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

Size: px
Start display at page:

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

Transcription

1 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 The following changes are made to the Proposal, Specifications and Plans: SPECIFICATIONS: Remove P-3 through P-8 and Replace with attached P-3 Revised 4/12/17 through P-9 Revised: Remove the sentence on SP-5 Section Contract Time and Contract Completion Date The work shall be substantially complete on or before July 28, 2017 and all work shall be complete on or before August 11, 2017 and Replace with The work shall be substantially complete on or before August 31, 2017 and all work shall be complete on or before September 15, Add the following paragraph on SP-6 under Section Limitations of Operations: The guardrail and drainage work excluding Pay Item shall commence on June 12, 2017 and be completed prior to the mainline paving operations beginning. Add SP-33A Revised (4/12/17) after SP-33 and SP-52A Revised (4/12/17) after SP-52. Remove SP-60 and Replace with SP-60 Revised (4/12/17). PLANS: Remove plan sheet 2 of 21 and Replace with the attached Revised 2 of 21. Insert plan sheets 16A and 16B following plan sheet 16. Contract Addendum No. 1 Page 1 of 2

2 Notes: The above items and attached specifications and plans shall be considered as part of the bid submittal. The total number of pages of this addendum is 16 All bidders are requested to acknowledge the receipt of the Addendum No. 1 by signing below and faxing this sheet to Nathaniel Carll, Purchasing Department, MTA at Bidders are also required to acknowledge receipt of this Addendum No. 1 on Page P-8 of the bid package. Business Name Print Name and Title Signature Date April 12, 2017 Very truly yours, MAINE TURNPIKE AUTHORITY Nathanial Carll Purchasing Manager Maine Turnpike Authority Contract Addendum No. 1 Page 2 of 2

3 SCHEDULE OF BID PRICES CONTRACT NO Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 Item Number Item No Item Description Removing Pavement Surface - Mainline Units Square Yard Approx. Quantities 7,520 Unit Prices Bid Amount Removing Pavement Surface - Drainage Paths Square Rumble Strips Each 77, Widening of Existing Shoulder Linear Hot Mix Asphalt, 12.5mm Nominal Maximum Size, (Polymer Modified) RAP Ton 13, Hot Mix Asphalt, 12.5mm Nominal Maximum Size (sidewalks,drives,islands,and incidentals) Hot Mix Asphalt, 4.75mm Nominal Maximum Size Ton Ton 120 4, Berm Dropoff Correction - Grindings Ton 1, Bituminous Tack Coat, Applied Gallon 11, " Culvert Pipe Option III Linear " Culvert Pipe Option III Linear 30 CARRIED FORWARD: P-3 REVISED (4/12/17)

4 Item Number Item No Item Description Units Approx. Quantities Unit Prices CONTRACT NO: Bid Amount BROUGHT FORWARD: " Culvert Pipe Option III Linear Concrete Collar Each Rebuild Catch Basin to Grade - Type II Each Guardrail Beam Linear Terminal End - Remove and Stack Each Terminal End - Anchored End Each Reflectorized Beam Guardrail Delineator Each Delineator Post Each Delineator Post - Remove and Stack Each Guardrail Adjust - Single Rail Linear 1, Guardrail Adjust - Double Rail Linear 20, Single Wooden Post Each 10 CARRIED FORWARD: P-4 REVISED (4/12/17)

5 Item Number Item No Item Description Units Approx. Quantities Unit Prices CONTRACT NO: Bid Amount BROUGHT FORWARD: Single Offset Block - W-Beam Each Single Galvanized Steel Post Each Guardrail Flared Terminal Each Plain Riprap Cubic 90 Yard Erosion Control Blanket Square 290 Yard Loam Cubic 47 Yard Seeding Method #2 Unit Temporary Mulch Lump 1 Sum Erosion Control Geotextile Square 200 Yard White or Yellow Pavement Marking Line Linear 77, Broken White Pavement Marking Line Linear 38, Temporay Pavement Marking Line, White or Yellow Linear 116,640 CARRIED FORWARD: P-5 REVISED (4/12/17)

6 Item Number Item No Item Description Units Approx. Quantities Unit Prices CONTRACT NO: Bid Amount BROUGHT FORWARD: Temporary Raised Pavement Markers Each 6, Pavement Marking Tape Linear 1, Hand Labor, Straight Time Hour Air Compressor (Including Operator) Hour Air Tool (Including Operator) Hour All Purpose Excavator (including Operator) Hour Truck - Large (including Operator) Hour Foreman Hour Flashing Arrow Board Each Drum Lump 1 Sum Construction Signs Square 5, Maintenance of Traffic Control Devices Lump Sum 1 CARRIED FORWARD: P-6 REVISED (4/12/17)

7 Item Number Item No Item Description Units Approx. Quantities Unit Prices CONTRACT NO: Bid Amount BROUGHT FORWARD: Portable-Changeable Message Sign Each Truck Mounted Attenuator Cal. 60 Day $ $12, Automated Trailer Mounted Speed Limit Sign Unit " Temporary Silt Fence Linear Mobilization (Paving) Lump 1 Sum TOTAL: P-7 REVISED (4/12/17)

8 Contract Acknowledgment is hereby made of the following Addenda received since issuance of the Plans and Specifications: Accompanying this Proposal is an original bid bond, cashier s or certified check on Bank, for, payable to the Maine Turnpike Authority. In case this Proposal shall be accepted by the Maine Turnpike Authority and the undersigned should fail to execute a Contract with, and furnish the security required by the Maine Turnpike Authority as set forth in the Specifications, within the time fixed therein, an amount of money equal to Five (5%) Percent of the Total Amount of the Proposal for the Contract awarded to the undersigned, but not less than $500.00, obtained out of the original bid bond, cashier s or certified check, shall become the property of the Maine Turnpike Authority; otherwise the check will be returned to the undersigned. The performance of said Work under this Contract will be completed during the time specified in Subsection It is agreed that time is of the essence of this Contract and that I (we) will, in the event of my (our) failure to complete the Work within the time limit named above, pay to Maine Turnpike Authority liquidated damages in the amount or amounts stated in the Specifications. The undersigned is an Individual/Partnership/Corporation under the laws of the State of, having principal office at, thereunto duly authorized. (SEAL) Affix Corporate Seal or Power of Attorney Where Applicable (SEAL) (SEAL) By: Its: P-8 Revised (4/12/17)

9 Contract Information below to be typed or printed where applicable: INDIVIDUAL: (Name) PARTNERSHIP - Name and Address of General Partners: (Name) (Name) (Name) (Name) INCORPORATED COMPANY: (President) (Vice-President) (Secretary) (Treasurer) P-9 Revised (4/12/17)

10

11 SPECIAL PROVISION SECTION 603 PIPE CULVERTS AND STORM DRAINS (Reinforced Concrete Pipe) (Concrete Collar) Description The following paragraphs are added: This work shall also consist of furnishing and installing various sizes of corrugated HDPE pipe with a dual wall adaptor fitting by Hancor or an approved equal as shown on the plans. This work also consists of furnishing and installing a concrete collar to join the existing concrete pipe to the proposed concrete pipe in accordance with the details as shown on the Plans. The Contractor shall note that the concrete pipe ends may be of different sizes and may not fit snugly together Method of Measurement The following paragraph is added: The Concrete Collar shall be measured by each unit installed, complete in place and accepted. This shall be full compensation for furnishing labor and materials to construct a Concrete Collar to connect the existing and proposed pipe ends in a working like manner Basis of Payment Concrete Collars will be paid for at the Contract unit price each regardless of the size of the existing and proposed pipes. Payment will be made under: Pay Item Pay Unit Concrete Collar Each SP-33A REVISED (4/12/17)

12 SPECIAL PROVISION SECTION 619 MULCH Description The first paragraph is modified by the addition of the following: as a temporary or permanent erosion control measure after the word mulch. Add the following sentence at the end of the first paragraph: Refer to Section 656 Temporary Soil and Water Pollution Control, for more information on Temporary Mulch General The first paragraph is deleted and replaced with the following: Cellulose fiber mulch shall not be used within 200 feet of a wetland or stream. The limits shall be 200 feet up station and down station of the wetland or streams as well as the slopes adjacent to the stream. The application of hay or straw mulch with an approved binder shall be used at these locations to prevent erosion. The use of cellulose fiber mulch will only be allowed at other areas with the approval of the Resident. The Contractor may be required to demonstrate that the material may be applied in a manner that will prevent erosion and will aid in the establishment of permanent vegetation. The Resident reserves the right to require the use of hay or straw mulch at all locations if he determines that the cellulose mulch is ineffective. Cellulose fiber mulch is not acceptable for winter stabilization Method of Measurement The following sentence is added: Temporary Mulch will be paid for by the lump sum Basis of Payment Temporary Mulch will be paid for at the Contract price per lump sum which shall be full compensation for furnishing and spreading the Temporary Mulch as many times as necessary as determined by the Contractor s operations and staging.. Payment will be made under: Pay Item Pay Unit Temporary Mulch Lump Sum SP-52A REVISED (4/12/17)

13 TABLE A LANE CLOSURE TIMES - LOCATION 1-4 LOCATIONS 1-4 Temporary Lane Closures Allowed NB/SB(MM63.0-MM75.0) SB - No restrictions NB until 2PM Fridays in July and August LOCATION 5 Temporary Lane Closures Allowed NB/SB(MM53.0-MM63.0) SB 9AM through 6AM NB 7PM through 2PM Locations 1-5 All temporary lane closures shall be made utilizing drums. Three drums shall be placed transversely across the closed lane for every quarter mile of lane closure. The Contractor will be allowed to store drums on the traffic side of the guardrail (face of guardrail) during non-work hours or when drums are not required for a lane closure. The drums shall be placed no more than six inches from the face of guardrail. If there is a Lane 2 closure the drums need to be stored on non-traffic side of the guardrail. Portable light towers will be required to illuminate the night construction work area Method of Measurement The following paragraph is added: Traffic control devices required to complete the work will be measured for payment under their respective pay items. Installation, maintenance, and removal of traffic setups and the Contractor s dedicated traffic employee s will not be measured separately for payment, but shall be incidental to Item , Maintenance of Traffic Control Devices. SP-60 REVISED (4/12/17)

14

15

16

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

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

More information

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

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

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT MAINE TURNPIKE AUTHORITY ADDENDUM NO. CONTRACT 08.09 BRIDGE REPAIRS RUNNING HILL ROAD UNDERPASS (MILE 5.) BLACKSTRAP ROAD UNDERPASS (MILE 58.3) WEYMOUTH ROAD UNDERPASS (MILE 66.) SUPERSTRUCTURE REPLACEMENT

More information

MAINE TURNPIKE AUTHORITY MAINE TURNPIKE CONTRACT DOCUMENTS CONTRACT PAVEMENT REHABILITATION CLEAR ZONE IMPROVEMENTS MM 98.0 TO MM 102.

MAINE TURNPIKE AUTHORITY MAINE TURNPIKE CONTRACT DOCUMENTS CONTRACT PAVEMENT REHABILITATION CLEAR ZONE IMPROVEMENTS MM 98.0 TO MM 102. MAINE TURNPIKE AUTHORITY MAINE TURNPIKE CONTRACT DOCUMENTS CONTRACT 2018.01 PAVEMENT REHABILITATION CLEAR ZONE IMPROVEMENTS MM 98.0 TO MM 102.17 NOTICE TO CONTRACTORS PROPOSAL CONTRACT AGREEMENT CONTRACT

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT ROADSIDE CLEARING MM 75.3 TO MM 82.9 MM 99.2 TO MM 109.1

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT ROADSIDE CLEARING MM 75.3 TO MM 82.9 MM 99.2 TO MM 109.1 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2015.07 ROADSIDE CLEARING MM 75.3 TO MM 82.9 MM 99.2 TO MM 109.1 The following are questions asked at the pre-bid meeting held on October 29, 2015 at 10:00

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Wyman & Simpson Inc. - Richmond, ME $984,032.05 Gordon Contracting - Sangerville, ME $985,607.00 CPM Constructors - Freeport, ME $1,177,689.54 Page 1 of 7 Wyman & Simpson

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

Riverside County Transportation Department Summary of Bids

Riverside County Transportation Department Summary of Bids 1 COUNTY'S ESTIMATE Skanska USA Civil West CA Dist. Riverside, CA 92509 ITEM NO. ITEM CODE CONTRACT ITEM UNITS QUANTITY UNIT PRICE ENG ESTIMATE BID UNIT PRICE BID ESTIMATE 1 066100 DUST CONTROL LS 1 3,000.00

More information

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Bid Form. To the Texas Department of Transportation hereinafter called the Agent. Bid Form TxDOT CSJ No. 1809HILLS Project: 2017 Airport Improvements Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal

More information

Lump Sum L.S. (15") EA

Lump Sum L.S. (15) EA Page of 6 ROADWAY ITEMS 000 000000000-N 800 MOBILIZATION Lump Sum L.S. 000 000000000-N 80 CONSTRUCTION SURVEYING 0003 009000000-N SP REINFORCED BRIDGE APPROACH FILL, STATION ************ (5+6.0) 000 0050000000-E

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

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

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

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

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

JANUARY 4, 2017 AT 2:00 P.M. (EASTERN. (Estimated Cost: $4,600,000) Bids J D WILLIAMSON CONSTRUCTION CO INC $3,799,476.25

JANUARY 4, 2017 AT 2:00 P.M. (EASTERN. (Estimated Cost: $4,600,000) Bids J D WILLIAMSON CONSTRUCTION CO INC $3,799,476.25 General Info Number: PROJECT NO. 43-17-03 Description: BRIDGE DECK REPAIR AND REHABILITATION, ARLINGTON ROAD OVER OHIO TURNPIKE M.P. 122.3, JOPPA ROAD OVER OHIO TURNPIKE M.P. 128.5, DEAN ROAD OVER OHIO

More information

MAINE TURNPIKE AUTHORITY MAINE TURNPIKE CONTRACT DOCUMENTS CONTRACT

MAINE TURNPIKE AUTHORITY MAINE TURNPIKE CONTRACT DOCUMENTS CONTRACT MAINE TURNPIKE AUTHORITY MAINE TURNPIKE CONTRACT DOCUMENTS CONTRACT 2018.08 BRIDGE REPAIRS DENNETT ROAD OVERPASS MILE 0.6 SNOW FENCE INSTALLATION WILSON ROAD UNDERPASS MILE 2.0 WEARING SURFACE REPAIRS

More information

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form. ADDENDUM #2 JUNE 30, 2017 APRON REHABILITATION PHASE 3 HENRY E. ROHLSEN AIRPORT ST. CROIX, U.S. VIRGIN ISLANDS FAA AIP No.: 3-78-0002-037-2017 This addendum modifies or interprets the proposal documents

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

BID FORM - LUMP SUM BID

BID FORM - LUMP SUM BID BID FORM - LUMP SUM BID PROJECT: Livingston Northside Park and Soccer Fields Phase 1 Construction LOCATION: Livingston, Montana Ladies & Gentlemen: Pursuant to and in compliance with the Advertisement

More information

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

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

More information

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

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017 PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING BID DATE: 9:00 a.m., August 31, 2017 1. Proposal Packets and Specifications will be available in the office of the City Clerk, 3 West Main Street,

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

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

Bids JANUARY 25, 2017 AT 2:00 P.M. (EASTERN TIME) (Estimated Cost: $3,600,000)

Bids JANUARY 25, 2017 AT 2:00 P.M. (EASTERN TIME) (Estimated Cost: $3,600,000) General Info Number: PROJECT NO. 43-7-05 Description: BRIDGE DECK REPAIR AND REHABILITATION, BOSTON MILLS ROAD OVER OHIO TURNPIKE M.P. 78.0, OLDE EIGHT ROAD OVER OHIO TURNPIKE M.P. 79.5, NICHOLS ROAD OVER

More information

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

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

More information

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS

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

More information

ADDENDUM NO. 1. Description of BID 7664: Fossil Creek Trail Underpass at Trilby Road

ADDENDUM NO. 1. Description of BID 7664: Fossil Creek Trail Underpass at Trilby Road Financial Services Purchasing Division 215 N. Mason St. 2 nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS

More information

BITUMINOUS MIXTURE # 13A BID SHEET

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

More information

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

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 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

Water Pollution Control for Work in Sensitive Areas

Water Pollution Control for Work in Sensitive Areas Water Pollution Control for Work in Sensitive Areas 10-1. WATER POLLUTION CONTROL The Contractor is advised that failure to fully comply with the provisions of this Section, and all requirements listed

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

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

Invitation to Tender No. T170523EN. lump sum $ days $1,500 $ ha 0.4 $ $ m 3 18,000 $ $ m 3 31,000 $ $ m 3 1,175 $ $ m 130 $ $ t 210 $ $

Invitation to Tender No. T170523EN. lump sum $ days $1,500 $ ha 0.4 $ $ m 3 18,000 $ $ m 3 31,000 $ $ m 3 1,175 $ $ m 130 $ $ t 210 $ $ Addendum No. 1 TOWNSHIP ROAD 510 RECONSTRUCTION Invitation to Tender No. T170523EN Amendment 1. Bidders shall note the following: a) Revised Section 3.3.2 Unit Price Table : REVISED Schedule A : Invitation

More information

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

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

More information

February Page 1

February Page 1 February 2017 - Page 1 CHAPTER 1 LOCATED ON. This section is revised as shown in the highlight below The description of the project location should reflect the beginning and ending location of the project.

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

New Jersey Department of Transportation DATE : 10/21/10 PAGE : TABULATION OF BIDS

New Jersey Department of Transportation DATE : 10/21/10 PAGE : TABULATION OF BIDS PAGE : 133-1 CONTRACT TIME : 12/20/11 COMPLETION DATE CONTRACT DESCRIPTION : URBAN PROJECT(S) : BR-080-5(094) ROUTE 80 BRIDGE OVER ROUTE 287 NORTHBOUND AND SMITH ROAD GRADING, PAVING & STRUCTURRS CONTRACT

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

GWINNETT COUNTY STORM SEWER PIPE STANDARDS

GWINNETT COUNTY STORM SEWER PIPE STANDARDS 1.0 Standard Specifications GWINNETT COUNTY STORM SEWER PIPE STANDARDS 1.1 Unless otherwise specifically set forth herein or in the Gwinnett County Standard Drawings, all of the materials, methods of the

More information

S-1 (2356) BITUMINOUS SEAL COAT REVISED 9/26/07 SP Mn/DOT 2356 is deleted and replaced by the following:

S-1 (2356) BITUMINOUS SEAL COAT REVISED 9/26/07 SP Mn/DOT 2356 is deleted and replaced by the following: S-1 (2356) BITUMINOUS SEAL COAT REVISED 9/26/07 SP2005-136 Mn/DOT 2356 is deleted and replaced by the following: S-1.1 DESCRIPTION Construct a seal coat on a prepared surface. A seal coat is the application

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

Ohio Department of Transportation

Ohio Department of Transportation Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 Ted Strickland, Governor Jolene M. Molitoris, Director THE DEPARTMENT UTILIZES BID EXPRESS (http://www.bidx.com)

More information

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

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

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 11/21/2014 Project 140560 Addendum No. 2 PID No. 82972 HAM IR 275

More information

ODOT District MOT General Notes M401: ITEM PAVEMENT FOR MAINTAINING TRAFFIC, CLASS A, AS PER PLAN

ODOT District MOT General Notes M401: ITEM PAVEMENT FOR MAINTAINING TRAFFIC, CLASS A, AS PER PLAN M401: ITEM 615 - PAVEMENT FOR MAINTAINING TRAFFIC, CLASS A, AS PER PLAN M402: DELETED M403: DETOUR NOTIFICATION [ODOT] M404: DETOUR NOTIFICATION [CITY/COUNTY] M405: DELETED M406: DELETED M407: DELETED

More information

Stanford University Facilities Design Guidelines SECTION SEAL COATS. C. Section : Traffic Striping and Pavement Markings

Stanford University Facilities Design Guidelines SECTION SEAL COATS. C. Section : Traffic Striping and Pavement Markings SECTION 32 12 36 SEAL COATS PART 1 GENERAL 1.1 RELATED WORK A. Section 31 10 00: Site Preparation B. Section 32 12 00: Flexible Paving C. Section 32 17 23 01: Traffic Striping and Pavement Markings 1.2

More information

G2-0 List of Active Ministry of Transportation of Ontario Drawings (MTOD s)

G2-0 List of Active Ministry of Transportation of Ontario Drawings (MTOD s) G2-0 List of Active Ministry of Transportation of Ontario Drawings ( s) DIVISION 100 - ABBREVIATIONS 101.070 Legend - Pavement Markings 01/04/1994 04/01/1994 TOS/TO For use with Pavement Marking items.

More information

CHANGES TO DIVISION 100 OF THE STANDARD SPECIFICATIONS

CHANGES TO DIVISION 100 OF THE STANDARD SPECIFICATIONS Division 100 DIVISION 100 The following Supplemental Specifications, which have been previously approved by the Specifications Committee and are included in current projects as appropriate, have been incorporated

More information

G2-0 LIST OF ACTIVE MTODs

G2-0 LIST OF ACTIVE MTODs G2-0 LIST OF ACTIVE MTODs DIVISION 100 ABBREVIATIONS 101.070 Legend - Pavement Markings Apr 1, 1994 Jan 4, 1994 TOS/TO For use with Pavement Marking items. DIVISION 200 GRADING 219.101 Light Duty Straw

More information

Pier C North Damaged Pile Repairs. Pre-Bid Meeting April 24, :00 AM. Agenda Items

Pier C North Damaged Pile Repairs. Pre-Bid Meeting April 24, :00 AM. Agenda Items Pier C North Damaged Pile Repairs Pre-Bid Meeting April 24, 2012 10:00 AM Agenda Items 1. SCOPE: Repair of 71 damaged piles. The piles are 16 and 18 square precast concrete piles that were installed around

More information

CITY OF EDMOND STANDARD SPECIFICATIONS FOR CONSTRUCTION Edition

CITY OF EDMOND STANDARD SPECIFICATIONS FOR CONSTRUCTION Edition CITY OF EDMOND STANDARD SPECIFICATIONS FOR CONSTRUCTION PURPOSE, INTENT AND INTERPRETATION OF SPECIFICATIONS The purpose of these Specifications is to establish, where applicable, minimum acceptable standards

More information

Design and Construction of Concrete Overlays. By: James K. Cable, P.E. Cable Concrete Consultation

Design and Construction of Concrete Overlays. By: James K. Cable, P.E. Cable Concrete Consultation Design and Construction of Concrete Overlays By: James K. Cable, P.E. Cable Concrete Consultation PCC OVERLAY AGENDA Current design & construction features What is needed in a PCC overlay set of plans?

More information

603 - ASPHALT PAVEMENT SMOOTHNESS SECTION 603 ASPHALT PAVEMENT SMOOTHNESS

603 - ASPHALT PAVEMENT SMOOTHNESS SECTION 603 ASPHALT PAVEMENT SMOOTHNESS SECTION 603 ASPHALT PAVEMENT SMOOTHNESS 603.1 DESCRIPTION Determine the smoothness of the pavement surface and correct the deficiencies as specified in the Contract Documents. For the purposes of this

More information

G2-0 LIST OF ACTIVE MTODs

G2-0 LIST OF ACTIVE MTODs G2-0 LIST OF ACTIVE MTODs DIVISION 100 - ABBREVIATIONS 101.070 Legend - Pavement Markings Apr 1, 1994 Jan 4, 1994 TOS/TO For use with Pavement Marking items. DIVISION 200- GRADING 219.101 Light Duty Straw

More information

550 Surface Treatments

550 Surface Treatments Table of Contents 550 Surface Treatments... 550-1 550.1 Introduction... 550-1 551 Crack Sealing... 550-1 551.1 Project Selection... 550-1 551.2 Design Considerations... 550-1 552 Chip Sealing... 550-2

More information

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING: BID SHEET FOR CIP 17-101 CIPP LINING OF SANITARY SEWER SYSTEM Item No. 16 17 18 19 20 21 Description and Bid Unit Price Brim Style Service Line Connection Sealing System Temporary Bypass Facilities Set

More information

G2-0 LIST OF ACTIVE MTODs

G2-0 LIST OF ACTIVE MTODs G2-0 LIST OF ACTIVE MTODs DIVISION 100 - ABBREVIATIONS 101.070 Legend - Pavement Markings Apr 1, 1994 Jan 4, 1994 TOS/TO For use with Pavement Marking items. DIVISION 200- GRADING 219.101 Light Duty Straw

More information

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014 Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 1 of 7 Sunnyside Valley Irrigation District

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

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

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

More information

Construction Application for Permit (CAP) Instructions

Construction Application for Permit (CAP) Instructions Construction Application for Permit (CAP) Instructions A CAP is required to be completed and submitted to the Wayne Soil & Water Conservation District (SWCD) office for non-farm, earth-disturbing activities

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

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

NOTICE TO BIDDERS. May 31, Dorothy E. Maxwell Chair

NOTICE TO BIDDERS. May 31, Dorothy E. Maxwell Chair May 31, 2016 Dorothy E. Maxwell Chair Duane A. Eldred Vice Chair Timothy J Lamoreaux Member Benjamin S. Lyons Member Darrell R. Tennis Member Blair E. Ballou, P.E. Engineer-Manager Lori N. Friedlis, CPA

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

JOB BB0113 SHELL LAKE STR. & APPRS. (S) MARCH 10, 2015 LETTING QUESTIONS PREVIOUSLY ASKED UNDER JOB BB0106.

JOB BB0113 SHELL LAKE STR. & APPRS. (S) MARCH 10, 2015 LETTING QUESTIONS PREVIOUSLY ASKED UNDER JOB BB0106. JOB BB0113 SHELL LAKE STR. & APPRS. (S) MARCH 10, 2015 LETTING QUESTIONS PREVIOUSLY ASKED UNDER JOB BB0106. There are notes in the plans regarding driving the test pile without the use of a follower. The

More information

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS Advertisement for Bids ROAD MAINTENANCE PROJECTS Notice is hereby given by the Town of Wascott, Douglas County, WI, that it will receive sealed bids for crack routing and sealing, chip seal coating, and

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

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1 DATE: May 18, 2016 TO: FROM: All Bidders/Proposers Willie Velez, CPPB Procurement Administrator City of Casselberry Purchasing Division SUBJECT: ITB-2016-0023, Oxford Road Complete Street Improvements

More information

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

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

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

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. THIS ADDENDUM IS ISSUED

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

STATE AID GUIDE FOR: Updated: December 16, 2005

STATE AID GUIDE FOR: Updated: December 16, 2005 STATE AID GUIDE FOR: Updated: December 16, 2005 1. AFTER THE FACT RIGHT OF WAY DEPARTMENT OF MINNESOTA TRANSPORTATION 2. MISCELLANEOUS AFTER THE FACT Traffic Signals, Lighting, Retaining Walls, Sidewalk,

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

SACRAMENTO COUNTY ASPHALT RUBBER HOT MIX-GAP GRADED (ARHM-GG):

SACRAMENTO COUNTY ASPHALT RUBBER HOT MIX-GAP GRADED (ARHM-GG): SACRAMENTO COUNTY ASPHALT RUBBER HOT MIX-GAP GRADED (ARHM-GG): ARHM-GG shall conform to the provisions for Type "A" asphalt concrete in Section 39, "Asphalt Concrete," of the State Standard Specifications

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

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL Page 312 VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS-12-01 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the IL ROUTE

More information

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 Bid #48-15 Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 City of Portsmouth Public Works Department Sewer Inventory INVITATION TO BID Sealed bid proposals,

More information

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

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

More information

Town of Fortville Utility Street Standards

Town of Fortville Utility Street Standards Town of Fortville Utility Street Standards SECTION 02101 - TEMPORARY EROSION AND DUST CONTROL PART 1 - GENERAL 1.1 DESCRIPTION A. Temporary Erosion and Dust Control measures must meet the current Town

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

Bridge Manual - Part I - June CHAPTER 5 SPECIAL PROVISIONS AND ESTIMATE

Bridge Manual - Part I - June CHAPTER 5 SPECIAL PROVISIONS AND ESTIMATE Bridge Manual - Part I - June 2007 5-1 CHAPTER 5 SPECIAL PROVISIONS AND ESTIMATE 5.1 GENERAL This chapter is intended to instruct the Designer in the preparation and submission of Special Provisions and

More information

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012 CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS General Inmation Bidders Sealed bids must be received by 12:00 Noon, Monday, April 23, at the Wascott Town Hall as stated in the public notice and advertisement

More information

DAM MAINTENANCE PROJECT 2017

DAM MAINTENANCE PROJECT 2017 DAM MAINTENANCE PROJECT 2017 TABLE OF CONTENTS SECTION PAGE # Solicitation for Bids... 3 Bid Proposal... 4-5 Agreement....6-8 Required Bonds......9-12 SPECIFICATIONS I. GENERAL CONDITIONS... 13 II. SEQUENCE

More information

Asphalt Rubber Chip Sealing DRAFT MAINTENANCE SPECIFICATION. March 22, 2007

Asphalt Rubber Chip Sealing DRAFT MAINTENANCE SPECIFICATION. March 22, 2007 Asphalt Rubber Chip Sealing DRAFT MAINTENANCE SPECIFICATION March 22, 2007 Description: This work consists of furnishing and applying asphalt rubber binder followed by an application of treated cover aggregate

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

Forsyth County Procurement

Forsyth County Procurement August 1, 2017 Forsyth County Procurement Donna Kukarola, CPPO, CPPB, Procurement Director ADDENDUM #2 Bid 17-72-3340 For: Providing all materials, equipment and labor for the Jot em Down Road Water Tank

More information

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids CITY OF THREE RIVERS, MICHIGAN Specifications for Bids Tree and/or Stump Removal Performance Bids The City of Three Rivers is committed to the concept of performance bids. All vendors are encouraged to

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

STANDARD TECHNICAL SPECIFICATIONS

STANDARD TECHNICAL SPECIFICATIONS CITY OF TARPON SPRINGS, FLORIDA STANDARD TECHNICAL SPECIFICATIONS FEBRUARY 2011 PUBLISHED BY: DEVELOPMENT SERVICES DEPARTMENT TABLE OF CONTENTS GENERAL CONSTRUCTION OPERATIONS...4 ACRONYMS & ABBREVIATIONS...5

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

2011 Regional Asphalt Meetings. Frequently Asked Questions

2011 Regional Asphalt Meetings. Frequently Asked Questions 2011 Regional Asphalt Meetings Frequently Asked Questions Quiet Pavement Questions 1. Based on the data from the SR 234 site, the decibel difference between the dense graded and PFC was only 1 dba. Is

More information

ADDENDUM NO. 4 CITY OF FREDERICK PURCHASING DEPARTMENT 111 Airport Drive East Frederick, MD (301)

ADDENDUM NO. 4 CITY OF FREDERICK PURCHASING DEPARTMENT 111 Airport Drive East Frederick, MD (301) April 4, 2018 ADDENDUM NO. 4 To: All Potential Bidders Re: ITB 18-12 Christopher s Crossing (Sanner) Roadway Construction Consisting of: Sign-in Sheet, Meeting Minutes, CAD File, Dry Utility Relocate,

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

CITY OF SANTA ANA PROPOSAL PROJECT NO.: CHESTNUT AVE & BUSH/CYPRESS BIKE LANES FAID#: U58DP005861

CITY OF SANTA ANA PROPOSAL PROJECT NO.: CHESTNUT AVE & BUSH/CYPRESS BIKE LANES FAID#: U58DP005861 PROPOSAL BID PROPOSAL TO: CITY COUNCIL OF THE CITY OF SANTA ANA FROM: REQUIREMENT: The undersigned bidder declares that they have carefully examined the location of the proposed work, that they have examined

More information