PUBLIC WORKS/ENGINEERING DEPARTMENT

Size: px
Start display at page:

Download "PUBLIC WORKS/ENGINEERING DEPARTMENT"

Transcription

1 PUBLIC WORKS/ENGINEERING DEPARTMENT ADDENDUM NO. 1 April 9, 016 TOWN OF MORAGA 016 Full Depth Reclamation Project CIP No TO: Prospective Bidders and Interested Parties This Addendum shall be considered as a part of the bid documents for the subject project as though it had been issued at the same time and shall be incorporated integrally therewith. Contractors shall acknowledge receipt of this Addendum in the appropriate space provided on the Proposal. 1. The date of the Bid Opening noted on the cover page of the Specifications and Contract Documents for the Construction of 016 Full Depth Reclamation Project, Project No , shall be revised to read: BID OPENING: :00 p.m. on Tuesday May 17, 016. The first sentence of Item 1 of the Notice Inviting Bids shall be replaced with the following sentence. The Town of Moraga ( Owner ), will accept sealed bids for its 016 FULL DEPTH RECLAMATION PROJECT ( Project ), by or before MAY 17, 016, at :00 p.m., at the Town Offices, nd Floor, Public Works Department, located at 39 Rheem Boulevard, Moraga, California, at which time the bids will be publicly opened and read aloud. 3. The following paragraph shall be inserted after the first paragraph of item number 3 of the Notice Inviting Bids: The work associated with the slope stabilization repair at the storm drain pipe near Station on Bollinger Canyon Road requires obtaining environmental permits with regulatory agencies such as the Army Corps of Engineers and California Department of Fish and Wildlife. As the appropriate permits are still in the process of being procured by the Town, the construction of the slope stabilization work items at Bollinger Canyon Road are to be constructed in 017, after the full depth reclamation and paving elements are completed in 016. The work items associated with the slope stabilization repair include mobilization for slope stabilization repair; traffic control and construction signage for slope stabilization repair;

2 installation of water pollution controls for slope stabilization repair; clearing and grubbing including pruning and tree removal; removal of asphalt concrete (AC); placement of hot mix asphalt (HMA) and rubberized hot mix asphalt (RHMA) overlay; storm drain outfall and roadway embankment stabilization involving construction of a soldier pile and wood lagging retaining wall, storm drain pipe replacement, and installation of rock slope protection; storm drain repair and replacement consisting of replacing corrugated metal pipe (CMP) with high density polyethylene (HDPE) pipe; installation of storm drain manhole; metal beam guard rail installation; placement of thermoplastic traffic stripes; and all other work required to install the slope stabilization repairs as shown on the Plans and as described in the Caltrans Standard Specifications and these Special Provisions to provide a complete project in Moraga, California. 4. The last sentence of item number 3 of the Notice Inviting Bids shall be replaced with the following sentence: The Engineer s Estimate is $1,676, The entire paragraph in Item number 1 of the Notice Inviting Bids is replaced with the following paragraph: A mandatory bidders conference will be held on April 18, 016 at 10:00 a.m., at the following location: 39 Rheem Blvd, Moraga, CA for the purpose of acquainting all prospective bidders with the bid documents and the Worksite. An additional mandatory bidders conference will be held on May 4, 016 at 10:00 a.m., at the following location: 39 Rheem Blvd, Moraga, CA. Bidding Contractors are required to attend at least one of the mandatory pre-bid conferences. A bidder who fails to attend a mandatory bidders conference may be disqualified from bidding. 6. The Base and Bid Alternate Bid Schedule shall be revised with the attached Revised Bid Schedule, dated April 5, The first sentence of the first paragraph of the Bid Schedule shall be replaced with the following sentence: BASED ON CONTRACT DOCUMENTS ENTITLED 016 FULL DEPTH RECLAMATION PROJECT DATED MARCH 9, 016 AND REVISED DATED APRIL 5, The first sentence of the last paragraph of the Bid Schedule shall be replaced with the following sentence: The bidder is required to provide prices for Base Bid Items 1 through 67 and Bid Alternate Items 1,, 3, 4 and Section SP3-01, Payment, of the Special Provisions, shall be replaced with the following sentence: Full compensation for furnishing Performance Bonds and Labor, Mechanics and Materials Bonds shall be considered as included in the lump sum price paid for Mobilization - Paving and Mobilization Slope Stabilization and no additional compensation will be allowed therefor, even if the final contract price is increased up to twenty-five percent (5%) of the original base bid price.

3 10. The following paragraph shall be inserted after the first paragraph of Section SP4-01, Scope of Work, in the Special Provisions: The work associated with the slope stabilization repair at the storm drain pipe near Station BC of Bollinger Canyon Road requires obtaining environmental permits with regulatory agencies such as the Army Corps of Engineers and California Department of Fish and Wildlife. As the appropriate permits are still in the process of being procured by the Town, the construction of the slope stabilization work items at Bollinger Canyon Road are to be constructed in 017, after the full depth reclamation and paving elements are completed in 016. The work items associated with the slope stabilization repair include mobilization for slope stabilization repair; traffic control and construction signage for slope stabilization repair; installation of water pollution controls for slope stabilization repair; clearing and grubbing including pruning and tree removal; removal of asphalt concrete (AC); placement of hot mix asphalt (HMA) and rubberized hot mix asphalt (RHMA) overlay; storm drain outfall and roadway embankment stabilization involving construction of a soldier pile and wood lagging retaining wall, storm drain pipe replacement, and installation of rock slope protection; storm drain repair and replacement consisting of replacing corrugated metal pipe (CMP) with high density polyethylene (HDPE) pipe; installation of storm drain manhole; metal beam guard rail installation; placement of thermoplastic traffic stripes; and all other work required to install the slope stabilization repairs as shown on the Plans and as described in the Caltrans Standard Specifications and these Special Provisions to provide a complete project. 11. The following sentence shall be inserted at the end of the second paragraph of Section SP6-0, Permits and Licenses, in the Special Provisions: The Contractor shall coordinate with Saint Mary s College of California (College) to meet the standards of work and legal requirements upheld by the College when construction takes place at the Town limit and within the College property for the slope stabilization repair at Bollinger Canyon Road. 1. The following section shall be inserted after Section SP6-0, Permits and Licenses, in the Special Provisions: SP ENVIRONMENTAL RESOURCE MANAGEMENT PROTECTION As directed by the Engineer, the Contractor shall install and maintain measures to protect environmental resources within areas regulated by United States Army Corps of Engineers, Regional Water Quality Control Board, and Department of Fish and Wildlife (Regulatory Agencies), which includes the storm drain outfall, storm drain pipe replacement, and slope stabilization near station BC on Bollinger Canyon Road. The final measures to be implemented will be determined when the completed permits are obtained by the Town from the Regulatory Agencies. The Contractor shall implement the following measures at this time: a. Work within these areas can occur from June 1 through October 15. No night work is allowed. b. The Contractor shall implement the SWPPP as described in Section SP-1, Error! Reference source not found., of these Special Provisions prior to commencing work. c. Unless noted otherwise in the Plans, the Contractor shall remove all debris and restore the site to the previous contour and condition after completion of construction. d. Work sites have to be inspected for nesting birds prior to start of work. Discovery of nesting birds might delay work, interrupt work, or constrain the size of a work site. The Contractor shall provide 48 hours advance notice to the Engineer to schedule the biologist.

4 e. If the Contractor leaves trenches open overnight, the Contractor shall either cover the trenches or install a ramp to prevent trapping frogs. The Contractor shall cap the ends of all pipes left within the work zone. f. Should the Contractor import and place soil within areas under the jurisdiction of the Regulatory Agencies, he or she must test it for contamination prior to placement. The Contactor shall not place the material until approved by the Engineer. All soil placed shall meet the standards of the California Regional Water Quality Control Board for a residential land use. g. Per requirements in the Construction General Permit (CGP), rain event action plan (REAP) must be prepared prior to any qualifying rain event to specify measures required to secure the site and control sediment from mobilizing and erosion occurring within or near the project area. h. Construction crews must attend brief training on Special Status Species and steps to take if those species are encountered at the project site. i. Construction in the slope stabilization work area will be conducted while water is not flowing in the ephemeral drainage and fish and frogs are not present. j. The contractor shall provide construction fencing for trees and shrubs in the slope stabilization work area. k. The contractor will be responsible for implementing BMP s to minimize the introduction of invasive plant species. l. If a cultural resource is discovered during the project, work shall cease within a 60 ft. radius of the discovery, the area must be secured, and the engineer notified. Work cannot resume until authorized. m. Section of the California Health and Safety Code states that in the event of discovery or recognition of any human remains in any location other than a dedicated cemetery, there shall be no further excavation or disturbance of the site or any nearby area reasonably suspected to overlie adjacent remains until the county coroner or Native American Heritage Commission have been contacted and provide recommendations for how to treat the remains and associated cultural materials. The Contractor shall note that the Engineer anticipates receiving the permit to complete this work in spring 017. Thus, when the Contractor completes the other items of work, the Engineer will suspend the contract until the following year. Thus, the unit prices paid for the storm drain outfall, storm drain pipe replacement, and slope stabilization work items near station BC on Bollinger Canyon Road, shall include full compensation for: a. Mobilization Slope Stabilization in accordance with Section SP-11. b. Traffic Control System Slope Stabilization and Portable Changeable Message Signs in accordance with Section SP-14. c. Erosion and sediment control in accordance with Section SP 6-0. d. Water Pollution Control Slope Stabilization in accordance with SP-1. e. Clearing and Grubbing, Tree Removal, and Tree Protection Fencing in accordance with Section SP-16. f. Construction Staking in accordance with Section SP-18. g. Subgrade Preparation in accordance with Section SP-6. h. Remove Surfacing and Base in accordance with Section SP-8. i. Hot Mix Asphalt and Rubberized Hot Mix Asphalt pavement in accordance with Sections SP-3 and 33, respectively. j. Metal Beam Guard Rail in accordance with Section SP-35. k. Replace Storm Drain Pipe (CMP to HDPE), Storm Drain Manhole installation, and Concrete Collar in accordance with Section SP-37. l. Storm Drain Outfall and Roadway Embankment Excavation and Backfill in accordance with Section SP-38.

5 m. Cast-In-Drilled-Hole Concrete Piles, Steel Beam, Wood Lagging, and Pervious Backfill in accordance with Section SP-39. n. Rock Slope Protection in accordance with Section SP-40. o. Thermoplastic Striping in accordance with Section SP-4. The Engineer will require 7 hours advanced notice requesting permission to proceed with the work items listed above. No work shall commence without the Engineer s written approval. 13. The header of Section SP-11: Mobilization, of the Special Provisions, shall be replaced with the following: SECTION SP-11: MOBILIZATION (BID ITEM NO. 1 AND 65) 14. Section SP11-06, Measurement and Payment, of the Special Provisions shall be replaced with the following: The Lump Sum contract price paid for Mobilization Paving shall include full compensation for furnishing all labor, supervision, materials, tools, equipment and incidentals, and for all the work involved in mobilization for paving related work, including, but not limited to, furnishing all specified contract bonds and insurance certificates, public notification, furnishing and installing project identification signs and sign posts, transporting equipment, establishing a storage area (revocable item), sanitary restroom facilities and all other work as specified in the Caltrans Standard Specifications and these Special Provisions and as directed by the Engineer and no additional compensation will be allowed therefor. Updating of project identification and notifications signs and removal of these signs shall also be included in the lump sum price for mobilization. The price for mobilization shall not exceed five percent (5%) of the total bid items related to paving work exclusive of the cost for Mobilization - Paving. For the purposes of payment for Mobilization Paving, the Bid Items related to paving work shall include No. through 6, 9 through 34, 36 through 40, 4 through 45, and 56 through 64. Payment for Mobilization Paving will be made as follows: a) Fifty percent (50%) of the total amount bid for Mobilization Paving will be paid with the first progress payment after at least five percent (5%) of the original Contract Amount for other items of work related to paving has been performed. b) When at least ten percent (10%) of the original Contract Amount for other items of work related to paving has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Mobilization - Paving paid to seventyfive percent (75%) of the total amount bid for Mobilization Paving. c) When at least twenty percent (0%) of the original Contract Amount for other items of work related to paving has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Mobilization Paving paid to ninety percent (90%) of the total amount bid for Mobilization Paving. d) Upon substantial completion, one-hundred percent (100%) of the remaining contract price paid for Mobilization Paving will be included in the estimate for payment. The Lump Sum contract price paid for Mobilization Slope Stabilization shall include full compensation for furnishing all labor, supervision, materials, tools, equipment and incidentals, and for all the work involved in mobilization for paving related work, including, but not limited to, furnishing all specified contract bonds and insurance certificates, public notification, furnishing and installing project identification signs and sign posts, transporting equipment, establishing a

6 storage area (revocable item), sanitary restroom facilities and all other work as specified in the Caltrans Standard Specifications and these Special Provisions and as directed by the Engineer and no additional compensation will be allowed therefor. Updating of project identification and notifications signs and removal of these signs shall also be included in the lump sum price for mobilization. The price for mobilization shall not exceed five percent (5%) of the total bid items related to slope stabilization work exclusive of the cost for Mobilization Slope Stabilization. For the purposes of payment for Mobilization Slope Stabilization, the Bid Items related to slope stabilization work shall include No. 7, 8, 35, 41, 46 through 53, 66, and 67. Payment for Mobilization Slope Stabilization will be made as follows: a) Fifty percent (50%) of the total amount bid for Mobilization Slope Stabilization will be paid with the first progress payment after at least five percent (5%) of the original Contract Amount for other items of work related to slope stabilization has been performed. b) When at least ten percent (10%) of the original Contract Amount for other items of work related to slope stabilization has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Mobilization Slope Stabilization paid to seventy-five percent (75%) of the total amount bid for Mobilization Slope Stabilization. c) When at least twenty percent (0%) of the original Contract Amount for other items of work related to slope stabilization has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Mobilization Slope Stabilization paid to ninety percent (90%) of the total amount bid for Mobilization Slope Stabilization. Upon substantial completion, one-hundred percent (100%) of the remaining contract price paid for Mobilization Slope Stabilization will be included in the estimate for payment. 15. The header of Section SP-1: Water Pollution Control, of the Special Provisions, shall be replaced with the following: SECTION SP-1: WATER POLLUTION CONTROL (BID ITEMS NO., 3, AND 66) 16. The first paragraph of Section SP1-07, Measurement and Payment, of the Special Provisions, shall be replaced with the following: The Lump Sum contract price paid for providing and complying with Water Pollution Control - Paving shall include full compensation for furnishing all labor, supervision, materials, tools, equipment and incidentals, and for doing all the work involved in installation and maintenance of BMPs for the duration of the work related to paving in the project as required by the SWPPP and as specified in the Caltrans Standard Specifications and these Special Provisions, and as directed by the Engineer. The Lump Sum contract price paid for providing and complying with Water Pollution Control Slope Stabilization shall include full compensation for furnishing all labor, supervision, materials, tools, equipment and incidentals, and for doing all the work involved in installation and maintenance of BMPs for the duration of the slope stabilization work in the project as required by the SWPPP and as specified in the Caltrans Standard Specifications and these Special Provisions, and as directed by the Engineer.

7 17. The second sentence of Section SP13-03, Measurement and Payment, of the Special Provisions, shall be replaced with the following: Full compensation for conforming to all the provisions of this section shall be considered as included in the prices paid for Mobilization - Paving, Mobilization Slope Stabilization, Traffic Control System - Paving, and Traffic Control System Slope Stabilization items of work and no additional compensation will be allowed therefor. 18. The header of Section SP-14: Traffic Control, of the Special Provisions, shall be replaced with the following: SECTION SP-14: TRAFFIC CONTROL (BID ITEMS NO. 4, 5 AND 67) 19. The first paragraph of Section SP14-1, Measurement and Payment, shall be replaced with the following: The Lump Sum contract price paid for Traffic Control System - Paving shall be considered as full compensation for furnishing all labor, supervision, materials, tools, equipment and incidentals needed to perform all traffic control work, for all phases of the work related to paving performed by the Contractor or the Contractor s subcontractors including, but not limited to, all signs, barricades, arrow boards, steel plates, traffic control plan, detour plan, maintaining traffic, lane closures, detours, flagmen and all other traffic control devices; and all other work as shown on the Caltrans Standard Plans, as specified in the Caltrans Standard Specifications, these Special Provisions and as directed by the Engineer and no additional compensation will be allowed therefor. There will be no additional compensation for traffic control due to an increase in the quantities shown on the bid proposal for pay items within the project limits. The Lump Sum contract price paid for Traffic Control System Slope Stabilization shall be considered as full compensation for furnishing all labor, supervision, materials, tools, equipment and incidentals needed to perform all traffic control work, for all phases of the work related to slope stabilization performed by the Contractor or the Contractor s subcontractors including, but not limited to, all signs, barricades, arrow boards, steel plates, traffic control plan, detour plan, maintaining traffic, lane closures, detours, flagmen and all other traffic control devices; and all other work as shown on the Caltrans Standard Plans, as specified in the Caltrans Standard Specifications, these Special Provisions and as directed by the Engineer and no additional compensation will be allowed therefor. There will be no additional compensation for traffic control due to an increase in the quantities shown on the bid proposal for pay items within the project limits. 0. The header of Section SP-16: Clearing and Grubbing, of the Special Provisions, shall be replaced with the following: SECTION SP-16: CLEARING AND GRUBBING (BASE BID ITEMS NO. 6, 7, AND 8 AND BID ALTERNATE ITEMS NO. 1) 1. The second paragraph of Section SP16-04, Measurement and Payment, of the Special Provisions shall be replaced with the following: The Lump Sum contract price paid for Tree Removal shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in removal and disposal of trees, stump and tree roots, contractor meeting, as required by these Special Provisions, and as directed by the Engineer or Arborist.

8 . Section SP-19: Replace and Adjust Survey Monument Box, of the Special Provisions, shall be replaced with the following: SECTION SP-19: REMOVE AND REPLACE SURVEY MONUMENT (BID ITEM NO. 1) SP19-01 DESCRIPTION Existing survey monuments have been identified within areas of work by the Town. These existing features are to be replaced and adjusted to finish grade in conformance with County Standard Plan CA40, these Special Provisions, and as depicted on the Plans. SP19-0 REMOVE AND REPLACE MONUMENT TO GRADE The Contractor shall remove and replace the survey monument to grade as needed to complete the work in accordance with these Special Provisions and the County s Standard Plans. County Standard Plan CA40 is included in Appendix A of these Special Provisions. If the survey monument is damaged during the work, the Contractor shall repair, survey, and record the new survey monument at his/her sole expense to the satisfaction of the Engineer. Existing survey monuments shall be preserved, referenced or replaced pursuant to the requirements of State of California Streets and Highways Code Sections 73.5, 149.5, and and Business and Professions Code Section 8771 and the following: a) The Contractor shall not disturb permanent survey monuments or benchmarks without the consent of the Engineer. The Contractor shall bear the expense of replacing any monuments or benchmarks that may be disturbed without permission. Replacement shall be done only with the direction of and in the presence of the Engineer, and in accordance with County standards. b) Should the Contractor during the course of construction encounter a survey monument or benchmark not shown on the plans, he shall promptly notify the Engineer so that the monument or benchmarks may be referenced accordingly. SP19-03 MEASUREMENT AND PAYMENT The contract unit price for each Remove and Replace Survey Monument shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in removing and replacing existing survey monuments to meet Town and Contra Costa County standards including but not limited to removal and disposal of existing survey monument and box, placement of temporary and/or permanent HMA or RHMA, and purchase and installation of survey monument and box and adjust to finished grade, and any survey work required to locate the monument, including any repair, survey, and filing and recordation of any new monuments, as specified in these Special Provisions, and as directed by the Engineer and no additional compensation will be allowed therefor. 3. The replacement of the corrugated metal storm drain pipe between BC and BC on Bollinger Canyon Road is indicated on the attached revised Plan sheet for Drawing C1 of the Project Plans, dated revised April 5, The limits of paving following the replacement of the storm drain pipe and slope stabilization work between BC and BC on Bollinger Canyon Road is

9

10 BID SCHEDULE 016 FULL DEPTH RECLAMATION PROJECT REVISED APRIL 5, 016 Base Bid Bid Estimated Item Description Unit Item Quantity Unit Price 1 Mobilization Paving LS 1 $ $ Water Pollution Control Paving LS 1 $ $ 3 SWPPP LS 1 $ $ 4 Traffic Control System Paving LS 1 $ $ 5 Portable Changeable Message Signs EA 3 $ $ 6 Clearing and Grubbing LS 1 $ $ 7 Tree Removal LS 1 $ $ 8 Tree Protection Fencing (Type ESA) LF 100 $ $ 9 Lead Compliance Plan LS 1 $ $ 10 Remove Thermoplastic Markings, Striping, and Pavement Markers LS 1 $ $ 11 Construction Staking LS 1 $ $ 1 Remove and Replace Survey Monument EA 11 $ $ Replace and Adjust Water Valve Box to Grade (Revocable Item) Adjust Sanitary Sewer Rodding Inlet Frame & Cover to Grade (Revocable Item) Adjust Sanitary Sewer Manhole Frame & Cover to Grade (Revocable Item) Adjust Storm Drain Manhole Frame & Cover to Grade Remove and Replace Concrete Curb and Gutter EA 3 $ $ EA 17 $ $ EA 11 $ $ EA 1 $ $ LF 16 $ $ 18 Concrete Valley Gutter SF 560 $ $ 19 Minor Concrete Sidewalk SF 48 $ $ 0 Minor Concrete Curb Ramp SF,451 $ $ 1 Remove and Replace Asphalt Concrete Dike LF 1,95 $ $ Subgrade Preparation SY 374 $ $ 3 Over Excavation (Revocable Item) CY 3 $ $ Total BID PROPOSAL Page 3

11 Bid Item 4 Item Description Remove Surfacing and Base (6 inch Depth) Unit Estimated Quantity Unit Price CY 138 $ $ 5 15 Foot Conform Grind LF 35 $ $ 6 7 Full Depth Reclamation with Portland Cement (1 inch Depth) Portland Cement for Full Depth Reclamation SY,409 $ $ TON 486 $ $ 8 Micro Cracking Cement Treated Base SY,409 $ $ 9 Pulverized Material Export CY 500 $ $ Hot Mix Asphalt Pavement Type A ( Inches) Hot Mix Asphalt Pavement Type A (3 Inches) Hot Mix Asphalt Pavement Type A (4 Inches) Rubberized Hot Mix Asphalt Overlay Gap Graded ( Inches) TON 7 $ $ TON 4,160 $ $ TON 93 $ $ TON 819 $ $ 34 Shoulder Backing Safety Edge LF 1,395 $ $ 35 Metal Beam Guard Rail LF 45 $ $ 36 Replace Chain Link Fence and Clear Rock Slide Debris LF 978 $ $ 37 Repair Storm Drain Pipe (18" RCP) LF 3 $ $ 38 Repair Storm Drain Pipe (4" RCP) LF 5 $ $ 39 Repair Storm Drain Pipe (30" RCP) LF 16 $ $ Cured In Place Storm Drain Pipe (4" RCP) Replace Storm Drain Pipe (36" CMP to 36" HDPE) Replace Storm Drain Pipe (30" CMP to 4" HDPE) LF 11 $ $ LF 69 $ $ LF 58 $ $ 43 Storm Drain Manhole EA $ $ 44 Storm Drain Drop Inlet EA 1 $ $ 45 Concrete Collar EA 1 $ $ Storm Drain Outfall and Roadway Embankment Excavation Storm Drain Outfall and Roadway Embankment Backfill CY 50 $ $ CY 55 $ $ 48 Cast In Drilled Hole (CIDH) Concrete Piles LF 140 $ $ 49 Steel Beam LF 10 $ $ Total BID PROPOSAL Page 4

12 Bid Item Item Description Unit Estimated Quantity Unit Price 50 Wood Lagging SF 85 $ $ 51 Pervious Backfill CY 9 $ $ 5 Rock Slope Protection (1/T Method A) TON 180 $ $ 53 Rock Slope Protection (Backing No. 1 Method B) TON 95 $ $ 54 Not Used N/A N/A N/A N/A 55 Not Used N/A N/A N/A N/A 56 Thermoplastic Traffic Stripe Detail 1 LF 3,75 $ $ 57 Thermoplastic Traffic Stripe Detail LF,640 $ $ 58 Thermoplastic Traffic Stripe Detail 7B LF 3,771 $ $ 59 Thermoplastic White Stripe (4 inch) LF 14 $ $ Thermoplastic Limit Line Thermoplastic Ladder Crosswalk (White or Yellow) Thermoplastic Pavement Markings (White or Yellow) LF 81 $ $ LF 150 $ $ SF 86 $ $ 63 Blue Fire Hydrant Pavement Markers EA 11 $ $ 64 Roadside Sign and Post EA $ $ 65 Mobilization Slope Stabilization LS 1 $ $ Water Pollution Control Slope Stabilization Traffic Control Systems Slope Stabilization LS 1 $ $ LS 1 $ $ Total Base Bid (Bid Items 1 through 67) $ Total Bid Alternate Bid Item Item Description Unit Estimated Quantity Unit Price 1 Tree Removal LS 1 $ $ 3 Storm Drain Outfall and Roadway Embankment Excavation Storm Drain Outfall and Roadway Embankment Backfill CY 300 $ $ CY 55 $ $ 4 Rock Slope Protection (1/4T Method B) TON 70 $ $ 5 Rock Slope Protection Backing No. Method B) TON 10 $ $ Total BID PROPOSAL Page 5

13 Total Bid Alternate = (Total Base Bid) (Base Bid Items 7, 46, 47, 5, 53) + (Bid Alternate Items 1,, 3, 4, 5) $ BASED ON CONTRACT DOCUMENTS ENTITLED 016 FULL DEPTH RECLAMATION PROJECT DATED MARCH 9, 016, AND REVISED DATED APRIL 5, 016. The bidder is required to provide prices for Base Bid Items 1 through 67 and Bid Alternate Items 1,, 3, 4, and 5. If a bid proposal for any Bid Item is incomplete, that specific bid proposal may be deemed non-responsive and subject to rejection. For the purposes of determining the lowest responsible bid, the lowest responsible bid will be the lowest Total Base Bid. The Town intends to award one contract only to the bidder who submits the lowest responsible bid price among all bid proposals submitted. NOTE: Base Bid Items No. 54 and 55 are not used and shall be left blank. BID PROPOSAL Page 6

14 501 Canal Blvd., Suite I Richmond, Ca BOLLINGER CANYON ROAD 6 JOSEPH DRIVE 6 7 MATCH LINE "BC" SEE BELOW 016 FULL DEPTH RECLAMATION PROJECT TOWN OF MORAGA 39 RHEEM BOULEVARD MORAGA, CA MATCH LINE "BC" SEE ABOVE BOLLINGER CANYON ROAD 4 MATCH LINE "BC" SEE DRAWING C 4 BOLLINGER CANYON ROAD "BC" TO "BC" C1 4 1

15 501 Canal Blvd., Suite I Richmond, Ca FULL DEPTH RECLAMATION PROJECT TOWN OF MORAGA 39 RHEEM BOULEVARD MORAGA, CA PAVING DETAILS D1 19 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

More information

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS Section Page 13-1 GENERAL... 13.1 13-1.01 Preservation of Property... 13.1 13-1.02 Overloading, Pavement Protection & Repair... 13.1 13-2 REMOVING EXISTING

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

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall

More information

CITY OF LA QUINTA GENERAL NOTES GENERAL NOTES

CITY OF LA QUINTA GENERAL NOTES GENERAL NOTES CITY OF LA QUINTA GENERAL NOTES GENERAL NOTES 1. ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE LATEST EDITION OF THE STANDARD PLANS OF THE CITY OF LA QUINTA, THE LATEST EDITION OF THE STANDARD SPECIFICATIONS

More information

DOCUMENT ADDENDA AND MODIFICATIONS

DOCUMENT ADDENDA AND MODIFICATIONS DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications

More information

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2 MERCED COUNTY BID LIST CAMPUS PARKWAY SEGMENT 2 CONTRACT 2017191 The bidder must provide unit prices for each bid item listed below, based on the specified unit of measure. The unit price for each item

More information

Job Order Sewer Repair Services

Job Order Sewer Repair Services Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified

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

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California 93030 Tel 805.385.8280 October 24, 2018 ADDENDUM NO. 2 Vineyard Avenue Street Resurfacing Project PW 16-12 SCHEDULED

More information

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED?????

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED????? SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED????? 102.10 Minimum Rate of Wage Scale Typo. Several paragraphs were repeated. 105.5 Inspection of Work Clarified that the contractor

More information

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM. HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB 15-044 ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn:

More information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

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

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE:

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE: Revision 1 Dated October 2, 2014 1.3.2 UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE: PEYTON DRIVE WIDENING - PHASE 3 AND ENGLISH CHANNEL IMPROVEMENTS Project No s. S12012 & 800360

More information

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents

More information

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018 155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated

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

SECTION 12 STANDARDS FOR CONSTRUCTION PLANS AND SPECIFICATIONS

SECTION 12 STANDARDS FOR CONSTRUCTION PLANS AND SPECIFICATIONS SECTION 12 STANDARDS FOR CONSTRUCTION PLANS AND SPECIFICATIONS 12.1 The subdivider shall construct and install the improvements in accordance with the County's Standards for Construction Plans and Specifications

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed

More information

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1 CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT- ENGINEERING DIVISION ADDENDUM DATE: 10/12/15 PROJECT: BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: 41506 BID DATE: 10/27/15 ADDENDUM

More information

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS*** 00005B *** *** BOLD ITALICIZED Item is bound within this specification manual. Regular non-italicized Item is not bound within this specification manual, however item is part of the contract. Contents

More information

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: April 22, 2009 To: Prospective Bidders/Plan Holders From: Abraham Campos, PE on behalf of City of El

More information

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 3690 NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Commissioners Kitsap County 614 Division Street Port

More information

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section 02540-1 of 10 SECTION 02540 STORM DRAIN REHABILITATION 02540.01 GENERAL A. Description Storm drain rehabilitation shall include, but not necessarily be limited to, pipe joint sealing, inlet and manhole

More information

COUNTY OF SUTTER ENCROACHMENT PERMIT

COUNTY OF SUTTER ENCROACHMENT PERMIT COUNTY OF SUTTER ENCROACHMENT PERMIT PERMIT No. Development Services Dept. Engineering Division 1130 Civic Center Blvd Yuba City, CA 95993 (530) 822-7400 Hours: 8 AM - 5 PM Upon completion, submit application

More information

ADDENDUM #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 ; 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 information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

More information

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018 Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA-2019-004 TMWA Capital Project No.: 10-0001.053 October 3, 2018 The following information, clarifications, changes and modifications are by reference

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

CITY OF TACOMA Department of Public Utilities Tacoma Power CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL

More information

1.00 LS $150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150,000.

1.00 LS $150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150,000. LAS VEGAS PAVING CORP. CONTRI CONSTRUCTION COMPANY AGGREGATE INDUSTRIES-SWR, INC. TAB CONTRACTORS, INC. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT

More information

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR 99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE 99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR TABLE OF CONTENTS 99.1. ADMINISTRATION AND GENERAL REGULATIONS...2 99.1.1. Title...2

More information

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO ADDENDUM NO. 2 LANCASTER BOULEVARD AND 15 th STREET WEST ROUNDABOUT This addendum forms a part of the contract documents for the above identified project and modifies the original specifications, plans,

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

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 HILLIARD S POND DAM REMOVAL AND BIGELOW BROOK STREAM CHANNEL RESTORATION BID NO. 14/15-74

More information

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices. SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section

More information

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES CITY OF SANTA MONICA Department of Public Works Civil Engineering Division 1685 Main, Room 116 Santa Monica, CA 90401 Tel: (310) 458-2240 or (310) 458-8737 EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL

More information

ESTIMATED DISTRIBUTION OF MATERIAL LIST Lomitas Negras Phase 2 Southern Sandoval County Arroyo Flood Control Authority

ESTIMATED DISTRIBUTION OF MATERIAL LIST Lomitas Negras Phase 2 Southern Sandoval County Arroyo Flood Control Authority PAY DESCRIPTION GENERAL 1 1200 Construction Traffic Control and Barricading: including any and all access signs and permitting by the City of LS 1 Rio Rancho, 2 1504 Temporary Pollution Control: NPDES

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS CONTRACT NO COLORADO CENTER BICYCLE/PEDESTRIAN BRIDGE OVER I-25

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS CONTRACT NO COLORADO CENTER BICYCLE/PEDESTRIAN BRIDGE OVER I-25 201-00000 Clearing and Grubbing 1 LS 202-00010 Removal of Tree 1 EA 202-00035 Removal of Pipe 30 LF 202-00200 Removal of Sidewalk 431 SY 202-00203 Removal of Curb and Gutter 973 LF 202-00205 Removal of

More information

1.01 GENERAL. l.02 PIPELINE TRENCH EXCAVATION PIPELINES AND STRUCTURES REVISION: SECTION 1 PAGE : 1-1

1.01 GENERAL. l.02 PIPELINE TRENCH EXCAVATION PIPELINES AND STRUCTURES REVISION: SECTION 1 PAGE : 1-1 1.01 GENERAL A. The Contractor shall perform all excavation, backfilling, grubbing and grading required for construction and installation of pipelines, structures and appurtenances. Excavation shall include

More information

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. ) PAGE 1 OF 6 FOR USE WHEN UNIT S FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. Owner: Contract:

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 2022 Water Mains and Wastwater Main Appurtenances

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances 2004 Specifications CSJ 1316-01-034 & 0902-48-502 SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances 1. Description. Furnish all materials, equipment, labor and incidentals necessary

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 - PART 1 GENERAL 1.01 THE REQUIREMENT A. Payment for various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 3/08/16 ITB NO. 16-012 ADDENDUM No. 1 Project.: TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY Owner: Highlands County BCC

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 11/03/2014

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 11/03/2014 NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 11/03/2014 Control Project Highway County 0237-07-012, ETC. STP 2015(294), ETC. FM 133, ETC. DIMMIT, ETC. Ladies/Gentlemen: Attached please find an addendum

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION CITY OF ALBANY Public Works Department ADDENDUM #1 ST-13-04-2014, MAIN STREET REHABILITATION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and

More information

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater

More information

SANBORN COUNTY

SANBORN COUNTY Sheet 1 of 12 SPECIFICATIONS ESTIMATE OF QUANTITIES BID ITEM NUMBER ITEM QUANTITY UNIT 009E0010 Mobilization Lump Sum LS 110E0500 Remove Pipe Culvert 134 Ft 110E1010 Remove Asphalt Concrete Pavement 178

More information

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 FOR ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions... SP-1 SECTION 2 BIDDING... SP-1 2-1.01 General...

More information

SECTION 1 GENERAL NOTES

SECTION 1 GENERAL NOTES ISSUE DATE NOVEMBER 1st, 2011 SECTION 1 Page List Page Number Page Title COVER COVER GN-01 PAGE 1 GN-02 PAGE 2 GN-03 PAGE 3 GN-04 PAGE 4 GN-05 PAGE 5 GN-06 PAGE 6 GN-07 PAGE 7 : 1. (CCU) STANDARD SPECIFICATIONS

More information

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6 SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO. 18-4501 SOLICITATION NO. CO-00198 ADDENDUM 6 (September 10, 2018) To Respondent of Record: This addendum, applicable to work referenced

More information

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of 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. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction

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

SECTION 1500 REMOVALS

SECTION 1500 REMOVALS SECTION 1500 REMOVALS REMOVALS PART 1 GENERAL 1.01 Section Summary A. Removal of structures, obstructions, surfacing, and miscellaneous items. 1.02 Related Sections A. Section 1800 Excavation and Embankment

More information

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

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

More information

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

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

ADDENDUM NO. 1 NOVEMBER 8, 2016

ADDENDUM NO. 1 NOVEMBER 8, 2016 SAN ANTONIO WATER SYSTEM C_13 BROADWAY CORRIDOR PROJECT SEWER REHABILIATION PACKAGE 2.C AND 4.C SAWS JOB NO. 15-45111 (2.C) & 15-4514 (4.C) SOLICITATION NO. CO-00097 ADDENDUM NO. 1 NOVEMBER 8, 2016 TO

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

SECTION GENERAL EXCAVATION

SECTION GENERAL EXCAVATION 02210-1 of 11 SECTION 02210 GENERAL EXCAVATION 02210.01 GENERAL A. Description 1. General excavation shall include but not necessarily be limited to, excavation and grading for general site work, roadways,

More information

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ADDENDUM NO. 1 ITB-U-11-05 CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ISSUE DATE: February 14, 2011 BID DATE: TO: SUBJECT: INTENT: March 1, 2011 @ 2:00 P.M. All Prospective Bidders and Others

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

SPECIAL PROVISION Detours, Barricades, Warning Signs, Sequence of Work, etc.

SPECIAL PROVISION Detours, Barricades, Warning Signs, Sequence of Work, etc. 2004 Specifications CSJ 0299-04-049, Etc. SPECIAL PROVISION 000---979 Detours, Barricades, Warning Signs, Sequence of Work, etc. 1. Description of Project. A. General. This project provides for the construction

More information

CONSTRUCTION PLAN CHECKLIST

CONSTRUCTION PLAN CHECKLIST CONSTRUCTION PLAN CHECKLIST The design engineer is responsible for ensuring that plans submitted for city review are in accordance with this checklist. It is requested that the executed checklist be submitted

More information

10:00 AM, Wednesday, May 6, Peters Creek Sanitary Sewer Rehabilitation Project

10:00 AM, Wednesday, May 6, Peters Creek Sanitary Sewer Rehabilitation Project NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, May 6, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference

More information

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. SECTION 311000 PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. B. Examine all conditions as they exist at the project prior to submitting

More information

36 JASPER THPMAS ROAD CRAWFORDVILLE, FL.

36 JASPER THPMAS ROAD CRAWFORDVILLE, FL. N ARRAN RD. N US 319 CRAWFORDVILLE HWY SR 61 SHADEVILLE RD. WAKULLA HARVEY MILL ROAD US 319 PREBLE-RISH INC CIVIL SURVEYING SITE PLANNING 36 JASPER THPMAS ROAD CRAWFORDVILLE, FL. 32327 GENERAL NOTES: 1.

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

PUBLIC WORKS DEPARTMENT GENERAL NOTES

PUBLIC WORKS DEPARTMENT GENERAL NOTES PUBLIC WORKS DEPARTMENT GENERAL NOTES 1. All construction shall be in strict accordance with the standards of the City of Southlake and governed by the North Central Texas Council of Government's Standard

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016 ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP #2017-01 NOTICE TO PROSPECTIVE BIDDERS June 7, 2016 Prospective bidders are hereby informed of the following corrections, additions, deletions, and/or modifications

More information

SECTION PAYMENT PROCEDURES

SECTION PAYMENT PROCEDURES SECTION 01 29 00 PAYMENT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. For each BID item, the WORK will be measured and paid for on either a unit price basis or on a lump sum basis. The quantities

More information

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12 SCOPE SUMMARY: DIVISION: 0 - LEGAL DOCUMENTS Complete; DIVISION: 1 - GENERAL REQUIREMENTS As Applicable; SECTION: - ATTACHED SKETCH Complete; Geotechnical Engineering Report as prepared by Building and

More information

SPECIAL SPECIFICATION 6664 Level (3) Communications System

SPECIAL SPECIFICATION 6664 Level (3) Communications System 2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6664 Level (3) Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Level (3) Communications,

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

SPECIAL SPECIFICATION 6658 Time Warner Communications System

SPECIAL SPECIFICATION 6658 Time Warner Communications System 2004 Specifications CSJ 1200-05-014 1. Description. SPECIAL SPECIFICATION 6658 Time Warner Communications System A. This Item will govern the installation of all facilities belonging to Time Warner Cable

More information

COUNTY OF ALAMEDA PUBLIC WORKS AGENCY 399 Elmhurst Street Hayward, CA (510)

COUNTY OF ALAMEDA PUBLIC WORKS AGENCY 399 Elmhurst Street Hayward, CA (510) COUNTY OF ALAMEDA PUBLIC WORKS AGENCY 399 Elmhurst Street Hayward, CA 94544-137 (51) 67-548 AGENDA ITEM NO. July 1,212 June 13 212 The Honorable Board of Supervisors County Administration Building 1221

More information

SECTION MINOR CONCRETE

SECTION MINOR CONCRETE SECTION 03300 - MINOR CONCRETE CONTENTS: Part 1 - General... 1 1.01 Work Included... 1 1.02 Related Requirements... 1 1.03 Reference Standards... 1 1.04 Quality Assurance... 1 1.05 Measurement And Payment...

More information

345 Foothill Road (310) Beverly Hills, CA FAX: (310) July 7, 2016

345 Foothill Road (310) Beverly Hills, CA FAX: (310) July 7, 2016 PUBLIC WORKS SERVICES Civil Engineering Division 345 Foothill Road (310) 285-2452 Beverly Hills, CA 90210 FAX: (310) 278-1838 July 7, 2016 Please acknowledge receipt of Addendum No. 1 enclosed, dated July

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

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

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

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values E. Application for Payment 1.2 EXPLANATION AND DEFINITIONS A. The following

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

Section 403. DRAINAGE STRUCTURES

Section 403. DRAINAGE STRUCTURES 403.01 Section 403. DRAINAGE STRUCTURES 403.01. Description. This work consists of adjusting, constructing, or temporarily lowering drainage structures and cleaning existing drainage structures and leads

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

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

More information

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

SECTION MAINTENANCE OF EXISTING CONDITIONS

SECTION MAINTENANCE OF EXISTING CONDITIONS SECTION 02 01 00 MAINTENANCE OF EXISTING CONDITIONS PART 1 GENERAL 1.1 GENERAL A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal and shall restore damaged

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

WATER CONSTRUCTION STANDARDS AND COMPATIBLE UNITS

WATER CONSTRUCTION STANDARDS AND COMPATIBLE UNITS WATER CONSTRUCTION STANDARDS AND COMPATIBLE UNITS City Utilities of Springfield, Missouri REVISED: 06/18/2018 **DISCLAIMER** IT IS THE RESPONSIBILITY OF THE END USER OF THIS WATER STANDARDS BOOK TO MAKE

More information

CITY OF EL CERRITO PUBLIC WORKS DEPARTMENT

CITY OF EL CERRITO PUBLIC WORKS DEPARTMENT CITY OF EL CERRITO PUBLIC WORKS DEPARTMENT OHLONE GREENWAY BART STATION AREA ACCESS, SAFETY, AND PLACEMAKING IMPROVEMENTS City Project No. C3076 Federal Project No. CML-5239 (025) ADDENDUM NO. 1 TO: All

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. 1 Issue Date: March 29, 2016 Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South

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

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS Section Page 26-1 GENERAL... 26.1 26-2 PAVEMENT KEYCUTTING... 26.1 26-3 PAVEMENT PLANING... 26.2 26-4 PLANED PAVEMENT CONFORMS... 26.3

More information

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1 UPPER SKAGIT INDIAN TRIBE COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO. 1 (7 pages total) Issue Date: May 11, 2016 General: Recitations of each and every section of the bid documents impacted

More information

COST ESTIMATE STREET IMPROVEMENTS (Off Site)

COST ESTIMATE STREET IMPROVEMENTS (Off Site) STREET IMPROVEMENTS (Off Site) Developer: Planning Case # Engineer: TM No./PM No.: Phone No: Date: ITEM QUANTITY UNIT UNIT COST () AMOUNT 6" Curb and Gutter LF 13. 6" Curb only LF 1.5 8" Curb and Gutter

More information