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

Size: px
Start display at page:

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

Transcription

1 RES. NO. PROPOSAL FOR THE COMPLETION OF TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY COMMISSIONERS OF BUTLER COUNTY, OHIO: THE UNDERSIGNED HAVING FULL KNOWLEDGE OF THE SITE, PLANS AND SPECIFICATIONS FOR THE ABOVE IMPROVEMENT, HEREBY AGREES TO FURNISH ALL SERVICES, LABOR, MATERIAL AND EQUIPMENT NECESSARY TO COMPLETE THE SAME BY August 28, 2015 ACCORDING TO THE PLANS AND SPECIFICATIONS. (THE BIDDER IS REQUIRED TO FILL IN UNDER "UNIT PRICES," A UNIT PRICE OPPOSITE EACH ITEM FOR WHICH THERE IS A QUANTITY GIVEN IN THE "APPROXIMATE QUANTITIES." THE "GRAND TOTAL BID AMOUNT" OF THE TOTALS IN THE "AMOUNT" COLUMN SHALL EQUAL THE TOTAL BID GIVEN BELOW.) THE UNDERSIGNED FURTHER AGREES TO ACCEPT THE FOLLOWING "UNIT PRICES" IN COMPENSATION FOR ANY SMALL ADDITIONS OR DEDUCTIONS CAUSED BY ANY CHANGES OR ALTERATIONS IN THE PLANS OR SPECIFICATIONS OF THE WORK. ITEMIZED PROPOSAL SPEC OR ITEM DESCRIPTION APPROX. UNIT PRICE TOTAL AMT. BID ITEM NO. AND UNIT OF MEASURE QUANTITY DOLLARS-CTS. DOLLARS-CTS. SPECIAL NOTES FOR CONTRACT Bidding Requirements and Conditions Specifications Governing this Project Description: The State of Ohio Department of Transportation Construction and Material Specifications effective January 1, 2010 its revisions and supplements will govern this project. Butler County will be substituted where the specification refers to the Director. Excluded 2010 specifications: Section (see proposal note), (A), , , , , , , , , , , , , , (A), , , , , , , (A), (B), (D), (E).

2 General and Sub Contractor Qualifications Description: This item shall consist of the General Contractor and all Subcontractors providing work on the project being in good standing on the Ohio Department of Transportation s approved contractor listing for the type of construction required by the project. Contractor must submit a certification of qualifications showing they are a pre-qualified contractor registered through Ohio Department of Transportation for the type of construction work being performed. NONCOMPLIANCE WILL VOID THE CONTRACTORS BID. Sub Contractors Description: The contractor may not award more than 50% of this contract to a subcontractor per section State of Ohio Department of Transportation Construction and Material Specifications. Landscape Subcontractors not on the ODOT prequalified list must submit written proof of successfully performing the type of work of which they will be performing on this project on a minimum of three recent ODOT projects and are strictly limited to performing the following; Item 652, Placing Stockpiled Topsoil Item 653, Topsoil Furnished and Placed Item 654, Renovating Existing Soil Item 657, Riprap for Tree Protection Item 658, Tree Root Aeration Item 659, Seeding and Mulching Item 660, Sodding Item 661, Planting Tree, Shrubs, Perennials and Vines Item 662, Landscape Watering Item 666, Pruning Existing Trees Item 670, Erosion Protection Item 671, Erosion Control Mats SS 832, Construction Seeding and Mulching SS 832, Perimeter Filter Fabric Fence SS 832, Filter Fabric Ditch Check SS 832, Inlet Protection SS 832, Construction Ditch Protection

3 SS 832, Construction Mulching SS 832, Winter Seeding and Mulching The Butler County Engineer reserves the right to reject any subcontracting landscaper who in the opinion of the Engineer has not successfully performed Work on any Butler County project. Bid Guaranty No bid will be considered unless accompanied by a guaranty, payable to the Board of County Commissioners, Butler County, Ohio, in the form of either [1] the Bid Guaranty and Contract Bond prescribed by Ohio Revised Code Sections (B) and for the full amount of the bid, or [2] a certified check, cashier's check, or letter of credit, as provided in Ohio Revised Code Sections (A)(2) and (C) in the amount of 10% of the bid. If bid guaranty is in the form of a Bid Guaranty and Contract Bond, it must be accompanied by [a] a current Power of Attorney from the surety, and [b] a current Certificate of Compliance from the Ohio Department of Insurance, indicating that the surety has authority to transact business as a surety in the State of Ohio. Contract Bond If the bidder enters into a contract, the bidder shall provide a Contract Bond meeting the requirements of Ohio Revised Code Sections (C) and , unless the bidder has already provided satisfactory Bid Guaranty and Contract bond with the bid. The Contract Bond must be accompanied by [a] a current Power of Attorney from the surety, and [b] a current Certificate of Compliance from the Ohio Department of Insurance, indicating that the surety has authority to transact business as a surety in the State of Ohio.

4 Responsibility for Damage Claims and Liability Insurance: The entire specification of the State of Ohio, Department of Transportation, Construction and Material Specifications Manual dated January 1, 2010 applies, with the following additions: The Butler County Commissioners, its officers, agents and employees / the Butler County Engineer's Office, its officers, agents and employees are to be named as additional insured s with all rights. O.U.P.S. Locate Work Order Form Description: The contractor will be required to fill out this form prior to starting any construction. Item: Clearing and Grubbing The contractor shall visit the project site and be fully familiar with the existing conditions of the project. Clearing and Grubbing includes properly preparing the site for installing embankment. In addition to the normal requirements of Clearing and Grubbing the contractor is fully responsible for removing and properly disposing of any accumulated trash, debris or any other material(s) unsuitable for establishing an embankment upon. Excavation and Embankment Payment for all excavation shall be made under Item 203, Excavation and payment for all embankment shall be under Item 203, Embankment, which shall include payment for furnishing suitable material from sources other than excavation if needed to complete embankments or the Engineer deems the excavated material unsuitable for embankment. There will be no extra charge for excavating shale or rock during any phase of construction on this project. Excavation will be bid at a unit price regardless of what is to be excavated.

5 Item 614: Maintenance of Traffic All Maintenance of Traffic and Road Closure devices shall conform to the Plans and the current Ohio Manual of Uniform Traffic Control Devices, its supplements and revisions with this addition: If in the Opinion of the Engineer, when the inadvertent, accidental or intentional removal of, disturbance of or damage to Road Closure barricades would cause an imminent danger to the traveling public; the Contractor shall cause the barricades to be fixed to the barricade stand(s) and/or support(s) whereby the barricade cannot be easily removed from the stand(s) or support(s) and shall fix the barricades in place by anchoring the bottoms of the barricades together with non-welded, 255 lb rated, chain. The chain shall be placed at the bottom of the barricade stand(s) and support(s) and shall lay on the ground in its entirety. In addition to the plan M.O.T. notes the Maintenance of Traffic shall be restricted as follows; All existing through and turn lanes on Tylersville Road shall remain open and unrestricted to traffic from 6:00 AM to 10:00 PM. From 10:00 PM to 6:00 AM on Tylersville Road one through lane in each direction and the existing center turn lanes shall remain open and unrestricted to traffic. With the Engineer s Permission existing Tylersville right turn drop lanes may be closed from 10:00 PM to 6:00 AM. The proposed work on Dudley Drive must be completed before starting the work on Kingsgate Way. On Dudley Drive; one through lane in each direction and one left turn shall remain open and unrestricted to traffic from 6:00 AM to 10:00 PM. Dudley Drive may be reduced to one lane in each direction from 10:00 PM to 6:00 AM. To Perform the proposed work; Kingsgate Way may be reduced to one lane in each direction for seven, (7), calendar days. At all other times all of the existing or all of the completed traffic lanes shall remain open and unrestricted to traffic. Any required signal head adjustment or signal timing adjustment for the above work is incidental to Item 614, Maintenance of Traffic.

6 Documents and Records and Availability Description: The contractor agrees to make available for inspection or reproduction by Butler County all records, books and documents of every kind and description which relate to this contract as Butler County may request from time to time. Prevailing Wage Requirement Description: All work performed within the contract is subject to Prevailing Wage Requirements. The most current prevailing wage rates may be accessed through the website noted below: The General Contractor must provide a wage report weekly sent to the Butler County Engineer's Office attn. Melissa Taylor. Failure to provide the wage report will cause the withholding of payment estimates until such wage reports are received and reviewed. Item : Workers Compensation Insurance Description: The entire specification applies and the contractor must supply a statement showing their Workers Compensation Insurance is in effect and in good standing. Drug Free Work Place The contractor shall show proof and/or certification of compliance with the Drug Free Work Place requirements. The contractor shall use the form included in bid packet or if no form is provided, the contractor shall provide the appropriate form. Failure to complete and submit the required form(s) may cause the bidders proposal to be rejected. This form shall be submitted with the bid. Progress Schedule The contractor shall prepare and submit a Progress Schedule to the

7 Engineer as per , B. Payment for the Progress Schedule and subsequent updates are incidental to all contract items. The Engineer reserves the right to adjust without penalty the construction start date and construction completion date(s); as to be determined by delivery schedules and delivery dates for the proposed signal poles, signal mast arms, sign poles, sign mast arms and signs. The Contractor shall submit hard delivery dates for the poles and mast arms and receive approval from BCEO before starting any work on the Project. Furthermore the Engineer reserves the right to modify the Start date and Completion date without penalty in the event the existing utilizes are not relocated in time to start the proposed work. Payment Process for Work Completed Description: Pay estimates will be processed every four weeks for payment of work approved. No quantity will be recorded as completed without the associated material tickets reviewed and approved by the field inspector. Lump Sum Items will be paid on a percentage of project completion or when the item is complete. Senate Bill 11, Domestic Steel Bill Description: Domestic Steel use requirements as specified in section of the Ohio Revised Code apply to this project. Copies of the section of the of the revised code can be obtained from any of the offices of the Department of Administration Services. Project Material Certification Process Description: This item shall consist of the general contractor providing a material certification along with actual Certified test Data (specification ) testing results attached, prior to incorporating into or utilizing any material in all phases of construction. The general contractor shall provide actual testing of all materials by utilizing an independent testing lab approved by the Butler County Engineer's Office. All materials must

8 meet the specification(s) provided within the State of Ohio, Department of Transportation, Construction and Material Specifications manual, dated January 1, The costs for providing quality testing will be incorporated into the unit cost for the item without charge to the County. In the event the County institutes plant sampling and plant testing in addition to Material Certification, Specification will apply. All Material suppliers shall be on ODOT's approved list. Field testing is to include the following; gradation testing for asphalt, (a minimum of one test per day per material), compaction testing for aggregate base, compaction testing for all types of asphalt pavement, compaction testing for any area that has embankment, (Each layer must be tested for compaction), testing of concrete includes a field; slump test, air entrainment test, temperature test and a minimum of four cylinders for each fifty cubic yards of any concrete incorporated into the work. Note: concrete incorporated into work includes but is not limited to structures, headwalls, curb, sidewalk, foundations or any other item that includes concrete. All testing is to be included in the unit price bid for the tested item. Example: gradation testing is to be included with the associated asphalt item. The contractor is to provide the name of their testing firm for Butler County Engineer s approval. SPECIFICATION, : Certified Test Data. Description: A test report from a manufacturer s or an independent laboratory approved by the Director listing actual test results of samples tested for compliance with specified Department requirements. Certified test data will be accepted from the manufacturer s laboratories if their products have been used satisfactorily on prior Department contracts and their test data has been confirmed. The report shall include a statement that the test data is representative of the material furnished to a Department project or supplier to which the material is shipped. The report shall be signed by a person having legal authority to act for the manufacturer or independent laboratory. Seeding and Mulching Seeding and Mulching: All restoration areas on this project are designated to be free of stones 1 inch or greater. All areas shall be seeded with Class 1; Lawn Mixture seed mixes as defined in Table

9 of the State of Ohio, Department of Transportation, Construction and Material Specifications manual, dated January 1, The contractor shall use an automated process or machine to prepare the seed bed (rock hound) or equivalent. All other areas of the specification apply. Roadway LSM 50 Backfill Requirements Description: Any object, conduit, pipe or structure removed or installed within the existing or proposed roadway limits and any existing or proposed driveway limits will require LSM 50 as backfill. Limits of LSM- 50 shall extend two feet past the edge of berm or the edge of driveway and to the top of the subgrade. For removals: backfill the entire void left by the removal with LSM-50. For storm sewers (box culverts and concrete arches excepted), sanitary lines and water main: backfill the conduit or water main with granular material up to no more than one foot above the top of the conduit or water main and compact the granular material as per the ODOT CMS. Backfill the remainder of the void with high slump LSM-50. For any other object or structure backfill the entire void with LSM-50. All cost(s) associated with the LSM-50 backfill requirement are incidental to the pertinent Bid Item. Sub-grade repair Description: Contingency item includes all labor, equipment and material required for excavating soft subgrade and replacing with, 18" thick of #2 stone and 6" thick of item #304. This item is bid in cubic yards, the owner has the right to non-perform this item without penalty. Item Location of Private Electric Service This Item is to be used to find underground electric service(s) that are not covered by OUPS. With the approval of the Engineer, the Contractor shall hire a private underground utility location contractor for this work.

10 All Cost for this work shall be paid by the Bid Unit Price per hour. Item Relocate Private Light Pole Contingency Item to relocate existing light poles, (two near the Burger King parking lot and two near Thorton s parking lot); the Bid Unit Price includes all material, labor and equipment to perform this Work. Item Relocation of Motel Sign Contingency Item to relocate existing Motel Sign; the Bid Unit Price includes all material, labor and equipment to perform this Work. Item 2 inch PVC Irrigation line Contingency Item to be used at the direction of the Engineer in the event the existing irrigation line interferes with the work. Item Remove and Cap Sprinkler Head In the event that the existing irrigation line may be kept in its location but under the proposed sidewalk; this item will be used to remove the existing sprinkler head and cap the line. All costs are included in the Bid Unit price, Each. Finalization of Project Before final payment is made to the Contractor, the items listed below must be submitted to Butler County. a.) Waiver of Lien b.) Certification of Payroll Affidavit c.) Affidavit of Subcontractor and Supplier Payments d.) Final Invoice reflecting final quantities Standard Construction Drawings & Supplemental Specifications Description: Standard construction drawings and supplemental specifications can be found at

11 Contract Time Line Description: This project will have a completion date August 28, 2015 with liquidated damages set in specification Contract start date: January 29, 2015 Construction start date: April 6, 2015 Construction Completion date: August 28, 2015

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

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

More information

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 GENERAL EXCAVATION

SECTION GENERAL EXCAVATION 02210-1 of 11 SECTION 02210 GENERAL EXCAVATION 02210.01 GENERAL A. Description 1. General excavation shall include but not necessarily be limited to, excavation and grading for general site work, roadways,

More information

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

SECTION MEASUREMENT AND PAYMENT

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

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

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

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

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE,

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE, CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE FOR THE CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS RQ# 41677 BIDS DUE ON: May 1, 2018, at 2:00 p.m. ADDENDUM NUMBER 1, April 25, 2018, Page

More information

SECTION 14 EMBANKMENT

SECTION 14 EMBANKMENT SECTION 14 EMBANKMENT 14.1 DESCRIPTION A. General: This work consists of constructing roadway embankments, including preparation of the areas upon which embankments are to be placed; the construction of

More information

SANBORN COUNTY

SANBORN COUNTY Sheet 1 of 12 SPECIFICATIONS ESTIMATE OF QUANTITIES BID ITEM NUMBER ITEM QUANTITY UNIT 009E0010 Mobilization Lump Sum LS 110E0500 Remove Pipe Culvert 134 Ft 110E1010 Remove Asphalt Concrete Pavement 178

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

SECTION TRENCHING

SECTION TRENCHING SECTION 31 23 17 TRENCHING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavating trenches for utilities and utility structures. 2. Bedding. 3. Backfilling and compacting to subgrade elevations.

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

COUNTY OF SUTTER ENCROACHMENT PERMIT

COUNTY OF SUTTER ENCROACHMENT PERMIT COUNTY OF SUTTER ENCROACHMENT PERMIT PERMIT No. Development Services Dept. Engineering Division 1130 Civic Center Blvd Yuba City, CA 95993 (530) 822-7400 Hours: 8 AM - 5 PM Upon completion, submit application

More information

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

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

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 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

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017 PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING BID DATE: 9:00 a.m., August 31, 2017 1. Proposal Packets and Specifications will be available in the office of the City Clerk, 3 West Main Street,

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

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below:

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below: ADDENDUM 1 February 28, 2018 CONTRACT DOCUMENTS FOR Lincoln Avenue Sidewalk Construction CITY OF TAKOMA PARK IFB PW-20180208 State Contract No. MO4665112 TO ALL PROSPECTIVE BIDDERS: The original specifications

More information

SECTION UNCLASSIFIED EXCAVATION AND GRADING

SECTION UNCLASSIFIED EXCAVATION AND GRADING SECTION 02210 UNCLASSIFIED EXCAVATION AND GRADING PART 1 GENERAL 1.1 DESCRIPTION Work in this section includes the excavation, undercut excavating, grading, earthwork and compaction required as shown on

More information

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012 PART FIVE DOCUMENTS FOR SITE AND INFRASTRUCTURE 31 00 00. EARTHWORK 31 10 00. SITE CLEARING.1 STRUCTURE REMOVAL: Include

More information

Chapter 3: Permit Procedures and Requirements

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

More information

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number: ADDENDUM # 01 Date: 5/4/2018 Reference: IFB Number: 118-22-5-11 The following questions were submitted for clarification and/or to request additional information. All questions that were submitted are

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

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

Construction Specification for General Excavation

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

More information

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

Application for Right of Way Permit

Application for Right of Way Permit Application for Right of Way Permit The following are the requirements to perform construction in the City right of way. 1. There is an annual Applicant License Fee of $75.00. The license must be obtained

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

THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION

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

More information

SECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards...

SECTION SITE GRADING. Part 1 - General Work Included Related Requirements Reference Standards... SECTION 02210 - SITE GRADING 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

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

COUNTY OF CHIPPEWA APPLICATION FOR UTILITY PERMIT on COUNTY HIGHWAY RIGHT OF WAY

COUNTY OF CHIPPEWA APPLICATION FOR UTILITY PERMIT on COUNTY HIGHWAY RIGHT OF WAY COUNTY OF CHIPPEWA APPLICATION FOR UTILITY PERMIT on COUNTY HIGHWAY RIGHT OF WAY Board of County Commissioners Montevideo, Minnesota Attn: County Highway Engineer C.S.A.H. C.R. Application is hereby made

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information

SECTION TRENCHING & BACKFILLING

SECTION TRENCHING & BACKFILLING SECTION 02225 - TRENCHING & BACKFILLING 1.0 GENERAL 1.1 Work included in this Section includes trenching and backfilling for underground pipelines and related structures only. 1.2 Reference Specifications

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

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

DIVISION 4100 SITEWORK

DIVISION 4100 SITEWORK DIVISION 4100 SITEWORK SECTION 4115 EARTHWORK PART 1 - GENERAL 1.01 SCOPE This section covers the grading and compaction of excavations, embankments, structural foundations, and planted areas. 1.02 REFERENCES

More information

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

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

More information

SECTION 1100 GRADING 1102 MATERIALS AND DEFINITIONS.

SECTION 1100 GRADING 1102 MATERIALS AND DEFINITIONS. SECTION 1100 GRADING 1101 SCOPE. This section covers the performance of all work required for grading the project in coordination with all previous work performed at the locations shown on the contract

More information

CHAPTER 3 EXCAVATIONS

CHAPTER 3 EXCAVATIONS 7-3-1 7-3-1 CHAPTER 3 EXCAVATIONS SECTION: 7-3-1: Permit Requirements 7-3-2: Bond Required 7-3-3: Subject and Excluded Excavations 7-3-4: Standards 7-3-5: Protection of Public 7-3-6: Relocation and Protection

More information

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 800 EROSION AND SEDIMENT CONTROL

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 800 EROSION AND SEDIMENT CONTROL STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 800 EROSION AND SEDIMENT CONTROL Section Number Title 801 GENERAL 802 STANDARD METHODS OF EROSION AND SEDIMENT

More information

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ADDENDUM NO. 1 ITB-U-11-05 CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ISSUE DATE: February 14, 2011 BID DATE: TO: SUBJECT: INTENT: March 1, 2011 @ 2:00 P.M. All Prospective Bidders and Others

More information

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR 99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE 99.0 PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR TABLE OF CONTENTS 99.1. ADMINISTRATION AND GENERAL REGULATIONS...2 99.1.1. Title...2

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

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

SECTION EMBANKMENT

SECTION EMBANKMENT 02260-1 of 8 SECTION 02260 EMBANKMENT 02260.01 GENERAL A. Description 1. Embankment shall be formed of suitable material obtained from General, Structure, Borrow, Trench, and other excavations included

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

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

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

CITY OF KANSAS CITY, MISSOURI

CITY OF KANSAS CITY, MISSOURI KCMO Supplement April 2000 Document No. 000079 CITY OF KANSAS CITY, MISSOURI SUPPLEMENT TO APWA STANDARD SPECIFICATIONS AND DESIGN CRITERIA SECTION 2600 This is the Kansas City, Missouri Supplement to

More information

COUNTY OF LAC QUI PARLE APPLICATION FOR UTILITY PERMIT on COUNTY HIGHWAY RIGHT OF WAY

COUNTY OF LAC QUI PARLE APPLICATION FOR UTILITY PERMIT on COUNTY HIGHWAY RIGHT OF WAY COUNTY OF LAC QUI PARLE APPLICATION FOR UTILITY PERMIT on COUNTY HIGHWAY RIGHT OF WAY Board of County Commissioners Madison, Minnesota Attn: County Highway Engineer C.S.A.H. C.R. Application is hereby

More information

SECTION PAYMENT PROCEDURES

SECTION PAYMENT PROCEDURES SECTION 01 29 00 PAYMENT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. For each BID item, the WORK will be measured and paid for on either a unit price basis or on a lump sum basis. The quantities

More information

Excavate drilled shafts in accordance with Item 416, Drilled Shaft Foundations.

Excavate drilled shafts in accordance with Item 416, Drilled Shaft Foundations. Item Excavation and Backfill for Structures 1. DESCRIPTION 2. MATERIALS Excavate for placement and construction of structures and backfill structures. Cut and restore pavement. Use materials that meet

More information

SHORT FORM CONTRACT CONTENTS SECTION I INSTRUCTIONS TO BIDDERS. 4. Bidders must be certified to work in the Shoreland Zone.

SHORT FORM CONTRACT CONTENTS SECTION I INSTRUCTIONS TO BIDDERS. 4. Bidders must be certified to work in the Shoreland Zone. SHORT FORM CONTRACT CONTENTS SECTION 1 SECTION 2 SECTION 3 SECTION 4 SECTION 5 Instructions to Bidders Bid Proposal Contract Agreement General Conditions of the Contract Construction Specifications Construction

More information

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section 02540-1 of 10 SECTION 02540 STORM DRAIN REHABILITATION 02540.01 GENERAL A. Description Storm drain rehabilitation shall include, but not necessarily be limited to, pipe joint sealing, inlet and manhole

More information

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE GENERAL Final restoration of areas within the public right-of-way associated with Street Excavation Permits shall be completed as determined

More information

SOUTHSIDE TOWNSHIP ROADWAY STANDARDS POLICY Adopted September 7, 2004

SOUTHSIDE TOWNSHIP ROADWAY STANDARDS POLICY Adopted September 7, 2004 SOUTHSIDE TOWNSHIP ROADWAY STANDARDS POLICY Adopted September 7, 2004 General: Sections of the Minnesota Department of Transportation (Mn/DOT), Standard Specification for Construction, 2000 or Current

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

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131 CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer January 2011 1 CONSTRUCTION DOCUMENTS I. Bid Announcement

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

SECTION EXCAVATION AND EMBANKMENT. B. Subbase Grading A samples for gradation analysis.

SECTION EXCAVATION AND EMBANKMENT. B. Subbase Grading A samples for gradation analysis. PART 1 GENERAL 1.1 DESCRIPTION A. The WORK under this Section includes providing all labor, materials, tools and equipment necessary for excavation and embankment construction to the lines, grades and

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

SECTION MEASUREMENT AND PAYMENT

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

More information

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

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS*** 00005B *** *** BOLD ITALICIZED Item is bound within this specification manual. Regular non-italicized Item is not bound within this specification manual, however item is part of the contract. Contents

More information

BASE BID FORM FY 2015

BASE BID FORM FY 2015 BASE BID FORM FY 2015 STORMWATER TREATMENT AREA - BASE BID (FY2015) THE LUMP SUM (LS) PRICES FOR ITEMS 1-6 SHALL BE DONE IN ACCORDANCE WITH THE CONTRACT DOCUMENTS AND SPECIFICATIONS AND ALL APPLICABLE

More information

REGIONAL CONSTRUCTION STANDARDS

REGIONAL CONSTRUCTION STANDARDS REGIONAL CONSTRUCTION STANDARDS SIXTH EDITION Publication Update 6.5 (Full Committee Approved Proposed Revision 6.5 Storm Sewer Joint Wrap - Section 302 As Publication Update 6.5) March 27, 2018 Copyright

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

Notice to Bidders Page 1 of 6

Notice to Bidders Page 1 of 6 Page 1 of 6 COYOTE CREEK LEVEE RODENT DAMAGE REPAIR DOWNSTREAM OF SR 237 Project No. 62084001, Task No. 5171 Contract No. C0637 1. Notice. Notice is hereby given that sealed Bids will be accepted by the

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA PHONE: 727/ FAX: 727/

CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA PHONE: 727/ FAX: 727/ CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA 34695 PHONE: 727/724-1555 FAX: 727/724-1566 RIGHT-OF-WAY / EASEMENT USE PERMIT DATE SUBMITTED: EXPIRATION DATE: Submit the following to the

More information

Project # Brown County PCN i40h Replace Section Line Road Culvert

Project # Brown County PCN i40h Replace Section Line Road Culvert Project # 010-151 PCN i40h Replace Section Line Road Culvert R 64 W FREDERICK POP. 199 R 63 W R 62 W R 61 W 6 5 4 3 6 5 4 3 1 Dry 402 AVE 102 ST 387 AVE 12 388 AVE 390 AVE 7 8 9 10 11 12 391 AVE 393 AVE

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

SECTION TRENCHING, BACKFILLING AND COMPACTION. B. Provide necessary sheeting, shoring and bracing.

SECTION TRENCHING, BACKFILLING AND COMPACTION. B. Provide necessary sheeting, shoring and bracing. SECTION 02221 TRENCHING, BACKFILLING AND COMPACTION PART 1 GENERAL 1.01 WORK INCLUDED A. Excavation for piped utility material. B. Provide necessary sheeting, shoring and bracing. C. Prepare trench bottom

More information

ITEM 706 PIPE SLOPE DRAIN

ITEM 706 PIPE SLOPE DRAIN AFTER NOVEMBER 1, 2008 ITEM 706 PIPE SLOPE DRAIN 706.1 Description. This work shall consist of the installation of temporary erosion protection and sediment control pipe slope drains, utilized during construction

More information

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL Page 312 VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS-12-01 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the IL ROUTE

More information

CITY OF ELIZABETHTON Building Department Excavations and Cuts Permit Application

CITY OF ELIZABETHTON Building Department Excavations and Cuts Permit Application CITY OF ELIZABETHTON Building Department Excavations and Cuts Permit Application WORK SITE INFORMATION: Address: City: State: Zip Code: Foreman: Phone: ( ) Email Address: Purpose: CONTRACTOR INFORMATION:

More information

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH November 29, 2018 NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH To Holders of Bid Proposals: Please make the following clarifications, additions,

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

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

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

SECTION 10 - TRENCHING AND BACKFILLING

SECTION 10 - TRENCHING AND BACKFILLING SECTION 10 - TRENCHING AND BACKFILLING 10.1 General A. Work included in this Section includes trenching and backfilling for underground pipelines and related structures only. 10.1.1 Related requirements

More information

SPECIAL PROVISION Description of Project, Scope of Contract, and Sequence of Work

SPECIAL PROVISION Description of Project, Scope of Contract, and Sequence of Work 2004 Specifications CSJ: 0932-01-076 SPECIAL PROVISION Description of Project, Scope of Contract, and Sequence of Work 1.0 Description of Project 1.1. General. This project provides for the widening of

More information

BID # 19-6 UNDERGROUND ULITILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER

BID # 19-6 UNDERGROUND ULITILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER BID # 19-6 UNDERGROUND ULITILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER Board of Trustees Middlesex County College 2600 Woodbridge Avenue P.O. Box 3050 Edison, New Jersey 08818-3050 SECTION C

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

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

SECTION EARTHWORK; EXCAVATION, FILLING AND GRADING. A. Excavating soil and other material for surface improvements.

SECTION EARTHWORK; EXCAVATION, FILLING AND GRADING. A. Excavating soil and other material for surface improvements. SECTION 31 20 00 PART 1 - GENERAL 1.1 SECTION INCLUDES A. Excavating soil and other material for surface improvements. B. Excavating soil and other material for drainage basins. C. Placing fill. D. Compaction

More information

SECTION 18 - EARTHWORK TABLE OF CONTENTS

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

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

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

Public Works Department

Public Works Department Effective Date: March 23, 2005 CITY ENGINEERING FEE SCHEDULE PRODUCTS Public Works Design and Specifications Book Zoning Map Water Distribution System Map Wastewater Collection System Map AutoCAD Drawings

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

CONTRACT SPECIFICATIONS FOR

CONTRACT SPECIFICATIONS FOR COUNTY OF SACRAMENTO MUNICIPAL SERVICES CONTRACT SPECIFICATIONS FOR KIEFER LANDFILL On-site Perimeter Road Rehabilitation Project Manager: Sejin Oh, PE Sacramento County Department of Waste Management

More information

ITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES

ITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES AFTER MARCH 1, 2012 ITEM 430 CONSTRUCTION OF UNDERGROUND UTILITIES 430.1 Description. This item shall govern for all excavation required for the construction of sewers, sewer structures, pipe culverts,

More information

SECTION 903 EROSION CONTROL

SECTION 903 EROSION CONTROL SECTION 903 EROSION CONTROL Delete this Section in its entirety and replace with the following: SECTION 903 EROSION CONTROL 903-1 DESCRIPTION: This work consists of providing all; administrative, labor,

More information