Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames

21
reek Squaw Creek Squaw Creek Skunk River Worrell Creek IOWA ONE CALL 8-12-19 Sheets 1 -21

Transcript of Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames

Page 1: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames

reek

Squaw Creek

Squaw Creek

Skunk R

iver

Worrell Creek

IOWAONE CALL

8-12-19

Sheets 1 -21

Page 2: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames

SUMMARY OF QUANTITIES AND ESTIMATE REFERENCE INFORMATION

Item No. Item Unit Qty Unit Price Total

1 Division 1 – General

1.1 Mobilization LS 1

1.2 Traffic Control LS 1

2 Division 2 – Earthwork

2.1 Site Access and Restoration LS 1

3 Division 3—Trench and Trenchless Construction (Not Used)

4 Division 4—Sewers and Drains

4.1 Heavy Clean Siphon Pipes (6” Dia.) LF 316

4.2 Heavy Clean Siphon Pipes (10”-12” Dia.) LF 410

4.3 Heavy Clean Siphon Pipes (14”-16” Dia.) LF 880

4.4 Heavy Clean Siphon Pipes (21”-24” Dia.) LF 1030

4.5 Heavy Clean Siphon Pipes (36” Dia.) LF 100

4.6 Ream Siphon Pipes (16” Dia.) LF 500

4.7 Ream Siphon Pipes (24” Dia.) LF 590

4.9 Pre- and Post-Cleaning CCTV LS 1 $10,000 $10,000

5 Division 5—Water Mains and Appurtenances (Not Used)

6 Division 6 – Structures for Sanitary and Storm Sewers

6.1 Rehabilitate Inlet and Outlet Structures and Related Work at Veenker West LS 1

6.2 Rehabilitate Inlet and Outlet Structures and Related Work at Veenker East LS 1

6.3 Rehabilitate Inlet and Outlet Structures and Related Work at High School LS 1

6.4 Rehabilitate Inlet and Outlet Structures and Related Work at South Duff LS 1

6.5 Rehabilitate Inlet and Outlet Structures and Related Work at Nikkol LS 1

6.6 Rehabilitate Inlet and Outlet Structures and Related Work at E. Lincoln Way LS 1

6.7 Rehabilitate Inlet and Outlet Structures and Related Work at SAMH 2663/2664 LS 1

7 Division 7 – Streets and Related Work (Not Used)

8 Division 8 – Traffic Signals (Not Used)

9 Division 9 – Sitework and Landscaping (Not Used)

10 Division 10 – Demolition (Not Used)

11 Division 11 - Miscellaneous (Not Used)

TOTAL BID AMOUNT

Contractor shall provide confined space entry access to the City/WHKS’s construction observer. Contractor to provide tripod, hoist, supplemental fall protection, gas monitoring, top-side attendant, and entry supervisor. City’s observer to provide harness and hardhat. City’s observer will enter the structure under the Contractor’s entry permit. City/WHKS’s observer(s) have been CSE-trained and certified by City and/or WHKS. If Contractor requires the City/WHKS observer to obtain additional training, Contractor shall pay all expenses and lost wages for City/WHKS observer to attend and receive such training. These access provisions are incidental to pay items 6.1-6.7. Payment shall be made on a lump sum basis for each named site (pair of inlet and outlet structures). Division 7 – STREETS AND RELATED WORK (Not Used) Division 8 – TRAFFIC SIGNALS (Not Used) Division 9 – SITEWORK AND LANDSCAPING (Not Used) Division 10 – DEMOLITION (Not Used) Division 11 – MISCELLANEOUS (Not Used) NOTE: All bid items shall include all labor, material, and equipment necessary to complete the operation in accordance with the Plans, Specifications, and the Urban Standard Specifications for Public Improvements Manual, and City of Ames Supplemental Specifications Manual unless otherwise noted. End of Section

ESTIMATE REFERENCE INFORMATION

Bid Item No. SANITARY SIPHON REHABILITATION Division 1 – GENERAL 1.1 MOBILIZATION (LS). This bid item shall be defined by SUDAS Section 1010 and the City of Ames Supplemental Specifications. It shall include, but not be limited to mobilization of personnel, equipment and supplies for all items under the contract. Partial payments will be made as per SUDAS Section 1090. 1.2 TRAFFIC CONTROL (LS). Traffic control for streets and pedestrian routes shall meet the General Traffic Control Notes in the contract documents and comply with the current edition of both the Manual on Uniform Traffic Control Devices (MUTCD) and the City of Ames “Traffic Control for Construction and Maintenance Work Within the City’s Right-of-Way”. The Contractor shall furnish and maintain all traffic control devices required for the duration of construction at each project location. All traffic control devices shall be properly located, maintained, and kept clean and legible by the Contractor to provide for safe pedestrian and traffic flow at all times. The Contractor shall have specific persons designated to monitor traffic control devices and correct problems. The Contractor shall furnish the City with names and phone numbers of these persons plus a phone number for after hours problems. To minimize traffic disturbances, Contractor shall provide work schedule to City on a weekly basis for approval. Schedule to include manhole ID and location, estimated date of existing pavement removal, estimated date of manhole installation/pipe replacement with poured concrete, estimated date street will be fully open to traffic, and type of traffic control required. Payment is lump sum. This item shall include all labor, materials, and equipment necessary to furnish, install, maintain and remove traffic control devices, provide schedule updates and notifications, protect excavation areas, labor and materials as specified herein. Partial payments will be made based upon the amount of work completed as a percentage of the original contract lump sum.

Division 2 – EARTHWORK 2.1 SITE ACCESS AND RESTORATION (LUMP SUM). Existing site access and conditions vary. Some sites are accessible via road. Other sites are off-road and prone to seasonal muddy conditions and/or under agricultural crop growing -season access restrictions. This bid item includes furnishing and installing all labor and materials to provide access for Contractor to complete the specified repair work, then restore the site to existing or better condition. The scope of this item includes but is not limited to providing materials and labor as needed such as temporary drive-over mats, culverts, granular access routes, clearing and grubbing, repayment for crop damages, and restoration of disturbed areas by hydroseed. Removal of trees larger than 3”-diameter is seasonally restricted and may only be performed between October 1 – March 31, in accordance with Indiana bat protection rules. Any agreements with private land owners or renters shall be made in writing and a copy shall be provided to the City. Division 3 – TRENCH AND TRENCHLESS CONSTRUCTION (NOT USED) Division 4 – SEWERS AND DRAINS 4.1-4.5 HEAVY CLEAN SIPHON PIPES, VARIOUS DIAMETERS (LF). This bid item shall include all equipment, labor, materials and incidentals necessary to remove grit, grease, hard deposits, tuberculation and/or rust from sanitary sewer siphon pipes. Removal and reinstallation of blind flanges is incidental to this item. Measurement and payment shall be per linear foot of each pipe including vertical drop pipes, at the unit price bid. 4.6-4.7 REAM SIPHON PIPES, VARIOUS DIAMETERS (LF). This bid item shall include all equipment, labor, materials and incidentals necessary ream blocked siphon pipes to restore their full flow capacity. Contractor responsible for locating appropriate disposal location for materials, location to be approved by City. Pipes listed in the Contract Documents as requiring this work shall not need pre-approval by the Engineer. Payment for any additional reaming will only be made if pre-approved by the Engineer. Removal and reinstallation of blind flanges is incidental to this item. Measurement and payment shall be per linear foot of each pipe including vertical drop pipes, at the unit price bid. 4.9 PRE- AND POST-CLEANING CCTV (LS). Televising records from post cleaning activities shall be provided to the Engineer for review. All TV inspections shall be completed in full accordance with the Pipeline Assessment & Certification Program. A version 4.2 or greater PACP export file of all pipe sections (pre & post) shall be submitted to the Engineer. This export file must be easily uploaded into PipeTech (Peninsular Technologies, (616) 676-9811. The contractor is responsible for verifying compatibility. PDF report sheets for each pipe lined shall also be submitted.

The Contractor will be required to submit a compatible televising sample (video and PACP encoded data of at least one pipe segment) to the Owner prior to commencing the televising for this Work. If a compatible sample is not received, the Owner may halt the Work. Contractor shall dewater pipes for televising. Minimum 95% pipe area shall be visible in the inspection videos. Dewatering, reverse setups, removal and reinstallation of blind flanges, and other work to complete the videos are incidental to this item. Payment shall be made on a lump sum basis. Contractor shall use a value of $10,000 in their bid for this item. This value has been pre-filled on the Proposal Form. Division 5 – WATER MAINS AND APPURTENANCES (NOT USED) Division 6 – STRUCTURES FOR SANITARY AND STORM SEWERS 6.1-6.7 REHABILITATE INLET AND OUTLET STRUCTURES AND RELATED WORK (VARIOUS LOCATIONS) (LS). This bid item shall include all equipment, labor, materials, excavation, backfill, work site protection, ventilation, and miscellaneous work to complete all rehabilitation work shown on the plans. Contractor responsible for locating appropriate disposal location for materials, location to be approved by City. This bid items includes field verifying measurements, saw cutting, removal and reconstruction of reinforced top slabs, repairing weir walls if necessary to allow for installation of slide gates, furnishing and installing water stops, wraps, hatches, slide gates, weirs, supports, valve boxes, floor grating, patching and rehabilitating interior surfaces, abandoning overflow pipes, chemical pressure grouting of walls and pipe seals, pour-in-place liners, castings, bypass pumping, dewatering, ventilation, confined space entry, and all other work shown on the plans and necessary to rehabilitate the structures. Contractor is required to have a temporary flood barrier on site and secured in place at all times when a top slab is removed from a structure, hatches are not yet installed, or the structure is otherwise open to potential inundation by flood water. Flood barrier shall fully enclose the perimeter of the structure and be a minimum of 3-ft tall, designed and fully secured to keep the structure area dry in the event of flood water inundations. Inflatable coffer dams or similar, and/or manually stacked sandbags are acceptable. Contractor shall also have bypass pumps on hand for dewatering if necessary. These labor and materials are incidental to pay items 6.1-6.7. Contractor is required to furnish and place compacted clay fill, sand fill, and revetment stone at selected locations as shown on Plans, incidental to pay items 6.1-6.7. Contractor is required to furnish one (1) new electric gate opener to City, incidental to pay items 6.1-6.7. Siphons are confined spaces. Contractor is required to provide the City with a written Confined Space Entry and Safety plan for review and approval at the pre-construction meeting and modify any deficiencies prior to beginning confined space entries. Contractor shall follow his City-approved Safety Plan and all applicable OSHA safety rules. Contractor shall notify City Fire Department (emergency rescue) each morning with the locations of proposed confined space entry. Safety is the Contractor’s sole responsibility. Safety Plan and notifications are incidental to pay items 6.1-6.7.

Page 3: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 4: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 5: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 6: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 7: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 8: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 9: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 10: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 11: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 12: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 13: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 14: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 15: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 16: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 17: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 18: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames
Page 19: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames

NOTE:

GATES SHALL BE DESIGNED TO MOUNT INTO EXISTING

CHANNELS AND FURNISHED WITH YOKE MOUNTED

OPERATOR WITH TORQUE TUBE. CONTRACTOR TO PROVIDE

REMOVABLE ELECTRIC OPERATOR. FONTAINE SERIES 25 TYPE

EC, OR WHIPPS 923 C SERIES.

1/4" UVRESISTANTRUBBER SEAL

Page 20: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames

NOTES:DESIGN

AASHTO LRFD 8TH ED, SERIES OF 2017. SLABS ARE DESIGNED FOR HL-93 LOADING.

DESIGN STRESSES: DESIGN STRESSES FOR THE FOLLOWING MATERIALS ARE IN ACCORDANCE WITH THE AASHTOLRFD BRIDGE DESIGN SPECIFICATIONS, 8TH ED, SERIES OF 2017.

ALL DIMENSIONS AND ELEVATIONS USED IN THE NEW DETAILS IN THESE PLANS WERE DEVELOPED BASED ON THEEXISTING RECORD DRAWINGS. THE CONTRACTOR SHALL FIELD VERIFY THESE DETAILS BEFORE STARTINGCONSTRUCTION.

REMOVAL OF EXISTING REINFORCED WALLS/SLABS

"REMOVALS AS PER PLAN" INCLUDE ALL COSTS ASSOCIATED WITH REMOVING THE EXISTING SLAB AND WALLS OFTHE EXISTING STRUCTURES AS INDICATED ON THE PLANS. ANY DAMAGE TO OTHER PORTIONS OF THE EXISTINGSTRUCTURE NOT NOTED FOR REMOVAL SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BEREPAIRED AT NO EXTRA COST TO THE CITY OF AMES.

CONCRETE

CONCRETE IN ACCORDANCE WITH AASHTO LRFD SECTION 5, f'c = 4.0 KSI.

THE CONCRETE DESIGN MIX SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. THE SLUMP OF THE CONCRETEMIX SHALL BE VARIED AS REQUIRED TO PROVIDE MAXIMUM DENSITY, SMOOTH SURFACE FINISH, FREEDOM FROMVOIDS AND MINIMUM WATER CEMENT RATIO. UNLESS OTHERWISE AUTHORIZED BY THE ENGINEER, CONCRETESLUMPS SHALL NOT EXCEED THREE (3) INCHES. CONCRETE BATCHES DELIVERED TO THE SITE EXCEEDING THEMAXIMUM AUTHORIZED SLUMP SHALL BE REJECTED BY THE ENGINEER.

ALL CONCRETE SHALL RECEIVE AN AIR-ENTRAINING ADMIXTURE IN ACCORDANCE WITH MANUFACTURER'SSPECIFICATIONS.

CEMENT SHALL BE PORTLAND TYPE I.

AGGREGATE SHALL BE CRUSHED LIMESTONE AND WELL GRADED FROM FINE TO COARSE. MAXIMUM NOMINALCOARSE AGGREGATE SIZE SHALL BE 1 INCH. FINE AGGREGATE SHALL HAVE LESS THAN 1.5% PASSING THE 200 SIEVE.

IMMEDIATELY AFTER PLACING WALL EXTENSIONS, CONCRETE SHALL BE COMPACTED BY INTERNAL CONCRETEVIBRATORS SUPPLEMENTED BY HANDSPADING, RODDING AND TAMPING. TAPPING OR OTHER EXTERNALVIBRATION OF FORMS WILL NOT BE PERMITTED.

REINFORCEMENT

REINFORCING STEEL IN ACCORDANCE WITH AASHTO LRFD SECTION 5, GRADE 60ALL REINFORCING BARS AND BARS NOTED AS DOWELS SUPPLIED FOR THIS STRUCTURE SHALL BE DEFORMEDREINFORCEMENT UNLESS OTHERWISE NOTED OR SHOWN.THESE PLANS LABEL ALL REINFORCING STEEL WITH ENGLISH NOTATION (#5 IS 5/8 INCH DIAMETER BAR). ENGLISHREINFORCING STEEL RECEIVED IN THE FIELD MAY DISPLAY THE FOLLOWING “BAR DESIGNATION”. THE “BARDESIGNATION” IS THE STAMPED IMPRESSION ON THE REINFORCING BARS, AND IS EQUIVALENT TO THE BARDIAMETER IN MILLIMETERS.

MINIMUM CLEAR DISTANCE FROM FACE OF CONCRETE TO NEAR REINFORCING BAR IS TO BE 2" UNLESS OTHERWISENOTED OR SHOWN.

THE #5 DOWEL BARS SHALL BE SET IN DRILLED HOLES. HOLES ARE TO BE 10" DEEP. THE DOWELS SHALL BE INSTALLEDIN ACCORDANCE WITH THE MANUFACTURER'S RECOMMENDATIONS. HYDRAULIC CEMENT GROUT SYSTEM SHALL BEUSED AS A BONDING AGENT FOR VERTICAL DOWELS. DRILLED HOLES ARE TO BE 2 ½ TIMES THE DOWEL DIAMETERAND ARE TO BE BLOWN CLEAN WITH COMPRESSED AIR IMMEDIATELY PRIOR TO PLACING GROUT. THE HYDRAULICCEMENT GROUT SHALL BE ONE OF THOSE APPROVED IN IOWA DOT MATERIALS I.M. 491.13 AND SHALL BE USED INACCORDANCE WITH THE MANUFACTURER'S RECOMMENDATIONS.

WATERSTOPS

WATERSTOPS SHALL BE EXTRUDED ELASTOMERIC POLYVINYLCHLORIDE MATERIAL, SERRATED TYPE WITH CENTERBULB. UNLESS OTHERWISE SHOWN ON THE PLANS, A 4" X 3/16" WATERSTOP SHALL BE USED. SYNKO FLEXPREFORMED PLASTIC ADHESIVE WATERSTOP MAY BE USED AT THE CONTRACTOR'S OPTION. WATERSTOPS SHALL BEINSTALLED AS INDICATED SO AS TO FORM A CONTINUOUS WATERTIGHT DIAPHRAGM. ADEQUATE PROVISION SHALLBE MADE TO SUPPORT AND COMPLETELY PROTECT THE WATERSTOPS DURING THE PROGRESS OF THE WORK.

FORMWORK

FORMS SHALL BE REMOVED IN A MANNER TO INSURE COMPLETE SAFETY OF THE STRUCTURE. SUPPORTING FORMSOR SHORING SHALL NOT BE REMOVED UNTIL STRUCTURAL MEMBERS HAVE ACQUIRED SUFFICIENT STRENGTH TOSUPPORT SAFELY THEIR OWN WEIGHT AND ANY CONSTRUCTION AND/OR STORAGE LOAD TO WHICH THEY MAY BESUBJECTED, BUT IN NO CASE SHALL THEY BE REMOVED IN LESS THAN 7 DAYS, NOR SHALL FORMS USED FOR CURINGBE REMOVED BEFORE EXPIRATION OF CURING PERIOD. CARE SHALL BE TAKEN TO AVOID SPALLING THE CONCRETESURFACE OR DAMAGING CONCRETE EDGES. WOOD FORMS SHALL BE COMPLETELY REMOVED.

Page 21: Sheets 1 -21 8-12-19 reek Squaw Creek ... - City of Ames

NOTES:DESIGN

AASHTO LRFD 8TH ED, SERIES OF 2017. SLABS ARE DESIGNED FOR HL-93 LOADING.

DESIGN STRESSES: DESIGN STRESSES FOR THE FOLLOWING MATERIALS ARE IN ACCORDANCE WITH THE AASHTOLRFD BRIDGE DESIGN SPECIFICATIONS, 8TH ED, SERIES OF 2017.

ALL DIMENSIONS AND ELEVATIONS USED IN THE NEW DETAILS IN THESE PLANS WERE DEVELOPED BASED ON THEEXISTING RECORD DRAWINGS. THE CONTRACTOR SHALL FIELD VERIFY THESE DETAILS BEFORE STARTINGCONSTRUCTION.

REMOVAL OF EXISTING REINFORCED WALLS/SLABS

"REMOVALS AS PER PLAN" INCLUDE ALL COSTS ASSOCIATED WITH REMOVING THE EXISTING SLAB AND WALLS OFTHE EXISTING STRUCTURES AS INDICATED ON THE PLANS. ANY DAMAGE TO OTHER PORTIONS OF THE EXISTINGSTRUCTURE NOT NOTED FOR REMOVAL SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BEREPAIRED AT NO EXTRA COST TO THE CITY OF AMES.

CONCRETE

CONCRETE IN ACCORDANCE WITH AASHTO LRFD SECTION 5, f'c = 4.0 KSI.

THE CONCRETE DESIGN MIX SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. THE SLUMP OF THE CONCRETEMIX SHALL BE VARIED AS REQUIRED TO PROVIDE MAXIMUM DENSITY, SMOOTH SURFACE FINISH, FREEDOM FROMVOIDS AND MINIMUM WATER CEMENT RATIO. UNLESS OTHERWISE AUTHORIZED BY THE ENGINEER, CONCRETESLUMPS SHALL NOT EXCEED THREE (3) INCHES. CONCRETE BATCHES DELIVERED TO THE SITE EXCEEDING THEMAXIMUM AUTHORIZED SLUMP SHALL BE REJECTED BY THE ENGINEER.

ALL CONCRETE SHALL RECEIVE AN AIR-ENTRAINING ADMIXTURE IN ACCORDANCE WITH MANUFACTURER'SSPECIFICATIONS.

CEMENT SHALL BE PORTLAND TYPE I.

AGGREGATE SHALL BE CRUSHED LIMESTONE AND WELL GRADED FROM FINE TO COARSE. MAXIMUM NOMINALCOARSE AGGREGATE SIZE SHALL BE 1 INCH. FINE AGGREGATE SHALL HAVE LESS THAN 1.5% PASSING THE 200 SIEVE.

IMMEDIATELY AFTER PLACING WALL EXTENSIONS, CONCRETE SHALL BE COMPACTED BY INTERNAL CONCRETEVIBRATORS SUPPLEMENTED BY HANDSPADING, RODDING AND TAMPING. TAPPING OR OTHER EXTERNALVIBRATION OF FORMS WILL NOT BE PERMITTED.

REINFORCEMENT

REINFORCING STEEL IN ACCORDANCE WITH AASHTO LRFD SECTION 5, GRADE 60ALL REINFORCING BARS AND BARS NOTED AS DOWELS SUPPLIED FOR THIS STRUCTURE SHALL BE DEFORMEDREINFORCEMENT UNLESS OTHERWISE NOTED OR SHOWN.THESE PLANS LABEL ALL REINFORCING STEEL WITH ENGLISH NOTATION (#5 IS 5/8 INCH DIAMETER BAR). ENGLISHREINFORCING STEEL RECEIVED IN THE FIELD MAY DISPLAY THE FOLLOWING “BAR DESIGNATION”. THE “BARDESIGNATION” IS THE STAMPED IMPRESSION ON THE REINFORCING BARS, AND IS EQUIVALENT TO THE BARDIAMETER IN MILLIMETERS.

MINIMUM CLEAR DISTANCE FROM FACE OF CONCRETE TO NEAR REINFORCING BAR IS TO BE 2" UNLESS OTHERWISENOTED OR SHOWN.

THE #5 DOWEL BARS SHALL BE SET IN DRILLED HOLES. HOLES ARE TO BE 10" DEEP. THE DOWELS SHALL BE INSTALLEDIN ACCORDANCE WITH THE MANUFACTURER'S RECOMMENDATIONS. HYDRAULIC CEMENT GROUT SYSTEM SHALL BEUSED AS A BONDING AGENT FOR VERTICAL DOWELS. DRILLED HOLES ARE TO BE 2 ½ TIMES THE DOWEL DIAMETERAND ARE TO BE BLOWN CLEAN WITH COMPRESSED AIR IMMEDIATELY PRIOR TO PLACING GROUT. THE HYDRAULICCEMENT GROUT SHALL BE ONE OF THOSE APPROVED IN IOWA DOT MATERIALS I.M. 491.13 AND SHALL BE USED INACCORDANCE WITH THE MANUFACTURER'S RECOMMENDATIONS.

WATERSTOPS

WATERSTOPS SHALL BE EXTRUDED ELASTOMERIC POLYVINYLCHLORIDE MATERIAL, SERRATED TYPE WITH CENTERBULB. UNLESS OTHERWISE SHOWN ON THE PLANS, A 4" X 3/16" WATERSTOP SHALL BE USED. SYNKO FLEXPREFORMED PLASTIC ADHESIVE WATERSTOP MAY BE USED AT THE CONTRACTOR'S OPTION. WATERSTOPS SHALL BEINSTALLED AS INDICATED SO AS TO FORM A CONTINUOUS WATERTIGHT DIAPHRAGM. ADEQUATE PROVISION SHALLBE MADE TO SUPPORT AND COMPLETELY PROTECT THE WATERSTOPS DURING THE PROGRESS OF THE WORK.

FORMWORK

FORMS SHALL BE REMOVED IN A MANNER TO INSURE COMPLETE SAFETY OF THE STRUCTURE. SUPPORTING FORMSOR SHORING SHALL NOT BE REMOVED UNTIL STRUCTURAL MEMBERS HAVE ACQUIRED SUFFICIENT STRENGTH TOSUPPORT SAFELY THEIR OWN WEIGHT AND ANY CONSTRUCTION AND/OR STORAGE LOAD TO WHICH THEY MAY BESUBJECTED, BUT IN NO CASE SHALL THEY BE REMOVED IN LESS THAN 7 DAYS, NOR SHALL FORMS USED FOR CURINGBE REMOVED BEFORE EXPIRATION OF CURING PERIOD. CARE SHALL BE TAKEN TO AVOID SPALLING THE CONCRETESURFACE OR DAMAGING CONCRETE EDGES. WOOD FORMS SHALL BE COMPLETELY REMOVED.