Table of Contents for Guide Specifications

Size: px
Start display at page:

Download "Table of Contents for Guide Specifications"

Transcription

1 Table of Contents for Guide Specifications 01270A Measurement and Payment 01355A Environmental Protection 01356A Storm Water Pollution Prevention Measures Basic Storm Water Pollution Prevention Plan 01421R SWPPP Plan Inspection and Maintenance Form Survey, Layout and Other Data Mobilization and Demobilization Care of Water During Construction Demolition Clearing and Grubbing Earthwork Riprap and Bedding 02458A Prestressed Concrete Piling Graded Crushed Aggregate Base Course 02741A Hot-Mix Asphalt (HMA) for Roads 02770A Concrete Sidewalks and Curbs and Gutters Seeding Planting of Trees, Shrubs, and Vines 02935A Exterior Plant Material Maintenance 03100A Structural Concrete Formwork 03200A Concrete Reinforcement Cast in Place Structural Concrete Masonry 05500A Miscellaneous Metal 06100A Rough Carpentry 09965A Painting: Bridges

2 SECTION BIDDING SCHEDULE (To Be Attached to SF 1442) Solicitation No. DACW63-01-B-xxxx Title: Big Cypress Bayou Fish and Wildlife Restoration Project Location: Jefferson, Texas BASE BID: All work required by the plans and specifications exclusive of work required by Optional Bid Items. Item Estimated Unit Estimated No. Description Quantity Unit Price Amount 0001 Mobilization and Job Sum *** $ Demobilization 0002 Care of Water During Job Sum *** $ Construction 0003 Cofferdam Construction Job Sum *** $ and Removal for Boat Ramp 0004 Cofferdam Construction Job Sum *** $ and Removal for Embankment Retention Structure at Core Area 0005 Demolition Job Sum *** $ 0006 Clearing and Grubbing Job Sum *** $ 0007 Construction Access Road 1,600 SY $ $ 0008 Gravel Bar Construction 3,400 SY $ $ Access Road 0009 Erosion and Sediment Control Job Sum *** $ 0010 Boat Ramp Job Sum *** $ 0011 Rock Riprap 124 CY $ $ _ 0012 Bedding 31 CY $ $ _ 0013 Asphalt Road to Boat Ramp 1,200 SY $ $ _ 0014 Rock Edge at East 124 CY $ $ _ Page 1

3 Restoration Area 0015 Asphalt Road Dallas Street 2,000 SY $ $ _ 0016 Asphalt Road South Area 1,100 SY $ $ _ 0017 Embankment Dikes 1,000 CY $ $ _ 0018 Drainage Structures Job Sum *** $ 0019 Duck Boxes 15 EACH $ $ _ 0020 Big Ear Bat House 2 EACH $ $ _ 0021 Oregon Wedge Bat House 12 EACH $ $ _ 0022 Texas Bat House 7 EACH $ $ _ 0023 Elevated Walkway 1,770 LF $ $ 0024 Elevated Walkway on 900 LF $ $ Historic Railroad Bridge and Trestle 0025 Turnouts Along Elevated Job Sum *** $ Walkway 0026 Prestressed Precast 8,900 LF $ $ Concrete Piles 0027 Spread Footings for 72 CY $ $ _ Elevated Walkway 0028 Concrete Curb and Gutter 540 LF $ $ 0029 Concrete Sidewalk - 4-Foot 195 LF $ $ 0030 Concrete Sidewalk - 5-Foot 520 LF $ $ 0031 Concrete Sidewalk - 6-Foot 1,475 LF $ $ 0032 Concrete Sidewalk - 8-Foot 2,030 LF $ $ 0033 Concrete Sidewalk - 10-Foot 520 LF $ $ 0034 Grade Retention Structures Job Sum *** $ 0035 Embankment Retention 105 CY $ $ Structure at Core Area 0036 Dry Laid Stone Grade Job Sum *** $ Retaining Wall 0037 Grading 7,200 CY $ $ _ 0038 Repair to Railroad Trestle 15 EACH $ $ _ Timber Piles Page 2

4 0039 Replacement of Railroad 100 EACH $ $ _ Ties on Historic Railroad 0040 Painting of Historic Job Sum *** $ Railroad Bridge 0041 Vine Support Structures 6 EACH $ $ _ 0042 Grass for Erosion Control 3 ACRE $ $ _ 0043 Large Trees 165 EACH $ $ _ 0044 Small Trees 274 EACH $ $ _ 0045 Large Shrubs 135 EACH $ $ _ 0046 Small Shrubs 194 EACH $ $ _ 0047 Ground Cover 4,710 EACH $ $ _ 0048 Vines 40 EACH $ $ _ 0049 Gravel Bars Job Sum *** $ 0050 Miscellaneous Items Job Sum *** $ 0051 Landscape Maintenance Job Sum *** $ _ 0052 Final Record Drawings Job Sum *** $ 13,250 BASE TOTAL $ OPTIONS: OPTION NO. 1: Additional cost for all work required by the plans and specifications for: Item Estimated Unit Estimated No. Description Quantity Unit Price Amount 0053 Optional Parking Area 1,185 SY $ $ TOTAL OPTION NO. 1 $ TOTAL BID (BASE BID + OPTION) $ NOTES: 1. ARITHMETIC DISCREPANCIES (EFARS ) (a) For the purpose of initial evaluation of bids, the following will be utilized in resolving arithmetic discrepancies found on the face of the Page 3

5 bidding schedule as submitted by bidders: (1) Obviously misplaced decimal points will be corrected; (2) In case of discrepancy between unit price and extended price, the unit price will govern; (3) Apparent errors in extension of unit prices will be corrected; and (4) Apparent errors in addition of lump-sum and extended prices will be corrected. (b) For the purpose of bid evaluation, the Government will proceed on the assumption that the bidder intends his bid to be evaluated on the basis of the unit prices, the totals arrived at by resolution of arithmetic discrepancies as provided above and the bid will be so reflected on the abstract of bids. (c) These correction procedures shall not be used to resolve any ambiguity concerning which bid is low. 2. If a modification to a bid based on unit prices is submitted, which provides for a lump sum adjustment to the total estimated cost, the application of the lump sum adjustment to each unit price in the bid schedule must be stated. If it is not stated, the bidder agrees that the lump sum adjustment shall be applied on a pro rata basis to every unit price in the bid schedule. 3. Bidders must bid on all [items][items on any schedule which is bid]. 6. Costs attributable to Division 01 - General Requirements are assumed to be prorated among bid items listed. 7. Responders are advised that this requirement may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process based on decisions related to DOD changes in force structure and disposition of the Armed Forces. 8. For the purpose of this solicitation, the word "item" shall be considered to mean "schedule" as used in Provision , CONTRACT AWARD--SEALED BIDDING--CONSTRUCTION, in Section INSTRUCTIONS, CONDITIONS, AND NOTICES TO BIDDERS. 9. EXERCISE OF OPTIONS (SWDR (16 January 1996)) The Government reserves the right to exercise the option(s) by written notice to the Contractor either singularly or in any combination for up to 365 calendar days after award of the Base Bid without an increase in the Offeror's Bid Price. Completion of added items shall continue at the same schedule as the Base Bid unless otherwise noted in Section CONSTRUCTION SCHEDULE, paragraph 1 entitled SCHEDULE. 10. ADDITIVE OR DEDUCTIVE ITEMS (DEC 1991)(FAR SUPP ) (a) The low offeror and the items to be awarded shall be determined as follows-- (1) Prior to the opening of bids, the Government will determine the amount of funds available for the project. (2) The low offeror shall be the Offeror that-- Page 4

6 (i) Is otherwise eligible for award; and (ii) Offers the lowest aggregate amount for the first or base bid item, plus or minus (in the order stated in the list of priorities in the bid schedule) those additive or deductive items that provide the most features within the funds determined available. (3) The Contracting Officer shall evaluate all bids on the basis of the same additive or deductive items. (i) If adding another item from the bid schedule list of priorities would make the award exceed the available funds for all offerors, the Contracting Officer will skip that item and go to the next item from the bid schedule of priorities; and (ii) Add that next item if an award may be made that includes that item and is within the available funds. (b) The Contracting Officer will use the list of priorities in the bid schedule only to determine the low offeror. After determining the low offeror, an award may be made on any combination of items if-- (1) It is in the best interest of the Government; (2) Funds are available at the time of award; and (3) The low offeror's price for the combination to be awarded is less than the price offered by any other responsive, responsible offeror. (c) Example. The amount available is $100,000. Offeror A's base bid and four additives (in the order stated in the list of priorities in the bid schedule) are $85,000, $10,000, $8,000, $6,000, and $4,000. Offeror B's base bid and four additives are $80,000, $16,000, $9,000, $7,000, and $4,000. Offeror A is the low offeror. The aggregate amount of offeror A's bid for purposes of award would be $99,000, which includes a base bid plus the first and fourth additives. The second and third additives were skipped because each of them would cause the aggregate bid to exceed $100, ALTERNATE BIDS Bidders shall bid on both Alternates. Government will evaluate bids on lowest total project cost including Alternate No. 1 or Alternate No. 2, whichever produces the lowest bid total. 12. COST LIMITATION (DEC 1991) (DFAR ) (a) Certain items in this solicitation are subject to statutory cost limitations. The limitations are stated in the Schedule. (b) An offer which does not state separate prices for the items identified in the Schedule as subject to a cost limitation may be considered nonresponsive. (c) By signing its offer, the Offeror certifies that each price stated on items identified as subject to a cost limitation includes an appropriate apportionment of all costs, direct and indirect, overhead, and profit. (d) Offers may be rejected which-- (1) Are materially unbalanced for the purpose of bringing items within cost limitations; or (2) Exceed the cost limitations, unless the limitations have been waived by the Government prior to award. 13. PROJECT AUTHORIZATION: The current authorization for the [design and] construction of this project is $[ ]. Page 5

7 14. SCHEDULES: Bidders may bid on either or both schedules. 15. EVALUATION OF BIDS FOR MULTIPLE AWARDS (MAR 1990) (FAR ) In addition to other factors, bids will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating bids, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. 16. GOVERNMENT'S PRIVILEGE IN MAKING AWARDS (CESWF-CT) The Government further reserves the right to make award of any or all schedules of any bid, unless the bidder qualifies such bid by specific limitation; also to make award to the bidder whose aggregate bid on any combination of bid schedules is low. 17. ABBREVIATIONS For the purpose of this solicitation, the units of measure are represented as follows: a. EACH (each) b. GAL (gallons) c. CF (cubic feet) d. SF (square feet) e. CY (cubic yards) f. SY (square yards) g. LS (lump sum) h. LF (linear feet) END OF BIDDING SCHEDULE -- End of Section -- Page 6

8 SECTION 01270A MEASUREMENT AND PAYMENT 02/94 PART 1 GENERAL 1.1 LUMP SUM PAYMENT ITEMS Payment items for the work of this Contract for which contract lump sum payments will be made are listed in the BIDDING SCHEDULE and described below. All costs for items of work, which are not specifically mentioned to be included in a particular lump sum or unit price payment item, shall be included in the listed lump sum item most closely associated with the work involved. The lump sum price and payment made for each item listed shall constitute full compensation for furnishing all plant, labor, materials, and equipment, and performing any associated Contractor quality control, environmental protection, meeting safety requirements, tests and reports, and for performing all work required for which separate payment is not otherwise provided. 1.2 UNIT PRICE PAYMENT ITEMS Payment items for the work of this Contract on which the contract unit price payments will be made are listed in the BIDDING SCHEDULE and described below. The unit price and payment made for each item listed shall constitute full compensation for furnishing all plant, labor, materials, and equipment, and performing any associated Contractor quality control, environmental protection, meeting safety requirements, tests and reports, and for performing all work required for each of the unit price items. 1.3 DESCRIPTION OF BID ITEMS: Bid Item # 1 Mobilization and Demobilization 1. Measurement: No measurements are required. 2. Payment: Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Mobilization and Demobilization" which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work specified herein. All costs connected with the mobilization and demobilization of all of the Contractor's plant and equipment will be paid for at the contract lump sum price for this Item. 60 percent of the lump sum price will be paid to the Contractor upon completion of his mobilization at the project site. The remaining 40 percent will be paid to the Contractor upon completion of demobilization. Page 1

9 In the event the Contracting Officer considers that the amount in this Item 60 percent, which represents mobilization and 40 percent represents demobilization, does not bear a reasonable relation to the cost of the work in this Contract, the Contracting Officer may require the Contractor to produce cost data to justify this portion of the bid. Failure to justify such price to the satisfaction of the Contracting Officer will result in payment of actual mobilization costs, as determined by the Contracting Officer at the completion of mobilization, and actual demobilization costs, as determined by the Contracting Officer at the completion of demobilization, and payment of the remainder of this Item in the final payment under this Contract. The determination of the Contracting Officer is not subject to appeal. 3. Primary specifications Section and others as applicable. Bid Item # 2 Care of Water During Construction 1. Measurement: No measurements are required. 2. Payment: Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Care of Water During Construction" which payment shall constitute full compensation for labor, equipment, materials, tools, and incidentals necessary to complete the work specified herein including any diversions of drainage channels, installing pumps or other equipment, maintaining the work free from water, and removing any temporary protective work and restoring the area to preconstruction conditions at the completion of construction. Care of Water During Construction does not include the actual construction of cofferdams required for the retaining wall or the boat ramp. Monthly partial payments shall be made for "Care of Water During Construction" based on the percentage of the project complete as verified by the Contracting Officer. Failure to adequately care for water may cause difficulties in properly completing portions of this contract. No additional payments will be made for such difficulties if they are determined to be a result of inadequate care of water. 3. Primary specifications Section and others as applicable. Bid Item # 3 Cofferdam Construction and Removal for Boat Ramp 1. Measurement: No measurements are required. 2. Payment: Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Cofferdam Construction and Removal for Boat Ramp" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including construction of cofferdams, all borrow excavation, compacted fill, slope protection, road access, pipes, and removing all material and restoring the area to preconstruction conditions at the completion of construction. 3. Primary specifications Section and others as applicable. Bid Item # 4 Cofferdam Construction and Removal for Embankment Retention Page 2

10 Structure at Core Area 1. Measurement: No measurements are required. 2. Payment: Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Cofferdam Construction and Removal for Embankment Retention Structure at Core Area" which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work specified herein including construction of cofferdams, all borrow excavation, compacted fill, slope protection, road access, pipes, and removing all material and restoring the area to preconstruction conditions or final grades at the completion of construction. 3. Primary specifications Section and others as applicable. Bid Item # 5 Demolition 1. Measurement: No measurements are required. 2. Payment: Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Demolition" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including removal and disposal of all concrete, pavement, signs, fences, and other items as indicated on the drawings. This includes the removal of the items from the project site and disposal offsite at an approved landfill. 3. Primary specifications Section and others as applicable. Bid Item # 6 Clearing and Grubbing 1. Measurement: No measurements are required. 2. Payment: Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Clearing and Grubbing" which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work specified herein including the removal and disposal off site of all trees shrubs and brush specified for removal. The cost associated with this item shall include the required flagging of the trees before removal, and necessary trimming of remaining trees. Payment for work covered under this section of the specifications will be made at the lump sum price, which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein. No payment will be made for clearing and grubbing in any borrow areas, or the waste disposal areas. 3. Primary specifications Section and others as applicable. Bid Item # 7 Construction Access Road 1. Measurement: Measurement shall be per square yard complete and in place in accordance with the contract documents. This work will include the construction access road in the main project area. Page 3

11 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Construction Access Road" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including any fence removal, layout, placement of material, trimming of trees along the access route, maintenance of the road during construction, any culverts required for access, and removal of the access road at the completion of construction. 3. This bid item shall include the contractor staging area in the main project area. 4. Primary specifications Section and others as applicable. Bid Item # 8 Gravel Bar Construction Access Road 1. Measurement: Measurement shall be per square yard complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Gravel Bar Construction Access Road" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including any fence removal and replacement, layout, placement of material, removal or trimming of trees along the access route, maintenance of the road during construction. The road shall remain at the completion of construction. Any staging area shall be removed and restored to pre-construction conditions, including grassing. This bid item shall include the contractor staging area at this location as shown on the drawings. 3. Primary specifications Section and others as applicable. Bid Item # 9 Erosion and Sediment Control 1. Measurement: No measurements are required. 2. Payment: Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Erosion and Sediment Control" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including the completion and modification of the Storm Water Pollution Prevention Plan (SWPPP), posting of the site notice, installation, maintenance and removal of storm water pollution prevention devices. These items shall include all erosion control measures required by contract and/or law, the maintenance of, the filing for necessary permits at the City, State, and Federal levels, and all required record keeping and training. Devices shall be installed in accordance with the protection detail provided in the plans. Additional devices shall be added as necessary to fit the contractor's construction methods. The cost associated with installing, maintaining and removing storm water pollution prevention devices, including the preparation of the SWPPP shall be included. 3. Primary specifications Sections 01355A, 01356A, and others as applicable. Bid Item # 10 Boat Ramp Page 4

12 1. Measurement: No measurements are required. 2. Payment: Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Boat Ramp" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including all concrete, forms, reinforcement, placement, finishing, curing, subgrade preparation, drain pipes, gravel, sand and filter fabric. 3. Primary specification Sections 02300, 03100A, 03200A, 03300, and others as applicable. Bid Item # 11 Rock Riprap 1. Measurement: Measurement shall be per cubic yard complete and in place in accordance with the contract documents. Rock riprap protection that is placed shall be computed in place to the lines, slopes, dimensions and grades indicated on the drawings or modified by the Contracting Officer, and on the basis of the prescribed thickness measured perpendicular to the slope or surface on which it is placed. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Rock Riprap" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including all hauling, handling, placing and testing the riprap as specified and as indicated on the drawings. 3. Primary specification Section and others as applicable. Bid Item # 12 Bedding 1. Measurement: Measurement shall be per cubic yard complete and in place in accordance with the contract documents. Bedding that is placed shall be computed in place to the lines, slopes, dimensions and grades indicated on the drawings or modified by the Contracting Officer, and on the basis of the prescribed thickness measured perpendicular to the slope or surface on which it is placed. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Bedding" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including all hauling, handling, placing and testing the bedding as specified and as indicated on the drawings. 3. Primary specification Section and others as applicable. Bid Item # 13 Asphalt Road to Boat Ramp 1. Measurement: Measurement shall be per square yard complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Asphalt Road to Boat Ramp" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified Page 5

13 herein including layout, grading, compaction of subgrade, base material, asphalt material, placement of material, and compaction required for the completion of the road. 3. Primary specification Sections 02704, 02741A, and others as applicable. Bid Item # 14 Rock Edge at East Restoration Area 1. Measurement: Measurement shall be per cubic yard complete and in place and shall be computed to the lines, slopes, dimensions and grades indicated on the drawings or modified by the Contracting Officer, and on the basis of the prescribed thickness measured perpendicular to the slope or surface on which it is placed. The weathered ironstone shall not be included in the measured amount. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Rock Edge at East Restoration Area" which payment shall constitute full compensation for labor, equipment, tools, furnishing of required materials, compaction, and incidentals necessary to complete the work specified herein including all hauling, handling, placing and testing as specified and as indicated on the drawings. Weather ironstone shall be an owner furnished item. It shall be delivered to the site and contractor shall be responsible for all additional trucking and handling associated with the stone. 3. Primary specification Sections 02300, 02383, and others as applicable. Bid Item # 15 Asphalt Road Dallas Street 1. Measurement: Measurement shall be per square yard complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Asphalt Road Dallas Street" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including layout, grading, compaction of subgrade, base material, asphalt material, placement of material, compaction, painting of parking spaces, concrete wheelstops, handicap signs, and other items required for the completion of the road and the adjacent parking area. 3. Primary specification Sections 02300, 02704, 02741A, and others as applicable. Bid Item # 16 Asphalt Road South Area 1. Measurement: Measurement shall be per square yard complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Asphalt Road South Area" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including layout, grading, compaction of subgrade, base material, asphalt material, placement of material, and compaction required for the Page 6

14 completion of the road. 3. Primary specification Sections 02300, 02704, 02741A, and others as applicable. Bid Item # 17 Embankment Dikes 1. Measurement: Measurement shall be per cubic yard of compacted fill complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Embankment Dikes" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including layout, grading, placement, compaction of material required for the completion of the dikes. 3. Primary specification Section 02300, 02924, and others as applicable. Bid Item # 18 Drainage Structures 1. Measurement: No measurements are required. 2. Payment: Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Drainage Structures" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including layout, fabrication, and installation, required for the completion of the dikes. 3. Primary specification Section 05500A and others as applicable. Bid Item # 19 Duck Boxes 1. Measurement: Measurements shall be per each structure complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Duck Boxes" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including layout, fabrication, and installation, required for the completion of the duck boxes. 3. Primary specification Section 06100A and others as applicable. Bid Item # 20 Big Ear Bat House 1. Measurement: Measurements shall be per each structure complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Big Ear Bat House" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including layout, fabrication, and installation, required for the completion of the Big Ear bat house. Page 7

15 3. Primary specification Section 06100A and others as applicable. Bid Item # 21 Oregon Wedge Bat House 1. Measurement: Measurements shall be per each structure complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Oregon Wedge Bat House" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including layout, fabrication, and installation, required for the completion of the Oregon Wedge bat house. 3. Primary specification Section 06100A and others as applicable. Bid Item # 22 Texas Bat House 1. Measurement: Measurements shall be per each structure complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Texas Bat House" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including layout, fabrication, and installation, required for the completion of the Texas bat house. 3. Primary specification Section 06100A and others as applicable. Bid Item # 23 Elevated Walkway 1. Measurement: Measurement shall be per linear foot as measured along the centerline of the Elevated Walkway complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Elevated Walkway" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including construction of walkway, including handrails, in accordance with the contract documents. Driving of piles shall not be included. 3. Primary specification Section 06100A and others as applicable. Bid Item # 24 Elevated Walkway on Historic Railroad Bridge and Trestle 1. Measurement: Measurement shall be per linear foot as measured along the centerline of the Elevated Walkway on the historic railroad bridge and trestle complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Elevated Walkway on Historic Railroad Bridge and Trestle" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein construction of walkway, attachment to railroad bridge, including handrails, in accordance with the contract documents. Page 8

16 3. Primary specification Section 06100A and others as applicable. Bid Item # 25 Turnouts Along Elevated Walkway 1. Measurement: No measurements are required. 2. Payment: Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Turnouts Along Elevated Walkway" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein construction of walkway, including handrails, in accordance with the contract documents. 3. Primary specification Section 06100A and others as applicable. Bid Item # 26 Prestressed Precast Concrete Piles 1. Measurement: Measurement shall be per linear foot of prestressed precast concrete pile complete and in place in accordance with the contract documents. Indicator piles will be measured. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for " Prestressed Precast Concrete Piles " which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein layout, driving of piles, and construction of pile caps in accordance with the contract documents. Up to 15 percent of the total piles may require cutting due to reaching refusal in accordance with the plans and specifications. These shall be considered incidental to this bid item and will not be paid separately. This bid item shall also include the hiring of a licensed Geotechnical Engineer in accordance with Specification Section 02458A and keeping the documentation as required. 3. Primary specification Section 02458A and others as applicable. Bid Item # 27 Spread Footings for Elevated Walkway 1. Measurement: Measurement shall be per cubic yard of concrete for the spread footing complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Spread Footing for Elevated Walkway" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including concrete, reinforcing steel, forming, placing, curing, and finishing the concrete in accordance with the contract documents. Transition footings shall also be included in this bid item. 3. Primary specification Sections 03100A, 03200A, 03300, and others as applicable. Bid Item # 28 Concrete Curb and Gutter 1. Measurement: Measurement shall be per liner foot of concrete curb and gutter complete and in place in accordance with the contract Page 9

17 documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Concrete Curb and Gutter" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including concrete, reinforcing steel, forming, placing, curing, and finishing the concrete in accordance with the contract documents. 3. Primary specification Section 02770A and others as applicable. Bid Item # 29 Concrete Sidewalk - 4-Foot 1. Measurement: Measurement shall be per liner foot of 4-foot concrete sidewalk complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Concrete Sidewalk - 4-Foot" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including concrete, reinforcing steel, forming, placing, curing, and finishing the concrete including any steps in accordance with the contract documents. 3. Primary specification Section 02770A and others as applicable. Bid Item # 30 Concrete Sidewalk - 5-Foot 1. Measurement: Measurement shall be per liner foot of 5-foot concrete sidewalk complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Concrete Sidewalk - 5-Foot" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including concrete, reinforcing steel, forming, placing, curing, and finishing the concrete including any steps in accordance with the contract documents. 3. Primary specification Section 02770A and others as applicable. Bid Item # 31 Concrete Sidewalk - 6-Foot 1. Measurement: Measurement shall be per liner foot of 6-foot concrete sidewalk complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Concrete Sidewalk - 6-Foot" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including concrete, reinforcing steel, forming, placing, curing, and finishing the concrete including any steps in accordance with the contract documents. Page 10

18 3. Primary specification Section 02770A and others as applicable. Bid Item # 32 Concrete Sidewalk - 8-Foot 1. Measurement: Measurement shall be per liner foot of 8-foot concrete sidewalk complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Concrete Sidewalk - 8-Foot" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including concrete, reinforcing steel, forming, placing, curing, and finishing the concrete including any steps in accordance with the contract documents. 3. Primary specification Section 02770A and others as applicable. Bid Item # 33 Concrete Sidewalk - 10-Foot 1. Measurement: Measurement shall be per liner foot of 10-foot concrete sidewalk complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Concrete Sidewalk - 10-Foot" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including concrete, reinforcing steel, forming, placing, curing, and finishing the concrete including any steps in accordance with the contract documents. 3. Primary specification Section 02770A and others as applicable. Bid Item # 34 Grade Retention Structures 1. Measurement: No measurements are required. 2. Payment: Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Grade Retention Structures" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including concrete, reinforcing steel, forming, placing, curing, and finishing the concrete, including installation of bricks in accordance with the contract documents. 3. Primary specification Sections 02300, 03100A, 03200A, 03300, and others as applicable. Bid Item # 35 Embankment Retention Structure at Core Area 1. Measurement: Measurement shall be per cubic yard of reinforced concrete retention structure with brick facing at the Core Area complete and in place in accordance with the contract documents. Brick facing shall be considered subsidiary to the reinforced concrete. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Embankment Retention Page 11

19 Structure at Core Area" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including concrete, reinforcing steel, forming, placing, curing, and finishing the concrete, placement of bricks, and installation of weep holes in accordance with the contract documents. Bricks shall be considered subsidiary to the reinforced concrete wall. 3. Primary specification Section 03100A, 03200A, and others as applicable. Bid Item # 36 Dry Laid Stone Grade Retaining Wall 1. Measurement: No measurements are required. 2. Payment: Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Dry Laid Stone Grade Retaining Wall" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including placement of stones, grout, geotextile, gravel fill, and installation of capstone in accordance with the contract documents. Weather ironstone shall be an owner furnished item. It shall be delivered to the site and contractor shall be responsible for all additional trucking and handling associated with the stone. 3. Primary specification Section 02300, 02383, 04200, and others as applicable. Bid Item # 37 Grading 1. Measurement: Measurement shall be per cubic yard complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Grading" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including all finish grading for the project in accordance with the contract documents. 3. Primary specification Section and others as applicable. Bid Item # 38 Repair to Railroad Trestle Timber Piles 1. Measurement: Measurement shall be per each timber pile which is repaired complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for " Repair to Railroad Trestle Timber Piles" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein inspection, evaluation, and construction of fiberglass/epoxy composite system in accordance with the contract documents. 3. Primary specification Section 05500A and others as applicable. Bid Item # 39 Replacement of Railroad Ties on Historic Railroad 1. Measurement: Measurement shall be per each railroad tie which Page 12

20 is replaced complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Replacement of Railroad Ties on Historic Railroad" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein inspection, evaluation, and replacement of railroad ties in accordance with the contract documents. 3. Primary specification on Drawing 13 and others as applicable. Bid Item # 40 Painting of Historic Railroad Bridge 1. Measurement: No measurements are required. 2. Payment: Payment for work covered under this section of the specifications will be made at the lump sum price bid for "Painting of Historic Railroad Bridge" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein inspection, evaluation, and replacement of railroad ties in accordance with the contract documents. 3. Primary specification 09965A and others as applicable. Bid Item # 41 Vine Support Structures 1. Measurement: Measurements shall be per each structure complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for " Vine Support Structures" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including layout, shop drawings, fabrication, concrete footings, concrete, reinforcing steel, forming, placing, curing, and finishing the concrete, and installation, required for the completion in accordance with the contract documents. 3. Primary specification Sections 03100A, 03200A, 03300, 05500A, 09965A, and others as applicable. Bid Item # 42 Grass for Erosion Control 1. Measurement: Measurement shall be per acre of grassed areas within the lines as indicated on the contract drawings, complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Grass for Erosion Control" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including preparation of underlying soils, seed, watering, fertilizing and maintenance. This item shall include temporary irrigation for seed germination at no additional cost. This item shall include the contractor staging are, all areas disturbed by construction and not planted with specified vegetation, areas under and adjacent to trees and shrubs, and the embankment dikes. Page 13

21 Grass work shall be paid and accepted in the following manner: 40% payment after initial seeding is completed. 20% payment after six months or one growing season, whichever is greater, with proof of a 60% survival rate at the sole discretion of the Contracting Officer. 30% payment after six months or one growing season, whichever is greater, with proof of an 80% survival rate at the sole discretion of the Contracting Officer. 10% balance paid after final written acceptance of the project from the Contracting Officer. 3. Primary specification Section and others as applicable. Bid Item # 43 Large Trees 1. Measurement: Measurements shall be per each large tree as designated on the drawings complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Large Trees" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including planting, maintenance, staking, and irrigation required for the completion in accordance with the contract documents. 3. Primary specification Sections 02931, 02935A, and others as applicable. Bid Item # 44 Small Trees 1. Measurement: Measurements shall be per each small tree as designated on the drawings complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Small Trees" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including planting, maintenance, staking, and irrigation required for the completion in accordance with the contract documents. 3. Primary specification Sections 02931, 02935A, and others as applicable. Bid Item # 45 Large Shrubs 1. Measurement: Measurements shall be per each large shrub as designated on the drawings complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Large Shrubs" which Page 14

22 payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including planting, and irrigation required for the completion in accordance with the contract documents. 3. Primary specification Sections 02931, 02935A, and others as applicable. Bid Item # 46 Small Shrubs 1. Measurement: Measurements shall be per each small shrub as designated on the drawings complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Small Shrubs" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including planting, and irrigation required for the completion in accordance with the contract documents. 3. Primary specification Sections 02931, 02935A, and others as applicable. Bid Item # 47 Ground Cover 1. Measurement: Measurements shall be per each plant complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Ground Cover" which payment shall constitute full compensation for labor, equipment, tools, materials, and incidentals necessary to complete the work specified herein including planting, and irrigation, required for the completion in accordance with the contract documents. 3. Primary specification Sections 02931, and others as applicable. Bid Item # 48 Vines 1. Measurement: Measurements shall be per each vine complete and in place in accordance with the contract documents. 2. Payment: Payment for work covered under this section of the specifications will be made at the unit price bid for "Vines" which payment shall constitute full compensation for labor, equipment, tools, and incidentals necessary to complete the work specified herein including planting, and irrigation, required for the completion in accordance with the contract documents. 3. Primary specification Sections 02931, 02935A and others as applicable. Bid Item # 49 Gravel Bars 1. Measurement: No measurements are required. Page 15

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

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

More information

SECTION BID SCHEDULE

SECTION BID SCHEDULE SECTION 00010 BID SCHEDULE THE CONTRACTOR SHALL FURNISH ALL PLANT, LABOR, MATERIAL, EQUIPMENT, ETC. NECESSARY TO PERFORM ALL WORK IN STRICT ACCORDANCE WITH THE TERMS AND CONDITIONS SET FORTH IN THE CONTRACT

More information

DOCUMENT ADDENDA AND MODIFICATIONS

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

More information

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING Section Number Title 301 GENERAL 302 MATERIALS SPECIFICATIONS 303 CLEARING

More information

SECTION PAYMENT PROCEDURES

SECTION PAYMENT PROCEDURES SECTION 01 29 00 PAYMENT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. For each BID item, the WORK will be measured and paid for on either a unit price basis or on a lump sum basis. The quantities

More information

SECTION UNCLASSIFIED EXCAVATION AND GRADING

SECTION UNCLASSIFIED EXCAVATION AND GRADING SECTION 02210 UNCLASSIFIED EXCAVATION AND GRADING PART 1 GENERAL 1.1 DESCRIPTION Work in this section includes the excavation, undercut excavating, grading, earthwork and compaction required as shown on

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

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

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

More information

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

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

More information

204 - EXCAVATION AND BACKFILL FOR STRUCTURES SECTION 204 EXCAVATION AND BACKFILL FOR STRUCTURES. Granular Backfill (Wingwalls) (Set Price)

204 - EXCAVATION AND BACKFILL FOR STRUCTURES SECTION 204 EXCAVATION AND BACKFILL FOR STRUCTURES. Granular Backfill (Wingwalls) (Set Price) SECTION 204 EXCAVATION AND BACKFILL FOR STRUCTURES 204.1 DESCRIPTION Excavate for the structures as shown in the Contract Documents. Unless specified otherwise, backfill the completed structures to the

More information

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

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

More information

Construction Specification for General Excavation

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

More information

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

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

More information

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

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

More information

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

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

More information

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

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

More information

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

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

More information

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

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

More information

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 PART FIVE DOCUMENTS FOR SITE AND INFRASTRUCTURE 31 00 00. EARTHWORK 31 10 00. SITE CLEARING.1 STRUCTURE REMOVAL: Include

More information

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

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

More information

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

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

More information

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

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

More information

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

More information

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

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

More information

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

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

More information

ADDENDUM #1 Village of Hawthorn Woods Darlington Drive Culvert Replacement Date: January 29, 2018

ADDENDUM #1 Village of Hawthorn Woods Darlington Drive Culvert Replacement Date: January 29, 2018 CBBEL PROJECT NO. 02-0065.H0226 ADDENDUM #1 Village of Hawthorn Woods Darlington Drive Culvert Replacement Date: January 29, 2018 Modification No. 1 In regards to the COBBLESTONE PAVERS specification,

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 HILLIARD S POND DAM REMOVAL AND BIGELOW BROOK STREAM CHANNEL RESTORATION BID NO. 14/15-74

More information

EXCAVATION, TRENCHING & BACKFILLING..1 The section refers to excavation, trenching, backfilling and all Work pertaining thereto.

EXCAVATION, TRENCHING & BACKFILLING..1 The section refers to excavation, trenching, backfilling and all Work pertaining thereto. CITY OF BRAMPTON LANDSCAPE SPECIFICATIONS SECTION 02315-1 PART 1 GENERAL 1.1 Description of Work.1 The section refers to excavation, trenching, backfilling and all Work pertaining thereto. 1.2 Related

More information

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion City of Tacoma Tacoma Public Utilities Tacoma Power REQUEST FOR BIDS PG14-0667F Alder Lake Park Sewage Treatment Expansion Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, April 14, 2015 Submittal

More information

DRAFT TECHNICAL SPECIFICATIONS FOR

DRAFT TECHNICAL SPECIFICATIONS FOR DRAFT TECHNICAL SPECIFICATIONS FOR DETROIT RIVER AOC STONY ISLAND HABITAT RESTORATION PROJECT THE DETROIT RIVER, WAYNE COUNTY, MICHIGAN FOR INFORMATION JANUARY, 2016 Prepared for: FRIENDS OF THE DETROIT

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances 2004 Specifications CSJ 2250-01-021, etc SPECIAL SPECIFICATION 5243 Water and Sewer System and Appurtenances 1. Description. This Item governs for the furnishing of all equipment, labor and materials to

More information

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

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

More information

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

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

More information

Thank you for your response to our Request for Bid submissions. The following is a summary of the submitted bids for this project.

Thank you for your response to our Request for Bid submissions. The following is a summary of the submitted bids for this project. Thank you for your response to our Request for Bid submissions. The following is a summary of the submitted bids for this project. 1. PARKING LOT PHASE (PLP) PL - 1 Obtain Building Permit (including permit

More information

1.01 GENERAL. l.02 PIPELINE TRENCH EXCAVATION PIPELINES AND STRUCTURES REVISION: SECTION 1 PAGE : 1-1

1.01 GENERAL. l.02 PIPELINE TRENCH EXCAVATION PIPELINES AND STRUCTURES REVISION: SECTION 1 PAGE : 1-1 1.01 GENERAL A. The Contractor shall perform all excavation, backfilling, grubbing and grading required for construction and installation of pipelines, structures and appurtenances. Excavation shall include

More information

SECTION GENERAL EXCAVATION

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

More information

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

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

More information

ADDENDUM NO. 1. DATE ISSUED: June 1, 2018

ADDENDUM NO. 1. DATE ISSUED: June 1, 2018 ADDENDUM NO. 1 DATE ISSUED: June 1, 2018 BID #018-041 BIDDING AND CONTRACT DOCUMENTS FOR THE CLASS THREE LANDFILL CELLS 8-12 & CLASS TWO LANDFILL CLOSURE PROJECT GEORGETOWN COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information

DIVISION 4100 SITEWORK

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

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values E. Application for Payment 1.2 EXPLANATION AND DEFINITIONS A. The following

More information

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # 2016-04 PROJECT SPECIFICATIONS TABLE OF CONTENTS SECTION 100 GENERAL... 1 SECTION 200 MATERIALS... 1 CONSTRUCTION METHODS... 1 SECTION

More information

PLAN PREPARATION GUIDE CHAPTER 3 QUANTITY COMPUTATIONS AND INFORMATION

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

More information

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING SECTION 334701 - WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. The Contractor shall provide all labor, materials, tools, and equipment required

More information

DOCUMENT ADDENDUM No. 2

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

More information

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING ADDENDUM No. 2 ITB No. 4561 WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING Bids Due: February 4, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be

More information

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

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

More information

SECTION CONCRETE CURBS, GUTTERS AND SIDEWALKS

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

More information

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

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

More information

CITY OF ELKO BID TABULATION FOR Sports Complex

CITY OF ELKO BID TABULATION FOR Sports Complex CITY OF ELKO BID TABULATION FOR Sports Complex 2017-2018 NAME Granite Construction Great Basin Engineering Contractors Road & Highway Builders CLEARING EARTHWORK 1 33701200 Mobilization @ Per Lump Sum

More information

SECTION STRUCTURE EXCAVATION AND EARTHWORK

SECTION STRUCTURE EXCAVATION AND EARTHWORK SECTION 02200 STRUCTURE EXCAVATION AND EARTHWORK PART 1 GENERAL 1.1 SECTION INCLUDES A. Pavement Removal B. Stripping Topsoil C. Rock Excavation D. Excavation E. Subgrade Preparation F. Filling 1.2 REFERENCES

More information

902 TEMPORARY EROSION AND SEDIMENT CONTROL SECTION 902 TEMPORARY EROSION AND SEDIMENT CONTROL

902 TEMPORARY EROSION AND SEDIMENT CONTROL SECTION 902 TEMPORARY EROSION AND SEDIMENT CONTROL SECTION 902 TEMPORARY EROSION AND SEDIMENT CONTROL 902.1 DESCRIPTION Install, maintain and remove temporary erosion and pollution control devices as required during the construction of the project. BID

More information

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

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

More information

YES, we received Addendum No. 1

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

More information

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 800 EROSION AND SEDIMENT CONTROL

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 800 EROSION AND SEDIMENT CONTROL STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 800 EROSION AND SEDIMENT CONTROL Section Number Title 801 GENERAL 802 STANDARD METHODS OF EROSION AND SEDIMENT

More information

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address:  Address: BID FORM TxDOT CSJ No. 1507JNCTN Project Description: T-Hangar Development Project Bid by: Name of Bidder Address: Telephone: FAX: Email Address: To the Texas Department of Transportation hereinafter called

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01. BASIS FOR MEASUREMENT AND PAYMENT Measurement and Payment will be made for only those items included in the Schedule of Unit Prices or Contract

More information

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

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

More information

The work required for this project includes, but is not limited to, the following items, not listed in order of execution.

The work required for this project includes, but is not limited to, the following items, not listed in order of execution. ESTIMATE OF QUANTITIES SPECIFICATIONS Construction Specifications: South Dakota Standard Specifications for Roads and Bridges, 2004 Edition and Required Provisions, Supplemental Specifications and/or Special

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

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

More information

Final Estimates Level 2

Final Estimates Level 2 Florida Department of TRANSPORTATION Final Estimates Level 2 Module 6: Structures 11/1/2017 FDOT Final Estimates Level 2 Release 11, Module 6 1 6-1 Module Content Concrete Structures Bridges Substructure

More information

Replace BID SCHEDULE with attached revised BID SCHEDULE.

Replace BID SCHEDULE with attached revised BID SCHEDULE. CONTRACT ADDENDUM Project: 9 st Ave SE & 4 th Street SE Sidewalk Improvements Project No: 00 Addendum No: Date: 0 September 0 Addendum: Replace BID SCHEDULE with attached revised BID SCHEDULE. Section

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

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

More information

SECTION 1500 REMOVALS

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

More information

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION A1 EXCAVATION AND BACKFILL GENERAL SECTION A1 EXCAVATION AND BACKFILL GENERAL The work under this section shall include all excavation to such width and depth as shown on the drawings, specified herein, or ordered by the Engineer. Such

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

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

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

More information

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

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

More information

ADVERTISEMENT SET DECEMBER 2013

ADVERTISEMENT SET DECEMBER 2013 Sheet List Table GREELEY CANAL #2 WCR 21 PROJECT AREA N SH-392 ADVERTISEMENT SET DECEMBER 2013 LINE DESCRIPTION PROPOSED LINE POWER / COMMUNICATIONS EXISTING LINE LINE DESCRIPTION PROPOSED LINE BOUNDARY

More information

SECTION DRILLED CONCRETE PIERS AND SHAFTS

SECTION DRILLED CONCRETE PIERS AND SHAFTS 1 PART ONE - GENERAL 1.1 COORDINATION SECTION 02466 DRILLED CONCRETE PIERS AND SHAFTS A. The General, Supplementary, and Special Conditions of these specifications shall all be considered as a part of

More information

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

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

More information

Special Provision Item P-152 Excavation and Embankment

Special Provision Item P-152 Excavation and Embankment Special Provision Item P-152 Excavation and Embankment DESCRIPTION This item shall be constructed in conformity with FAA Standard Specification "Item P-152 Excavation and Embankment, except as herein modified

More information

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

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

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 012000 Applies only to Collier County Public Utilities Projects or Works and Utilities Portions of Collier County Transportation Projects, but not to Private Developments PART 1 GENERAL 1.1 SECTION

More information

SECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards...

SECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards... SECTION 02210 - SITE GRADING CONTENTS: Part 1 - General... 1 1.01 Work Included... 1 1.02 Related Requirements... 1 1.03 Reference Standards... 1 1.04 Quality Assurance... 1 1.05 Measurement and Payment...

More information

SECTION EXCAVATION AND EMBANKMENT. B. Subbase Grading A samples for gradation analysis.

SECTION EXCAVATION AND EMBANKMENT. B. Subbase Grading A samples for gradation analysis. PART 1 GENERAL 1.1 DESCRIPTION A. The WORK under this Section includes providing all labor, materials, tools and equipment necessary for excavation and embankment construction to the lines, grades and

More information

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH November 29, 2018 NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH To Holders of Bid Proposals: Please make the following clarifications, additions,

More information

a. Unless otherwise specified, all lengths shall be horizontal distances.

a. Unless otherwise specified, all lengths shall be horizontal distances. SECTION 01025 PART 1- GENERAL 1.01 DESCRIPTION A. This section describes the method used to determine quantities of Work performed or materials supplied for which a price is given in the Bid. It establishes

More information

Detailed Estimating-Introduction. Dr. Al-Hammad

Detailed Estimating-Introduction. Dr. Al-Hammad Detailed Estimating-Introduction By Dr. Al-Hammad Outline Introduction Successful Construction Estimating The Detailed Estimating Procedure The stretch - out - Length concept (SOL) Site Work and Excavation

More information

ENGINEERING MEMORANDUM

ENGINEERING MEMORANDUM ENGINEERING MEMORANDUM April 10, 2017 TO: FROM: City Council Mike Payne, City Engineer SUBJECT: Consideration and action to award contract for Bid Schedule C - 2017: C2017-12 Landfill Paving Improvements

More information

ADDENDUM NO. 1. 1:30 PM, Thursday, September 14, 2017 (Not Changed)

ADDENDUM NO. 1. 1:30 PM, Thursday, September 14, 2017 (Not Changed) ADDENDUM NO. 1 TO: PLANS AND SPECIFICATIONS FOR STATE OF MISSOURI Construct Range Macon Training Site Macon, Missouri PROJECT NO. T1805-01 Bid Opening Date is: 1:30 PM, Thursday, September 14, 2017 (Not

More information

SECTION 18 - EARTHWORK TABLE OF CONTENTS

SECTION 18 - EARTHWORK TABLE OF CONTENTS SECTION 18 - EARTHWORK TABLE OF CONTENTS Section Page 18-1 GENERAL...18.1 18-2 ROADWAY EXCAVATION...18.1 18-2.01 General...18.1 18-2.02 Unsuitable Roadway Excavation and Backfill...18.1 18-2.03 Surplus

More information

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

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

More information

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

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

More information

SECTION 18 - EARTHWORK TABLE OF CONTENTS

SECTION 18 - EARTHWORK TABLE OF CONTENTS SECTION 18 - EARTHWORK TABLE OF CONTENTS Section Page 18-1 GENERAL... 18.1 18-2 ROADWAY EXCAVATION... 18.1 18-2.01 General... 18.1 18-2.02 Unsuitable Roadway Excavation and Backfill... 18.1 18-2.03 Surplus

More information

Section 208. SOIL EROSION AND SEDIMENTATION CONTROL

Section 208. SOIL EROSION AND SEDIMENTATION CONTROL 208.01 Section 208. SOIL EROSION AND SEDIMENTATION CONTROL 208.01. Description. This work consists of installing and maintaining erosion and sedimentation controls to minimize soil erosion and control

More information

SECTION 14 EMBANKMENT

SECTION 14 EMBANKMENT SECTION 14 EMBANKMENT 14.1 DESCRIPTION A. General: This work consists of constructing roadway embankments, including preparation of the areas upon which embankments are to be placed; the construction of

More information

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2

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

More information

SECTION ASPHALT CONCRETE

SECTION ASPHALT CONCRETE SECTION 02740 ASPHALT CONCRETE PART 1. GENERAL 1.01 SECTION INCLUDES A. Work includes but is not limited to the following: 1.02 RELATED SECTIONS 1. Provide all material, labor, and equipment to prepare

More information

SECTION 1100 GRADING 1102 MATERIALS AND DEFINITIONS.

SECTION 1100 GRADING 1102 MATERIALS AND DEFINITIONS. SECTION 1100 GRADING 1101 SCOPE. This section covers the performance of all work required for grading the project in coordination with all previous work performed at the locations shown on the contract

More information

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

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

More information

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford Seymour Road Replacement Bridge Addendum #1 April 27, 2015 To: From: Cc: All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford RE: Construction Bid Information

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

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

More information

SECTION BID FORM. Garfield Street Drainage Improvements

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

More information

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

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

More information

CW 3170 EARTHWORK AND GRADING TABLE OF CONTENTS

CW 3170 EARTHWORK AND GRADING TABLE OF CONTENTS CW 3170 EARTHWORK AND GRADING TABLE OF CONTENTS 1. GENERAL CONDITIONS...1 3. DESCRIPTION...1 5. MATERIALS...1 5.1 General...1 5.2 Handling and Storage of Materials...1 5.3 Testing and Approval...1 5.4

More information

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1 SECTION 00301 May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1 PROJECT IDENTIFICATION: Pima Canal, Reach BW-IA, SCIDD Lateral 2-31-1 and Private Ditches Relocations. CONTRACT IDENTIFICATION (NUMBER AND DATE):

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 - PART 1 GENERAL 1.01 THE REQUIREMENT A. Payment for various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing

More information

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION 820-1 SCOPE OF WORK: SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION a. Furnish all labor, materials, equipment, and incidentals required for demolition and/or removal and disposal of existing

More information