BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

Size: px
Start display at page:

Download "BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:"

Transcription

1

2 BID SHEET FOR CIP CIPP LINING OF SANITARY SEWER SYSTEM Item No Description and Bid Unit Price Brim Style Service Line Connection Sealing System Temporary Bypass Facilities Set Up for Chemical Grouting Chemical Grouting Record Documents Allowance for Field Orders Estimated Quantity 46 EA 1 LS EA 50 Gal 1 LS Extended Amount Fixed Price $50,000 Total Bid Amount in Figures: $ Total Bid Amount in Words: BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING: I HAVE RECEIVED AND REVIEWED THE CCTV VIDEOS ASSOCIATED WITH THE PIPE SEGMENTS IDENTIFIED IN THE CONTRACT DOCUMENTS. I ACKNOWLEDGE THE CCTV VIDEOS ARE PART OF THE CONTRACT DOCUMENTS. Contractor Signature: B-4

3 SECTION UNIT PRICES PART 1 - GENERAL 1.01 Description A. Measurement and payment for Bid Items listed in proposal shall be based upon use of a lump sum or unit price method. Extra Work or changes in Work shall be accomplished as provided in the General Provisions Related Work A. Not Applicable 1.03 Submittals A. Not Applicable 1.04 Payment A. Payment for Unit Price Items Payment for unit price Bid Items shall be based upon amount shown in bid schedule multiplied by total quantity measurement of item, and shall be full compensation for furnishing all supervision, planning, design, design engineering fees, labor, transportation, materials, equipment, tools, and appurtenances required for construction of item complete in place in accordance with Plans and Specifications. B. Payment for Lump Sum Items Payment for lump sum Bid Items shall be based upon amount shown in bid schedule and shall be full compensation for furnishing all supervision, planning, design, design engineering fees, labor, transportation, materials, equipment, tools and appurtenances required for construction of unit of Work complete in place in accordance with Plans and Specifications. C. Work Not Listed in Bid Schedule Costs for related Work and appurtenances which are required and/or implied by General Provisions, Technical Specifications, Special Provisions, and Plans and are not listed as a separate Bid Item but are necessary to complete project shall be included in appropriate Bid Item or items within proposal. PART 2 - MATERIALS 2.01 General (Measurement) A. Measurement for unit price quantities shall be based upon appropriate Bid Item in proposal. Actual quantity of measurement shall be as constructed by Contractor in place in conformance with Plans and Specifications Linear Measurements Unit Prices - 1 of 9

4 A. Gravity sewers shall be measured in horizontal plane along centerline of Work between ends as laid. Linear measurement for gravity sewers and storm drains shall not include inside dimensions of manholes or structures Unit Measurements A. Refer to Instructions to Bidders, Section 6.1 B. Measurement for Bid Items involving units of item shall be based upon quantity of units counted as indicated in Bid Item Lump Sum Measurement A. Refer to Instructions to Bidders, Section 6.2 B. Measurement for lump sum Bid Items shall be considered as a complete project or portion of project constituting a unit. Items to be included in lump sum Bid Items shall be as specified in proposal Bid Item and/or Standard or Special Provisions Payment for Testing A. Party responsible for payment for testing is identified in individual sections of Contract Documents under tests required. Where specifications are silent regarding responsible party paying for tests, costs of first tests will be paid by The City. B. If testing or inspection indicates failure of a material or procedure to meet Contract Document requirements, The City will back-charge Contractor for retesting and re-inspection costs incurred by testing or inspection agency of The City s choice. C. Additional tests and inspections not specified herein but requested by The City will be paid for by The City, unless result of such tests and inspections are found to not comply with Contract Documents, in which case The City will pay all costs for initial testing as well as retesting and re-inspection and back-charge Contractor for retesting and re-inspection. D. Costs for additional tests or inspections required because of change in materials being provided or change of source or supply shall be paid by Contractor direct to testing laboratory. E. Cost of testing which is required solely for convenience of Contractor in his scheduling and performance of Work shall be borne by Contractor. F. Contractor shall pay all costs for correcting deficiencies. PART 3 - EXECUTION 3.01 Scope A. This section defines Bid Items listed in bid schedule and describes measurement and payment provisions for each item Bid Item 1 Mobilization/Demobilization Unit Prices - 2 of 9

5 A. Amount bid for Mobilization/Demobilization shall not exceed 6.0% of Contractor s bid total for either schedule. Bids in excess of stipulated 6.0% cap will be deemed non-responsive. B. Payment for this item will be made at lump sum price named in Bid Schedule under Item Number 1, which price shall constitute full compensation for all Work and expenditures required to mobilize, provide bonds and insurance, obtain required permits, take preconstruction photos and videos, prepare project schedule, prepare sewer bypass plan, prepare Health and Safety plan, prepare Spill Prevention Plan, provide project sign, construct temporary bypass facilities, prepare contingency back-up plan in case the bypass pumping system fails, construct temporary traffic control facilities, perform required surveys, testing, site maintenance and cleanup, remove and reinstall existing site facilities as required, comply with all General and Supplementary conditions, demobilize, and provide cleanup of construction site complete in place, as required by Contract Documents with sole exclusion of payments to be made as defined herein for other items in Bid Schedule. This item also includes any required resubmittals. C. Work to be paid for under this item shall also include furnishing, setting up, and removing Contractor s operations at project site including temporary offices, utilities, staging areas, security, etc. Work shall also include furnishing any temporary construction facilities and trailers required by Contract Documents. D. Work to be paid for under this item shall also include protecting existing survey monuments in place and, if Contractor s operations disturb any such monuments, hiring a registered land surveyor to reestablish and reset disturbed monuments. E. Upon completion of mobilization, 50% of amount bid for this item (or 50% of stipulated 6.0%) cap, whichever is less, will be paid to Contractor. Remainder will be paid as part of final contract payment upon project completion Bid Item 2 Site Management and Traffic Control A. No measurement will be made for this item. B. Work to be paid for under this item shall also include all labor, materials, and equipment for traffic control for pipe rehabilitation work, including preparation of traffic control plans, permitting, installation and removal of barriers, temporary delineators, enclosures, and traffic control devices as required by the Contract Documents and public agency permits Bid Item 3 Sewer Cleaning and TV Inspection 6-inch Diameter Sewer Pipe in Easement A. Measurement will be based on the actual length from manhole to manhole of the sewer pipeline to be cleaned and video inspected as determined in the field and verified by the City. B. The work to be paid for under this item shall include all supervision, labor, equipment, C. The work to be paid for under this item shall include all supervision, labor, equipment, Unit Prices - 3 of 9

6 illuminate the entire periphery of the sewer. The camera shall be radial view type capable of 3.05 Bid Item 4 Sewer Cleaning and TV Inspection 8-inch Diameter Sewer Pipe in Easement A. Measurement will be based on the actual length from manhole to manhole of the sewer pipeline to be cleaned and video inspected as determined in the field and verified by the District. B. The work to be paid for under this item shall include all supervision, labor, equipment, C. The work to be paid for under this item shall include all supervision, labor, equipment, illuminate the entire periphery of the sewer. The camera shall be radial view type capable of 3.06 Bid Item 5 Sewer Cleaning and TV Inspection 8-inch Diameter Sewer Pipe A. Measurement will be based on the actual length from manhole to manhole of the sewer pipeline to be cleaned and video inspected as determined in the field and verified by the District. B. The work to be paid for under this item shall include all supervision, labor, equipment, C. The work to be paid for under this item shall include all supervision, labor, equipment, illuminate the entire periphery of the sewer. The camera shall be radial view type capable of 3.07 Bid Item 6 Sewer Cleaning and TV Inspection 10-inch Diameter Sewer Pipe D. Measurement will be based on the actual length from manhole to manhole of the sewer pipeline to be cleaned and video inspected as determined in the field and verified by the City. E. The work to be paid for under this item shall include all supervision, labor, equipment, Unit Prices - 4 of 9

7 F. The work to be paid for under this item shall include all supervision, labor, equipment, illuminate the entire periphery of the sewer. The camera shall be radial view type capable of G Bid Item 7 Sewer Cleaning and TV Inspection 15-inch Diameter Sewer Pipe A. Measurement will be based on the actual length from manhole to manhole of the sewer pipeline to be cleaned and video inspected as determined in the field and verified by the District. B. The work to be paid for under this item shall include all supervision, labor, equipment, C. The work to be paid for under this item shall include all supervision, labor, equipment, illuminate the entire periphery of the sewer. The camera shall be radial view type capable of 3.09 Bid Item 8 Sewer Cleaning and TV Inspection 18-inch Diameter Sewer Pipe A. Measurement will be based on the actual length from manhole to manhole of the sewer pipeline to be cleaned and video inspected as determined in the field and verified by the District. B. The work to be paid for under this item shall include all supervision, labor, equipment, C. The work to be paid for under this item shall include all supervision, labor, equipment, illuminate the entire periphery of the sewer. The camera shall be radial view type capable of 3.10 Bid Item 9 Cured-In-Place Liner 6-inch Diameter Sewer Pipe in Easement A. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, Unit Prices - 5 of 9

8 B. After installing and curing, Contactor will perform a video inspection of the new lining system C. Work to be paid for under this item shall include furnishing all labor, materials, and equipment for replacement in kind of any disturbed private property while working within the utility easements Bid Item 10 Cured-In-Place Liner 8-inch Diameter Sewer Pipe in Easement A. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, B. After installing and curing, Contactor will perform a video inspection of the new lining system C. Work to be paid for under this item shall include furnishing all labor, materials, and equipment for replacement in kind of any disturbed private property while working within the utility easements Bid Item 11 Cured-In-Place Liner 8-inch Diameter Sewer Pipe A. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, B. After installing and curing, Contactor will perform a video inspection of the new lining system 3.13 Bid Item 12 Cured-In-Place Liner 10-inch Diameter Sewer Pipe C. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, D. After installing and curing, Contactor will perform a video inspection of the new lining system Unit Prices - 6 of 9

9 E Bid Item 13 Cured-In-Place Liner 15-inch Diameter Sewer Pipe A. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, B. After installing and curing, Contactor will perform a video inspection of the new lining system 3.15 Bid Item 14 Cured-In-Place Liner 18-inch Diameter Sewer Pipe A. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, B. After installing and curing, Contactor will perform a video inspection of the new lining system 3.16 Bid Item 15 Service Lateral Reinstatements A. Measurement will be based on the actual number of live sewer laterals that are reactivated after installation of the CIPP. Contractor shall provide Owner representative with cookie cutouts to match the number of lateral reinstatements for each pipe segment upon completion of installation. B. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, equipment, supplies, tools and incidentals necessary to reactivate the live sewer laterals at the connection point between existing sewer main and customer lateral connection. The private sewer lateral connections may be from three inches (3 ) through eight inches (8 ) in diameter. Existing capped laterals shall not be reinstated. C. After lateral reactivation, Contactor will perform a video inspection of the new lining system to insure that the service lateral is free from defect. Contractor is to provide the City with copies of all post-installation video inspections upon project completion before submitting request for final payment Bid Item 16 Service Lateral Top Hats A. Measurement will be based on the actual number of sewer lateral top hat installations after installation of the CIPP Unit Prices - 7 of 9

10 B. The work to be paid for under this item shall include all bonds, insurance, supervision, labor, equipment, supplies, tools and incidentals necessary to install top hat. The private sewer lateral connections may be from three inches (3 ) through eight inches (8 ) in diameter. Top hats shall be installed at all break-in connections and defective wye connections on live sewer laterals. C. After lateral reactivation and top hat installation, Contactor will perform a video inspection of the new lining system to insure that the service lateral is free from defect. Contractor is to 3.18 Bid Item 17 Temporary Bypass Facilities A. No measurement will be made for this item. B. Work to be paid for under this item shall include all labor, materials and equipment for temporary bypass facilities including 24-hour pump watch, connections to existing buried or above-ground piping, piping, valves, concrete coring, pumping facilities, electrical work, fencing, protecting and securing temporary equipment, and all appurtenant Work to maintain The City s operations throughout construction as required by Contract Documents Bid Item 18 Set Up for Chemical Grouting for Infiltration A. Measurement will be based on the actual number of set-ups required for chemical grouting. B. Work to be paid for under this item shall include all labor, materials and equipment for chemical grouting set up as required to stop active infiltration into the City s sewer pipe prior to installation of the CIPP. Work shall be performed as required by Contract Documents Bid Item 19 Chemical Grouting for Infiltration C. Measurement will be based on the actual number of gallons of chemical grout injected to sop infiltration prior to installation of the CIPP. D. Work to be paid for under this item shall include all labor, materials and equipment for chemical grouting as required to stop active infiltration into the City s sewer pipe prior to installation of the CIPP. Work shall be performed as required by Contract Documents Bid Item 20 Record Documents A. No measurement will be made for this item. B. Work to be paid for under this item shall include all labor, materials and equipment for operation and maintenance manuals, record drawings and warranties including but not limited to cost of document assembly, binders, reproduction, and all appurtenant Work as required by Contract Documents. C. Payment for operation and maintenance manuals shall be made in the following manner: 30% of lump sum bid price after Contractor submits record drawings for initial review by the City's Representative Unit Prices - 8 of 9

11 70% of lump sum bid price after Contractor submits final record drawings incorporating or responding to comments of The City's Representative and successfully demonstrates system operation Bid Item 21 Allowance for Field Orders A. No measurement will be made for this item. B. Stipulated allowance shown in Bid Form has been set aside as allowance for Owner to reimburse Contractor for field orders. C. Payment for necessary construction as directed by FIELD ORDER will be made per criteria outlined in Standard Specifications for Public Works Construction (Greenbook) Section 3-3 Extra Work which price shall be constitute full compensation for this item. D. Contractor s hourly charge rate for labor, tools, and equipment shall not exceed published Catrans rates for similar labor, tools, and equipment. END OF SECTION Unit Prices - 9 of 9

SECTION XXXXX CHEMICAL GROUTING

SECTION XXXXX CHEMICAL GROUTING SECTION XXXXX CHEMICAL GROUTING PART 1 -- GENERAL 1.01 SCOPE OF WORK A. Provide all labor, materials, accessories, equipment, and tools required for the rehabilitation, infiltration reduction, and root

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

SANITARY SEWER CHEMICAL GROUTING

SANITARY SEWER CHEMICAL GROUTING Specifications (As provided by Avanti International) The information contained in the document is property of Avanti International. Avanti offers the following verbiage as a technical reference to assist

More information

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK COST EVALUATION FOR ROLLING HILLS AREA WATER MAIN EXTENSION PROFESSIONAL CONSULTING, LLC. Octagon 10, Office Center 1719 Route 10, Suite 225 Parsippany,

More information

Eastern Sewershed Package IV Project Solicitation Number: CO Job No.: ADDENDUM 1 April 20, 2018

Eastern Sewershed Package IV Project Solicitation Number: CO Job No.: ADDENDUM 1 April 20, 2018 Eastern Sewershed Package IV Project Solicitation Number: CO-00149 Job No.: 17-4527 ADDENDUM 1 April 20, 2018 To Bidder of Record: This addendum, applicable to work referenced above, is an amendment to

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

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

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

More information

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

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

SECTION 802 GRAVITY SEWER PIPE

SECTION 802 GRAVITY SEWER PIPE SECTION 802 GRAVITY SEWER PIPE 802-1 DESCRIPTION: This Work shall consist of furnishing all labor, materials, equipment, and incidentals required to remove and dispose of existing gravity sewer pipe if

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 DUCTILE IRON PILES

SECTION DUCTILE IRON PILES SECTION 31 66 13 DUCTILE IRON PILES PART 1 - GENERAL 1.1 GENERAL REQUIREMENTS A. Work of this Section, as shown or specified, shall be in accordance with the requirements of the Contract Documents. B.

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 Width...19.1 19-1.02.A Storm Drain

More information

GENERAL REQUIREMENTS AND TECHNICAL SPECIFICATIONS

GENERAL REQUIREMENTS AND TECHNICAL SPECIFICATIONS 11701 Community Center Dr Northglenn CO 80233 GENERAL REQUIREMENTS AND TECHNICAL SPECIFICATIONS TABLE OF CONTENTS 013300 SUBMITTAL PROCEDURES 013500 SPECIAL CONDITIONS 330140 CURED IN PLACE PIPE (CIPP)

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

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

San Antonio Water System Standard Specifications for Construction ITEM NO. 850 SANITARY SEWER STRUCTURES

San Antonio Water System Standard Specifications for Construction ITEM NO. 850 SANITARY SEWER STRUCTURES ITEM NO. 850 SANITARY SEWER STRUCTURES 850.1 DESCRIPTION: This item shall govern for the construction or rehabilitation of all concrete sanitary sewer structures other than standard sanitary sewer manholes

More information

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS Section Page 26-1 GENERAL... 26.1 26-2 PAVEMENT KEYCUTTING... 26.1 26-3 PAVEMENT PLANING... 26.2 26-4 PLANED PAVEMENT CONFORMS... 26.3

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

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

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

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

EXHIBIT A SCOPE OF SERVICES Districtwide Storm Sewer Inspection

EXHIBIT A SCOPE OF SERVICES Districtwide Storm Sewer Inspection EXHIBIT A SCOPE OF SERVICES Districtwide Storm Sewer Inspection 1.0 Objective: The Department desires to obtain services from the Vendor to inspect existing storm sewer systems. This includes the remote

More information

DRAFT TECHNICAL SPECIFICATIONS FOR

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

More information

SECTION 806 MANHOLE REHABILITATION

SECTION 806 MANHOLE REHABILITATION SECTION 806 MANHOLE REHABILITATION 806-1 DESCRIPTION: This specification consists of all work, materials, labor and equipment required for manhole rehabilitation for the purpose of eliminating infiltration

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

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

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Addenda - Documents used by the Owner to incorporate interpretations or clarifications, modifications,

More information

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING SECTION 334701 - WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. The Contractor shall provide all labor, materials, tools, and equipment required

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

FOLDED (THERMOPLASTIC) PIPE (FP) INSTALLATION (HDPE, PVC, AND PVC TYPE A)

FOLDED (THERMOPLASTIC) PIPE (FP) INSTALLATION (HDPE, PVC, AND PVC TYPE A) FOLDED (THERMOPLASTIC) PIPE (FP) INSTALLATION (HDPE, PVC, AND PVC TYPE A) PERFORMANCE SPECIFICATION GUIDELINE August, 2006 Thanks to the following participants for the development of this document: Keith

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

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

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

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

PIPE BURSTING GRAVITY SEWER MAINS WITH HDPE PIPE

PIPE BURSTING GRAVITY SEWER MAINS WITH HDPE PIPE PIPE BURSTING GRAVITY SEWER MAINS WITH HDPE PIPE SUGGESTED STANDARD SPECIFICATION January, 2012 Prepared by International Pipe Bursting Association Thanks to the following participants for the development

More information

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

STANDARD SPECIFICATIONS SECTION BORING AND JACKING. A. Section includes requirements for boring and jacking casing pipe. STANDARD SPECIFICATIONS SECTION 02445 BORING AND JACKING PART 1 GENERAL 1.1 DESCRIPTION A. Section includes requirements for boring and jacking casing pipe. 1.2 DEFINITIONS A. Carrier Pipe: Sewer or water

More information

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

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

More information

SUGGESTED MANHOLE FRAME SEALING SPECIFICATION (Rehabilitation)

SUGGESTED MANHOLE FRAME SEALING SPECIFICATION (Rehabilitation) PART 1 GENERAL SUGGESTED MANHOLE FRAME SEALING SPECIFICATION (Rehabilitation) 1.01 SCOPE This specification includes the materials and procedures required for the internal sealing of the frame-chimney

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 GENERAL REQUIREMENTS

SECTION GENERAL REQUIREMENTS SECTION 01100 GENERAL REQUIREMENTS PART 1 GENERAL 1.01 GENERAL DESCRIPTION OF WORK A. The work to be performed under this Contract consists of the furnishing of all materials, equipment, tools, plant,

More information

Residential Sewer Backup Prevention Program

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

More information

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR

More information

SECTION GRAVEL PACKED WATER WELL

SECTION GRAVEL PACKED WATER WELL SECTION 02520 GRAVEL PACKED WATER WELL PART 1 GENERAL 1.01 SECTION INCLUDES A. Gravel packed water well includes drilling, installing, cleaning, developing, testing, videoing, abandoning, and site clean

More information

REQUEST FOR DEVIATION WATER AND WASTEWATER SYSTEM STANDARD SPECIFICATIONS

REQUEST FOR DEVIATION WATER AND WASTEWATER SYSTEM STANDARD SPECIFICATIONS REQUEST FOR DEVIATION WATER AND WASTEWATER SYSTEM STANDARD SPECIFICATIONS PRODUCT NAME: PRODUCT DESCRIPTION: DISTRIBUTOR'S NAME: DISTRIBUTOR'S ADDRESS: DISTRIBUTOR'S PHONE NUMBER: MANUFACTURER S NAME:

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

SECTION GRAVITY IRRIGATION PIPELINES RUBBER GASKETED REINFORCED CONCRETE PIPE (RGRCP)

SECTION GRAVITY IRRIGATION PIPELINES RUBBER GASKETED REINFORCED CONCRETE PIPE (RGRCP) SECTION 02513 GRAVITY IRRIGATION PIPELINES RUBBER GASKETED REINFORCED CONCRETE PIPE (RGRCP) PART 1 GENERAL 1.01 SECTION INCLUDES A. Irrigation pipeline, as herein specified, consists of installing pipe

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

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

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

More information

INVITATION TO BID ON TOWN PAVING PROJECTS

INVITATION TO BID ON TOWN PAVING PROJECTS INVITATION TO BID ON TOWN PAVING PROJECTS Offers shall be clearly labeled Paving Bid and submitted to: Town of Madison Paving Bid Attn: Tim Curtis, Town Manager 26 Weston Ave Madison, ME 04950 Bid opening:

More information

SECTION WASTEWATER COLLECTION SYSTEM

SECTION WASTEWATER COLLECTION SYSTEM SECTION 02730 WASTEWATER COLLECTION SYSTEM PART 1 GENERAL 1.01 GENERAL: This section includes general technical criteria for the design and installation of wastewater collection systems. The relevant provisions

More information

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. THIS ADDENDUM IS ISSUED

More information

1. B16.1 Cast Iron Pipe Flanges and Flanged Fittings, Class C 111 Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings

1. B16.1 Cast Iron Pipe Flanges and Flanged Fittings, Class C 111 Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings SECTION 33 34 00 SANITARY FORCE MAIN PART 1 GENERAL 1.1 SCOPE OF WORK A. This section specifies the requirements for furnishing and installing sanitary force main and appurtenances. The pipe shall be of

More information

3.0 DESIGN CRITERIA FOR SANITARY SEWER FACILITIES

3.0 DESIGN CRITERIA FOR SANITARY SEWER FACILITIES 3.0 DESIGN CRITERIA FOR SANITARY SEWER FACILITIES All sanitary sewers shall be designed in accordance with these Design Standards, LBWD Rules and Regulations, and to accepted engineering principles. In

More information

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

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

More information

KANSAS CITY METROPOLITAN CHAPTER OF THE AMERICAN PUBLIC WORKS ASSOCIATION

KANSAS CITY METROPOLITAN CHAPTER OF THE AMERICAN PUBLIC WORKS ASSOCIATION KANSAS CITY METROPOLITAN CHAPTER OF THE AMERICAN PUBLIC WORKS ASSOCIATION CONSTRUCTION AND MATERIAL SPECIFICATIONS Section 2400 Seeding and Sodding DIVISION II CONSTRUCTION AND MATERIAL SPECIFICATIONS

More information

ULTRAVIOLET LIGHT CIPP LINING OF EXISTING SEWERS

ULTRAVIOLET LIGHT CIPP LINING OF EXISTING SEWERS PART 1 GENERAL 1.01 DESCRIPTION A. SCOPE ULTRAVIOLET LIGHT CIPP LINING OF EXISTING SEWERS This contract covers the rehabilitation of severely deteriorated existing sanitary and combined sewers by lining

More information

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM The Carroll County Public Service Authority requests bids from properly licensed well drilling firms, hereafter referred to as

More information

PUMP STATION TECHNICAL SPECIFICATIONS COLLIER COUNTY PUBLIC UTILITIES PLANNING AND PROJECT MANAGEMENT DEPARTMENT

PUMP STATION TECHNICAL SPECIFICATIONS COLLIER COUNTY PUBLIC UTILITIES PLANNING AND PROJECT MANAGEMENT DEPARTMENT PUMP STATION 312.24 TECHNICAL SPECIFICATIONS PUBLIC UTILITIES PLANNING AND PROJECT MANAGEMENT DEPARTMENT May 2013 Introduction and Table of Contents INTRODUCTION This Manual has been established by action

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

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

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

More information

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

Village of Arlington Heights. Sewer Back-up Rebate Program

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

More information

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703)

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703) Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA 20155 Phone (703) 754-6750 Work Request # UNDERGROUND DISTRIBUTION FACILITIES AGREEMENT (FOR COMMERCIAL CUSTOMER) Developer/Builder/Owner

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

ANNE ARUNDEL COUNTY Department of Public Works DATE: 01/25/2017 FROM: Rich Osborn, P.E., Prof.L.S., Project Manager, Bureau of Engineering SUBJECT: Minutes for Pre-Bid Meeting January 19, 2017 South Shore

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 February 19, 2013 Request for Bids New Haven City Park Bock Field fencing The

More information

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

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

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

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

Task Order Authorization

Task Order Authorization Task Order Authorization Task Order Number: 6 Task Order Name: 2017 Small Drainage Program Hourly Rate: See attached Exhibit B Budget Not To Exceed: $79,795.00 This Task Order pertains to the On-Call Agreement

More information

City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 February 12, 2015 Request for Bids Trenchless Reconstruction of Sanitary Sewers

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 Width... 19.1 19-1.02.A Storm Drain

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

SPECIAL SPECIFICATIONS UV CURED IN-PLACE SPIRAL WOUND FIBERGLASSS PIPE LINING

SPECIAL SPECIFICATIONS UV CURED IN-PLACE SPIRAL WOUND FIBERGLASSS PIPE LINING 5101.1 Description This item shall govern approved methods and materials for the rehabilitation of deteriorated gravity sewer and storm water pipes by an Ultra-Violet Light Cured-In-Place Pipe (CIPP) lining

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

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

COMMISSIONERS OF PUBLIC WORKS of the CITY OF CHARLESTON, SOUTH CAROLINA DEVELOPMENT POLICIES

COMMISSIONERS OF PUBLIC WORKS of the CITY OF CHARLESTON, SOUTH CAROLINA DEVELOPMENT POLICIES COMMISSIONERS OF PUBLIC WORKS of the CITY OF CHARLESTON, SOUTH CAROLINA DEVELOPMENT POLICIES TABLE OF CONTENTS DEFINITIONS WATER POLICIES Water System Extensions.... W88001 Water System Activation / Service

More information

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient... BID PROPOSAL For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations...

More information

MIDLAND COUNTY ROAD COMMISSION

MIDLAND COUNTY ROAD COMMISSION MIDLAND COUNTY ROAD COMMISSION BID FORM Sealed Proposals will be received at the office of the Board of Road Commissioners, County of Midland, at 2334 N. Meridian Road, Sanford, Michigan, 48657, until:

More information

RESIDENTIAL FIRE SERVICE METERS Addendum #1

RESIDENTIAL FIRE SERVICE METERS Addendum #1 109 WATER METERS (Addendum #1) 109.1 GENERAL All meters to be used for billing purposes shall be provided by the Water Utility. The Water Utility reserves the right to read, inspect, test or replace the

More information

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 401 NOVEMBER 2010 CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING TABLE OF CONTENTS 401.01 SCOPE 401.02 REFERENCES 401.03 DEFINITIONS

More information

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the CONTRACT AGREEMENT This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the "City") and Contractor as of the date the last party to this Contract Agreement signed below. W I T N E

More information

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

1. Section Temporary Facilities and Controls for limitations and procedures governing temporary use of Owner's facilities. SECTION 011000 - SUMMARY 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 Sections,

More information

CEDAR RAPIDS METROPOLITAN AREA STANDARD SPECIFICATIONS FOR PUBLIC IMPROVEMENTS May 2014 SECTION SEWER LINERS

CEDAR RAPIDS METROPOLITAN AREA STANDARD SPECIFICATIONS FOR PUBLIC IMPROVEMENTS May 2014 SECTION SEWER LINERS SECTION 02310 SEWER LINERS PART 1 GENERAL 1.01 - References A. American Society for Testing and Materials (ASTM): 1. ASTM D638 Test method for tensile properties of plastics. 2. ASTM D790 Test method for

More information

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE)

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

More information

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

STANDARD TECHNICAL SPECIFICATIONS

STANDARD TECHNICAL SPECIFICATIONS CITY OF TARPON SPRINGS, FLORIDA STANDARD TECHNICAL SPECIFICATIONS FEBRUARY 2011 PUBLISHED BY: DEVELOPMENT SERVICES DEPARTMENT TABLE OF CONTENTS GENERAL CONSTRUCTION OPERATIONS...4 ACRONYMS & ABBREVIATIONS...5

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

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

Hydrodynamic Separation Product Calculator

Hydrodynamic Separation Product Calculator Hydrodynamic Separation Product Calculator Example Project BMP #1 CDS 2015-4 Project Information Project Name Example Project Option # A Country US State Kentucky City Covington Contact Information First

More information

SPECIFICATIONS - DETAILED PROVISIONS Section Horizontal Centrifugal Water Pumps C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Horizontal Centrifugal Water Pumps C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 11931 - Horizontal Centrifugal Water Pumps C O N T E N T S PART 1 - GENERAL... 1 1.01 PUMP - GENERAL... 1 1.02 CERTIFIED PUMP CURVES... 1 1.03 NPSH REQUIREMENTS...

More information

901 - PIPE SEWERS COMPLETE IN PLACE

901 - PIPE SEWERS COMPLETE IN PLACE 901 - PIPE SEWERS COMPLETE IN PLACE 901.01 Description 901.02 Materials and Material Handling 901.03 Excavation 901.04 Limits as to Width of Trench 901.05 Unauthorized Excavation 901.06 Subgrade 901.07

More information

SITE PLAN CERTIFICATION REQUIREMENTS Rev 2 May 25, 2017

SITE PLAN CERTIFICATION REQUIREMENTS Rev 2 May 25, 2017 SITE PLAN CERTIFICATION REQUIREMENTS Rev 2 May 25, 2017 I. CONSTRUCTION PREREQUISITES 1.1. Pre-construction Survey A preconstruction survey of all existing infrastructure within the right of way (ROW)

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

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Project: Multiple Park Demolition Project Bid#P

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Project: Multiple Park Demolition Project Bid#P August 20, 2014 Re: P2014-04 Multiple Park Demolition To Small Works Roster: Demolition Contractors REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Project: Multiple Park Demolition Project Bid#P2014-04

More information

Infrastructure Point Repair System Technical Specifications

Infrastructure Point Repair System Technical Specifications 4301 A 34 t h Street North St. Petersburg, FL 33714 PH: 877-327-4216 Fax: 727-327- 4118 Web: www.irsi.net Infrastructure Point Repair System 1. Scope: This specification defines the approved methodology

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

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

DIVISION 33 - UTILITIES SECTION UTILITY PIPE BORING AND JACKING DIVISION 33 UTILITIES SECTION UTILITY PIPE BORING AND JACKING

DIVISION 33 - UTILITIES SECTION UTILITY PIPE BORING AND JACKING DIVISION 33 UTILITIES SECTION UTILITY PIPE BORING AND JACKING DIVISION 33 UTILITIES PART 1 GENERAL 1.01 SCOPE A. This work shall consist of the underground construction of a pipeline across the state right-ofway, or other facility as indicated on the plans and as

More information