ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013

Size: px
Start display at page:

Download "ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013"

Transcription

1 ADDENDUM NO. 1 for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA Posting Date: June 20, 2013 BIDDERS SHALL CONFORM TO THE FOLLOWING CHANGES AS A PART OF THE BID DOCUMENTS, WHICH SHALL BECOME BINDING UPON THE CONTRACT ISSUED IN RESPONSE TO THIS REQUEST FOR BIDS, AS SET FORTH FOR THE ABOVE-REFERENCED PROJECT. Pre-Bid Meeting Held Tuesday, June 18, 2013 at 2:00 PM; Talladega City Hall: Clarifications to Contractor Questions: 1. If road is damaged while moving the spoil, is the contractor required to fix it? REPLY: No. This applies to both George Holdridge Lane and the park road. The City of Talladega will be removing and disposing of the asphalt pavement from the park road prior to construction. 2. How long of a grass warranty is required? REPLY: 1 year. 3. Can the culvert be a precast box culvert? REPLY: Yes. Precast or cast-in-place box culverts are both acceptable using the ALDOT specification on the plans. If pre-cast is selected, manufacturer design specifications will be required for submittal to the engineer, prior to ordering. 4. Could you give consideration of moving the bid date back? REPLY: Yes. The City has decided to extend the bid opening to Tuesday, July 2, 2013 at 2:00 PM. 5. When will the addenda be issued? REPLY: Thursday, June 20. General: Please note that Big R Bridge is an approved bridge manufacturer for the pedestrian bridges specified for this project. Company contact information is as follows: Big R Bridge Contact: Leslie Brandenburg, Sales Coordinator - East PO Box 1290 Greeley, CO Tel: Cell: Fax: lbrandenburg@bigrbridge.com Web:

2 ADDENDUM NO. 1 Veterans Park Renovations June 20, 2013 Page 2 of 5 Specifications Manual: Section 01105: Notice To Contractors: 1. Advertisment For Bid: The City of Talladega has extended the Bid Opening date 1 week. The previous Bid Opening date of Tuesday, June 25, 2013 at 2:00 PM has been changed to Tuesday, July 2, 2013 at 2:00 PM. The Bid Opening location will remain at Talladega City Hall, Council Chambers. 2. Alternate Bid Items: Alternate Bid Item No. 3 is incorrectly identified as Renovate and Improve the Storm Drain Inlet Inside the South Park Boundary. The correct Alternate Bid Item No. 3 should read as: ABI No. 3: Replace culverts under George Holdridge Lane, at west end of main drainage channel. The replacement of culverts under George Holdridge Lane as Alternate Bid Item No. 3 is correctly identified in the rest of the Construction Documents and Bid Form. Section 01115: Summary Of Work: 1. Part 2 Basis Of Measurement and Payment, 2.01 General: The reference to Lump Sum shall be removed. This is a Unit Cost project, with measurement based upon the unit of measure and quantities shown on Sheet Q-1, Summary of Quantities, and as shown on the Schedule of Values (Unit Costs) form in Section 01140: Proposal-Contractor Bid Form. Section 01140: Proposal Contractor Bid Form: 1. Replace Section 01140: Proposal Contractor Bid Form (Base Bid with Alternate Bid Items) within the Specification Manual fully and completely with the revised Section 01140: Proposal Contractor Bid Form attached. 2. The following Pay Items have either been added, or the previous quantities have been readjusted (these appear with grey shading on the updated Unit Cost Bid Form): a. 301-A, Crushed Aggregate Base Course, Type B, Plant Mixed, 6" Compacted Thickness b. 424-A, Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range A/B (Trail & Spring St. Pvmt.) c. 424-B, Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate Size Mix, ESAL Range A/B (Trail & Spring St. Pvmt.) d. Pay Item N/A, Water Valve e. Pay Item N/A, Sanitary Sewer Concrete Manhole f. Pay Item N/A, Grassing Bond (1 Year Warranty for Main Drainage Channel Only) g. 524-A, Culvert, Concrete (Plug & Abandon Culverts) h. 619-A, 12" Pipe End Treatment i. 641-A, 8" C-900 P.V.C. Water Main Relaid j. 645-B, 10" Ductile Iron Sanitary Sewer Pipe Relaid (Concrete Encased Over Spring St. Culverts)

3 ADDENDUM NO. 1 Veterans Park Renovations June 20, 2013 Page 3 of 5 Drawings: Sheet Q-1, Summary of Quantities: 1. Replace Sheet Q-1, Summary of Quantities with the revised Sheet Q-1 attached. 2. The following Pay Items have either been added, or the previous quantities have been readjusted (these appear with grey shading on the updated Sheet Q-1, Summary Of Quantities): a. 301-A, Crushed Aggregate Base Course, Type B, Plant Mixed, 6" Compacted Thickness b. 424-A, Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range A/B (Trail & Spring St. Pvmt.) c. 424-B, Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate Size Mix, ESAL Range A/B (Trail & Spring St. Pvmt.) d. Pay Item N/A, Water Valve e. Pay Item N/A, Sanitary Sewer Concrete Manhole f. Pay Item N/A, Grassing Bond (1 Year Warranty for Main Drainage Channel Only) g. 524-A, Culvert, Concrete (Plug & Abandon Culverts) h. 619-A, 12" Pipe End Treatment i. 641-A, 8" C-900 P.V.C. Water Main Relaid j. 645-B, 10" Ductile Iron Sanitary Sewer Pipe Relaid (Concrete Encased Over Spring St. Culverts) Sheet S-1, Survey: 1. Replace Sheet S-1, Survey with the revised Sheet S-1 attached. Location sketches for Temporary Bench Marks 1, 2, and 3 have been added to the Survey, as well as survey preparation information. Sheet ER-5, Wattle Ditch Check: 1. The note Do Not Use In Main Drainage Channel has been added to the top left of the sheet. Sheet ER-6, Details of Erosion Control Silt Dike Check: 1. The note Do Not Use In Main Drainage Channel has been added to the top right of the sheet. Sheet C-2, Parking Lot Layout Plan: 1. Replace Sheet C-2, Parking Lot Layout Plan with the revised Sheet C-2 attached. Several revisions to callouts have been made. 2. The Mill or Remove Asphalt callout under the Base Bid heading for the parking lot apron (at George Holdridge Lane) is removed. All park road asphalt will be completely removed and disposed of by the City of Talladega prior to construction. Sheet C-2A, Parking Lot Grading Plan: 1. Replace Sheet C-2A, Parking Lot Grading Plan with the revised Sheet C-2A attached. Several revisions to callouts have been made.

4 ADDENDUM NO. 1 Veterans Park Renovations June 20, 2013 Page 4 of 5 Sheet C-2B, Spring Street Box Culvert and Details: 1. Replace Sheet C-2B, Spring Street Culvert and Details with the revised Sheet C-2B attached. 2. The new guardrail has been extended and curved on all sides to end at the ROW of Spring Street. 3. Guardrail callouts have been modified to reference the method of guardrail attachment (to the culvert) by referencing ALDOT Standard Drawing GR-630-S. The attachment of the guardrail shall be incidental to the cost of the guardrail. 4. Rounded End Section guardrail callouts have been revised to Rounded End Shoes. 5. The 10 inch ductile iron sanitary sewer line replacement has been extended from 100 lin. ft. to 500 lin. ft. A location sketch has been included on the plan to show the extents of sewer line replacement. Two (2) new sanitary sewer manholes shall be included. The sanitary sewer replacement line will use the same manhole invert elevations and profile as the existing line. These additions which also include additional pipe bedding and asphalt for Spring Street, have been added to Drawing Sheet Q-1, Summary of Quantities and Specification Section 01140: Proposal Contractor Bid Form. 6. The 8 inch C-900 PVC water main replacement has been extended from 100 lin. Ft. to 600 lin. ft. A location sketch has been included on the plan to show the extents of water main replacement. Two (2) new water valves at tie-in locations shall be included. These additions which also include additional pipe bedding and asphalt for Spring Street, have been added to Drawing Sheet Q-1, Summary of Quantities and Specification Section 01140: Proposal Contractor Bid Form. Sheet C-4, Pedestrian Path Plan (Sta To Sta. 6+00): 1. This sheet is incorrectly titled. The correct sheet title should be: Pedestrian Path Plan (Sta To Sta ). Sheet C-4, Pedestrian Path Plan (Sta To Sta ): 1. The handicapped ramp detail originally referenced to Sheet C-9, has been changed to Sheet C-9A. Sheet C-7, Pedestrian Bridge Details: 1. This sheet is incorrectly numbered. The correct sheet number is Sheet C-6. Sheet C-8, Pedestrian Bridge Details: 1. This sheet is incorrectly numbered. The correct sheet number is Sheet C-7. Sheet C-9, Misc. Site Details: 1. Replace Sheet C-9, Misc. Site Details with the revised Sheet C-9 attached. 2. The detail Plug and Abandon Culvert has been added. 3. The detail Pipe Bedding Under Unimproved Surfaces has been added. 4. The detail Pipe Bedding Under Pavement has been added. Sheet C-9A, Handicapped Ramp (New Sheet): 1. Sheet C-9A, Handicapped Ramp, has been provided for the handicapped ramp located at the east end of the north trail; where the trail ends at Spring Street (Sta ).

5 ADDENDUM NO. 1 Veterans Park Renovations June 20, 2013 Page 5 of 5 Sheet C-14, Channel Cross Sections (Sta To Sta. 5+50): 1. The 10-0 long callout for the concrete bridge approaches is changed to 8-0 long. This is called out as 8-0 long everywhere else in the plans Sheet C-17, Channel Cross Sections (Sta To Sta. 5+50): 1. The 10-0 long callout for the concrete bridge approaches is changed to 8-0 long. This is called out as 8-0 long everywhere else in the plans END OF ADDENDUM NO. 1

6 SECTION 01140: PROPOSAL CONTRACTOR BID FORM (PART OF ADDENDUM NO. 1) SCHEDULE OF VALUES (UNIT COSTS): This Schedule of Values is subject to approval and acceptance by the OWNER. Any proposed project material, incidental, or item without either a performance equal or written specification, shall follow the ALDOT Standard Specifications for Highway Construction, Latest Edition. VETERANS PARK RENOVATIONS BASE BID No. ALDOT Item Unit ALDOT Pay Item Description: Quantity: Unit Cost: Line Total: C LS Clearing and Grubbing (Approx. 1 Acre) A LF Drainage Pipe Removal (Existing Culverts) A LF Guard Rail Removal (Spring Street) B CYIP Unclassified Excavation (For Channel) 7, B CYIP Channel Undercut Excavation (Used Only With Approval Of Engineer, If Bad Excavated Material Encountered) 1, D CYIP Borrow Excavation (For Channel & Parking Lot) D CYIP Channel Undercut Borrow Excavation (Used Only With Approval Of Engineer, If Bad Excavated Material Encountered) 1, A CYIP Structure Excavation (For Spring Street Culverts) B CYIP Foundation Backfill, Commercial (For Spring Street Culverts) A CYIP Crushed Aggregate Base Course, Type B, Plant Mixed, 6" Compacted Thickness 1, A SY Bituminus Treatment A 1, A TON Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range A/B (Trail & Spring St. Pvmt.) B TON Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate Size Mix, ESAL Range A/B (Trail & Spring St. Pvmt.) N/A EACH Water Valve 2 13 N/A EACH Sanitary Sewer Concrete Manhole 2 14 N/A LS Grassing Bond (1 Year Warranty for Main Drainage Channel Only) 1 15 N/A SY Asphalt Sealcoating for Existing Walking Path, Enviroseal LAS 320 Or Approved Equal 1, N/A EACH Reset Existing Drainage Grate on Inlet Box, Located in Asphalt Driveway Apron for New Parking Lot 1 17 N/A SY 4 Inch Thick, 8 Ft. Wide Handicapped Ramp (Located at End of Path at Spring Street, North of Channel) 8 18 N/A EACH Concrete Filled 6 Inch Dia. Steel Pipe Bollard, Primed and Painted (For N.W. Corner of Existing Parking Lot & Path Spring St.) 8 19 N/A SY 4 Inch Thick, 8 Ft. Wide Concrete Bridge Approach Slab N/A SY Replace Concrete Flume at North Northwest End of Existing Parking Lot N/A LS Pre Fab Pedestrian Bridge, 60 Ft. Long By 8 Ft. Wide 2 22 N/A LS Installation for Pedestrian Bridges and Bridge Deck A LBS Steel Reinforcement, Grade 60 (For Pedestrian Bridge Concrete Abutments & Spring Street Culverts) 17, A CYIP Bridge Substructure Concrete, Class A (For Pedestrian Bridge Concrete Abutments) A CYIP Culvert, Concrete (Spring Street Culverts) A CYIP Culvert, Concrete (Plug & Abandon Culverts) A LF 18" Roadway Pipe (Class 3) Extension A LF 24" Roadway Pipe (Class 3) Extension A LF 30" Roadway Pipe (Class 3) Extension A LS Mobilization A EACH 12" Pipe End Treatment A EACH 15" Pipe End Treatment A EACH Junction Box C LF Combination Curb and Gutter, Type C A LF Steel Beam Guardrail, Class A, Type A LF 8" C 900 P.V.C. Water Main Relaid B LF 10" Ductile Iron Sanitary Sewer Pipe Relaid (Concrete Encased Over Spring St. Culverts) 500 SECTION 1140: PROPOSAL CONTRACTOR BID FORM PAGE 1 OF 3

7 SECTION 01140: PROPOSAL CONTRACTOR BID FORM, BASE BID CONTINUED: ALDOT No. Item Unit ALDOT Pay Item Description: Quantity: Unit Cost: Line Total: A CYIP Topsoil, 4" Compacted Thickness 1, A ACRE Seeding A ACRE Mulching 2 41 N/A SY Permanent "Landlok 450" Turf Reinforcement Mat (TRM) By Propex Geosynthetics, Or Approved Performance Equal 14, J LF Silt Fence 4, P EACH Inlet Protection Q LF Wattles B SF Construction Signs F EACH Barricades, Type III I EACH Warning Lights, Type B D EACH Channelizing Drums E EACH Cones (36" High) M EACH Ballast For Cone 25 SITE WORK SUB TOTAL = NOTE: Electrical Specifications Are On The Electrical Plans 46 N/A LS Trail Lighting System 1 47 N/A LS Remove all Overhead Electrical Service and Put Underground (Except for Electrical Overhead Service Along Spring Street & Along South Park Property Line Adjacent to Residential). Includes Pavillions, Restrooms, & Gazebo N/A LS Remove all Existing Park Lighting and Amend with New Concrete Poles & Fixtures (Includes Flag Pole Lighting) 1 49 N/A LS Relocate 2 Park Security Cameras 1 50 N/A LS Add One New Park Security Camera North of Playground Area 1 51 N/A LS Vendor Outlets 1 52 N/A LS Lighting for New Parking Lot 1 ELECTRICAL SUB TOTAL = VETERANS PARK RENOVATIONS ALTERNATE BID ITEMS BASE BID TOTAL = A.B.I. NO. 1: WIDEN NORTH PEDESTRIAN TRAIL FROM 6 FT. WIDE TO 8 FT. WIDE (WITH 2 FT. SHOULDERS): A CY Crushed Aggregate Base Course, Type B, Plant Mixed, 6" Compacted A SY Bituminous Treatment A A TON Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range A/B 36 A.B.I. NO. 1 SUB TOTAL = A.B.I. NO. 2: ASPHALT PAVEMENT & 4 FT. HIGH BLACK VINYL COATED CHAIN LINK FENCING FOR NEW PARKING LOT: A SY Bituminous Treatment A 3, A TON Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range A/B B TON Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate Size Mix, ESAL Range A/B A LF Chain Link Fence, 4 Ft. High (With Black P.V.C. Coating) D EACH Chain Link Fence Gate, 24 Feet Wide, Complete W/ Fittings & Lockable Drop Rod & Pipe Receptacle Mounted in Concrete Pad For Drop Rod (Gate Shall Have Black P.V.C. Coating) D EACH Chain Link Fence Gate, 30 Feet Wide, Complete W/ Fittings & Lockable Drop Rod & Pipe Receptacle Mounted in Concrete Pad For Drop Rod (Gate Shall Have Black P.V.C. Coating) G LF Solid White Traffic Stripe (Parking Lot Striping, 4" Wide) 1,890 A.B.I. NO. 2 SUB TOTAL = SECTION 1140: PROPOSAL CONTRACTOR BID FORM PAGE 2 OF 3

8 SECTION 01140: PROPOSAL CONTRACTOR BID FORM, ALTERNATE BID ITEMS CONTINUED: ALDOT No. Item Unit ALDOT Pay Item Description: Quantity: Unit Cost: Line Total: A.B.I. NO. 3: REPLACE CULVERTS UNDER GEORGE HOLDRIDGE LANE: A LF Drainage Pipe Removal (Existing Culverts) A CYIP Structure Excavation B CYIP Foundation Backfill, Commercial A CYIP Crushed Aggregate Base Course, Type B, Plant Mixed, 6" Compacted A SY Bituminous Treatment A A TON Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range A/B B TON Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate Size Mix, ESAL Range A/B A SF Retaining Wall A LF 54" R.C.P. Roadway Pipe A LF 12" R.C.P. Roadway Pipe (Class 3) Extension 40 A.B.I. NO. 3 SUB TOTAL = SECTION 1140: PROPOSAL CONTRACTOR BID FORM PAGE 3 OF 3

9 VETERANS PARK RENOVATIONS BASE BID No. ALDOT Item Unit ALDOT Pay Item Description: Quantity: C LS Clearing and Grubbing (Approx. 1 Acre) A LF Drainage Pipe Removal (Existing Culverts) A LF Guard Rail Removal (Spring Street) B CYIP Unclassified Excavation (For Channel) 7, B CYIP Channel Undercut Excavation (Used Only With Approval Of Engineer, If Bad Excavated Material Encountered) 1, D CYIP Borrow Excavation (For Channel & Parking Lot) D CYIP Channel Undercut Borrow Excavation (Used Only With Approval Of Engineer, If Bad Excavated Material Encountered) 1, A CYIP Structure Excavation (For Spring Street Culverts) B CYIP Foundation Backfill, Commercial (For Spring Street Culverts) A CYIP Crushed Aggregate Base Course, Type B, Plant Mixed, 6" Compacted Thickness 1, A SY Bituminus Treatment A 1, A TON Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range A/B (Trail & Spring St. Pvmt.) B TON Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate Size Mix, ESAL Range A/B (Trail & Spring St. Pvmt.) N/A EACH Water Valve 2 13 N/A EACH Sanitary Sewer Concrete Manhole 2 14 N/A LS Grassing Bond (1 Year Warranty for Main Drainage Channel Only) 1 15 N/A SY Asphalt Sealcoating for Existing Walking Path, Enviroseal LAS 320 Or Approved Equal 1, N/A EACH Reset Existing Drainage Grate on Inlet Box, Located in Asphalt Driveway Apron for New Parking Lot 1 17 N/A SY 4 Inch Thick, 8 Ft. Wide Handicapped Ramp (Located at End of Path at Spring Street, North of Channel) 8 18 N/A EACH Concrete Filled 6 Inch Dia. Steel Pipe Bollard, Primed and Painted (For N.W. Corner of Existing Parking Lot & Path Spring St.) 8 19 N/A SY 4 Inch Thick, 8 Ft. Wide Concrete Bridge Approach Slab N/A SY Replace Concrete Flume at North Northwest End of Existing Parking Lot N/A LS Pre Fab Pedestrian Bridge, 60 Ft. Long By 8 Ft. Wide 2 22 N/A LS Installation for Pedestrian Bridges and Bridge Deck A LBS Steel Reinforcement, Grade 60 (For Pedestrian Bridge Concrete Abutments & Spring Street Culverts) 17, A CYIP Bridge Substructure Concrete, Class A (For Pedestrian Bridge Concrete Abutments) A CYIP Culvert, Concrete (Spring Street Culverts) A CYIP Culvert, Concrete (Plug & Abandon Culverts) A LF 18" Roadway Pipe (Class 3) Extension A LF 24" Roadway Pipe (Class 3) Extension A LF 30" Roadway Pipe (Class 3) Extension A LS Mobilization A EACH 12" Pipe End Treatment A EACH 15" Pipe End Treatment A EACH Junction Box C LF Combination Curb and Gutter, Type C A LF Steel Beam Guardrail, Class A, Type A LF 8" C 900 P.V.C. Water Main Relaid B LF 10" Ductile Iron Sanitary Sewer Pipe Relaid (Concrete Encased Over Spring St. Culverts) A CYIP Topsoil, 4" Compacted Thickness 1, A ACRE Seeding A ACRE Mulching 2 41 N/A SY Permanent "Landlok 450" Turf Reinforcement Mat (TRM) By Propex Geosynthetics, Or Approved Performance Equal 14, J LF Silt Fence 4, P EACH Inlet Protection Q LF Wattles B SF Construction Signs F EACH Barricades, Type III I EACH Warning Lights, Type B D EACH Channelizing Drums E EACH Cones (36" High) M EACH Ballast For Cone 25 No. VETERANS PARK RENOVATIONS ALTERNATE BID ITEMS ALDOT Item Unit ALDOT Pay Item Description: Quantity: A.B.I. NO. 1: WIDEN NORTH PEDESTRIAN TRAIL FROM 6 FT. WIDE TO 8 FT. WIDE (WITH 2 FT. SHOULDERS): A CY Crushed Aggregate Base Course, Type B, Plant Mixed, 6" Compacted A SY Bituminous Treatment A A TON Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range A/B 36 A.B.I. NO. 2: ASPHALT PAVEMENT & 4 FT. HIGH BLACK VINYL COATED CHAIN LINK FENCING FOR NEW PARKING LOT: A SY Bituminous Treatment A 3, A TON Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range A/B B TON Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate Size Mix, ESAL Range A/B A LF Chain Link Fence, 4 Ft. High (With Black P.V.C. Coating) D EACH Chain Link Fence Gate, 24 Feet Wide, Complete W/ Fittings & Lockable Drop Rod & Pipe Receptacle Mounted in Concrete Pad For Drop Rod (Gate Shall Have Black P.V.C. Coating) D EACH Chain Link Fence Gate, 30 Feet Wide, Complete W/ Fittings & Lockable Drop Rod & Pipe Receptacle Mounted in Concrete Pad For Drop Rod (Gate Shall Have Black P.V.C. Coating) G LF Solid White Traffic Stripe (Parking Lot Striping, 4" Wide) 1,890 A.B.I. NO. 3: REPLACE CULVERTS UNDER GEORGE HOLDRIDGE LANE: A LF Drainage Pipe Removal (Existing Culverts) A CYIP Structure Excavation B CYIP Foundation Backfill, Commercial A CYIP Crushed Aggregate Base Course, Type B, Plant Mixed, 6" Compacted A SY Bituminous Treatment A A TON Superpave Bituminous Concrete Wearing Surface Layer, 1/2" Maximum Aggregate Size Mix, ESAL Range A/B B TON Superpave Bituminous Concrete Upper Binder Layer, 3/4" Maximum Aggregate Size Mix, ESAL Range A/B A SF Retaining Wall A LF 54" R.C.P. Roadway Pipe A LF 12" R.C.P. Roadway Pipe (Class 3) Extension 40 NOTE: Electrical Specifications Are On The Electrical Plans 46 N/A LS Trail Lighting System 1 47 N/A LS Remove all Overhead Electrical Service and Put Underground (Except for Electrical Overhead Service Along Spring Street & Along South Park Property Line Adjacent to Residential). Includes Pavillions, Restrooms, & Gazebo N/A LS Remove all Existing Park Lighting and Amend with New Concrete Poles & Fixtures (Includes Flag Pole Lighting) 1 49 N/A LS Relocate 2 Park Security Cameras 1 50 N/A LS Add One New Park Security Camera North of Playground Area 1 51 N/A LS Vendor Outlets 1 51 N/A LS Lighting for New Parking Lot 1 52 N/A LS Lighting for New Parking Lot 1

10

11

12

13

14

15

16

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

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged. 1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,

More information

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number) EXHIBIT A CONTRACTOR'S COMPENSATION SCHEDULE FOR ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / 50103-000-4150 (Budget Account Number) ITEM NO. P-S-F DESCRIPTION QTY

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

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

PITTSBURGH TECHNOLOGY CENTER PUBLIC IMPROVEMENTS SITE PREPARATION CONTRACT NO. 11 BID TABULATION BID OPENING DATE: MARCH 11, 2008

PITTSBURGH TECHNOLOGY CENTER PUBLIC IMPROVEMENTS SITE PREPARATION CONTRACT NO. 11 BID TABULATION BID OPENING DATE: MARCH 11, 2008 BT-1 of 7 Clearing and Grubbing L.S. $50,000.00 $50,000.00 $5,335.00 $5,335.00 $14,560.00 $14,560.00 $20,000.00 $20,000.00 $10,600.00 $10,600.00 Class 1 Excavation 4300 C.Y. $20.00 $86,000.00 $15.00 $64,500.00

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

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

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

BID FORM (LUMP SUM CONTRACT)

BID FORM (LUMP SUM CONTRACT) BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an

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

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

MONROE STREET CONTRACT NO DATE: 12/21/17

MONROE STREET CONTRACT NO DATE: 12/21/17 Section B: Proposal Page 10701.0 - TRAFFIC CONTROL - LUMP SUM 1.00 $100,000.00 $100,000.00 $48,300.00 $264,800.00 10720.0 - TRAFFIC CONTROL SIGN - PORTABLE ARROW BOARD - DAYS 510.00 $15.00 $7,650.00 $10.00

More information

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

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

More information

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

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

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

More information

DOCUMENT ADDENDUM No. 2

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

More information

ADDENDUM # 3 DATE: February 16, 2018

ADDENDUM # 3 DATE: February 16, 2018 ADDENDUM # 3 DATE: February 16, 2018 REFERENCE: Invitation for Bid No.: S-LB-18607 IFB Issue Date: January 25, 2018 Title: Stonewall Middle School Addition and Renovations Architect/Engineer: Architecture

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

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

CONSTRUCTION SURVEY. Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following:

CONSTRUCTION SURVEY. Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following: CONSTRUCTION SURVEY PART 1 - GENERAL 1.01 SECTION INCLUDES Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following: A. Construction Survey: 1. Project

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

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

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

10:00 AM, Wednesday, April 8, 2015

10:00 AM, Wednesday, April 8, 2015 NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, April 8, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference

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

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 10/16/2014 Project 140522 Addendum No. 1 PID No. 76282 FRA USR 40

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

CHECK THE LOWER RIGHT CORNER OF EACH DETAIL FOR THE LATEST REVISION.

CHECK THE LOWER RIGHT CORNER OF EACH DETAIL FOR THE LATEST REVISION. Standard Drawings Index NOTE: The specifications for materials and workmanship shall conform to the latest edition or the "Standard Specifications for Public Works Construction" published by the North

More information

BUREAU Joe Iuviene, AIA January 20, 2017

BUREAU Joe Iuviene, AIA January 20, 2017 architectural BUREAU Joe Iuviene, AIA January 20, 2017 Alterations & Additions NEW TOWN HALL for TOWN OF AUSTERLITZ 816 State Route 203, Spencertown, New York 12165 ADDENDUM NO. 1 This addendum amends

More information

2001 Insertable Sheet List For Use With The 2001 Imperial Road and Bridge Standards February 2008

2001 Insertable Sheet List For Use With The 2001 Imperial Road and Bridge Standards February 2008 2001 Insertable Sheet List For Use With The 2001 Imperial Road and Bridge Standards February 2008 The following is a complete list of special design IMPERIAL insertable sheets that will be used with the

More information

APPENDIX H. Capital Improvement Program Detail Project Costs NORTH PERRY AIRPORT MASTER PLAN UPDATE APPENDICES

APPENDIX H. Capital Improvement Program Detail Project Costs NORTH PERRY AIRPORT MASTER PLAN UPDATE APPENDICES MASTER PLAN UPDATE APPENDICES APPENDIX H Capital Improvement Program Detail Project Costs Montgomery Consulting Group August 11, 2009 Appendix H CAPITAL IMPROVEMENT PROGRAM Short Term (0-5 years) SUB-

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

South Dakota Department of Transportation Average Unit Prices from Low Bids

South Dakota Department of Transportation Average Unit Prices from Low Bids Unit Prices from Low s January 0, 0 to December, 0 Office of Project Development - Letting 00E00 Blading Hour.00 $,0. $. 00E000 Construction and Maintenance of Detour(s) LS.00 $0,. $,. 00E000 Maintenance

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

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

WASHINGTON UNION ROAD RECONSTRUCTION XENIA TOWNSHIP GREENE COUNTY, OHIO

WASHINGTON UNION ROAD RECONSTRUCTION XENIA TOWNSHIP GREENE COUNTY, OHIO WASHINGTON UNION ROAD RECONSTRUCTION XENIA TOWNSHIP GREENE COUNTY, OHIO 42 380 68 coddington ave ledbetter road shawnee creek s patton street ledbetter road wesley ave 68 starr drive 42 twist run 85 35

More information

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

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

More information

Drainage structure refers to manholes, catch basins, leaching basins, inlets and drop inlets. Drainage structures are designated as follows.

Drainage structure refers to manholes, catch basins, leaching basins, inlets and drop inlets. Drainage structures are designated as follows. 403.01 Section 403. DRAINAGE STRUCTURES 403.01 Description. Adjust, construct, or temporarily lower drainage structures. Clean existing drainage structures and leads as directed by the Engineer. Drainage

More information

VOLKERT, INC. Page 1 of 12

VOLKERT, INC. Page 1 of 12 . MOBILE COUNTY FOR MOBILE COUNTY PROJECT NO. MCR-2008 003 VOLKERT CONTRACT NO. 87B200.10 SCHIUJNGER SOUTH FROM 0.2 MILES SOUTH OF HALLS MILL CREEK TO COTTAGE HILL ROAD Ikaros, LLC Hosea 0. Weaver & John

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

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

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

ENGINEERING DESIGN & IMPROVEMENT STANDARDS

ENGINEERING DESIGN & IMPROVEMENT STANDARDS ENGINEERING DESIGN & IMPROVEMENT STANDARDS 2016 Prepared by: Engineering Division For latest edition of these Improvement Standards, refer to City of Visalia website at: www.visalia.city/engineeringdocuments

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

DESIGN STANDARDS. Division 02 Existing Conditions- Site Work. General

DESIGN STANDARDS. Division 02 Existing Conditions- Site Work. General DESIGN STANDARDS Division 02 Existing Conditions- Site Work General I. This Division includes: A. Demolition B. Clearing and Grubbing C. Excavation, Backfill and Compaction D. Pavement Base E. Paving and

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

CITY STANDARD DETAILS FOR CITY OF JACKSONVILLE FLORIDA DEPARTMENT OF PUBLIC WORKS

CITY STANDARD DETAILS FOR CITY OF JACKSONVILLE FLORIDA DEPARTMENT OF PUBLIC WORKS CITY STANDARD DETAILS FOR CITY OF JACKSONVILLE FLORIDA DEPARTMENT OF PUBLIC WORKS COMPLETE THROUGH REVISION #18 April 2009 CITY STANDARD DETAILS REVISIONS Revision No. Revision Date Effective Date 2 August

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

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

Eastern Sewershed Package IV Project Solicitation Number: CO Job No.: ADDENDUM 1 April 20, 2018

Eastern Sewershed Package IV Project Solicitation Number: CO Job No.: ADDENDUM 1 April 20, 2018 Eastern Sewershed Package IV Project Solicitation Number: CO-00149 Job No.: 17-4527 ADDENDUM 1 April 20, 2018 To Bidder of Record: This addendum, applicable to work referenced above, is an amendment to

More information

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK COST EVALUATION FOR ROLLING HILLS AREA WATER MAIN EXTENSION PROFESSIONAL CONSULTING, LLC. Octagon 10, Office Center 1719 Route 10, Suite 225 Parsippany,

More information

Project Type: Drainage and Storm Systems

Project Type: Drainage and Storm Systems 580 Dakin Avenue Box Culvert & Utility Improvements Project $944,952 Improvements to approx. 3,000 lf of existing 4'x5' concrete box culvert; clean interior, patch surface, fill joints/cracks; install

More information

CHAPTER 200 STORM SEWER CONSTRUCTION STANDARDS

CHAPTER 200 STORM SEWER CONSTRUCTION STANDARDS CHAPTER 200 STORM SEWER CONSTRUCTION STANDARDS Storm Sewer System: 1. Detention/retention of stormwater runoff shall be provided in accordance with the requirements of the DuPage County Countywide Stormwater

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

Summary of the 2011 Changes

Summary of the 2011 Changes The following is a list of amendments to the Residential Site Improvement s, N.J.A.C. 5:21, adopted in 2011. The Notice of Adoption of these changes appeared in the New Jersey Register on May 16, 2011.

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

PRELIMINARY DEVELOPMENT PLAN INFORMATION

PRELIMINARY DEVELOPMENT PLAN INFORMATION PRELIMINARY DEVELOPMENT PLAN INFORMATION SITE AREA =.0 AC. (,8,8 S.F.) BUILDING FOOTPRINT =,8 S.F. PAVEMENT/PARKING AREA = 0,98 S.F. BUILDING COVERAGE OF SITE = % SITE IMPROVEMENT PLAN NOTES. ALL UTILITY

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

CITY OF ASTORIA PUBLIC WORKS ENGINEERING DIVISION ENGINEERING DESIGN STANDARDS FOR IN-FILL DEVELOPMENT

CITY OF ASTORIA PUBLIC WORKS ENGINEERING DIVISION ENGINEERING DESIGN STANDARDS FOR IN-FILL DEVELOPMENT CITY OF ASTORIA PUBLIC WORKS ENGINEERING DIVISION ENGINEERING DESIGN STANDARDS FOR IN-FILL DEVELOPMENT Adopted by City Council: May 21, 2007 X:\General Eng\DESIGN STANDARDS\Engineering Design Standards

More information

Alternative No. 1 Total Cost DRAFT

Alternative No. 1 Total Cost DRAFT OPINION OF PROBABLE PROJECT COSTS SUMMARY OF ALL THREE ALTERNATIVE ALIGNMENTS Item Description Alternative No. 1 Total Cost Alternative No. 2 Total Cost Alternative No. 3 Total Cost Design Phase 1. Preliminary

More information

Federal Project No.: NONE

Federal Project No.: NONE Schedule of Items Page: 2 0001 BASE BID- STA. 10+00-23+00 0010 513 00100 0020 517 00101 MOBILIZATION LUMP SUM LUMP SUM CONSTRUCTION SURVEYING (CONSTRUCTION) 0030 301 00110 LUMP SUM LUMP SUM CLRING AND

More information

Electrical Work. NOV Embankments Over Swamps and Compressible Soils

Electrical Work. NOV Embankments Over Swamps and Compressible Soils GENERAL & CONSTRUCTION S OPS GENERAL CONDITIONS OF CONTRACT NOV 2006 100 OPS General Conditions of Contract DIVISION 1 - GENERAL S 106 Electrical Work 120 180 The Use of Explosives General Specification

More information

***************************************************************************************************************

*************************************************************************************************************** 02720 STORM DRAINAGE SYSTEM *************************************************************************************************************** SPECIFIER: CSI MasterFormat 2004 number 33 40 00. ***************************************************************************************************************

More information

PUBLIC WORKS SKAGIT COUNTY SAMISH ISLAND ROAD SAMISH ISLAND ROAD SLIDE REPAIR

PUBLIC WORKS SKAGIT COUNTY SAMISH ISLAND ROAD SAMISH ISLAND ROAD SLIDE REPAIR EASEMENT NOTES:. EASEMENT LIMIT SHOWN AS PROVIDED BY. TESC NOTES:. CONTRACTOR SHALL DEVELOP TEMPORARY EROSION AND SEDIMENT CONTROL PLAN AND PROVIDE ONSITE CERTIFIED EROSION AND SEDIMENT CONTROL LEAD (CESCL)

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

STANDARD SPECIFICATIONS SECTION PAVEMENT REQUIREMENTS

STANDARD SPECIFICATIONS SECTION PAVEMENT REQUIREMENTS STANDARD SPECIFICATIONS SECTION 02950 PAVEMENT REQUIREMENTS PART 1 GENERAL 1.1 DESCRIPTION A. Section includes requirements for removing, replacing and providing new paving for roads, driveways, parking

More information

Appendix J: Storm Conveyance Design Parameters

Appendix J: Storm Conveyance Design Parameters Appendix J: Storm Conveyance Design Parameters Drain Commissioner 39 February 2005 STORM DRAINAGE DESIGN CRITERIA A. STORM SEWERS 1. The required discharge capacity shall be determined by the Rational

More information

Table of Contents. Section 11,010 - Construction Survey Section Includes Description of Work Submittals 1. 1.

Table of Contents. Section 11,010 - Construction Survey Section Includes Description of Work Submittals 1. 1. SUDAS Standard Specifications Table of Contents Section 11,010 - Construction Survey Page No. Part 1 - General 1.01 Section Includes 1 1.02 Description of Work 1 1.03 Submittals 1 1.04 Substitutions 2

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

SPECIAL SPECIFICATION 3504 Septic Tank System

SPECIAL SPECIFICATION 3504 Septic Tank System 1993 Specifications CSJ s 3136-01-126, etc. & 0683-01-070, etc. SPECIAL SPECIFICATION 3504 Septic Tank System 1. Description. This Item shall govern for all materials, equipment and labor necessary for

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

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

More information

Appendix B Sample Plan Notes

Appendix B Sample Plan Notes The Sample plan notes included in this Appendix are the most frequently used. Each note is accompanied by a Designer Note in an attempt to give some guidance as to when the note should be used and how

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

HITT STREET UNIVERSITY PROJECT #: CP REFER TO CP PLANS FOR ELECTRICAL DUCTBANK IN HITT STREET INSTALL:

HITT STREET UNIVERSITY PROJECT #: CP REFER TO CP PLANS FOR ELECTRICAL DUCTBANK IN HITT STREET INSTALL: N 1133521.33 E 1689742.43 STA: 10+53.07 INSTALL: 2-10" 90 BENDS CONNECT TO MIDDLEBUSH HALL INTERIOR PLANT PLUMBING MIDDLEBUSH HALL HW1 HWS HWR 10+00 FREDRICK APARTMENTS FINE ARTS INSTALL 422 LF 10" HWS

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

CHAPTER 10: PAVING. Refer to page 548 of the 2016 Spec book or page 573 of the 2018 Spec book for material specifications under G.

CHAPTER 10: PAVING. Refer to page 548 of the 2016 Spec book or page 573 of the 2018 Spec book for material specifications under G. CHAPTER 10: PAVING AGGREGATE Aggregate has become more specific on how it is paid for. Therefore, make sure the plan specifies they type of aggregate to use. Spec 2118 Aggregate Surfacing - Aggregate placed

More information

PAGE 1 BID ITEM ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. QUANTITY UNIT ITEM COST COST COST COST COST COST

PAGE 1 BID ITEM ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. QUANTITY UNIT ITEM COST COST COST COST COST COST PAGE 1 BID OPENING: AUGUST 21, 2012 : 7,023,234.75 CONTRACT NO.120475 DOWNTOWN LINKS - ST. MARY'S ROAD INTERSTATE 10 (I-10) TO CHURCH AVENUE ROADWAY IMPROVEMENTS 1055001 0 HR RESTAKING FEES (150.00) 0.00

More information

EDENTON (252) GREENVILLE (252) CASTLE HAYNE (910) WILSON (252) DURHAM (919) FAYETTEVILLE (910)

EDENTON (252) GREENVILLE (252) CASTLE HAYNE (910) WILSON (252) DURHAM (919) FAYETTEVILLE (910) DIV NO. DIVISION ENGINEER 00001 Jerry Jennings, PE 00002 John W Rouse, PE 00003 Karen Eason Collette, PE 00004 Timothy M Little, PE 00005 Joseph R Hopkins, PE 00006 Gregory W Burns, PE 00007 James M Mills,

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

Town of New Tecumseth Engineering Design Criteria and Standards for Subdivisions and Capital Works Projects

Town of New Tecumseth Engineering Design Criteria and Standards for Subdivisions and Capital Works Projects 2.0 ROADWAYS 2.1 Road Classification 2.1.1 Standard Drawing Classification All Road Widths and Road Allowances shall be designed in accordance with the most recent Town of New Tecumseth Standards: TNT.SD

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

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. March 9, 2018

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. March 9, 2018 STATE OF OHIO DEPARTMENT OF TRANSPORTATION COLUMBUS, OHIO PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING March 9, 2018 This pamphlet is issued solely for the purpose of circulating advance information

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

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

Attachment D-1: Civil/Structural Scope of Work

Attachment D-1: Civil/Structural Scope of Work Attachment D-1: Civil/Structural Scope of Work Project: Location: Targa Sound Renewable Fuels Project Tacoma, WA Prepared by: NORWEST ENGINEERING Consulting Engineers 4110 N.E. 122 nd Avenue, Portland,

More information

SECTION 3 DRAINAGE. 3-1 General. 3-2 Drainage Ordinances and Legal Requirements

SECTION 3 DRAINAGE. 3-1 General. 3-2 Drainage Ordinances and Legal Requirements SECTION 3 DRAINAGE 3-1 General All Drainage plans for proposed development shall be prepared by a Professional Engineer registered in Virginia, except as noted below. Further, their seal and signature

More information

NORFOLK SOUTHERN CORPORATION UNDERPASS GRADE SEPARATION DESIGN CRITERIA

NORFOLK SOUTHERN CORPORATION UNDERPASS GRADE SEPARATION DESIGN CRITERIA NORFOLK SOUTHERN CORPORATION UNDERPASS GRADE SEPARATION DESIGN CRITERIA PURPOSE AND SCOPE These criteria modify and supplement the applicable sections of the AREMA Manual of Recommended Practice in connection

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

RICHFIELD CITY CONSTRUCTION STANDARDS

RICHFIELD CITY CONSTRUCTION STANDARDS CONSTRUCTION STANDARDS REVISED OCTOBER 2015 Jones & DeMille Engineering, Inc. [0711-211] 1535 South 100 West Richfield, UT 84701 Ph. 435-896-8266 Fax 435-896-8268 1675 South Highway 10 Price, UT 84501

More information

Virginia Department of Transportation. Tabulation of Bids. Counties: REPLACE SUPERSTRUCTURE OVER NORFOLK SOUTHERN RR

Virginia Department of Transportation. Tabulation of Bids. Counties: REPLACE SUPERSTRUCTURE OVER NORFOLK SOUTHERN RR Page 1 of 14 0010 00100 MOBILIZATION 0020 00101 CONSTRUCTION SURVEYING (CONSTRUCTION) 0030 00110 CLEARING AND GRUBBING 0040 00120 REGULAR EXCAVATION 0050 00126 EARTHWORK 0060 00140 BORROW EXCAVATION ACRE

More information

PARKING LOT AND ROADWAY MAINTENANCE

PARKING LOT AND ROADWAY MAINTENANCE Village of Vernon Hills Community Development Engineering Division Phone 847-367-3704 Fax 847-367-2541 PERMIT APPLICATION PROCESS PARKING LOT AND ROADWAY MAINTENANCE Removal and replacement, concrete and

More information

CATCH BASIN ST-1 ENGINEERING DEPARTMENT PLATE NUMBER 3.33' 3.0' 2.0' 4.33' 3.0' 4.0' 1.00' TO BACK OF CURB LINE

CATCH BASIN ST-1 ENGINEERING DEPARTMENT PLATE NUMBER 3.33' 3.0' 2.0' 4.33' 3.0' 4.0' 1.00' TO BACK OF CURB LINE 3.33' 3.0' 2.0' 4.33' 4.0' 3.0' 1.00' TO BACK OF CURB LINE TOP OF GRATE ELEV. - SEE PLAN NEENAH CASTING R-3067-V OR AS NOTED ON PLANS. "INFA-SHIELD" SEAL OR EQUAL. RINGS (2 MIN., 1' MAX. OF RINGS AND MORTAR).

More information

ENCROACHMENT/EXCAVATION PERMIT APPLICATION

ENCROACHMENT/EXCAVATION PERMIT APPLICATION PERMIT / PROJECT INFORMATION: PARCEL INFO: APPLICANT S INFO: Public Works/Engineering 595 SILVER LACE BLVD, FERNLEY, NV 89408 (775)-784-9910 ENCROACHMENT/EXCAVATION PERMIT APPLICATION PERMIT APPLICATIONS,

More information

SECTION STORM DRAINAGE UTILITIES. B. Section : Site Restoration and Rehabilitation

SECTION STORM DRAINAGE UTILITIES. B. Section : Site Restoration and Rehabilitation SECTION 33 40 00 STORM DRAINAGE UTILITIES 1. PART 1 GENERAL 1.1 RELATED WORK A. Section 31 23 00: Excavation and Fill B. Section 32 00 01: Site Restoration and Rehabilitation C. Special Conditions for

More information

APPENDIX C INLETS. The application and types of storm drainage inlets are presented in detail in this Appendix.

APPENDIX C INLETS. The application and types of storm drainage inlets are presented in detail in this Appendix. Storm Drainage 13-C-1 APPENDIX C INLETS 1.0 Introduction The application and types of storm drainage inlets are presented in detail in this Appendix. 2.0 Inlet Locations Inlets are required at locations

More information

Plan Name Plan No. Submitting Firm Contact Engineer. Review Date ESI Team ENGINEERS AND SURVEYORS INSTITUTE PEER REVIEW CHECKLIST CITY OF ALEXANDRIA

Plan Name Plan No. Submitting Firm Contact Engineer. Review Date ESI Team ENGINEERS AND SURVEYORS INSTITUTE PEER REVIEW CHECKLIST CITY OF ALEXANDRIA EROSION AND SEDIMENT CONTROL CHECKLIST (E&S) VIRGINIA EROSION AND SEDIMENT CONTROL HANDBOOK (1 of 2) Item # Description OK NO N/A 1 Limits of clearing and grading match on all appropriate sheets 2 Construction

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

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