Ohio Department of Transportation

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 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

JANUARY 4, 2017 AT 2:00 P.M. (EASTERN. (Estimated Cost: $4,600,000) Bids J D WILLIAMSON CONSTRUCTION CO INC $3,799,476.25

Bids JANUARY 25, 2017 AT 2:00 P.M. (EASTERN TIME) (Estimated Cost: $3,600,000)

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

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 - Prebid Questions

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

Ohio Department of Transportation Prebid Questions

General Info. Number: PROJECT NO

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. March 9, 2018

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION ADDENDUM NO. 1 PROJECT NO ANSWERS TO QUESTIONS RECEIVED THROUGH 12:00 PM ON DECEMBER 29, 2015

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

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION 888 PORTLAND CEMENT CONCRETE PAVEMENT USING QC/QA.

ANSWERS TO QUESTIONS RECEIVED THROUGH 11:00 A.M. ON JANUARY 4, 2019:

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

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. April 21, 2016

DECEMBER 5, 2017 AT 2:00 P.M. (EASTERN TIME) (Estimated Cost: $5,000,000) Bids

Ohio Department of Transportation - Prebid Questions

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. December 14, 2018

Your cooperation in this matter is greatly appreciated. If you have any questions or need further assistance you may contact:

OKLAHOMA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT AND BRIDGE DECK SMOOTHNESS

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

PIC PID Const Project Pre Bid Meeting. April 25, 2013

Ohio Department of Transportation

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

2399 Pavement Surface Smoothness

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

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

ODOT District Bridge General Notes B405: OBJECT MARKERS AND STRUCTURE/CULVERT IDENTIFICATION SIGNS

Ohio Department of Transportation - Prebid Questions

STEUBEN COUNTY DEPARTMENT OF PUBLIC WORKS. 3 East Pulteney Square Bath, New York 14810

THE 2013 CONSTRUCTION AND MATERIAL SPECIFICATION BOOK IS PART OF THE BIDDING DOCUMENTS ON THIS PROJECT PROPOSAL STATE OF OHIO

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. October 19, 2017

FEBRUARY 13, 2019 AT 2:00 P.M. (EASTERN) (Estimated Cost: $9,000,000.00) Bids. Kokosing Construction Company, Inc. $8,623,609.96

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

ANSWERS TO QUESTIONS RECEIVED THROUGH 12:00 PM ON MAY 15, 2018:

ODOT District MOT General Notes M401: ITEM PAVEMENT FOR MAINTAINING TRAFFIC, CLASS A, AS PER PLAN

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

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

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

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

KANSAS TURNPIKE AUTHORITY KTA CONTRACT NO Mill and Superpave overlay I-35 (KTA) from MM 13 to MM 26.8 ADDENDUM NO. 1

YES, we received Addendum No. 1

CITY OF FARGO SPECIFICATIONS SEAL COATS

FC-9403, Street Resurfacing and Associated Street Maintenance Activities - Group A Addendum No. 3 January 24, 2017 Page 2

INCLUDE IN ALL PAVING PROJECTS UNLESS OTHERWISE DIRECTED BY TSB

KU Design Guidelines APPENDIX II PERMEABLE BITUMINOUS PAVEMENT

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

IGGA Guide Specification: Conventional Diamond Grinding for Pavement Preservation Introduction

JOB BB0903 HWY. 71B INTCHNG. IMPVTS. (S) JULY 25, 2018

B510-5 REMOVAL-PAVEMENT WORK OPSS 510. CDED B Removal CDED B Reclaim Asphalt Pavement

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

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. December 14, 2017

ODOT Design & Construction Requirements for MSE Walls

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

Special Provision No. 103F31 January 2014

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

Ohio Department of Transportation Prebid Questions

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

Bids JANUARY 10, 2019 AT 2:00 P.M. (EASTERN) (Estimated Cost: $29,000,000.00) Miller Bros. Const., Inc. $27,699,031.59

B510-5 REMOVAL-PAVEMENT WORK OPSS 510. CDED B Removal CDED B Reclaim Asphalt Pavement

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

Section CONCRETE SIDEWALKS. 1. Payment for concrete sidewalks is on square foot basis.

Special Provision No. 103F31 December 2014

Maine Turnpike Authority

State of New Jersey Department of Transportation

IGGA Guide Specification: Conventional Diamond Grinding of City Streets Introduction

806 - DURABLE PAVEMENT MARKING SECTION 806 DURABLE PAVEMENT MARKING

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

Maine Turnpike Authority

Special Provision No. 103F31 June This Special Provision covers all surface smoothness requirements for hot mix asphalt construction.

Pre-Bid Meeting Minutes Invitation to Bid #15-14-KO

Construction Requirements for Installation of Utilities in the Public Right-of-way of McPherson County, Kansas October 2011

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION 806 ASPHALT CONCRETE WITH JOINT DENSITY FOR MULTI-LANE HIGHWAYS.

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

Acknowledgment: Each bidder shall indicate in the place provided for the same on the Proposal Form his acknowledgment of receipt of this Addendum.

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS

ERRATA SHEET FOR STANDARD SPECIFICATION BOOK FOR STATE ROAD AND BRIDGE CONSTRUCTION, EDITION 2007

PCC Pavement Rideability

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

DOCUMENT ADDENDA AND MODIFICATIONS

State of Ohio. Department of Transportation ~ Innovative Contracting Manual

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

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

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

ODOT District Roadway General Notes R401: LINEAR GRADING R402: ITEM RESHAPING UNDER GUARDRAIL R403: CURB RAMPS / DETECTABLE WARNINGS

Cleveland Opportunity Corridor Project Section 3. Subcontractor Informational Meeting August 12, 2016

QUESTIONS AND ANSWERS THROUGH 10:00 PM DECEMBER 15, 2015

DIVISION 300 TRENCHING SECTION 308 BORING AND JACKING 2.2 STEEL CASING PIPE

ATTACHMENT 50-1: PERFORMANCE AND MEASUREMENT TABLE

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

SPECIAL SPECIFICATION 3289 High Friction Surface Treatment

Transcription:

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) AS THE OFFICIAL MEDIUM FOR ELECTRONIC BID SUBMITTAL. ALL BIDDERS MUST PREPARE BIDS AND SUBMIT THEM ONLINE VIA BID EXPRESS. 11/18/2009 Project 090496 Addendum No. 2 PID No. 77245 MOT IR 75 11.01 New Construction Letting: December 9, 2009 Notice to all Bidders and Suppliers to please be advised of the attached proposal addendum. The quantity sheets that show revised items will no longer be attached to the addenda. All Reference Item revisions are reflected in the EBS files (Expedite) for this project. 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/mot-77245/ 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. Respectfully, Jolene M. Molitoris, Director Ohio Department of Transportation TP: gea

Please be advised of the following changes: A. - Revised Items: Ref. No. Item Number Proposal Addendum for MOT-75-11.01, PID 77245 Project 496 (09) Quantity Unit Description 0130 253E01000 224.000 SY PAVEMENT REPAIR 0131 254E01000 13958.000 SY 0137 407E14000 4451.000 GAL 0138 442E10001 4467.000 CY 0309 614E11110 2650.000 HOUR 0315 614E12801 13764.000 EACH PAVEMENT PLANING, ASPHALT CONCRETE, 1-1/2 TACK COAT FOR INTERMEDIATE COURSE ASPHALT CONCRETE SURFACE COURSE, 12.5 MM, TYPE A (446), AS PER PLAN, 1-1/2 LAW ENFORCEMENT OFFICER WITH PATROL CAR FOR ASSISTANCE WORK ZONE RAISED PAVEMENT MARKER, AS PER PLAN 0351 503E21100 1481.000 CY UNCLASSIFIED EXCAVATION 0352 509E10000 52745.000 POUND 0356 512E10101 12338.000 SY EPOXY COATED REINFORCING STEEL SEALING OF CONCRETE SURFACES (EPOXY-URETHANE), AS PER PLAN 0357 512E33000 42.000 SY TYPE 2 WATERPROOFING 0358 516E13200 112.000 SF 0359 516E13600 77.000 SF 1/2 PREFORMED EXPANSION JOINT FILLER 1 PREFORMED EXPANSION JOINT FILLER

B. - Deleted Items: Ref. No. Item Number Quantity Unit Description 0004 202E23500 4104.000 SY WEARING COURSE REMOVED C. - Added Items: Ref. No. Item Number 1000 511E71100 35.000 CY 1001 516E13900 39.000 SF 1002 503E21300 1.000 LUMP Quantity Unit Description Section CONCRETE MISC.: REMOVAL OF INLET DEPRESSIONS 2 PREFORMED EXPANSION JOINT FILLER UNCLASSIFIED EXCAVATION 0010 0011 0021 General Notations: 1. See revision to the Lump Sum Minus Incentive Contract Table below. The date for Phase 2 is October 31, 2011. This is a revision to Addendum 1. 2. The Begin Work stationing on IR 75 has been revised to include pavement planing and resurfacing in the transition area between the southern Edwin C. Moses bridge and the full depth pavement at Station 235+00. (see replacement sheets 4, 49, 224, 235, 257 and 259 of 1520). 3. Three additional sheets are included in this addendum for the purpose of covering the existing catch basins prior to traffic shifts. Revised sheets for addendum #2 77245-0004.tif 77245-0049.tif 77245-0222.tif 77245-0224.tif 77245-0234.tif 77245-0235.tif 77245-0257.tif 77245-0259.tif 77245-0471.tif 77245-0473.tif 77245-0560.tif 77245-0592I.tif Added sheets for addendum #2 77245-add001.tif 77245-add002.tif 77245-add003.tif D. Revise the plan sheets as follows: 1. Title Sheet plan sheet 1/1520 a. Change SS 840 dated 1/16/09 to SS 840 dated 7/17/09.

2. Schematic Plan sheet 4/1520 (see replacement sheet): a. The Begin Work station on IR 75 has been revised to STA. 224+77.70 to include a pavement transition (see General Notation 2). 3. Maintenance of Traffic - General Notes plan sheet 45/1520 a. Add the following note: LUMP SUM MINUS INCENTIVE CONTRACT TABLE Description or Location of Critical Date Work Completion of all Stage 1 construction work identified on sheets 58 and 59 as October Construction Critical for 31, 2010 subsequent stages or phases. Completion of all Stage 2 construction work identified on sheets 59 and 60 as Construction Critical for subsequent stages or phases. October 31, 2011 Lump Sum Incentive Disincentive per Calendar Day $500,000 $50,000 $500,000 $50,000 4. Maintenance of Traffic - General Notes plan sheet 49/1520 (see replacement sheet): a. Under Item 614 - Work Zone Raised Pavement Marker, As Per Plan 1. Revise the quantity of Item 254 Pavement Planing, Asphalt Concrete to 9858 square yards to include a pavement transition (see General Notation 2). 2. Revise the quantity of Item 614 Work Zone Raised Pavement Marker, As Per Plan to 9467 each (revision carried to sheet 227/1520). b. Under Item 614 Work Zone Raised Pavement Markers On Concrete Surfaces 1. Revise the quantity of Item 614 Work Zone Raised Pavement Marker, As Per Plan to 4297 each (revision carried to sheet 227/1520). 5. Maintenance of Traffic - General Notes plan sheet 50/1520 a. Replace the Existing Rumble Strips note with the following: Existing Rumble Strips The area of the existing rumble strips shall be milled at least 2 inches; the milled surface and the sides need to be covered with ODOT approved AC liquid and then filled with asphalt. Pavement for Maintaining Traffic Class A shall be used to fill the rumble strips. Payment for all work associated with milling, AC liquid, traffic control and the filling of the rumbles strips shall be considered incidental to and included with Item 614 Maintenance of Traffic, As per Plan.

6. General Summary plan sheet 222/1520 (see replacement sheet): a. Delete Item 202 Wearing Course Removed as shown in Section B above (also remove from sheets 471 and 473/1520). This area is covered under Item 254 Pavement Planing, Asphalt Concrete on sheets 257 and 259/1520. b. Correct the column label for sheet number 473 (replace the second occurrence of 472 with 473 ). 7. General Summary plan sheet 224/1520 (see replacement sheet): a. Revised quantity for Item 253 Pavement Repair. b. Revised quantity for Item 254 Pavement Planing, 1-1/2 Asphalt Concrete. c. Revised quantity for Item 407 Tack Coat for Intermediate Course d. Revised quantity for Item 442 1-1/2 Asphalt Concrete Surface Course, 12.5 MM, Type A (446), As Per Plan. 8. General Summary plan sheet 227/1520 a. Revised the quantity for Item 614 Work Zone RPM, APP to 13764 EACH as shown in Section A of this addendum (revisions carried from sheet 49/1520). 9. Roadway Subsummary plan sheet 234/1520 (see replacement sheet): a. Item 253 Pavement Repair quantities for the ramps were typos and have been removed. 10. Roadway Subsummary plan sheet 235/1520 (see replacement sheet): a. Item 253 Pavement Repair quantity has been revised to 38 square yards for sheet 447, Reference No. P-1 on Stewart Street. b. The total carried from sheet 234/1520 has been reduced to zero. c. The total carried to the General Summary sheet has been revised above. 11. Plan Sheet Interstate 75 Sta. 222+00 to 234+50 sheet 257/1520 (see replacement sheet): a. The Begin Work station on IR 75 has been revised to STA. 224+77.70 to include a pavement transition (see General Notation 2). 12. Plan Sheet Interstate 75 Sta. 234+50 to 247+00 sheet 259/1520 (see replacement sheet): a. The Begin Work station on IR 75 has been revised to STA. 224+77.70 to include a pavement transition (see General Notation 2). 13. Existing Pavement Removal Plan sheet 471/1520 (see replacement sheet): a. Delete Item 202 Wearing Course Removed (also removed from sheet 222/1520). This area is covered under Item 254 Pavement Planing, Asphalt Concrete on sheet 257/1520. 14. Existing Pavement Removal Plan sheet 473/1520 (see replacement sheet): a. Delete Item 202 Wearing Course Removed (also removed from sheet 222/1520). This area is covered under Item 254 Pavement Planing, Asphalt Concrete on sheet 269/1520.

15. Retaining Wall Estimated Quantities plan sheet 560/1520 (5/59) (see replacement sheet). a. Revised quantities shown in Section A of this addendum: 1. Item 503 Unclassified Excavation 2. Item 509 Epoxy Coated Reinforcing Steel 3. Item 512 Sealing of Concrete Surfaces 4. Item 512 Type 2 Waterproofing 5. Item 516 1/2 Preformed Expansion Joint Filler 6. Item 516 1 Preformed Expansion Joint Filler b. Added quantity shown in Section C of this addendum: 1. Item 516 2 Preformed Expansion Joint Filler 16. MSE Wall No. 6A, 7 & 8B Sleeper Slab and Parapet Reinforcing List plan sheet 592I/1520 (52/59) a. See replacement sheet for revised quantities (quantities carried to sheet 560/1520). 17. Structure General Notes plan sheets 944/1520 (MOT-75-1109, sheet 4/54), 997/1520 (MOT-75-1122, sheet 4/37), 1038/1520 (MOT-75-1164, sheet 4/33), 1071/1520 (MOT- 75-1177, sheet 4/43), 1112/1520 (MOT-75-1189, sheet 4/32), 1215/1520 (MOT-75-1193, sheet 4/53), 1387/1520 (MOT-75-1208, sheet 8/81): a. Add the following note: ITEM 898 QC/QA Concrete, Class QSC2, Superstructure (Deck), As Per Plan Smoothness: The following is to apply in lieu of the surface smoothness requirements per 451.12: Measure the highway surface smoothness in both wheelpaths for each proposed travel lane using an operator and equipment certified according to Supplement 1058. The wheelpaths are located parallel to the centerline of the highway and approximately 3.0- ft inside all lane edges, measured transversely. Measurement shall start approximately 250-ft before the approach slab/approach pavement interface at the entry end and continue to approximately 250-ft after the approach slab/approach pavement interface at the exit end. Ensure there is sufficient distance to get the profiler up to operating speed prior to initiating measurement. The bridge encounter will include 25-ft of approach pavement, entry approach slab, bridge deck, exit approach slab and 25-ft of exit pavement. Notify the engineer a minimum of 24 hours prior to road profile measurements. The engineer will verify the smoothness measuring equipment conforms to Supplement 1058. Do not perform any measurements until all concrete surfaces have reached specified curing and loading requirements. Remove all dirt and debris from the surface of the travel lanes prior to performing the surface smoothness measurements. Provide temporary pavement markings for all travel lanes that are of sufficient size to be visible during profiling measurements. Ensure the path of the profiler is parallel to the lane edges at all times during data collection

Provide the Engineer the International Roughness Index (IRI) using a continuous 25-ft base length analysis for each wheelpath and a Mean IRI (MRI) for each travel lane. Provide both IRI and MRI results for the entire length of the bridge encounter in accordance with ASTM E 1926 and Supplement 1110. The MRI is the average of the IRI values for the right and left wheel tracks in each travel lane. Corrective work is required for all localized areas of roughness with an IRI in excess of 400 inches per mile in any 25-ft interval along either wheel path of the bridge encounter. Corrective work is required for all travel lanes with an MRI in excess of 140 inches per mile along the entire length of the bridge encounter. If corrective work is required, develop a corrective work plan. Submit, to the Engineer: two copies of the corrective work plan; all IRI and MRI analyses; and all collected road profile in ProVAL compatible format. The engineer will submit one copy of the corrective work plan, all IRI and MRI analyses and all collected road profile data to the Office of Innovation, Partnerships, & Energy; Attn.: Infrastructure Management Section, 1980 W. Broad St., Columbus, OH 43223. Do not begin corrective work until receiving the Department s approval of the corrective work plan. All costs associated with the verification and correction of the surface smoothness is to be considered incidental to the work. Pay Factor: The Department will calculate the final adjusted payment according to 898.17 and include the approach slab concrete and deck concrete in the same lot to determine the final pay factors. ITEM 898 QC/QA Concrete, Class QSC2, Superstructure (Approach Slabs), As Per Plan Smoothness: Requirements for smoothness verification and correction are included in ITEM 898 QC/QA Concrete, Class QSC2, Superstructure (Deck), As Per Plan. Miscellaneous: The Department will calculate the final adjusted payment according to 898.17 and include the approach slab concrete and deck concrete in the same lot to determine the final pay factors. 18. Estimated Quantities plan sheet 945/1520 (MOT-75-1109 over Cincinnati Street, 5/54) a. Added a Lump Sum quantity for Item 503 Unclassified Excavation above.

Revised Utility Note: UTILITY NOTE MOT 75-11.01, PID 77245 Revised- November 16, 2009 ABidders are advised that the following utility facilities will not be cleared from the construction area at the time of award of contract. These utility facilities shall remain in place or be relocated within the construction limits of the project as set out below.@ All station locations listed below are approximate unless otherwise stated. DAYTON POWER AND LIGHT COMPANY-ELECTRIC The Company has existing aerial facilities within the project limits as shown on the highway construction plans. The facilities will remain in place and service or will otherwise be removed and relocated as follows: LOCATION (Washington Street) Station 23+22, 19 feet left Station 23+22, 32 feet right Station 24+08, 32 feet right Station 24+43, 70 feet right Station 24+60, 293 feet right Station 24+63, 333 feet right Station 24+84, 18 feet left Station 24+85, 283 feet right Station 26+29, 18 feet left Station 28+43, 65 feet left Station 28+54, 17 feet left Station 28+57, 100 feet left Station 28+67, 190 feet left Station 28+78, 314 feet left Station 28+79, 325 feet left Station 29+40, 294 feet left DISPOSITION Remain Remain Remove Remove Remain Remove Remove Remove The Company will install an underground facility from the pole located at Station 24+08, 32 feet right to the pole located at Station 28+54, 17 feet left. The company expects to complete the relocation work by January 31, 2010.

VECTREN ENERGY DELIVERY-GAS The Company has existing facilities within the project limits as shown on the highway construction plans. The facilities will remain in place and service during the highway contractor s activities. GREATER DAYTON REGIONAL TRANSIT AUTHORITY The Authority has existing facilities within the project limits as shown on the highway construction plans. The Authority will remove the facilities at Washington Street, Cincinnati Street, Albany Street, and Stewart Street in coordination with the highway contractor s construction activities The Authority request one week advanced notice at each location by the highway contractor. The Authority will take approximately one week to remove the facility at each location. AT&T-OHIO The Company has existing underground facilities within the project limits as shown on the highway construction plans. The facilities will remain in place and service during the highway contractor s construction activities. TIME WARNER CABLE AND TIME WARNER TELECOM The Companies have existing facilities within the project limits as shown on the highway construction plans. The facilities will remain in place and service during the highway contractor s construction activities. The Contractor shall exercise extreme caution when working in proximity to the underground facilities on Edwin C. Moses Boulevard. CITY OF DAYTON-WATER AND SANITARY The City has existing water and sanitary facilities within the project limits as shown on the highway construction plans. The facilities will remain in place and service or will otherwise be relocated as part of the highway construction project. MCI-TELECOMMUNICATIONS The Company has existing underground facilities within the project limits as shown on the highway construction plans. The facilities will be relocated along the CSX Railroad to clear the highway construction. The Company cannot begin the relocation work until March 15, 2010. The Company expects to complete the relocation work by March 26, 2010.

LEVEL 3 COMMUNICATIONS The Company has existing underground facilities within the project limits as shown on the highway construction plans. The facilities will be relocated along the CSX Railroad closer to the tracks beginning at Railroad Station 806+50 to Station 803+60 to Station 115+50 to Station 110+30 to clear the highway construction. The Company expects to begin the relocation work on December 14, 2009 and complete the work by January 31, 2010. QWEST COMMUNICATIONS The Company has existing underground facilities within the project limits as shown on the highway construction plans. The facilities will remain in place and service during the highway contractor s construction activities. SPRINT The Company has existing underground facilities within the project limits as shown on the highway construction plans. The facilities will remain in place and service during the highway contractor s construction activities.