Control (CQC) for Design-Bid-Build (DBB) or Design-Build (DB) construction projects.

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

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

Stanford University Facilities Design Guidelines SECTION ASPHALT UNIT PAVING. A. ASTM C-33 Standard Specification for Concrete Aggregates.

Stanford University Facilities Design Guidelines SECTION ASPHALT UNIT PAVING. A. ASTM C-33 Standard Specification for Concrete Aggregates. SECTION 32 14 23 ASPHALT UNIT PAVING PART 1 GENERAL 1.1 DESCRIPTION Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation, and services for and incidental to performing

More information

APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES

APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES B-1 General Notes: SACWSD Standard Construction Drawing Notes 1. No work shall begin on any water or wastewater construction project until the construction

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

Attachment A Repair Knee Brace on High Arch Salt Building Fayette County, Mill Run Stockpile #24 Project # Building #PA

Attachment A Repair Knee Brace on High Arch Salt Building Fayette County, Mill Run Stockpile #24 Project # Building #PA I. Base Bidding Requirements This is a Base Bid project; the following describes the Base Bid requirements. Contractors are to provide bids for Base Bid #1. A. BASE BID #1: II. Work Included The following

More information

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section 02540-1 of 10 SECTION 02540 STORM DRAIN REHABILITATION 02540.01 GENERAL A. Description Storm drain rehabilitation shall include, but not necessarily be limited to, pipe joint sealing, inlet and manhole

More information

SECTION EXCAVATION AND FILL

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

More information

Addendum No. 1 Page 1 of 2

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

More information

Subsection or plan to be revised: 7-1, 7-8, , On page(s): 27-31(2006), 48-49(2003)

Subsection or plan to be revised: 7-1, 7-8, , On page(s): 27-31(2006), 48-49(2003) Proposed Revision To: Standard Specifications For Public Works Construction Standard Plans For Public Works Construction Public Works Standards, Inc. AGC Southern California Regional Office 1906 West Garvey

More information

SPECIFICATION : BORING AND JACKING

SPECIFICATION : BORING AND JACKING SPECIFICATION 330524: BORING AND JACKING PART 1.0 GENERAL 1.1 DESCRIPTION 1.1.1 The work of this specification includes all labor, machinery, construction equipment and appliances required to perform in

More information

Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017

Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017 Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017 Automatic Fire Suppression - 210000 Without limiting the application of all of the Contract Documents to

More information

San Antonio Water System Specifications for Construction ITEM NO. 853 SANITARY SEWER GLASS-FIBER REINFORCED POLYESTER (FRP) MANHOLES

San Antonio Water System Specifications for Construction ITEM NO. 853 SANITARY SEWER GLASS-FIBER REINFORCED POLYESTER (FRP) MANHOLES ITEM NO. 853 SANITARY SEWER GLASS-FIBER REINFORCED POLYESTER (FRP) MANHOLES 853.1 DESCRIPTION: This item shall govern the construction of FRP sanitary sewer manholes, complete in place and the materials

More information

1ARCHITECTURE TABLE OF CONTENTS

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

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

SECTION CONTRACTOR QUALITY CONTROL

SECTION CONTRACTOR QUALITY CONTROL SECTION 01451 CONTRACTOR QUALITY CONTROL PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within

More information

PROJECT TITLE PROJECT NO: CONTRACT TITLE UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA

PROJECT TITLE PROJECT NO: CONTRACT TITLE UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA This section is used for projects under $1,000,000 use other section if more than $1M SECTION 01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 SCOPE A. Preliminary Contract Schedule, Contract

More information

SECTION MAINTENANCE OF EXISTING CONDITIONS

SECTION MAINTENANCE OF EXISTING CONDITIONS SECTION 02 01 00 MAINTENANCE OF EXISTING CONDITIONS PART 1 GENERAL 1.1 GENERAL A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal and shall restore damaged

More information

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

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

More information

1993 Specifications CSJ'S & SPECIAL SPECIFICATION ITEM Tree Preservation and Treatment

1993 Specifications CSJ'S & SPECIAL SPECIFICATION ITEM Tree Preservation and Treatment 1993 Specifications CSJ'S 0912-71-554 & 0912-71-555 SPECIAL SPECIFICATION ITEM 1016 Tree Preservation and Treatment 1. Description. This section specifies the requirements for protecting trees and related

More information

Schedule Guidance Document

Schedule Guidance Document Schedule Guidance Document Version: 1.2 Effective Date: August 20, 2013 Contents 1. Purpose... 1 2. Applicability and Basic Requirements... 2 3. Baseline Schedule... 3 3.1. General... 3 3.2. Schedule Work

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

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility RFP Components CLIENT: TradePort International Corporation, Operators of John C. Munro

More information