TECHNICAL SPECIFICATIONS SOUTH MARTIN REGIONAL UTILITY

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

SECTION MEASUREMENT AND PAYMENT

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

EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT

SPECIAL SPECIFICATION 6664 Level (3) Communications System

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

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

SPECIAL SPECIFICATION 6658 Time Warner Communications System

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

SPECIAL SPECIFICATION 6666 Charter Communications System

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

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

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

APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES

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

CCU Engineering Specifications. Section PIPE REMOVAL, DISPOSAL, ALTERATION, MODIFICATION OR PIPE ABANDONMENT

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

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

Special Specification 6357 Windstream Telecommunication System

SECTION MEASUREMENT AND PAYMENT

BID PROPOSAL PROPOSAL OF, corporation, a partnership consisting of, an individual doing business as,

SECTION 1 GENERAL NOTES

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

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION MEASUREMENT AND PAYMENT

SECTION HORIZONTAL DIRECTIONAL DRILLING

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

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3

Job Order Sewer Repair Services

SECTION CS-2. TRENCH EXCAVATION CONSTRUCTION STANDARDS

DIVISION 300 TRENCHING SECTION 308 BORING AND JACKING 2.2 STEEL CASING PIPE

Gateway Services Community Development District

REVISED PER ADDENDUM No. 1 - Unit Price Bid Schedule

SPECIFICATION : BORING AND JACKING

The work required for this project includes, but is not limited to, the following items, not listed in order of execution.

DOCUMENT ADDENDA AND MODIFICATIONS

ADDENDUM #1 Walker Woods Pump Station Replacement PW

ADDENDUM 1 January 29, 2016

SECTION TRENCHING & BACKFILLING

SECTION MEASUREMENT AND PAYMENT

SECTION BORING AND/OR JACKING PIPE

SECTION C10 CLEANING AND CEMENT LINING GENERAL

CITY OF FARGO SPECIFICATIONS REMOVALS

SECTION GRAVITY WASTEWATER LINES

SECTION GRAVEL PACKED WATER WELL

CITY OF FARGO SPECIFICATIONS REMOVALS

SECTION WASTEWATER FORCE MAINS

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances

UNIVERSITY OF MISSOURI Hydronic Energy Distribution 2016 Q1

F. Provide at least 2 feet of vertical separation between a water line and any utility or stormdrain crossing it.

SANBORN COUNTY

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

Index to Technical Specifications

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

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

ITEM 432 TUNNEL CONSTRUCTION

SECTION FIRE HYDRANTS

INSTALLATION OF AIRFIELD LIGHTING UNDERGROUND ELECTRICAL DIRECTIONAL BORE DUCT

STANDARD CONSTRUCTION SPECIFICATIONS TABLE OF CONTENTS SECTION TRENCHING AND BACKFILL

DRAFT TECHNICAL SPECIFICATIONS FOR

1. All underground utilities under railroad tracks shall be encased in a larger pipe or conduit called the casing pipe.

DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION. Section 550 Storm Drain Pipe, Pipe-Arch Culverts, and Side Drain Pipe

ITEM 481 MONOLITHIC REINFORCED CONCRETE BOX SEWERS

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

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

MATERIAL ALLOWANCES AND UNIT PRICES

PUBLIC WORKS DEPARTMENT GENERAL NOTES

Technical Specification Manual FINAL DRAFT

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

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

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

SECTION IRRIGATION WATER WELL

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

... Water, Our Most Precious Resource... KaWai A Kline...

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

SECTION 807 PUMP STATION REHABILITATION

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

SECTION WATER DISTRIBUTION SYSTEM

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

City of Naples, FL. Reclaimed Water Distribution System: Option T-7 TABLE OF CONTENTS SUPPLEMENTAL TECHNICAL SPECIFICATIONS WESTON & SAMPSON

DOCUMENT ADDENDUM No. 2

Pay Item Manual for Water and Sewer Construction

SUBSURFACE ROTARY DRILLING INVESTIGATION SPECIFICATIONS

ITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES

DETAILED DESIGN SPECIFICATIONS ISSUED FOR BID

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES

BID FORM. (Firm) FOR CONSTRUCTION OF

CITY OF PANAMA CITY BEACH Utilities Administration & Engineering Offices 116 South Arnold Road Panama City Beach, FL 32413

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

Transcription:

TECHNICAL SPECIFICATIONS SOUTH MARTIN REGIONAL UTILITY CONSTRUCTION AND TESTING OF SURFICIAL AQUIFER REPLACEMENT PRODUCTION WELL N15R AND REMEDIATION WELL R-4 HOBE SOUND, FLORIDA Submitted by: 4/2019

CONSTRUCTION AND TESTING OF SURFICIAL AQUIFER REPLACEMENT PRODUCTION WELL N15R AND REMEDIATION WELL R-4 TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 1 - GENERAL REQUIREMENTS SUMMARY OF WORK....01000 COORDINATION AND MEETINGS...01039 MEASUREMENT AND PAYMENT...01200 SUBMITTALS...01300 PRE-CONSTRUCTION AUDIO-VIDEO DOCUMENTATION...01360 QUALITY CONTROL...01400 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS...01500 MATERIAL AND EQUIPMENT...01600 RECORD DOCUMENTS...01720 OPERATION & MAINTENANCE MANUALS...01730 GENERAL REQUIREMENTS...01750 CONTRACT CLOSEOUT...01780 EQUIPMENT TESTING AND FACILITY STARTUP...01810 DIVISION 2 - SITEWORK UTILITY CONSTRUCTION...02000 DEWATERING...02140 GRADING...02210 TRENCHING, BEDDING, AND BACKFILL FOR PIPE...02225 EROSION, SEDIMENTATION, AND DUST CONTROL...02270 TRENCHLESS INSTALLATION OF CONDUITS BY DIRECTIONAL BORING HORIZONTAL DIRECTIONAL DRILLING (HDD)...02320 TOC-1

POLYVINYL CHLORIDE (PVC) PRESSURE PIPE...02622 PIPE AND FITTINGS-GENERAL...02660 HIGH DENSITY POLYETHYLENE (HDPE) AWWA PIPE AND FITTINGS..02661 DUCTILE IRON PIPE...02666 FITTINGS, VALVES, AND APPURTENANCES...02668 FIBER OPTIC PULL BOXES...02680 CHAIN LINK FENCE...02820 SODDING...02936 DIVISION 3 WELL CONSTRUCTION AND CONCRETE WORK WELL CONSTRUCTION SEQUENCE...03000 WELL DRILLING...03100 WELL CASING...03200 BOREHOLE GEOPHYSICAL AND VIDEO LOGGING...03300 ANNULAR GROUT...03400 WELL DEVELOPMENT...03500 WELL SCREEN AND GRAVEL...03600 CONCRETE WORK...03700 DIVISION 4 WELL TESTING PUMPING TESTS...04000 TEST WELL INTERVAL SAMPLING...04100 WELL FACILITY DISINFECTION AND WATER QUALITY SAMPLING...04200 WELL ABANDONMENT...04300 DIVISION 5 GROUNDWATER FORMATION WATER DISPOSAL SYSTEM...05000 DIVISION 6 - WOOD AND PLASTICS TOC-2

NOT USED DIVISION 7 - THERMAL AND MOISTURE PROTECTION NOT USED DIVISION 8 - DOORS AND WINDOWS NOT USED DIVISION 9 - FINISHES NOT USED DIVISION 10 - SPECIALTIES NOT USED DIVISION 11 - EQUIPMENT SUBMERSIBLE WELL PUMPS...11214 DIVISION 12 - FURNISHINGS NOT USED DIVISION 13 INSTRUMENTATION AND CONTROLS PROCESS CONTROL AND INSTRUMENTATION SYSTEM...13300 DIVISION 14 - CONVEYING SYSTEMS NOT USED DIVISION 15 - MECHANICAL NOT USED DIVISION 16 ELECTRICAL BASIC ELECTRICAL REQUIREMENTS...16010 BASIC ELECTRICAL MATERIALS AND METHODS...16050 RACEWAYS...16110 CONDUCTORS...16120 ELECTRIC MOTORS...16150 TOC-3

GROUNDING...16450 CONTROL PANELS...16810 APPENDICES FLORIDA EAST COAST RAILWAY ROW PERMIT... APPENDIX A LOBLOLLY EASEMENT AGREEMENT... APPENDIX B EXISTING WELL N15 LITHOLOGIC LOG... APPENDIX C TOC-4

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01000 SUMMARY OF WORK PART 1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Furnish all labor, equipment and materials necessary to construct one (1) Surficial Aquifer production well (N-15R) and demolish and plug/abandon one (1) Surficial Aquifer production well (N-15) for South Martin Regional Utility (OWNER). The scope of work will include: removal of existing wellhead, concrete slab, electrical equipment/appurtenances, well pump, and fencing and abandonment of the existing Well N-15 and shall include drilling, setting of casings and/or well screen, grouting, testing, well logging, video logging, pump testing, formation water disposal system (including temporary piping and pumps), well facility disinfection, fencing, clearing and restoration of well site, new pump and motor including column pipe and appurtenances, well head, piping, electrical instrumentation and controls, site work and restoration of the proposed Well N-15R, as described herein and as shown on the drawings. B. Furnish all labor, equipment and materials necessary to construct one (1) Surficial Aquifer remediation well (R-4) and plug/abandon one (1) Surficial Aquifer remediation well (R-1) for OWNER. OWNER shall demolish existing electrical services for R-1 and CONTRACTOR will perform plugging and abandonment of the existing remediation well R-1. Construction of R-4 shall include drilling, setting of casings and/or well screen, grouting, testing, well logging, video logging, pump testing, formation water disposal system (including temporary piping and pumps), well facility disinfection, new pump and motor including column pipe and appurtenances, well head, piping, electrical instrumentation and controls, site work and restoration of the proposed Well R-4 site, as described herein and as shown on the drawings. C. The CONTRACTOR shall be responsible for all labor, materials, transportation, tools, supplies, equipment, and appurtenances necessary to construct, develop, and test the wells as specified herein. In general, all methods and material used under this construction shall be in accordance with the latest revisions of the American Water Works Association Standard for Wells (AWWA A100-15) and the National Groundwater Association Standards as they apply to the particular needs or conditions encountered in the proposed work. D. The CONTRACTOR shall diligently and timely perform the scope of work independently of all others who may perform concurrent tasks during execution of the scope of work. SUMMARY OF WORK 01000-1

E. Project Substantial and Final Completion Dates a. Substantial Completion: 270 calendar days from Notice to Proceed b. Final Completion: 300 calendar days from Notice to Proceed F. Installation of approximately 7,800 linear feet of 3-inch HDPE fiber-optic conduit, including both DR-7 and DR-11 sections and 1,000 linear feet of 2- inch SDR 13.5 HDPE fiber-optic conduit to connect Well N-15R to the existing OWNER fiber optic network. Work also includes the installation of fiber optic cable and pull boxes from Well N-15R to existing Well N-16 located at the OWNER Wastewater Treatment Plant as shown on the Construction Drawings. G. Depths presented in these specifications are estimated; specific construction details, such as well casing setting depths, open hole or screened intervals for each well will be determined based on site specific lithologic conditions encountered during drilling and testing. H. The CONTRACTOR shall be responsible for all labor, materials, tools, transportation, supplies, equipment and appurtenances necessary to construct, start-up, and test the well pump, wellhead, raw water piping, and associated electrical and instrumentation. I. All work shall be in accordance with the existing easement agreements. Easement agreements are included in Contract Appendices for CONTRACTOR reference. J. The OWNER reserves the right to add to the work in accordance with the Contract Documents. 1.02 WORK BY OTHERS A. The OWNER reserves the right to add to the work in accordance with the Contract Documents. B. The ENGINEER or OWNER s representative reserves the right to throughout the construction process, perform onsite inspections of the CONTRACTOR and construction process. Documentation of work shall include, but not be limited to, detailed documentation of daily work performed by the CONTRACTOR, and photographs and/or videos of critical phases of well construction, development, and testing. C. The CONTRACTOR shall comply and adhere to all security requirements including but not limited to background checks and issuance of security badges. Access to the well site and work areas shall be limited to the areas shown on the project drawings and as discussed in the pre-construction meeting(s). SUMMARY OF WORK 01000-2

D. Perimeter fencing must be secured at all times including but not limited to the installation of temporary construction fencing prior to the removal of existing perimeter and security fencing required for construction. CONTRACTOR must submit a plan outlining the installation and removal of fencing for approval by OWNER prior to mobilization. 1.03 WORK SEQUENCE A. Sequence of the work will be discussed at the pre-construction conference and will be as described in Section 03000 Well Construction Sequence of the Contract Documents. The OWNER reserves the right to assign priority to certain areas to accommodate the OWNER s interests. Well N-15R shall not be tied into the existing raw water main prior to successful start-up of all well facilities. Well N-15R may not be placed into service prior to successfully passing bacteriological sampling and receiving a release from the Florida Department of Environmental Protection to be placed into service. B. CONTRACTOR must contact the Florida Department of Environmental Protection and submit applicable portions of the Well Construction Permit Application, and any others required for construction as filed by the OWNER and ENGINEER, prior to commencement of well drilling activities. The Notice to Proceed will not be issued to the CONTRACTOR until all permits have been obtained by the CONTRACTOR. C. The CONTRACTOR is responsible to complete the work in the time as set forth by the Contract Documents. D. The construction schedule shall be met based on day work only (M-F, 8 AM 5 PM and excludes nights, weekends, and Martin County and Federal holidays. E. The CONTRACTOR shall submit to the ENGINEER, plans to mitigate the construction noise and vibration impacts and comply with the noise and vibration criteria specified herein, including the method of construction and treatments if necessary. F. The CONTRACTOR shall plan and execute construction activities by methods to control vibration to prevent damage to surrounding foundations, pools, structures, and buildings. Vibration control and compliance are the sole responsibility of the CONTRACTOR. G. Wells that do not pass bacteriological testing as outlined in Section 04200 Well Facility Disinfection and Water Quality Sampling will not be eligible for substantial completion. A complete set of disinfection and sampling requirements is available in Section 04200 Well Facility Disinfection and Water Quality Sampling. END OF SECTION SUMMARY OF WORK 01000-3

THIS PAGE INTENTIONALLY LEFT BLANK SUMMARY OF WORK 01000-4

SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL 1.01 PERFORMANCE A. Section generally defines CONTRACTOR's responsibilities, unless otherwise indicated, for the following: 1. Coordination. 1.02 COORDINATION 2. Field Engineering. 3. Preconstruction Conference. 4. Progress Meetings. A. Coordinate scheduling, submittals, and work to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items to be installed later. B. Coordinate completion and clean up of Work of separate sections in preparation for Substantial Completion. C. Coordinate any tie-ins to existing piping with South Martin Regional Utilities (SMRU). Obtain written authorization prior to shutting down any raw water mains, water mains or services, reclaimed mains, force mains, or performing tie-ins. D. No SMRU system valves shall be operated by CONTRACTOR. CONTRACTOR shall request assistance from SMRU for operation of any existing valves. E. Wells N-14 and N-15 may be accessed via an SMRU maintained service road located within the adjacent residential neighborhood, Loblolly Pines. CONTRACTOR shall coordinate access to the site, including for all subcontractors, closely with OWNER and Loblolly Pines staff. CONTRACTOR shall restore site access to existing or better conditions following completion of construction. COORDINATION AND MEETINGS 01039-1

1.03 FIELD ENGINEERING A. Employ a Land Surveyor registered in the State of Florida and acceptable to the ENGINEER and the OWNER to perform all field surveys. B. CONTRACTOR shall locate and protect survey control and reference points. C. Control datum for survey is Vertical Control NAVD 1988. D. Provide field engineering services. Utilize land surveyor to establish elevations, lines, and levels, utilizing recognized survey practices. E. Submit signed and sealed certification prepared by the Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.04 PRECONSTRUCTION CONFERENCE A. ENGINEER will schedule a conference after Notice of Award. B. Attendance Required: OWNER, ENGINEER, and General CONTRACTOR. C. Agenda: 1. Designation of personnel representing the parties in Contract, and the ENGINEER. 2. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 3. Scheduling. 1.05 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work as required. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within two (2) days to ENGINEER, OWNER, participants, and those affected by decisions made at the meeting. COORDINATION AND MEETINGS 01039-2

C. Attendance Required: Job superintendent, major Subcontractors and suppliers, OWNER, ENGINEER, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of work progress. 3. Field observations, problems, and decisions. 4. Identification of problems, which impede planned progress. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION COORDINATION AND MEETINGS 01039-3

THIS PAGE INTENTIALLY LEFT BLANK COORDINATION AND MEETINGS 01039-4

SECTION 01200 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The Unit prices stated in the Contract shall be considered payment in full for the completion of all work. Payment shall be made under each item only for work as it is not specifically included under other items. B. The CONTRACTOR shall furnish all labor, equipment and materials necessary to construct one (1) Surficial Aquifer production well (N-15R), demolish and plug/abandon one (1) Surficial Aquifer production well (N-15), construct one (1) Surficial Aquifer remediation well (R-4), and plug/abandon one (1) Surficial Aquifer remediation well (R-1) for the South Martin Regional Utility (OWNER). 1.02 PERFORMANCE A. Section generally defines unless otherwise indicated, the following: 1. Payment item descriptions. 2. Payment application descriptions. B. The cost of temporary facilities, bonds, insurance, attending project meetings, administration, record drawings, policing, and other general duties shall be considered incidental to all items. C. The OWNER may direct the CONTRACTOR to install certain portions of the work in advance of other portions without extra payment to the CONTRACTOR. D. Measurement methods delineated in the individual Specification sections are intended to complement the criteria of this Section. In the event of conflict, the requirements of the individual Specification section will govern. E. The CONTRACTOR s attention is called to the fact that the quotations for the various items of Work are intended to establish a total price for completing the Work in its entirety. Should the CONTRACTOR feel that the cost of any item of Work has not been established by the Schedule of Values or Measure and Payment, CONTRACTOR shall include the cost for that Work in the other Bid Items so that CONTRACTOR s proposal for the project does reflect CONTRACTOR s total price for completing the Work in its entirety. MEASUREMENT AND PAYMENT 01200-1

1.03 RELATED SECTIONS A. Bid Form 1.04 LUMP SUM ITEMS A. The lump sum price shall be full compensation for all labor, materials and equipment to satisfactorily complete the installation of the items as shown on the plans and indicated in the details for lump sum bid items. 1.05 UNIT PRICE ITEMS A. The ENGINEER or his representative shall determine the number of units of each work item installed. 1.06 SATISFACTORY COMPLETION A. Satisfactory completion shall include dewatering, if any, and repair or replacement of damaged landscaping, irrigation systems, pavement or other existing improvements. 1.07 PAYMENT ITEMS A. Unit Price Bid 1. Payment shall constitute summation of measured quantities multiplied by the respective unit price for items constructed as specified herein and shown on the engineering drawings; including installation and removal of all temporary facilities, piping; and supply of all incidental materials, equipment and labor necessary to complete the contemplated Work whether specifically identified herein or not. 2. Partial progress payments will be made at monthly intervals and will be based upon the value of the Work completed on the date that a partial payment application is submitted less deductions for retainage as defined elsewhere. Signed and Sealed Record Drawings shall be submitted and approved with each partial and final pay request. 1.08 PAYMENT APPLICATION DESCRIPTION A. Preparation of Applications: 1. Present required information in type written form, or equivalent. 2. Execute certification by signature of authorized officer. 3. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed. MEASUREMENT AND PAYMENT 01200-2

4. List each authorized Change Order as an extension on the Application for Payment, listing Change Order number and dollar amount as for an original item of Work. B. Submittal Procedures 1. Submit three copies of each Application for Payment. Payment Period: Submit monthly as directed by the OWNER. Submit signed and sealed record drawings covering work for which payment is being requested. Submit revised progress schedule accurately reflecting the work completed and the schedule of future work items. C. Substantiating Data PART 2 PRODUCTS NOT USED PART 3 EXECUTION 1. When OWNER requires substantiating information, submit data justifying dollar amounts in question. 2. Provide one copy of data with cover letter of each copy of application. Show Application number and date, and line item by number and description on each piece of data. 3.01 PART A - GENERAL ITEMS A. PAY ITEM NO. A1 GENERAL CONDITIONS, BONDS, AND INDEMNIFICATION This pay item shall include the costs to comply with all elements of the General Conditions of the Contract, including but not limited to: compliance with the requirements of the General Conditions, bonds, insurance, record keeping, safety and permitting, preconstruction videos, and indemnification. Payment shall be made at the Contract Lump Sum Price as identified on the BID FORM upon completion of work identified in the general conditions. Total cost of this item shall not exceed 5% of the total bid cost. 3.02 PART B PROFILE WELL(S) AND R-4 WELL CONSTRUCTION A. PAY ITEM NO. B1 PROFILE WELL(S) (UP TO 2) MEASUREMENT AND PAYMENT 01200-3

This pay item shall include the drilling of a nominal 6-inch diameter pilot hole(s) to 180 feet below land surface at a location adjacent to the proposed R-4 site, as shown on the plans. Pay item includes geophysical logging, furnished and installed 2-inch diameter casing and well screen to 180 feet, development and water quality sampling at up to 8 depth intervals, and proper plug and abandonment of the pilot hole as specified and in accordance with contract documents. This pay item shall be by Contract Unit Price and include but not be limited to all labor, equipment, grout, development time, proper disposal of drilling mud, and other materials necessary to properly perform profile well testing as described and specified in the Contract Documents and accepted by the ENGINEER. B. PAY ITEM NO. B2 R-4 REMEDIATION WELL MOBILIZATION/ DEMOBILIZATION The work included in this pay item consists of preparatory work, finish work, mobilizing and demobilizing for beginning and ending work, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to and from the project site and for the establishment/de-establishment of the temporary provisions and state and local laws and regulations including pre- or post-construction expense necessary for starting or completing the work. No more than 65% of the amount set aside for this item may be claimed as mobilization for the well. Remaining 35% shall be paid for at final demobilization. Payment will be made at the Contract Lump Sum price as approved by the OWNER. C. PAY ITEM NO. B3 FURNISH AND INSTALL 6-INCH DIAMETER SCHEDULE 40 PVC WELL CASING The actual length of 6-inch diameter schedule 40 PVC well casing installed and accepted will be the actual measured quantities, below land surface, specified by the ENGINEER as listed in the Contract Documents. It will be paid for at the Contract Unit Price per foot as listed in the Contract Bid Proposal and will be based on the actual units installed, including time, all labor, equipment, centralizers, and materials to properly install the casing as described in Contract Documents. D. PAY ITEM NO. B4 FURNISH AND INSTALL 6-INCH DIAMETER, 0.040- INCH CONTINOUS SLOT, PVC WELL SCREEN The length of 6-inch diameter PVC well screen installed and accepted will be the actual measured quantities, below land surface, specified by the ENGINEER as listed in the Contract Documents. It will be paid for at the Contract Unit Price per foot as listed in the Contract Bid Proposal and will be based on the actual units installed, including time, all labor, equipment, centralizers, and materials to properly install the screen as described in Contract Documents. MEASUREMENT AND PAYMENT 01200-4

E. PAY ITEM NO. B5 FURNISH AND INSTALL WELL GRAVEL PACK This pay item includes the work required to furnish and successfully install well gravel pack and shall include, but not be limited to, all equipment, materials and labor to satisfactorily disinfect and install gravel pack from total depth to a depth specified by the ENGINEER. Payment of this item shall be made at the Contract Unit Price per cubic foot of installed and accepted gravel by the ENGINEER as determined by delivery tickets and field observations, in accordance with Contract Documents. F. PAY ITEM NO. B6 CEMENT GROUT ANNULUS ABOVE GRAVEL PACK This pay item shall include cement for the annular space above the gravel pack in the 6-inch diameter remediation well and shall be paid for at the Contract Unit Cost Price per 94-pound sack of cement furnished, in place and accepted by the ENGINEER, as listed on the Contract Bid Proposal and described in Contract Documents. Contract Unit Cost Price includes but is not limited to materials, labor, equipment, delivery charges, additives, operations, setup and removal of equipment for grout emplacement as specified in the Contract Documents and accepted by the ENGINEER. G. PAY ITEM NO. B7 AIRLIFT DEVELOP 6-INCH WELL This pay item includes the work required to perform airlift development, as described in Contract Documents. Payment shall be at the Contract Unit Cost Price as listed on the Contract Bid Proposal as approved by the ENGINEER. The said Contract Unit Cost Price shall include only hours of actual airlift development as approved by the ENGINEER, and shall include, but not be limited to, the furnishing of all material, labor and equipment necessary to complete development in accordance with the Contract Documents and accepted by the ENGINEER. H. PAY ITEM NO. B8 CONDUCT 4 HOUR CONSTANT RATE TEST The constant rate test shall be paid for at the Contract Unit Cost Price listed on the Contract Bid Proposal as approved by the ENGINEER and as described in Contract Documents. The said Contract Unit Cost Price shall include only hours of actual pumping during the test and shall include, but not be limited to, the furnishing of all material, labor and equipment necessary to complete the test in accordance with the Contract Documents and accepted by the ENGINEER. I. PAY ITEM NO. B9 ABANDONMENT OF REMEDIATION WELL R-1 Payment for this work shall be on a Lump Sum basis and include the work required for the successful plugging and abandonment of the existing remediation well from bottom to top with neat cement in accordance with State and federal regulations and as specified in Section 04300 Well MEASUREMENT AND PAYMENT 01200-5

Abandonment. The well is to be abandoned with neat cement until flush with the existing concrete pad. The quantity to be paid for under this Section shall be per site as shown on the drawings, complete and accepted, including the cost for supervised labor, materials, and equipment needed. Electrical demolition shall be performed by OWNER. J. PAY ITEM NO. B10 FURNISH AND INSTALL WELL R-4 WELLHEAD AND RAW WATER MAIN Payment of this item shall be on a lump sum basis. The item includes all equipment, materials, and labor necessary to furnish and install a new wellhead, approximately 30 linear feet of below grade raw water main piping, valves, meters, above grade piping and appurtenances, stainless steel pipe supports, coating of the wellhead, dewatering, and connection to the existing raw water main as shown on the attached drawings and specifications. This item shall include the wellhead assembly, fittings, valves, meters, above grade piping and appurtenances, check valve, below grade raw water main piping and appurtenances, start-up, testing, OWNER training, and any other necessary items to provide a complete and operating system. K. PAY ITEM NO. B11 FURNISH AND INSTALL WELL R-4 PUMP PIPING/APPURTENANCES AND INSTALL PUMP, MOTOR, AND PIPING Payment of this item shall be on a lump sum basis. The item includes furnishing and installation of the submersible well pump, motor, column pipe, column pipe-pump adaptor, foot-valve and all required appurtenances including but not limited to all equipment, labor, and materials required to connect all electrical services and controls and complete the work as specified in the Contract Documents and as accepted by the ENGINEER. The Well R-4 Pump and Motor shall be furnished by the OWNER and installed by the CONTRACTOR. L. PAY ITEM NO. B12 ELECTRICAL WORK (INCLUDING INSTRUMENTATION, CONTROL PANEL) Payment of this item shall be on a lump sum basis. The item includes all equipment, materials, and labor necessary to furnish and install electrical service to the surficial remediation well, including instrumentation as shown on the attached drawings and specifications. This item shall include all power feeds, motor starter panel, MCC breaker bucket, wire, conduits, missile bore conduits, grounding, flow meter, pressure switch, mounting supports, pull boxes, junction boxes, appurtenances, testing, start-up, OWNER training, site restoration, and any other necessary items to provide a complete and operating system as described in the plans and specifications. Payment of this item shall be by Lump Sum (LS). M. PAY ITEM NO. B13 WELL R-4 SITE WORK INCLUDING SITE RESTORATION MEASUREMENT AND PAYMENT 01200-6

Payment of this item shall be on a lump sum basis. The item includes preparing the site for drilling, installation of the concrete well pad including concrete and reinforcement, restoring the site to its original condition, providing intended grades, ground cover, permanent perimeter fencing, and general site restoration as shown on the Contract Documents, as accepted by the ENGINEER, and to the satisfaction of the OWNER. 3.03 PART C - WELL N-15R GENERAL WELL CONSTRUCTION AND WATER QUALITY SAMPLING A. PAY ITEM NO. C1 MOBILIZATION/DEMOBILIZATION, CLEARING AND GRUBBING Payment of this item shall be on a lump sum basis. This pay item shall include the costs for mobilization/demobilization including work and operations in mobilizing and demobilizing for the work on the well site, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to and from the project site, and for the establishment and removal of temporary offices, buildings, facilities, as required by these specifications, the special provisions, and State and local laws and regulations, and any other pre- or post-construction expense necessary for starting or completing the work, including clearing and grubbing, as necessary. Payment for this item shall not exceed 50% of the Pay Item lump sum cost prior to demobilization. Total cost of this item shall not exceed 3% of the total bid cost. B. PAY ITEM NO. C2 FURNISH, INSTALL, AND GROUT 30-INCH DIAMETER STEEL SURFACE CASING TO 55 FT Payment of this item shall be on a lump sum basis. The item includes the 30- inch outside diameter (O.D.) pit casing furnished, installed and grouted in place and shall be installed to the depth specified by the ENGINEER. The item shall include but is not limited to all labor, equipment, centralizers, annular grout and other materials necessary to properly install the casing as described in Section 03200 Well Casing and as specified in the Contract Documents and accepted by the ENGINEER. C. PAY ITEM NO. C3 DRILL NOMINAL 6-INCH DIAMETER PILOT HOLE Payment of this item shall be on a lump sum basis. The item shall include the drilling of a nominal 6-inch diameter pilot hole to 220 feet below land surface, geophysical logging of the borehole, furnishing and installing 2-inch diameter casing and well screen to 220 feet, and development and water quality sampling at each depth interval as specified and in accordance with contract documents. This pay item shall be by Contract Lump Sum Price and include but not be limited to all labor, equipment, development time, proper disposal of drilling mud, and other materials necessary to properly MEASUREMENT AND PAYMENT 01200-7

perform test hole testing as described and specified in the Section 04100 Profile Well Interval Sampling and accepted by the ENGINEER. D. PAY ITEM NO. C4 REAM BOREHOLE TO NOMINAL 30-INCH BOREHOLE TO APPROXIMATELY 150 FEET Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per foot and shall include the actual length of drilled borehole measured and approved by the ENGINEER. The item shall include but not be limited to the furnishing of all material, labor and equipment necessary to complete the work as described in Section 03100 - Drilling. E. PAY ITEM NO. C5 FURNISH AND INSTALL 20-INCH DIAMETER SCH. 40 PVC CASING TO 150 FEET Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per foot and shall include the length of casing furnished and installed and shall be the actual measured quantities specified and approved by the ENGINEER. The length shall be calculated from land surface. The item also includes labor, equipment, centralizers, bushing and other materials necessary to properly install the casing as described in Section 03200 Well Casing and accepted by the ENGINEER. F. PAY ITEM NO. C6 CEMENT GROUT 20-INCH DIAMETER SCH. 40 PVC CASING IN PLACE Payment of this item shall be on a per sack basis. The item includes materials, labor, equipment, delivery charges, additives, operations, setup and removal of equipment for grout emplacement. Cement for the 20-inch diameter PVC casing installation shall be paid for at the Contract Unit Price per sack for cement furnished, in place and accepted by the ENGINEER, as described in Section 03400 Annular Grout. 3.04 PART D - WELL N-15R CONSTRUCTION ITEMS OPEN HOLE SCENARIO A. PAY ITEM NO. D1 DRILL A NOMINAL 12-INCH DIAMETER BOREHOLE USING REVERSE AIR METHOD TO 200 FEET Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per foot and shall include the actual length of drilled borehole measured and approved by the ENGINEER. The item shall include but not be limited to the furnishing of all material, labor and equipment necessary to complete the work as described in Section 03100 - Drilling. 3.05 PART E - WELL N15R CONSTRUCTION ITEMS SCREENED WELL SCENARIO MEASUREMENT AND PAYMENT 01200-8

A. PAY ITEM NO. E1 REAM BOREHOLE TO NOMINAL 18-INCH BOREHOLE TO APPROXIMATELY 200 FEET USING REVERSE AIR METHOD Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per foot and shall include the actual length of drilled borehole measured and approved by the ENGINEER. The item shall include but not be limited to the furnishing of all material, labor and equipment necessary to complete the work as described in Section 03100 - Drilling. B. PAY ITEM NO. E2 FURNISH AND INSTALL NEW 12-INCH DIAMETER 316 STAINLESS STEEL WELL SCREEN Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per foot and shall include the actual length of 12- inch diameter 316 stainless steel well screen installed and accepted by the ENGINEER including time, equipment and materials necessary for proper installation as described in Section 03600 Well Screen. C. PAY ITEM NO. E3 FURNISH AND INSTALL 12-INCH DIAMETER SDR17 CERTAINTEED CERTA-LOK WELL RISER CASING Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per foot and shall include the length of casing furnished and installed and shall be the actual measured quantities specified and approved by the ENGINEER. The length shall be calculated from land surface. The item also includes labor, equipment, centralizers, bushing and other materials necessary to properly install the casing as described in Section 03200 Well Casing and accepted by the ENGINEER. D. PAY ITEM NO. E4 FURNISH AND INSTALL WELL GRAVEL PACK Payment of this item shall be on a per cubic foot basis. The item shall include the work required to furnish and successfully install well gravel pack and shall include, but not be limited to, all equipment, materials and labor to satisfactorily disinfect and install gravel pack from total depth to a depth specified by the ENGINEER. Payment of this item shall be made at the Contract Unit Price per cubic foot of installed and accepted gravel by the ENGINEER as determined by delivery tickets and field observations, in accordance with Section 03600 Well Screen. E. PAY ITEM NO. E5 WELL DEVELOPMENT JETTING WITH SIMULTANEOUS AIRLIFT Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per hour of jetting with simultaneous airlift development and shall include the work required to perform jetting MEASUREMENT AND PAYMENT 01200-9

development, as approved by the ENGINEER and as described in Section 03500 Well Development. The item shall include only hours of actual jetting with simultaneous airlift development as approved by the ENGINEER, and shall not be limited to the furnishing of all material, labor and equipment necessary to complete development. 3.06 PART F COMMON WELL CONSTRUCTION ITEMS A. PAY ITEM NO. F1 WELL DEVELOPMENT - AIRLIFT Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per hour of airlift development and shall include the work required to perform airlift development, as approved by the ENGINEER and as described in Section 03500 Well Development. The item shall include only hours of actual airlift development as approved by the ENGINEER, and shall not be limited to the furnishing of all material, labor and equipment necessary to complete development. B. PAY ITEM NO. F2 WELL DEVELOPMENT PUMP DEVELOPMENT Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per hour of pump development and shall include the work required to perform pump development of the well, including installation and removal of temporary development pump, installation, removal and maintenance of formation water disposal system to the satisfaction of the ENGINEER and as described in Section 03500 Well Development and Section 05000 Formation Water Disposal System. The item shall include only hours of actual pumping as approved by the ENGINEER, and shall not be limited to the furnishing of all material, labor and equipment necessary to complete development and accepted by the ENGINEER. C. PAY ITEM NO. F3 STEP-RATE PUMP TEST Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per hour of step-rate pump testing and shall include the furnishing of all material, labor and equipment necessary to complete the test as specified in Section 04000 Pumping Tests. D. PAY ITEM NO. F4 FINAL VIDEO SURVEY Payment of this item shall be on a lump sum basis. The item includes acceptable video logs, as specified in Section 03300 Geophysical and Video Logging, including time, equipment and materials necessary to complete the work. E. PAY ITEM NO. F5 WELL DISINFECTION AND WATER QUALITY SAMPLING MEASUREMENT AND PAYMENT 01200-10

Payment of this item shall be on a lump sum basis. The item includes but not be limited to, all equipment, materials and labor to satisfactorily disinfect the well, construct easily accessible sampling points, bacteriological sampling and testing, and water quality analytical testing as required by, state and local laws and regulations as related to this pay item. The CONTRACTOR shall be responsible for costs associated with re-chlorination, re-sampling, and re-testing as needed to satisfactorily disinfect the well and obtain passing and acceptable water quality test results as described in Section 04200 Well Facility Disinfection and Water Quality Sampling. 3.07 PART G SITE CIVIL AND MECHANICAL A. PAY ITEM NO. G1 FURNISH AND INSTALL WELL N-15R WELLHEAD AND RAW WATER MAIN Payment of this item shall be on a lump sum basis. The item includes all equipment, materials, and labor necessary to furnish and install a new wellhead, approximately 95 linear feet of below grade raw water main piping, valves, meters, above grade piping and appurtenances, stainless steel pipe supports, coating of the wellhead, dewatering, and connection to the existing raw water main as shown on the attached drawings and specifications. This item shall include the wellhead assembly, fittings, valves, meters, above grade piping and appurtenances, check valve, below grade raw water main piping and appurtenances, start-up, testing, OWNER training, and any other necessary items to provide a complete and operating system. B. PAY ITEM NO. G2 FURNISH WELL N-15R PUMP PIPING/ APPURTENANCES AND INSTALL PUMP, MOTOR, AND PIPING Payment of this item shall be on a lump sum basis. The item includes furnishing and installation of the submersible well pump, motor, column pipe, column pipe-pump adaptor, foot-valve and all required appurtenances including but not limited to all equipment, labor, and materials required to connect all electrical services and controls and complete the work as specified in the Contract Documents and accepted by the ENGINEER. The Well N-15R Pump and Motor shall be furnished by the OWNER and installed by the CONTRACTOR. C. PAY ITEM NO. G3 WELL N-15R SITE WORK INCLUDING PERIMETER FENCING AND SITE RESTORATION Payment of this item shall be on a lump sum basis. The item includes preparing the site for drilling including perimeter privacy fencing, installation of the concrete well pad including concrete and reinforcement, restoring the site to its original condition, providing intended grades, ground cover, permanent perimeter fencing, and general site restoration as shown on the MEASUREMENT AND PAYMENT 01200-11

Contract Documents, as accepted by the ENGINEER, and to the satisfaction of the OWNER. D. PAY ITEM NO. G4 FURNISH AND INSTALL 3-INCH DR-7 HDPE FIBER OPTIC CONDUIT UNDER FEC RAILROAD AND A1A VIA HORIZONTAL DIRECTIONAL DRILL Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per horizontal linear foot of fiber optic conduit installed and shall include furnishing all materials, labor, equipment and tools for the complete installation of 3-inch DR-7 fiber optic conduit under the Florida East Coast Railway (FEC) and A1A as shown on the construction Drawings, specified herein and as directed by the ENGINEER. This item includes, but is not limited to, surveying, erosion control, excavation, backfill, and compaction for entry and exit pits, maintenance of traffic, supporting and protecting existing utilities, dewatering, all pipe, fusing, drilling, reaming, slurry, pulling of pipe through the borehole, disposal of excess materials, frac-out control, pipe marking tape, tracer wire, tracer wire termination boxes, adapters, testing, temporary restoration of irrigation systems (irrigation piping, sprinkler heads, etc.), providing temporary sidewalks and walkways interrupted during construction activities, temporary restoration of mailboxes, temporary restoration of fences, temporary restoration of driveways, temporary restoration of roads, temporary restoration of structures, etc., and removal and disposal of sidewalks, driveways, asphaltic concrete, rock base and subgrade (including necessary sawcutting). Payment for this item is per Linear Foot (LF) of horizontal distance transversed of the 3-inch HDPE conduit as measured along the ground surface and not actual quantity of piping installed. Payment for this item will be from the end of the 3-inch conduit with the pulling head connected to it to the proposed fiber optic cable tie-in pull box located at the opposite end of the pulling head, as shown on the construction Drawings and as directed by the ENGINEER. E. PAY ITEM NO. G5 FURNISH AND INSTALL 3-INCH DR-11 HDPE FIBER OPTIC CONDUITS UNDER RESIDENTIAL ROADWAYS VIA HORIZONTAL DIRECTIONAL DRILL Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per horizontal linear foot of fiber optic conduit installed and shall include furnishing all materials, labor, equipment and tools for the complete installation of 3-inch DR-11 fiber optic conduit under residential neighborhood roadways as shown on the construction Drawings, specified herein and as directed by the ENGINEER. This item includes, but is not limited to, surveying, erosion control, excavation, backfill, and compaction for entry and exit pits, maintenance of traffic, supporting and protecting existing utilities, dewatering, all pipe, fusing, drilling, reaming, slurry, pulling of pipe through the borehole, disposal of excess materials, frac-out control, pipe marking tape, tracer wire, tracer wire termination boxes, adapters, testing, temporary restoration of irrigation systems (irrigation piping, sprinkler heads, etc.), providing temporary sidewalks and walkways interrupted during MEASUREMENT AND PAYMENT 01200-12

construction activities, temporary restoration of mailboxes, temporary restoration of fences, temporary restoration of driveways, temporary restoration of roads, temporary restoration of structures, etc., and removal and disposal of sidewalks, driveways, asphaltic concrete, rock base and subgrade (including necessary sawcutting). Payment for this item is per Linear Foot (LF) of horizontal distance transversed of the 3-inch HDPE conduit as measured along the ground surface and not actual quantity of piping installed. Payment for this item will be from the end of the 3-inch conduit with the pulling head connected to it to the proposed fiber optic cable tie-in pull box located at the opposite end of the pulling head, as shown on the construction Drawings and as directed by the ENGINEER. F. PAY ITEM NO. G6 FURNISH AND INSTALL 3-INCH DR-11 HDPE FIBER OPTIC CONDUIT BETWEEN WELLS N-14 and N-16 Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per horizontal linear foot traversed of fiber optic conduit installed and shall include furnishing all materials, labor, equipment and tools for the complete installation of 3-inch DR-11 fiber optic conduit via open-cut or horizontal directional drill methods as shown on the construction Drawings, specified herein and as directed by the ENGINEER. This item includes, but is not limited to, surveying, erosion control, trenching, rock removal, bracing, sheeting, excavation, backfill, and compaction for entry and exit pits, maintenance of traffic, supporting and protecting existing utilities, dewatering, all pipe, fusing, drilling, reaming, slurry, pulling of pipe through the borehole, disposal of excess materials, frac-out control, pipe marking tape, tracer wire, tracer wire termination boxes, adapters, testing, temporary restoration of irrigation systems (irrigation piping, sprinkler heads, etc.), providing temporary sidewalks and walkways interrupted during construction activities, temporary restoration of mailboxes, temporary restoration of fences, temporary restoration of driveways, temporary restoration of roads, temporary restoration of structures, etc., and removal and disposal of sidewalks, driveways, asphaltic concrete, rock base and subgrade (including necessary sawcutting). Payment for this item is per Linear Foot (LF) of horizontal distance transversed of the 3-inch HDPE conduit as measured along the ground surface and not actual quantity of piping installed. Payment for this item will be from the end of the 3-inch conduit with the pulling head connected to it to the proposed fiber optic cable tie-in pull box located at the opposite end of the pulling head, as shown on the construction Drawings and as directed by the ENGINEER. G. PAY ITEM NO. G7 FURNISH AND INSTALL 24 X 36 FIBER OPTIC PULL BOX WITH LID Payment of this item shall be on a unit price basis. The item shall be paid for at the Contract Unit Price per fiber optic pull box installed and shall include all labor, materials and equipment, and incidentals necessary to furnish and install a 24 x 36 pull box with lid as shown on the construction Drawings, as specified herein, and as directed by the ENGINEER, including but not limited MEASUREMENT AND PAYMENT 01200-13

to: excavation for the pull box, disposal of excess materials, bracing, sheeting and dewatering, the furnishing and installation of the pull box with lid, the connection of the conduit to the pull box, rock base, bolts, nuts, backfill and compaction, testing, supports, maintaining existing utilities, protection of utilities, protection of structures, roadways, trees, and shrubs, and all other work required for the complete installation of the pull box with lid. Payment of this item shall be by Lump Sum (LS). H. PAY ITEM NO. G8 ABANDON EXISTING WELL N15 Payment for this work shall be on a Lump Sum basis and include the work required to demolish the aboveground wellhead and wellsite, structural, mechanical, electrical, and ancillary components as shown on the contract plans to allow for construction of new components; the successful well abandonment of the existing production well in accordance with State and federal regulations and as specified in Section 04300 Well Abandonment; and the fill and compaction of the well site. The quantity to be paid for under this Section shall be per site as shown on the drawings, complete and accepted, including the cost for supervised labor, materials, and equipment needed. 3.08 PART H ELECTRICAL WORK A. PAY ITEM NO. H1 FURNISH AND INSTALL FIBER OPTIC CABLE BETWEEN WELLS N-14 AND N-16 Payment of this item shall be on a unit price basis. The item includes all equipment, materials, and labor necessary to furnish and install fiber optic cable, including testing, termination, connection, grounding, termination kits and connectors, appurtenances, and any other necessary items to provide a complete and operating system as described in the plans and specifications. Payment of this item shall be per Linear Foot (FT). B. PAY ITEM NO. H2 ELECTRICAL WORK (INCLUDING INSTRUMENTATION, CONTROL PANELS, FIBER OPTIC COMMUNICATION SYSTEM) Payment of this item shall be on a lump sum basis. The item includes all equipment, materials, and labor necessary to furnish and install electrical service to the surficial well, including telemetry, instrumentation and fiber optic communication system as shown on the attached drawings and specifications. This item shall include demolition, all power feeds, control panel, disconnect, transformer, wire, conduit, grounding, telemetry, level transmitter, flow meter, Ethernet switch boxes, modifications of existing control panel and RTU s, directional drilling, mounting supports, pull boxes, concrete manholes, junction boxes, fiber optic cable which is not included in Pay Item No. H1 specifically, approximately 1,000 feet of 2-inch HDPE MEASUREMENT AND PAYMENT 01200-14

fiber-optic conduit and cable between wells N14 and N15R, fiber testing, termination, connection, termination kits and connectors, appurtenances, testing, start-up, OWNER training, and any other necessary items to provide a complete and operating system as described in the plans and specifications. Payment of this item shall be by Lump Sum (LS). END OF SECTION MEASUREMENT AND PAYMENT 01200-15

THIS PAGE INTENTIONALLY LEFT BLANK MEASUREMENT AND PAYMENT 01200-16

SECTION 01300 SUBMITTALS PART 1 - GENERAL 1.01 PERFORMANCE A. Section generally defines CONTRACTOR s responsibilities, unless otherwise indicated, for the following: 1. Submittal Procedures. 2. Construction Progress Schedules. 3. Temporary Fencing and Screening Plan. 4. Dewatering Plans. 5. Well Testing Plans. 6. Temporary Trenching, Sheeting, and Shoring Plan. 7. Proposed Products List and Information. 8. Shop Drawings. 9. Product Data. 10. Manufacturers' Instructions. 11. Manufacturers' Certificates. 12. Maintenance of Traffic. 1.02 RELATED SECTIONS A. Section 01400 - Quality Control: Manufacturers' field services and reports. B. Section 01780 - Contract Closeout: Contract warranty and manufacturer's certificates, closeout submittals. SUBMITTALS 01300-1

1.03 SUBMITTAL PROCEDURES A. Transmit each submittal with ENGINEER accepted form. All submittals shall be submitted electronically. Responses to submittals will also be performed electronically. B. Sequentially number the transmittal forms. Resubmittals to have original number with an alphabetic suffix. C. Identify Project, CONTRACTOR, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. D. Apply CONTRACTOR's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project and deliver to ENGINEER at their business address. Coordinate submission of related items. F. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. G. Provide space for CONTRACTOR and ENGINEER review stamps on each submittal. H. Only complete submittals will be reviewed. Partial or incomplete submittals for a product will be returned to the CONTRACTOR without review. I. Revise and resubmit submittals as required, identify all changes made since previous submittal. J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. K. Provide an updated Submittal Log at the end of each week that tracks the date the submittal was transmitted, the date the submittal was returned, and the status of each submittal. L. All approved submittals to be saved electronically, in PDF format, and provided on a CD along with As-Built Plans and O&M Manuals at the end of the project. SUBMITTALS 01300-2