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

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

Ohio Department of Transportation

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 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 John R. Kasich, Governor Jerry Wray, Director

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

DOCUMENT ADDENDA AND MODIFICATIONS

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

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

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

YES, we received Addendum No. 1

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

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

The Metropolitan Sewer District of Greater Cincinnati

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

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

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

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

SECTION MEASUREMENT AND PAYMENT

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

SPECIAL SPECIFICATION 6666 Charter Communications System

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

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

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

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

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

SECTION MAINTENANCE OF EXISTING CONDITIONS

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

SECTION FIRE HYDRANTS

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

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

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

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

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL

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

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

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

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO

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

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

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

SECTION MINOR CONCRETE

Ohio Department of Transportation - Prebid Questions

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

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

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

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

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

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

TENDER WELLCOX ACCESS ROAD ADDENDUM 1

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

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

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS

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

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES

CITY OF TACOMA Department of Public Utilities - Water Division

SECTION 1500 REMOVALS

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

CITY OF TACOMA Department of Public Utilities Tacoma Power

YES, we received Addendum No. 1

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

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

Job Order Sewer Repair Services

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

SECTION 3200 CONCRETE CURB AND GUTTER

ROAD CUT PERMIT APPLICATION & INSTRUCTIONS

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

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

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

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

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

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

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

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. December 14, 2018

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

DESIGN STANDARDS SECTION DS 7 STREET LIGHTING

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

BID PROPOSAL FORM

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

STREET LIGHTING GENERAL INFORMATION

Ohio Department of Transportation - Prebid Questions

SECTION PROTECTION AND RESTORATION OF EXISTING FACILITIES

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

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)

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

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

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. March 9, 2018

DIVISION 1100 TRAFFIC

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

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

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

PART 5 WATER SYSTEMS

ADDENDUM NO. 1 NOVEMBER 8, 2016

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

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

Transcription:

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 10/16/2014 Project 140522 Addendum No. 1 PID No. 76282 FRA USR 40 4.69 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 (http://www.bidx.com) 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. www.transportation.ohio.gov ODOT is an Equal Opportunity Employer and Provider of Services

Proposal Addendum For FRA-40-4.69; PID 76282 Project 140522 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 0002 202E11004 49 EACH STRUCTURE REMOVED 0001 202E23010 6428 SY PAVEMENT REMOVED, ASPHALT 0001 0012 202E35200 2657 FT PIPE REMOVED, OVER 24" 0001 0015 202E58000 29 EACH MANHOLE REMOVED 0001 0017 202E70000 1109 FT SPECIAL - FILL AND PLUG EXISTING CONDUIT 0001 0028 608E10000 73859 SF 4" CONCRETE WALK 0001 0061 611E04400 6570 FT 12" CONDUIT, TYPE B 0003 0062 611E04600 1662 FT 12" CONDUIT, TYPE C 0003 0063 611E05900 1420 FT 15" CONDUIT, TYPE B 0003 0067 611E10400 1023 FT 24" CONDUIT, TYPE B 0003 0068 611E10600 977 FT 24" CONDUIT, TYPE C 0003 0072 611E98151 35 EACH CATCH BASIN, NO. 3, AS PER PLAN 0003 0073 611E98181 94 EACH CATCH BASIN, NO. 3A, AS PER PLAN 0003 0074 611E98370 21 EACH CATCH BASIN, NO. 6 0003 0076 611E98390 8 EACH CATCH BASIN, NO. 7 0003 0077 611E98470 25 EACH CATCH BASIN, NO. 2-2B 0003 0078 611E98710 14 EACH INLET, NO. 2-6 0003 0079 611E99574 68 EACH MANHOLE, NO. 3 0003 0083 204E10000 29898 SY SUBGRADE COMPACTION 0088 301E46000 4912 CY ASPHALT CONCRETE BASE, PG64-22 0089 301E48000 42 CY ASPHALT CONCRETE BASE, PG64-22 (DRIVEWAYS) 0090 304E20000 4667 CY AGGREGATE BASE 0091 407E10000 5653 GAL TACK COAT 0092 407E14000 2932 GAL TACK COAT FOR INTERMEDIATE COURSE 0093 441E50400 67 CY ASPHALT CONCRETE SURFACE COURSE, TYPE 1, (448), (DRIVEWAYS) 0094 442E10000 2956 CY ASPHALT CONCRETE SURFACE COURSE, 12.5MM, TYPE A (446)

0095 442E10100 3392 CY ASPHALT CONCRETE INTERMEDIATE COURSE, 19MM, TYPE A (446) 0096 452E12010 1602 SY 8" NON-REINFORCED CONCRETE PAVEMENT, CLASS QC1 0097 452E14010 947 SY 10" NON-REINFORCED CONCRETE PAVEMENT, CLASS QC1 0098 609E26000 23526 FT CURB, TYPE 6 0101 638E00600 61 FT 6" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, PUSH-ON JOINTS AND FITTINGS 0102 638E00800 565 FT 6" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, BOLTLESS-RESTRAINED JOINTS AND FITTINGS 0103 638E01200 1748 FT 8" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, PUSH-ON JOINTS AND FITTINGS 0104 638E01400 1363 FT 8" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, BOLTLESS-RESTRAINED JOINTS AND FITTINGS 0105 638E01800 382 FT 10" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, PUSH-ON JOINTS AND FITTINGS 0106 638E02000 435 FT 10" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, BOLTLESS- RESTRAINED JOINTS AND FITTINGS 0107 638E02400 1900 FT 12" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, PUSH-ON JOINTS AND FITTINGS 0108 638E02600 660 FT 12" WATER MAIN DUCTILE IRON PIPE ANSI CLASS 52, BOLTLESS- RESTRAINED JOINTS AND FITTINGS 0144 625E25400 9010 FT CONDUIT, 2", 725.04 0006 0145 625E25500 3682 FT CONDUIT, 3", 725.04 0006 0151 625E29002 12468 FT TRENCH, 24" DEEP 0006 0182 644E00104 4.20 MILE EDGE LINE, 6" 0007 0189 644E01510 1213 FT DOTTED LINE, 6" 0007 0201 630E79101 20 EACH SIGN HANGER ASSEMBLY, MAST ARM, AS PER PLAN 0008 0202 630E80100 351 SF SIGN, FLAT SHEET 0008 0253 661E30040 344 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 0055 611E00100 657 FT 4" CONDUIT, TYPE B 0003 0080 835E10000 280 FT EXFILTRATION TRENCH, TYPE A 0003

Added Bid Items: Ref Item No. Total Unit Description Section No. Quantity 300 611E04401 42 FT 12" CONDUIT TYPE B, 748.02, AS PER PLAN 0003 301 611E04601 29 FT 12" CONDUIT TYPE C, 748.02, APP 0003 302 611E10401 526 FT 24" CONDUIT TYPE B, 748.02, APP 0003 303 611E10601 482 FT 24" CONDUIT TYPE C, 748.02, APP 0003 304 661E14000 460 EACH PERINNIALS: PENNESTUM ALOPECUROIDES 'HAMLIN' - DWARF 0009 FOUNTAIN GRASS 305 615E25000 1748 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 835 - Exfiltration Trench, Type A and Item 611 4 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, 748.02 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 611 - CONDUIT, TYPE B & C, 748.02, 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.

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. 297+49 RT STA. 330+00 RT STA. 339+53 RT ONCE THE CURB IS CONSTRUCTED THE ODOT CONTRACTOR WILL NOTIFY GARY VAN ALMSICK VIA EMAIL AT GV2758@ATT.COM. 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. 274+86 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 1.4.1 90-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. 1.4.2 ALL JOINTS SHALL BE RESTRAINED. USE MEGALUG BY EBAA OR APPROVED EQUAL. 1.6.2 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 11.25 22.5 45 90 11.25 22.5 45 90 4" 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

10" 6' 13' 27' 64' 24' 49' 101' NOT 12" 7' 15' 31' 74' 28' 57' 118' NOT 1.6.3 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 638. 625, 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 #24066. 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-10.11. 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.

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, 2014 9:43AM 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, 2014 9:44AM 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, 2014 11:07AM Answer #3: Item 609E54000 6" 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, 2014 12:21AM 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.

Question #5 Friday, September 26, 2014 2:24 PM Answer#5: The 30" pipe removal between Station 322+00 and Sta. 328+00 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, 2014 11:56 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, 2014 3:41 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 24066. Question #8 Monday, September 29, 2014 4:16 PM Answer #8: All utilities under pavement shall require item 613 backfill. Question #9 Tuesday, September 30, 2014 1:15 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, 2014 3:46 PM Answer #10: Subgrade exploration sheets have been posted for bidders to review. Question #11 Tuesday, September 30, 2014 3:52 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.

Prebid Question #12 Wednesday, October 1, 2014 8:56 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, 2014 10:27 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, 2014 2:23 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, 2014 12:00 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 641.08 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 301-6 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, 2014 1:42 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