SECTION MEASUREMENT AND PAYMENT

Size: px
Start display at page:

Download "SECTION MEASUREMENT AND PAYMENT"

Transcription

1 SECTION MEASUREMENT AND PAYMENT PART 1 - GENERAL BASIS FOR MEASUREMENT AND PAYMENT Measurement and Payment will be made for only those items included in the Schedule of Unit Prices or Contract Change Order(s) for the Work Order. A separate Work Order will be issued for each project assigned to the Contractor. A. All measurement for payment will be for completed work performed on each separate Work Order according to Contract Drawings, Specifications, Construction Details and the Schedule of Unit Prices. The Owner shall measure all work according to the methods outlined below. B. Payment for any item is full compensation for furnishing all labor, materials and equipment required to provide a complete and operable item of the work. Any work or material paid for under one item will not be paid for under another item. C. Where units differ between the items listed below and the Schedule of Unit Prices, the Schedule of Unit Prices governs INCIDENTAL ITEMS A. Incidental items are items that are required to complete the Work but shall not be measured or paid for separately unless otherwise specified in the Contract Documents. Costs for incidental items shall be included in the various bid items as required. No additional payments shall be made to the contractor for incidental items. B. Incidental items include: 1. Labor 2. Equipment 3. Materials 4. Transportation 5. Tools 6. Bonds and Insurance 7. Worker s Compensation 8. Taxes 9. General Overhead and Profit 10. Material royalties 11. Permits 12. Coordination with VDOT, Prince William County, utility owners, and landowners 13. Licenses 14. Project coordination 15. Overtime inspection fees from the Owner 01025/1

2 16. Contract administration, Shop Drawings, and submittals 17. Site Security, including temporary fencing 18. Noise and dust control 19. All excavation and backfill outside of trench pay limits required to complete the Work of any other bid item. 20. Excavation support including, but not limited to, temporary sheeting, shoring, bracing, and use of trench box 21. Topsoil, seeding, and mulching 22. Clearing and grubbing 23. Disposal of excess spoil 24. Disposal of debris from site clearing operations 25. Grading 26. Test Pits 27. Protection of existing utilities and other facilities 28. Dewatering 29. Bedding and backfill 30. Compaction and testing 31. Soil Tests 32. Installation and Maintenance of erosion and sediment controls as required 33. Laboratory and Shop Tests 34. Hydrostatic and Leakage Tests 35. Painting Tests 36. Concrete Tests 37. Material and Equipment Tests 38. Mechanical Performance Tests 39. Mechanical Systems Cleaning, and Flushing 40. Startup Testing and Troubleshooting 41. Site restoration, temporary and final (including temporary pavement) 42. Rip-rap material and installation 43. Stakeout and Surveying 44. Installing and maintaining site access 45. Pre-Construction Video 46. Record Drawings 47. All other expenses and incidentals required to complete the Work as shown on the Drawings or specified in the Contract Documents PART 2 - CONTRACT ITEMS DEMOLITION AND RESTORATION 2.01 MOBILIZATION (Bid Item #1a through 1b) A. Measurement: The lump sum price bid for Mobilization is limited to a maximum of five percent (5%) of the total of all other items for each Work Order. B. Payment: The performance of construction preparatory operations, including clearing the project corridor, surveying and construction stakeout as defined on 01025/2

3 the Contract Drawings, erosion and sediment control, movement of personnel and equipment to the project site, payment of performance and payment bond and other insurance premiums, payment of permit fees, and for the establishment of the Contractor's offices, buildings and other facilities necessary to begin the work on a substantial phase of the Work Order. Mobilization will be paid for at the contract lump sum price, which price will be full compensation for performing the work specified and the furnishing of all materials, labor, tools, equipment and incidentals necessary to mobilize and subsequently demobilize the construction preparatory operations. Payment for this item will be made in two installments. The first payment of 50 percent of the lump sum price will be made at the commencement of the project. The second and final payment of 50 percent of the lump sum price will be made upon completion of the project CLEARING AND GRUBBING (Bid Item #2) A. Measurement: Shall be by Acre of actual area cleared as identified on drawings. B. Payment: The unit price shall include all labor, materials and equipment for the removal of trees, stumps, shrubs undergrowth and debris including removal and disposal of all items. This item will be used for areas identified that contain dense vegetation and many trees of a large diameter. Individual large trees with trunk diameters larger than 20 inches are not included in this item REMOVE, DISPOSE AND REPLACE CURB OR CURB AND GUTTER (Bid Item #3) A. Measurement: Shall be by the linear foot of curb or curb and gutter removed and replaced, complete in place. B. Payment: Payment shall be made at the unit price bid per linear foot of curb or curb and gutter necessary to remove for installation sewer and water lines main. The unit price shall include traffic control, sawcutting, disposal of materials, bedding material, landscaping restoration, erosion control, and all other incidental work for the removal and replacement of curb and gutter, not included under other items, necessary to complete the work as specified in the Contract Documents. Curb replacement for curbs damaged or removed due to sewer service line installation is excluded REMOVE, DISPOSE AND REPLACE EXISTING SIDEWALK (Bid Item #4) A. Measurement: Shall be by the square yard of sidewalk removed to the nearest joint and replaced, complete in place. B. Payment: Payment shall be made at the unit price bid per square yard of sidewalk necessary to remove for installation of sewer and water lines. The unit price shall include sawcutting, disposal of materials, bedding material, landscape restoration, erosion control, and all other incidental work for the removal and replacement of sidewalk, not included under other items, necessary to complete the work as specified in the Contract Documents. Sidewalk replacement for sidewalks damaged or removed due to sewer service line installation is excluded MILL AND DISPOSE OF EXISTING ASPHALT (1 ½ inch depth) (Bid Item #5) 01025/3

4 A. Measurement: Shall be by square yards of material milled 1.5 inches deep, complete, according to the specifications and to the depths and limits shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per square yard of 1 ½ inch depth milling and disposal of asphalt. The unit price includes all labor, incidentals, materials, maintenance of traffic, erosion and sediment control, necessary permits, protection of existing structures/utilities, removal and disposal of existing asphalt pavement, restoring property, site security, and all other work, not included under other items, necessary to complete the work as specified ASPHALT CONCRETE PAVEMENT REMOVAL AND DISPOSAL (Bid Item #6) A. Measurement: Shall be by square yards of asphalt pavement material removed per inch of depth, complete, according to the specifications and to the depths and limits shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per square yard of per inch depth of removal and disposal of asphalt pavement. The unit price includes all labor, saw cutting, incidentals, materials, maintenance of traffic, erosion and sediment control, necessary permits, protection of existing structures/utilities, removal and disposal of existing asphalt pavement, restoring property, site security, and all other work, not included under other items, necessary to complete the work as specified ASPHALT CONCRETE BASE COURSE PAVEMENT (Bid Item #7) A. Measurement: Shall be by square yards per inch depth of asphalt concrete pavement installed, field measured, according to the specifications and to the depth as shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per square yard per inch depth for pavement installed according to the contract specifications. The price includes all labor, materials and equipment necessary to install the pavement in accordance with VDOT specifications, including traffic control, erosion and sediment control, necessary permits, protection of existing structures/utilities, and all other work, not included under other items, necessary to complete the work as specified ½ INCH ASPHALT PAVEMENT OVERLAY (Bid Item #8) A. Measurement: Measured in square yards of asphalt overlay installed at the unit price bid for installing a 1 ½ inch overlay to the limits shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per square yard for the overlay as shown on the contract drawings. The unit price includes all labor, materials and equipment necessary to overlay asphalt base course in accordance with VDOT specifications, including traffic control, and all other work, not included under other items, necessary to complete the work as specified 2.09 AGGREGATE (21A OR 21B) COMPACTED BASE COURSE (Bid Item #9) 01025/4

5 A. Measurement: Measured in cubic yard of aggregate compacted in place installed at the unit price bid. B. Payment: Payment shall be made at the unit price bid per cubic yard for the aggregate installed compacted in place. The unit price includes all labor, materials and equipment necessary to overlay asphalt base course in accordance with VDOT specifications, including traffic control, and all other work, not included under other items, necessary to complete the work as specified. These prices shall include preparing and shaping the subgrade or subbase and shoulders, adding moisture, removing and replacing unstable subgrade or subbase and constructing the base course thereon, and filling test holes TEMPORARY PAVEMENT (Bid Item #10) A. Measurement: Shall be by square yards per inch depth of temporary pavement installed, field measured, according to the specifications and to the depth as shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per square yard per inch depth for temporary pavement installed according to the contract drawings. The price includes all labor, materials and equipment necessary to install the pavement on a temporary basis to allow vehicle passage at the end of each workday. The price includes removal of the temporary pavement for access to the sewer and water line trench or for installation of the final pavement in accordance with VDOT specifications. The installation includes traffic control, erosion and sediment control, necessary permits, protection of existing structures/utilities, and all other work, not included under other items, necessary to complete the work as specified CONSTRUCTION PAVEMENT MARKINGS (Bid Item #11) A. Measurement: Shall be in linear foot of marking in place and will be paid for at the contract unit price per linear foot. B. Payment: Payment shall be made at the unit price bid per linear foot. This price shall include marking materials, preparing the surface, adhesive, maintaining, removing removable markings when no longer required, inspections, and testing. The price includes all labor, materials and equipment necessary to install the marking on a temporary basis. The installation includes traffic control, necessary permits, and all other work, not included under other items, necessary to complete the work as specified SEEDING AND FERTILIZING (Bid Item #12) A. Measurement: Shall be by the square yard of fertilizer and seed placed in accordance with the specifications. B. Payment: Payment shall be made at the unit price bid per square yard of fertilizer and seed placed at the rates as defined in the specifications. The unit price shall include all labor, soil testing, materials and equipment for the placement of fertilizer and seed and the establishment of grass cover for the disturbed area identified on the plans in accordance with the specifications. All protection, 01025/5

6 maintenance and watering required until acceptance by the Owner in accordance with the requirements of Section shall be included in the unit price 2.13 TEST PITS (Bid Item #13a through 13c) A. Measurement: Shall be by each test pit performed, complete, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per test pit performed. The unit price includes all labor, materials and equipment necessary to conduct test pits and backfill with VDOT 21B compacted, and all other work, not included under other items, necessary to complete the work as specified REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL WITH SELECT BACKFILL (Bid Item #14) A. Measurement: Shall be by cubic yards of unsuitable material removed below the pipe trench to a maximum of 2 (two) feet. B. Payment: Payment shall be made at the unit price bid per cubic yard of unsuitable material field measured in place as approved by the PWCSA Project Representative. The price includes all labor, materials and equipment necessary to excavate, remove and dispose of the unsuitable material in accordance with all State and Federal guidelines, backfill with VDOT #57 or #21A stone as directed by PWCSA to the top of the unsuitable material excavation, including traffic control, and all other work, not included under other items, necessary to complete the work as specified. SEWER ITEMS 2.15 REMOVE EXISTING SEWER MAIN (Bid Items #15a through 15c) A. Measurement: Shall be by the linear foot of sewer forcemain or sewer gravity pipe removed through all fittings, measured in the horizontal plane only, complete in place. B. Payment: Payment shall be made at the unit price bid per linear foot of noted pipe size at noted depth removed. The unit price includes all labor, incidentals, materials, maintenance of erosion and sediment control, excavation pits, necessary permits, compliance tests, protection of existing structures/utilities, restoring property, site security, restoration, disposal costs, and all other work, not included under other items, necessary to complete the work as specified SEWER FORCE MAIN (Bid Items #16a through #20b) A. Measurement: Shall be by the linear foot of described pipe diameter installed through all fittings, measured in the horizontal plane only, complete in place. B. Payment: Payment shall be made at the unit price bid per linear foot of sewer force main for the described diameter at the associated contract length including all bends, reducers and associated restraint. The unit price shall include all labor, 01025/6

7 materials and equipment for the installation of a ductile iron pipe sewer force main, including traffic control, clearing, grubbing, excavation, pipe restraint, polyethylene wrap, backfill, compaction and testing and daily maintenance including restoring fences, landscaping, erosion control, and temporary services. DIP Pipe to be installed in accordance with the specifications and per associated standard details in the latest edition of the USM. **Note Bends, fittings and their associated restraints are bid as separate unit price items for bid items 19a through 20b and should be accounted for under item LOW PRESSURE SEWER FORCE MAIN (Bid Items 21a through 21b) A. Measurement: Shall be by the linear foot of described pipe diameter installed through all fittings, valves measured in the horizontal plane only, complete in place. B. Payment: Payment shall be made at the unit price bid per linear foot of 1.5 inch to 4-inch diameter low pressure sewer force main at the associated contract length including all bends, reducers and valves. The unit price shall include all labor, materials and equipment for the installation of a PVC low pressure sewer force main, including traffic control, clearing, grubbing, excavation, backfill, compaction and testing and daily maintenance including restoring fences, landscaping, erosion control, and temporary services. PVC Pipe to be installed in accordance with accordance with the specifications and per associated standard details in the latest edition of the USM STANDARD SEWER FORCEMAIN CONNECTION TYPE I (Items 22a through 22c) A. Measurement: Shall be by each connection between sewer force mains with associated diameters based on Type description in payment, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per complete connection Type I installed. Type I Connection includes installation of a temporary line stop device to allow the line to stay active while isolating a length of pipe to repair the line, connect and remove valves and restraints from existing lines, and connect a new main including installing in line valves, restraints and associated sleeves. The unit price includes all labor, materials and equipment necessary to install Type I Connection including excavation backfill and restoration and all other work, not included under other items, necessary to complete the work as specified. Connection items to be installed in accordance with the specifications and per associated standard details in the latest edition of the USM STANDARD SEWER FORCEMAIN CONNECTION TYPE II (Items 23a THROUGH 23c) A. Measurement: Shall be by each connection between sewer force mains with associated diameters based on Type description in payment, complete in place, according to the specifications and in the locations shown on the Contract 01025/7

8 Drawings. B. Payment: Payment shall be made at the unit price bid per complete connection Type II installed. Type II Connection includes cutting in a tee, a bend, or a branch valve with up to 3 sleeves and 2 main line valves on the existing or new main. Work includes restraint of nearest existing valve to the cut in, if existing main is not restrained, and all required concrete blocking of existing abandoned sewer force mains. The unit price includes all labor, materials and equipment necessary to install Type II Connection including excavation backfill and restoration and all other work, not included under other items, necessary to complete the work as specified. Connection items to be installed in accordance with the specifications and per associated standard details in the latest edition of the USM STANDARD SEWER FORCEMAIN CONNECTION TYPE III (Items 24a THROUGH 24c) A. Measurement: Shall be by each connection between sewer force mains with associated diameters based on Type description in payment, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per complete connection Type III installed. Type III Connection includes installing a wet tapping sleeve or tapping saddles as required for connection to the active existing main including connection to the new main with associated fittings. The unit price includes all labor, materials and equipment necessary to install Type III Connection including excavation backfill and restoration and all other work, not included under other items, necessary to complete the work as specified. Connection items to be installed in accordance with the specifications and per associated standard details in the latest edition of the USM JACKED AND BORED PIPE (Bid Items #25a through #25d) A. Measurement: Shall be by the linear foot of pipe size indicated along the centerline of pipe, complete in place. B. Payment: Payment shall be made at the unit price bid per linear foot Jacked and Bored pipe complete in place. This price shall include excavating and backfilling jacking and receiving pits, sheeting shoring bracing, jacking equipment, casing pipe, casing chocks and furnishing and installing carrier pipe, drainage, safety equipment and all materials and equipment for the installation of the pipe, including traffic control, clearing, backfill, compaction and testing SEWER FITTINGS AND ACCESSORIES 16 INCHES AND ABOVE (Bid Item #26) A. Measurement: Shall be per pound, with weights of fittings to be in accordance with the requirements of the 2011 edition of American National Standard for Ductile Iron Compact Fittings for Water Service published by AWWA C excluding accessories. B. Payment: Payment shall be made at the unit price bid per pound for each fitting installed complete in place. This shall include all materials and equipment for the 01025/8

9 installation of restraints, the pipe fitting, interior and exterior coatings, including traffic control, clearing, backfill, compaction and testing INSTALL AIR/VACUUM RELEASE VALVE (Bid Item #27) A. Measurement: Shall be by each fitting installed, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per air/vacuum release valve installed, including all bends, reducers, and associated restraint. The unit price includes all labor, materials and equipment necessary to furnish and install valve, associated vault, and all other work, not included under other items, necessary to complete the work as specified SEWER GRAVITY MAIN (Bid Items #28a through #32b) A. Measurement: Shall be by the linear foot of described pipe diameter installed measured in the horizontal plane only, complete in place. B. Payment: Payment shall be made at the unit price bid per linear foot of gravity sewer main for the described diameter at the associated contract length. The unit price shall include all labor, materials and equipment for the installation of a ductile iron pipe gravity sewer main, including traffic control, clearing, grubbing, excavation, polyethylene wrap, backfill, compaction and testing and daily maintenance including restoring fences, landscaping, erosion control, and temporary services. DIP Pipe to be installed in accordance with the specifications and per associated standard details in the latest edition of the USM PRECAST CONCRETE MANHOLE (Bid Items #33a through #35c) A. Measurement: Shall be by the vertical foot depth of described manhole diameter installed measured in the vertical plane, complete in place. B. Payment: Payment shall be made at the unit price bid per vertical foot of manhole for the described diameter. The unit price shall include all labor, materials and equipment for the installation of precast manhole, including watertight frame and cover, traffic control, clearing, grubbing, excavation, required lining, backfill, compaction and testing and including restoring fences, landscaping, erosion control, and temporary services. Manhole to be installed in accordance with the specifications and per associated standard details in the latest edition of the USM GRINDER PUMP (Bid Items #36) A. Measurement: Shall be by each grinder pump installed complete in place including flushing station in accordance with the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per complete installation including removal of existing grinder pump and associated connection and installation of flushing station at right of way line; connection includes installing a wet tapping sleeve or tapping saddles as required for connection to the active 01025/9

10 existing main. The unit price includes all labor, materials and equipment necessary to install the grinder pump including excavation backfill and restoration and all other work, not included under other items, necessary to complete the work as specified. Connection items to be installed in accordance with the specifications and per associated standard details in the latest edition of the USM TRACER WIRE TEST STATION VAULT (Bid Item #37) A. Measurement: Shall be by each tracer wire test station, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per station. The unit price includes all labor, materials and equipment necessary to furnish and install and test the station, property restoration, and all other work, not included under other items, necessary to complete the work as specified. Test station to be installed in accordance with the specifications and per associated standard details in the latest edition of the USM. WATER ITEMS 2.28 REMOVE EXISTING WATERLINE (Bid Items #38a through 38c) A. Measurement: Shall be by the linear foot of pipe removed through all fittings, measured in the horizontal plane only, complete in place. B. Payment: Payment shall be made at the unit price bid per linear foot of noted pipe size at noted depth removed. The unit price includes all labor, incidentals, materials, maintenance of erosion and sediment control, excavation pits, necessary permits, compliance tests, protection of existing structures/utilities, restoring property, site security, restoration, disposal costs, and all other work, not included under other items, necessary to complete the work as specified FIRE HYDRANT ASSEMBLY (Bid Item #39) A. Measurement: Shall be by each hydrant assembly installed, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per fire hydrant assembly installed. The unit price includes all labor, materials and equipment necessary to install furnish and install hydrant, up to 10 feet of 6-inch waterline, valve box, lead and fire hydrant, stone, reducers, concrete block, polyethylene wrap, restraint, concrete pad, and all other work, not included under other items, necessary to complete the work as specified DIP POLYWRAPPED WATER MAIN (Bid Items #40a through #43b) A. Measurement: Shall be by the linear foot of described pipe diameter installed through all fittings, measured in the horizontal plane only, complete in place /10

11 B. Payment: Payment shall be made at the unit price bid per linear foot of water main for the described diameter at the associated contract length including all bends, reducers and associated restraint. The unit price shall include all labor, materials and equipment for the installation of a ductile iron pipe water main, including traffic control, clearing, grubbing, excavation, pipe restraint, polyethylene wrap, backfill, compaction and testing and daily maintenance including restoring fences, landscaping, erosion control, and temporary services. DIP Pipe to be installed in accordance with the specifications and per associated standard details in the latest edition of the USM. **Note Bends, fittings and their associated restraints are bid as separate unit price items for bid items 43a and 43b and should be accounted for under item STANDARD WATERMAIN CONNECTION TYPE I (Items 44a through 44c) A. Measurement: Shall be by each connection between watermains with associated diameters based on Type description in payment, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per complete connection Type I installed. Type I Connection includes removal of blow off, plug or cap and thrust restraints from existing and new water mains and connecting the new mains, including installing in line valves, restraints and associated sleeves. The unit price includes all labor, materials and equipment necessary to install Type I Connection including excavation backfill and restoration and all other work, not included under other items, necessary to complete the work as specified. Connection items to be installed in accordance with the specifications and per associated standard details in the latest edition of the USM STANDARD WATERMAIN CONNECTION TYPE II (Items 45a THROUGH 45c) A. Measurement: Shall be by each connection between watermains with associated diameters based on Type description in payment, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per complete connection Type II installed. Type II Connection includes cutting in a tee, a bend, or a branch valve with up to 3 sleeves and 2 main line valves on the existing or new main. Work includes restraint of nearest existing valve to the cut in, if existing main is not restrained, and concrete blocking of existing abandoned watermains. The unit price includes all labor, materials and equipment necessary to install Type II Connection including excavation backfill and restoration and all other work, not included under other items, necessary to complete the work as specified. Connection items to be installed in accordance with the specifications and per associated standard details in the latest edition of the USM STANDARD WATERMAIN CONNECTION TYPE III (Items 46a THROUGH 46c) A. Measurement: Shall be by each connection between watermains with associated diameters based on Type description in payment, complete in place, according to 01025/11

12 the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per complete connection Type III installed. Type III Connection includes installing a wet tapping sleeve or tapping saddles as required for connection to the active existing main including connection to the new main with associated fittings. The unit price includes all labor, materials and equipment necessary to install Type III Connection including excavation backfill and restoration and all other work, not included under other items, necessary to complete the work as specified. Connection items to be installed in accordance with the specifications and per associated standard details in the latest edition of the USM WATERLINE FITTINGS AND ACCESSORIES 16 INCHES AND ABOVE (Bid Item #47) A. Measurement: Shall be per pound, with weights of fittings to be in accordance with the requirements of the 2011 edition of American National Standard for Ductile Iron Compact Fittings for Water Service published by AWWA C excluding accessories. B. Payment: Payment shall be made at the unit price bid per pound for each fitting installed complete in place. This shall include all materials and equipment for the installation of restraints, the pipe fitting, including traffic control, clearing, backfill, compaction and testing INSTALL 2-INCH BLOW OFF or AIR RELEASE VALVE (Bid Item #48a and #48b) A. Measurement: Shall be by each assembly installed, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Bid Item #48a - Payment shall be made at the unit price bid per 2 blow off valve installed. The unit price includes all labor, materials and equipment necessary to furnish and install valve, valve box, and all other work, not included under other items, necessary to complete the work as specified. C. Payment: Bid Item #48b Payment shall be made at the unit price per air release valve installed. The unit price includes all labor, materials, and equipment necessary to furnish and install, air release valve, associated vault, watertight lid and frame, and all other work, not included under other items, necessary to complete the work as specified INSTALL COPPER SERVICE LINES (Bid Items #49a through #49b) A. Measurement: Shall be by linear foot of copper service line installed for the size indicated on the drawings, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made by the linear foot at the unit price bid for copper service line installed. The unit price includes all labor, materials and equipment necessary to excavate, install and backfill the trench to install copper service line between new main and customer meters, and service line on customer side of 01025/12

13 meter, as necessary to reconnect to the existing service line in accordance with the Contract Documents 2.37 INSTALL PEXa SERVICE LINES (Bid Items #50a through #50 b) A. Measurement: Shall be by linear foot of PEXa service line installed for the size indicated on the drawings, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made by the linear foot at the unit price bid for PEXa service line installed. The unit price includes all labor, materials and equipment necessary to excavate, install and backfill the trench to install PEXa service line between new main and customer meters, and service line on customer side of meter, as necessary to reconnect to the existing service line in accordance with the Contract Documents 2.38 INSTALL COPPER SERVICE LINES BORE (Bid Items #51a through #51 b) A. Measurement: Shall be by linear foot of copper service line installed complete in place using a soil penetration tool to create the conduit within the soil for the size indicated on the drawings, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made by the linear foot at the unit price bid for copper service line installed using a soil penetration tool to create the conduit within the soil for the size indicated on the drawings. The unit price includes all labor, materials and equipment necessary to excavate, install and backfill the trench to install copper service line between new main and customer meters, and service line on customer side of meter, as necessary to reconnect to the existing service line in accordance with the Contract Documents 2.39 INSTALL PEXa SERVICE LINES Bore (Bid Items #52a through #52 b) A. Measurement: Shall be by linear foot of PEXa service line installed using a soil penetration tool to create the conduit within the soil for the size indicated on the drawings, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made by the linear foot at the unit price bid for PEXa service line installed using a soil penetration tool to create the conduit within the soil for the size indicated on the drawings. The unit price includes all labor, materials and equipment necessary to excavate, install and backfill the trench to install copper service line between new main and customer meters, and service line on customer side of meter, as necessary to reconnect to the existing service line in accordance with the Contract Documents 2.40 REMOVE AND REPLACE 5/8 X3/4 RESIDENTIAL METER ASSEMBLY (Bid Item #53) A. Measurement: Shall be by each meter assembly, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per 5/8 X3/4 meter 01025/13

14 assembly. The unit price includes all labor, materials and equipment necessary to furnish and install meter, angle valve, backflow preventer, yoke, frame cover, including removal of existing meter, property restoration, and all other work, not included under other items, necessary to complete the work as specified. Fee shall include removal and disposal of existing meters including property restoration, and all other work not included under other items, necessary to complete the work as specified REMOVE AND REPLACE 5/8 X3/4 COMMERCIAL METER ASSEMBLY (Bid Item #54) A. Measurement: Shall be by each meter assembly, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per 5/8 X3/4 meter assembly. The unit price includes all labor, materials and equipment necessary to furnish and install meter, angle valve, backflow preventer, yoke, frame cover, including abandonment of existing meter, property restoration, and all other work not included under other items necessary to complete the work as specified. Fee shall include removal and disposal of existing meters including property restoration, and all other work not included under other items, necessary to complete the work as specified REMOVE AND REPLACE 1 OR 1 ½ METER ASSEMBLY (Bid Item #55) A. Measurement: Shall be by each meter assembly, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per 1 OR 1 ½ meter assembly. The unit price includes all labor, materials and equipment necessary to furnish and install meter, angle valve, backflow preventer, yoke, frame cover, including removal of existing meter, property restoration, and all other work not included under other items necessary to complete the work as specified. Fee shall include removal and disposal of existing meters including property restoration, and all other work not included under other items, necessary to complete the work as specified REMOVE AND REPLACE 2 METER ASSEMBLY (Bid Item #56) A. Measurement: Shall be by each meter assembly, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per 2 meter assembly. The unit price includes all labor, materials and equipment necessary to furnish and install meter, angle valve, backflow preventer, yoke, frame cover, including removal of existing meter, property restoration, and all other work not included under other items necessary to complete the work as specified. Fee shall include removal and disposal of existing meters including property restoration, and all other work not included under other items, necessary to complete the work as specified /14

15 INCH OR 4 INCH MASTERMETER VAULT (Bid Item #57) A. Measurement: Shall be by each vault, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per vault. The unit price includes all labor, materials and equipment necessary to furnish and install vault, valves, and accessories including electrical service, frame cover, property restoration, and all other work, not included under other items, necessary to complete the work as specified. Price Bid shall include removal and disposal of existing meters including property restoration, and all other work not included under other items, necessary to complete the work as specified. Vault to be installed in accordance with accordance with the specifications and per associated standard details in the latest edition of the USM INCH TO 10 INCH MASTERMETER VAULT (Bid Item #58) A. Measurement: Shall be by each vault, complete in place, according to the specifications and in the locations shown on the Contract Drawings. B. Payment: Payment shall be made at the unit price bid per vault. The unit price includes all labor, materials and equipment necessary to furnish and install vault, valves, and accessories including electrical service, frame cover, property restoration, and all other work, not included under other items, necessary to complete the work as specified. Price Bid shall include removal and disposal of existing meters including property restoration, and all other work not included under other items, necessary to complete the work as specified. Vault to be installed in accordance with the specifications and per associated standard details in the latest edition of the USM. ADDITIONAL ITEMS 2.46 EROSION AND SEDIMENTATION CONTROL No special measurement or payment will be made for erosion and sedimentation control. The work required is incidental to the Project as a whole EXCAVATION AND BACKFILL No separate payment will be made for any excavation and backfill, including importation of any material from off the site to replace rock or other material not conforming to Section Paragraph 2.1. Costs of this work will be reflected in the unit contract price for pipelines and other items to which it applies. No additional payment will be made for changes in alignment or grade except added pipe length and additional appurtenances required. A. Excavation Below Specified Grade Where excavation below specified grade is done to remove unsuitable foundation material, as required in Section Paragraph 3.1, measurement and payment will be reflected in the unit Contract Price for the applicable replacement material described herein above /15

16 When excavation below specified grade is done without Owner's written direction, no payment for required replacement material will be made. B. Work Near Existing Structures No separate payment will be made for work near or for locating existing structures, including pipes, conduits, drains and other utilities, whether they are above or below ground. This work is incidental to the performance of the contract. No payment will be made for repairs to any existing structures or utilities damaged by the Contractor's operations. C. Care and Restoration of Property No separate payment will be made for any work involved in the care and restoration of property. It is an incidental part of the work element to which it applies. D. Trench Dewatering No separate payment will be made for trench dewatering. It is an incidental part of the work element to which it applies. E. Pipe Bedding (Standard Bedding) No separate payment will be made for standard bedding. It is an incidental part of the work element to which it applies. H. Compaction and Testing No separate payment will be made for compaction and testing. This function is an incidental part of any work element to which it applies. J. Maintenance of Backfilled Excavations No separate payment will be made for the maintenance of backfilled excavations. This work is an incidental part of any work element to which it applies. K. Disposal of Material No separate payment will be made for the legal disposal of any materials connected with this project, despite the source or nature of materials. This work is an incidental part of any work element to which it applies. EMERGENCY ITEMS 2.48 EMERGENCY MOBILIZATION (Bid Item 59) A. Measurement: The lump sum price bid for each event. B. Payment: Mobilization of personnel and equipment to respond to an emergency water main and sewer force main repair and be on-site within 3 hours of the OWNER s request. This work includes clearing the project corridor, surveying and construction stakeout as required in the field, sediment control, movement of personnel and equipment to the project site, including demobilization /16

17 2.49 EMERGENCY CREW (Bid Items #60a and #60b) A. Measurement: The hourly rate for crew type described. B. Payment: For emergency water main and sewer force main repair at the diameter indicated in the bid item. Provide skilled and unskilled laborers and all necessary miscellaneous tools, material, and equipment, complete, to perform emergency response services on water main and sewer force main in accordance with the requirements of Section to expose and repair existing utilities as directed by the Owner. Minimum crew size shall be four (4) and shall consist of a qualified foreman, a pipe layer, a tailman, and a laborer EMERGENCY LABORER (Bid Items #61) A. Measurement: The hourly rate for each additional laborer. B. Payment: Provide qualified laborer to perform emergency response services on water main and sewer force main in accordance with the OWNER requirements EMERGENCY FLAGMEN (Bid Items #62) A. Measurement: The hourly rate. B. Payment: Provide qualified flagmen and associated flagging equipment, materials, temporary signage and communications equipment to perform emergency response services on water main and sewer force main force mains in accordance with the OWNER requirements. Minimum crew size shall be (2) flagmen. All flagmen shall be certified VDOT and possess VDOT certified flagger cards EMERGENCY TRACKED EXCAVATOR AND OPERATOR (Bid Items #63) A. Measurement: The hourly rate. B. Payment: Provide a tracked excavator and qualified operator, complete, to perform emergency response services in accordance with the requirements of Section as directed by the Owner EMERGENCY WHEELED EXCAVATOR AND OPERATOR (Bid Items #64) A. Measurement: The hourly rate. B. Payment: Provide a wheeled excavator and qualified operator, complete, to perform emergency response services in accordance with the requirements of Section as directed by the Owner EMERGENCY LOADER AND OPERATOR (Bid Items #65) A. Measurement: The hourly rate. B. Payment: Provide a loader and qualified operator, complete, to perform emergency response services in accordance with the requirements of Section as directed by the Owner EMERGENCY DUMP TRUCK AND OPERATOR (Bid Items #66) A. Measurement: The hourly rate /17

18 B. Payment: Provide a tandem wheeled dump truck and qualified operator, complete, to perform emergency response services in accordance with the requirements of Section as directed by the Owner EMERGENCY LIGHT PLANTS (Bid Items #67) A. Measurement: The daily (24 hour) rate. B. Payment: Provide light plants associated operation and service necessary to perform emergency response services to expose and repair existing utilities as directed by the Owner. A minimum of two (2) light plants will be required for all night work. The size of the light plants will be sufficient to cover the emergency repair area. Costs for additional light plants shall be incidental to the emergency response EMERGENCY DEWATERING PUMP (Bid Items #68a and 68b) A. Measurement: The daily (24 hour) rate. B. Payment: Provide dewatering pumps at the specified size including associated operation and service necessary to perform emergency response services to expose and repair existing utilities as directed by the Owner. Power source for pump operation to be included as CONTRACTOR responsibility. Costs for additional pumps shall be incidental to the emergency response EMERGENCY TRUCK MOUNTED ATTENUATOR (Bid Item #69) A. Measurement: The daily (24 hour) rate. B. Payment: Provide a truck mounted crash attenuator in conformance with requirements of NCHRP Report 350, Test level 3 including associated operator and service necessary to perform emergency response services to expose and repair existing utilities as directed by the Owner EMERGENCY PORTABLE CHANGEABLE MESSAGE SIGN (Bid Item #70) A. Measurement: The daily (24 hour) rate. B. Payment: Provide self-contained, portable message board with power supply and trailer with a backup system to prevent loss of memory with a sign viewing height of not less than 7 feet from the top of the road as necessary to perform emergency response services to repair existing utilities as directed by the Owner EMERGENCY LANECLOSURE AND TRAFFIC CONTR. MATERIAL (Bid Item #71) A. Measurement: The daily (24 hour) rate. B. Payment: Perform lane closures and traffic control in accordance with VDOT requirements including supplying and placement of all temporary signage to support water main and sewer force main emergency response services in accordance with the requirements of the contract and as directed by the Owner. Flagmen cost is included under Bid Item No /18

19 SEWER LATERALS 2.61 EXCAVATE, REMOVE EXISTING SEWER LATERALS, FURNISH AND INSTALL NEW LATERALS (Bid Item # 72 through # 76) A. Measurement: Measure the actual number of linear feet of sewer lateral constructed, measured between connection point and connection point, to the nearest 0.1 feet. B. Payment: Payment will be based on the actual number of linear feet of sewer lateral constructed FURNISH SERVICE TEE AND CONNECT EXISTING LATERALS AND NEW LATERALS (Bid Item # 77 through # 92) Measurement and payment will be made at the unit price bid for the respective unit /19

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

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

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 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

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

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

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

More information

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

SERVICE LINES, METERS AND APPURTENANCES

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

More information

SECTION 4 - DESIGN STANDARDS FOR WATER DISTRIBUTION FACILITIES

SECTION 4 - DESIGN STANDARDS FOR WATER DISTRIBUTION FACILITIES SECTION 4 - DESIGN STANDARDS FOR WATER DISTRIBUTION FACILITIES 4.1 GENERAL REQUIREMENTS 4.1.1 Water and fire protection distribution facilities are to be provided solely for the purpose of supplying potable

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

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

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

More information

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

BIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83 Item No. BIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83 DESCRIPTION EST. QTY. UNIT UNIT PRICE TOTAL PRICE GENERAL BID ITEMS 1 Per Plans and Specifications

More information

Engineering Design Center. Standard Drawings. 1st Edition -January 2016

Engineering Design Center. Standard Drawings. 1st Edition -January 2016 Engineering Design Center Standard Drawings 1st Edition -January 2016 Golden State Water Company Standard Drawings 1/11/2016 Table of Contents PART A STANDARD DRAWINGS Section I Pipeline Construction P-1

More information

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

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

More information

TRENCHLESS CONSTRUCTION (BORING, JACKING, AND TUNNELING)

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

More information

Forsyth County Procurement

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

More information

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

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

Attachment D-1: Civil/Structural Scope of Work

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

More information

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

SECTION WATER MAINS CITY OF LEE S SUMMIT, MISSOURI DESIGN CRITERIA

SECTION WATER MAINS CITY OF LEE S SUMMIT, MISSOURI DESIGN CRITERIA SECTION 6900 - WATER MAINS CITY OF LEE S SUMMIT, MISSOURI DESIGN CRITERIA 6901 DESIGN CRITERIA A. General 1. The design standards presented in the City of Lee's Summit Design Criteria are the minimum standards

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

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 EXCAVATION AND BACKFILL FOR UTILITIES AND STRUCTURES

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

More information

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

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

More information

CULINARY WATER SYSTEMS

CULINARY WATER SYSTEMS CULINARY WATER SYSTEMS I. Water system size determination A. The minimum water line size is 8 inch for distribution lines in a residential subdivision. 1. Subdivisions that have a school or church will

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

Construction Documents (CDs) Required Signature Blocks and Standard Notes

Construction Documents (CDs) Required Signature Blocks and Standard Notes Development Services Department 100 N. Wilcox Street, Castle Rock CO 80104 Project Manager 720-733-3582 Construction Documents (CDs) Required Signature Blocks and Standard Notes Revised July 17, 2017 INDEMNIFICATION

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

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

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

More information

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

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

More information

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

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

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

UNIFORM DESIGN AND CONSTRUCTION STANDARDS FOR EXTENDING WATER DISTRIBUTION SYSTEMS SECTION 2 DESIGN STANDARDS

UNIFORM DESIGN AND CONSTRUCTION STANDARDS FOR EXTENDING WATER DISTRIBUTION SYSTEMS SECTION 2 DESIGN STANDARDS UNIFORM DESIGN AND CONSTRUCTION STANDARDS FOR EXTENDING WATER DISTRIBUTION SYSTEMS SECTION 2 DESIGN STANDARDS DESIGN STANDARDS SECTION 2 INDEX ITEM DESCRIPTION 2.00 GENERAL STATEMENT 2.01 WATER DISTRIBUTION

More information

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

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

More information

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

SECTION IV. PIPELINE EXCAVATION AND BACKFILL

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

More information

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

LEE COUNTY UTILITIES SAN CARLOS FLOW DIVERSION TECHNICAL SPECIFICATIONS

LEE COUNTY UTILITIES SAN CARLOS FLOW DIVERSION TECHNICAL SPECIFICATIONS LEE COUNTY UTILITIES SAN CARLOS FLOW DIVERSION TECHNICAL SPECIFICATIONS REFERENCE DOCUMENTS Contractor shall complete all work in conformance with the Lee County Utilities Design Manual, latest revision,

More information

SPECIAL CONDITIONS FOR PIPE JACKING (PJ) October, 2006

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

More information

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

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING: BID SHEET FOR CIP 17-101 CIPP LINING OF SANITARY SEWER SYSTEM Item No. 16 17 18 19 20 21 Description and Bid Unit Price Brim Style Service Line Connection Sealing System Temporary Bypass Facilities Set

More information

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

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

More information

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

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

C. Foundation stabilization for pipe and utility structures.

C. Foundation stabilization for pipe and utility structures. PART 1 - GENERAL 1.1 SECTION INCLUDES A. Excavating, backfilling, and compacting for utilities, including pipe, structures, and appurtenances. B. Control of water in trenches. C. Foundation stabilization

More information

2017 Material and Construction Specifications

2017 Material and Construction Specifications 2017 Material and Construction Specifications Water and Sewer Pre Construction Materials Standard Details Inspections & Testing Todd Marti, Director of Engineering South West, West Valley City, UT T: E:

More information

This is only a general checklist; please refer to the CVWD Development Design Manual (DDM) for all requirements and regulations.

This is only a general checklist; please refer to the CVWD Development Design Manual (DDM) for all requirements and regulations. COACHELLA VALLEY WATER DISTRICT DOMESTIC WATER CHECKLIST Tract/Parcel No: Project Common Name: Developer: Engineer: Engineer Signature: Date: Phone: Phone: Print: This is only a general checklist; please

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

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

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

More information

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

CONSTRUCTION STANDARDS SECTION CS 3 TRENCH FOUNDATION, BEDDING AND BACKFILL

CONSTRUCTION STANDARDS SECTION CS 3 TRENCH FOUNDATION, BEDDING AND BACKFILL CONSTRUCTION STANDARDS SECTION CS 3 TRENCH FOUNDATION, BEDDING AND BACKFILL CS 3-01 GENERAL: A. The foundation, bedding and backfill for all trenches shall conform with the requirements of the City Standard

More information

PERMEABLE INTERLOCKING PAVERS

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

More information

SECTION FACILITY SANITARY SEWERS

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

More information

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

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

More information

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

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

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

More information

WASTEWATER SYSTEM STANDARDS

WASTEWATER SYSTEM STANDARDS 8.1 SCOPE Wastewater pipelines and appurtenances shall be provided as shown on the plans and as specified herein. Clearing, grubbing, trench excavation and backfill, pipe material, valves, cutting and

More information

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

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

More information

Rural Servicing Guidelines

Rural Servicing Guidelines Rural Servicing Guidelines for Low-Pressure Sanitary Sewer System and Trickle Feed Water Distribution System FOREWORD This manual is intended to provide information to Developers, Engineering and Geotechnical

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

SECTION EXCAVATING, BACKFILLING, AND COMPACTION FOR UTILITIES

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

More information

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

BASED ON DFD MASTER SPECIFICATION DATED 2/24/2014

BASED ON DFD MASTER SPECIFICATION DATED 2/24/2014 1 0 1 0 1 0 1 SECTION 1. TRENCHING BASED ON DFD MASTER SPECIFICATION DATED // P A R T 1 - G E N E R A L SCOPE The work under this section shall consist of providing all work, materials, labor, equipment,

More information

Contact the Jurisdictional Engineer for materials allowed by each jurisdiction.

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

More information

Section 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

SPECIFICATION FOR PIPE CULVERT CONSTRUCTION

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

More information

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

City of Reno Public Works 1 E. 1 st Street, 8 th Floor P.O. Box 1900 Reno, NV (775) (775) FAX

City of Reno Public Works 1 E. 1 st Street, 8 th Floor P.O. Box 1900 Reno, NV (775) (775) FAX City of Reno Public Works 1 E. 1 st Street, 8 th Floor P.O. Box 1900 Reno, NV 89505 (775) 334-3304 (775) 334-1226 FAX SPECIAL CONDITIONS OF APPROVAL FOR Permit # EAE14-00XXX Applicant: Job Description:

More information

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

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

More information

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

B. Backfill and compact utility bedding and fill placed in the utility trenches between the top of the utility bedding and the subgrade elevation.

B. Backfill and compact utility bedding and fill placed in the utility trenches between the top of the utility bedding and the subgrade elevation. SECTION 312333 TRENCHING AND BACKFILLING PART 1 - GENERAL 1.1 SUMMARY A. Excavate trenches for new electric and telephone conduits, gas lines, and their appurtenances from at least 5 feet outside the building

More information

HITT STREET UNIVERSITY PROJECT #: CP REFER TO CP PLANS FOR ELECTRICAL DUCTBANK IN HITT STREET INSTALL:

HITT STREET UNIVERSITY PROJECT #: CP REFER TO CP PLANS FOR ELECTRICAL DUCTBANK IN HITT STREET INSTALL: N 1133521.33 E 1689742.43 STA: 10+53.07 INSTALL: 2-10" 90 BENDS CONNECT TO MIDDLEBUSH HALL INTERIOR PLANT PLUMBING MIDDLEBUSH HALL HW1 HWS HWR 10+00 FREDRICK APARTMENTS FINE ARTS INSTALL 422 LF 10" HWS

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

NOTICE OF ADDENDUM ADDENDUM 2 CONTRACT NO PROJECT NO UNIT WELL 31 WATER TREATMENT PLANT

NOTICE OF ADDENDUM ADDENDUM 2 CONTRACT NO PROJECT NO UNIT WELL 31 WATER TREATMENT PLANT February 20, 2017 NOTICE OF ADDENDUM ADDENDUM 2 CONTRACT NO. 7500 PROJECT NO. 10434 UNIT WELL 31 WATER TREATMENT PLANT Revise and amend the contract document(s) for the above project as stated in this

More information

CITY OF TAMPA WASTEWATER DEPARTMENT TECHNICAL STANDARDS GUIDELINE. FOR CONSTRUCTION OF WASTEWATER FACILITIES July 2014 Version 6

CITY OF TAMPA WASTEWATER DEPARTMENT TECHNICAL STANDARDS GUIDELINE. FOR CONSTRUCTION OF WASTEWATER FACILITIES July 2014 Version 6 CITY OF TAMPA WASTEWATER DEPARTMENT TECHNICAL STANDARDS GUIDELINE FOR CONSTRUCTION OF WASTEWATER FACILITIES July 2014 Version 6 2545 Guy N Verger Boulevard, Tampa, FL 33605 www.tampagov.net TECHNICAL STANDARDS

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 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

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

More information

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

CITY OF ASTORIA PUBLIC WORKS ENGINEERING DIVISION ENGINEERING DESIGN STANDARDS FOR IN-FILL DEVELOPMENT

CITY OF ASTORIA PUBLIC WORKS ENGINEERING DIVISION ENGINEERING DESIGN STANDARDS FOR IN-FILL DEVELOPMENT CITY OF ASTORIA PUBLIC WORKS ENGINEERING DIVISION ENGINEERING DESIGN STANDARDS FOR IN-FILL DEVELOPMENT Adopted by City Council: May 21, 2007 X:\General Eng\DESIGN STANDARDS\Engineering Design Standards

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

SECTION POLYVINYL CHLORIDE (PVC) WATERLINE

SECTION POLYVINYL CHLORIDE (PVC) WATERLINE SECTION 02632 POLYVINYL CHLORIDE (PVC) WATERLINE PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required, and install polyvinyl chloride (PVC) waterline,

More information

CITY OF MARTINEZ STANDARD SPECIFICATIONS FOR WATER LINE WORK

CITY OF MARTINEZ STANDARD SPECIFICATIONS FOR WATER LINE WORK CITY OF MARTINEZ STANDARD SPECIFICATIONS FOR WATER LINE WORK Engineering Division Community Development Department 525 Henrietta Street Martinez, CA 94553 (925) 372-3515 I. Water Pipe TABLE OF CONTENTS

More information

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE BE IT ORDAINED by the Town Council of the Town of Plainville: SECTION 1. SUBDIVISIONS. All subdivisions hereinafter developed within

More information

DGR PROJECT NUMBER:

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

More information

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

PART VII - WATER SYSTEM DESIGN CRITERIA

PART VII - WATER SYSTEM DESIGN CRITERIA PART VII - WATER SYSTEM DESIGN CRITERIA A. Water Distribution, General 1. The water system layout shall be approved by the City Engineer. The fire hydrant layout shall be approved by the Redwood City Fire

More information

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

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

More information

EXCAVATION PERMIT CHECKLIST

EXCAVATION PERMIT CHECKLIST EXCAVATION PERMIT CHECKLIST Complete These Forms ST. LOUIS COUNTY/MUNICIPAL ZONING APPROVAL FOR PERMIT APPLICATION EXCAVATION PERMIT APPLICATION Present These Documents Drawing showing location of excavation

More information

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II SECTION 221313 - FACILITY SANITARY SEWERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification

More information

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

Table of Contents. Section 10,010 - Demolition of Building Structures Section Includes Description of Work 1. 1.

Table of Contents. Section 10,010 - Demolition of Building Structures Section Includes Description of Work 1. 1. Table of Contents Page No. Part 1 - General 1.01 Section Includes 1 1.02 Description of Work 1 1.03 Submittals 1 1.04 Substitutions 1 1.05 Delivery, Storage, and Handling 1 1.06 Scheduling and Conflicts

More information

SECTION Section Excavation and Backfill For Structures Section Embedment and Base Course Aggregate

SECTION Section Excavation and Backfill For Structures Section Embedment and Base Course Aggregate SECTION 2110 EXCAVATION AND EMBANKMENT 1.00 GENERAL 1.01 Scope. Work to be performed under this section shall include all labor, equipment, materials and miscellaneous items necessary to perform all clearing

More information

Electrical Work. NOV Embankments Over Swamps and Compressible Soils

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

More information

PERMITTING AND CONSTRUCTION MANUAL

PERMITTING AND CONSTRUCTION MANUAL PUBLIC RIGHT-OF-WAY CONTENTS PERMITTING AND CONSTRUCTION MANUAL 1. INTRODUCTION 2. PUBLIC SERVICE PROVIDER REGISTRATION 3. CONSTRUCTION PERMITTING PROCEDURE 3.1 Permitting Process 3.2 Permit Application

More information

Underground Piping for Private Hydrants & Sprinkler Supply Line

Underground Piping for Private Hydrants & Sprinkler Supply Line City of Brea Brea Fire Department Fire Prevention 1 Civic Center Circle Phone: (714) 990-7655 Underground Piping for Private Hydrants & Sprinkler Supply Line PURPOSE The provision of adequate water supplies

More information

SECTION BASIC ELECTRICAL MATERIALS AND METHODS

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

More information

County of Sacramento Standard Construction Specifications January 1, 2008 TECHNICAL PROVISIONS

County of Sacramento Standard Construction Specifications January 1, 2008 TECHNICAL PROVISIONS County of Sacramento Standard Construction Specifications January 1, 2008 TECHNICAL PROVISIONS SECTION 41 WATER DISTRIBUTION SYSTEMS 41-1 GENERAL This section shall apply to all potable and non-potable

More information

PRELIMINARY DEVELOPMENT PLAN INFORMATION

PRELIMINARY DEVELOPMENT PLAN INFORMATION PRELIMINARY DEVELOPMENT PLAN INFORMATION SITE AREA =.0 AC. (,8,8 S.F.) BUILDING FOOTPRINT =,8 S.F. PAVEMENT/PARKING AREA = 0,98 S.F. BUILDING COVERAGE OF SITE = % SITE IMPROVEMENT PLAN NOTES. ALL UTILITY

More information

SECTION 400 WATER SUPPLY SYSTEMS

SECTION 400 WATER SUPPLY SYSTEMS SECTION 400 WATER SUPPLY SYSTEMS Page 401.00 WATER SUPPLY SYSTEMS - GENERAL POLICY AND REQUIREMENTS 401.01 General Policy...................................... 400-1 401.02 Reference Manuals..................................

More information

CITY OF TROY CONSTRUCTION SPECIFICATIONS PREPARED BY: F-7587

CITY OF TROY CONSTRUCTION SPECIFICATIONS PREPARED BY: F-7587 CITY OF TROY DESIGN STANDARDS AND CONSTRUCTION SPECIFICATIONS PREPARED BY: F-7587 JANUARY 2010 TABLE OF CONTENTS SECTION 1 SECTION 2 SECTION 3 SECTION 4 SECTION 5 SECTION 6 APPENDIX ROADWAY DESIGN DRAINAGE

More information