Statement of Work Trash Pick up and Removal for Delaware County Version 6, July 16, 2015 TABLE OF CONTENTS
|
|
- Brian Reeves
- 5 years ago
- Views:
Transcription
1 Statement of Work Trash Pick up and Removal for Delaware County Version 6, July 16, 2015 TABLE OF CONTENTS 1. General Information A. Purpose and Overview B. Inspection 2. Scope of Work A. Description B. Type, Location, and Quantity of Work C. Basis of Payment D. Global Position System Equipment Requirement 3. Standard Specifications for Mowing A. General Requirements B. Personnel Requirements C. Work Schedule D. Disposal Site Requirement E. Equipment F. Work Zone Traffic Control Requirements (WZTC) G. Evaluation of Work H. Invoice and Billing Instructions I. Damages to Highway Appurtenances J. Liquidated Damages K. Strategic Environmental Management Program (SEMP) Requirements 4. Attachments Attachment A, Roadside Activity Report (M-609) Attachment B, Confirmation of Service Report (OS-501) Attachment C, List of Vehicles and Equipment Attachment D, PATA Figures Attachment E, Tabulation of Quantities Attachment F, Figure A 1
2 1. General Information A. Purpose and Overview The Pennsylvania Department Of Transportation, hereafter referred to as PennDOT, requires roadside trash pick up and removal services within the guidelines described in Chapter 13 of PennDOT s Maintenance Manual Publication 23 (Pub 23) and this Statement of Work. Pub 23 is available on PennDOT s website at at the Forms, Publications & Maps page. Work is to be performed in PennDOT District 6-0 (the District), along State Roadways in Delaware County. The services provided shall be consistent with standard operating procedures and applicable Federal, State, Local laws, rules, and regulations for the protection of public health and the environment and includes following OSHA safety requirements. Roadside Trash Pickup and Removal is an essential maintenance activity which contributes to motorists safety, sign visibility, vegetation control and roadside appearance. Trash Pick up and Removal must be routinely performed year round on state highways. The District s project manager for this contract will be the District Roadside Specialist Supervisor (DRSS). The contract initial validity period shall be for 1 year. Refer to the contract terms and conditions for renewal options. B. Inspection Bidders are required to prepare Attachment C, List of Vehicles and Equipment, and submit this document to the Purchasing Agent within 3 business days of notification of apparent low bidder status. After the bid opening and prior to award, the apparent low bidder shall demonstrate to the DRSS that the equipment proposed for use in meeting the requirements of the contract is of sufficient capacity and quantity, and that all such equipment is in good working order. Additionally, the apparent low bidder may be asked to demonstrate that the personnel employed for the purpose of providing the services required by the contract are sufficiently trained to operate the Contractor s proposed equipment fleet. The demonstration will also include equipment and personnel needed for compliance with traffic safety requirements as defined in the current version of PennDOT Publication (Pub) 213. Within 10 calendar days of the bid opening, the DRSS will notify the apparent low bidder regarding the time and location of the demonstration. PennDOT will provide the contractor written communication regarding the outcome of the equipment demonstration. At the discretion of the DRSS, the apparent low bidder may be provided with up to five (5) additional calendar days after an initial, unsuccessful demonstration of equipment and personnel acceptability to prepare for and satisfactorily complete a second demonstration. If the apparent low bidder fails to demonstrate the acceptability of its equipment and/or personnel, the apparent low bidder will be deemed nonresponsive and not responsible and its bid will be rejected. The contract will then be awarded to the next lowest responsive and responsible bidder that successfully demonstrates the acceptability of its equipment and personnel. If changes to equipment and/or personnel are made after the award, the Contractor may be asked to t successfully demonstrate the acceptability of the equipment and/or personnel as specified above. At the inspection, the M21-18 (Litter Crew Ahead) sign will be inspected to see if meets the requirement of Pub
3 2. Scope of Work A. Description The work authorized by and within the scope of this contract consists of satisfactorily furnishing all specified equipment, supplies, personnel, and safety equipment, and utilizing appropriate workmanship and management practices, as necessary, for trash pick up and removal on state roadways. B. Type, Location, and Quantity of Work The estimated hours are shown on Attachment E, Tabulation of Quantities. All inquiries shall be directed to the Purchaser. PennDOT reserves the right to modify without limitation the estimated number of hours as necessary for any reason including, but not limited to, available program budgets, annual trash pickup and removal schedules, construction projects or weather constraints. C. Basis of Payment Payment for the Trash Pick up and Removal will be based upon man hours. Mobilization is incidental to these items. Payment for the Shadow Vehicle with Attenuator, Yellow Light and/or Arrow Panel, only when utilized on Freeways and Expressways, will be based upon hours. D. Global Position System Equipment Requirement An Automated Vehicle Location (AVL) Global Positioning System (GPS) unit or a Smart Phone Mobile Application must be provided for each crew whenever work is conducted under this Purchase Order. This device will be used to verify the hours worked and work locations visited by each crew. Either of the above systems shall be capable of producing a daily report that shall include the following at a minimum: 1. Date 2. Truck identification number(s) 3. Description of Crew (Crew Type) 4. Work location(s) including: GPS coordinates Time spent at each location Address or roadway name. A daily GPS report shall be attached to each corresponding M-609 Form when submitted for PennDOT review, and included with the OS-501 Form (See Invoice and Billing Instructions below). 3. Standard Specifications for Trash Pickup A. General Requirements This work is the removal and disposal of all litter and debris four inches and larger in size from all areas within PennDOT s right of way. This work will take place as directed by the DRSS or designee on an as needed basis. Trash and debris 3
4 removal will encompass all shoulders, medians, ramps, interchanges and bowl areas. All trash and debris collected must be placed in trash bags, where possible, and disposed of. Disposal costs are considered a non-billable incidental expense. Provide one (1) complete five (5) man crew to safely and efficiently remove and dispose of all litter and debris four inches and larger from all areas as directed. Ensure all equipment used for this item is licensed, insured, and registered in accordance with applicable PA Motor Vehicle Codes and the Terms and Conditions of this contract. Ensure all personnel operating equipment are licensed and insured in accordance with applicable PA Motor Vehicle Codes and the Terms and Conditions of this contract. One complete crew consists of the following equipment: 1. One truck capable of transporting the crew with 12 cubic yard minimum capacity (this can be a combination of a truck and trailer), a roof mounted amber emergency rotating or flashing light, a SLOW MOVING VEHICLE" (refer to attachment F) sign mounted on the rear, and a tarp. After trash is put into the truck or trailer, cover the trash with a tarp to ensure that no material falls out during transportation. 2. Provide five (5) laborers to pickup trash and debris from the areas within the PENNDOT Right Of Way. Designate one of the laborers as the foreperson. ANSI class 2 safety vest, hard hats and leather boots must be worn by all crew members. Provide trash bags, gloves and a cellular phone to the designated foreperson and provide the PennDOT Roadside Unit with the cellular phone number. 3. Provide five (5) spring loaded Reacher/Grabbers a minimum of 32 inches long and constructed of an Aluminum shaft capable of removing litter, or, an acceptable alternative as approved by the DRSS or designee. Remove and dispose of all litter and debris four (4) inches and larger in size from all areas within PennDOT s right of way, as directed by the DRSS or designee. Highway mileposts, interchanges or other physical landmarks may be used to designate starting and stopping points. Objects that require the efforts of more then the entire crew to lift onto the truck can be left in place where discovered. Notify the DRSS within 24 hours of encountering such objects. Do not disturb any steel drums or other types of sealed containers which might contain solid, liquid, or gaseous chemical wastes, hospital wastes or infectious wastes. Notify the DRSS or designee if any such material is discovered. If a large object is in the path of the crew s trash truck on the shoulder, pick the object up, and dispose of it as if it was removed from the area beyond the edge of shoulder. B. Personnel Requirements The Contractor shall assign one of it s employees to serve as the Contract Representative. The Contract Representative will be the Contractor s sole contact person designated to interact and communicate with PennDOT on all contract-related activities and issues (e.g. scheduling, programming, etc.). The Contract Representative shall have the authority to make all contract-related decisions, and shall be fluent in English. The Contractor shall notify the DRSS immediately, in writing, of any change involving the individual acting as Contract Representative. The Contractor shall equip its Contract Representative with a cellular telephone for use in communicating with the DRSS. The DRSS may require each crew foreman to or call each workday morning to report work locations. No Subcontracting is allowed. If contract renewals apply, the following information shall be supplied to the DRSS and updated by the Contractor prior to February 1 of each renewal year: Contact information, including name, title, cell phone number, office phone number, and address; for the following 4
5 people: Contract Representative Emergency Contact Crew Members (with assigned work area and equipment) C. Work Schedule On the Monday of the week prior to a scheduled work week, the DRSS or designee shall submit to the contractor a weekly work schedule for their crew to perform work. The DRSS will provide necessary contact information to the Contractor at the pre-service meeting. The Contractor may be asked to report work status (i.e. working/not working) to the DRSS, by telephone, each day. Trash Pick up and Removal operations may be performed Monday through Friday. The DRSS may authorize work on Saturday and Sunday, as necessary. No work shall be scheduled to occur on the following holidays unless written permission to do so is provided by PennDOT: 1. New Year s Day 2. Dr. Martin Luther King Jr. Day 3. President s Day 4. Memorial Day 5. Independence Day 6. Labor Day 7. Columbus Day 8. Veteran s Day 9. Thanksgiving Day 10. Day after Thanksgiving Day 11. Christmas Day The following Monday will be recognized as the day when no work is to be scheduled for all holidays occurring on a Sunday, and the Friday before will be recognized as the day when no work is to be scheduled for all holidays occurring on a Saturday. During times of inclement weather or special events, the DRSS may postpone work until a more suitable time. D. Disposal Site Requirements At the pre-service meeting, the contractor will provide the DRSS or designee with a list of disposal sites that the contractor will be using to dispose of the materials picked up under this contract. Contractor must utilize disposal sites approved and licensed by the Commonwealth of Pennsylvania Department of Environmental Protection. Contractor must notify PennDOT in advance if the contractor wants to add or change it s disposal site(s). All Trash disposal costs and fees will be incidental to this service. The contractor must retain receipts showing proof of proper trash disposal, and must provide said receipts to PennDOT when submitting its OS-501s. 5
6 E. Equipment Furnish equipment of the type, configuration, and condition specified, and in the quantity needed to fulfill the terms of the contract. Maintain this equipment as necessary to keep it in good operating condition, subject to review and acceptance by PennDOT, before and during its use in connection with this work. The company name and contact information shall be clearly displayed and visible on all motor vehicles used on the contract. F. Work Zone Traffic Control Requirements The Contractor shall provide all traffic control setups, shadow vehicles, signage, warning lights, flags, and flashing lights necessary to ensure maximum safety to the public, and exercise all precautions to minimize interference with the normal flow of traffic. The Contractor shall utilize Work Zone Traffic Control (WZTC) measures in accordance with the current version of Pub 213 (dated June 2013) and with the appropriate Pennsylvania Typical Application (PATA) traffic control drawings (see Attachment D for applicable PATA s). Contractor shall not close any lanes of travel without the specific approval of the DRSS or designee. Should the length of operations become excessive, or if interruptions of traffic become too frequent, the Contractor shall cease all operations in the area until necessary remedial action has been taken as directed by the DRSS. Ensure all existing traffic lanes remain open during non-working hours. One shadow vehicle equipped with an truck mounted attenuator and a flashing or revolving yellow light shall be available when needed during trash pickup and disposal (per Attachment D, PATA Figures). Contractor shall insure that all motor vehicles utilized for work under this contract are equipped with a copy of the appropriate and applicable Pennsylvania Typical Application (PATA) traffic control drawings for use/reference by the Contractor's staff when setting up WZTC. All costs associated with maintenance and protection of traffic are considered incidental to the cost of Trash Pick-up and Removal, except when work is being performed on Freeways and Expressways. When working on Freeways and Expressways, the PATA 600 Series of Publication 213 traffic control specifications require that the Contractor utilize a Shadow Vehicle with Attenuator, Yellow Light and/or Arrow Panel. A separate pay item is included on this contract to compensate the Contractor when a Shadow Vehicle with Attenuator, Yellow Light and/or Arrow Panel is utilized for work performed on Freeways and Expressways. G. Evaluation of Work The work of any trash pick up and removal crew is subject to inspection by PennDOT at any time. Unannounced inspections of trash pick up, removal and disposal operations may be performed by the DRSS or a designee. The DRSS will have the authority to stop trash pick up, removal and or disposal operation being performed under this contract at any time and for any reason. Deficiencies found during an inspection shall be corrected, at no cost to PennDOT, before the trash pickup and removal operation resumes. H. Invoice and Billing Instructions 6
7 The Contractor shall complete a Roadside Activity Report (Form M-609) at the completion of each day s trash pick up and removal work. The schedule for submission of the M-609 will be established during the pre-service meeting. M-609 Forms that include hourly items shall be submitted with a corresponding daily GPS log to verify both start/stop times and work. A completed Confirmation of Services Form (Form OS-501), as well as all related M-609 s with the corresponding GPS Daily Reports for the hourly item shall be submitted by the Contractor to the DRSS, for review and verification, on a monthly basis. The DRSS will notify the Contractor if corrections are needed. Each Form OS-501 shall be itemized, include sufficient detail, and coordinate with the line items on the Purchase Order. Untimely or incomplete submissions of Form OS-501 and required supporting documentation (including M-609s) may delay processing of a proper invoice as required by the Payment section of the Terms and Conditions. Invoices shall be submitted by the Contractor on a monthly basis. For further instructions regarding invoicing see the Billing Requirements section of the Terms and Conditions. PennDOT reserves the right, throughout the life of the contract, to make changes to Forms M-609 and/or OS-501, including their instructions, content, and all other requirements. I. Damages to Highway Appurtenances The Contractor shall exercise every precaution to ensure that trash pickup and removal operations do not result in damage to any highway appurtenances. Examples of such appurtenances include, but are not limited to, the following: guiderail, signs, delineators, structures, desirable plants, ornamental plantings or beds, roots, basal areas, branches of existing trees, etc. Where damage occurs as a result of field operations, the Contractor shall contact the DRSS immediately. The Contractor is liable for the repair or replacement of damaged items, as necessary to restore the damaged item to an equal or better condition, at no additional cost to PennDOT. Damage not repaired by the Contractor within 30 calendar days of notification, will be repaired by PennDOT and the total cost will either be invoiced or deducted from monies due or to become due to the Contractor. J. Liquidated Damages Liquidated Damages will be assessed in accordance with the Terms and Conditions. Additionally, liquidated damages will be assessed if any requested changes to the Contractor s equipment and/or personnel are not made within five (5) calendar days of receipt of written notice from the DRSS. K. Strategic Environmental Management Program (SEMP) Requirements Before the start of any work, the Contractor must comply with PennDOT s SEMP requirements. Information regarding a particular PennDOT District s SEMP initiative can be found at: After accessing the website, click Maintenance in the menu on the left of the screen, and then click SEMP (environmental program) for Contractors. 7
8 4. Attachments 8
9 Attachment A, Roadside Activity Report (M-609) 9
10 10
11 Attachment B, Confirmation of Services Report (OS-501) 11
12 12
13 13
14 14
15 License or Identification Number Purpose Attachment C, List of Vehicles and Equipment (List Only the Vehicles and Equipment that will be used for this Contract, including Work Zone Traffic Control Vehicles and Equipment) For PennDOT Use Only Equipment Litter crew ahead Type of Vehicle or Equipment 1 truck/ truck, trailer combination WZTC sign Capacit y/size 12cy (min) Trask pick up 5 grabbers 32 WZTC Shadow truck with TMA Provided At Demonstration (Pass/Fail) Comments Vehicles and equipment utilized for maintenance contract work must meet the requirements as described in the contract specifications and the laws and regulations of Pennsylvania. The Contractor hereby verifies that all vehicles and equipment in the above table as submitted with the bid is adequate and necessary for the contract maintenance work and all listed vehicles and equipment will be available at the initial demonstration. All vehicles and equipment in the above table shall be inspected and approved by PennDOT during the demonstration(s). Where a contractor intends to rent vehicles and equipment, the identification number or license number on the table above may be provided at the time of the initial demonstration; however, all remaining information for the rented vehicles and equipment must be provided in the table above with the bid. The Contractor agrees to maintain and, as applicable, update this list of all vehicles and equipment after start of work for the duration of the contract. Name of Company: Date: For PennDOT Use Only: Initial or Second Demonstration: Date of Demonstration: Location of Demonstration By: Overall Demonstration (Pass/Fail): Demonstration Notes: 15
16 Attachment D, PATA Figures 16
17 17
18 Attachment E, Tabulation of Quantities Summary of Bid Items Item Number Description of Item Estimated Quantity 1 Trash Pick up and Removal WZTC - Freeways and Expressways - Shadow Vehicle with Attenuator, Yellow Light and/or Arrow Panel Unit of Measure Hour 140 Hour 18
19 Attachment F, Figure A 19
20 20
Statement of Work Trash Pick up and Removal for Delaware County Revision of TABLE OF CONTENTS
Statement of Work Trash Pick up and Removal for Delaware County Revision of 05-04-2016 TABLE OF CONTENTS 1. General Information A. Purpose and Overview B. Inspection 2. Scope of Work A. Description B.
More informationStatement of Work Tree Planting Services 202 Parkway, Montgomery County
Statement of Work Tree Planting Services 202 Parkway, Montgomery County SPECIAL PROVISIONS Governing Specifications Service Requirements Purchase Order Validity Period Option to Renew Option to Extend
More informationElectrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work
Provisions - Governing Specifications - Publication 408 Requirements - Contract Validity Period - Option To Extend - Estimated Quantities - Experience Requirements - Subcontracting - Work Performance Requirement
More informationMowing Solicitations Addendum 2 Attachment 1: Questions & Answers
1. Q: What are the specific reasons PennDOT prohibits using subcontractors for this work? A: This is within PennDOT s discretion. 2. Q: Are costs incurred by the contractor s utilization of Work Zone Traffic
More informationSTATE CATCH BASIN CLEANING BID
ROBERT J. ROSA, CHAIR 11318 MAIN STREET JAMES BOWERS, VICE CHAIR P. O. BOX 68 TED MICK, MEMBER HONOR, MI 49640-0068 MATT SKEELS, MANAGER (231) 325-3051 (231) 325-2767 FAX Your Local Road Professionals
More informationStatement of Work For Mowing of Secondary Roadways Version 8, April 22, 2015 TABLE OF CONTENTS
Statement of Work For Mowing of Secondary Roadways Version 8, April 22, 2015 TABLE OF CONTENTS 1. General Information A. Purpose and Overview B. Inspection 2. Scope of Work A. Description B. Type, Location,
More informationCITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS
CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS Whereas the City of Goodlettsville, hereinafter called City, desires to obtain the service of a private contractor for cleaning and sweeping certain
More informationWarren State Hospital, Statement of Work Electrical Distribution Infrared Inspection ANTICIPATED PERIOD OF CONTRACT
ANTICIPATED PERIOD OF CONTRACT The anticipated term of contract: October 1, 2016 (or upon full execution of contract; whichever is later) through June 30, 2021. The Inspection Service and Reports will
More informationPennsylvania Department of Transportation District 8-0 Rest Area Site G Specifications for Landscaping and Lawn Maintenance
Revised 2/15 Pennsylvania Department of Transportation District 8-0 Rest Area Site G Specifications for Landscaping and Lawn Maintenance 1. DESCRIPTION The contractor shall furnish all equipment, personnel
More informationPennsylvania Department of Transportation District 8-0 Rest Area Sites 45 and 46 Specifications for Landscaping and Grounds Maintenance
Revised 2/18 Pennsylvania Department of Transportation District 8-0 Rest Area Sites 45 and 46 Specifications for Landscaping and Grounds Maintenance 1. DESCRIPTION The contractor shall furnish all equipment,
More informationUNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No
PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification
More information4.0 Method of Measurement. Measurement for Optional Temporary Pavement Marking will be made to the nearest linear foot.
4.0 Method of Measurement. Measurement for Optional Temporary Pavement Marking will be made to the nearest linear foot. 5.0 Basis of Payment. Payment for OPTIONAL TEMPORARY PAVEMENT MARKING as described
More informationMAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0
MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2018.05 EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0 The bid opening date is Thursday March 15, 2018 at 11:00 a.m. The following changes
More informationTRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017
FOR TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions...
More informationModular Unit Rental Route 309 Stockpile, PennDOT Montgomery County Maintenance Statement of Work
GOVERNING SPECIFICATIONS The purpose of this Invitation for Bid (IFB) is to procure a rented Modular Unit for the Pennsylvania Department of Transportation (hereinafter referred to as PennDOT) Montgomery
More informationATTACHMENT A. Bid # 6793
ATTACHMENT A SCOPE OF WORK TECHNICAL SPECIFICATIONS AND CONTRACT DRAWINGS STORAGE SHED INSTALLATION AT THE SAN JOAQUIN COUNTY HOUSEHOLD HAZARDOUS WASTE FACILITY Bid # 6793 Department of Public Works Solid
More informationNOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 9/11/2017
NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 9/11/2017 Control 6287-61-001 Project RMC - 628761001 Highway IH0035 County WEBB Ladies/Gentlemen: Attached please find an addendum on the above captioned
More informationField Guide on. Safe Maintenance and. Work Zone Operations
Field Guide on Installation and Removal of Temporary Traffic Control for Safe Maintenance and Work Zone Operations August 2008 Introduction This field guide provides field personnel with introductory guidance
More informationMIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818
1. PURPOSE MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818 BID # 19-1 TRASH DISPOSAL AND RECYCLING CONTRACT SPECIFICATIONS The purpose of these specifications is
More informationADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018
ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum
More informationSECTION SUPPLEMENTARY GENERAL CONDITIONS
SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS PART 1 - GENERAL 1.1 SCOPE OF WORK In general, the Work consists of application of a fluid applied membrane, installation of new tapered insulation, installation
More informationSECTION 616 TEMPORARY TRAFFIC CONTROL
SECTION 616 TEMPORARY TRAFFIC CONTROL 616.1 Description. This work shall consist of furnishing, installing, operating, maintaining, cleaning, relocating and removing temporary traffic control devices and
More informationWINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.
WINTER SAND TENDER 003-2018 Tender Number PW 003-2018 Sealed Tenders will be received by: Corporation of the Township of Strong 28 Municipal Lane, PO Box 1120 Sundridge, Ontario P0A 1Z0 Tender Closing
More informationCHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION BOARD 2018 ANNUAL PAVEMENT MARKINGS BID
CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION BOARD 2018 ANNUAL PAVEMENT MARKINGS BID NOTICE TO BIDDERS The Charlevoix County Road Commission invites qualified contractors to bid on the annual requirement
More informationSECTION CONSTRUCTION OPERATIONS AND SITE UTILIZATION PLAN
SECTION 01 14 11 CONSTRUCTION OPERATIONS PART 1 - GENERAL 1.1 SUMMARY A. The Construction Operations Plan provides a coordinated construction environment to ensure an orderly, secure and safe operation
More informationBID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project
BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located
More informationTEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE
TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE PUBLICATION This specification is a product of the Texas Department of Transportation
More informationPW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE
Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY
More informationNOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 8/02/2006
NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 8/02/2006 Control 6149-17-001 Project RMC - 614917001 Highway IH0030 County FRANKLIN Ladies/Gentlemen: Attached please find an addendum on the above captioned
More information53.20 PAINTED ROADWAY LINES
53.20 PAINTED ROADWAY LINES 53.20.1 GENERAL The Work consists of supplying paint and painting roadwaylines on pavement surfaces. The various configurations of roadway lines are shown on drawing TEB 2.25.
More informationNOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/14/2005
NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/14/2005 Control 6124-93-001 Project RMC - 612493001 Highway US0075 County GRAYSON Ladies/Gentlemen: Attached please find an addendum on the above captioned
More informationQ18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018
Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET Engineering Department RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 The City of West Bend (City) is requesting
More informationASPHALT 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 informationOKLAHOMA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS FOR SMART WORK ZONE SYSTEM PROJECT NUMBER, JP NO (04), COUNTY
882-2(a-j) 09 OKLAHOMA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS FOR SMART WORK ZONE SYSTEM NUMBER, JP NO. 00000(04), COUNTY This special provision amends and where in conflict, supersedes applicable
More informationJobs & Transportation Ramping it Up Roadway and Traffic Dan Groh, P.E.
Jobs & Transportation Ramping it Up Roadway and Traffic Dan Groh, P.E. Ohio DOT Work Zone Process Review Ohio DOT Work Zone Process Review This review was conducted by the Ohio Department of Transportation
More informationOUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE
OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling
More informationAPRIL 2018 ADDENDUM 1 JUNE PREPARED BY: McCormick Taylor, Inc. 600 Eagleview Boulevard, 2 nd Floor Exton, Pennsylvania PREPARED FOR:
SPECIFICATIONS FOR COUNTY BRIDGE GUIDE RAIL IMPROVEMENT AT DELAWARE COUNTY BRIDGE No. 150 CHURCH LANE OVER COBBS CREEK IN YEADON BOROUGH, DELAWARE COUNTY AND THE CITY OF PHILADELPHIA APRIL 2018 ADDENDUM
More informationStatement of Work For Mowing of Secondary Roadways Version 5, April 7, 2015 TABLE OF CONTENTS
Statement of Work For Mowing of Secondary Roadways Version 5, April 7, 2015 TABLE OF CONTENTS 1. General Information A. Purpose and Overview B. Inspection 2. Scope of Work A. Description B. Type, Location,
More informationREQUEST FOR PROPOSAL Department of Public Works Highway Division
REQUEST FOR PROPOSAL Department of Public Works Highway Division Town Office Location: 2417 Franklin Street Telephone: (802) 247-3635 Ext. 211 Pre-Bid Meeting: Monday, April 6 th Bid Opening: Monday, April
More informationNOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 10/31/2018
NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 10/31/2018 Control 6331-53-001 Project BPM - 633153001 Highway US0067 County TITUS Ladies/Gentlemen: Attached please find an addendum on the above captioned
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
FLORIDA DEPARTMENT OF TRANSPORTATION ITB-DOT-17/18-8009-AP ATTACHMENTS A-D PAVEMENT MARKING OF PARKING LOTS AT VARIOUS LOCATIONS SOUTH REGION FOR FLORIDA S TURNPIKE MAINLINE (SR 91), MILEPOST 75 AND MILEPOST
More informationTEXAS DEPARTMENT OF TRANSPORTATION TRASH REMOVAL AND DISPOSAL PUBLICATION
TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * REVISED: May 2016 TRASH REMOVAL AND DISPOSAL PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is
More informationNOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 4/08/2003
NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 4/08/2003 Control 6096-61-001 Project RMC - 609661001 Highway FM0004 County HOOD Ladies/Gentlemen: Attached please find an addendum on the above captioned
More informationPennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56
PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 Additional Fees Additional fees may be charged by PennDOT consistent with Sections 411 and 420 of the State Highway Law and Regulations 441.4(d)
More informationRAPID INCIDENT SCENE CLEARANCE (RISC)
Approved: Effective: September 18, 2008 Traffic Engineering and Operations Topic No. 750-030-020-a RAPID INCIDENT SCENE CLEARANCE (RISC) PURPOSE: Rapid Incident Scene Clearance (RISC) is a highly innovative
More informationCONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE
CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson
More informationREQUEST FOR PROPOSALS FOR DOWNTOWN SAN MATEO CLEANING SERVICES CITY OF SAN MATEO, CALIFORNIA
REQUEST FOR PROPOSALS FOR DOWNTOWN SAN MATEO CLEANING SERVICES CITY OF SAN MATEO, CALIFORNIA The City of San Mateo requests proposals for providing cleaning services for the parking garages and lots operated
More informationTEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES
TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification
More informationCITY OF TACOMA Tacoma Rail
CITY OF TACOMA Tacoma Rail ADDENDUM NO. 2 DATE: May 11, 2015 REVISIONS TO: Request for Bids Specification No.: TR15-0215F SR-509 TRACK UPGRADES NOTICE TO ALL BIDDERS: This addendum is issued to clarify,
More informationSPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT
COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF TRANSPORTATION SPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT AT ENGINEERING DISTRICT 8-0 and 8-5 (Countywide) 2140 HERR STREET HARRISBURG PA
More informationTerminal Tariff No. 1 Charlotte Intermodal Terminal
Terminal Tariff No. 1 Charlotte Intermodal Terminal 1301 Exchange St, Charlotte, NC 28208 Effective: April 1, 2018 GENERAL RULES - REGULATIONS DEFINITIONS Item 5 - APPLICATION OF TARIFF: The charges, rules
More informationPOLICE DEPARTMENT. Bid Package SITE MAINTENANCE
Town of Middlebury, Vermont POLICE DEPARTMENT Bid Package SITE MAINTENANCE July 1, 2018- June 30, 2019 Town of Middlebury, Vermont Police Department Site Maintenance Bid July 1, 2018- June 30, 2019 Invitation
More informationProject # 570-CSI-001. Expand Mental Health Center, Building 27 SCOPE OF WORK
DEPARTMENT OF VETERANS AFFAIRS VA Central California Healthcare System Project # 570-CSI-001 Expand Mental Health Center, Building 27 SCOPE OF WORK 1. GENERAL DESCRIPTION The awarded contractor shall provide
More information2.1 The Contractor shall furnish and maintain this system for measuring and delivering realtime messages for the work zone.
Work Zone Intelligent Transportation System NJSP-15-32 1.0 General. The Work Zone Intelligent Transportation System (WZITS) shall be a portable, real-time, automated, solar powered system that calculates
More informationAdministered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS VEHICLE BID UNIVERSITY OF MAINE AT AUGUSTA RFB # 30-10
Administered by UNIVERSITY OF MAINE SYSTEM REQUEST FOR BIDS VEHICLE BID UNIVERSITY OF MAINE AT AUGUSTA RFB # 30-10 ISSUE DATE: May 21, 2010 BIDS MUST BE RECEIVED BY: Friday, June 4, 2010 2:00 pm DELIVER
More informationPARKING ENFORCEMENT SERVICES. Specification No
DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO May 29, 2018 ADDENDUM NO. 2 This document contains: REQUEST FOR PROPOSAL (RFP) PARKING ENFORCEMENT SERVICES Specification No. 562237 I. Notice of Proposal
More information5. Builder/Contractor Guidelines/Work Rules
Last Revised 2018 Architectural Standards Committee Page 25 of 28 5. Builder/Contractor Guidelines/Work Rules 5.1 Builder/Contractor Responsibilities The builder/contractor is responsible for ensuring
More informationHORRY COUNTY SOLID WASTE AUTHORITY, INC.
HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposals for the repair of the concrete tipping floor at the Material Recycling Center (MRF)
More informationNEW CONSTRUCTION APPLICATION
NEW CONSTRUCTION APPLICATION CONSTRUCTION COMMITMENT AND CONTRACTOR GUIDELINES The General Contractor is solely responsible for the compliance of these guidelines by all subcontractors, suppliers, and
More informationState of Ohio. Department of Transportation ~ Innovative Contracting Manual
State of Ohio Department of Transportation ~ Innovative Contracting Manual 4/10/2006 Copies of this manual and reference materials may be obtained at: Ohio Department of Transportation Division of Construction
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: 5/30/2018 RE: BID/RFP #: ITB-DOT-18/19-1263DR-RB2 BID/RFP TITLE: Generator Owner Protection Plan & Maintenance Services for the SWIFT Sun Guide
More information53.20 PAINTED ROADWAY LINES
53.20 PAINTED ROADWAY LINES 53.20.1 GENERAL The Work consists of supplying paint and painting roadway lines on pavement surfaces. The various configurations of roadway lines are shown in the Department
More informationTEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION * This specification is a product of the Texas Department of Transportation (TxDOT).
More informationSTATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC
STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering
More informationAPPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES
APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES 1. CONTRACT SCOPE/OVERVIEW: This Contract (identified here and in the other documents as the Contract ) will cover the requirements
More informationSECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS
SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS Delete this Section in its entirety and replace with the following: SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS 905-1 DESCRIPTION: This
More informationNOTIFICATION 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 informationTECHNICAL SPECIFICATIONS FOR INTERCEPTOR AND SIPHON INSPECTION/CLEANING
A. GENERAL TECHNICAL SPECIFICATIONS FOR INTERCEPTOR AND SIPHON INSPECTION/CLEANING Contractor shall furnish all labor, materials, equipment, traffic control, transportation, and supervision necessary for
More informationBID BLACKTOP RESURFACING
PO Box 159 Wascott, WI 54890 BID BLACKTOP RESURFACING - 2015 General Information for Bidders Sealed bids must be received by 12:00 Noon, Monday, June 29, 2015, at the Wascott Town Hall as stated in the
More informationTHE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA MEMORANDUM
ENC. June 5, 2012 THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA MATERIALS MANAGEMENT DEPARTMENT 101 OLD VENICE ROAD OSPREY, FLORIDA 34229 TELEPHONE (941) 486-2183 FAX (941) 486-2188 MEMORANDUM TO: FROM:
More informationREQUEST FOR QUOTE (RFQ) DELIVER, PLACE, AND COMPACT DRIVING SURFACE AGGREGATE (DSA)
3/2018 REQUEST FOR QUOTE (RFQ) DELIVER, PLACE, AND COMPACT DRIVING SURFACE AGGREGATE (DSA) (ROAD NAME(S) & ID #) (NAME OF MUNICIPALITY & COUNTY) 1. SCOPE OF WORK: (hereinafter referred to as Owner ), requires
More informationPUBLICATION Commercial Refrigeration and Process Cooling and Heating R
TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * COMMERCIAL HEATING, VENTILATION AND AIR CONDITIONING (HVAC) MAINTENANCE AND REPAIR SERVICES PUBLICATION This specification is a product of the Texas
More informationSOUTHEASTERN PENNSYLVANIA TRANSPORATION AUTHORITY ASBESTOS AND LEAD AIR MONITORING AND SAMPLING SERVICES SCOPE OF WORK
SOUTHEASTERN PENNSYLVANIA TRANSPORATION AUTHORITY ASBESTOS AND LEAD AIR MONITORING AND SAMPLING SERVICES SCOPE OF WORK I. General Information: The Southeastern Pennsylvania Transportation Authority (SEPTA)
More informationMICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR STOPPED TRAFFIC ADVISORY SYSTEM. OFS:CRB 1 of 8 APPR:JJG:LWB:
MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR STOPPED TRAFFIC ADVISORY SYSTEM OFS:CRB 1 of 8 APPR:JJG:LWB:10-30-13 a. Description. This work consists of providing, installing, operating,
More informationDEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO. January 2, 2018 ADDENDUM NO. 1 FOR
DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO January 2, 2018 ADDENDUM NO. 1 FOR Median and Boulevard Landscape Maintenance and Services North Region This document contains: Specification No. 220844
More informationHoliday Compensation Updated: December 2017
Holiday Compensation Updated: December 2017 Recognized Legal Holidays The City recognizes the following eleven legal holidays: January 1 (New Year s Day) the third Monday in January (Martin Luther King,
More informationMobile Work Zones. Traffic Control in Short Duration / Guidelines for M0WING ZONE AHEAD WORK ROAD SHOULDER WORK RIGHT LANE CLOSED AHEAD SIGNAL AHEAD
M0WING ZONE ROAD WORK AHEAD SHOULDER WORK RIGHT LANE CLOSED AHEAD SIGNAL WORK AHEAD Guidelines for Traffic Control in Short Duration / Mobile Work Zones Guidelines for Traffic Control in Short Duration
More informationU. S. COAST GUARD TRACEN YORKTOWN YORKTOWN, VIRGINIA
U. S. COAST GUARD TRACEN YORKTOWN YORKTOWN, VIRGINIA SCOPE OF WORK FOR PROJECT 283156 REPLACE ROOF, SIDING & WINDOWS AT BUILDING 62 1 1.1 SCOPE OF WORK: SECTION 01 11 00 SUMMARY OF WORK The project will
More informationGuardrail Repair and/or Replacement Due To Damage on Interstate 90 In The Winner Area Project No. 000I-391 PCN i21n
Sheet 1 of 46 ESTIMATE OF QUANTITIES Bid Item Number Item Quantity Unit 009E0197 Mobilization 1- East of Murdo 4 EACH 009E0198 Mobilization 2 - West of Murdo 4 EACH 110E0700 Remove 3 Cable Guardrail 175
More information201 East Cox Ferry Rd. Conway, SC
Telephone: (843) 488-6893 335 FOUR MILE ROAD Page: 1 Term Contract to Provide Preventative Maintenance and Repair of Equipment HCS District Contract Number #1516-26RS Horry County Schools District Term
More informationNOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 6/18/2002
NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 6/18/2002 Control 6080-50-001 Project RMC - 608050001 Highway PA1502 County BEXAR Ladies/Gentlemen: Attached please find an addendum on the above captioned
More informationSPECIFICATIONS BID NO RECLAIMED ASPHALT PAVEMENT (RAP) SCREENINGS
BID NO. 661-17 RECLAIMED ASPHALT PAVEMENT (RAP) SCREENINGS RAP Type II Fine Med. Fine Medium Coarse Materials RAP screenings shall consist of milled and/or asphalt concrete pavement. The material shall
More informationTEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES
TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).
More informationSPECIFICATIONS Sodium Chloride (Bulk Road Salt)
SPECIFICATIONS Sodium Chloride (Bulk Road Salt) CONTRACT SCOPE/OVERVIEW: This Collective No. CN00037341 (identified here and in the other documents as the Contract ) will cover the requirements of Commonwealth
More informationCODE 6 - WORK PERIODS AND ATTENDANCE
CODE 6 - WORK PERIODS AND ATTENDANCE TABLE OF CONTENTS 6.01 SCHOOL OPENINGS AND CLOSINGS 6.02 WORK DAY A. Teachers B. Administrative Personnel C. Classified Personnel D. Exceptions 6.03 WORK HOURS WHEN
More informationNOTICE TO BIDDERS FOR
CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder
More informationSECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS
SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS Section Page 12-1 GENERAL... 12.1 12-2 FLAGGING... 12.1 12-2.01 Flaggers... 12.1 12-2.02 Flagging Costs... 12.1 12-3 TRAFFIC-HANDLING EQUIPMENT
More informationStatement of Work. Tree Planting Bureau of Forestry Forest Districts (F. D.) 1,4,5,10,12,15,16,19,20
Statement of Work Tree Planting Bureau of Forestry Forest Districts (F. D.) 1,4,5,10,12,15,16,19,20 I. Scope of Work This contract will cover the requirements of the Commonwealth of Pennsylvania, Department
More informationB. This project is being bid as one contract, and the contract is comprised of a one-line item bid.
GENERAL SPECIFICATIONS: Dead Man s Hollow/FRAMAR Tree Felling Project I. SCOPE OF WORK A. The Pennsylvania Game Commission, Southwest Region, requires tree felling services. Services shall include, but
More informationMAINTENANCE MANAGEMENT SYSTEM
Approved: Effective: November 15, 2017 Review: October 29, 2017 Office: Maintenance Topic No.: 325-010-001-l Department of Transportation MAINTENANCE MANAGEMENT SYSTEM PURPOSE: To provide a management
More informationINVITATION TO BID FOR CONSTRUCTION OF A MID-BLOCK PEDESTRIAN CROSSING Gateway85 Gwinnett CID May 25, 2018
INVITATION TO BID FOR CONSTRUCTION OF A MID-BLOCK PEDESTRIAN CROSSING Gateway85 Gwinnett CID Bid Due to the CID by: June 8, 2018, 2:00 PM EDT Background: The Gateway85 Community Improvement District (CID)
More informationDelaware Street
A t t a c h m e n t 1 F i n d i n g s a n d C o n d i t i o n s 2004-06 Delaware Street Use Permit #09-10000052 APRIL 22, 2010 CEQA FINDINGS 1. The project is categorically exempt from the provisions of
More informationSECTION TRAFFIC REGULATIONS
PART 1 GENERAL 1.1 DESCRIPTION A. Traffic Control permits, notifications, mobilization, temporary signs, barriers, lights, flagging personnel, striping, markings, and demobilization and removal. 1.2 RELATED
More informationRequest For Proposals
Request For Proposals Watauga County seeks Proposals from individuals or firms interested in providing services for the demolition and removal of a 237,000 square foot building located in Boone, NC. The
More informationLocal Memorandum of Understanding United States Postal Service Germantown, Maryland and The National Association of Letter Carriers Merged
Local Memorandum of Understanding 2013-2016 United States Postal Service Germantown, Maryland and The National Association of Letter Carriers Merged Branch 3825 B-1 ADDITIONAL OR LONGER WASH-UP PERIODS
More informationWater Pollution Control for Work in Sensitive Areas
Water Pollution Control for Work in Sensitive Areas 10-1. WATER POLLUTION CONTROL The Contractor is advised that failure to fully comply with the provisions of this Section, and all requirements listed
More information610 - DOUBLE ASPHALT SURFACE TREATMENT SECTION 610 DOUBLE ASPHALT SURFACE TREATMENT
SECTION 610 DOUBLE ASPHALT SURFACE TREATMENT 610.1 DESCRIPTION Construct a wearing surface composed of an asphalt prime coat followed by the applications of 2 asphalt seal coats and cover material as specified
More information4201 Patterson Avenue, 2 nd Floor Baltimore, MD (410)
MTA TAXI ACCESS II SERVICE POLICY This policy is current as of January 5, 2009. It replaces all previous versions and may be amended by The Maryland Transit Administration. If you are a person with a disability
More information1993 Specifications CSJ SPECIAL SPECIFICATION ITEM 4417 DEWATERING IN CONTAMINATED GROUNDWATER
1993 Specifications CSJ 8015-24-003 SPECIAL SPECIFICATION TO ITEM 4417 DEWATERING IN CONTAMINATED GROUNDWATER 1. DESCRIPTION. This item shall govern all work required to remove groundwater encountered
More information