SAN ANTONIO WATER SYSTEM CENTRAL WATER INTEGRATION ...

45
SAN ANTONIO WATER SYSTEM CENTRAL WATER INTEGRATION PIPELINE SEGMENT 5-2 SAWS Job No. 18-8615 SAWS Solicitation No. CO-00180 ADDENDUM No. 1 August 14, 2018 To Bidder of Record: This addendum, applicable to work referenced above, is an amendment to the bidding documents and as such will be made a part of and included in the Contract Documents. Acknowledge receipt of this addendum by entering the addendum number and issue date in the space provided in submitted copies of the proposal. CLARIFICATIONS 1. The cave stability analysis bid item has been deleted and removed from the bid proposal and the measurement and payment technical specification. See below for the changes to the contract documents. QUESTIONS AND ANSWERS 1. Question: I am the Victaulic Infrastructure specialist here in central and south Texas I have Victaulic option for the test cap/Bulkhead option on this job that would make the cap reusable as we as easier to remove and install and would like to discuss its use on this project. Answer: The Contractor may submit a substitution request for review and approval per the Contract Documents. REVISIONS TO CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS CONTRACT DOCUMENTS TABLE OF CONTENTS a) Under final item “SAWS SPECIFICATIONS FOR WATER & SANITARY SEWER CONSTRUCTION (Latest Edition)” add list of items, as follows: Flexible Base Valve Box Adjustments Gate Valves Butterfly Valves

Transcript of SAN ANTONIO WATER SYSTEM CENTRAL WATER INTEGRATION ...

SAN ANTONIO WATER SYSTEM

CENTRAL WATER INTEGRATION PIPELINE

SEGMENT 5-2

SAWS Job No. 18-8615

SAWS Solicitation No. CO-00180

ADDENDUM No. 1

August 14, 2018

To Bidder of Record:

This addendum, applicable to work referenced above, is an amendment to the bidding documents and as such will be made a part of and included in the Contract Documents. Acknowledge receipt of this addendum by entering the addendum number and issue date in the space provided in submitted copies of the proposal.

CLARIFICATIONS

1. The cave stability analysis bid item has been deleted and removed from the bid proposaland the measurement and payment technical specification. See below for the changes tothe contract documents.

QUESTIONS AND ANSWERS

1. Question: I am the Victaulic Infrastructure specialist here in central and south Texas I haveVictaulic option for the test cap/Bulkhead option on this job that would make the capreusable as we as easier to remove and install and would like to discuss its use on thisproject.

Answer: The Contractor may submit a substitution request for review and approval per theContract Documents.

REVISIONS TO CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS

CONTRACT DOCUMENTS TABLE OF CONTENTS

a) Under final item “SAWS SPECIFICATIONS FOR WATER & SANITARY SEWERCONSTRUCTION (Latest Edition)” add list of items, as follows:

Flexible Base

Valve Box Adjustments

Gate Valves

Butterfly Valves

A1 - 2

Anchorage/Thrust Blocking and Joint Restraint

Gate, Fencing and Property Marker Details

Air Release Assemblies

PRICE PROPOSAL

a) Delete the PRICE PROPOSAL in its entirety and replace with the attached version included as part of this Addendum. Bidder’s should us this version when submitting a bid for this project.

WAGE DECISIONS

a) Remove the Building Wage Decision in its entirety and replace with the revised version dated 8/3/18 included in this Addendum. All other wage decisions remain unchanged.

SUPPLEMENTAL CONDITIONS

a) GENERAL CONDITIONS

Article V. CONTRACT RESPONSIBILITIES

Remove Section 5.7.1.1.7.8 in its entirety and replace with the following:

Installation Floater - Physical Damage Insurance which insures SAWS and the City for damages to all Property Purchased for, or Assigned to, the Project commencing on the start date through completion. Policy limits shall be in an amount equal to the total contract cost contracted herewith. The policy form shall be an All Risk form and shall include coverage for both during transit and while stored at the work site.

SECTION 01010 – SUMMARY OF WORK

a) 1.05 CONTRACTOR’S USE OF PREMISES, Subparagraph A, delete the following in its entirety

A. CONTRACTOR shall have access to the Terminus Site as shown on the drawings. The Contractor may use the Terminus site for staging and storage in accordance with the defined areas shown on Drawing G-3008. The CONTRACTOR shall not impact the work by other Contractors and/or the OWNER at the Terminus site

and replace with

A. CONTRACTOR shall have access to the Terminus Site as shown on the drawings. The CONTRACTOR shall not impact the work by other Contractors and/or the OWNER at the Terminus site

b) 1.05 CONTRACTOR’S USE OF PREMISES, Subparagraph E, delete the following in its entirety

E. CONTRACTOR shall obtain and pay for the use of additional staging/storage areas beyond what is being provided by SAWS based on the Contractor’s needs to successful construct the project.

A1 - 3

And replace with

E. CONTRACTOR shall obtain and pay for the use staging/storage areas based on the Contractor’s needs to successful construct the project.

SECTION 01015 – USE OF PREMISES

a) 1.02 CONSTRUCTION AREA, Subparagraph B, delete the following in its entirety

B. CONTRACTOR may not store equipment or material within the street right-of-way or SAWS easements or property. The CONTRACTOR is responsible for obtaining any additional equipment and material staging area in excess of that provided by SAWS. The location must be acceptable to SAWs. All costs for obtaining a storage and staging area will be borne by the Contractor. The site security will be the responsibility of the Contractor.

And replace with

B. CONTRACTOR may not store equipment or material within the street right-of-way or SAWS easements or property, except for within the limits of the temporary construction easement between the Terminus Site and Silver Knoll (cul-de-sac). The CONTRACTOR may store equipment or material only within the limits of this temporary construction easement. The CONTRACTOR is responsible for obtaining any additional equipment and material staging area in excess of that provided by SAWS. The location must be acceptable to SAWs. All costs for obtaining a storage and staging area will be borne by the Contractor. The site security will be the responsibility of the Contractor.

SECTION 01025 – MEASUREMENT AND PAYMENT

a) Delete SECTION 01025 – MEASUREMENT AND PAYMENT in its entirety and replace with the attached version included as part of this Addendum.

SECTION 01400 – QUALITY CONTROL

a) Section 1.07 TESTING LABORARTORY SERVICES, subparagraph b, delete the following sentence:

Sampling and field testing shall be performed at the expense of the OWNER.

And replace with the following:

Sampling and field testing will be performed at the expense of the CONTRACTOR.

b) Section 1.08 CONTRACTOR RESPONSIBILITIES, subparagraph B, add the following:

4. All field testing

SECTION 01510 – VOID MITIGATION

a) Under PART 1 General 1.01 SUMMARY D. Related Sections: 1. Special Conditions, delete:

Geotechnical Data Report, Geotechnical Baseline Report

A1 - 4

with and replace with:

Geotechnical Data Report

b) Section 4.03 PAYMENT WHEN INCLUDED AS A CONTRACT PAY ITEM WILL BE MADE UNDER ONE OF THE FOLLOWING, delete the following row in its entirety:

Pay Item No. 01510-J Cave Stability Analysis LS

c) ATTACHMENT C: CAVE STABILITY ANALYSIS, 1.3 STRUCTURAL REQUIREMENTS, subparagraph C, delete the second to last sentence in its entirety:

The methodology must be approved by the City of Austin in order to approve the void mitigation submittal.

And replace with:

The methodology must be approved by SAWS and the City of San Antonio in order to approve the void mitigation submittal.

SECTION 02200 – EARTHWORK

a) Section 2.01 MATERIALS, subparagraph A, delete the fourth sentence in its entirety:

Select fill materials must be submitted to Geotechnical Engineer for testing and evaluation prior to use.

And replace with the following:

Select fill materials must be tested by an independent testing laboratory paid for by the Contractor for conformance with the specifications and the test results submitted to the ENGINEER for evaluation prior to use.

SECTION 03300 – CAST-IN-PLACE CONCRETE

a) Section 1.04 SUBMITTALS, subparagraph A, add the following to the end of the paragraph:

The CONTRACTOR shall bear all costs for the testing laboratory for testing of the mixes prior to placement, field work for obtaining samples and testing of concrete placed on the project.

SECTION 03600 – GROUT

a) Section 3.03 FIELD TESTS, subparagraph A, Item 10 delete this in its entirety:

10. OWNER will pay costs for the independent test laboratory work to prepare, transport, store, cure, and test the strength samples. The CONTRACTOR shall assist the independent test laboratory staff during this work, with cost included in the lump sum bid item.

And replace with:

10. CONTRACTOR will pay costs for the independent test laboratory work to prepare, transport, store, cure, and test the strength samples. The CONTRACTOR shall assist

A1 - 5

the independent test laboratory staff during this work, with cost included in appropriate bid item. No separate payment for this item will be made.

b) Section 3.03 FIELD TESTS, subparagraph B, this in its entirety:

B. Evaluation and Acceptance of Other Grout. The OWNER will test and evaluate other grout with samples furnished by the CONTRACTOR.

And replace with:

B. Evaluation and Acceptance of Other Grout. The CONTRATOR will test other grout and will submit a test report to the OWNER to evaluate other grout with conformance with the specifications.

SECTION 15055 – STEEL PIPE (AWWA C200 MODIFIED)

a) Page 15055-12 Paragraph 2.01. Replace 2.01 in its entirety with:

2.01 General

A. The following pipe materials will be authorized for use in this project in the sizes shown below and as indicated in the Plans:

1. Steel Pipe – Pipe diameters equal to 6” and greater

B. Potable water main pipe, fittings, couplings, and appurtenant items shall be new, free from defects or contamination, and wherever possible, shall be the standard product of the manufacturer. All buried potable water main pipe shall be connected together using mechanical or push-on joints, except as otherwise specified. All potable water main pipes shall be manufactured in the USA.

C. Repair of Defects. Patching inserts, overlays or pounding out of dents will not be permitted. Repair of notches or lamination on second ends shall not be permitted. Damaged ends shall be removed as a cylinder, and the end properly prepared. Distorted or flattened lengths shall be rejected. A buckled section shall be replaced as a cylinder.

D. Steel piping shall have a pressure classification of at least 150 psi unless otherwise shown in the Plans. The pipe weight and classification shall be clearly indicated on the bell of each pipe section. In addition, all potable water main pipes shall be designed to withstand the service conditions shown in Table 1 – Design Service Conditions.

A1 - 6

Table 1

Design Service Conditions

Service Parameter Design Condition

(a) Maximum depth of cover As shown in plans

(c) Maximum interior working

Pressure (Design Pressure)

All Steel Piping: 150 psi

(d) Field test pressure 225 psi

(e) Maximum vacuum pressure

-10 pounds per square inch

(f) Surge pressure Maximum Surge Pressure to be 150% of the operating pressure

(h) Fluid temperature 70 degrees (F) with ∆ t = 30 degrees F

(i) Soil unit weight 120 pounds per cubic foot

E. The pipe shall be of the inside diameter as shown on Drawings. Unless indicated otherwise, the inside diameter shall be considered the finished diameter after lining.

F. Pipe Wall Thickness. The pipe wall thickness shall be in accordance with ANSI/AWWA M11, except with a minimum wall thickness of 0.25”, with zero minus tolerances or unless otherwise noted on the drawings. Pipe wall thickness shall be constant for the entire length of pipe section. In restrained lengths, the steel cylinder area shall not be progressively reduced from the point of maximum thrust to the end of the restrained length. The cement mortar lining shall not be used in the pipe wall stiffness calculations.

For pipe diameters up to 12-inches, the Contractor may substitute steel pipe ASTM A53 “Welded and Seamless Steel Pipe” with a thickness known as Schedule 40 (standard weight).

G. Design (Working) Pressure. Unless otherwise indicated, the working (maximum steady state) and field hydrostatic test pressures shall be as indicated on the Drawings. The transient pressure (maximum total unsteady state) shall be 1.5 times the working pressure. Design in accordance with ANSI/AWWA C200 except that the design stress (using a safety factor of 2.0 to yield strength) shall not be greater than 21,000 psi at design working pressure nor shall the design stress (using a safety

A1 - 7

factor of 1.5 to yield strength) be greater than 75 percent of 42,000 psi or 31,500 psi for 42,000 psi steel pipe at design transient pressure. In restrained lengths, design hoop stresses shall not exceed 21,000 psi.

H. Modulus of Soil Reaction. Design calculations which require a modulus of soil reaction (E’) shall assume an E’ of 1500 psi for trench backfill.

I. Bedding Constant. The bedding constant, K shall be 0.10.

b) Page 15055-13, Paragraph 2.02.A., Delete the following:

Minimum wall thickness shall not be less than ¼” or the standard wall thickness for each pipe diameter, whichever is more stringent. Pipe sizes are to be nominal to the outside diameters conforming to AWWA C200.

And replace with,

The pipe wall thickness shall be in accordance with ANSI/AWWA M11, except with a minimum wall thickness of 0.25”, with zero minus tolerances or unless otherwise noted on the drawings.

c) Page 15055-13, Paragraph 2.02.A., ADD the following sentence “Alternatively, pipe diameters up to 12-inches in diameter, shall conform to the requirements of ASTM A53, Type E or S, or ASTM A106, Grade B.”

d) Page 15055-14, Paragraph 2.02. ADD the following paragraphs “N. Pipe Deflection. The requirements of Section 02200 EARTHWORK govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Conformance with pipe deflection requirements shall be as set forth below.

1. Average allowable pipe deflection is limited to 2% for polyurethane and tape coated steel pipe. In no case shall a single measurement in any direction exceed 1.5 times the average allowable deflection. These measurements include the allowable tolerance for lining thickness.

2. Deflection measurements shall be made by the CONTRACTOR in the presence of the OWNER’s representative. Method for taking measurements shall be agreed to by the OWNER and CONTRACTOR in writing prior to installing the first joint of pipe.

3. Average deflection shall be determined by averaging the pipe’s measured vertical deflection as indicated below. Locations where measurements are taken shall be clearly marked on the interior of the pipe.

a. For pipe joints 36 feet in length or less, measurements shall be taken at two locations, 1/4-distance from each pipe end.

b. For pipe joints longer than 36 feet, measurements shall be taken at three locations including 1/4-distance from each pipe end and at the pipe midpoint.

A1 - 8

4. If the average measured deflection at any joint or any single measurement fails to meet specifications, the entire joint shall be reworked in accordance with the manufacturer’s recommendations and as directed by the ENGINEER at no additional cost to the OWNER. This may include uncovering the pipe and re-compaction of the pipe bedding, and repair of coating.

5. Installed pipe joints will also be examined for flat spots and internal lining stress cracks by the OWNER’s representative. A flat spot is anything flat enough to cause lining damage. Lining damage shall be repaired in accordance with the manufacturer’s recommendations and as directed by the OWNER at no additional cost to the OWNER. Repair of flat spots may include uncovering the pipe and re-compaction of the pipe bedding, and repair of the coating.

6. Where pipe has been reworked to comply with the deflection requirements, CONTRACTOR shall re-measure for deflection no earlier than seven days after the repaired pipe is backfilled. OWNER’s representative will re-inspect for flat spots at this time.

7. No pipe installation shall be accepted until the entire installation is in compliance with the above deflection requirements.

8. All costs associated with measuring for pipe deflection and any repairs or rework associated with meeting these requirements shall be borne by the CONTRACTOR.”

e) Page 15055-16, Paragraph 2.02.K., ADD the following “7. Provide epoxy lining in accordance with AWWA C210 (Liquid Epoxy Coating Systems of the Interior and Exterior of Steel Water Pipelines). Interior epoxy lining shall be applied and inspected prior to installation of the pipe. Epoxy lining shall be Tnemec 140 Pota Pox. Lining system shall be NSF 61 approved. Total interior lining system shall be a minimum of 14 mils DFT.”

f) Page 15055-17, Paragraph 3.02.A., DELETE the following sentence “The single lap welded joint dimensions shall be in conformance with detail 2 of Drawing C3902.”

g) Page 15055-17, Paragraph 3.02.A., ADD the following after the sentence in thrust restrained areas the first joint at either side of the thrust point. “(e.g., Fitting greater than 5 degrees, tees, crosses, dead ends, valves, etc.).”

h) Page 15055-17, Paragraph 3.02.A., ADD the word “lap” after the text “shall be double”.

i) Section 2.02 WELDED STEEL PIPE AND FITTINGS, subparagraph D., Item 1., delete:

Field welded joints for 36 inch diameter pipe and larger shall be single lap-welded joints except in thrust restraint areas the first joint at either side of the thrust point shall be double-lap welded (welded from inside and outside.

A1 - 9

And replace with:

Field welded joints for 36 inch diameter pipe and larger shall be single lap-welded joints. In open cut thrust restrained areas the first joint at either side of the thrust point (eg. fitting greater than 5 degrees, tees, crosses, dead ends, valves, etc) shall be double lap welded from inside and outside.

j) Page 15055-16, Paragraph 2.02., add Item N:

N. Temperature Control Joint Design. Where restrained joints are used, a special longer bell or butt strap joint (temperature control joint) shall be provided at a maximum spacing of 250 feet to account for movement of the installed pipe due to temperature changes. The PIPE MANUFACTURER shall determine joint depth requirement based on anticipated temperature change. The joint shall have a rust inhibitive primer. The pipe shall be homed to mid-way of the joint to allow either expansion or contraction to occur. The PIPE MANUFACTURER shall determine the length required for the longer bell or butt strap as defined by the CONTRACTOR’S pipe laying procedures and the location of the special joint.

Section 16640, IMPRESSED CURRENT CATHODIC PROTECTION

a) Section 2.04 CATHODIC PROTECTION RECTIFIERS, subparagraph A, delete the following sentence:

Power unit shall be air cooled, standard (non-automatic) rectifier suitable for operation on 115/230 volt, 60 Hz. single phase alternating current input. Direct current output shall be as shown on the Plans. Efficiency shall be not less than 70 percent at full load. Rectifiers shall be Super Custom model as manufactured by Universal Rectifiers, Good-All Electric or approved equal, conforming to NEMA MR-20-1958 and listed and labeled by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). Rectifiers shall be installed in pad mounted aesthetic enclosures.

And replace with:

Power unit shall be air cooled, standard (non-automatic) rectifier suitable for operation on 115/230 volt, 60 Hz. single phase alternating current input. Direct current output shall be as shown on the Plans. Efficiency shall be not less than 70 percent at full load. Rectifiers shall be standard air-cooled model as manufactured by Universal Rectifiers, Integrated Rectifier Technologies or approved equal, conforming to NEMA MR-20-1958 and listed and labeled by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). Rectifiers shall be installed in pad mounted aesthetic enclosures.

b) Section 2.05 RECTIFIER ENCLOSURES, subparagraph B, delete the following sentence:

“Enclosure to be floor mounted as shown on the drawings, rated NEMA 4X, 36” wide x 48” high x 24” deep, 12 gauge, type 304 stainless steel with lifting eyes.”

A1 - 10

And replace with:

“Enclosure to be floor mounted as shown on the drawings, rated NEMA 3R, 36” wide x 48” high x 24” deep, 12 gauge, type 304 stainless steel with lifting eyes.”

REVISIONS TO DRAWINGS

SHEET G-3001 – DRAWING INDEX, LEGEND & ABBREVIATIONS

a) In the ‘SHEET LIST TABLE’, delete the following entry:

G-3008 9 CONTRACTOR LAYDOWN AREAS

And replace with the following:

G-3008 9 TERMINUS SITE ACCESS PLAN

SHEET G-3002 – GENERAL NOTES (SHEET 1 OF 2)

a) Add note 16A to ‘SAWS GENERAL WATER NOTES’ which reads “All valves shall open to the right.”

SHEET G-3003 – GENERAL NOTES (SHEET 2 OF 2)

a) Delete ‘SUPPLEMENTARY’ Note 55 which reads:

No more than 200 linear feet of trench excavation in advance of the utility will be allowed at a time.

And replace with the following:

See Specifications Section 02200 for the maximum allowed length of open trench excavation in advance of the utility.

SHEET G-3008 – CONTRACTOR LAYDOWN AREAS

a) Delete Sheet G-3008 in its entirety and replace with the revised version included in this Addendum titled “TERMINUS SITE ACCESS PLAN”

SHEET C-3210 – 36” PIPELINE PLAN & PROFILE STA 733+00 TO 734+50

a) Revise ‘ESTIMATED QUANTITIES’ Table by adding line item 49 shown below:

49 01025 Item 49

FURNISH AND INSTALL CONNECTION TO 36” PIPELINE AT TERMINUS SITE (STA 734+50), IN ACCORDANCE WITH THE CONTRACT DOCUMENTS, COMPLETE IN PLACE

LS 1

A1 - 11

SHEET C-3902 – STEEL PIPE DETAILS

a) Delete Note 2 in its entirety from Detail 2 (Single Lap Weld Detail) and replace with “NotUsed.”

b) Delete Note 3 in Detail 2 (Single Lap Weld Detail) which reads:

In open cut thrust areas, the first joint at either side of the fitting shall be double lap weldedper dtl 6 on this sheet.

And replace with the following:

In open cut thrust restrained areas the first joint at either side of the thrust point (eg. fittinggreater than 5 degrees, tees, crosses, dead ends, valves, etc) shall be double lap welded frominside and outside per dtl 6 on this sheet.

c) Delete the call-out in Detail 5 (Steel Flanged Outlets) which reads:

Steel Reinforcing per Table

And replace with the following:

Steel Reinforcing per Specification

d) Additional Note 4 in Detail 5 (Steel Flanged Outlets) to read as:

Reinforcement type and dimensions shall be designed by the pipe manufacturer perSpecification Section 15056.

e) Delete the table shown in Detail 5 (Steel Flanged Outlets) in its entirety.

f) Delete Note 3 in Detail 6 (Double Lap Weld Detail) which reads:

In open cut thrust areas, the first joint at either side of the fitting shall be double lap welded.

And replace with the following:

In open cut thrust restrained areas the first joint at either side of the thrust point (eg. fittinggreater than 5 degrees, tees, crosses, dead ends, valves, etc) shall be double lap welded frominside and outside.

SHEET C-3903 – MISCELLANEOUS DETAILS

a) Revise the anchor block wall height dimension in Detail 4 (Anchor Block) from 6’-0” to

7’-0”.

SHEET S-3201 – GENERAL STRUCTURAL NOTES

a) Revise General Note 8 to read “Soil properties used for design values are based on preliminarysoil investigations performed during design. Contractor to verify actual conditions and notifyengineer of any discrepancies.”

b) Revise note “Soil Design Parameters” to read “The Allowable Soil Bearing of 3,000 psf usedas a basis of design is from a preliminary soil investigation. Contractor to verify actualconditions and notify engineer of any discrepancies.”

A1 - 12

c) Revise the first note beneath the Geotechnical Design Parameters table which reads “Thesegeotechnical design parameters were provided by Arias GeoProfessional on June 6, 2018.”

To read, “These geotechnical design parameters are based on preliminary soil investigationsperformed during design. Contractor to verify actual conditions and notify engineer of anydiscrepancies.”

d) Delete the second note beneath the Geotechnical Design Parameters table which reads “Pleasenote that the vaults will be backfilled with a granular material which will have an at-restpressure.”

e) In reinforcing note number five, replace the reference to “C.B.C.” with “I.B.C.”.

The remainder of the bid documents remain unchanged.

This addendum is comprised of a total of 45 pages (including attachments).

Mark W. Bush, P.E.

Tetra Tech, Inc.

END OF ADDENDUM No. 1

8/14/2018

General Decision Number: TX180280 08/03/2018 TX280

Superseded General Decision Number: TX20170280

State: Texas

Construction Type: Building

County: Bexar County in Texas.

BUILDING CONSTRUCTION PROJECTS (does not include single family

homes or apartments up to and including 4 stories).

Note: Under Executive Order (EO) 13658, an hourly minimum wage

of $10.35 for calendar year 2018 applies to all contracts

subject to the Davis-Bacon Act for which the contract is

awarded (and any solicitation was issued) on or after January

1, 2015. If this contract is covered by the EO, the contractor

must pay all workers in any classification listed on this wage

determination at least $10.35 per hour (or the applicable wage

rate listed on this wage determination, if it is higher) for

all hours spent performing on the contract in calendar year

2018. The EO minimum wage rate will be adjusted annually.

Please note that this EO applies to the above-mentioned types

of contracts entered into by the federal government that are

subject to the Davis-Bacon Act itself, but it does not apply to

contracts subject only to the Davis-Bacon Related Acts,

including those set forth at 29 CFR 5.1(a)(2)-(60). Additional

information on contractor requirements and worker protections

under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/05/2018

1 01/12/2018

2 03/23/2018

3 04/20/2018

4 07/06/2018

5 08/03/2018

ASBE0087-014 01/01/2018

Rates Fringes

ASBESTOS WORKER/HEAT & FROST

INSULATOR (Duct, Pipe and

Mechanical System Insulation)....$ 22.72 10.02

----------------------------------------------------------------

BOIL0074-003 01/01/2017

Rates Fringes

BOILERMAKER......................$ 28.00 22.35

----------------------------------------------------------------

ELEC0060-003 06/01/2016

Rates Fringes

ELECTRICIAN (Communication

Technician Only).................$ 21.57 9%+4.65

----------------------------------------------------------------

ELEC0060-004 06/01/2018

Rates Fringes

ELECTRICIAN (Excludes Low

Voltage Wiring)..................$ 28.30 13%+5.05

----------------------------------------------------------------

ELEV0081-001 01/01/2018

Rates Fringes

ELEVATOR MECHANIC................$ 39.32 32.645+a+b

FOOTNOTES:

A. 6% under 5 years based on regular hourly rate for all

hours worked. 8% over 5 years based on regular hourly rate

for all hours worked.

B. Holidays: New Year's Day; Memorial Day; Independence Day;

Labor Day; Thanksgiving Day; Friday after Thanksgiving Day;

Christmas Day; and Veterans Day.

----------------------------------------------------------------

ENGI0450-002 04/01/2014

Rates Fringes

POWER EQUIPMENT OPERATOR

Cranes......................$ 34.85 9.85

----------------------------------------------------------------

IRON0066-013 06/01/2017

Rates Fringes

IRONWORKER, STRUCTURAL...........$ 21.55 6.73

----------------------------------------------------------------

IRON0084-011 06/01/2017

Rates Fringes

IRONWORKER, ORNAMENTAL...........$ 23.27 7.12

----------------------------------------------------------------

PLUM0142-009 07/01/2017

Rates Fringes

HVAC MECHANIC (HVAC

Electrical Temperature

Control Installation Only).......$ 30.25 11.80

HVAC MECHANIC (HVAC Unit

Installation Only)...............$ 30.25 11.80

PIPEFITTER (Including HVAC

Pipe Installation)...............$ 30.25 11.80

PLUMBER (Excludes HVAC Pipe

Installation)....................$ 30.25 11.80

----------------------------------------------------------------

SFTX0669-002 04/01/2017

Rates Fringes

SPRINKLER FITTER (Fire

Sprinklers)......................$ 29.03 15.84

----------------------------------------------------------------

* SHEE0067-004 04/01/2018

Rates Fringes

Sheet metal worker

Excludes HVAC Duct

Installation................$ 26.35 15.29

HVAC Duct Installation Only.$ 26.10 15.25

----------------------------------------------------------------

SUTX2014-006 07/21/2014

Rates Fringes

BRICKLAYER.......................$ 22.15 0.00

CARPENTER (Acoustical Ceiling

Installation Only)...............$ 17.83 0.00

CARPENTER (Form Work Only).......$ 13.63 0.00

CARPENTER, Excludes

Acoustical Ceiling

Installation, Drywall

Hanging, Form Work, and Metal

Stud Installation................$ 16.86 4.17

CAULKER..........................$ 15.00 0.00

CEMENT MASON/CONCRETE FINISHER...$ 22.27 5.30

DRYWALL FINISHER/TAPER...........$ 13.81 0.00

DRYWALL HANGER AND METAL STUD

INSTALLER........................$ 15.18 0.00

ELECTRICIAN (Low Voltage

Wiring Only).....................$ 20.39 3.04

IRONWORKER, REINFORCING..........$ 12.27 0.00

LABORER: Common or General......$ 10.75 0.00

LABORER: Mason Tender - Brick...$ 11.88 0.00

LABORER: Mason Tender -

Cement/Concrete..................$ 12.00 0.00

LABORER: Pipelayer..............$ 11.00 0.00

LABORER: Roof Tearoff...........$ 11.28 0.00

LABORER: Landscape and

Irrigation.......................$ 8.00 0.00

OPERATOR:

Backhoe/Excavator/Trackhoe.......$ 15.98 0.00

OPERATOR: Bobcat/Skid

Steer/Skid Loader................$ 14.00 0.00

OPERATOR: Bulldozer.............$ 14.00 0.00

OPERATOR: Drill.................$ 14.50 0.00

OPERATOR: Forklift..............$ 12.50 0.00

OPERATOR: Grader/Blade..........$ 23.00 5.07

OPERATOR: Loader................$ 12.79 0.00

OPERATOR: Mechanic..............$ 18.75 5.12

OPERATOR: Paver (Asphalt,

Aggregate, and Concrete).........$ 16.03 0.00

OPERATOR: Roller................$ 12.00 0.00

PAINTER (Brush, Roller and

Spray), Excludes Drywall

Finishing/Taping.................$ 13.07 0.00

ROOFER...........................$ 12.00 0.00

TILE FINISHER....................$ 11.32 0.00

TILE SETTER......................$ 14.94 0.00

TRUCK DRIVER: Dump Truck........$ 12.39 1.18

TRUCK DRIVER: Flatbed Truck.....$ 19.65 8.57

TRUCK DRIVER: Semi-Trailer

Truck............................$ 12.50 0.00

TRUCK DRIVER: Water Truck.......$ 12.00 4.11

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performing

operation to which welding is incidental.

================================================================

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave

for Federal Contractors applies to all contracts subject to the

Davis-Bacon Act for which the contract is awarded (and any

solicitation was issued) on or after January 1, 2017. If this

contract is covered by the EO, the contractor must provide

employees with 1 hour of paid sick leave for every 30 hours

they work, up to 56 hours of paid sick leave each year.

Employees must be permitted to use paid sick leave for their

own illness, injury or other health-related needs, including

preventive care; to assist a family member (or person who is

like family to the employee) who is ill, injured, or has other

health-related needs, including preventive care; or for reasons

resulting from, or to assist a family member (or person who is

like family to the employee) who is a victim of, domestic

violence, sexual assault, or stalking. Additional information

on contractor requirements and worker protections under the EO

is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within

the scope of the classifications listed may be added after

award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classification

and wage rates that have been found to be prevailing for the

cited type(s) of construction in the area covered by the wage

determination. The classifications are listed in alphabetical

order of "identifiers" that indicate whether the particular

rate is a union rate (current union negotiated rate for local),

a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed

in dotted lines beginning with characters other than "SU" or

"UAVG" denotes that the union classification and rate were

prevailing for that classification in the survey. Example:

PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of

the union which prevailed in the survey for this

classification, which in this example would be Plumbers. 0198

indicates the local union number or district council number

where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing

the wage determination. 07/01/2014 is the effective date of the

most current negotiated rate, which in this example is July 1,

2014.

Union prevailing wage rates are updated to reflect all rate

changes in the collective bargaining agreement (CBA) governing

this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that

no one rate prevailed for this classification in the survey and

the published rate is derived by computing a weighted average

rate based on all the rates reported in the survey for that

classification. As this weighted average rate includes all

rates reported in the survey, it may include both union and

non-union rates. Example: SULA2012-007 5/13/2014. SU indicates

the rates are survey rates based on a weighted average

calculation of rates and are not majority rates. LA indicates

the State of Louisiana. 2012 is the year of survey on which

these classifications and rates are based. The next number, 007

in the example, is an internal number used in producing the

wage determination. 5/13/2014 indicates the survey completion

date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a

new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate

that no single majority rate prevailed for those

classifications; however, 100% of the data reported for the

classifications was union data. EXAMPLE: UAVG-OH-0010

08/29/2014. UAVG indicates that the rate is a weighted union

average rate. OH indicates the state. The next number, 0010 in

the example, is an internal number used in producing the wage

determination. 08/29/2014 indicates the survey completion date

for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of

each year, to reflect a weighted average of the current

negotiated/CBA rate of the union locals from which the rate is

based.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can

be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests

for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted

because those Regional Offices have responsibility for the

Davis-Bacon survey program. If the response from this initial

contact is not satisfactory, then the process described in 2.)

and 3.) should be followed.

With regard to any other matter not yet ripe for the formal

process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an

interested party (those affected by the action) can request

review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the

interested party's position and by any information (wage

payment data, project description, area practice material,

etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an

interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Central Water Integration Pipeline Segment 5-2 Project SAWS Job No. 18-8615

SAWS Solicitation No. CO-00180

BP-1

BID PROPOSAL

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

TO THE SAN ANTONIO WATER SYSTEM:

Pursuant to Instructions and Invitations to Bidders, the undersigned proposes to furnish all labor and materials as specified and perform the work required for the project as specified, in accordance with the Plans and Specifications for the following prices to wit: PRICES FOR:

ITEM

NO. SPEC

NO. ITEM DESCRIPTION

(PRICE TO BE WRITTEN IN WORDS)

UNIT QTY UNIT PRICE

(IN FIGURES) TOTAL

(IN FIGURES)

1. 1025,

Item No.

1

Furnish and Install 36” welded steel

pipe by open trench in paved areas

(Sta 700+00 to Sta 718+00), in

accordance with the Contract

Documents, complete in place

LF 1,800 $_________ $_________

2.

COSA

202.1 Furnish and Install Prime Coat GAL 861 $_________ $_________

3. COSA

203.1 Furnish and Install Tack Coat GAL 1,819 $_________ $_________

4. COSA

205.2

Furnish and Install Hot Mix Asphaltic

Pavement Type B 10” thick SY 2,349 $_________ $_________

5. COSA

205.4

Furnish and Install Hot Mix Asphaltic

Pavement Type D – 2” thick SY 5,885 $_________ $_________

6. COSA

206.1

Furnish and Install Asphaltic Treated

Base – 6” thick SY 2,349 $_________ $_________

7.

1025,

Item No.

7

Furnish and Install 36” welded steel

pipe by open trench in unpaved areas

(Sta 718+00 to Sta 734+50), in

accordance with the Contract

Documents, complete in place

LF 1,650 $_________ $_________

8. COSA

208.1

Furnish and Install salvaging, hauling,

& stockpiling reclaimed asphaltic

pavement (Milling) – 2” thick

SY 3,536 $_________ $_________

9.

COSA

103.1

500.1

Remove and Reconstruct Concrete

Curb per COSA requirements LF 30 $_________ $_________

10.

COSA

103.3

502.4

Remove and Reconstruct Concrete

Sidewalk (pebble top) per COSA

requirements

SY 5 $_________ $_________

Central Water Integration Pipeline Segment 5-2 Project SAWS Job No. 18-8615

SAWS Solicitation No. CO-00180

BP-2

ITEM

NO. SPEC

NO. ITEM DESCRIPTION

(PRICE TO BE WRITTEN IN WORDS)

UNIT QTY UNIT PRICE

(IN FIGURES) TOTAL

(IN FIGURES)

11.

COSA

103.3

503.1

Remove and Reconstruct Portland

Concrete Driveway (pebble top) –

residential type per COSA

requirements

SY 188 $_________ $_________

12.

COSA

103.3

502.4

Remove and Reconstruct Portland

Concrete Sidewalk with Wheel Chair

Type I ramp (pebble top) type per

COSA requirements

SY 5 $_________ $_________

13.

COSA

800

Remove and Reconstruct Speed

Hump per COSA requirements SY 49 $_________ $_________

14. COSA

515.1

Furnish and Apply Topsoil (6-inch

depth) CY 367 $_________ $_________

15. 02931 Furnish and Apply Hydroseed SY 2,200 $_________ $_________

16. 1025

Item 16

Furnish and Install 4” combination air

valve, vault and assembly (Sta

713+75), in accordance with the

Contract Documents, complete in

place.

LS 1 $_________ $_________

17. 1025

Item 17

Furnish and install Drain valve

assembly (Sta 703+92 and Sta

733+85), in accordance with the

Contract Documents, complete in

place.

EA 2 $_________ $_________

18. 1025

Item 18

Furnish and Install Access Manway

assembly and vault (Sta 700+17), in

accordance with the Contract

Documents, complete in place.

LS 1 $_________ $_________

19. 1025

Item 19

Furnish and Install connection to 30”

pipeline at Knights Cross Drive (Sta

700+00), in accordance with the

Contract Documents, complete in

place.

LS 1 $_________ $_________

20. 1025

Item 20

Furnish and Install 30” Butterfly

Valves (FLG X FLG) for connection

at Knights Cross Drive (Sta 700+00)

in accordance with the Contract

Documents, complete in place.

EA 3 $_________ $_________

21. 1025

Item 21

Furnish and Install 30” DIP Coupling

Sleeve for connection at Knights

Cross Drive (Sta 700+00) in

accordance with the Contract

Documents, complete in place.

EA 2 $_________ $_________

Central Water Integration Pipeline Segment 5-2 Project SAWS Job No. 18-8615

SAWS Solicitation No. CO-00180

BP-3

ITEM

NO. SPEC

NO. ITEM DESCRIPTION

(PRICE TO BE WRITTEN IN WORDS)

UNIT QTY UNIT PRICE

(IN FIGURES) TOTAL

(IN FIGURES)

22. 1025

Item 22

Furnish and Install 30” DI Tee (FLG

X FLG) at Knights Cross Drive (Sta

700+00) in accordance with the

Contract Documents, complete in

place.

EA 1 $_________ $_________

23. 1025

Item 23

Furnish and Install 30” X 36” STL

Eccentric reducer (FLG X WLD) at

Knights Cross Drive (Sta 700+00) in

accordance with the Contract

Documents, complete in place.

EA 1 $_________ $_________

24. 1025

Item 24

Furnish and Install 30” DIP Spool

(FLG X PE) at Knights Cross Drive

in accordance with the Contract

Documents, complete in place.

LF 10 $_________ $_________

25. 15085 Perform Hydrostatic Pressure Test LS 1 $_________ $_________

26. 1025

Item 26

Furnish and Install temporary blow-

off at Terminus site (Sta 734+40), in

accordance with the Contract

Documents, complete in place.

LS 1 $_________ $_________

27. 16640

Furnish and Install cathodic

protection system in accordance with

the Contract Documents, complete in

place.

LS 1 $_________ $_________

28. COSA

535.1

Furnish and Install all Pavement

Markings, in accordance with the

Contract Documents, complete in

place.

LS 1 $_________ $_________

29. COSA

537.1

Furnish and Install all Pavement

Markers, in accordance with the

Contract Documents, complete in

place.

LS 1 $_________ $_________

30. 1025

Item 30

Remove and reconstruct sewer

laterals, in accordance with the

Contract Documents, complete in

place.

EA 7 $_________ $_________

31. 1025

Item 31

Remove and reconstruct 4’ tall cattle

fence with metal posts in-kind in

accordance with the Contract

Documents, complete in place

LF 835 $_________ $_________

32. COSA

540

Furnish and Install Storm Water

Pollution Prevention Plan - Erosion &

Sedimentation Controls in accordance

with the Contract Documents,

complete in place.

LS 1 $_________ $_________

Central Water Integration Pipeline Segment 5-2 Project SAWS Job No. 18-8615

SAWS Solicitation No. CO-00180

BP-4

ITEM

NO. SPEC

NO. ITEM DESCRIPTION

(PRICE TO BE WRITTEN IN WORDS)

UNIT QTY UNIT PRICE

(IN FIGURES) TOTAL

(IN FIGURES)

33. COSA

530.1

Furnish and Install Barricades, Signs

and Traffic Handling - in accordance

with the Contract Documents,

complete in place.

LS 1 $_________ $_________

34. SAWS

550.1

Provide trench excavation safety

protection LF 3,631 $_________ $_________

35. SAWS

101

Prepare right-of-way, in accordance

with the Contract Documents,

complete in place.

LS 1 $_________ $_________

36. 1510-A

Furnish and Install Temporary Void

Protection (4-ft by 8-ft Plywood

Sheet)

EA 40 $_________ $_________

37. 1510-B Furnish and Install Controlled Low

Strength Material. CY 1000 $_________ $_________

38. 1510-C Furnish and Install Pea Gravel-Filled

Polypropylene Bags (1-cu.ft) EA 400 $_________ $_________

39. 1510-D Furnish and Install 3 To 5 Inch Rock CY 500 $_________ $_________

40. 1510-E Furnish and Install Filter Fabric for

Void Mitigation SY 500 $_________ $_________

41. 1510-F Furnish and Install Permanent Turf

Reinforcement Mat (PTRM) SY 500 $_________ $_________

42. 1510-G Furnish and Install Low Slump

Concrete CF 150 $_________ $_________

43. 1510-H

Furnish and Install Special Trench

Safety Associated with Observation

of Voids

LF 20 $_________ $_________

44. 1510-I(a) Downtime Associated with

Observation of Voids in Trenches Day 10 $_________ $_________

45. SP100A

Intermediate

Demobilization/Remobilization

(Open-cut Construction)

EA 1 $_________ $_________

46. 1025

Item 46

Furnish and Install Electrical Work in

accordance with the Contract

Documents, complete in place

LS 1 $_________ $_________

47. 15080

Disinfect Water System, in

accordance with the Contract

Documents, complete in place.

LS 1 $_________ $_________

48. 1025

Item 48

Connection to 36” pipeline at

Terminus Site (Sta 734+50), in

accordance with the Contract

Documents, complete in place.

LS 1 $_________ $_________

Central Water Integration Pipeline Segment 5-2 Project SAWS Job No. 18-8615

SAWS Solicitation No. CO-00180

BP-5

ITEM

NO. SPEC

NO. ITEM DESCRIPTION

(PRICE TO BE WRITTEN IN WORDS)

UNIT QTY UNIT PRICE

(IN FIGURES) TOTAL

(IN FIGURES)

SUBTOTAL BASE BID AMOUNT

(Items 1 - 48)

$_________

49. 100.1

SP100A

Mobilization and Demobilization –

This item shall include project move-

in and move-out of personnel and

equipment, for all work including

furnishing all labor, materials, tools,

equipment and incidentals required to

mobilize, demobilize, bond and

insure the Work for the project in

accordance with the Contract

Documents, complete in place.

Maximum of 5% of Line Item ‘A.

SUBTOTAL BASE BID AMOUNT

(Items 1 – 48)’

LS 1 $_________ $_________

TOTAL BID AMOUNT $_________

Mobilization and Demobilization lump sum bid shall be limited to a maximum 5% of the Line Item ‘A.

SUBTOTAL BASE BID AMOUNT (Items 1 - 48)’. Line Item ‘A. SUBTOTAL BASE BID AMOUNT

(Items 1 - 48)’ is defined as all bid items EXCLUDING Item 49 – Mobilization and Demobilization. If

the Lump Sum price for Item 49 exceeds the allowable maximum stated for Mobilization and

Demobilization, SAWS reserves the right to cap the amount at 5% and adjust the extension of the

bid item accordingly. ______________________________ BIDDER’S SIGNATURE & TITLE FIRM’S NAME (TYPE OR PRINT) FIRM’S ADDRESS FIRM’S PHONE NO./FAX NO. FIRM’S EMAIL ADDRESS

Central Water Integration Pipeline Segment 5-2 Project SAWS Job No. 18-8615

SAWS Solicitation No. CO-00180

BP-6

The Contractor herein acknowledges receipt of the following:

Addendum Nos._________________________________ OWNER RESERVES THE RIGHT TO ACCEPT THE OVERALL MOST RESPONSIBLE BID. The Bidder offers to construct the Project in accordance with the Contract Documents for the contract price, to complete all work on the Project within 260 calendar days after the start date, as set forth in the Authorization to Proceed. The Bidder understands and accepts the provisions of the Contract Documents relating to liquidated damages of the Project if not completed on time. Complete the additional requirements of the Bid Proposal which are included on the following pages.

END OF SECTION

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 1

SECTION 01025

MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.01 DESCRIPTION

A. This section defines the method that will be used to determine the quantities of Work

performed or materials supplied and establish the basis upon which payment will be made.

1.02 ADMINISTRATIVE SUBMITTALS

A. Schedule of Values: Submit schedule on CONTRACTOR's standard form. Refer to

Paragraph 1.05 of this Section and Section 01300 – Submittals for additional requirements.

B. Schedule of Estimated Progress Payments (refer to Paragraph 1.06 of this Section for

additional requirements):

1. Submit with initially acceptable Schedule of Values.

2. Submit adjustments thereto with Application for Payment.

C. Application for Payment.

D. Final Application for Payment.

1.03 RELATED WORK

A. Section 01300 – Submittals.

1.04 PRICE

A. Required items of Work and incidentals necessary for the satisfactory completion of the

Project shall be considered incidental to the specified Work required under this contract

and shall be considered as included in the unit prices for the various proposal items.

CONTRACTOR shall prepare his Bid accordingly to allow for such items:

1. Not specifically listed in the Bid Proposal.

2. Not specified in this section to be measured or to be included in one of the items

listed in the Bid Proposal.

3. To include CONTRACTOR’s overhead and profit.

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 2

B. Work includes the furnishing of all labor, materials, equipment, tools, and related items for

performing all operations required to complete the Project satisfactorily in place, as

specified by the Contract Documents.

1.05 SCHEDULE OF ESTIMATED PROGRESS PAYMENTS

A. Show estimated payment requests throughout Contract Times aggregating the initial

Contract Price.

B. Base estimated progress payments on initially acceptable progress schedule. Adjust to

reflect subsequent adjustments in progress schedule and Contract Price as reflected by

modifications to the Contract Documents.

1.06 APPLICATION FOR PAYMENT

A. Reference Article VII Contract Payments of the Contract General Conditions.

B. Preparation:

1. Round values to nearest dollar.

2. List each Change Order and Written Amendment executed prior to date of

submission as separate line item. Totals to equal those shown on the Transmittal

Summary Form for each schedule as applicable.

3. Submit Application for Payment, including a Transmittal Summary Form and

detailed Application for Payment Form(s) for each schedule as applicable, a listing

of materials on hand for each schedule as applicable and such supporting data as

may be requested by OWNER.

C. Include accepted Schedule of Values for each schedule or portion of Work, the unit price

breakdown for Work to be paid on unit price basis, a listing of OWNER-selected equipment

if applicable, and allowances, as appropriate

1.07 MEASUREMENT – GENERAL

A. Weighing, measuring, and metering devices used to measure quantity of materials for

Work shall be suitable for purpose intended and conform to tolerances and specifications

as specified in National Institute of Standards and Technology, Handbook 44.

B. Whenever pay quantities of material are determined by weight, the material shall be

weighed on scales furnished by CONTRACTOR and certified accurate by the state agency

responsible. A weight or load slip shall be obtained from the weigh facility and delivered

to the OWNER's representative at the point of delivery of the material.

C. Vehicles used to haul material being paid for by weight shall be weighed empty daily and

at such additional times as required by OWNER. Each vehicle shall bear a plainly legible

identification mark.

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 3

D. All materials that are specified for measurement by the cubic yard measured in the vehicle

shall be hauled in vehicles of such type and size that the actual contents may be readily and

accurately determined. Unless all vehicles are of uniform capacity, each vehicle must bear

a plainly legible identification mark indicating its water level capacity. All vehicles shall

be loaded to at least their water level capacity. Loads hauled in vehicles not meeting the

above requirements or loads of a quantity less than the capacity of the vehicle, measured

after being leveled off as above provided, will be subject to rejection, and no compensation

will be allowed for such material.

E. Where measurement of quantities depends on elevation of existing ground, elevations

obtained during construction will be compared with those shown on Drawings. Variations

of l foot or less will be ignored, and profiles shown on Drawings will be used for

determining quantities. Quantities will be based on ground profiles shown.

F. Units of measure shown on the Schedule of Values shall be as follows unless specified

otherwise.

Item Method of Measurement

AC Acre-Field Measure by OWNER

CY Cubic Yard-Field Measure by OWNER within the limits specified or shown

CY-VM Cubic Yard-Measured in the Vehicle by Volume

EA Each-Field Count by OWNER

GAL Gallon-Field Measure by OWNER

HR Hour

LB Pound(s)-Weight Measure by Scale

LF Linear Foot-Field Measure by OWNER

LS Lump Sum-Unit is one; no measurement will be made

MFBM Thousand Foot Board Measure-Delivery Invoice

SF Square Foot

SY Square Yard

TON Ton-Weight Measure by Scale (2,000 pounds)

1.08 PAYMENT

A. Reference Article VII Contract Payments of the General Conditions.

B. General:

1. The date for CONTRACTOR's submission of monthly Application for Payment

shall be established at the Pre-construction Conference.

C. Payment for all Work shown or specified in the Contract Documents is included in the

Contract Price. No measurement or payment will be made for individual items.

1.09 NONPAYMENT FOR REJECTED OR UNUSED PRODUCTS

A. Payment will not be made for the following:

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 4

1. Loading, hauling, and disposing of rejected material.

2. Quantities of material wasted or disposed of in manner not called for under the

Contract Documents.

3. Rejected loads of material, including material rejected after it has been placed by

reason of failure of CONTRACTOR to conform to provisions of the Contract

Documents.

4. Material not unloaded from transporting vehicle.

5. Defective Work not accepted by OWNER.

6. Material remaining on hand after completion of Work.

1.10 PARTIAL PAYMENT FOR STORED MATERIALS AND EQUIPMENT

A. Partial payment for stored materials and equipment shall be in accordance with Article VII,

Section 7.2 of the General Conditions of these Contract Documents and any revisions to

said General Conditions as documented in the Supplementary Conditions.

1.11 BID PROPOSAL ITEMS

A. Bidder will complete the Work for the following listed Work items for the prices listed on

the Bid Proposal:

Item No. 1: Furnish and Install 36” welded steel pipe by open trench in paved areas (Sta

700+00 to Sta 718+00), in accordance with the Contract Documents, complete in

place

1. Measurement – Measurement of Item No. 1 will be by lineal foot of pipe installed.

2. Payment for steel pipe installed will be made at the unit price cost per lineal foot

of pipe furnished and installed by the open cut method. Payment shall constitute

full compensation to the CONTRACTOR for furnishing all labor, equipment,

tools, and materials. Such payment shall include, but not be limited to: factory

QA/QC, factory witness tests, fabrication and delivery of welded steel pipe,

fittings, removal of existing asphalt concrete pavement, excavation, select pipe

bedding material, backfill, compaction, welded joints, weld testing, pipe lining and

coating repair, hauling and disposition of surplus excavated material as specified

and as indicated on the Contract Drawings and Specifications.

Item No. 2: Furnish and Install Prime Coat

1. Description - Furnish and Install Prime Coat in paved areas, in accordance with

the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 2 will be by gallons.

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 5

3. Payment of the full price shall be paid for the work performed and in accordance

with the Schedule of Values. Payment shall constitute full compensation to the

CONTRACTOR for furnishing all: labor, equipment, tools, and materials; and

for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 3: Furnsh and Install Tack Coat

1. Description - Furnish and Install tack coat in paved areas, in accordance with the

Contract Documents, complete in place.

1. Measurement – Measurement of Item No. 3 will be by gallons.

2. Payment of the full price shall be paid for the work performed and in accordance

with the Schedule of Values. Payment shall constitute full compensation to the

CONTRACTOR for furnishing all: labor, equipment, tools, and materials; and

for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 4: Furnish and Install Hot Mix Asphaltic Pavement Type B - 10” thick

1. Description - Hot Mix Asphaltic Pavement Type B -10” thick, in accordance

with the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 4 will be by square yards.

3. Payment of the full price shall be paid for the work performed and in accordance

with the Schedule of Values. Payment shall constitute full compensation to the

CONTRACTOR for furnishing all: labor, equipment, tools, and materials; and

for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 5: Furnish and Install Hot Mix Asphaltic Pavement Type D – 2” thick

1. Description - Furnish and Install Hot Mix Asphaltic Pavement Type D – 2”

thick, in accordance with the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 5 will be by square yards.

3. Payment of the full price shall be paid for the work performed and in accordance

with the Schedule of Values. Payment shall constitute full compensation to the

CONTRACTOR for furnishing all: labor, equipment, tools, and materials; and

for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 6

Item No. 6: Furnish and Install Asphaltic Treated Base – 6” thick

1. Description – Furnish and Install Asphaltic Treated Base – 6” thick, in

accordance with the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 6 will be by square yards.

3. Payment of the full price shall be paid for the work performed and in accordance

with the Schedule of Values. Payment shall constitute full compensation to the

CONTRACTOR for furnishing all: labor, equipment, tools, and materials; and

for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 7: Furnish and Install 36” welded steel pipe by open trench in unpaved areas (Sta

718+00 to Sta 734+50), in accordance with the Contract Documents, complete in

place

1. Measurement – Measurement of Item No. 7 will be by lineal foot.

2. Payment for steel pipe installed will be made at the unit cost per lineal foot of pipe

furnished and installed by the open cut method. Payment shall constitute full

compensation to the CONTRACTOR for furnishing all labor, equipment, tools,

and materials. Such payment shall include, but not be limited to: factory QA/QC,

factory witness tests, fabrication and delivery of welded steel pipe, fittings,

excavation, select pipe bedding material, backfill, controlled low strength material,

compaction, welded joints, weld testing, pipe lining and coating repair, hauling

and disposition of surplus excavated material as specified and as indicated on the

Contract Drawings and Specifications.

Item No. 8: Furnish and Install Salvaging, hauling, & stockpiling reclaimed asphaltic

pavement (Milling) at Knight Cross Dr – 2” thick

1. Description - Salvaging, hauling, & stockpiling reclaimed asphaltic pavement

(Milling) at Knight Cross Dr – 2” thick, in accordance with the Contract

Documents, complete in place.

2. Measurement – Measurement of Item No. 8 will be by square yards.

3. Payment of the full price shall be paid for the work performed and in accordance

with the Schedule of Values. Payment shall constitute full compensation to the

CONTRACTOR for furnishing all: labor, equipment, tools, and materials; and

for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 9: Remove and Reconstruct Concrete Curb per COSA requirements

1. Description – Remove and Reconstruct Concrete Curb per COSA requirements, in

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 7

accordance with the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 9 will be by lineal feet.

3. Payment shall be made for the work performed and in accordance with the unit

cost. Payment shall constitute full compensation to the CONTRACTOR for

furnishing all: labor, equipment, tools, and materials; and for performing all

operations required to furnish to the OWNER this item, as specified and as

indicated on the Contract Drawings and Specifications.

Item No. 10: Remove and Reconstruct Concrete Sidewalk per COSA requirements

1. Description – Remove and Reconstruct Concrete Sidewalk per COSA

requirements, in accordance with the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 10 will be by lineal feet.

3. Payment shall be made for the work performed and in accordance with the unit

cost. Payment shall constitute full compensation to the CONTRACTOR for

furnishing all: labor, equipment, tools, and materials; and for performing all

operations required to furnish to the OWNER this item, as specified and as

indicated on the Contract Drawings and Specifications.

Item No. 11: Remove and Reconstruct Portland Cement Concrete Driveway – Residential Type

per COSA requirements

1. Description – Remove and Reconstruct Portland Cement Concrete Driveway –

Commercial Type per COSA requirements, in accordance with the Contract

Documents, complete in place.

2. Measurement – Measurement of Item No. 11 will be by square yards.

3. Payment shall be made for the work performed and in accordance with the unit cost.

Payment shall constitute full compensation to the CONTRACTOR for furnishing

all: labor, equipment, tools, and materials; and for performing all operations

required to furnish to the OWNER this item, as specified and as indicated on the

Contract Drawings and Specifications.

Item No. 12: Remove and Reconstruct Portland Concrete Sidewalk with Wheel Chair Type I ramp

(pebble top) type per COSA requirements

1. Description – Remove and Reconstruct Portland Concrete Sidewalk with Wheel

Chair Type I ramp (pebble top) type per COSA requirements, in accordance with

the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 12 will be by square yards.

3. Payment shall be made for the work performed and in accordance with the unit cost.

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 8

Payment shall constitute full compensation to the CONTRACTOR for furnishing

all: labor, equipment, tools, and materials; and for performing all operations

required to furnish to the OWNER this item, as specified and as indicated on the

Contract Drawings and Specifications.

Item No. 13: Remove and Reconstruct Speed Hump per COSA requirements

1. Description - Remove and Reconstruct Speed Hump per COSA requirements, in

accordance with the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 13 will be by square yards.

3. Payment of the full price shall be paid for the work performed and in accordance

with the Schedule of Values. Payment shall constitute full compensation to the

CONTRACTOR for furnishing all: labor, equipment, tools, and materials; and

for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 14: Furnish and Apply Topsoil (6-inch depth)

1. Description - Furnish and Apply Topsoil (6-inch depth), in accordance with the

Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 14 will be by cubic yards.

3. Payment of the full price shall be paid for the work performed and in accordance

with the Schedule of Values. Payment shall constitute full compensation to the

CONTRACTOR for furnishing all: labor, equipment, tools, and materials; and

for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 15: Furnish and Apply Hydroseed

1. Description - Furnish and Apply Hydroseed, in accordance with the Contract

Documents, complete in place.

2. Measurement – Measurement of Item No. 15 will be by square yards.

3. Payment of the full price shall be paid for the work performed and in accordance

with the Schedule of Values. Payment shall constitute full compensation to the

CONTRACTOR for furnishing all: labor, equipment, tools, and materials; and

for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 9

Item No. 16: Furnish and Install 4” combination air valve, vault and assembly (Sta 713+75), in

accordance with the Contract Documents, complete in place.

1. Description - Furnish and Install 4” combination air valve, vault and assembly

(Sta 713+75), in accordance with the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 16 will be by lump sum price.

3. Payment for the combination air valve vault will be made at the lump sum price.

The CONTRACTOR shall prepare a Schedule of Values per Section 1.05.

Payment shall constitute full compensation to the CONTRACTOR for furnishing

all labor, equipment, tools, and materials. Such payment shall include, but not be

limited to: precast concrete vault, access hatch, ladder, air vents, PVC piping,

handling eyes, vault drain sump, reinforced concrete encasement, steel pipe,

fittings, weld testing, insulating flange kits, air and vacuum valve, air/vac goose

neck piping, gate valve, painting, excavation, backfilling, shoring, hauling and

disposition of surplus excavated material as specified and as indicated on the

Contract Drawings and Specifications.

Item No. 17: Furnish and install Drain valve assembly (Sta 703+92 and Sta 733+85), in

accordance with the Contract Documents, complete in place.

1. Description - Furnish and install Drain valve assembly (Sta 703+92 and Sta

733+85) in accordance with the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 17 will be by each item.

3. Payment for the drain valve assembly will be made at per each. Payment shall

constitute full compensation to the CONTRACTOR for furnishing all labor,

equipment, tools, and materials. Such payment shall include, but not be limited

to: precast concrete shaft and rings, manhole cover, piping, reinforced concrete

valves, excavation, backfilling, shoring, hauling and disposition of surplus

excavated material as specified and as indicated on the Contract Drawings and

Specifications.

Item No. 18: Furnish and Install Access Manway assembly and vault (Sta 700+17), in

accordance with the Contract Documents, complete in place.

1. Description - Furnish and Install Access Manway assembly and vault (Sta

700+17), in accordance with the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 18 will be by lump sum.

3. Payment for the access manway vault will be made at the lump sum price. The

CONTRACTOR shall prepare a Schedule of Values per Section 1.05. Payment

shall constitute full compensation to the CONTRACTOR for furnishing all labor,

equipment, tools, and materials. Such payment shall include, but not be limited

to: precast concrete vault, access hatch, ladder, air vents, PVC piping, handling

eyes, vault drain sump, reinforced concrete encasement, steel pipe, fittings, weld

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 10

testing, insulating flange kits, air valve, gate valve, painting, excavation,

backfilling, shoring, hauling and disposition of surplus excavated material as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 19: Furnish and Install connection to 30” pipeline at Knights Cross Drive (Sta

700+00), in accordance with the Contract Documents, complete in place.

1. Description - Furnish and Install connection to 30” pipeline at Knights Cross

Drive (Sta 700+00), in accordance with the Contract Documents, complete in

place.

2. Measurement – Measurement of Item No. 19 will be by lump sum.

3. Payment for the connection will be made at the lump sum price. The

CONTRACTOR shall prepare a Schedule of Values per Section 1.05. Payment

shall constitute full compensation to the CONTRACTOR for furnishing all labor,

equipment, tools, and materials. Such payment shall include, but not be limited

to: excavation, backfilling, shoring, removal and disposal of existing piping,

hauling and disposition of surplus excavated material as specified and as

indicated on the Contract Drawings and Specifications.

Item No. 20: Furnish and Install 30” Butterfly Valves (FLG X FLG) for connection at Knights

Cross Drive (Sta 700+00) in accordance with the Contract Documents, complete

in place.

1. Description – Furnish and Install 30” Butterfly Valves (FLG X FLG) for

connection at Knights Cross Drive (Sta 700+00) in accordance with the Contract

Documents, complete in place

2. Measurement – Measurement of Item No. 20 will be by each item.

3. Payment for butterfly valves will be made at the unit cost per each item installed.

Payment shall constitute full compensation to the CONTRACTOR for furnishing

all labor, equipment, tools, and materials. Such payment shall include, but not be

limited to: fabrication, delivery, testing and installation of valve, gear box, valve

can, valve stem extension, masonry support, reinforce concrete slab, excavation,

backfill, compaction, hauling and disposition of surplus excavated material as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 21: Furnish and Install 30” DIP Coupling Sleeve for connection at Knights Cross Drive

(Sta 700+00) in accordance with the Contract Documents, complete in place

1. Description – 30” DIP Coupling Sleeve for connection at Knights Cross Drive in

accordance with the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 21 will be by each item.

3. Payment for couplings will be made at the unit cost per each item installed.

Payment shall constitute full compensation to the CONTRACTOR for furnishing

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 11

all labor, equipment, tools, and materials. Such payment shall include, but not be

limited to: fabrication, delivery, install of coupling, excavation, backfill,

compaction, hauling and disposition of surplus excavated material as specified

and as indicated on the Contract Drawings and Specifications.

Item No. 22: Furnish and Install 30” DI Tee (FLG X FLG) at Knights Cross Drive (Sta 700+00)

in accordance with the Contract Documents, complete in place.

1. Description – Furnish and Install 30” DI Tee (FLG X FLG) at Knights Cross

Drive (Sta 700+00) in accordance with the Contract Documents, complete in

place.

2. Measurement – Measurement of Item No. 22 will be by each item.

3. Payment for the tees will be made at the unit cost per each item installed.

Payment shall constitute full compensation to the CONTRACTOR for furnishing

all labor, equipment, tools, and materials. Such payment shall include, but not be

limited to: fabrication, delivery, install of tee, excavation, backfill, compaction,

hauling and disposition of surplus excavated material as specified and as

indicated on the Contract Drawings and Specifications.

Item No. 23: Furnish and Install 30” X 36” STL Eccentric reducer (FLG X WLD) at Knights

Cross Drive (Sta 700+00) in accordance with the Contract Documents, complete

in place.

1. Description – Furnish and Install 30” X 36” STL Eccentric reducer (FLG X

WLD) at Knights Cross Drive (Sta 700+00) in accordance with the Contract

Documents, complete in place.

2. Measurement – Measurement of Item No. 23 will be by each item.

3. Payment for the reducers will be made at the unit cost per each item installed.

Payment shall constitute full compensation to the CONTRACTOR for furnishing

all labor, equipment, tools, and materials. Such payment shall include, but not be

limited to: fabrication, delivery, installation of reducer, excavation, backfill,

compaction, hauling and disposition of surplus excavated material as specified

and as indicated on the Contract Drawings and Specifications.

Item No. 24: Furnish and Install 30” DIP Spool (FLG X PE) at Knights Cross Drive in

accordance with the Contract Documents, complete in place.

1. Description – Furnish and Install 30” DIP Spool (FLG X PE) at Knights Cross

Drive in accordance with the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 24 will be by lineal foot.

3. Payment for the DIP spools will be made at the unit cost per lineal foot installed.

Payment shall constitute full compensation to the CONTRACTOR for furnishing

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 12

all labor, equipment, tools, and materials. Such payment shall include, but not be

limited to: fabrication, delivery, install of the spools, excavation, backfill,

compaction, hauling and disposition of surplus excavated material as specified

and as indicated on the Contract Drawings and Specifications.

Item No. 25: Perform Hydrostatic Pressure Test

1. Description – Perform Hydrostatic Pressure Test, in accordance with the Contract

Documents, complete in place.

2. Measurement – Measurement of Item No. 25 will be by lump sum.

3. Payment for the connection will be made at the lump sum price. The

CONTRACTOR shall prepare a Schedule of Values per Section 1.05. Payment

shall constitute full compensation to the CONTRACTOR for furnishing all labor,

equipment, tools, and materials as specified and as indicated on the Contract

Drawings and Specifications.

Item No. 26: Furnish and Install temporary blow-off at Terminus site (Sta 734+40), in

accordance with the Contract Documents, complete in place.

1. Description – Furnish and Install temporary blow-off at Terminus site (Sta

734+40), in accordance with the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 26 will be by lump sum.

3. Payment for the connection will be made at the lump sum price. The

CONTRACTOR shall prepare a Schedule of Values per Section 1.05. Payment

shall constitute full compensation to the CONTRACTOR for furnishing all labor,

equipment, tools, and materials. Such payment shall include, but not be limited

to: excavation, backfilling, shoring, piping, valves, hauling and disposition of

surplus excavated material as specified and as indicated on the Contract

Drawings and Specifications.

Item No. 27: Furnish and Install cathodic protection system in accordance with the Contract

Documents, complete in place.

1. Description – Furnish and Install cathodic protection system in accordance with

the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 27 will be by lump sum.

3. Payment of the full price shall be paid for the work performed for the lump sum

amount as specified in Section 16640. Payment shall constitute full compensation

to the CONTRACTOR for furnishing all: labor, equipment, tools, and materials;

and for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 28: Furnish and Install all Pavement Markings, in accordance with the Contract

Documents, complete in place.

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 13

1. Measurement – Measurement of Item No. 46 will be by lump sum.

2. Payment of the full price shall be paid for the work performed for the lump sum

amount as specified in Section COSA 535.1. The CONTRACTOR shall prepare

a Schedule of Values per Section 1.05. Payment shall constitute full

compensation to the CONTRACTOR for furnishing all: labor, equipment, tools,

and materials; and for performing all operations required to furnish to the

OWNER this item, as specified and as indicated on the Contract Drawings and

Specifications.

Item No. 29: Furnish and Install all Pavement Markers, in accordance with the Contract

Documents, complete in place.

1. Measurement – Measurement of Item No. 47 will be by lump sum.

2. Payment of the full price shall be paid for the work performed for the lump sum

amount as specified in Section COSA 537.1. The CONTRACTOR shall prepare

a Schedule of Values per Section 1.05. Payment shall constitute full compensation

to the CONTRACTOR for furnishing all: labor, equipment, tools, and materials;

and for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 30: Remove and reconstruct sewer laterals, in accordance with the Contract

Documents, complete in place.

1. Measurement – Measurement of Item No. 30 will be by each lateral.

2. Payment for the sewer laterals will be made at the unit cost per each lateral

installed. Payment shall constitute full compensation to the CONTRACTOR for

furnishing all labor, equipment, tools, and materials. Such payment shall include,

but not be limited to: piping, couplings, excavation, backfill, shoring,

compaction, hauling and disposition of surplus excavated material as specified

and as indicated on the Contract Drawings and Specifications.

Item No. 31: Remove and reconstruct 4’ tall cattle fence with metal posts in-kind in accordance

with the Contract Documents, complete in place

1. Description – Remove and reconstruct 4’ tall cattle fence with metal posts in-

kind in accordance with the Contract Documents, complete in place

2. Measurement – Measurement of Item No. 31 will be by lineal foot.

3. Payment for the cattle fence will be made at the unit cost foot of fence installed.

Payment shall constitute full compensation to the CONTRACTOR for furnishing

all labor, equipment, tools, and materials. Such payment shall include, but not be

limited to: removal and disposal of existing fence, temporary fencing during

construction, new fencing, excavation, backfill, compaction, hauling and

disposition of surplus excavated material as specified and as indicated on the

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 14

Contract Drawings and Specifications.

Item No. 32: Furnish and Install Storm Water Pollution Prevention Plan - Erosion &

Sedimentation Controls in accordance with the Contract Documents, complete in

place.

1. Measurement – Measurement of Item No. 32 will be by lump sum.

2. Payment for the Pavement Markers will be made at the lump sum price. The

CONTRACTOR shall prepare a Schedule of Values per Section 1.05. Payment

shall constitute full compensation to the CONTRACTOR for furnishing all: labor,

equipment, tools, and materials; and for performing all operations required to

furnish to the OWNER this item, as specified and as indicated on the Contract

Drawings and Specifications.

Item No. 33: Furnish and Install Barricades, Signs and Traffic Handling - in accordance with

the Contract Documents, complete in place

.

1. Description – Barricades, Signs and Traffic Handling, in accordance with the

Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 33 will be by lump sum.

3. Payment of the full price shall be paid for the work performed for the lump sum

amount as specified in Section COSA 530.1. The CONTRACTOR shall prepare

a Schedule of Values per Section 1.05. Payment shall constitute full compensation

to the CONTRACTOR for furnishing all: labor, equipment, tools, and materials;

and for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 34: Provide trench excavation safety protection

1. Description – Trench excavation safety protection in accordance with the Contract

Documents, complete in place.

2. Measurement – Measurement of Item No. 34 will be by lineal feet.

3. Payment shall be made for the work performed and in accordance with the unit

cost as specified in SAWS 550.1. Payment shall constitute full compensation to

the CONTRACTOR for furnishing all: labor, equipment, tools, and materials;

and for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 35: Prepare Right-of-Way

1. Description – Preparing right-of-way in accordance with the Contract

Documents, complete in place.

2. Measurement – Measurement of Item No. 35 will be by lump sum.

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 15

3. Payment for the preparation right of way will be made at the lump sum price and

as described in Specifications Section 101. The CONTRACTOR shall prepare a

Schedule of Values per Section 1.05. Payment shall constitute full compensation

to the CONTRACTOR for furnishing all: labor, equipment, tools, and materials;

and for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 36: Furnish and Install Temporary Void Protection (4-ft by 8-ft Plywood Sheet)

1. Measurement – Measurement of Item No. 36 will be by each unit.

2. Payment of the full price shall be paid for the work performed for the unit price

amount as specified in Section 01510. Payment shall constitute full compensation to

the CONTRACTOR for furnishing all: labor, equipment, tools, and materials; and for

performing all operations required to furnish to the OWNER this item, as specified

and as indicated on the Contract Drawings and Specifications.

Item No. 37: Furnish and Install Controlled Low Strength Material.

1. Measurement – Measurement of Item No. 37 will be by the cubic yard.

2. Payment of the full price shall be paid for the work performed for the unit price

amount as specified in Section 01510. Payment shall constitute full compensation

to the CONTRACTOR for furnishing all: labor, equipment, tools, and materials;

and for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 38: Furnish and Install Pea Gravel-Filled Polypropylene Bags (1-cu.ft)

1. Measurement – Measurement of Item No. 38 will be by the cubic foot.

2. Payment of the full price shall be paid for the work performed for the unit price

amount as specified in Section 01510. Payment shall constitute full compensation

to the CONTRACTOR for furnishing all: labor, equipment, tools, and materials;

and for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 39: Furnish and Install 3 To 5 Inch Rock

1. Measurement – Measurement of Item No. 39 will be by the cubic yard.

2. Payment of the full price shall be paid for the work performed for the unit price

amount as specified in Section 01510. Payment shall constitute full compensation

to the CONTRACTOR for furnishing all: labor, equipment, tools, and materials;

and for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 40: Furnish and Install Filter Fabric for Void Mitigation

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 16

1. Measurement – Measurement of Item No. 40 will be by the square yard.

2. Payment of the full price shall be paid for the work performed for the unit price

amount as specified in Section 01510. Payment shall constitute full compensation

to the CONTRACTOR for furnishing all: labor, equipment, tools, and materials;

and for performing all operations required to furnish to the OWNER this item, as

specified and as indicated on the Contract Drawings and Specifications.

Item No. 41: Furnish and Install Permanent Turf Reinforcement Mat (PTRM)

1. Measurement – Measurement of Item No. 41 will be by the square yard.

2. Payment of the full price shall be paid for the work performed for the unit price

amount as specified in Section 01510. Payment shall constitute full

compensation to the CONTRACTOR for furnishing all: labor, equipment, tools,

and materials; and for performing all operations required to furnish to the

OWNER this item, as specified and as indicated on the Contract Drawings and

Specifications.

Item No. 42: Furnish and Install Low Slump Concrete

1. Measurement – Measurement of Item No. 42 will be by the cubic foot.

2. Payment of the full price shall be paid for the work performed for the unit price

amount as specified in Section 01510. Payment shall constitute full

compensation to the CONTRACTOR for furnishing all: labor, equipment,

tools, and materials; and for performing all operations required to furnish to the

OWNER this item, as specified and as indicated on the Contract Drawings and

Specifications.

Item No. 43: Furnish and Install Special Trench Safety Associated with Observation of Voids

1. Measurement – Measurement of Item No. 43 will be by the linear foot.

2. Payment of the full price shall be paid for the work performed for the unit price

amount as specified in Section 01510. Payment shall constitute full

compensation to the CONTRACTOR for furnishing all: labor, equipment,

tools, and materials; and for performing all operations required to furnish to the

OWNER this item, as specified and as indicated on the Contract Drawings and

Specifications.

Item No. 44: Downtime Associated with Observation of Voids in Trenches

1. Measurement – Measurement of Item No. 44 will be by the calendar day.

2. Payment of the full price shall be paid for the work performed for the unit price

amount as specified in Section 01510. Payment shall constitute full

compensation to the CONTRACTOR for furnishing all: labor, equipment,

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 17

tools, and materials; and for performing all operations required to furnish to the

OWNER this item, as specified and as indicated on the Contract Drawings and

Specifications.

Item No. 45: Intermediate Demobilization/Remobilization (Open-cut Construction)

1. Description – Intermediate Demobilization/Remobilization (Open-cut

Construction) in accordance with the Contract Documents, complete in place.

2. Measurement – Measurement of Item No. 45 will be by each item.

3. Payment of the full price shall be paid for the work performed for the unit price.

Payment shall constitute full compensation to the CONTRACTOR for furnishing

all: labor, equipment, tools, and materials; and for performing all operations

required to furnish to the OWNER this item, as specified and as indicated on the

Contract Drawings and Specifications.

Item No. 46: Furnish and Install Electrical Work in accordance with the Contract Documents,

complete in place

1. Measurement – Measurement of Item No. 46 will be by lump sum.

2. Payment for the electrical will be made at the lump sum price. The

CONTRACTOR shall prepare a Schedule of Values per Section 1.05. Payment

shall constitute full compensation to the CONTRACTOR for furnishing all: labor,

equipment, tools, and materials; and for performing all operations required to

furnish to the OWNER this item, as specified and as indicated on the Contract

Drawings and Specifications.

Item No. 47: Disinfect Water System, in accordance with the Contract Documents, complete in

place.

1. Measurement – Measurement of Item No. 47 will be by lump sum.

2. Payment for the disinfection of the water system will be made at the lump sum

price. The CONTRACTOR shall prepare a Schedule of Values per Section 1.05.

Payment shall constitute full compensation to the CONTRACTOR for furnishing

all: labor, equipment, tools, and materials; and for performing all operations

required to furnish to the OWNER this item, as specified and as indicated on the

Contract Drawings and Specifications.

Item No. 48: Connection to 36” pipeline at Terminus Site (Sta 734+50), in accordance with the

Contract Documents, complete in place.

1. Measurement – Measurement of Item No. 48 will be by lump sum.

2. Payment for the connection to the existing 36” pipeline will be made at the lump

sum price. The CONTRACTOR shall prepare a Schedule of Values per Section

1.05. Payment shall constitute full compensation to the CONTRACTOR for

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 18

furnishing all labor, equipment, tools, and materials. Such payment shall include,

but not be limited to: excavation, removal of dish head and temporary blow-off,

steel pipe, steel fittings, weld testing, butt straps, backfilling, hauling and

disposition of surplus excavated material as specified and as indicated on the

Contract Drawings and Specifications.

Item No. 49: Mobilization and Demobilization

1. Description – Work item shall include mobilization and demobilization costs

associated with the Central Water Integration Pipeline Project scope. This item

shall include project move-in and move-out of personnel and equipment, for all

work including furnishing all labor, materials, tools, equipment and incidentals

required to mobilize, demobilize, bond and insure the Work for the project in

accordance with the Contract Documents, complete in place

2. Measurement – Measurement of Item No. 49 will be by lump sum as the work

progresses. If the Lump Sum price for Item 49 exceeds the allowable maximum

stated for Mobilization and Demobilization, SAWS reserves the right to cap the

amount at 5% and adjust the extension of the bid item accordingly.

3. Payment – Partial payments of the lump sum bid for mobilization will be as

follows:

a. When 1% of the adjusted contract amount for construction items (which

is defined as the total contract amount less the lump sum proposal for

mobilization) is earned, 50% of the mobilization lump sum proposal

will be paid. Insurance and Bonds will be paid on the initial request for

payment under a sub-heading to mobilization entitled "Insurance and

Bonds". The amount paid for Insurance and Bonds will not exceed 3%

of the total contract amount for construction items. Receipts or other

proof of payment for the full amount of compensation requested under

the sub-heading of “Insurance and Bonds” shall be provided to the

OWNER with the request for payment.

b. When 5% of the adjusted contract amount for construction items is

earned, 75% of the mobilization lump sum proposal will be paid.

c. Upon completion of all Work under this contract, payment for the

remainder of the lump sum proposal for mobilization will be made.

PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION – NOT USED

END OF SECTION

CENTRAL WATER INTEGRATION PIPELINE MEASUREMENT AND PAYMENT

PIPELINE SEGMENT 5-2 PROJECT JULY 2018

001025 - 19

This page left intentionally blank

CH

KD

:

DR

WN

:

PR

OJ:

DE

SN

:

www.tetratech.com

MARK DATE DESCRIPTION BY

8/10/2018 4:04:22 PM - W:\WORK\C-1471 SAWS VISTA RIDGE INTEGRATION PROJECT (TETRA TECH)\DESIGN\CIVIL\CWIP TRANSMISSION PIPELINES\SEGMENT 5-2\CONSTRUCTION DOCUMENTS\CONTRACTOR LAYDOWN AREAS.DWG - VICTORIA SANCHEZ

1

A B

C D

E F

23

45

67

Ba

r m

ea

su

re

s 1

in

ch

, o

th

erw

ise

d

ra

win

g is n

ot to

sca

le

Copyright: Tetra Tech

20

0-0

93

08

-1

80

01

CENTRAL WATER INTEGRATION PIPELINE

SEGMENT 5-2

SAN ANTONIO WATER SYSTEM

700 N. St Mary's, Suite 300

San Antonio, TX 78205

Ph (210) 299-7900 Fax (210) 226-8497

Texas Registration No. F-3924

AD

DE

ND

UM

N

0

SC

AL

E:

60

12

02

40

1"=

1

20

'

G-3

00

8

PR

OP

ER

TY

L

IN

ES

LE

GE

ND

EX

IS

TIN

G C

ON

TO

UR

S

TERMINUS SITE ACCESS

PLAN

LA

S LO

MA

S

ELE

ME

NT

AR

Y S

CH

OO

L

(V

OL. 9624, P

G. 94, D

PR

)

10

0-Y

R W

AT

ER

SU

RF

AC

E L

IM

IT

S

PR

OP

OS

ED

C

ON

TO

UR

S

DA

GU

E R

AN

CH

L

TD

P

RT

NR

SH

P

HU

EB

NE

R R

D

NC

B 1

92

21

B

LK

L

OT

P

-8

, P

-1

9B

&

P

-2

6

DA

GU

E R

AN

CH

L

TD

P

RT

NR

SH

P

HU

EB

NE

R R

D

NC

B 1

92

21

B

LK

L

OT

P

-8

, P

-1

9B

&

P

-2

6

H

A

R

D

Y

O

A

K

B

O

U

L

E

V

A

R

D

(

U

N

D

E

R

C

O

N

S

T

R

U

C

T

I

O

N

)

H

U

E

B

N

E

R

R

O

A

D

AL

L W

EA

TH

ER

A

CC

ES

S R

OA

D

(C

ON

ST

RU

CT

ED

A

ND

MA

IN

TA

IN

ED

B

Y O

TH

ER

S)

LO

T 2

BL

OC

K 5

8

LO

T 1

BLO

CK

58

PIP

EL

IN

E

SE

GM

EN

T 5

-1

UN

PL

AT

TE

D

PO

RT

IO

N O

F

15

0.2

56

A

CR

ES

DA

GU

E R

AN

CH

L

IM

IT

ED

PA

RT

NE

RS

HIP

(V

OL

. 1

47

66

, P

G. 1

41

0-1

41

7, O

PR

)

DA

GU

E R

AN

CH

L

TD

PA

RT

NE

RS

HIP

GE

NE

RA

L N

OT

ES

1.

CO

NT

RA

CT

OR

S

HA

LL

B

E A

WA

RE

T

HA

T T

HE

RE

A

RE

M

UL

TIP

LE

CO

NT

RA

CT

OR

S O

N-S

IT

E A

ND

C

OO

RD

IN

AT

IO

N IS

R

EQ

UIR

ED

W

IT

H A

LL

ON

-G

OIN

G W

OR

K.

2.

CO

NT

RA

CT

OR

S

HA

LL

C

ON

FIN

E A

LL

V

EH

IC

LE

S T

O T

HE

A

CC

ES

S R

OA

DS

DE

SIG

NA

TE

D O

N T

HIS

P

LA

N A

ND

N

OT

IM

PA

CT

A

NY

O

TH

ER

A

RE

AS

.

3.

CO

NT

RA

CT

OR

S

HA

LL

B

E R

ES

PO

NS

IB

LE

F

OR

F

LA

GG

ER

C

ON

TR

OL

T

O

FA

CIL

IT

AT

E T

RA

FF

IC

O

F V

EH

IC

LE

S E

NT

ER

IN

G A

ND

L

EA

VIN

G T

HE

S

IT

E.

4.

CO

NT

RA

CT

OR

T

O C

OO

RD

IN

AT

E W

IT

H C

OS

A T

O A

PP

RO

VE

H

AU

L R

OU

TE

S.

NO

H

AU

LIN

G W

IL

L B

E A

LL

OW

ED

F

RO

M 8

P

M T

O 9

A

M.

5.

5-2

C

ON

TR

AC

TO

R W

IL

L O

NL

Y H

AV

E A

CC

ES

S F

RO

M H

AR

DY

O

AK

B

LV

D

UN

TIL

H

UE

BN

ER

R

OA

D C

ON

ST

RU

CT

IO

N IS

C

OM

PL

ET

E. A

FT

ER

H

UE

BN

ER

RO

AD

IS

C

OM

PL

ET

E A

ND

5

-1

C

ON

TR

AC

TO

R C

OM

PL

ET

ES

C

ON

ST

RU

CT

IO

N

OF

T

HE

A

LL

W

EA

TH

ER

A

CC

ES

S R

OA

D, T

HE

C

ON

TR

AC

TO

R W

IL

L A

CC

ES

S

TH

E S

IT

E F

RO

M H

EU

BN

ER

R

OA

D A

CC

ES

S P

OIN

T. T

HIS

W

IL

L B

E T

HE

ON

LY

A

CC

ES

S P

OIN

T.

6.

TR

EE

S S

HO

WN

A

RE

F

OR

R

EF

ER

EN

CE

O

NL

Y. C

ON

TR

AC

TO

R T

O

RE

FE

RE

NC

E T

HE

A

PP

RO

VE

D T

RE

E P

RO

TE

CT

IO

N P

LA

N F

OR

T

HE

S

IT

E

AN

D C

OM

PL

Y W

IT

H A

LL

P

RO

TE

CT

IO

N R

EQ

UIR

EM

EN

TS

S

HO

WN

TH

ER

EO

N.

7.

CO

NT

RA

CT

OR

S

HA

LL

N

OT

U

SE

A

RE

AS

W

IT

HIN

T

HE

1

00

-Y

R W

AT

ER

SU

RF

AC

E L

IM

IT

S S

HO

WN

H

ER

EO

N A

S S

TA

GIN

G/L

AY

DO

WN

O

R M

AT

ER

IA

L

ST

OR

AG

E A

RE

AS

.

8.

CO

NT

RA

CT

OR

T

O R

EF

ER

EN

CE

T

HE

A

PP

RO

VE

D S

WP

PP

P

LA

N A

ND

CO

MP

LY

W

IT

H A

LL

P

RO

TE

CT

IO

N R

EQ

UIR

EM

EN

TS

S

HO

WN

T

HE

RE

ON

.

PIP

EL

IN

E

SE

GM

EN

T 5

-2

50

' N

AT

UR

AL

V

EG

ET

AT

IV

E B

UF

FE

R

5

0

'

N

A

T

U

R

A

L

V

E

G

E

T

A

T

I

V

E

B

U

F

F

E

R

NA

TU

RA

L V

EG

ET

AT

IV

E B

UF

FE

R

HU

EB

NE

R R

OA

D

AC

CE

SS

P

OIN

T

(S

EE

N

OT

E 5

)

EX

IS

TIN

G T

RE

E

TO

R

EM

AIN

EX

IS

TIN

G T

RE

E T

O B

E

RE

MO

VE

D

L

O

T

L

I

N

E

L

O

T

L

I

N

E

LOT LINE

VA

RIA

BL

E W

ID

TH

PU

BL

IC

D

RA

IN

AG

E

EA

SE

ME

NT

PR

OT

EC

T E

XIS

TIN

G

TR

EE

S (R

EF

. T

RE

E

PR

ES

ER

VA

TIO

N P

LA

N)

LO

T 3

BL

OC

K 5

8

NR

CB

VS

EX

IS

TIN

G G

RO

UN

D

ST

OR

AG

E T

AN

K N

O. 1

(U

ND

ER

C

ON

ST

RU

CT

IO

N)

EX

IS

TIN

G G

RO

UN

D

ST

OR

AG

E T

AN

K N

O. 2

(U

ND

ER

C

ON

ST

RU

CT

IO

N)

SA

WS

2

0' P

ER

MA

NE

NT

WA

TE

R E

AS

EM

EN

T

TE

RM

IN

US

S

IT

E

10

06

10

06

PO

SS

IB

LE

OF

FS

IT

E S

HA

RE

D

TE

RM

IN

US

A

ND

5

-1

CO

NT

RA

CT

OR

ST

AG

IN

G/ L

AY

DO

WN

AR

EA

.

PO

SS

IB

LE

OF

FS

IT

E S

HA

RE

D

TE

RM

IN

US

A

ND

5

-1

CO

NT

RA

CT

OR

ST

AG

IN

G/ L

AY

DO

WN

AR

EA

.

10

0-Y

R W

AT

ER

SU

RF

AC

E L

IM

IT

S

10

0-Y

R W

AT

ER

SU

RF

AC

E L

IM

IT

S

OW

NE

R:

CIT

Y O

F S

AN

A

NT

ON

IO

TU

NN

EL

SH

AF

T

16

' S

EW

ER

E

AS

EM

EN

T

(V

OL

. 1

81

24

, P

G 1

31

4)

10

0-Y

R W

AT

ER

SU

RF

AC

E L

IM

IT

S

SIL

VE

R K

NO

LL

PER ADDENDUM #18/10/181

AL

L W

EA

TH

ER

A

CC

ES

S R

OA

D

AC

CE

SS

IB

LE

T

O C

ON

TR

AC

TO

R

1

EX

IS

TIN

G A

LL

W

EA

TH

ER

A

CC

ES

S

RO

AD

N

OT

A

CC

ES

SIB

LE

T

O

CO

NT

RA

CT

OR

NR

SE

GM

EN

T 5

-1

ST

AG

IN

G/L

AY

DO

WN

AR

EA

TE

RM

IN

US

ST

AG

IN

G/L

AY

DO

WN

AR

EA

1

1

TE

MP

OR

AR

Y C

ON

ST

RU

CT

IO

N

EA

SE

ME

NT

(W

ID

TH

V

AR

IE

S)

SA

WS

50' P

ER

MA

NE

NT

EA

SE

ME

NT

HA

RD

Y O

AK

B

LV

D.

AC

CE

SS

P

OIN

T

(S

EE

N

OT

E 5

)