DESIGN-BUILD SCOPE OF SERVICES. PROJECT No FRA-SR315/IR670-Noisewall PID No
|
|
- Rudolph Griffin
- 8 years ago
- Views:
Transcription
1 DESIGN-BUILD SCOPE OF SERVICES PROJECT No FRA-SR315/IR670-Noisewall PID No STATE OF OHIO DEPARTMENT OF TRANSPORTATION JERRY WRAY, P.E., DIRECTOR THIS SCOPE OF SERVICES MUST BE INCLUDED IN YOUR BID PACKAGE IN ORDER FOR YOUR BID TO BE CONSIDERED FOR AWARD OF THIS PROJECT. LETTING DATE: August 11, 2011 PRE-BID MEETING: Not Required SCOPE OF WORK. The Contractor s Consultant shall provide for the engineering services, design, and preparation of detail construction plans for the construction of the proposed project. The Contractor shall provide for the furnishing of materials, construction and completion in every detail of all the work described in the Conceptual Documents in order to fulfill the intent of the contract. Project Description: NOISE BARRIER REPAIR 1
2 ODOT DESIGN BUILD SCOPE OF SERVICES PID #87948 State Project # County FRA Route 315/670 Section Noisewall Table of Contents Section Page 1 Project Identification 3 1A Prima Facie Speed Limit 4 1B Railroad Coordination 4 1C Airway/Highway Clearance 4 2 Pre-bid Meeting 4 3 Addenda Process 4 4 Pre-qualification 5 5 Contractor s Consultant 5 6 Scope of Work 6 6 Barrier 6 7 Field Office 6 8 General Provisions for The Work 6 9 Hazardous Materials 8 10 Environmental 8 11 Right of Way (ROW) 8 12 Utilities 9 13 Design and Construction Requirements : Maintenance Of Traffic (MOT) Design and Construction Requirements : Location & Design Design and Construction Requirements : Structures Design and Construction Requirements : Traffic Control Project Schedule Requirements Review Requirements Buildable Units 14 2
3 1. PROJECT IDENTIFICATION PID # State Project # County FRA Route 315/670 Section Noisewall Local Route Name _N/A Highway Functional Classification & Federal Aid System Urban Interstate/Other Freeway and Expressway Structure Identification: Bridge # N/A Over Structure File Number N/A 1.1 Design Designation: Traffic data provided by ODOT Office of Technical Services SR315 from log. pt to 6.17 Current ADT: Design Year ADT: Design Hourly Volume: 7876 (7%) Directional Distribution: 55% Trucks: 4% Legal Speed: 65 Design Functional Classification: OTHER FREEWAY AND EXPRESSWAY IR670 from log. pt 7.15 to 7.56 Current ADT: Design Year ADT: Design Hourly Volume: 7285 (7%) Directional Distribution: 55% Trucks: 5% Legal Speed: 65 Design Functional Classification: URBAN INTERSTATE IR71 from log pt to Current ADT: Design Year ADT: Design Hourly Volume: 10340(7%) Directional Distribution: 55% Trucks: 8% 3
4 Legal Speed: 65 Design Functional Classification: URBAN INTERSTATE IR71 from log pt to Current ADT: Design Year ADT: Design Hourly Volume: 8293 (7%) Directional Distribution: 55% Trucks: 10% Legal Speed: 65 Design Functional Classification: URBAN INTERSTATE IR270 from log pt to Current ADT: Design Year ADT: Design Hourly Volume: (7%) Directional Distribution: 55% Trucks: 12% Legal Speed: 65 Design Functional Classification: URBAN INTERSTATE 1.2 Existing plans: The following existing plans are available at ftp://ftp.dot.state.oh.us/pub/districts/d06/download/_noise%20barrier%20details.pdf These are NOT AS-BUILT PLANS. The Design-Build Team (DBT) is advised to verify the preceding referenced plans to determine if they accurately depict existing field conditions. 1A PRIMA FACIE SPEED LIMIT NO REDUCTION IN THE POSTED SPEED LIMIT. 614 WORK ZONE SPEED LIMIT SIGN - NOT APPLICABLE Double Fines in Work Zones Sign - NOT APPLICABLE 1B RAILROAD COORDINATION NOT APPLICABLE. 1C AIRWAY/HIGHWAY CLEARANCE NOT APPLICABLE 4
5 2 PRE-BID MEETING: Not Required 3 ADDENDA PROCESS All questions prior to the letting date shall be directed in to: Phone number: (614) Fax: (614) address: PREBID@dot.state.oh.us 4 PRE-QUALIFICATION It is required that the bidder be an ODOT pre-qualified Contractor who has engaged the services of an ODOT pre-qualified Design Consultant Team to perform all the design and construction work required in these Conceptual Documents. If the Design Consultant and/or the Design Sub-Consultant(s) submitted do not meet all the required qualifications, the Office of Contracts may reject the contractor s bid. 5 CONTRACTOR S CONSULTANT The Contractor must name the Design Consultant and all Design Sub-Consultant(s) in the space(s) provided below. If the Contractor is going to submit an electronic bid, then the Consultant and all Sub-Consultant(s) must be listed on the following web page: The Contractor must list relevant prequalification categories for prime and sub-consultants to show that the prequalification requirements listed below are satisfied. All Consultant names and addresses must be the same as that on file with the Department. The following work types must be performed by members of the Design Consultant Team (combination of Consultant and Sub- Consultant(s)): Non-Complex Roadway Design Design Consultant Firm Name: Address: 5
6 List work types the Consultant will perform: Design Sub-Consultant Firm Name: Address: List work types the Sub-Consultant will perform: Design Sub-Consultant Firm Name: Address: List work types the Sub-Consultant will perform: Restrictions on Participation in Design-Build Contracts: The Contractor s Consultant and any of the sub-consultants who have provided services to the Department that have been directly utilized in this design-build proposal or Scope of Services document will NOT be eligible to participate in this design-build contract for this project, either as a prime consultant or as a sub-consultant. 6 SCOPE OF WORK This work includes the repair of existing noise walls at specific locations along routes IR- 71, IR-270, SR315 and IR670. The Contractor s Consultant shall provide for the engineering services, design, and preparation of detail construction plans for the construction of the proposed project. The Contractor shall provide for the furnishing of materials, construction and completion in every detail of all the work described in the Conceptual Documents in order to fulfill the intent of the contract. 6
7 Project Description: NOISE BARRIER REPAIR Completion date: October 31, 2010 General Description: 6 BARRIER: Replace the missing caps on the noise wall on the west side of IR71 from south of Fifth Avenue to IR670. Also reset two offset panels on this wall near 2 nd Avenue. Replace the bottom noise wall panel along northbound IR71 at approximately Station (SLM /-). Replace the bottom noise wall panel along eastbound IR270 at approximately Station (SLM /-). Replace a section of noise wall along the northbound exit ramp from SR315 to North Broadway at SLM 5.60+/-. Also replace a section of noise wall along the southbound entrance ramp from North Broadway to southbound SR315 at SLM 5.70+/-. Replace numerous damaged noise wall panels on the noise wall along the westbound on ramp from Fifth Avenue to Leonard Avenue. Also included is the replacement of the seventh section west of Fifth Avenue, Station /-, Station /- and two sections east of Sunbury Road. All trees and shrubs within four feet of all noise walls will be removed with the exception of the noise walls along SR315. Along SR315 the trees and shrubs required to do the work will be removed. The trees and shrubs are to be cut and immediately removed from the site. Immediately after the tree or shrub has been cut, the stump is to be treated with Pathway or Pathfinder II herbicide or an equivalent. The application of the herbicide must be done by a licensed applicator or under the direct supervision of a licensed applicator. The herbicidal labels must be followed and the Project Engineer will receive a copy of the applicator s spray record once the application is made. Noise wall panels are to be repaired or replaced in kind. 7 FIELD OFFICE Field Office Type B, as described by Item 619, from the Construction and Material Specifications shall be available and completely functional no later than 1 week prior to the start of construction work. 8 GENERAL PROVISIONS FOR THE WORK 8.1 Governing Regulations: All services, including but not limited to survey, design and construction work, performed by the DBT and all subcontractors, shall be in compliance with all applicable ODOT Manuals and Guidelines. 7
8 The fact that the bid items for this Design-Build project are general rather than specific shall not relieve the Contractor of the requirement that all work performed and all materials furnished shall be in reasonable conformity with the specifications. The Contractor s Consultant shall reference in the plans the appropriate Construction and Material Specifications Item Number for all work to be performed and all materials to be furnished. The attention of the Bidder is directed to the provisions of Section 100 of the Construction and Material Specifications as modified in the design-build proposal. It will be the responsibility of the DBT to acquire and utilize the necessary ODOT manuals that apply to the design and construction work required to complete this project. The current edition, including updates released on or before the prebid meeting date, of the following ODOT Manuals and Guidelines shall be met or exceeded in the performance of the design and construction work required to complete this project: Bridge Design Manual Location and Design Manuals Volume One - Roadway Design Volume Two - Drainage Design Volume Three - Plan Preparation Specifications for Subsurface Investigations Survey Manual Construction and Material Specifications Proposal Notes for Construction and Material Specifications Supplemental Specifications for Construction and Material Specifications Noise Barrier Specifications and Standard Drawings Standard Procedure for Analysis and Abatement of Highway Traffic Noise (dated February 8, 2010) 8.2 Basis of Payment: All Items covered by Construction and Material Specifications, Supplemental Specifications, Proposal and Special Provision notes with unit price as a basis of payment will be paid for under the appropriate Lump Sum bid item, unless a unit line price item has been established in the Scope Of Services. The DBT shall be required to furnish the Department with a complete breakdown of the lump sum bid items. The breakdown shall include materials to be used in the work, and shall be in sufficient detail to provide ODOT with a means to check partial payment requests. 8.3 Final Payment: The DBT shall prepare and submit the following prior to the request for final payment: 8
9 1. All original project files and notes utilized in the preparation of the survey, design and construction of the project. 2. Record-Drawings Plans as required below. 8.4 Communication: All communication during design and construction shall be with the District Project Manager and the District Project Engineer. District s Project Manager s Name: Herb Ligocki Phone number: (740) herb.ligocki@dot.state.oh.us The District Project Engineer shall be named at the pre-design meeting. At the pre-design meeting, the Contractor shall name a Project Manager who will act as a liaison between the DBT and the Department. 8.8 Permits: DBT will be required to obtain a permit from the State or local government having jurisdiction, to perform any non-construction work within the existing ROW and/or limited access. 8.9 Entry On Private Property: The DBT, acting as The Department s agent, may enter upon any lands within the State for the purpose of inspecting, surveying, leveling, digging, drilling, or doing any work deemed necessary in the execution of any survey authorized by the Director of Transportation in accordance with Section of the Ohio Revised Code and Section (inclusive of Sections through ) of ODOT s Survey Manual. Prior to performing said survey, the DBT will send notification letters indicating the date and duration of entry to the affected property owners no less than forty-eight hours nor more than 30 days prior to the date of entry for said survey in accordance with of ODOT s Survey Manual. The DBT shall forward copies of all notification letters distributed to ODOT s Project Manager. Any subsequent claims for compensation due to damages incurred while said survey was being performed will be negotiated between the DBT and the affected property owners with final approval from ODOT s Project Manager. Crop and property damage minimization and reimbursement information, together with the crop damage reimbursement formula and Special Waiver of Damage form, will be provided to the DBT by ODOT s Project Manager. Any subsequent entries onto private property for the purpose of obtaining additional survey or soil information prior to the submission of the bid will be made in accordance with the procedures outlined in this section. If there is no potential for actual damage to the property nor substantial interference with possession or use of the property, then no notification is required. However, it is always in the interest of good relations with the public to at least knock on someone s door to let 9
10 them know what is going on upon their property. If a property owner refuses the crew s request to enter upon the property, then ODOT D6 will need to be notified in order to gain a right of entry for survey work or a court order will be needed. 9 HAZARDOUS MATERIA At this time, the Department is not aware of, nor is in possession of, any information relating to the presence of Hazardous Materials at the site. 10 ENVIRONMENTAL 10.1 Temporary and Permanent Erosion Control : All other requirements relating to temporary and permanent erosion and water pollution controls shall be in accordance with section of the Construction and Material Specifications and Supplemental Specification 832. All temporary erosion control items shall be removed before the project is accepted. Removed materials shall become the property of the DBT and shall be disposed of in accordance with Item 203. Supplemental Specification shall be referenced on the Title Sheet of the construction plan. Post construction BMPs will not be required based on the linear nature of the noise barrier project. 11 RIGHT OF WAY (ROW) All necessary construction work for the project will be performed within the existing right of way. The DBT will stake and flag the existing right of way in the field prior to the start of construction and will maintain said stakes and flags throughout the duration of the project. The DBT will identify and show all right of way encroachments on the construction plans at the Conceptual Review Submission. ODOT s Project Manager will be responsible for clearing all encroachments on Federal-aid projects in accordance with standard encroachment removal. Some property owners have their fences up to the right of way fence. If the right of way fence is removed for noise wall installation, the DBT shall work with the Project Engineer and provide notice to the property owner. Removal shall be coordinated with affected property owners. This work is incidental to noise wall installation and will not have a separate pay item. The contractor should assume that where the barrier is on or within five feet of the right of way fence, the fence shall be removed. 10
11 12 UTILITIES Utilities Special Provisions in addition to the Governing Regulations listed in section 8.1 of this document and section of the Ohio Revised Code. All utility facilities within the project limits will remain in place and in service during the highway contractor s construction activities Existing Utilities: The District Utility Coordinator, in concurrence with the registered Underground Utility Protection Services- Ohio Underground Protection Service(OUPS) and Oil and Gas Producers Underground Protection Service (OAGPUPS) and other utility owners that are non-members of any utility protection services, has determined that the following utilities are located in the area of the project : AT&T Local Service 300 North Point Parkway Room 122A06 Alpharetta, GA Mr. Joel McKinney Columbus Fiber Net 1366 Dublin Road Columbus, OH Mr. Ian Smith AT&T 111 North Fourth 8 th Floor Columbus, OH Mr. Tom Ziomek AT&T Communications 5980-I Wilcox Place Dublin, OH Mr. Carl Donahue BP Oil Company 4421 Bradley Road Cleveland, OH Mr. Carl Yarlborough, Damage Prevention Team Leader Buckeye Pipeline Company 940 Buckeye Road Lima, OH Franklin County Engineer s Office 970 Dublin Road Columbus, OH Level 3 Communications 226 North Fifth-Suite 100 Columbus, OH Mr. Everett Turner Insight Communications 3770 Livingston Avenue Columbus, OH Mr. Anthony Adams , ext. 201 Sprint Communications Enterprise Park Drive Sharonville, OH Mr. Joe Thomas Time Warner Communications 3760 Interchange Drive Columbus, OH Mr. Terry Allen Time Warner Telecom Suite West Old Wilson Bridge Road Worthington, OH Mr. Kevin Thompson
12 Columbia Gas Transmission Corporation 589 N. State Road Medina, OH Verizon Business OSP National Support/Investigations Dept Loc North Glenville Richardson, TX Ohio American Water Company 365 East Center Street Marion, OH Mr. Josh Pruitt Marathon Pipe Line LLC 539 S. Main Street Rm Findlay, OH Mr. Dave Wisner WOW Internet-Cable-Phone 140 Robinwood Avenue Columbus, OH Mr. Jaytee Novaria / AEP 700 Morrison Road Gahanna, OH Mr. John Heppner Columbia Gas of Ohio 3550 Johnny Appleseed Court Columbus, OH Mr. Matt Coyne AEP 850 Tech Center Drive Gahanna, OH Mr. Paul Paxton Qwest Communications 1801 California St. Fl. 26 Denver, CO Mr. George McElrain XO Communications 10 West Broad Street Suite 310 Columbus, OH Mr. Bill Martin City of Columbus Division of Sewerage and Drainage 1250 Fairwood Avenue Columbus, OH Mr. Robert Herr City of Columbus Division of Communications 220 Greenlawn Avenue Columbus, OH Mr. Marcellas Stewart extension fax mgstewart@columbus.gov City of Columbus Division of Telecommunications 90 West Broad Street - 3d Floor Columbus, OH Mr. Dave McNally fax dwmcnally@columbus.gov City of Columbus (Division of Electricity) Division of Power and Water 3500 Indianola Avenue Columbus, OH Mr. Robert Schneider fax rschneider@columbus.gov City of Columbus (Division of Water) Division of Power and Water 910 Dublin Road Columbus, OH Mr. Bob Arnold fax rjarnold@columbus.gov 12
13 ODOT District 6 Traffic Management Center 109 N Front St. Columbus, OH Mr. Duane Soisson, P. E fax Duane.soisson@dot.state.oh. us 12.2 DBT Utility Coordination Responsibilities: ODOT will provide a list of all utilities in the area and will provide available utility plans. The DBT shall assume that the plans are not as built. All public and private utilities shall be field verified by the DBT. As soon as it is feasible after the final plan is approved by the Department, the Contractor shall stake the existing ROW in the field and shall perform clearing and grubbing within that ROW as required by the specifications and the proposal documents. ROW stakes shall be maintained and updated as needed throughout the project length. The DBT shall be cognizant of the project's impact on utility facilities. In the event utility rearrangements are required, the project shall not be designed to preclude legal occupancy of the highway ROW by the rearranged utility facilities. The DBT shall coordinate all existing utilities with construction activities on this project. The DBT shall insure that potential delays in coordination and relocation of the affected utilities are minimized. The DBT shall copy the Project Manager and the District Utility Coordinator on all correspondence or phone calls between the DBT and each utility. This shall include the submittal of plans to each utility. A meeting at or near the preliminary review shall be held between the DBT the District Utility Coordinator and the utility owners to determine if any significant utility relocations can be eliminated or mitigated. Utility Coordination is provided as a pay item so that the DBT can locate and identify all utilities in order to prepare conflict free plans. Certain conflicts can be avoided by minor shifts or changes in a portion or portions of a wall or walls. If the avoidance of a conflict requires a reduction of the barrier length or height, ODOT shall be advised in writing prior to preliminary plan development. A location, length or height change to avoid a utility conflict shall not be made unless ODOT grants permission to do so in writing. ODOT shall only grant permission to make a location, height or length change if OSHA rules require that the barrier (or equipment during installation) maintain a minimum distance from the utility. 13
14 Any betterment to the utility's facility and ineligible, or unnecessary, work shall not be a part of the project's expense but the utility company s fiscal requirement. Determination of eligibility can be coordinated through the District Utility Coordinator. Payment for betterments or ineligible costs shall be made by the appropriated utility through ODOT to the Contractor. The cost of all utility coordination shall be bid as a Lump Sum Item Subsurface Utilities Engineering (SUE): Not Applicable. 13 DESIGN AND CONSTRUCTION REQUIREMENTS : MAINTENANCE OF TRAFFIC (MOT) Maintenance of Traffic (MOT) Special Provisions in addition to the Governing Regulations listed in section 8.1 of this document General: All temporary MOT devices shall comply with the National Cooperative Highway Research Program (NCHRP) 350 Hardware report MOT Restrictions: Permitted Lane Closures: 1 LANE (3:2) MAY BE CLOSED FROM 9 PM TO 5 AM ON WEEKDAYS AND 7 PM TO 6AM DAILY ON WEEKENDS Minimum lane width: EXISTING Maximum duration of detour: NOT APPLICABLE Shoulder restrictions: SHOULDER CLOSURE IS PERMITTED ANY TIME EXCEPT 5 AM TO 9 AM AND 3PM TO 7PM. Check with Lisa and Duane 13.3 Additional Description of Required Work and special provisions: The contractor may close the right lane as per OMUCTD and ODOT Standard Construction Drawings during the times detailed above. The contractor s equipment shall be operated in the direction of traffic. The contractor s equipment shall be equipped with at least one amber flashing light. Equipment may be parked in areas along the highway when operations are scheduled to continue within the next workday. Otherwise the equipment shall be stored at a storage area outside the l/a, the location of which shall have prior approval of the engineer. When parking along the highway the equipment shall be placed and delineated as per No equipment shall be parked in the median of the highway. Adequate barricades and lights shall be placed on the pavement side of the equipment to identify the limits of the equipment. All other equipment, including private vehicles, shall be stored at the approved contractor s storage area. No equipment shall be parked on private property unless prior approval of the owner and the project engineer/supervisor has been granted. 14
15 Street occupation permit: prior to the closure of any portion of the roadways within the City of Columbus, the contractor shall obtain and submit "the permit for street opening and/or barricading" permit to the City of Columbus engineer for completion and issuing. The above submission shall be made a minimum of five working days prior to the anticipated date of barricading. The permit shows the requirements for special duty police. A copy of this permit shall also be given to the project engineer. Occupancy permits must be obtained by the contractor at least five days prior to beginning work from the city of Columbus Transportation Division (614) Detailed maintenance of traffic drawings may be required as part of the permit process. 14 DESIGN AND CONSTRUCTION REQUIREMENTS: LOCATION & DESIGN Location & Design Special Provisions in addition to the Governing Regulations listed in section 8.1 of this document: 14.1 Survey: N/A 14.2 Vertical and Horizontal Alignment: N/A 14.3 Pavement: N/A 14.4 Roadway: Yes ; No_X_ 14.5 Drainage: Yes X ; No 14.6 Design Exceptions: 14.7 Landscape: Yes ; No X 14.8 Fencing: Yes ; No _X 14.9 Additional Description of Required Work and Special Provisions: 15 DESIGN AND CONSTRUCTION REQUIREMENTS: STRUCTURES Not Applicable. 16 DESIGN AND CONSTRUCTION REQUIREMENTS : TRAFFIC CONTROL 15
16 16.1 Pavement Markings and Delineators Special Provisions in addition to the Governing Regulations listed in section 8.1 of this document: A. Pavement Markings: Yes ; No X B. Raised Pavement Markers: Yes ; No X C. Delineators: Yes ; No X D. Barrier Reflectors: Yes ; No_X_ E. Object Markers: Yes ; No X 16.2 Signing Special Provisions in addition to the Governing Regulations listed in section 8.1 of this document: A. Flat Sheet Signs: Yes ; No X_ B. Extrusheet Signs: Yes ; No X C. Ground Mounted Post Supports: Yes _; No _X D. Ground Mounted Beam Supports: Yes ; No X E. Overhead Supports : Yes ; No X 16.3 Lighting Special Provisions in addition to the Governing Regulations listed in section 8.1 of this document: 16.4 Traffic Signals Special Provisions in addition to the Governing Regulations listed in section 8.1of this document: A. Signal Supports: Yes ; No _X B. Vehicle Signal Heads: Yes ; No _X C. Pullbox: Yes ; No _X D. Conduit: Yes ; No X_ E. Cable and Wire: Yes ; No X 17 PROJECT SCHEDULE REQUIREMENTS After work begins on a wall, the contractor will schedule work in a way that work is 16
17 continuous until the wall is complete. This will utilize the critical path method progress schedule for short duration projects as per Proposal Note REVIEW REQUIREMENTS The Design Build Team will walk the project with the Project Engineer to specifically discuss exactly where the work is to be done. Two weeks after the work has started, the Design Build Team and the Project Engineer will again walk the project to assess the progress of the project. 19 BUILDABLE UNITS (BU) Definition: Buildable Units are portions of the projects which can be designed, reviewed and built with only limited controls and assumptions coming from the design of other portions of the project. Often a Buildable Unit will be defined by a geographic area within the plan, but it may also be defined by types of work or construction stages which may require or permit similar, nearby work to be divided into separate Buildable Units. All Buildable Units shall summarize the materials required to construct that portion of the project. The summary shall include the Construction and Material Specifications Item Number, and a description of the materials to be used. General: After the approval of the Preliminary Plan, DBT may break the project work into two or more separate BU which can be progressed through design and construction with minimal or known effect on each other and/or which can be dealt with sequentially such that sufficient data is available for design and review of each BU. In order that the design and construction of one BU may proceed without significant approved information from an associated BU, the DBT may develop and propose assumptions which will allow for the first BU to proceed through design and/or construction. These assumptions shall be submitted for review and comment but their accuracy and effort upon the final design are the sole responsibility of the DBT. Should error in these assumptions result in additional work, remedial work or other changes to assure an acceptable design or should they result in the need to remove work and substitute additional work, the DBT shall be responsible for all such costs including, removal of unacceptable materials from the site, modification, additional work, repairs, etc. as necessary to produce an acceptable result. If the DBT elects to develop Buildable Units, the DBT shall prepare, for review by the Department, a table of Buildable Units for the project with each BU described in detail. If the table is approved, the DBT shall modify the Progress Schedule to show a separate group of activities for BU and these activities shall encompass all of the design and construction work in each BU. Work activities shall be further separated in the Progress Schedule to show a meaningful completion status (i.e. separate activities comprising the placement of a bridge deck on steel beams shall describe; shoring, form building, steel placement, placement of conduit & joints, pouring concrete, forming parapets, pouring or 17
18 PAY ITEMS slip forming parapets, provision of membranes, provision of wearing surfaces, curing, repair, form removal, cleaning, etc.) The Final Review Submission and construction plans shall specifically be identified by the Buildable Unit code. If the design of a BU requires input information from an adjacent or related BU, the source for that information in previously approved plans shall be cited or the DBT shall provide an estimated value of the data. The input data shall also be carefully identified. In the same way any assumption, calculations or results from the stage and BU which are used as input to another BU shall be similarly identified, and where appropriate, compared back to that BU to verify previous assumptions. Should assumptions not match values calculated later, the DBT shall re-analyze all affected components and determine appropriate changes. Should those elements have already been constructed, the DBT shall recommend repairs, adjustments, modifications or replacement of the existing work as necessary to comply with the Scope of Work. All costs for re-design, re-submissions, modifications, removals, disposal of materials and new work needed to remedy the project and bring it to compliance shall be borne by the DBT and no time extensions shall be approved for this. FRA-SR315/IR670-Noisewall, PID Line # Item Number Description Quantity Units E99000 SPECIAL-CLEARING AND GRUBBING E99100 SPECIAL NOISE BARRIER, ABSORPTIVE E99000 SPECIAL PERMANENT EROSION CONTROL 8, EA E99100 SPECIAL CONSTRUCTION EROSION CONTROL 1, EA E99000 SPECIAL UTILITY COORDINATION E20020 SPECIAL FIELD SURVEYS E20210 SPECIAL FINAL PLANS FOR DESIGN BUILD E20220 SPECIAL CONSTRUCTION PLANS FOR DESIGN 1.00 BUILD E99010 SPECIAL PROFESSIONAL LIABILITY INSURANCE
19 E99010 SPECIAL PREMIUM FOR CONTRACT PERFORMANCE 1.00 BOND AND FOR PAYMENT BOND E99000 SPECIAL CPM PROGRESS SCHEDULE E99000 SPECIAL MAINTAINING TRAFFIC E99000 SPECIAL - FIELD OFFICE E99000 SPECIAL CONSTRUCTION LAYOUT STAKES E99000 SPECIAL - MOBILIZATION
P. ALTERNATE TECHNICAL CONCEPTS FOR CONSTRUCTION, STAGING AND TRAFFIC CONTROL
P. ALTERNATE TECHNICAL CONCEPTS FOR CONSTRUCTION, STAGING AND TRAFFIC CONTROL 1.0 Description. 1.1 This specification allows bidders the opportunity to include in their overall bid proposal, pricing for
More informationAppendix A Alternative Contracting General Engineering Consultant RFP. Appendix A
Appendix A 1 1.0 Requirements and Minimum Qualifications This section outlines requirements and minimum qualifications for the GEC. It is anticipated that the GEC will be used to support and supplement
More informationPN 126-4/15/05 - REVISIONS TO THE C&MS FOR DESIGN BUILD PROJECTS
PN 126-4/15/05 - REVISIONS TO THE C&MS FOR DESIGN BUILD PROJECTS 101.01 On page 7, Add the following: NOTE: The fact that the bid items for this Design-Build project are general rather than specific shall
More informationUtility Coordination Procedures for Hillsborough County Construction Projects within County Rights-of-Way
Public Works Department Utility Coordination Procedures for Hillsborough County Construction Projects within County Rights-of-Way October 2015 HillsboroughCounty.org HILLSBOROUGH COUNTY Office of the County
More informationAPPLICATION PROCEDURES FOR PLACEMENT OF UNDERGROUND WATER AND SEWER PIPELINES IN THE VICINITY OF TRANSPORTATION FACILITIES UNDER THE
APPLICATION PROCEDURES FOR PLACEMENT OF UNDERGROUND WATER AND SEWER PIPELINES IN THE VICINITY OF TRANSPORTATION FACILITIES UNDER THE JURISDICTION OF ALBERTA TRANSPORTATION 1.0 Application Procedures 2.0
More informationGuidelines for Fiber Optic Cable Permits
Guidelines for Fiber Optic Cable Permits NOVA District (Fairfax/Arlington) Permits www.virginiadot.org/business/fairfax-permits-main.asp Email: NOVAFairfaxPermits@VDOT.Virginia.gov 14685 Avion Parkway
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 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 informationUnderground Commercial Electric Service
Underground Commercial Electric Service SCANA Corporation 2013 Revised: June 2013 Table of Contents SECTION PAGE I. Specification and Requirements 2 A. General B. Definition of Terms C. Company and Developer
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 informationCHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)
Michigan Department Of Transportation 5100B (05/13) CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2 REQUISITION NUMBER DUE DATE TIME DUE MDOT PROJECT MANAGER JOB
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Engineering Design Services for the Preliminary (Design) Engineering 1. Imlay City Road Imlay City Road at Wilder Road (signal modernization), Lapeer Township 2. Imlay City Road Imlay
More informationGeneral Utility Work Obligations
General Utility Work Obligations This Section addresses the Utility Company (or Utility Owner) requirements. It does not apply to existing stormwater facilities, irrigation ditches, Intelligent Transportation
More informationSECTION 611 ACCEPTANCE PROCEDURES FOR TRAFFIC CONTROL SIGNALS AND DEVICES
SECTION 611 ACCEPTANCE PROCEDURES FOR TRAFFIC CONTROL SIGNALS AND DEVICES 611-1 Description. This Section sets forth Contract acceptance procedures for installations of traffic control signals and devices
More informationCHAPTER 8 CIVIL DESIGN
CHAPTER 8 CIVIL DESIGN A. GENERAL This Chapter includes standards and design considerations for other civil engineering design in structural, drainage and utilities. Design considerations for electrical
More informationFHWA Colorado Division Control of Access to the Interstate and its Right-of-Way February 2005
FHWA Colorado Division Control of Access to the Interstate and its Right-of-Way February 2005 Background: It is in the national interest to maintain the Interstate System to provide the highest level of
More informationSUPPLEMENTAL SPECIFICATIONS CROSS SLOPE VERIFICATION:
September 22, 2009 Updated November 16, 2009 SUPPLEMENTAL SPECIFICATIONS CROSS SLOPE VERIFICATION: 1. DESCRIPTION: The cross slopes of the roadway are to be constructed as detailed in the plans and within
More informationQUALITY ASSURANCE. and QUALITY CONTROL PROCESS GUIDE. for PROJECT MANAGERS
QUALITY ASSURANCE and QUALITY CONTROL PROCESS GUIDE for PROJECT MANAGERS MDOT Trunkline Projects January 2005 TABLE OF CONTENTS Discussion.. 2 Scope Verification Meeting..... 3 Overview 3 Procedure...
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 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 informationTOURIST ATTRACTION SIGNS GENERAL INFORMATION & APPLICATION
TOURIST ATTRACTION SIGNS GENERAL INFORMATION & APPLICATION Dear Applicant: Enclosed is a copy of MassDOT - Highway Division's Tourist Attraction Signs General Information and Application. Please refer
More informationMassDOT s Work Zone Transportation Management Procedures. By: Neil Boudreau, MassDOT and Michael Sutton, P.E., VHB
MassDOT s Work Zone Transportation Management Procedures By: Neil Boudreau, MassDOT and Michael Sutton, P.E., VHB What is the Work Zone Safety and Mobility Rule? 23 CFR 630 Subpart J, effective October
More informationCONSTRUCTION COST ESTIMATES
Chapter 8 CONSTRUCTION COST ESTIMATES SCDOT BRIDGE DESIGN MANUAL April 2006 Table of Contents Section Page 8.1 PROGRAMMING ESTIMATES...8-1 8.1.1 Bridge Replacement Projects...8-1 8.1.2 Other Projects...8-1
More informationINVITATION TO BID. Contractor Services Associated with:
INVITATION TO BID Contractor Services Associated with: COMMUNITY CENTER AT 330 WINDSOR AVENUE ROOF REPAIR AND RESTORATION PROJECT 330 WINDSOR AVENUE WINDSOR, CT 06095 THIS IS A REQUEST FOR PROPOSALS AND
More information108-C-215 CRITICAL PATH METHOD SCHEDULE. (Revised 03-24-10)
CRITICAL PATH METHOD SCHEDULE (Revised 03-24-10) The Standard Specifications are revised as follows: SECTION 108, BEGIN LINE 177, INSERT AS FOLLOWS: 108.04.1 Critical Path Method Schedule (a) General Requirements
More informationReplacement of Heat System Components
STATEMENT OF WORK FOR Replacement of Heat System Components At Warehouse Takoraudantie 4 08/17/2013 REV 8-24-13 Project 2013-021 Page 1 of 6 1.0 INTRODUCTION 1.1 Overview: The U.S. Embassy Helsinki has
More informationWork Breakdown Structure Element Dictionary. Final Design
Initiation FD 4.1 Initiation encompasses deliverables associated with the development, implementation and control of the project s schedule, budget and scope. The lead office develops these project parameters
More informationREQUEST FOR PROPOSAL/QUALIFICATIONS VILLAGE ENGINEER
VILLAGE OF NEWTOWN 3537 Church Street Newtown, Ohio 45244 (513)561-7097 ~ Fax (513)561-7555 Established 1792 REQUEST FOR PROPOSAL/QUALIFICATIONS VILLAGE ENGINEER REQUEST FOR PROPOSAL/QUALIFICATIONS Contract
More informationNational Archives and Record Administration
National Archives and Record Administration Installation of Self-Closing Flood Barriers and Loading Dock Turntable Removal and Structural Slab Repairs ! 2010 Baltimore Washington Chapter Outstanding Repair
More informationPLANNED UNIT DEVELOPMENT & SIDEWALK WAIVER REQUEST STAFF REPORT Date: November 7, 2013
PLANNED UNIT DEVELOPMENT & SIDEWALK WAIVER REQUEST STAFF REPORT Date: November 7, 2013 NAME LOCATION Audubon Properties, LLC. 4700 & 4960 Dauphin Island Parkway West side of Dauphin Island Parkway, 580
More informationEXHIBIT A SCOPE OF SERVICES WATER SERVICE REPLACEMENT PROJECT. BROWARD OPERATIONS CENTER 5548 NW 9 th AVENUE FORT LAUDERDALE, FLORIDA 33309
EXHIBIT A SCOPE OF SERVICES WATER SERVICE REPLACEMENT PROJECT BROWARD OPERATIONS CENTER 5548 NW 9 th AVENUE FORT LAUDERDALE, FLORIDA 33309 FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT FOUR 1.0 SCOPE OF
More informationPIPELINE ROUTING PERMIT. For A NATURAL GAS PIPELINE DAKOTA AND RAMSEY COUNTIES ISSUED TO NORTHERN STATES POWER COMPANY D/B/A XCEL ENERGY
PIPELINE ROUTING PERMIT For A NATURAL GAS PIPELINE IN DAKOTA AND RAMSEY COUNTIES ISSUED TO NORTHERN STATES POWER COMPANY D/B/A XCEL ENERGY PUC DOCKET No. G002/GP-05-1706 In accordance with the requirements
More informationElectric Engineering Division FIBER CONDUIT RULES AND REGULATIONS
Electric Engineering Division FIBER CONDUIT RULES AND REGULATIONS TABLE OF CONTENTS I. RULES AND REGULATIONS A. TABLE OF CONTENTS... 2 B. TERMS AND DEFINITIONS... 3 C. DEVELOPER S/CONTRACTOR S RESPONSIBILITIES...
More information3.1 Historical Considerations
3. Recommended Scope of Bridge improvements 3.1 Historical Considerations In the fall of 2000, an outside consultant, Fraser Design, suggested that the existing 4 th St. Bridge is potentially eligible
More informationNegotiating Pipeline Easements
FACT SHEET Ohio State University Extension, 2120 Fyffe Road, Columbus, OH 43210 Introduction Shale Oil and Gas Development Fact Sheet Series Negotiating Pipeline Easements Peggy Kirk Hall Director, OSU
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 informationAirport Safety and Construction Management Under The FAA
U.S. Department of Transportation Federal Aviation Administration Advisory Circular Subject: Quality Management for Federally Funded Airport Construction Projects Date: DRAFT Initiated by: AAS-100 AC No.:
More informationADVERTISING, SALE & AWARD
ADVERTISING, SALE & AWARD PRIMARY ROLES & RESPONSIBILITIES PRIMARY TASK ODOT LPA DEVELOP BID PROPOSAL If project estimate exceeds $500,000, submit engineer estimate to LPA Coordinator to obtain DBE goal.
More informationConstruction Management At-Risk
Oconee County Schools P.O. Box 146, 34 School Street Watkinsville, GA 30677 706-769-5130 706-769-3513 REQUEST FOR PROPOSALS ISSUE DATE: March 10, 2016 RFP REF: Construction Management At-Risk Construction
More information763XXX Timing Analysis, Critical Path Method (CPM) Project Schedule
763XXX Timing Analysis, Critical Path Method (CPM) Project Schedule Description: This work shall reflect a Contractor s anticipated work plan for constructing the project using a Critical Path Method Project
More informationTransportation Management Plan Template
DATE: TO: FROM: SUBJECT: Date Name Position Transportation Service Center Name Position Transportation Service Center Transportation Management Plan Job Number(s) Control Section(s) Route Details County
More informationDesign-Build Process for Project Managers
Vermont Agency of Transportation Design-Build Process for Project Managers This document provides guidance on the preliminary engineering and procurement process and roles and responsibilities of key personnel
More informationDocument Comparison. AIA Documents A134 2009 and A131CMc 2003
Document Comparison AIA Documents A134 2009 and A131CMc 2003 AIA Document A134 2009 is in the right-hand column. Corresponding sections of AIA Document A131 CMc 2003 are in the left-hand column. Sections
More informationTOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION
TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION April 25, 2014 DUE DATE/LOCATION: Friday, May 9, 2014 Bid forms and references are due by 9:30 A.M. at:
More informationFIBER-OPTIC CABLE PLAN CHECK
Engineering Division 201 North Broadway, Escondido, CA 92025 (760) 839-4651, FAX (760) 839-4597 FIBER-OPTIC CABLE PLAN CHECK To: Date: Project: Project No. Address: Check No. Attn: Via: The attached plans
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 informationCity of Valdosta Land Development Regulations. Table of Contents
TITLE 1 ADMINISTRATION Chapter 102 General Provisions 102-1 Title 102-2 Purpose 102-3 Authority 102-4 Jurisdiction 102-5 Application of Ordinance 102-6 Relationship to Existing Ordinances 102-7 Powers
More informationAPPENDIX I DEVELOPMENT PROCESS CHECKLIST
APPENDIX I DEVELOPMENT PROCESS CHECKLIST Bureau of Indian Affairs, Western Regional Office 400 N. 5 th St., Two AZ Center/Phoenix, AZ 85004/Telephone/website PRE-DEVELOPMENT PROCESS CHECKLIST This checklist
More informationSEMINOLE PRATT WHITNEY ROAD & NORTHLAKE BLVD. FREQUENTLY ASKED QUESTIONS
UPDATED: 01/31/14 SEMINOLE PRATT WHITNEY ROAD & NORTHLAKE BLVD. FREQUENTLY ASKED QUESTIONS Q. 1. What are the County s plans for Seminole Pratt Whitney Road between SR 80 (Southern Blvd) and the Bee Line
More informationDraft Transportation Management Plan for Via Verdi Repair Project
for Via Verdi Repair Project prepared for City of Richmond This report was prepared by: This report was reviewed by: Ryan McClain, P.E. Fehr & Peers TABLE OF CONTENTS 1.0 INTRODUCTION & PROJECT DESCRIPTION...
More informationExhibit C: Scope of Work and Schedule of Deliverables
Exhibit C: Scope of Work and Schedule of Deliverables Project Scope of Work Phases: A City Hall Envelope Renovations B City Hall Skylight Replacement C City Hall Chiller Replacement D City Hall Annex Plaza
More informationSuperseded. The average time for a normal repair after a crash is approximately 1.5 to 2 hours for a 3- person crew.
To: Subject: Purpose: All HQ Directors: Operations, Planning and Major Projects All Regional Directors All Regional Managers, Engineering All Regional Traffic Engineers All District Managers Transportation
More informationNotes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive
Jacobs Contract performance Tracking spreadsheet = Excellent 2 = Meets performance standards 1 = Improvement needed 0= Unsatisfactory Report for the time period: Annual report 210 Total average score 2.86
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 informationCONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE
CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE SANTEE SCHOOL DISTRICT 1 .......... 2 1. Effective January 1 st, 2014,
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 informationProgram guidance that details the eligibility, criteria and application process. Ferry Boat Program. Ohio Department of Transportation
Program guidance that details the eligibility, criteria and application process. Ferry Boat Program Ohio Department of Transportation TABLE OF CONTENTS Program Overview Program Administration.........2
More informationIndependent Contractor Policy
Independent Contractor Policy This Policy has been implemented to prevent accidents and personal injuries. It is not intended to be entirely inclusive. It is the responsibility of the Independent Contractor
More informationDISTRICT 3 TRAFFIC MANAGEMENT PLAN CHECKLIST
State of California Business, Transportation and Housing Agency DISTRICT 3 TRAFFIC MANAGEMENT PLAN CHECKLIST District / EA: District 3/ EA 03-3E380 Date Prepared: 1/10/2013 Prepared By: Robert Himes Stage
More informationHighway 23 Paynesville Richmond Soils Borings, Soils Tests, and Reporting
Highway 23 Paynesville Richmond Soils Borings, Soils Tests, and Reporting MnDOT Contract No. 1003249 General Project Overview This work is located along Trunk Highway (TH) 23, for State Project (SP) 7305-124.
More informationRequest for Proposals BUILDING DEMOLITION SERVICES
Request for Proposals BUILDING DEMOLITION SERVICES Coffeyville Community College 400 W. 11 th Street Coffeyville, KS 67337 Date Issued: February 17, 2014 Date Due: March 6, 2014 at 2:00 pm, local time
More informationCHAPTER 12 Revised January 1, 2013 SIGNING AND SEALIN OF PROFESSIONAL SURVEY DELIVERABLES
CHAPTER 12 Revised January 1, 2013 SIGNING AND SEALIN OF PROFESSIONAL SURVEY DELIVERABLES Chapter Contents Sec. 12.01 Sec. 12.02 Sec. 12.03 Sec. 12.04 Sec. 12.05 Sec. 12.06 Introduction Business & Legal
More information5 ALTERNATIVE SOLUTIONS AND EVALUATION
Page 23 5 ALTERNATIVE SOLUTIONS AND EVALUATION The process used for the assessment and evaluation of the alternatives follows the procedures of the Municipal Class EA, as described below: Identify a reasonable
More informationOhio Department of Transportation Prebid Questions
Project No. 093005 Sale Date - 12/9/2009 Question Submitted: 11/10/2009 Are all underdrains to be replaced in both resurface and full depth areas? Where are the underdrains to be placed? In areas where
More information9988 REDWOOD AVENUE PROJECT TRAFFIC IMPACT ANALYSIS. April 24, 2015
9988 REDWOOD AVENUE PROJECT TRAFFIC IMPACT ANALYSIS April 24, 2015 Kunzman Associates, Inc. 9988 REDWOOD AVENUE PROJECT TRAFFIC IMPACT ANALYSIS April 24, 2015 Prepared by: Bryan Crawford Carl Ballard,
More informationFHWA Emergency Relief (FHWA-ER) Training
FHWA Emergency Relief (FHWA-ER) Training Training Developed and Coordinated By Colorado Department of Transportation 2 Agenda FHWA Flowchart Policies, Purpose, Agency Roles Application Process Eligibility
More informationSOUTH JERSEY TRANSPORTATION AUTHORITY
SOUTH JERSEY TRANSPORTATION AUTHORITY FARLEY SERVICE PLAZA P.O. BOX 351 HAMMONTON, N.J. 08037 (609) 965-6060 800-658-0606 FAX (609) 965-7315 SOUTH JERSEY TRANSPORTATION AUTHORITY ACCESS PERMIT AGREEMENT
More informationTrenching and Excavation Safety
1.0 ACTIVITY DESCRIPTION 1.1 This document provides basic safety guidelines related to excavation and trenching in pipeline construction activities. These guidelines are applicable to the locating, marking
More informationMoyer Heavy Use Area Project Hollenback Township Luzerne County, PA. Bid Package. Contracting Officer: Joshua Longmore, District Manager 570-674-7991
Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA Bid Package Contracting Officer: Joshua Longmore, District Manager 570-674-7991 1. PROPOSALS INSTRUCTIONS TO BIDDERS A. The Drawings
More informationAppendix. Change Management Plan. Communication Plan. QA/QC Plan. Transition and Closure Plan C-1
Appendix C Change Management Plan Communication Plan QA/QC Plan Transition and Closure Plan C-1 CHANGE MANAGEMENT PLAN Whether the effects of changes are positive or negative, managing change is an important
More informationGUIDELINES FOR TOTAL PROJECT COST MANAGEMENT
GUIDELINES FOR TOTAL PROJECT COST MANAGEMENT March 2013 MINISTRY OF STRATEGY AND FINANCE TABLE OF CONTENTS CHAPTER Ⅰ GENERAL PROVISIONS Article 1 (Purpose)... 1 Article 2 (Definition of Total Project Cost)...
More informationContractor. Management
Contractor Environment Health and Safety Management Best Practice (2007) A. INTRODUCTION Many construction Owners employ contract personnel for a wide range of activities, from administrative support to
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 informationCITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL
CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL INVITATION FOR BIDS RFP # 2014 01 RFP TITLE TREE TRIMMING SERVICES FOR POWER LINES ISSUE DATE June 28, 2013 DUE DATE July 29, 2013 at 2:00 PM IMPORTANT NOTE:
More informationPermit No. Permit Fee: $295.00. Permit Expires (D+90 days): Business Name: Applicants Name: Telephone Number: E-mail Address:
City of Woodland Park Internet Service Provider (IPS) Permit for Installation of Telecommunication Infrastructure within City Owned Rights-of-Way (up to five locations per single permit) Permit No. Permit
More informationIH-635 MANAGED LANES PROJECT, SEG. 3.2
IH-635 MANAGED LANES PROJECT, SEG. 3.2 Location: Dallas, Texas Owner: Texas Department of Transportation Client: Ferrovial Agroman Construction Cost: $1 Billion Construction Completion Date: December,
More informationNEVADA IRRIGATION DISTRICT DEVELOPER REQUIREMENTS FOR TREATED WATER SYSTEM EXTENSIONS GENERAL
NEVADA IRRIGATION DISTRICT DEVELOPER REQUIREMENTS FOR TREATED WATER SYSTEM EXTENSIONS GENERAL An owner requesting treated water service to lands which do not otherwise have service available must comply
More informationInformational Workshop Public Meeting Kanawha Falls Bridge Project
Informational Workshop Public Meeting Kanawha Falls Project WV Department of Transportation Division of Highways in Cooperation with the Federal Highway Administration State Project S310-13-0.02 00 Federal
More informationI-676 (Vine Expressway) Bridge Reconstruction Project 22 nd - 18 th Streets Philadelphia, PA. PSPE Presentation, December 3, 2015
I-676 (Vine Expressway) Bridge Reconstruction Project 22 nd - 18 th Streets Philadelphia, PA PSPE Presentation, December 3, 2015 Location Map N PROJECT LOCATION 22 nd 18 th Streets PHILADELPHIA, PA General
More informationSan Antonio Water System Standard Specifications for Construction ITEM NO. 903 CONSTRUCTION QC/QA PROGRAM
ITEM NO. 903 CONSTRUCTION QC/QA PROGRAM 903.1 DESCRIPTION: This item shall govern the preparation and implementation of the Contractor s Construction Quality Control/Quality Assurance (QC/QA) Program for
More informationTownship of Georgian Bluffs POLICY USE OF UNOPENED ROAD ALLOWANCES
Township of Georgian Bluffs POLICY USE OF UNOPENED ROAD ALLOWANCES 1.0 Background An unopened road allowance as defined by the Municipal Act is a public highway that has not been opened and assumed for
More informationNOTICE TO POTENTIAL BIDDERS
NOTICE TO POTENTIAL BIDDERS Downloading the Plans, Specifications and other Bid Documents will NOT place you on the City s List of Plan Holders. This is important because only those on the City s List
More informationTRANSPORTATION CODE TITLE 6. ROADWAYS SUBTITLE I. TRANSPORTATION CORPORATIONS CHAPTER 431. TEXAS TRANSPORTATION CORPORATION ACT
TRANSPORTATION CODE TITLE 6. ROADWAYS SUBTITLE I. TRANSPORTATION CORPORATIONS CHAPTER 431. TEXAS TRANSPORTATION CORPORATION ACT SUBCHAPTER A. GENERAL PROVISIONS Sec. 431.001. SHORT TITLE. This chapter
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 informationFor Construction of the Sandy Suburban Improvement District 2013 Pipeline Rehabilitation Project
DOCUMENTS For Construction of the Sandy Suburban Improvement District 2013 Pipeline Rehabilitation Project February 11, 2013 OWNER Sandy Suburban Improvement District 8855 South 700 West Sandy, UT 84070
More informationPASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List
PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List At their Board meeting of August 21, 2013, the Trustees of the
More informationCHAPTER 20 Project Development Cost Estimates Table of Contents
Chapter 20 Project Development Cost Estimates Table of Contents CHAPTER 20 Project Development Cost Estimates Table of Contents CHAPTER 20 Project Development Cost Estimates... 20-3 SECTION 1 Project Cost
More informationUNDERGROUND TELECOMMUNICATIONS CABLES ACROSS PRIVATE LAND
FACT SHEET TELEPHONE 0800 327 646 I WEBSITE WWW.FEDFARM.ORG.NZ UNDERGROUND TELECOMMUNICATIONS CABLES ACROSS PRIVATE LAND BACKGROUND The Rural Broadband Initiative envisages substantially improved broadband
More informationEXHIBIT A Accessible Truck Routes Map
EXHIBIT A Accessible Truck Routes Map ASHEVILLE, NORTH CAROLINA ROUTE: A ROUTE: B ROUTE: C ROUTE: D ROUTE: E EXHIBIT A EXHIBIT B Craven Street Improvements Map ASHEVILLE, NORTH CAROLINA EXHIBIT B EXHIBIT
More informationREQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR A ROOF CONSULTANT
REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR A ROOF CONSULTANT Durango School District 9 R (Owner) 201 East 12 th Street Durango, Colorado 81301 Phone (970) 247 5411, ext. 1458 PROPOSAL DUE DATE/DELIVERY
More informationColorado Off-System Bridge Program Description and Guidelines for Selecting Bridges for Rehabilitation or Replacement Funding
C Colorado Off-System Bridge Program Description and Guidelines for Selecting Bridges for Rehabilitation or Replacement Funding These guidelines are intended to provide assistance in selecting OFF-SYSTEM
More informationFire Damage Repairs, 2510 Burton Street
Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide
More informationCHAPTER VII CONSTRUCTION QUALITY CONTROL INSPECTION PROGRAM 1
CHAPTER VII CONSTRUCTION QUALITY CONTROL INSPECTION PROGRAM 1 1 This Chapter of the FERC Engineering Guidelines has been prepared under contract with R & H Thomas, Inc. JANUARY 1993 Chapter VII Construction
More informationDOCUMENT NAME: 20080207ITDH1 UTILITY EASEMENTS GRANTED (0904-02)
Staff Summary Report Council Meeting Date: 02/07/08 Agenda Item Number: SUBJECT: Request Council approval authorizing the Mayor to execute an Agreement between the City of Tempe and Salt River Project
More informationCity of Balch Springs, Texas. Request for Proposal (RFP 2016-2-15) Pipe Bursting Sewer Line Replacement
City of Balch Springs, Texas Request for Proposal (RFP 2016-2-15) Pipe Bursting Sewer Line Replacement Balch Springs is a city in Dallas County, Texas, United States. It is a suburb of Dallas and part
More informationDesign and Construction Criteria C. Utility Coordination
Addendum No. 3 I-4 Dynamic Message Sign Replacement from East of SR 528 to East of SR 472 Financial Project Number428915-1-92-01 Contract Number: E5N84 VI. Design and Construction Criteria C. Utility Coordination
More informationREQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES (PS-0748-A) Appendix 1 Project Information. PS-0748-A Page 1 5/4/2016 Appendix 1
REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES (PS-0748-A) Project Information PS-0748-A Page 1 5/4/2016 Table of Contents Project Budget Worksheet Program Plan Project Location (Site Plan) Scope of Services
More informationELECTRICAL CONTRACTORS THE UNIVERSITY OF TENNESSEE KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1
KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1 PART 1 - GENERAL 1.01 RELATED DOCUMENTS: SECTION 16050 A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1
More informationScope of Work Construction Inspection and Materials Testing Services
Glenwood Resident Engineer 202 Centennial Drive Glenwood Springs, CO 81601 Scope of Work Construction Inspection and Materials Testing Services Estimated Start Date: November 1, 2015 Region 3 Project:
More informationPerformance Bond. Business):
Performance Bond CONTRACTOR (Name and Address): (Name and Address of Principal Place of Business): OWNER (Name and Address): City of Cedar Rapids City Clerk, 101 First Street SE Cedar Rapids, IA 52401
More information