Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Size: px
Start display at page:

Download "Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director"

Transcription

1 Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director 10/16/2014 Project Addendum No. 1 PID No FRA USR Major Widening Letting: October 30, 2014 Notice to all Bidders and Suppliers to please be advised of the attached Proposal Addendum. For internet access to information referenced in this addendum, please see the ODOT web site at -> ftp://ftp.dot.state.oh.us/pub/contracts/attach/fra-76282/ The Department utilizes Bid Express ( as the official medium for electronic bid submittal. All bidders must prepare bids and submit them online via Bid Express. Addenda amendments must be acknowledged in the miscellaneous section of the Expedite (EBS) file and all amendments loaded in order for your bid to be considered for award of this project. Bid express will not accept bids that do not have amendments incorporated. Failure to incorporate changed quantities or items in your Expedite (EBS) submissions will result in the rejection of your bid. ODOT is an Equal Opportunity Employer and Provider of Services

2 Proposal Addendum For FRA ; PID Project Completion Date Change: No Bid Item Changes, Additions or Deletions: Yes Funding Splits Required: Yes Revised Bid Items: Ref. No. Item No. Total Quantity Unit Description Section E EACH STRUCTURE REMOVED E SY PAVEMENT REMOVED, ASPHALT E FT PIPE REMOVED, OVER 24" E EACH MANHOLE REMOVED E FT SPECIAL - FILL AND PLUG EXISTING CONDUIT E SF 4" CONCRETE WALK E FT 12" CONDUIT, TYPE B E FT 12" CONDUIT, TYPE C E FT 15" CONDUIT, TYPE B E FT 24" CONDUIT, TYPE B E FT 24" CONDUIT, TYPE C E EACH CATCH BASIN, NO. 3, AS PER PLAN E EACH CATCH BASIN, NO. 3A, AS PER PLAN E EACH CATCH BASIN, NO E EACH CATCH BASIN, NO E EACH CATCH BASIN, NO. 2-2B E EACH INLET, NO E EACH MANHOLE, NO E SY SUBGRADE COMPACTION E CY ASPHALT CONCRETE BASE, PG E CY ASPHALT CONCRETE BASE, PG64-22 (DRIVEWAYS) E CY AGGREGATE BASE E GAL TACK COAT E GAL TACK COAT FOR INTERMEDIATE COURSE E CY ASPHALT CONCRETE SURFACE COURSE, TYPE 1, (448), (DRIVEWAYS) E CY ASPHALT CONCRETE SURFACE COURSE, 12.5MM, TYPE A (446)

3 E CY ASPHALT CONCRETE INTERMEDIATE COURSE, 19MM, TYPE A (446) E SY 8" NON-REINFORCED CONCRETE PAVEMENT, CLASS QC E SY 10" NON-REINFORCED CONCRETE PAVEMENT, CLASS QC E FT CURB, TYPE E FT 6" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, PUSH-ON JOINTS AND FITTINGS E FT 6" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, BOLTLESS-RESTRAINED JOINTS AND FITTINGS E FT 8" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, PUSH-ON JOINTS AND FITTINGS E FT 8" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, BOLTLESS-RESTRAINED JOINTS AND FITTINGS E FT 10" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, PUSH-ON JOINTS AND FITTINGS E FT 10" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, BOLTLESS- RESTRAINED JOINTS AND FITTINGS E FT 12" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, PUSH-ON JOINTS AND FITTINGS E FT 12" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, BOLTLESS- RESTRAINED JOINTS AND FITTINGS E FT CONDUIT, 2", E FT CONDUIT, 3", E FT TRENCH, 24" DEEP E MILE EDGE LINE, 6" E FT DOTTED LINE, 6" E EACH SIGN HANGER ASSEMBLY, MAST ARM, AS PER PLAN E SF SIGN, FLAT SHEET E EACH EVERGREEN SHRUB, 18" HEIGHT: JUNIPERUS CONFERTA 'BLUE PACIFIC' - BLUE PACIFIC JUNIPER 0009 Deleted Bid Items: Ref. No. Item No. Total Quantity Unit Description Section E FT 4" CONDUIT, TYPE B E FT EXFILTRATION TRENCH, TYPE A 0003

4 Added Bid Items: Ref Item No. Total Unit Description Section No. Quantity E FT 12" CONDUIT TYPE B, , AS PER PLAN E FT 12" CONDUIT TYPE C, , APP E FT 24" CONDUIT TYPE B, , APP E FT 24" CONDUIT TYPE C, , APP E EACH PERINNIALS: PENNESTUM ALOPECUROIDES 'HAMLIN' - DWARF 0009 FOUNTAIN GRASS E SY PAVEMENT FOR MAINTAINING TRAFFIC, CLASS B 0010 Please be advised of the following: Included in this addendum are changes in the following work: - The COTA bus stop west of Hilliard-Rome Rd has been eliminated and the bus stop east of Norton road has been moved to just west of Sturbridge. This change has affected other various ancillary items such as pavement removal, pavement quantities, sidewalk, etc. - Parcel 79 Speedway sign (RS-51) has been marked DND and will remain. - Drainage and Pavement quantities have been split out to reflect a short portion at the beginning of the project which is designated as NHS. - Various plan changes required the revisions to drainage and pavement quantities. - Elimination of Item Exfiltration Trench, Type A and Item Conduit, Type B related to the exfiltration trenches. Disregard any corresponding notes, references, labels and quantities related to Exfiltration Trenches. - Addition of driveway to Dunkin Donuts, Parcel 43 and drive details. - Added Item 611- Conduit, As Per Plan of various diameters for locations within the lateral clearance limits of the 24 City of Columbus Water Main and shall include pressure testing. - Temporary curb note added for work near AT&T manhole locations as listed. - Construction Coordination note with utilities added. - Waterwork Plan changes in note, details, and quantities. Add the following Note: Yes ITEM CONDUIT, TYPE B & C, , AS PER PLAN THE CONTRACTOR SHALL PRESSURE TEST THE STORM SEWER LINES PER THE REQUIREMENTS OF OEPA AND 10-STATES STANDARDS. PAYMENT FOR THE ABOVE WORK SHALL BE MADE AT THE UNIT PRICE BID AND SHALL INCLUDE ALL LABOR, TOOLS, MATERIAL, AND EQUIPMENT NECESSARY.

5 TEMPORARY CURB THE CONTRACTOR SHALL INSTALL THE CURB PER THE TEMPORARY CURB SPECIFICATIONS PROVIDED BY AT&T AT THE FOLLOWING STATIONS AT THE AT&T MANHOLES: STA RT STA RT STA RT ONCE THE CURB IS CONSTRUCTED THE ODOT CONTRACTOR WILL NOTIFY GARY VAN ALMSICK VIA AT ONCE NOTICE IS GIVEN TO AT&T IN WRITING AT&T HAS 10 DAYS TO COMPLETE THEIR TEMPORARY CURB INSTALLATION. IF AT&T DOES NOT COMPLETE THEIR TEMPORARY CURB INSTALLATION WITHIN THE ALLOTED 10 DAY PERIOD FROM NOTIFICATION THE ODOT CONTRACTOR IS PERMITTED TO INSTALL A PERMANENT CURB TO PROJECT SPECIFICATIONS AND REMOVE ACCESS TO THE AT&T MANHOLES. CONSTRUCTION COORDINATION WITH UTILITIES ODOT POLE LOCATED ABOUT STA AND 54' LEFT IS JOINT USE WITH WOW. THE ODOT CONTRACTOR SHALL COORDINATE WITH WOW BEFORE THE REMOVAL OF POLE. WOW NEEDS TO PLACE DUCT TO RELOCATE THEIR UTILITY UNDERGROUND. THE ODOT CONTRACTOR SHALL PROVIDE WOW NOTICE IN WRITING A MINIMUM OF 30 DAYS PRIOR TO THE REMOVAL OF THIS POLE. NOTIFICATION SHALL BE PROVIDED TO LEONARD BARNES AT L_BARNES20@WIDEOPENWEST.COM. WOW HAS A MINIMUM OF 30 DAYS MAXIMUM OF 45 DAYS FROM NOTIFICATION TO PLACE THEIR DUCT AND MOVE THEIR IMPACTED LINES UNDERGROUND. 1.4 JOINTS DEGREE BENDS ARE NOT BUT CAN BE ACCEPTED ON A CASE BY CASE BASIS BY THE SANITARY ENGINEER, BUT INSTALLATION OF 90- DEGREE BENDS WILL REQUIRE THAT THE PIPE INSTALLED ADJACENT TO THESE FITTINGS SHALL HAVE A MINIMUM RESTRAINED LENGTH AS DIRECTED BY THE SANITARY ENGINEER ALL JOINTS SHALL BE RESTRAINED. USE MEGALUG BY EBAA OR APPROVED EQUAL THE MINIMUM RESTRAINED LENGTH OF PIPE TO BE RESTRAINED ON BOTH SIDES OF THE VERTICAL AND HORIZONTAL OFFSET SHALL BE DERIVED FROM THE FOLLOWING TABLE. PIPE SIZE HORIZONTAL BENDS VERTICAL BENDS " 3' 6' 13' 31' 11' 22' 46' NOT 6" 4' 8' 18' 42' 15' 31' 65' NOT 8" 5' 11' 23' 54' 20' 41' 84' NOT

6 10" 6' 13' 27' 64' 24' 49' 101' NOT 12" 7' 15' 31' 74' 28' 57' 118' NOT CONCRETE THRUST BLOCKS CAN BE USED FOR HORIZONTAL RESTRAINS ONLY, IN LIEU OF RESTRAINED JOINTS. CONCRETE THRUST BLOCK DESIGN SHALL BE APPROVED IN WRITING BY THE SANITARY ENGINEER. ALL COSTS ASSOCIATED WITH THRUST BLOCKS SHALL BE CONSIDERED INCIDENTAL TO THE PERTINENT ITEM , LIGHT POLE, CONVENTIONIAL, <TYPE>, AS PER PLAN IN ADDITION TO THE REQUIREMENTS OF ODOT S CONSTRUCTION AND MATERIAL SPECIFICATIONS, LIGHT POLES SHALL INCLUDE THE FOLLOWING: POWDER COAT THE POLE AND ACCESSORIES VICTORY STANLEY GREEN FEDERAL STANDARD NUMBER 595B # PROVIDE 24 INCH WIDE, 1 DIAMETER BANNER ARMS AT THE LOCATIONS SHOWN BELOW. PROVIDE ONE ARM FOR SINGLE LUMINAIRE LIGHT POLES MOUNTED ON THE STREET SIDE. TOP ARMS ARE TO BE CLAMP-ON STYLE. BOTTOM ARMS ARE TO BE FIXED VIA A WELDED CONNECTION. DESIGN SPACING IS 6 FEET, MOUNT BOTTOM ARM 12 FEET ABOVE WALK. WAR7, WAL7 WAR1, WAL1, WBR1, WBL1 WBL4, WBR5, EAL1, EAR1 EBL6, EBR6, EBL7, EBR7 TRANSFORMER BASE, BRACKET ARMS, AND ACCESSORIES ARE TO BE SAME COLOR AS POLE. POLE DESIGN SHALL BE THE DAVIT STYLE SHOWN ON HL PAYMENT WILL BE MADE AT THE UNIT PRICE BID FOR EACH CMS ITEM 625, LIGHT POLE, CONVENTIONAL, <TYPE>, AS PER PLAN FOR EACH LIGHT POLE WHICH SHALL BE FULL COMPENSATION FOR ALL LABOR, MATERIALS AND INCIDENTALS REQUIRED. EXISTING LIGHTING REMOVAL COORDINATION BEFORE THE REMOVAL OF ANY REXISTING STREET LIGHTING THE CONTRACTOR SHALL INFORM KRAIG SHREWSBERRY, ODOT DISTRICT 6 IN WRITING KRAIG.SHREWSBERRY@DOT.STATE.OH.US OF WHICH AEP LIGHTING UNITS ARE TO BE REMOVED AND THE DATE OF REMOVAL. THE PROJECT CAN, UNDER ODOT S AUTHORITY, REQUEST THE REMOVAL OF THE AEP LIGHTS. THE CONTRACTOR SHALL COORDINATE THE REMOVAL OF THE EXISTING LIGHT POLES WITH AEP. THE COORDINATION SHALL BE DONE SUCH THAT THERE IS AS LITTLE AS POSSIBLE DOWN-TIME ON THE LIGHTING BETWEEN EXISTING AND PROPOSED.

7 Plan sheets: Yes Replace the following with revised sheets: 1, 5, 8, 9, 10, 10A, 13, 42, 46, 47, 56, 60, 62, 81, 85, 86, 97, 97A, 98, 99, 100, 105, 106, 108, 109, 110, 111, 113A, 114, 115, 116, 120, 121, 122, 123, 124, 125, 126, 127, 132, 133, 134, 135, 136, 137, 138, 139, 140, 141, 142, 143, 144, 145, 146, 206, 221, 224, 225, 226, 228, 229, 230, 231, 232, 233, 234, 235, 237, 238, 239, 241, 242, 243, 244, 245, 246, 247, 249, 250, 250B, 251, 252, 253, 254, 256, 257, 258, 259, 261, 262, 263, 264, 265, 266, 267, 268, 269, 311, 322, 324, 330, 334, 335, 336, 354, 355, 356, 358, 361, 362, 363, 376, 382, 383, 384, 385, 388, 392, 393, 394, 403, 406, 409A, 410, 411, 430, and SUBGRADE EXPLORATION sheets 1-8. Answers to Prebid Questions: Yes Question #1 Wednesday, September 24, :43AM Answer #1: The Pavement restoration note has been revised to reflect a volume based on 9.5" item 301. Trench restoration detail has been revised to reflect 9.5" item 301. All mention of item 302 and item 448 have been removed. All utilities under pavement shall require item 613 backfill. The trench restoration detail has been revised to state that the notching of pavement is during winter months when snow is expected. A detail has been added addressing at grade plate placement. Per the Waterworks general notes sheet 249 item 11, pavement restoration is included in the unit price bid of the pipe. Question #2 Wednesday, September 24, :44AM Answer #2: A quantity for Item 615 Pavement for Maintaining Traffic, Class B has been added to the MOT notes and general summary. Per Waterworks general notes sheet 249 item 11, pavement restoration is included in the unit price bid of the pipe. Temporary pavement shall consist of 9.5" item 301 and has been called out in a revised PAVEMENT RESTORATION FOR PIPE INSTALLATION note. Question #3 Thursday, September 25, :07AM Answer #3: Item 609E " Concrete Traffic Island shown on the general summary and pavement calculation sheets is the correct naming. Labeling on the typical section, and plan sheets have been revised from "3' CONCRETE MEDIAN" TO "3' CONCRETE ISLAND" Question #4 Friday, September 26, :21AM Answer #4: A table of restrained joints lengths from horizontal and vertical bends has been provided in the waterworks general notes. No stationing of boltless restrained joints will be provided. Quantities and plans sheets have been revised accordingly.

8 Question #5 Friday, September 26, :24 PM Answer#5: The 30" pipe removal between Station and Sta is referenced in two (2) removal quantities RD-80 and RD-130. These two items have been combined under RD- 130, where a portion of the pipe is designated for removal and the other portion is designated for abandonment. Quantities and general summary have been adjusted accordingly. Question #6 Monday, September 29, :56 AM Answer #6: Landscaping General Summary (Sheet 409A) the see sheet reference column for Item 647 refers to notes and also the Landscape Details (Sheet 430). The crosswalk detail on Sheet 430 refers to the Traffic Control Plans for the Crosswalk Lines. The Traffic Control Plans indicate a typical crosswalk width of 10. The crosswalk detail on Sheet 430 of the Landscaping Plans incorrectly refers to Item 647 for the Crosswalk Lines; the Traffic Control Plans correctly indicate the Crosswalk Lines are Item 644. Transverse lines (crosswalk lines) are provided through Item 644 in the Traffic Control Plans. The interior area of the crosswalk is provided through Item 647 in the Landscaping Plans and does not include the crosswalk lines. Item 644 Crosswalk Lines should be applied at a thickness of 125 mils. Texturing should be confined to the Item 647 material (interior of the crosswalk). Texturing should not be applied to the Item 644 Crosswalk Lines. A twelve (12) inch width shall be supplied for all locations receiving Item 644 Crosswalk Lines. Question #7 Monday, September 29, :41 PM Answer #7: Paint samples will not be provided to prospective bidders however standardized color charts for Federal Standard colors may be used to obtain the correct color for color number Question #8 Monday, September 29, :16 PM Answer #8: All utilities under pavement shall require item 613 backfill. Question #9 Tuesday, September 30, :15 PM Answer #9: Item 613 is required under the curb. Item 611 is required for all storm sewers, where applicable. Question #10 Tuesday, September 30, :46 PM Answer #10: Subgrade exploration sheets have been posted for bidders to review. Question #11 Tuesday, September 30, :52 PM Answer #11: No, ODOT is not asking or requiring the contractor to salvage or turn over signs to the property owner. Please bid according to plan for Item 202E11004, unit EACH. This sign (Speedway, Parcel 79) will remain and has been marked on the plans as Do Not Disturb (DND). Plans and quantities have been revised. RS-51 Label has been removed.

9 Prebid Question #12 Wednesday, October 1, :56 AM Answer #12: Banner arms are stated on sheet 382 first column. Top banner arms are to be clamp on style and bottom arms are to be fixed using a welded connection. Arms are to be six feet apart with the bottom arm mounted 12' above adjacent walk. Arms are nominally 24" wide. Question #13 Wednesday, October 1, :27 AM Answer #13: The logo is part of the crosswalk Item 647. The logo is not separately enumerated in the plans. A simplified logo will be provided to the successful bidder. Question #14 Thursday, October 1, :23 PM Answer #14: The color number is correct. The first digit is the level of sheen: 1 is gloss, 2 is semi-gloss and 3 is matte finish. The intent is to have a semi-gloss finish. Please refer to Federal Standard 595B paint specifications for further information. Question #15 Monday, October 6, :00 PM Answer #15: The logo is part of the crosswalk Item 647 for the locations shown on the plans. The logo is not separately enumerated in the plans. A simplified logo graphic will be provided to the successful bidder. On the Landscaping General Summary (Sheet 409A) the see sheet reference column for Item 647 refers to notes and also the Landscape Details (Sheet 430). The crosswalk detail on Sheet 430 refers to the Traffic Control Plans for the Crosswalk Lines. The Traffic Control Plans indicate a typical crosswalk width of 10. The crosswalk detail on Sheet 430 of the Landscaping Plans incorrectly refers to Item 647 for the Crosswalk Lines; the Traffic Control Plans correctly indicate the Crosswalk Lines are Item 644. Transverse lines (crosswalk lines) are provided through Item 644 in the Traffic Control Plans. The interior area of the crosswalk is provided through Item 647 in the Landscaping Plans and does not include the crosswalk lines. Item 644 Crosswalk Lines should be applied at a thickness of 125 mils. Texturing should be confined to the Item 647 material (interior of the crosswalk). Texturing should not be applied to the Item 644 Crosswalk Lines. The default width of crosswalk lines per CMS E is 12 inches however the pavement marking legend on Sheet 330 states 8 width. The OMUTCD states crosswalk lines shall be not less than 6 inches or greater than 24 inches in width. TEM Section states ODOT's policy is to use 12" Crosswalk Lines. A twelve inch width shall be supplied for all locations receiving Item 644 Crosswalk Lines. Question #16 Monday, October 6, :42 PM Answer #16: Sheets 105 and 106, Item 847 Wearing course removed. The label (for median over exist. pvmt) has been removed. The intent is to call out the wearing course removal over the roadway concrete pavement. Saw cutting of concrete pavement is paid separately, it has its own contingency quantity. Item 252E01500 Full depth pavement sawing. Saw cutting of asphalt pavement is incidental to item 202E23010 Pavement removed, Asphalt

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 6/2/2014 Project 140353 Addendum No. 1 PID No. 86675 MOT IR 75 11.75/11.80

More information

Ohio Department of Transportation

Ohio Department of Transportation Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 Ted Strickland, Governor Jolene M. Molitoris, Director THE DEPARTMENT UTILIZES BID EXPRESS (http://www.bidx.com)

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 4/14/2015 Project 150249 Addendum No. 2 PID No. 81747 FRA IR 270

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 11/3/2014 Project 140485 Addendum No. 8 PID No. 77254 LUC IR 75

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 10/29/2013 Project 133023 Addendum No. 1 PID No. 93445 SUM SR 8

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 3/21/2011 Project 110136 Addendum No. 6 PID No. 16144 WOO SR 25

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 12/5/2012 Project 130002 Addendum 1 PID 76691 ALL IR 75 5.53 Part1;

More information

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

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

More information

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

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 10/30/2014 Project 140485 Addendum No. 7 PID No. 77254 LUC IR 75

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 4/1/2014 Project 140227 Addendum No. 1 PID No. 86154 SUM Akron Cleveland

More information

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

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

More information

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

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

More information

YES, we received Addendum No. 1

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

More information

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013 ADDENDUM NO. 1 for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA Posting Date: June 20, 2013 BIDDERS SHALL CONFORM TO THE FOLLOWING CHANGES AS A PART OF THE BID DOCUMENTS, WHICH SHALL BECOME

More information

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

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

More information

The Metropolitan Sewer District of Greater Cincinnati

The Metropolitan Sewer District of Greater Cincinnati The Metropolitan Sewer District of Greater Cincinnati Dry Run Area Sewers, Phase 1 and Phase 2 Contract A, Project ID 10270000_10270005 Date Issued: 03/25/2010 ADDENDUM NO. 2 This addendum will only be

More information

Please acknowledge receipt of this Addendum No. 01 on the Bid Schedule submitted with your sealed Bid

Please acknowledge receipt of this Addendum No. 01 on the Bid Schedule submitted with your sealed Bid Bids for the construction of the Westar Place, PH 2 (), will be received by the City of Westerville, Ohio until the closing date and time of 3:00 p.m. (local time) on Wednesday, December 12, 2018 and will

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 1/13/2014 Project 141016 Addendum No. 1 PID No. 87277 HOL SR 515

More information

ADDENDUM #1 ISSUE DATE: WEDNESDAY, MARCH 16, 2016 BID DATE: TUESDAY, MARCH 22, 2016 AT 12:00 PM (NOON)

ADDENDUM #1 ISSUE DATE: WEDNESDAY, MARCH 16, 2016 BID DATE: TUESDAY, MARCH 22, 2016 AT 12:00 PM (NOON) PROJECT #: 150081 CLIENT: PROJECT TITLE: CITY OF WILMINGTON, OH AIRBORNE CONNECTOR ROAD, PHASE 1 ISSUE DATE: WEDNESDAY, MARCH 16, 2016 BID DATE: TUESDAY, MARCH 22, 2016 AT 12:00 PM (NOON) THIS IS TO CERTIFY

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 5/1/2013 Project 130251 Addendum No. 2 PID No. 80695 LUC IR 475

More information

SECTION MEASUREMENT AND PAYMENT

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

More information

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

SPECIAL SPECIFICATION 6666 Charter Communications System

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

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 11/21/2014 Project 140560 Addendum No. 2 PID No. 82972 HAM IR 275

More information

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender.

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender. No. 1 Project: 47th Ave Road Reconstruction Owner: District of Chetwynd Date: March 5, 2019 Ref. No.: 1320.0095.01 This Addendum is issued prior to Tender Closing Date, in accordance with the Tender Documents

More information

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

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

More information

NOTE: 1) PRIOR TO BEGINNING WORK TRANSFER RIM ELEV. FROM MH K1 TO A TEMPORARY BENCH MARK FOR USE AS CONTROL DURING CONSTRUCTION. 2) CONTRACTOR TO INST

NOTE: 1) PRIOR TO BEGINNING WORK TRANSFER RIM ELEV. FROM MH K1 TO A TEMPORARY BENCH MARK FOR USE AS CONTROL DURING CONSTRUCTION. 2) CONTRACTOR TO INST NOTE: 1) PRIOR TO BEGINNING WORK TRANSFER RIM ELEV. FROM MH K1 TO A TEMPORARY BENCH MARK FOR USE AS CONTROL DURING CONSTRUCTION. 2) CONTRACTOR TO INSTALL MANHOLE LIDS FLUSH WITH EXISTING GROUND SURFACE.

More information

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

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

More information

SECTION MAINTENANCE OF EXISTING CONDITIONS

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

More information

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

SECTION FIRE HYDRANTS

SECTION FIRE HYDRANTS SECTION 21 11 10 PART 1. GENERAL 1.1 SUMMARY: A. Work consists of furnishing and installing new fire hydrants, (boot with ductile iron retainer gland, standpipe and hydrant complete) plus constructing

More information

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

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

More information

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

ADDENDUM NO. 1. VILLAGE OF VERSAILLES North West Street Extension March 19, 2018

ADDENDUM NO. 1. VILLAGE OF VERSAILLES North West Street Extension March 19, 2018 ADDENDUM NO. 1 VILLAGE OF VERSAILLES North West Street Extension March 19, 2018 To: Planholders From: Mote & Associates, Inc. Phone: (937) 548-7511 214 West Fourth Street Fax: (937) 548-7484 Greenville,

More information

Franklin County Engineer's Office - Highway Design FRA-Hamilton Road Bid Tabulation

Franklin County Engineer's Office - Highway Design FRA-Hamilton Road Bid Tabulation 7/07/2015 Page 1 of 20 Group: A Roadway 005 201E11000 Clearing And Grubbing 008 202E20010 Headwall Removed 10.00 EA 010 202E23000 Pavement Removed, 88.00 SQYD Concrete 012 202E23010 Pavement Removed, Asphalt

More information

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL

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

More information

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

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

More information

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

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

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO

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

More information

MINNESOTA AVENUE NE REVITALIZATION PHASE II CONSTRUCTION MANAGER S WEEKLY PROGRESS REPORT

MINNESOTA AVENUE NE REVITALIZATION PHASE II CONSTRUCTION MANAGER S WEEKLY PROGRESS REPORT PROJECT OFFICE PARK 7, SUITE 112, 4020 MINNESOTA AVENUE NE, WASHINGTON, DC 20019 MINNESOTA AVENUE NE REVITALIZATION PHASE II CONSTRUCTION MANAGER S 12/11/2017 12/16/2017 12/14/2017 Minnesota Ave. NE Sta.

More information

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

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

More information

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. THIS ADDENDUM IS ISSUED

More information

SECTION MINOR CONCRETE

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

More information

Ohio Department of Transportation - Prebid Questions

Ohio Department of Transportation - Prebid Questions Ohio Department of Transportation - Prebid Questions Project No. 110510 Sale Date - 9/29/2011 CUY-22212 - SR-17-8.38 (BROOKPARK ROAD) 9/22/2011 10:38:17 AM Quanity of materials for asbestos abatement?

More information

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

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

More information

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

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

More information

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

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

More information

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

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

More information

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

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

More information

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

TENDER WELLCOX ACCESS ROAD ADDENDUM 1

TENDER WELLCOX ACCESS ROAD ADDENDUM 1 TENDER 2336-2019 WELLCOX ACCESS ROAD ADDENDUM 1 This addendum shall be read in conjunction with and considered as an integral part of the Tender Contract 2336-2019. Revisions supersede the information

More information

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

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

More information

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

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

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

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

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

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

More information

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

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

More information

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017 SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017 STANDARD SPECIFICATIONS 102.12 Best Value Contracting Partial payments shall be withheld if contractor is working on site and has not satisfied

More information

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES

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

More information

CITY OF TACOMA Department of Public Utilities - Water Division

CITY OF TACOMA Department of Public Utilities - Water Division CITY OF TACOMA Department of Public Utilities - Water Division ADDENDUM NO. 1 DATE: October 12, 2015 REVISIONS TO: Request for Bids Specification No. WD15-0133F Water Main Replacement Project No. MRP 2014-27,

More information

SECTION 1500 REMOVALS

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

More information

CONSTRUCTION SURVEY. Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following:

CONSTRUCTION SURVEY. Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following: CONSTRUCTION SURVEY PART 1 - GENERAL 1.01 SECTION INCLUDES Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following: A. Construction Survey: 1. Project

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

YES, we received Addendum No. 1

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

More information

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

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

Job Order Sewer Repair Services

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

More information

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

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

More information

SECTION 3200 CONCRETE CURB AND GUTTER

SECTION 3200 CONCRETE CURB AND GUTTER PART 1 GENERAL 1.01 Section Summary SECTION 3200 CONCRETE CURB AND GUTTER CONCRETE CURB AND GUTTER A. Construction of concrete curb and gutter. 1.02 Related Sections A. Section 2900 Aggregate Base Course.

More information

ROAD CUT PERMIT APPLICATION & INSTRUCTIONS

ROAD CUT PERMIT APPLICATION & INSTRUCTIONS Jeremy Robinson Commissioner Ann Fordock Martin E. Davis, L.S. DEPARTMENT OF PUBLIC WORKS Ben Walsh, Mayor ROAD CUT PERMIT APPLICATION & INSTRUCTIONS REQUIRED FOR: Construction in (cutting into) a city

More information

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

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

More information

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

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

More information

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

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 Project: Coteau Street & Utility Improvements Bid Date: 1:00 P.M., Local Time, March 20, 2017 Bid Location: Office of the City Administrator/Clerk, City of Lake Benton 106 S. Center Street

More information

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

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

More information

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

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

More information

JANUARY 25, 2016 ADDENDUM NO. 3 FOR. ORD Baggage Service Road Retaining Wall Repair

JANUARY 25, 2016 ADDENDUM NO. 3 FOR. ORD Baggage Service Road Retaining Wall Repair JANUARY 25, 2016 ADDENDUM NO. 3 FOR ORD Baggage Service Road Retaining Wall Repair Specifications and Contract Documents Number: 132110 CDA Project Number: H6163.15-02 For which bids are scheduled to be

More information

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. December 14, 2018

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. December 14, 2018 STATE OF OHIO DEPARTMENT OF TRANSPORTATION COLUMBUS, OHIO PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING December 14, 2018 This pamphlet is issued solely for the purpose of circulating advance information

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 3/5/2013 Project 130164 Addendum No. 1 PID No. 81599 SUM SR 619

More information

DESIGN STANDARDS SECTION DS 7 STREET LIGHTING

DESIGN STANDARDS SECTION DS 7 STREET LIGHTING DESIGN STANDARDS SECTION DS 7 STREET LIGHTING DS 7-01 GENERAL: A. INTENT: The intent of these Design Standards is to provide minimum standards for the design of street lighting to serve the ultimate level

More information

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

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

More information

BID PROPOSAL FORM

BID PROPOSAL FORM GENERAL BID INFORMATION EXHIBIT A PROJECT BID PROPOSAL FORM (ATTACHMENT FOR FORM NO. 96) A. Bidder:. B. Project Name: Parking Lot Remediation #15-01-192 C. Project Location: 1501 W. Washington Street,

More information

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY

More information

STREET LIGHTING GENERAL INFORMATION

STREET LIGHTING GENERAL INFORMATION SECTION 1102 STREET LIGHTING GENERAL INFORMATION These specifications are for street lighting that is to be dedicated to the public and maintained by the City of Meridian. Such installations require a

More information

Ohio Department of Transportation - Prebid Questions

Ohio Department of Transportation - Prebid Questions Project No. 120625 Sale Date - 12/14/2012 ATB-76747 - IR-90-7.56, PART 1;ATB-90-13.60, PART 2 12/11/2012 8:03:55 AM Per Addendum 5 Item 184 was reduced drastically. With over 35,000 LF of new guardrail

More information

SECTION PROTECTION AND RESTORATION OF EXISTING FACILITIES

SECTION PROTECTION AND RESTORATION OF EXISTING FACILITIES PART 1 - GENERAL 1.1 GENERAL A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements

More information

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

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

More information

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

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

More information

QUANTITIES MOBILIZATION PAVT, REM EROSION CONTROL, INLET PROTECTION, FABRIC DROP 12 EA AGGREGATE BASE AGGREGATE BASE, CONDITIONING SHOULDER, CL II

QUANTITIES MOBILIZATION PAVT, REM EROSION CONTROL, INLET PROTECTION, FABRIC DROP 12 EA AGGREGATE BASE AGGREGATE BASE, CONDITIONING SHOULDER, CL II 7/12/18 GENERAL NOTES SPECIFICATIONS: ALL WORK AND MATERIALS, UNLESS OTHERWISE STATED IN THESE PLANS, SHALL BE IN ACCORDANCE WITH THE MICHIGAN DEPARTMENT OF TRANSPORTATION (MDOT) 2012 STANDARD SPECIFICATIONS

More information

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

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

More information

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. March 9, 2018

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. March 9, 2018 STATE OF OHIO DEPARTMENT OF TRANSPORTATION COLUMBUS, OHIO PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING March 9, 2018 This pamphlet is issued solely for the purpose of circulating advance information

More information

DIVISION 1100 TRAFFIC

DIVISION 1100 TRAFFIC SECTION 1102 STREET LIGHTING GENERAL INFORMATION The Idaho State Electrical Board has determined that all street lights are to be provided with an external fuse disconnect, in a junction box between the

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

THE ANTICIPATED SEQUENCE OF EVENTS ARE AS FOLLOWS, BUT THE CONTRACTOR IS RESPONSIBLE FOR ALL MEANS AND METHODS

THE ANTICIPATED SEQUENCE OF EVENTS ARE AS FOLLOWS, BUT THE CONTRACTOR IS RESPONSIBLE FOR ALL MEANS AND METHODS GENERAL PLAN NOTES PERMANENT SIGNS PROJECT SCOPE THIS PROJECT INCLUDES REMOVAL OF PORTIONS OF CONCRETE CURB & GUTTER AND HMA SURFACE; INSTALLATION OF SANITARY AND STORM SEWER AND UNDERDRAIN; EXCAVATION

More information

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

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

More information

PART 5 WATER SYSTEMS

PART 5 WATER SYSTEMS PART 5 WATER SYSTEMS Abbreviations and Symbols Plan 501 Abbreviations and symbols for water... 205 Concrete Boxes and Hardware 502 27" Frame and cover... 207 503 38" Frame and cover... 209 505 Concrete

More information

ADDENDUM NO. 1 NOVEMBER 8, 2016

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

More information

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

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

More information

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number) EXHIBIT A CONTRACTOR'S COMPENSATION SCHEDULE FOR ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / 50103-000-4150 (Budget Account Number) ITEM NO. P-S-F DESCRIPTION QTY

More information