Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 ADDENDUM NUMBER 07 KCBA Architects
200622 00 9007-1
DOCUMENT 00 9007- ADDENDUM NUMBER 07 – June 23, 2020 Re: Aronimink Elementary School From: Kelly Clough Bucher & Associates, Inc.
8 East Broad Street Hatfield, PA 19440
To: Prospective Bidders This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated May 14, 2020 as noted below. Acknowledge receipt of this addendum in the space provided on the Form of Proposal. Failure to do so may subject the Bidder to disqualification. This Addendum consists of (47) forty seven pages including the following attachments: Bid Forms for GC, MC, PC, and EC, Sketch SKM-9, Drawings CS1701, CS2001, CS6002 and CS8001. INFORMATION AVAILABLE TO BIDDERS
Aronimink Elementary School - Bid Opening
Thu, Jun 25, 2020 2:00 PM - 4:00 PM (EDT)
Please join my meeting from your computer, tablet or smartphone.
https://global.gotomeeting.com/join/600162597
You can also dial in using your phone.
United States: +1 (571) 317-3122
Access Code: 600-162-597
New to GoToMeeting? Get the app now and be ready when your first meeting starts:
https://global.gotomeeting.com/install/600162597
Bidder RFI Questions:
1. Question: Can you confirm that we are required to both email and hand deliver hard copies of the bid?
Response: Hard copies of the bid are not required to be hand delivered. They are required to be e-mailed to the two email addresses listed in the Invitation to Bid. All required Bonds and forms must accompany the emailed bid. Any checks or money orders must be physically mailed to the School District’s address listed on the Invitation to bid.
2. Question: 281300 – ACCESS CONTROL SYSTEM –
a. Question: … the school district is installing an Avigilon Access Control Manager system in the school district under a separate contract. For a unified district wide system is Avigilon Access
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 ADDENDUM NUMBER 07 KCBA Architects
200622 00 9007-2
Control Manager an acceptable system? This system also uses the same open architecture hardware that is manufactured by Mercury Security.
Response: See bid alternate for this manufacturer added in this addendum.
b. Question: In the same contracted mentioned above the access control credentials and readers
are by Avigilon / Allegion AC-ING-READ-APTIQ-MULL-MT11 and AC-ING-READ-APTIQ-MULL-MT15. Access control credentials are AC-ING-CARD-APTIQ-XF9520. Are these readers and credentials acceptable?
Response: Yes
c. Question: Is Bosch B8512G or B9512G and compatible accessories acceptable alternates to the DMP intrusion system. If the access control system alternate of Avigilon is permitted then Bosch is the intrusion system that offers integration with Avigilon ACM.
Response: Yes
d. Question Is a Honeywell WAVE2 siren acceptable alternate to the DMP.:
Response: Yes
e. Question: The current version of Avigilon Control Center is Version 7 and Version 6 is EOL. Should this be Avigilon Control Center Enterprise Version 7? Response: Yes
3. Question: Addendum #6 revised the overall CFM’s on some of the unit ventilators per the floor plans, but did not revise the unit ventilator equipment schedule. Are we to base our pricing on the current schedule? Response: The CFM were revised because they did not match the UV schedule. They should now, so the question has been addressed.
4. Question: On sheet CS6002 there is a detail for retaining wall. There are no dimensions shown for footing or wall.
Response: See re-issued sheet CS6002 in this addendum.
5. Question: Please provide quantities for landscaping. Marks on landscape plan do not specify what variety each tree or shrub represents.
Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS OF THE CONTRACT 9007.1 DOCUMENT 00 4116.13 – BID FORM - STIPULATED SUM, GENERAL CONSTRUCTION
Replace the Bid Form with the Bid Form as attached to this Addendum.
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 ADDENDUM NUMBER 07 KCBA Architects
200622 00 9007-3
9007.2 DOCUMENT 00 4116.16 – BID FORM - STIPULATED SUM, PLUMBING CONSTRUCTION
Replace the Bid Form with the Bid Form as attached to this Addendum.
9007.3 DOCUMENT 00 4116.19 – BID FORM - STIPULATED SUM, MECHANICAL CONSTRUCTION
Replace the Bid Form with the Bid Form as attached to this Addendum.
9007.4 DOCUMENT 00 4116.23 – BID FORM - STIPULATED SUM, ELECTRICAL CONSTRUCTION
Replace the Bid Form with the Bid Form as attached to this Addendum.
9007.5 Document 00 7343 – PENNSYLVANIA PREVAILING WAGE RATES Part 1.2 ADD: “Expiration of Rates – In the event of the expiration of the Prevailing Wage Rates after the
opening of bids, but before the award of the contract, Contractor agrees that a new determination shall be obtained from the Secretary of Labor and Industry, and Contractor will pay the rates in accordance with the new determination. Under such circumstances, Contractor shall not be entitled to an increase in the Contract Sum.”
9007.6 Section 00 8200 – SAFETY AND HEALTH MANAGEMENT PLAN – ARTICLE 13
Revise page 00 8200-3 of this section as added in Addendum 06 by changing “ Recommended Minimum Plan Protocols” to “Required Minimum Plan Protocols”.
9007.7 Section 01 2300 – ALTERNATES
Part 3.1 ADD: “S. Alternate No. 18: Access Control Manufacturer
1. Base Bid: Provide Access Control System manufactured by Lenel. 2. Alternate Bid: Provide Access Control System manufactured by Avigilon. 3. Scope: Alternate applies to Access Control System 4. As specified in Division 28 Section “Access Control System”.
CHANGES TO THE SPECIFICATIONS. 9007.1 Section 23 0515 – REMOVALS
Add the following as Section 1.4:
1.4 UNDERGROUND FUEL TANK REMOVAL:
A. Work shall be in compliance with regulations of Pennsylvania Department of Environmental protection, Pennsylvania State Labor & Industry, National Fire Protection Association and the United States Environmental Protection Agency. Applicable standards include, but may not be limited to: 1. Pennsylvania Storage Tank and Spill Prevention Act (No. 32-1989). 2. Commonwealth of Pennsylvania Flammable and Combustible Liquids
Handbook: Fire Marshall Division. 3. DEP ‘Guidance for Underground Storage Systems in Pennsylvania,
Closure/Change-in-Service, Site Assessment Remediation’. 4. NFPA Std. 30
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 ADDENDUM NUMBER 07 KCBA Architects
200622 00 9007-4
5. EPA 40 CFR, Parts 280 and 281.
B. Submit the following to the Owner: 1. Manifest certifying tank disposal. 2. Manifest certifying contaminated material disposal. (If required) 3. Laboratory soil and water sample analysis. 4. Final closure report.
9007.2 Section 23 0515 – REMOVALS
Add the following as Section 3.1 under a new PART 3 - EXECUTION: 3.1 UNDERGROUND FUEL TANK REMOVAL PROCEDURES:
A. Notify authorities having jurisdiction of intent to commence excavation. B. Execute tank and underground piping systems to total exposure of all surfaces. C. Stockpile all excavated materials on impervious sheet liner. Cover all excavated
materials with same type of sheet liner to prevent precipitation infiltration and to eliminate runoff from stockpiled materials. Excavated materials shall remain in this condition until soil analysis are complete.
D. Provide methods for ground water removal from the excavation. All ground water
removal from the excavation shall be stored on site in sealed containers until water analysis are complete.
E. Perform soil and water analysis in accordance with authorities having jurisdiction. In
the absence of specific requirements from local authorities, perform the following minimum soil and water analysis:
1. Fuel Oil: Test for total petroleum hydrocarbons (TPH), EPA 418.1 or 8015. 2. Gasoline: Pertinent EPA Test.
F. Prepare tank and piping materials for transporting as follows:
1. Drain and flush all liquid from underground piping into the tank; pump all flammable liquid from the tank, use a hand pump or other device to remove all remaining product and/or sludge from the tank.
2. Excavate down to the top of the tank; remove fill tube, disconnect gage, product supply line, return and vent lines; remove all piping and conduits to the building line, unless noted otherwise.
3. Temporarily plug all tank openings and complete excavation; remove tank and place in secure location; block tank as required to prevent movement.
4. Purge residual vapors from tank in accordance with all federal, state and local regulations.
5. Ready and secure tank for transportation. G. Tank and piping materials shall be transported to an approved disposal site within
48 hours of removal. Provide traffic maintenance and control for duration of this procedure.
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 ADDENDUM NUMBER 07 KCBA Architects
200622 00 9007-5
CHANGES TO THE DRAWINGS
9007.8 Drawing CS1701 – UTILITY PLAN Replace this drawing in its entirety with the drawing attached to this addendum.
9007.9 Drawing CS2001 – LIGHTING AND LANDSCAPE PLAN
Replace this drawing in its entirety with the drawing attached to this addendum.
9007.10 Drawing CS 6002 – SITE DETAILS Replace this drawing in its entirety with the drawing attached to this addendum.
9007.11 Drawing CS8001 – EROSION AND SEDIMENT CONTROL PLAN
Replace this drawing in its entirety with the drawing attached to this addendum.
9007.3 Drawing M1.0a – Lower Level Demolition Plan – Area “A” - HVAC Refer to sketch SKM-9 attached to this addendum for removal of existing underground fuel oil storage
tank.
END OF DOCUMENT 00 9007
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.13 - 1 Addendum 07
DOCUMENT 00 4116.13 - BID FORM - STIPULATED SUM - GENERAL CONSTRUCTION (INSTRUCTIONS): One copy of the Bid, the bid security and other required documentation shall be enclosed in an email to the party receiving bids at: [email protected] and [email protected]. The email shall be addressed to Mr. Joseph McGilvery and shall be identified as a sealed bid for Aronimink Elementary School, the bidders name and address, and the Contract for which the bid is submitted.
PROPOSAL FOR GENERAL CONSTRUCTION
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
PROPOSAL SUBMITTED BY
_____________________________________________ (Name of Bidding Firm)
_____________________________________________
(Address)
_____________________________________________ THIS BID FORM SHALL NOT BE ALTERED IN ANY MANNER. ANY ALTERED BID FORMS SHALL BE CONSIDERED NON-RESPONSIVE AND WILL BE REJECTED. Deliver unopened bids to place and person indicated in the Invitation to Bidders. Deliver this proposal on or before date and prevailing local time indicated in the Invitation to Bidders. Bids will be opened and read at time and place indicated in the Invitation to Bidders. To the [Owner]:
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents, to complete all Work for Plumbing Construction as specified or indicated in the Contract Documents for the Contract Sum and within the Contract Time indicated in this Bid and in accordance with the Contract Documents for Aronimink Elementary School, in strict accordance with the Bidding Documents as prepared by KCBA Architects and all Addenda (if any) as indicated below.
2. BIDDER accepts all of the terms and conditions of the Instructions to Bidders, including without limitation, those dealing with disposition of Bid Security. Bids shall be irrevocable for one hundred and twenty (120) days after the actual day of opening thereof unless delayed by the required approval of another governmental agency, the sale of bonds or the award of a grant, in which case, Bids shall be irrevocable for 150 days after Bid opening. Extensions of the date for the award of contract may be
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.13 - 2 Addendum 07
made by the mutual written consent of Owner and the lowest responsible and responsive Bidder. BIDDER will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within ten (10) days after the date of OWNER'S Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. BIDDER has carefully examined copies of the Contract Documents, Advertisement or
Invitation to Bid, and the Instructions to Bidders. Additionally the Bidder hereby acknowledges receipt of the following addenda:
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
b. BIDDER has examined the site and locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations, as BIDDER deems necessary. Failure to visit the project site shall be no reason for future request for additional compensation or costs of any kind.
4. The BIDDER agrees to perform the various items of Work for General Construction for the following Lump Sum:
Base Bid:
________________________________________________________________________________Dollars. (Words)
($____________________________________________________________________________________) (Figures)
ALTERNATES The Bidder agrees that the Owner shall have the right to accept or reject any or all of the following alternates, which acceptance or rejection shall enter into the determination of the low bidder. The bidder agrees that the Contract Time shall not be increased on account of the acceptance of any one or combination of alternates unless specifically stated in such Alternate descriptions. The Bidder agrees that the Owner shall have the right to accept
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.13 - 3 Addendum 07
an alternate that is higher in price than the base bid or other alternate. Alternates Prices shall include the cost of furnishing, installing all materials, labor, tools, equipment and other incidentals necessary to complete the work in accordance with the design intent, manufacturers’ recommendations, building codes and the project specifications. Do not adjust material or quantity allowances under any alternate bid items. Strike out the inappropriate modifier (“Add” or “Deduct”) so that the correct one remains. If there is no change in contract sum enter “N.C.” in the appropriate fields A. Alternate No. 1 : Epoxy Resin Terrazzo in Corridors
Add /Deduct _____________________________________ Dollars ($____________________).
B. Alternate No. 2 : Quartz tile in Classrooms and SGI Rooms
Add /Deduct _____________________________________ Dollars ($____________________).
C. Alternate No. 3 : Corridor Paver Tile over Existing Glazed Block
Add /Deduct _____________________________________ Dollars ($____________________).
D. Alternate No. 4 : IG-4 Tempered Gymnasium Glazing
Add /Deduct _____________________________________ Dollars ($____________________).
E. Alternate No. 5A : Alternate EPDM Roofing System Manufacturer
Add /Deduct _____________________________________ Dollars ($____________________).
F. Alternate No. 5B : Alternate EPDM Roofing System Manufacturer
Add /Deduct _____________________________________ Dollars ($____________________).
G. Alternate No. 6 : Laminated Door Glazing Add /Deduct _____________________________________ Dollars ($____________________).
H. Alternate No. 7 : Security Glazing Add /Deduct _____________________________________ Dollars ($____________________).
I. Alternate No. 8 : Stage Operable Partition Add /Deduct _____________________________________ Dollars ($____________________).
J. Alternate No. 9 : Art Room Furniture
Add /Deduct _____________________________________ Dollars ($____________________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.13 - 4 Addendum 07
K. Alternate No. 10 : Library Furniture
Add /Deduct _____________________________________ Dollars ($____________________).
L. Alternate No. 11 : Boiler Manufacturers
Add /Deduct _____________________________________ Dollars ($____________________).
M. Alternate No. 12 : Unit Ventilator Manufacturers
Add /Deduct _____________________________________ Dollars ($____________________).
N. Alternate No. 13 : Flush Valves and Faucets
Add /Deduct _____________________________________ Dollars ($____________________).
O. Alternate No. 14 : Lightning Protection
Add /Deduct _____________________________________ Dollars ($____________________).
P. Alternate No. 15 : Cellular Distributed Antenna System
Add /Deduct _____________________________________ Dollars ($____________________).
Q. Alternate No. 16 : Classroom Lay-In Lighting
Add /Deduct _____________________________________ Dollars ($____________________).
R. Alternate No. 17 : Unclassified site work
Add /Deduct _____________________________________ Dollars ($____________________). S. Alternate No. 18 : Access Control Manufacturer
Add /Deduct _____________________________________ Dollars ($____________________).
ALLOWANCES We the undersigned further certify that we have included the following quantity allowances in the above Base bid. Unused allowances shall be returned to the Owner using the remaining quantities and their respective unit prices. Unit price will govern for quantities exceeding the following allowances. The scope of an alternate shall not modify and shall be in addition to any of the Base Bid specified quantity allowances and costs. Do not adjust project quantity allowances based on an alternate whether accepted or rejected.
A. Allowance No. G-1 : ADDITIONAL CMU WALL
100 linear ft x Unit Price No. G-1 = ____________________Dollars ($__________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.13 - 5 Addendum 07
B. Allowance No. G-2 : GWB PARTITION
100 linear ft x Unit Price No. G-2 = ____________________Dollars ($__________).
C. Allowance No. G-3 : GWB SOFFIT
100 linear ft x Unit Price No. G-3 = ____________________Dollars ($__________).
D. Allowance No. G-4 : SECURITY GLAZING
100 sq ft x Unit Price No. G-4 = ____________________Dollars ($__________).
E. Allowance No. G-5 : INSULATED SECURITY GLAZING
100 sq ft x Unit Price No. G-5 = ____________________Dollars ($__________).
F. Allowance No. G-6 : ADDITIONAL CORRIDOR TERRAZZO
500 sq ft x Unit Price No. G-6 = ____________________Dollars ($__________).
G. Allowance No. G-7 : INTERIOR CONCRETE SLAB
200 sq yd x Unit Price No. G-7 = ____________________Dollars ($__________).
H. Allowance No. G-8 : EXTERIOR CONCRETE SIDEWALK
200 sq yd x Unit Price No. G-8 = ____________________Dollars ($__________).
I. Allowance No. G-9 : GALVANIZED STEEL FABRICATION
3000 lbs x Unit Price No. G-9 = ____________________Dollars ($__________).
J. Allowance No. G-10 : MISCELLANEOUS STRUCTURAL STEEL
20 units x Unit Price No. G-10 = ____________________Dollars ($__________). K. Allowance No. G-11 : FIRESTOPPING
2500 sq in x Unit Price No. G-11 = ____________________Dollars ($__________). L. Allowance No. G-12 : FIRE RESISTIVE JOINTS
500 linear foot x Unit Price No. G-12 = ____________________Dollars ($__________).
M. Allowance No. G-13 : ADDITIONAL ROOM SIGNS
15 signs x Unit Price No. G-13 = ____________________Dollars ($__________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.13 - 6 Addendum 07
N. Allowance No. G-14 : FIRE EXTINGUISHER
2 units x Unit Price No. G-14 = ____________________Dollars ($__________).
O. Allowance No. G-15 : FIRE EXTINGUISHER CABINET
2 units x Unit Price No. G-15 = ____________________Dollars ($__________).
P. Allowance No. G-16 : GENERAL LABORER
100 man-hours x Unit Price No. G-16 = ____________________Dollars ($__________).
Q. Allowance No. G-17 : CARPENTER JOURNEYMAN LABOR
50 man-hours x Unit Price No. G-17 = ____________________Dollars ($__________).
R. Allowance No. G-18 : JOURNEYMAN PAINTER CLASS 2 LABOR
50 man-hours x Unit Price No. G-18 = ____________________Dollars ($__________). S. Allowance No. G-19 : CARPENTER JOURNEYMAN LABOR FOR REPLACING DAMAGED
CEILING TILE
40 man hours x Unit Price No. G-19 = ____________________Dollars ($__________).
T. Allowance No. G-20 : DOOR AND HARDWARE
10 doors x Unit Price No. G-20 = ____________________Dollars ($__________).
U. Allowance No. G-21 : STONE REPOINTING
1000 linear feet x Unit Price No. G-21 = ____________________Dollars ($__________).
V. Allowance No. G-22 : BULK ROCK EXCAVATION
100 cubic yd x Unit Price No. G-22 = ____________________Dollars ($__________).
W. Allowance No. G-23 : TRENCH ROCK REMOVAL
100 cubic yd x Unit Price No. G-23 = ____________________Dollars ($__________).
X. Allowance No. G-24 : AUTHORIZED SOIL EXCHANGE
50 cubic yd x Unit Price No. G-24 = ____________________Dollars ($__________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.13 - 7 Addendum 07
Y. Allowance No. G-25 : IMPORT AND PLACE 2A STONE
50 cubic yd x Unit Price No. G-25 = ____________________Dollars ($__________).
Z. Allowance No. G-26 : COMPACTED BACKFILL
200 cubic yd x Unit Price No. G-26 = ____________________Dollars ($__________).
AA. Allowance No. G-27 : LEAN CONCRETE FILL
5 cubic yd x Unit Price No. G-27 = ____________________Dollars ($__________).
BB. Allowance No. G-28 : SOD
200 sq yd x Unit Price No. G-28 = ____________________Dollars ($__________). UNIT PRICES OWNER shall make adjustments to the Contract based on the actual field conditions encountered using the Unit Prices included with the proposal. The BIDDER agrees that OWNER reserves the right to reject or otherwise not agree to use the Unit Prices submitted, if in the Owners opinion, the nature or quantity of the Work encountered is such that the unit price cost no longer applies to the Work. The Owner also reserves the right to solicit independent proposals as required by the Department of Education guidelines, under a separate contract to perform the services required. The responsiveness of the Bid and if the Bid is responsible, may be determined by the Owner on the basis of the Unit Prices proposed by the bidder. Unit Prices shall be consistent with verifiable average costs for the work to be performed. Bidder agrees that a proposal may be rejected if the Unit Prices submitted are inconsistent with the average cost. Unit Prices shall include costs for furnishing and installing all materials, labor, tools, equipment, and other incidentals necessary to complete the specified operation. A. Unit Price No. G-1 : ADDITIONAL CMU WALL Per Linear Foot.
________________________________________________ Dollars ($____________________).
B. Unit Price No. G-2 : GWB PARTITION Per Linear Foot.
________________________________________________ Dollars ($____________________).
C. Unit Price No. G-3 : GWB SOFFIT Per Linear Foot.
________________________________________________ Dollars ($____________________).
D. Unit Price No. G-4 : SECURITY GLAZING Per Square Foot.
________________________________________________ Dollars ($____________________).
E. Unit Price No. G-5 : INSULATED SECURITY GLAZING Per Square Foot.
________________________________________________ Dollars ($____________________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.13 - 8 Addendum 07
F. Unit Price No. G-6 : ADDITIONAL CORRIDOR TERRAZZO Per Square Foot.
________________________________________________ Dollars ($____________________).
G. Unit Price No. G-7 : INTERIOR CONCRETE SLAB Per Square Yard.
________________________________________________ Dollars ($____________________).
H. Unit Price No. G-8 : EXTERIOR CONCRETE SIDEWALK Per Square Yard.
________________________________________________ Dollars ($____________________).
I. Unit Price No. G-9 : GALVANIZED STEEL FABRICATION Per Pound.
________________________________________________ Dollars ($____________________).
J. Unit Price No. G-10 : MISCELLANEOUS STRUCTURAL STEEL. Per Unit of 10 feet of Type
IV.
________________________________________________ Dollars ($____________________).
K. Unit Price No. G-11 : FIRESTOPPING Per Square Inch
________________________________________________ Dollars ($____________________).
L. Unit Price No. G-12 : FIRE RESISTIVE JOINTS Per Linear Foot of joint.
________________________________________________ Dollars ($____________________).
M. Unit Price No. G-13 : ADDITIONAL ROOM SIGNS Per Sign.
________________________________________________ Dollars ($____________________).
N. Unit Price No. G-14 : FIRE EXTINGUISHER Per Unit.
________________________________________________ Dollars ($____________________).
O. Unit Price No. G-15 : FIRE EXTINGUISHER CABINET Per Unit.
________________________________________________ Dollars ($____________________).
P. Unit Price No. G-16 : GENERAL LABORER Per Man-hour.
________________________________________________ Dollars ($____________________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.13 - 9 Addendum 07
Q. Unit Price No. G-17 : CARPENTER JOURNEYMAN LABOR Per Man-hour.
________________________________________________ Dollars ($____________________).
R. Unit Price No. G-18 : JOURNEYMAN PAINTER CLASS 2 LABOR: Per Man-hour.
________________________________________________ Dollars ($____________________).
S. Unit Price No. G-19 : CARPENTER JOURNEYMAN LABOR FOR REPLACING DAMAGED CEILING TILE Per Man-hour.
________________________________________________ Dollars ($____________________).
T. Unit Price No. G-20 : DOOR AND HARDWARE Per Door.
________________________________________________ Dollars ($____________________).
U. Unit Price No. G-21 : STONE REPOINTING Per Linear Foot.
________________________________________________ Dollars ($____________________).
V. Unit Price No. G-22 : BULK ROCK EXCAVATION Per Cubic Yard.
________________________________________________ Dollars ($____________________).
W. Unit Price No. G-23 : TRENCH ROCK REMOVAL Per Cubic Yard.
________________________________________________ Dollars ($____________________).
X. Unit Price No. G-24 : AUTHORIZED SOIL EXCHANGE Per Cubic Yard.
________________________________________________ Dollars ($____________________).
Y. Unit Price No. G-25 : IMPORT AND PLACE 2A STONE: Per Cubic Yard.
________________________________________________ Dollars ($____________________).
Z. Unit Price No. G-26 : COMPACTED BACKFILL Per Cubic Yard.
________________________________________________ Dollars ($____________________).
AA. Unit Price No. G-27 : LEAN CONCRETE FILL Per Cubic Yard.
________________________________________________ Dollars ($____________________).
BB. Unit Price No. G-28 : SOD Per Square Yard.
________________________________________________ Dollars ($____________________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.13 - 10 Addendum 07
CC. Unit Price No. G-29 : ADDITIONAL STORMWATER CONSTRUCTION Per Linear Foot.
________________________________________________ Dollars ($____________________).
This Bid is submitted in accordance with and subject to all terms and conditions of the Bidding Documents which are incorporated herein by reference and shall be construed to be part hereof, with the same effect as if such were reported at length herein. When the bidder is an individual: WITNESS: _______________________________________ __________________________________(SEAL)
Signature of Individual
Trading and doing business as: ________________________________________ ________________________________________ Address ________________________________________ When the bidder is a partnership (Name of Partners): WITNESS: _______________________________________ Name of Partnership _______________________________________
Address _______________________________________ _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.13 - 11 Addendum 07
When the bidder is a corporation: ATTEST: ________________________________________ Name of Corporation ________________________________________ Address ________________________________________ _______________________________________ By: __________________________________ (SEAL) Secretary/Assistant Secretary President/Vice President (CORPORATE SEAL) ___________________________________ Is a corporation organized and existing under the laws of ______________________________ and has (has not) been granted a certificate of authority to do business in the State of Pennsylvania. NOTE: Include Bid Security and Non-Collusion Affidavit with Form of Proposal. If Bid Security in form of a certified or bank cashier’s check, include Agreement of Surety. END OF DOCUMENT 00 4116.13
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.16 - 1 Addendum 07
DOCUMENT 00 4116.16 - BID FORM - STIPULATED SUM - PLUMBING CONSTRUCTION (INSTRUCTIONS): One copy of the Bid, the bid security and other required documentation shall be enclosed in an email to the party receiving bids at: [email protected] and [email protected]. The email shall be addressed to Mr. Joseph McGilvery and shall be identified as a sealed bid for Aronimink Elementary School, the bidders name and address, and the Contract for which the bid is submitted.
PROPOSAL FOR PLUMBING CONSTRUCTION
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
PROPOSAL SUBMITTED BY
_____________________________________________ (Name of Bidding Firm)
_____________________________________________
(Address)
_____________________________________________ THIS BID FORM SHALL NOT BE ALTERED IN ANY MANNER. ANY ALTERED BID FORMS SHALL BE CONSIDERED NON-RESPONSIVE AND WILL BE REJECTED. Deliver unopened bids to place and person indicated in the Invitation to Bidders. Deliver this proposal on or before date and prevailing local time indicated in the Invitation to Bidders. Bids will be opened and read at time and place indicated in the Invitation to Bidders. To the [Owner]:
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents, to complete all Work for Plumbing Construction as specified or indicated in the Contract Documents for the Contract Sum and within the Contract Time indicated in this Bid and in accordance with the Contract Documents for Aronimink Elementary School, in strict accordance with the Bidding Documents as prepared by KCBA Architects and all Addenda (if any) as indicated below..
2. BIDDER accepts all of the terms and conditions of the Instructions to Bidders, including without limitation, those dealing with disposition of Bid Security. Bids shall be irrevocable for one hundred and twenty (120) days after the actual day of opening thereof unless delayed by the required approval of another governmental agency, the sale of bonds or the award of a grant, in which case, Bids shall be
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.16 - 2 Addendum 07
irrevocable for 150 days after Bid opening. Extensions of the date for the award of contract may be made by the mutual written consent of Owner and the lowest responsible and responsive Bidder. BIDDER will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within ten (10) days after the date of OWNER'S Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. BIDDER has carefully examined copies of the Contract Documents, Advertisement or
Invitation to Bid, and the Instructions to Bidders. Additionally the Bidder hereby acknowledges receipt of the following addenda:
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
b. BIDDER has examined the site and locality where the Work is to be performed, the legal
requirements (federal, state, and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations, as BIDDER deems necessary. Failure to visit the project site shall be no reason for future request for additional compensation or costs of any kind.
4. The BIDDER agrees to perform the various items of Work for Plumbing Construction for the following Lump Sum:
Base Bid:
________________________________________________________________________________Dollars. (Words)
($____________________________________________________________________________________)
(Figures)
ALTERNATES The Bidder agrees that the Owner shall have the right to accept or reject any or all of the following alternates, which acceptance or rejection shall enter into the determination of the low bidder. The bidder agrees that the Contract Time shall not be increased on account of the acceptance of any one or combination of alternates unless specifically stated in such Alternate descriptions. The Bidder agrees that the Owner shall have the right to accept
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.16 - 3 Addendum 07
an alternate that is higher in price than the base bid or other alternate. Alternates Prices shall include the cost of furnishing, installing all materials, labor, tools, equipment and other incidentals necessary to complete the work in accordance with the design intent, manufacturers’ recommendations, building codes and the project specifications. Do not adjust material or quantity allowances under any alternate bid items. Strike out the inappropriate modifier (“Add” or “Deduct”) so that the correct one remains. If there is no change in contract sum enter “N.C.” in the appropriate fields A. Alternate No. 1 : Epoxy Resin Terrazzo in Corridors
Add /Deduct _____________________________________ Dollars ($____________________).
B. Alternate No. 2 : Quartz tile in Classrooms and SGI Rooms
Add /Deduct _____________________________________ Dollars ($____________________).
C. Alternate No. 3 : Corridor Paver Tile over Existing Glazed Block
Add /Deduct _____________________________________ Dollars ($____________________).
D. Alternate No. 4 : IG-4 Tempered Gymnasium Glazing
Add /Deduct _____________________________________ Dollars ($____________________).
E. Alternate No. 5A : Alternate EPDM Roofing System Manufacturer
Add /Deduct _____________________________________ Dollars ($____________________).
F. Alternate No. 5B : Alternate EPDM Roofing System Manufacturer
Add /Deduct _____________________________________ Dollars ($____________________).
G. Alternate No. 6 : Laminated Door Glazing Add /Deduct _____________________________________ Dollars ($____________________).
H. Alternate No. 7 : Security Glazing Add /Deduct _____________________________________ Dollars ($____________________).
I. Alternate No. 8 : Stage Operable Partition Add /Deduct _____________________________________ Dollars ($____________________).
J. Alternate No. 9 : Art Room Furniture
Add /Deduct _____________________________________ Dollars ($____________________).
K. Alternate No. 10 : Library Furniture
Add /Deduct _____________________________________ Dollars ($____________________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.16 - 4 Addendum 07
L. Alternate No. 11 : Boiler Manufacturers
Add /Deduct _____________________________________ Dollars ($____________________).
M. Alternate No. 12 : Unit Ventilator Manufacturers
Add /Deduct _____________________________________ Dollars ($____________________).
N. Alternate No. 13 : Flush Valves and Faucets
Add /Deduct _____________________________________ Dollars ($____________________).
O. Alternate No. 14 : Lightning Protection
Add /Deduct _____________________________________ Dollars ($____________________).
P. Alternate No. 15 : Cellular Distributed Antenna System
Add /Deduct _____________________________________ Dollars ($____________________).
Q. Alternate No. 16 : Classroom Lay-In Lighting
Add /Deduct _____________________________________ Dollars ($____________________).
R. Alternate No. 17 : Unclassified site work
Add /Deduct _____________________________________ Dollars ($____________________). S. Alternate No. 18 : Access Control Manufacturer
Add /Deduct _____________________________________ Dollars ($____________________).
ALLOWANCES We the undersigned further certify that we have included the following quantity allowances in the above Base bid. Unused allowances shall be returned to the Owner using the remaining quantities and their respective unit prices. Unit price will govern for quantities exceeding the following allowances. The scope of an alternate shall not modify and shall be in addition to any of the Base Bid specified quantity allowances and costs. Do not adjust project quantity allowances based on an alternate whether accepted or rejected.
A. Allowance No. P-1 : UNDERGROUND SANITARY PIPE
50 linear feet x Unit Price No. P-1 = ____________________Dollars ($__________).
B. Allowance No. P-2 : 2” DOMESTIC WATER PIPE
25 linear feet x Unit Price No. P-2 = ____________________Dollars ($__________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.16 - 5 Addendum 07
C. Allowance No. P-3 : 1” DOMESTIC WATER PIPE
15 linear feet x Unit Price No. P-3 = ____________________Dollars ($__________).
D. Allowance No. P-4 : ADDITIONAL 2” BALL VALVE
10 assemblies x Unit Price No. P-4 = ____________________Dollars ($__________).
E. Allowance No. P-5 : ADDITIONAL 1” BALL VALVE
5 assemblies x Unit Price No. P-5 = ____________________Dollars ($__________).
F. Allowance No. P-6 : TRENCH ROCK REMOVAL
40 cubic yd x Unit Price No. P-6 = ____________________Dollars ($__________).
G. Allowance No. P-7 : GAS PIPING
25 linear feet x Unit Price No. P-7 = ____________________Dollars ($__________).
H. Allowance No. P-8 : WALL HUNG LAVATORY
1 unit x Unit Price No. P-8 = ____________________Dollars ($__________).
I. Allowance No. P-9 : GROUND PENETRATING RADAR INVESTIGATION
4 half days x Unit Price No. P-9 = ____________________Dollars ($__________).
J. Allowance No. P-10 : JOURNEYMAN PLUMBER LABOR:
100 man-hours x Unit Price No. P-9 = ____________________Dollars ($__________). UNIT PRICES OWNER shall make adjustments to the Contract based on the actual field conditions encountered using the Unit Prices included with the proposal. The BIDDER agrees that OWNER reserves the right to reject or otherwise not agree to use the Unit Prices submitted, if in the Owners opinion, the nature or quantity of the Work encountered is such that the unit price cost no longer applies to the Work. The Owner also reserves the right to solicit independent proposals as required by the Department of Education guidelines, under a separate contract to perform the services required. The responsiveness of the Bid and if the Bid is responsible, may be determined by the Owner on the basis of the Unit Prices proposed by the bidder. Unit Prices shall be consistent with verifiable average costs for the work to be performed. Bidder agrees that a proposal may be rejected if the Unit Prices submitted are inconsistent with the average cost. Unit Prices shall include costs for furnishing and installing all materials, labor, tools, equipment, and other incidentals necessary to complete the specified operation.
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.16 - 6 Addendum 07
A. Unit Price No. P-1 : UNDERGROUND SANITARY PIPE Per Linear Foot.
________________________________________________ Dollars ($____________________).
B. Unit Price No. P-2 : 2” DOMESTIC WATER PIPE Per Linear Foot.
________________________________________________ Dollars ($____________________).
C. Unit Price No. P-3 : 1” DOMESTIC WATER PIPE Per Linear Foot.
________________________________________________ Dollars ($____________________).
D. Unit Price No. P-4 : ADDITIONAL 2” BALL VALVE Per Assembly.
________________________________________________ Dollars ($____________________).
E. Unit Price No. P-5 : ADDITIONAL 1” BALL VALVE: Per Assembly.
________________________________________________ Dollars ($____________________).
F. Unit Price No. P-6 : TRENCH ROCK REMOVAL Per Cubic Yard.
________________________________________________ Dollars ($____________________).
G. Unit Price No. P-7 : GAS PIPING Per Linear Foot.
________________________________________________ Dollars ($____________________).
H. Unit Price No. P-8 : WALL HUNG LAVATORY Per Unit.
________________________________________________ Dollars ($____________________).
I. Unit Price No. P-9 : GROUND PENETRATING RADAR INVESTIGATION Per Half Day.
________________________________________________ Dollars ($____________________).
J. Unit Price No. P-10 : JOURNEYMAN PLUMBER LABOR Per Man-hour.
________________________________________________ Dollars ($____________________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.16 - 7 Addendum 07
This Bid is submitted in accordance with and subject to all terms and conditions of the Bidding Documents which are incorporated herein by reference and shall be construed to be part hereof, with the same effect as if such were reported at length herein. When the bidder is an individual: WITNESS: _______________________________________ __________________________________(SEAL)
Signature of Individual
Trading and doing business as: ________________________________________ ________________________________________ Address ________________________________________ When the bidder is a partnership (Name of Partners): WITNESS: _______________________________________ Name of Partnership _______________________________________
Address _______________________________________ _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.16 - 8 Addendum 07
When the bidder is a corporation: ATTEST: ________________________________________ Name of Corporation ________________________________________ Address ________________________________________ _______________________________________ By: __________________________________ (SEAL) Secretary/Assistant Secretary President/Vice President (CORPORATE SEAL) ___________________________________ Is a corporation organized and existing under the laws of ______________________________ and has (has not) been granted a certificate of authority to do business in the State of Pennsylvania. NOTE: Include Bid Security and Non-Collusion Affidavit with Form of Proposal. If Bid Security in form of a certified or bank cashier’s check, include Agreement of Surety. END OF DOCUMENT 00 4116.16
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.19 - 1 Addendum 07
DOCUMENT 00 4116.19 - BID FORM - STIPULATED SUM – MECHANICAL CONSTRUCTION (INSTRUCTIONS): One copy of the Bid, the bid security and other required documentation shall be enclosed in an email to the party receiving bids at: [email protected] and [email protected]. The email shall be addressed to Mr. Joseph McGilvery and shall be identified as a sealed bid for Aronimink Elementary School, the bidders name and address, and the Contract for which the bid is submitted.
PROPOSAL FOR MECHANICAL CONSTRUCTION
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
PROPOSAL SUBMITTED BY
_____________________________________________ (Name of Bidding Firm)
_____________________________________________
(Address)
_____________________________________________ THIS BID FORM SHALL NOT BE ALTERED IN ANY MANNER. ANY ALTERED BID FORMS SHALL BE CONSIDERED NON-RESPONSIVE AND WILL BE REJECTED. Deliver unopened bids to place and person indicated in the Invitation to Bidders. Deliver this proposal on or before date and prevailing local time indicated in the Invitation to Bidders. Bids will be opened and read at time and place indicated in the Invitation to Bidders. To the [Owner]:
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents, to complete all Work for Mechanical Construction as specified or indicated in the Contract Documents for the Contract Sum and within the Contract Time indicated in this Bid and in accordance with the Contract Documents for Aronimink Elementary School, in strict accordance with the Bidding Documents as prepared by KCBA Architects and all Addenda (if any) as indicated below..
2. BIDDER accepts all of the terms and conditions of the Instructions to Bidders, including without limitation, those dealing with disposition of Bid Security. Bids shall be irrevocable for one hundred and twenty (120) days after the actual day of opening thereof unless delayed by the required approval of another governmental agency, the sale of bonds or the award of a grant, in which case, Bids shall be irrevocable for 150 days after Bid opening. Extensions of the date for the award of contract may be
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.19 - 2 Addendum 07
made by the mutual written consent of Owner and the lowest responsible and responsive Bidder. BIDDER will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within ten (10) days after the date of OWNER'S Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. BIDDER has carefully examined copies of the Contract Documents, Advertisement or
Invitation to Bid, and the Instructions to Bidders. Additionally the Bidder hereby acknowledges receipt of the following addenda:
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
b. BIDDER has examined the site and locality where the Work is to be performed, the legal
requirements (federal, state, and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations, as BIDDER deems necessary. Failure to visit the project site shall be no reason for future request for additional compensation or costs of any kind.
4. The BIDDER agrees to perform the various items of Work for Mechanical Construction for the following Lump Sum:
Base Bid:
________________________________________________________________________________Dollars. (Words)
($____________________________________________________________________________________)
(Figures)
The Base Bid stated above INCLUDES a sum of:
_____________________________________ Dollars ($____________________)
For the ATC Work scope of work fulfilled by Johnson Controls, Inc. as specified on the Contract Drawings and Specifications.
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.19 - 3 Addendum 07
ALTERNATES The Bidder agrees that the Owner shall have the right to accept or reject any or all of the following alternates, which acceptance or rejection shall enter into the determination of the low bidder. The bidder agrees that the Contract Time shall not be increased on account of the acceptance of any one or combination of alternates unless specifically stated in such Alternate descriptions. The Bidder agrees that the Owner shall have the right to accept an alternate that is higher in price than the base bid or other alternate. Alternates Prices shall include the cost of furnishing, installing all materials, labor, tools, equipment and other incidentals necessary to complete the work in accordance with the design intent, manufacturers’ recommendations, building codes and the project specifications. Do not adjust material or quantity allowances under any alternate bid items. Strike out the inappropriate modifier (“Add” or “Deduct”) so that the correct one remains. If there is no change in contract sum enter “N.C.” in the appropriate fields. A. Alternate No. 1 : Epoxy Resin Terrazzo in Corridors
Add /Deduct _____________________________________ Dollars ($____________________).
B. Alternate No. 2 : Quartz tile in Classrooms and SGI Rooms
Add /Deduct _____________________________________ Dollars ($____________________).
C. Alternate No. 3 : Corridor Paver Tile over Existing Glazed Block
Add /Deduct _____________________________________ Dollars ($____________________).
D. Alternate No. 4 : IG-4 Tempered Gymnasium Glazing
Add /Deduct _____________________________________ Dollars ($____________________).
E. Alternate No. 5A : Alternate EPDM Roofing System Manufacturer
Add /Deduct _____________________________________ Dollars ($____________________).
F. Alternate No. 5B : Alternate EPDM Roofing System Manufacturer
Add /Deduct _____________________________________ Dollars ($____________________).
G. Alternate No. 6 : Laminated Door Glazing Add /Deduct _____________________________________ Dollars ($____________________).
H. Alternate No. 7 : Security Glazing Add /Deduct _____________________________________ Dollars ($____________________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.19 - 4 Addendum 07
I. Alternate No. 8 : Stage Operable Partition Add /Deduct _____________________________________ Dollars ($____________________).
J. Alternate No. 9 : Art Room Furniture
Add /Deduct _____________________________________ Dollars ($____________________).
K. Alternate No. 10 : Library Furniture
Add /Deduct _____________________________________ Dollars ($____________________).
L. Alternate No. 11 : Boiler Manufacturers
Add /Deduct _____________________________________ Dollars ($____________________).
M. Alternate No. 12 : Unit Ventilator Manufacturers
Add /Deduct _____________________________________ Dollars ($____________________).
N. Alternate No. 13 : Flush Valves and Faucets
Add /Deduct _____________________________________ Dollars ($____________________).
O. Alternate No. 14 : Lightning Protection
Add /Deduct _____________________________________ Dollars ($____________________).
P. Alternate No. 15 : Cellular Distributed Antenna System
Add /Deduct _____________________________________ Dollars ($____________________).
Q. Alternate No. 16 : B Classroom Lay-In Lighting
Add /Deduct _____________________________________ Dollars ($____________________).
R. Alternate No. 17 : Unclassified site work
Add /Deduct _____________________________________ Dollars ($____________________).
S. Alternate No. 18 : Access Control Manufacturer
Add /Deduct _____________________________________ Dollars ($____________________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.19 - 5 Addendum 07
ALLOWANCES We the undersigned further certify that we have included the following quantity allowances in the above Base bid. Unused allowances shall be returned to the Owner using the remaining quantities and their respective unit prices. Unit price will govern for quantities exceeding the following allowances. The scope of an alternate shall not modify and shall be in addition to any of the Base Bid specified quantity allowances and costs. Do not adjust project quantity allowances based on an alternate whether accepted or rejected.
A. Allowance No. H-1 : SHEET METAL
1000 pounds (lbs) x Unit Price No. H-1 = ____________________Dollars ($__________).
B. Allowance No. H-2 : HYDRONIC PIPING
100 linear feet x Unit Price No. H-2 = ____________________Dollars ($__________).
C. Allowance No. H-3 : ISOLATION VALVES
10 valves x Unit Price No. H-3 = ____________________Dollars ($__________).
D. Allowance No. H-4 : 2-WAY ATC VALVES
10 valves x Unit Price No. H-4 = ____________________Dollars ($__________).
E. Allowance No. H-5 : EXHAUST FANS
2 fans x Unit Price No. H-5 = ____________________Dollars ($__________).
F. Allowance No. H-6 : VAV BOXES
2 boxes x Unit Price No. H-6 = ____________________Dollars ($__________).
G. Allowance No. H-7 : TEMPERATURE/HUMIDITY SENSORS
10 sensors x Unit Price No. H-7 = ____________________Dollars ($__________).
H. Allowance No. H-8 : DIFFUSERS
5 diffusers x Unit Price No. H-8 = ____________________Dollars ($__________).
I. Allowance No. H-9 : FIRE DAMPERS
5 dampers x Unit Price No. H-9 = ____________________Dollars ($__________).
J. Allowance No. H-10 : SHEETMETAL WORKER
100 man-hours x Unit Price No. H-10 = ____________________Dollars ($__________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.19 - 6 Addendum 07
K. Allowance No. H-11 : PIPEFITTER
100 man-hours x Unit Price No. H-11 = ____________________Dollars ($__________).
L. Allowance No. H-12 : ATC PROGRAMMER
100 man-hours x Unit Price No. H-12 = ____________________Dollars ($__________). UNIT PRICES OWNER shall make adjustments to the Contract based on the actual field conditions encountered using the Unit Prices included with the proposal. The BIDDER agrees that OWNER reserves the right to reject or otherwise not agree to use the Unit Prices submitted, if in the Owners opinion, the nature or quantity of the Work encountered is such that the unit price cost no longer applies to the Work. The Owner also reserves the right to solicit independent proposals as required by the Department of Education guidelines, under a separate contract to perform the services required. The responsiveness of the Bid and if the Bid is responsible, may be determined by the Owner on the basis of the Unit Prices proposed by the bidder. Unit Prices shall be consistent with verifiable average costs for the work to be performed. Bidder agrees that a proposal may be rejected if the Unit Prices submitted are inconsistent with the average cost. Unit Prices shall include costs for furnishing and installing all materials, labor, tools, equipment, and other incidentals necessary to complete the specified operation.
A. Unit Price No. H-1 : SHEET METAL Per Pound (lb.). ________________________________________________ Dollars ($____________________).
B. Unit Price No. H-2 : HYDRONIC PIPING: Per Linear Foot. ________________________________________________ Dollars ($____________________).
C. Unit Price No. H-3 : ISOLATION VALVES Per Valve. ________________________________________________ Dollars ($____________________).
D. Unit Price No. H-4 : 2-WAY ATC VALVES Per Valve. ________________________________________________ Dollars ($____________________).
E. Unit Price No. H-5 : EXHAUST FANS Per Fan. ________________________________________________ Dollars ($____________________).
F. Unit Price No. H-6 : VAV BOXES Per Box. ________________________________________________ Dollars ($____________________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.19 - 7 Addendum 07
G. Unit Price No. H-7 : TEMPERATURE/HUMIDITY SENSORS Per Sensor. ________________________________________________ Dollars ($____________________).
H. Unit Price No. H-8 : DIFFUSERS Per Diffuser. ________________________________________________ Dollars ($____________________).
I. Unit Price No. H-9 : FIRE DAMPERS Per Damper. ________________________________________________ Dollars ($____________________).
J. Unit Price No. H-10 : SHEETMETAL WORKER Per Man-hour. ________________________________________________ Dollars ($____________________).
K. Unit Price No. H-11 : PIPEFITTER Per Man-hour. ________________________________________________ Dollars ($____________________).
L. Unit Price No. H-12 : ATC PROGRAMMER Per Man-hour. ________________________________________________ Dollars ($____________________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.19 - 8 Addendum 07
This Bid is submitted in accordance with and subject to all terms and conditions of the Bidding Documents which are incorporated herein by reference and shall be construed to be part hereof, with the same effect as if such were reported at length herein.
When the bidder is an individual: WITNESS: _______________________________________ __________________________________(SEAL)
Signature of Individual
Trading and doing business as: ________________________________________ ________________________________________ Address ________________________________________ When the bidder is a partnership (Name of Partners): WITNESS: _______________________________________ Name of Partnership _______________________________________
Address _______________________________________ _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects
5.14.20 00 4116.19 - 9 Addendum 07
When the bidder is a corporation: ATTEST: ________________________________________ Name of Corporation ________________________________________ Address ________________________________________ _______________________________________ By: __________________________________ (SEAL) Secretary/Assistant Secretary President/Vice President (CORPORATE SEAL) ___________________________________ Is a corporation organized and existing under the laws of ______________________________ and has (has not) been granted a certificate of authority to do business in the State of Pennsylvania. NOTE: Include Bid Security and Non-Collusion Affidavit with Form of Proposal. If Bid Security in form of a certified or bank cashier’s check, include Agreement of Surety. END OF DOCUMENT 00 4116.19
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects
5.14.20 00 4116.23 - 1 Addendum 07
DOCUMENT 00 4116.23 - BID FORM - STIPULATED SUM – ELECTRICAL CONSTRUCTION (INSTRUCTIONS): One copy of the Bid, the bid security and other required documentation shall be enclosed in an email to the party receiving bids at: [email protected] and [email protected]. The email shall be addressed to Mr. Joseph McGilvery and shall be identified as a sealed bid for Aronimink Elementary School, the bidders name and address, and the Contract for which the bid is submitted.
PROPOSAL FOR ELECTRICAL CONSTRUCTION
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
PROPOSAL SUBMITTED BY
_____________________________________________ (Name of Bidding Firm)
_____________________________________________
(Address)
_____________________________________________ THIS BID FORM SHALL NOT BE ALTERED IN ANY MANNER. ANY ALTERED BID FORMS SHALL BE CONSIDERED NON-RESPONSIVE AND WILL BE REJECTED. Deliver unopened bids to place and person indicated in the Invitation to Bidders. Deliver this proposal on or before date and prevailing local time indicated in the Invitation to Bidders. Bids will be opened and read at time and place indicated in the Invitation to Bidders. To the [Owner]:
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents, to complete all Work for Electrical Construction as specified or indicated in the Contract Documents for the Contract Sum and within the Contract Time indicated in this Bid and in accordance with the Contract Documents for Aronimink Elementary School, in strict accordance with the Bidding Documents as prepared by KCBA Architects and all Addenda (if any) as indicated below..
2. BIDDER accepts all of the terms and conditions of the Instructions to Bidders, including without limitation, those dealing with disposition of Bid Security. Bids shall be irrevocable for one hundred and twenty (120) days after the actual day of opening thereof unless delayed by the required approval of another governmental agency, the sale of bonds or the award of a grant, in which case, Bids shall be
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects
5.14.20 00 4116.23 - 2 Addendum 07
irrevocable for 150 days after Bid opening. Extensions of the date for the award of contract may be made by the mutual written consent of Owner and the lowest responsible and responsive Bidder. BIDDER will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within ten (10) days after the date of OWNER'S Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. BIDDER has carefully examined copies of the Contract Documents, Advertisement or
Invitation to Bid, and the Instructions to Bidders. Additionally the Bidder hereby acknowledges receipt of the following addenda:
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________
b. BIDDER has examined the site and locality where the Work is to be performed, the legal
requirements (federal, state, and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations, as BIDDER deems necessary. Failure to visit the project site shall be no reason for future request for additional compensation or costs of any kind.
4. The BIDDER agrees to perform the various items of Work for Electrical Construction for the following Lump Sum:
Base Bid:
________________________________________________________________________________Dollars. (Words)
($____________________________________________________________________________________)
(Figures)
ALTERNATES The Bidder agrees that the Owner shall have the right to accept or reject any or all of the following alternates, which acceptance or rejection shall enter into the determination of the low bidder. The bidder agrees that the Contract Time shall not be increased on account of the acceptance of any one or combination of alternates unless
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects
5.14.20 00 4116.23 - 3 Addendum 07
specifically stated in such Alternate descriptions. The Bidder agrees that the Owner shall have the right to accept an alternate that is higher in price than the base bid or other alternate. Alternates Prices shall include the cost of furnishing, installing all materials, labor, tools, equipment and other incidentals necessary to complete the work in accordance with the design intent, manufacturers’ recommendations, building codes and the project specifications. Do not adjust material or quantity allowances under any alternate bid items. Strike out the inappropriate modifier (“Add” or “Deduct”) so that the correct one remains. If there is no change in contract sum enter “N.C.” in the appropriate fields. A. Alternate No. 1 : Epoxy Resin Terrazzo in Corridors
Add /Deduct _____________________________________ Dollars ($____________________).
B. Alternate No. 2 : Quartz tile in Classrooms and SGI Rooms
Add /Deduct _____________________________________ Dollars ($____________________).
C. Alternate No. 3 : Corridor Paver Tile over Existing Glazed Block
Add /Deduct _____________________________________ Dollars ($____________________).
D. Alternate No. 4 : IG-4 Tempered Gymnasium Glazing
Add /Deduct _____________________________________ Dollars ($____________________).
E. Alternate No. 5A : Alternate EPDM Roofing System Manufacturer
Add /Deduct _____________________________________ Dollars ($____________________).
F. Alternate No. 5B : Alternate EPDM Roofing System Manufacturer
Add /Deduct _____________________________________ Dollars ($____________________).
G. Alternate No. 6 : Laminated Door Glazing Add /Deduct _____________________________________ Dollars ($____________________).
H. Alternate No. 7 : Security Glazing Add /Deduct _____________________________________ Dollars ($____________________).
I. Alternate No. 8 : Stage Operable Partition Add /Deduct _____________________________________ Dollars ($____________________).
J. Alternate No. 9 : Art Room Furniture
Add /Deduct _____________________________________ Dollars ($____________________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects
5.14.20 00 4116.23 - 4 Addendum 07
K. Alternate No. 10 : Library Furniture
Add /Deduct _____________________________________ Dollars ($____________________).
L. Alternate No. 11 : Boiler Manufacturers
Add /Deduct _____________________________________ Dollars ($____________________).
M. Alternate No. 12 : Unit Ventilator Manufacturers
Add /Deduct _____________________________________ Dollars ($____________________).
N. Alternate No. 13 : Flush Valves and Faucets
Add /Deduct _____________________________________ Dollars ($____________________).
O. Alternate No. 14 : Lightning Protection
Add /Deduct _____________________________________ Dollars ($____________________).
P. Alternate No. 15 : Cellular Distributed Antenna System
Add /Deduct _____________________________________ Dollars ($____________________).
Q. Alternate No. 16 : Classroom Lay-In Lighting
Add /Deduct _____________________________________ Dollars ($____________________).
R. Alternate No. 17 : Unclassified site work
Add /Deduct _____________________________________ Dollars ($____________________).
S. Alternate No. 18 : Access Control Manufacturer
Add /Deduct _____________________________________ Dollars ($____________________).
ALLOWANCES We the undersigned further certify that we have included the following quantity allowances in the above Base bid. Unused allowances shall be returned to the Owner using the remaining quantities and their respective unit prices. Unit price will govern for quantities exceeding the following allowances. The scope of an alternate shall not modify and shall be in addition to any of the Base Bid specified quantity allowances and costs. Do not adjust project quantity allowances based on an alternate whether accepted or rejected.
A. Allowance No. E-1 : RECEPTACLES
20 units x Unit Price No. E-1 = ____________________Dollars ($__________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects
5.14.20 00 4116.23 - 5 Addendum 07
B. Allowance No. E-2 : DISCONNECT SWITCHES
3 units x Unit Price No. E-2 = ____________________Dollars ($__________).
C. Allowance No. E-3 : CIRCUIT BREAKERS
3 units x Unit Price No. E-3 = ____________________Dollars ($__________).
D. Allowance No. E-4 : CIRCUIT PANEL BOARD
1 unit x Unit Price No. E-4 = ____________________Dollars ($__________).
E. Allowance No. E-5 : DATA JACKS
20 units x Unit Price No. E-5 = ____________________Dollars ($__________).
F. Allowance No. E-6 : SMOKE DETECTORS
10 units x Unit Price No. E-6 = ____________________Dollars ($__________).
G. Allowance No. E-7 : FIRE ALARM AUDIBLE/VISUAL DEVICE & WIRING
10 assemblies x Unit Price No. E-7 = ____________________Dollars ($__________).
H. Allowance No. E-8 : INTERCOM/ PA CEILING SPEAKER
10 assemblies x Unit Price No. E-8 = ____________________Dollars ($__________).
I. Allowance No. E-9 : EXIT SIGN & WIRING
5 assemblies x Unit Price No. E-9 = ____________________Dollars ($__________).
J. Allowance No. E-10 : LIGHT FIXTURE TYPE A8
5 assemblies x Unit Price No. E-10 = ____________________Dollars ($__________).
K. Allowance No. E-11 : LIGHT FIXTURE TYPE C2
10 assemblies x Unit Price No. E-11 = ____________________Dollars ($__________).
L. Allowance No. E-12 : LIGHT FIXTURE TYPE D2
4 assemblies x Unit Price No. E-12 = ____________________Dollars ($__________).
M. Allowance No. E-13 : LIGHT FIXTURE TYPE L
10 assemblies x Unit Price No. E-13 = ____________________Dollars ($__________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects
5.14.20 00 4116.23 - 6 Addendum 07
N. Allowance No. E-14 : LIGHT FIXTURE TYPE X
20 assemblies x Unit Price No. E-14 = ____________________Dollars ($__________).
O. Allowance No. E-15 : LIGHT FIXTURE TYPE XA
20 assemblies x Unit Price No. E-15 = ____________________Dollars ($__________).
P. Allowance No. E-16 : TRENCH ROCK REMOVAL
46 cubic yd x Unit Price No. E-16 = ____________________Dollars ($__________).
Q. Allowance No. E-17 : JOURNEYMAN ELECTRICIAN LABOR
200 man-hours x Unit Price No. E-17 = ____________________Dollars ($__________). UNIT PRICES OWNER shall make adjustments to the Contract based on the actual field conditions encountered using the Unit Prices included with the proposal. The BIDDER agrees that OWNER reserves the right to reject or otherwise not agree to use the Unit Prices submitted, if in the Owners opinion, the nature or quantity of the Work encountered is such that the unit price cost no longer applies to the Work. The Owner also reserves the right to solicit independent proposals as required by the Department of Education guidelines, under a separate contract to perform the services required. The responsiveness of the Bid and if the Bid is responsible, may be determined by the Owner on the basis of the Unit Prices proposed by the bidder. Unit Prices shall be consistent with verifiable average costs for the work to be performed. Bidder agrees that a proposal may be rejected if the Unit Prices submitted are inconsistent with the average cost. Unit Prices shall include costs for furnishing and installing all materials, labor, tools, equipment, and other incidentals necessary to complete the specified operation.
A. Unit Price No. E-1 : RECEPTACLES Per Unit. ________________________________________________ Dollars ($____________________).
B. Unit Price No. E-2 : DISCONNECT SWITCHES Per Unit. ________________________________________________ Dollars ($____________________).
C. Unit Price No. E-3 : CIRCUIT BREAKERS Per Unit. ________________________________________________ Dollars ($____________________).
D. Unit Price No. E-4 : CIRCUIT PANEL BOARD Per Unit. ________________________________________________ Dollars ($____________________).
E. Unit Price No. E-5 : DATA JACKS Per Unit. ________________________________________________ Dollars ($____________________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects
5.14.20 00 4116.23 - 7 Addendum 07
F. Unit Price No. E-6 : SMOKE DETECTORS Per Unit. ________________________________________________ Dollars ($____________________).
G. Unit Price No. E-7 : FIRE ALARM AUDIBLE/VISUAL DEVICE & WIRING: Per Assembly.
________________________________________________ Dollars ($____________________).
H. Unit Price No. E-8 : INTERCOM/ PA CEILING SPEAKER: Per Assembly. ________________________________________________ Dollars ($____________________).
I. Unit Price No. E-9 : EXIT SIGN & WIRING Per Assembly. ________________________________________________ Dollars ($____________________).
J. Unit Price No. E-10 : LIGHT FIXTURE TYPE A8 Per Assembly. ________________________________________________ Dollars ($____________________).
K. Unit Price No. E-11 : LIGHT FIXTURE TYPE C2 Per Assembly. ________________________________________________ Dollars ($____________________).
L. Unit Price No. E-12 : LIGHT FIXTURE TYPE D2 Per Assembly. ________________________________________________ Dollars ($____________________).
M. Unit Price No. E-13 : LIGHT FIXTURE TYPE L Per Assembly. ________________________________________________ Dollars ($____________________).
N. Unit Price No. E-14 : LIGHT FIXTURE TYPE X Per Assembly. ________________________________________________ Dollars ($____________________).
O. Unit Price No. E-15 : LIGHT FIXTURE TYPE XA Per Assembly. ________________________________________________ Dollars ($____________________).
P. Unit Price No. E-16 : TRENCH ROCK REMOVAL Per Cubic Yard. ________________________________________________ Dollars ($____________________).
Q. Unit Price No. E-17 : JOURNEYMAN ELECTRICIAN LABOR Per Man-hour. ________________________________________________ Dollars ($____________________).
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects
5.14.20 00 4116.23 - 8 Addendum 07
This Bid is submitted in accordance with and subject to all terms and conditions of the Bidding Documents which are incorporated herein by reference and shall be construed to be part hereof, with the same effect as if such were reported at length herein.
When the bidder is an individual: WITNESS: _______________________________________ __________________________________(SEAL)
Signature of Individual
Trading and doing business as: ________________________________________ ________________________________________ Address ________________________________________ When the bidder is a partnership (Name of Partners): WITNESS: _______________________________________ Name of Partnership _______________________________________
Address _______________________________________ _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner
Renovations and Addition to Aronimink Elementary School
Upper Darby School District
2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects
5.14.20 00 4116.23 - 9 Addendum 07
When the bidder is a corporation: ATTEST: ________________________________________ Name of Corporation ________________________________________ Address ________________________________________ _______________________________________ By: __________________________________ (SEAL) Secretary/Assistant Secretary President/Vice President (CORPORATE SEAL) ___________________________________ Is a corporation organized and existing under the laws of ______________________________ and has (has not) been granted a certificate of authority to do business in the State of Pennsylvania. NOTE: Include Bid Security and Non-Collusion Affidavit with Form of Proposal. If Bid Security in form of a certified or bank cashier’s check, include Agreement of Surety. END OF DOCUMENT 00 4116.23
aA
a8
a9
b1
REMOVE EX. UNIT
HEATER & ALL
ASSOC. CONTROLS
& PIPING
ST
T
REMOVE EX.
GENERATOR
INTAKE LOUVER &
DUCTWORK
REMOVE EX. UNIT
HEATER & ALL
ASSOC. CONTROLS
& PIPING
EX. ATC PANELS
REMOVE EX. 1 1/4"
FOS & FOR
REMOVE EX. ATC
DAMPER
EX. 1" HWS
& HWR
EX. 1 HWS
& HWR
REMOVE EX. 8x6
E/A DUCT UP
CONTRACTOR SHALL REMOVE
EX. UNDERGROUND FUEL OIL
STORAGE TANK, ALL ASSOC.
VENTS, FUEL OIL PIPING, &
ACCESSORIES. REFER TO
SPECIFICATION SECTION 23
0510 FOR ADDITIONAL DETAILS.
7
JO
B N
O.
DW
N. B
Y
DA
TE
SC
ALE
SH
EE
T N
O.
1/8
" =
1'-0
"
LS
H
2513.0
3A
DD
ITIO
N A
ND
RE
NO
VA
TIO
N F
OR
AR
ON
IMIN
K E
LE
ME
NT
AR
Y S
CH
OO
LT
OW
NS
HIP
OF
UP
PE
R D
AR
BY
DE
LA
WA
RE
CO
UN
TY
, P
A
RE
MO
VA
L O
F E
XIS
TIN
G F
UE
L O
IL S
TO
RA
GE
TA
NK
-H
VA
C
SK
M -
9
06/2
3/2
0
1/8" = 1'-0"SKM - 9
1 REMOVAL OF EXISTING OIL TANK - HVAC
210
210
215
215
215
215
220
220
220
220
225
225
225
225
225225
230230230
230
230230
230
230
230
230
209
209
211
211
211
211
212
212
212
212
213
213
213
213
214
214
214
214
216
216
216
216
217
217
217
217
218
218
218
218
219
219
219
219
219
219
221
221
221
221
222
222
222
222
223
223
223
223
224
224
224
224
226
226
226 226
226
226
227
227
227
227
227
227
228
228
228
228
228
228
229
229
229
229
229
229
231 232 232
232
233
225
221
221
222
222
223
223
224
226
230
227
228
229
231
225
22622
7PROPOSED 16,762 SF
ADDITION3-STORY
(33,530 SF GFA)
PROPOSED ADACURB RAMPS ANDCROSSWALKS (TYP.)
PROPOSED ADACURB RAMPS AND
CROSSWALKS(TYP.)
PROPOSED 5' x 5'PASSING AREA
PROPOSED 5' x 5'PASSING AREA
PROPOSED 5' x 5'PASSING AREA
PROPOSED COOLINGTOWER 12'x 8.5'
PROPOSED TYPE 2ADA CURB RAMP
FH BURMONT ROAD
(50' WIDE ROW
)
(30' WIDE CARTW
AY)
MARVINE AVENUE
(40' WIDE ROW)
(30' WIDE CARTWAY)
MARVINE AVE(40' WIDE ROW)(25' WIDE CARTWAY)
RO
BE
RTS
AV
EN
UE
(40'
WID
E R
OW
)(3
0' W
IDE
CA
RTW
AY
)
ALEXANDER A
VE
(50'
WID
E ROW
)
(30'
WID
E CARTW
AY)
SMITHFIELD ROAD(40' WIDE ROW)
(25' WIDE CARTWAY)
BOND AVENUE(40' WIDE ROW)
(30' WIDE CARTWAY)
ALE
XA
ND
ER
AV
E(4
0' W
IDE
RO
W)
(25'
WID
E C
AR
TWA
Y)
AN
DE
RS
ON
AV
E(4
0' W
IDE
RO
W)
(25'
WID
E C
AR
TWA
Y)
BLY
THE
AV
E(4
0' W
IDE
RO
W)
(25'
WID
E C
AR
TWA
Y)
BLYTHE AVE
(50' WIDE ROW)
(25' WIDE CARTWAY)
8FT CHAINLINK FENCE
4FT
CHAI
N LI
NK F
ENCE
4FT CHAIN LINK FENCE
BOLLARDSWITH CHAINS(TYP)
TRAFFICSIGNAL
4FT
CH
AIN
LIN
K FE
NC
E
4FT CHAINLINK FENCE
CONC. CURBCONC. CURB
EXISTINGELEMENTARY SCHOOL
3-STORY54,500 GFA
CONC.MON
IRONPINFOUND
IRF
IPF
EXISTING1-STORYBUILDING
8' DI8' DI 8' DI
6' C
I
6' CI
6' C
I
12' CI
12' CI
12' CI
30" RCP
24" RCP
24" RCP PIPE
24" RCP
8" PVC
INLETGR:213.02
INV:209.72 (NE)INV:209.72 (SE)INV:209.62 (W)
INLETGR:218.82INV:214.62
INLETGR:208.29INV:201.29
INLETGR:209.28INV:202.38 (SE)INV:202.18 (NW)
INLETGR:210.18INV:205.28 (SE)INV:202.88 (NE)INV:202.78 (NW)
INLETGR:223.82INV (UNABLETO OPEN)
UP 711
UP 73408
INLETGR:223.41INV. 218.50
INLETGR:223.97
INV. 220.94
STORM MHRIM: 224.30(SEALED)
SAN MHRIM: 224.27
(SELAED)
8" SA
N
Ex. 3" Domestic Water Service
215
214
213
214
222
224
226
227
228
229
230226
225
224
223
225
223
FFE 215.06
214
224
223
224
225
227
216
214
223
223
223
224
224
220
219
217
223
213
212
213
223
222
223
223
222
223223
219
220
221
218
217
216215
220218
216
214
94 LF 24" HDPE@ 0.010 FT/FT
22 LF 12" HDPE@ 0.005 FT/FT
18 LF 18" HDPE@ 0.005 FT/FT
23 LF 12" HDPE@ 0.035 FT/FT
14 LF 15" HDPE@ 0.005 FT/FT
22 LF 12" HDPE@ 0.005 FT/FT
21 LF 12" HDPE@ 0.005 FT/FT
56 LF 12" HDPE@ 0.005 FT/FT
173 LF 18" HDPE@ 0.010 FT/FT
28 LF 12" HDPE@ 0.02 FT/FT
130 LF 12" HDPE@ 0.034 FT/FT (MIN)
RD-1INV. OUT 211.04
MRC-2121' L X 99' W X 4.3' D
11,757 SF FOOTPRINTTOP OF STONE 209.33
TOP OF CHAMBER 208.83BOTTOM OF CHAMBER 207.50
BOTTOM OF STONE 205.00
14 LF 12" HDPE@ 0.010 FT/FT
REPLACE STRUCTURE ANDCONNECT TO EXISTING PIPEI-13GR 216.94INV. IN 213.03 (24") (SE)INV. IN 212.94 (24") (SW)EX. INV OUT 211.84 (24")
MH-5 (WQ)RIM ELEV. 214.00
INV IN 210.28 (12") (INLET)INV IN 210.97 (12") (ROOF)
INV OUT 210.18 (18")SUMP 206.43
CONNECT TO EXISTINGINLET
EX IN-01GR 210.18
PROP. INV. IN 204.50 (18")PROP. INV. IN 205.52 (24")
208 LF 24" HDPE@ 0.010 FT/FT
PROPOSED CONNECTIONTO EXISTING INLETEX IN-02PROP. INV OUT 209.42 (24")
MH-8RIM ELEV. 212.20INV IN 207.34 (24")INV OUT 207.24 (24")
172 LF 24" HDPE@ 0.010 FT/FT (MIN)
43 LF 18" HDPE@ 0.011 FT/FT
OS-MRC-1RIM 223.73INV. OUT 213.50 (15")
OS-MRC-2RIM 211.00
INV. OUT 205.00
MRC-1127' L X 70' W X 6.0' D8,890 SF FOOTPRINTTOP OF STONE 219.00TOP OF CHAMBER 218.50BOTTOM OF CHAMBER 216.00BOTTOM OF STONE 213.50
154 LF 12" HDPE@ 0.006 FT/FT
MH-1RIM 222.57
INV. IN 216.91 (18")SUMP 212.91
AD-3 (IN-LINE)W/ PERMANENT INLET
PROTECTIONGR 211.90
INV. 207.50 (CHAMBER)
AD-4 (IN-LINE)W/ PERMANENT INLET
PROTECTIONGR 212.50
INV. 207.50 (CHAMBER)
85 LF 24" HDPE@ 0.027 FT/FT
170 LF 24" HDPE@ 0.020 FT/FT
MH-4RIM 223.00
INV. IN 215.32INV. OUT 215.26
PROPOSEDDOGHOUSE MANHOLEMH-3RIM 225.20INV. OUT 218.72
21 LF 30" HDPETO REPLACE
EXISTING 24" RCP(MATCH INVERTS)
HYDRODYNAMIC SEPARATORHS-1 (CONTECH CDS ORAPPROVED EQUAL)RIM: 222.00INV. IN (NW) 217.79 (12")INV IN (SW) 218.00 (15")INV. OUT 217.00 (18")
17 LF 18" HDPE@ 0.010 FT/FT
9 LF 15" HDPE@ 0.005 FT/FT
PROPOSED CLAYCUT OFF TRENCH
PROPOSED CLAYCUT OFF TRENCH
AD-1 (IN-LINE)W/ PERMANENT INLETPROTECTIONGR 224.31INV. 216.00 (CHAMBER)
AD-2 (IN-LINE)W/ PERMANENT INLETPROTECTIONGR 223.48INV. 216.00 (CHAMBER)
I-3 (WQ)GR 222.10
INV. 219.10 (12")SUMP 216.10
I-4 (WQ)GR 221.29
INV. IN 218.29 (12")INV. OUT 218.04 (15")
SUMP 215.04
I-5 (WQ)GR 221.40
INV. IN 218.00 (12" NW)INV. IN 218.11 (12" NE)INV. OUT 217.86 (15")
SUMP 214.73
I-6 (WQ)GR 221.40
INV. 218.11 (12")SUMP 215.11
I-8 (WQ)GR 222.25INV. IN 219.14 (12")INV. OUT 219.04 (12")SUMP 216.04
I-7 (WQ)GR 222.25
INV. 219.25 (12")SUMP 216.25
I-12 (WQ)GR 211.26INV. OUT 208.26 (12")SUMP 205.26
I-11 (WQ)GR 211.26INV. IN 208.15(12")INV IN 211.08 (12")INV. OUT 208.05 (12")SUMP 205.05
I-10 (WQ)GR 216.50
INV. IN 213.50 (12")INV. OUT 210.77 (12")
SUMP 207.77
I-9 (WQ)GR 220.95
INV. 211.40 (12")SUMP 208.40
HYDRODYNAMIC SEPARATORHS-2 (CONTECH CDS ORAPPROVED EQUAL)RIM: 213.00INV. IN (E) 207.76INV IN (W) 208.45INV OUT 207.66
CLEANOUT (TYP.)
C.O.
C.O.
139 LF 4" HDPEUNDERDRAIN
CLEANOUT (TYP.)
C.O.
119 LF 4" HDPEUNDERDRAIN
C.O.
12"x 12" HDPEWYE (4 TYP.)
16 LF 12" HDPE@ 0.010 FT/FT
RD-2INV. OUT 211.04
RD-4INV. OUT 211.04
RD-3INV. OUT 211.04
19 LF 12" HDPE@ 0.010 FT/FT
21 LF 12" HDPE@ 0.010 FT/FT
RD-5 INV. OUT 209.90;16 LF 12" HDPE @
0.010 FT/FT
RD-6 INV. OUT 209.52;19 LF 12" HDPE @
0.010 FT/FT
RD-7 INV. OUT 208.97;7 LF 12" HDPE @
0.010 FT/FT
C.O.
RD-8 INV. OUT 208.86;14 LF 12" HDPE @
0.010 FT/FT
RD-9 INV. OUT 208.96;9 LF 12" HDPE @0.010 FT/FT
RD-10 INV. OUT 209.41;9 LF 12" HDPE @ 0.010FT/FT
RD-11 INV. OUT 209.85;9 LF 12" HDPE @ 0.010FT/FT
RD-12 INV. OUT 210.20;20 LF 12" HDPE @0.010 FT/FT
143 LF 12" HDPE@ 0.010 FT/FT
18"x 12" HDPEREDUCING WYE (4 TYP.)
12"x 12" HDPEWYE (5 TYP.)
TRENCH DRAIN-1GR 214.86INV. OUT 212.53 (10")
TRENCH DRAIN-2
CONNECT TOEXIST. INTERNAL
DRAINAGE SYSTEM
PROPOSED 6"FIRE SERVICE
PROPOSED 8' x 13'WATER METER PIT
C.O.
C.O.
C.O.
C.O.
250 LF 6" PVC LATERAL@ 0.01 FT/FT MIN.
PROPOSED SEWERCONNECTION
(MATCH EXISTING INVERT)
INV: 211.06
UNDERGROUND DOUBLEWALL 1" FOS & FOR TOFUEL OIL TANK
2" VENT FROMFURL OIL TANK
PROP. 3,000 GALLONFUEL OIL TANK.REFER TO DETAILS.
UTILITY NOTES:1. ALL PIPE LENGTHS AND DISTANCES BETWEEN STRUCTURES ARE MEASURED FROM CENTER OF STRUCTURE TO CENTER
OF STRUCTURE ALONG A HORIZONTAL PLANE.
2. ALL STORM DRAINAGE PIPE SHALL BE LAID ON SMOOTH CONTINUOUS GRADES WITH NO VISIBLE BENDS AT JOINTS.
3. BEDDING REQUIREMENTS SPECIFIED HEREIN ARE TO BE CONSIDERED AS MINIMUMS FOR RELATIVELY DRY, STABLEEARTH CONDITIONS. ADDITIONAL BEDDING SHALL BE REQUIRED FOR ROCK TRENCHES AND WET AREAS. CONTRACTORSHALL HAVE THE RESPONSIBILITY TO PROVIDE SUCH ADDITIONAL BEDDING AS MAY BE REQUIRED TO PROPERLYCONSTRUCT THE WORK.
4. COMPACTION OF THE BACKFILL OF ALL TRENCHES SHALL BE COMPACTED TO THE DENSITY OF 95% OF THEORETICALMAXIMUM DRY DENSITY (ASTM D698). BACKFILL MATERIAL SHALL BE FREE FROM ROOTS, STUMPS, OR OTHER FOREIGNDEBRIS AND SHALL BE PLACED IN LIFTS NOT TO EXCEED 6 INCHES IN COMPACTED FILL THICKNESS. A REPORT FROM AGEOTECHNICAL ENGINEER MAY BE REQUIRED BY THE PUBLIC WORKS INSPECTOR. CORRECTION OF ANY TRENCHSETTLEMENT WITHIN A YEAR FROM THE DATE OF APPROVAL WILL BE THE RESPONSIBILITY OF THE CONTRACTOR.
5. THE CONTRACTOR WILL ENSURE THAT POSITIVE AND ADEQUATE DRAINAGE IS MAINTAINED AT ALL TIMES WITHIN THEPROJECT LIMITS. THIS MAY INCLUDE, BUT NOT BE LIMITED TO, REPLACEMENT OR RECONSTRUCTION OF EXISTINGDRAINAGE STRUCTURES THAT HAVE BEEN DAMAGED OR REMOVED OR REGRADING AS REQUIRED BY THE ENGINEER,EXCEPT FOR THOSE DRAINAGE ITEMS SHOWN AT SPECIFIC LOCATIONS AND HAVING SPECIFIC PAY ITEMS IN THEDETAILED ESTIMATE. NO SEPARATE PAYMENT WILL BE MADE FOR ANY COSTS INCURRED TO COMPLY WITH THISREQUIREMENT.
6. CONTRACTOR IS RESPONSIBLE FOR ALL UTILITY CONNECTION FEES.
7. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO DETERMINE THE LOCATION OF ALL EXISTING UNDERGROUNDUTILITIES AND TO TAKE WHATEVER STEPS NECESSARY TO PROVIDE FOR THEIR PROTECTION. THE ENGINEER HASDILIGENTLY ATTEMPTED TO LOCATE AND INDICATE ALL EXISTING FACILITIES ON THESE PLANS; HOWEVER, THISINFORMATION IS SHOWN FOR THE CONTRACTOR'S CONVENIENCE ONLY. THE ENGINEER ASSUMES NO RESPONSIBILITYFOR THE LOCATIONS OF UTILITIES SHOWN OR NOT SHOWN. THE CONTRACTOR SHALL CONTACT THE UTILITY COMPANIESFOR EXACT LOCATION OF THEIR UTILITIES PRIOR TO STARTING CONSTRUCTION. IT SHALL BE THE SOLE RESPONSIBILITYOF THE CONTRACTOR TO REPAIR AND REPLACE ANY AND ALL DAMAGE MADE TO UTILITIES BY THE CONTRACTOR.
8. THE CONTRACTOR SHALL COORDINATE LOCATION AND INSTALLATION OF ALL UNDERGROUND UTILITIES ANDAPPURTENANCES TO MINIMIZE DISTURBANCE TO CURBING, PAVING, AND COMPACTED SUBGRADE.
9. CONTRACTOR SHALL EXCAVATE ONLY AS MUCH TRENCH WHICH PIPE CAN BE INSTALLED AND TRENCH BACKFILLED BYTHE END OF EACH WORK DAY.
10. ALL UNDERGROUND UTILITY TRENCHES SHALL BE BACKFILLED WITH SAFE CLEAN FILL.
11. FLOW PRESSURE TO ALL FIRE HYDRANTS SHALL HAVE MINIMUM 600 GALLONS PER MINUTE AT A MINIMUM RESIDUALPRESSURE OF 20 POUNDS PER SQUARE INCH.
12. ALL TRENCHES SHALL BE PROPERLY SECURED AND BRACED.
13. ALL EXISTING CASTING AND INLET TOPS OR GRATES MUST BE ADJUSTED TO THE PROPOSED GRADE, UNLESS OTHERWISEINDICATED.
14. CONTRACTOR TO PROVIDE THRUST BLOCKS AT EACH BEND OF DOMESTIC AND FIRE MAINS FROM METER PIT TO BUILDING.
15. ALL PROPOSED UTILITIES, INCLUDING ELECTRIC SERVICE, SHALL BE PLACED UNDERGROUND.
16. A BLANKET EASEMENT WITHIN THE SITE SHALL BE PROVIDED TO THE BOROUGH FOR ACCESS TO STORMWATERMANAGEMENT FACILITIES.
17. ALL BUILDINGS CONTAINING KITCHENS / RESTAURANTS REQUIRE GREASE TRAPS SIZED IN ACCORDANCE WITH THE EPAREGULATIONS WITHIN SANITARY LATERALS.
LEGEND
SANITARY SEWER MANHOLE
STORM SEWER MANHOLESANITARY SEWER
STORM SEWERSTORM SEWER INLET
LIGHT POLE
OVERHEAD COMMUNICATION LINE
UTILITY POLEPOWER MANHOLE
WATER PIPE
WATER VALVE
MONITORING WELL
HYDRANTGAS VALVE
UNIDENTIFIED MANHOLESIGNBOLLARD
EXISTING MAJOR CONTOUR
PROPERTY LINERIGHT OF WAY LINE
100
EXISTING MINOR CONTOUR101
EXISTING BUILDING OUTLINE
EXISTING TREES
TELECOMM MANHOLE
GUARD RAIL
WALLJUNCTION BOX
HVAC STRUCTUREFLAG POLE
ELECTRICAL EQUIPMENT
EXISTING CURB
EXISTING SIDEWALK
ADJACENT PROPERTY LINE
SETBACK LINE
SOILS BOUNDARY
UNDERGROUND POWER LINE
GUARD RAIL
CURB LINERETAINING WALLSIDEWALKBUILDING OUTLINEDEPRESSED CURBSIGN
BUILDING OVERHANG
PROPOSED LANDSCAPE AREAPROPOSED WALL
PROPOSED
PROPOSED CONTOUR
PROPOSED INDEX CONTOUR
244.82X PROPOSED SPOT ELEVATION
PROPOSED DRAINAGE MANHOLE
PROPOSED INLET
101100
EXISTING
PROPOSED SANITARY SERVICEPROPOSED GAS SERVICEPROPOSED OVERHEAD ELECTRICPROPOSED UNDERGROUND ELECTRIC
PROPOSED SURFACE DRAINAGE STRUCTURESPROPOSED STORM SEWER
FH PROPOSED FIRE HYDRANT
STEEP SLOPES 20%-25%
VERY STEEP SLOPES 25% OR GREATER
PROPOSED PAVEMENT RESTORATIONLINE OF SIGHT
U:\A
ccou
nts\U
DSDX
\UDS
DX19
001
- Aro
nimink
Elem
enta
ry S
choo
l\DES
IGN\
_SHE
ETS\
CS17
01.d
wg
PLOT
TED:
6/23
/202
0 9:
22 A
M, BY:
Jaso
n Sh
erida
n PL
OTST
YLE:
Penn
oni N
CS.st
b PR
OJEC
T ST
ATUS
: ----
NOT FOR CONSTRUCTION00 40' 80'
NORT
H
UPP
ER D
AR
BY
SC
HO
OL
DIS
TRIC
T
UPP
ER D
AR
BY
SCH
OO
L D
ISTR
ICT
AR
ON
IMIN
K E
LEM
ENTA
RY
SC
HO
OL
TOW
NSH
IP O
F U
PPER
DA
RB
YD
ELA
WA
RE
CO
UN
TY, P
A
ISSU
ED F
OR
: PR
ELIM
INA
RY
/ FI
NA
L LA
ND
DEV
ELO
PMEN
T SU
BM
ISSI
ON
PDE
#xxx
xK
CB
A A
rchi
tect
sE
ight
Eas
t Bro
ad S
treet
Hat
field
, PA
1944
0-24
01t
215.
368.
5806
kcba
-arc
hite
cts.
com
CONSULTANTS
JOB NO.
DWN. BY
DATE
SHEET NO.
HB
UDSDX19001
08.29.2019
RE
VIS
ION
S
MA
RK
DA
TED
ES
CR
IPTI
ON
OF 15
4611
BO
ND
AV
ENU
ED
REX
EL H
ILL,
PA
190
26PE
NN
ON
I ASS
OC
IATE
S IN
C.
1900
Mar
ket S
treet
, Sui
te 3
00Ph
ilade
lphi
a, P
A 19
103
T 21
5.22
2.30
00F
215.
222.
3588
REN
OV
ATI
ON
S A
ND
AD
DIT
ION
FOR
TH
E5
12/3
1/19
PE
R T
WP
/DC
CD
CO
MM
EN
TS
602
/26/
20P
ER
TO
WN
SH
IP C
OM
ME
NTS
703
/20/
20P
ER
TO
WN
SH
IP C
OM
ME
NTS
804
/08/
20P
ER
DC
CD
CO
MM
EN
TS
905
/06/
20P
ER
DC
CD
CO
MM
EN
TS
1006
/22/
20A
DD
EN
DU
M 7
CS1701
UTILITY PLAN
5
SCALE: 1" = 40'
8' DI8' DI 8' DI
6' C
I
6' CI
6' C
I
12' CI
12' CI
12' CI
SAN MHRIM:224.58
SAN MHRIM:217.46
INV (UNABLETO OPEN)
SAN MHRIM:210.28
INV (UNABLE TOOPEN)
SAN MHRIM:208.97
INV (UNABLE TOOPEN)
SAN MHRIM:212.16INV:204.76
PIPE SIZE AND TYPE UNABLE
TO BE DETERMINED
PIPE SIZE AND TYPE UNABLE
TO BE DETERMINED
SAN MHRIM: 224.27
(SELAED)
8" SAN
Ex. 3" Domestic Water Service
TANK
CO
NC
RETE
STEPS
STEPS
STEPS
PLAYGROUND
ROCKS
ROCKS
ROCKS
ROCKS
ROCKS
ROCKS
ROCKS
ROCKS
WALL
WALL
WALL
WALLWALL
WALL
WALL
GATE
GAT
E
GATE
FH
GAS PIPES
STUMP
STEPSSTEPS
STUMP
BURMONT ROAD
(50' WIDE ROW)
(30' WIDE CARTWAY)
MARVINE AVENUE
(40' WIDE ROW)
(30' WIDE CARTWAY)
MARVINE AVE(40' WIDE ROW)(25' WIDE CARTWAY)
RO
BER
TS A
VEN
UE
(40'
WID
E R
OW
)(3
0' W
IDE
CAR
TWAY
)
ALEXANDER A
VE
(50' W
IDE R
OW)
(30' W
IDE C
ARTWAY)
SMITHFIELD ROAD(40' WIDE ROW)
(25' WIDE CARTWAY)
BOND AVENUE(40' WIDE ROW)
(30' WIDE CARTWAY)
ALEX
AND
ER A
VE(4
0' W
IDE
RO
W)
(25'
WID
E C
ARTW
AY)
AND
ERSO
N A
VE(4
0' W
IDE
RO
W)
(25'
WID
E C
ARTW
AY)
BLYT
HE
AVE
(40'
WID
E R
OW
)(2
5' W
IDE
CAR
TWAY
)
BLYTHE AVE
(50' WIDE ROW)
(25' WIDE CARTWAY)
FLAGPOLE
LANDSCAPETIES
TRASHCAN
STOPSIGN
BITUMINOUS PARKING LOT
BITU
MIN
OU
S D
RIV
EWAY
/PA
RKI
NG
LO
T
STOPSIGN
CURB DOGSIGN
STOPSIGN
SPEEDLIMITSIGN
TRASHCANSTOP
SIGN
PEDXINGSIGN
BENCH
BENCH
LANDSCAPETIES
TRASHCAN
STOPSIGN
TRASHCAN
LAND
SCAPE TIES
TRASHCAN
TRASHCAN
DRUG FREESCHOOL
ZONE SIGN
STOP /STREET NAME
SIGNS
SPEEDLIMITSIGN
X-WALKSIGN
SPEEDLIMITSIGN
STOPSIGN
PLAYGROUND / SCHOOLSIGNS
PLAYGROUNDEQUIPMENT
(TYP)
EDGE OF MULCHING
PLAYGROUND / SCHOOLSIGNS
LANDSCAPETIES
LANDSCAPETIES
NODOGSSIGN
LANDSCAPE
TIES
PAVERS
PICNICTABLE
BIKE RACK
WALL
PICNICTABLE
EDGE OF PAVING
CONCRETEWHEELSTOPSALONG EDGEOF PAVING(TYP)
EDGE OFPAVING
EDGE OF PAVING
PAVERS PAVERS
STOPSIGN
SPEEDLIMITSIGN
STREETSIGN
X-WALKSIGN
STREETSIGN
STOPSIGN
20'
REAR YARD
SETBACK
20'
REAR YARD
SETBACK
101.5' FR
ON
T YARD
SETBACK
6
5
9
18'
(TYP
.)9' (TYP.)
26'
9' (T
YP.)
8' (T
YP.)
16'
21'
EXISTINGELEMENTARY SCHOOL
3-STORY54,500 GFA
CONC.MON
IRONPINFOUND
IRF
IPF
25' SIDE YARD SETBACK
EXISTING1-STORYBUILDING
27'
24'
168' SIDE YARD SETBACK
278.1' FRONT YARD
SETBACK
20'
REAR YARD
SETBACK
N 58°02'17" E 645.63' (R.O.W.)
R=3
82 .
60
'L
=35
7 .7
9'
N 68°22'56" W
74.79'
(R.O.W.)
N 76°49'56" W 460.91' (R.O.W.)
N 70°46'56" W 126.27' (R.O.W
.)
S 68°22'56" E
72.94'
S 76°49'56" E 460.38' (TITLE)
S 70°46'56" E 129.70' (TITLE)
S 61°07'05" E 38.72'
(TITLE)
N 61°07'05" W
(R.O.W.)
37.24'
S 21°37'04" W 215.00'
S 31
°57'
43" E
304
.31'
N 3
1°57
'43"
W 1
33.6
1'
N 27°26'47" E 173.90'
S 58°02'17" W 645.63' (TITLE) P.O.B.
PROPOSED 16,762 SFADDITION3-STORY
(33,530 SF GFA)
154.8'
133.7
'
20'
8'
2.5'
(TYP.)
RELOCATEDTOT-LOT
PROPOSED PARKING LOT 1:53 SPACES=13 TREESTOTAL LOT AREA: 23,768 SFINTERIOR LANDSCAPE: 1,693 SF(7.1%)
PROPOSED PARKING LOT 2: 25 SPACES = 6 TREES
TOTAL LOT AREA: 12,096 SFINTERIOR LANDSCAPE: 741 SF
(6.1%)
PROPOSED ADACURB RAMPS AND
CROSSWALKS(TYP.)
20TM
20TM
15TM
13LC
1PA
2PP
1IO
2PA
2IO
1PP
1AR
2GT
2GT
2GT
2GT
1AR
2AR
1TT
1TT
2AR
1AR
3TT
5QB
2QB
3QB
2NS
2NS
1NS
2QB
2QB
2QB
9GB
1PX
6PX
1PX
2PX
1PX
1CF
4NS
4AR
3NS
3TT
2AR
3CC
LEGEND
SANITARY SEWER MANHOLE
STORM SEWER MANHOLESANITARY SEWER
STORM SEWERSTORM SEWER INLET
LIGHT POLE
OVERHEAD COMMUNICATION LINE
UTILITY POLEPOWER MANHOLE
WATER PIPE
WATER VALVE
MONITORING WELL
HYDRANTGAS VALVE
UNIDENTIFIED MANHOLESIGNBOLLARD
EXISTING MAJOR CONTOUR
PROPERTY LINERIGHT OF WAY LINE
100
EXISTING MINOR CONTOUR101
EXISTING BUILDING OUTLINE
EXISTING TREES
TELECOMM MANHOLE
GUARD RAIL
WALLJUNCTION BOX
HVAC STRUCTUREFLAG POLE
ELECTRICAL EQUIPMENT
EXISTING CURBEXISTING SIDEWALK
ADJACENT PROPERTY LINESETBACK LINESOILS BOUNDARY
UNDERGROUND POWER LINE
GUARD RAIL
CURB LINERETAINING WALLSIDEWALKBUILDING OUTLINEDEPRESSED CURBSIGN
BUILDING OVERHANG
PROPOSED LANDSCAPE AREAPROPOSED WALL
PROPOSED
PROPOSED CONTOUR
PROPOSED INDEX CONTOUR101100
EXISTING
STEEP SLOPES 20%-25%
VERY STEEP SLOPES 25% OR GREATER
U:\A
ccou
nts\U
DSDX
\UDS
DX19
001
- Aro
nimink
Elem
enta
ry S
choo
l\DES
IGN\
_SHE
ETS\
CS20
01.d
wg
PLOT
TED:
6/22
/202
0 5:
29 P
M, BY:
Sean
D. S
mith
PLO
TSTY
LE: Pe
nnon
i NCS
.stb
PROJ
ECT
STAT
US: ---
-
NOT FOR CONSTRUCTION00 40' 80'
NORT
H
UPP
ER D
ARB
Y S
CHO
OL
DIS
TRIC
T
UPP
ER D
ARB
YSC
HO
OL
DIS
TRIC
TA
RON
IMIN
K E
LEM
ENTA
RY S
CHO
OL
TOW
NSH
IP O
F U
PPER
DA
RBY
DEL
AW
ARE
CO
UN
TY, P
A
ISSU
ED F
OR:
PRE
LIM
INA
RY /
FIN
AL
LAN
D D
EVEL
OPM
ENT
SUBM
ISSI
ON
PDE
#xxx
xK
CB
A A
rchi
tect
sEi
ght E
ast B
road
Stre
etH
atfie
ld, P
A19
440-
2401
t21
5.36
8.58
06kc
ba-a
rchi
tect
s.co
m
CONSULTANTS
JOB NO.
DWN. BY
DATE
SHEET NO.
HB
UDSDX19001
08.29.2019
REV
ISIO
NS
MAR
KD
ATE
DES
CR
IPTI
ON
OF 15
4611
BO
ND
AV
ENU
ED
REX
EL H
ILL,
PA
190
26PE
NN
ON
I ASS
OC
IATE
S IN
C.
1900
Mar
ket S
treet
, Sui
te 3
00Ph
ilade
lphi
a, P
A 19
103
T 21
5.22
2.30
00F
215.
222.
3588
REN
OV
ATI
ON
S A
ND
AD
DIT
ION
FOR
THE
512
/31/
19PE
R T
WP/
DC
CD
CO
MM
ENTS
602
/26/
20PE
R T
OW
NSH
IP C
OM
MEN
TS
703
/20/
20PE
R T
OW
NSH
IP C
OM
MEN
TS
804
/08/
20PE
R D
CC
D C
OM
MEN
TS
905
/06/
20PE
R D
CC
D C
OM
MEN
TS
1006
/22/
20AD
DEN
DU
M 7
CS2001
LANDSCAPE ANDLIGHTING PLAN
6
SCALE: 1" = 40'
THIS PLAN FOR LANDSCAPE PURPOSES ONLY
PLANTING NOTES
1. EXISTING TOPSOIL ON SITE MAY NOT BE UNSUITABLE FOR REUSE.CONTRACTOR MUST PROVIDE IMPORTED TOPSOIL OR AMENDEXISTING TOPSOIL TO MEET REQUIREMENTS OUTLINED IN THESPECIFICATIONS. CONTRACTOR MUST SUBMIT SOIL TESTANALYSIS REPORT, INCLUDING AMENDMENT RECOMMENDATIONS,FOR EITHER IMPORTED TOPSOIL OR AMENDED EXISTING TOPSOIL.TOPSOIL MUST BE AMENDED AND RETESTED PRIOR TO PLANTINGOPERATIONS.
2. ALL PLANT LOCATIONS SHALL BE STAKED IN THE FIELD ANDLOCATIONS APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TOPLANTING.
3. HOLES FOR TREES AND SHRUBS SHALL BE DUG A MINIMUM OF 3TIMES THE WIDTH OF THE ROOT BALL, AND BACKFILLED WITHAPPROVED SOIL AS OUTLINED IN THE SPECIFICATIONS.
4. TOPSOIL WITH A QUALITY ORGANIC SOIL AMENDMENT SHALL BEUSED FOR ALL PLANTING AND SEEDING OPERATIONS. SEESPECIFICATIONS FOR PLANTING SOIL MIX.
5. NOTIFY ALL UTILITY COMPANIES AND LOCATE ALL EXISTING ANDNEW UTILITIES PRIOR TO EXCAVATING PLANT PITS. PLANTLOCATIONS MAY BE ADJUSTED IN THE FIELD TO AVOIDINTERFERENCE WITH UNDERGROUND UTILITIES, WITH APPROVALOF THE LANDSCAPE ARCHITECT.
6. SHOULD ANY DISCREPANCY ARISE BETWEEN THE PLANTING PLANAND THE PLANTING SCHEDULE, THE PLAN SHALL GOVERN AS TOTHE QUANTITY OF PLANT MATERIAL TO BE INSTALLED.
7. ALL PLANT MATERIAL SHALL BE OF NURSERY STOCK QUALITY ASDEFINED BY THE AMERICAN NURSERY AND LANDSCAPEASSOCIATION. ALL PLANT MATERIAL TO BE GUARANTEED TO LIVEAT LEAST 18 MONTHS AFTER COMPLETION OF THE PROJECT.
8. ALL NON-BIODEGRADABLE ROOT WRAPPING TO BE REMOVEDCOMPLETELY BEFORE PLANTING. REMOVE WIRE BASKETS FROMTOP AND SIDES OF BALL.
STREET TREES
PARKING LOT and SITE TREES
B & B3 1/2"-4" caliper
COMMON NAMEBOTANICAL NAMEKEY QTY ROOTINITIAL SIZE NOTES
PLANT SCHEDULE
GinkgoGinkgo biloba* B & B9 Male OnlyGB
AR
Nyssa sylvatica* Sweetgum
11
9. ALL PLANT MATERIAL SHALL BE APPROVED UPON ARRIVAL TOTHE SITE. NOTIFY THE LANDSCAPE ARCHITECT A MINIMUM OFTHREE DAYS PRIOR TO DELIVERY.
10. PROPOSED PLANT MATERIAL MAY BE SUBSTITUTED BY SIMILARPLANTS, SUBJECT TO APPROVAL BY THE LANDSCAPEARCHITECT.
11. MULCH AROUND TREES AND SHRUBS SHALL BE AN AGED,DOUBLE SHREDDED HARDWOOD BARK MULCH OR COMPOSTEDLEAF MULCH. MULCH SHALL BE FREE OF WEEDS. GRASSCLIPPINGS ARE NOT ACCEPTABLE. MULCH SHALL BE PLACEDEVEN AND LEVEL TO A DEPTH OF 2". NO MULCH SHALL BE PILEDAGAINST TRUNKS, STEMS, CROWNS, OR ROOT FLARES AT BASEOF TREES AND SHRUBS.
12. SHADE TREES IN LAWN AREA SHALL BE PLACED IN A 4' DIAMETERMULCH BED, ORNAMENTAL TREES SHALL BE PLACED IN A 3'DIAMETER MULCH BED, CENTERED AROUND THE TREE TRUNK.SHRUBS SHALL BE PLACED IN A CONTINUOUS MULCHED BED.
SEEDING NOTES
1. APPLY LAWN SEED TO ALL AREAS INDICATED ON PLAN AND ALLAREAS DISTURBED BY CONSTRUCTION.
2. ALL NEW LAWN AREAS AND BASIN SIDE SLOPES TO RECEIVE 6"MINIMUM DEPTH OF TOPSOIL (DEPTH AFTER SETTLEMENT ANDWATERING).
3. EXISTING TOPSOIL ON SITE MAY NOT BE UNSUITABLE FOR REUSE.CONTRACTOR MUST PROVIDE IMPORTED TOPSOIL OR AMENDEXISTING TOPSOIL TO MEET REQUIREMENTS OUTLINED IN THESPECIFICATIONS. CONTRACTOR MUST SUBMIT SOIL TESTANALYSIS REPORT, INCLUDING AMENDMENT RECOMMENDATIONS,FOR EITHER IMPORTED TOPSOIL OR AMENDED EXISTING TOPSOIL.TOPSOIL MUST BE AMENDED AND RETESTED PRIOR TO PLANTINGOPERATIONS.
4. MULCH SEEDED AREAS WITH CLEAN STRAW.
5. WATER AND MAINTAIN ALL SEEDED AREAS PER SPECIFICATIONS.
6. RESEED BARE OR THIN AREAS AS DIRECTED BY THE LANDSCAPEARCHITECT.
7. LAWN SEED MIXTURE: 30% KENTUCKY BLUEGRASS20% CHEWINGS FESCUE20% PERENNIAL RYEGRASS100% APPLIED AT 5 LBS. PER 1,000 S.F.
8. SEE SPECIFICATIONS FOR MORE INFORMATION.
REQUIRED SITE LANDSCAPINGDELAWARE COUNTY SALDO
REQUIRED PROPOSED
ADJACENT TO ZONED RESIDENTIAL:5' WIDE x 6' HIGH LANDSCAPE SCREEN
OR OPAQUE FENCE
B & B9TT
Red MapleAcer rubrum 'October Glory'*2AR
GT 8
1 SHADE TREE PER 5 PARKING SPACES78 SPACES = 16 TREES
Gleditsia triacanthos f. inermis* 'Shademaster' Thornless Honeylocust
ORNAMENTAL TREES
B & BFlowering DogwoodCornus florida 'Cherokee Chief'1CF
AREA LIGHT FIXTURE:
MANUFACTURER: RABMODEL NO: ALEDFC52LAMP: 4 @ 13W LEDCOLOR: BRONZECUT OFF: FULL CUT OFF
AREA LIGHT POLE:
MANUFACTURER: RABSQUARE STEEL POLEMODEL NO: PS4-11-20D2HEIGHT: 20'COLOR: BRONZE
LIGHTING SCHEDULE
1 STREET TREE PER 30 LF OF ROW
MARVINE AVENUE:215 LF = 8 TREES (3" CALIPER)
ROBERTS AVENUE:661 LF = 22 TREES (3" CALIPER)
BOND AVENUE:645 LF = 22 TREES (3" CALIPER)
BURMONT ROAD:700 LF = 24 TREES (3" CALIPER)
8 TREES
1 DECIDUOUS SPECIMEN TREE PER 100 LF BUILDINGPERIMETER (BP)
361 LF = 4 TREES (3 12" CALIPER)
2 ORNAMENTAL OR EVERGREEN TREES PER 100 LF BP361 LF = 8 TREES (8' - 10' HEIGHT)
3 SHRUBS PER 20 LF OF BP1361 LF = 55 SHRUBS
4 TREES
9 EVERGREEN
55 SHRUBS
COMPLIES,EVERGREENTREE ROW
19 TREES
REQUIRED SITE LANDSCAPINGDELAWARE COUNTY SALDO
REQUIRED PROPOSED
FOR EACH TREE REMOVED:12" TO 18" CALIPER: ONE NEW TREE
6 TREES REMOVED = 6 TREES18" TO 24" CALIPER: TWO NEW TREES
0 TREES REMOVED = 0 TREES24" TO 36" CALIPER: THREE NEW TREES
10 TREES REMOVED = 30 TREESGREATER THAN 36" CALIPER: FOUR NEW TREES
1 TREES REMOVED = 4 TREESTOTAL NEW TREES: 40 TREES ( 3 12" CALIPER) 40 TREES
EXISTINGSTREET TREES
3 TREES +EXISTING
STREET TREES
11 TREES +EXISTING
STREET TREES
REQUIRED PROPOSED
4 ORNAMENTAL
Red MapleAcer rubrum 'October Glory'* B & B
B & B
B & B
B & BQuercus bicolor* Swamp White Oak
Tilia tomentosa* Silver Linden
London PlanetreePlatanus x acerifolia* B & B
B & B6'-8' ht.Eastern RedbudCeris canadensis 'Forest Pansy'*
6'-8' ht.
EVERGREEN TREES
Picea abiesNorway Spruce B & B6'-8' ht.
Blue SprucePicea pungens B & B6'-8' ht.
American HollyIlex opaca 'Miss Helen' B & B6'-8' ht.
3 1/2"-4" caliper
3 1/2"-4" caliper
3 1/2"-4" caliper
3 1/2"-4" caliper
3 1/2"-4" caliper
3 1/2"-4" caliper
3 1/2"-4" caliper
3 1/2"-4" caliper
Leyland CypresCupressus x leylandii B & B6'-8' ht.
5% OF INTERIOR PARKING LOTS SHALLBE LANDSCAPED COMPLIES
DECIDUOUSORNAMENTAL/SHADE TREE
EVERGREEN TREE
DECIDUOUS/EVERGREEN SHRUB
AREA LIGHTSINGLE HEAD /DOUBLE HEAD
CC
PA
PP
IO
CL
16QB
12NS
11PX
3
3
3
3
Space 10 O.C
SHRUBS
Taunton YewTaxus x media 'Tauntonii' #5 Cont.24" ht. min.TM 11 Space 4' O.C
Specimen quality
Specimen quality
13
CONTAINER SHRUBS.
KEEP MULCH 3" AWAY FROM MAIN STEM
BALLS AS SPECIFIED.
FINISHED GRADE OR 1" TO 2"
PLANT TO PLACED ON UNDISTURBED SUBGRADE
PLANTING MIX, SEESPECIFICATIONS, WATERTHOROUGHLY TOELIMINATE AIR POCKETS.
PLANTS REMOVE POTS AND SPLITOF ROOT BALL, OR WITH CONTAINERREMOVE BURLAP FROM TOP 1/2
ABOVE IN POORLY DRAINED SOILS
3" MIN. SHREDDED HARDWOOD MULCH.
BURLAPPED SHRUBS.
PLANTING PIT TO BE 3 TO 5 TIMES
BALLED AND
THE WIDTH OF THE ROOT BALL
BARE ROOT OR
PRUNE ONLY TO REMOVE
SET PLANTS PLUMB AND FACE TO GIVEBEST APPEARANCE TO ADJACENT AREAS.
DEAD OR DAMAGED BRANCHES.
SET TOP OF ROOT BALL ATTOP OF ROOT BALL ANDREMOVE EXCESS SOIL FROM
NOTES:
BREAK DOWN SIDES OFPLANTING PIT WHENBACKFILLING.
REMOVE EXCESS SOIL FROM TOP OF ROOT BALLSET TOP OF ROOT BALL AT FINISHED GRADEOR 1" TO 2" ABOVE IN POORLY DRAINED SOILS
DO NOT USE TREE WRAP.
3" MIN. SHREDDED HARDWOOD MULCH.
KEEP MULCH 3" AWAY FROM TRUNK
FROM TOP 1/2 OF ROOT BALL.
FOLD DOWN AND/OR REMOVEBURLAP OR WIRE BASKET
PLANTING MIX, SEE SPECIFICATIONS,WATER THOROUGHLY TOELIMINATE AIR POCKETS.
THE WIDTH OF THE ROOT BALLPLANTING PIT TO BE 3 TO 5 TIMES
BREAK DOWN SIDESOF PLANTING PITWHEN BACKFILLING.
DEAD AND BROKEN BRANCHES.PRUNE ONLY TO REMOVE
USE DIGGING FORK NOT SPADE
TO ADJACENT AREAS.THE BEST APPEARANCE OR RELATIONSHIPSET PLANTS PLUMB AND FACE TO GIVE
TO PREVENT GLAZING OF PIT EDGES
STAKE TREES OVER 2" CAL.,SET STAKES VERTICAL AND AT SAME HEIGHT
STAYS TO BE SET 2/3 UP TREEOR ABOVE FIRST BRANCHES.
3/4" EXT. DIAM. REINFORCED RUBBER GARDEN HOSE.
PLANT TO BE PLACEDON UNDISTURBED SUBGRADE
HARDWOOD MULCH.3" MIN. SHREDDED
MIX AND DEPTH
BIORETENSION SOILSEE CIVIL PLANS FOR
UNDISTURBED SOIL PLANT CONTAINERIZED
ABOVE ADJACENT GRADEPERENNIAL 1"-2" PLANTING PIT TO
COMPACT BASE OF
PREVENT SETTLING
PROPOSEDGROUNDCOVER
(SPACING VARIES)
PLANTS (TYP)MIN. 2' FROM BASE FINISHED
NOTES:
REMOVE MULCH
GRADE
USE DIGGING FORK NOT SPADE TOPREVENT GLAZING OF PIT EDGES.
TYPICAL EDGE - MULCH TO LAWN
FINISHED GRADE OFMULCHED BED TO BE 2"HIGHER THAN FINISHEDGRADE OF LAWN.
3" MULCH
45 DEGREE STRAIGHT'SHOVEL CUT' AT EDGEOF PLANING BEDS.
3" DEEP SHOVEL CUT SOEDGE OF MULCH IS LEVELWITH EDGE OF LAWN.
FINISHED GRADE LAWN
3"-4"
2"3"
TYPICAL EDGE - MULCH TO PAVING
PAVING, SIDEWALK, CURB,OR PARKING AREA
3" MULCH
3"
3" DEEP SHOVEL CUT SOEDGE OF MULCH IS LEVELWITH EDGE OF PAVING
45 DEGREE STRAIGHT'SHOVEL CUT' AT EDGEOF PLANING BEDS.
24"DIA.
CONNECT TO GROUNDSTUD IN POLE
4'-0
"
CONCRETE SIDEWALK
8 #5 VERTICAL BARSWITH #4 TIES AT12" O.C. (MAX. SPACING)
CLASS A CEMENTCONCRETE
112" PVC CONDUIT
3" CLR 3/4" DIA. X 10' COPPERWELD GROUND ROD
GROUND WIRE
3" CLR TO TIE
FLUSH WITH GRADE IN SIDEWALK,3" ABOVE GRADE IN LAWN AREAS.
(MIN
.)
EXOTHERMICWELD
8"
+ -
8"
INSTALL EXPANSION JOINT/GROUTBETWEEN BASE AND SIDEWALK
PAVEMENT RESTORATION:SEE DETAIL 1/CS6001 FORRESTORATION IN SIDEWALK;SEE DETAIL 3/CS6001 FORROADWAY RESTORATION.
MAGNETIC MARKING TAPE
PADOT 2A STONE,COMPACTED TO 95%
COARSE SAND
CONDUIT NOTES:
1. PROVIDE SCHEDULE 40 PVC CONDUITUNDER ALL SIDEWALKS.
2. PROVIDE RIGID STEEL CONDUIT ATALL ROADWAY CROSSINGS.
CONDUIT, SEE NOTES
LIGHTING FOUNDATION NOTES:
1. SEE ELECTRICAL PLANS FOR ADDITIONAL INFORMATION FOR WIRING ANDCONNECTIONS.
2. POLE AND BASE WITH LUMINAIRES SHALL BE RATED FOR 120 MPH WINDLOADING WITH 1.3 GUST FACTOR PER AASHTO LTS-2.
24"DIA.
CONNECT TO GROUNDSTUD IN POLE
4'-0
"
8 #5 VERTICAL BARSWITH #4 TIES AT12" O.C. (MAX. SPACING)
CLASS A CEMENTCONCRETE
112" PVC CONDUIT
3" CLR 3/4" DIA. X 10' COPPERWELD GROUND ROD
GROUND WIRE
3" CLR TO TIE
(MIN
.)
EXOTHERMICWELD
SEAL JOINTS BETWEENFOUNDATION ANDASPHALT PAVING.INSTALL EXPANSION JOINTMATERIAL AND CAULKBETWEEN FOUNDATIONAND CONCRETE PAVING.
3'-0
"
LIGHT FIXTURE
12'-0
" PO
LE O
N R
AIS
ED
FO
UN
DA
TIO
N
FOUNDATION, FLUSH ORRAISED, SEE DETAILS THISSHEET
SQUARE STEEL POLE,SEE SCHEDULE ONDWG CS 2001
LIGHTING FOUNDATION NOTES:
1. SEE ELECTRICAL PLANS FOR ADDITIONAL INFORMATION FOR WIRING ANDCONNECTIONS.
2. POLE AND BASE WITH LUMINAIRES SHALL BE RATED FOR 120 MPH WINDLOADING WITH 1.3 GUST FACTOR PER AASHTO LTS-2.
INCLUDE ANCHOR BOLT KIT,POLE CAP, AND BASE COVERFOR ALL POLES.
DETAIL-N.T.S.
ELECTRIC CONDUIT
DETAIL-N.T.S.
AREA LIGHT FOUNDATION IN SIDEWALK OR GRASS AREA
DETAIL-N.T.S.
AREA LIGHT FOUNDATION IN PARKING AREA
DETAIL-N.T.S.
AREA LIGHT AND POLE
DETAIL-N.T.S.
MULCH EDGES
DETAIL-N.T.S.
PERENNIAL / ORNAMENTAL GRASS PLANTING
DETAIL-N.T.S.
SHRUB PLANTINGDETAIL-N.T.S.
DECIDUOUS TREE PLANTING
DETAIL-N.T.S.
RETAINING WALL
1" CHAMFER
DOWEL TOMATCHVERTICALREINFORCING
24" 12"8"
12"
3'-0
" MIN
.6'
±H
EIG
HT
(2)-#4 CONT.
#5@12"O.C.
2" C
LR
(4)- #5CONT.
#5@12" O.C.VERT.
#4@12" O.C. HORIZ.
3" CLR.
TYP.
EQ. EQ.
3" C
LR
SEEGRADINGPLAN
(2)-#3 CONT.FAIL
PROTECTION NOTES:
1. CONSTRUCT IN ACCORDANCE WITH THEREQUIREMENTS OF PUBLICATION 408,SECTION 605, FOR CAST-IN-PLACE UNITSAND SECTION 713.2(d) FOR PRECASTCEMENT CONCRETE UNITS. WELDSTRUCTURAL STEEL GRATES INACCORDANCE WITH THE REQUIREMENTSOF PUBLICATION 408, SECTION 1105.03(R).WELDING SHOPS ARE NOT REQUIRED TOBE AMERICAN INSTITUTE OF STEELCONSTRUCTION (AISC) CERTIFIED.
SECTION F-F
SE
CTI
ON
G-G
PLAN VIEWTYPE C INLET
TYPE M INLET
G
G
FF
1/4"MIN
SECTIONA-A
TYPICALCORNERDETAILS
SECTIONB-B
1/4"MIN
1/4"MIN1/4"MIN
1/4"MIN1/4"MIN
BAA
B
DETAIL-N.T.S.
PENNDOT TYPE C AND M INLET
CONFIGURATION DETAILTYPICAL INSTALLATION
DETAIL B
INSTALLATION NOTE:
POSITION HOOD SUCH THATBOTTOM FLANGE IS ADISTANCE OF 1/2 OUTLETPIPE DIAMETER (MIN.) BELOWTHE PIPE INVERT. MINUMUMDISTANCE FOR PIPES < 12"I.D. IS 6".
DETAIL A
INSTALLATION DETAILNOTES:
1. ALL HOODS AND TRAPS FOR CATCH BASINS AND WATER QUALITY STRUCTURES SHALL BE AS MANUFACTURED BY: BEST MANAGEMENT PRODUCTS, INC. 53 MT. ARCHER RD. LYME, CT 06371 (860) 434-0277, (860) 434-3195 FAX TOLL FREE: (800) 504-8008 OR (888) 354-7585 WEB SITE: www.bestmp.com OR PRE-APPROVED EQUAL2. ALL HOODS SHALL BE CONSTRUCTED OF A GLASS REINFORCED RESIN COMPOSITE WITH ISO GEL COAT EXTERIOR FINISH WITH A MINIMUM 0.125" LAMINATE THICKNESS.3. ALL HOODS SHALL BE EQUIPPED WITH A WATERTIGHT ACCESS PORT, A MOUNTING FLANGE, AND AN ANTI-SIPHON VENT AS DRAWN. (SEE CONFIGURATION DETAIL)4. THE SIZE AND POSITION OF THE HOOD SHALL BE DETERMINED BY OUTLET PIPE SIZE AS PER MANUFACTURER'S RECOMMENDATION. (SNOUT SIZE ALWAYS LARGER THAN PIPE SIZE).5. THE BOTTOM OF THE HOOD SHALL EXTEND DOWNWARD A DISTANCE EQUAL TO 1/2 THE OUTLET PIPE DIAMETER WITH A MINIMUM DISTANCE OF 6" FOR PIPES <12" I.D.6. THE ANTI-SIPHON VENT SHALL EXTEND ABOVE HOOD BY MINIMUM OF 3" AND A MAXIMUM OF 24" ACCORDING TO STRUCTURE CONFIGURATION.7. THE SURFACE OF THE STRUCTURE WHERE THE HOOD IS MOUNTED SHALL BE FINISHED SMOOTH AND FREE OF LOOSE MATERIAL AND PIPE SHALL BE FINISHED FLUSH TO THE WALL.8. THE HOOD SHALL BE SECURELY ATTACHED TO STRUCTURE WALL WITH 3/8" STAINLESS STEEL BOLTS AND OIL-RESISTANT GASKET AS SUPPLIED BY MANUFACTURER. (SEE INSTALLATION DETAIL)9. INSTALLATION INSTRUCTIONS SHALL BE FURNISHED WITH MANUFACTURER SUPPLIED INSTALLATION KIT. INSTALLATION KIT SHALL INCLUDE: A. INSTALLATION INSTRUCTIONS B. PVC ANTI-SIPHON VENT PIPE AND ADAPTER C. OIL-RESISTANT CRUSHED CELL FOAM GASKET WITH PSA BACKING D. 3/8" STAINLESS STEEL BOLTS E. ANCHOR SHIELDS
FRONT VIEW SIDE VIEW
SNOUT OIL-WATER-DEBRIS SEPARATOR*NOTE- SUMP DEPTH OF 36" MIN. FOR < OR= 12" DIAM. OUTLET. FOR OUTLETS >OR= 15", DEPTH = 2.5-3X DIAM.
GASKETT COMPRESSEDBETWEEN HOOD ANDSTRUCTURE (SEE DETAIL B)
ANTI-SIPHONDEVICE SNOUT
1/2 D
ANCHORSHIELD
SE
E N
OTE
*
NOTES:1. SNOUT TO BE BMP, INC. SOIL-DEBRIS HOOD OR APPROVED EQUAL.2. CONTRACTOR TO PROVIDE SHOP DRAWINGS TO ENGINEER PRIOR TO INSTALLATION OF THE SNOUT DEVICE IN THE
PROPOSED STRUCTURE.3. MANHOLES TO BE INSTALLED WITH HOODS WHERE INDICATED ON THE UTILITY PLAN (CS4.00).4. CONTRACTOR TO INSTALL WITH AIR-TIGHT SEAL, SEE INSTALLATION REQUIREMENTS FROM MANUFACTURER.5. SNOUT SIZE TO BE PROVIDED BASED ON THE OUTLET HOLE SIZE ACCORDING TO MANUFACTURER SIZING
RECOMMENDATIONS. SUMPS TO BE PROVIDED IN INLETS AND/OR MANHOLES BASED ON MANUFACTURERRECOMMENDATIONS.
1" PVC ANTI - SIPHON ADAPTER
REMOVEABLE WATER TIGHTACCESS PORT, 6" - 10"OEPNING
MOUNTING FLANGE
OUTLET PIPE (HIDDEN)
OUTLETPIPE
SNOUTOIL-DEBRISHOOD
SOLIDS SETTLEON BOTTOM
STAINLESSBOLT
EXPANSION CONE(NARROW END OUT)
DRILLED HOLE
ANCHOR W/BOLT (SEEDETAIL A)
MOUNTING FLANGE
FOAM GASKET W/ PSABACKING (TRIM TO
LENGTH)
OIL ANDDEBRIS
NOTES:1. EXISTING PIPE TO REMAIN UNTIL SATISFACTORY COMPLETION OF MANHOLE TESTING.2. REMOVE CROWN OF EXISTING PIPE FLUSH WITH CONCRETE SHELF.
DOG HOUSE INSTALLATION PROCEDURE:1. CONTRACTOR IS RESPONSIBLE FOR CONTROLLING THE FLOW
DURING THE CONNECTION.
2. THE CONTRACTOR IS TO OBTAIN INFORMATION ABOUT THE FLOWRATE PRIOR TO COMMENCING THE CONNECTION. THIS MAY BEOBTAINED BY OPENING A MANHOLE AND MEASURING THE FLOW(FLOW CAN VARY).
3. FOR HIGH FLOW RATE THE CONTRACTOR SHALL SUBMIT ABY-PASS METHOD FOR APPROVAL.
4. FOR LOW FLOW RATE THE CONTRACTOR MAY BE ABLE TODIRECT THE FLOW THROUGH THE OPENED SECTION.
5. EXCAVATE SAFELY TO EXPOSE THE EXISTING SEWER PIPEWITHOUT DAMAGING IT.
6. EXCAVATE A DITCH WIDE ENOUGH TO ACCOMMODATE THEMANHOLE.
7. CONTRACTORS SHOULD PERFORM THE CONNECTION IN A SAFEMANNER AND PER OSHA REGULATIONS.
8. SHORING SHALL BE INSTALLED IN DITCHES AND TRENCHES ASPER OSHA REGULATIONS OR AS REGULATED BY PWD. VIOLATIONOF THIS PROVISION WILL RESULT IN A STOP WORK ORDERAND/OR PENALTIES PRESCRIBED BY LAW. (REFER TOPHILADELPHIA PLUMBING CODE 2004 SECTION P- 1503.2SHORING).
9. PREVENT ANY DEBRIS FROM FALLING AND FLOWING INTO THESEWER.
10.CLEAN THE BOTTOM OF THE OPENED AREA FROM LOOSE ANDSOFT SOIL IF NO CRADLE, AND PLACE STONE IN THE MIDDLE.
11.PLACE #5 BARS @ 12" O.C. BOTH WAYS IMMEDIATELY BELOWMANHOLE AND EXTENDING BEYOND OUTSIDE PERIMETER.
12.SET MANHOLE RISER RESTING ON CINDER BLOCK ORCONCRETE BLOCK AT FOUR CORNERS PRIOR TO POURINGCONCRETE.
13.POUR CONCRETE BASE IN PLACE AFTER SETTING MANHOLE.CONCRETE TO BE POURED INSIDE AND OUTSIDE TO PROVIDESEAL AGAINST LEAKS.
14.CUT AND REMOVE THE TOP HALF OF EXISTING PIPE TO WITHIN6” OF THE MANHOLE WALLS AFTER THE INVERT AND SHELF HAVEBEEN FORMED. PARGE EXPOSED CUT EDGES OF THE PIPE WITHMORTAR.
15.ALLOW AT LEAST 24 HOURS FOR THE CONCRETE TO HARDENBEFORE BACKFILLING.
16.ANY OTHER PIPELINE EXPOSED AND UNDERMINED DURINGTHIS OPERATION MUST BE SUPPORTED IMMEDIATELY ANDBACKFILLED WITH CONTROLLED LOW STRENGTH MATERIAL(CLSM) AFTER THE COMPLETION OF THE CONNECTION.
SET MANHOLE ON 3 CINDER BLOCKOR CONCRETE BLOCK 8" HIGH
DOGHOUSE MANHOLE
OPENING BETWEENEXISTING PIPE ANDCUTOUT (TYP.) TOBE FILLED WITHCONCRETE
#5 BARS @ 12" O.C. BOTHWAYS PLACEDIMMEDIATELY BELOWMANHOLE AND EXTENDINGBEYOND OUTSIDEPERIMETER AS SHOWNMANHOLE RISER RESTINGON CINDER BLOCK ORCONCRETE BLOCK ATTHREE EVENLY SPACEDLOCATIONS PRIOR TOPOURING CONCRETE
3/4 " DIA. OFEXISTING PIPE
PRECAST REINFORCEDRISER SECTION
STANDARD PRECASTRISER WITH PRECASTOPENINGS
CONCRETE BASE POURED INPLACE AFTER SETTINGMANHOLE. CONCRETE TO BEPOURED INSIDE AND OUTSIDE TOPROVIDE SEAL AGAINST LEAKS
4000 P.S.I CONCRETE POUREDAGAINST UNDISTURBEDEARTH OR 8" OF 3/4 " STONE IFEARTH IS NOT STABLE
FORM CHANNEL TOMATCH INV AND
CURVATURE OF PIPE
A-LOK HOLE FOR ANEW PIPE CONNECTION
OR APPROVED EQUAL
EXISTING 2'3"x1'6" STORMPIPE
SHELF SLOPED1" PER FOOT
3"
3"
3" MIN. TYP.
6" MIN.
7' - 0" MIN.6" MIN.
7' - 0" MIN.
UNDISTURBED EARTH
3"
NOTE:
1. CONTRACTOR SHALL PROVIDESIGNED & SEALED SHOP DRAWINGSBY A PA PROFESSIONAL ENGINEERFOR REVIEW AND APPROVAL PRIORTO CONSTRUCTION.
U:\A
ccou
nts\U
DSDX
\UDS
DX19
001
- Aro
nimink
Elem
enta
ry S
choo
l\DES
IGN\
_SHE
ETS\
CS60
02.d
wg
PLOT
TED:
6/22
/202
0 5:
36 P
M, BY:
Jaso
n Sh
erida
n PL
OTST
YLE:
Penn
oni N
CS.st
b PR
OJEC
T ST
ATUS
: ----
CS6002
SITE DETAILS
10
UPP
ER D
AR
BY
SC
HO
OL
DIS
TRIC
T
UPP
ER D
AR
BY
SCH
OO
L D
ISTR
ICT
AR
ON
IMIN
K E
LEM
ENTA
RY
SC
HO
OL
TOW
NSH
IP O
F U
PPER
DA
RB
YD
ELA
WA
RE
CO
UN
TY, P
A
ISSU
ED F
OR
: PR
ELIM
INA
RY
/ FI
NA
L LA
ND
DEV
ELO
PMEN
T SU
BM
ISSI
ON
PDE
#xxx
xK
CB
A A
rchi
tect
sE
ight
Eas
t Bro
ad S
treet
Hat
field
, PA
1944
0-24
01t
215.
368.
5806
kcba
-arc
hite
cts.
com
CONSULTANTS
JOB NO.
DWN. BY
DATE
SHEET NO.
HB
UDSDX19001
08.29.2019
RE
VIS
ION
S
MA
RK
DA
TED
ES
CR
IPTI
ON
OF 15
4611
BO
ND
AV
ENU
ED
REX
EL H
ILL,
PA
190
26PE
NN
ON
I ASS
OC
IATE
S IN
C.
1900
Mar
ket S
treet
, Sui
te 3
00Ph
ilade
lphi
a, P
A 19
103
T 21
5.22
2.30
00F
215.
222.
3588
REN
OV
ATI
ON
S A
ND
AD
DIT
ION
FOR
TH
E5
12/3
1/19
PE
R T
WP
/DC
CD
CO
MM
EN
TS
602
/26/
20P
ER
TO
WN
SH
IP C
OM
ME
NTS
703
/20/
20P
ER
TO
WN
SH
IP C
OM
ME
NTS
804
/08/
20P
ER
DC
CD
CO
MM
EN
TS
905
/06/
20P
ER
DC
CD
CO
MM
EN
TS
1006
/22/
20A
DD
EN
DU
M 7DETAIL- SNOUT OIL AND DEBRIS SEPARATOR (BMP OR APPROVED EQUAL)
N.T.S.DETAIL-
DETAIL- DOGHOUSE MANHOLE BASEN.T.S.DETAIL-
DETAIL-N.T.S.
24" AREA DRAIN (INLINE)
2.6%
3.1%
2.0%
3.4%
3.5%
4.5%
2.3%
2.0%3.3%
215
214
213
214
3.1%222
224
226
227
228
229
230226
225
224
223
2.4%
225
223
FFE 215.06
214
224
223
224
225
227
216
214
223
223
223
224
224
-7.0%
-5.7
%
220
219
217
223
213
212
213
3.0%
223
222
223
223
222
223223
219
220
221
218
217
216215
8.8%
220218
216
214
PROPOSED 16,762 SFADDITION3-STORY
(33,530 SF GFA)
R10'
24'
8'
8'
8'
5'
154.8'
133.7
'
8'
R5'
PROPOSED ADACURB RAMPS ANDCROSSWALKS (TYP.)
PROPOSED ADACURB RAMPS AND
CROSSWALKS(TYP.)
20'
8'
PROPOSED 5' x 5'PASSING AREA
PROPOSED 5' x 5'PASSING AREA
PROPOSED 5' x 5'PASSING AREA
PROPOSEDRETAINING
WALL
PROPOSEDRETAININGWALL
PROPOSED COOLINGTOWER 12'x 8.5'
RELOCATEDTOT-LOT
PROPOSED TYPE 2ADA CURB RAMP
FH BURMONT ROAD
(50' WIDE ROW
)
(30' WIDE CARTW
AY)
MARVINE AVENUE
(40' WIDE ROW)
(30' WIDE CARTWAY)
MARVINE AVE(40' WIDE ROW)(25' WIDE CARTWAY)
RO
BE
RTS
AV
EN
UE
(40'
WID
E R
OW
)(3
0' W
IDE
CA
RTW
AY
)
ALEXANDER A
VE
(50'
WID
E ROW
)
(30'
WID
E CARTW
AY)
SMITHFIELD ROAD(40' WIDE ROW)
(25' WIDE CARTWAY)
BOND AVENUE(40' WIDE ROW)
(30' WIDE CARTWAY)
ALE
XA
ND
ER
AV
E(4
0' W
IDE
RO
W)
(25'
WID
E C
AR
TWA
Y)
AN
DE
RS
ON
AV
E(4
0' W
IDE
RO
W)
(25'
WID
E C
AR
TWA
Y)
BLY
THE
AV
E(4
0' W
IDE
RO
W)
(25'
WID
E C
AR
TWA
Y)
BLYTHE AVE
(50' WIDE ROW)
(25' WIDE CARTWAY)
BOLLARDSWITH CHAINS(TYP)
TRAFFICSIGNAL
STEPS
STEPS
STEPSSTEPSRAILING
CONC. CURBCONC. CURB
EXISTINGELEMENTARY SCHOOL
3-STORY54,500 GFA
CONC.MON
IRONPINFOUND
IRF
IPF
EXISTING1-STORYBUILDING
188.4
'
PARCEL ID: 16110059700MAP #: 16-12-486:000
GROSS: 429,319 SF (9.857 AC)NET: 398,894 SF (9.157 AC)
LANDS N/FUPPER DARBY SCHOOL DISTRICT
BOND AVENUEZONING DISTRICT: R-1
UP 711
UP 73408
SAN MHRIM: 224.27
(SELAED)
8" SA
N
210
210
215
215
215
215
220
220
220
220
225
225
225
225
225225
230230230
230
230
230
230
230
230
230
209
209
211
211
211
211
212
212
212
212
213
213
213
213
214
214
214
214
216
216
216
216
217
217
217
217
218
218
218
218
219
219
219
219
219
219
221
221
221
221
222
222
222
222
223
22322
3
223
224
224
224
224
226
226
226 226
226
226
227
227
227
227
227
227
228
228
228
228
228
228
229
229
229
229
229
229
231 232 232
232
233
225
221
221
222
222
223
223
224
226
230
227
228
229
231
225
22622
7
C.O.
C.O.
C.O.
C.O.
C.O.
RCE
CWTOPSOIL
STOCKPILE
CONCRETEWASHOUT
INLET PROTECTION(TYP.)
EROSION CONTROLMATTING (TYP.)
COMPOSTFILTER SOCK
(TYP.)
CFS-1
CFS-2
CFS-3
CFS-4
CFS-9
CFS-8
CFS-7
CFS-6
CFS-5
CFS-7FLOW PATH
(111 LF @ 1.8%)
CFS-6-2FLOW PATH
(111 LF @ 1.8%)
CFS-6-1FLOW PATH
(72 LF @ 5.9%)
CFS-8FLOW PATH(81 LF @ 7.1%)
CFS-9-1FLOW PATH(122 LF @ 6.8%)
CFS-9-2FLOW PATH
(190 LF @ 1.7%)
CFS-1FLOW PATH(25 LF @ 21.2%)
CFS-5FLOW PATH
(43 LF @ 3.2%)
CFS-3-1FLOW PATH
(104 LF @ 6.4%)
CFS-3-2FLOW PATH
(207 LF @ 3.2%)
CFS-4FLOW PATH
(38 LF @ 9.0%)
CFS-2FLOW PATH
(16 LF @ 12.5%)
ROCKCONSTRUCTIONENTRANCELIMIT OF DISTURBANCE /
NPDES PERMIT BOUNDARY 168,086 SF (3.86 AC)
LIMIT OF DISTURBANCE /NPDES PERMIT BOUNDARY
168,086 SF (3.86 AC)
BASIN IB-1
BASIN MRC-2
Me
Me
LEGEND
SANITARY SEWER MANHOLE
STORM SEWER MANHOLESANITARY SEWER
STORM SEWERSTORM SEWER INLET
LIGHT POLE
OVERHEAD COMMUNICATION LINE
UTILITY POLEPOWER MANHOLE
WATER PIPE
WATER VALVE
MONITORING WELL
HYDRANTGAS VALVE
UNIDENTIFIED MANHOLESIGNBOLLARD
EXISTING MAJOR CONTOUR
PROPERTY LINERIGHT OF WAY LINE
100
EXISTING MINOR CONTOUR101
EXISTING BUILDING OUTLINE
EXISTING TREES
TELECOMM MANHOLE
GUARD RAIL
WALLJUNCTION BOX
HVAC STRUCTUREFLAG POLE
ELECTRICAL EQUIPMENT
EXISTING CURB
EXISTING SIDEWALK
ADJACENT PROPERTY LINE
SETBACK LINE
SOILS BOUNDARY
UNDERGROUND POWER LINE
GUARD RAIL
CURB LINERETAINING WALLSIDEWALKBUILDING OUTLINEDEPRESSED CURBSIGN
BUILDING OVERHANG
PROPOSED LANDSCAPE AREAPROPOSED WALL
PROPOSED
PROPOSED CONTOUR
PROPOSED INDEX CONTOUR
244.82X PROPOSED SPOT ELEVATION
PROPOSED DRAINAGE MANHOLE
PROPOSED INLET
101100
EXISTING
PROPOSED SANITARY SERVICE
STEEP SLOPES 20%-25%
VERY STEEP SLOPES 25% OR GREATER
COMPOST FILTER SOCK
PROPOSED CONSTRUCTION FENCE
PROPOSED TOPSOILSTOCKPILE
CFS SLOPE LENGTH
CONCRETE WASHOUTCW
COMPOST FILTER SOCK TRAP
PROPOSED E&S BMP DRAINAGE AREAPROPOSED TEMPORARY CONTOUR
PROPOSED ROCKCONSTRUCTION ENTRANCERCE
PROPOSED SWM BMPDRAINAGE AREAEROSION CONTROL MATTING
TEMPORARY INLETPROTECTION
LIMIT OF DISTURBANCE
U:\A
ccou
nts\U
DSDX
\UDS
DX19
001
- Aro
nimink
Elem
enta
ry S
choo
l\DES
IGN\
_SHE
ETS\
CS80
01.d
wg
PLOT
TED:
6/23
/202
0 9:
29 A
M, BY:
Jaso
n Sh
erida
n PL
OTST
YLE:
Penn
oni N
CS.st
b PR
OJEC
T ST
ATUS
: ----
NOT FOR CONSTRUCTION00 40' 80'
NORT
H
UPP
ER D
AR
BY
SC
HO
OL
DIS
TRIC
T
UPP
ER D
AR
BY
SCH
OO
L D
ISTR
ICT
AR
ON
IMIN
K E
LEM
ENTA
RY
SC
HO
OL
TOW
NSH
IP O
F U
PPER
DA
RB
YD
ELA
WA
RE
CO
UN
TY, P
A
ISSU
ED F
OR
: PR
ELIM
INA
RY
/ FI
NA
L LA
ND
DEV
ELO
PMEN
T SU
BM
ISSI
ON
PDE
#xxx
xK
CB
A A
rchi
tect
sE
ight
Eas
t Bro
ad S
treet
Hat
field
, PA
1944
0-24
01t
215.
368.
5806
kcba
-arc
hite
cts.
com
CONSULTANTS
JOB NO.
DWN. BY
DATE
SHEET NO.
HB
UDSDX19001
08.29.2019
RE
VIS
ION
S
MA
RK
DA
TED
ES
CR
IPTI
ON
OF 15
4611
BO
ND
AV
ENU
ED
REX
EL H
ILL,
PA
190
26PE
NN
ON
I ASS
OC
IATE
S IN
C.
1900
Mar
ket S
treet
, Sui
te 3
00Ph
ilade
lphi
a, P
A 19
103
T 21
5.22
2.30
00F
215.
222.
3588
REN
OV
ATI
ON
S A
ND
AD
DIT
ION
FOR
TH
E5
12/3
1/19
PE
R T
WP
/DC
CD
CO
MM
EN
TS
602
/26/
20P
ER
TO
WN
SH
IP C
OM
ME
NTS
703
/20/
20P
ER
TO
WN
SH
IP C
OM
ME
NTS
804
/08/
20P
ER
DC
CD
CO
MM
EN
TS
905
/06/
20P
ER
DC
CD
CO
MM
EN
TS
1006
/22/
20A
DD
EN
DU
M 7
CS8001
EROSION AND SEDIMENTCONTROL PLAN
12
USDA-SCS SOIL GROUP RATING FOR INFILTRATION AND ERODIBILITYGROUP A: LOWEST RUNOFF POTENTIAL WITH HIGH INFILTRATION RATES.GROUP B: LOW TO MODERATE RUNOFF POTENTIAL, WITH MODERATE INFILTRATION WHEN WET.GROUP C: MODERATE TO HIGH RUNOFF POTENTIAL, WITH SLOW INFILTRATION WHEN WETTED.GROUP D: HIGH RUNOFF POTENTIAL, WITH VERY SLOW INFILTATION RATES WHEN WETTED.
SOILS CHARACTERISTICS CHART
SOIL
DESCRIPTION TABLE 6 INFORMATION
TOPSOIL
SUITABILITY FOR
LOCAL ROADSAND STREETS
ROADFILL
BUILDINGS WITHBASEMENTS
BUILDINGS W/OBASEMENTS
DEPTH TOS.H.W.T.
DEPTH TORESTRICTIVE
FEATURE
PONDSRESERVOIR
EMBANKMENTS AGRICULTURALSOILS
CLASSIFICATION
USDA-SCS SOIL RATINGFOR NFILTRATIONAND ERODIBILITY
SAND ANDGRAVEL
FROSTACTION
SOIL USE LIMITATIONS AND RESOLUTIONS:1. IF GROUNDWATER IS ENCOUNTERED DURING FOUNDATION OR UTILITY
EXCAVATION, WATER SHALL BE PUMPED FROM TRENCH INTO FILTER BAG.
2. DUE TO FROST ACTION LIMITATIONS OF SOILS DURING WINTER MONTHS, THECONTRACTOR SHALL CEASE ALL EARTH MOVING ACTIVITIES DURING FROSTING ORICING CONDITIONS.
3. IF BEDROCK IS ENCOUNTERED DURING EXCAVATION, ROCK SHALL BE REMOVEDAND DISPOSED OF IN A LEGAL MANNER.
4. SOIL TESTS SHOULD BE PERFORMED TO DETERMINED SOIL SUITABILITY FORTOPSOIL. IF SOIL IS UNSUITABLE, TOPSOIL SHALL BE IMPORTED.
MADE LAND,SCHIST AND
GNEISS MATERIALS0%-8% SLOPES SOMEWHAT
LIMITEDSOMEWHAT
LIMITEDVERY
LIMITED POOR GOOD NOT PRIMEFARMLAND GROUP C
SOMEWHATLIMITED
SOMEWHATLIMITEDPOOR MODERATE60"
40"-72" TOPARALITHICBEDROCK
NO
RTH
LOCATION MAPUSGS QUADRANGLE: LANSDOWNE, PA
SCALE: 1" = 1000'
SITE
SYMBOL
Me
SCALE: 1" = 40'