ENGINEERING MEMORANDUM

Size: px
Start display at page:

Download "ENGINEERING MEMORANDUM"

Transcription

1 ENGINEERING MEMORANDUM April 10, 2017 TO: FROM: City Council Mike Payne, City Engineer SUBJECT: Consideration and action to award contract for Bid Schedule C : C Landfill Paving Improvements C E. Milwaukee Street Rehabilitation C Black Boiler Slag Chip Sealing C Progress Drive Improvements C Landfill Phase 3 Closure C Ice Arena Dehumidification Improvements Relates to Strategic Plan Strategic Goal - Infrastructure These contracts support the City s efforts to maintain existing infrastructure. Executive Summary Bids for C Landfill Paving Improvements, C E. Milwaukee Street Rehabilitation, C Black Boiler Slag Chip Sealing, C Progress Drive Improvements, C Landfill Phase 3 Closure, and C Ice Arena Dehumidification Improvements were opened on Wednesday, March 29, Each low bid was found to be responsive and acceptable. City Recommendation The City s recommended course of action is to award contracts C Landfill Paving Improvements, C E. Milwaukee Street Rehabilitation, C Black Boiler Slag Chip Sealing, C Progress Drive Improvements, C Landfill Phase 3 Closure, and C Ice Arena Dehumidification Improvements to the low bidders and express the intent to borrow funds as outlined in the memo. Suggested Motion I move to award contracts C Landfill Paving Improvements, C E. Milwaukee Street Rehabilitation, C Black Boiler Slag Chip Sealing, C Progress Drive Improvements, C Landfill Phase 3 Closure, and C Ice Arena Dehumidification Improvements to the low bidders as described in the memo and to express the intent to include necessary funding in the 2017 Note Issue. 1

2 Background C Landfill Paving Improvements Construction of an approximately 6810 S.Y. asphalt parking and roadway area, including new curb & gutter; curb & gutter removal and replacement; sidewalk removal and replacement; concrete wall repairs; approximately 340 S.Y. full depth concrete pavement removal and replacement; approximately 6810 S.Y. 2 inch milling; approximately 6810 S.Y 2 inch asphalt paving; grass terrace restoration; and miscellaneous construction items. There were six (6) prequalified plan holders. The contract estimate was $200,000. We opened three (3) bids for this project, with Rock Road Companies, Inc. providing the lowest bid. The Engineering Division is recommending award of this contract to Rock Road Companies, Inc. of Janesville, WI for a total bid amount of $189, The bids received are shown below: Rock Road Companies Inc. Total: $189, PO Box 1818 Janesville, WI Frank Bros, Inc. Total: $222, Morse Street Janesville, WI Parisi Construction Total: $249, S Nine Mound Road Verona, WI Contract $189, Engineering and Contingency (+/-8%) $15, Sub Total $205, Note Sanitation Fund $205, Total $205, C E. Milwaukee Street Rehabilitation Includes doing all the work for construction and completion of a Local Road Improvement Program (LRIP) project consisting of approximately 23 storm inlet repairs or replacements; 9,400 LF curb and gutter removal and replacement; 5 detector loop replacements; 30,230 SY asphalt pavement milling; 3,600 tons asphalt paving; 23,600 SF concrete driveway and sidewalk and median nose replacement; 12,000 LF epoxy pavement marking, traffic control, terrace restoration and miscellaneous construction. There were six (6) prequalified plan holders. The contract estimate was $1,130,000. We opened one (1) bid for this project, with Rock Road Companies, Inc. providing the sole bid. The Engineering Division is recommending award of this contract to Rock Road Companies, Inc. of Janesville, WI for a total bid amount of $889, The bid received is shown below: Rock Road Companies Inc. Total: $889, PO Box 1818 Janesville, WI

3 Contract $889, Engineering & Contingency (+/-10%) $91, Sub Total $981, Note General Fund Street Improvements $652, Note General Fund Assessable Sidewalk Replacement $26, WisDOT Local Road Improvement Program grant $302, Total $981, C Black Boiler Slag Chip Sealing Includes doing all the work necessary for providing and placing approximately 27,000 square yards of crack filling/sealing and Black Boiler Slag Chip Sealing; 500 square feet of infrared asphalt pavement patching; 900 linear feet of crack leveling; 17,000 linear feet of various epoxy pavement markings; and incidental construction. There were two (2) prequalified plan holders. The contract estimate was $90,000. We opened two (2) bid for this project, with Scott Construction, Inc. providing the low bid. The Engineering Division is recommending award of the base bid to Scott Construction, Inc. of Lake Delton, WI for a total bid amount of $86, Alternate 1 substituted crushed granite aggregate in lieu of black boiler slag aggregate on the E. Rotamer Road portion of the project. Alternate 2 substituted crushed granite aggregate in lieu of black boiler slag aggregate on Northridge Drive. Neither Alternate is being recommended for award as part of the contract based on the desire of using black boiler slag. The bids received are shown below: Scott Construction, Inc. Total: $86, Munroe Avenue Alt 1: Add $1, Lake Delton, WI Alt 2: Add $ Fahrner Asphalt Sealers, LLC Total: $104, Raemisch Road Alt 1: Deduct $1, Waunakee, WI Alt 2: Deduct $ Contract $86, Engineering & Contingency (+/-10%) $8, Sub Total $95, Note General Fund Street Improvements $95, Total $95, C Progress Drive Improvements Includes doing all the work necessary for furnishing all the labor, materials, equipment, and doing all the work necessary for the construction and completion of a new right-in/right-out intersection on STH 11 at Progress Drive. In addition, a significant section of Progress Drive and Venture Drive will be paved with the final asphalt surface layer. Construction quantities will include approximately 1,150 SY of concrete pavement; 1,140 LF of curb; 1,020 tons of asphalt pavement; miscellaneous storm sewer, erosion control, striping, signage, grading, restoration, and seeding. 3

4 There were eight (8) prequalified plan holders. The contract estimate was $335,000. We opened two (2) bids for this project, with Rock Road Companies providing the low bid. The Engineering Division is recommending award of this contract to Rock Road Companies, Inc. of Janesville, WI for a total bid amount of $249, The bids received are shown below: Rock Road Companies Inc. Total: $249, PO Box 1818 Janesville, WI Parisi Construction 508 S Nine Mound Road Total: $291, Verona, WI Contract $249, Consultant (Design Services) $43, Engineering & Contingency (+/-10%) $24, Sub Total $317, Note TID 22 $317, Total $317, C Landfill Phase 3 Closure Includes doing all the work necessary for the construction and completion of a landfill cap to include: grading layer filling for cell; 2-foot thick compacted clay liner or soil barrier layer with GCL; 40-mil geomembrane liner; drainage layer; filter fabric layer; rooting zone layer; topsoil layer; gas system piping and wells; storm water drainage; site restoration; and incidentals for Landfill Phase 3 Closure. There were nine (9) prequalified plan holders. The contract estimate was $1,100,000. We opened three (3) bids for this project, with Frank Silha & Sons Excavating, Inc. providing the low bid. The Engineering Division is recommending award of this contract to Frank Silha & Sons Excavating, Inc. of Janesville, WI for a total bid plus Alternate A amount of $1,121, Alternate A includes hauling, placing and compacting clay from the City stockpile as part of the two foot thick clay cap for Landfill Phase 3. Alternate B1 includes hauling, placing and compacting a two foot thick soil barrier layer from a City stockpile as part of the cap for Landfill Phase 3. Alternate B2 includes providing and installing a geosynthetic clay liner over the soil barrier layer described in alternate bid item B1. In order for the contract to comply with WDNR requirements, either alternate A or alternates B1 and B2 need to be awarded in addition to the base bid. The bids received are shown below: Frank Silha & Sons Excavating, Inc. Total: $981, Hwy 14 East Alt A: $134, Janesville, WI Alt B-1: $298, Alt B-2: $129, Veit & Company, Inc. Total: $1,382, S 179 th St Alt A: $101, New Berlin, WI Alt B-1: $356, Alt B-2: $148,

5 Super Western, Inc. Total: $1,402, N60 W14224 Kaul Ave. Alt A: $157, Menomonee Falls, WI Alt B-1: $540, Alt B-2: $108, Contract Base Bid plus Alternate A $1,116, Consultant (Design and Construction Management) $170, Engineering & Contingency (+/-5%) $55, Sub Total $1,342, Note Sanitation Fund $1,342, Total $1,342, C Ice Arena Dehumidification Improvements Includes doing all the work necessary for the construction and completion of of dehumidification system upgrade. Work includes removal of existing HVAC equipment, fencing, and concrete equipment pads; storm sewer modifications; modular block retaining wall; dehumidification system components and related ductwork, piping, insulation, and electrical; masonry wall modifications; concrete flatwork; interior wall framing and finishes; cleaning and painting of interior walls; landscaping and site restoration. There were three (3) prequalified plan holders. The contract estimate was $725,000. We opened three (3) bids for this project, with Gilbank Construction Company providing the low bid. The Engineering Division is recommending award of the base bid to Gilbank Construction Company of Clinton, WI for a total bid amount of $659, Alternate 1 includes excavating exposed limestone in the interior northeast corner of the Ice Arena and filing the area with a concrete slab. Alternate 1 is not recommended for award based on the cost and the project budget. The bids received are shown below: Gilbank Construction Co. Total: $659, PO Box 718 Alt 1: $9, Scot Drive Clinton, WI Magill Construction Co., Inc. Total: $699, Koopman Lane Alt 1: $12, Elkhorn, WI Klobucar Construction Co., Inc. Total: $815, East County Road S Alt 1: $31, Beloit, WI Contract $659, Consultant (Design and Limited Inspection Services) $65, Engineering & Contingency (+/-5%) $31, Sub Total $755,

6 2017 Note General Fund $755, Total $755, Options Approve City recommendation to award contracts C , C , C , C , and C The Council could choose not to award one or any of the contracts. Analysis 2017 Note Issue If the City were to award all contracts for Bid Schedule C 2017 as recommended, the property tax impact for the average assessed home of $121,400 is $2.59 per year for the next ten years. Additionally, the table below shows the property tax impact of projects the City Council has already committed or is considering to fund in the 2017 Note Issue: 2017 Note Issue 2017 NOTES ISSUE IMPACT - GENERAL FUND Debt Service Payment Amount Borrowed Avg. Payment Per Year Conclusions These contracts support tasks listed in the Strategic Plan. Avg. Assessed Home Tax Impact Per Year Retirement of Prior Debt $ - $ (465,136) $ (14.17) Lifespan (10 Years) Public Works Bid Schedule "F" 660,000 74, Public Works Bid Schedule "A" 2,263, , Public Works Bid Schedule "B" 2,186, , Fire Apparatus 525,000 59, Public Works Bid Schedule "C" 755,000 85, Note Issue Impact $ 6,389,000 $ 254,958 $ 7.77 $ Note Issue Impact $ 7,802,000 $ 832,829 $ $ Assumptions: Assessed Value 3,983,754,330 Avg. Assessed Home 121,400 Projected Interest Rate (2017) 2.50% Restated City Recommendation The City s recommended course of action is to award contracts C Landfill Paving Improvements, C E. Milwaukee Street Rehabilitation, C Black Boiler Slag Chip Sealing, C Progress Drive Improvements, C Landfill Phase 3 Closure, and C Ice Arena Dehumidification Improvements to the low bidders and express the intent to borrow funds as outlined in the memo. cc: Mark Freitag, City Manager Maxwell Gagin, Assistant to the City Manager Paul Woodard, Director of Public Works 6

ENGINEERING MEMORANDUM

ENGINEERING MEMORANDUM ENGINEERING MEMORANDUM March 12, 2018 TO: FROM: City Council Mike Payne, City Engineer SUBJECT: Consideration and action to award contracts for Bid Schedule B - 2018: C2018-1 Monterey Area Removal and

More information

DEPARTMENT OF PUBLIC WORKS MEMORANDUM

DEPARTMENT OF PUBLIC WORKS MEMORANDUM DEPARTMENT OF PUBLIC WORKS MEMORANDUM 18 February 2013 TO: FROM: City Council Mike Payne, Engineering Manager SUBJECT: : C2013-1, STREET RESURFACING C2013-2, CURB & GUTTER AND SIDEWALK REPLACEMENT C2013-3,

More information

DOCUMENT ADDENDA AND MODIFICATIONS

DOCUMENT ADDENDA AND MODIFICATIONS DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications

More information

Bidder Name: ITEMIZED BID: The bidder should complete the following section in accordance with Sec 102.7. The bidder proposes to furnish all labor, materials, equipment, services, etc. required for the

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION CITY OF ALBANY Public Works Department ADDENDUM #1 ST-13-04-2014, MAIN STREET REHABILITATION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and

More information

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016 ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP #2017-01 NOTICE TO PROSPECTIVE BIDDERS June 7, 2016 Prospective bidders are hereby informed of the following corrections, additions, deletions, and/or modifications

More information

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

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018 155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall

More information

Table of Contents for Guide Specifications

Table of Contents for Guide Specifications Table of Contents for Guide Specifications 01270A Measurement and Payment 01355A Environmental Protection 01356A Storm Water Pollution Prevention Measures 01421 Basic Storm Water Pollution Prevention Plan

More information

CHAPTER 20 PUBLIC IMPROVEMENTS OPINION OF COSTS TABLE OF CONTENTS

CHAPTER 20 PUBLIC IMPROVEMENTS OPINION OF COSTS TABLE OF CONTENTS CHAPTER 20 PUBLIC IMPROVEMENTS OPINION OF COSTS TABLE OF CONTENTS Section Title Page 20.1 General... 20-1 20.2 Units and Costs... 20-1 20.2.1 Erosion Control...20-1 20.2.2 Street Improvements...20-1 20.2.3

More information

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1 UPPER SKAGIT INDIAN TRIBE COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO. 1 (7 pages total) Issue Date: May 11, 2016 General: Recitations of each and every section of the bid documents impacted

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

SECTION GENERAL EXCAVATION

SECTION GENERAL EXCAVATION 02210-1 of 11 SECTION 02210 GENERAL EXCAVATION 02210.01 GENERAL A. Description 1. General excavation shall include but not necessarily be limited to, excavation and grading for general site work, roadways,

More information

DECEMBER 5, 2017 AT 2:00 P.M. (EASTERN TIME) (Estimated Cost: $5,000,000) Bids

DECEMBER 5, 2017 AT 2:00 P.M. (EASTERN TIME) (Estimated Cost: $5,000,000) Bids General Info Number: PROJECT NO. 43-17-04 : BRIDGE DECK REPAIR AND BRIDGE REMOVAL OHIO TURNPIKE OVER QUARRY ROAD, M.P. 138.0 OHIO TURNPIKE OVER INACTIVE RAILROAD, M.P. 138.2 LORAIN COUNTY, OHIO Deadline:

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page SECTION 14 RESTORATION OF SURFACES... 14.1 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01

More information

YES, we received Addendum No. 1

YES, we received Addendum No. 1 TRANSMITTAL SHEET Date sent: Friday, April 6, 2018 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 36 CONFIRMATION

More information

TRANSPORTATION HEAVY HIGHWAY ADOT I-10 WIDENING (PINAL AIR PARK TO PICACHO PEAK TRAFFIC INTERCHANGE) RED ROCK, ARIZONA

TRANSPORTATION HEAVY HIGHWAY ADOT I-10 WIDENING (PINAL AIR PARK TO PICACHO PEAK TRAFFIC INTERCHANGE) RED ROCK, ARIZONA HEAVY HIGHWAY ADOT I-10 WIDENING (PINAL AIR PARK TO PICACHO PEAK TRAFFIC INTERCHANGE) RED ROCK, ARIZONA 2008/09 $52.0 M 85% SELF-PERFORMED Widen 12 miles of Interstate 10 to six lanes including the reconstruction

More information

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

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices. SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section

More information

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013 SPECIAL PROVISIONS - SP2014 BOOK Page 1 S-1 (2104) REMOVE AND REPLACE BITUMINOUS PAVEMENT (ADA) Always include SP2014-119 (PLANT MIXED ASPHALT PAVEMENT) or SP2014-121 (PLANT MIXED ASPHALT PAVEMENT FOR

More information

:00 PM CST. McDonald Construction Inc of Slidell $1,002, Magee Excavation & Development LLC $1,

:00 PM CST. McDonald Construction Inc of Slidell $1,002, Magee Excavation & Development LLC $1, General Info Number: 316-00-17-47-2 Description: Lake Village Drainage Improvements - N. Pearl Mill & Overlay Deadline: 2017-7-9 2:00 PM CST Bids Business Bid Total McDonald Construction Inc of Slidell

More information

T. P. Concrete, Inc. Wood Sewer & Excavating, Inc. 589 CY , , , SF

T. P. Concrete, Inc. Wood Sewer & Excavating, Inc. 589 CY , , , SF 30051 FURNISH AND INSTALL AGGREGATE SLURRY BACKFILL 589 CY 50.00 29,450.00 55.00 32,395.00 50.00 29,450.00 30584 FURNISH AND INSTALL 8" CRUSHED AGGREGATE DRIVEWAY APPROACH BASE 480 SF 0.75 360.00 0.85

More information

(D) Surface Slope Bituminous patch in front of the truncated domes must not exceed 5% measured perpendicular to the flow line or edge of roadway.

(D) Surface Slope Bituminous patch in front of the truncated domes must not exceed 5% measured perpendicular to the flow line or edge of roadway. Last Revision by CO Special Provisions: 09/14/18 Page 1 S-1 (2104) REMOVE AND REPLACE BITUMINOUS PAVEMENT (ADA) Always include SP2018-143 ((2360) PLANT MIXED ASPHALT PAVEMENT (MSCR)) when using this writeup.

More information

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17 S&L Gravel, Section B: Proposal Page 10701.0 - TRAFFIC CONTROL - LUMP SUM 1.00 $6,425.00 $6,425.00 $6,425.00 $10,000.00 10720.0 - TRAFFIC CONTROL SIGN - PORTABLE ARROW BOARD - DAYS 25.00 $25.00 $625.00

More information

City of Kettering. Bid Tabulations SWR PROJECT. Description: 2017 Sidewalk, Curb and Drive Approach Repair Account # PO#

City of Kettering. Bid Tabulations SWR PROJECT. Description: 2017 Sidewalk, Curb and Drive Approach Repair Account # PO# City of Kettering Bid Tabulations 05-117 2017 SWR PROJECT Description: 2017 Sidewalk, Curb and Drive Approach Repair Account # 5212-77750 PO# Engineer's Estimate (1) America's Decorative Concrete (2) RA

More information

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT DIVISION IV CONSTRUCTION AND MATERIAL SPECIFICATIONS SECTION 4100 MEASUREMENT AND PAYMENT 4100 SCOPE... 2 4101 Clearing and Grubbing...

More information

10:00 AM, Wednesday, May 6, Peters Creek Sanitary Sewer Rehabilitation Project

10:00 AM, Wednesday, May 6, Peters Creek Sanitary Sewer Rehabilitation Project NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, May 6, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference

More information

Department of Street Services

Department of Street Services Department of Street Services FY 07-08 Proposed Budget Briefing to the City Council September 5, 2007 Purpose An overview of the Department of Street Services Scope of operation and maintenance activities

More information

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number: ADDENDUM # 01 Date: 5/4/2018 Reference: IFB Number: 118-22-5-11 The following questions were submitted for clarification and/or to request additional information. All questions that were submitted are

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

CITY OF TACOMA Department of Public Utilities Tacoma Power CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL

More information

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California 93030 Tel 805.385.8280 October 24, 2018 ADDENDUM NO. 2 Vineyard Avenue Street Resurfacing Project PW 16-12 SCHEDULED

More information

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

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section 02540-1 of 10 SECTION 02540 STORM DRAIN REHABILITATION 02540.01 GENERAL A. Description Storm drain rehabilitation shall include, but not necessarily be limited to, pipe joint sealing, inlet and manhole

More information

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents

More information

YES, we received Addendum No. 1

YES, we received Addendum No. 1 TRANSMITTAL SHEET Date sent: Friday, July 25, 2014 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering CONFIRMATION OF RECEIPT OF ADDENDUM PROJECT:

More information

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 04/03/17 Comp. Dt: 10/06/17

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 04/03/17 Comp. Dt: 10/06/17 Letting: 17030200 Letting Dt: March 02, 2017 9:30 A.M. State Proj.: 6216-127 Contract ID: Contract Description: Contract Location: Recommendation: 170023 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION

More information

Index to Technical Specifications

Index to Technical Specifications Index to Technical Specifications Item Number Subject I II EXCAVATION 1.01 Trenching and Excavation Regulations 1.02 Site Grading or General Excavation 1.03 Structural Excavation 1.04 Trench Excavation

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed

More information

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS Section Page 26-1 GENERAL... 26.1 26-2 PAVEMENT KEYCUTTING... 26.1 26-3 PAVEMENT PLANING... 26.2 26-4 PLANED PAVEMENT CONFORMS... 26.3

More information

LAGRANGE TOWNSHIP 353 South center street p.o. box 565 lagrange ohio 44050

LAGRANGE TOWNSHIP 353 South center street p.o. box 565 lagrange ohio 44050 LAGRANGE TOWNSHIP 353 South center street p.o. box 565 lagrange ohio 44050 Resolution 2004-5 Resolution of the Board of Trustees of LaGrange Township, Lorain County, Ohio, adopting general rules and regulations

More information

extrudesection 00301 BID FORM PROJECT IDENTIFICATION: CONSTRUCTION OF PROPOSED DRAINAGE IMPROVEMENTS THIS BID IS SUBMITTED TO: THE CITY OF FREDERICKSBURG, TEXAS, herein after referred to as OWNER. 1. Enter

More information

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02 ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 23, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance

More information

SECTION RIGHT-OF-WAY DAMAGE REPAIRS PART 1 - GENERAL PART 2 - MATERIALS AND METHODS

SECTION RIGHT-OF-WAY DAMAGE REPAIRS PART 1 - GENERAL PART 2 - MATERIALS AND METHODS SECTION 01200 RIGHT-OF-WAY DAMAGE REPAIRS PART 1 - GENERAL 1.01 SCOPE This specification covers the work within the street right-of-way (property line) for the repair of that area which is disturbed during

More information

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT August 23, 2018 Please find the following addendum to the below mentioned BID. Addendum No.: 1 Bid#: 312-00-18-30-2 Project Name: 2018 District 12

More information

STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX

STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX Rev. 2016 STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX ARTICLE PAGE 1. Pavement Removal and Restoration... P-1 2. Street

More information

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

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS*** 00005B *** *** BOLD ITALICIZED Item is bound within this specification manual. Regular non-italicized Item is not bound within this specification manual, however item is part of the contract. Contents

More information

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS Section Page 13-1 GENERAL... 13.1 13-1.01 Preservation of Property... 13.1 13-1.02 Overloading, Pavement Protection & Repair... 13.1 13-2 REMOVING EXISTING

More information

Bruce Powers, Park Analyst / Project Manager Parks & Recreation Department

Bruce Powers, Park Analyst / Project Manager Parks & Recreation Department 6.1 TO: FROM: SUBJECT: Kent Studebaker, Mayor Members of the City Council Bruce Powers, Park Analyst / Project Manager Parks & Recreation Department East Waluga Sports Fields Replacement Project DATE:

More information

CHAPTER 2. Restricted Residential ½ Street** Design Speed 25 MPH 25 MPH 25 MPH 25 MPH 40 MPH 50 MPH 55 MPH

CHAPTER 2. Restricted Residential ½ Street** Design Speed 25 MPH 25 MPH 25 MPH 25 MPH 40 MPH 50 MPH 55 MPH CHAPTER 2 201 ROADS 201.1 General This section is to assist the designer in determining what is needed for the design of roads in public rights-of-way. For these standards, the terms used are: Restricted

More information

County of Sacramento Standard Construction Specifications January 1, 2008 TECHNICAL PROVISIONS

County of Sacramento Standard Construction Specifications January 1, 2008 TECHNICAL PROVISIONS County of Sacramento Standard Construction Specifications January 1, 2008 TECHNICAL PROVISIONS SECTION 27 CURBS, GUTTERS, SIDEWALKS, AND DRAINAGE STRUCTURES 27-1 GENERAL Concrete curbs, gutters, sidewalks,

More information

SECTION 1500 REMOVALS

SECTION 1500 REMOVALS SECTION 1500 REMOVALS REMOVALS PART 1 GENERAL 1.01 Section Summary A. Removal of structures, obstructions, surfacing, and miscellaneous items. 1.02 Related Sections A. Section 1800 Excavation and Embankment

More information

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1 CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT- ENGINEERING DIVISION ADDENDUM DATE: 10/12/15 PROJECT: BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: 41506 BID DATE: 10/27/15 ADDENDUM

More information

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

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. SECTION 311000 PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. B. Examine all conditions as they exist at the project prior to submitting

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

November 29, CITY OF PLANT CITY Purchasing Division (813)

November 29, CITY OF PLANT CITY Purchasing Division (813) November 29, 2018 CITY OF PLANT CITY Purchasing Division (813) 659-4270 IFB 18-014UM-LG 12-inch Water Transmission Main-Franklin St., Hancock St. and Terrace Drive West ADDENDUM No. 3 *Bidders are required

More information

Project Type: Drainage and Storm Systems

Project Type: Drainage and Storm Systems 580 Dakin Avenue Box Culvert & Utility Improvements Project $944,952 Improvements to approx. 3,000 lf of existing 4'x5' concrete box culvert; clean interior, patch surface, fill joints/cracks; install

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

Construction Cost Estimation Preparation Manual for Preliminary Design (English Units)

Construction Cost Estimation Preparation Manual for Preliminary Design (English Units) 10/16/2014 Construction Cost Estimation Preparation Manual for Preliminary Design (English Units) July 2002 Prepared by Construction Cost Estimating Unit Program Support Services 10/16/2014 Table of Contents

More information

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2 MERCED COUNTY BID LIST CAMPUS PARKWAY SEGMENT 2 CONTRACT 2017191 The bidder must provide unit prices for each bid item listed below, based on the specified unit of measure. The unit price for each item

More information

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01 Aggregate Base... 14.1 14-3.02 Asphalt

More information

PERMEABLE INTERLOCKING PAVERS

PERMEABLE INTERLOCKING PAVERS PERMEABLE INTERLOCKING PAVERS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Subgrade Preparation B. Placement of Storage Aggregate C. Placement of Filter Aggregate D. Placement of Bedding Course E. Placement

More information

Dodge City s, General Information For Driveway/Sidewalk Permits, Utility Permits.

Dodge City s, General Information For Driveway/Sidewalk Permits, Utility Permits. Dodge City s, General Information For Driveway/Sidewalk Permits, Utility Permits. All private construction and/or maintenance activities which take place within the City right-of-way are subject to oversight

More information

1.00 LS $150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150,000.

1.00 LS $150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150,000. LAS VEGAS PAVING CORP. CONTRI CONSTRUCTION COMPANY AGGREGATE INDUSTRIES-SWR, INC. TAB CONTRACTORS, INC. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT

More information

DESIGN STANDARDS. Division 02 Existing Conditions- Site Work. General

DESIGN STANDARDS. Division 02 Existing Conditions- Site Work. General DESIGN STANDARDS Division 02 Existing Conditions- Site Work General I. This Division includes: A. Demolition B. Clearing and Grubbing C. Excavation, Backfill and Compaction D. Pavement Base E. Paving and

More information

CITY OF TACOMA Department of Public Utilities - Water Division

CITY OF TACOMA Department of Public Utilities - Water Division CITY OF TACOMA Department of Public Utilities - Water Division ADDENDUM NO. 1 DATE: October 12, 2015 REVISIONS TO: Request for Bids Specification No. WD15-0133F Water Main Replacement Project No. MRP 2014-27,

More information

ADDENDUM NO. 1. BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI. March 18, 2016 PREPARED BY:

ADDENDUM NO. 1. BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI. March 18, 2016 PREPARED BY: ADDENDUM NO. 1 BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI March 18, 2016 PREPARED BY: Fuss & O Neill, Inc. 317 Iron Horse Way, Suite 204 Providence, RI 02908 NOTICE TO PROSPECTIVE BIDDERS

More information

2. SECTION MEASUREMENT AND PAYMENT:

2. SECTION MEASUREMENT AND PAYMENT: IN THE SPECIFICATIONS: 1. SECTION 00301 BID FORM: REPLACE Pages BF-1 through BF-6 (BF-1 follows page 00301-3) with the attached BF-1 through BF-6. This change adds a bid item for payment of CIPP testing.

More information

study for 2018 include:

study for 2018 include: MEMORANDUM TO: Mayor and City Council gk FROM: Shawn Sanders irector of Public Works DATE: March 15, 2018 RE: Feasibility Study for the 2018 Street Improvement Project Project No. 2018-02 INTRODUCTION

More information

REGIONAL CONSTRUCTION STANDARDS

REGIONAL CONSTRUCTION STANDARDS REGIONAL CONSTRUCTION STANDARDS SIXTH EDITION Publication Update 6.5 (Full Committee Approved Proposed Revision 6.5 Storm Sewer Joint Wrap - Section 302 As Publication Update 6.5) March 27, 2018 Copyright

More information

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet. BID FORM TxDOT CSJ 1812CONRO Project Description: TW Extension, Lighting and Signage Improvements Base Bid: The project consists of the extension of existing 50 TW approximately 2,640 feet. The proposed

More information

Current Construction Projects in Progress. Thru January 31, 2016

Current Construction Projects in Progress. Thru January 31, 2016 Current Construction Projects in Progress Thru January 31, 2016 Orange Ave Pump Station Improvements Before After Project consist of the removal of the existing pumps, housing and piping. Remove and replace

More information

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information

2018 Utility & Street Reconstruction

2018 Utility & Street Reconstruction 2018 Utility & Street Reconstruction Public Hearing On Proposed Special Assessments/Hookup Fees for Installation and Construction of Public Improvements Introduction of the Village technical staff Laura

More information

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON - April 24, 2017 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 25, 2017 in accordance

More information

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002) BID TABULATION SUMMARY JOB 940094 PAGE 1 STATE PROJECT NO. 162-080-04 BIDS RECEIVED UNTIL 11:00 A.M. ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002) BETWEEN 2ND STREET NORTH AND 15 STREET NORTH IN ST.

More information

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

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More information

PAULDING COLLEGE & CAREER ACADEMY

PAULDING COLLEGE & CAREER ACADEMY PAULDING COLLEGE & CAREER ACADEMY 000110 OF THE PROJECT MANUAL FOR THE CONSTRUCTION OF: PAULDING COLLEGE & CAREER ACADEMY DALLAS, GEORGIA DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000101 TITLE

More information

Maine Turnpike Authority

Maine Turnpike Authority PAVEMENT REHABILITATION & CLEAR ZONE IMPROVEMENTS MM 80.7 TO MM 88.6 202.121 Removing Existing Concrete (6CY) 1.00 LS 202.127 Removing of Existing Bituminous Pavement (470 SY) 1.00 LS 202.202 Removing

More information

Statement of Quantities

Statement of Quantities 01-21.26.01 GROUND WATER TREATMENT CONSUMABLES ALLOWANCE 1 A/A 01-52.13 ACCOUNT - PROJECT SPECIAL PROVISIONS TEMPORARY OFFICE FACILITIES 2-1.2a REMOVE 6" CONCRETE CURB AND/OR GUTTER REMOVE 780 LF 2-1.4

More information

CITY OF SOUTH LAKE TAHOE APPLICATION FOR ENCROACHMENT, EXCAVATION and GRADING WITHIN THE CITY RIGHT OF WAY

CITY OF SOUTH LAKE TAHOE APPLICATION FOR ENCROACHMENT, EXCAVATION and GRADING WITHIN THE CITY RIGHT OF WAY CITY OF SOUTH LAKE TAHOE APPLICATION FOR ENCROACHMENT, EXCAVATION and GRADING WITHIN THE CITY RIGHT OF WAY The Right-of-Way Encroachment, Excavation & Grading Permit issued by the Public Works Department

More information

GENERAL NOTES ROADWAY CONSTRUCTION RD0001-1A ISSUED:2017 REVISED: --

GENERAL NOTES ROADWAY CONSTRUCTION RD0001-1A ISSUED:2017 REVISED: -- ROADWAY CONSTRUCTION NOTES 1. ALL RIGHT-OF-WAY OTHER THAN ROADWAY AREAS SHALL BE SODDED. ALL SLOPE STEEPER THAN 6:1 SHALL REQUIRE SODDING. THE CITY RESERVES THE RIGHT TO REQUIRE SODDING IN SPECIAL AREAS

More information

New Jersey Department of Transportation DATE : 05/17/12 PAGE : TABULATION OF BIDS

New Jersey Department of Transportation DATE : 05/17/12 PAGE : TABULATION OF BIDS PAGE : 409-1 CONTRACT TIME : 02/28/13 COMPLETION DATE CONTRACT DESCRIPTION : URBAN PROJECT(S) : STATE ROUTE 45 ROADWAY DRAINAGE IMPROVEMENT CONTRACT DP 12409 BOROUGH OF WESTVILLE, GLOUCESTER COUNTY VENDOR

More information

Construction Specification for General Excavation

Construction Specification for General Excavation Engineering & Construction Services Division Standard Specifications for Road Works TS 2.10 September 2018 for General Excavation Table of Contents TS 2.10.01 SCOPE... 2 TS 2.10.02 REFERENCES... 2 TS 2.10.03

More information

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE:

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE: Revision 1 Dated October 2, 2014 1.3.2 UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE: PEYTON DRIVE WIDENING - PHASE 3 AND ENGLISH CHANNEL IMPROVEMENTS Project No s. S12012 & 800360

More information

MONROE STREET CONTRACT NO DATE: 12/21/17

MONROE STREET CONTRACT NO DATE: 12/21/17 Section B: Proposal Page 10701.0 - TRAFFIC CONTROL - LUMP SUM 1.00 $100,000.00 $100,000.00 $48,300.00 $264,800.00 10720.0 - TRAFFIC CONTROL SIGN - PORTABLE ARROW BOARD - DAYS 510.00 $15.00 $7,650.00 $10.00

More information

Amendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents

Amendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents General Figure 2.3.1 16 Revise Revised Figure 2.3.1: New Development Areas where Secondary Suites Apply to include two new areas (#4 and 5). Water 3.3.2 Watermains 31 Add Added wording in Section 3.3.2.3

More information

St. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA Phone: (985) Fax: (985)

St. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA Phone: (985) Fax: (985) St. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA 70434 Phone: (985) 898-2520 Fax: (985) 898-5227 Pat Brister Parish President February 5, 2016 Please find the following

More information

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum Page 1 of 6 DESIGN STANDARDS FOR: MEASUREMENT AND PAYMENT Where bids are utilities for construction, repair or alteration for Public Work park projects, the following bid item descriptions and units of

More information

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

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater

More information

The developer/contractor shall be responsible for replacing all fences which must be disturbed for the installation of sanitary sewer or water lines.

The developer/contractor shall be responsible for replacing all fences which must be disturbed for the installation of sanitary sewer or water lines. SECTION 15.0 PIPE TRENCHES 15.01 Clearing and Grubbing The developer/contractor shall be responsible for the clearing and grubbing of the entire right-of-way. See Sections 13.01 and 14.01. Clearing and

More information

CONSTRUCTION PLAN CHECKLIST

CONSTRUCTION PLAN CHECKLIST CONSTRUCTION PLAN CHECKLIST The design engineer is responsible for ensuring that plans submitted for city review are in accordance with this checklist. It is requested that the executed checklist be submitted

More information

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02 ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 28, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance

More information

DOCUMENT ADDENDUM No. 2

DOCUMENT ADDENDUM No. 2 DOCUMENT ADDENDUM No. 2 PART 1 GENERAL 1.1 DOCUMENT INCLUDES A. Clarifications 1.2 CONSTRUCTION CONTRACT A. The Construction Contract is known as SU095 9 th Street and SU096 Downs Drive Storm Drain Projects.

More information

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

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title TABLE OF CONTENTS CONTRACT DOCUMENTS 00001 Inside Title Page 00003 Table of Contents 00004 List of Drawings 00020 Invitation to Bid 00100 Instructions to Bidders 00300 Bid 00500 Agreement 00610 Construction

More information

SECTION 12 STANDARDS FOR CONSTRUCTION PLANS AND SPECIFICATIONS

SECTION 12 STANDARDS FOR CONSTRUCTION PLANS AND SPECIFICATIONS SECTION 12 STANDARDS FOR CONSTRUCTION PLANS AND SPECIFICATIONS 12.1 The subdivider shall construct and install the improvements in accordance with the County's Standards for Construction Plans and Specifications

More information

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY

More information

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED?????

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED????? SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED????? 102.10 Minimum Rate of Wage Scale Typo. Several paragraphs were repeated. 105.5 Inspection of Work Clarified that the contractor

More information

2015 Financial Assurance (Basic form) 3/17/2015 Estimate Form

2015 Financial Assurance (Basic form) 3/17/2015 Estimate Form 2015 Financial Assurance (Basic form) 3/17/2015 Estimate Form Project Information (\aen i vake.. F;) N0.3-7114117 Project Name Section 1 - Grading and Erosion Control BMPs Quantity Units Price Earthwork

More information

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS CONTRACT # 2016138 TRACS No. Project No. County District Gross

More information