SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION COLUMBIA, SC PROPOSAL FOR DRAINAGE STRUCTURE BEAUFORT COUNTY

Size: px
Start display at page:

Download "SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION COLUMBIA, SC PROPOSAL FOR DRAINAGE STRUCTURE BEAUFORT COUNTY"

Transcription

1 SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION COLUMBIA, SC PROPOSAL FOR DRAINAGE STRUCTURE BEAUFORT COUNTY BIDDERS ON THIS CONTRACT MUST BE SMALL BUSINESS CONCERNS OWNED AND CONTROLLED BY ECONOMICALLY & SOCIALLY DISADVANTAGED ETHNIC MINORITIES OR OWNED & CONTROLLED BY DISADVANTAGED WOMEN AS CERTIFIED BY THE S.C.D.O.T. Letting Date: October 9, 2012 S. C. File Number: Project Number: PCN: Length: Type: MT MT01 N/A CONVERT CATCH BASINS, CURB & GUTTER, SIDEWALK NOTICE...NOTICE...NOTICE...NOTICE...NOTICE...NOTICE...NOTICE ONLY ELECTRONIC BIDS FROM PREQUALIFIED PRIME CONTRACTORS SUBMITTED THROUGH BID EXPRESS ( WILL BE ACCEPTED FOR THIS CONTRACT.

2

3 TABLE OF CONTENTS Page Number NOTICE TO CONTRACTORS... 5 SPECIAL PROVISIONS... 7 (1) ERRATA TO 2007 STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION:... 7 (2) SECTION 101: SUBSTANTIAL COMPLETION OF WORK... 7 (3) SECTION 101: STANDARD DRAWINGS:... 7 (4) SECTION 102: EXAMINATION OF THE PROPOSAL OR PLANS:... 8 (5) SECTION 102: PROPOSAL ITEMS AND QUANTITIES:... 8 (6) SECTION 102: BIDDER REQUIREMENTS:... 8 (7) SECTION 105: CONSTRUCTION STAKES, LINES AND GRADES:... 9 (8) SECTION 105: CLAIMS PROCEDURE:... 9 (9) SECTION 106: QUALIFIED PRODUCT LISTINGS... 9 (10) SECTION 106: SOUTH CAROLINA MINING ACT:... 9 (11) SECTION 107: COORDINATION OF UTILITY RELOCATION WORK WITH HIGHWAY CONSTRUCTION: (12) SECTION 107: DBE PARTICIPATION: (13) SECTION 107: CRANE SAFETY (REVISED 05/1/2011): (14) SECTION 107: REQUIRED MEDIA NOTIFICATION FOR CONSTRUCTION PROJECTS: (15) SECTION 107: CONTRACT PROVISION TO REQUIRE CERTIFICATION AND COMPLIANCE CONCERNING ILLEGAL ALIENS (16) SECTION 108: SUBLETTING OF CONTRACTS (SPECIALTY ITEMS): (17) SECTION 108: PARTNERING: (18) SECTION 108: CONTRACT TIME AND DETERMINATION AND EXTENSION OF CONTRACT TIME: (19) SECTION 108: CONSTRUCTION SCHEDULE: (20) SECTION 108: FAILURE TO COMPLETE THE WORK ON TIME (21) SECTION 109: PARTIAL PAYMENTS: (22) SECTION 109: RETAINAGE (23) SECTION 109: PROMPT PAYMENT CLAUSE: (24) SECTION 109: CONSTRUCTION ESTIMATES: (25) DIVISION 600: MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES: (26) SECTION 601: DISTRICT SIX LANE CLOSURE RESTRICTIONS: (27) DIVISION 600: TRAFFIC CONTROL: (28) SECTION 610: WORK ZONE TRAFFIC CONTROL PROCEDURES: (29) SECTION 810: CO-PERMITTEE AGREEMENT & CONTRACTOR CERTIFICATION /27/12 I certify that this Proposal was compiled under my supervision. S. C. File Number Page 3

4 SUPPLEMENTAL SPECIFICATIONS ERRATA TO 2007 STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION CLAIMS PROCEDURE SOUTH CAROLINA MINING ACT PROMPT PAYMENT CLAUSE ESTIMATES DISTRICT 6 LANE CLOSURE RESTRICTIONS PROPOSAL ITEMS AND QUANTITIES INSURANCE COVERAGE LETTER OF INTENT PROPOSAL FORM PROPOSED SUPPLIERS, VENDORS AND SUBCONTRACTORS CO-PERMITTEE AGREEMENT & CONTRACTOR CERTIFICATION CLAIM CERTIFICATION CONTRACTOR NOTICE OF CLAIM - FORM INDEX /27/12 I certify that this Proposal was compiled under my supervision. S. C. File Number Page 4

5 SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION COLUMBIA, SOUTH CAROLINA Notice is hereby given that the SCDOT will accept electronic bid proposals for the highway improvements herein specified until the advertised time for opening of the proposal on October 9, Unless otherwise advertised, the proposals will be publicly opened in Conference Room 1, SCDOT Headquarters Building, 955 Park Street, Columbia, South Carolina at 2:00 o clock p.m. on the above date and read aloud. The Contracts Engineer, or his designee, at the site of the opening of the proposals shall be the sole judge of determining the local time and the arrival of the designated time for the opening of the proposals. Electronic bid proposals can only be submitted through the Bid Express, On-Line Bidding Exchange website. Bid Express can be contacted by phone at (352) or through their website at Minimum Contractor Performance Score (CPS) The Department evaluates the performance of Contractors on SCDOT construction projects and issues each Contractor a Contractor Performance Score (CPS) quarterly. The Department may set a Minimum CPS for bidding on construction projects. If a Minimum CPS has been set for this project, it is indicated below. Only Contractors with a CPS equal to or higher than the Minimum CPS for the Quarter ending on the date indicated below may submit a bid proposal on this project. Minimum CPS: N/A for the Quarter ending on: N/A Contractors that do not have a Contractor Performance Score are not prohibited from submitting a bid proposal. Description of work to be done: See Cover Sheet. This project is to be constructed under the S. C. Department of Transportation s Standard Specifications for Highway Construction, Edition of Detailed plans of the work may be seen for examination at the Office of the S. C. Department of Transportation, 955 Park St., Columbia, S. C A complete set of plans can be obtained for $0. Hard copy proposals can be obtained for $15.00 each. REFUNDS WILL NOT BE MADE ON PLANS AND PROPOSALS. The Department reserves the right to reject any or all proposals and waive any technicalities. Bids cannot be withdrawn after the opening hour commences. Electronic bids may be declared irregular for any of the following reasons: (1) If in the Schedule of Items, (a) alteration of a part of bid item except for the unit price; or (b) failure to enter a bid item unit price; or (c) a bid item unit price is not in the proper form or is incomplete. (2) If in the DBE Folder, when a project has DBE goal, in the DBE s subcontractors information, work items, unit prices, or other required information has not been entered in the proper form fields or is incomplete. (3) If in the Miscellaneous Data Folder, yes is not selected as the response in the drop down form field for acceptance and acknowledgment of the conditions set forth in the Proposal Form. S. C. File Number Page 5

6 (4) If in the Equal Employment Opportunity section, Certification 1 or 2 is not selected and/or choices in the drop down form fields for the selected Certification are not made. S. C. File Number Page 6

7 SPECIAL PROVISIONS October 9, /03/07 SPECIAL PROVISIONS S. C. FILE NUMBER PROJECT NUMBER COUNTY MT13 BEAUFORT This project is to be constructed under the South Carolina Department of Transportation's Specifications For Highway Construction Edition of 2007, the South Carolina Department of Transportation's 2004 Construction Manual, the Supplemental Technical Specifications in effect at the time of the letting, and the following Special Provisions. (1) ERRATA TO 2007 STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION: See attached Supplemental Specification dated May 4, 2009 on page 23. (2) SECTION 101: SUBSTANTIAL COMPLETION OF WORK Section is hereby replaced with the following: Substantial Completion of Work Substantial Completion of Work is the point in the project when work has been constructed to the typical section in the Plans over the entire length of the project including tie-ins, all pay items have been installed in reasonable conformance with the plans and specifications over the entire length of the project and all lanes of traffic are open to the public in their final configuration with the final applications of thermoplastic and raised pavement markers with the only remaining work to be performed being punch list items. (3) SECTION 101: STANDARD DRAWINGS: The Bidders are hereby advised that this project shall be constructed using the 2011 Standard Drawings with all updates effective at the time of the letting. The Standard Drawings are available for download at All drawings that are updated are labeled with their effective letting date in red. The Standard Drawings are available to purchase through the SCDOT Engineering Publications Sales Center. The Engineering Publication Sales Center is located in Room G-19 (basement level) of the SCDOT Headquarters Building, 955 Park Street, Columbia, South Carolina. All references in the plans, standard specifications, supplemental specifications, supplemental technical specifications or special provisions to drawings under the previous numbering system are hereby updated to the new drawing numbers. Refer to sheets through to find new drawing numbers when looking for references to older drawing numbers. S. C. File Number Page 7

8 SPECIAL PROVISIONS (4) SECTION 102: EXAMINATION OF THE PROPOSAL OR PLANS: Plan holders desiring further information or interpretation of the Proposal or Plans shall make a written request for such information to SCDOT no later than Noon on September 24, Facsimiles are accepted at (803) The fax should be addressed to the attention of the Letting Preparation Engineer. Correspondence can be mailed to the following address: The contacts for SCDOT are: SCDOT 955 Park St. Columbia, SC Letting Preparation, Room 409 Mark H. Anthony. Letting Preparation Engineer (803) Modifications to the Proposal or Plans will be made by addendum only. A copy of each addendum will be mailed to the plan holders and posted on the Bid Express web site ( (5) SECTION 102: PROPOSAL ITEMS AND QUANTITIES: A list of bid items and quantities is on page 37. This list is for information only. The official Schedule of Prices for bidding is available from Bid Express at (6) SECTION 102: BIDDER REQUIREMENTS: Bidders on this contract must be small business concerns owned and controlled by economically and socially disadvantaged ethnic minorities as defined in Section (A) of the S. C. Code Ann. (1976, as amended) or owned and controlled by disadvantaged women, as certified by the Department Transportation. The "Department's Directory of Certified Disadvantaged Business Enterprises" indicates the firms certified. Requirements of Section and Section of the Standard Specifications concerning bonding are hereby waived for this contract. However, if this contract should end in default, the Contractor will be ineligible for any further non-bonded Department contracts and may not be approved for any subcontracting relationships for a minimum period of two (2) years from the date of notice. The Bidder, by signing this proposal, grants to the Department the right to issue joint checks to suppliers, vendors, or subcontractors for materials supplied, services rendered, or work performed on this project. A form is included in the proposal for the bidder to list all subcontractors, vendors and suppliers anticipated to perform work on this project. This form may be reproduced or additional sheets added in order to provide all requested information. When the Contractor requests permission to subcontract work to a Subcontractor, he shall also include along with his request an executed copy of the subcontract agreement. This request shall be submitted prior to any work being performed by the Subcontractor. The Contractor shall provide evidence of General Liability Insurance and Workmen's Compensation Insurance that is in effect for this project along with the contract. S. C. File Number Page 8

9 SPECIAL PROVISIONS Before services are rendered or materials are incorporated in the project, an executed copy of all agreements for services or invoices for materials must be submitted to the Department. If the Contractor should fail to pay any subcontractor or supplier in connection with this contract and that failure results in a claim being paid by the Department, the Contractor shall be ineligible for further Department nonbonded projects until the Contractor has reimbursed or has made acceptable arrangements to reimburse the Department. A Proposal Guaranty (Bid Bond) is not required for this project. A Performance and Indemnity Bond is not required for this project. A Payment Bond is not required for this project. (7) SECTION 105: CONSTRUCTION STAKES, LINES AND GRADES: Section applies to this project. (8) SECTION 105: CLAIMS PROCEDURE: See attached Supplemental Specification entitled South Carolina Department of Transportation Claims Procedure dated February 12, 1997 on page 27. For this project, the STANDING DISPUTE REVIEW BOARD is designated. (9) SECTION 106: QUALIFIED PRODUCT LISTINGS All references to Approval Sheet or Approval Policy are to be replaced with Qualified Products Listings (QPL) and Qualified Products Policies (QPP) respectively. This change includes all references in the SCDOT Standard Drawings, SCDOT Standard Specifications, SCDOT Supplemental Specifications, SCDOT Special Provisions, SCDOT Supplemental Technical Specifications, SCDOT Internet and Intranet websites, and all other documents produced by SCDOT. (10) SECTION 106: SOUTH CAROLINA MINING ACT: See Attached Supplemental Specification Dated March 20, 2003 on page 31. This Suplemental Specification is hereby modfied as follows: Paragraph 9 is hereby deleted and replaced with the following: The deputy secretary for engineering, or his duly appointed representative, will make a final inspection of the reclaimed area and keep a permanent record of his approval thereof. A map or sketch providing the location and approximate acreage of each pit used on the project will be provided to the resident construction engineer for inclusion in the final plans. The last paragraph is hereby deleted and replaced with the following: The contractor shall comply with the provisions of the plan that are applicable to the project as determined by the engineer. Seeding or other work necessary to comply with the plan on pits furnished by the contractor shall be at the expense of the contractor. Seeding shall be in accordance with SC-M-810 (latest version) which can be found at S. C. File Number Page 9

10 SPECIAL PROVISIONS (11) SECTION 107: COORDINATION OF UTILITY RELOCATION WORK WITH HIGHWAY CONSTRUCTION: As it is not economically feasible to complete the rearrangement of all utility conflicts in advance of the highway construction, such rearrangements may be underway concurrently with construction. It shall be the responsibility of the contractor to inspect the site for potential utility conflicts. It is the responsibility of the Contractor to call Palmetto Utility Protection Service at 811 or three (3) days prior to work so that existing utilities can be properly marked (12) SECTION 107: DBE PARTICIPATION: The Bidder is encouraged to use DBE subcontractors on this project. All DBE participation shall be reported to the RCE on the DBE Quarterly Report. (13) SECTION 107: CRANE SAFETY (REVISED 05/1/2011): CRANE SAFETY: The contractor s attention is directed to the following Crane Safety criteria. All applicable items under the submittal list section shall be submitted to the Resident Construction Engineer (RCE) before any crane operations may begin. If any personnel or equipment is changed or added, all applicable items shall be updated and submitted to the RCE before continuing with crane(s) operations. All contractors shall comply with the manufacturer specifications and limitations applicable to the operation of any and all cranes and derricks. Prime contractors and sub-contractors shall comply with the latest Occupational Safety and Health Administration (OSHA) regulations, adopted American National Standards Institute (ANSI) and American Society of Mechanical Engineers (ASME) crane standards, and other applicable standards including, but not limited to the following: OSHA 29 CFR 1926 Subpart CC Cranes and Derricks in Construction OSHA 29 CFR Rigging Equipment for Material Handling ASME B Mobile and Locomotive Cranes ASME B Floating Cranes and Floating Derricks ASME B Articulating Boom Cranes ASME B Rigging Hardware Submittal List 1. Crane Operators: All crane operators shall be certified by the National Commission for the Certification of Crane Operators (NCCCO), National Center for Construction Education and Research (NCCER), or Crane Institute of America Certification (CIC). a. Contractor shall submit a copy of the NCCCO, NCCER, or CIC certification for each crane operator prior to performing any crane operations on the job site. The original certification card shall be available for review upon request and must remain current within a 5 year expiration date for the duration of the job. (Contractors with a crane operator-in- training on the jobsite shall comply with all the OSHA Subpart CC requirements). S. C. File Number Page 10

11 SPECIAL PROVISIONS b. Contractor shall submit a copy of the current Crane Operators Medical Evaluation card (3 year expiration) in the form of NCCCO, NCCER or CIC Physical Examination form or equivalent meeting the ASME B30.5 requirement or a current USDOT Medical Examiner s Certificate card (2 year expiration). The original medical card or equivalent for all crane operators shall be available for review upon request. 2. Competent Person: The named competent person will have the responsibility and authority to stop any work activity due to safety concerns. a. Contractor shall submit the name and qualifications of the Competent Person as defined by OSHA Subpart CC responsible for all crane safety and lifting operations. (14) SECTION 107: REQUIRED MEDIA NOTIFICATION FOR CONSTRUCTION PROJECTS: Contractors are encouraged to co-operate with the news media since all projects are constructed with public funds. Because the scope of this project will cause disruption of normal traffic flow, the Contractor is required to notify the public, in a timely manner, of disruptive activities such as lane closures. The Contractor is required to utilize area media to accomplish public notification of traffic disruptions. The Contractor is required to deal directly with the news media and all reasonable efforts should be made to co-operate with the media. However, the safety, security and construction schedule on site should not be disrupted in order to accomplish this. The Contractor may coordinate these activities with and receive guidance from the SCDOT Public Affairs Office. (15) SECTION 107: CONTRACT PROVISION TO REQUIRE CERTIFICATION AND COMPLIANCE CONCERNING ILLEGAL ALIENS By submission of this bid, the bidder as the prime contractor does hereby agree: a. to certify its compliance with the requirements of Chapter 14 of Title 8 of the S.C. Code of Laws regarding Unauthorized Aliens and Public Employment; b. to provide SCDOT with any documents required to establish such compliance upon request; and c. to register and participate and require agreement from subcontractors and subsubcontractors to register and participate in the federal work authorization program to verify the employment authorization of all new employees, or to employ only workers who supply the documents required pursuant to S.C.Code (B)(2). (16) SECTION 108: SUBLETTING OF CONTRACTS (SPECIALTY ITEMS): The following items of work, when not performed by the Prime Contractor, will be designated as Specialty Items in all contracts in which the item does not constitute thirty percent (30%) or more of the original contract value: S. C. File Number Page 11

12 SPECIAL PROVISIONS Pavement Markings Guardrail Milling Asphalt Pavement Grassing Landscaping Erosion Control Permanent Construction Signs Utilities Contaminated Soil & Tank Removal Bridge Barrier Walls Traffic Count Stations Drilled Shafts & Casings Pier Fender Systems Permanent Roadway Signs Signalization Electrical/Lighting Specialized Retaining Walls Fencing Right of Way Surveying Railroad Track Work Jacking and Boring Bridge Floor Grooving Milled Rumble Strips Buildings Navigational Lighting Sound Barrier Walls (17) SECTION 108: PARTNERING: (A) Covenant of Good Faith and Fair Dealing This Contract imposes an obligation of good faith and fair dealing in its performance and enforcement. The Contractor and Department, with a positive commitment to honesty and integrity, agree to the following mutual duties: (1) Each will function within the laws and statutes applicable to their duties and responsibilities. (2) Each will avoid hindering the other s performance. (3) Each will proceed to fulfill its obligations diligently. (4) Each will cooperate in the common endeavor of the Contract. (B) Partnering The Department encourages the foundation of cohesive partnering with the Contractor and its principle subcontractors and suppliers. This partnering is not a legal partnership as defined by South Carolina law. Partnering will be structured to draw on the strengths of each organization to identify and achieve reciprocal goals. The objectives are effective and efficient contract performance and completion within budget, on schedule, and in accordance with the Contract. The establishment of a partnering charter will not change the legal relationship of the parties to the contract nor relieve either party from any of the terms of the Contract. Any cost associated with effectuating partnering will be agreed to by the Department and the Contractor and will be shared equally between them. (18) SECTION 108: CONTRACT TIME AND DETERMINATION AND EXTENSION OF CONTRACT TIME: Completion Date for this project is JUNE 30, (19) SECTION 108: CONSTRUCTION SCHEDULE: No electronic CPM Schedule will be required for this contract. In lieu of the electronic CPM schedule, provide the following information to the RCE and District Scheduler prior to the Notice to Proceed Date: S. C. File Number Page 12

13 SPECIAL PROVISIONS Planned work start date Planned completion date Anticipated payments by estimate period The SCDOT will use this information to create a proxy CPM schedule in the department s database to account for the work and cash flow generated by this contract. Provide updates to this information in the event there is a significant change to the scope of work or an adjustment to the completion date. If contract progress falls behind, provide a recovery plan to the RCE and District Scheduler no later than 15 days following the estimate period end date where progress lapsed. No payment or separate pay item is included for the provision of this information. Include any costs to provide this information in other items of work. (20) SECTION 108: FAILURE TO COMPLETE THE WORK ON TIME Paragraph 1 of Section is hereby replaced with the following: If the Contractor fails to substantially complete the work by the contract completion date, the Contractor is liable for liquidated damages. Liquidated damages will be assessed for each day beyond the contract completion date that work items are not completed. This includes the application of thermoplastic, raised pavement markers and grassing. Days to be charged for liquidated damages will not stop due to seasonal restrictions. The daily liquidated damages rate is determined from the following schedule. The date of substantial completion is determined by the RCE. (21) SECTION 109: PARTIAL PAYMENTS: The first paragraph of Section of the Standard Specifications is hereby deleted and the following paragraph substituted: Partial Payments will be made at least once each month as the work progresses. Should the Contractor earn more than $10, WITHIN THE FIRST TWO (2) WEEKS of the monthly pay period, the Department may process an intermediate estimate upon request from the Contractor. Said payments will be based upon estimates prepared by the RCE of the value of the work performed and materials completed in place in accordance with the contract and for materials delivered (stockpiled) in accordance with Subsection Monthly partial payment periods will end at the end of the day on the following dates for the respective Engineering Districts: Districts 2, 3, and 5 Districts 1, 4, 6, and 7 Last day of each month 16th day of each month (22) SECTION 109: RETAINAGE If the Contractor s progress is judged to be delinquent or portions of the work are defective, the Department reserves the right to withhold retainage. The total amount retained will be sufficient to cover anticipated liquidated damages and the cost to correct defective work. (23) SECTION 109: PROMPT PAYMENT CLAUSE: See attached Supplemental Specification dated January 5, 2012 on page 32. S. C. File Number Page 13

14 SPECIAL PROVISIONS (24) SECTION 109: CONSTRUCTION ESTIMATES: See attached Special Provision dated November 10, 1999 on page 33. (25) DIVISION 600: MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES: The Contractor is advised that all work involving design or installation of traffic control devices, including but not limited to signs, pavement markings, elements of work zone traffic control, signals, etc., shall be in compliance with the FHWA s Manual on Uniform Traffic Control Devices (MUTCD), latest edition. The latest edition is defined as the edition that the Traffic Engineering Division of SCDOT recognizes as having been officially adopted (Engineering Directive, Memorandum 19) at the time the project is let, unless stated otherwise in the Special Provisions. (26) SECTION 601: DISTRICT SIX LANE CLOSURE RESTRICTIONS: See attached list of roads on page 34 that are restricted from daytime lane reductions or closures. All work requiring lane reductions or closures will be performed at night or possibly on weekends. (27) DIVISION 600: TRAFFIC CONTROL: The Contractor shall execute the item of Traffic Control as required by the Standard Specifications, the plans, the Standard Drawings For Road Construction, these special provisions, all supplemental specifications, the MUTCD, and the Engineer. This is an amendment to the Standard Specifications to require the following: GENERAL REGULATIONS - These special provisions shall have priority to the plans and comply with the requirements of the MUTCD and the standard specifications. Revisions to the traffic control plan through modifications of the special provisions and the plans shall require approval by the department. Final approval of any revisions to the traffic control plan shall be pending upon review by the Director of Traffic Engineering. Install and utilize changeable message signs in all lane closures installed on high volume high-speed multilane roadways. Use of changeable message signs in lane closures installed on low volume low speed multilane roadways is optional unless otherwise directed by the plans and the Engineer. Install and use a changeable message sign within a lane closure set-up as directed by the Standard Drawings For Road Construction. When a lane closures is not present for any time to exceed 24 hours, remove the changeable message sign from the roadway. Place the sign in a predetermined area on the project site, as approved by the Engineer, where the sign is not visible to passing motorists. The preprogrammed messages utilized shall be in accordance with the Standard Drawings For Road Construction when used as part of the traffic control set-up for lane closures. Only those messages pertinent to the requirements of the traffic control situation and the traffic conditions are permitted for display on a changeable message sign at all times. At no time will the messages displayed on a changeable message sign duplicate the legends on the permanent construction signs. During operation of changeable message signs, place the changeable message sign on the shoulder of the roadway no closer than 6 feet between the sign and the near edge of the adjacent travel lane. When the sign location is within 30 of the near edge of a travel lane open to traffic, supplement the sign location with no less than 5 portable plastic drums placed between the sign and the adjacent travel lane for delineation of the sign location. Install and maintain the drums no closer than 3 feet from the near edge of the adjacent travel lane. This requirement for delineation of the sign location shall apply during all times the sign location is within 30 of the near edge of a travel lane open to traffic, including times of operation and non-operation. Oversized cones are prohibited as a substitute for the portable plastic drums during this application. S. C. File Number Page 14

15 SPECIAL PROVISIONS All signs mounted on portable sign supports shall have a minimum mounting height of 5 from the bottom of the sign to the ground. All signs mounted on ground mounted u-channel posts or square steel tube posts shall have a minimum mounting height of 7 from the bottom of the sign to the grade elevation of the near edge of the adjacent travel lane or sidewalk when a sidewalk is present. When mounting signs on multiple ground mounted sign supports, ensure that each post is of the same type. Combining and installing both ground mounted u-section and square steel tube posts within the same sign assembly is prohibited. When mounting signs on ground mounted u-section or square steel tube posts, utilize either a sign support / ground support post combination with an approved breakaway assembly or a single direct driven post for each individual sign support of a sign assembly installation. Do not combine a sign support / ground support post combination and a direct driven post on the same sign assembly installation that contains two or more sign supports. Regarding sign support / ground support post combination installations, ensure that post lengths, stub heights and breakaway assemblies comply with the manufacturer s requirements and specifications. Use approved breakaway assemblies found on the Approved Products List For Traffic Control Devices in Work Zones. Temporary Exit signs (M ) shall be located within each temporary gore during lane closures on multilane roadways. Mount these signs a minimum of 7 from the pavement surface to the bottom of the sign in accordance with the requirements of the MUTCD. When covering signs with opaque materials, the Department prohibits attaching a covering material to the face of the sign with tape or a similar product or any method that will leave a residue on the retroreflective sheeting. Residue from tape or similar products, as well as many methods utilized to remove such residue, damages the effective reflectivity of the sign. Therefore, contact of tape or a similar product with the retroreflective sheeting will require replacement of the sign. Cost for replacement of a sign damaged by improper covering methods will be considered incidental to providing and maintaining the sign; no additional payment will be made. Overlays are prohibited on all rigid construction signs. The legends and borders on all rigid construction signs shall be either reversed screened or direct applied. Signs not illustrated on the typical traffic control standard drawings designated for permanent construction signs shall be considered temporary and shall be included in the lump sum price bid item for Traffic Control unless otherwise specified. Install Grooved Pavement signs (W ) supplemented with the Motorcycle plaque (W8-15P-30) in advance of milled or surface planed pavement surfaces. Install these signs no further than 500 feet in advance of the beginning of this pavement condition on primary routes with speed limits of 60 MPH or less and no less than 500 feet in advance of the beginning of this pavement condition on interstate routes. On multilane roadways, comply with the same guidelines as applied to all other advance warning signs and install two sign assemblies at each sign location, one on each side of the roadway, when roadway conditions warrant. Install these signs immediately upon creation of this pavement condition and maintain these signs until this pavement condition is eliminated. Install Steel Plate Ahead signs (W ) in advance of an area of roadway where temporary steel plates are present. Install these signs no further than 300 feet in advance of locations where steel plates are present. On multilane roadways, comply with the same guidelines as applied to all other advance warning signs and install two sign assemblies at each sign location, one on each side of the roadway, when roadway conditions warrant. Install these signs immediately upon installation of a temporary steel plate and maintain the signs until the temporary steel plates are removed. S. C. File Number Page 15

16 SPECIAL PROVISIONS Install and maintain any necessary detour signing as specified by the typical traffic control standard drawings designated for detour signing, Part VI of the MUTCD, these Special Provisions, and the Engineer. The lump sum price bid item for Traffic Control includes payment for installation and maintenance of the detour signing. The Contractor shall maintain the travel patterns as directed by the traffic control plans and shall execute construction schedules expeditiously. The Contractor shall provide the Resident Engineer with no less than a two-week prior notification of changes in traffic patterns. During nighttime flagging operations, flaggers shall wear a safety vest and safety pants that comply with the requirements of ANSI / ISEA 107 standard performance for Class 3 risk exposure, latest revision, and a fluorescent hard hat. The safety vest and the safety pants shall be retroreflectorized and the color of the background material of the safety vest and safety pants shall be fluorescent orange-red or fluorescent yellow-green. During nighttime flagging operations, the contractor shall illuminate each flagger station with any combination of portable lights, standard electric lights, existing street lights, etc., that will provide a minimum illumination level of 108 Lx or 10 fc. During nighttime flagging operations, supplement the array of advance warning signs with a changeable message sign for each approach. These changeable message signs are not required during daytime flagging operations. Install the changeable message signs 500 in advance of the advance warning sign arrays. Messages should be Flagger Ahead and Prepare To Stop. During sidewalk repair operations, the Department requires lane closures at all times where the sidewalk is adjacent to the travel lanes of a roadway opened to traffic, unless otherwise specified by these special provisions. Maintain lane closure restrictions at all times unless otherwise directed by these special provisions. LANE CLOSURE RESTRICTIONS The Contractor shall install all lane closures as directed by the Standard Specifications For Highway Construction (Edition of 2000), the Standard Drawings For Road Construction, these special provisions, the MUTCD, and the Engineer. The Contractor shall close the travel lanes of two-lane two-way roadways by installing flagging operations. The Contractor shall close the travel lanes of multilane roadways as directed by the typical traffic control standard drawings designated for lane closures on primary routes. The Department prohibits lane closures on primary routes during any time of the day that traffic volumes exceed 800 vehicles per hour per direction. The Department reserves the right to suspend a lane closure if any resulting traffic backups are deemed excessive by the Engineer. Maintain all lane closure restrictions as directed by the plans, these special provisions, and the Engineer. Flagging operations are considered to be lane closures for two-lane two-way operations and shall be subject to all restrictions for lane closures as specified by this contract. Lane closures, including flagging operations, are restricted to maximum distances of 2 miles. Install all lane closures according to the typical traffic control standard drawings. On occasions when daytime lane closures must be extended into the nighttime hours, substitute the nighttime lane closure standards for the daytime lane closure standards. The Department reserves the right to suspend a lane closure if any resulting traffic backups are deemed excessive by the Engineer. Maintain all lane closure restrictions as directed by the Standard Specifications, these special provisions, and the Engineer. The Department prohibits installation and maintenance of a lane closure during times the Contractor is not actively engaged in work activities specific to the location of the lane closure unless otherwise approved by the Engineer. S. C. File Number Page 16

17 SPECIAL PROVISIONS LANE CLOSURE RESTRICTIONS - (EXTENDED HOLIDAY PERIODS) - The Department reserves the right to restrict the installation of lane closures on interstates and high volume primary routes when the presence of a lane closure will seriously hinder normal traffic flow during extended holiday periods. An extended holiday period is hereby defined as those days preceding and following the holiday that experience significant increases in the volume of traffic due to the holiday as determined by the Department. Also, the Department reserves the right to increase an extended holiday period if excessive traffic disruptions occur during those days prior to and after the established extended holiday period. Extended holiday periods include but are not limited to the week of Easter, the week of Thanksgiving, the weeks before and after the 4 th of July, and the weeks before and after Christmas. The Department recommends the Contractor submit inquiries to the Engineer regarding specific days of an extended holiday period 90 days prior to the holiday. The Contractor should make these inquiries annually due to the progressive nature of the calendar. The specific days and dates listed below are modifications to sub-section of the 2007 Standard Specifications for Highway Construction and apply to this project. The District Engineering Administrator may reduce or extend the extended holiday lane closure prohibitions listed below as necessary. EXTENDED HOLIDAY LANE CLOSURE PROHIBITIONS EASTER HOLIDAY DURATION 10:00 AM SUNDAY PRIOR 6:00 AM TUESDAY AFTER JULY 4 TH NO LESS THAN 7 DAYS PRIOR NO LESS THAN 7 DAYS AFTER (Specific Dates Per Engineer) (Recommend Contractor request specific dates 90 days prior) THANKSGIVING 10:00 AM SUNDAY PRIOR 6:00 AM TUESDAY AFTER CHRISTMAS NO LESS THAN 7 DAYS PRIOR 6:00 AM JANUARY 3 RD (Specific Dates Per Engineer) (Recommend Contractor request specific dates 90 days prior) SHOULDER CLOSURE RESTRICTIONS - The hourly restrictions for lane closures shall also apply to work activities conducted under a shoulder closure within 15 of the near edge of an adjacent travel lane or a median area. The Department reserves the right to suspend work conducted under a shoulder closure if any traffic backups develop and are deemed excessive by the Engineer. Maintain all shoulder closure restrictions as directed by the plans, these special provisions, and the Engineer. On interstate highways, the Department prohibits the Contractor from conducting work within the limits of a paved shoulder or within 10 of the near edge of an adjacent travel lane under a shoulder closure. All work that may require the presence of personnel, tools, equipment, materials, vehicles, etc., within the limits of a paved shoulder or within 10 of the near edge of an adjacent travel lane shall be conducted under a lane closure. On primary and secondary roadways, the Department prohibits the Contractor from conducting work within 1 or less of the near edge of an adjacent travel lane under a shoulder closure. All work that may require the presence of personnel, tools, equipment, materials, vehicles, etc., within 1 of the near edge of an adjacent travel lane shall be conducted under a lane closure. S. C. File Number Page 17

18 SPECIAL PROVISIONS TYPICAL TRAFFIC CONTROL STANDARD DRAWINGS - The typical traffic control standard drawings of the Standard Drawings For Road Construction, although compliant with the MUTCD, shall take precedence over the MUTCD. The typical traffic control standard drawings of the Standard Drawings For Road Construction shall apply to all projects let to contract. Install the permanent construction signs as shown on the typical traffic control standard drawings designated for permanent construction signing. ADDENDUMS (Addendums to the 2007 Standard Specifications for Highway Construction ) (A) Construction (Sub-section 601.4) Sub-section Construction Vehicles (paragraph 2) - When working within the rights-of-way of access-controlled roadways such as Interstate highways, the Contractor s vehicles may only change direction of travel at interchanges. These vehicles are prohibited from crossing the roadway from right side to median or vice versa. Use a flagger to control the Contractor s vehicles when these vehicles attempt to enter the roadway from a closed lane or the median area. Ensure that the flagger does not stop traffic, cause traffic to change lanes, or affect traffic in any manner. The Contractor s vehicles may not disrupt the normal flow of traffic or enter the travel lane of the roadway until a sufficient gap is present. The Contractor shall have flaggers available to control all construction vehicles entering or crossing the travel lanes of secondary and primary routes. The RCE shall determine the necessity of these flaggers for control of these construction vehicles. The RCE shall consider sight distance, vertical and horizontal curves of the roadway, prevailing speeds of traffic, frequency of construction vehicles entering or crossing the roadway, and other site conditions that may impact the safety of the workers and motorists when determining the necessity of these flaggers. Ensure that these flaggers do not stop traffic, cause traffic to change lanes, or affect traffic in any manner. The Contractor s vehicles may not disrupt the normal flow of traffic or enter the travel lane of the roadway until a sufficient gap is present. (B) Construction (Sub-section 601.4) Sub-section Construction Vehicles - Auxiliary Warning Lights for Vehicles and Equipment - Supplement all construction and/or construction-related vehicles and equipment that operate in a stationary or mobile work zone within or adjacent to a roadway within the highway rights-ofway with AMBER or YELLOW colored high intensity rotating or strobe type flashing auxiliary warning light devices. Utilize, install, operate and maintain a single or multiple lighting devices as necessary to provide visibility to approaching motorists. All auxiliary warning light models shall meet Society of Automotive Engineers (SAE) Class I standards and SAE Standard J575 relative to Tests for Motor Vehicle Lighting Devices and Components and these specifications. The amber/yellow color of the dome/lens of an auxiliary warning light device shall meet SAE Standard J578 for amber/yellow color specifications. Auxiliary warning lights with parabolic reflectors that rotate shall rotate around a halogen lamp at a rate to produce 175 flashes per minute. The parabolic reflector shall produce a minimum 80,000 candle power and a minimum 54,000 candela through an SAE Standard J846 approved amber dome. S. C. File Number Page 18

19 SPECIAL PROVISIONS Equip strobe type flashing auxiliary warning light devices with photosensitive circuit controls to adjust the lighting intensity in response to changes in ambient light conditions such as from day to night. These lights shall have a double-flash capability rated at 80 double flashes per minute and produce a minimum 24 joules of flash energy at the highest power level setting. Acceptable auxiliary warning light models shall provide sufficient light output to be clearly recognizable at a minimum distance of 1750 feet. Mount all auxiliary warning light devices intended to function as the auxiliary warning light system or as an element thereof on vehicles and equipment at locations no less than 3 feet above the ground and in conspicuous locations to provide visibility to approaching motorists. Auxiliary warning light devices and/or models that mount in the locations of the standard vehicle lighting system are unacceptable as the specified auxiliary warning light system due to restrictive simultaneous visibility capabilities from multiple sight angles. However, auxiliary warning light devices that mount in the standard vehicle lighting system locations are acceptable as supplements to the specified lighting devices mounted in locations that do meet the minimum height requirements and provide simultaneous visibility capabilities from multiple sight angles. Standard vehicle hazard warning lights are only permitted as supplements to the specified auxiliary warning light devices. (C) Category I Traffic Control Devices (Section 603) *** (Effective on all projects let to contract after May 1, 2010) *** Sub-section Oversized Traffic Cones (paragraph 6) - Reflectorize each oversized traffic cone with 4 retroreflective bands: 2 orange and 2 white retroreflective bands. Alternate the orange and white retroreflective bands, with the top band always being orange. Make each retroreflective band not less than 6 inches wide. Utilize Type III Microprismatic retroreflective sheeting for retroreflectorization on all projects let to contract after May 1, 2010 unless otherwise specified. Separate each retroreflective band with not more than a 2-inch non-reflectorized area. Do not splice the retroreflective sheeting to create the 6-inch retroreflective bands. Apply the retroreflective sheeting directly to the cone surface. Do not apply the retroreflective sheeting over a pre-existing layer of retroreflective sheeting. Sub-section Portable Plastic Drums (paragraph 3) - Reflectorize each drum with Type III Microprismatic retroreflective sheeting: 2 orange and 2 white retroreflective bands, 6 inches wide on all projects let to contract after May 1, 2010 unless otherwise specified. Alternate the orange and white retroreflective bands with the top band always being orange. Ensure that any non-reflectorized area between the orange and white retroreflective bands does not exceed 2 inches. Do not splice the retroreflective sheeting to create the 6-inch retroreflective bands. Apply the retroreflective sheeting directly to the drum surface. Do not apply the retroreflective sheeting over a pre-existing layer of retroreflective sheeting. (D) Category II Traffic Control Devices (Section 604) *** (Effective on all projects let to contract after May 1, 2012) *** Sub-section Type I and Type II Barricades (paragraph 3) - Reflectorize these barricades with Type VIII or IX Prismatic retroreflective sheeting on all projects let to contract after May 1, 2012 unless otherwise specified. Ensure that the retroreflective sheeting has alternate orange and white stripes sloping downward at a 45-degree angle in the direction of passing traffic. The stripes shall be 6 inches wide. S. C. File Number Page 19

20 SPECIAL PROVISIONS Sub-section Type III Barricades (paragraph 3) - Reflectorize these barricades with Type VIII or IX Prismatic retroreflective sheeting on all projects let to contract after May 1, 2012 unless otherwise specified. Ensure that the retroreflective sheeting has alternate orange and white stripes sloping downward at a 45-degree angle. Apply the sloping orange and white stripes in accordance with the requirements of the Plans, SCDOT Standard Drawings and the MUTCD. The stripes shall be 6 inches wide. (E) Temporary Concrete Barrier (Sub-section ) Sub-section Temporary Concrete Barrier (paragraph 6) - Previously used temporary concrete barrier walls are subject to inspection and approval by the RCE before use. Ensure that previously used temporary concrete barrier walls are in good condition. Defects to a temporary concrete barrier wall that may disqualify a section of wall for use include gouges, cracks, chipped, or spalled areas. A defect that exposes reinforcing steel warrants immediate disqualification. A disqualification grade type defect shall consist of measurements in excess of 1 inch, entirely or partially within the boundaries of the end connection areas and the drainage slot areas as illustrated in the Standard Drawings for Road Construction, and/or in excess of 4 inches for all areas beyond the end connection areas. To warrant disqualification, these measurements shall exceed the specified dimensions in all three directions, width, height, and depth. A defect that exceeds the specified dimensions in only one or two of the three directions does not warrant disqualification. Temporary concrete barrier walls with defects less than 6 inches in all three directions, width, height, and depth that do not expose reinforcing steel may be repaired in accordance with the following requirements. Repair is prohibited on temporary concrete barrier walls with defects 6 inches or greater in all three directions, width, height, and depth. For repair of temporary concrete barrier walls with defects less than 6 inches in all three directions, width, height, and depth that do not expose reinforcing steel, repair the defect with a premanufactured patching material specifically fabricated for patching structural concrete. The strength of the patch must meet or exceed the design strength of the class 3000 concrete of the temporary concrete barrier wall. Perform the repair procedures in accordance with all requirements and instructions from the manufacturer of the patch material. Use a bonding compound between the patch material and the concrete unless specifically stated by the manufacturer that a bonding compound is not required. If the manufacturer states that application of a bonding compound is optional, SCDOT requires application of a bonding compound compatible with the patch material. If cracking occurs within the patched area, remove the patch material completely and repeat the repair process. The contractor shall submit documentation stating all repairs have been conducted in accordance with these requirements prior to installing any temporary concrete barrier walls with repairs. Utilization of temporary concrete barrier walls with repairs shall require approval by the RCE prior to installation. The Contractor shall submit certification documents for the patch material utilized for repairs to the Engineer prior to placing temporary concrete barrier walls that have been repaired on the project site. (F) Truck-Mounted Attenuator (Sub-section ) Sub-section Color (paragraph 1) - Use industrial grade enamel paint for cover of the metal aspects of the unit. Provide and attach supplemental striping to the rear face of the unit with a minimum Type III high intensity retroreflective sheeting unless otherwise directed by the Department. Utilize an alternating 4 to 8 inch black and 4 to 8 inch yellow 45-degree striping pattern that forms an inverted V at the center of the unit that slopes down and to the sides of the unit in both directions from the center. S. C. File Number Page 20

21 SPECIAL PROVISIONS (G) Truck-Mounted Attenuator (Sub-section ) Sub-section Truck-Mounted Attenuators (paragraph 6) - Attach each truck-mounted attenuator to the rear of a truck with a minimum gross vehicular weight (GVW) of 15,000 pounds (actual weight). If the addition of supplemental weight to the vehicle as ballast is necessary, contain the material within a structure constructed of steel. Construct this steel structure to have a minimum of four sides and a bottom to contain the ballast material in its entirety. A top is optional. Bolt this structure to the frame of the truck. Utilize a sufficient number of fasteners for attachment of the steel structure to the frame of the truck to ensure the structure will not part from the frame of the truck during an impact upon the attached truck mounted attenuator. Utilize either dry loose sand or steel reinforced concrete for ballast material within the steel structure to achieve the necessary weight. The ballast material shall remain contained within the confines of the steel structure and shall not protrude from the steel structure in any manner. (H) Trailer-Mounted Changeable Message Signs (Sub-section ) - Sub-section Measurement (paragraph 2) - Trailer-mounted changeable message signs are included in the lump sum item for Traffic Control in accordance with Subsections and of the 2007 Standard Specifications for Highway Construction. No separate measurement will be made for trailer-mounted changeable message signs unless the contract includes a specific pay item for trailer-mounted changeable message signs. The Contractor shall provide, install, operate, and maintain the trailer-mounted changeable message sign per traffic control set-up as directed by the Plans, the Standard Drawings for Road Construction, these Special Provisions, the Specifications, and the Engineer. Sub-section Payment (paragraph 2) - In addition to Subsections and 601.6, the payment for Traffic Control is full compensation for providing, installing, removing, relocating, operating, and maintaining trailermounted advance warning arrow panels and trailer-mounted changeable message signs as specified or directed and includes providing the units primary power source; repairing or replacing damaged or malfunctioning units within the specified time; providing traffic control necessary for installing, operating, and maintaining the units; and all other materials, labor, hardware, equipment, tools, supplies, transportation, incidentals, and any miscellaneous items necessary to fulfill the requirements of the pay item in accordance with the Plans, the Specifications, and other items of the Contract. Sub-section Payment (paragraph 3) - Disregard this paragraph unless the Contract includes a specific pay item for trailer-mounted changeable message signs. (I) Flagging Operations (Sub-section ) Sub-section Flagging Operations (paragraph 1) - Use a flagging operation to control the flow of traffic when two opposing directions of traffic must share a common travel lane. A flagging operation may be necessary during a lane closure on a two-lane two-way roadway, an intermittent ramp closure or an intermittent encroachment of equipment onto a portion of the roadway. Utilize flagging operations to direct traffic around work activities and maintain continuous traffic flow at reduced speeds when determined to be appropriate by the RCE. As stated above, flagging operations shall direct traffic around the work activities and maintain continuous traffic flow, therefore, stopped traffic shall not be required to stop for time durations greater than those listed below unless otherwise directed by the RCE. S. C. File Number Page 21

22 SPECIAL PROVISIONS LENGTH OF CLOSURE MAXIMUM TIME DURATION FOR STOPPED TRAFFIC 1 MILE or LESS 5 Minutes 1 to 2 MILES 7½ Minutes If the work activities require traffic to be stopped for periods greater than 5 to 7 ½ minutes as stated above, consider alternate work methods, conducting work activities during times of lowest traffic volumes such as during the hours of darkness or complete road closure with detour installation. (28) SECTION 610: WORK ZONE TRAFFIC CONTROL PROCEDURES: The first sentence of Section of the 2007 Standard Specifications is hereby revised to: Ensure that background color of personal protective apparel is either fluorescent Yellow-Green or fluorescent Orange-Red, and meets ANSI Standard National Standard for High Visibility Apparel Class 2 (or Class 3 as necessary) Performance Criteria, or latest edition. Note #12 of Standard Drawing is hereby revised to: During nighttime flagging operations, flaggers shall wear a Safety Vest and Safety Pants meeting ANSI Standard National Standard for High Visibility Apparel Class 3 Performance Criteria, or Latest Edition, and a Hardhat. The color of the apparel background material shall be either fluorescent Yellow-Green or fluorescent Orange-Red. (29) SECTION 810: CO-PERMITTEE AGREEMENT & CONTRACTOR CERTIFICATION See attached Co-Permittee Agreement & Contractor Certification Form on page 47. In accordance with the NPDES General Permit (effective September 1, 2006), all Contractors and Sub-contractors must sign the Co-Permittee Agreement or the Contractor Certification, based on work being performed, prior to beginning work. Section 1 of the form must be signed by all Contractors and Sub-contractors performing land disturbing activities. This applies to all clearing and grubbing, grading operations, drainage installation, curb and gutter, sidewalk, bridge construction, culvert construction, erosion control, seeding, utilities, etc. Section 2 must be signed by all Contractors and Sub-contractors performing non-land disturbing activities. A Contractor or Sub-contractor that has not signed the agreement will not be permitted to perform work on this project. No additional compensation will be made in association with this agreement. S. C. File Number Page 22

23 SUPPLEMENTAL SPECIFICATIONS May 4, 2009 ERRATA TO 2007 STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION Make the changes listed below to correct errata in the SDCOT 2007 Standard Specifications for Highway Construction: DIVISION 100 GENERAL PROVISIONS SECTION 101 DEFINITIONS AND TERMS Subsection Abbreviations and Acronyms Amend the table of SCDOT OFFICIALS AND OFFICES as follows: DELETIONS REPLACEMENTS BDE* Bridge Design Engineer PSE* Preconstruction Support Engineer BDGE* Bridge Design Geotechnical Engineer GDSE* Geotechnical Design Support Engineer SHE* State Highway Engineer DSE* Deputy Secretary for Engineering *Wherever it appears in the text, replace the deleted abbreviation with the new abbreviation. SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS Subsection Irregular Bids Paragraph 2, item E, first sentence; delete the word "the" after the word "When". SECTION 105 CONTROL OF WORK Subsection Cooperation with Utilities Paragraph 1, last sentence; change the word "THE" to "the". DIVISION 200 EARTHWORK SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Subsection Measurement Paragraph 5, second bullet; change the words "Brick sidewalk" to "Concrete, brick or stone sidewalks". SECTION 204 STRUCTURE EXCAVATION Subsection Structure Excavation for Culverts Paragraph 1, at the end of the first sentence; change "Subsection 204.4" to "Subsection 204.5". DIVISION 400 ASPHALT PAVEMENTS SECTION 401 HOT MIXED ASPHALT (HMA) PAVEMENT Subsection Liquid Anti-Stripping Agent Paragraph 1, first sentence; delete the period at the end of the sentence and add "and SC-M-406.". Subsection Material for Full Depth Patching Paragraph 1, delete and replace with the following: "Use an approved SCDOT Intermediate Type C mix for all Full Depth Patching." S. C. File Number Page 23

24 SUPPLEMENTAL SPECIFICATIONS Subsection Measurement After paragraph 10, add the following paragraph: 11 The measurement of Prime Coat is the number of gallons of asphalt material applied to the completed and accepted base course. Subsection Payment After paragraph 12, add the following paragraph: 13 "The payment for Prime Coat is at the contract unit price for Prime Coat and includes compensation for all labor, equipment, tools, maintenance, and incidentals necessary to complete that work." Subsection Payment Paragraph 13, Table of Pay Items Change paragraph reference number "13" to "14" and add the following Pay Item: Item No. Pay Item Unit Prime Coat GAL SECTION 403 HMA SURFACE COURSE Subsection Measurement Paragraph 1, first sentence; change "HMA Intermediate Course" to "HMA Surface Course". Subsection Payment Paragraph 1, first sentence; change "HMA Intermediate Course" to "HMA Surface Course". SECTION 407 ASPHALT SURFACE TREATMENT DOUBLE TREATMENT Subsection Measurement Paragraph 1, first sentence; add the word "is" after "(Double Treatment Type (1, 2, 3, 4, or 5))". SECTION 408 ASPHALT SURFACE TREATMENT TRIPLE TREATMENT Subsection Measurement Paragraph 1, first sentence; add the word "is" after "(Triple Treatment Type (1 or 2))". DIVISION 600 MAINTENANCE AND TRAFFIC CONTROL SECTION 625 PERMANENT PAVEMENT MARKINGS FAST DRY WATERBOURNE PAINT Subsection Lead Content Paragraph 1, first sentence; change 6% to 0.06%. SECTION 627 THERMOPLASTIC PAVEMENT MARKINGS Subsection Inspection and Acceptance of Work Paragraph 2, first sentence; change "period of 90 days" to "period of 180 days". Subsection Inspection and Acceptance of Work Paragraph 2, second sentence; change "90-day observation period" to "180-day observation period". Subsection Inspection and Acceptance of Work Paragraph 3, first sentence; change "90-day period" to "180-day period". S. C. File Number Page 24

25 DIVISION 700 STRUCTURES SECTION 709 STRUCTURAL STEEL SUPPLEMENTAL SPECIFICATIONS Subsection Submittals and Notification Paragraph 1, delete the last two sentences and replace them with, The Department s review and acceptance are required before any field welding will be permitted. Subsection Pay Items (page 650) Subsection heading number; change subsection heading number from " " to " ". SECTION 712 DRILLED SHAFTS AND DRILLED PILE FOUNDATIONS Subsection Dry Construction Method Paragraph 2, last sentence in A; change "Drilled Shaft Report " to "Drilled Shaft Log". Subsection Excavation Cleanliness Paragraph 1, last sentence; change "Drilled Shaft Report" to "Drilled Shaft Log". Subsection Shaft Load Test Change first paragraph reference number from 2 to 1. Subsection Drilled Pile Set-Up Insert paragraph reference number 1 to the left of the first paragraph. SECTION 723 DECK JOINT STRIP SEAL Subsection Description Insert paragraph reference number 3 to the left of the third paragraph. SECTION 726 BRIDGE DECK REHABILITATION Subsection General Insert paragraph reference number 1 to the left of the first paragraph. Subsection Full Depth Patching (page 790) Subsection heading number; change subsection heading number from " " to " " SECTION 727 CROSSHOLE SONIC LOGGING OF DRILLED SHAFT FOUNDATIONS Subsection Payment (page 807) Subsection heading number; change subsection heading number from "726.6" to "727.6" DIVISION 800 INCIDENTAL CONSTRUCTION SECTION 805 GUARDRAIL Subsection Measurement Paragraph 4; amend as follows: "The quantity for the pay item Additional Length Guardrail Post is the length of required post installed in excess of the standard length post based on the system being installed, measured by the linear foot (LF), complete, and accepted." S. C. File Number Page 25

26 SUPPLEMENTAL SPECIFICATIONS SECTION 815 EROSION CONTROL Subsection Description Paragraph 1, first sentence; change temporary flexible pipe to temporary pipe. Subsection Measurement Paragraph 13; delete the first sentence and replace it with the following sentence: "The quantity for Temporary Pipe Slope Drains is measured and paid for in accordance with Subsections and respectively." Subsection Measurement Delete paragraph 19. Subsection Payment After paragraph 15, add the following paragraph: 16 Payment for Removal of Silt Retained by Silt Fence is full compensation for removing and disposing of sediment deposits accumulated by silt fences as specified or directed and includes all materials, labor, equipment, tools, supplies, transportation, and incidentals necessary to fulfill the requirements of the pay item in accordance with the Plans, the Specifications, and other terms of the Contract. Subsection Payment Change original paragraph number 16 to 17. Subsection Payment Pay Item table; change the Unit for Item No to "EA". INDEX: Amend as follows: Page I-3, after "Bridge Deck Rehabilitation, measurement and payment:" Delete page 807. Page I-12, after "Letting:" Replace page 19 with page 9. Page I-13, after "Overhead Sign Structure:" Replace page 488 with page 495. Page I-15, after "Proof Rolling:" Delete page 98. Page I-18, after "Structural Steel, turned and ribbed bolts:" Replace page 624 with page 625. Page I-19, after "Waterproofing, bridge deck:" Delete page 907. Page I-20, after "Working Drawings:" Replace page 543 with page 779. S. C. File Number Page 26

27 SUPPLEMENTAL SPECIFICATIONS February 12, 1997 CLAIMS PROCEDURE 1. Scope of Procedure The following claims procedure covers all claims for additional time or compensation arising under this contract. The claims procedure is non-binding and is a condition precedent to litigation or any other form of dispute resolution. All communications testimony and all documents prepared for this procedure by either party from the time of filing the claims request to the conclusion of the procedure shall be deemed to be settlement negotiations and not admissible in litigation or any other dispute resolution procedure. The parties shall execute a written agreement to this effect prior to the submission of testimony or other evidence before the Dispute Review Board. 2. Continuation of Work At all times during the pendency of a claim under this procedure, the contractor shall continue work pursuant to the contract and as directed by the engineer as provided by the contract. If the contractor fails to continue work, it may be declared delinquent in its work as provided by of the South Carolina Standard Specifications for Highway Construction ("Standard Specifications"). 3. Submission of Claim The notice of claim and claim shall be submitted in accordance with of the Standard Specifications. The notice of claim does not trigger this claims procedure. The claims procedure is initiated when the contractor submits a written fully detailed claim to the resident construction engineer ("RCE"). The claim shall contain, at a minimum, the information required by F of the Standard Specifications. The RCE shall immediately forward a copy of the claim to the District Engineering Administrator ("DEA") for resolution. If the DEA is unable to resolve the claim within thirty (30) days of receipt, the DEA shall forward it immediately to the Director of Construction ("DC"), together with documents supporting the Department's position. The DEA shall also submit the supporting documents to the contractor at this time. The DC shall investigate the claim and attempt to resolve it by mutual agreement with the contractor. If it cannot be resolved, then the DC shall make a decision and forward it to the contractor, no later than thirty (30) days after receipt by the DC. The contractor shall notify the DC within five (5) days of receipt of the DC's decision whether the contractor accepts or rejects the decision. For all claims under Fifty Thousand Dollars ($50,000.00) the DC's decision shall be final and shall conclude the claims procedure. For the purpose of determining if a time only claim may be submitted to the Board, the value of a time only claim shall be deemed to be the number of days requested multiplied by the contract daily rate for liquidated damages. The contractor does not have a right to submit claims under $50, to the Dispute Review Board. If the contractor does not accept the DC's decision on its claim of less than $50,000.00, then its remedy is litigation or other mutually agreeable dispute resolution procedures. For all claims in excess of $50,000.00, if the contractor rejects the DC's decision or fails to respond to the decision, the DC shall forward the claim to the Dispute Review Board. 4. Dispute Review Board On designated contracts an Ad Hoc Dispute Review Board will be established to hear claims on that contract. On other contracts, claims will be heard by a Standing Dispute Review Board. All Board Members shall be neutral and unbiased. No party shall have any ex parte communication with any Board Member. a. Ad Hoc Dispute Review Board On designated contracts a Dispute Review Board shall be established within sixty (60) days after the Preconstruction Conference. The Ad Hoc Dispute Review board shall consist of one member selected by the Department, one member selected by the contractor, and a third member selected by the first two members. The third member shall be the chairperson of the Ad Hoc Dispute Review Board. The selection of qualified Ad Hoc Dispute Review Board members S. C. File Number Page 27

28 SUPPLEMENTAL SPECIFICATIONS shall be made in accordance with the Dispute Review Board rules and procedures. (See Section 6). b. Standing Dispute Review Board A Standing Dispute Review Board shall be established upon implementation of this claims procedure. The Standing Dispute Review Board shall consist of one member selected by the Department, one member selected by the Director of Heavy and Highway Division of the Associated General Contractors (Carolina's Branch), and a third member selected by the first two members. The third member shall be the chairperson of the Standing Dispute Review Board. The selection of qualified Standing Dispute Review Board members shall be made in accordance with the Dispute Review Board rules and procedures. (See Section 6). Each member shall serve a three (3) year term and the terms shall be staggered. The terms for the initial Board members shall be as follows: Department Member - 1 year AGC member - 2 years Third member - (Chairperson) 3 years The term for the initial members begins January Each member is limited to two (2) terms. The initial abbreviated terms of the Department and AGC members do not count as a term. 5. Hearing Procedure When the DC forwards the claim to the Dispute Review Board, the DC shall provide three (3) copies of the claim and three (3) copies of all documents submitted by the contractor and the DEA. The DC shall notify both parties that the claim has been submitted to the Board. Within fifteen (15) days of notice of submission of the claim to the Board, the contractor may submit to the DC four (4) copies of any additional documentation supporting its claim. The DC shall immediately forward three (3) copies to the Board and one (1) copy to the DEA. Within fifteen (15) days of receipt of the contractor's supplemental documentation, the DEA may submit to the DC four (4) copies of its additional documentation. The DC shall immediately submit three (3) copies to the Dispute Review Board and one (1) copy to the contractor. Upon submission of supplemental documentation, the party shall notify the Board whether it requests a hearing. The Dispute Review Board shall review all documents and notify the parties of what additional documents, if any, it requires. The Dispute Review Board shall schedule a hearing at either party's request or may schedule a hearing at its own discretion. However, if a hearing is requested, it must be held no later than sixty (60) days after the DC submits the claim to the Dispute Review Board. The location of the hearings shall be determined by the Board. While extensions of these deadlines are discouraged, the Dispute Review Board shall have authority to extend any of the above deadlines for just cause. The Dispute Review Board shall have full authority to establish guidelines and procedures for the investigation of a claim. The entire process is intended to be flexible and the Board is encouraged to adapt the process to individual circumstances presented by particular disputes. In the interest of timely resolution of all claims, the Board shall conduct all hearings and issue its final decision within ninety (90) days of receipt of the claim. The Dispute Review Board Chairperson shall direct all meetings and hearings. Presentation of evidence shall be in accordance with the Dispute Review Board's rules and shall not be bound by judicial rules of evidence. Documents and testimony shall be presented in the order, manner and degree of detail that the Dispute Review Board deems most efficient and probative. Each party shall be allowed to make a brief initial presentation and to rebut any factual assertion by another party; however, the Dispute Review Board shall determine when enough evidence has been presented and it may limit the presentation of any documentation or testimony that it deems not relevant or redundant. At the Board's S. C. File Number Page 28

29 SUPPLEMENTAL SPECIFICATIONS option, testimony may be required to be given under oath and the oath shall be administered by the Chairperson. Legal counsel for either party may be present at meetings or hearings as observers only. If a party intends to have its counsel present at a hearing, it must provide at least ten (10) days notice prior to the meeting or hearing. Legal counsel may not speak on behalf of a party, unless requested by the Board. Counsel may not examine or cross-examine witnesses, object to questions or statements during meetings or make legal motions or arguments during meetings or hearings. The Board, by majority vote, may suspend legal counsel's privilege to attend meetings or hearings. The Dispute Review Board shall issue to the contractor and the State Highway Engineer a written recommendation with an explanation of the results as soon as reasonably possible following the conclusion of the hearing. However, in no event shall the Board take more than ninety (90) days from receipt of claim to conduct hearings and issue a recommendation. The Board is encouraged to reach a unanimous decision; however, it may provide a majority recommendation. The minority Board Member may provide a written explanation of his position. The Board shall provide further explanation of its decision if requested by either party within ten (10) days of the receipt of the decision. Issuance of the Board's recommendation concludes the claims procedure. The parties may settle at any time during the procedure. If the dispute is resolved prior to issuance of a recommendation, the DC shall immediately notify the Board. 6. Dispute Review Board Rules and Procedures a. Qualifications of Dispute Review Board Members (1) All Dispute Review Board Members shall have substantial experience in highway or bridge design and construction. This experience may be technical, administrative or legal. The goal is to have a Board with the technical and administrative skills and experience that will promote confidence in its decisions. (2) No Dispute Review Board Member shall be employed currently or within the last three (3) years with the Department, any contractor (currently or in the past pre-qualified with the Department), or any design consultant that has worked for the Department within the last three (3) years. (3) No Dispute Review Board Member shall have any financial or ownership interest in any party to the contract nor any design consultant or major subcontractor. b. Selection of Dispute Review Board Members (1) Ad Hoc Dispute Review Board Within twenty (20) days after the Preconstruction Conference, the contractor and Department shall each submit a list of three (3) proposed Dispute Review Board Members to each other. The contractor shall send its list to the DC. The Department shall send its list to the contractor's designated representative. Within ten (10) days after receipt of the list, the contractor shall select one member from the Department's list and the Department shall select one member from the contractor's list and notify the other party of their selection. The DC shall notify the two selected members that they must select a third member within twenty (20) days. The DC shall also provide a copy of the claims procedure to the two (2) selected members. Within twenty (20) days of the selection of the first two members, the first two members shall select the third member and the third member shall S. C. File Number Page 29

30 SUPPLEMENTAL SPECIFICATIONS be the chairperson of the Dispute Review Board. The third member does not have to come from the lists provided by the parties. If the first two members are not able to agree on a third member within twenty (20) days of their selection, then the third member shall be selected by the American Arbitration Association, within ten (10) days after it is determined that the first two members cannot agree on a third member. Upon selection of the third member, the DC shall provide a copy of the claims procedure to the third member. (2) Standing Dispute Review Board The selection process for Standing Dispute Review Board Members shall begin at the appropriate time in order to allow completion of the Member selection by beginning of the term. The selection process shall be as provided in Section 4(b); otherwise it shall be the same as for the Ad Hoc Board. c. Replacement of Board Members Each party may elect to replace its Board Member at any time with a showing of reasonable justification. The Chairperson of the Board may be replaced at any time with the consent of both parties. If any Board Member is replaced, the new member shall be selected in the same manner in which the original appointment had been made. If disputes are pending at the end of a member s term, the existing Board shall complete its hearing on the disputes and issue a decision. d. Costs Board Members shall be paid a reasonable hourly rate or salary for their services. Each party shall negotiate the fee arrangements with the Member it selects, however, the other party must agree on the rate. Both parties shall agree on the fee arrangement for the Chairperson. Board Members shall be reimbursed for out-of-pocket expenses including, but not limited to, travel, copying, telephone, clerical services, and mailings. The Board Members shall be allowed $55.00 per diem for meals and actual lodging costs provided they stay in hotels approved by the Department and they obtain a government rate. Board Members must provide documentation for all expenses. The parties shall share all Board Members' fees and expenses equally. The total fees and expenses to hear each claim shall not exceed the following maximum amounts (one claim shall constitute all issues submitted to the Dispute Review Board at one (1) time): $ 50,000 - $499, $10, $500, $999, $15, $1 million - $4,999, $25, over $5 million... $50, The Department shall pay the Board Members and deduct the Contractor's share from the retainage. If retainage is not sufficient, the Contractor shall pay the Department directly for its share of the fees and expenses. S. C. File Number Page 30

31 March 20, 2003 SUPPLEMENTAL SPECIFICATIONS THE SOUTH CAROLINA MINING ACT The South Carolina Mining Act enacted by the General Assembly in 1973 requires that the Department adopt reclamation standards to govern activities of the Department and any person acting under contract with the Department, on highway rights-of-way or material pits maintained solely in connection with the construction, repair and maintenance of the public road systems in South Carolina. STANDARD PLAN FOR THE RECLAMATION OF EXCAVATED AREAS ADOPTED BY THE SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION Reclamation plans as stated herein shall include all areas disturbed in excavations of borrow and material pits, except planned inundated areas. The final side slopes of areas excavated for borrow and material pits shall be left at such an angle so as to minimize erosion and the possibility of slides. The minimum slope in every case shall be not less than 3:1. Small pools of water that are, or are likely to become noxious, odious, or foul should not be allowed to collect or remain on the borrow pit. Suitable drainage ditches, conduits, or surface gradient shall be constructed to avoid collection of noxious, odious, or foul pools of water unless the borrow pit is to be reclaimed into a lake or pond. Borrow pits reclaimed to a lake or pond must have an adequate supply of water to maintain a water sufficient level to maintain a minimum water depth of four (4) feet on at least fifty (50) percent of the surface area of the lake or pond. Excavated areas will be drained where feasible unless otherwise requested by the property owner where, in such instances, the property owner may wish to develop the excavated area for recreational purposes or for the raising of fish, or for other uses, in compliance with the South Carolina Mining Act. Where material is stripped from the ground surface in relatively thin layers, the area, after excavation has been completed, will be thoroughly scarified and terraced and planted to establish satisfactory vegetation necessary to control erosion. Vegetative cover should be established on a continuing basis to ensure soil stability appropriate to the area. Conservation practices essential for controlling both on-site and off-site erosion and siltation must be established. A minimum of seventy-five (75) percent vegetative ground cover, with no substantial bare spots, must be established and maintained into the second growing season. Excavated areas that are drained will be seeded to obtain a satisfactory vegetative cover. The side slopes of excavated area will be planted to vegetation. The State Highway Engineer, or his duly appointed representative, will make a final inspection of the reclaimed area and keep a permanent record of his approval thereof. A map or sketch providing the location and approximate acreage of each pit used on the project will be made available to the Final Plans Engineer. All applicable regulations of agencies and statutes relating to the prevention and abatement of pollution shall be complied with by the contractor in the performance of the contract. ********************************************* The Contractor shall comply with the provisions of the Plan which are applicable to the project as determined by the Engineer. Seeding or other work necessary to comply with the plan on pits furnished by the contractor shall be at the expense of the contractor. Bermuda shall not be planted on ground surface pit areas. The quantity of fescue seed specified in Subsection of the Standard Specifications shall be increased by fifteen (15) pounds in lieu of the deleted bermuda seed. S. C. File Number Page 31

32 January 5, 2012 SUPPLEMENTAL SPECIFICATIONS PROMPT PAYMENT CLAUSE (1) Subject to the provisions on retainage provided in Paragraph (2) below, when a subcontractor has satisfactorily performed a work item of the subcontract, the Contractor must pay the subcontractor for the work item within seven (7) calendar days of the Contractor s receipt of payment from SCDOT. A subcontractor shall be considered to have satisfactorily performed a work item of the subcontract when the SCDOT pays the Contractor for that work item. (2) The Contractor may withhold as retainage up to five (5%) percent of a subcontractor s payment until satisfactory completion of all work items of the subcontract. Satisfactory completion of all work items of the subcontract shall mean when the SCDOT accepts the last work item of the subcontract. The Contractor must release to the subcontractor any retainage withheld within seven (7) calendar days from the date the Contractor receives payment from SCDOT for the last work item of the subcontract or within seven (7) days from SCDOT s acceptance of the last work item of the subcontract, whichever is the latest to occur. However, upon documentation of good cause provided by the contractor and written concurrence by the Director of Construction, the Contractor may continue to withhold the 5% retainage. (3) Prior to receiving payment of each monthly estimate, the Contractor shall certify to SCDOT that the construction estimate is complete and that all subcontractors have been paid for work covered by previous estimates, in accordance with sections 1 and 2. (4) Failure to comply with any of the above provisions shall result in one or more of the following sanctions: (1) no further payments to the Contractor unless and until compliance is achieved; (2) the Contractor being placed in default; and/or (3) the Contractor being declared delinquent, such delinquency being subject to procedures and penalties provided in of the Standard Specifications. S. C. File Number Page 32

33 November 10, 1999 SUPPLEMENTAL SPECIFICATIONS CONSTRUCTION ESTIMATES The Contractor is advised that the Department will utilize SiteManager for this contract. SiteManager is a computerized construction management system designed to record construction contract information and generate progress and final pay estimates. SiteManager will be used to electronically record quantities of work performed and other supporting information into Daily Work Reports. On the appropriate day, the Engineer will direct the SiteManager system to generate the pay estimate based on the quantities of work accumulated in the Daily Work Reports. In conjunction with the use of this system, the Department will verify the reported quantities of work with the Contractor in lieu of completing a full set of Final Plans to document the final quantities. The Contractor's participation in this method is described in this specification. Monthly Construction Estimates: For monthly or progress estimates, the contractor will be provided a Summary to Contractor report that shows the active items and quantities of work resulting from the SiteManager estimate generation. As a requirement of this contract, the contractor shall maintain sufficient records of work performed in order to verify the quantities reported in the estimate. The contractor will verify the reported quantities by signing the Summary to Contractor report and returning the report to the Engineer. Final Construction Estimate: For the Final Construction Estimate, the Department will provide the Contractor the Summary to Contractor and the Item Quantity reports. The Item Quantity reports varies from the Summary to Contractor report, in that it shows every item included in the contract with original quantities and any change order quantities, quantities installed, quantities paid to date, and the final quantitiy. As stated above for monthly or progress estimates, the Contractor is required to maintain sufficient records of work performed in order to review and verify the final quantities for this contract. The Contractor shall have 30 days from receipt of the above reports, to review and verify the quantities reported on the final estimate. MEASUREMENT AND PAYMENT: There shall be no separate measurement and payment for the above work. The costs for this work are considered incidental to the overall work on this contract and shall be included in the bids for other items of work. S. C. File Number Page 33

34 10/22/06 SUPPLEMENTAL SPECIFICATIONS DISTRICT SIX LANE CLOSURE RESTRICTIONS Roads on the following lists are restricted from daytime lane reductions or closures. All work requiring lane reductions or closures will be performed at night or possibly on weekends. Specific work hours will be determined on a case-by-case basis. Unscheduled or emergency repairs requiring lane reductions or closures may be allowed at other times upon approval by the RCE. Questions concerning this requirement are to be directed to the District Traffic Engineer. COUNTY ROAD NO. ROAD NAME FROM TO Beaufort US 17 N/A Colleton County Line US 21 Beaufort US 21 N/A SC 116 End Beaufort US 21 Business N/A US 21 US 21 Beaufort US 278 N/A Jasper County Line End Beaufort US 278 Business William Hilton Pkwy US 278 S-80 Beaufort SC 46 N/A Jasper County Line US 278 Beaufort SC 170 N/A Jasper County Line US 21 Beaufort SC 280 N/A US 21 SC 802 Beaufort SC 802 N/A SC 170 S-673 Beaufort S 29 Buck Island Road S-474 US 278 Beaufort S 80 Palmetto Bay Rd. US 278 End Beaufort S-163 Burnt Church Rd. S-13 End Beaufort S-474 Simmonsville Rd. US 278 S-29 COUNTY ROAD NO. ROAD NAME FROM TO Berkeley Interstate 26 N/A Dorchester County Line Charleston Berkeley Interstate 526 N/A Charleston County Line Berkeley County Berkeley US 17A N/A Dorchester County Line US 52 Berkeley US 52 N/A Charleston County Line S-791 Berkeley US 52 Bypass S-1094 US 17A SC 402 Berkeley US 176 N/A US 17A US 52 Berkeley SC 41 N/A Charleston County Line S-33 Berkeley S-16 Jedburg Rd. Dorchester County Line US 176 Berkeley S-24 Yeamans Hall Rd. S (Remount Rd) S-136 Berkeley S-29 Redbank Rd. S-136 Naval Weapons Berkeley S-33 Clements Ferry Rd. SC 41 S End Berkeley S-62 College Park Rd. US 78 US 17A Berkeley S-88 Murray Ave. S (Remount Rd) S-89 Berkeley S-89 N/A S-88 Charleston Berkeley S-98 Cainhoy Rd. SC 41 C S-33 Berkeley S-136 N. Rhett Goose Creek Resevoir Charleston Berkeley S-1093 Crowfield Blvd. US 176 C S-62 S. C. File Number Page 34

35 SUPPLEMENTAL SPECIFICATIONS COUNTY ROAD NO. ROAD NAME FROM TO Charleston I 26 N/A Berkeley County Line End Charleston I 526 N/A US 17 US 17 Charleston I 526 Spur Chuck Dawley Blvd. I 526 SC Jasper Charleston US 17 N/A Lieben Rd S-1814 SC 162 Charleston US 52 Rivers Ave. Berkeley County Line S-1042 Charleston US 52 Connector N/A US 52 I 26 Charleston US 52 Spur N/A US 52 (Meeting St.) S-1015 Charleston US 78 N/A Dorchester County Line US 17 Charleston SC 7 Sam Rittenberg US 17 US 52/78 Charleston SC 30 James Island Expwy SC 171 US 17 Charleston SC 41 N/A Berkeley County Line US 17 Charleston SC 61 Ashley River Rd. Dorchester County Line US 17 Charleston SC 61 Express Glenn McConnel SC 61 Bees Ferry Rd Charleston SC 162 N/A US 17 SC S 174 Charleston SC 171 Folly Rd. SC 7 S-94 Charleston SC 517 IOP Connector US 17 SC 703 Charleston SC 642 Dorchester Rd. Dorchester County Line US 52 Charleston SC 700 Maybank Hwy. Church Creek SC 171 Charleston SC 703 N/A US 17 SC Jasper Charleston S-13 Remount Rd. US 52 S-24 Charleston S-20 Main Rd. Bee's Ferry Rd S-57 S-633 Charleston S-28 Camp Rd. SC 171 S-53 Charleston S-51 Rifle Range Rd SC 703 US 17 Charleston S-53 Riverland Dr SC 700 S-28 Charleston S-56 Mathis Ferry Rd US 17 US 17 Charleston S-57 Bee's Ferry Rd. SC 61 US 17 Charleston S-60 N. Rhett Berkeley County Line Park Circle Charleston S-75 Ashley Phospate Dorchester County Line US 52 Charleston S-76 Ladson Rd. Dorchester County Line Berkeley County Charleston S-94 Fort Johnson Rd SC 171 S-1028 Charleston S-97 Long Point Rd. US 17 End Charleston S-107 Meeting St. US 52 S-1015 Charleston S-280 Stall Rd. S-75 S-1187 Charleston S-404 Calhoun St. SC 30 US 52 Spur Charleston S-404/658/1194 Lockwood Dr. S-1015 S-658 Charleston S-405 Hanahan Rd. US 52 Berkeley County Charleston S-1028 Harbor View Rd. SC 30 S-94 Charleston S-1168 Savage Rd. US 17 SC 61 Charleston S-1271 Bowman Rd. S-56 Chuck Dawley Charleston S-2028 Cross County Rd. S-75 SC 642 S. C. File Number Page 35

36 SUPPLEMENTAL SPECIFICATIONS COUNTY ROAD NO. ROAD NAME FROM TO Colleton I 95 N/A Hampton County Line Dorchester Colleton US 15 N/A US 17A SC 64 Colleton US 17 N/A Beaufort County Line Charleston Colleton US 17A N/A SC 63 CDorchester C COUNTY ROAD NO. ROAD NAME FROM TO Dorchester I 95 N/A Colleton County Line Orangburg Dorchester I 26 N/A Orangburg County Line Berkeley County Dorchester US 17A N/A Colleton County Line Berkeley County Dorchester US 78 N/A S-58 Charleston Dorchester SC 165 Bacons Bridge SC 61 C S-199 Dorchester SC 165 Berlin G. Myers Pky S-199 Berkeley County Dorchester SC 642 Dorchester Rd. S-22 Charleston Dorchester S-13 Central Ave US 78 C S-22 Dorchester S-22 Old Orangeburd Rd. SC 642 US 78 Dorchester S-58 Jedburg Rd. US 78 Berkeley County Dorchester S-62 Ashley Phosphate Rd. SC 642 Charleston Dorchester S-65 Richardson Ave. US 78 C S-65 Dorchester S-199 Trolley Rd SC 165 SC 642 Dorchester S-230 Ladson Rd SC 642 Charleston Dorchester S-339 Gahagan Rd. US 17A C S-377 Dorchester S-377 Miles Jamison Rd. S-199 S-230 COUNTY ROAD NO. ROAD NAME FROM TO Jasper I 95 N/A Georgia line Hampton County Jasper US 17 N/A Georgia line SC 170 Jasper SC 46 N/A SC 170 Beaufort County Jasper SC 170 N/A US 17 SC 46 Jasper SC 170A N/A US 17 SC 170 Jasper SC 336 N/A I 95 SC 462 S. C. File Number Page 36

37 PROPOSAL ITEMS AND QUANTITIES ITEM NO. DESCRIPTION UNIT QUANTITY MOBILIZATION LS TRAFFIC CONTROL LS C.B. T-17(CONVERT C.B. TYPE 5) EA C.B. T-17(CONVERT C.B. TYPE 6) EA C.B. T-18(CONVERT C.B. TYPE 7) EA CONC.CURB & GUTTER(2'-0")VERT. LF CONCRETE SIDEWALK(4" UNIFORM) SY 20 37

38 38

39 INSURANCE COVERAGE LETTER OF INTENT I, the undersigned representative of do hereby certify that insurance coverage will be (Name of Contracting Firm) obtained as outlined below on S. C. File No prior to award of this contract to above named firm. INSURANCE REQUIREMENTS General Liability insurance written on a occurrence basis with minimum limits as shown will be provided. GENERAL LIABILITY LIMIT General Aggregate $1,000, Products - Comp/Ops Aggregate $500, Personal & Advertising Injury $500, Each Occurrence $500, Fire Damage (any one fire) $25, Medical Expense (any one person) $2, AUTOMOBILE LIABILITY (Any Auto) Combined Single Limit $500, Worker's Compensation and Employer's Liability Insurance with minimum limits as shown below will be provided. WORKER'S COMPENSATION and EMPLOYER'S LIABILITY (statutory) LIMIT $100, (Each Accident) $500, (Disease-Policy Limit) $100, (Disease-Each Employee) I, the undersigned representative of am willing to provide the insurance coverage to the (Name of Insurance Company) firm of on S. C. File No (Name of Contracting Firm) A certificate of Insurance will be provided, upon receipt of premium payment in accordance with the special provisions of the contract documents. CONTRACTING FIRM INSURANCE FIRM (Name of Firm) (Signature) (Name of Firm) (Signature of Agent) (Title) (Title) 39

40 40

41 Rev. 5/29/2002 PROPOSAL FORM For SCDOT File No. (first file only) by Proposer s SCDOT Vendor No. In accordance with the advertisement by the South Carolina Department of Transportation (hereinafter Department) inviting Proposals for above referenced project and in conformity with the Plans and Specifications on file at the SCDOT, THE PROPOSER CERTIFIES that the PROPOSER is fully informed respecting the preparation of its Proposal and all pertinent circumstances respecting its Proposal, and that it has authority, as agent or representative of the PROPOSER, for the submission of a Bid Proposal on the above-referenced project; and THE PROPOSER CERTIFIES that the PROPOSER is the only person(s) interested in his Proposal as Principal(s); that it is made without collusion with any person, firm, or corporation; that an examination has been made of the Specifications and Proposal, including the Special Provisions, the Plans, and the site of the work; that it proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and all materials specified, in the manner and at the time prescribed; that it understands that the quantities of work shown herein are approximate and are subject to increase or decrease; that it further understands that all quantities of work, whether increased or decreased, are to be performed at the following unit prices, except in cases where the Specifications provide for payment under a Supplemental Agreement or on a Force Account basis; THE PROPOSER FURTHER PROMISES: (a) To do all Extra Work which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such extra work. If such prices or sums cannot be agreed upon in writing prior to starting such work to perform the work on a Force Account basis as provided in the Specifications. (b) To execute the Contract within twenty (20) days from the date of the Award of Contract, to begin work on the date specified, and to prosecute said work so as to complete it as specified in the Special Provisions. (c) To guarantee all of the work performed under this Contract to be done in accordance with the Specifications and in good and workmanlike manner, and to renew or repair any work which may be rejected, due to defective materials or workmanship, prior to final completion and acceptance of the work. (d) To furnish a statement, on demand of the Department, showing financial and general responsibility. 41

42 <<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> ESTABLISHMENT OF A DRUG FREE WORK PLACE In accordance with Section , South Carolina Code of Law, 1976, as amended, and as a condition precedent to the Award of the Contract, the PROPOSER, (hereinafter the Contractor), CERTIFIES on behalf of the Contract that the Contractor will provide a drug-free workplace by: (1) publishing a statement notifying employees that the unlawful manufacture, distribution, dispensations, possession, or use of a controlled substance is prohibited in the Contractor s workplace and specifying the actions that will be taken against employees for violations of the prohibition; (2) establishing a drug-free awareness program to inform employees about: (a) the dangers of drug abuse in the workplace; (b) the person s policy of maintaining a drug-free workplace; (c) any available drug counseling, rehabilitation, and employee assistance programs; and (d) the penalties that may be imposed upon employees for drug violations.; (3) making it a requirement that each employee to be engaged in the performance of the Contract be given a copy of the statement required by item (1); (4) notifying the employee in the statement required by item (1) that, as a condition of employment on the Contract, the employee will: (a) abide by the terms of the statement; and (b) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after the conviction; (5) notifying the South Carolina Department of Transportation within ten (10) days after receiving notice under item (4)(b) from an employee or otherwise receiving actual notice of conviction; (6) imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, any employee convicted as required on Section ; and (7) making a good faith effort to continue to maintain a drug-free workplace through implementation of items (1), (2), (3), (4), (5), and (6). END OF THIS SECTION <<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> 42

43 <<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM PERMIT IF THIS PROJECT DISTURBS 1 ACRE OR MORE (ANYWHERE IN THE STATE) OR DISTURBS ½ ACRE OR MORE WITHIN ½ MILE OF A RECEIVING WATERBODY IN ONE OF THE EIGHT COASTAL COUNTIES (HORRY, GEORGETOWN, BERKELEY, DORCHESTER, CHARLESTON, COLLETON, BEAUFORT AND JASPER), I ACCEPT the terms and conditions of the Storm Water Pollution Prevention Plan (SWPPP) as required by the general National Pollutant Discharge Elimination System (NPDES Permit Number SCR100000) issued to the owner/operator of the construction activity for which I have been contracted to perform construction related professional services. Further, I UNDERSTAND that I have become co-permittee to the general NPDES permit issued to the owner/operator of the facility for which I have been contracted to perform professional construction services. As a copermittee, I UNDERSTAND that I, and my company, as the case may be, are legally accountable to the S.C. Department of Health and Environmental Control (DHEC), under the authorities of the Clean Water Act (CWA) and the S.C. Pollution Control Act, to ensure compliance with the terms and conditions of the SWPPP. I ALSO UNDERSTAND that the DHEC enforcement actions may be taken against any specific co-permittee or combination of co-permittees if the terms and conditions of the SWPPP are not met. Therefore, having understood the above information, I CERTIFY that I am receiving co-permittee status to the aforementioned general NPDES permit. I FURTHER CERTIFY that the above requirement will be made part of any Subcontract Agreement involved with this project. In the event the SWPPP is amended by the owner, such amendments shall be incorporated into the plan and the Contractors and Subcontractors shall acknowledge by their signature. END OF THIS SECTION <<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> 43

44 FAILURE TO PERFORM THE ABOVE SELECTIONS AND REQUIREMENTS OR TO EXECUTE THE CERTIFICATION BELOW, WILL MAKE THE BID NON-RESPONSIVE AND NOT ELIGIBLE FOR AWARD CONSIDERATION. BY SUBMITTING THIS BID ELECTRONICALLY, I HEREBY ACKNOWLEDGE THAT ALL REQUIREMENTS INCLUDED IN THE HARD COPY PROPOSAL, ADDENDUMS, AMENDMENTS, PLANS, STANDARD SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS, AND SPECIAL PROVISIONS ARE PART OF THIS BID PROPOSAL AND CONTRACT. I FURTHER ACKNOWLEDGE THAT THIS ELECTRONIC BID IS SUBJECT TO THE PROVISIONS OF THE SOUTH CAROLINA ELECTRONIC COMMERCE ACT, , ET, SEQ., OF THE SOUTH CAROLINA CODE OF LAWS. IN ACCORDANCE WITH THE PROVISIONS OF S.C.CODE ANN ET.SEQ., ET.SEQ.,15 U.S.C. 45; 23 C.F.R (F); AND 28U.S.C. 1746, THAT I AM AN OFFICER OF THE PROPOSER FIRM AND, UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE UNITED STATES AND SOUTH CAROLINA, DECLARE, BY MY CERTIFICATION BELOW, THAT THE FOLLOWING IS TRUE AND CORRECT, AND FURTHER, THAT THIS FIRM, ASSOCIATION OR CORPORATION HAS NOT, EITHER DIRECTLY OR INDIRECTLY, ENTERED INTO ANY AGREEMENT, PARTICIPATED IN ANY COLLUSION, OR OTHERWISE TAKEN ANY ACTION IN RESTRAINT OF FREE COMPETITIVE BIDDING IN CONNECTION WITH THE SUBMISSION OF A BID PROPOSAL ON THE ABOVE REFERENCED PROJECT. BY CHECKING THIS BOX, I CERTIFY THAT I HAVE READ, UNDERSTAND, ACCEPT, AND ACKNOWLEDGE ALL OF THE ABOVE STATEMENTS. COMPLETE THE FOLLOWING ONLY IF HARD COPY BID PROPOSAL IS REQUIRED: Executed on, 20. Signed: (Officer/Proposer) (Title) SEAL (Company) (Address) 44

45 September 12, 1990 S. C. File Number PROPOSED SUPPLIERS, VENDORS AND SUBCONTRACTORS List below all suppliers, vendors or subcontractors you anticipate using for this work. Give their company name, address and telephone number. Each subcontractor must be approved by the Department before any work can be performed by the subcontractors forces. Before services are rendered or materials are incorporated in the project, an executed copy of all agreements for services or invoices for materials must be submitted to the Department. FAILURE TO PROVIDE ALL INFORMATION REQUIRED ON THIS FORM MAY RESULT IN THE AWARD BEING MADE TO THE NEXT LOWEST RESPONSIBLE BIDDER. <<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> <<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> This form may be reproduced or additional sheets added in order to provide all requested information. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ ^^^ SWORN to before me this day of, 20. (Seal) Company Notary Public for My commission expires : Legal Signature 45

46 46

47 Co-Permittee Agreement & Contractor Certification Unique ID: Agreement Date: / / Project No: File No.: Section 1: All contractors and subcontractors identified in the plan as co-permittees must sign a copy of the certification statement below: I certify by my signature below that I participated in a pre-construction conference onsite with the individual who is responsible for the operational control of the Storm Water Pollution Prevention Plan (SWPPP) and I accept the terms and conditions of the SWPPP as required by the general National Pollutant Discharge Elimination System permit (NPDES permit number SCR100000) issued to the owner/operator of the construction activity for which I have been contracted to perform construction related professional services. Further, by my signature below, I understand that I am becoming a copermittee with the owner/operator and other contractors that have become co-permittees to the general NPDES permit issued to the owner/operator of the facility for which I have been contracted to perform professional construction services. As a co-permittee, I understand that I, and my company, as the case may be, am legally accountable to the SC Department of Health and Environmental Control (DHEC), under the authorities of the CWA and the SC Pollution Control Act, to ensure compliance with the terms and conditions of the SWPPP. I also understand that DHEC enforcement actions may be taken against any specific co-permittee or combination of co-permittees if the terms and conditions of the SWPPP are not met. Therefore, having understood the above information, I am signing this certification and am receiving co-permittee status to the aforementioned general NPDES permit. Contractor Rep: Signature: Date: Title: Contractor: Address: City/State/Zip: Phone: Section 2: All contractors and subcontractors identified in the plan to perform construction related work that may affect the implementation of the SWPPP but who will not be co-permittees must sign the certification statement below: I certify by my signature below that I participated in a pre-construction conference onsite with the individual who is responsible for the operational control of the Storm Water Pollution Prevention Plan (SWPPP) and I accept the terms and conditions of the SWPPP as required by the general National Pollutant Discharge Elimination System permit (NPDES permit number SCR100000) issued to the owner/operator of the construction activity for which I have been contracted to perform construction related professional services. I understand that that I, and my company, as the case may be, may be legally accountable to the SC Department of Health and Environmental Control (DHEC), under the authorities of the CWA and the SC Pollution Control Act, to ensure compliance with the terms and conditions of the SWPPP. Contractor Rep: Signature: Date: Title: Contractor: Address: City/State/Zip: Phone: 47

48 48

49 STATE OF SOUTH CAROLINA ) ) CLAIM CERTIFICATION COUNTY OF ) Personally appeared before me who being duly sworn deposes and states that: 1. He is of. Position Name of Contractor 2. He has submitted a claim on behalf of. Name of Contractor 3. SCDOT and the claim is submitted pursuant to Section of the Standard Specifications. 4. The claim was prepared in accordance with the requirements of Section and to the extent available all information required by Section is included. 5. The claim is made in good faith. 6. The supportive data are accurate and complete to the best of my knowledge. 7. The amount of claim accurately reflects the amount that I in good faith believe is the DOT s liability. SWORN to before me this day of,. Notary Public for South Carolina My commission expires: 49

50 50

51 Form 616 (7/10/89) CONTRACTOR NOTICE OF CLAIM DATE: FILE NO. CONTRACTOR: NOTICE OF CLAIM FOR ADJUSTMENT DUE TO: (circle as appropriate) ALTERATION OF PLANS CHANGED/DIFFERING SITE CONDITIONS DELAY/SUSPENSION OF WORK EXTRA WORK TIME EXTENSION OTHER NATURE OF THE EVENT: CAUSE OF THE EVENT: IMPACT OF THE EVENT: (on time of performance on contract price) In the event this issue is not resolved by Supplemental Agreement or Force Account Order, the Contractor shall submit to the Department at the appropriate time a fully detailed request ( Claim ) for additional time or compensation. Copy of this notice was delivered to the RESIDENT ENGINEER on, 20 by. SIGNED: (Contractor s Representative) RECEIVED BY: RESIDENT ENGINEER Director of Construction DATE: Date Sent to FHWA 51

52 52

805 - WORK ZONE TRAFFIC CONTROL & SAFETY SECTION 805 WORK ZONE TRAFFIC CONTROL AND SAFETY

805 - WORK ZONE TRAFFIC CONTROL & SAFETY SECTION 805 WORK ZONE TRAFFIC CONTROL AND SAFETY SECTION 805 WORK ZONE TRAFFIC CONTROL AND SAFETY 805.1 DESCRIPTION Provide, erect, maintain and remove traffic control devices as shown in the Contract Documents. On roadways that carry traffic through

More information

SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS

SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS Delete this Section in its entirety and replace with the following: SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS 905-1 DESCRIPTION: This

More information

May 2004 Traffic Control 600-i. Table of Contents 601 WORK ZONE TRAFFIC CONTROL DESCRIPTION OF WORK

May 2004 Traffic Control 600-i. Table of Contents 601 WORK ZONE TRAFFIC CONTROL DESCRIPTION OF WORK DIVISION 600 Traffic Control SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION May 2004 May 2004 Traffic Control 600-i Section Table of Contents Page 601 WORK ZONE TRAFFIC CONTROL...601-1 601.1 DESCRIPTION

More information

SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS

SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS Section Page 12-1 GENERAL... 12.1 12-2 FLAGGING... 12.1 12-2.01 Flaggers... 12.1 12-2.02 Flagging Costs... 12.1 12-3 TRAFFIC-HANDLING EQUIPMENT

More information

SECTION 616 TEMPORARY TRAFFIC CONTROL

SECTION 616 TEMPORARY TRAFFIC CONTROL SECTION 616 TEMPORARY TRAFFIC CONTROL 616.1 Description. This work shall consist of furnishing, installing, operating, maintaining, cleaning, relocating and removing temporary traffic control devices and

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 TRAFFIC CONTROL Page 628, subsection.01. Delete the following bid items: Advance

More information

Jobs & Transportation Ramping it Up Roadway and Traffic Dan Groh, P.E.

Jobs & Transportation Ramping it Up Roadway and Traffic Dan Groh, P.E. Jobs & Transportation Ramping it Up Roadway and Traffic Dan Groh, P.E. Ohio DOT Work Zone Process Review Ohio DOT Work Zone Process Review This review was conducted by the Ohio Department of Transportation

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

Roadway Surfaces and Traffic Control Elements

Roadway Surfaces and Traffic Control Elements Roadway Surfaces and Traffic Control Elements Lines of Business: General Liability, Public Officials Liability www.tridentinsurance.net Risk Control Strategy/Key Issues: To establish and document a program

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/14/2005

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/14/2005 NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/14/2005 Control 6124-93-001 Project RMC - 612493001 Highway US0075 County GRAYSON Ladies/Gentlemen: Attached please find an addendum on the above captioned

More information

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET Engineering Department RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 The City of West Bend (City) is requesting

More information

Quality Standard for Work Zone Traffic Control Devices

Quality Standard for Work Zone Traffic Control Devices Quality Standard for Work Zone Traffic Control Devices 2004 Introduction Traffic controls are a necessary part of highway work zones to warn motorists of hazards, advise them of the proper path through

More information

LAPEER COUNTY ROAD COMMISSION ANNUAL BID TRAFFIC CONTROL SIGNS AND RELATED MATERIALS

LAPEER COUNTY ROAD COMMISSION ANNUAL BID TRAFFIC CONTROL SIGNS AND RELATED MATERIALS INSTRUCTIONS TO BIDDERS: 2019-7 LAPEER COUNTY ROAD COMMISSION ANNUAL BID TRAFFIC CONTROL SIGNS AND RELATED MATERIALS 1. The Lapeer County Road Commission reserves the right to reject any or all bids, to

More information

SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION COLUMBIA, SC PROPOSAL FOR INTERSECTION IMPROVEMENT ORANGEBURG COUNTY , P029010

SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION COLUMBIA, SC PROPOSAL FOR INTERSECTION IMPROVEMENT ORANGEBURG COUNTY , P029010 SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION COLUMBIA, SC PROPOSAL FOR INTERSECTION IMPROVEMENT ORANGEBURG COUNTY Letting Date: November 14, 2017 Proposal ID: 3883780 Project ID: 004926, P029010 Federal

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 8/02/2006

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 8/02/2006 NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 8/02/2006 Control 6149-17-001 Project RMC - 614917001 Highway IH0030 County FRANKLIN Ladies/Gentlemen: Attached please find an addendum on the above captioned

More information

SECTION TRAFFIC REGULATIONS

SECTION TRAFFIC REGULATIONS PART 1 GENERAL 1.1 DESCRIPTION A. Traffic Control permits, notifications, mobilization, temporary signs, barriers, lights, flagging personnel, striping, markings, and demobilization and removal. 1.2 RELATED

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

Mobile Work Zones. Traffic Control in Short Duration / Guidelines for M0WING ZONE AHEAD WORK ROAD SHOULDER WORK RIGHT LANE CLOSED AHEAD SIGNAL AHEAD

Mobile Work Zones. Traffic Control in Short Duration / Guidelines for M0WING ZONE AHEAD WORK ROAD SHOULDER WORK RIGHT LANE CLOSED AHEAD SIGNAL AHEAD M0WING ZONE ROAD WORK AHEAD SHOULDER WORK RIGHT LANE CLOSED AHEAD SIGNAL WORK AHEAD Guidelines for Traffic Control in Short Duration / Mobile Work Zones Guidelines for Traffic Control in Short Duration

More information

2016 MUTCD CONCEPT TTC COMMENTS. Michael A. Chacon Traffic Operations Division

2016 MUTCD CONCEPT TTC COMMENTS. Michael A. Chacon Traffic Operations Division 2016 MUTCD CONCEPT TTC COMMENTS Michael A. Chacon Traffic Operations Division MUTCD 4 Ballot items were discussed at the June 2014 meeting in TTC, as well as additional topics. TTC No. 1 Pedestrian and

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 10/31/2018

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 10/31/2018 NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 10/31/2018 Control 6331-53-001 Project BPM - 633153001 Highway US0067 County TITUS Ladies/Gentlemen: Attached please find an addendum on the above captioned

More information

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS April 2, 2011 INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS This project is partially funded with federal-aid highway funds, and is subject to the requirements for participation of Disadvantaged

More information

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 2015 EDITION

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 2015 EDITION Sheet 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 2015 EDITION Delete SECTION 812 and replace with the following: SECTION 812 PERMANENT SIGNING 812.1 DESCRIPTION

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2018.04 CLEANING AND PAINTING STEEL STRUCTURES - CIDER HILL ROAD UNDERPASS BRIDGE - MILE 6.2, CAPTAIN THOMAS ROAD UNDERPASS BRIDGE - MILE 14.8, ROUTE 126

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 6 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 1990 EDITION SECTION TRAFFIC CONTROL Page 628, subsection.01. Delete the following bid items: Advance

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2017.02 Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 The following changes are made to the Proposal, Specifications and Plans: SPECIFICATIONS:

More information

805 - WORK ZONE TRAFFIC CONTROL & SAFETY SECTION 805 WORK ZONE TRAFFIC CONTROL AND SAFETY

805 - WORK ZONE TRAFFIC CONTROL & SAFETY SECTION 805 WORK ZONE TRAFFIC CONTROL AND SAFETY SECTION 805 WORK ZONE TRAFFIC CONTROL AND SAFETY 805.1 DESCRIPTION Provide, erect, maintain and remove traffic control devices as shown in the Contract Documents. BID ITEMS UNITS Work Zone Signs (0 to

More information

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 Additional Fees Additional fees may be charged by PennDOT consistent with Sections 411 and 420 of the State Highway Law and Regulations 441.4(d)

More information

To: Plan Holder Project: O Neill Ranch Well and Treatment Plant Project

To: Plan Holder Project: O Neill Ranch Well and Treatment Plant Project 5180 SOQUEL DR. SOQUEL, CA 95073 PO Box 1550 CAPITOLA, CA 95010 TEL 831-475-8500 FAX 831-475-4291 BOARD OF DIRECTORS To: Plan Holder Project: O Neill Ranch Well and Treatment Plant Project Dr. THOMAS LAHUE

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 12/20/2017

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 12/20/2017 NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 12/20/2017 Control 6316-00-001 Project RMC - 631600001 Highway US0059 County HARRISON Ladies/Gentlemen: Attached please find an addendum on the above captioned

More information

OKLAHOMA TURNPIKE AUTHORITY SPECIAL PROVISION FOR SECTION 880 CONSTRUCTION SIGNING AND TRAFFIC CONTROL

OKLAHOMA TURNPIKE AUTHORITY SPECIAL PROVISION FOR SECTION 880 CONSTRUCTION SIGNING AND TRAFFIC CONTROL OKLAHOMA TURNPIKE AUTHORITY SPECIAL PROVISION FOR SECTION 880 These Special Provisions revise, amend, and where in conflict, supercede applicable Sections of the Standard Specifications for Turnpike Construction,

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

Portable Changeable Message signs have a wide variety of

Portable Changeable Message signs have a wide variety of Part 6F (devices) Minnesota MUTCD 2005 with 2007 09 Revisions Part 6F (devices) Federal MUTCD 2009 Part 6F (devices) MN MUTCD Rearranged Sections 6F.55 Portable Changeable Message Signs Portable Changeable

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 9/11/2017

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 9/11/2017 NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 9/11/2017 Control 6287-61-001 Project RMC - 628761001 Highway IH0035 County WEBB Ladies/Gentlemen: Attached please find an addendum on the above captioned

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 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 1990 EDITION Sheet 1 of 7 NOTE: This special provision is generally written in the imperative mood. The subject, the

More information

MEMORANDUM. ~ ~ //. -L/'j L!E.

MEMORANDUM. ~ ~ //. -L/'j L!E. ~e* ~;~:~ent.,o.:-ransportation MEMORANDUM TO: All District Engineers DATE: September 28,2007 ~ ~ //. -L/'j L!E. FROIVI: Carlos A. Lopez, P.E. ~..t::o ce- V '1'~ r. SUBJECT: Revised Barricade and Construction

More information

601 DIVISION 600 INCIDENTAL CONSTRUCTION SECTION 601 MOBILIZATION

601 DIVISION 600 INCIDENTAL CONSTRUCTION SECTION 601 MOBILIZATION 601 DIVISION 600 INCIDENTAL CONSTRUCTION SECTION 601 MOBILIZATION 601.01 Description. This item shall consist of preparatory work and operations, including, but not limited to, those necessary for the

More information

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification

More information

District No.: Applicant: Type of Work:

District No.: Applicant: Type of Work: Fee: Permit No.: District No.: Applicant: Type of Work: FOR DEPARTMENT USE ONLY APPLICATION AND ANNUAL PERMIT FOR TELECOMMUNICATION OCCUPANCY OF NEVADA DEPARTMENT OF TRANSPORTATION RIGHT-OF-WAY (Under

More information

GENERAL NOTES FOR WORK ZONE SAFETY SET UP GUIDE

GENERAL NOTES FOR WORK ZONE SAFETY SET UP GUIDE FORWARD It shall be the responsibility of the person in charge to institute the placing of all appropriate cautionary devices and controls as may be required for the particular job. Traffic protection

More information

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION FOR TEMPORARY TRAFFIC CONTROL

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION FOR TEMPORARY TRAFFIC CONTROL Page 1 of 17 WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION FOR TEMPORARY TRAFFIC CONTROL This supplementary specification supplements, amends, and where in conflict therewith, supersedes

More information

Field Guide on. Safe Maintenance and. Work Zone Operations

Field Guide on. Safe Maintenance and. Work Zone Operations Field Guide on Installation and Removal of Temporary Traffic Control for Safe Maintenance and Work Zone Operations August 2008 Introduction This field guide provides field personnel with introductory guidance

More information

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application Good for 90 days from the Date Issued This permit is only required if the work location is owned or controlled by the City of Homestead and

More information

MODULE 10 Road Ranger Work Zones

MODULE 10 Road Ranger Work Zones MODULE 10 Road Ranger Work Zones Module 10 1 Purpose of the Course To train personnel who may be required to assist motorists and emergency personnel within the highway right-of-way, as part of their Road

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

Rte. 66/29 Interchange Reconstruction Project: ,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track

Rte. 66/29 Interchange Reconstruction Project: ,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track Rte. 66/29 Interchange Reconstruction Project: 0066-076-113,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track Mileposts B-8.1 thru B-8.8 DOT 714-363S, 714-364Y Gainesville,

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE GENERAL Final restoration of areas within the public right-of-way associated with Street Excavation Permits shall be completed as determined

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

STATE CATCH BASIN CLEANING BID

STATE CATCH BASIN CLEANING BID ROBERT J. ROSA, CHAIR 11318 MAIN STREET JAMES BOWERS, VICE CHAIR P. O. BOX 68 TED MICK, MEMBER HONOR, MI 49640-0068 MATT SKEELS, MANAGER (231) 325-3051 (231) 325-2767 FAX Your Local Road Professionals

More information

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION MAINTENANCE OF TRAFFIC NOTES 431606 - MOT Notes - Addendum 1.dwg; 10/22/15-3:25pm MAINTENANCE OF TRAFFIC MAINTENANCE OF TRAFFIC SEQUENCE: THESE PLANS ARE BASED ON THE FOLLOWING SUGGESTED SEQUENCE OF CONSTRUCTION.

More information

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES 1 PURPOSE... 3 2 PROJECT DESCRIPTION... 5 3 PROJECT COMMON AND PROJECT GENERAL TASKS... 6 4 ROADWAY

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

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT 2018.03 EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3 The following changes are made to the Proposal, Specifications, and Plans. PROPOSAL Proposal Sheets

More information

BITUMINOUS MIXTURE # 13A BID SHEET

BITUMINOUS MIXTURE # 13A BID SHEET BITUMINOUS MIXTURE # 13A BID SHEET Sealed bids will be received at the office of the Clinton County Road Commission at 3536 S. US Highway 27, St. Johns, Michigan, until 1:00 P.M. Tuesday, January 31 st,

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

Tender No. [ ] Page 1

Tender No. [ ] Page 1 Tender No. [ ] Page 1 1.0 GENERAL 1.1 TRAFFIC ACCOMMODATION STRATEGY.1 Provide a Traffic Accommodation Strategy detailing the measures proposed to safely accommodate the travelling public. The minimum

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

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

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

More information

Night Work Specification

Night Work Specification 1.0 HOURS OF WORK Night Work Specification Night time hours are defined as per the Tender documents. 2.0 TRAFFIC CONTROL PLAN Prior to the start of work the Contractor shall submit 4 bound copies of a

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

CITY OF LA QUINTA GENERAL NOTES GENERAL NOTES

CITY OF LA QUINTA GENERAL NOTES GENERAL NOTES CITY OF LA QUINTA GENERAL NOTES GENERAL NOTES 1. ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE LATEST EDITION OF THE STANDARD PLANS OF THE CITY OF LA QUINTA, THE LATEST EDITION OF THE STANDARD SPECIFICATIONS

More information

PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD

PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE TO ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES The Secretary of the Maryland

More information

Construction Requirements for Installation of Utilities in the Public Right-of-way of McPherson County, Kansas October 2011

Construction Requirements for Installation of Utilities in the Public Right-of-way of McPherson County, Kansas October 2011 Construction Requirements for Installation of Utilities in the Public Right-of-way of McPherson County, Kansas October 2011 General Provisions and Specifications - These provisions and specifications shall

More information

Exhibit A Scope of Work

Exhibit A Scope of Work Exhibit A Scope of Work Mn/DOT Contract No. 05497 PROJECT OVERVIEW The Minnesota Department of Transportation (MnDOT) requires the services of a Contractor for construction lead inspection, materials testing

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 4/08/2003

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 4/08/2003 NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 4/08/2003 Control 6096-61-001 Project RMC - 609661001 Highway FM0004 County HOOD Ladies/Gentlemen: Attached please find an addendum on the above captioned

More information

Quality Standard for Work Zone Traffic Control Devices

Quality Standard for Work Zone Traffic Control Devices Quality Standard for Work Zone Traffic Control Devices March 2018 THE ILLINOIS STATE TOLL HIGHWAY AUTHORITY The Quality Standard for Work Zone Traffic Control Devices dated March 2018 replaces the version

More information

KANSAS WORK ZONE SAFETY AND MOBILITY PROCESSES AND PROCEDURES

KANSAS WORK ZONE SAFETY AND MOBILITY PROCESSES AND PROCEDURES KANSAS WORK ZONE SAFETY AND MOBILITY PROCESSES AND PROCEDURES Bureau of Transportation Safety and Technology 700 SW Harrison, Topeka, KS 66603 July 30, 2008 Definitions Significant Project All Federal-aid

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

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 6 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 1990 EDITION SECTION TRAFFIC CONTROL Page 628, subsection.01. Delete the following bid items: Advance

More information

FOR BID # STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS. BID # BLONDY JHUNE ROAD RECONSTRUCTION (Base and Add Alternative 1)

FOR BID # STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS. BID # BLONDY JHUNE ROAD RECONSTRUCTION (Base and Add Alternative 1) January 23, 2019 ADDENDUM NO. 1 FOR BID #015-19 STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS BID #016-19 BLONDY JHUNE ROAD RECONSTRUCTION (Base Add Alternative 1) BID # 017-19 WINNINGKOFF ROAD PHASE 2

More information

Generator for Maintenance/Police Complex

Generator for Maintenance/Police Complex NOTICE TO ALL BIDDERS ADDENDUM NO. 1 TO TUCSON AIRPORT AUTHORITY 11/29/2018 In accordance with the Project Specifications and Contract Documents, and as noted in the Instructions to Bidders, Bidders on

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

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION CONTRACTOR S PROPOSAL COMPANY ADDRESS CITY, STATE, ZIP ( ) TELEPHONE NUMBER City of Hesperia 9700 Seventh Avenue Hesperia, CA 92345 Ladies and Gentlemen: STATE LICENSE NUMBER Pursuant to the Public Notice

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT MAINE TURNPIKE AUTHORITY ADDENDUM NO. CONTRACT 206.09 CLEANING AND PAINTING STEEL STRUCTURES - MOUSAM RIVER OVERPASS BRIDGES, EXIT 52 INTERCHANGE BRIDGE AND EXIT 53 INTERCHANGE BRIDGE MILES 25.0, 5.6,

More information

Welcome!! Temporary Traffic Control During Maintenance and Short Duration Activities. Training Course 1-1

Welcome!! Temporary Traffic Control During Maintenance and Short Duration Activities. Training Course 1-1 Welcome!! Temporary Traffic Control During Maintenance and Short Duration Activities Training Course 1-1 About This Course This material is based upon work supported by the Federal Highway Administration

More information

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE DIVISION 1 GENERAL REQUIREMENTS SECTION 01 32 16 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. All drawings and technical specifications, Notice to Bidders, Instructions and Information to Bidders, Bid Proposal

More information

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

REQUEST FOR CONSTRUCTION BIDS May 23, 2017 REQUEST FOR CONSTRUCTION BIDS May 23, 2017 Cambridge Greenway Trail / Railroad Bridge Replacement Flood Mitigation Project 1.0 Project Background A former railroad bridge that currently carries the Cambridge

More information

DIVISION OF PLAN REVIEW & PERMITTING UTILITY PERMIT SPECIFICATIONS AND PERMIT APPLICATION

DIVISION OF PLAN REVIEW & PERMITTING UTILITY PERMIT SPECIFICATIONS AND PERMIT APPLICATION DIVISION OF PLAN REVIEW & PERMITTING UTILITY PERMIT SPECIFICATIONS AND PERMIT APPLICATION Application Fee: $25.00 (Make check payable to: Washington County Treasurer). Bond: A Utility Installation Bond

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

TH 25 Bituminous Mill, Full Depth Reclamation and Overlay SP &

TH 25 Bituminous Mill, Full Depth Reclamation and Overlay SP & TH 25 Bituminous Mill, Full Depth Reclamation and Overlay SP 4910-29 & 0504-14 Contract No. 1002252 Project Overview is in need of professional and technical assistance to provide detail design for State

More information

Effective GDOT Shelf and Special Provisions NOT included in 2013 Edition of Standard Specifications for Construction of Transportation Systems

Effective GDOT Shelf and Special Provisions NOT included in 2013 Edition of Standard Specifications for Construction of Transportation Systems Effective GDOT Shelf and Special Provisions NOT included in 2013 Edition of Standard Specifications for Construction of Transportation Systems The following sections are applicable to this contract as

More information

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION BOARD 2018 ANNUAL PAVEMENT MARKINGS BID

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION BOARD 2018 ANNUAL PAVEMENT MARKINGS BID CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION BOARD 2018 ANNUAL PAVEMENT MARKINGS BID NOTICE TO BIDDERS The Charlevoix County Road Commission invites qualified contractors to bid on the annual requirement

More information

SECTION TRAFFIC CONTROL. A. The following is a list of standards which may be referenced in this section:

SECTION TRAFFIC CONTROL. A. The following is a list of standards which may be referenced in this section: SECTION 01 55 26 TRAFFIC CONTROL PART 1 GENERAL 1.01 SECTION INCLUDES A. Section covers requirements for traffic control during construction of the PROJECT. 1.02 REFERENCES A. The following is a list of

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

ANNE ARUNDEL COUNTY Department of Public Works DATE: 01/25/2017 FROM: Rich Osborn, P.E., Prof.L.S., Project Manager, Bureau of Engineering SUBJECT: Minutes for Pre-Bid Meeting January 19, 2017 South Shore

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ITB-DOT-17/18-8009-AP ATTACHMENTS A-D PAVEMENT MARKING OF PARKING LOTS AT VARIOUS LOCATIONS SOUTH REGION FOR FLORIDA S TURNPIKE MAINLINE (SR 91), MILEPOST 75 AND MILEPOST

More information

CHAPTER 16: TRAFFIC. In either situation, the plan must contain the detail for the interim pavement markings.

CHAPTER 16: TRAFFIC. In either situation, the plan must contain the detail for the interim pavement markings. CHAPTER 16: TRAFFIC ADVANCE WARNING SIGN SPACING The Advance Warning Sign Spacing for 0-30 mph has been reduced from 300 feet to 100 feet. This is more in line with the Federal MUTCD and accounts for more

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

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

Department of Transportation Rapid City Region Office 2300 Eglin Street P.O. Box 1970 Rapid City, SD Phone: 605/ FAX: 605/

Department of Transportation Rapid City Region Office 2300 Eglin Street P.O. Box 1970 Rapid City, SD Phone: 605/ FAX: 605/ Connecting South Dakota and the Nation Department of Transportation Rapid City Region Office 2300 Eglin Street P.O. Box 1970 Rapid City, SD 57709-1970 Phone: 605/394-2244 FAX: 605/394-1904 December 3,

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Woodlawn Road Culvert & Slide Repair

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Woodlawn Road Culvert & Slide Repair CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2018-NC-009 for Replacement of Woodlawn Road Culvert & Slide Repair located in Nelson County Kentucky 06/18 REQUEST FOR BIDS Woodlawn Road Culvert & Slide

More information

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11)

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11) , Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11) Request for Qualifications Construction Inspection and Testing Services Issued: January 3, 2017 Due: January 24, 2017 I. INTRODUCTION

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

SECTION 102 MAINTENANCE OF TRAFFIC

SECTION 102 MAINTENANCE OF TRAFFIC SECTION 102 MAINTENANCE OF TRAFFIC 102-1 Description. Maintain traffic within the limits of the project for the duration of the construction period, including any temporary suspensions of the work. Construct

More information

Actively Managing Your Work Zones: The 6B Solution

Actively Managing Your Work Zones: The 6B Solution Actively Managing Your Work Zones: The 6B Solution Steven C. Strength, PE, PTOE steve.strength@la.gov Louisiana Local Technical Assistance Program (LTAP) Louisiana Transportation Conference Session 29

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

ESTIMATE OF QUANTITIES

ESTIMATE OF QUANTITIES STATE OF PROJECT SOUTH DAKOTA 029 N-291 SHEET NO. TOTAL SHEETS 2 25 SPECIFICATIONS ESTIMATE OF QUANTITIES BID ITEM NUMBER ITEM QUANTITY UNIT 009E0010 Mobilization Lump Sum LS 110E0100 Remove Concrete Footing(s)

More information