ADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No.

Size: px
Start display at page:

Download "ADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No."

Transcription

1 ADDENDUM #3 STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No. DEM10L-5209(008) November 9, 2017

2 Addendum for: AND IA STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I City Project No ; Federal Project No. DEM10L-5209(008) Addendum No.: 3 Addendum Date: NOVEMBER 9, 2017 Issued by: City of Beaumont Amer Jakher, PE, Director of Public Works/City Engineer Reminder: Please sign Addenda Acknowledgement on page Bid Form 10 A3.01. Revised Bid Form Contractor shall complete the following revised bid form with the following notes for clarification: 1) Phase I (Overcrossing) is Base Bid. 2) Phase I A (Interim) is Additive Bid A. 3) Final pay items are 37, 38, 40, 41, 49, 64, 65, 66, 67, 68, 69, 70, 72, 100, 101, 104, 105, 143, and A39. 4) The bids will be tabulated as follows: Base Bid + Additive Bid A = Total Bid Determination of lowest bid is based on the Total Bid which includes: (Base Bid + Additive Bid A) combined. The bid form begins on the next page.

3 BID FORM NAME OF BIDDER: The undersigned, hereby declare that we have carefully examined the location of the proposed Work, and have read and examined the Contract Documents, including all plans, specifications, and all addenda, if any, for the following Project: SR-60/POTRERO BOULEVARD INTERCHANGE PHASE I (OVERCROSSING) AND PHASE IA (INTERIM) PROJECTS We hereby propose to furnish all labor, materials, equipment, tools, transportation, and services, and to discharge all duties and obligations necessary and required to perform and complete the Project for the following BID TOTAL BID PRICE: BID PRICE (IN WRITTEN FORM) BID PRICE (IN NUMBERS) BASE BID BID ADDITIVE A TOTAL BID PRICE In case of discrepancy between the written price and the numerical price, the written price shall prevail.

4 BID SCHEDULE (BASE BID + ADDITIVE BID A) SR-60/POTRERO BOULEVARD INTERCHANGE PHASE I AND INTERIM PROJECTS Time of Completion: 220 Working Days (Bid Schedule =Base Bid + Additive Bid A) ITE M No. DESCRIPTION BASE BID UNIT ESTIMA TED QUANTI TY 1 RESIDENT ENGINEERS OFFICE 2 LEAD COMPLIANCE PLAN 3 PROGRESS SCHEDULE (CRITICAL PATH METHOD) 4 DEVELOP WATER SUPPLY 5 CONSTRUCTION AREA SIGNS 6 TRAFFIC CONTROL SYSTEM 7 TYPE III BARRICADE EA 15 8 BARRICADE (LEFT IN PLACE) EA 3 9 CHANNELIZER (SURFACE MOUNTED) EA CHANNELIZER (SURFACE MOUNTED)(LEFT IN EA 7 11 PORTABLE DELINEATOR EA PORTABLE CHANGEABLE EA TEMPORARY RAILING (TYPE K) LF 6, TEMPORARY CRASH CUSHION MODULE EA TEMPORARY CRASH CUSHION (ALTERNATIVE INLINE EA 7 16 TEMPORARY TRAFFIC SCREEN LF 5, JOB SITE MANAGEMENT 18 PREPARE STORM WATER POLLUTION PREVENTION 19 STORM WATER ANNUAL REPORT EA 1 20 TEMPORARY SOIL BINDER SQYD 87, TEMPORARY COVER SQYD 4, TEMPORARY CHECK DAM LF 5, TEMPORARY DRAINAGE INLET PROTECTION EA TEMPORARY FIBER ROLL LF TEMPORARY GRAVEL BAG BERM LF TEMPORARY SILT FENCE LF 7, TEMPORARY CONSTRUCTION ENTRANCE EA 3 UNIT PRICE TOTAL COST

5 28 STREET SWEEPING 29 TEMPORARY CONCRETE WASHOUT EA 3 30 TEMPORARY FENCE (TYPE ESA) LF 4, TREATED WOOD WASTE LB 7, CONTRACTOR SUPPLIED BIOLOGIST 32B NOISE MONITORING 33 CLEARING AND GRUBBING (LS) 34 ROADWAY EXCAVATION CY 93, EARTHWORK (TRENCH) CY 6,800 35A ROADWAY EXCAVATION (TYPE Y- 1) (AERIALLY DEPOSITED LEAD) CY 1, SHOULDER BACKING TON 2 37 F STRUCTURE EXCAVATION (BRIDGE) CY 1, F STRUCTURE BACKFILL (BRIDGE) CY 1, DITCH EXCAVATION CY F IMPORTED BORROW (CY) CY 108, F 3" SUPPLY LINE (BRIDGE) LF MOVE-IN/MOVE-OUT (EROSION CONTROL) EA 3 43 IMPORTED TOPSOIL (CY) CY ROLLED EROSION CONTROL PRODUCT SQFT 283, FIBER ROLLS LF 52, HYDROSEED SQFT 674, COMPOST SQFT 680, INCORPORATE MATERIALS SQFT 2, F CLASS 2 AGGREGATE BASE (CY) CY 4, PREPAVING INERTIAL PROFILER 51 PRIME COAT TON HOT MIX ASPHALT (TYPE A) TON 8, RUBBERIZED HOT MIX ASPHALT (GAP GRADED) TON DATA CORE 55 PLACE HOT MIX ASPHALT DIKE (TYPE E) LF 1, PLACE HOT MIX ASPHALT SQYD TACK COAT TON REMOVE ASPHALT CONCRETE DIKE LF 3, COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 2, REMOVE BASE AND SURFACING CY 1,600

6 61 FURNISHING PILING (CLASS 200) LF 8, DRIVE PILE (CLASS 200) EA PRESTRESSING CAST-IN- PLACE CONCRETE 64 F STRUCTURAL CONCRETE, BRIDGE FOOTING CY F STRUCTURAL CONCRETE, BRIDGE CY 2, F STRUCTURAL CONCRETE, BRIDGE (POLYMER FIBER) CY 1, F STRUCTURAL CONCRETE, APPROACH SLAB (TYPE CY F STRUCTURAL CONCRETE, HEADWALL CY F STRUCTURAL CONCRETE, DRAINAGE CY F MINOR CONCRETE (MINOR STRUCTURE) CY JOINT SEAL ASSEMBLY (MR 2 1/2") LF F BAR REINFORCING STEEL (BRIDGE) LB 910, HEADED BAR REINFORCEMENT EA REDWOOD HEADER BOARD LF 2, " ALTERNATIVE PIPE CULVERT LF 1, " ALTERNATIVE PIPE CULVERT LF " ALTERNATIVE PIPE CULVERT LF " CORRUGATED STEEL PIPE (0.138" THICK) LF " CORRUGATED STEEL PIPE DOWNDRAIN (0.079" LF " ANCHOR ASSEMBLY EA 3 81 DRAINAGE INLET MARKER EA " WELDED STEEL PIPE CASING (BRIDGE) LF REMOVE FLARED END SECTION EA " ALTERNATIVE FLARED END SECTION EA " ALTERNATIVE FLARED END SECTION EA 1 86 MANHOLE EA 1 87 REMOVE OVERSIDE DRAIN EA 2 88 REMOVE PIPE (LF) LF REMOVE DOWNDRAIN (EA) EA 2 90 REMOVE INLET EA 2 91 REMOVE HEADWALL EA 3 92 REMOVE SEWER MANHOLE EA 3 93 REMOVE SEWER PIPE LF 520

7 94 REMOVE ASPHALT CONCRETE OVERSIDE EA 1 95 ADJUST DOWNDRAIN EA 1 96 REMOVE CONCRETE (CHANNEL) CY CAP INLET EA 1 98 REMOVE SEWER FACILITIES 99 REMOVE ROCK SLOPE PROTECTION CY F ROCK SLOPE PROTECTION (LIGHT, METHOD B) (CY) CY F ROCK SLOPE PROTECTION (NO. 2, METHOD B) (CY) CY CONCRETE (DITCH LINING) CY CONCRETE (CONCRETE APRON) CY F SLOPE PAVING WITH CONCRETE PAVERS SQFT 10, F ROCK SLOPE PROTECTION SQYD 980 FABRIC (CLASS 8) PRE/POST CONSTRUCTION SURVEYS 105 A 106 MANHOLE FRAME AND COVER EA LIGHTING (CITY STREET) 108 PREPARE AND STAIN CONCRETE SQFT 5, CHAIN LINK FENCE (TYPE CL-6) LF 2, ' METAL GATE EA REMOVE FENCE LF 2, A SURVEY MONUMENT EA REMOVE PAVEMENT MARKER EA REMOVE CHANNELIZERS EA GUARD RAILING DELINATOR EA PAVEMENT MARKER (NON- RELFECTIVE) EA PAVEMENT MARKER EA 1, MILE POST MARKER EA CONCRETE BARRIER MARKER EA OBJECT MARKER EA REMOVE OBJECT MARKER EA REMOVE ROADSIDE SIGN (WOOD POST) EA REMOVE ROADSIDE SIGN (METAL POST) EA REMOVE SIGN PANEL EA RELOCATE ROADSIDE SIGN - ONE POST EA 1

8 FURNISH LAMINATED PANEL SIGN (1"-TYPE B) FOR RETROREFLECTIVE SHEETING (TYPE XI) FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"- UNFRAMED) FOR RETROREFLECTIVE SHEETING (TYPE XI) SQFT 80 SQFT FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"- UNFRAMED) FOR SQFT 140 RETROREFLECTIVE SHEETING (TYPE XI) 128 FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"- FRAMED) FOR SQFT 70 RETROREFLECTIVE SHEETING 129 FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"- FRAMED) FOR SQFT 60 RETROREFLECTIVE SHEETING 130 RETROREFLECTIVE SHEETING (TYPE XI) SQFT METAL (BARRIER MOUNTED SIGN) LB ROADSIDE SIGN - ONE POST EA ROADSIDE SIGN - TWO POST EA INSTALL ROADSIDE SIGN PANEL ON EXISTING POST EA MIDWEST GUARDRAIL SYSTEM LF A VEGETATION CONTROL (MINOR CONCRETE) SQYD A CHAIN LINK RAILING (TYPE 7 MODIFIED) CONCRETE BARRIER (TYPE K) LF 710 LF DOUBLE MIDWEST GUARDRAIL SYSTEM LF TRANSITION RAILING (WB-31) EA CONCRETE BARRIER (TYPE 60) LF CONCRETE BARRIER (TYPE 60C) LF CONCRETE BARRIER (TYPE 60G) LF CONCRETE BARRIER (TYPE 60GE) LF F CONCRETE BARRIER (TYPE 732SW MODIFIED) LF REMOVE GUARDRAIL LF 400

9 145 REMOVE CONCRETE BARRIER LF REMOVE CRASH CUSHION EA TERMINAL SYSTEM (SOFTSTOP TYPE) EA THERMOPLASTIC PAVEMENT MARKING SQFT 1,400 (ENHANCED WET NIGHT 149 4" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET LF 47,500 NIGHT VISIBILITY) 150 4" THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET VISIBILITY) (BROKEN 36-12) NIGHT LF 15, " THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) REMOVE THERMOPLASTIC REMOVE THERMOPLASTIC 6" RUMBLE STRIP (ASPHALT CONCRETE MODIFYING EXISTING ELECTRICAL SYSTEM LF 30 LF 12,800 SQFT 200 STA MOBILIZATION (10%) TOTAL BASE BID= ADDITIVE BID A A1 LEAD COMPLIANCE PLAN A2 PROGRESS SCHEDULE (CRITICAL PATH METHOD) A3 CONSTRUCTION AREA SIGNS A4 TRAFFIC CONTROL SYSTEMS A5 TYPE III BARRICADE EA 6 A6 TEMPORARY SQFT 170 PAVEMENT MARKING A7 TEMPORARY TRAFFIC LF 10,500 STRIPE (PAINT) A8 CHANNELIZERS EA 9 (SURFACE MOUNTED) A9 CHANNELIZERS (SURFACE EA 6 MOUNTED)(LEFT IN A10 PORTABLE DELINEATORS EA 25 A11 TEMPORARY PAVEMENT MARKER EA 140 A12 PORTABLE CHANGEABLE MESSAGE EA 3

10 A13 TEMPORARY RAILING (TYPE K) LF 2,660 A14 TEMPORARY CRASH EA 14 CUSHION MODULE A15 JOB SITE MANAGEMENT A16 PREPARE WATER POLLUTION CONTROL A17 TEMPORARY HYDRAULIC MULCH SQYD 4,940 A18 TEMPORARY COVER SQYD 6,040 A19 TEMPORARY CHECK DAM LF 540 A20 TEMPORARY DRAINAGE EA 3 INLET PROTECTION (TYPE 3B) A21 TEMPORARY FIBER ROLL LF 1,110 A22 TEMPORARY CONSTRUCTION ENTRANCE EA 1 A23 TEMPORARY EA 1 CONCRETE WASHOUT A24 TREATED WOOD WASTE LB 320 A25 CONTRACTOR SUPPLIED BIOLOGIST A26 CLEARING AND GRUBBING A27 ROADWAY EXCAVATION CY 5,790 A28 DITCH EXCAVATION CY 930 A29 FIBER ROLLS LF 1,110 A30 HYDROSEED SQFT 48,700 A31 COMPOST SQFT 44,400 A32 CLASS 2 AGGREGATE SUBBASE CY 940 A33 CLASS 2 AGGREGATE BASE CY 530 A34 LEAN CONCRETE BASE CY 670 A35 PRIME COAT TON 1.3 A36 HOT MIX ASPHALT (TYPE A) TON 1,410 A37 PLACE HOT MIX SQYD 500 ASPHALT A38 TACK COAT TON 2 A39 F JOINTED PLAIN CY 1,730 CONCRETE PAVEMENT A40 ISOLATION JOINT SEAL (SILICONE) LF 1,630 A41 STRUCTURAL CY 2 CONCRETE, DRAINAGE A42 MINOR CONCRETE (BACKFILL) CY 18 A43 18" REINFORCED CONCRETE PIPE LF 96 A44 24" CORRUGATED STEEL LF 50 PIPE (0.079" THICK) A45 18" ALTERNATIVE FLARED EA 1 END SECTION A46 REMOVE CULVERT LF 66 A47 REMOVE INLET EA 1

11 A48 ROCK SLOPE CY 13 PROTECTION (FACING, A49 CONCRETE (APRON) CY 1 A50 ROCK SLOPE PROTECTION SQYD 20 FABRIC (CLASS 8) A51 MISCELLANEOUS IRON LB 370 AND STEEL A52 TEMPORARY FENCE (TYPE ESA) LF 340 A53 REMOVE PAVEMENT MARKER EA 140 A54 PAVEMENT EA 180 MARKER A55 DELINEATOR (CLASS 1) EA 13 A56 REMOVE ROADSIDE SIGN EA 2 A57 RELOCATE ROADSIDE SIGN - ONE POST EA 3 A58 FURNISH SINGLE SHEET SQFT 140 A59 FURNISH SINGLE SHEET SQFT 220 A60 FURNISH SINGLE SHEET SQFT 77 A61 ROADSIDE SIGN - ONE POST EA 14 A62 ROADSIDE SIGN - TWO POST EA 7 A63 THERMOPLASTIC PAVEMENT SQFT 790 A64 4" THERMOPLASTIC TRAFFIC LF 3,290 A65 4" THERMOPLASTIC TRAFFIC LF 7,070 A66 4" THERMOPLASTIC TRAFFIC LF 740 A67 8" THERMOPLASTIC TRAFFIC LF 1,010 A68 REMOVE THERMOPLASTIC LF 9,870 A69 LIGHTING SYSTEM A70 MOBILIZATION TOTAL ADDITIVE BID A= TOTAL BID PRICE = In case of discrepancy between the unit price and the item cost set forth for a unit basis item, the unit price shall prevail and, shall be utilized as the basis for determining the lowest responsive, responsible bidder. However, if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or is the same amount as the entry in the Item Cost column, then the amount set forth in the Item Cost column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. Final payment shall be determined by the Engineer from measured quantities of work performed based upon the unit price. In case of discrepancy between the written price and the numerical price, the written price shall prevail.

12 The undersigned agrees that this Bid Form constitutes a firm offer to the City which cannot be withdrawn for the number of calendar days indicated in the Notice Inviting Bids from and after the bid opening, or until a Contract for the Work is fully executed by the City and a third party, whichever is earlier. The Contract duration shall commence on the date stated in the City s Notice to Proceed, and shall be completed by the Contractor in the time specified in the Contract Documents. In no case shall the Contractor commence construction prior to the date stated in the City s Notice to Proceed. Bidder certifies that it is licensed in accordance with the law providing for the registration of Contractors, License No., Expiration Date, class of license. If the bidder is a joint venture, each member of the joint venture must include the above information. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. 1. Addenda No. thru 2. Attached is the required bid security in the amount of not less than 10% of the Total Bid Price. 3. Attached is the fully executed Non-Collusion Affidavit form. 4. Attached is the completed Designation of Subcontractors form. 5. Attached is the completed Bidder Information Form. 6. Attached is the completed Contractor s Certificate Regarding Workers Compensation form. 7. Attached is the completed Iran Contracting Act Form 8. Attached is the completed DBE Commitment Form 9. Bidder acknowledges and understands that, pursuant to Public Contract Code Section 20676, sellers of "mined material" must be on an approved list of sellers published pursuant to Public Resources Code Section 2717(b) in order to supply mined material for this Contract. I hereby certify under penalty of perjury under the laws of the State of California, that all of the information submitted in connection with this Bid and all of the representations made herein are true and correct. Name of Bidder Signature Name and Title Dated

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

APPENDIX F: CALTRANS COST ESTIMATE TEMPLATE (included in Appendix AA of the CALTRANS Project Development Procedures Manual)

APPENDIX F: CALTRANS COST ESTIMATE TEMPLATE (included in Appendix AA of the CALTRANS Project Development Procedures Manual) APPENDIX F: CALTRANS COST ESTIMATE TEMPLATE (included in Appendix AA of the CALTRANS Project Development Procedures Manual) PROJECT DESCRIPTION: (Enter Type of Project Planning Cost Estimate as Title)

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

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

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

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

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

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

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS TO: All Plan Holders and Prospective Bidders TITLE: Hills of Cedar Creek East Phase 2 PROJECT NO: LOCATION: OWNER: EGA181011 Council Bluffs, IA. City

More information

DIVISION 3 PAVEMENT (FLEXIBLE AND RIGID) CONSTRUCTION SPECIFICATIONS

DIVISION 3 PAVEMENT (FLEXIBLE AND RIGID) CONSTRUCTION SPECIFICATIONS OPS GENERAL CONDITIONS OF CONTRACT NOV 2006 General Conditions of Contract DIVISION 1 GENERAL S OCT 92 102 Weighing of Materials NOV 2004 106 Electrical Work NOV 2003 120 The Use of Explosives APR 2006

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

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

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

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

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

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

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

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

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

: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

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

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

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

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

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

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

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

Construction #02-4G5504 (CONTINUED) PROJECT: COUNTY OF SACRAMENTO AC OVERLAY PROJECT FEDERAL Contract No STPL-5924(233)

Construction #02-4G5504 (CONTINUED) PROJECT: COUNTY OF SACRAMENTO AC OVERLAY PROJECT FEDERAL Contract No STPL-5924(233) GRIFFITH COMPANY REQUESTING SUB-BIDS ON ALL TRADES From Qualified DBE Subcontractors & Suppliers, DBE Goal: 10% For the following project: CALTRANS #08-0K2914 - FOR CONSTRUCTION ON STATE HIGHWAY IN SAN

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

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

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

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

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 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

(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

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

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

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

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

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

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

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

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. SEVEN Date: 07.11.17 Project: A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA A7.1

More information

OKLAHOMA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS FOR BUY AMERICA

OKLAHOMA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS FOR BUY AMERICA 106-5(a-f) 09 OKLAHOMA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS FOR BUY AMERICA These Special Provisions amend, revise, and where in conflict, supersede applicable sections of the 2009 Standard

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

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

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

Subject: Use of Plastic Pipe for Storm Sewer and Culverts on Trunk Highways

Subject: Use of Plastic Pipe for Storm Sewer and Culverts on Trunk Highways Minnesota Department of Transportation Engineering Services Division Technical Memorandum No. 17-05-B-02 April 11, 2017 Technical Memorandum To: Electronic Distribution Recipients From: Nancy T. Daubenberger,

More information

STORMWATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITY

STORMWATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITY STATE OF COLORADO GENERAL PERMIT APPLICATION Updated 11/04 STORMWATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITY This application is for use by all stormwater dischargers engaged in construction

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

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

BID TABULATION ( BIDS OPENED MONDAY, APRIL 24, 1:00 P.M. ) CONSTRUCT PARALLEL TAXIWAY - PHASE 3 HABERSHAM COUNTY AIRPORT, CORNELIA, GEORGIA

BID TABULATION ( BIDS OPENED MONDAY, APRIL 24, 1:00 P.M. ) CONSTRUCT PARALLEL TAXIWAY - PHASE 3 HABERSHAM COUNTY AIRPORT, CORNELIA, GEORGIA BASE BID 1 01000 MOBILIZATION 1.00 L. SUM $799,945.96 $799,945.96 $1,150,000.00 $1,150,000.00 2 01510 FIELD ENGINEER'S OFFICE 1.00 L. SUM $40,000.00 $40,000.00 $5,000.00 $5,000.00 3 ALL-1 4 ALL-2 5 MISC-1

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

SECTION 903 EROSION CONTROL

SECTION 903 EROSION CONTROL SECTION 903 EROSION CONTROL Delete this Section in its entirety and replace with the following: SECTION 903 EROSION CONTROL 903-1 DESCRIPTION: This work consists of providing all; administrative, labor,

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

Notice to Bidders Page 1 of 6

Notice to Bidders Page 1 of 6 Page 1 of 6 COYOTE CREEK LEVEE RODENT DAMAGE REPAIR DOWNSTREAM OF SR 237 Project No. 62084001, Task No. 5171 Contract No. C0637 1. Notice. Notice is hereby given that sealed Bids will be accepted by the

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

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

CITY UTILITIES DESIGN STANDARDS MANUAL

CITY UTILITIES DESIGN STANDARDS MANUAL CITY UTILITIES DESIGN STANDARDS MANUAL () September 2017 Page Chapter 1 Acronyms and Definitions 1.01 Purpose 1 1.02 Acronyms 1 1.03 Definitions 3 Chapter 2 Introduction 2.01 Purpose 1 2.02 Applicability

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

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

PASSAIC COUNTY TECHNICAL INSTITUTE CCA 1422 NEW S.T.E.M. BUILDING 2017

PASSAIC COUNTY TECHNICAL INSTITUTE CCA 1422 NEW S.T.E.M. BUILDING 2017 SECTION 02630 - STORM DRAINAGE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,

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

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

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

Required Information for Permit Issuance

Required Information for Permit Issuance Required Information for Permit Issuance 1. Parcel #: It is very important that we have this information. It can be accessed in different ways. It may already be on your septic application, you can get

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

LADOTD Construction Specifications: Parts II, III & IV MARK MORVANT, P.E. ASSOCIATE DIRECTOR, RESEARCH

LADOTD Construction Specifications: Parts II, III & IV MARK MORVANT, P.E. ASSOCIATE DIRECTOR, RESEARCH LADOTD Construction Specifications: Parts II, III & IV MARK MORVANT, P.E. ASSOCIATE DIRECTOR, RESEARCH Presentation Outline General Introduction Part II Site Preparation & Earthwork Part III Base Courses

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

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

Section 401. PIPE CULVERTS

Section 401. PIPE CULVERTS 401.02 Section 401. PIPE CULVERTS 401.01. Description. This work consists of constructing pipe culverts of the size and class required, including excavation and backfill. 401.02. Materials. Provide materials

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

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

Construction Best Management Practices Handbook BEST MANAGEMENT PRACTICES

Construction Best Management Practices Handbook BEST MANAGEMENT PRACTICES Construction Best Management Practices Handbook www.montereysea.org BEST MANAGEMENT PRACTICES 26 www.montereysea.org Construction Best Management Practices Handbook VEHICLE TRACKING AND DUST CONTROL IN

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

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

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

More information

RESIDENT ENGINEER S MANUAL 2014 SPECIFICATIONS ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSTRUCTION DIVISION

RESIDENT ENGINEER S MANUAL 2014 SPECIFICATIONS ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSTRUCTION DIVISION RESIDENT ENGINEER S MANUAL 2014 SPECIFICATIONS ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSTRUCTION DIVISION FOREWORD The Construction Industry is continually changing. New technology, materials,

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

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

CITY OF SANTA ANA PROPOSAL PROJECT NOS.: , , , DOWNTOWN PARKING FACILITY IMPROVEMENTS

CITY OF SANTA ANA PROPOSAL PROJECT NOS.: , , , DOWNTOWN PARKING FACILITY IMPROVEMENTS 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

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

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

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 3: Roofs 1 & 3 DATE: December 29, 2017 1235 Mission

More information

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Tuesday, February 20, :30 PM 600 S. Commerce Ave. Sebring, FL AGENDA

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Tuesday, February 20, :30 PM 600 S. Commerce Ave. Sebring, FL AGENDA HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Tuesday, February 20, 2018 5:30 PM 600 S. Commerce Ave. Sebring, FL 33870 AGENDA 1 MEETING CALLED TO ORDER: Invitation to fill out "citizens not on the agenda

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

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