Statement of Work Trash Pick up and Removal for Delaware County Version 6, July 16, 2015 TABLE OF CONTENTS

Size: px
Start display at page:

Download "Statement of Work Trash Pick up and Removal for Delaware County Version 6, July 16, 2015 TABLE OF CONTENTS"

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 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 information

Statement of Work Tree Planting Services 202 Parkway, Montgomery County

Statement 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 information

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

Electrical 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 information

Mowing Solicitations Addendum 2 Attachment 1: Questions & Answers

Mowing 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 information

STATE CATCH BASIN CLEANING BID

STATE 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 information

Statement 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 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 information

CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS

CITY 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 information

Warren State Hospital, Statement of Work Electrical Distribution Infrared Inspection ANTICIPATED PERIOD OF CONTRACT

Warren 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 information

Pennsylvania Department of Transportation District 8-0 Rest Area Site G Specifications for Landscaping and Lawn Maintenance

Pennsylvania 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 information

Pennsylvania Department of Transportation District 8-0 Rest Area Sites 45 and 46 Specifications for Landscaping and Grounds Maintenance

Pennsylvania 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 information

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY 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 information

4.0 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. 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 information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2018.05 EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0 The bid opening date is Thursday March 15, 2018 at 11:00 a.m. The following changes

More information

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017

TRUCK 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 information

Modular Unit Rental Route 309 Stockpile, PennDOT Montgomery County Maintenance Statement of Work

Modular 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 information

ATTACHMENT A. Bid # 6793

ATTACHMENT 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 information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 9/11/2017

NOTIFICATION 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 information

Field Guide on. Safe Maintenance and. Work Zone Operations

Field 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 information

MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818

MIDDLESEX 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 information

ADDENDUM 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. 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 information

SECTION SUPPLEMENTARY GENERAL CONDITIONS

SECTION 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 information

SECTION 616 TEMPORARY TRAFFIC CONTROL

SECTION 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 information

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.

WINTER 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 information

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION BOARD 2018 ANNUAL PAVEMENT MARKINGS BID

CHARLEVOIX 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 information

SECTION CONSTRUCTION OPERATIONS AND SITE UTILIZATION PLAN

SECTION 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 information

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID 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 information

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE

TEXAS 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 information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 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 information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 8/02/2006

NOTIFICATION 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 information

53.20 PAINTED ROADWAY LINES

53.20 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 information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/14/2005

NOTIFICATION 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 information

Q18-06 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. 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 information

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017

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

More information

OKLAHOMA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS FOR SMART WORK ZONE SYSTEM PROJECT NUMBER, JP NO (04), COUNTY

OKLAHOMA 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 information

Jobs & Transportation Ramping it Up Roadway and Traffic Dan Groh, P.E.

Jobs & 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 information

OUTAGAMIE 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 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 information

APRIL 2018 ADDENDUM 1 JUNE PREPARED BY: McCormick Taylor, Inc. 600 Eagleview Boulevard, 2 nd Floor Exton, Pennsylvania PREPARED FOR:

APRIL 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 information

Statement 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 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 information

REQUEST FOR PROPOSAL Department of Public Works Highway Division

REQUEST 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 information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 10/31/2018

NOTIFICATION 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 information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA 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 information

TEXAS DEPARTMENT OF TRANSPORTATION TRASH REMOVAL AND DISPOSAL PUBLICATION

TEXAS 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 information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 4/08/2003

NOTIFICATION 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 information

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56

PennDOT 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 information

RAPID INCIDENT SCENE CLEARANCE (RISC)

RAPID 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 information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT 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 information

REQUEST 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 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 information

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES

TEXAS 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 information

CITY OF TACOMA Tacoma Rail

CITY 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 information

SPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT

SPECIFICATIONS 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 information

Terminal Tariff No. 1 Charlotte Intermodal Terminal

Terminal 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 information

POLICE DEPARTMENT. Bid Package SITE MAINTENANCE

POLICE 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 information

Project # 570-CSI-001. Expand Mental Health Center, Building 27 SCOPE OF WORK

Project # 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 information

2.1 The Contractor shall furnish and maintain this system for measuring and delivering realtime messages for the work zone.

2.1 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 information

Administered 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 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 information

PARKING ENFORCEMENT SERVICES. Specification No

PARKING 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 information

5. Builder/Contractor Guidelines/Work Rules

5. 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 information

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

HORRY 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 information

NEW CONSTRUCTION APPLICATION

NEW 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 information

State of Ohio. Department of Transportation ~ Innovative Contracting Manual

State 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 information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA 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 information

53.20 PAINTED ROADWAY LINES

53.20 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 information

TEXAS 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 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 information

STATEMENT 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 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 information

APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES

APPENDIX 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 information

SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS

SECTION 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 information

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

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

More information

TECHNICAL SPECIFICATIONS FOR INTERCEPTOR AND SIPHON INSPECTION/CLEANING

TECHNICAL 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 information

BID BLACKTOP RESURFACING

BID 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 information

THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA MEMORANDUM

THE 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 information

REQUEST FOR QUOTE (RFQ) DELIVER, PLACE, AND COMPACT DRIVING SURFACE AGGREGATE (DSA)

REQUEST 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 information

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R

PUBLICATION 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 information

SOUTHEASTERN 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 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 information

MICHIGAN 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: 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 information

DEPARTMENT 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 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 information

Holiday Compensation Updated: December 2017

Holiday 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 information

Mobile Work Zones. Traffic Control in Short Duration / Guidelines for M0WING ZONE AHEAD WORK ROAD SHOULDER WORK RIGHT LANE CLOSED AHEAD SIGNAL AHEAD

Mobile 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 information

U. S. COAST GUARD TRACEN YORKTOWN YORKTOWN, VIRGINIA

U. 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 information

Guardrail Repair and/or Replacement Due To Damage on Interstate 90 In The Winner Area Project No. 000I-391 PCN i21n

Guardrail 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 information

201 East Cox Ferry Rd. Conway, SC

201 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 information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 6/18/2002

NOTIFICATION 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 information

SPECIFICATIONS BID NO RECLAIMED ASPHALT PAVEMENT (RAP) SCREENINGS

SPECIFICATIONS 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 information

TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES

TEXAS 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 information

SPECIFICATIONS Sodium Chloride (Bulk Road Salt)

SPECIFICATIONS 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 information

CODE 6 - WORK PERIODS AND ATTENDANCE

CODE 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 information

NOTICE TO BIDDERS FOR

NOTICE 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 information

SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS

SECTION 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 information

Statement 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 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 information

B. This project is being bid as one contract, and the contract is comprised of a one-line item bid.

B. 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 information

MAINTENANCE MANAGEMENT SYSTEM

MAINTENANCE 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 information

INVITATION 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 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 information

Delaware Street

Delaware 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 information

SECTION TRAFFIC REGULATIONS

SECTION 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 information

Request For Proposals

Request 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 information

Local Memorandum of Understanding United States Postal Service Germantown, Maryland and The National Association of Letter Carriers Merged

Local 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 information

Water Pollution Control for Work in Sensitive Areas

Water 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 information

610 - DOUBLE ASPHALT SURFACE TREATMENT SECTION 610 DOUBLE ASPHALT SURFACE TREATMENT

610 - 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 information

4201 Patterson Avenue, 2 nd Floor Baltimore, MD (410)

4201 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 information

1993 Specifications CSJ SPECIAL SPECIFICATION ITEM 4417 DEWATERING IN CONTAMINATED GROUNDWATER

1993 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