ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS
|
|
- Archibald Moody
- 4 years ago
- Views:
Transcription
1 ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS TRACS No. Project No. Highway Termini Contract # 0000 YU WEL SZ07701C WEL-0-(200)T TOWN OF WELLTON County District Location YUMA SOUTHWEST COYOTE WASH MULTIUSE PATH LOCAL Gross Length Net Length Work Description 0.5 CONSTRUCT MULTI - USE PATH Prepared By: David Do
2 Printed: 6/24/2019 Page 1 of 9 Completion Date: BID RESULTS FOR Bid Opening Date : 4/26/2019, Prequalification Required, Engineer Specialist : David Do 120 Calendar Days The proposed project is located in Yuma County, on Los Angeles Avenue at Coyote Wash Bridge, within the Town of Wellton. The proposed work consists of constructing a new single-span prefabricated steel pedestrian bridge, paving a multi-use asphaltic concrete path and other related work. Bid Rank Department Estimate Bid Amount Contractor Extended Sum of s +% $745, DEPARTMENT ESTIMATE $745, % $1,049, % $1,060, % $1,235, D B A CONSTRUCTION INC. P O BOX PHOENIX, AZ FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVING 1302 Drivers Way Tempe, AZ K.A.Z. CONSTRUCTION, INC S. SANTA RITA AVENUE TUCSON, AZ $1,049, $1,060, $1,235, Winning Bidder is 40.8% Over Department Estimate (Difference = $304,270.73)
3 Printed: 6/24/2019 Page 2 of 9 Measure Description Quantity Unit Price Extended Amount EACH REMOVAL OF TREES Bid Rank Department Estimate $1, $2, D B A CONSTRUCTION INC. $ $1, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $1, % 3 K.A.Z. CONSTRUCTION, INC. $1, $2, % SQ.YD. REMOVAL OF ASPHALTIC CONCRETE PAVEMENT Bid Rank Department Estimate $ $6, D B A CONSTRUCTION INC. $ $4, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $2, % 3 K.A.Z. CONSTRUCTION, INC. $ $8, % EACH REMOVE (SIGNS) Bid Rank Department Estimate $ $1, D B A CONSTRUCTION INC. $ $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $ % 3 K.A.Z. CONSTRUCTION, INC. $ $1, % SQ.YD. REMOVE (TEMPORARY PATH, ADA DETOUR) Bid Rank Department Estimate $ $3, D B A CONSTRUCTION INC. $ $3, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $ % 3 K.A.Z. CONSTRUCTION, INC. $ $4, % CU.YD. ROADWAY EXCAVATION Bid Rank Department Estimate $ $2, D B A CONSTRUCTION INC. $ $15, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $3, % 3 K.A.Z. CONSTRUCTION, INC. $ $2, % CU.YD. DRAINAGE EXCAVATION Bid Rank Department Estimate $ $1, D B A CONSTRUCTION INC. $ $10, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $3, % 3 K.A.Z. CONSTRUCTION, INC. $ $3, % CU.YD. AGGREGATE BASE, CLASS 2 Bid Rank Department Estimate $ $6, D B A CONSTRUCTION INC. $ $7, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $6, % 3 K.A.Z. CONSTRUCTION, INC. $ $6, % TON FOG COAT Bid Rank Department Estimate $1, $1, D B A CONSTRUCTION INC. $1, $1, %
4 Printed: 6/24/2019 Page 3 of 9 Measure Description Quantity Unit Price Extended Amount TON FOG COAT Bid Rank Department Estimate $1, $1, FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $1, $1, % 3 K.A.Z. CONSTRUCTION, INC. $2, $2, % TON BLOTTER MATERIAL Bid Rank Department Estimate $ $ D B A CONSTRUCTION INC. $ $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $ % 3 K.A.Z. CONSTRUCTION, INC. $1, $1, % TON ASPHALTIC CONCRETE (MISCELLANEOUS STRUCTURAL) Bid Rank Department Estimate $ $16, D B A CONSTRUCTION INC. $ $22, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $19, % 3 K.A.Z. CONSTRUCTION, INC. $ $16, % L.FT. SIGN POST (PERFORATED) (2 1/2 S) Bid Rank Department Estimate $ $ D B A CONSTRUCTION INC. $ $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $ % 3 K.A.Z. CONSTRUCTION, INC. $ $ % EACH FOUNDATION FOR SIGN POST (CONCRETE) Bid Rank Department Estimate $ $ D B A CONSTRUCTION INC. $ $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $ % 3 K.A.Z. CONSTRUCTION, INC. $ $ % SQ.FT. WARNING, MARKER, OR REGULATORY SIGN PANEL Bid Rank Department Estimate $ $ D B A CONSTRUCTION INC. $ $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $ % 3 K.A.Z. CONSTRUCTION, INC. $ $ % L.FT. METAL HANDRAIL (56" SAFETY RAIL) (DETAIL E) Bid Rank Department Estimate $ $13, D B A CONSTRUCTION INC. $ $41, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $26, % 3 K.A.Z. CONSTRUCTION, INC. $ $33, % L.FT. TEMPORARY CONCRETE BARRIER (INSTALLATION AND REMOVAL) Bid Rank Department Estimate $ $10, D B A CONSTRUCTION INC. $ $31, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $17, %
5 Printed: 6/24/2019 Page 4 of 9 Measure Description Quantity Unit Price Extended Amount L.FT. TEMPORARY CONCRETE BARRIER (INSTALLATION AND REMOVAL) Bid Rank Department Estimate $ $10, K.A.Z. CONSTRUCTION, INC. $ $27, % EACH TEMPORARY IMPACT ATTENUATORS (INSTALLATION AND REMOVAL) Bid Rank Department Estimate $2, $2, D B A CONSTRUCTION INC. $2, $2, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $2, $2, % 3 K.A.Z. CONSTRUCTION, INC. $4, $4, % L.FT. TEMPORARY PAINTED MARKING (STRIPE) Bid Rank Department Estimate 2, $0.250 $ D B A CONSTRUCTION INC. $0.400 $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $0.500 $1, % 3 K.A.Z. CONSTRUCTION, INC. $1.000 $2, % L.FT. OBLITERATE PAVEMENT MARKING (STRIPE) Bid Rank Department Estimate 3, $1.500 $5, D B A CONSTRUCTION INC. $2.000 $7, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $1.000 $3, % 3 K.A.Z. CONSTRUCTION, INC. $1.000 $3, % SQ.FT. SPECIALTY SIGNS Bid Rank Department Estimate $ $2, D B A CONSTRUCTION INC. $ $2, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $2, % 3 K.A.Z. CONSTRUCTION, INC. $ $3, % L.FT./DAY TEMPORARY CONCRETE BARRIER (IN USE) Bid Rank Department Estimate 58, $0.050 $2, D B A CONSTRUCTION INC. $0.120 $6, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $0.060 $3, % 3 K.A.Z. CONSTRUCTION, INC. $0.100 $5, % EACH-DAY TEMPORARY IMPACT ATTENUATORS (IN USE) Bid Rank Department Estimate $ $1, D B A CONSTRUCTION INC. $ $4, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $2, % 3 K.A.Z. CONSTRUCTION, INC. $ $4, % EACH-DAY BARRICADE (TYPE II, VERT.PANEL, TUBULAR MARKER) Bid Rank Department Estimate 3, $0.250 $ D B A CONSTRUCTION INC. $0.250 $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $0.400 $1, % 3 K.A.Z. CONSTRUCTION, INC. $2.000 $7, %
6 Printed: 6/24/2019 Page 5 of 9 Measure Description Quantity Unit Price Extended Amount EACH-DAY BARRICADE (TYPE III, HIGH LEVEL FLAG TREES) Bid Rank Department Estimate $0.750 $ D B A CONSTRUCTION INC. $1.000 $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $1.000 $ % 3 K.A.Z. CONSTRUCTION, INC. $2.000 $ % EACH-DAY PORTABLE SIGN STANDS (RIGID) Bid Rank Department Estimate $0.600 $ D B A CONSTRUCTION INC. $1.250 $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $1.000 $ % 3 K.A.Z. CONSTRUCTION, INC. $2.000 $1, % EACH-DAY PORTABLE SIGN STANDS (SPRING TYPE) Bid Rank Department Estimate $0.800 $ D B A CONSTRUCTION INC. $1.250 $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $0.700 $ % 3 K.A.Z. CONSTRUCTION, INC. $2.000 $ % EACH-DAY WARNING LIGHTS (TYPE A) Bid Rank Department Estimate 1, $0.200 $ D B A CONSTRUCTION INC. $0.200 $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $0.100 $ % 3 K.A.Z. CONSTRUCTION, INC. $2.000 $3, % EACH-DAY WARNING LIGHTS (TYPE C) Bid Rank Department Estimate 3, $0.250 $ D B A CONSTRUCTION INC. $0.200 $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $0.100 $ % 3 K.A.Z. CONSTRUCTION, INC. $2.000 $7, % EACH-DAY TRAFFIC CONE (28 INCHES) Bid Rank Department Estimate 1, $0.300 $ D B A CONSTRUCTION INC. $0.300 $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $0.200 $ % 3 K.A.Z. CONSTRUCTION, INC. $2.000 $2, % EACH-DAY EMBEDDED SIGN POST Bid Rank Department Estimate 1, $0.200 $ D B A CONSTRUCTION INC. $0.300 $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $0.200 $ % 3 K.A.Z. CONSTRUCTION, INC. $2.000 $2, % EACH-DAY TEMPORARY SIGN (LESS THAN 10 S.F.) Bid Rank Department Estimate 1, $0.600 $ D B A CONSTRUCTION INC. $1.000 $1, %
7 Printed: 6/24/2019 Page 6 of 9 Measure Description Quantity Unit Price Extended Amount EACH-DAY TEMPORARY SIGN (LESS THAN 10 S.F.) Bid Rank Department Estimate 1, $0.600 $ FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $0.600 $ % 3 K.A.Z. CONSTRUCTION, INC. $2.000 $2, % EACH-DAY TEMPORARY SIGN (10 S.F. OR MORE) Bid Rank Department Estimate $0.700 $ D B A CONSTRUCTION INC. $1.000 $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $0.600 $ % 3 K.A.Z. CONSTRUCTION, INC. $2.000 $1, % EACH-DAY CHANGEABLE MESSAGE BOARD (CONTRACTOR FURNISHED) Bid Rank Department Estimate $ $11, D B A CONSTRUCTION INC. $ $20, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $12, % 3 K.A.Z. CONSTRUCTION, INC. $ $16, % HOUR FLAGGING SERVICES (CIVILIAN) Bid Rank Department Estimate $ $3, D B A CONSTRUCTION INC. $ $6, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $2, % 3 K.A.Z. CONSTRUCTION, INC. $ $7, % HOUR FLAGGING SERVICES (LOCAL ENFORCEMENT OFFICER) Bid Rank Department Estimate $ $4, D B A CONSTRUCTION INC. $ $4, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $5, % 3 K.A.Z. CONSTRUCTION, INC. $ $4, % EACH OBJECT MARKER (M-23) (TYPE 3(1)) Bid Rank Department Estimate $ $ D B A CONSTRUCTION INC. $ $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $1, % 3 K.A.Z. CONSTRUCTION, INC. $ $2, % L.FT. PERMANENT PAVEMENT MARKING (PAINTED) (WHITE) Bid Rank Department Estimate $0.500 $ D B A CONSTRUCTION INC. $0.600 $ % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $0.420 $ % 3 K.A.Z. CONSTRUCTION, INC. $1.000 $ % L.FT. PERMANENT PAVEMENT MARKING (PAINTED) (YELLOW) Bid Rank Department Estimate 1, $0.500 $ D B A CONSTRUCTION INC. $0.600 $1, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $0.420 $ %
8 Printed: 6/24/2019 Page 7 of 9 Measure Description Quantity Unit Price Extended Amount L.FT. PERMANENT PAVEMENT MARKING (PAINTED) (YELLOW) Bid Rank Department Estimate 1, $0.500 $ K.A.Z. CONSTRUCTION, INC. $1.000 $1, % SQ.YD. GRANITE MULCH (1-1/4" MINUS) Bid Rank Department Estimate $7.000 $6, D B A CONSTRUCTION INC. $ $12, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $13, % 3 K.A.Z. CONSTRUCTION, INC. $ $22, % L.FT. EROSION CONTROL (SEDIMENT WATTLES) (20") Bid Rank Department Estimate $6.000 $1, D B A CONSTRUCTION INC. $5.000 $1, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $6.000 $1, % 3 K.A.Z. CONSTRUCTION, INC. $ $2, % SQ.YD. EROSION CONTROL (STABILIZED CONSTRUCTION ENTRANCE/EXIT GRAVEL PAD) Bid Rank Department Estimate $ $1, D B A CONSTRUCTION INC. $ $2, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $ % 3 K.A.Z. CONSTRUCTION, INC. $ $1, % L.SUM MOBILIZATION Bid Rank Department Estimate $75, $75, D B A CONSTRUCTION INC. $100, $100, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $148, $148, % 3 K.A.Z. CONSTRUCTION, INC. $183, $183, % SQ.FT. CONCRETE DRIVEWAY Bid Rank Department Estimate 1, $ $13, D B A CONSTRUCTION INC. $ $13, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $16, % 3 K.A.Z. CONSTRUCTION, INC. $ $16, % CU.YD. RIPRAP (GROUTED) Bid Rank Department Estimate $ $1, D B A CONSTRUCTION INC. $ $2, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $1, % 3 K.A.Z. CONSTRUCTION, INC. $ $2, % L.FT. EMBANKMENT SPILLWAY (C-4.10) Bid Rank Department Estimate $ $5, D B A CONSTRUCTION INC. $ $4, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $8, % 3 K.A.Z. CONSTRUCTION, INC. $ $5, %
9 Printed: 6/24/2019 Page 8 of 9 Measure Description Quantity Unit Price Extended Amount L.FT. MISCELLANEOUS WORK (TEMPORARY FENCING) Bid Rank Department Estimate $7.000 $2, D B A CONSTRUCTION INC. $4.500 $1, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $3.500 $1, % 3 K.A.Z. CONSTRUCTION, INC. $ $4, % L.FT. MISCELLANEOUS WORK (TEMPORARY DETECTABLE PEDESTRIAN RAIL) Bid Rank Department Estimate $ $8, D B A CONSTRUCTION INC. $ $19, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $17, % 3 K.A.Z. CONSTRUCTION, INC. $ $22, % EACH MISCELLANEOUS WORK (PEDESTRIAN PATH BOLLARD) (DETAIL F) Bid Rank Department Estimate $ $1, D B A CONSTRUCTION INC. $1, $2, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $1, $2, % 3 K.A.Z. CONSTRUCTION, INC. $ $1, % SQ.YD. MISCELLANEOUS WORK (CONTROL OF NOXIOUS PLANTS) (MANUAL / MECHANICAL METHODS) Bid Rank Department Estimate 1, $1.000 $1, D B A CONSTRUCTION INC. $2.000 $3, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $1.000 $1, % 3 K.A.Z. CONSTRUCTION, INC. $2.000 $3, % SQ.YD. MISCELLANEOUS WORK (CONTROL OF NOXIOUS PLANTS) (HERBICIDE) Bid Rank Department Estimate 1, $1.000 $1, D B A CONSTRUCTION INC. $2.000 $3, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $1.000 $1, % 3 K.A.Z. CONSTRUCTION, INC. $2.000 $3, % L.SUM CONSTRUCTION SURVEYING AND LAYOUT Bid Rank Department Estimate $20, $20, D B A CONSTRUCTION INC. $19, $19, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $20, $20, % 3 K.A.Z. CONSTRUCTION, INC. $28, $28, % A CU.YD. STRUCTURAL EXCAVATION Bid Rank Department Estimate $ $5, D B A CONSTRUCTION INC. $ $8, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $2, % 3 K.A.Z. CONSTRUCTION, INC. $ $4, % A CU.YD. STRUCTURE BACKFILL Bid Rank Department Estimate $ $4, D B A CONSTRUCTION INC. $ $9, %
10 Printed: 6/24/2019 Page 9 of 9 Measure Description Quantity Unit Price Extended Amount A CU.YD. STRUCTURE BACKFILL Bid Rank Department Estimate $ $4, FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $1, % 3 K.A.Z. CONSTRUCTION, INC. $ $5, % A CU.YD. STRUCTURAL CONCRETE (CLASS S) (F'C = 3,500) Bid Rank Department Estimate $ $22, D B A CONSTRUCTION INC. $ $28, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $2, $88, % 3 K.A.Z. CONSTRUCTION, INC. $2, $70, % A SQ.FT. APPROACH SLAB (SD 2.01) Bid Rank Department Estimate $ $10, D B A CONSTRUCTION INC. $ $14, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $ $15, % 3 K.A.Z. CONSTRUCTION, INC. $ $15, % A LB. REINFORCING STEEL Bid Rank Department Estimate 2, $3.000 $8, D B A CONSTRUCTION INC. $2.250 $6, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $2.000 $5, % 3 K.A.Z. CONSTRUCTION, INC. $2.000 $5, % A L.SUM MISCELLANEOUS WORK (PREFABRICATED PEDESTRIAN BRIDGE) Bid Rank Department Estimate $300, $300, D B A CONSTRUCTION INC. $295, $295, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $330, $330, % 3 K.A.Z. CONSTRUCTION, INC. $322, $322, % B L.FT. DRILLED SHAFT FOUNDATION (48") Bid Rank Department Estimate $1, $145, D B A CONSTRUCTION INC. $2, $297, % 2 FISHER SAND & GRAVEL CO. DBA SOUTHWEST ASPHALT PAVIN $1, $253, % 3 K.A.Z. CONSTRUCTION, INC. $2, $319, %
Tabulation of Bids. Opened at: Easter Federal Lands Highway Division, Sterling, VA Opened by: Jason Albright Date: 03/04/14
Solcitation No: DTFH71-14-B-00008 Division: Eastern Federal Lands State: DC County: Federal Land: 1 out of 9 Opened at: Easter Federal Lands Highway Division, Sterling, VA Opened by: Jason Albright Date:
More informationRiverside County Transportation Department Summary of Bids
Bids Open: 2 pm Date: Wednesday, March 4, 2015 BASE BID SCHEDULE 1 - Rudell Road Reconstruction Project NO. CODE CONTRACT PROJECT No. B3-0470 and C4-0069 COUNTY'S ESTIMATE 1 All American Asphalt Corona,
More informationVILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER ST-09-06 BID PROPOSAL
VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER ST-09-06 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the North Industrial
More informationFDOT Specifications List
FDOT Specifications List TABLE OF CONTENTS DIVISION II CONSTRUCTION DETAILS CLEARING CONSTRUCTION SITE 110 Clearing and Grubbing... 152 EARTHWORK AND RELATED OPERATIONS 120 Excavation and Embankment...
More informationBUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS
Construction/Maintenance Contracts and Design/Build Low Bid Contracts 1. Districts are responsible for reviewing their work program and identifying contracts that are good candidates for the Business Development
More informationDate. Resubmit this form during the year if there are changes in your company ownership or financial standing.
COLORADO DEPARTMENT OF TRANSPORTATION CONTRACTOR PREQUALIFICATION STATEMENT (EXPERIENCE, EQUIPMENT AND FINANCIAL) Return to: Contracts & Market Analysis Prequalification Unit 4201 E. Arkansas,4th Floor
More informationBUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS
Construction/Maintenance Contracts and Design/Build Low Bid Contracts 1. Districts are responsible for reviewing their work program and identifying contracts that are good candidates for the Business Development
More informationCITY OF SAN ANTONIO. Issued By: Transportation and Capital Improvements Date Issued: February 10, 2016 ID NO.: 23-01472-05-03
CITY OF SAN ANTONIO Issued By: Transportation and Capital Improvements Date Issued: February 10, 2016 ID NO.: 23-01472-05-03 (010) FORMAL INVITATION FOR BIDS (IFB) to CONTRACT 2016-2017 TASK ORDER CONTRACT
More informationWILDCAT CANYON ROAD SPECIFICATION NO. 16-11001 SLIDE REPAIR BIDDER'S PROPOSAL (continued)
BIDDER'S PROPOSAL (continued) Item Estimated No. Description Quantity Unit Unit Cost Total Cost BASE BID 1 Traffic Control 1 LS $ $ 2 Construction Area Signs 1 LS $ $ 3 Excavation Safety 1 LS $ $ 4 Reset
More information2006-2008 MHD BRIDGE SECTION WEIGHTED AVERAGE UNIT PRICES GUIDELINES FOR THE USE OF THE WEIGHTED AVERAGE UNIT PRICE TABULATION SHEETS
2006-2008 MHD BRIDGE SECTION WEIGHTED AVERAGE UNIT PRICES GUIDELINES FOR THE USE OF THE WEIGHTED AVERAGE UNIT PRICE TABULATION SHEETS GENERAL 10/16/2008 The listed average unit prices are based on the
More informationFDOT DBE CERTIFICATION NAICS CODE GUIDE WITH CAP SIZES
NAICS CODE Highway, Street, and Bridge Construction SIZE CAP ($ MIL) 237310 Asphalt Roadway (includes 300, 320, 327, 330, 334, 336, 337, 338) Application of prime and tack coats, leveling surfaces and
More informationHow To Build A Road In A Townhouse
FDOT DBE CERTIFICATION SPECIALTY/ SHEET WITH CAP SIZES Highway, Street, and Bridge Construction SIZE CAP ($ MIL) 237310 Asphalt Roadway $ 22.41 Application of prime and tack coats, leveling surfaces and
More informationNOTICE TO CONTRACTORS. CALL ORDER 700 FEDERAL PROJECT NO. STPD-6-2(122) LOCATION: US-34/US-6,CULBERTSON-McCOOK COUNTIES: HITCHCOCK RED WILLOW
NOTICE TO CONTRACTORS CALL ORDER 700 FEDERAL PROJECT NO. STPD-6-2(122) LOCATION: US-34/US-6,CULBERTSON-McCOOK COUNTIES: HITCHCOCK RED WILLOW The Nebraska Department of Roads will receive sealed bids in
More informationUnit Price Averages Reports
Unit Price Averages Reports 12/7/2015 UNIT PRICE AVERAGES REPORT Disclaimer The information provided in the following Unit Price Averages Report is only for the use of Alberta Infrastructure & Transportation
More informationPROJECT COST ESTIMATE ASSUMPTIONS AND EXCLUSIONS
C PROJECT ESTIMATE ASSUMPTIONS AND EXCLUSIONS In support of the alternatives development process, preliminary cost estimates were prepared for each of the three Candidate Build Alternatives. The cost estimates
More informationLos Angeles County Department Of Public Works. Land Development Division. Bond Calculation Sheets
Los Angeles County Department Of Public Works Land Development Division Bond Calculation Sheets Effective July 1, 2015 COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS LAND DEVELOPMENT DIVISION ROADS COST
More informationThe unit costs are based on the trend line of the 3 low bids for the average quantity.
Page 1 of 8 COST ESTIMATE GENERAL INSTRUCTIONS The unit costs are based on the trend line of the 3 low bids for the average quantity. Apply the Unit Costs to ordinary structures. Unit Costs should generally
More informationFLORIDA DEPARTMENT OF TRANSPORTATION GUIDELINE FOR
FLORIDA DEPARTMENT OF TRANSPORTATION GUIDELINE FOR ESTABLISHING CONSTRUCTION CONTRACT DURATION July 2010 DISCLAIMER: The following documentation as a whole was derived from Federal Highway Administration
More informationDeveloping Critical Path Method Scheduling (CPM)
Developing Critical Path Method Scheduling (CPM) Pretest 1. An activity which is on critical path has a planned duration of 5 days. What is the total float for the activity? a. 0 b. 1 c. 2 d. 3 Pretest
More informationTABLE OF CONTENTS. Manhole, Frame, and Cover Installation (includes Drop Manhole) Additional Manhole Depth
TABLE OF CONTENTS NO. MP-1 MP-2 MP-3 MP-4 MP-4.01 MP-4.02 MP-4.03 MP-5 MP-5.01 MP-5.02 MP-5.03 MP-5.04 MP-5.05 MP-5.06 MP-5.07 MP-5.08 MP-5.11 MP-5.12 MP-5.13 MP-5.14 MP-5.15 MP-5.16 MP-5.18 MP-5.19 MP-5.20
More informationSECTION 02530 STORM DRAINAGE STRUCTURES. 1. Trench excavation, backfill, and compaction; Section 02250.
02530-1 of 5 SECTION 02530 STORM DRAINAGE STRUCTURES 02530.01 GENERAL A. Description Storm drainage structure construction shall include, but not necessarily be limited to, furnishing and installing or
More informationADDENDUM NO. 2. Contract Documents for REPLACEMENT OF PHOENIX STREET BRIDGE OVER THE TANKERHOOSEN RIVER VERNON, CONNECTICUT
ADDENDUM NO. 2 Contract Documents for REPLACEMENT OF PHOENIX STREET BRIDGE OVER THE TANKERHOOSEN RIVER VERNON, CONNECTICUT Bridge No. 1460008 (existing) Bridge No. 06806 (new) TO ALL BIDDERS: Anchor Engineering
More informationMTA UNIVERSAL STATION PEDESTRIAN BRIDGE Los Angeles, CA. Project Manual and Specification 100% PE SUBMITTAL TABLE OF CONTENTS
Los Angeles, CA Project Manual and Specification DIVISION 1 GENERAL CONDITIONS 01 01 10 STATEMENT OF WORK 01 11 00 SUMMARY OF THE WORK 01 14 05 METRO (OWNER) - DIRECTED STOPPAGES 01 20 00 PRICE AND PAYMENT
More informationDESCRIPTION OF WORK:
DEPARTMENT OF PUBLIC WORKS COUNTY OF HENRICO P.O. BOX 27032 RICHMOND, VIRGINIA 23273 PERMIT NO. One (1) copy of application and four (4) copies of plans are hereby made to the Director of Public Works
More informationCOUNTY OF LOS ANGELES
COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS To Enrich Lives Through Effective and Caring Service DONALD L. WOLFE, Director 900 SOUTH FREMONT AVENUE ALHAMBRA, CALIFORNIA 91803-1331 Telephone: (626)
More informationFY08 SEWER POINT REPAIRS BID TABULATION
6-07-831 Page 1 of 12 1 FOR CLEANING AND TELEVISING EXISTING SEWERS, AS SPECIFIED, ANY REQUIRED CLEANING, ANY LOCATION, ANY LENGTH OF SEWER, COMPLETE IN PLACE, FOR VARIOUS PIPE DIAMETERS. A. EXISTING "
More informationSUBDIVISION ROAD CONSTRUCTION AND INSPECTION PROCEDURES
BOARD OF COUNTY COMMISSIONERS ST. MARY S COUNTY LEONARDTOWN, MARYLAND SUBDIVISION ROAD CONSTRUCTION AND INSPECTION PROCEDURES APRIL, 1991 AMENDED: JUNE, 2002 DEPARTMENT OF PUBLIC WORKS & TRANSPORTATION
More informationSECTION 15 AIR RELEASE VALVE ASSEMBLIES. 15-1 General
SECTION 15 AIR RELEASE VALVE ASSEMBLIES 15-1.01 Scope 15-1 General This section describes the requirements for furnishing and installing Air Release Valve Assemblies of the size and type shown on the plans,
More informationTemporary Batch Plants
Categories EC SE TC WE NS WM Erosion Control Sediment Control Tracking Control Wind Erosion Control Non-Stormwater Management Control Waste Management and Materials Pollution Control Legend: Primary Category
More informationSECTION 33 41 13 PUBLIC STORM UTILITY DRAINAGE PIPING
SECTION 33 41 13 PUBLIC STORM PART 1 - GENERAL 1.01 SECTION INCLUDES A. Storm drainage piping, fittings, and accessories at proposed station areas and locations other than under and immediately adjacent
More informationChapter 22. Lump Sum Project Guidelines
Chapter 22 Lump Sum Project Guidelines 22.1 General...22-1 22.2 Project Selection...22-3 22.3 Plans Preparation...22-5 22.4 Preliminary Estimate...22-7 22.5 Specifications...22-9 22.6 Contracts Administration...22-11
More informationDemo Existing Curb Demo Existing Asphalt Roadway Demo Asphalt Saw Cutting Protection Fence - 4 Snow Fence with T posts
SECTION 00300 BID FORM S For additions and deletions to the Contract, the following unit prices shall be applicable for the specific items listed. Unit Prices shall be complete, in place including required
More information11-20-14 LETTING: 12-17-14 Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION 514126525 U077-018 KA 4101-01 CONTRACT PROPOSAL
11-20-14 LETTING: 12-17-14 Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION 514126525 U077-018 KA 4101-01 CONTRACT PROPOSAL 1. The Secretary of Transportation of the State of Kansas [Secretary] will accept
More informationADDENDUM NO. 1. Manchester Boston Regional Airport, City of Manchester, NH
Hoyle, Tanner Project No. 093145 ADDENDUM NO. 1 Manchester Boston Regional Airport, City of Manchester, NH Construct Relocated Roadway Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct
More informationCity of Beaumont, Texas Grading Permit Information
General Information City of Beaumont, Texas Grading Permit Information The permit application shall be signed by the property owner (or lessee) or his authorized representative and by the contractor (if
More informationCHAPTER 14: GUARDRAIL and BARRIERS
CHAPTER 14: GUARDRAIL and BARRIERS If you have any questions regarding guardrail, end treatments and/or pay items included in your plan, please contact the Project Design Services Unit or the Design Standards
More informationPAVER JOB INFORMATION SHEET
PAVER JOB INFORMATION SHEET JOB SITE ADDRESS: Phone # Scheduled Date Directions JOB # OWNERS NAME (S): Phone # (h) (w) GENERAL CONTRACTOR: Contact Phone ARCHITECT: Contact Phone PLANS: Specs Date Pages
More informationImprovement Project. BID OPEN DATE: September 10, 2013 @ 2:00 PM
BID SUMMARY FOR SPECIFICATION NO. 2013-14: BID OPEN DATE: September 10, 2013 @ 2:00 PM Hangar Area Asphalt Rehabilitation & Drainage Improvement Project CONTRACTOR Don Peterson Engineers, Inc. dba DPE
More informationCONSTRUCTION COST MODELS
CONSTRUCTION COST MODELS Prepared by: The New England Environmental Finance Center For the Maine Department of Transportation Office of Environmental Planning November 1, 2010 The following are a series
More informationSECTION 02100 SITE PREPARATION
SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General Conditions and Supplementary Conditions and Division 1 through Division
More informationExhibit A Scope of Work
Exhibit A Scope of Work The agreement for S.P. 3116-142 (T.H. 169-Cross Range Expressway) includes final design plans for a 1.55 mile length of a 2 lane to 4 lane expansion project located 0.66 miles SW
More informationSECTION 31 20 00 EARTH MOVING
SECTION 31 20 00 PART 1 - GENERAL 1.01 DESCRIPTION A. This Section describes the requirements for excavating, filling, and grading for earthwork at Parking Structure, new exit stair and as required to
More informationCSXT Emergency Response for May 2010 Flood Repairs
CSXT Emergency Response for May 2010 Flood Repairs 11 th Annual Geohazards Forum Chattanooga, Tennessee Christopher Ramsey, PE AMEC Project Overview Record rainfalls affecting greater Nashville. Some areas
More informationFY11 Sanitary Sewer Main Rehab and Point Repair Bid Tabulation
644-10-569 Page 1 of 9 1 FOR CLEANING AND TELEVISING EXISTING SEWERS, AS SPECIFIED, ANY REQUIRED CLEANING, ANY LOCATION, ANY LENGTH OF SEWER, COMPLETE IN PLACE, FOR VARIOUS PIPE DIAMETERS. A. EXISTING
More informationPUBLIC NOTICE. Federal Aid Project MO F-54-D-20 May 1, 2016 December 31, 2019. Project Description
PUBLIC NOTICE Federal Aid Project MO F-54-D-20 May 1, 2016 December 31, 2019 Project Description Project Name: Hunnewell Fish Hatchery Production Pond Renovation (Phases 2 and 3) Location: Hunnewell Fish
More informationUNIT PRICE LIST January 2009
UNIT PRICE LIST January 2009 1 INTRODUCTION The purpose of the Unit Price List is to provide a resource for the preparation of cost estimates for subdivisions and permit projects and should be used only
More informationINVITATION TO BID OFFICE OF THE ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY ORLANDO, FLORIDA
INVITATION TO BID OFFICE OF THE ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY ORLANDO, FLORIDA Sealed Bids will be received in the office of the Orlando-Orange County Expressway Authority, 4974 ORL Tower
More informationCONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR
PH 231.946.5874 FAX 231.946.3703 WWW.gourdiefraser.com CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR Little Traverse Bay Bands of Odawa Indians Nine Mile Point Boat Launch Hayes Township, Charlevoix
More informationSITE-SPECIFIC BEST MANAGEMENT PRACTICES (BMP) PLAN REVIEW CHECKLIST
This checklist may be used by applicants for encroachment permits, and contractors in development of Site- Specific BMP Plans for projects. plan reviewers will use this checklist to review the Site-Specific
More informationStormwater/Wetland Pond Construction Inspection Checklist
: Construction Inspection ChecklistsTools Stormwater/Wetland Pond Construction Inspection Checklist Project: Location: Site Status: Date: Time: Inspector: SATISFACTORY/ UNSATISFACTORY COMMENTS Pre-Construction/Materials
More informationUNIT PRICE LIST (09/30/2012) DIVISION I -EARTHWORK
LIST (09/30/2012) DIVISION I -EARTHWORK 100.1 MOBILIZATION L.S. - 11% 100.2 INSURANCE & BOND L.S. - 3% 101.1 PREPARING RIGHT OF WAY L.S. - 4% 102.1 OBLITERATING ABANDONED STREET ( < 25,000 S.Y.) S.Y. 6
More informationCivil. 2. City of Seattle Supplement to the Specification for Road, Bridge and Municipal Construction, most current addition.
Design Guide Basis of Design This section applies to the design and installation of earthwork and backfill. Design Criteria No stockpiling of excavation materials is allowed unless the Geotechnical Engineer
More informationOwner Controlled Insurance Program (OCIP) Overview
Owner Controlled Insurance Program (OCIP) Overview Prepared for Caltrans Oakland Touchdown Outreach Presented by: Willis One Bush Street, Suite 900 San Francisco CA 94104 (415) 981-1141 WHAT IS AN OCIP
More informationDescription Quantity Cost Total Cost
APPENDIX: ITEMIZED CONSTRUCTION COST ESTIMATE Description Quantity Cost Total Cost 1 CASCADE FALLS 1a Existing Cascade Falls Upgrades Structural Repairs - Steps, Railing, Walls, Pool Lump Sum $500,000
More informationSEDIMENT/STORMWATER MANAGEMENT BASIN CONSTRUCTION CHECKLIST
SEDIMENT/STORMWATER MANAGEMENT BASIN CONSTRUCTION CHECKLIST For permanent structures per Delaware SCS Pond Code 378 and Delaware Sediment and Stormwater Regulations KEY PROJECT INFORMATION Item meets standard
More informationCounty Wide Chip Seal
LORNE HAASE, CHAIRMAN JOHN OKOREN, VICE-CHAIRMAN 85 WEST HIGHWAY M-115 HAROLD FALAN, MEMBER BOON, MICHIGAN 49618 ALAN D. COOPER, MANAGER PHONE 231-775-9731 ANDREA HERMAN, FINANCE AND BUSINESS MANAGER FAX
More informationAcceptance Codes APPENDIX - A. Acceptance Criteria
1111 Receipt of a satisfactory Test Report from WSDOT Materials Laboratory is required indicating the lot (or lots) or batch of material meets the requirement of the specifications under which it is listed.
More information11 Guardrail. W-Beam Guardrail Pre-Installation Inspection During Installation Basis for Use. Modified Guardrail. End Treatments and Transitions
11 Guardrail W-Beam Guardrail Pre-Installation Inspection During Installation Basis for Use Modified Guardrail End Treatments and Transitions Footings and Anchors Impact Attenuators Measurement and Payment
More informationHIGH TENSION CABLE BARRIER
Special Provision September 11, 2006 SECTION 02845 S HIGH TENSION CABLE BARRIER PART 1 GENERAL 1.1 SECTION INCLUDES A. Cable barrier materials and installation procedures. 1.2 RELATED SECTIONS A. Section
More informationA. Structures Quantity Item Price Cost @ $3,500 EA
PRINCE WILLIAM COUNTY Department of Development Services Land Development Division UNIT PRICE LIST (Performance Bonds, Landscaping Escrows, and Siltation & Erosion Control Escrows) Revised: November 17,
More informationSTATE OF MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI CONSTRUCTING OR IMPROVING CONTRACT I.D.
STATE OF MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI CONSTRUCTING OR IMPROVING CONTRACT I.D. 160624-C05 THIS JOB SHALL BE CONSTRUCTED UNDER FEDERAL PROJECT NUMBER(S): I-35-1
More informationVehicle Tracking Pad
Stormwater Quality Best Management Practices Construction Sites s When to use: Where construction vehicles leave active construction areas onto surfaces where runoff is not checked by sediment controls
More informationSummary Statement of Work
Exhibit A PennDOT District 2-0 Tree Work Specifications for a Specialized / Expandable Arboriculture Complement Summary Statement of Work I. DESCRIPTION A. This statement of work is in addition to the
More informationRESIDENTIAL/COMMERCIAL
RESIDENTIAL/COMMERCIAL CONTRACTOR S INFORMATION MANUAL FOR City of Senatobia Disclaimer The residents or contractors using this information are responsible for complying with the applicable ICC Residential,
More informationINDIANA DEPARTMENT OF TRANSPORTATION PAGE 1 NOTICE TO HIGHWAY CONTRACTORS
INDIANA DEPARTMENT OF TRANSPORTATION PAGE 1 NOTICE TO HIGHWAY CONTRACTORS DATE OF LETTING: October 03, 2007 TIME OF LETTING: 10:00 AM EASTERN DST Sealed proposals for certain highway improvements as described
More informationAddendum Number 1 Request for Bids #15-004 BUD BENDER PARK REHABILITATION PROJECT City Project No. CB 1302
Addendum Number 1 Request for Bids #15-004 City Project CB 1302 To all prospective bidders under specifications for Request for Bids #15-004, the Bud Bender Park Rehabilitation Project, City Project CB
More informationWESTFIELD-WASHINGTON ADVISORY PLAN COMMISSION December 7, 2015 1512-SPP-24 & 1512-ODP-24
Petition Number: Subject Site Address: Petitioner: Request: East side of Oak Road, north of 151 st Street Langston Development Co. Primary Plat and Overall Development Plan amendment review for Mapleridge
More information2014 Inlet Rehab Project II Various Locations
2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS
More informationOPTIMUS WORK CLASSIFICATION LIST ENTER ALL THAT APPLY
Cost Code # Description Cost Code # Description 01 00 00.001 General Requirements 02 00 00.001 Existing Conditions 01 31 19.13.001 Preconstruction Meetings 02 21 00.001 Surveys 01 32 33.001 Photographic
More informationPUBLIC RIGHT-OF-WAY ACCESSIBILITY TRANSITION PLAN
PUBLIC RIGHT-OF-WAY ACCESSIBILITY TRANSITION PLAN FOR THE VILLAGE OF HUNTLEY, ILLINOIS 2015 Contents Introduction 1 Purpose 1 Officials Responsible for Implementation 2 Public Notice 2 Grievance Procedure
More informationSITE-SPECIFIC BEST MANAGEMENT PRACTICES (SSBMP) PLAN/STORM WATER POLLUTION PREVENTION PLAN (SWPPP) REVIEW CHECKLIST
This checklist may be used by applicants for encroachment permits, and contractors in development of Site Specific Best Management Practice (SSBMP) Plans or Storm Water Pollution Prevention Plans (SWPPP)
More informationMajor Construction Project Template (with EA) (Version 20130508) MnDOT - Gantt Chart Layout May-10-13 09:58. Final Design Project Baselined
1 Major Construction Project Template (with EA) (Version 833 2 s 833 3 MS_100 Project Initiated 0 4 MS_110 Initial Design Project Baselined 0 5 MS_120 Layout Staff Approved 0 6 MS_130 Construction Limits
More informationPulverizing & Milling Asphalt Pavement Quote.
February 6, 2015 RE: 2015 Pulverizing and Milling Asphalt Pavement To whom it may concern: You are invited to submit sealed quotations on furnishing and delivery for the 2015 Pulverizing & Milling Asphalt
More informationTHE MINERAL INDUSTRY OF NEBRASKA
THE MINERAL INDUSTRY OF NEBRASKA This chapter has been prepared under a Memorandum of Understanding between the U.S. Geological Survey and the University of Nebraska-Lincoln, Nebraska Geological Survey,
More informationCAREY L. STECKLER HIGHLAND ELEMENTARY SCHOOL ADVISOR: DR. RILEY TECHNICAL ASSIGNMENT 3 15 NOVEMBER 2004 CONTENTS
CAREY L. STECKLER HIGHLAND ELEMENTARY SCHOOL ADVISOR: DR. RILEY TECHNICAL ASSIGNMENT 3 15 NOVEMBER 2004 CONTENTS A. SUMMARY... 1 B. SITE LAYOUT PLANNING... 2 C. TEMPORARY UTILITIES... 2 D. DETAILED SYSTEMS
More informationASPHALT & CONCRETE SPECIFICATIONS
ASPHALT REPAIR & RESURFACE GENERAL PARAMETERS The intent of these specifications is to provide detailed specifications for contractors to fallow for parking lot repairs. The property manager or construction
More informationSTANDARD SPECIFICATIONS FOR SIGNAGE, STRIPING, AND LIGHTING TOWNSHIP OF STANFORD
STANDARD SPECIFICATIONS FOR SIGNAGE, STRIPING, AND LIGHTING TOWNSHIP OF STANFORD TABLE OF CONTENTS 1.00 2.00 3.00 4.00 GENERAL REQUIREMENTS MATERIALS DESIGN LAYOUT STANDARD PLATES Page No. 1 1 3 5 STANDARD
More informationSECTION 02221 SELECTIVE DEMOLITION
SECTION 02221 PART 1 -GENERAL 1.01 DESCRIPTION This section includes all material, labor, machinery and supervision required to demolish and remove the following items where applicable and as noted on
More informationStorm Drain Inlet Protection - IP
Storm Drain Inlet Protection - IP DEFINITION A temporary protective device formed around a storm drain drop inlet to trap sediment. PURPOSE To prevent sediment from entering storm drainage systems, prior
More informationX Planning X Quality X Maintenance & Operations
Delaware Department of Transportation Division of Transportation Solutions Design Guidance Memorandum Memorandum Number 1-20 Revised 1. Road Design Manual 2. Bridge Design Manual 3. Utilities Design Manual
More informationPermeable Pavement Construction Guide
Permeable Pavement Construction Guide Permeable pavement at Olympic Park, Waitakere Final Construction result What are permeable pavements? Permeable pavements are hard surface paving systems that reduce
More informationKIEWIT CM/GC Enabling/Utilities
South Terminal Redevelopment Program KIEWIT CM/GC Enabling/Utilities Contract Value $50 million M/WBE Goal 20 percent Contact John Todd, LEED AP Project Manager 303.930.9046 john.todd@kiewit.com General
More informationFlagger Training & Certification
Flagger Training & Certification Flagger Training & Certification TMI has a staff of qualified professionals whose knowledge and skills are invaluable to our classroom and online training programs. TRAFFIC
More informationSECTION 02150 REMOVAL OR ABANDONMENT OF EXISTING UTILITIES AND UNDERGROUND STRUCTURES. 1. Trench excavation, backfill, and compaction; Section 02250.
02150-1 of 6 SECTION 02150 REMOVAL OR ABANDONMENT OF EXISTING 02150.01 GENERAL A. Description Removal or abandonment of existing utilities and underground structures shall include, but not necessarily
More informationSection 11.5 TESTING AND CORRECTING ASPHALT PAVEMENT SURFACE DEFICIENCIES
Section 11.5 TESTING AND CORRECTING ASPHALT PAVEMENT SURFACE DEFICIENCIES 11.5.1 Purpose To provide a uniform procedure for determining that the last structural layer meets the applicable straightedge
More informationStructures Construction Pre-Work Checklist PRE-WORK SHEET FOR PROJECT MANAGERS
Structures Construction Pre-Work Checklist PRE-WORK SHEET FOR PROJECT MANAGERS 1 Proposal & Plans Received? 2 Review Proposal, highlight important facts. Know proposal well to be able to find answers quickly.
More informationCity Streets as State Highways Maintenance Guidelines Briefing Summary March 21, 2013
Streets as Highways Maintenance Guidelines Briefing Summary March 21, 2013 Background Within the of Washington there are over 500 centerline miles of Streets that also function as Highways. Cities that
More informationItem No. Description Estimated Unit Total Unit Total Unit Total Unit Total Quantity Price Amount Price Amount Price Amount Price Amount
Engineer's Estimate DiPaolo Company 4350 DiPaolo Center Glenview, IL 60025 Stark Excavating, Inc. 1805 W. Washington Street Bloomington, IL 61701 Rowe Construction 1523 N. Cottage Avenue Bloomington, IL
More informationHIGHWAY DEPARTMENT ACCESS AND RIGHT OF WAY WIDTH GUIDELINES
Approved 6/26/01 HIGHWAY DEPARTMENT ACCESS AND RIGHT OF WAY WIDTH GUIDELINES All new, modified and/or changed use access(es) onto county roads shall be subject to the access and corridor protection guidelines
More informationMOBILE HOME LAW. Revised November 2001
MOBILE HOME LAW Revised November 2001 TABLE OF CONTENTS: SECTION 1: SECTION 2: SECTION 3: SECTION 4: SECTION 5: SECTION 6: SECTION 7: SECTION 8: SECTION 9: SECTION 10: SECTION 11: SECTION 12: INTENT DEFINITIONS
More informationBituminous Paving and Construction
JOHN OKOREN, CHAIRMAN LORNE HAASE, VICE-CHAIRMAN 85 WEST HIGHWAY M-115 HAROLD FALON, MEMBER BOON, MICHIGAN 49618 ALAN D. COOPER, MANAGER PHONE 231-775-9731 ANDREA HERMAN, FINANCE AND BUSINESS MANAGER FAX
More informationMICHIGAN AIRPORT DEVELOPMENT PROGRAM PACKAGE MDOT Office of Aeronautics. Airport Capital Improvement Plan 2014-2018
MICHIGAN AIRPORT DEVELOPMENT PROGRAM PACKAGE MDOT Office of Aeronautics Airport Capital Improvement Plan 20142018 Prepared for: West Michigan Regional Airport Holland, Michigan August 2013 Contact: Mr.
More informationREQUEST TO QUALIFY (RTQ) INFORMATION FOR
I. INTRODUCTION: REQUEST TO QUALIFY (RTQ) INFORMATION FOR GEORGE WASHINGTON BRIDGE REPLACEMENT OF THE PIP HELIX RAMP AND REHABILITATION OF UPPER LEVEL SPANS OVER NJ ANCHORAGE AND HUDSON TERRACE CONTRACT
More informationW. REYNOLDS ST. (SR 574) SEWER LINE REPLACEMENT BID NO. 10-91345-003 Addendum 3a
PROPOSAL AND BID FORM W. REYNOLDS ST. (SR 574) SEWER LINE REPLACEMENT Pursuant to and in compliance with your Invitation to Bid dated February 9, 2010, the Instructions to Bidders, Special Conditions and
More informationWork Breakdown Structure Element Dictionary Construction
Initiation CON 5.1 Initiation encompasses deliverables associated with the development, implementation and control of the project s schedule, budget and scope, including the solicitation for a contractor
More information225 statewide business consultants, 15 transportation consultants and 8 former CDOT engineers available to help you immediately!
SUBCONTRACTING ON CDOT CONSTRUCTION PROJECTS Ramp Up Ridgway! Connect2DOT Colorado Small Business Development Center Network (SBDC) program funded by CDOT Free training, consulting, and resources for small
More information2014 ANNUAL REPORT. Department: Highway Department Head: David Hartman Departmental Employees: 27
2014 ANNUAL REPORT Department: Highway Department Head: David Hartman Departmental Employees: 27 Department Mission: The Yates County Highway Department is responsible for the construction, maintenance
More informationResidential Driveway Installation Requirements. Table of Contents
Residential Driveway Installation Requirements Table of Contents Residential Driveway Requirements Sidewalk Construction Specifications for Residential Properties Hold Harmless Agreement for Residential
More informationDIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 - SPECIAL PROVISIONS
TEMPO PARK IMPROVEMENTS PROJECT # 2012-3-4202-86 1.01 SCOPE OF WORK DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 - SPECIAL PROVISIONS The Contractor shall perform, furnish and complete the following
More informationC. Remove all existing asphalt shingles, underlayment and any loose debris into contractor provided dumpsters.
SCOPE OF WORK Project Title: Replace Deteriorated Roof Singles at Cape Lookout National Seashore Maintenance Shop PMIS # 159350 Prepared By: Mike Baker Cape Lookout National Seashore 131Charles St Harkers
More information