ADDENDUM NO. 1 to the CONTRACT DOCUMENTS AND SPECIFICATIONS for 2017 HANGAR PROJECT at the ARANSAS COUNTY AIRPORT (TxDOT CSJ No.

Size: px
Start display at page:

Download "ADDENDUM NO. 1 to the CONTRACT DOCUMENTS AND SPECIFICATIONS for 2017 HANGAR PROJECT at the ARANSAS COUNTY AIRPORT (TxDOT CSJ No."

Transcription

1 ADDENDUM NO. 1 to the CONTRACT DOCUMENTS AND SPECIFICATIONS for 2017 HANGAR PROJECT at the ARANSAS COUNTY AIRPORT (TxDOT CSJ No. 17HGRCKPT) Reference the Contract Documents and Specifications: 1. Reference attached updated Bid Form: The Bid Form has been revised to incorporate minor changes. Use the attached revised Bid Form for your bid. Changes to the Bid Form are as follows: 1. Item 1A.14 Material Change 2. Item 1A.15 Material Change 3. Item 1A.17 Material Change 4. Item 1A.18 Material Change 5. Item 1B.14 Material Change 6. Item 1B.15 Material Change 7. Item 1B.17 Material Change 8. Item 1B.18 Material Change 9. Item 36 Added Item 2. Reference attached revised plan sheet 1 of 32: Title sheet is revised to reflect changes on the Bid Form. 3. Reference attached revised plan sheet 2A of 32: Project Quantities sheet is revised to reflect changes on the Bid Form. 4. Reference attached revised plan sheet 11 of 32: Storm Water Pollution Prevention Plan (SW3P) sheet is revised to reflect changes on the Bid Form. 5. Reference attached revised plan sheet 15 of 32: Paving Design Sections (Project A) sheet is revised to reflect changes on the Bid Form. 6. Reference attached revised plan sheet 15A of 32: Paving Design Sections (Project B) sheet is revised to reflect changes on the Bid Form. 7. Reference attached revised plan sheet 18 of 32: Drainage Details sheet is revised to reflect changes on the Bid Form. 8. Reference specification Item P-401: Void paragraph in its entirety and replace with the following: Payment. Payment will be made under: Item P inch HMA surface course (compacted)- per ton \\STRAND.COM\PROJECTS\BRE\ \3952\005\WRD\ADDENDA\ADDENDUM NO. 1\ADDENDUM NO. 1.DOCX

2

3 Bid Form TxDOT CSJ No. 17HGRCKPT Project: 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct P-501 concrete apron pavement for box hangar. Schedule 1A Alternate Bid No. 1: Construct TxDOT 340 asphalt pavement section in lieu of P- 501 concrete pavement section. Schedule 1B Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1B Alternate Bid No. 1: Construct P-401 asphalt pavement section in lieu of TxDOT 360 concrete pavement section. Schedule 2 Base Bid: Construct box hangar. Schedule 2 Alternate Bid No. 1: Construct shop shell for office/storage/restroom areas including doors, windows, lighting, and electrical components with wiring. (100% Local Funded) Schedule 2 Alternate Bid No. 2: Provide and install HVAC system for shop area. (100% Local Funded) Schedule 2 Alternate Bid No. 3: Provide and install all plumbing fixtures and accessories for shop area. (100% Local Funded) Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Schedule 2 Alternate Bid No. 5: Galvanize all hangar structural steel. (100% Local Funded) Schedule 2 Alternate Bid No. 6: Finish concrete foundation floor with polished concrete finish. (100% Local Funded) Schedule 2 Alternate Bid No. 7: Additional paint coating on bottom hangar panels. (100% Local Funded) Bid by: Name of Bidder: Address: City: Telephone: Address: State: Fax: Zip Code: To the Texas Department of Transportation hereinafter called the Agent. Pursuant to the foregoing Instruction to Bidders, the undersigned bidder having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all the conditions surrounding the construction of the project hereby proposes to furnish all necessary superintendence, labor, machinery, equipment, tools materials and supplies to complete all the work upon which is bid in accordance with the contract documents, within the time set forth and at the prices stated below. P-1

4 Pay Item Estimated Schedule 1A Base Bid: Construct P-501 concrete apron pavement for box hangar. 1A.1 1 LS Section 105. Mobilization, complete in place for the lump sum amount of 1A SY TxDOT 506. Construction exit (install), complete in place for the unit price of 1A SY TxDOT 506. Construction exit (remove), complete in place for the unit price of 1A.4 1,015 LF TxDOT 506. Temporary sediment control fence (install), complete in place for the unit price of linear foot. 1A.5 1,015 LF TxDOT 506. Temporary sediment control fence (remove), complete in place for the unit price of linear foot. P-2

5 Pay Item Estimated 1A LF SS-G-700. Remove and dispose of existing chain-link fencing, complete in place for the unit price of linear foot. 1A LF SS-G-700. Remove and dispose of existing barbed wire fencing, complete in place for the unit price of linear foot. 1A LF SS-G-700. Remove and dispose of existing water line, complete in place for the unit price of linear foot. 1A.9 1 LS SS-G-700. Remove and salvage existing fire hydrant, complete in place for the lump sum amount of 1A.10 2,515 SY P-101. Remove and dispose of existing asphalt pavement, complete in place for the unit price of P-3

6 Pay Item Estimated 1A CY P-152. Unclassified excavation, complete in place for the unit price of cubic yard. 1A CY P-152. Drainage excavation, complete in place for the unit price of cubic yard. 1A CY P-152. Stockpiled material, complete in place for the unit price of cubic yard. 1A SY P-301. Soil-cement base course (6- inch thick), complete in place for the unit price of 1A TON P-301. Portland cement (10% by weight) (10% by weight), complete in place for the unit price of ton. P-4

7 Pay Item Estimated 1A SY Special. Recycled asphalt driveway (6- inch thick), complete in place for the unit price of 1A SY P-501. Reinforced concrete pavement (joint reinforced) (6-inch thick), complete in place for the unit price of 1A SY P-501. Reinforced concrete flume (6- inch thick), complete in place for the unit price of 1A SY P-610. Concrete hangar header (3- foot wide), complete in place for the unit price of 1A SY P-610. Concrete sidewalk (5-foot wide) (5-inch thick), complete in place for the unit price of P-5

8 Pay Item Estimated 1A SF P-620. Permanent taxiway painting (yellow), complete in place for the unit price of square foot. 1A SF P-620. Permanent taxiway painting (black), complete in place for the unit price of square foot. 1A LF D inch reinforced concrete pipe (Class III), complete in place for the unit price of linear foot. 1A.24 2 EA D :1 safety end treatment (18- inch RCP), complete in place for the unit price of each. 1A.25 1 LS Install salvaged fire hydrant and install new fire hydrant lead, complete in place for the lump sum amount of P-6

9 Pay Item Estimated 1A LF Install new water service line (including meters), complete in place for the unit price of linear foot. 1A.27 6,120 SY TxDOT 164. Broadcast seeding (temp) (warm), complete in place for the unit price of 1A.28 6,120 SY TxDOT 164. Broadcast seeding (temp) (cool), complete in place for the unit price of 1A.29 6,120 SY TxDOT 164. Cellulose fiber mulch seeding (perm) (rural) (sand), complete in place for the unit price of 1A MG TxDOT 168. Vegetative watering, complete in place for the unit price of mega gallon. P-7

10 Pay Item Estimated 1A.31 1,860 SY TxDOT 169. Soil retention blankets (Class 2) (Ty F), complete in place for the unit price of Total Schedule 1A Base Bid Schedule 1A Alternate Bid No. 1: Construct TxDOT 340 asphalt pavement section in lieu of P-501 concrete pavement section. Deduction Deduct the total price of Schedule 1A Base Bid Items 1A.17 and 1A.22. S1A-A CY P-152. Unclassified excavation, complete in place for the unit price of S1A-A SY cubic yard. TxDOT 247. Flexible base (compacted in place) (7-inch thick) (Ty A, Gr 1-2), complete in place for the unit price of S1A-A TON TxDOT 340. Dense-graded HMA (SQ) (TY D) (SAC B) (PG70-22) (4.5- inch thick), complete in place for the unit price of ton. P-8

11 Pay Item Estimated S1A-A GAL P-602. Prime coat 0.20 gal/sy), complete in place for the unit price of gallon. S1A-A1.5 2 LB P-602. Sterilant (soil 15 lbs/acre), complete in place for the unit price of pound. Total Schedule 1A Alternate Bid No. 1 Schedule 1B Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. 1B.1 1 LS Section 105. Mobilization, complete in place for the lump sum amount of 1B SY TxDOT 506. Construction exit (install), complete in place for the unit price of P-9

12 Pay Item Estimated 1B SY TxDOT 506. Construction exit (remove), complete in place for the unit price of 1B.4 1,015 LF TxDOT 506. Temporary sediment control fence (install), complete in place for the unit price of linear foot. 1B.5 1,015 LF TxDOT 506. Temporary sediment control fence (remove), complete in place for the unit price of linear foot. 1B LF SS-G-700. Remove and dispose of existing chain-link fencing, complete in place for the unit price of linear foot. 1B LF SS-G-700. Remove and dispose of existing barbed wire fencing, complete in place for the unit price of linear foot. P-10

13 Pay Item Estimated 1B LF SS-G-700. Remove and dispose of existing water line, complete in place for the unit price of linear foot. 1B.9 1 LS SS-G-700. Remove and salvage existing fire hydrant, complete in place for the lump sum amount of 1B.10 2,515 SY P-101. Remove and dispose of existing asphalt pavement, complete in place for the unit price of 1B CY P-152. Unclassified excavation, complete in place for the unit price of cubic yard. 1B CY P-152. Drainage excavation, complete in place for the unit price of cubic yard. P-11

14 Pay Item Estimated 1B CY P-152. Stockpiled material, complete in place for the unit price of cubic yard. 1B SY TxDOT 275. Cement treatment (existing material) (6-inch thick), complete in place for the unit price of 1B TON TxDOT 275. Cement (10% by weight), complete in place for the unit price of ton. 1B SY Special. Recycled asphalt driveway (6- inch thick), complete in place for the unit price of 1B SY TxDOT 360. Reinforced concrete pavement (joint reinforced) (6-inch thick), complete in place for the unit price of P-12

15 Pay Item Estimated 1B SY TxDOT 360. Reinforced concrete flume (6-inch thick), complete in place for the unit price of 1B SY P-610. Concrete hangar header (3- foot wide), complete in place for the unit price of 1B SY P-610. Concrete sidewalk (5-foot wide) (5-inch thick), complete in place for the unit price of 1B SF P-620. Permanent taxiway painting (yellow), complete in place for the unit price of square foot. 1B SF P-620. Permanent taxiway painting (black), complete in place for the unit price of square foot. P-13

16 Pay Item Estimated 1B LF D inch reinforced concrete pipe (Class III), complete in place for the unit price of linear foot. 1B.24 2 EA D :1 safety end treatment (18- inch RCP), complete in place for the unit price of each. 1B.25 1 LS Install salvaged fire hydrant and install new fire hydrant lead, complete in place for the lump sum amount of 1B LF Install new water service line (including meters), complete in place for the unit price of linear foot. 1B.27 6,120 SY TxDOT 164. Broadcast seeding (temp) (warm), complete in place for the unit price of P-14

17 Pay Item Estimated 1B.28 6,120 SY TxDOT 164. Broadcast seeding (temp) (cool), complete in place for the unit price of 1B.29 6,120 SY TxDOT 164. Cellulose fiber mulch seeding (perm) (rural) (sand), complete in place for the unit price of 1B MG TxDOT 168. Vegetative watering, complete in place for the unit price of mega gallon. 1B.31 1,860 SY TxDOT 169. Soil retention blankets (Class 2) (Ty F), complete in place for the unit price of Total Schedule 1B Base Bid P-15

18 Estimated Pay Item Schedule 1B Alternate Bid No. 1: Construct P-401 asphalt pavement section in lieu of TxDOT 360 concrete pavement section. Deduction Deduct the total price of Schedule 1B Base Bid Items 1B.17 and 1B.22. S1B-A CY P-152. Unclassified excavation, complete in place for the unit price of S1B-A SY cubic yard. P-209. Crushed aggregate base course (7-inch thick), complete in place for the unit price of S1B-A TON P inch HMA surface course, complete in place for the unit price of S1B-A GAL ton. P-602. Prime coat 0.20 gal/sy), complete in place for the unit price of gallon. P-16

19 Estimated Pay Item S1B-A1.5 2 LB P-602. Sterilant (soil 15 lbs/acre), complete in place for the unit price of pound. Total Schedule 1B Alternate Bid No. 1 Schedule 2 Base Bid: Construct box hangar LS SS-H-700. Reinforced concrete foundation for box hangar, complete in place for the lump sum amount of LF D inch Sch. 40 PVC pipe, complete in place for the unit price of linear foot LS SS-H-700. Plumbing stub-outs for shop area (water & sewer), complete in place for the lump sum amount of P-17

20 Estimated Pay Item 35 1 LS SS-H-700. Furnish and install all electrical wiring, conduit, lighting, and appurtenances necessary to complete working system, complete in place for the lump sum amount of 36 1 LS SS-H-700. Furnish and install emergency egress lighting system (including light fixtures, wiring, conduit, and UPSs per plans), complete in place for the lump sum amount of 37 1 LS SS-H-700. Furnish and install electric mechanically operated bottom rolling doors (80' x 24' clear opening), complete in place for the lump sum amount of 38 1 LS SS-H-700. Provide and erect box hangar, complete in place for the lump sum amount of Total Schedule 2 Base Bid P-18

21 Pay Item Estimated Schedule 2 Alternate Bid No. 1: Construct shop shell for office/storage/restroom areas including doors, windows, lighting, and electrical components with wiring. (100% Local Funded) S2A1.1 1 LS Special. Construct shop shell for office/storage/restroom areas including doors, windows, lighting, and electrical components with wiring, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 1 Schedule 2 Alternate Bid No. 2: Provide and install HVAC system for shop area. (100% Local Funded) S2A2.1 1 LS Special. Provide and install HVAC system and all incidentals to provide functioning system, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 2 P-19

22 Pay Item Estimated Schedule 2 Alternate Bid No. 3: Provide and install all plumbing fixtures and accessories for shop area. (100% Local Funded) S2A3.1 1 LS Special. Provide and install all plumbing fixtures and accessories to provide functioning shop bathroom and shower facilities, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 3 Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) S2A4.1 1 LS SS-H-700. Gutters and downspouts along northwest and southeast hangar walls, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 4 Schedule 2 Alternate Bid No. 5: Galvanize all hangar structural steel. (100% Local Funded) S2A5.1 1 LS SS-H-700. Galvanize all hangar structural steel, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 5 P-20

23 Pay Item Estimated Schedule 2 Alternate Bid No. 6: Finish concrete foundation floor with polished concrete finish. (100% Local Funded) S2A6.1 1 LS Finish concrete foundation with polished concrete finish, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 6 Schedule 2 Alternate Bid No. 7: Additional paint coating on bottom hangar panels. (100% Local Funded) S2A7.1 1 LS SS-H-700. Provide additional paint coating for bottom hangar panels, complete in place for the lump sum amount of Total Schedule 2 Alternate Bid No. 7 SUMMARY OF BIDS Total Schedule 1A Base Bid Total Schedule 1A Alternate Bid No. 1 Total Schedule 1B Base Bid Total Schedule 1B Alternate Bid No. 1 Total Schedule 2 Base Bid Total Schedule 2 Alternate Bid No. 1 Total Schedule 2 Alternate Bid No. 2 Total Schedule 2 Alternate Bid No. 3 Total Schedule 2 Alternate Bid No. 4 Total Schedule 2 Alternate Bid No. 5 Total Schedule 2 Alternate Bid No. 6 Total Schedule 2 Alternate Bid No. 7 P-21

24 It is understood the quantities of work to be done at unit prices are approximate and are intended for bidding purposes only. Amounts are to be shown in both words and figures. In case of discrepancy the amount shown in words shall govern. Bidders must bid on all Schedules and all Alternates. The contract award will be based on the lowest qualified bid for either Schedule 1A Base Bid or Schedule 1B Base Bid plus Schedule 2 Base Bid and any combination of Alternate Bids that the Agent/Owner chooses, depending on the availability of funds. Bidders understand the Agent reserves the right to reject any irregular bid form and the right to waive technicalities if such waiver is in the best interest of the Owner or Agent and conforms to State and local laws and ordinances pertaining to the letting of construction contracts. Funding availability will be considered in selecting the bid award. The bidder agrees this bid shall be honored and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. Upon receipt of the written "Notice of Award", the bidder will execute the formal contract agreement within 14 days and deliver a surety bond or bonds as required under the contract documents. The bid security attached, two percent (2%) of the total bid price stated in the bid form, in the sum of is to become the property of the Agent in the event the contract is not executed as set forth in the contract documents as liquidated damages for the delay and additional expense caused thereby. Bidder hereby agrees to commence work under this contract on or before a date to be specified in a written Notice to Proceed and to fully complete the project within 120 calendar days for any combination of Base and Alternate Bid improvements. Bidder further agrees to pay as liquidated damages the sum of for each calendar day to complete the work beyond the allotted time or as extended by an approved Change Order or Supplemental Agreement. Signature Title Printed Phone Mailing Address City, State, Zip Code P-22

25 Addendum: The undersigned Bidder certifies that he has acknowledged the addendum(s) to the contract as indicated below. Addendum No: Addendum No: Addendum No: Dated: Dated: Dated: Qualification Acknowledgment: The undersigned Bidder certifies they are a prequalified bidder with the Texas Department of Transportation OR Full Prequalification Bidder s Questionnaire The undersigned Bidder is not a pre-qualified TxDOT bidder and has enclosed the bidder s qualifications per General Provision 20-02, Prequalification of Bidders. I have enclosed qualification statements. Qualification Acknowledgment Signature: Signature Title Mailing Address City, State, Zip Code Note: The bidder may also submit an electronically completed bid form. The bid form must have pay items in the same order and with the exact information as on this bid form. If submitting an electronically completed bid form, please print it out and submit the qualification/signature page with it. The bidder is responsible for incorrect information and will be considered non-responsive if pay items are incorrect. P-23

26 C.H. "BURT" MILLS, JR. JACK CHANEY LESLIE "BUBBA" CASTERLINE BRIAN OLSEN BETTY STILES FRANK SHUMATE, CHAIRMAN TRAVIS McDAVID DUANE SCHUEMACK THURMAN DOBBS BOB KUHN MIKE GEER ASSOCIATES

27 A S S O C I A T E S

28 A S S O C I A T E S

29 DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION STATE TEXAS AIP PROJECT NUMBER TXDOT CSJ NO. 13HGRCKPT PROJECT DESCRIPTION AIRPORT PAVEMENT DESIGN CITY ROCKPORT SPONSOR ARANSAS COUNTY/TXDOT AIRPORT OMB CONTROL NUMBER: EXPIRATION DATE: 4/30/2017 ARANSAS COUNTY AIRPORT DESIGN ENGINEER JASON S. REIMER, P.E. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION STATE TEXAS AIP PROJECT NUMBER TXDOT CSJ NO. 13HGRCKPT PROJECT DESCRIPTION AIRPORT PAVEMENT DESIGN CITY ROCKPORT SPONSOR ARANSAS COUNTY/TXDOT AIRPORT OMB CONTROL NUMBER: EXPIRATION DATE: 4/30/2017 ARANSAS COUNTY AIRPORT DESIGN ENGINEER JASON S. REIMER, P.E. THIS CONCRETE PAVEMENT DESIGN APPLIES TO: CONSTRUCTION OF NEW CONCRETE APRON FOR NEW BOX HANGAR (SCHEDULE 1A BASE BID). THIS ASPHALT PAVEMENT DESIGN APPLIES TO: CONSTRUCTION OF NEW ASPHALT APRON FOR NEW BOX HANGAR (SCHEDULE 1A ALTERNATE BID NO. 1). GROSS ALLOWABLE AIRCRAFT WEIGHT (KIPS) (GEAR CONFIGURATION OR AIRCRAFT TYPE) SINGLE WHEEL (S) DUAL WHEEL (D) DUAL TANDEM (2D) B747 (2D-2D2) PCN 30.0 KIPS DESIGN CRITERIA PAVEMENT DESIGNED FOR AIRCRAFT WEIGHING (KIPS) (CHOOSE ONE)CBR SUBGRADE K (PSI) USC <12.5K X < 30K < 60K < 100K > 100K (ATTACH FAARFIELD DESIGN REPORT, IF NOT EXPLAIN IN COMMENTS) NON CRITICAL AREAS TYPICAL SECTIONS (SHOW AND NUMBER EACH COURSE) CRITICAL AREAS SP-SM GROSS ALLOWABLE AIRCRAFT WEIGHT (KIPS) (GEAR CONFIGURATION OR AIRCRAFT TYPE) SINGLE WHEEL (S) DUAL WHEEL (D) DUAL TANDEM (2D) B747 (2D-2D2) PCN 30.0 KIPS DESIGN CRITERIA PAVEMENT DESIGNED FOR AIRCRAFT WEIGHING (KIPS) (CHOOSE ONE)CBR SUBGRADE K (PSI) USC <12.5K X < 30K < 60K < 100K > 100K (ATTACH FAARFIELD DESIGN REPORT, IF NOT EXPLAIN IN COMMENTS) NON CRITICAL AREAS TYPICAL SECTIONS (SHOW AND NUMBER EACH COURSE) CRITICAL AREAS SP-SM A S S O C I A T E S NONCRITICAL NO. COURSE RUNWAY RUNWAY DESIGN DETAILS THICKNESS OF PAVEMENT NONCRITICAL HANGAR TAXIWAY TAXIWAY APRON OTHER SPECIFICATION I BASE " P-301 II SURFACE " P-501 NONCRITICAL NO. COURSE RUNWAY RUNWAY DESIGN DETAILS THICKNESS OF PAVEMENT NONCRITICAL HANGAR TAXIWAY TAXIWAY APRON OTHER SPECIFICATION I SUBBASE " P-301 II BASE " TxDOT 247 III SURFACE " TxDOT 340 FAA FORM (4/15) SUPERSEDES PREVIOUS EDITION 1 FAA FORM (4/15) SUPERSEDES PREVIOUS EDITION 1

30 DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION STATE TEXAS AIP PROJECT NUMBER TXDOT CSJ NO. 13HGRCKPT PROJECT DESCRIPTION AIRPORT PAVEMENT DESIGN CITY ROCKPORT SPONSOR ARANSAS COUNTY/TXDOT AIRPORT OMB CONTROL NUMBER: EXPIRATION DATE: 4/30/2017 ARANSAS COUNTY AIRPORT DESIGN ENGINEER JASON S. REIMER, P.E. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION STATE TEXAS AIP PROJECT NUMBER TXDOT CSJ NO. 13HGRCKPT PROJECT DESCRIPTION AIRPORT PAVEMENT DESIGN CITY ROCKPORT SPONSOR ARANSAS COUNTY/TXDOT AIRPORT OMB CONTROL NUMBER: EXPIRATION DATE: 4/30/2017 ARANSAS COUNTY AIRPORT DESIGN ENGINEER JASON S. REIMER, P.E. THIS CONCRETE PAVEMENT DESIGN APPLIES TO: CONSTRUCTION OF NEW CONCRETE APRON FOR NEW BOX HANGAR (SCHEDULE 1B BASE BID). THIS ASPHALT PAVEMENT DESIGN APPLIES TO: CONSTRUCTION OF NEW ASPHALT APRON FOR NEW BOX HANGAR (SCHEDULE 1B ALTERNATE BID NO. 1). GROSS ALLOWABLE AIRCRAFT WEIGHT (KIPS) (GEAR CONFIGURATION OR AIRCRAFT TYPE) SINGLE WHEEL (S) DUAL WHEEL (D) DUAL TANDEM (2D) B747 (2D-2D2) PCN 30.0 KIPS DESIGN CRITERIA PAVEMENT DESIGNED FOR AIRCRAFT WEIGHING (KIPS) (CHOOSE ONE)CBR SUBGRADE K (PSI) USC <12.5K X < 30K < 60K < 100K > 100K (ATTACH FAARFIELD DESIGN REPORT, IF NOT EXPLAIN IN COMMENTS) NON CRITICAL AREAS TYPICAL SECTIONS (SHOW AND NUMBER EACH COURSE) CRITICAL AREAS SP-SM GROSS ALLOWABLE AIRCRAFT WEIGHT (KIPS) (GEAR CONFIGURATION OR AIRCRAFT TYPE) SINGLE WHEEL (S) DUAL WHEEL (D) DUAL TANDEM (2D) B747 (2D-2D2) PCN 30.0 KIPS DESIGN CRITERIA PAVEMENT DESIGNED FOR AIRCRAFT WEIGHING (KIPS) (CHOOSE ONE)CBR SUBGRADE K (PSI) USC <12.5K X < 30K < 60K < 100K > 100K (ATTACH FAARFIELD DESIGN REPORT, IF NOT EXPLAIN IN COMMENTS) NON CRITICAL AREAS TYPICAL SECTIONS (SHOW AND NUMBER EACH COURSE) CRITICAL AREAS SP-SM A S S O C I A T E S NONCRITICAL NO. COURSE RUNWAY RUNWAY DESIGN DETAILS THICKNESS OF PAVEMENT NONCRITICAL HANGAR TAXIWAY TAXIWAY APRON OTHER SPECIFICATION I BASE " TxDOT 275 II SURFACE " TxDOT 360 (CLASS P) NONCRITICAL NO. COURSE RUNWAY RUNWAY DESIGN DETAILS THICKNESS OF PAVEMENT NONCRITICAL HANGAR TAXIWAY TAXIWAY APRON OTHER SPECIFICATION I SUBBASE " TxDOT 275 II BASE " P-209 III SURFACE " P-401 FAA FORM (4/15) SUPERSEDES PREVIOUS EDITION 1 FAA FORM (4/15) SUPERSEDES PREVIOUS EDITION 1

31 A S S O C I A T E S

32 Special Provision to Item 340 Dense-Graded Hot-Mix Asphalt (Small ) Item 340, Dense-Graded Hot-Mix Asphalt (Small ), of the Standard Specifications is amended with respect to the clauses cited below. No other clauses or requirements of this Item are waived or changed. Section , Aggregate. The paragraph is supplemented by the following: Reclaimed Asphalt Pavement (RAP) and Processed Asphalt Shingle Material (RAS) will not be allowed on the project. Section , Coarse Aggregate. The first sentence in the fourth paragraph is supplemented by the following: The surface coarse aggregate minimum SAC shall be B. Section , Asphalt Binder. The paragraph is voided and replaced by the following: Furnish PG asphalt binder in accordance with Section , Performance-Graded Binders. The JMF target asphalt content shall not be less than 5.3%. Section , Lime and Liquid Antistripping Agent. The section is voided in its entirety. Section , Warm Mix Asphalt (WMA). The section is voided in its entirety. Section , RAP. The section is voided in its entirety. Section , RAS. The section is voided in its entirety. Section , Design Requirements. The paragraph is supplemented by the following: The asphalt pavement design shall meet the requirements for a Type D (fine surface) mix. Table 9 is voided and replaced by the following: Table 9 Laboratory Mixture Design Properties Property Test Method Requirement Target laboratory-molded density, % Tex-207-F Tensile strength (dry), psi (molded to 93% ±1% density) Tex-226-F Boil test 3 Tex-530-C Section , Mixing and Discharge of Materials. This section is supplemented by the following: An automatic digital record printer is required at the plant. The batch weight ticket shall show the total weight of the batch and the weight of the asphalt. These tickets shall be given to the RPR at the end of each day s production CSJ No. 17HGRCKPT

33 Section , Hauling Operations. The paragraph is supplemented by the following: The Contractor shall assure the Engineer, in writing at the pre-paving conference, that adequate material will be available at the job site to ensure that starting and stopping of the paver is kept to an absolute minimum. Should the Engineer, in his opinion, determine this requirement is not being met, the Engineer may stop installation operations until satisfactory arrangements for delivery of sufficient material can be made. Section , Placement Operations. The fourth sentence of the second paragraph is voided and replaced by the following: Offset longitudinal joints of successive courses of hot mix by at least 12 inches. The third paragraph is supplemented by the following: Paved edges shall deviate by no more than 2 inches from a straight line along the edge. Straight edges may be produced by the Contractor using either a string set at the pavement edge, or by saw cutting the edge. At crowns on rooftop hot mix sections and at valleys on inverted rooftop hot mix sections, break the lay-down machine screed so that the longitudinal pavement joint is at least 4 feet from the crown or valley, as applicable. Bituminous Pavers shall be self-propelled, with an activated screed, which shall be heated as necessary, and shall be capable of spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The Contractor will be required to use automatic grade controls on the paver on this project. Bituminous material shall not be placed against previously completed material that has a temperature below 175 F. If necessary, longitudinal joints shall be preheated by using an infrared heater attached to the paver ahead of the screed a sufficient distance to allow for proper preheating. Transverse joints shall be preheated to a minimum of 250 F using a portable infrared heater. The temperature of the bituminous material being preheated shall not exceed 300 F. Section , Compaction. The second paragraph is supplemented by the following: All rollers shall be completely clean and free of soil, aggregate, asphalt, and all other materials which may damage or mar the hot mix in any way. Roller brushes, shoes, and water supply shall be in good condition and completely cover the roller from edge to edge. The third paragraph is supplemented by the following: The Contractor shall be required to have a testing lab representative, with a field density measuring gauge, in the field during HMA operations to assist the Contractor in his setting of his rolling pattern and to provide field densities during HMA construction. Immediately after coring of the surface course has been completed, the Contractor shall clean the coring water and residue from the asphalt to prevent staining of the surface. The sixth paragraph is supplemented by the following: The Contractor shall provide a 12-foot straightedge for use by the RPR during the project. Section , Placement Sampling. The third sentence of the first paragraph is supplemented by the following: CSJ No. 17HGRCKPT

34 Obtain one 6-inch diameter core on a paving joint at a location selected by the Engineer for in-place air void determination. Joint density shall not be more than 2% below mat density (i.e. 95%). Section , Ride Quality. The section is voided in its entirety and replace it with the following: Thickness Testing. Thickness deficiency shall not be more than 1/4 of thickness for lift CSJ No. 17HGRCKPT

35 Special Provision to Item 360 Concrete Pavement Item 360, Concrete Pavement, of the Standard Specifications is amended with respect to the clauses cited below. No other clauses or requirements of this Item are waived or changed. Section , Hydraulic Cement Concrete. The third sentence in the first paragraph is voided and replaced by the following: Provide Class P concrete designed to meet a minimum average compressive strength of 3,600 at 7 days or a minimum average compressive strength of 4,400 psi at 28 days. The second paragraph is voided in its entirety and replaced by the following: The concrete mix design shall have a minimum cementitious material content of 470 lb. per cubic yard. The fourth and fifth paragraphs are voided in their entireties. Section , Curb Forms. This section is voided in its entirety. Section , Carpet Drag. This section is voided in its entirety and replaced by the following: Brush or broom finish. The surface of the pavement shall be finished with either a brush or broom for all newly constructed concrete pavements. Section , Tining Equipment. This section is voided in its entirety. Section , Job-Control Strength. The second paragraph is voided in its entirety and replaced by the following: Use a compressive strength of 3,600 psi or a lower job-control strength value proven to meet a 28-day compressive strength of 4,400 psi as correlated in accordance with Tex-427-A for 7-day job-control by compressive strength. Section , Table 1. The second row Flexural Strength is voided in its entirety. Section , Curb Joints. This section is voided in its entirety. Section , Curbs. This section is voided in its entirety. Section , Surface Texturing. This section is voided in its entirety and replaced by the following: Surface Texture. The surface of the pavement shall be finished with either a brush or broom for all newly constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected to the satisfaction of the Engineer. a. Brush or broom finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 inch in depth. Section , Asphalt Curing. This section is voided in its entirety CSJ No. 17HGRCKPT

36 Section , Curing Class HES Concrete. This section is voided in its entirety. Section , Curing Fast-Track Concrete Pavement. This section is voided in its entirety. Section , Early Opening to All Traffic. This section is voided in its entirety and replaced by the following: Concrete pavement may be opened after curing is complete and the concrete has attained a compressive strength of 3,600 psi. Section , Fast Track Concrete Pavement. This section is voided in its entirety. Section , Pavement Thickness. The third and fourth sentences are voided in its entirety and replaced by the following: Conditioning of underlying surface. After the underlying surface has been placed and compacted to the required density, the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine. The grade of the underlying surface shall be controlled by a positive grade control system using lasers, stringlines, or guide wires and depth shall be verified with a ruler by the Engineer on a 25 x 25 grid 24 hours prior to placement of concrete to ensure correct concrete depths. If the density of the underlying surface is disturbed by the trimming operations, it shall be corrected by additional compaction and rested at the option of the Engineer before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The underlying surface shall be protected so that it will be entirely free of frost when concrete is placed. Section , Thickness Deficiencies Greater than 0.2 in. This section is voided in its entirety and replaced by the following: Thickness Deficiency Evaluation. An evaluation of the surface grade shall be made by the Engineer for compliance to the tolerances contained below. The finish grade will be determined by running levels at intervals of 25 feet or less longitudinally and all breaks in grade transversely (not to exceed 25 feet) to determine the elevation of the completed pavement. The Engineer will provide surveying services for evaluation of grade line elevations and cross sections. The Engineer will provide the Contractor with documentation of the evaluation within 7 business days after completion of the survey. (a) Lateral deviation. Lateral deviation from established alignment of the pavement edge shall not exceed ±0.10 feet. (b) Vertical deviation. Vertical deviation from established grade shall not exceed ±0.04 feet at any point. Any areas that exceed deviation requirements listed above shall be removed and replaced at the Contractor s expense. Section , Thickness Deficiencies Greater than 0.75 in. This section is voided in its entirety. Section , Pavement Units for Payment Adjustment. This section is voided in its entirety. Section , Ride Quality. This section is voided in its entirety. Section , Curb. This section is voided in its entirety. Section , Concrete Pavement. This section is voided in its entirety and replaced by the following: Concrete Pavement. The work performed and materials furnished in accordance with this Item and measured as provided under Measurement will be paid for at the adjusted unit price bid for Concrete Pavement of the type and depth specified in the plans. Section , Deficient Thickness Adjustment. This section is voided in its entirety. Section , Curb. This section is voided in its entirety CSJ No. 17HGRCKPT

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A

More information

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Bid Form. To the Texas Department of Transportation hereinafter called the Agent. Bid Form TxDOT CSJ No. 1809HILLS Project: 2017 Airport Improvements Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal

More information

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address:  Address: BID FORM TxDOT CSJ No. 1507JNCTN Project Description: T-Hangar Development Project Bid by: Name of Bidder Address: Telephone: FAX: Email Address: To the Texas Department of Transportation hereinafter called

More information

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet. BID FORM TxDOT CSJ 1812CONRO Project Description: TW Extension, Lighting and Signage Improvements Base Bid: The project consists of the extension of existing 50 TW approximately 2,640 feet. The proposed

More information

BASE BID Description Written & Numeric Price

BASE BID Description Written & Numeric Price PROPOSAL Proposal TxDOT CSJ No. Project : Airfield drainage improvements to alleviate storm water conveyance issues at in Liberty, TX. The improvements include: re-grading of existing concrete lined infields,

More information

A D D E N D U M N O. 4

A D D E N D U M N O. 4 A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to

More information

A D D E N D U M N O. 1

A D D E N D U M N O. 1 A D D E N D U M N O. 1 TO: PROJECT: All Prospective Bidders (LVJ) Signage, Gate and Pavement Marking Improvements TxDOT CSJ No. Project No. 007250 (0500.051.000) ISSUE DATE: October 25, 2017 The following

More information

COTULLA-LA SALLE COUNTY AIRPORT TERMINAL BID FORM

COTULLA-LA SALLE COUNTY AIRPORT TERMINAL BID FORM BID FORM TxDOT CSJ No. 16TBCOTLA Project Description: A new freestanding Airport Terminal building of approximately 3,780 SF with private offices, pilot lounge area, small storage, and restrooms to be

More information

BID FORM (LUMP SUM CONTRACT)

BID FORM (LUMP SUM CONTRACT) BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an

More information

Pre-Bid Meeting Hillsboro Municipal Airport TxDOT Project No. 1809HILLS Tuesday, November 28, 10:00 am

Pre-Bid Meeting Hillsboro Municipal Airport TxDOT Project No. 1809HILLS Tuesday, November 28, 10:00 am Pre-Bid Meeting Hillsboro Municipal Airport TxDOT Project No. 1809HILLS Tuesday, November 28, 2017 @ 10:00 am 1) Introductions a) City of Hillsboro: John Graham, Airport Manager b) TxDOT Aviation: Ryan

More information

SECTION 315 ASPHALT CONCRETE PAVEMENT. Materials shall be furnished by the Contractor in accordance with Section 200.

SECTION 315 ASPHALT CONCRETE PAVEMENT. Materials shall be furnished by the Contractor in accordance with Section 200. SECTION 315 ASPHALT CONCRETE PAVEMENT I. GENERAL 1.1. DESCRIPTION OF WORK The Contractor shall furnish all labor, supervision, material (except as herein provided), tools, equipment, supplies, and services;

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

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

More information

Pre-Bid Meeting Sign in List Aransas County Airport TxDOT Project No. 17HGRCKPT Tuesday, October 24, 2017 at 10:30 AM

Pre-Bid Meeting Sign in List Aransas County Airport TxDOT Project No. 17HGRCKPT Tuesday, October 24, 2017 at 10:30 AM Pre-Bid Meeting Sign in List Aransas County Airport TxDOT Project No. 17HGRCKPT Tuesday, October 24, 2017 at 10:30 AM Name Representing Phone Number E-mail Mike Geer Aransas County, Airport Manager 361-790-0141

More information

SPECIAL PROVISION Concrete Pavement

SPECIAL PROVISION Concrete Pavement 1995 Metric CSJ s 0902-48-305, etc. SPECIAL PROVISION 360---036 Concrete Pavement For this project, Item 360, Concrete Pavement, of the Standard Specifications, is hereby amended with respect to the clauses

More information

ODOT District Pavement General Notes P401: ITEM PAVEMENT PLANING, ASPHALT CONCRETE, AS PER PLAN

ODOT District Pavement General Notes P401: ITEM PAVEMENT PLANING, ASPHALT CONCRETE, AS PER PLAN P401: ITEM 254 - PAVEMENT PLANING, ASPHALT CONCRETE, AS PER PLAN P402: ITEM 254 - PAVEMENT PLANING, PORTLAND CEMENT CONCRETE, AS PER PLAN P403: ITEM 304 - AGGREGATE BASE, AS PER PLAN P404: DELETED P405:

More information

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

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

More information

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

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

More information

A. Texas Department of Transportation 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (TxDOT).

A. Texas Department of Transportation 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (TxDOT). SECTION 32 01 16 ASPHALT OVERLAY PART 1 - GENERAL 1.1 SCOPE OF WORK A. This Section specifies the requirements for scarifying, grinding, sweeping and repair of existing asphalt concrete pavement to establish

More information

SECTION ASPHALTIC CONCRETE PAVING

SECTION ASPHALTIC CONCRETE PAVING SECTION 02742 ASPHALTIC CONCRETE PAVING PART 1 GENERAL 1.1 SUMMARY A. Includes But Not Limited To 1. Prepare pavement sub-grade as described in Contract Documents to receive pavement base and paving. 2.

More information

SPECIAL SPECIFICATION 3157 Cold Processed - Recycled Paving Material (RPM) for Use as Aggregate Base Course

SPECIAL SPECIFICATION 3157 Cold Processed - Recycled Paving Material (RPM) for Use as Aggregate Base Course 1993 Specifications SPECIAL SPECIFICATION 3157 Cold Processed - Recycled Paving Material (RPM) for Use as Aggregate Base Course 1. Description. This Item, Cold Processed - Recycled Paving Material (RPM),

More information

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

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

More information

ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB

ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB ADDENDUM NO. ONE Notice is hereby given that on June 22, 2017 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Agent in the Mercer County McDade Administration

More information

Item 247 Flexible Base

Item 247 Flexible Base Item Flexible Base 1. DESCRIPTION 2. MATERIALS Construct a foundation course composed of flexible base. Furnish uncontaminated materials of uniform quality that meet the requirements of the and specifications.

More information

Item 247 Flexible Base

Item 247 Flexible Base Item Flexible Base 1. DESCRIPTION 2. MATERIALS Construct a foundation course composed of flexible base. Furnish uncontaminated materials of uniform quality that meet the requirements of the and specifications.

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

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

More information

SPECIAL PROVISION TO SPECIAL SPECIFICATION Quality Control/Quality Assurance of Hot Mix Asphalt

SPECIAL PROVISION TO SPECIAL SPECIFICATION Quality Control/Quality Assurance of Hot Mix Asphalt 1993 Specifications CSJ 0018-05-062 SPECIAL PROVISION TO SPECIAL SPECIFICATION 3146--035 Quality Control/Quality Assurance of Hot Mix Asphalt For this project, Special Specification Item 3146, Quality

More information

A. Texas Department of Transportation 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (TxDOT).

A. Texas Department of Transportation 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (TxDOT). SECTION 32 12 16 ASPHALT CONCRETE PAVING PART 1 GENERAL 1.1 SCOPE OF WORK A. This Section specifies the requirements for placing a hot laid plant mix asphalt surface course upon either an asphalt stabilized

More information

SECTION ASPHALT PAVING AND SURFACING

SECTION ASPHALT PAVING AND SURFACING SECTION 02500 ASPHALT PAVING AND SURFACING PART 1 - GENERAL 1.01 WORK INCLUDED A. Traffic control as required to divert vehicular and pedestrian traffic around construction. B. Spreading and compacting

More information

4-07 Asphalt Treated Permeable Base (ATPB)

4-07 Asphalt Treated Permeable Base (ATPB) 1 1 0 1 0 1 Supplement Division with the following: (November 0,, APWA GSP) -0 Asphalt Treated Permeable Base (ATPB) -0.1 Description Asphalt treated permeable base (ATPB) consists of a compacted course

More information

General Water Bid Items Item No.

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

More information

CONSTRUCTION SPECIFICATION FOR CONCRETE SIDEWALK AND CONCRETE RAISED MEDIAN INDEX TS SCOPE...3 TS DEFINITIONS...3

CONSTRUCTION SPECIFICATION FOR CONCRETE SIDEWALK AND CONCRETE RAISED MEDIAN INDEX TS SCOPE...3 TS DEFINITIONS...3 CITY OF TORONTO TS 3.70 TRANSPORTATION SERVICES STANDARD CONSTRUCTION SPECIFICATIONS June 2001 CONSTRUCTION SPECIFICATION FOR CONCRETE SIDEWALK AND CONCRETE RAISED MEDIAN INDEX TS 3.70.01 SCOPE...3 TS

More information

ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED)

ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED) ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED) 275.1. Description. This Item shall govern for treating subgrade, new and/or existing base [with or without asphaltic concrete pavement (ACP)], or

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS

SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS The City of Blue Springs hereby adopts Section 2200 of the Kansas City Metropolitan Chapter of APWA Construction and Material

More information

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

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

More information

ITEM 252 IN-PLACE FULL DEPTH COLD FLEXIBLE PAVEMENT RECYCLING

ITEM 252 IN-PLACE FULL DEPTH COLD FLEXIBLE PAVEMENT RECYCLING AFTER NOVEMBER 1, 2008 ITEM 252 IN-PLACE FULL DEPTH COLD FLEXIBLE PAVEMENT RECYCLING 252.1 Description. This work shall consist of a stabilized base course composed of a mixture of the existing bituminous

More information

Draft Special Provision for. Asphalt Treated Permeable Base

Draft Special Provision for. Asphalt Treated Permeable Base Draft Special Provision for 1 0 1 0 1 Add the following new section: -0 ASPHALT TREATED PERMEABLE BASE (ATPB) (******) -0.1 Description Asphalt treated permeable base (ATPB) consists of a compacted course

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

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

More information

PLAN PREPARATION GUIDE CHAPTER 3 QUANTITY COMPUTATIONS AND INFORMATION

PLAN PREPARATION GUIDE CHAPTER 3 QUANTITY COMPUTATIONS AND INFORMATION PLAN PREPARATION GUIDE CHAPTER 3 QUANTITY COMPUTATIONS AND INFORMATION SECTION DESCRIPTION PAGE 1 General Quantities 3-1 2 Maintenance of Roadway and Drives 3-1 3 Liquid Asphalt Binder in Paving Mixture

More information

NORTH HARRIS COUNTY REGIONAL WATER AUTHORITY. Section CEMENT STABILIZED BASE COURSE. 1. Foundation course of cement stabilized crushed stone.

NORTH HARRIS COUNTY REGIONAL WATER AUTHORITY. Section CEMENT STABILIZED BASE COURSE. 1. Foundation course of cement stabilized crushed stone. PART 1 GENERAL 1.01 SUMMARY A. This section includes: Section 02712 1. Foundation course of cement stabilized crushed stone. 2. Foundation course of cement stabilized bank run gravel. 1.02 MEASUREMENT

More information

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:]

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:] SECTION 14 - REMOVALS 14-1 GENERAL This item shall consist of removing, [salvaging], [abandoning,] [stockpiling] and/or disposing of existing [pavements,] [asphalt-treated bases (ATB),] [cement-treated

More information

SECTION ASPHALT PAVING

SECTION ASPHALT PAVING SECTION 32 1216 ASPHALT PAVING PART 1 - GENERAL 1.1 SUMMARY A. Includes But Not Limited To: 1. Prepare pavement sub-grade as described in Contract Documents to receive pavement base and paving. 2. Furnish

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01 Aggregate Base... 14.1 14-3.02 Asphalt

More information

2003 SPECIFICATIONS SECTION 501 DIVISION 500 RIGID PAVEMENT

2003 SPECIFICATIONS SECTION 501 DIVISION 500 RIGID PAVEMENT 2003 SPECIFICATIONS SECTION 501 DIVISION 500 RIGID PAVEMENT SECTION 501 PORTLAND CEMENT CONCRETE PAVEMENT 501.01 GENERAL. This item consists of constructing a concrete pavement (with or without reinforcement)

More information

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

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

More information

SECTION 402 HOT MIX ASPHALT, HMA, PAVEMENT

SECTION 402 HOT MIX ASPHALT, HMA, PAVEMENT SECTION 402 HOT MIX ASPHALT, HMA, PAVEMENT 402.01 Description. This work shall consist of one or more courses of HMA base, intermediate, or surface mixtures and miscellaneous courses for rumble strips,

More information

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS 6.1 DESCRIPTION This work shall consist of constructing curbs, gutters, sidewalks, ramps, local depressions and driveways of the form and dimensions shown

More information

SPECIAL SPECIFICATION 3402 Reflective Crack Relief Interlayer (RCRI)

SPECIAL SPECIFICATION 3402 Reflective Crack Relief Interlayer (RCRI) 1993 Specifications CSJ 0451-02-023, etc. SPECIAL SPECIFICATION 3402 Reflective Crack Relief Interlayer (RCRI) 1. Description. This Item shall govern for the materials and construction requirements for

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2017.02 Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 The following changes are made to the Proposal, Specifications and Plans: SPECIFICATIONS:

More information

Special Provision Item P-152 Excavation and Embankment

Special Provision Item P-152 Excavation and Embankment Special Provision Item P-152 Excavation and Embankment DESCRIPTION This item shall be constructed in conformity with FAA Standard Specification "Item P-152 Excavation and Embankment, except as herein modified

More information

CITY OF SAN ANGELO ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED)

CITY OF SAN ANGELO ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED) ITEM 275 CITY OF SAN ANGELO ITEM 275 275.1 DESCRIPTION. This Item shall govern for treating subgrade, new and/or existing base (with or without asphaltic concrete pavement (ACP)), or combinations as shown

More information

MSCAA /04 ITEM P-219 RECYCLED CONCRETE CRUSHED AGGREGATE BASE COURSE DESCRIPTION MATERIALS

MSCAA /04 ITEM P-219 RECYCLED CONCRETE CRUSHED AGGREGATE BASE COURSE DESCRIPTION MATERIALS 219-1.1 ITEM P-219 RECYCLED CONCRETE CRUSHED AGGREGATE BASE COURSE DESCRIPTION This item consists of a base course composed of crushed recycled concrete aggregate, crushed to meet a particular gradation,

More information

Warm Mix Asphalt (WMA) Guide Specification for Highway Construction

Warm Mix Asphalt (WMA) Guide Specification for Highway Construction Warm Mix Asphalt (WMA) Guide Specification for Highway Construction Division 400 - Asphalt Pavements and Surface Treatments SECTION 4XX - WARM MIX ASPHALT (WMA) PAVEMENT Warm mix asphalt (WMA) is the generic

More information

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

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

More information

SECTION 402 PLANT MIX BITUMINOUS SURFACE LEVELING

SECTION 402 PLANT MIX BITUMINOUS SURFACE LEVELING SECTION 402 PLANT MIX BITUMINOUS SURFACE LEVELING 402.1 Description. This work shall consist of placing, spreading and compacting a bituminous mixture as shown on the plans or as directed by the engineer.

More information

SECTION ASPHALT PAVING

SECTION ASPHALT PAVING SECTION 321216 ASPHALT PAVING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Hot-mix asphalt paving. 1.2 PRE-INSTALLATION MEETINGS A. Pre-installation Conference: Conduct conference at Project site.

More information

SPECIAL PROVISION Portland Cement Concrete

SPECIAL PROVISION Portland Cement Concrete 1993 Specifications CSJ 0271-16-117 SPECIAL PROVISION 421---040 Portland Cement Concrete For this project, Item 421, Portland Cement Concrete, of the Standard Specifications, is hereby amended with respect

More information

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

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

More information

Annual 2012 Asphalt Overlay Work Order Construction Contract Job No Solicitation No. B MR BID PROPOSAL. PROPOSAL OF, a corporation a

Annual 2012 Asphalt Overlay Work Order Construction Contract Job No Solicitation No. B MR BID PROPOSAL. PROPOSAL OF, a corporation a Job No. 12-0101 Solicitation No. B-12-013-MR BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction

More information

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

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

More information

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction and Invitations to Bidders, the undersigned

More information

B. Reinforcing. Materials shall be as specified in Section 2000 Concrete or as indicated on the plans.

B. Reinforcing. Materials shall be as specified in Section 2000 Concrete or as indicated on the plans. SECTION 1400 - CONCRETE PAVEMENT 1401 SCOPE. This section governs the furnishing of all labor, equipment, tools, and materials and the performance of all work necessary to construct concrete pavement.

More information

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

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

More information

**************************************************************************

************************************************************************** USACE / NAVFAC / AFCEC / NASA UFGS-32 01 16.71 (February 2017) ------------------------------ Preparing Activity: USACE Superseding UFGS-32 01 16.17 (August 2008) UNIFIED FACILITIES GUIDE SPECIFICATIONS

More information

**************************************************************************

************************************************************************** USACE / NAVFAC / AFCEC / NASA UFGS-32 01 16.71 (February 2017) ------------------------------ Preparing Activity: USACE Superseding UFGS-32 01 16.17 (August 2008) UNIFIED FACILITIES GUIDE SPECIFICATIONS

More information

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION A1 EXCAVATION AND BACKFILL GENERAL SECTION A1 EXCAVATION AND BACKFILL GENERAL The work under this section shall include all excavation to such width and depth as shown on the drawings, specified herein, or ordered by the Engineer. Such

More information

7. Refer to Paragraph 3.08 for unit price adjustments.

7. Refer to Paragraph 3.08 for unit price adjustments. Section 02741 PART 1 G E N E R A L 1.01 SECTION INCLUDES A. Surface course of compacted mixture of coarse and fine aggregates and asphaltic binder. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices. 1. Payment

More information

SPECIFICATIONS FOR BONDED WEARING COURSE

SPECIFICATIONS FOR BONDED WEARING COURSE SPECIFICATIONS FOR BONDED WEARING COURSE 1.0 DEFINITIONS The term Director [Superintendent, etc.] shall mean the Director of Public Works of the awarding authority. The term Designee shall mean an employee

More information

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

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

More information

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

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

More information

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

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

More information

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

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

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

SECTION FLEXIBLE PAVING

SECTION FLEXIBLE PAVING SECTION 321200 PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. Include GENERAL CONDITIONS and applicable parts of Division 1 as part of this Section. B. Examine all Drawings and other Sections of the Specifications

More information

ITEM 340 DENSE-GRADED HOT-MIX ASPHALT (METHOD)

ITEM 340 DENSE-GRADED HOT-MIX ASPHALT (METHOD) ITEM 340 DENSE-GRADED HOT-MIX ASPHALT (METHOD) 340.1. Description. Construct a pavement layer composed of a compacted, dense-graded mixture of aggregate and asphalt binder mixed hot in a mixing plant.

More information

DOCUMENT ADDENDA AND MODIFICATIONS

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

More information

SECTION CONCRETE CURBS, GUTTERS AND SIDEWALKS

SECTION CONCRETE CURBS, GUTTERS AND SIDEWALKS SECTION 32 16 13 CONCRETE CURBS, GUTTERS AND SIDEWALKS PART 1 GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required

More information

Special Provision No. 335S03 April 2015

Special Provision No. 335S03 April 2015 COLD IN-PLACE RECYCLED EXPANDED ASPHALT MIX Item No. Special Provision No. 335S03 April 2015 Amendment to OPSS 335, November 2009 OPSS 335, November 2009, Construction Specification for Cold In-Place Recycling

More information

County of Sacramento Standard Construction Specifications January 1, 2008 TECHNICAL PROVISIONS

County of Sacramento Standard Construction Specifications January 1, 2008 TECHNICAL PROVISIONS County of Sacramento Standard Construction Specifications January 1, 2008 TECHNICAL PROVISIONS SECTION 27 CURBS, GUTTERS, SIDEWALKS, AND DRAINAGE STRUCTURES 27-1 GENERAL Concrete curbs, gutters, sidewalks,

More information

Section ASPHALTIC CONCRETE PAVEMENT

Section ASPHALTIC CONCRETE PAVEMENT PART 1 GENERAL 1.01 SUMMARY Section 02741 This Section includes surface courses of compacted mixture of coarse and fine aggregates and asphaltic material. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices. 1.

More information

COLD-IN-PLACE PAVEMENT RECYCLING

COLD-IN-PLACE PAVEMENT RECYCLING COLD-IN-PLACE PAVEMENT RECYCLING PART 1 - GENERAL 1.01 SECTION INCLUDES Cold-in-place recycling (CIR) of asphalt roadways 1.02 DESCRIPTION OF WORK Includes milling and mixing of existing asphalt materials,

More information

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS

More information

Item P-219 Recycled Concrete Aggregate Base Course

Item P-219 Recycled Concrete Aggregate Base Course Item P-219 Recycled Concrete Aggregate DESCRIPTION 219-1.1 This item consists of a base course composed of recycled concrete aggregate, crushed to meet a particular gradation, constructed on a prepared

More information

ITEM 250 HOT MIX ASPHALTIC CONCRETE BASE COURSE (BLACK BASE)

ITEM 250 HOT MIX ASPHALTIC CONCRETE BASE COURSE (BLACK BASE) AFTER MAY 1, 2014 ITEM 250 HOT MIX ASPHALTIC CONCRETE BASE COURSE (BLACK BASE) 250.1 Description. This Item shall consist of a base course mixture of compacted mineral aggregate and asphaltic material,

More information

TABULATION OF BIDS DODGE CITY REGIONAL AIRPORT DODGE CITY, KANSAS RECONSTRUCT RUNWAY 14-32: SUMMARY PROJECT NO.: AIP

TABULATION OF BIDS DODGE CITY REGIONAL AIRPORT DODGE CITY, KANSAS RECONSTRUCT RUNWAY 14-32: SUMMARY PROJECT NO.: AIP RECONSTRUCT RUNWAY 14-32: SUMMARY., BID SUMMARY TOTAL COST TOTAL COST TOTAL COST TOTAL COST TOTAL COST Schedule 1 Cost of Construction $4,717,480.00 $5,106,762.00 $5,697,026.50 $4,430,910.42 $4,640,166.10

More information

1301 SCOPE. This section covers asphaltic concrete (AC) pavement for roadways and parking areas.

1301 SCOPE. This section covers asphaltic concrete (AC) pavement for roadways and parking areas. SECTION 1300 - ASPHALTIC CONCRETE PAVEMENT 1301 SCOPE. This section covers asphaltic concrete (AC) pavement for roadways and parking areas. 1302 GENERAL. Pavement shall be constructed to the lines, grades,

More information

SECTION RIGID PAVEMENT

SECTION RIGID PAVEMENT SECTION 02750 PART 1 GENERAL RIGID PAVEMENT 1.1 SUMMARY A. Section Includes: 1. Concrete sidewalks. 2. Concrete stair steps. 3. Concrete integral curbs gutters. 4. Concrete parking areas and roads. B.

More information

CITY OF SAN ANGELO ITEM 360 CONCRETE PAVEMENT

CITY OF SAN ANGELO ITEM 360 CONCRETE PAVEMENT ITEM 360 360.1. DESCRIPTION. CITY OF SAN ANGELO ITEM 360 This item shall govern for the construction of Portland Cement Concrete pavement with or without monolithic curbs on a prepared subgrade or sub-base

More information

507 SLURRY SEAL AND MICRO-SURFACING 1 of 8 CATEGORY 500 PAVING SECTION 507 SLURRY SEAL SECTION 507 SLURRY SEAL AND MICRO-SURFACING

507 SLURRY SEAL AND MICRO-SURFACING 1 of 8 CATEGORY 500 PAVING SECTION 507 SLURRY SEAL SECTION 507 SLURRY SEAL AND MICRO-SURFACING 507 SLURRY SEAL AND MICRO-SURFACING 1 of 8 CATEGORY 500 PAVING SECTION 507 SLURRY SEAL 489 DELETE: SECTION 507 SLURRY SEAL in its entirety. INSERT: The following. SECTION 507 SLURRY SEAL AND MICRO-SURFACING

More information

SECTION ASPHALT PAVING

SECTION ASPHALT PAVING PART 1 - GENERAL 1.1 DESCRIPTION SECTION 32 12 16 ASPHALT PAVING SPEC WRITER NOTE: Delete or add information between // ---- // and any other items applicable to project. Any item added to the text shall

More information

SECTION ASPHALT CONCRETE

SECTION ASPHALT CONCRETE SECTION 02740 ASPHALT CONCRETE PART 1. GENERAL 1.01 SECTION INCLUDES A. Work includes but is not limited to the following: 1.02 RELATED SECTIONS 1. Provide all material, labor, and equipment to prepare

More information

MONTEZUMA COUNTY COLORADO ROAD AND BRIDGE STANDARD SPECIFICATIONS

MONTEZUMA COUNTY COLORADO ROAD AND BRIDGE STANDARD SPECIFICATIONS MONTEZUMA COUNTY COLORADO ROAD AND BRIDGE STANDARD SPECIFICATIONS The following Standard Specifications for Road and Bridge Construction in Montezuma County, Colorado have been amended this 22 nd, day

More information

MIDLAND COUNTY ROAD COMMISSION

MIDLAND COUNTY ROAD COMMISSION MIDLAND COUNTY ROAD COMMISSION BID FORM Sealed Proposals will be received at the office of the Board of Road Commissioners, County of Midland, at 2334 N. Meridian Road, Sanford, Michigan, 48657, until:

More information

SECTION CURB, COMBINATION CURB AND GUTTER, AND MONOLITHIC MEDIAN. 1. Bituminous concrete pavement; Section

SECTION CURB, COMBINATION CURB AND GUTTER, AND MONOLITHIC MEDIAN. 1. Bituminous concrete pavement; Section 02670-1 of 6 SECTION 02670 CURB, COMBINATION CURB AND GUTTER, AND 02670.01 GENERAL A. Description This work shall include, but not necessarily be limited to, the construction of concrete curb, concrete

More information

SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS

SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Removal of Sidewalks, Shared Use Paths, and Driveways B. Installation of Sidewalks, Shared Use Paths, and Driveways

More information

TECHNICAL SPECIFICATION

TECHNICAL SPECIFICATION TECHNICAL SPECIFICATION ITEM 00252 IN-PLACE FULL DEPTH COLD FLEXIBLE PAVEMENT RECYCLING 252.1 Description. This work shall consist of a stabilized base course composed of a mixture of the existing bituminous

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

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

More information

ITEM 342 PLANT MIX SEAL

ITEM 342 PLANT MIX SEAL ITEM 342 PLANT MIX SEAL 342.1. Description. This Item shall govern for the construction of a wearing surface composed of a compacted mixture of aggregate and asphalt cement mixed hot in a mixing plant,

More information