THE CITY OF STOCKTON DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS FOR CITY OF STOCKTON FIRE STATION NO DRIVEWAY AND PARKING LOT REPAIRS

Size: px
Start display at page:

Download "THE CITY OF STOCKTON DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS FOR CITY OF STOCKTON FIRE STATION NO DRIVEWAY AND PARKING LOT REPAIRS"

Transcription

1 THE CITY OF STOCKTON DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS FOR CITY OF STOCKTON FIRE STATION NO DRIVEWAY AND PARKING LOT REPAIRS SECTION 1 - SPECIFICATIONS AND PLANS Specifications The work described herein shall be done in accordance with the current City of Stockton, Department of Public Works Standard Specifications and Plans, and the 2010 Editions of the State of California, Department of Transportation Standard Specifications and Standard Plans, California MUTCD, as referenced therein, and in accordance with the following Special Provisions. To the extent the California Department of Transportation Standard Specifications implement the STATE CONTRACT, they shall not be applicable since the City of Stockton is not subject to said ACT. In case of conflict or discrepancy between any of the Contract Documents, the order of documents listed below shall be the order of precedence, with the first item listed having highest precedence. i. Contract Change Order (changes last in time are first in precedence) ii. Addenda to Contract Agreement iii. Contract Agreement iv. Permits v. Notice Inviting Bids and Instructions to Bidders vi. Addendums and Letters of Clarification vii. Special Provisions viii. Project Drawings ix. City of Stockton Specifications x. City of Stockton Standard Drawings xi. Caltrans Specifications xii. Caltrans Standard Plans Plans The bidder's attention is directed to the provisions in Section , "Plans", of the Standard Specifications Terms and Definitions Wherever in the Standard Specifications, Special Provisions, Notice to Contractors, Proposal, Contract, or other contract documents the following terms are used, the intent and meaning shall be interpreted as follows: City or Owner - Director - Standard Specifications - City of Stockton Director of Public Works, City of Stockton City of Stockton, Standard Specification, revised November 25, 2003, and any amendments and revisions thereto SP1

2 Caltrans Specifications - State of California, Department of Transportation, 2010 Standard Plans and Specifications. Laboratory - City of Stockton Department of Public Works contracted certified laboratory Department - Department of Public Works, City of Stockton Engineer - City Engineer, City of Stockton, acting either directly or through properly authorized Engineer agents and consultants California MUTCD Latest California Manual on Uniform Traffic Control Devices Working Day Defined as any eight-hour day, except as follows: Saturdays, Sundays, City furlough days, and City recognized holidays.; Days on which the Contractor is prevented by inclement weather or conditions resulting immediately there from adverse to the current controlling operation or operations, as determined by the Engineer, from preceding with at least 75 percent of the normal labor and equipment force engaged on that operation or operations for at least 60 percent of the total daily time being currently spent on the controlling operations. SECTION 2 BIDDING GENERAL The bidder s attention is directed to provisions in Section 2, Proposal Requirements and Conditions, of the Standard Specifications and these Special Provisions for the requirements and conditions which the bidder must observe in the preparation of the proposal form and the submission of the bid. The Bidder s Bond form mentioned in the last paragraph in Section , Proposal Guaranty, of the Standard Specifications will be found following the signature page of the Proposal. In conformance with the Public Contract Code Section 7106, a Noncollusion Affidavit is included in the Proposal. Signing the Proposal shall also constitute signature of the Noncollusion Affidavit. SP2

3 SECTION 3 CONTRACT AWARD AND EXECUTION The bidder s attention is directed to the provision in Section 3, Award and Execution of Contract, of the Standard Specifications and these Special Provisions for the requirements and conditions concerning award and execution of contract. Bid protests are to be delivered to the following address: Public Works Department, c/o Ray Deyto, 22 E Weber Avenue, Room 301, Stockton, CA The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. The contract shall be executed by the successful bidder and shall be returned, together with the contract bonds, to the Agency so that it is received within ten (10) calendar days after the bidder has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty. The executed contract documents shall be delivered to the following address: City of Stockton Public Work Department Attn: Ray Deyto, PE 22 E. Weber Avenue, Room 301 Stockton, CA SECTION Beginning of Work Attention is directed to the provisions in Section , "Beginning of Work", of the Standard Specifications and these Special Provisions. At no time shall construction begin without receiving notice that the contract has been approved by the City Attorney or an authorized representative. The Contractor shall follow the sequence of construction and progress of work as specified in Section , "Order of Work", of these Special Provisions. The Contractor shall diligently prosecute all work items to completion. Full compensation for any additional costs occasioned by compliance with the provisions in this section shall be considered as included in the prices paid for the various contract items of work, and no additional work compensation will be allowed therefore. Understanding of Conditions Bidders will be required to carefully examine these special provisions and attachments to judge for themselves as to the nature of the work to be done and the general conditions relative thereto and the submission of a proposal hereunder shall be considered prima-facie evidence that the bidder has made the necessary investigation and is satisfied with respect to the conditions to be encountered, the character, quantity and quality of the work SP3

4 performed. For work to be completed, contractors are advised to visit and review the job site prior to the submission of their bid Bidders must be thoroughly competent and capable of satisfactorily performing the work covered by the proposal, and when requested shall furnish such statements relative to previous experience on similar work, the plan or procedure proposed, and the organization and the equipment available for the contemplated work, and any other as may be deemed necessary by the City Engineer in determining such competence and capability. It shall be understood that the Contractor shall be required to perform and complete the proposed work in a thorough and workmanlike manner, and to furnish and provide in connection therewith all necessary labor, tools, implements, equipment, materials and supplies Time of Completion Attention is directed to the provisions in Section , "Time of Completion", of the Standard Specifications and these Special Provisions. The contract for the performance of the work and the furnishing of materials shall be executed within ten (10) days after the issuance of the Notice of Completion. The City will issue the Notice to Proceed following the pre-construction meeting. The work shall commence within ten (10) days from the Notice to Proceed date and shall be diligently prosecuted to completion before the expiration of the working days specified in his section from the date of said commencement The Contractor shall diligently prosecute the contract work before the execution of thirty (30) working days. The days to finish the punch list, provided by the City, are included in the Working Days. Should the Contractor choose to work on a Saturday, Sunday, or on a holiday or furlough day recognized by the labor unions, the Contractor shall reimburse the City of Stockton the actual cost of engineering, inspection, testing, superintendent, and/or other overhead expenses, which are directly chargeable to the contract. Should such work be undertaken at the request of the City, reimbursement will not be required Liquidated Damages Attention is directed to the provisions in Section , "Liquidated Damages", of the Caltrans Specifications and these Special Provisions. Working days shall commence within ten (10) days from the effective date of the Notice to Proceed, unless otherwise approved by the City. Full compensation for any costs required to comply with the provisions in this section shall be considered to be included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefore. SP4

5 The Contractor shall pay liquidated damages to the City of Stockton in the amount of $1,500 (fifteen hundred dollars) per day for each and every calendar day that the work remains incomplete after the expiration of the contract working days specified in these Special Provisions Submittals The following is a list of anticipated submittals for the project. The list is provided to aid the Contractor in determining the scope of work but is not intended to be all inclusive and additional submittals may be required: ---Contractor Safety Plan ---Critical Path Schedule ----Asphalt Concrete Mix Design ---Portland Cement Concrete Mix Design ---Gate Detector Loop ---Striping Material/Paint ---Traffic Control Plan The Contractor shall submit three (3) copies of the submittal to the Engineer. The Engineer will have ten (10) working days to review the submittal. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit the submittal within five (5) working days of receipt of the Engineer s comments. The Engineer will have ten (10) working days to review the revisions. Upon the Engineer s approval of the submittal, three (3) additional copies of the submittal, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the submittal while minor revisions are being completed. The submittal will be reviewed and returned to the Contractor with the following designations: ---Approved ---Approved with Minor Corrections ---Rejected: Revise and Resubmit ---Rejected SECTION 5 - GENERAL Contract Bonds This contract requires a roadway improvement bond. Roadway improvements will be accepted upon satisfactory completion of those items of work. Contract Bonds shall conform to the requirements set forth in Section , "Contract Bonds", of the Standard Specifications, excepting the following: the second paragraph shall be replaced with the following: "The Faithful Performance bond will be retained by the City of Stockton for twelve (12) months following recordation of the Notice of Completion to guarantee correction of failure attributed to workmanship and materials. Upon recordation of the Notice of Completion (or partial completion), the amount of the Faithful Performance bond may be reduced to ten SP5

6 percent (10%) of the actual cost of the constructed improvements. 1. Improvement Bond As a condition precedent to the completion of this contract, the Contractor shall furnish a Defective Material and Workmanship Bond, of surety company acceptable to the Engineer, and payable to the City of Stockton, in a sum not less than ten percent (10%) of the total construction contract for the roadway improvements, as this sum is set forth in the agreement. This bond shall cover a period of one (1) year from and after the completion and acceptance of the work to protect the City against the results of defective material, workmanship, or equipment which become apparent during that time. This bond shall be delivered to the Engineer before the final payment under this contract will be made Project Appearance The Contractor shall maintain a neat appearance to the work. Broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. Contractor shall pay to the City of Stockton the sum of Two Hundred Fifty Dollars ($250) for every calendar day where debris has remained on the job site overnight. This cost will be deducted from payments to Contractor. Full compensation for conforming to the provisions in this section shall be considered as included in the prices paid for the various contract items of work involved, and no additional compensation will be allowed therefore Permits Attention is directed to Section B, Permits Licenses, Agreements & Certifications, of the Caltrans Specifications. The following is a non-inclusive list of the required permits and/or licenses: Contractor s License Contractor shall possess a the time of the bid and maintain throughout the duration of the contract, a valid California Class A Contractor s License. Business License Contractor shall possess prior to the execution of the contract and maintain throughout the duration of the contract, a valid City of Stockton business license. City of Stockton Encroachment Permit (no fee) Indirect Source Review Program (Air Pollution Control) The Contractor is responsible for the preparation and submittal of the San Joaquin Valley Air Pollution Control District Indirect Source Review (ISR) Air Impact Assessment (AIA) Application. The application and more information can be found at the found at the following website: Construction and Demolition Debris Recycling Report The Contractor must complete the Construction and Demolition (C&D) Debris Recycling Report within sixty (60)-days of construction or demolition project completion. The completed form must be accompanied by the official weigh tags or receipts verifying the information SP6

7 provided in the report and must be submitted to: City of Stockton, Public Works Department, Solid Waste Division, 22 E. Weber Avenue, Room 301, Stockton, CA Failure to provide the C&D Debris Recycling Report form will result in the non-release of the Faithful Performance bond. Construction Water Contractor is responsible of obtaining a permit for water from California Water Service, as applicable, for construction water obtained from a City hydrant. This permit shall be approved by the City of Stockton Fire Department. All costs incurred by this provision shall be included in the various bid items and no additional compensation will be made therefore Material Testing Testing of materials and work shall conform to the provisions in Section 6-3, "Testing," of the Standard Specifications and these special provisions. Whenever the provisions of Section , "General," of the Standard Specifications refer to tests or testing, it shall mean tests to assure the quality and to determine the acceptability of the materials and work. The Engineer will deduct the costs for testing of materials and work found to be unacceptable, as determined by the tests performed by the Department, and the costs for testing of material sources identified by the Contractor which are not used for the work, from moneys due or to become due to the Contractor. The amount deducted will be determined by the Engineer Maintaining Public Convenience and Safety Attention is directed to Sections , "Public Convenience", , "Public Safety", of Standard Specifications Caltrans Specifications, Section 12, "Temporary Traffic Control ", of the Caltrans Specifications, and the Maintaining Traffic section of these Special Provisions. Nothing in these Special Provisions shall be construed as relieving the Contractor from his responsibility as provided in said sections Public Convenience Contractor's attention is directed to the Maintaining Traffic section of these Special Provisions. The City Fire Department staff shall have access to the Fire Station at all times during the construction phase. The Contractor shall inform the City Fire Department, City Police Department, City Traffic Department, Municipal Utilities District (MUD), and all affected utilities no later than seventy-two (72) hours before work is to begin. The Contractor shall provide the City with the name and telephone number (business, home, mobile, and pager) of three (3) representatives available at all times during the duration of the contract. Said names and telephone numbers shall be provided to the City of Stockton Public Works, Fire, and Police Departments. Full compensation for conforming to the provisions in this section shall be included in the prices paid for various bid items, and no additional compensation will be made therefore. SP7

8 Public Safety Attention is directed to Sections , Public Convenience and , Public Safety of the Caltrans Standard Specifications; Section 12, Construction Area Traffic Control Devices of the Caltrans Specifications, and the Section , Maintaining Traffic of these Special Provisions. Attention is directed to Part 6, Temporary Traffic Control of the California MUTCD. Nothing in these Special Provisions shall be construed as relieving the Contractor from his responsibility as provided in said sections and Part 6 of the California MUTCD. All safety devices, their maintenance, and use shall conform to the latest requirements of OSHA and shall conform to the applicable provisions of the part 6, Temporary Traffic Control, of the latest California MUTCD, and the latest Work Area Traffic Control Handbook (WATCH) Manual. It shall be the complete responsibility of the Contractor to protect persons from injury and to avoid property damage. Adequate barricades, construction signs, flashers, and other such safety devices, as required, shall be placed and maintained during the progress of the construction work, until the project is completed. Whenever required, flagmen shall be provided to control traffic. The Contractor shall provide for the proper routing of vehicles and pedestrian traffic in a manner that will hold congestion and delay of such traffic to practicable minimum by furnishing, installing, and maintaining all necessary temporary signs, barricades, and other devices and facilities, as approved by the City Traffic Engineer. As the work progresses, the Contractor shall relocate, subject to the City Traffic Engineer's approval, such devices and facilities as necessary to maintain proper routing. The Contractor shall notify the City Traffic Engineer a minimum of twenty-four (24) hours prior to the relocation of any traffic control devices. Full compensation for furnishing, installing, moving, and removing of all necessary traffic control devices including, but not limited to, signing, striping, barricades, and flagging shall be included in the bid item for "Traffic Control System", as shown on the bid schedule, and no additional compensation will be allowed therefore. Section , "Flagging Costs", of the Caltrans Specifications is deleted Sound Control Requirements Sound control shall conform to the provisions in Section I, "Sound Control Requirements", of the Caltrans Specifications and these Special Provisions. The noise level from the Contractor's operations, between the hours of 9:00 p.m. and 6:00 a.m., shall not exceed 86 dba at a distance of fifty (50) feet. This requirement shall not relieve the Contractor from responsibility for complying with other ordinances regulating noise level. The noise level requirement shall apply to the equipment on the job or related to the job, including, but not limited to, trucks, transit mixers, or transient equipment that may or may SP8

9 not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved, and no additional compensation will be allowed therefore Indemnification and Insurance "The Contractor shall indemnify and hold harmless the City of Stockton and all officers and employees thereof connected with the work, including, but not limited to, the Director of Public Works and the City Engineer from all claims, suits, or actions of every name, kind, and description brought forth on account of injuries to or death of any person, including, but not limited to, workmen and the public, or damage to property resulting from the performance of the Contractor, except as otherwise provided by statute. The duty of the Contractor to indemnify and hold harmless includes the duties to defend as set forth in Section 2778 of the Civil Code. The Contractor waives any and all rights to any type of expressed or implied indemnity against the City, its officers, or employees. It is the intent of the parties that the Contractor shall indemnify and hold harmless the City, its officers, and employees from any and all claims, suits, or actions as set forth above regardless of the existence or degree of fault or negligence on the part of the City, the Contractor, the subcontractor, or employee of any of these, other than the active negligence of the City, its officers, and employees." Indemnification and insurance shall conform to the provisions in Sections , Indemnification and Insurance, of the Standard Specifications and the following: Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved, and no additional compensation will be allowed therefore Rights in Land The following is added to Section , "Areas for Use", of the Caltrans Specifications: Occupy the project site only for purposes necessary to perform the work. If no City- owned area is designated for the Contractor's use, contractor may arrange for temporary storage with the Department. Defend, indemnify, and hold the State harmless to the same extent as under section All work, equipment parking, or any other activity associated with the project shall be confined to the project limits within the street rights-of-way. The Contractor's use of any other property exclusively in connection with this project shall be by a written SP9

10 agreement between the property owner and the Contractor. A certified copy of any such agreement shall be furnished to the Engineer prior to the use of such property by the Contractor." Full compensation for conforming to the provisions in this section shall be considered as included in prices paid for the various contract items of work involved, and no additional compensation will be allowed therefore Staging Area Attention is directed to the requirements specified in Section , "Areas of Use", of the Caltrans Specifications and these Special Provisions. The street right-of-way shall be used only for activities that are necessary to perform the required work. The Contractor shall not occupy the right-of-way or allow others to occupy the right-of-way for material storage or other purposes that are not necessary to perform the required work. The Contractor shall secure at his own expense any area required for plant sites, storage of equipment or materials, or for other purposes Construction Staking 1. Contractor shall be responsible referencing all existing monumentation within the limits of the project. Monument referencing shall be reviewed and approved by the engineer prior to commencing of the work. 2. The Contractor shall be responsible for all construction survey stakes necessary to construct the project in accordance to the lines, grades, sections, stage construction/traffic handling, and traffic signalization, pavement delineation plan described in the plans and specifications. The costs of any such construction survey stakes shall be included in the various unit prices bid by the Contractor. 3. The Contractor shall employ a Land Surveyor registered in the State of California or an appropriately registered Civil Engineer to perform such survey work. All stakes and marks set by the Contractor's Land Surveyor or Civil Engineer shall be carefully preserved by the Contractor. In case such stakes and marks are destroyed or damaged, they will be promptly replaced, at the direction of the Engineer at no additional cost to the City. Copies of all field notes and cut sheets shall be provided to the City at no additional cost to the City. 4. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in establishing the lines and grades, as specified in these Special Provisions, shall be included in the contract prices paid for Land Surveying for Construction Staking, and no additional compensation will be made therefore Increased or Decreased Quantities The City reserves the right to make such alterations, deviations, additions to, or omissions from the plans and specifications, including the right to increase or decrease the quantity of SP10

11 any item or portion of the work or to omit any item or portion of the work, as may be deemed by the Engineer to be necessary or advisable and to require such extra work as may be determined by the Engineer to be required for the proper completion or construction of the whole work contemplated, without adjustment in the unit price as bid. Section B, "Increase or Decreased Quantities", of the Standard Specifications, shall not apply. Any such changes will be set forth in a contract change order, which will specify, in addition to the work to be done in connection with the change made, adjustment of contract time, if any, and the basis of compensation for such work. A contract change order will not become effective until approved by the City Manager and/or City Council Extra Work CHANGES AND EXTRA WORK A General Section , "Changes and Extra Work", of the Caltrans Specifications is amended by adding the by changing the wording to the City instead of Department: The City may make changes within the scope of work and add extra work. The Engineer describes the changes and extra work, the payment basis, and any time adjustment in a Change Order. A Change Order is approved when the City signs the Change Order. Until the City approves a Change Order, continue to perform the work under the Contract unless the Engineer orders you to start the work described in the Change Order before its approval. Submit detailed cost data for a unit price adjustment for a bid item if (1) the Engineer requests the data or (2) you request a unit price adjustment resulting from a change of more than 25 percent in the bid item's quantity B Work-Character Changes The City adjusts the unit price for an item if: 1. An ordered plan or specification change materially changes the character of a work item from that on which the bid price was based 2. The unit cost of the changed item differs when compared to the unit cost of that item under the original plans and specifications 3. No approved Change Order addresses the payment DIFFERING SITE CONDITIONS (23 CFR ) A General Reserved B Contractor's Notification Promptly notify the Engineer if you find either of the following conditions: 1. Physical conditions differing materially from either of the following: 1.1. Contract documents Job site examination 2. Physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the Contract Include details explaining the information you relied on and the material differences you discovered. If you fail to promptly notify the Engineer, you waive the differing site condition claim for the period between your discovery of the differing site condition and your notification to the Engineer. If you disturb the site after discovery and before the Engineer's investigation, you SP11

12 waive the differing site condition claim C Engineer's Investigation and Decision Upon your notification, the Engineer investigates job site conditions and: 1. Notifies you whether to resume affected work 2. Decides whether the condition differs materially and is cause for an adjustment of time, payment, or both STOP NOTICE Section E(4), "Stop Notice Withholds", of the Caltrans Specifications is amended by adding the by changing the wording to the City instead of Department: E(4) Stop Notice Withholds The City may withhold payments to cover claims filed under Civil Code 3179 et seq Dust Control, Watering, Site Maintenance, and Cleanup Dust control shall conform to the provisions in Section 14 "Dust Control" of the Caltrans Specifications and these Special Provisions. Use of water except for recycled, reclaimed, or other non-potable water for the purpose of dust control or other construction uses unless for health or safety purposes is prohibited. All dust control operations shall be performed by the Contractor at the time, location and in the amount ordered by the Engineer. The application of either water or dust palliative shall be under the control of the Engineer at all times." Watering shall conform to the provisions of Section 17 "Apply Water," and Section 18 Apply Dust Palliative of the Caltrans Specifications and these Special Provisions. Prevent and alleviate dust by applying water, dust palliative, or both under section and by covering active and inactive stockpiles under sections C(3) and During construction, the Contractor shall remove all rubbish and debris as it is generated. Upon completion of the work, the Contractor shall remove all equipment, debris, and shall leave the site in a neat, clean condition all to the satisfaction of the Engineer. A permit shall be obtained from the Municipal Utilities Department, or California Water Service, as applicable, for construction water obtained from City hydrants. This permit shall be approved by the City of Stockton Fire Department. The Contractor shall conduct and cause all working forces at the site to maintain the site in a neat, orderly manner throughout the construction operations. The work shall be conducted in a manner that will control the dust. When ordered to provide dust control, the Contractor shall use water to reduce the dusty conditions all to the satisfaction of the Engineer. During construction, the Contractor shall remove all rubbish and debris as it is generated. The Contractor shall be charged two hundred fifty dollars ($250) for each and every occurrence that debris remains within the project limits overnight. Upon completion of the work, the Contractor shall remove all equipment and debris, and shall leave the site in a neat, clean condition all to the satisfaction of the Engineer Pre-Construction Meeting The City of Stockton Public Works Department will schedule a pre-construction meeting with the Contractor following award of the contract and prior to commencing work (Contact SP12

13 Ray Deyto ).This meeting will be held in the City of Stockton, Public Works Department Post-Construction Meeting The Contractor shall attend a post-construction meeting that will be arranged by the Public Works Department (Contact Ray Deyto ) after completion of work and prior to acceptance and final payment. The project Design Engineer and the project Inspector will also attend this meeting. The purpose of the meeting will be to discuss the project and any related issues that can help improve future Public Works construction projects. This meeting will be held in the City of Stockton, Public Works Department As-Built/Record Drawings The Contractor shall maintain a complete set of drawings on-site for the purpose of keeping up to date all field modifications. This plan set shall be available for review by the project Inspector and the Engineer. These plans shall be provided to the Inspector after the completion of construction at the Post-Construction Meeting and prior to the final payment. All revisions, modifications, and/or changes shall be marked clearly. Notes and dimensions shall be in red and be clear and legible. These plans will be used by the Engineer to mark up the original plan sheets with the revisions made during construction. A list shall be maintained of any trees removed during the course of construction by the Contractor or his Subcontractor, identifying the location, size, and species (common name). This list shall be submitted to the Engineer before the trees are removed. Full compensation for furnishing the As-Built/Record Drawings shall be considered included in the prices paid for the various bid items of work, and no additional compensation will be considered therefore Blank Notice of Potential Claim The Contractor shall not be entitled to the payment of any additional compensation for any cause, or for the happening of any event, thing, or occurrence, including any act or failure to act, by the Engineer, unless he has given the Engineer due to written notice by potential claim as hereinafter specified, provided, however, that compliance with this Section shall not be a prerequisite for matters within the scope of the protest provisions under Changes or Time of Completion or within the notice provisions in Liquidated Damages not to any claim which is based on differences in measurements Or errors of computation as to Contract quantities. The written notice of potential claim Shall set forth the items and reasons which the Contractor believes to be eligible for Additional compensation, the description or work, the nature of additional costs and the total amount of the potential claim. If based on a act or failure by the Engineer, written notice for the potential claim must be given to the Engineer prior to the Contractor commencing work; in all other cases, written notice for potential claims must be given to the Engineer within 15 days after the happening of the event, thing or occurrence giving rise to the potential claim. SP13

14 It is intention of this Section that potential differences between the parties of this Contract be brought to the attention of the Engineer at the earliest possible time appropriate action may be taken and settlement may be reached. The Contractor hereby agrees that he shall have no right to additional compensation for any claim that may be based on any act or failure to act by Engineer or any event, thing or occurrence for which no written notice of potential claim was filled. SECTION 6 Blank SECTION 7 - MEASUREMENT AND PAYMENT General Attention is directed to Section 9 of the Standard Specifications, Section 9 of the Caltrans Specifications, and these Special Provisions. All measurements and payments for this work shall conform to all applicable provisions on Section 9 of the Standard Specifications and Section 9 of the Caltrans Specifications. All materials designated to be removed shall become the property of the Contractor, unless otherwise noted, and shall be disposed in accordance with local, State, and Federal laws and ordinances. Full compensation for disposal of materials and performing the work in these Special Provisions shall be included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefore Lump Sum Bid Items Value schedules for each lump sum bid item shall be prepared and submitted to the Engineer as set forth in Section , "Lump Sum Contracts", of the City Standard Specifications and Plans ten (10) days prior to the issuance of the Notice to Proceed. Unless otherwise approved by the Engineer, materials on hand, but not incorporated into the work, shall not be included for measurement or for purposes of payment Payments Attention is directed to Sections , "Progress Payments", and , "Payment after Acceptance", of the Caltrans Specifications, and Sections , "Progress Payments", and D, "Final Payment and Claims", of the Standard Specifications. No partial payment will be made for any materials that are furnished on hand, but not yet installed or incorporated in the work. Upon completion of all of the work included herein, including approved contract change orders as appropriate, and the Contractor may request that the Engineer file a Notice of Partial Completion for the work items so completed for the purposes of relief of SP14

15 maintenance and release of retention. Schedule of Measurement and Payment: 1. Mobilization, and Clearing and Grubbing including removal shrubs, and portable toilets: By Lump Sum 2. Pavement/Concrete Demolition/Roadway Excavation/Grading: By Cubic Yard Includes removal of asphalt, concrete and curb, aggregate base, etc. Includes saw cutting, cold planning, and or excavating, etc. Includes excavating, grading, filling, and compacting the right-of-way for the purpose of replacing driveway and parking areas. Excavation areas to be per City of Stockton Standard Detail Drawing No. 26 where concrete is to be keyed into existing concrete slabs and existing driveway. Fill to place in layers not to exceed 6 in depth and compacted. Compaction testing shall be performed in accordance with California Test Method No. 231, Nuclear Gage. Ninety-five (95) percent of relative compaction will be required under all new structures and road base EROSION CONTROL 3. Pollution Control Devices: By Lump Sum Installation of curb inlet protection and fiber roll protection and removal of pollution control devices when project is completed. TRAFFIC CONTROL (during construction activities) 4. Traffic Control System: By Lump Sum Includes preparation of Traffic Control Plan providing, erecting, flagging, maintaining, and removing vehicular and pedestrian traffic control. Includes any temporary signaling necessary to maintain traffic control at driveway during construction. Includes coordinating with Public Works Traffic Section. Includes maintenance of traffic control system through out the project. IMPROVEMENTS 5. 6 Vertical Curb and Gutter: By Lineal Foot Includes labor and material, tools and equipment, and incidentals, including aggregate subbase, reinforcement, sawcuttings, backfill, compaction, watering, expansion joint filler, grading, installing reinforcement into existing concrete sidewalk,, forming and concrete curing compound, and for doing all the work involved in furnishing and placing concrete curb and gutter, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. SP15

16 6. Concrete Driveway (8 Thick-4,000 psi): By Square Foot Includes concrete saw cutting, demolition, disposal, cold planning, and excavation. Includes supplying concrete to the site, forming including keying in to existing driveway and concrete slabs per City of Stockton Standard Drawing 26, installing dowels into existing concrete curbs, reinforcing, placing concrete, removing forms, curing, finishing, loading and removing waste materials from the site, and constructing the facilities to the elevations and locations indicated on the plans and to the tolerances specified. 7. Concrete Sidewalk and Disabled Access Ramp: By Square Foot Includes concrete saw cutting, demolition, disposal, cold planning, and excavation. Includes supplying concrete to the site, forming, reinforcing, placing concrete, removing forms, curing, finishing, loading and removing waste materials from the site, and constructing the facilities to the elevations and locations indicated on the plans and to the tolerances specified. 8. Asphalt Pavement (Type A): By Ton Includes supplying, saw cutting, back oiling all edges, preparing surface, placing and compacting asphalt concrete to the elevations, thickness, and locations indicated on the plans and to the tolerances specified. 9. Aggregate Base (Class 2): By Ton Unless otherwise indicated in these Special Provisions or indicated on the plans, aggregate base shall conform to the requirements of Section 26, "Aggregate Base", of the Caltrans Specifications for Class 2 aggregate base. Aggregate base shall be placed in lifts no greater than eight (8) inches in loose thickness and in a manner that avoids segregation, moisture conditioned as necessary, and compacted to at least ninety-five percent (95%) relative compaction. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in construction of the various depths of aggregate base, complete in place, will be considered as included in the contract unit prices paid for various items of work involving aggregate base, and other items of work, and no additional compensation will be allowed therefore. 10. Parking Striping and signage: Lump Sum Includes material, painting parking stripes as specified on plans. SP16

17 11. Gate Detector Loop Includes installation pre-formed gate detector loops, connecting to existing gate opener by lump sum shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Installation of Gate Detector Loops and no additional compensation will be allowed therefore. Contractor to provide submittal for gate detector loops. 12. Construction Staking: Lump Sum a) Contractor shall be responsible referencing all existing monumentation within the limits of the project. Monument referencing shall be reviewed and approved by the engineer prior to commencing of the work. b) Contractor shall be responsible for all control points and construction survey stakes necessary to construct the project in accordance to the lines, grades, sections, traffic handling, and pavement delineation plan described in the plans and specifications. c) Contractor shall employ a Land Surveyor licensed in the State of California or appropriately registered Civil Engineer to perform such survey work. All stakes and marks set by the Contractor s Land Surveyor or Civil Engineer shall be carefully preserved by the Contractor. In case such stakes and marks are destroyed or damaged, they will be promptly replaced, at the direction of the Engineer at no additional cost to City of Stockton. Copies of all field notes and cut sheets shall be provided to City of Stockton at no additional cost. d) Full compensation for furnishing all labor, materials, tools equipment and incidentals, and all work involved in establishing the lines and grades as specified in these special provisions and specifications shall be included in the contract price paid for Land Surveying for Construction Staking, as set forth in the Contractor s Bid, and no additional compensation will be made therefore. 13. Landscape Irrigation: Lump Sum a) Contractor shall remove existing sprinklers, and irrigation line. Relocate existing irrigation valves and boxes. Install new irrigation line from expanded driveway area. b) Full compensation for furnishing all labor, materials, tools equipment and incidentals, and all work involved in removing sprinklers, irrigation line, relocating existing water valves and boxes, and installing irrigation line and connect to existing irrigation line as specified in these special provisions and specifications shall be included in the contract price paid for Landscape Irrigation, as set forth in the Contractor s Bid, and no additional compensation will be made therefore High Wood Fence: Lineal Foot Includes labor and material, tools and equipment, and incidentals, including SP17

18 digging post holes, wood-rails, fence boards, kicker board and posts, nails and doing all of the work involved in constructing 6 high wood fence, complete in place, as shown on the plans, as specified in that Standard Specifications and these Special Provisions, and as directed by the Engineer. SECTION 8 - MATERIALS Blank Blank Minor Concrete Minor concrete shall conform to Section 90-2 of the Caltrans Specifications. SECTION 9 - DESCRIPTION OF WORK Description of Work The work to be performed consists of furnishing all labor, materials, tools, transportation, supplies, equipment, appurtenances, fuel, and power, unless specifically excepted, necessary, or required to provide complete operating roadways, as further delineated on the plans and described in these Special Provisions. The work shall include, but not be limited to, the following: 1. Removal of and disposal of existing asphalt and concrete pavement, existing striping and existing facilities not scheduled to be incorporated into the new work, and removal and disposal of deleterious material new and modified. 2. Construction of new curb, asphalt and concrete driveway. 3. Installation of gate detector loop. 4. Providing traffic control and water pollution control as required. 5. Stripe parking lot as specified on plans. 6. Construction Staking 7. Construction of 6 high wood fence. All other work as may be necessary as indicated on the plans, in the specifications, and as required by the Engineer Blank Quantities The following estimate of the quantities of work to be done and materials to be furnished are approximate only, and are intended as a basis for the comparison of bids. The City does not expressly or by implications agree that the actual amount of work will correspond SP18

19 therewith, but reserves the right to increase or decrease the amount of any class or portion of the work without increase or decrease in the unit price bid or to omit portions of the work that may be deemed necessary or expedient by the Engineer. Item (1) Description Unit Quantity 1 Mobilization, and Clearing and Grubbing LS 1 2 (F) Pavement/Concrete Demolition / Driveway Excavation/Grading CY 296 Erosion Control 3 Pollution Control Devices LS 1 Traffic Control 4 (S) Traffic Control LS 1 Improvements 5 6 Vertical Curb LF Concrete Driveway 8 thick (4,000 psi) SF Concrete Sidewalk and Disabled Access Ramp SF Asphalt Pavement (Type A) 6 Thick TON Aggregate Base (Class 2) TON Parking Striping LS 1 11 Gate Detector Loop EA 1 12 Construction Staking EA 1 13 Landscape Irrigation LS High Wood Fence LF 86 (S) Denoted Specialty Items (F) Denoted Final Pay Each bidder shall bid each item of Base Bid Schedule. Failure to bid an item shall be just cause for considering the bid as non-responsive. The City reserves the right to include or delete any Schedule or portion thereof, or to reject all bids. Bid items unit prices hold for the life of the Contract. Adjustment to any unit prices is not allowed. Official bid documents, including plans and specifications are available online at All bids submitted for this project must conform with the requirements of the official bid documents, including plans and specifications. SECTION 10 - CONSTRUCTION DETAILS Order of Work The order of work shall conform to the Contractor's approved project schedule described in SP19

20 Section , "Progress Schedule", of these Special Provisions. Contractor's attention is directed to the Public Safety, Public Convenience, and Maintaining Traffic sections of these Special Provisions. Nothing in this section shall be construed as to relieve the Contractor of his/her responsibility to stage the work in a manner which complies with the requirements of these sections. All permits and approvals as may be required for this project shall be secured or ordered immediately after award of the contract or their acquisition timing determined, such that the same is not a cause for delay. The cost of the permits shall be included in the total bid costs. The Contractor shall obtain a road encroachment permit prior to start of construction. Contractors shall obtain a permit from City of Stockton Permit Center located at 345 N. El Dorado Street, Suite 200, Stockton, CA. The Contractor shall stage and sequence the work as follows: The first order of work shall be the ordering of all items required, after all submittals are approved by the engineer, for this project which may have long lead times to assure that their acquisition is not the cause for any delays. These statements shall be furnished within ten (10) working days of the Notice to Proceed date. Prior to the start of construction, the Contractor shall verify the location and depth of all existing utilities and underground facilities within the project limits. The Contractor shall call U.S.A. Underground to mark all existing utilities. The Contractor shall notify the Engineer of any discrepancies between the conditions in the field and the plans. Portions of existing concrete curbs, gutters and sidewalks that are removed shall be replaced within 7 working days after removal. Street lighting and traffic signals shall be maintained at all times. City of Stockton s cost to repair interruptions to street lights and signals shall be paid by contractor. The Contractor shall arrange the construction schedule and staging to allow for cooperation and coordination with utility companies that are relocating existing facilities with the project area. The Contractor shall develop and implement Best Management Practices (BMPs) that will prevent all construction pollutants from contacting storm water and with the intent of keeping all products of erosion from moving off site into receiving waters. The Contractor shall inspect and maintain all BMPs. The Contractor shall identify concrete wash areas. Minor deviations from these requirements may be allowed by the Engineer, if in the opinion of the Engineer, the prosecution of the contract will be better served and the work expedited. Any Contractor request for such deviations shall not be adopted without the Engineer's prior written approval. Full compensation for conforming to such requirements will be considered as included in the prices paid for the various contract items of work, and no additional compensation will SP20

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

2016 CONCRETE REPLACEMENT PROJECT

2016 CONCRETE REPLACEMENT PROJECT CITY OF DELTA, COLORADO CONTRACT DOCUMENTS FOR 2016 CONCRETE REPLACEMENT PROJECT Prepared By: City of Delta 360 Main Street Delta, Colorado 81416 (970) 874-7566 ext 216 CITY OF DELTA PUBLIC WORKS DEPARTMENT

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

KIMBERLY A. KERR. Interim Director of Transportation. Internet Web Site:

KIMBERLY A. KERR. Interim Director of Transportation. Internet Web Site: COUNTY OF EL DORADO DEPARTMENT OF TRANSPORTATION CONSTRUCTION DIVISION 2441 Headington Road Placerville CA 95667 Phone: (530) 642-4987 Fax: (530) 295-2655 KIMBERLY A. KERR. Interim Director of Transportation

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

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE BE IT ORDAINED by the Town Council of the Town of Plainville: SECTION 1. SUBDIVISIONS. All subdivisions hereinafter developed within

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

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

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR

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

CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY. Guidance on restoration of City Rights-of-Way

CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY. Guidance on restoration of City Rights-of-Way CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY Guidance on restoration of City Rights-of-Way Public Works Department Directors Office 747 Market Street Suite 408 Tacoma, WA 98402 253-591-5525 Right-of-Way

More information

INVITATION TO BID ON TOWN PAVING PROJECTS

INVITATION TO BID ON TOWN PAVING PROJECTS INVITATION TO BID ON TOWN PAVING PROJECTS Offers shall be clearly labeled Paving Bid and submitted to: Town of Madison Paving Bid Attn: Tim Curtis, Town Manager 26 Weston Ave Madison, ME 04950 Bid opening:

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

City of Reno Public Works 1 E. 1 st Street, 8 th Floor P.O. Box 1900 Reno, NV (775) (775) FAX

City of Reno Public Works 1 E. 1 st Street, 8 th Floor P.O. Box 1900 Reno, NV (775) (775) FAX City of Reno Public Works 1 E. 1 st Street, 8 th Floor P.O. Box 1900 Reno, NV 89505 (775) 334-3304 (775) 334-1226 FAX SPECIAL CONDITIONS OF APPROVAL FOR Permit # EAE14-00XXX Applicant: Job Description:

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

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904) CITY OF ATLANTIC BEACH BID NUMBER 1314-08 PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA 32233 (904) 247-5880 REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Addendum No. 1 Page 1 of 2

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

More information

901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT

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

More information

TRAFFIC SIGNAL IMPROVEMENT PROJECT

TRAFFIC SIGNAL IMPROVEMENT PROJECT TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS TRAFFIC SIGNAL IMPROVEMENT PROJECT BEDFORD ST (ROUTE 62) AT MIDDLESEX TURNPIKE EXT. Contract #18C-411-0015 This is an unofficial Bid Spec. If this document

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

VANDERBILT UNIVERSITY

VANDERBILT UNIVERSITY VANDERBILT UNIVERSITY CAMPUS PLANNING & CONSTRUCTION PROJECT MANUAL GUIDELINES INTRODUCTION These instructions are intended to guide the Architect in preparing the Project Manual for Vanderbilt University

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

COUNTY OF SAN JOAQUIN

COUNTY OF SAN JOAQUIN August 1, 2012 COUNTY OF SAN JOAQUIN General Services Department 44 North San Joaquin Street, Suite 590 Stockton, California 95202-2778 (209) 468-3357, Fax (209) 468-2186 GABRIEL E. KARAM Director Capital

More information

SECTION IV. PIPELINE EXCAVATION AND BACKFILL

SECTION IV. PIPELINE EXCAVATION AND BACKFILL SECTION IV. PIPELINE EXCAVATION AND BACKFILL A. Description of Work B. Surface Types C. Backfill D. Surface Restoration A. DESCRIPTION OF WORK 1. Extent: Excavation of trenches for pipelines shall include

More information

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

More information

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located

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

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

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

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

More information

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS

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

More information

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT SPECIFICATIONS FOR THE CONSTRUCTION OF HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. 139 OCTOBER 2017 LACSD PO

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

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703)

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703) Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA 20155 Phone (703) 754-6750 Work Request # UNDERGROUND DISTRIBUTION FACILITIES AGREEMENT (FOR COMMERCIAL CUSTOMER) Developer/Builder/Owner

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

B. Subsurface data is available from the Owner. Contractor is urged to carefully analyze the site conditions.

B. Subsurface data is available from the Owner. Contractor is urged to carefully analyze the site conditions. SECTION 31 23 33 - TRENCHING, BACKFILLING AND COMPACTION PART 1 - GENERAL 1.1 SCOPE A. This Section specifies the requirements for excavating and backfilling for storm sewer, sanitary sewer, water distribution

More information

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

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

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

Bill of Quantity (BOQ)

Bill of Quantity (BOQ) United Nation Development Programme Construction Salah El Deen Road Median From Al Zawaida entrance to Al Maghazi Northern entrance PAL 10-00071488 Bill of Quantity (BOQ) PREAMBLE TO BILL OF QUANTITY (BOQ)

More information

Standard Specifications & Details

Standard Specifications & Details Standard Specifications & Details 2013 TABLE OF CONTENTS SECTION 100 INFORMATION FOR BIDDERS SECTION 101 PRINTED PROPOSAL FORMS SECTION 102 VARIATION IN ESTIMATED QUANTITIES SECTION 103 EXAMINATION OF

More information

SECTION TRENCHING & BACKFILLING

SECTION TRENCHING & BACKFILLING SECTION 02225 - TRENCHING & BACKFILLING 1.0 GENERAL 1.1 Work included in this Section includes trenching and backfilling for underground pipelines and related structures only. 1.2 Reference Specifications

More information

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Addenda - Documents used by the Owner to incorporate interpretations or clarifications, modifications,

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

More information

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

INSPECTION AND ACCEPTANCE FOR MAINTENANCE Inspection and Acceptance For Maintenance Page 1 (Last revised 6/29/10) INSPECTION AND ACCEPTANCE FOR MAINTENANCE SELECTED LINKS TO SECTIONS WITHIN THIS SPECIFICATION Acceptance Sewer As Built Drwg Example

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS

More information

SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS

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

More information

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

Table of Contents for Guide Specifications

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

More information

ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED)

ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED) ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED) 275.1. Description. This Item shall govern for treating subgrade, new and/or existing base [with or without asphaltic concrete pavement (ACP)], or

More information

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information

More information

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. 531 N. Nash Street Hortonville, WI 54944-0099 Phone: 920-779-6011 Fax: 920-779-6552 www.hortonvillewi.org REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. Date Issued: February 5, 2016 Date Due: March

More information

CITY OF STOCKTON DIVISION 2 EXISTING CONDITIONS Selective Demolition DIVISION 3 - CONCRETE Special Concrete Floor Finishes.

CITY OF STOCKTON DIVISION 2 EXISTING CONDITIONS Selective Demolition DIVISION 3 - CONCRETE Special Concrete Floor Finishes. TABLE OF CONTENTS DIVISION 1 CITY OF STOCKTON SPECIAL PROVISIONS 1.0 Scope of Work 1.1 Terms and Definitions 2.0 General Requirements: 2.1 Summary 2.2 Coordination of Documents 2.3 Related Work between

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

Section Safety Section Cleanup. None Required

Section Safety Section Cleanup. None Required January 2000 Page 1 of 6 PART 1 GENERAL 1.01 OTHER CONTRACT DOCUMENTS 1.02 DESCRIPTION OF WORK 1.03 RELATED SECTIONS PART 2 PRODUCTS The General Conditions of the Contract, General Requirements, and Supplemental

More information

BID # REPAIR AREA OF PARKING LOT DAMAGED BY WATER LINE LEAK SECTION C TECHNICAL SPECIFICATIONS OWNER

BID # REPAIR AREA OF PARKING LOT DAMAGED BY WATER LINE LEAK SECTION C TECHNICAL SPECIFICATIONS OWNER BID # 14-47 REPAIR AREA OF PARKING LOT DAMAGED BY WATER LINE LEAK SECTION C TECHNICAL SPECIFICATIONS OWNER Board of Trustees Middlesex County College 2600 Woodbridge Avenue P.O. Box 3050 Edison, New Jersey

More information

REQUIREMENTS FOR WORK WITHIN ROAD RIGHTS-OF-WAY IN UNION COUNTY

REQUIREMENTS FOR WORK WITHIN ROAD RIGHTS-OF-WAY IN UNION COUNTY REQUIREMENTS FOR WORK WITHIN ROAD RIGHTS-OF-WAY IN UNION COUNTY The requirements contained herein are established to provide for orderly and systematic use of the county road rights-of-way within Union

More information

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12 SCOPE SUMMARY: DIVISION: 0 - LEGAL DOCUMENTS Complete; DIVISION: 1 - GENERAL REQUIREMENTS As Applicable; SECTION: - ATTACHED SKETCH Complete; Geotechnical Engineering Report as prepared by Building and

More information

INVITATION TO BID-NEW CONSTRUCTION

INVITATION TO BID-NEW CONSTRUCTION INVITATION TO BID-NEW CONSTRUCTION Date: 6/23/2015 To: All Invited Bidders You are invited to submit a bid for the commercial landscape for the Morongo Trail Roundabouts. Per attached plans and specs.

More information

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the CONTRACT AGREEMENT This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the "City") and Contractor as of the date the last party to this Contract Agreement signed below. W I T N E

More information

REQUEST FOR TENDER - SERVICES RFT HOUSE DEMOLITION 7958 BEAVERDAMS RD., NIAGARA FALLS, ON.

REQUEST FOR TENDER - SERVICES RFT HOUSE DEMOLITION 7958 BEAVERDAMS RD., NIAGARA FALLS, ON. REQUEST FOR TENDER - SERVICES 1. PURPOSE AND SCOPE This specification is intended to govern the supply of all labour, materials and equipment for the dismantling, demolition of a single dwelling on the

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction

Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction 1.00 DESCRIPTION 1.01 WORK INCLUDED: This work shall include the furnishing of all labor, equipment and materials necessary

More information

SPECIFICATIONS - DETAILED PROVISIONS Section Welded Steel Tanks for Water Storage C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Welded Steel Tanks for Water Storage C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 13311 - Welded Steel Tanks for Water Storage C O N T E N T S PART 1 - GENERAL... 1 1.01 REQUIREMENT... 1 1.02 QUALITY ASSURANCE... 2 1.03 SUBMITTALS... 2 1.04

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

I. Project Overview and Limits. Project Goal

I. Project Overview and Limits. Project Goal Scope of Work and Deliverables for Subsurface Utility Engineering (SUE) for both Underground and Overhead Utilities on T.H. 10, and its Connecting Roads under S.P. 8001-40 I. Project Overview and Limits

More information

COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL

COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL SECTION 01310 COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL 1.01 SCOPE: A. COST LOADED CONSTRUCTION SCHEDULE (Construction Schedule): The WORK under this Contract shall be planned, scheduled, executed,

More information

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

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

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

SECTION CAST-IN-PLACE CONCRETE

SECTION CAST-IN-PLACE CONCRETE SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.01 SECTION INCLUDES A. The Contractor shall furnish all work and materials, including cement, sand and coarse aggregate, water, admixtures, curing

More information

DOCUMENT AGREEMENT FORM STIPULATED SUM (SINGLE-PRIME CONTRACT)

DOCUMENT AGREEMENT FORM STIPULATED SUM (SINGLE-PRIME CONTRACT) DOCUMENT 00 52 13 AGREEMENT FORM STIPULATED SUM (SINGLE-PRIME CONTRACT) THIS AGREEMENT IS MADE AND ENTERED INTO THIS DAY OF, 2014, by and between the Ohlone Community College District ( District ) and

More information

Zoning Permits 11-1 ZONING PERMITS

Zoning Permits 11-1 ZONING PERMITS Zoning Permits 11-1 ZONING PERMITS (a) Building or structures shall be started, repaired, reconstructed, enlarged or altered only after a zoning permit has been obtained from the administrator and a building

More information

A. Texas Department of Transportation 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (TxDOT).

A. Texas Department of Transportation 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (TxDOT). SECTION 32 01 16 ASPHALT OVERLAY PART 1 - GENERAL 1.1 SCOPE OF WORK A. This Section specifies the requirements for scarifying, grinding, sweeping and repair of existing asphalt concrete pavement to establish

More information

SECTION CONSTRUCTION SERVICES

SECTION CONSTRUCTION SERVICES SECTION 01100 CONSTRUCTION SERVICES PART 1 GENERAL 1.01 - Section Includes A. Mobilization. B. Construction Surveys. C. Record Documents. 1.02 Description Of Work A. Mobilization: includes the preparatory

More information

1. Title. This regulation shall be known as the Construction Activities and Compliance Deposit Regulation.

1. Title. This regulation shall be known as the Construction Activities and Compliance Deposit Regulation. CONSTRUCTION ACTIVITIES AND COMPLIANCE DEPOSIT REGULATION Adopted 3/16/90 Revised 4/10/92 Revised 4/7/94 Revised 4/8/98 Revised 10/21/98 Revised 11/27/2010 Revised 05/25/2017 1. Title. This regulation

More information

OHIO CITY TOWN HALL OHIO CITY, COLORADO

OHIO CITY TOWN HALL OHIO CITY, COLORADO OHIO CITY TOWN HALL OHIO CITY, COLORADO PROJECT MANUAL PHASE 1 FOUNDATION STABILIZATION AND ELECTRICAL UPGRADES MAY 20, 2014 - BID DOCUMENTS THIS PAGE INTENTIONALLY LEFT BLANK ISSUE LOG * Items in Italics

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

CONSTRUCTION MANAGEMENT AGREEMENT

CONSTRUCTION MANAGEMENT AGREEMENT CONSTRUCTION MANAGEMENT AGREEMENT This Construction Management Agreement ( Agreement ) is made and entered into effective November 1, 2012, by and between the Newark Unified School District ( District

More information

POLICE DEPARTMENT. Bid Package SITE MAINTENANCE

POLICE DEPARTMENT. Bid Package SITE MAINTENANCE Town of Middlebury, Vermont POLICE DEPARTMENT Bid Package SITE MAINTENANCE July 1, 2018- June 30, 2019 Town of Middlebury, Vermont Police Department Site Maintenance Bid July 1, 2018- June 30, 2019 Invitation

More information

Addition to Section 4 - Special Use Regulations

Addition to Section 4 - Special Use Regulations Large-Scale Ground-Mounted Solar Photovoltaic Installations Addition to Section 4 - Special Use Regulations 4.4 Large Scale Ground-Mounted Solar Photovoltaic Installations 4.4.1 Purpose The purpose of

More information

City of Auburn. Standard Construction Specifications As Revised January 1, 2016

City of Auburn. Standard Construction Specifications As Revised January 1, 2016 City of Auburn Standard Construction Specifications As Revised January 1, 2016 City of Auburn Public Works Department 171 N. Ross Street, Suite 200 Auburn, Alabama 36830 334 501 3000 334 501 7294 (fax)

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

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR TAXIWAY Y BRIDGE REINFORCEMENT FOR GROUP VI AIRCRAFT CONTRACT NO. 9500498 November 30, 2017 The Request

More information

Sample Timber Sale Agreement

Sample Timber Sale Agreement Sample Timber Sale Agreement I (Name) of (Address), hereinafter called the Contractor, agree to purchase from: (Name) of (Address), hereinafter called the Seller, the designated timber from the area described

More information

TEXAS WOMAN'S UNIVERSITY AND ABC Design Firm

TEXAS WOMAN'S UNIVERSITY AND ABC Design Firm PROFESSIONAL SERVICES AGREEMENT BETWEEN TEXAS WOMAN'S UNIVERSITY AND ABC Design Firm This Agreement made the (spell out day ) day of Month, Year, by and between TEXAS WOMAN'S UNIVERSITY, Denton, Texas,

More information

JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO March 16, 2018

JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO March 16, 2018 JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO. 77030 March 16, 2018 Engineer: Joseph B. Callaghan, Inc. 1655 Suburban Station Building 1617 John F. Kennedy Blvd. Philadelphia, PA 19103 jbciengineers.com

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

BID PACKAGE AND SPECIFICATIONS FOR ASPHALT PAVING CITY OF LAFAYETTE

BID PACKAGE AND SPECIFICATIONS FOR ASPHALT PAVING CITY OF LAFAYETTE BID PACKAGE AND SPECIFICATIONS FOR ASPHALT PAVING CITY OF LAFAYETTE EXHIBIT A TECHNICAL SPECIFICATIONS ASPHALT OVERLAY CITY OF LAFAYETTE 2 ROADWAY CONSTRUCTION A-01 Modifications To Tennessee Department

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES This Agreement, approved on January 20 th, 2009 by and between the Monroe County Community School Corporation, 315 North Drive, Bloomington, Indiana (hereinafter

More information

SPECIFICATIONS FOR FULL DEPTH RECLAMATION WITH CALCIUM CHLORIDE

SPECIFICATIONS FOR FULL DEPTH RECLAMATION WITH CALCIUM CHLORIDE SPECIFICATIONS FOR FULL DEPTH RECLAMATION WITH CALCIUM CHLORIDE 1.0 DEFINITIONS The term Director [Superintendent, etc.] shall mean the Director of Public Works of the awarding authority. The term Designee

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

Underground Piping for Private Hydrants & Sprinkler Supply Line

Underground Piping for Private Hydrants & Sprinkler Supply Line City of Brea Brea Fire Department Fire Prevention 1 Civic Center Circle Phone: (714) 990-7655 Underground Piping for Private Hydrants & Sprinkler Supply Line PURPOSE The provision of adequate water supplies

More information