DOCUMENT ADDENDA AND MODIFICATIONS

Size: px
Start display at page:

Download "DOCUMENT ADDENDA AND MODIFICATIONS"

Transcription

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

2 SECTION ADDENDUM No. 2 PART 1 GENERAL 1.1 DOCUMENT INCLUDES A. Bid Documents 1. Document i. Revised Bid Schedule No CONSTRUCTION CONTRACT A. The Construction Contract is known as B. Date of this Addendum is June 20th, 2017 PART 2 CHANGES 2.1 CHANGES TO PRIOR ADDENDA A. None 2.2 CHANGES TO BIDDING REQUIREMENTS A. Bid Schedule Item No. 5 R/R Type B1-A Curb and Gutter (UDOT Standard) 1. Bid quantity reduced to 50 LF 2.3 CHANGES TO AGREEMENT AND OTHER CONTRACT FORMS A. None 2.4 CHANGES TO CONDITIONS OF THE CONTRACT A. None 2.5 CHANGES TO SPECIFICATIONS A. None 2.6 CHANGES TO DRAWINGS A. None 2.7 CLARIFICATIONS A. Bid Schedule Item No. 5 R/R Type B1-A Curb and Gutter (UDOT Standard) 1. Addendum No.1 states the item quantity was reduced to 50 LF, but the bid quantity for Item No. 5 mistakenly remained as 250 LF. The bid quantity was Modified June 20, 2017 Addenda and Modifications Page - 2

3 reduced to 50 LF in the Bid Schedule in order to match what was stated in the Addendum No. 1. END OF SECTION Modified June 20, 2017 Addenda and Modifications Page - 3

4 PART 1 GENERAL DOCUMENT BID SCHEDULE 1.1 DOCUMENT INCLUDES A. Bid schedules. B. Measurement and payment provisions. 1.2 CONSTRUCTION CONTRACT A. The Construction Contract is known as: 1.3 REFERENCES A. APWA : Payment Procedures. B. Document : Agreement. A. Section : Alternates. (Refer to Section contained in these Specifications) 1.4 SCHEDULE TO BE ADDED TO THE AGREEMENT A. This document will be added to the Bid and Agreement by reference. PART 2 BID SCHEDULES 2.1 GENERAL A. Based upon Bidder s own estimate of quantities and costs and in accordance with paragraph 2.5B.3 of the General Conditions (Document ), Bidder submits quantities and prices of items aggregating the Contract Price. The following articles summarize the quantities and prices. Bidder will provide additional breakdown when OWNER is considering Bidder s bid or authorizing future pay requests. B. Bid Schedule quantity approximation in the Bid Documents are stated as a basis for determining bids, and they do not fix the amount of work to be done or material to be furnished. Stated quantities are estimates for the purpose of doing the class of work required. Actual quantities will vary. The Owner may deviate in either direction from any indicated quantities. The Bidder shall have no claim for any variation in quantity, except to the extent permitted in the General Conditions. 2.2 BASE BID A. Work included as part of Base Bid: 1. Traffic control per APWA Section Saw Cutting per APWA Section Pavement removal per APWA Section and trench excavation per APWA Modified June 20, 2017 Addenda and Modifications Page - 4

5 Section Trench backfill per APWA Standard Plan Temporary trench surface (CONTRACTOR S choice). 6. Permanent trench surface restoration per APWA Standard Plan Sidewalk and Curb and gutter work adjacent to catch basins per APWA Section B. Bid Schedule No. 1 below describes work basic to the Contract. 2.3 PAYMENT PROCEDURES A. Per APWA Modified June 20, 2017 Addenda and Modifications Page - 5

6 BID SCHEDULE No.1 Total = $ Schedule Total in Words Signature Modified June 20, 2017 Addenda and Modifications Page - 6

7 PART 3 MEASUREMENTS AND PAYMENT 3.1 GENERAL A. See measurement and payment procedures in APWA Section B. ENGINEER will take all measurements and compute all quantities. C. CONTRACTOR will verify measurement and quantities. D. CONTRACTOR will provide all equipment, workers, and survey crews to assist ENGINEER in making measurements. E. Units of measurement are listed above in the bid schedule(s). 3.2 REMOVE CONCRETE FLATWORK (VARIOUS THICKNESS), Bid Item No. 1 A. Measurement of the concrete shall be made on the basis of the actual square feet of sidewalk/flatwork removed. B. Payment shall be made at the unit price bid per square foot, which will include all costs for excavating, removing, hauling, and disposal of existing concrete/flatwork. 3.3 INSTALL 4 THICK SIDEWALK/FLATWORK, Bid Item No. 2 A. Measurement of the concrete shall be made on the basis of the actual square feet of sidewalk installed as measured in the field. B. Payment shall be made at the unit price bid per square foot, which shall include all costs for excavating, removing, hauling, and disposal of existing grade; placement, grading and compaction of base course with a uniform thickness of 4 ; forming, furnishing, placing, and finishing concrete with a uniform thickness of 4 ; restoration of any disturbed landscaping; sprinkler repair and raising sprinklers to grade; and all other items for a complete job. C. Reference OC Standard Drawing RD INSTALL 6 THICK SIDEWALK/FLATWORK, Bid Item No. 3 A. Measurement of the concrete shall be made on the basis of the actual square feet of sidewalk installed as measured in the field. B. Payment shall be made at the unit price bid per square foot, which shall include all costs for excavating, removing, hauling, and disposal of existing grade; placement, grading and compaction of base course with a uniform thickness of 6 ; forming, furnishing, placing, and finishing concrete with a uniform thickness of 6 restoration of any disturbed landscaping; sprinkler repair and raising sprinklers to grade; and all other items for a complete job. C. Reference OC Standard Drawing RD R/R 6 DRIVEWAY APPROACH, Bid Item No. 4 A. Measurement of the concrete shall be made on the basis of the actual square feet of sidewalk installed as measured in the field. Modified June 20, 2017 Addenda and Modifications Page - 7

8 B. Payment shall be made at the unit price bid per square foot, which shall include all costs for excavating, removing, hauling, and disposal of existing concrete; placement, grading and compaction of base course with a uniform thickness of 6 ; forming, furnishing, placing, and finishing concrete with a uniform thickness of 6 ; restoration of any disturbed landscaping; sprinkler repair and raising sprinklers to grade; and all other items for a complete job. C. Reference OC Standard Drawing RD R/R TYPE B1-A CURB AND GUTTER (UDOT Standard), Bid Item No. 5 A. Measurement will be made along curb face. B. Payment shall be made at the unit price bid per lineal foot as constructed, which will include all costs for excavating, removing, hauling, and disposal of existing concrete; placement, grading and compaction of base course with a uniform thickness adhering to UDOT 2017 Standard Drawings; forming, furnishing, placing, and finishing concrete; restoration of any disturbed landscaping; sprinkler repair and raising sprinklers to grade; and all other items for a complete job. Payment shall also include saw cutting of existing asphalt pavement 18 beyond existing edge of gutter, removing, hauling, and disposal of existing asphalt, patching back the asphalt pavement with 4 of HMA on 8 of compacted base course, and tack coat. C. Reference UDOT Standard Drawing GW 2B. 3.7 INSTALL TYPE P CURB, Bid Item No. 6 A. Measurement will be made along curb face. This item shall apply when there is no existing curb to remove. B. Payment shall be made at the unit price bid per lineal foot as constructed, which will include all costs for excavating, removing, hauling, and disposal of existing grade; placement, grading and compaction of base course with a uniform thickness adhering to Ogden City s Engineering Standards; forming, furnishing, placing, and finishing concrete; restoration of any disturbed landscaping; sprinkler repair and raising sprinklers to grade; and all other items for a complete job. C. Reference APWA Standard Drawing Plan INSTALL ADA/ UDOT APPROVED 2 FOOT BY 4 FOOT DIRECTIONAL DETECTABLE WARNING SURFACE (color yellow), Bid Item No. 7 A. Measured per each detectable warning surface installed B. Payment covers all costs associated with the complete installation of the detectable warning surface. Installation must comply with the APWA Standard Plan # 235 Example B. Modified June 20, 2017 Addenda and Modifications Page - 8

9 3.9 INSTALL ADA/ UDOT APPROVED 2 FOOT BY 4 FOOT RADIUS WARNING SURFACE (color yellow), Bid Item No. 8 A. Measured per each detectable warning surface installed B. Payment covers all costs associated with the complete installation of the detectable warning surface. Installation must comply with the APWA Standard Plan # 235 examples A,C, D & E SAW CUTTING; Bid Items No. 9 and No. 10 A. Measurement shall be for lineal feet of saw cuts measured in the field. B. Payment shall be made at the unit price bid for the particular material and associated thickness, which shall include all costs for furnishing all labor, materials, and equipment required for a complete job ADDITIONAL ASPHALT PATCHING 3 DEPTH MIN., Bid Item No. 11 A. Measurement shall be tons delivered and incorporated into the work. B. Payment shall include all labor, saw cutting, equipment, materials; grading, placement, and compaction of base course with a uniform thickness of 8 ; placement and compaction of 3 minimum of HMA REMOVE TREE (LESS THAN 6 DIAM.), Bid Item No. 12 A. Measured per tree. Bid item is to be used only when specified by the ENGINEER. B. Size of tree shall be determined by measuring the diameter of the trunk 1 (one) foot above root flare. C. Payment shall be per tree with a trunk diameter measuring less than 6. Payment shall include all labor, equipment hauling and disposal and all other items for a complete job. Payment shall also include any additional traffic control necessary and restoration of landscaping. D. Stump removal / grinding shall also be included with payment. Stump may either be completely removed or ground down to 1 (one) foot below existing grade depending on the surrounding conditions. ENGINEER reserves the right to direct the CONTRACTOR to perform either method TREE ROOT CUTTING, Bid Item No. 13 A. Measurement shall be per hour of time required to cut and remove root and will be made only after root system has been exposed and ENGINEER determines root cuts of 4 in diameter and larger is necessary. B. No payment will be made for root cuts not complying with APWA Section requirements. Payment covers disposal of roots cut. C. Cuts made to roots of less than 4 in diameter is considered incidental work to the associated bid item which no separate measurement and payment will be made. Modified June 20, 2017 Addenda and Modifications Page - 9

10 3.14 GRANULAR BORROW, Bid Item No. 14 A. Measurement shall be tons delivered and incorporated into the work. B. Payment shall be by the ton of fill, as installed and compacted, and shall be full compensation for removing, hauling and disposing of the native material to a depth specified by the Engineer. Payment shall also include furnishing, hauling, and placement of the fill material, as well as all labor, equipment and all other items for a complete job. When used, this will be in addition to standard base course BASE COURSE, Bid Item No. 15 A. Measurement shall be tons delivered and incorporated into the work. B. Payment shall be by the ton of fill, as installed and compacted, and shall be full compensation for removing, hauling and disposing of the native material to a depth specified by the Engineer. Payment shall also include furnishing, hauling, and placement of the fill material, as well as all labor, equipment and all other items for a complete job TOP SOIL, Bid Item No. 16 A. Measurement shall be tons delivered and incorporated into the work. B. Payment shall be by the ton of fill, as installed and compacted, and shall be full compensation for removing, hauling and disposing of the native material to a depth specified by the Engineer. Payment shall also include furnishing, hauling, and placement of the fill material, as well as all labor, equipment and all other items for a complete job INSTALL SOD, Bid Item No. 17 A. Measurement shall be by the unit price bid per square foot. B. Payment shall include all labor, equipment, materials for a complete job. Payment shall also include grading and placement of 4 thick top soil MOBILIZATION, Bid Item No. 18 A. Measurement is a lump sum item. B. Payment covers cost of mobilization, demobilization, installation of temporary facilities and bringing all necessary construction equipment needed for the job to the site TRAFFIC CONTROL, Bid Item No. 19 A. Measurement is a lump sum item. Modified June 20, 2017 Addenda and Modifications Page - 10

11 B. Payment shall cover the cost to create a traffic control document, install, maintain and remove all traffic control necessary to complete the job. See Section for traffic control information SURVEY, Bid Item No. 20 A. Measurement is a lump sum item. B. Payment shall cover any staking for establishing elevations and slopes for the work shown on the contract drawings. It will also include any marking of utilities to be installed for this project REMOVE TREE (6 12 DIAM.) Bid Item No. 21 A. Measured per tree. Bid item is to be used only when specified by the ENGINEER. B. Size of tree shall be determined by measuring the diameter of the trunk 1 (one) foot above root flare. C. Payment shall be per tree with a trunk diameter measuring greater than or equal to 6 and less than or equal to 12. Payment shall include all labor, equipment hauling and disposal and all other items for a complete job. Payment shall also include any additional traffic control necessary and restoration of landscaping. A. Stump removal / grinding shall also be included with payment. Stump may either be completely removed or ground down to 1 (one) foot below existing grade depending on the surrounding conditions. ENGINEER reserves the right to direct the CONTRACTOR to perform either method.) ROADWAY EXCAVATION (PLAN QUANTITY), Bid Item No. 22 A. Measurement of pavement removal shall be made on the basis of the actual cubic yards of material removed from the roadway. B. Payment shall be made at the unit price bid per cubic yard, which will include all labor and equipment, hauling, and disposal costs associated with the completion of this item RELOCATE BOULDERS (DIAMETER 3 FT), Bid Item No.23 A. Measured per boulder relocation. Final placement of boulder will be determined by the ENGINEER. B. Payment shall be made at the unit bid price per boulder, which will include labor, equipment, and relocation costs needed to complete the item. Payment shall also include any incidental damage to the area during the relocation FIBER MULCH No.24 A. Measured by square yard of fiber mulch (SY). B. Payment includes all work incidental to the placement of fiber mulch. Modified June 20, 2017 Addenda and Modifications Page - 11

12 3.25 REMOVE OLD STORM DITCH JUNCTION BOX (4.5 X4.5 ), Bid Item No.25 A. Measurement shall be per each item. B. Payment shall be made at the unit bid price per box, which will include all labor and equipment, saw cutting, hauling, and disposal costs associated with the completion of this item WEED BARRIER GEOTEXTILE, Bid Item No. 26 A. Measured by square yard of weed barrier geotextile in place (SY). The overlap as required by the manufacturer does not count towards the final payment (SY) B. Payment includes all work incidental to the placement of weed barrier geotextile including any labor, materials, grading, fill excavation, or items necessary to place the barrier as shown on the plans PLUG AND ABANDON (12 20 ) SIZE STORM DRAIN PIPE, Bid Item No. 27 A. Measurement shall be per each item B. Payment shall be made at the unit bid price per storm drain pipe plugged (varying diameter size from ) with concrete. This will include all labor and equipment, hauling, hardware costs associated with the completion of this item. C. Payment shall be by the ton of fill, as installed and compacted, and shall be full compensation for removing, hauling and disposing of the native material to a depth specified by the Engineer. Payment shall also include furnishing, hauling, and placement of the fill material, as well as all labor, equipment and all other items for a complete job RELOCATE WATER METER, Bid Item No.28 A. Measurement shall be per each item B. Payment shall be made at the unit bid price per water meter which will include all labor and equipment, hauling, disposal, backfill, pipe culvert, fittings, and hardware costs associated with the completion of this item. C. Ogden City to supply new meters as needed. Contractor will furnish new meter boxes, rings, and covers 3.29 RELOCATE FIRE HYDRANT, Bid Item No.29 A. Measurement shall be per each item. B. Payment shall be made at the unit bid price per fire hydrant which will include all labor and equipment, hauling, disposal, removal of existing thrust blocks, backfill, new thrust blocks, pipe culvert, fittings, and hardware costs associated with the completion of this item. Modified June 20, 2017 Addenda and Modifications Page - 12

13 3.30 RELOCATE MAILBOX, Bid Item No.30 A. Measurement shall be per each item. B.Payment shall be made at the unit bid price per mail box which shall include all labor and equipment, hauling, disposal, backfill, and concrete, costs associated with the completion of this item RELOCATE STREET/BUS STOP SIGN, Bid Item No. 31 A.Measurement shall be per each item. B.Payment shall be made at the unit bid price per sign which shall include all labor and equipment, hauling, backfill, and concrete, costs associated with the completion of this item RELOCATE METAL GATE POST (6 DI), Bid Item No.32 A.Measurement shall be per each item. B.Payment shall be made at the unit bid price per gate post which shall include all labor and equipment, hauling, disposal, backfill, and concrete, costs associated with the completion of this item LANDSCAPE RESTORATION, Bid Item No. 33 A. Measured by square foot of landscape restoration (SF). B. Payment includes all materials and workmanship to restore the landscaping back to preconstruction conditions under the direction of the Engineer. Includes, but is not limited to: topsoil, sod, sprinkler repairs and raising sprinklers to grade, bark mulch, landscape rock, small shrubs, as necessary to restore to preconstruction conditions N LANDSCAPE RESTORATION, Bid Item No. 34 A. Measured by square foot of landscape restoration (SF). B. Area must be 2% slope from curb and gutter to sidewalk and a maximum slope of 3:1 from back of sidewalk. Existing material except boulders can be used for leveling. Includes cost of relocating boulders in the path of proposed sidewalk to the back of walk. Boulders within the Right of Way are to be replaced after landscape has been leveled. Includes any necessary fill material to slope the landscape; sprinkler repairs and adjusting sprinklers to grade. END OF SECTION Modified June 20, 2017 Addenda and Modifications Page - 13

14 Modified June 20, 2017 Addenda and Modifications Page - 14

DOCUMENT ADDENDUM No. 2

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

More information

ADDENDUM 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

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 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

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

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT DIVISION IV CONSTRUCTION AND MATERIAL SPECIFICATIONS SECTION 4100 MEASUREMENT AND PAYMENT 4100 SCOPE... 2 4101 Clearing and Grubbing...

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

MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : PROJECTS STP-1277(700)S

MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : PROJECTS STP-1277(700)S MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : 012777.00 PROJECTS ------------------------------ STP-1277(700)S COUNTY : ANDROSCOGGIN CONTRACT ID : 012777.00 MAINE

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

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 012000 Applies only to Collier County Public Utilities Projects or Works and Utilities Portions of Collier County Transportation Projects, but not to Private Developments PART 1 GENERAL 1.1 SECTION

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 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

Construction Specification for General Excavation

Construction Specification for General Excavation Engineering & Construction Services Division Standard Specifications for Road Works TS 2.10 September 2018 for General Excavation Table of Contents TS 2.10.01 SCOPE... 2 TS 2.10.02 REFERENCES... 2 TS 2.10.03

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

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

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON - April 24, 2017 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 25, 2017 in accordance

More information

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013 SPECIAL PROVISIONS - SP2014 BOOK Page 1 S-1 (2104) REMOVE AND REPLACE BITUMINOUS PAVEMENT (ADA) Always include SP2014-119 (PLANT MIXED ASPHALT PAVEMENT) or SP2014-121 (PLANT MIXED ASPHALT PAVEMENT FOR

More information

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

Bidder Name: ITEMIZED BID: The bidder should complete the following section in accordance with Sec 102.7. The bidder proposes to furnish all labor, materials, equipment, services, etc. required for the

More information

(D) Surface Slope Bituminous patch in front of the truncated domes must not exceed 5% measured perpendicular to the flow line or edge of roadway.

(D) Surface Slope Bituminous patch in front of the truncated domes must not exceed 5% measured perpendicular to the flow line or edge of roadway. Last Revision by CO Special Provisions: 09/14/18 Page 1 S-1 (2104) REMOVE AND REPLACE BITUMINOUS PAVEMENT (ADA) Always include SP2018-143 ((2360) PLANT MIXED ASPHALT PAVEMENT (MSCR)) when using this writeup.

More information

STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX

STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX Rev. 2016 STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX ARTICLE PAGE 1. Pavement Removal and Restoration... P-1 2. Street

More information

SECTION IV. PIPELINE EXCAVATION AND BACKFILL

SECTION IV. PIPELINE EXCAVATION AND BACKFILL SECTION IV. PIPELINE EXCAVATION AND BACKFILL A. Description of Work B. Surface Types C. Backfill D. Surface Restoration A. DESCRIPTION OF WORK 1. Extent: Excavation of trenches for pipelines shall include

More information

YES, we received Addendum No. 1

YES, we received Addendum No. 1 TRANSMITTAL SHEET Date sent: Friday, April 6, 2018 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 36 CONFIRMATION

More information

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum Page 1 of 6 DESIGN STANDARDS FOR: MEASUREMENT AND PAYMENT Where bids are utilities for construction, repair or alteration for Public Work park projects, the following bid item descriptions and units of

More information

SECTION 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

ADDENDUM NO. 1. ISSUED: March 23, 2018 PROJECT: Aurora, Indiana. BID DATE: March 27, 2018

ADDENDUM NO. 1. ISSUED: March 23, 2018 PROJECT: Aurora, Indiana. BID DATE: March 27, 2018 ADDENDUM NO. 1 ISSUED: March 23, 2018 PROJECT: 2 nd Street CCMG Project BID DATE: March 27, 2018 The following addenda items modify, change, delete from or add to the requirements of the Contract Documents

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 MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -- GENERAL 1.1 SCOPE A. The Contractor shall receive and accept the compensation as provided in the Bid Form as full payment for furnishing all materials, labor,

More information

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances 2004 Specifications CSJ 2250-01-021, etc SPECIAL SPECIFICATION 5243 Water and Sewer System and Appurtenances 1. Description. This Item governs for the furnishing of all equipment, labor and materials to

More information

General Water Bid Items Item No.

General Water Bid Items Item No. BID PROPOSAL PROPOSAL OF, a corporation organized and existing under the laws of the State of, a partnership consisting of, an individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION

THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION Standard Specifications for Restoration INDEX PAGE R.1 GENERAL...1 R.2 SCOPE...1 R.3 MATERIALS...1 R.4 CONSTRUCTION...2 R.4.1 General...2

More information

Table of Contents for Guide Specifications

Table of Contents for Guide Specifications Table of Contents for Guide Specifications 01270A Measurement and Payment 01355A Environmental Protection 01356A Storm Water Pollution Prevention Measures 01421 Basic Storm Water Pollution Prevention Plan

More information

Addendum No. 1 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

YES, we received Addendum No. 1

YES, we received Addendum No. 1 TRANSMITTAL SHEET Date sent: Friday, May 03, 2013 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 26 CONFIRMATION

More information

ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS

ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS General Description: Date Prepared: November 1, 2017 (253) 604-6600 KHouse@Parametrix.com Bid Number: J2017-30 ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO

More information

CITY OF ELKO BID TABULATION FOR Sports Complex

CITY OF ELKO BID TABULATION FOR Sports Complex CITY OF ELKO BID TABULATION FOR Sports Complex 2017-2018 NAME Granite Construction Great Basin Engineering Contractors Road & Highway Builders CLEARING EARTHWORK 1 33701200 Mobilization @ Per Lump Sum

More information

THE REGIONAL MUNICIPALITY OF PEEL BASIS OF PAYMENT FOR RESTORATION

THE REGIONAL MUNICIPALITY OF PEEL BASIS OF PAYMENT FOR RESTORATION THE REGIONAL MUNICIPALITY OF PEEL BASIS OF PAYMENT FOR RESTORATION INDEX Page PR.1 ASPHALT RESTORATION... 1 PR.2 SODDING AND SEEDING... 2 PR.3 COLD MIX... 3 PR.4 COLD PLANING... 4 PR.5 SAWCUT EXISTING

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

The following Specifications of the Special Provisions have been revised and/or added (in red):

The following Specifications of the Special Provisions have been revised and/or added (in red): RE: City of Monrovia Project MR-011 South Area Infrastructure Improvement Project Addendum #1 December 14, 2017 Dear Bidders: The attached information and clarifications constitutes Addendum #1 for the

More information

ATTACHMENT 8 STIPULATED UNIT PRICES

ATTACHMENT 8 STIPULATED UNIT PRICES ATTACHMENT 8 STIPULATED UNIT PRICES 1. Work Package Item Prices (2 pages) 2. General Description of Work Items (3 pages) PQOC SMALL SIDEWALK CONTRACTORS LIST STIPULATED UNIT PRICES City of Los Angeles

More information

Addendum No. 1 STMGID ARROWCREEK BPS MAIN. PWP Bid No.: WA TMWA Capital Project No.: April 16, 2018 QUESTIONS AND RESPONSES

Addendum No. 1 STMGID ARROWCREEK BPS MAIN. PWP Bid No.: WA TMWA Capital Project No.: April 16, 2018 QUESTIONS AND RESPONSES Addendum No. 1 STMGID ARROWCREEK BPS MAIN PWP Bid No.: WA-2018-157 TMWA Capital Project No.: 50-0001.08 April 16, 2018 The following information, clarifications, changes and modifications are by reference

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

SPECIAL SPECIFICATION 6666 Charter Communications System

SPECIAL SPECIFICATION 6666 Charter Communications System 2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6666 Charter Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Charter Communications,

More information

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02 ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 28, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance

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

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

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

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

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT Prepared By: 3800 Via Del Rey Bonita Springs, FL 34134 July 2015 Table of Contents Name Section Bid Schedule Project Description

More information

902 TEMPORARY EROSION AND SEDIMENT CONTROL SECTION 902 TEMPORARY EROSION AND SEDIMENT CONTROL

902 TEMPORARY EROSION AND SEDIMENT CONTROL SECTION 902 TEMPORARY EROSION AND SEDIMENT CONTROL SECTION 902 TEMPORARY EROSION AND SEDIMENT CONTROL 902.1 DESCRIPTION Install, maintain and remove temporary erosion and pollution control devices as required during the construction of the project. BID

More information

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT October 3, 2018 Please find the following addendum to the below mentioned QUOTE. Addendum No.: 2 Quote#: 312-00-18-26-1 Project Name: Windsor Dr.

More information

City of Kettering. Bid Tabulations SWR PROJECT. Description: 2017 Sidewalk, Curb and Drive Approach Repair Account # PO#

City of Kettering. Bid Tabulations SWR PROJECT. Description: 2017 Sidewalk, Curb and Drive Approach Repair Account # PO# City of Kettering Bid Tabulations 05-117 2017 SWR PROJECT Description: 2017 Sidewalk, Curb and Drive Approach Repair Account # 5212-77750 PO# Engineer's Estimate (1) America's Decorative Concrete (2) RA

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

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02 ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 23, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance

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

Replace BID SCHEDULE with attached revised BID SCHEDULE.

Replace BID SCHEDULE with attached revised BID SCHEDULE. CONTRACT ADDENDUM Project: 9 st Ave SE & 4 th Street SE Sidewalk Improvements Project No: 00 Addendum No: Date: 0 September 0 Addendum: Replace BID SCHEDULE with attached revised BID SCHEDULE. Section

More information

T. P. Concrete, Inc. Wood Sewer & Excavating, Inc. 589 CY , , , SF

T. P. Concrete, Inc. Wood Sewer & Excavating, Inc. 589 CY , , , SF 30051 FURNISH AND INSTALL AGGREGATE SLURRY BACKFILL 589 CY 50.00 29,450.00 55.00 32,395.00 50.00 29,450.00 30584 FURNISH AND INSTALL 8" CRUSHED AGGREGATE DRIVEWAY APPROACH BASE 480 SF 0.75 360.00 0.85

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

SECTION 18 - EARTHWORK TABLE OF CONTENTS

SECTION 18 - EARTHWORK TABLE OF CONTENTS SECTION 18 - EARTHWORK TABLE OF CONTENTS Section Page 18-1 GENERAL... 18.1 18-2 ROADWAY EXCAVATION... 18.1 18-2.01 General... 18.1 18-2.02 Unsuitable Roadway Excavation and Backfill... 18.1 18-2.03 Surplus

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

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 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

Chapter 3: Permit Procedures and Requirements

Chapter 3: Permit Procedures and Requirements Chapter 1: General Provisions 1 1 Short Title 1 2 Jurisdiction 1 3 Amendments and Revisions 1 4 Enforcement Responsibility 1 5 Review Process 1 6 Prior Approval 1 7 Relationship to Other Standards 1 8

More information

Department of Building and Zoning Approaches and Sidewalks for ONE AND TWO FAMILY CONSTRUCTION

Department of Building and Zoning Approaches and Sidewalks for ONE AND TWO FAMILY CONSTRUCTION Department of Building and Zoning Approaches and Sidewalks for ONE AND TWO FAMILY CONSTRUCTION GENERAL ITEMS SUBGRADE Prior to pouring concrete all subgrades must be wetted and compacted. All formwork

More information

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING Section Number Title 301 GENERAL 302 MATERIALS SPECIFICATIONS 303 CLEARING

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

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

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01. BASIS FOR MEASUREMENT AND PAYMENT Measurement and Payment will be made for only those items included in the Schedule of Unit Prices or Contract

More information

FDOT REF. ITEM DESCRIPTION

FDOT REF. ITEM DESCRIPTION EXHIBIT B NAPLES BASIN V Stormwater Improvements BID TABULATION SUMMARY OF PAY ITEMS FDOT REF. ITEM DESCRIPTION Est. Quant. Cost 0 Mobilization LS 02 2 Maintenance of Traffic LS 3 Preconstruction Audio/Video

More information

Pay Item Manual for Water and Sewer Construction

Pay Item Manual for Water and Sewer Construction Water and Sewer Construction Prepared by: Water Resources Engineering Division 408 North Adams Street Tallahassee, Florida 32301 October 2018 SECTION 1 LIST OF ABBREVIATIONS The following abbreviations

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

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

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Wyman & Simpson Inc. - Richmond, ME $3,379,844.00 Scott Construction Corporation - Portland, ME $3,572,184.50 CPM Constructors - Freeport, ME $3,732,667.25 Page 1 of 16 Wyman

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

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 492 NOVEMBER 2010 CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES TABLE OF

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

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

ANSWERS TO QUESTIONS RECEIVED THROUGH 1:00 PM ON MAY 24, 2018:

ANSWERS TO QUESTIONS RECEIVED THROUGH 1:00 PM ON MAY 24, 2018: ADDENDUM NO. 3 PROJECT NO. 43805 (PART A & B) PAGE 2 ANSWERS TO QUESTIONS RECEIVED THROUGH :00 PM ON MAY 24, 208: Q#32 Addendum # answered Question #7 indicating that an average depth of 3 feet for the

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

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 507 JULY 1991 CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES 507.01 SCOPE 507.02 REFERENCES 507.03 Not Used 507.04 Not Used

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

ADDENDUM NO. 1. BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI. March 18, 2016 PREPARED BY:

ADDENDUM NO. 1. BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI. March 18, 2016 PREPARED BY: ADDENDUM NO. 1 BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI March 18, 2016 PREPARED BY: Fuss & O Neill, Inc. 317 Iron Horse Way, Suite 204 Providence, RI 02908 NOTICE TO PROSPECTIVE BIDDERS

More information

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002) BID TABULATION SUMMARY JOB 940094 PAGE 1 STATE PROJECT NO. 162-080-04 BIDS RECEIVED UNTIL 11:00 A.M. ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002) BETWEEN 2ND STREET NORTH AND 15 STREET NORTH IN ST.

More information

SPECIAL SPECIFICATION. Water Mains And Wastewater Appurtenances

SPECIAL SPECIFICATION. Water Mains And Wastewater Appurtenances 2004 Specifications CSJ 8094-18-005 SPECIAL SPECIFICATION 5444 Water Mains And Wastewater Appurtenances 1. Description. This Item governs the furnishing and installing of all materials, equipment, and

More information

Amendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents

Amendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents General Figure 2.3.1 16 Revise Revised Figure 2.3.1: New Development Areas where Secondary Suites Apply to include two new areas (#4 and 5). Water 3.3.2 Watermains 31 Add Added wording in Section 3.3.2.3

More information

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 The original Contract Documents entitled BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT are amended

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

HALIFAX REGIONAL MUNICIPALITY SECTION

HALIFAX REGIONAL MUNICIPALITY SECTION Delete Section 01 22 00 of the Standard Specifications for Municipal Services, as developed and published by the Nova Scotia Road Builders Association and the Consulting Engineers of Nova Scotia (CENS)

More information

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL This section covers the restoration of roadways and sidewalks, in whole or in part, with bituminous concrete paving. WITHIN 4 DAYS OF BACKFILLING IN AREAS

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

SECTION 18 - EARTHWORK TABLE OF CONTENTS

SECTION 18 - EARTHWORK TABLE OF CONTENTS SECTION 18 - EARTHWORK TABLE OF CONTENTS Section Page 18-1 GENERAL...18.1 18-2 ROADWAY EXCAVATION...18.1 18-2.01 General...18.1 18-2.02 Unsuitable Roadway Excavation and Backfill...18.1 18-2.03 Surplus

More information

NOTICE TO OFFERORS ADDENDUM NO. 2 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

NOTICE TO OFFERORS ADDENDUM NO. 2 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH September 20, 2018 NOTICE TO OFFERORS ADDENDUM NO. 2 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH To Holders of Bid Proposals: Please make the following clarifications, additions,

More information

ANSWERS TO QUESTIONS RECEIVED THROUGH 11:00 A.M. ON JANUARY 4, 2019:

ANSWERS TO QUESTIONS RECEIVED THROUGH 11:00 A.M. ON JANUARY 4, 2019: ADDENDUM NO. PROJECT NO. 3-9-07 PAGE 2 ANSWERS TO QUESTIONS RECEIVED THROUGH :00 A.M. ON JANUARY, 209: Q# Plan sheet 2 has a note MAINTENANCE OF TRAFFIC (LOCAL ROADS) which relates to bid item 22 and calls

More information

November 29, CITY OF PLANT CITY Purchasing Division (813)

November 29, CITY OF PLANT CITY Purchasing Division (813) November 29, 2018 CITY OF PLANT CITY Purchasing Division (813) 659-4270 IFB 18-014UM-LG 12-inch Water Transmission Main-Franklin St., Hancock St. and Terrace Drive West ADDENDUM No. 3 *Bidders are required

More information

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT August 23, 2018 Please find the following addendum to the below mentioned BID. Addendum No.: 1 Bid#: 312-00-18-30-2 Project Name: 2018 District 12

More information

ADDENDUM #1 Village of Hawthorn Woods Darlington Drive Culvert Replacement Date: January 29, 2018

ADDENDUM #1 Village of Hawthorn Woods Darlington Drive Culvert Replacement Date: January 29, 2018 CBBEL PROJECT NO. 02-0065.H0226 ADDENDUM #1 Village of Hawthorn Woods Darlington Drive Culvert Replacement Date: January 29, 2018 Modification No. 1 In regards to the COBBLESTONE PAVERS specification,

More information

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications Addendum No. 2 Project No. 2016-01EL West Barbour Street 12kV Underground Reconductoring Revisions to Drawings and Specifications Pre-Bid Meeting Notes and Scope of Work Clarifications Replace Section

More information