Start your 7-day free trial — unlock full access instantly.
← Back to Search1 CLAUSES FOUND
Lead Closed
This opportunity is no longer accepting submissions.
Addendum No. 2 to Bid 21-06 Hudson Street (4th St. to 10th St.) Water Main Replacement
BID #: 21-06
ISSUED: 6/21/2021
DUE: 6/30/2021
VALUE: TBD
90
Rating
Risk Rank
Yellow Risk
AI-Powered Lead Insights
Executive Summary
The City of Hoboken is seeking bids for the Hudson Street (4th St. to 10th St.) Water Main Replacement project (Bid 21-06). This project involves replacing the water main along Hudson Street between 4th and 10th Streets. Addendum No. 2 provides clarifications and changes to the original bid documents, including revisions to the bid form, measurement and payment sections, and drawings. Bidders must acknowledge receipt of the addendum on Page 00400-5 of the Bid Documents to avoid disqualification. Work on the project must be completed by October 29, 2021.
Web Content
City of Hoboken alerts news Submit a concern Calendar & events Forms QUICK LINKS Climate Action Plan and Greenhouse Gas Inventories ResilienCity Park Water Main Replacement Program Waste Collection Parks Pay My Taxes Tax Assessor Library Farmers' Markets Emergency Notifications Pages Pages Home Home (Premium) Blog Post Blog Post (Premium) Subscribe Contact Sign In Sign up Update password Reset password Access Denied User account Utility Pages Start here Styleguide 404 Not found Password protected Licenses Changelog Browse More Templates Categories No items found. Covid resources Government Meet the Mayor City Clerk Municipal Boards City Council City Directory Public Library Meeting Documents Finances Holidays Municipal Code Legal Notices Employment Opportunities Education Departments Administration City Clerk Construction Code Municipal Court Department of Community Services Senior Services Constituent Services Division of Health Cultural Affairs Finance Taxation Community Development Division of Housing Rent Leveling and Stabilization Zoning Office Department of Infrastructure Engineering Public Safety Hoboken Fire Hoboken Police Office of Emergency Management Transportation & Parking all departments Residents Residents Home Page Business Business Home Page Quick Links No items found. COVID-19 RESOURCES FORMS ALERTS 311 CALENDAR & EVENTS NEWS CITY DIRECTORY Opportunities Home o Departments o Access Board Addendum No. 2 to Bid 21-06 Hudson Street (4th St. to 10th St.) Water Main Replacement Bid 21-06 | Bid Description This addendum shall be part of the Contract Documents as provided in the Agreement for the above- referenced project. Acknowledge the receipt of this addendum on Page 00400-5 of the Bid Documents for the project. Failure to do so may subject the bidder to disqualification. CLARIFICATIONS None. QUESTIONS AND ANSWERS None. CHANGES TO SPECIFICATIONS Section 00301 – Bid Form Bid Item W-2B: Change estimated quantity amount to 2,850 LF of Furnish and Install 12-inch Diameter Class 54 Ductile Iron Pipe. Bid Item R-1: Change estimated quantity amount to 920 TON of Furnish and Install Hot Mix Asphalt, 19M64. A revised complete Bid Form is attached. Changed and/or new bid items are denoted with an “*” in the revised bid form. Section 01025 – Measurement and Payment Replace Part 3 Execution, Item 3.29 in its entirety with following: “3.29 HOT MIX ASPHALT 19M64 (ITEM R-1) A. Measurement 1. Measurement for Hot Mix Asphalt 19M64 Base Course will be on a per ton basis and shall include all labor to properly place and transport hot mix asphalt. Measurement for pavement repair for which payment will be made will be the actual pavement area affected by the trench within the repair limits shown on the standard details, as measured in tons. B. Payment 1. Payment for the bituminous concrete base course (Hot Mix Asphalt Base Course) will be made for the quantity of pavement in tons as measured above at the unit price bid for each thickness class in the Bid Form. These prices shall be considered compensation for all labor, materials and equipment used to pave all streets disturbed during construction, in accordance with the plans, specifications, and details. Included in these prices shall be all costs for leveling courses, cleaning and broom sweeping, tack coats, adjustments of manhole castings and other structures, removal of core samples, replacement of pavement stripes and markings and all else necessary and incidental to the work described herein. The Engineer will use yield calculations to verify in place pavement thickness, and the Contractor will be paid accordingly.” CHANGES TO DRAWINGS Sheet CD-3 Detail A – HMA Base Course, 19M64, shall be 12” thick and shall be provided to the existing pavement surface. Sheet CD-4 Detail F – 2” of Hot Mix Asphalt 9.5M64 Surface Course has been deleted. HMA Base Course, 19M64, shall be 12” thick and shall be provided to the existing pavement surface. ATTACHMENTS 1. Revised Section 00301 – Bid Form 2. Revised 01025 – Measurement and Payment 3. Revised Sheet CD-3 4. Revised Sheet CD-4 City of Hoboken Hudson Street (4th Street to 10th Street) Water Main Replacement BID FORM PROPOSAL OF: Print or Type Name of Bidder The undersigned declares that the only persons or parties interested in this Bid as principals are as stated; that the Bid is made without any collusion with other persons, firms, or corporations; that he/she has carefully examined all the Contract Documents as prepared by CDM Smith Inc., 110 Fieldcrest Avenue, #8, 6ᵗʰ Floor, Edison, New Jersey, 08837 and dated June 2021 have been carefully examined; that the undersigned is fully informed in regard to all conditions pertaining to the Work and the place where it is to be done, and from them the undersigned makes this Bid. The prices set forth in this bid form shall cover all expenses incurred in performing the Work required under the Contract Documents, of which this Bid Form is a part. If a Notice of Award accompanied by at least four (4) unsigned copies of the Agreement and all other applicable Procurement Documents is delivered to the undersigned within sixty (60) calendar days, after the actual date of the opening of the Bids, the undersigned will within ten (10) calendar days, excluding Saturdays, Sundays, and legal holidays, after the date of receipt of such notification, execute and return all copies of the Agreement and all other applicable Procurement Documents to OWNER. The premiums for all Bonds required shall be paid by CONTRACTOR and shall be included in the Contract Price. The undersigned further agrees that the Bid Security accompanying this Bid shall become the property of OWNER if the Bidder fails to execute the Agreement as stated above. The undersigned hereby agrees that the Contract Time shall commence on the date indicated in the Notice to Proceed and the work shall be completed by October 29, 2021 unless otherwise discussed and approved with the Owner and Engineer in accordance with the terms as stated in the Agreement and Section 01014 - Construction Constraints and Sequence. In accordance with the above understanding, the undersigned offers and agrees, if this Bid is accepted, to enter into an Agreement with Owner to perform the Work, furnish all materials and complete the Work in its entirety in accordance with the Contract Documents, for the prices listed as follows: See attachment for details or email purchasing@hobokennj.gov for details specifications Bid See Full Description Apply Online Apply Online timeline Due: 6/30/21 ← Back to Jobs, RFPs and RFQs Page CONTACT INFORMATION Hoboken City Hall 94 Washington St. Hoboken, NJ 07030 (201) 420-2000 (201) 420-2096 HELPFUL LINKS Online Payment Terms Services Departments News Events City Council Contact QUICK LINKS Knowledge Base Events City Council Contact Departments Residents DEPARTMENTS Administration Climate Action & Innovation Community Development / Planning Division of Health Finance Infrastructure Municipal Boards Public Safety Department Transportation and Parking Popular Knowledge Base Services News City Council Events hoboken mayor ravi Bhalla Privacy Policy Website Feedback
Document Text
--- Document: See Full Description ---
Page 1 of 2
City of Hoboken
Hudson Street (4th Street to 10th Street) Water Main Replacement
City Bid No. 21-06
Addendum No. 2
TO:
All Bidders of Record
Date Issued: June 21, 2021
This addendum shall be part of the Contract Documents as provided in the Agreement for the above-
referenced project. Acknowledge the receipt of this addendum on Page 00400-5 of the Bid
Documents for the project. Failure to do so may subject the bidder to disqualification.
CLARIFICATIONS
None.
QUESTIONS AND ANSWERS
None.
CHANGES TO SPECIFICATIONS
Section 00301 – Bid Form
Bid Item W-2B: Change estimated quantity amount to 2,850 LF of Furnish and Install 12-inch Diameter
Class 54 Ductile Iron Pipe.
Bid Item R-1: Change estimated quantity amount to 920 TON of Furnish and Install Hot Mix Asphalt,
19M64.
A revised complete Bid Form is attached. Changed and/or new bid items are denoted with an “*” in the
revised bid form.
Section 01025 – Measurement and Payment
Replace Part 3 Execution, Item 3.29 in its entirety with following:
“3.29
HOT MIX ASPHALT 19M64 (ITEM R-1)
A. Measurement
1.
Measurement for Hot Mix Asphalt 19M64 Base Course will be on a per ton basis and shall
include all labor to properly place and transport hot mix asphalt. Measurement for pavement
repair for which payment will be made will be the actual pavement area affected by the
trench within the repair limits shown on the standard details, as measured in tons.
B. Payment
1.
Payment for the bituminous concrete base course (Hot Mix Asphalt Base Course) will be
Page 2 of 2
made for the quantity of pavement in tons as measured above at the unit price bid for each
thickness class in the Bid Form. These prices shall be considered compensation for all labor,
materials and equipment used to pave all streets disturbed during construction, in accordance
with the plans, specifications, and details. Included in these prices shall be all costs for
leveling courses, cleaning and broom sweeping, tack coats, adjustments of manhole castings
and other structures, removal of core samples, replacement of pavement stripes and markings
and all else necessary and incidental to the work described herein. The Engineer will use
yield calculations to verify in place pavement thickness, and the Contractor will be paid
accordingly.”
CHANGES TO DRAWINGS
Sheet CD-3
Detail A – HMA Base Course, 19M64, shall be 12” thick and shall be provided to the existing pavement
surface.
Sheet CD-4
Detail F – 2” of Hot Mix Asphalt 9.5M64 Surface Course has been deleted. HMA Base Course, 19M64,
shall be 12” thick and shall be provided to the existing pavement surface.
ATTACHMENTS
1.
Revised Section 00301 – Bid Form
2.
Revised 01025 – Measurement and Payment
3.
Revised Sheet CD-3
4.
Revised Sheet CD-4
© 2021 CDM Smith
All Rights Reserved
00301-1
SECTION 00301
City of Hoboken
Hudson Street (4th Street to 10th Street) Water Main Replacement
BID FORM
PROPOSAL OF:
Print or Type Name of Bidder
The undersigned declares that the only persons or parties interested in this Bid as principals are as stated;
that the Bid is made without any collusion with other persons, firms, or corporations; that he/she has
carefully examined all the Contract Documents as prepared by CDM Smith Inc., 110 Fieldcrest Avenue,
#8, 6th Floor, Edison, New Jersey, 08837 and dated June 2021 have been carefully examined; that the
undersigned is fully informed in regard to all conditions pertaining to the Work and the place where it is to
be done, and from them the undersigned makes this Bid. The prices set forth in this bid form shall cover all
expenses incurred in performing the Work required under the Contract Documents, of which this Bid Form
is a part.
If a Notice of Award accompanied by at least four (4) unsigned copies of the Agreement and all other
applicable Procurement Documents is delivered to the undersigned within sixty (60) calendar days, after
the actual date of the opening of the Bids, the undersigned will within ten (10) calendar days, excluding
Saturdays, Sundays, and legal holidays, after the date of receipt of such notification, execute and return all
copies of the Agreement and all other applicable Procurement Documents to OWNER. The premiums for
all Bonds required shall be paid by CONTRACTOR and shall be included in the Contract Price. The
undersigned further agrees that the Bid Security accompanying this Bid shall become the property of
OWNER if the Bidder fails to execute the Agreement as stated above.
The undersigned hereby agrees that the Contract Time shall commence on the date indicated in the Notice
to Proceed and the work shall be completed by October 29, 2021 unless otherwise discussed and
approved with the Owner and Engineer in accordance with the terms as stated in the Agreement and Section
01014 - Construction Constraints and Sequence.
In accordance with the above understanding, the undersigned offers and agrees, if this Bid is accepted, to
enter into an Agreement with Owner to perform the Work, furnish all materials and complete the Work in
its entirety in accordance with the Contract Documents, for the prices listed as follows:
© 2021 CDM Smith
All Rights Reserved
00301-2
HUDSON STREET (4th STREET TO 10th STREET) – WATER MAIN
Item No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
W-1
NA
Not Used
W-2
DUCTILE IRON PIPE
W-2A
60 LF
Furnish and Install 16-inch Diameter Class
54 Ductile Iron Pipe for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
*W-2B
2,850 LF
Furnish and Install 12-inch Diameter Class
54 Ductile Iron Pipe for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-2C
40 LF
Furnish and Install 8-inch Diameter Class 54
Ductile Iron Pipe for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-2D
720 LF
Furnish and Install 6-inch Diameter Class 54
Ductile Iron Pipe for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-2E
280 LF
Furnish and Install 4-inch Diameter Class 54
Ductile Iron Pipe for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2021 CDM Smith
All Rights Reserved
00301-3
HUDSON STREET (4th STREET TO 10th STREET) – WATER MAIN
Item No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
W-2F
60 LF
Furnish and Install 3-inch Diameter Class 54
Ductile Iron Pipe for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3
DUCTILE IRON FITTINGS
W-3A
2 EA
Furnish and Install 16-inch Diameter
Couplings for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3B
4 EA
Furnish and Install 12-inch Diameter
Couplings for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3C
9 EA
Furnish and Install 8-inch Diameter
Couplings for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3D
8 EA
Furnish and Install 6-inch Diameter
Couplings for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2021 CDM Smith
All Rights Reserved
00301-4
HUDSON STREET (4th STREET TO 10th STREET) – WATER MAIN
Item No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
W-3E
17 EA
Furnish and Install 6-inch Diameter Caps for
the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3F
4 EA
Furnish and Install 12-inch by 8-inch
Diameter Tee for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3G
15 EA
Furnish and Install 12-inch by 6-inch
Diameter Tee for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3H
15 EA
Furnish and Install 12-inch by 4-inch
Diameter Tee for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3I
1 EA
Furnish and Install 16-inch by 12-inch
Diameter Cross for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2021 CDM Smith
All Rights Reserved
00301-5
HUDSON STREET (4th STREET TO 10th STREET) – WATER MAIN
Item No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
W-3J
1 EA
Furnish and Install 12-inch by 12-inch
Diameter Cross for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3K
2 EA
Furnish and Install 12-inch by 6-inch
Diameter Cross for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3L
1 EA
Furnish and Install 12-inch by 8-inch
Diameter Reducer for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3M
4 EA
Furnish and Install 4-inch by 3-inch
Diameter Reducer for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3N
4 EA
Furnish and Install 16-inch Diameter 45-
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2021 CDM Smith
All Rights Reserved
00301-6
HUDSON STREET (4th STREET TO 10th STREET) – WATER MAIN
Item No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
W-3O
2 EA
Furnish and Install 12-inch Diameter 45-
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3P
4 EA
Furnish and Install 12-inch Diameter 22½-
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3Q
4 EA
Furnish and Install 12-inch Diameter 11¼ -
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-3R
2 EA
Furnish and Install 8-inch Diameter 11¼-
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$_________
W-3S
6 EA
Furnish and Install 6-inch Diameter 45-
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$_________
© 2021 CDM Smith
All Rights Reserved
00301-7
HUDSON STREET (4th STREET TO 10th STREET) – WATER MAIN
Item No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
W-4
VALVES, BOXES, AND APPURTENANCES
W-4A
2 EA
Furnish and Install 16-inch Diameter Gate
Valve and Box for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-4B
23 EA
Furnish and Install 12-inch Diameter Gate
Valve and Box for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-4C
4 EA
Furnish and Install 8-inch Diameter Gate
Valve and Box for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$_________
W-4D
10 EA
Furnish and Install 6-inch Diameter Gate
Valve and Box for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-4E
30 EA
Furnish and Install 4-inch Diameter Gate
Valve and Box for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2021 CDM Smith
All Rights Reserved
00301-8
HUDSON STREET (4th STREET TO 10th STREET) – WATER MAIN
Item No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
W-6
HYDRANTS, HYDRANT VALVES, AND APPURTENANCES
W-6A
11 EA
Furnish and Install Fire Hydrant for the Unit
Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-6B
10 EA
Remove Existing Fire Hydrant for the Unit
Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-7
SERVICES, CORPORATION STOPS, AND CURB VALVES
W-7A
130 EA
Furnish and Install 1” Corporation Stop for
the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-7B
10 EA
Furnish and Install 1 ½” Corporation Stop
for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-7C
15 EA
Furnish and Install 2” Corporation Stop for
the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2021 CDM Smith
All Rights Reserved
00301-9
HUDSON STREET (4th STREET TO 10th STREET) – WATER MAIN
Item No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
W-7D
130 EA
Furnish and Install 1” Curb Valve for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-7E
10 EA
Furnish and Install 1 1/2” Curb Valve for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-7F
15 EA
Furnish and Install 2” Curb Valve for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-7G
2,300 LF
Furnish and Install 1-inch Diameter Type-K
Copper for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-7H
200 LF
Furnish and Install 1 ½”-inch Diameter
Type-K Copper for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2021 CDM Smith
All Rights Reserved
00301-10
HUDSON STREET (4th STREET TO 10th STREET) – WATER MAIN
Item No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
W-7I
300 LF
Furnish and Install 2”-inch Diameter Type-K
Copper for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-8
60 CY
Excavate Utility Test Pits for the Unit Price
of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-9
100 CY
Grout and Abandon Existing Mains for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-10
5,950 LF
Dewater Excavated Trench Areas for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-11
50 CY
Perform Additional Excavation for the Unit
Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2021 CDM Smith
All Rights Reserved
00301-11
HUDSON STREET (4th STREET TO 10th STREET) – WATER MAIN
Item No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
W-12
4,000 CY
Transport and Place ¾-inch Quarry
Processed Stone for the Unit Price:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-13
4,000 CY
Remove and Dispose of Unsuitable Fill for
the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-14
10 CY
Excavate Rocks and Boulders for the Unit
Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
________
W-15A
20 LF
Furnish and Install 12-inch Steel Casing for
the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$_________
W-15B
100 LF
Furnish and Install 24-inch Steel Casing for
the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$_________
© 2021 CDM Smith
All Rights Reserved
00301-12
HUDSON STREET (4th STREET TO 10th STREET) – WATER MAIN
Item No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
W-16
65 CY
Furnish and Install Miscellaneous Concrete
for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$_________
W-17
1 LS
Perform Soil Erosion and Sediment Control
for the Lump Sum Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-18
1 LS
Perform Environmental Restoration for the
Lump Sum Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-19
1 LS
Maintain and Protect Traffic for the Lump
Sum Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
W-20
Allowance
Allowance – Provide an allowance for Fuel
Price Adjustment in the amount of $5,000
Dollars and no Cents
$5,000.00
$5,000.00
W-21
Allowance
Allowance – Provide an allowance for
Asphalt Price Adjustment in the amount of
$7,000 Dollars and no Cents
$7,000.00
$7,000.00
W-22
Allowance
Allowance – Provide an allowance for Police
Traffic Directors in the amount of $190,000
Dollars and no Cents
$190,000.00
$190,000.00
W-23
Allowance
Allowance – Provide an allowance for
Concrete, Asphalt, and Soil Testing in the
amount of $40,000 Dollars and no Cents
$40,000.00
$40,000.00
© 2021 CDM Smith
All Rights Reserved
00301-13
HUDSON STREET (4th STREET TO 10th STREET) – WATER MAIN
Item No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
W-24
Allowance
Allowance – Provide an allowance for
Utility Relocation in the amount of $25,000
Dollars and no Cents
$25,000.00
$25,000.00
W-25
Allowance
Contingency Allowance - Provide a
contingency allowance in the amount of
$50,000 Dollars and no Cents to be used
only as directed by the Engineer for the
Owner’s purposes
$50,000.00
$50,000.00
W-26
325 CY
Remove Existing Thickened Pavement for
the Unit Price of:
________________________________
__________Dollars and _________Cents
$___________
$_________
W-27
16 Each
Provide Monitoring for Fire Service
Switchovers for the Unit Price of:
________________________________
___________Dollars and ________Cents
$___________
$_________
W-28
6 EA
Sample and Waste Classify Soils for the Unit
Price of:
_________________________________
__________Dollars and _________Cents
$___________
$_________
W-29
Allowance
Allowance – Provide an allowance for
Loading, Hauling, and Disposing Regulated
Material in the amount of $250,000 Dollars
and no Cents
$250,000
$250,000
W-30
Allowance
Allowance – Provide an allowance for
Loading, Hauling, and Disposing Regulated
Material (Hazardous) in the amount of
$10,000 Dollars and no Cents
$10,000
$10,000
© 2021 CDM Smith
All Rights Reserved
00301-14
HUDSON STREET (4th STREET TO 10th STREET) - RESTORATION
*R-1
920 TON
Furnish and Install Hot Mix Asphalt, 19M64
for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$____________________
R-2
400 SY
Form, Furnish, and Install Concrete
Sidewalk, 4-inches Thick with
Reinforcement for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$____________________
R-3
192 SF
Reset Brick Paver Sidewalks for the Unit
Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$____________________
R-4
672 SF
Reset Slate Sidewalks for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$____________________
R-5
925 LF
Form, Furnish, and Install Concrete Curb, 9-
inches by 18-inches for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$____________________
Note: All work shall be completed by October 29, 2021 unless otherwise discussed and approved with
the Owner and Engineer in accordance with the terms as stated in the Agreement and Section 01014 -
Construction Constraints and Sequence.
© 2021 CDM Smith
All Rights Reserved
00301-15
Total Bid Price (Water Main and Restoration) in Words
_____________________________________________________________________________________
Total Bid Price (Water Main and Restoration) in Figures
$
The undersigned also agrees that extra work, if any, will be performed in accordance with Article 10 of
the Conditions of the Contract and will be paid for in accordance with Article 11 of the Conditions of the
Contract.
Amounts shall be shown in both words and figures, where indicated. In case of discrepancy, the amount
shown in words will govern.
The above prices shall include, but is not limited to; all labor, materials, bailing, shoring, removal, overhead,
profit, insurance and incidentals required to complete the Work.
© 2021 CDM Smith
All Rights Reserved
00301-16
BIDDER PRINCIPALS:
The first and last names in full and addresses of all persons and parties interested in the foregoing Bid as
principals are as follows:
(Give first and last names in full. In the case of a corporation, see Article 8.3 of the Instructions to
Bidders, in the case of a limited liability company [LLC], see Article 8.4 of the Instructions to Bidders, in
the case of a partnership, see Article 8.5 of the Instructions to Bidders.)
The all documents listed in Section 00200 – Bid Document Submission Checklist are attached to and
made a condition of this Bid.
The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other
elements of labor employed or to be employed on the work. The undersigned hereby certifies under the
penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with
any other person. As used in this section, the word "person" shall mean any natural person, joint venture,
partnership, corporation, or other business or legal entity. (Bidder shall sign this Bid Form in accordance
with the Instructions to Bidders, Sections 8.3, 8.4 or 8.5 as applicable. Corporate Bidders must provide a
certified copy of a Corporate Resolution authorizing the execution and submission of the Bid)
(an Individual)
The undersigned is (circle one):
(a Partnership)
(a Corporation)
© 2021 CDM Smith
All Rights Reserved
00301-17
Bidder’s Name:
_________________________________________________
(Please print or type your name)
Bidder’s Address: _________________________________________________
(Please print or type address)
Signature:
_________________________________________________
Title:
_________________________________________________
Date:
___________________, 20___
Social Security Number
or Federal Identification
Number:
Corporate Seal:
(if corporation)
Notice of acceptance should be mailed, telegraphed, or delivered to the undersigned Bidder at the
following address:
(Name)
(Title)
(Address)
(City, State and Zip Code)
END OF SECTION
© 2021 CDM Smith
All Rights Reserved
01025 - 1
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1 GENERAL
1.01
SCOPE
A.
This Section includes specification for the measurement and payment of the various
elements of the Work; with provisions applicable to lump sum prices, unit prices, and
allowances, if applicable.
B.
In the case of conflict between this Section and the measurement methods specified in the
individual technical Sections, the measurement methods in the technical specifications shall
govern.
C.
The Contractor shall receive no payment for any portion of the work until it is installed. The
only exception to this is payment for stored materials on site if the Contract provides for the
payment of stored materials. Partial payment may be requested for items partially installed.
1.02
RELATED WORK
A.
Schedule of Values is included in Section 01370.
B.
Application for Payment are included in Section 01026.
C.
Bid Form is included in Section 00301.
1.03
LUMP SUM ITEMS
A.
Lump Sum measurement will be for the entire item, unit of work, structure, or combination
thereof, as specified and as indicated in the Bid Form. Measurement and payment for all bid
items indicated as Lump Sum shall include the cost of all labor, materials and equipment
necessary to furnish, install, clean, test, and place each bid item into operation; including
permitting, general conditions, overhead and profit.
B.
Progress payments will be based on the Schedule of Values prepared by the Contractor and
approved by the Engineer and Owner before acceptance of the first Application for Payment.
C.
In order for the Contractor to request progress payments against Lump Sum items,
Contractor shall provide a disaggregation or breakdown in sufficient measureable detail that
is acceptable to the Engineer.
D.
Measurement
1.
Measurement shall be based on the estimated percent complete of each item of the
Schedule of Values, as determined by the Engineer.
E.
Payment
1.
Payment will be made at the price proportional to the completion percentages approved by
the Engineer.
© 2021 CDM Smith
All Rights Reserved
01025 - 2
1.04
ALLOWANCES
A.
Allowances, if any, specified in the Contract Documents and indicated in the Bid Form, are
considered provisional amounts to be used only if needed. Allowances are exclusive of work
indicated in the Contract Documents for which payment is included under other items in the
Bid Form. No work may be performed under an allowance without prior written approval of
the Owner.
B.
Any unused balance of the allowances shall revert to the Owner upon completion of the
project. Prior to final payment, the original amount provided for allowances shall be adjusted
to actual costs by deductive Change Order, adjusting the contract price, accordingly.
C.
The Contractor shall make no claim, nor receive any compensation, for anticipated profits,
loss of profit, damages, or any extra payment due to any unexpended portion of the
allowances.
D.
The Contractor is to include time for allowance work in the construction schedule. No
adjustment of Contract Time shall be allowed for any work performed under allowance
items.
E.
Allowance items shall be included in the Schedule of Values.
F.
Unless otherwise indicated in the specific measurement and payment provisions under
allowance items, the measurable and allowable costs for work performed under an
Allowance item shall be limited to the actual, demonstrable, and direct costs associated with
that Allowance item. Shipping and sales taxes are not allowable costs.
1.
No mark-up for overhead or profit shall be included for payment under an Allowance
account item. Overhead and profit shall be included in the contract bid or allocated across
other bid items.
1.05
UNIT PRICE ITEMS
A.
Quantity and measurement estimates stated in the Bid Form are estimates for bidding purposes
only. Actual payments shall be based on actual quantities installed, in-place, as measured
and/or verified by the Engineer.
B.
Unless otherwise provided in the General Conditions, the bid unit prices shall be in effect
throughout the contract duration, regardless of variances between the estimated quantities and
the actual installed quantities.
C. The Contractor shall make no claim, nor receive any compensation, for anticipated profits, loss
of profit, damages, or any extra payment due to any difference between the amounts of work
actually completed, or materials or equipment furnished, and the estimated quantities.
D. Unless otherwise approved by the Owner, any unit quantities exceeded may not be invoiced
until the estimated quantity is increased by contract change order.
E.
Contractor shall assist Engineer by providing necessary equipment, workers, and survey
personnel as required to measure quantities.
© 2021 CDM Smith
All Rights Reserved
01025 - 3
F.
Measurement
1.
Measurement of quantities expressed as volume shall be based upon a neat plan line
projection to the work limits as determined by survey record drawings for each item with
no additional allowances for shrinkage, swelling or creep.
G.
Measurement of quantities expressed as area shall be based upon a horizontal, planimetric
projection to the work limits as determined by survey record drawings for each item with no
additional allowances for slopes.
H.
Measurement of linear items such as piping will be for quantities actually field installed to the
specified work limits, based upon surveyed stations recorded along the straight or curved
centerline of each respective item.
I.
Stipulated Sum/Price Measurement: Items shall be measured by weight, volume, area, or linear
means or combination, as appropriate, as a completed item or unit of the Work.
J.
Measurement for progress payment shall be made by, or approved by, the Engineer based on
the estimated effective quantity installed. The effective quantity installed represents the actual
units or quantities installed, adjusted for incomplete elements or components.
1.
Unless otherwise provided for in the Bid Form unit price items are all-inclusive of all
related work, direct and indirect, to provide a complete and functional item. For example,
underground pipe installation would include trenching, shoring, dewatering, bedding,
installation, backfill, testing, flushing, disinfection, and commissioning; including all labor,
materials and equipment necessary to furnish, install, clean, test, and place into operation;
including permitting, general conditions, overhead and profit.
2.
The final measurement shall be based on actual quantities, jointly measured by Contractor
and Engineer, complete, fully, tested and placed into service.
K. Payment
1.
Progress payments shall be in accordance with the contract documents based on estimated
effective quantities installed, paid at the bid unit price.
2.
The final payment for Work governed by unit prices shall be based on actual quantities,
fully installed, tested and accepted by the Engineer multiplied by the unit sum/price for the
Work, paid at the bid unit price.
3.
Upon installation, the unit cost for the item will be paid less any prior payments for stored
material. Upon installation, an adjustment will be made in payment to account for the
quantity of materials actually installed in the work. Final payment will be subject to the
acceptance of the unit item following approval of final testing, if applicable. No payment
will be made for material in excess of what is actually installed in the work.
4.
Payment for unit price items will be made monthly until completion of each unit price item
based on quantity estimated by Contractor, and verified by the Engineer. Final payment
will be based on the actual quantity installed and as calculated from As-Built Drawings.
© 2021 CDM Smith
All Rights Reserved
01025 - 4
1.06
ALTERNATES
A.
Alternate: An amount proposed by bidders and stated on the Bid Form for certain work
defined in the Contract Documents that may be added to or deducted from the Base Bid
amount if the Owner decides to accept a corresponding change either in the amount of
construction to be completed or in the products, materials, equipment, systems or installation
methods described in the Contract Documents.
B.
The cost or credit for each alternate is the net addition to or deduction from the Contract
Sum to incorporate alternate into the Work. No other adjusments are made to the Contract
Sum.
C.
Coordination: Modify or adjust affected adjacent work as necessary to completely integrate
work of the alternate into the Project. Include as part of each alternate, miscellaneous
devices, accessory options, and similar items incidental to or required for a complete
installation whether or not indicated as part of the alternate.
D.
Execute accepted alternates under the same conditions as other work of the Contract.
E.
The Schedule of Alternates is included at the end of this Section.
1.07
PAYMENT
A.
Payment for each lump sum and unit price stated in the itemized bid shall constitute full
compensation for all required labor, products, tools, equipment, material, plant,
transportation, services and incidentals; erection, application or installation of an item of the
Work required to complete all work specified under that particular item including cleanup,
and all costs for doing related work as set forth in these Specifications and /or on the
Contract Drawings or implied in carrying out their intent.
B. The price bid for each lump sum and unit price item stated in the itemized bid shall be deemed to
include overhead and profit.
C. Relevant specification section references are provided to facilitate pricing. However, Contractor
shall, using his own judgment, determine which sections are relevant to each pay item prior to
submitting a comprehensive price that covers all Work identified in the Contract Documents.
D. Requests for payment shall be in accordance with the General Conditions.
E.
Payment will be made to the limits as specified in the Contract Documents. If the constructed
limits are less than the specified limit, payment will be made at the prices given in the Schedule
of Prices to the actual limits of construction as shown on the As-built Drawings. Payment for
quantities that exceed the specified contract limits will only be made with the approval of the
Engineer and shall be at the unit rates given in the Schedule of Prices. Payment for quantities
that exceed the contract quantities will be made through an approved Change Order in
accordance with the General Conditions of the Contract.
F.
The Contractor shall receive no payment for any portion of the work until it is installed. The
only exception to this is payment for stored materials on site if the Contract provides for the
payment of materials adequately stored and protected until installation. Partial payment may be
requested for items partially installed.
© 2021 CDM Smith
All Rights Reserved
01025 - 5
G. Materials will be paid for as specified in the General Conditions. All such requests must have
material quantities verified by the Engineer prior to payment.
1.
Qualification for partial payment for materials delivered shall be in accordance with the
General Conditions.
1.08
VARIATIONS IN ESTIMATED QUANTITIES
A.
The quantities given in the Contract Documents are approximate only, and are given as a
basis for the uniform comparison of bids, and Owner does not expressly or by implication
warrant that the actual amount of work will correspond therewith.
B.
The Contractor must provide, for Unit Price Work, a proposed contract price determined on
the basis of estimated quantities required for each item. The estimated quantities of items
are not guaranteed and are solely for the purpose of comparing bids. Each such unit price
will be deemed to include an amount for overhead, profit and indirect costs for each
separately defined item.
C.
An increase or decrease in the quantity for any unit price item shall not be regarded as
sufficient grounds for an increase or decrease in the price of the items except as provided in
the General Conditions.
D.
If the actual Work requires more or fewer quantities than those indicated in the Bid Form,
provide the required quantities at the unit sum/prices given in the Schedule of Prices and in
accordance with the General Conditions of the Contract.
1.09
DEFECT ASSESSMENT
A.
Replace defective Work, or portions of defective Work, not conforming to specified
requirements.
B.
If, in the opinion of the Engineer, it is not practical to remove and replace the Work, the
Engineer will direct a remedy in accordance with the requirements of Article 13 of the
General Conditions.
1.10
AUTHORITY
A.
Measurement methods delineated in the individual specification sections are intended to
complement the criteria of this section. In the case of conflict between this Section and the
measurement methods specified in the individual technical Sections, the measurement
methods in the technical specifications shall govern.
B.
The Contractor shall take all measurements and compute quantities. The Engineer will
verify measurements and quantities.
C.
Assist by providing necessary equipment, workers, and survey personnel as required.
© 2021 CDM Smith
All Rights Reserved
01025 - 6
PART 2 PRODUCTS – NOT USED
PART 3 EXECUTION
3.01
MOBILIZATION – NOT USED
3.02
DUCTILE IRON WATER MAIN PIPE (ITEM W-2)
A.
Measurement
1.
Ductile iron water main of the size specified on the bid form will be measured in place on a
linear foot basis. Measurement for length will be along the horizontal centerline of the
pipe, with deductions for valves or fittings. Measurement will be to the nearest tenth of a
foot. Measurement for payment does not signify that the water main is accepted.
2.
The Contractor shall assist the Engineer with making measurements.
B.
Payment
1.
Payment for furnishing new ductile iron pipe of the class and size specified will be made
for the respective quantities as above determined, at the applicable contract price per linear
foot bid under Items W-2A through W-2F in the Bid Form.
2.
Payment for furnishing and installing ductile iron pipe will be made for the quantity as
above determined at the contract price per each bid in the Bid Form. Such price and
payment shall be full compensation for furnishing all labor, site preparation, equipment,
and materials for measurement for trench excavation (excluding rock and boulder
excavation) including furnishing, installing and removing sheeting and steel decking, where
required; removal and disposal of existing pavement including top, binder, base, and
subbase courses, thrust block furnishment and installation; concrete piers; cleaning and
grubbing; maintainence and protection of traffic supporting existing utilities within the
excavation; transporting and installing new ductile iron pipe; laying and jointing the pipe,
including specified joint restraints; insulation where required; bedding; backfilling;
compaction; polywrapping the pipe; temporary pavement; restoring the trench surface to
grade; driveway restoration (gravel, stone pavers, earthen, asphalt, or concrete); removal
and replacement of all concrete headwalls, curb, gutter, sidewalk and vegetated (non-
paved) surfaces disturbed by the excavation; inlet protection and other erosion and
sediment control measures; cleaning, disinfection and testing of the pipe; furnishing and
installing any geotextile filter fabric; daily pavement marking restoration and all else in
connection therewith and incidental thereto for which separate payment is not provided
under other Items in the Bid Form.
3.
Payment for furnishing and installing ductile iron pipe shall also include payment for
disinfection and testing of the newly-installed pipe. Payment shall fully reimburse the
Contractor for all labor, materials, equipment, and incidentals required for sampling;
cleaning; flushing; pressure testing; disinfection; de-chlorination and disposal of all water;
testing of chlorine levels in discharge water; and all else in connection therewith and
incidental thereto for which separate payment is not provided under other Items. Cleaning,
disinfection, and testing shall be for the entire transmission main and appurtenances
installed.
© 2021 CDM Smith
All Rights Reserved
01025 - 7
4.
Payment for rock and boulder excavation shall be included in W-14.
3.03
DUCTILE IRON FITTINGS (ITEM W-3)
A.
Measurement
1.
Ductile iron fittings (tees, bends, reducers, solid sleeves, end caps, etc.) will be measured
for payment as the number of each at sizes actually furnished and installed in the completed
project and accepted by the Engineer.
B.
Payment
1.
Payment for installing new ductile iron fittings of the class and size specified will be made
for the respective quantities quantity as above determined at the applicable contract price
each under Items W-3A through W-3Z in the Bid Form.
2.
Payment for furnishing and installing ductile iron fittings will be made for the quantity as
above determined at the contract price per each bid in the Bid Form. Such price and
payment shall be full compensation for furnishing all labor, site preparation, equipment,
and materials for measurement for excavation (excluding rock and boulder excavation)
including furnishing, installing and removing sheeting and steel decking, where required;
furnishing and installing thrust blocks; removing and disposing of excess and unacceptable
excavation material; dewatering and drainage; transporting and installing the fitting,
furnishing and installing sufficient restraint for the fitting; insulation where required;
bedding; polywrapping the fittings; backfilling; compaction; temporary pavement;
driveway restoration (gravel, stone pavers, earthen, asphalt, or concrete); replacement of all
concrete curb, gutter, sidewalk and vegetated surfaces disturbed by the excavation;
cleaning, disinfection and testing of the fittings; and all else in connection therewith and
incidental thereto for which separate payment is not provided under other Items.
3.
Payment for rock and boulder excavation will be made under W-14.
3.04
VALVES, BOXES, AND APPURTENANCES (ITEM W-4)
A.
Measurement
1.
Valves, boxes, and appurtenances shall be measured as the number of each at sizes actually
installed in the completed project and accepted by the Engineer in accordance with the
Plans and Specifications or as directed by the Engineer.
B.
Payment
1.
Payment shall include furnishing and installing buried gate valves and insertion valves,
with boxes with lids, and extension stems to the size listed in the Bid Form.
2.
Payment for furnishing and installing buried gate valves shall include transporting and
installing buried valves, boxes, covers and valve extension stems. Such price and payment
shall be full compensation for furnishing all labor, site preparation, equipment, and
materials for excavation (excluding rock and boulder excavation) including furnishing,
installing and removing sheeting and steel decking, where required; furnishing and
installing thrust blocks; removing and disposing of excess and unacceptable excavation
© 2021 CDM Smith
All Rights Reserved
01025 - 8
material; dewatering and drainage; supporting existing utilities within the excavation;
transporting and installing valve, valve box, and extension stem material; and furnishing
and installing fittings with necessary joint restraints; insulation where required; including
furnishing and placing screened gravel where required, setting, jointing, furnishing and
installing concrete support blocks; backfilling, providing concrete pad (where box is
located off road), temporary pavement, driveway restoration (gravel, stone pavers, earthen,
asphalt, or concrete), thrust blocks, cleaning, chlorinating, testing, and all work required for
or incidental to the satisfactory completion of the Items for which separate payment is not
provided under other items in the Bid Form.
3.
Payment for rock and boulder excavation will be made under W-14.
3.05
TAPPING SLEEVES AND VALVES (ITEM W-5) - NOT USED
3.06
HYDRANTS, HYDRANT VALVES, AND ASSEMBLIES (ITEM W-6)
A.
Measurement
1.
New fire hydrants, hydrant valves, and assemblies shall be measured as the number of each
actually installed in the completed project and accepted by the Engineer.
2.
New hydrant laterals will be measured for payment on a linear foot basis under Item W-2.
B.
Payment
1.
Payment for shall furnishing and installing fire hydrants, complete with hydrant valves and
boxes with lids, and valve extension stems as determined at the contract price in the Bid
Form. Such price and payment shall be full compensation for furnishing all labor, site
preparation, equipment, and materials for measurement for saw cutting of existing concrete
and bituminous pavement, excavation (excluding rock and boulder excavation) including
furnishing, installing and removing sheeting and steel decking, where required; removing
and disposing of excess and unacceptable excavation material; dewatering and drainage;
supporting existing utilities within the excavation; transporting and installin the new
hydrant; transporting and installing valve, valve box, and extension stem material;
furnishing and installing thrust blocks; and furnishing and installing fittings with necessary
joint restraints; insulation where required; including furnishing and placing screened gravel
where required, setting, jointing, furnishing and installing concrete support blocks;
backfilling, providing concrete pad (where box is located off road), temporary pavement,
driveway restoration (gravel, stone pavers, earthen, asphalt, or concrete), cleaning,
chlorinating, testing, and all work required for or incidental to the satisfactory completion
of the Items for which separate payment is not provided under other items in the Bid Form.
2.
This item includes removal, transport, and delivery of the existing hydrant to the Owner’s
facility.
3.
New hydrant laterals will be paid for under Item W-2.
3.
Payment for rock and boulder excavation will be made under W-14.
© 2021 CDM Smith
All Rights Reserved
01025 - 9
3.07
SERVICES, CORPORATION STOPS, AND CURB VALVES (ITEM W-7)
A.
Measurement
1.
Copper tubing for water service connections installed will be measured as the actual
number of linear feet of each size of tubing installed in the completed project as measured
from the corporation stop at the water main connection to the end of the new service line
installed at the curb stop.
2.
Curb stops will be measured as the actual number of each size of curb stops with boxes
installed in the completed project and accepted by the Engineer.
3.
Corporation stops will be measured as the actual number of each size of corporation stop
installed in the completed project and accepted by the Engineer.
B.
Payment
1.
Payment for furnishing and installing copper tubing service connections of the required
size will be made for the respective quantities as determined above at the applicable price
in the Bid Form. Such price and payment shall be full compensation for furnishing all
labor, site preparation, equipment, and materials for measurement for saw cutting of
existing concrete and bituminous pavement, sidewalk, and curbing, excavation (excluding
rock and boulder excavation) including furnishing, installing and removing sheeting and
steel decking, where required; removing and disposing of excess and unacceptable
excavation material; dewatering and drainage; supporting existing utilities within the
excavation; and furnishing and installing fittings with necessary joint restraints; insulation
where required; including furnishing and placing screened gravel where required, setting,
jointing, furnishing and installing concrete support blocks; backfilling, temporary
pavement, driveway, curb, and sidewalk restoration (gravel, stone pavers, earthen, asphalt,
or concrete), cleaning, chlorinating, testing, and all work required for or incidental to the
satisfactory completion of the Items for which separate payment is not provided under
other items in the Bid Form.
2.
Payment for furnishing and installing curb stops of the required size will be made for at the
respective quantities as determined above at the applicable unit price bid in the Bid Form.
Price and payment shall be full compensation for all work of furnishing and installing the
curb stops with boxes, all excavation (excluding rock and boulder excavation), backfilling,
setting boxes and all else incidental thereto for which payment is not provided under other
items in the Bid Form.
3.
Payment for furnishing and installing corporation stops of the required size will be made
for the respective quantities as determined above at the applicable unit price bid in the Bid
Form. Price and payment shall be full compensation for all work of furnishing and
installing the corporation stops and appurtenances, excavation (excluding rock and boulder
excavation), backfilling and all else incidental thereto for which payment is not provided
under other items in the Bid Form.
4.
Payment for rock and boulder excavation will be made under W-14.
3.08
UTILITY TEST PITS (W-8)
© 2021 CDM Smith
All Rights Reserved
01025 - 10
A.
Measurement and Payment
1.
Test pits for the purpose of locating underground utilities are specified under Section 02 41
00. Test pits shall be made where shown on the Drawings and as directed by the Engineer.
The measured quantity of excavation for test pits will be the actual number of cubic yards
removed, as determined by the Engineer. Test pits shall be paid at the unit price bid in the
Bid Form for the above determined quantity and shall be full compensation for furnishing
all labor, equipment and materials for saw cutting of existing bituminous and concrete
surfaces, excavation (excluding rock and boulder excavation) including furnishing,
installing and removing sheeting and steel decking, where required; removing and
disposing of excess and unacceptable excavation material; dewatering and drainage;
recording the materials, size, depth and planimetric location of the existing water main and
adjacent utilities, particularly gas utilities relative to three surrounding benchmarks (i.e.
face of curb, utility pole, etc.) and providing this information immediately to the Engineer;
backfilling with appropriate material; compaction; replacement of all curb, gutter, sidewalk
and vegetated surfaces disturbed by the excavation unless otherwise directed by the
Engineer; and all else in connection therewith and incidental thereto for which separate
payment is not provided under other Items.
3.09
ABANDONMENT (ITEM W-9)
A.
Measurement and Payment
1.
Measurement shall be made for Item W-9 per cubic yard of water main void to be filled
with flowable fill. Payment under Item W-9 shall fully reimburse the Contractor for all
labor, materials, equipment, and incidentals required to abandon the existing water main
within the area of work to the cut and cap, including the flowable fill and capping of both
ends (including the end caps); and all else in connection therewith and incidental thereto for
which separate payment is not provided under other Items.
3.10
DEWATERING EXCAVATED TRENCH AREAS (ITEMS W-10)
A. Measurement
1.
Dewatering for excated water main trench areas shall be measured as the number of linear
feet of trench as shown on the drawing or as directed by the Engineer.
2.
Dewatering for excavated gray infrastructure area shall be measured as the number of
square feet of exacated area as shown on the drawing or as directed by the Engineer.
B.
Payment
1.
Payment for dewatering excavated trench/gray infrastructure areas, will be made for the
quantity determined above at the appropriate unit price bid in the Bid Form. Price and
payment shall be full compensation for all labor, materials, equipment, and incidentals
required for dewatering, including pumps, hoses, disposal, permitting, and all else incidental
thereto for which payment is not provided under other items in the Bid Form.
3.11
ADDITIONAL EXCAVATION (ITEMS W-11)
A.
Measurement
© 2021 CDM Smith
All Rights Reserved
01025 - 11
1.
Additional Excavation shall be measured as the number of cubic yards ordered by the
Engineer to be excavated which are not included under other items of this Contract.
B.
Payment
1.
Payment for Additional Excavation, will be made for the quantity determined above at the
appropriate unit price bid in the Bid Form. Price and payment shall be full compensation
for clearing and grubbing, excavation of all materials, sheeting and bracing, backfilling,
compaction, maintenance of traffic, and all else incidental thereto for which payment is not
provided under other items in the Bid Form.
3.12
3/4"-INCH QUARRY PROCESSED STONE (ITEMS W-12)
A. Measurement
1.
3/4"-inch Quarry Processed Stone shall be measured as the number of cubic yards of 3/4"-
inch Quarry Processed Stone material placed within the trench as measured installed, as
shown in the drawings or as directed by the Engineer.
B. Payment
1.
Payment for 3/4"-inch Quarry Processed Stone, will be made for the quantity determined
above at the appropriate unit price bid in the Bid Form. Price and payment shall be full
compensation for furnishing and installing 3/4"-inch Quarry Processed Stone, excavation of
all materials, compaction, disposal of materials which have been removed, and all else
incidental thereto for which payment is not provided under other items in the Bid Form.
3.13
REMOVAL AND DISPOSAL OF UNSUITABLE FILL (ITEMS W-13)
A. Measurement
1.
Removal and disposal of unsuitable fill shall be measured as the number of cubic yards of
unsuitable fill to be removed within the limits as directed by the Engineer.
B.
Payment
1.
Payment for removal of unsuitable fill, will be made for the quantity determined above at
the appropriate unit price bid in the Bid Form. Price and payment shall be full compensation
for excavation, transporation, proper disposal, and disposal fees of material which have been
removed and all else incidental thereto for which payment is not provided under other items
in the Bid Form.
3.14
ROCK AND BOULDER EXCAVATION (ITEMS W-14)
A.
Measurement
1.
When rock is encountered, the material shall be uncovered and the Engineer notified. The
Engineer will take cross sections of the rock surface. If the Contractor fails to uncover the
rock and notify the Engineer to allow ample time for cross-sectioning the undisturbed
material, the Contractor shall have no right-of-claim to any classification other than that
allowed by the Engineer. Removal of old concrete foundations, structures, or headwalls, if
© 2021 CDM Smith
All Rights Reserved
01025 - 12
any, shall be classified as rock.
2.
Measurements of rock excavation will extend 8-inches below the bottom of the pipe or
structure. Trench widths will be as indicated in the Contract Documents.
3.
Boulders of more than 2 cubic yards in volume when encountered in earth or trench
excavation will be measured for payment.
4.
The quantity of rock and boulder excavation to be paid for will be the number of cubic yards
of rock or boulders measured in place, as directed by the Engineer, within the limits herein
specified.
B. Payment
1.
Payment for rock and boulder excavation will be made for the quantities as above
determined, measured in cubic yards, at the unit price bid in the Bid Form, which price and
payment will be full compensation for excavation or otherwise breaking and disposing of
rock, backfilling and providing screened gravel, for any deficiency of trench backfill and all
work incidental thereto, for which payment is not provided under other items. No payment
will be made for refill material to replace any deficiency of backfill material.
3.15
STEEL CASING PIPE (ITEM W-15)
A.
Measurement
1.
Steel casing pipe of the sizes specified on the Bid Form shall be measured in place on a
linear foot basis. Measurement for length will be along the horizontal centerline of the pipe.
Measurement will be to the nearest tenth of a foot. Measurement for payment does not
signify that the casing pipe is accepted.
a.
The Contractor shall assist the Engineer with making measurements.
B.
Payment
1.
Payment for steel casing pipe will be measured as the actual length and diameter installed.
sleeves shall be paid at the unit price in the Bid Form for the above determined quantity and
shall be full compensation for furnishing all labor, equipment, materials for installating and
strapping the encasement, casing chocks, end caps, and all else in connection therewith and
incidental thereto for which separate payment is not provided under other Items.
3.16
MISCELLANEOUS CONCRETE (ITEM W-16)
A.
Measurement
1.
Miscellaneous concrete shall be measured in place in the completed work by average
dimensions in each of three planes. Slip measurement shall not be allowed.
B.
Payment
1.
Payment for concrete used for miscellaneous purposes, approved by the Engineer, shall be
made for the quantity measured in place (cubic yards) at the unit price bid in the Bid Form
© 2021 CDM Smith
All Rights Reserved
01025 - 13
and shall be full compensation for all work required for, or incidental to the satisfactory
completion of the Item for which separate payment is not provided under other items in the
Bid Form.
3.17
SOIL EROSION AND SEDIMENT CONTROL (ITEMS W-17)
A. Measurement
1. Soil erosion and sediment control at the locations shown on the Drawings, as specified and as
required by permits, shall be measured as a single item.
B. Payment:
1.
Payment for soil erosion and sediment control shall be made at the contract lump sum price
and shall include all labor, materials, equipment, erosion control devices, maintenance,
removal of all erosion control devices, restoration, and all other items incidental to the
performance of this work.
3.18
ENVIRONMENTAL RESTORATION (ITEMS W-18)
A. Measurement
1.
Environmental restoration as specified in Section 01110, shall be measured as a single
item.
B.
Payment
1.
Payment of the lump sum established in the Schedule of Prices shall be full compensation
for all labor, materials, and equipment required to do all the work specified in Section
01110 and as shown on the Drawings, including the planting of any new trees. Payment
shall fully reimburse the Contractor for cooperating with and meeting all the requirements
of the Governing Regulatory Agencies relative to construction as shown on the Drawings
and as specified and as may be required or necessary to complete the Work.
3.19
MAINTENANCE AND PROTECTION OF TRAFFIC (ITEMS W-19)
A.
Payment for maintenance and protection of traffic shall be made at the lump sum price bid
in the Proposal. This price shall include the fixed signs and traffic control devices for day
and night work, Traffic Control Coordinator, and all labor, equipment, and materials
necessary for erecting and maintaining the signs and traffic control devices, relocating traffic
control devices, protection or replacement of traffic signalization equipment, and all else
necessary therefore and incidental thereto.
3.20
FUEL AND ASPHALT PRICE ADJUSTMENT – ALLOWANCE (ITEMS W-20 AND W-
21)
A.
The Owner will measure and make payment for Fuel and Asphalt Price Adjustment on a
lump sum basis.
B.
With the adjustments:
© 2021 CDM Smith
All Rights Reserved
01025 - 14
1.
The Owner has provided in the proposal a maximum lump sum allowance for the price
adjustment that the owner has found to be reasonable and has funds available to pay.
2.
The maximum increased payment the Owner will make due to a net increase in costs of
items subject to price adjustment is the lump sum amount established in the proposal.
3.
The maximum reduction in payment that the Owner will make due to a net decrease in
costs of items subject to price adjustment is not constrained by the Lump Sum amount
established in the proposal.
4.
Final payment for the price adjustment items in the Proposal will be an additional amount
equal to the lesser of the actual net increase in costs or the Proposal Lump Sum amount or,
if there is a net decrease in costs, will be a reduction (credit) equal to the net decrease in
costs.
5.
Adjustments due to decreases in costs will always be made; however, no adjustment due to
increases in cost will be made for the portion of work items completed after the contract
completion date set forth in the Agreement unless an extension time is approved.
6.
Prior to each progress payment, the Contractor will provide, in form acceptable and for
review and approval by the Engineer, a proposed calculation of required price adjustments
for the items constructed during the period.
7.
NO FUEL ADJUSTMENT WILL BE MADE IN ANY MONTH WHERE THE FUEL
PRICE INDEX HAS CHANGED LESS THAN 5% FROM THE BASIC FUEL PRICE.
3.21
POLICE TRAFFIC DIRECTORS - ALLOWANCE (ITEM W-22)
A.
Measurement for police traffic directors shall be the direct payment of costs related to police
traffic directors on site for traffic duties. The Contractor will be required to submit copies of
invoices showing the hours and pay rates for each officer. The Contractor cannot add profit,
administrative, overhead or any other fees to the hourly rate billed by the municipality. The
payment for police traffic directors will be made from the allowance.
3.22
CONCRETE, ASPHALT AND SOIL TESTING - ALLOWANCE (ITEM W-23)
A.
Measurement for concrete, asphalt, and soil testing shall be the direct payment of costs
related to concrete, asphalt, and soil testing in accordance with Section 01400. The
Contractor will be required to submit copies of invoices showing a breakdown of the tests
performed including description of test, material and parameters tested, number of tests, unit
prices, location(s) of test, and any other pertinent information . The Contractor cannot add
profit, administrative, overhead or any other fees, and payment will be made from the
allowance.
3.23
UTILITY RELOCATION - ALLOWANCE (ITEM W-24)
A.
Measurement for utility relocation shall be the direct payment of costs related to the
relocation of existing active utilities if necessary. The Contractor will be required to submit
copies of invoices showing the charges from the utility. The Contractor cannot add profit,
administrative, overhead or any other fees. The payment for utility relocation will be made
from the allowance.
© 2021 CDM Smith
All Rights Reserved
01025 - 15
3.24
CONTINGENCY ALLOWANCE (ITEM W-25)
A.
Work for Bid Item W-25 shall be as directed by the Engineer for the Owner’s purposes. The
Allowance amount shall be as indicated on the Bid Form. Payment will be made in
accordance with the Contract provisions for this item and shall be full compensation to the
Contractor for providing all labor, materials, equipment, and incidentals required as directed
by the Engineer.
3.25
EXISTING THICKENED PAVEMENT REMOVAL (ITEM W-26)
A. Measurement
1.
When thickened pavement is encountered, the material shall be uncovered and the Engineer
notified. The Engineer will take cross sections of the rock surface. If the Contractor fails to
uncover the thickened pavement and notify the Engineer to allow ample time for
cross-sectioning the undisturbed material, the Contractor shall have no right-of-claim to any
classification other than that allowed by the Engineer.
2.
Thickened pavement, in the form of layered, mixed materials consisting of approximately 20
inches of hot mix asphalt, 8 inches cobble pavement, and other miscellaneous materials
including rail ties, is anticipated at the following locations:
3.
Trench widths will be as indicated in the Contract Documents.
4.
The quantity of thickened pavement removal to be paid for will be the number of cubic yards
of rock or boulders measured in place, as directed by the Engineer, within the limits herein
specified.
B. Payment
1.
Payment for thickened pavement removal will be made for the quantities as above
determined, measured in cubic yards, at the unit price bid in the Bid Form, which price and
payment will be full compensation for excavation or otherwise breaking and disposing of
thickened pavement, backfilling and providing screened gravel, for any deficiency of trench
backfill and all work incidental thereto, for which payment is not provided under other items.
No payment will be made under Items 6 and 7 for refill material to replace any deficiency of
backfill material.
2.
Payment for this item will only be made over and above typical existing pavement sections in
the City, which is 12 inches thick and includes top course, binder course, base course, and
subbase, and shall be paid for under Item W-2.
3.26
MONITORING FOR FIRE SERVICE SWITCHOVERS (ITEM W-27)
A. Measurement
1.
Monitoring for fire service switchovers (from the old main to the new main) shall be
measured as the actual number of fire services switched over as accepted by the Engineer.
Monitoring shall be required throughout the duration of each service tie-over from existing
to new services for properties with fire suppression systems.
© 2021 CDM Smith
All Rights Reserved
01025 - 16
B.
Payment
1.
Payment for monitoring for fire service switchovers shall all labor, materials, equipment,
professional services, and incidentals including, but not limited to, coordination with the
Owner and Engineer, proper notification of the property owner, onsite monitoring of tie-
over, and temporary standby pump installation to ensure the properties with existing fire
suppression systems are continually protected.
3.27
SAMPLE AND WASTE CLASSIFY SOILS (ITEM W-28)
A. Measurement and Payment
1.
materials per NJDEP requirements. The sample shall be acquired at the depth required This
item will be paid on a per location basis. This item includes but is not limited to necessary
sampling, testing, classification, and disposal of all excavated material, field sampling and
laboratory analysis, and submittal of NJDEP forms, preparation and obtaining permits and
paying fees for classifying excavated in the field. The sample shall be tested for all the
parameters required by the Contractor’s selected disposal site. Any additional sampling
required by the disposal facility will be at the contractor’s expense.”
3.28
LOADING, HAULING, AND DISPOSING OF REGULATED MATERIAL (ITEM 29) &
LOADING, HAULING, AND DISPOSING OF REGULATED MATERIAL (ITEM W-30)
A. Measurement and Payment
1.
Payment for quantities for these bid items shall be made under the allowance provided in
the Bid Form. The Contractor shall provide a unit price per ton after completion of the
sampling, testing, and classification of the excavated material. The price shall include
labor, equipment, material, excavation, staging, hauling, disposal at a proper disposal
facility, all else necessary and incidental thereto the work of soil disposal. The unit price
shall be based on the actual direct cost for the work indicated. A breakdown of the cost
shall be provided to the Engineer for review and approval.
3.29
HOT MIX ASPHALT 19M64 (ITEM R-1)
A. Measurement
1.
Measurement for Hot Mix Asphalt 19M64 Base Course will be on a per ton basis, and shall
include all labor to properly place and transport hot mix asphalt. Measurement for pavement
repair for which payment will be made will be the actual pavement area affected by the
trench within the repair limits shown on the standard details, as measured in tons.
B. Payment
1.
Payment for the bituminous concrete base course (Hot Mix Asphalt Base Course) will be
made for the quantity of pavement in tons as measured above at the unit price bid for each
thickness class in the Bid Form. These prices shall be considered compensation for all labor,
materials and equipment used to pave all streets disturbed during construction, in accordance
with the plans, specifications, and details. Included in these prices shall be all costs for
leveling courses, cleaning and broom sweeping, tack coats, adjustments of manhole castings
© 2021 CDM Smith
All Rights Reserved
01025 - 17
and other structures, removal of core samples, replacement of pavement stripes and markings
and all else necessary and incidental to the work described herein. The Engineer will use
yield calculations to verify in place pavement thickness, and the Contractor will be paid
accordingly.
3.30
SIDEWALK, 4-INCHES THICK WITH STEEL REINFORCING (ITEM R-2)
A. Measurement
1.
The quantity of sidewalk for which payment will be made will be the square yardage of actual
concrete slab formed, furnish, completed and approved in accordance with the Plans or as
directed by the Engineer.
B. Payment
1.
Payment for the quantity shall be made for the square yardage as measured at the unit price as
listed in the Bid Form. These prices shall be considered compensation for all labor, materials,
and equipment used to form, transport, place, and cure concrete sidewalk in accordance with
the plans, specificiations, and details. Included in this price shall be leveling, forming, placing
and tying steel reinforcing, finishing, testing, curing, and all else necessary and incidental to
the work described herein.
3.31
RESET BRICK PAVERS (ITEM R-3)
A. Measurement
1.
The quantity of pavers to be reset, for which payment will be made, shall be the square
footage of pavers reset per the details on the Drawings, and in the specifications.
B.
Payment
1.
Payment for resetting pavers shall be any work completed in place and approved by the
Engineer, will be made for the quantity determined above at the appropriate unit price bid in
the Bid Form. Price and payment shall be full compensation for resetting and leveling pavers,
including labor, materials, and all else incidental thereto for which payment is not provided
under other items in the Bid Form.
3.32
RESET SLATE SIDEWALKS (ITEM R-4)
B. Measurement
1.
The quantity of slate sidewalk to be reset, for which payment will be made, shall be the
square footage of slate reset per the details on the Drawings, and in the specifications.
B.
Payment
2.
Payment for resetting slate sidewalks shall be any work completed in place and approved by
the Engineer, will be made for the quantity determined above at the appropriate unit price bid
in the Bid Form. Price and payment shall be full compensation for resetting and leveling
slate, including labor, materials, and all else incidental thereto for which payment is not
© 2021 CDM Smith
All Rights Reserved
01025 - 18
provided under other items in the Bid Form.
3.33
CONCRETE CURBING, 9-INCH BY 18-INCH (ITEM R-5)
A. Measurement
1.
The quantity of curbing for which payment will be made will be the linear footage of
complete curb-line actually installed in accordance with the Plans or as directed by the
Engineer.
B. Payment
1.
No additional payment will be made for installing in areas where hand forming may be
necessary or when depressed curb forming is required.
END OF SECTION
DETAIL
A
DETAIL
H
6TA1DA5DI16TALLATI21
2FTA3F25CHL25I1ATI21
6TA1DA5DI16TALLATI21
2FFL86HI1*6A03LETA3F25CHL25I1ATI21
DETAIL
B
DETAIL
C
DETAIL
D
DETAIL
F
DETAIL
E
CIT<2FH2B2.E11E:-E56E<
H8D6216T5EETTH6T5EETT2TH6T5EET
:ATE50AI15E3LACE0E1T
CD06PLWKIQF
FLHOGFUHVWAYHWKFORRU
EGLVRQ1HZ-HUVH\
THO
C2A12*A
CD
CI9ILDETAIL6III
1.
REPAIR AREAS SHALL BE FILLED AND COMPACTED SUCH
THAT THE FINISHED REPAIR SURFACE IS 1/8" TO 1/4"
HIGHER THAN SURROUNDING PAVEMENT SURFACES.
2.
ADEQUATE MEASURES SHALL BE PROVIDED TO MAINTAIN
ASPHALT MATERIALS AT TEMPERATURES AS REQUIRED
IN THE TECHNICAL SPECIFICATIONS MANUAL.
3.
ALL LOOSE DEBRIS SHALL BE REMOVED FROM
EXCAVATED AREAS PRIOR TO APPLICATION OF THE TACK
COAT.
4.
EDGES SHALL BE SMOOTH AND VERTICAL OR SLOPED
SLIGHTLY INWARD TOWARD THE FINISHED SURFACE.
5.
LIMITS OF REPAIR SHALL BE SAWCUT OR MILLED IN A
RECTILINEAR FASHION.
6.
UNSUITABLE SUBGRADE MATERIAL SHALL BE
EXCAVATED AND REPLACED WITH DENSE GRADED
AGGREGATE, AS DIRECTED BY THE DESIGNATED
MUNICIPAL REPRESENTATIVE AT THE TIME OF
CONSTRUCTION.
7.
NO SEPARATE PAYMENT WILL BE MADE FOR HOT MIX
ASPHALT REPAIR, THE COST IS INCLUDED IN THE HOT
MIX ASPHALT ITEMS.
4'-0"
VARIES
1.
A PREFORMED, BITUMINOUS EXPANSION JOINT 1/2" THICK, 4" WIDE, AND
EXTENDING THE FULL WIDTH OF THE WALK, UNBROKEN, SHALL BE INSTALL
EVERY TWENTY (20) FEET.
2.
CONSTRUCTION JOINTS SHALL BE INSTALLED EVERY FOUR (4) FEET AND VARIES
THE FULL WALK WIDTH.
3.
THERE SHALL BE A BROOM FINISH WITH THE EDGES FINISHED WITH A SUITABLE
TOOL.
CONSTRUCTION NOTES:
20'-0"
4'-0"
VARIES
CONSTRUCTION JOINTS
BITUMINOUS EXPANSION JOINTS
A
A
CONCRETE
SHALL BE CLASS "B"
SECTION A-A
4'-0''
NOTE: 1) IN AREAS WHERE EXISTING PAVEMENT IS TO REMAIN, A 2' WIDE PAVEMENT
7)
ALL CONCRETE SURFACES SHALL BE TREATED WITH A CONCRETE CURING
AND SEALING COMPOUND.
6)
TOP OF CURB SHALL NOT BE SET HIGHER THAN ADJACENT EXISTING OR
PROPOSED SIDEWALK UNDER ANY CONDITION.
5)
4" THICK, COARSE AGGREGATE SIZE NO. 57 SHALL BE CONSTRUCTED UNDERNEATH
PROPOSED CURB IN WET FIELD CONDITIONS AS DIRECTED BY ENGINEER.
4)
FULL CURB DEPTH SHALL BE MAINTAINED AT DROP CURBS.
3)
FOR 8" CURB FACE, CURB DEPTH SHALL BE INCREASED TO 20".
2)
SPRINKLER HEADS TO BE RESET AND/OR RELOCATED, IF REQUIRED. COST TO BE
INCLUDED IN THE CURB ITEM. IF TOPSOILING, 4" THICK, FERTILIZING AND
SEEDING, TYPE A-3 AND STRAW MULCHING ARE SEPARATE PAY ITEMS, THEY
SHALL BE PAID FOR SEPARATELY. OTHERWISE THEY SHALL BE INCLUDED IN
THE CURB ITEM.
- SAWCUT
- CONCRETE CURING AND SEALING COMPOUND
- EXCAVATION, UNCLASSIFIED
- BACKFILL MATERIAL
- COMPACTED SUBGRADE
- DENSE-GRADED AGGREGATE BASE COURSE
- HOT MIX ASPHALT 19M64 BASE COURSE - REMOVAL OF MONOLITHIC
CONCRETE CURB AND GUTTER (IF REQUIRED)
REPAIR STRIP SHALL BE CONSTRUCTED ALONG PROPOSED CURB. THE FOLLOWING
ITEMS OF WORK WITHIN THE REPAIR STRIP ARE INCLUDED UNDER 9" x 18" CONCRETE
VERTICAL CURB:
DETAIL
B
DETAIL
C
DETAIL
G
DETAIL
E
NOTES:
DETAIL
I
DETAIL
A
DETAIL
D
DETAIL
H
DETAIL
F
CITY OF HOBOKEN, NEW JERSEY
HUDSON STREET (4TH STREET TO 10TH STREET)
WATER MAIN REPLACEMENT
CDM Smith, Inc.
110 Fieldcrest Ave. #8, 6th Floor
Edison, New Jersey 08837
Tel: (732) 225-7000
COA NO. 24GA28020200
CD-4
CIVIL DETAILS IV
--- Document: Online Payment Terms ---
A Fair and Welcoming Community
For all online payments, you will be redirected to a SeamlessDocs Form, which utilizes
Spreedly.com. The City of Hoboken uses Spreedly as a secure, PCI Compliant, means of processing
electronic payments. All online merchants must meet PCI standards in order to accept credit cards. The City
has a no-refund policy for electronic transactions.
Sincerely,
Caleb D. Stratton, AICP, PP, CFM
Assistant Business Administrator and Chief Resilience Officer
94 Washington Street
Hoboken, New Jersey 07030
OFFICE OF THE BUSINESS ADMINISTRATOR
DEPARTMENT OF ADMINISTRATION
CITY HALL
94 WASHINGTON STREET
HOBOKEN, NEW JERSEY 07030
(201) 420-2000 EXT. 1100
RAVINDER S. BHALLA
MAYOR
CALEB STRATTON, AICP, PP, CFM
ASSISTANT BUSINESS ADMINISTRATOR
JASON R. FREEMAN,
DIRECTOR OF OPERATIONS
Protected Document Content
Start your free trial to view the raw municipal bid documents and web text.
Unlock Full AccessDetailed Risk Breakdown
local preference
No Flags Found
performance bond
Evidence Detected
"...The premiums for all Bonds required shall be paid by CONTRACTOR and shall be included in the Contract Price...."
liquidated damages
No Flags Found
Quick Actions
Contacts
purchasing@hobokennj.gov
null
hidden@email.com
UnlockExplore More
Timeline
First Discovered
Apr 2, 2026
Last Info Update
Apr 2, 2026
Start your 7-day free trial
Get instant notifications and full bid analysis. Existing users will be logged in automatically.
Start Free Trial