February 1, 2018 ADDENDUM NO. 3 TO ALL BIDDER S:

Size: px
Start display at page:

Download "February 1, 2018 ADDENDUM NO. 3 TO ALL BIDDER S:"

Transcription

1 CITY OF MANASSAS, VIRGINIA FINANCE DEPARTMENT PURCHASING DIVISION 8500 Public Works Drive, Manassas, VA Telephone: (703) Facsimile: (703) Website: February 1, 2018 ADDENDUM NO. 3 TO ALL BIDDER S: Reference - Invitation for Bid: 18B012 Service: Prince William Street Widening Improvement Dated: December 12, 2017 Bid Due Date: February 9, 2018 This Addendum forms a part of the Contract Documents and modifies the original bidding documents for ITB No. 18B012 dated December 12, Bidders shall acknowledge receipt of the Addendum in the space provided on the Bid Submission Form. This Addendum consists of thirteen (13) total page. The following information shall modify and clarify the Contract Documents and what is called for by one shall be binding as if called for by all: 1. Posting Questions & Answers to-date: See attached herein. 2. Revised Bid Submission Form enclosed.

2 PAGE 2 DATE February 1, 2018 ITB - 18B012 Prince William Street Widening Improvement Addendum No. 3 Invitation to Bid No. 18B012 Prince William Street Widening Improvement Question and Answer (Q&A) Bulletin Board for Addendum No. 3 (This document will be updated periodically to share all relevant questions and answers. Any Q&A resulting in an Addendum will be posted on the City s purchasing web site and in eva) Question 31: There is no bid item for 18 Waterline Bends. They do not make 33 RCP any more, what size do you what us to bid? Answer 31: Add a line item for 18 Waterline Bends. Bid 36 RCP instead. Question 32: On Water Line K the contractor is required to install an 8 Cut in Valve. Based on the Proximity to the replacement work I believ-e the City has missed the Temporary Line Anchor 8 requirement and associated line item so the cut in valve can be restrained. Answer 32: Line item for the Temporary Line Anchor (8 ) needs to be added on the Schedule of Values. In addition, one Temporary Line Anchor (12 ) and one 12 Cut-in Valve need to be added as well. Question 33: Line It No 52 Requires three 6 Cut in Valves. The Line item 72 Temporary Line Anchor 6 only requires 2. It appears the quantity is deficient for Line Item No 72 as all the Cut in Valves will need to be restrained. Answer 33: The quantities shown are correct. Question 34: For Line Item No Temporary Line Anchors, After Water Main work is completed is the City expecting the Contractor to remove these Line Anchors or will they be left in Place. Answer 34: Temporary line anchors need to be removed as new water mains are installed. Question 35: For Line Item No Cut in Valve Long Solid Sleeve, Please Verify whether the Valve being installed is required to be a Butterfly Valve or Gate Valve. Answer 35: The valve is a butterfly valve. Question 36: For the items of work that fall outside the replacement profile of the road (Ex. Cut in Tees, Line Anchors ect.) is the patching work going to be paid at unit prices per the contract line items? Answer 36: Yes, unit prices per the contract line items will be used.

3 PAGE 3 DATE February 1, 2018 ITB - 18B012 Prince William Street Widening Improvement Addendum No. 3 Question 37: Line Item No 134 NS Modify Existing Drop Inlet has a pay quantity of 2. Per Plan Sheet 2K(1) there are three inlets to be modified (Ex. D6, Ex. 2940, Ex. 2433). Please adjust the pay item in the next addendum. Answer 37: Pay item 134 NS Modify Existing Drop Inlet shall have a quantity of 3. Question 38: The Contractor is to extend the Pipe from 4-19 to If the existing field conditions are found to require a Concrete Collar to join the pipes, how is the contractor to be compensated for that work? Answer 38: The cost should be included in the line item for the pipes. Question 39: RE: Plan Sheet 4 (0) and 5 (0), Can you provide a Bid Item, details and description for the Decorative Fence referred to on these plan sheets. Answer 39: Part Physical Features in Section Existing Site Conditions of the specifications states When it is necessary to remove mail boxes, fences, stone walls, retaining walls, shrubs, or any other physical features of the project site including property pins, the Contractor shall carefully remove, store, maintain, and reset prior to the completion of the Contract. Property pins shall be replaced by a Registered Surveyor hired by Contractor. The cost of such removal, storage, maintenance, and restoration shall be considered incidental to the project and no distinct payment shall be made. Any existing decorative fences shall be replaced in kind. Question 40: What is the City s intent with regards to installing new sanitary sewer laterals on an existing main? Does the existing lateral have to be removed? Is the new lateral to be installed at the same elevation as the existing one? Answer 40: The new laterals are intended to be installed at the same elevation. However, they can be adjusted, if needed, as long as they meet the minimum slope requirements. Question 41: Answer #13 from Addendum #1 remains unclear. If all excavation is unclassified and the rock clause is being removed, then what are rock excavation units as referred to in the Answer? If rock is to be included in our lump sum Earthwork, then why would the City have to authorize rock excavation? Answer 41: The city has to authorize rock excavation in order to approve the method of removal, schedule the work, and to notify residents if necessary. Question 42: Addendum #2 states that all existing waterline shall be removed within the limits of the work. Then what is the purpose of Item 69 on the Bid Form flowable backfill (abandon existing waterline)?

4 PAGE 4 DATE February 1, 2018 ITB - 18B012 Prince William Street Widening Improvement Addendum No. 3 Answer 42: Item 29 on the Bid Form, Flowable backfill shall be deleted. Question 43: Addendum #2 states that underground utility work on Prince William Street shall begin at the Wellington end first. This directly contradicts all phasing depicted in the waterline section of the plans. The drawings clearly show the waterline work to begin at the Grant Avenue end. Please clarify. Answer 43: The waterline construction sequence on Sheet 12 of the plans and any references to construction phasing on sheets 12(1)-12(8) shall be considered for information only. The phasing shall follow that described in Addendum 2. Question 44: What is the Contractor s responsibility concerning existing driveways all along Prince William Street? The pre-bid presentation has a sheet for driveways with alternative designs. Answer 44: The contractor shall bid the project as designed, some of the driveway designs show work outside of temporary construction easements. The contractor shall follow section 1.13 Work Outside Temporary Construction Easements in the General Requirements section of the specifications for these driveways. Question 45: Is a temporary asphalt patch required for utility installations in areas of the road that are going to be fully reconstructed with new pavement? In other words, if a utility is installed in the roadway, is a 21-B gravel patch acceptable or is an asphalt patch required for all utilities installed beneath existing pavement? Answer 45: An asphalt patch is required when that section of utility work is completed. Question 46: Are there any Specifications for the 300 LF of chain link fence called out on the Bid Form? Answer 46: The line item for chain link fence is to replace existing chain link fence. The replacement item should match existing conditions. Question 47: The attached page from the pre-bid presentation has a list of driveways with alternative designs. Please clarify what the alternative designs are for these addresses. Answer 47: See answer 44. Question 48: Sheet 2(0) has a note saying that All concrete pipe to be placed to be placed within the dedicated right-of-way shall conform to ASTM Specification C76-65T class IV. Please confirm that this is not the case and that storm sewer profiles and drainage descriptions will govern with regards to class of RCP pipe. Answer 48: All storm sewer pipes shall be Class IV.

5 PAGE 5 DATE February 1, 2018 ITB - 18B012 Prince William Street Widening Improvement Addendum No. 3 Question 49: Are there specific addresses along Prince William Street that will be available to be used for material & equipment storage during construction? Answer 49: The contractor shall secure their own staging area. Question 50: Can we add dog house manholes to facilitate sanitary pump around? Answer 50: Dog house manholes are not allowed. Question 51: Can we lay the new sanitary sewer adjacent to the old sewer from 108GA to 109G, due to the live laterals? Answer 51: No, pump around will be required. Refer to the Sanitary Sewer Notes on sheet 13(5). Question 52: What materials are approved by the City for temporary water main? Answer 52: Yelomine pipes are required.

6 VII. BID SUBMISSION FORM PRINCE WILLIAM STREET WIDENING PROJECT BID BASE BID: The Base Bid is for Reconstruction of Prince William Street with a curb and gutter section and dedicated bike lanes in both directions, constructing a drainage system with curb and field inlets and an outfall into Winter s Branch, constructing concrete and asphalt residential and commercial entrances, and a retaining wall. Installation of sidewalk on the south side from Wellington Road to approximately Runaldue Street and on the north side from Jefferson Street to approximately Grant Avenue, curb, gutter, asphalt and all items listed in the plans. Installation of the 12 and 24 water main from Wellington Road to Grant Avenue and sanitary sewer relocations throughout the project. The Base Bid Total is: Dollars ($ ) with construction to be completed within three hundred sixty-five (365) calendar days from the date of Notice to Proceed. AWARD The Contract shall be awarded based on the Base Bid Total. However, failure to complete the Schedule of Values for the Base Bid will render that bid non-responsive. ESCROW AGREEMENT: I/We elect to utilize the Escrow Account procedure described in the Invitation to Bid if determined to be the successful low bidder (write yes or no ). PAGE 25

7 SCHEDULE OF VALUES FOR BASE BID Unit prices for the Prince William Street Project shall be all labor, materials, tools, equipment, transportation, etc. to perform the specified task per the contract documents and drawings. Any permitted upward or downward modifications of quantities will result in an adjustment based on the figures provided by the bidder on this form, without any other adjustment for overhead, profit, or any other reason. CODE SPEC DESCRIPTION ESTIMATED QUANTITY EXTENDED MOBILIZATION LS CLEARING & GRUBBING ACRE CONSTRUCTION SURVEYING LS FIELD OFFICE TYPE I MO EARTHWORK LS UNDERCUT EXCAVATION CY 100 PAVEMENT S ASPHALT CONCRETE TY. SM 9.5A TON 1, ASPHALT CONCRETE TY. IM 19.0A TON 1, ASPHALT CONCRETE TY. BM 25.0A TON 1, AGGREGATE BASE MATL.TY.1 NO. 21B TON 5, CRUSHER RUN AGGREGATE NO.25 OR 26 TON 119 INCIDENTAL S STD.CURB CG 2 (CG 12) LF STD.COMB.CURB & GUTTER CG 6 LF 3, RAD.COMB.CURB & GUTTER CG 6 LF STD.COMB.CURB & GUTTER CG 6 (CG 12) LF CONCRETE ENRANCE PAVEMENT 7" SY MODIFIED ENTRANCE GUTTER CG 9D SY ATTD CG 12 DETECTABLE WARNING SURFACE SY MODIFIED ENTRANCE GUTTER CG 13 SY HYDR.CEMENT CONC.SIDEWALK 4" SY 1, HYDR.CEMENT CONC.SW 4" (CG 12) SY DEMOLITION OF PAVEMENT SY 8, HANDRAIL HR 1 TYPE III LF FLEXIBLE PAVEMENT PLANING SY NS SAW CUT LF MASONRY RETAINING WALL WITH DECORATIVE BRICK VENEER LS 1 27 CHAIN LINK FENCE LF CONCRETE, CLASS A3, MISCELLANEOUS (STEPS) CY DEMOLITION OF PORCH (9526 PW STREET) LS 1 PAGE 26

8 CODE SPEC DESCRIPTION ESTIMATED QUANTITY EXTENDED CITY OF MANASSAS UTILITIES " DI WATER MAIN CL. 52 LF " DI WATER MAIN CL. 52 LF " DI WATER MAIN CL. 52 LF 1, " DI WATER MAIN CL. 52 LF " DI WATER MAIN CL. 52 LF 2, " BEND EA " BEND EA " BEND EA " BEND EA " X 6" TEE EA " X 6" TEE EA " X 6" TEE EA " X 8" TEE EA " X 12" TEE EA " X 18" TEE EA " X 24" TEE EA " X 12" Cross EA " GATE VALVE & BOX EA " GATE VALVE & BOX EA " GATE VALVE & BOX EA " BUTTERFLY VALVE & BOX EA " BUTTERFLY VALVE & BOX EA " CUT IN VALVE LONG SOLID SLEEVE EA " CUT IN VALVE LONG SOLID SLEEVE EA " CUT IN VALVE LONG SOLID SLEEVE EA " X 8" CUT IN TEE LONG SOLID SLEEVE EA 2 56 REDUCER 12" x 6" EA 2 57 REDUCER 24" x 12" EA 2 58 REDUCER 24" x 18" EA " AIR RELEASE VALVE & BOX EA 2 60 BLOW OFF ASSEMBLY EA FIRE HYDRANT ASSEMBLY EA SERVICE LINE LF WATER METER EA CONNECT TO EXISTING W/L EA CUT & CAP EX. W/L EA NS REMOVE EX. WATER SERVICE CONNECTION AND METER EA NS REMOVE EXISTING WATER VALVE AND BOX EA NS REMOVE EXISTING FIRE HYDRANT, VALVE(S), AND LINE EA 5 PAGE 27

9 CODE SPEC DESCRIPTION ESTIMATED QUANTITY NS REMOVE EXISTING WATERLINE LF TEST HOLES EA TEMPORARY LINE ANCHOR (6") EA 1 73 TEMPORARY LINE ANCHOR (18") EA 2 74 TEMPORARY WATER BYPASS LS " SANITARY SERVICE LATERAL CONNECTION (C 900 PVC) LF " SANITARY SERVICE LATERAL CONNECTION (C 900 PVC) LF " SAN. SEWER PIPE (C 900 PVC) LF " SAN. SEWER PIPE (C 900 PVC) LF SANITARY SEWER MANHOLE (4' DIAMETER) LF SANITARY SEWER MANHOLE (5' DIAMETER) LF SANITARY SEWER MANHOLE (6' DIAMETER) LF INSIDE DROP CONNECTION (SS 5.1) EA 7 83 SANITARY MANHOLE FRAME & COVER (SS 8.0) EA SANITARY MANHOLE FRAME & COVER (SS 8.1) EA SEWER CLEANOUT EA SEWER CLEANOUT (METAL COVER REQ'D) EA CONCRETE CLASS A3 MISC. (SANITARY SEWER PIPE ENCASEMENT SS 4.0) CY CONNECT PROP. LATERAL TO EXISTING SANITARY MAIN EA CONNECT EX. SAN. LATERAL TO PROP. SAN MAIN EA NS ADJUST EXIST. SAN. MH TO PROP. GRADE EA NS MODIFY EXIST. SANITARY MH EA NS REMOVE EXIST. SANITARY M.H. EA NS REMOVE EXIST. SANITARY LINE LF PUMP AROUND SANITARY LS 1 DRAINAGE S " RCP LF " RCP LF " RCP CLASS IV LF " RCP LF " RCP LF " RCP LF " RCP LF " RCP LF " x 22" ERCP LF " x 27" ERCP LF " x 27" ERCP CLASS IV LF DROP INLET DI 3A EA MODIFIED DROP INLET DI 3A, L=2.5' (MONOBOX REQUIRED) EA DROP INLET DI 3AA, L=2.5' EA DROP INLET DI 3B, L=4' EA 3 EXTENDED PAGE 28

10 CODE SPEC DESCRIPTION ESTIMATED QUANTITY MODIFIED DROP INLET DI 3B, L=4' (MONOBOX REQUIRED) EA DROP INLET DI 3B, L=6' EA MODIFIED DROP INLET DI 3B, L=6' (MONOBOX REQUIRED) EA MODIFIED DROP INLET DI 3B, L=8' (MONOBOX REQUIRED) EA MODIFIED DROP INLET DI 3B, L=14' (MONOBOX REQUIRED) EA DROP INLET DI 3B, L=18' EA DROP INLET DI 3BB, L=4' EA DROP INLET DI 3BB, L=6' EA DROP INLET DI 3BB, L=8' EA DROP INLET DI 3C, L=6' EA MODIFIED DROP INLET DI 3C, L=6' (MONOBOX REQUIRED) EA DROP INLET DI 5 EA DROP INLET DI 7 EA MANHOLE MH 1 OR 2 LF FRAME & COVER MH 1 EA VDOT ST'D. EW 2 (42") EA VDOT ST'D. ES 1 (15") EA VDOT ST'D. ES 1 (33") EA VDOT ST'D. ES 1A (42" x 27") EA EROS. CONTR. STONE CL.A1, EC 1 TON EROS. CONTR. STONE CL.I, EC 1 TON NS REMOVE EXIST (END SECTION) EA NS REMOVE EXIST. (PIPE) LF NS REMOVE EXIST. DROP INLET EA NS MODIFY EXIST. (DROP INLET) EA DRY RIPRAP CL. I 26" (PG 3) TON FLOWABLE BACKFILL CY POST INSTALLATION INSPECTION (PIPE) LF 3, " NYLOPLAST DROP IN GRATE EA " NYLOPLAST INLINE DRAIN (DROP INLET) EA " NYLOPLAST INLINE DRAIN PIPE LF " NYLOPLAST CLEAN OUT EA CONNECT PROPOSED 6" NYLOPLAST PIPE TO CONCRETE INLET EA 1 EROSION & SEDIMENT CONTROL S OUTLET PROTECTON EA CULVERT INLET PROTECTION EA INLET PROTECTION, TYPE A EA INLET PROTECTION, TYPE B EA TEMP.SILT FENCE LF 1, CHECK DAM, ROCK TY.II EA SILTATION CONTROL EXCAVATION CY 781 EXTENDED PAGE 29

11 CODE SPEC DESCRIPTION ESTIMATED QUANTITY CONSTRUCTION ENTRANCE WITH WASHRACK EA /3 09 VDOT AGGREGATE MATERIAL NO. 1 (STAGING AREAS) TON TEMPORARY DIVERSION DIKE LF SEEDING OPERATION SY 12, WATER TRUCK DAY TEMP. SAFETY FENCE 4' ORANGE LF 1,000 TRANSPORTATION MANAGEMENT PLAN & SEQUENCE OF CONSTRUCTION (TMP/SOC) 156 PLAN PROJECT TOTAL TMP/SOC COST LS 1 PAVEMENT MARKING AND SIGNAGE TYPE B, CLASS I, PAVE. LINE MARKING, 6" (WHITE) LF 6, TYPE B, CLASS I, PAVE. LINE MARKING, 24" (WHITE) LF TYPE B, CLASS I, PAVE. LINE MARKING, 4" (WHITE) LF TYPE B, CLASS I, PAVE. LINE MARKING, 4" (YELLOW) LF 6, PAVEMENT MESSAGE MARK. ELONGATED ARROW SINGLE EA PAVEMENT MESSAGE MARK. ELONGATED ARROW DOUBLE EA PAVEMENT MESSAGE MARK. BICYCLE ARROW AND HELMETED BICYCLE SYMBOL EA PAVEMENT MESSAGE MARK, SHARED LANE SYMBOL "SHARROW" EA PAVEMENT MESSAGE MARK. HANDICAP SYMBOL (4FT X 4FT) EA NS REMOVE DISPOSE SIGN(S), SIGN POST AND FOUNDATION EA INSTALL SIGN EA SIGN PANEL SF SIGN POST STP 1, 2" LF SIGN POST STP 1,2 1/2" LF SIGN POST STP 1,2 3/16" (FOR 6' MIN.INNER POST, PER ST'D STP 1) LF STANDARD PF 2 POLE (INCLUDES FLASHERS FOR SCHOOL SIGN) LF CONCRETE FOUNDATION STP 1 EA CONCRETE FOUNDATION PF 2 (INCLUDES ELECTRIC HOOK UP) EA RELOC.EXIST.SIGN PANEL SP 5 EA REM. DISPOSE SIGN STR.TY.VA (EXIST. SCHOOL FLASHING SIGN) EA 1 ROADSIDE DEVELOPMENT TOPSOIL 2" CLASS B ACRE SEEDING & MULCHING ACRE 2.7 MISCELLANEOUS LANDSCAPING LS 1 Temporary Line Anchor (8 ) EA 1 Temporary Line Anchor (12 ) EA 1 12 Cut in valve EA 1 18 waterline bend EA 1 PROJECT TOTAL EXTENDED PAGE 30

12 ACKNOWLEDGMENT OF RECEIPT OF ADDENDA I certify that I received and reviewed the following Addenda to this Bid and have included their provisions in this Bid: Number Date Please complete the following by checking the appropriate line that applies and providing the requested information. A. Bidder is a Virginia business entity organized and authorized to transact business in Virginia by the SCC and such Bidder s Identification Number issued to it by the SCC is. B. Bidder is an out-of-state (foreign) business entity that is authorized to transact business in Virginia by the SCC and such Bidder s Identification Number issued to it by the SCC is. C. Bidder does not have an Identification Number issued to it by the SCC and such Bidder is not required to be authorized to transact business in Virginia by the SCC for the following reason(s): CERTIFICATIONS This Bid is subject to the provisions of et seq. of the Virginia Code, the Virginia State and Local Government Conflict of Interests Act, and Sections et seq. of the Code, the Virginia Public Procurement Act (VPPA). By my signature on this form, I certify on behalf of the Bidder that I am not aware of any information bearing on the existence of any potential conflicts of interest or violation of ethics in public contracting provisions of the VPPA, Virginia Code through I further certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same Goods, Services, Insurance or Construction, and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of the state and Federal law and can result in fines, prison sentences, and civil damage awards. I further certify that the statements regarding debarment, ethics in public procurement, submission of a single bid, understanding of the conditions, and data on convictions contained in provision Bidder Certifications of the ITB are true and not misleading as to the Bidder. PAGE 31

13 I hereby certify that the responses to the above representations, certifications, and other statements, including all attachments, are accurate and complete. If after I sign these forms I learn of any information which makes any of the above representations, certifications or other statements inaccurate or incomplete, or reveals that any part of my previously submitted information is misleading, I will immediately bring it to the attention of the Purchasing Manager. I agree to abide by all conditions of this ITB and certify that I am authorized to sign for the Bidder. COMPANY NAME (Please Print) TELEPHONE NUMBER ADDRESS FACSIMILE NUMBER ADDRESS SIGNATURE: DATE NAME: (Please Print) TITLE PAGE 32

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

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

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

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

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

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

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

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

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

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

Federal Project No.: STP-513-8(192), STP-5138(191)

Federal Project No.: STP-513-8(192), STP-5138(191) Schedule of Items Page: 2 0010 513 00100 0020 517 00102 MOBILIZATION LUMP SUM LUMP SUM CONSTRUCTION SURVEYING (MIN.-PLAN) 0030 303 00125 LUMP SUM LUMP SUM GRADING LUMP SUM LUMP SUM 0040 303 305 00140 BORROW

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

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

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

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

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

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

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

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 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

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

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

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

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

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

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

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

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

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

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

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

ARCHITECT: GENERAL NOTES 1. THE CONTRACTOR SHALL REVIEW ALL DRAWINGS AND SPECIFICATIONS AND ADVISE THE ENGINEER OF ANY CONFLICTS OF REPRESENTATION BETWEEN DRAWINGS AND/OR SPECIFICATIONS PRIOR TO COMMENCING

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

: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

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

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

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

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

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

SECTION UNCLASSIFIED EXCAVATION AND GRADING

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

More information

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

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

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

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

(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

This is only a general checklist; please refer to the CVWD Development Design Manual (DDM) for all requirements and regulations.

This is only a general checklist; please refer to the CVWD Development Design Manual (DDM) for all requirements and regulations. COACHELLA VALLEY WATER DISTRICT DOMESTIC WATER CHECKLIST Tract/Parcel No: Project Common Name: Developer: Engineer: Engineer Signature: Date: Phone: Phone: Print: This is only a general checklist; please

More information

CULINARY WATER PROJECT COST ESTIMATES & LOCATION MAPS. Appendix B

CULINARY WATER PROJECT COST ESTIMATES & LOCATION MAPS. Appendix B CULINARY WATER PROJECT COST ESTIMATES & LOCATION MAPS Appendix B RIVERDALE CITY CAPITAL FACILITIES PLAN CULINARY WATER Engineer's Cost Estimate January 2009 Project Name: Culinary Water Reservoir - Tank

More information

ENGINEERING MEMORANDUM

ENGINEERING MEMORANDUM ENGINEERING MEMORANDUM March 12, 2018 TO: FROM: City Council Mike Payne, City Engineer SUBJECT: Consideration and action to award contracts for Bid Schedule B - 2018: C2018-1 Monterey Area Removal and

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

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

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

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

More information

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

CIRCLE K SUB-CONTRACTOR BID FORM

CIRCLE K SUB-CONTRACTOR BID FORM CIRCLE K SUB-CONTRACTOR BID FORM Store No: 3308 Address: 8985 Will Clayton Pkwy Date: Bid Due September 17, 2014 Sub Contractor: Trade CONSTRUCTION TAX Construction Tax EXCAVATION / DIRT WORK Cut / Fill

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

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

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

More information

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

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

More information

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

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

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

Index. Composition and Order of Plan Set. Utility Plan... 5

Index. Composition and Order of Plan Set. Utility Plan... 5 City of Des Plaines Public Works and Engineering Department Revised-October 5, 2012 Index Composition and Order of Plan Set Title Page Number Cover Sheet... 1 Requirements for Site Development... 2 Grading

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

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

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

More information

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

City of Elgin SUBDIVISION FINAL ENGINEERING Engineering Submittal Checklist

City of Elgin SUBDIVISION FINAL ENGINEERING Engineering Submittal Checklist If this is a re-submittal, please provide a point-by-point response to previous review comments, identifying how each comment has been addressed, location in the plan set of the changes made to address

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

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

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

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

ADDENDUM NO. 1. DATE: January 20, All Planholders. Abonmarche Consultants, Inc. Michael C. Morphey, P.E. Senior Project Engineer

ADDENDUM NO. 1. DATE: January 20, All Planholders. Abonmarche Consultants, Inc. Michael C. Morphey, P.E. Senior Project Engineer ADDENDUM NO. 1 DATE: January 20, 2017 TO: FROM: RE: OWNER: All Planholders Abonmarche Consultants, Inc. Michael C. Morphey, P.E. Senior Project Engineer City of New Buffalo Whittaker Street Reconstruction

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

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

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

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

CHARLES COUNTY GOVERNMENT. ITB NO National Pollutant Discharge Elimination System (NPDES) Acton Lane

CHARLES COUNTY GOVERNMENT. ITB NO National Pollutant Discharge Elimination System (NPDES) Acton Lane CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 December 11, 2013 ITB NO. 14-02 National Pollutant Discharge Elimination System (NPDES)

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

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

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

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

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

More information

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

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

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

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

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

More information

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

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

More information

UTILITY NOTES GENERAL CONSTRUCTION NOTES PAVING AND GRADING NOTES: TREE PROTECTION NOTES

UTILITY NOTES GENERAL CONSTRUCTION NOTES PAVING AND GRADING NOTES: TREE PROTECTION NOTES GENERAL CONSTRUCTION NOTES PAVING AND GRADING NOTES: UTILITY NOTES PROPOSED LEGEND 66.50 66.50 GROUND SPOT ELEVATION GROUND SPOT ELEVATION (MATCH EXISTING GRADE) MATCH EXISTING GRADE MITERED END SECTION

More information

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements APPLICATION FOR RAZE PERMIT COVER SHEET Page 1 of 2 Project Address The following items must be completed and submitted as a packet: Razing permit application (this item is all that is needed for residential

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

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Northeast End Around Taxiway Package I East Air Freight Taxiway and Utilities

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Northeast End Around Taxiway Package I East Air Freight Taxiway and Utilities DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2 Northeast End Around Taxiway Package I East Air Freight Taxiway and Utilities CONTRACT NO. 9500623 February 23, 2018 The Request for Bids for the

More information

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: March 3, 2015 To: Prospective Contractors From: Jack Fleming, PE City of El Centro 1275 W. Main St. El Centro, CA 92243 Telephone:

More information

Construction Documents (CDs) Required Signature Blocks and Standard Notes

Construction Documents (CDs) Required Signature Blocks and Standard Notes Development Services Department 100 N. Wilcox Street, Castle Rock CO 80104 Project Manager 720-733-3582 Construction Documents (CDs) Required Signature Blocks and Standard Notes Revised July 17, 2017 INDEMNIFICATION

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

STANDARD CONSTRUCTION DETAILS EROSION CONTROL REVISED - JANUARY 2018

STANDARD CONSTRUCTION DETAILS EROSION CONTROL REVISED - JANUARY 2018 STANDARD CONSTRUCTION DETAILS REVISED - JANUARY 2018 TABLE OF CONTENTS STORM WATER POLLUTION PLAN NOTES - - - - - - - - - - - - - - - - - - - - - - - - - SD-EC01 SILT FENCE NOTES - - - - - - - - - - -

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

Project Need and Evaluation

Project Need and Evaluation City of Brooklyn Center 2011 Palmer Lake East Street and Utility Reconstruction Project Public Hearings February 14, 2011 Public Improvement Hearing: Special Assessments Local public improvements to the

More information

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

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

More information

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

2016 CONCRETE REPLACEMENT PROJECT

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

More information

CONSTRUCTION PLAN REVIEW CHECKLIST FOR PRIVATE DEVELOPMENT

CONSTRUCTION PLAN REVIEW CHECKLIST FOR PRIVATE DEVELOPMENT ADDITION NAME: City of Grapevine, Texas CONSTRUCTION PLAN REVIEW CHECKLIST FOR PRIVATE DEVELOPMENT Updated April 16, 2018 Public Works Department Engineering Division 200 South Main Street Grapevine, Texas

More information

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES Section SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL... 39-1 39-2 PRECAST CONCRETE MANHOLES... 39-1 39-2.01 Precast Concrete Storm Drain Manholes... 39-1 39-3 SADDLE MANHOLES... 39-2 39-3.01 Saddle

More information

PERMITTING AND CONSTRUCTION MANUAL

PERMITTING AND CONSTRUCTION MANUAL PUBLIC RIGHT-OF-WAY CONTENTS PERMITTING AND CONSTRUCTION MANUAL 1. INTRODUCTION 2. PUBLIC SERVICE PROVIDER REGISTRATION 3. CONSTRUCTION PERMITTING PROCEDURE 3.1 Permitting Process 3.2 Permit Application

More information

SECTION WATER MAINS CITY OF LEE S SUMMIT, MISSOURI DESIGN CRITERIA

SECTION WATER MAINS CITY OF LEE S SUMMIT, MISSOURI DESIGN CRITERIA SECTION 6900 - WATER MAINS CITY OF LEE S SUMMIT, MISSOURI DESIGN CRITERIA 6901 DESIGN CRITERIA A. General 1. The design standards presented in the City of Lee's Summit Design Criteria are the minimum standards

More information