SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT
|
|
- Molly Stevenson
- 6 years ago
- Views:
Transcription
1 KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT ADDENDUM #3 Date of Addendum February 23, The Contract Provisions for this project are amended as follows: A. The Call for Bids is amended as follows: The bid opening date is revised to March 6, B. The Proposal Form is revised to add a bid item (60), adjust bid item quantities (21, 30), and delete bid items (19, 24, 40). NO. COST CODE ITEM QTY UNIT UNIT COST AMOUNT GRAVEL BACKFILL FOR DRAIN 80 C.Y CRUSHED SURFACING BASE COURSE (TON) 1810 TON KC GRAVEL BACKFILL FOR WALL (TON) 290 TON REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL CORRUGATED POLYETHYLENE STORM SEWER PIPE 18 IN. DIAM. UNSUITABLE FOUNDATION EXCAVATION INCL. HAUL 20 C.Y. 40 L.F. 20 C.Y.
2 A revised proposal that is labeled ADDENDUM # 3 February 23, 2018 is attached to this addendum and shall be used in preparation of your bid (changes are in bold). C. The Special Provisions are revised as follows: 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Replace this section with the following: (1) Removal of Obstructions (February 17, 1998 WSDOT GSP) Supplement this section with the following: L.F. polyethylene storm pipe 12 in diameter from Station 6+06 right to Station 6+99 right. 2. Catch basin type 1, Station 6+99 right L.F. polyethylene storm pipe 12 in diameter from Station 6+99 right to Station 8+49 right. 4. Catch basin type 1, Station 8+49 right L.F. polyethylene storm pipe 12 in diameter from Station 8+49 right to Station 8+97 right. 6. Asphalt transition ramp, curb and gutter, Station 6+08 right. 7. Asphalt transition ramp, curb and gutter, Station 6+08 left L.F. concrete storm pipe 18 inch diameter at Station Large tree stump at Station left. 10. Approximately 11 S.Y. cement concrete sidewalk at Station right. 11. Road sign at Station , 25.6 feet right. 12. Road sign at Station , 14.6 feet left. 13. Road sign at Station , 11.0 feet left. 14. Road sign at Station , 25.3 feet right. 15. Road sign at Station , 24.7 feet right. 16. Road sign at Station , 25.3 feet left. 17. Road sign at Station , 21.4 feet right L.F. 30 CPEP from STA LT to STA LT STRUCTURE EXCAVATION Replace this section with the following: Measurement (May 3, 2017 KC GSP) Delete paragraphs 1 through 6 of this section and replace them with the following: KITSAP COUNTY Page 2 of 7 SUQUAMISH WAY NE ADDENDUM NO. 3
3 No Measurement will be made for Structure Excavation Class B or Structure Excavation Class B Including Haul. All costs for such excavation shall be included in the unit Contract price shown in the Proposal for the item to be installed. Delete the second sentence of the ninth paragraph and replace it with the following: No unit of measurement shall apply to the lump sum bid item Shoring or Extra Excavation Class B. Delete the third, fourth and fifth sentences of the ninth paragraph. Supplement this section with the following: Pot-holing of existing utilities shown in the Plans crossing the location of the new structure shall be incidental to the structure being installed. All costs for such work shall be included in the unit contract price shown on the proposal for the item to be installed and no further payment will be made Payment (May 3, 2017 KC GSP) In the first paragraph delete all references to Structure Excavation Class B and Structure Excavation Class B Including Haul. Insert the following at the end of the paragraph: All costs for Structure Excavation Class B or Structure Excavation Class B Including Haul Shall be included in the unit price for the item to be installed and no further payment will be made. Revise the first sentence of the third paragraph to read: If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the excavation will be paid for as Unsuitable Foundation Excavation Including Haul per cubic yard in accordance with Section 2-09 of these Special Provisions. Delete the ninth, tenth and eleventh paragraph and replace them with the following: Shoring or Extra Excavation Class B, lump sum. The lump sum Contract price for Shoring or Extra Excavation Class KITSAP COUNTY Page 3 of 7 SUQUAMISH WAY NE ADDENDUM NO. 3
4 B shall be full pay for all excavation, backfill, compaction and other work required when extra excavation is used in lieu of constructing shoring. If select backfill is required for backfilling within the limits of the Structure Excavation, it shall also be required as backfill material for the extra excavation at the Contractor s expense GRAVITY BLOCK WALL Replace this section with the following: Materials (February 23, 2018 KC GSP) Supplement this section with the following: Gravity Block Wall shall use a gray ledgestone finish and be manufactured by Redi-Rock, Ultrablock, Keystone, or approved equal Construction Requirements (February 23, 2018 KC GSP) Supplement this section with the following: Contractor shall submit one (1) electronic copy of working drawings and design calculations for the gravity block wall sealed by a Professional Engineer registered in the State of Washington for review and written concurrence by the Engineer. The Engineer will have 10 calendar days for plan review. Gravity Block Wall bottom blocks shall be placed on a leveling pad as specified in the Plans. Gravity Block Wall units shall be installed in accordance with the manufacturer s recommendations Measurement (February 23, 2018 KC GSP) Supplement this section with the following: Gravity Block Wall shall be measured by the square foot of the wall. The bottom limits for vertical measurement will be the top of the leveling pad. The top limit for vertical measurement will be the top of the wall as shown in the plans. The horizontal units for measurement are from the end of the wall to the end of the wall Payment (February 23, 2018 KC GSP) KITSAP COUNTY Page 4 of 7 SUQUAMISH WAY NE ADDENDUM NO. 3
5 Supplement this section with the following: Gravity Block Wall, per square foot. The unit contract price per square foot for Gravity Block Wall shall be full pay for all Work necessary to design and complete the wall as specified and shown in the Plans DECORATIVE FENCE Replace this section with the following: Description This work consists of constructing decorative steel fencing in accordance with these Special Provisions and as shown in the Plans Materials Materials shall meet the requirements of the following: A. Pickets: Galvanized square steel tubular members manufactured per ASTM A-924/A-924M, having a 45,000 psi (310 MPa) yield strength and hot-dip galvanized per ASTM A653/A653M with a G90 zinc coating, 0.90 oz/ft2 (0.27 kg/m2). Minimum size pickets 3/4. Space pickets 3-15/16 maximum (100 mm) face to face. Attach pickets to each rail with Slide Lock System Patent No Picket minimum gauge wall thickness 16 gauge. B. Rails: 1-3/4 x 1-1/2, 16 gauge thick galvanized steel square rail per ASTM A-653/A-653M, having a 50,000 psi (344 MPa) yield strength and G90 zinc coating, 0.90 oz./fl2 (0.27 kg/m2). Punch rails to receive pickets and attach rails to rail brackets with 1/4 (6 mm) industrial bolt. C. Posts: Made of domestic galvanized steel tube, galvanized inside and outside, produced per ASTM A-653/653M G90 zinc coating, 0.90 oz./fl2 (0.27 kg/m2), steel to have 45,000 psi (310 MPa) yield strength. Post size 2-1/2 to have 14 gauge wall thickness. D. Post Caps shall be cast aluminum, malleable iron or formed steel manufactured to form a weather-tight closure. E. Concrete for post holes: Minimum 28 day compressive strength of 3,000 psi (20 Mpa) Construction Requirements The fence shall be installed per manufacturer's recommendations. The fence post shall be spaced uniformly at approximately 96" center to center KITSAP COUNTY Page 5 of 7 SUQUAMISH WAY NE ADDENDUM NO. 3
6 unless instructed otherwise. Check each post for vertical and top alignment. The decorative picket fence shall contain the following features: Panel height four feet nominal 3 Rail configuration Flat top style 2-1/2 diameter posts Pressed dome post cap Black Sand powered coat finish Commercial/industrial grade designation The fence shall be manufactured by Fortress Fence of Richardson, Texas, (Phone , Fax ), see also The local representative for this manufacturer is Dan Hourihan (Phone , danh@fortressrailing.com). The fence model is Titan commercial rackable fence. Products from other qualified manufacturers who have five years or more experience manufacturing steel ornamental picket fencing may be considered by the Engineer for approval. The Contractor shall provide manufacturer s standard limited warranty that its ornamental fence system is free from defects in material and workmanship including cracking, peeling, blistering and corroding for a period of 20 years from the date of purchase. The warranty shall be transferable to the Contracting Agency. Shop drawings shall be provided to the Engineer of fences and gates with all dimensions, details, and finishes. Drawings must include post foundations. Product data shall be provided to the Engineer of the Manufacturer's catalog cuts indicating materials compliance that all conditions of the specifications have been met. Finish: All primary components receive a thorough cleaning and pre-treatment. This 12- step process shall consist of: 1) Hot alkaline cleaner 2) Clear water rinse 3) Zinc Rinse application 4) Clean water rinse 5) Z-153 sealer application 6) Ring rinse 7) Deionized water rinse KITSAP COUNTY Page 6 of 7 SUQUAMISH WAY NE ADDENDUM NO. 3
7
8 PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT To the Honorable Board of Commissioners Kitsap County 614 Division Street Port Orchard, Washington Pursuant to and in compliance with your Advertisement for Bids and the other documents relating thereto, the undersigned Bidder, having familiarized themselves with the terms of the project related to those items herein bid, being aware of the local conditions affecting the performance of a Contract covering the items bid, having knowledge of the cost of the work at the place where the work is to be done, having familiarized themselves with the Contract Documents, hereby proposes and agrees to perform the work and/or to furnish the equipment, and to furnish any and all of the labor, materials, tools, expendable equipment and all utility and transportation services necessary to perform a Contract covering any or all of those items herein bid and to complete in a workmanlike manner all work covered by said Contract in connection with the Owner's Improvement Project, for an amount computed upon the basis of the quantity of work actually performed at the following bid prices: NOTE: UNIT PRICES FOR ALL ITEMS, ALL EXTENSIONS, AND THE TOTAL AMOUNT OF BID MUST BE SHOWN. All prices shall be in legible figures (not words) written in ink or typed. The proposal shall include: A unit price for each item (omitting digits more than four places to the right of the decimal point); an extension for each unit price (omitting digits more than two places to the right of the decimal point); the total Contract price (the sum of all extensions). SUQUAMISH WAY NE 5
9 COST CODE (a guide to locate Bid Item information the Contracting Agency does not warrant its accuracy): The Cost Code for each Bid Item consists of the WSDOT/APWA Standard Specifications division number, the section number and the item number, in that order. An example is shown below: Kitsap County-specific Bid Items are noted with KC at the end. Project-specific Bid Items are noted with KC (CRP#). Bid Items that have options (e.g. Plant Selection or Beam Guardrail Anchor Type X) are designated as such. Examples are shown below: WSDOT Standard Bid Item KC KC (1593) Kitsap County Standard Bid Item Project-specific Bid Item SUQUAMISH WAY NE 6
10 NO. COST CODE ITEM QTY UNIT UNIT COST AMOUNT MOBILIZATION MINOR CHANGE 1 CALC $ 15, $ 15, KC RECORD DRAWINGS (MINIMUM BID $2,000.00) KC PROTECTION & SUPPORT OF EXISTING UTILITIES REIMBURSEMENT FOR THIRD PARTY DAMAGE 1 EST. $ 5.00 $ SPCC PLAN TYPE B PROGRESS SCHEDULE PROJECT TEMPORARY TRAFFIC CONTROL KC CLEARING AND GRUBBING (S.Y.) 400 S.Y REMOVAL OF STRUCTURES AND OBSTRUCTIONS SUQUAMISH WAY NE 7
11 KC SAW CUT ASPHALT CONCRETE PAVEMENT 225 L.F REMOVING ASPHALT CONC. PAVEMENT 4650 S.Y ROADWAY EXCAVATION INCL. HAUL 425 C.Y KC SPECIAL BORROW INCL. HAUL (TON) 700 TON EMBANKMENT COMPACTION 775 C.Y WATER 60 MGAL STRUCTURE EXCAVATION CLASS A INCL. HAUL 485 C.Y KC SHORING OR EXTRA EXCAVATION CLASS B (L.S.) GRAVEL BACKFILL FOR DRAIN 80 C.Y TRIMMING AND CLEANUP SUQUAMISH WAY NE 8
12 CRUSHED SURFACING BASE COURSE (TON) 1810 TON CRUSHED SURFACING TOP COURSE (TON) 1420 TON KC HMA CL. 1/2 IN. PG TON KC GRAVEL BACKFILL FOR WALL (TON) 290 TON SHORING OR EXTRA EXCAVATION CL. A PVC DRAIN PIPE 8 IN. DIAM. 146 L.F CONDUIT PIPE 3 IN. DIAM. 125 L.F KC DUCTILE IRON STORM SEWER PIPE 18 IN. DIAM. 13 L.F CORRUGATED POLYETHYLENE STORM SEWER PIPE 12 IN. DIAM. 425 L.F CORRUGATED POLYETHYLENE STORM SEWER PIPE 18 IN. DIAM. 40 L.F. SUQUAMISH WAY NE 9
13 KC CORRUGATED POLYETHYLENE STORM SEWER PIPE 30 IN. DIAM. 100 L.F KC LOCKING VANED GRATE AND FRAME FOR CATCH BASIN 9 EACH ADJUST MANHOLE 10 EACH CATCH BASIN TYPE 1 3 EACH CATCH BASIN TYPE 2 48 IN. DIAM. 2 EACH CATCH BASIN TYPE 2 72 IN. DIAM. 1 EACH LOCKING SOLID METAL COVER AND FRAME FOR CATCH BASIN 1 EACH CONNECTION TO DRAINAGE STRUCTURE 9 EACH KC- 4x8 TREE BOX BIOFILTRATION UNIT 4x8 1 EACH REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 20 C.Y. SUQUAMISH WAY NE 10
14 KC SEEDING, FERTILIZING, AND MULCHING (S.Y.) 1050 S.Y KC NPDES CONSTRUCTION STORMWATER GENERAL PERMIT KC EROSION/WATER POLLUTION CONTROL (L.S.) CEMENT CONC. TRAFFIC CURB AND GUTTER 2581 L.F CEMENT CONC. PEDESTRIAN CURB 101 L.F CEMENT CONC. DRIVEWAY ENTRANCE TYPE 1 94 S.Y RECESSED PAVEMENT MARKER 0.3 HUND CEMENT CONC. SIDEWALK 790 S.Y PAA CEMENT CONC. CURB RAMP TYPE PARALLEL A 2 EACH PAB CEMENT CONC. CURB RAMP TYPE PARALLEL B 3 EACH SUQUAMISH WAY NE 11
15 PEB CEMENT CONC. CURB RAMP TYPE PERPENDICULAR B 1 EACH KC ROCK PROTECTION PAD 1 EACH PLASTIC WIDE LANE LINE 50 L.F PLASTIC TRAFFIC ARROW 1 EACH PLASTIC CROSSWALK LINE 64 S.F PLASTIC STOP LINE 27 L.F PLASTIC BICYCLE LANE SYMBOL 6 EACH GRAVITY BLOCK WALL 2960 S.F KC (1589) DECORATIVE FENCE 593 L.F UNSUITABLE FOUNDATION EXCAVATION INCL. HAUL 20 C.Y. TOTAL CONTRACT COST SUQUAMISH WAY NE 12
16 2. BIDDER SHALL INCLUDE SALES TAX IN THE LUMP SUM AND UNIT PRICE BID ITEMS, in accordance with Section (1) of the Special Provisions. 3. The undersigned Bidder hereby proposes and agrees to commence work under this Contract, if awarded to them, in accordance with Sections and of the Special Provisions. They further agree to complete the Contract within 60 WORKING DAYS. 4. The agreed liquidated damages to the Owner shall be in accordance with Liquidated Damages as described in the Standard Specifications, Amendments thereto and Special Provisions. 5. The Owner reserves the right to delete all or any portions of the work as outlined in the Contract Documents. 6. The required bid security in the amount of five percent (5%) of the total bid is hereto attached. 7. It is understood that the Contractor is responsible for obtaining and completing all required government forms. 8. Receipt of the following Addenda to the Contract Document is hereby acknowledged. ADDENDUM # 1 DATE OF RECEIPT OF ADDENDUM SIGNED ACKNOWLEDGMENT (Note: Failure to acknowledge receipt of the Addenda may be considered an irregularity in the proposal.) 9. Notice of Acceptance of this bid or requests for additional information should be addressed to the undersigned at the address stated below and unless otherwise notified in writing, this address shall be used by the successful Bidder during the life of the Contract for all official notices. 10. By signing the Proposal, the Bidder certifies that they have read and understand all of the Terms and Conditions of the Contract Plans, the Standard Specifications, the Amendments thereto, and these Special Provisions and agrees to comply with them. SUQUAMISH WAY NE 13
17 Date: Proper Name of Bidder (Type or Print): By (Signature): Name and Title (Type or Print Name and Title of Signatory): Street Address: City, State and Zip Code: Telephone Number with Area Code: Fax Number with Area Code: Mailing Address, if different from above: SUQUAMISH WAY NE 14
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 information2010 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 informationSECTION 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 informationMAINE 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 informationSECTION 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 informationBID 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 informationBid 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 informationITEM 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 informationSECTION 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 informationThe 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 informationM 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 informationAddendum 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 informationENLOE 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 informationApril 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 informationBID 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 informationItem 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***************************************************************************************************************
02720 STORM DRAINAGE SYSTEM *************************************************************************************************************** SPECIFIER: CSI MasterFormat 2004 number 33 40 00. ***************************************************************************************************************
More informationADDENDUM 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 informationSECTION WELDED STEEL PICKET FENCE. 1. Fusion welded and rackable ornamental steel picket fence system.
PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Fusion welded and rackable ornamental steel picket fence system. B. Related sections: 1. Section 03310 Concrete Work for post support. 2. Section 09960
More informationGWINNETT 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 informationPUBLIC 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 informationDOCUMENT 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 informationADDENDUM 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 informationADDENDUM 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 informationSunnyside 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 informationSECTION 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 informationVILLAGE 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 informationTable 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 informationPROPOSED 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 informationSECTION 1100 GRADING 1102 MATERIALS AND DEFINITIONS.
SECTION 1100 GRADING 1101 SCOPE. This section covers the performance of all work required for grading the project in coordination with all previous work performed at the locations shown on the contract
More informationSECTION 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 informationSection 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 informationADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No.
ADDENDUM #3 STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No. 2016-003; Federal Project No. DEM10L-5209(008) November 9, 2017 Addendum for: AND IA STATE ROUTE 60 AT POTRERO
More informationSummary of the 2011 Changes
The following is a list of amendments to the Residential Site Improvement s, N.J.A.C. 5:21, adopted in 2011. The Notice of Adoption of these changes appeared in the New Jersey Register on May 16, 2011.
More informationForsyth 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 informationSECTION 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 informationMANHOLES, VAULTS AND CATCH BASINS SECTION A. Section Soil and Aggregate Materials. C. Section Storm Drainage Systems
SECTION 02607-1 1.0 GENERAL 1.1 SCOPE: A. This section covers the work necessary for the construction of sanitary and storm system manholes, catch basins, and miscellaneous concrete structures complete.
More informationCITY 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 informationITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS
ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS 6.1 DESCRIPTION This work shall consist of constructing curbs, gutters, sidewalks, ramps, local depressions and driveways of the form and dimensions shown
More informationADDENDUM #1 BL Construction of Club Drive Park: Phase II
October 25, 2017 ADDENDUM #1 BL094-17 Construction of Club Drive Park: Phase II 1389 Peachtree Street, NE Suite 200 Atlanta, GA 30309 Phone: 404.873.6730 www.tsw-design.com Principals: William Tunnell
More informationE. 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 informationADDENDUM 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 information2016 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 informationSPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013
SPECIAL PROVISIONS - SP2014 BOOK Page 1 S-1 (2104) REMOVE AND REPLACE BITUMINOUS PAVEMENT (ADA) Always include SP2014-119 (PLANT MIXED ASPHALT PAVEMENT) or SP2014-121 (PLANT MIXED ASPHALT PAVEMENT FOR
More informationUltra Aluminum Fence, Rail & Gate Specifications
Ultra Aluminum Fence, Rail & Gate Specifications [This specification contains options and notes in square brackets. The various choices relate to the color, style, size, and component dimensions of the
More informationPASSAIC 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 informationAll 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 informationDepartment of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/
Connecting South Dakota and the Nation Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota 57501-5405 605/773-3464 FAX: 605/773-6215 May 6, 2011 RE: 0009-391
More informationDrainage 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 informationPART 5 WATER SYSTEMS
PART 5 WATER SYSTEMS Abbreviations and Symbols Plan 501 Abbreviations and symbols for water... 205 Concrete Boxes and Hardware 502 27" Frame and cover... 207 503 38" Frame and cover... 209 505 Concrete
More informationTRANSPORT II " 10.5" MOUNTING POSTS FENCE LINE POST. Classic gate shown GATE OPENING CANTILEVER GATE SAFETY WARNING
TRANSPORT ESTATE TRANSPORT IS TRANSPORT LINK ADAPTRACK 2"sq x.25" UPRIGHTS & DIAGONAL BRACES 1"sq x.125" PICKETS GATE TRACKS PRE-DRILLED FOR LEFT OR RIGHT OPENINGS FENCE LINE POST 13.8125" 10.5" MOUNTING
More informationDESIGN STANDARDS. Division 02 Existing Conditions- Site Work. General
DESIGN STANDARDS Division 02 Existing Conditions- Site Work General I. This Division includes: A. Demolition B. Clearing and Grubbing C. Excavation, Backfill and Compaction D. Pavement Base E. Paving and
More informationSECTION MANHOLES AND STRUCTURES. A. Section Includes: 1. Manholes for water, storm drain and sanitary sewer systems.
SECTION 33 05 13 MANHOLES AND STRUCTURES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Manholes for water, storm drain and sanitary sewer systems. B. Related Sections: 1. Section 03 20 00 - Concrete
More informationPITTSBURGH 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 informationADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.
ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or
More informationSample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction
Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction 1.00 DESCRIPTION 1.01 WORK INCLUDED: This work shall include the furnishing of all labor, equipment and materials necessary
More informationPIERCE COUNTY INVITATION TO BID NUMBER 1958 DRAINAGE MATERIALS & MISCELLANEOUS ITEMS
To furnish Pierce County Road Maintenance with various types of polyethylene and concrete pipe and other miscellaneous items as needed. Quantities shown are estimated yearly requirements, and will be ordered
More informationSECTION 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 informationTABLE OF CONTENTS SECTION 700 STORM DRAINAGE STANDARDS...
TABLE OF CONTENTS SECTION 700 STORM DRAINAGE STANDARDS... 700-1 701 GENERAL... 700-1 702 GENERAL REQUIREMENTS... 700-1 703 GENERAL DESIGN STANDARDS... 700-2 704 POND DESIGN STANDARDS... 700-2 705 EROSION
More informationSTANDARD SPECIFICATIONS SECTION PAVEMENT REQUIREMENTS
STANDARD SPECIFICATIONS SECTION 02950 PAVEMENT REQUIREMENTS PART 1 GENERAL 1.1 DESCRIPTION A. Section includes requirements for removing, replacing and providing new paving for roads, driveways, parking
More informationSECTION 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 informationCHAPTER 200 STORM SEWER CONSTRUCTION STANDARDS
CHAPTER 200 STORM SEWER CONSTRUCTION STANDARDS Storm Sewer System: 1. Detention/retention of stormwater runoff shall be provided in accordance with the requirements of the DuPage County Countywide Stormwater
More informationINDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS SCOPE... 2
INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS 410. 1 SCOPE... 2 410. 2 DEFINITIONS 2.1 Tunneling and Jacking... 2 2.2 Tunneling... 2 2.3 Jacking... 2 410. 3 MATERIALS 3.1 General...
More informationSECTION IV. PIPELINE EXCAVATION AND BACKFILL
SECTION IV. PIPELINE EXCAVATION AND BACKFILL A. Description of Work B. Surface Types C. Backfill D. Surface Restoration A. DESCRIPTION OF WORK 1. Extent: Excavation of trenches for pipelines shall include
More informationSPECIAL 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 informationSEGMENTAL BLOCK RETAINING WALLS. Comply with Division 1 - General Provisions and Covenants, as well as the following:
SEGMENTAL BLOCK RETAINING WALLS PART 1 - GENERAL 1.01 SECTION INCLUDES Segmental Block Retaining Walls 1.02 DESCRIPTION OF WORK Constructing segmental block retaining walls. 1.03 SUBMITTALS Comply with
More information: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 informationSECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS
SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS Section Page 19-1 TRENCH EXCAVATION...19.1 19-1.01 Exploratory Excavation...19.1 19-1.02 Trench Width...19.1 19-1.02.A Storm Drain
More informationSpecial Provision No. 540S01 March OPSS 540, Construction Specification for Highway Fence, is deleted and replaced with the following:
HIGHWAY FENCE - Item No. BRACE PANELS - Item No. GATES - Item No. Special Provision No. 540S01 March 2006 AMENDMENT TO OPSS 540, MAY 1988 OPSS 540, Construction Specification for Highway Fence, is deleted
More informationCITY 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 informationJUDD STREET LIFT STATION DEWATERING CONTRACT
JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,
More informationSUBJECT: 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 informationADDENDUM No. 6. ITB No. 4424: W.R. Wheeler (Swift Run) Service Center PUD Non-motorized Improvements Phase 1
ADDENDUM No. 6 ITB No. 4424: W.R. Wheeler (Swift Run) Service Center PUD Non-motorized Improvements Phase 1 Due: June 9, 2016 at 2:00 p.m. (local time) The following changes, additions, and/or deletions
More informationForsyth County Procurement
July 7, 2017 Forsyth County Procurement Donna Kukarola, CPPO, CPPB, Procurement Director ADDENDUM #2 BID 17-63-3150 For: Providing all labor, materials and equipment for the construction of the Brookwood
More informationSECTION DECORATIVE METAL FENCES AND GATES
SECTION 32 31 19 SPEC WRITER NOTE: Use this section only for NCA projects. Delete text between // // not applicable to project. Edit remaining text to suit project. PART 1 - GENERAL 1.1 SUMMARY A. Section
More informationSECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS
SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS Section Page 19-1 TRENCH EXCAVATION... 19.1 19-1.01 Exploratory Excavation... 19.1 19-1.02 Trench Width... 19.1 19-1.02.A Storm Drain
More informationBill of Quantity (BOQ)
United Nation Development Programme Construction Salah El Deen Road Median From Al Zawaida entrance to Al Maghazi Northern entrance PAL 10-00071488 Bill of Quantity (BOQ) PREAMBLE TO BILL OF QUANTITY (BOQ)
More informationST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT
ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT December 7, 2017 Please find the following addendum to the below mentioned BID. Addendum No.: 3 Bid#: 622-95-17-61-2 Project Name: Bedico Timberlane
More informationBridge 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 informationSECTION STORM DRAINAGE AND STORMWATER MANAGEMENT
SECTION 322 - STORM DRAINAGE AND STORMWATER MANAGEMENT 322.01 DESCRIPTION Work includes all labor, material and equipment to construct storm drain systems and stormwater management facilities, including
More informationDIVISION 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 informationADDENDUM 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(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 informationNORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017
SECTION 33 3400 STORM UTILITY DRAINAGE PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification
More informationSECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS
SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS Section Page 19-1 TRENCH EXCAVATION... 19.1 19-1.01 Exploratory Excavation... 19.1 19-1.02 Trench Width... 19.1 19-1.02.A Storm Drain
More informationSPECIFICATIONS 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 informationODOT District Bridge General Notes B405: OBJECT MARKERS AND STRUCTURE/CULVERT IDENTIFICATION SIGNS
B401: DELETED B402: DELETED B403: DELETED B404: STRUCTURE/CULVERT IDENTIFICATION SIGNS B405: OBJECT MARKERS AND STRUCTURE/CULVERT IDENTIFICATION SIGNS B406: ITEM 514 - FIELD PAINTING, MISC.; REPAIR PAINTING
More informationBITUMINOUS MIXTURE # 13A BID SHEET
BITUMINOUS MIXTURE # 13A BID SHEET Sealed bids will be received at the office of the Clinton County Road Commission at 3536 S. US Highway 27, St. Johns, Michigan, until 1:00 P.M. Tuesday, January 31 st,
More informationCONSTRUCTION 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 informationERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2007
ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2007 07-ER-1-R18 Sheet 1 of 10 GENERAL The Kansas Department of Transportation STANDARD SPECIFICATIONS FOR STATE
More information1.02 RELATED WORK: Refer to the following sections for related work: Section 4000-Concrete Materials and Methods
SECTION 2000- EARTHWORK PART 1- GENERAL 1.01 SCOPE: This Section covers excavation, fill, and compaction of earth and rock for roadway, embankments, structural foundations, and planted areas. Topics include
More informationAustin Technical Manuals - Standard Specifications Preservation of Trees and Other Vegetation (610S) 03/27/2000
Austin Technical Manuals - Standard Specifications Preservation of Trees and Other Vegetation (610S) 03/27/2000 610S.1 This item shall govern the proper care and treatment of all trees and other vegetation
More informationRequest for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15
Bid #48-15 Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 City of Portsmouth Public Works Department Sewer Inventory INVITATION TO BID Sealed bid proposals,
More informationTransportation, Engineering and Development Business Group Standard Construction Plan Notes for Development Projects January 2013
Transportation, Engineering and Development Business Group Standard Construction Plan Notes for Development Projects January 0 The City of Naperville Transportation, Engineering and Development (TED) Business
More informationSECTION CHAIN LINK FENCES AND GATES (PARK)
SECTION 02821 CHAIN LINK FENCES AND GATES (PARK) PART I GENERAL 1.1 SECTION INCLUDES A. Installation of chain link fences, and gate units provided by single source including erection accessories, fittings,
More information10:00 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 informationCONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE
ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 541 NOVEMBER 2005 CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE TABLE OF CONTENTS 541.01 SCOPE 541.02 REFERENCES 541.03 DEFINITIONS 541.04 SUBMISSION
More informationFox 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 informationMONROE 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 informationBaseline Document Change Announcement
BDC16D-01 Page 1 of 7 New Jersey Department of Transportation 1035 Parkway Avenue, PO Box 600, Trenton, New Jersey 08625-0600 Baseline Document Change Announcement ANNOUNCEMENT: BDC16D-01 DATE: September
More information