3Bureau of Construction and Maintenance

Size: px
Start display at page:

Download "3Bureau of Construction and Maintenance"

Transcription

1 Promptly sign and date on the line below, then IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) Any instructions not followed will result in your bid being declared irregular. If these changes affect any of your subcontractors or suppliers, IT IS YOUR RESPONSIBILITY to inform them. These changes are part of the contract for this project(s). Please contact me at (785) , if there are questions. Thank you for your cooperation. BTo: 2BFrom: 4BKansas Department of Transportation 3Bureau of Construction and Maintenance 0BEstimating Section Prime Contractor Bid Holders Shane Houser, P.E. - Estimating Engineer 5BDate: February 5, 209 Proposal/Contract No.: Subject: Project Notice for the February 20, 209 Letting KA FINNEY COUNTY GRADING, BRIDGE REPAIR & SURFACING Special Provision 5-WS00 WORK SCHEDULE has been replaced by 5-WS00-R. Special Provision 5-PS0054 HMA CONSTRUCTION-ATB ALTERNATE has been added. Required Contract Provision -5-7-R0 ELECTRIC LIGHTING SYSTEM has been added. Quantities for these items have changed: 3-SALVAGED TOPSOIL, 4-COMMON EXCAVATION, 5-ROCK EXCAVATION, 6-COMPACTION OF EW (TYPE A) (MR-5-5). Items 25 & 26 6 PIPE UNDERDRAINS have changed to 4. Item 3 AGGREGATE DITCH LINING (6 ) has changed to 4. This revised the Unit Prices List. Revised plans will be sent out after the letting. To view this project s documents, choose Addendum # from KDOT s website: You must update your EBSX file by going to the Bid Express website: choose the correct Letting, locate and select the Proposal number to download 20feb X. The Contractor is responsible for ensuring the EBSX file that the Contractor uses to prepare its Proposal and submits to KDOT contains any amendments. We also recommend that you check the Bid Express Questions and Answers ( to review any questions that may have been posted for this project. (Company Name) (Signature) (Date) C: District 6 & Garden City Office KA325.doc

2 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION LIST PAGE: DATE: 02/5/9 STATE PROJECT NO: U KA STATE CONTRACT NO: PREPARED DATE: REVISED DATE: PRIMARY DISTRICT: DESCRIPTION: NOTE: 3FEB9 6 WAGE AREA: PRIMARY COUNTY: FINNEY GRADING, BRIDGE REPAIR & SURFACING. FR 3RD ST E & S TO E JCT OF /U83 IN FINNEY CO. LENGTH IS 3.55 MI. THE FOLLOWING LIST OF SPECIAL PROVISIONS ARE FOR THIS PROJECT. OMISSION OF ALL OR PART OF A SPECIAL PROVISION IN THE ATTACHED PROPOSAL (CONTRACT) DOES NOT RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY FOR OBTAINING THE COMPLETE PROVISION AS LISTED. PROVISION NO R R R R R R R R R R 0-0--R R0 KS9004 FHWA R R R ER--R5-5-7-R R R R R R0 DESCRIPTION REQUIRED CONTRACT PROVISION-NONCOLLUSION / HISTORY-DEBARMENT REQUIRED CONTRACT PROVISION-FINANCIAL PREQUALIFICATION REQUIRED CONTRACT PROVISION-CONTRACTUAL SERVICES-LEGISLATOR REQUIRED CONTRACT PROVISION-LIMITS OF FED FUNDS FOR LOBBYING REQUIRED CONTRACT PROVISION-REPAIR (STRUCTURES) REQUIRED CONTRACT PROVISION-PRICE ADJUSTMENT FOR FUEL REQUIRED CONTRACT PROVISION-DBE CONTRACT GOAL REQUIRED CONTRACT PROVISION-NOTICE FOR AFFIRMATIVE ACTION REQUIRED CONTRACT PROVISION-EEO REQUIREMENT REQUIRED CONTRACT PROVISION - BOYCOTT OF ISRAEL PROHIBITED REQUIRED CONTRACT PROVISION-TAX CLEARANCE CERTIFICATE NOTICE TO CONTRACTORS (USDOT HOTLINE) MINIMUM WAGE RATE (AREA ) REQUIRED CONTRACT PROVISION-FEDERAL-AID CONSTRUCTION CONTRACTS REQUIRED CONTRACT PROVISION-DBE SUPPLIERS/REGULAR DEALERS REQUIRED CONTRACT PROVISION-ITS UNIT COST REQUIRED CONTRACT PROVISION-UTILIZATION OF DBE'S REQUIRED CONTRACT PROVISION-EMPLOYMENT PREFERENCE POLICY AGAINST SEXUAL HARASSMENT ERRATA SHEET FOR STD SPEC BOOK FOR RD & BR CONST, 205 ED REQUIRED CONTRACT PROVISION - ELECTRIC LIGHTING SYSTEM INFORMATION TO CONTRACTORS (STATUS OF UTILITIES) FUEL ADJUSTMENT ENVIRONMENTAL CONCERNS - MIGRATORY BIRD TREATY ACT PROSECUTION AND PROGRESS CARGO PREFERENCE ACT CONTROL OF MATERIALS CONTROL OF WORK BIDDING REQUIREMENTS AND CONDITIONS SCOPE OF WORK REMOVAL OF EXISTING STRUCTURES STRUCTURAL CONCRETE ON GRADE CONCRETE GENERAL CONCRETE CONCRETE STRUCTURE CONSTRUCTION

3 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION LIST PAGE: DATE: 2 02/5/9 STATE PROJECT NO: U KA STATE CONTRACT NO: PREPARED DATE: REVISED DATE: PRIMARY DISTRICT: DESCRIPTION: NOTE: 3FEB9 6 WAGE AREA: PRIMARY COUNTY: FINNEY GRADING, BRIDGE REPAIR & SURFACING. FR 3RD ST E & S TO E JCT OF /U83 IN FINNEY CO. LENGTH IS 3.55 MI. THE FOLLOWING LIST OF SPECIAL PROVISIONS ARE FOR THIS PROJECT. OMISSION OF ALL OR PART OF A SPECIAL PROVISION IN THE ATTACHED PROPOSAL (CONTRACT) DOES NOT RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY FOR OBTAINING THE COMPLETE PROVISION AS LISTED. PROVISION NO R R R R R R R R R R R R R R R R R R R DESCRIPTION PERMANENT SIGNING CONCRETE SAFETY BARRIER CONTRACTOR CONSTRUCTION STAKING STORMWATER POLLUTION MANAGEMENT MULCHING STONE FOR RIPRAP, DITCH LINING AND OTHER MISCELLANEOUS USES AGGREGATE FOR HMA AGGS FOR CONCRETE NOT PLACED ON GRADE AGGREGATE FOR ON GRADE AGGREGATES FOR BACKFILL GENERAL REQUIREMENT DIVISION 200 AIR-ENTRAINING ADMIXTURES FOR CONCRETE SHEET MATERIALS FOR CURING CONCRETE HOT JOINT SEALING COMPOUND PREFORMED EXPANSION JOINT FILLER FOR CONCRETE STEEL SIGN POSTS STEEL WIRE & WELDED WIRE FABRIC FOR CONCRETE REINFORCEMENT STEEL PLATE GUARDRAIL AND PROPRIETARY END TERMINALS RELEASE COMPOUND FOR ASPHALT MIXES FIBROUS REINFORCEMENT FOR CONCRETE GEOSYNTHETICS PLASTIC PIPE FOR UNDERDRAINS, OUTLETS AND DRAIN TILE POLYETHYLENE (PE) PIPE POLYVINYL CHLORIDE (PVC) PIPE USES OF PIPE CMP AND END SECTIONS PORTLAND CEMENT AND BLENDED HYDRAULIC CEMENT HYDRATED LIME SEEDS THERMOPLASTIC MULTI - COMPONENT LIQUID PAVEMENT MARKING MATERIAL PAVEMENT MARKING PAINT IMAGE SYSTEMS RETROREFLECTIVE SHEETING PREFORMED THERMOPLASTIC PAVEMENT MARKING MATERIAL

4 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION LIST PAGE: DATE: 3 02/5/9 STATE PROJECT NO: U KA STATE CONTRACT NO: PREPARED DATE: REVISED DATE: PRIMARY DISTRICT: DESCRIPTION: NOTE: 3FEB9 6 WAGE AREA: PRIMARY COUNTY: FINNEY GRADING, BRIDGE REPAIR & SURFACING. FR 3RD ST E & S TO E JCT OF /U83 IN FINNEY CO. LENGTH IS 3.55 MI. THE FOLLOWING LIST OF SPECIAL PROVISIONS ARE FOR THIS PROJECT. OMISSION OF ALL OR PART OF A SPECIAL PROVISION IN THE ATTACHED PROPOSAL (CONTRACT) DOES NOT RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY FOR OBTAINING THE COMPLETE PROVISION AS LISTED. PROVISION NO R R R07 5-PS WS00-R DESCRIPTION WOOD POSTS FIELD HANDLING AND PRESERVATIVE TREATMENT OF WOOD PRODUCTS PART V CONSTRUCTION MANUAL - PART V MATERIALS CERTIFICATIONS HMA CONSTRUCTION-ASPHALT TREATED BASE-ALTERNATE WORK SCHEDULE END OF SPECIAL PROVISION LIST

5 Kansas Department of Transportation Project No. U KA Contract No REQUIRED CONTRACT PROVISION R0 (Rev. 09/8) ELECTRIC LIGHTING SYSTEM UNIT COST The Contractor shall comply with Section 84 of the Standard Specifications when providing and installing elements of the Electric Lighting System. Add the following at the end of Section 84.4 Measurement and Payment. The Contractor will submit a unit cost in this Required Contract Provision for each individual Electric Lighting item the contract requires. Even though the bid item is a lump sum price, the Engineer will adjust the lump sum price by any increase or decrease in the quantities indicated in the Summary of Quantities shown in the plans. To calculate the adjustment, the Engineer will determine the overrun or underrun quantity for each Electric Lighting System item list in the contract. The Engineer wil multiply any overrun or underrun quantity by the unit cost the Contractor provided below. The Engineer will increase the lump sum price by the cost of any overruns and decrease the lump sum price by the cost of any underruns.the sum of the unit costs multiplied by the items listed in the Summary of Quantities for each site or the entire project must be less than or equal to the lump sum bid, or the unit cost submittal will be rejected. Contractor will then be required to resubmit this Required Contract Provision that meets this requirement for the bid to be accepted. The Engineer will only negotiate or receive new prices on Electric Lighting System items if they were not identified in the original Summary of Quantities. Furnished items shall comply with either the List of Prequalified Roadway Lighting Systems and Equipment, or the specifications in the contract document or otherwise approved by the Engineer. The Secretary may reject this Proposal if the Contractor fails to complete this Required Contract Provision when submitting their Proposal. *Refer to the Summary of Quantities sheet in the Plans for the ID # Contractor: Page 2 Check: F54E4A076

6 5-PS0054 Sheet of 2 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 205 SECTION 602 HOT MIX ASPHALT (HMA) CONSTRUCTION Asphalt Treated Base (ATB)-Alternate Page 600-2, subsection Add the following to the Description: Only use the item Asphalt Treated Base when bid as an alternate to Cement Treated Base. Page 600-2, subsection Add the following bid item: BID ITEMS Asphalt Treated Base UNITS Square Yard Page 600-6, add the following to the end of subsection 602.3e.: Design and construct the Asphalt Treated Base (ATB) to the same standards as a HMA Base (SR-9A) (PG 64-22). The asphalt mix listed in TABLE has the following project mix requirements. [Reference TABLE 602-: COMBINED AGGREGATE REQUIREMENTS]. TABLE : PROJECT MIX REQUIREMENTS MIX CRITERIA SR-9A(PG64-22) AGGREGATE: Coarse Angularity (min. %) 50 Uncompacted Voids-Fine (min. %) 42 Sand Equivalent (min. %) 40 RAP (max. %) 25 COMPACTION REVOLUTIONS: N ini (level of compaction) 7 (<90.5) N des 75 N max 5 MIX: VFA Page 600-3, delete the first sentence of subsection 602.4e.(6)(a)(ii) and change to: (ii) HMA Surface, HMA Base, HMA Pavement and Asphalt Treated Base. Page , delete the heading of subsection 602.9c. and change to: c. Density Pay Adjustment for Bid Items "HMA Surface", "HMA Base", "HMA Pavement" and "Asphalt Treated Base". Page , subsection 602.f., delete the first sentence and replace with the following: The Engineer will measure Quality Control Testing (HMA) performed by the Contractor on a per ton basis of HMA Surface, HMA Base, HMA Overlay, HMA Pavement and Asphalt Treated Base placed on the project.

7 5-PS0054 Sheet 2 of 2 Page , add the following subsection 602.g.: g. Asphalt Treated Base. The Engineer will measure "Asphalt Treated Base" by the square yard of the measured in-place material. All lifts, except the surface course, will be measured by the Contractor and verified by the Engineer. The Engineer will measure the surface course. Unless the Engineer authorizes in writing to increase the area of Asphalt Treated Base, the Engineer will use dimensions shown in the Contract Documents and as measured in the field to calculate the final pay quantity. If the Engineer authorizes in writing to increase the area of Asphalt Treated Base, the additional area will be measured and paid for as "Asphalt Treated Base". The length will be measured horizontally along the centerline of each roadway or ramp. Payment for "Asphalt Treated Base " at the contract unit prices is full compensation for the specified work. The Contractor will receive no additional compensation for overlaying or for removing and replacing areas of deficient thickness. Exploratory cores will not be measured for payment. Subsection 602.9d. will apply to Asphalt Treated Base. Asphalt Treated Base is not eligible for thickness, area or smoothness adjustments C&M (BTH)

8 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 205 EDITION 5-WS00-R Sheet of KA WORK SCHEDULE; SPECIFIED CALENDAR COMPLETION DATES; LIQUIDATED DAMAGES; CLEANUP TIME I. PROJECT DEFINED; NATURE OF PROJECT The primary operation on Project No KA is the reconstruction of from 3rd Street to Fulton Street in Garden City in Finney County. II. NOTICE TO PROCEED The Engineer will issue the notice to proceed at the Contractor s request and after all of the following have occurred: the Contract has been executed, the Contractor has participated in the pre-construction and stormwater erosion control pre-construction conferences held by KDOT for the Project, and the Area/Metro Engineer has approved the SWPPP. III. DAY LIMITATION FOR COMPLETION OF ALL WORK FOR PHASE A; DISINCENTIVE ASSESSMENT A. The Contractor is required to complete all Work for Phase A as shown on the Contract Documents in no more than 30 consecutive calendar days as defined in Section III.B (30- consecutive calendar day period). B. The Engineer will begin assessing the 30-consecutive calendar day period on the day the Contractor begins placing traffic control devices and restricting the normal traffic flow. C. Disincentive Assessment. If the Contractor fails to complete all Work for Phase A as shown on the Contract Documents within the 30-consecutive calendar day period, the Contractor will be liable for disincentive assessment. Excluding legal holidays, the disincentive assessments charged and owing will be one thousand dollar ($,000.00) for each day, or part thereof, that all Work for Phase A is not completed after the 30-consecutive calendar day period expires. D. The disincentive assessment is in addition to the damages that may be charged under Sections IV and V.

9 5-WS00-R Sheet 2 of KA IV. CALENDAR COMPLETION DATE OF NOVEMBER 22, 209 FOR COMPLETION OF ALL WORK NECESSARY TO OPEN THE PROJECT TO UNRESTRICTED TRAFFIC; LIQUIDATED DAMAGES A. On or before NOVEMBER 22, 209, the Contractor shall complete all work necessary to open the Project to unrestricted traffic as the Contract Documents require. B. Liquidated Damages. If the Contractor fails to complete all work necessary to open the Project to unrestricted traffic on or before NOVEMBER 22, 209, the Contractor shall be liable for liquidated damages. Excluding Sundays and legal Holidays, the liquidated damages charged and owing shall be eight thousand dollars ($8,000.00) per day for each calendar day, or part thereof that the Project is not open to unrestricted traffic after NOVEMBER 22, 209. C. The Engineer may charge damages under both Section IV.B and Section V.B for failure to complete the work timely as required; however, if damages are assessed on the same day, the Engineer will not withhold more than $8, on that day. V. CALENDAR COMPLETION DATE OF DECEMBER 20, 209 FOR COMPLETION OF ALL WORK INCLUDING CLEANUP; LIQUIDATED DAMAGES A. Subsection 08.4c of the Kansas Department of Transportation Standard Specifications for State Road and Bridge Construction (205 Ed.) (Standard Specifications) does not apply to this Contract. Instead, the Contractor shall complete the remaining, unfinished Contract pay items, subsidiary items, incidental work, final cleanup, and final punch list on or before DECEMBER 20, 209. B. Liquidated Damages. If all remaining, unfinished Contract pay items, subsidiary items, incidental work, final cleanup, and final punch list is not completed on or before DECEMBER 20, 209, the Contractor shall be liable for liquidated damages. Excluding Sundays and legal Holidays, the liquidated damages charged and owing shall be four thousand dollar ($4,000.00) per day for each calendar day, or part thereof that the work specified in Section V.A remains incomplete. C. The liquidated damages charged under Section V.B are in addition to the liquidated damages that may be charged under Section IV.B. However, if damages are assessed on the same day, the Engineer will not withhold more than $8, on that day. D. Liquidated Damages when Project is not open to unrestricted traffic. If at any time after NOVEMBER 22, 209, the Contractor obstructs the unrestricted traffic flow in order to perform any work, the Contractor shall be liable for liquidated damages under Section IV.B. Excluding Sundays and legal Holidays, the liquidated damages charged and owing shall be eight thousand dollars ($8,000.00) per day for each calendar day, or part thereof, that the Project is not open to unrestricted traffic after NOVEMBER 22, C&M (AR)

10 Kansas Department of Transportation Project No. U KA Contract No Line Number Item Number Quantity Unit Unit Price Extension Price Section 0 COMMON ITEMS LS CONTRACTOR CONSTRUCTION STAKING EACH FIELD OFFICE AND LABORATORY (TYPE A) LS MOBILIZATION LS MOBILIZATION (DBE) LS REMOVAL OF EXISTING STRUCTURES LS $6, $6, MAINTENANCE AND RESTORATION OF HAUL ROADS (SET PRICE) CUYD $ $75.00 CONCRETE FOR SEAL COURSE (SET PRICE) CUYD $ $60.00 FOUNDATION STABILIZATION (SET PRICE) HOUR $2.000 $3, TRAINEES HIGHWAY CONSTRUCTION (SET PRICE) HOUR $ $25.00 FLAGGER (SET PRICE) Section 0 Total $9, Section 02 ROAD ITEMS LS CLEANING EXISTING STRUCTURE LS CLEARING AND GRUBBING SQYD SALVAGED TOPSOIL CUYD COMMON EXCAVATION (RURAL SMALL) CUYD ROCK EXCAVATION CUYD COMPACTION OF EARTHWORK (TYPE A) (MR-5-5) CUYD COMPACTION OF EARTHWORK (TYPE AA) (MR-0-5) MGAL $ $35.00 WATER (GRADING) (SET PRICE) LNFT CROSS ROAD PIPE ( 24") LNFT CROSS ROAD PIPE ( 36") (RCP) LNFT CROSS ROAD PIPE ( 48") (RCP) Contractor: Page 4 Check: E3

11 EACH END SECTION ( 24") EACH END SECTION ( 36") (RC) LNFT ENTRANCE PIPE ( 24") LNFT 4" PIPE UNDERDRAINS (FHT) LNFT 4" PIPE UNDERDRAINS (GK) LNFT GUARDRAIL, STEEL PLATE (MGS) LNFT GUARDRAIL, REMOVAL OF STEEL PLATE EACH INLET (AREA) (SPECIAL) EACH MANHOLE (REINFORCED CONCRETE) TON AGGREGATE DITCH LINING ( 4") LNFT SLOPE DRAIN (CONCRETE) LNFT SLOPE DRAIN (STONE) EACH FLUME INLET (CONCRETE) LNFT STORM SEWER (2") (PVCP) EACH IMPACT ATTENUATOR (SEVERE DUTY) LNFT CONCRETE SAFETY BARRIER (TYPE II) PMPS MOWING CUYD MSE FILL Kansas Department of Transportation Project No. U KA Contract No Section 02 Total $35.00 Section 03 GUARDRAIL END TERMINALS ALT (MGS-SRT) EACH GUARDRAIL END TERMINAL (MGS-SRT) Section 03 Total Section 04 GUARDRAIL END TERMINALS ALT (MGS-FLEAT) EACH Contractor: Page 5 Check: E3

12 GUARDRAIL END TERMINAL (MGS-FLEAT) Section 04 Total Kansas Department of Transportation Project No. U KA Contract No Section 05 TEMP PRJ WTR POL CTL-SOIL EROSION LBS. TEMPORARY FERTILIZER ( ) LBS. TEMPORARY SEED (CANADA WILDRYE) LBS. TEMPORARY SEED (GRAIN OATS) LBS. TEMPORARY SEED (STERILE WHEATGRASS) LBS. SOIL EROSION MIX SQYD EROSION CONTROL (CLASS ) (TYPE D) CUYD $ $35.00 SEDIMENT REMOVAL (SET PRICE) LNFT $.000 $.00 TEMPORARY BERM (SET PRICE) LNFT BIODEGRADABLE LOG ( 9") LNFT BIODEGRADABLE LOG (2") LNFT BIODEGRADABLE LOG (20") LNFT FILTER SOCK (2") LNFT FILTER SOCK (8") LS SWPPP DESIGN EACH SWPPP INSPECTION EACH WATER POLLUTION CONTROL MANAGER LBS. MULCHING TACKING SLURRY TON MULCHING MGAL $ $35.00 WATER (EROSION CONTROL) (SET PRICE) Section 05 Total $7.00 Section 06 BR NO (025) REPAIR Contractor: Page 6 Check: E3

13 LS BRIDGE REPAIR Kansas Department of Transportation Project No. U KA Contract No LBS. $2.000 $2.00 REINFORCING STEEL (REPAIR) (GRADE 60) (SET PRICE) LBS. $3.000 $3.00 REINFORCING STEEL (REPAIR) (GRADE 60) (EPOXY) (SET PRICE) SQYD MACHINE PREPARATION (2.00") SQYD AREA PREPARED FOR PATCHING SQYD AREA PREPARED FOR PATCHING (FULL DEPTH) SQYD PORTLAND CEMENT CONCRETE OVERLAY (2") CUYD $ $75.00 MATERIAL FOR PORTLAND CEMENT CONCRETE OVERLAY (SET PRICE) SQYD BRIDGE DECK GROOVING Section 06 Total $80.00 Section 07 TREATED BASE ALT (CTB) SQYD CEMENT TREATED BASE SQYD QUALITY CONTROL TESTING (CTB) Section 07 Total Section 08 TREATED BASE ALT (ATB) SQYD ASPHALT TREATED BASE TON QUALITY CONTROL TESTING (HMA) EACH $ $45.00 ASPHALT CORE (SET PRICE) LS $.000 $.00 ASPHALT AIR VOID PAY ADJUSTMENT LS $.000 $.00 ASPHALT DENSITY PAY ADJUSTMENT EACH FIELD OFFICE AND LABORATORY (TYPE A) Section 08 Total $47.00 Section 09 CONCRETE SURFACING ITEMS Contractor: Page 7 Check: E3

14 SQYD CONCRETE PAVEMENT (" UNIFORM) (AE) (BR APP) SQYD CONCRETE PAVEMENT (" UNIFORM) (AE) (NRDJ) SQYD CONCRETE PAVEMENT (0" UNIFORM) (AE) (NRDJ) SQYD CONCRETE PAVEMENT (0" UNIFORM) (PLAIN) SQYD CONCRETE PAVEMENT ( 8" UNIFORM) (AE) (PLAIN) SQYD CONCRETE PAVEMENT ( 6" UNIFORM) (AE) (PLAIN) CUYD BRIDGE APPROACH SLAB FOOTING SQYD QUALITY CONTROL TESTING (PCCP) Kansas Department of Transportation Project No. U KA Contract No EACH $ $20.00 CONCRETE CORE (SET PRICE) LS $.000 $.00 CONCRETE PAVEMENT COMPOSITE PAY ADJUSTMENT LS $.000 $.00 CONCRETE PAVEMENT SMOOTHNESS SQYD GRANULAR BASE ( 8") SQYD GRANULAR BASE ( 7") SQYD GRANULAR BASE ( 6") SQYD GRANULAR BASE ( 5") MGAL $ $35.00 WATER (GRANULAR BASE) (SET PRICE) TON FLY ASH SQYD MANIPULATION FOR TREATED SUBGRADE (FLY ASH) MGAL $ $35.00 WATER (TREATED SUBGRADE) (SET PRICE) SQYD GEOSYNTHETIC REINFORCEMENT (FOR BASE) TON PAVEMENT EDGE WEDGE (ROCK) MGAL $ $35.00 WATER (EARTHWORK COMPACTION) (SET PRICE) Section 09 Total $ Section 0 ASPHALT SURFACING ITEMS Contractor: Page 8 Check: E3

15 TON HMA-COMMERCIAL GRADE (CLASS A) Section 0 Total Kansas Department of Transportation Project No. U KA Contract No Section RUMBLE STRIP ITEMS STA. RUMBLE STRIPS (MILLED) (CONCRETE) Section Total Section 2 SIGNING ITEMS SQFT SIGN (FLAT SHEET) (HIGH PERFORMANCE) SQFT SIGN (REINFORCED PANEL) (HIGH PERFORMANCE) LNFT SIGN POST (4" X 6" WOOD) (FLAT SHEET SIGN) LNFT SIGN POST (4" X 6" WOOD) (REINFORCED PANEL SIGN) LNFT SIGN POST (2 LB/FT "U" STEEL) LNFT SIGN POST FOOTING (8" WOOD POST CONCRETE) EACH SIGNING OBJECT MARKER (TYPE 2) EACH SIGNING DELINEATOR (TYPE A) (WHITE RIGID "U" POST) EACH SIGNING DELINEATOR (TYPE A) (YELLOW RIGID "U" POST) EACH SIGNING DELINEATOR (TYPE B) (WHITE RIGID "U" POST) LS SIGN (REMOVE AND RESET) LS REMOVAL AND RECONSTRUCTION OF EXISTING STRUCTURES Section 2 Total Section 3 PAVEMENT MARKING ITEMS LNFT PAVEMENT MARKING (MULTI-COMPONENT) (WHITE) ( 6") LNFT PAVEMENT MARKING (MULTI-COMPONENT) (WHITE) ( 8") LNFT PAVEMENT MARKING (MULTI-COMPONENT) (WHITE) (2") Contractor: Page 9 Check: E3

16 LNFT PAVEMENT MARKING (MULTI-COMPONENT) (YELLOW) ( 4") LNFT PAVEMENT MARKING (MULTI-COMPONENT) (YELLOW) ( 6") LNFT PAVEMENT MARKING (MULTI-COMPONENT) (YELLOW) (2") LNFT PAVEMENT MARKING (INTERSECTION GRADE) (WHITE) (24") EACH PAVEMENT MRK SYM (INTERSECTION GRADE) (WHITE) (LEFT ARROW) EACH PAVEMENT MRK SYM (INTERSECTION GRADE) (WHITE) (RT ARROW) EACH PAVEMENT MRK SYM (INTERSECTION GRADE) (WHITE) THRU-LT ARROW EACH PAVEMENT MRK SYM (INTERSECTION GRADE) (WHITE) (ONLY) LNFT PAVEMENT MARKING REMOVAL Section 3 Total Kansas Department of Transportation Project No. U KA Contract No Section 4 LIGHTING ITEMS LS ELECTRIC LIGHTING SYSTEM Section 4 Total Section 5 ITS ITEMS LS INTELLIGENT TRANSPORTATION SYSTEM Section 5 Total Section 6 SEEDING ITEMS LBS. FERTILIZER ( ) LBS. SEED (BIG BLUESTEM GRASS) (KAW) LBS. SEED (BLUE GRAMA GRASS) (LOVINGTON) LBS. SEED (BUFFALO GRASS) (TREATED) LBS. SEED (INDIANGRASS) (OSAGE) LBS. SEED (LITTLE BLUESTEM GRASS) (ALDOUS) Contractor: Page 20 Check: E3

17 LBS. SEED (SIDE OATS GRAMA) (EL RENO) LBS. SEED (STERILE WHEATGRASS) LBS. SEED (SWITCHGRASS) (BLACKWELL) LBS. SEED (WESTERN WHEATGRASS) (BARTON) LBS. SEED (NATIVE WILDFLOWER MIX 2) Section 6 Total Kansas Department of Transportation Project No. U KA Contract No Section 7 TRAFFIC CONTROL ITEMS EADA WORK ZONE SIGNS ( 0 TO 9.25 SQ.FT.) EADA WORK ZONE SIGNS ( 9.26 TO 6.25 SQ.FT.) EADA WORK ZONE BARRICADES (TYPE 3-4 TO 2 LIN. FT.) EADA CHANNELIZER (PORTABLE) EADA WORK ZONE WARNING LIGHT (TYPE "A" LOW INTENSITY) STAL PAVEMENT MARKING (TEMP) 4" SOLID (TYPE I) EACH WORK ZONE SIGN (SPECIAL) (6.26 SQ.FT. & OVER) LS TRAFFIC CONTROL (INITIAL SETUP) Section 7 Total Item Total $9, Contractor: Page 2 Check: E3

18

19

20

21 STATE PROJECT N0. YEAR TOTAL SHEET NO. SHEETS Guide to designer: Use this sheet when subgrading in rock or shale is not required. See Soils and Geology Reports for additional plan notes. If there is <2" clearance between the top of the CTB/ATB and bottom of shoulder, the 2-0" wide CTB/ATB area located within the limits of the concrete shoulder should be removed and disposed of after the travel lane concrete section has been completed and prior to the placement of the Granular Base for the shoulder. The contractor is repsonsible to repair damages to the treated base under the travel lane section or to the pavement itself during this operation. This work shall be considered subsidiary to the bid tiem "Concrete Pavement (" Unifrom)(AE)(NRDJ)." Type II Barrier CUT SECTION ì 44'-0" Roadway 22'-0" 22'-0" 0'-0" 2'-0" 2'-0" 0'-0" Slope 4.20% Slope.60% Slope.60% Slope 4.20% 2'-0" Crown grade as 2'-0" shown on plans. Type II Barrier KANSAS Dimensions and slopes for standard ditches and fills. See plan and crosssections for variations. Note: Intersection of all slope lines shall be softened and rounded for pleasing appearance KA Ditch Plugs within the appropriate clear zone shall have side slopes of 0: or flatter. Ground Line 6' or less 6: or Var. 5.0" GB (Var.) less6: or Var. 6' or Ground Line 0.0" PCCP (PL).0" PCCP (NRDJ) 4.0" CTB/ATB 2'-5" MSE Fill Geosynthetic Reinforcement (For Base) MSE wall reinforcement varies from 24' to 27' from back of MSE wall. Adjust width of MSE fill accordingly to avoid distrubing MSE reinforcement. 4.0" ATB Quantities for MSE fill excavation and lower layer ATB based on 20' - 4" width and station range noted. Varies Slope 2.00% Varies Slope 2.00% Sta Sta FILL SECTION For additional detail see Sh. No. 97 Existing Surfacing history From approx. 940' E. of 3rd St. to 0.94 mi. S. of Campus Dr. Approx. mainline thickness is 9.0" PCCP on top of 4.0" HMA From 0.94 mi. S. of Campus Dr. to 0.23 mi. S. of Mary St. Drawn By :bkierath Plo ted :2-FEB :42 File :KA3250rts-05.dgn Approx. mainline thickness is.0" PCCP From 0.23 mi. S. of Mary St. to 280' N. of Schulman Ave. Approx. mainline thickness is 9.0" PCCP From 280' N. of Schulman Ave. to 0.45 mi. S. of Schulman Ave. Approx. mainline thickness is 7.5" HMA From 0.45 mi. S. of Schulman Ave. to /US-83 Jct. Approx. mainline thickness is 7.5" HMA 0'-0" 22'-0" 44'-0" Roadway ê 2'-0" 2'-0" 22'-0" EXISTING TYPICAL SECTION For Information Only 0'-0" 2 Removed Slope, Pvmt. Edge 20 8:/6: over 0' fill mound ent./sd.rd. S.W.K Changed slope labels to percent S.W.K Rev. Ditch Plug Slope 0: NO RD600 R.J.S. J.O.B. J.O.B. DATE REVISIONS BY APP'D FHWA APPROVAL DESIGNED NEW SHEET - Released by addendum Feb 2, 209 DATE VOID PREVIOUS ISSUE KANSAS DEPARTMENT OF TRANSPORTATION TYPICAL SECTION GRADING & SURFACING DETAILED DESIGN CK. DETAIL CK. QUAN.CK. APP'D. James O. Brewer QUANTITIES S.W.K. J.O.B. J.O.B. TRACED B.N.B. TRACE CK. W.L.H. KDOT Graphics Certified KDOT Graphics Certified Sh. No.5

22 2970 STATE KANSAS TOTAL PROJECT N0. YEAR SHEET NO. SHEETS KA Earthwork Phase A Balance (Sta to 8+00) 2950 Phase A Balance # 3,637 Cu. Yds. Common Excavation (VMF=0.75) ,954 5 Cu. Yds. Rock Excavation (Exist. Pvt. to be Wasted) Cu. Yds. Embankment 2940 Includes: # 3,630 Cu. Yds. to be Wasted SSD = 6554' % % K = ' V.C % % % Sp. Dt Sta Sta Exist. 48" x 60' CMP Exist. 48" x 60' CMP Cr. Gr. Elev. = Cr. Gr. Elev. = Exist. î = Exist. î = î = î = î Rt. = î Rt. = Exist. î Rt. = Exist. î Rt. = Drawn By :bkierath Plo ted :2-FEB :55 File :KA3250rpr-00.dgn P.I. Elev. = 2, ,87.74 VPOT Match Existing 2,87.5 2, , , , , , , Ex. Dt. Ex. Dt. 2, NEW SHEET - Released by addendum Feb 2, 209 2, DATE VOID PREVIOUS ISSUE 2, , , , , VPC 2, ' x Sp. Dt. 2, KANSAS DEPARTMENT OF TRANSPORTATION PROFILE STA TO STA ,865.2 VPI P.I. Elev. = 2, , KDOT Graphics Certified KDOT Graphics Certified Sh. No. 3

23 Drawn By :bkierath Plo ted :2-FEB :55 File :KA3250rpr-0.dgn 2950 STATE KANSAS PROJECT N0. YEAR KA TOTAL SHEET NO. SHEETS Earthwork Phase A Balance Earthwork Phase B Balance (Sta to ) 2930 (See Sh. No. 3) Phase B Balance # 8,326 Cu. Yds. Common Excavation (VMF=0.75) ,988,040 Cu. Yds. Rock Excavation (Exist. Pvt. to be Wasted) Cu. Yds. Embankment 2920 Includes: # 6,939 Cu. Yds. to be Wasted KANSAS DEPARTMENT OF TRANSPORTATION PROFILE STA TO STA KDOT Graphics Certified Sh. No. 5 2, ,864. VPT 2, , , , , ,86.59 VPC 2, , ,859.8 VPI P.I. Elev. = 2, , , , VPT 2, , , , , , VPC 2, , ,846.0 VPI P.I. El. = 2, , , , , VPT 2, , , , ,84.06 KDOT Graphics Certified 2, , , VPC 2, , ,838. 2, %- 0.6% SSD = 30' K = ' V.C. K = ' V.C. Ex. Dt. Ex. Dt. Rt Sta Sta Exist. 2-8' x 4' x 38.3' RCB Exist. 6' x 3' x 87.3' RCB Cr. Gr. Elev. = Cr. Gr. Elev. = Exist. î Rt. = Exist. î = Exist. î Rt. = Exist. î = ' x Sp. Dt. NEW SHEET - Released by addendum DATE VOID PREVIOUS ISSUE Feb 2, % Sp. Dt. -.48% % Sp. Dt % +00

24 Drawn By :bkierath Plo ted :2-FEB :55 File :KA3250rpr-03.dgn % 2950 STATE PROJECT N0. YEAR TOTAL SHEET NO. SHEETS KANSAS KA Earthwork Phase B Balance Phase B Balance 2 (Sta to ) # í 2,738 ó 0,308 Cu. Yds. Rock Excavation (Exist. Pvt. to be Wasted) 2,443 Includes: # 9,48 Cu. Yds. to be Wasted í 97 Cu. Yds. Common Excavation (VMF=0.75) for Ramp C ó 363 Cu. Yds. Rock Excavation (Exist. Pvt. to be Wasted) for Ramp C 9 Cu. Yds. Common Excavation (VMF=0.75) Cu. Yds. Embankment Cu. Yds. Embankment for Ramp C Cu. Yds. Common Excavation (VMF=0.75) for Ramp D ó,03 Cu. Yds. Rock Excavation (Exist. Pvt. to be Wasted) for Ramp D í,29 Cu. Yds. Embankment for Ramp D KANSAS DEPARTMENT OF TRANSPORTATION PROFILE STA TO STA KDOT Graphics Certified Sh. No. 9 2, , , , VPC 2, , , , , VPI P.I. Elev. = 2,835 2, , , , ,84.56 VPT 2, , , , , , , , , VPC 2, , ,858.3 VPI P.I. Elev. = 2, , , , VPT 2, , VPC 2, , , , KDOT Graphics Certified 2, , , , ,874.3 VPOC Match Existing +00 2, VPI P.I. El. = 2, % K = ' V.C. +.64% +2.% K = ' V.C. Ex. Dt. Ex. Dt. Rt. NEW SHEET - Released by addendum DATE VOID PREVIOUS ISSUE Feb 2, %

25 2940 STATE KANSAS PROJECT N0. YEAR KA TOTAL SHEET NO. SHEETS Earthwork Phase 2 Balance Phase 2 Balance (Sta to ) 4,88 Cu. Yds. Common Excavation (VMF=0.75) 290 ó 4,663 í 4,222 Cu. Yds. Rock Excavation (Exist. Pvt. to be Wasted) Cu. Yds. Embankment 290 Includes: 444 Cu. Yds. Common Excavation (VMF=0.75) for Ramp A ó 763 Cu. Yds. Rock Excavation (Exist. Pvt. to be Wasted) for Ramp A 2900 í 495 Cu. Yds. Embankment for Ramp A Cu. Yds. Common Excavation (VMF=0.75) for Ramp B ó,243 Cu. Yds. Rock Excavation (Exist. Pvt. to be Wasted) for Ramp B í,535 Cu. Yds. Embankment for Ramp B An Additional: í,44 Cu. Yds. to be Obtained from Phase 2 Balance K = ' V.C % % % Sta Exist. 7.0' x 3.0' x 64.76' RCP with Aprons Exist. î Rt. = Exist. î = Drawn By :bkierath Plo ted :2-FEB :55 File :KA3250rpr-05.dgn , , VPT 2, , Gore Dt. 2, , , ,84.30 VPC Ex. Dt. Rt. 2, , Ex. Dt. 2, VPI P.I. El. = 2, , , ,834. VPT , VPOT Match Existing NEW SHEET - Released by addendum Feb 2, 209 DATE VOID PREVIOUS ISSUE KANSAS DEPARTMENT OF TRANSPORTATION PROFILE STA TO STA KDOT Graphics Certified Sh. No. 23 KDOT Graphics Certified

26 2930 STATE KANSAS PROJECT N0. YEAR KA TOTAL SHEET NO. SHEETS Earthwork Phase 2 Balance Phase 2 Balance 2 (Sta to ) # 4,758 Cu. Yds. Common Excavation (VMF=0.75) 2900 ó 4,544 í 2,399 Cu. Yds. Rock Excavation (Exist. Pvt. to be Wasted) Cu. Yds. Embankment 2900 Includes: í,44 Cu. Yds. to be Hauled to Phase 2 Balance # 8 Cu. Yds. to be Wasted Cu. Yds. Common Excavation (VMF=0.75) for Spruce St ó 279 Cu. Yds. Rock Excavation (Exist. Pvt. to be Wasted) for Spruce St K = ' V.C % - 0.8% Sta Exist ' x 6.0' x 88.28' RCB Skew Rt. Cr. Gr. Elev. = Exist. î = Exist. î Rt. = Sta Exist. 8.0' x 4.0' x 5.32' RCB Cr. Gr. Elev. = Exist. î = Exist. î Rt. = Drawn By :bkierath Plo ted :2-FEB :55 File :KA3250rpr-06.dgn VPI Match Existing 2, , , , , , , , , , , , , , , Ex. Dt. Ex. Dt. Rt. 2, , ,826. 2, , , NEW SHEET - Released by addendum Feb 2, 209 2, DATE VOID PREVIOUS ISSUE 2, , , , , , VPC 2, KANSAS DEPARTMENT OF TRANSPORTATION PROFILE STA TO STA KDOT Graphics Certified , VPI P.I. El. = 2,824 2, Sh. No. 25 KDOT Graphics Certified

27 New Coping above MSE Panel STATE KANSAS PROJECT NO. YEAR SHEET NO KA TOTAL SHEETS 38 Verify, See Note No. 3 End of MSE Panel MSE WALL AND FILL RESTORATION: WINGWALL MODIFICATION: Plotted By: Plot Location: File: T:\3587G-KDOT-US50_Brdg\Cadd\Sheets\Structures\ka3250bbr _MSE_.dgn Plot Date: /29/209 Retain Exist. fill material 7 " on extg. plan 5 " Remove and reinstall Cast-in-place coping. Concrete Fill & dowels, '-6" Use existing or fill as required for leveling 2'-0" '-3" 2"min. 5 " Retain Exist. wall joint fabric Remove Exist. 3 - #4 Dowels Per Panel (Exist.) Front Face of MSE Wall (Exist.) 6" 6" 6" Exp. Jt. Exist. MSE Panel Apply epoxy repair to 6 - #4 Horizontal Bars 2"min. (Typ.) Varies 6"at abutment Match at gutter to remain in place 4" 6" MSE Panel Exist. joint material to remain Concrete " End of Wall Panel exposed end of cut Removal line existing reinforcing. 2"(-) Exist. Abutment Wing 2"(-) Clr. ƒ" Construction Plan Demolition Plan WINGWALL MODIFICATION Remove gutter & cast-in-place coping to end of Precast coping and construct new gutter along longitudinal wall Match Flowline of gutter { to remain in place Type B Preformed Optional Pour Expansion Joint Filler Fill (Exist.) '-9" '-9" Geomembrane (Exist.) See #4 Notes. MSE Reinforced 2" O.C. Fill (Exist.) Back Face of MSE Wall (Exist.) Cast-In-Place Coping & Gutter Replacement MSE WALL AND FILL RESTORATION 0" Retain Exist. wall joint fabric Sponge Rubber Expansion Joint W End of 3'-3 " Preformed Pressurized Elastometric Neoprene Joint 2"(-) Exist. Abutment Wing Wingwa l Exist. MSE Panel Approx. 2'-0" { Abutment Plan 6" 6" 6" Exist. MSE Panel Limits of New Coping Edge of MSE Reinforced Fill (Approximate) Edge of Pavement (Approximate). The purpose of this work is to restore the elevation of the fill behind the MSE walls near the abutment, reset existing geomembrane above the MSE fill to slope toward the basedrain system to be installed, replace existing coping, and seal the vertical joints to minimize/eliminate fill from leaking through those joints. 2.Do not allow MSE fill to leak out of the wall. 3.Remove the following: existing cast-in-place coping from the MSE panels between the abutment wingwall and the joint with the precast coping sections; asphalt surfacing material from the area between the roadway pavement and the MSE walls near the abutment; existing gutter along the MSE walls to a joint near the removal of the asphalt surfacing removal; and remove and salvage existing fill material above the existing geomembrane. 4.Contact KDOT inspection personnel or their designee to inspect the conditions after removals are complete. 5. Install MSE backfill to depth to allow the existing geomembrane to slope at 2% toward the basedrain system (estimated depth near wall panel 2 inches maximum, estimated depth near end of reinforcement 0-2 inches). 6.Install salvaged fill material and compact over the geomembrane to elevation that will allow gutter to be constructed to the elevation as shown in the details. Coordinate this work with the aggregate ditch lining to be installed in this area and shown on the roadway plans. 7. Construct new cast-in-place coping, after the bridge repair is completed on the abutment wingwall. 8.Complete sealing of the vertical MSE wall joints in the walls that are parallel to the abutments. See SECTION 502 COLD APPLIED CHEMICALLY CURED JOINT SEALANT, Type NS. 24'-0" 3'-6" Wing and MSE panel joint to be modified. Cut slot in abutment wing from top of wing to '-0" below grade. Remove existing asphalt surfacing & concrete gutter. Precast coping Construct new gutter on new backfill. Approximate end of MSE wall cast-in-place coping Install backer rod and caulk to seal vertical joints from top of wall to 3 inches above the adjacent grade. This work is subsidiary to the "Bridge Repair" bid item. the panel in place. to receive the neoprene joint. NEW SHEET - Released by addendum Feb 2, 209 DATE VOID PREVIOUS ISSUE. The purpose of Pay Item "Bridge Repair" is to isolate the MSE wall panels from the thermal expansion/contraction of the abutment wing. 2.Do not allow MSE backfill to leak out of the wall. Retain existing wall joint fabric & joint fill at end of wall panel. 3.Verify location of end of panel after removal of the MSE Coping. 4.Be advised that the wingwall's expansion may have placed active compression against the MSE wall panel and fill. When the bridge superstructure is contracting (i.e. temperature is falling), the compression will be decreasing. The MSE wall reinforcement holds 5.Sawcut face of abutment wingwall only and remove concrete to end of panel + ". Remove exp. jt. material as shown. Sawcut shall be straight. (Use track mounted saw on abutment wing wall.) Use a maximum of a 5 lb. air hammer for concrete removal unless given written authorization otherwise by the Engineer. 6.Thoroughly clean the joint (similar to bridge approach slab joint cleaning). Water blast the surfaces, then clean the joint by sand blasting and high-pressure air blast to remove all contaminants from the surfaces against which the neoprene joint will be installed. Accomplish the sandblasting in two passes to clean each face of the joint (one pass for each face). Hold the nozzle to 2 inches from the joint face at an angle to the joint face. Remove any contaminants such as oil, curing compound, etc. by sand blasting to the satisfaction of the Engineer. Solvent, wire brushing, or grinding are not permitted. 7. Air blast the joint just prior to installing the neoprene joint. Equip the air compressor used to clean the joint with trap devices capable of providing moisture-free and oil-free air at the recommended pressure of 90 psi. Spot check the joint to verify any residual dust or dirt has been removed. The Engineer is required to inspect the joint immediately prior to installing the joint material. 8.Install sponge rubber expansion joint (AASHTO M 53 Type, ASTM D752 Type ) in the joint and secure without contaminating the surfaces 9.Repair cut reinforcement exposed end, applying repair compound only to the bar and not surrounding concrete cleaned previously. 0.Install Preformed Pressurized Elastomeric Neoprene Joint in the vertical joint in accordance with SECTION 79-EXPANSION JOINTS. JOINT GAP TABLE FOR NEW WINGWALL JOINT Temp.ñ (F ) W, Distance between wall panel and new wingwall face (in.) 3 2 NOTE: All exposed materials and features shall be inspected by KDOT or their designee prior to new work. NO. DATE REVISIONS BY APP'D KANSAS DEPARTMENT OF TRANSPORTATION Br. No (025) Sta Proj. No. SHEET NO. DESIGNED 30 3 " DESIGN CK. OF 40 3 " over the last 24 hours. over Mary St KA Finney SCALE 50 3 " APP'D JJ DETAILED JJ QUANTITIES JJ CADD CP BS DETAIL CK. 60 3" 70 3" BRIDGE REPAIR BS QUAN. CK " 90 2ƒ" ñ The temperatures are the average ambient temperature BS CADD CK. Co. JJ KDOT Graphics Certified KDOT Graphics Certified Sheet No. 99

28 STATE PROJECT N0. YEAR SHEET NO. TOTAL SHEETS DRAINAGE STRUCTURES KANSAS KA Drawn By :bkierath Plotted :2-FEB :55 File :KA3250rpq-03.dgn ROUTE ENTRANCE PIPE (FT.) CROSS ROAD PIPE (FT.) END SECTIONS (TYPE ) - EACH FLOWLINE HORIZONTAL REINF. CROWN CONC. STATION SIDE TYPE SIZE RCP,ACSP,CAP,PEP,PVCP RCP, ACSP, CAP RCP RC SIDE ELEVATION ROADWAY STEEL GRADE GR " 24" 36" 48" 24" 36" LT. RT. LT. RT. LT. RT. GR.60 ì ì ì ì ê K-56 Ramp B ê K-56 Ramp A BALANCE PHASE A LOCATION PHASE A TOTAL PHASE B PHASE B TOTAL PHASE 2 PHASE 2 TOTAL STATION to to to TOTAL EP SIDE LENGTH (FT) to Rt Subsidiary to Steel Plate Guardrail TOTALS STEEL PLATE GUARDRAIL (MGS) Alt# MGS SRT STATION TO STATION SIDE REMARKS ì ì ì ì ì ê ê See Summary of Pipe Culverts Sheet for allowable End Section types STATION to STATION to 8+00 TOTALS Rt. Rt. Rt COMMON CU.YDS. 3,637 END TERMINALS 4 Exist. 24"x40.5' RCP Alt#2 MGS FLEAT Exist. Flume Inlet & Slope Drain Exist. Flume Inlet & Slope Drain Exist. 24"x02' CMP VMF Exist. 24" x 20' CMP EARTHWORK 4 EXCAVATION ROCK CU.YDS. VMF CONTR. FURN. CU.YDS. 3, , to , , ,946 9,207 32,457 4 COMPACTION TYPE AA TYPE A MR-0-5 MR-5-5 CU.YDS. CU.YDS. 4,222 6, THROUGH CUTS NOT SUBGRADED COMM. CU.YDS. TYPE AA CU.YDS. SALVAGED TOP SOIL SQ.YDS. 8, , , to , , ,040 23, to , , , , ,064 9, ,483 59, , to , , ,399 9,340.0 ê K-56 Ramp A ê K-56 Ramp B CRP (RCP) CRP (RCP) CRP (RCP) CRP CRP 33,647 Includes 3,630 Cu. Yds. to be wasted from Phase A Includes 6,420 Cu. Yds. to be wasted from Phase B Includes 8 Cu. Yds. to be wasted from Phase 2 REMOVAL OF EXISTING STRUCTURES ì ì ì 8+00 (FOR INFORMATION ONLY) ì ì Exist. 48'x86' CMP Exist. 48"x86' CMP Exist. 24"x02' RCP The listing shown may not be complete and is for information only. Addittional structures not listed but whose removal is required during construction as determined by the Engineer will not be paid for directly, but will be subsidiary to the bid item, "Removal of Existing Structures" , Includes,44 Cu. Yds. to be hauled to Phase 2 Balance LOCATION GEOSYNTHETIC REINFORCEMENT STATION to STATION (FOR BASE) TOTAL AREA (SQ. YDS.) 2, , , , , LOCATION ROUTE TOTAL CONCRETE SAFETY BARRIER (TYPE II) 582 REMARKS Extension LENGTH IMPACT STATION TO STATION SIDE ATTENUATOR REMARKS LIN.FT. (SEVERE DUTY) to to LOCATION Rt to Rt to STATION to STATION STATION GUARDRAIL, REMOVAL OF STEEL PLATE SIDE to Rt to to to to to to to TOTAL Rt. Rt. Rt AGGREGATE DITCH LINING (D Ò 4") STATION to STATION to to to to MSE FILL DEPTH (FT) LENGTH (FT) ' 520.6' ' 58.75' 96.58' 59.09' 97.00' SIDE Rt. Rt. D (Ft.) WIDTH (FT) TOTAL DELIVERY LOCATION K-56 Infield K-56 Infield K-56 Infield K-56 Infield K-56 Infield K-56 Infield K-56 Infield K-56 Infield T (Ft.) VOL. (CU. YDS.) ,263. REMARKS W (Ft.) Total QUANTITY (TON) ,322 ITEM RECAPITULATION OF ROAD QUANTITIES Cleaning Existing Structures Contractor Construction Staking Field Office & Laboratory (Type A) Mobilization Mobilization (DBE) Removal of Existing Structures Maintenance and Restoration of Haul Roads (Set Price) Salvaged Topsoil Compaction of Earthwork (Type A) (MR-5-5) Compaction of Earthwork (Type AA) (MR-0-5) Cross Road Pipe (24") Cross Road Pipe (36") (RCP) End Section (24") Guardrail, Steel Plate (MGS) Guardrail, Removal of Steel Plate Flume Inlet (Concrete) Impact Attenuator (Severe Duty) Concrete Safety Barrier (Type II) Concrete Pavement (" Uniform) (AE) (BR APP) Quality Control Testing (PCCP) Concrete Core (Set Price) Granular Base (8") Granular Base (7") Granular Base (6") Pavement Edge Wedge (Rock) Rem. Drainage Structure summary S.W.K. SUMMARY OF QUANTITIES UNIT J.O.B Detailed on CADD R.J.S J.O.B. NO. RD050 DATE REVISIONS BY APP'D FHWA APPROVAL DESIGNED KANSAS DEPARTMENT OF TRANSPORTATION DETAILED QUANTITIES DESIGN CK. DETAIL CK. QUAN.CK. 33,930 32,457 0,09 End Section (36") (RC) Aggregate Ditch Lining (4") Bridge Approach Slab Footing ,8 APP'D. James O. Brewer Clearing and Grubbing Inlet (Area)(Special) 8 8 Manhole (Reinforced Concrete) Slope Drain (Concrete) Slope Drain (Stone) Storm Sewer (2") (PVCP) 3,073 3,073 Cement Treated Base (Alt. ) Asphalt Treated Base (Alt. 2) Fly Ash MSE Fill 4 Cu. Yd. Cu. Yd. Cu. Yd. Cu. Yd. M. Gal. Lin. Ft. Lin. Ft. Cross Road Pipe (48") (RCP) Lin. Ft. Rumble Strips (Milled) (Concrete) 2 Each Concrete for Seal Course (Set Price) Common Excavation Rock Excavation Water (Grading) (Set Price) Entrance Pipe (24") Concrete Pavement (" Uniform) (AE) (NRDJ) Concrete Pavement (0" Uniform) (AE) (NRDJ) Concrete Pavement (0" Uniform) (AE) (PL) Concrete Pavement (8" Uniform) (AE) (PL) Concrete Pavement (6" Uniform) (AE) (PL) Concrete Pavement Composite Pay Adjustment Concrete Pavement Smoothness Granular Base (5") Water (Granular Base) (Set Price) Quality Control Testing (CTB) (Alt. ) Quality Control Testing (HMA) (Alt. 2) Asphalt Core (Set Price) (Alt. 2) Asphalt Air Void Pay Adjustment (Alt. 2) Asphalt Density Pay Adjustment (Alt. 2) Field Office and Laboratory (Type A) (Alt. 2) Manipulation for Treated Subgrade Water (Treated Subgrade) (Set Price) Non-Participating Item 76 4 Each Each Lin. Ft. Each Lin. Ft. Each Each,322 Tons 2 7 3,242 Mowing For Bridge Quantities, See Sh. No. 96 For Project Surfacing Quantities, See Sh. No. 04 KDOT QUANTITY 2 3, ,506 32,78 0, , , ,357 9,509 3,878 34, , ,338 3,653 3,878 77,058 77,058 77,058 6,76 2,956 76,75,263 4,737 5,8 For Temporary Erosion and Pollution Control Quantities, See Sh. No For Seeding Quantities, See Sh. No. 22 For ITS Quantities, See Sh. No. 32 For Signing Quantities, See Sh. No. 20 For Traffic Control Quantities, See Sh. No ,564,564,729,729, ,729 TOTAL ,92 9,509 3,878 34, , ,338 3,653 3,878 78,787 78,787 3,023 77,904 Cu. Yd. Lin. Ft. Lin. Ft. Each Lin. Ft. Each Lin. Ft. Sta. Cu. Yd. Each M. Gal. 78,787 7,37 P.M.P.S. Tons Each Tons M. Gal.,263 Lin. Ft. 4" Underdrain (FHT) Lin. Ft. 4" Underdrain (GK) Guardrail End Terminal (MGS-SRT)(ALT. ) Guardrail End Terminal (MGS-FLEAT)(ALT. 2) Geosynthetic Reinforcement (For Base) Water (Earthwork Compaction)(Set Price) 00% Federally Non-Participating GARDEN CITY QUANTITY (Non-Part.) Foundatoin Stabilization (Set Price) Cu. Yd. 3, Lin. Ft. 4 4 Each 2,993 2,993 Cu. Yd. 4,737 Trainees Highway Construction (Set Price) Hour For Lighting Quantities, See Sh. No. 27 For Pavement Marking Quantities, See Sh. No. 225 NEW SHEET - Released by addendum Feb 2, 209 DATE VOID PREVIOUS ISSUE Tons M. Gal TRACED B.N.B. TRACE CK. S.W.K. KDOT Graphics Certified KDOT Graphics Certified Sh. No.03

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

IT BACK TO KDOT, EVEN IF NOT BIDDING.

IT BACK TO KDOT, EVEN IF NOT BIDDING. Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

Kansas Department of Transportation Bureau of Construction and Maintenance Estimating Section

Kansas Department of Transportation Bureau of Construction and Maintenance Estimating Section Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

Contractor Construction Staking 1.0 Lump Sum. Granular Backfill (Wingwalls) (Set Price) 1.0 Cu.Yds $50.00 $ Mobilization 1.

Contractor Construction Staking 1.0 Lump Sum. Granular Backfill (Wingwalls) (Set Price) 1.0 Cu.Yds $50.00 $ Mobilization 1. KTA Contract No. 5677 KANSAS TURNPIKE AUTHORITY ALT 1 Schedule of Prices Contract No. 5677 County Leavenworth Type of Work: Remove and reconstruct Bridge 221.542 (120'-170'-170'-120' Weathering Steel Spans).

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

Kansas Department of Transportation DISTRICT 1. Project(s): 089 U / HSIP-U231(701) Min: Max:

Kansas Department of Transportation DISTRICT 1. Project(s): 089 U / HSIP-U231(701) Min: Max: Page 1 of 18 SECTION: 01 COMMON ITEMS 1 025323 MOBILIZATION 2 070626 MOBILIZATION (DBE) 3 025600 FIELD OFFICE AND LABORATORY (TYPE A) 4 012340 FOUNDATION STABILIZATION (SET PRICE) 5 020100 CONTRACTOR CONSTRUCTION

More information

ITEM QUANTITY UNITS UNIT PRICE AMOUNT. Contractor Construction Staking 1.0 Lump Sum

ITEM QUANTITY UNITS UNIT PRICE AMOUNT. Contractor Construction Staking 1.0 Lump Sum KTA Contract No. 5677 KANSAS TURNPIKE AUTHORITY ALT 1 Schedule of Prices Contract No. 5677 County Leavenworth Type of Work: Remove and reconstruct Bridge 221.542 (120'-170'-170'-120' Weathering Steel Spans).

More information

Kansas Department of Transportation Bureau of Construction and Maintenance Estimating Section

Kansas Department of Transportation Bureau of Construction and Maintenance Estimating Section Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

Please note the requirement for alternate bids as described in Section 3 of the Instructions to Bidders portion of the contract specifications.

Please note the requirement for alternate bids as described in Section 3 of the Instructions to Bidders portion of the contract specifications. Kansas Turnpike Authority Project 5677 Note regarding schedule of prices: Please note the requirement for alternate bids as described in Section 3 of the Instructions to Bidders portion of the contract

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF T BDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result in

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 96-0999. Any instructions not followed will result

More information

Kansas Department of Transportation DISTRICT 5. Project(s): Min: Max:

Kansas Department of Transportation DISTRICT 5. Project(s): Min: Max: Page 1 of 11 518105 SECTION: 01 COMMON ITEMS 1 020100 CONTRACTOR CONSTRUCTION STAKING 2 025603 FIELD OFFICE 3 025323 MOBILIZATION 4 070626 MOBILIZATION (DBE) 5 025200 REMOVAL OF EXISTING STRUCTURES 6 012340

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 96-999. Any instructions not followed will result in

More information

Kansas Department of Transportation DISTRICT TE / TA-T045 (501) Project(s): Min: Max:

Kansas Department of Transportation DISTRICT TE / TA-T045 (501) Project(s): Min: Max: Page 1 of 11 SECTION: 01 COMMON ITEMS 1 020100 CONTRACTOR CONSTRUCTION STAKING 2 025600 FIELD OFFICE AND LABORATORY (TYPE A) 3 025323 MOBILIZATION 4 070626 MOBILIZATION (DBE) 5 025200 REMOVAL OF EXISTING

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2007

ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2007 ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2007 Sheet 1 of 7 GENERAL The Kansas Department of Transportation STANDARD SPECIFICATIONS FOR STATE ROAD AND

More information

61,792 13,633 9,731. Page 3 of 23

61,792 13,633 9,731. Page 3 of 23 Page 1 of 23 The areas that remain after sidewalk removals shall be graded to drain using the surrounding on-site soils. These areas shall be seeded with Fescue, Tall, (K-31), (Rebel II) and fertilized

More information

Fertilize, Seed & Mulch Fertilize, Seed & Mulch Fertilize, Seed & Mulch STATE PROJECT N0. YEAR TOTAL SHEET NO. SHEETS If rock is exposed at KANSAS 3-5 KA-3078-0 04 35 35 FUTURE SURFACE FUTURE SURFACE the

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

FEBRUARY 13, 2019 AT 2:00 P.M. (EASTERN) (Estimated Cost: $9,000,000.00) Bids. Kokosing Construction Company, Inc. $8,623,609.96

FEBRUARY 13, 2019 AT 2:00 P.M. (EASTERN) (Estimated Cost: $9,000,000.00) Bids. Kokosing Construction Company, Inc. $8,623,609.96 General Info Number: PROJECT NO. 43-19-02 Description: BRIDGE DECK REPAIR AND REHABILITATION OHIO TURNPIKE OVER ABANDONED RAILROAD M.P. 34.2, OHIO TURNPIKE OVER STATE ROUTE 108 M.P. 34.5, COUNTY ROUTE

More information

Bids JANUARY 10, 2019 AT 2:00 P.M. (EASTERN) (Estimated Cost: $29,000,000.00) Miller Bros. Const., Inc. $27,699,031.59

Bids JANUARY 10, 2019 AT 2:00 P.M. (EASTERN) (Estimated Cost: $29,000,000.00) Miller Bros. Const., Inc. $27,699,031.59 General Info Number: PROJECT NO. 43-19-07 Description: BRIDGE REHABILITATION AND 3RD LANE WIDENING OHIO TURNPIKE OVER AI CREEK M.P. 47.4, OHIO TURNPIKE OVER S.R. 64 (N. MAIN ST.) M.P. 47.5 MILEPOST 46.50

More information

SANBORN COUNTY

SANBORN COUNTY Sheet 1 of 12 SPECIFICATIONS ESTIMATE OF QUANTITIES BID ITEM NUMBER ITEM QUANTITY UNIT 009E0010 Mobilization Lump Sum LS 110E0500 Remove Pipe Culvert 134 Ft 110E1010 Remove Asphalt Concrete Pavement 178

More information

Significant Changes. 101 Definitions and Terms. 102 Bidding Requirements and Conditions 105 Control of Work

Significant Changes. 101 Definitions and Terms. 102 Bidding Requirements and Conditions 105 Control of Work 1 SIGNIFICANT CHANGES IN CDOT's 2017 STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION The following are significant changes from the 2011 Standard Specifications Book to the new 2017 Standard Specifications

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

!"#$ % 1( =4+0(1*0)4 A)*.(.)44)4 8(: 4 0, 2(3*05. Page 1A of 10 11

!#$ % 1( =4+0(1*0)4 A)*.(.)44)4 8(: 4 0, 2(3*05. Page 1A of 10 11 !"#$ % 9 8 8 8784 867 *-+(+ +,- 40. -8/5 '()* +,-. *()/ 0,, 0, (*0 )4 *, /)(*0)4 06&5 &60 455678 ()() 90( (:8; +,- (7)4 4 0 4(+0()*0/ 0()*5 ', 0@A' +,- -* =B9C+ ()( 0 0, +0(0 8(:5 ', =40(*0( +,- (?)/ 4

More information

ANSWERS TO QUESTIONS RECEIVED THROUGH 1:00 PM ON MAY 24, 2018:

ANSWERS TO QUESTIONS RECEIVED THROUGH 1:00 PM ON MAY 24, 2018: ADDENDUM NO. 3 PROJECT NO. 43805 (PART A & B) PAGE 2 ANSWERS TO QUESTIONS RECEIVED THROUGH :00 PM ON MAY 24, 208: Q#32 Addendum # answered Question #7 indicating that an average depth of 3 feet for the

More information

ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2015

ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2015 ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2015 Sheet 1 of 7 Page 100-4, subsection 101.3. Add the following: SECTION 101 DEFINITIONS AND TERMS ELECTRONIC

More information

This drawing. is preliminary. and not for. construction or. implementation. purposes. project number 170 END VIEW DESIGN STRENGTHS: PLAN

This drawing. is preliminary. and not for. construction or. implementation. purposes. project number 170 END VIEW DESIGN STRENGTHS: PLAN project number 70 Reference Line 2-0" Reference 3 -" 6-0" 6-0" 3 -" Line Box Culvert Roadway Finished Channel -0" -0" E VIEW 20-0" Riprap 0-0" Riprap Outlet Invert El 87.0 Sta 233+00.00 Inlet Invert El

More information

NOTE: 1) PRIOR TO BEGINNING WORK TRANSFER RIM ELEV. FROM MH K1 TO A TEMPORARY BENCH MARK FOR USE AS CONTROL DURING CONSTRUCTION. 2) CONTRACTOR TO INST

NOTE: 1) PRIOR TO BEGINNING WORK TRANSFER RIM ELEV. FROM MH K1 TO A TEMPORARY BENCH MARK FOR USE AS CONTROL DURING CONSTRUCTION. 2) CONTRACTOR TO INST NOTE: 1) PRIOR TO BEGINNING WORK TRANSFER RIM ELEV. FROM MH K1 TO A TEMPORARY BENCH MARK FOR USE AS CONTROL DURING CONSTRUCTION. 2) CONTRACTOR TO INSTALL MANHOLE LIDS FLUSH WITH EXISTING GROUND SURFACE.

More information

I KA ACNHP-0353(416) CONTRACT PROPOSAL. DOT Form No. 202 Rev. 09/18

I KA ACNHP-0353(416) CONTRACT PROPOSAL. DOT Form No. 202 Rev. 09/18 Contract ID: 519012161 Kansas Department of Transportation Project No. I035-046 KA 3083-01 Contract No. 519012161 I035-046 KA 3083-01 ACNHP-0353(416) CONTRACT PROPOSAL DOT Form No. 202 Rev. 09/18 1. The

More information

Kansas Department of Transportation DISTRICT 2. Project(s): Min: Max:

Kansas Department of Transportation DISTRICT 2. Project(s): Min: Max: Page 1 of 5 518102 EMERY SAPP & SONS INC SECTION: 01 COMMON ITEMS Cat Alt Set: Cat Alt Member: LCC: 1 025323 MOBILIZATION 2 070626 MOBILIZATION (DBE) 3 020001 MAINTENANCE AND RESTORATION OF HAUL ROADS

More information

SHOULDER DETAIL CONCRETE CURB SHOULDER DETAIL ASPHALT CURB SHOULDER DETAIL PAVEMENT JOINT DETAIL PAVEMENT JOINT DETAIL NORMAL SECTION COMMON AND ASPHALT ALTERNATE NOTES ITEM LEGEND EX. ITEM LEGEND CONCRETE

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

PAY QUANTITY NOTES INCLUDES CU. YDS. FOR DRIVEWAYS, RETURNS, DIKES, AND MISCELLANEOUS EARTHWORK WHERE NO QUANTITY IS SHOWN ON P & P SHEETS.

PAY QUANTITY NOTES INCLUDES CU. YDS. FOR DRIVEWAYS, RETURNS, DIKES, AND MISCELLANEOUS EARTHWORK WHERE NO QUANTITY IS SHOWN ON P & P SHEETS. PAY QUANTITY NOTES (F-1) (F-2) (F-3) (F-4) (F-5) (F-6) (F-7) (F-8) (F-9) (F-10) (F-11) (F-12) (F-13) (F-14) (F-15) (F-16) (F-17) (F-18) (F-19) INCLUDES CU. YDS. FOR DRIVEWAYS, RETURNS, DIKES, AND MISCELLANEOUS

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

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

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 1990 EDITION

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 1990 EDITION Sheet 1 of 7 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 1990 EDITION SECTION PORTLAND CEMENT CONCRETE PAVEMENT Page 266, subsection.01. Delete the (**) footnote

More information

Section 7 Roadway GENERAL REQUIREMENTS I. TYPICAL SECTION...7-1

Section 7 Roadway GENERAL REQUIREMENTS I. TYPICAL SECTION...7-1 Section 7 Roadway GENERAL REQUIREMENTS...7-1 I. TYPICAL SECTION...7-1 7.1 LANE WIDTHS...7-1 7.2 SHOULDER WIDTHS...7-1 7.3 CROSS SLOPE...7-2 7.4 CURB AND UNDERDRAINS...7-2 7.5 SIDEWALKS AND DRIVEWAYS...7-2

More information

ODOT District Pavement General Notes P401: ITEM PAVEMENT PLANING, ASPHALT CONCRETE, AS PER PLAN

ODOT District Pavement General Notes P401: ITEM PAVEMENT PLANING, ASPHALT CONCRETE, AS PER PLAN P401: ITEM 254 - PAVEMENT PLANING, ASPHALT CONCRETE, AS PER PLAN P402: ITEM 254 - PAVEMENT PLANING, PORTLAND CEMENT CONCRETE, AS PER PLAN P403: ITEM 304 - AGGREGATE BASE, AS PER PLAN P404: DELETED P405:

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount CPM Constructors - Freeport, ME $13,984,117.36 Reed & Reed, Inc. - Woolwich, ME $14,883,139.00 Page 1 of 11 CPM Constructors Freeport, ME 201.11 Clearing AC 2.00 10000.00

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 April 17, 2018 Please find the following addendum to the below mentioned QUOTE. Addendum No.: 1 Quote#: 310-00-18-08-1 Project Name: Greenleaves

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

SECTION CONCRETE CURBS, GUTTERS AND SIDEWALKS

SECTION CONCRETE CURBS, GUTTERS AND SIDEWALKS SECTION 32 16 13 CONCRETE CURBS, GUTTERS AND SIDEWALKS PART 1 GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required

More information

SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS

SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS The City of Blue Springs hereby adopts Section 2200 of the Kansas City Metropolitan Chapter of APWA Construction and Material

More information

MAY 11, 2017 T-MC-107A & T-MC-107B1

MAY 11, 2017 T-MC-107A & T-MC-107B1 Schedule of Bid Items - Part A ROADWAY 107A 201(A) - CLEARING AND GRUBBING - LSUM 1.00 30,000.00 30,000.00 $100,000.00 $100,000.00 $65,000.00 $65,000.00 $120,000.00 $120,000.00 $50,000.00 $50,000.00 $18,262.05

More information

General Info Number: PROJECT NO Description: REPAIRS AND RESURFACING INTERCHANGE 209 MILEPOST TRUMBULL COUNTY, OHIO

General Info Number: PROJECT NO Description: REPAIRS AND RESURFACING INTERCHANGE 209 MILEPOST TRUMBULL COUNTY, OHIO General Info Number: PROJECT NO. 59-18-03 Description: REPAIRS AND RESURFACING INTERCHANGE 209 MILEPOST 209.20 TRUMBULL COUNTY, OHIO Deadline: April 25, 2018 at 2:00 P.M. (Eastern) (Estimated Cost: $3,100,000.00)

More information

MANDATORY SUPPLEMENTAL SPECIFICATIONS FOR CONTRACTOR QUALITY CONTROL Contractor Quality Control - is replaced with the following:

MANDATORY SUPPLEMENTAL SPECIFICATIONS FOR CONTRACTOR QUALITY CONTROL Contractor Quality Control - is replaced with the following: MANDATORY SUPPLEMENTAL SPECIFICATIONS FOR CONTRACTOR QUALITY CONTROL EFFECTIVE DATE: OCTOBER 14, 2011 200.07 Contractor Quality Control - is replaced with the following: (a) (b) (c) Scope: These requirements

More information

ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2007

ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2007 ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2007 07-ER-1-R18 Sheet 1 of 10 GENERAL The Kansas Department of Transportation STANDARD SPECIFICATIONS FOR STATE

More information

ESTIMATED DISTRIBUTION OF MATERIAL LIST Lomitas Negras Phase 2 Southern Sandoval County Arroyo Flood Control Authority

ESTIMATED DISTRIBUTION OF MATERIAL LIST Lomitas Negras Phase 2 Southern Sandoval County Arroyo Flood Control Authority PAY DESCRIPTION GENERAL 1 1200 Construction Traffic Control and Barricading: including any and all access signs and permitting by the City of LS 1 Rio Rancho, 2 1504 Temporary Pollution Control: NPDES

More information

35-46 KA KA

35-46 KA KA 35-46 KA 4586-01 7-46 KA 4583-01 HOST PROJECT 6 KA 4590-01 Page 1 of 48 HOST PROJECT 6 KA 4590-01 70-5 KA 4588-01 5-5 KA 4584-01 Page of 48 6 KA 4590-01 Page 3 of 48 70-5 KA 4588-01 At the Contractor's

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

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 3690 NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Commissioners Kitsap County 614 Division Street Port

More information

QUANTITIES MOBILIZATION PAVT, REM EROSION CONTROL, INLET PROTECTION, FABRIC DROP 12 EA AGGREGATE BASE AGGREGATE BASE, CONDITIONING SHOULDER, CL II

QUANTITIES MOBILIZATION PAVT, REM EROSION CONTROL, INLET PROTECTION, FABRIC DROP 12 EA AGGREGATE BASE AGGREGATE BASE, CONDITIONING SHOULDER, CL II 7/12/18 GENERAL NOTES SPECIFICATIONS: ALL WORK AND MATERIALS, UNLESS OTHERWISE STATED IN THESE PLANS, SHALL BE IN ACCORDANCE WITH THE MICHIGAN DEPARTMENT OF TRANSPORTATION (MDOT) 2012 STANDARD SPECIFICATIONS

More information

SECTION BID FORM. Garfield Street Drainage Improvements

SECTION BID FORM. Garfield Street Drainage Improvements SECTION 00410 BID FORM Garfield Street Drainage Improvements ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City of Lindsborg, Kansas City Clerk s Office 101 S. Main Street Lindsborg, KS 67456

More information

DIVISION 4100 SITEWORK

DIVISION 4100 SITEWORK DIVISION 4100 SITEWORK SECTION 4115 EARTHWORK PART 1 - GENERAL 1.01 SCOPE This section covers the grading and compaction of excavations, embankments, structural foundations, and planted areas. 1.02 REFERENCES

More information

Excavate drilled shafts in accordance with Item 416, Drilled Shaft Foundations.

Excavate drilled shafts in accordance with Item 416, Drilled Shaft Foundations. Item Excavation and Backfill for Structures 1. DESCRIPTION 2. MATERIALS Excavate for placement and construction of structures and backfill structures. Cut and restore pavement. Use materials that meet

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2018.05 EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0 The bid opening date is Thursday March 15, 2018 at 11:00 a.m. The following changes

More information

M&M CARGO PARKING LOT REHABILITATION 5103 MAHER AVENUE LAREDO, TEXAS MAYOR PRO-TEMPORE, DISTRICT II DISTRICT VIII COUNCIL MEMBER

M&M CARGO PARKING LOT REHABILITATION 5103 MAHER AVENUE LAREDO, TEXAS MAYOR PRO-TEMPORE, DISTRICT II DISTRICT VIII COUNCIL MEMBER LAREDO INTERNATIONAL AIRPORT M&M CARGO PARKING LOT REHABILITATION 5103 MAHER AVENUE LAREDO, TEXAS 78041 CITY OF LAREDO, TEXAS HONORABLE RAUL G. SALINAS, MAYOR ESTEBAN RANGEL MAYOR PRO-TEMPORE, DISTRICT

More information

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION OF 1990

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION OF 1990 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION OF 1990 90P-270 Sheet 1 of 5 SECTION PAVEMENT PATCHING Page 591, Section. Delete the Section and replace with

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

SPECIAL SPECIFICATION 4425 Thermoplastic Pipe

SPECIAL SPECIFICATION 4425 Thermoplastic Pipe 2004 Specifications CSJ 0264-07-028 SPECIAL SPECIFICATION 4425 Thermoplastic Pipe 1. Description. Furnish and install thermoplastic pipe for constructing thermoplastic pipe culverts or thermoplastic storm

More information

204 - EXCAVATION AND BACKFILL FOR STRUCTURES SECTION 204 EXCAVATION AND BACKFILL FOR STRUCTURES

204 - EXCAVATION AND BACKFILL FOR STRUCTURES SECTION 204 EXCAVATION AND BACKFILL FOR STRUCTURES SECTION 204 EXCAVATION AND BACKFILL FOR STRUCTURES 204.1 DESCRIPTION Excavate for the structures as shown in the Contract Documents. Unless specified otherwise, backfill the completed structures to the

More information

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS 6.1 DESCRIPTION This work shall consist of constructing curbs, gutters, sidewalks, ramps, local depressions and driveways of the form and dimensions shown

More information

PLAN PREPARATION GUIDE CHAPTER 3 QUANTITY COMPUTATIONS AND INFORMATION

PLAN PREPARATION GUIDE CHAPTER 3 QUANTITY COMPUTATIONS AND INFORMATION PLAN PREPARATION GUIDE CHAPTER 3 QUANTITY COMPUTATIONS AND INFORMATION SECTION DESCRIPTION PAGE 1 General Quantities 3-1 2 Maintenance of Roadway and Drives 3-1 3 Liquid Asphalt Binder in Paving Mixture

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

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

APPENDIX A MEASUREMENT AND PAYMENT

APPENDIX A MEASUREMENT AND PAYMENT P-150 DEMOLITION 4.01 Removal of pavement shall be measured per square yard based on the area shown on the plans. Any pavement removed outside the designed limits of removal because the pavement was damaged

More information

ADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No.

ADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No. ADDENDUM #3 STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No. 2016-003; Federal Project No. DEM10L-5209(008) November 9, 2017 Addendum for: AND IA STATE ROUTE 60 AT POTRERO

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

KANSAS TURNPIKE AUTHORITY KTA CONTRACT NO Mill and Superpave overlay I-35 (KTA) from MM 13 to MM 26.8 ADDENDUM NO. 1

KANSAS TURNPIKE AUTHORITY KTA CONTRACT NO Mill and Superpave overlay I-35 (KTA) from MM 13 to MM 26.8 ADDENDUM NO. 1 KANSAS TURNPIKE AUTHORITY KTA CONTRACT NO. 6028 Mill and Superpave overlay I-35 (KTA) from MM 13 to MM 26.8 ADDENDUM NO. 1 The Contract Documents for KTA Contract No. 6028 are hereby amended in the following

More information

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

1.02 RELATED WORK: Refer to the following sections for related work: Section 4000-Concrete Materials and Methods

1.02 RELATED WORK: Refer to the following sections for related work: Section 4000-Concrete Materials and Methods SECTION 2000- EARTHWORK PART 1- GENERAL 1.01 SCOPE: This Section covers excavation, fill, and compaction of earth and rock for roadway, embankments, structural foundations, and planted areas. Topics include

More information

901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT

901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT 901.1 DESCRIPTION Design, implement, inspect and maintain appropriate best management practices to minimize or eliminate erosion, sediment and other pollutants

More information

BRIDGE REPAIR BARBER COUNTY R 12 W R 11 W R 11 W DEPARTM ENT OF TRANSPORTATION. Page 1 of 12 BRIDGE NO (030)

BRIDGE REPAIR BARBER COUNTY R 12 W R 11 W R 11 W DEPARTM ENT OF TRANSPORTATION. Page 1 of 12 BRIDGE NO (030) KANSAS SOUTHW ESTERN R 11 W R 11 W KIOWA 8 TO CHEROKEE, OKLA. Stubbs R 12 W Creek 2 BURLINGTON STATE OF KANSAS DEPARTM ENT BRIDGE REPAIR KANSAS PROJECT BARBER COUNTY K-2 2-4-1.81 (00) TITLE SHEET Page

More information

ODOT District Bridge General Notes B405: OBJECT MARKERS AND STRUCTURE/CULVERT IDENTIFICATION SIGNS

ODOT District Bridge General Notes B405: OBJECT MARKERS AND STRUCTURE/CULVERT IDENTIFICATION SIGNS B401: DELETED B402: DELETED B403: DELETED B404: STRUCTURE/CULVERT IDENTIFICATION SIGNS B405: OBJECT MARKERS AND STRUCTURE/CULVERT IDENTIFICATION SIGNS B406: ITEM 514 - FIELD PAINTING, MISC.; REPAIR PAINTING

More information

Project # Brown County PCN i40h Replace Section Line Road Culvert

Project # Brown County PCN i40h Replace Section Line Road Culvert Project # 010-151 PCN i40h Replace Section Line Road Culvert R 64 W FREDERICK POP. 199 R 63 W R 62 W R 61 W 6 5 4 3 6 5 4 3 1 Dry 402 AVE 102 ST 387 AVE 12 388 AVE 390 AVE 7 8 9 10 11 12 391 AVE 393 AVE

More information

901 - TEMPORARY EROSION AND POLLUTION CONTROL SECTION 901 TEMPORARY EROSION AND POLLUTION CONTROL

901 - TEMPORARY EROSION AND POLLUTION CONTROL SECTION 901 TEMPORARY EROSION AND POLLUTION CONTROL SECTION 901 TEMPORARY EROSION AND POLLUTION CONTROL 901.1 DESCRIPTION Install, maintain and remove temporary erosion and pollution control devices as required during the construction of the project. BID

More information

MOBILIZATION CURB AND GUTTER, REM EXCAVATION, EARTH DR STRUCTURE, RECONST, CASE 1 AGGREGATE BASE, CONDITIONING COLD MILLING HMA SURFACE

MOBILIZATION CURB AND GUTTER, REM EXCAVATION, EARTH DR STRUCTURE, RECONST, CASE 1 AGGREGATE BASE, CONDITIONING COLD MILLING HMA SURFACE 7/13/18 GENERAL NOTES SPECIFICATIONS: ALL WORK AND MATERIALS, UNLESS OTHERWISE STATED IN THESE PLANS, SHALL BE IN ACCORDANCE WITH THE MICHIGAN DEPARTMENT OF TRANSPORTATION (MDOT) 01 STANDARD SPECIFICATIONS

More information

STEUBEN COUNTY DEPARTMENT OF PUBLIC WORKS. 3 East Pulteney Square Bath, New York 14810

STEUBEN COUNTY DEPARTMENT OF PUBLIC WORKS. 3 East Pulteney Square Bath, New York 14810 STEUBEN COUNTY DEPARTMENT OF PUBLIC WORKS 3 East Pulteney Square Bath, New York 14810 County Route 22 over Canisteo River Bridge Replacement Project BIN 3333290 D035511 PIN 6755.06 ADDENDUM #1 October

More information

Plan Preparation Guide. Chapter 2. Typical Sections - Pavement Design

Plan Preparation Guide. Chapter 2. Typical Sections - Pavement Design Plan Preparation Guide Chapter 2 Typical Sections - Pavement Design Section Description Page 1 Typical Sections 2-1 2 Secondary ( C projects) Typical Sections 2-3 3 Base Course 2-4 4 Full Depth Asphalt

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

SOUTHSIDE TOWNSHIP ROADWAY STANDARDS POLICY Adopted September 7, 2004

SOUTHSIDE TOWNSHIP ROADWAY STANDARDS POLICY Adopted September 7, 2004 SOUTHSIDE TOWNSHIP ROADWAY STANDARDS POLICY Adopted September 7, 2004 General: Sections of the Minnesota Department of Transportation (Mn/DOT), Standard Specification for Construction, 2000 or Current

More information

Proposer shall make note of and/or incorporate all changes listed below into the requested

Proposer shall make note of and/or incorporate all changes listed below into the requested Request for Proposal (RFP) Bid No: 18-10-1940LE Addendum No. 4 Date: November 27, 2018 To: All Proposers Subject: Addendum No. 4 Consisting of nine (9) Pages RFP No.: Project Name: Owner: 18-10-1940LE

More information

ANSWERS TO QUESTIONS RECEIVED THROUGH 11:00 A.M. ON JANUARY 4, 2019:

ANSWERS TO QUESTIONS RECEIVED THROUGH 11:00 A.M. ON JANUARY 4, 2019: ADDENDUM NO. PROJECT NO. 3-9-07 PAGE 2 ANSWERS TO QUESTIONS RECEIVED THROUGH :00 A.M. ON JANUARY, 209: Q# Plan sheet 2 has a note MAINTENANCE OF TRAFFIC (LOCAL ROADS) which relates to bid item 22 and calls

More information

Page 1 of 7 Contract No.: 0216 OCPW Schedule Of Prices Addendum Date Created 1 07/11/2016 9:28 AM Project Number: SP 055-609-018 Project Title or Road Number: CSAH 9 Mill, Grade, Overlay Work Type: Grading,

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

SECTION RIGID PAVEMENT

SECTION RIGID PAVEMENT SECTION 02750 PART 1 GENERAL RIGID PAVEMENT 1.1 SUMMARY A. Section Includes: 1. Concrete sidewalks. 2. Concrete stair steps. 3. Concrete integral curbs gutters. 4. Concrete parking areas and roads. B.

More information

ESTIMATE OF QUANTITIES

ESTIMATE OF QUANTITIES ESTIMATE QUANTITIES STATE S.D. SHEET NO. TOTAL SHEETS 2 12 SPECIFICATIONS TEMPORARY PAVEMENT MARKING, Continued STATE S.D. SHEET NO. TOTAL SHEETS 3 12 South Dakota Standard Specifications for Roads and

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

WASTE DISPOSAL SITE (CONTINUED)

WASTE DISPOSAL SITE (CONTINUED) ESTIMATE OF QUANTITIES SPECIFICATIONS Standard Specifications for Roads & Bridges, 2004 Edition and Required Provisions, Supplemental Specifications and/or Special Provisions as included in the Proposal.

More information

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS 701-1 DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts, and storm drains, removal of existing storm pipes, connections to existing

More information

SECTION ASPHALT PAVING AND SURFACING

SECTION ASPHALT PAVING AND SURFACING SECTION 02500 ASPHALT PAVING AND SURFACING PART 1 - GENERAL 1.01 WORK INCLUDED A. Traffic control as required to divert vehicular and pedestrian traffic around construction. B. Spreading and compacting

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