Roscommon County Road Commission

Size: px
Start display at page:

Download "Roscommon County Road Commission"

Transcription

1 Roscommon County Road Commission James Porath, Commissioner 820 E. West Branch Road im O Rourke, Manager Justin Wykoff, Commissioner Prudenville, MI Phone:(989) Fred Chidester, Commission Fax:(989) Brian Vaughn, Commissioner Website: rcrc.roscommoncrc.com John Earley, Commissioner rcrc@roscommoncrc.com NOICE O BIDDERS he Roscommon County Road Commission will receive sealed bids until 2:00 p.m. on Wednesday, February 27, Bids will be opened at 2:00 p.m. for tabulation and review. Bid results and staff recommendations will be presented to the Board at their regular meeting February 28, 2019 beginning at 7:00 p.m. at the Road Commission office located at 820 E. West Branch Road, Prudenville, MI County Road 400 (Emery Road) Project Description: 2.17 total miles shoulder widening, curb and gutter, hot mix asphalt overlay, aggregate shoulders, and pavement markings on CR 400(Emery Rd) from Old US 27 to ower Hill Road in Roscommon ownship, Roscommon County. he County Road 400 project is funded by the ransportation Economic Development Fund (EDF) grant, except where otherwise indicated on the plans or in the proposal, all materials and workmanship shall be in accordance with Michigan Department of ransportation 2012 Standard Specification for Construction, 2011 Michigan Manual on Uniform raffic Control Devices for Street and Highways, and Section C (3R) of the Michigan Department of ransportation Local Agency Programs Guidelines for Geometrics, dated July 24, Proposal and plans can be obtained by contacting the Roscommon County Commission at the above street address, address, by calling (989) , or on the website. Questions and answers as well as any potential addendums will be posted on the website without notification. he website should be checked prior to bid submittal for any potential changes. If you have any additional questions please contact Neil Belanger at ext. 17. Bids must be in a sealed envelope and clearly marked as County Road 400. he Board reserves the right to reject any or all bids, to waive informalities in the bids and award the bid deemed to be in the best interest of Roscommon County. ROSCOMMON COUNY BOARD OF ROAD COMMISSIONERS James Porath, Chair Fred Chidester, Vice Chair Justin Wykoff, Member Brian Vaughn, Member John Earley, Member

2 CAEGORY F GRAN # CR 400 (EMERY RD) ROSCOMMON COUNY ROAD COMMISSION DAE: FEBRUARY 27, 2019 SCHEDULE OF BID IEMS IEM CODE IEM DESCRIPION ESIMAED UNI UNI PRICE PROPOSAL AMOUN QUANIY Mobilization, Max $47,400 1 LSUM Curb and Gutter, Rem 337 Ft _Pavt, Rem Modified 43 Syd Embankment, LM 149 Cyd Excavation, Earth 150 Cyd Machine Grading 4 Sta Aggregate Base 297 on Maintenance Gravel 20 on Approach, Cl II 27 on Shoulder, Cl II 548 on _renching, Modified 225 Sta Pavt for Butt Joints, Rem 230 Syd Hand Patching 1 on HMA, 13A 5,652 on HMA Approach 72 on Curb and Gutter, Conc, Det B2 750 Ft Post, Mailbox 11 Ea Pavt Mrkg, Polyurea, 24 inch, Stop Bar 93 Ft Pavt Mrkg, Waterborne, 4 inch, White 22,575 Ft Pavt Mrkg, Waterborne, 4 inch, Yellow 8,316 Ft Pavt Mrkg, Waterborne, 2nd Application, 4 inch, White 22,575 Ft Pavt Mrkg, Waterborne, 2nd Application, 4 inch, Yellow 8,316 Ft Lighted Arrow, ype C, Furn 2 Ea Lighted Arrow, ype C, Oper 2 Ea Minor raf Devices 1 LSUM Pavt Mrkg, West Reflective, ype R, ape, 4 inch Yellow, emp 1,364 Ft Plastic Drum, High Intesity, Furn 220 Ea Plastic Drum, High Intensity, Oper 220 Ea Sign, ype B, emp, Prismatic, Furn 496 Sft Sign, ype B, emp, Prismatic, Oper 496 Sft Sign, ype B, emp, Prismatic, Special, Furn 16 Sft Sign, ype B, emp, Prismatic, Special, Oper 16 Sft raf Regulator Control 1 LSUM _Slope Restoration, Modified 1,645 Syd Monument Box Adjust 3 Ea otal Bid Amount

3 ROSCOMMON COUNY ROAD COMMISSION IN COOPERAION IMH MICHIGAN DEPARMEN OF RANSPORAION AND FEDERAL HIGHWAY ADMINISRAION CR 400 (EMERY ROAD) ROSCOMMON OWNSHIP 22N R4W (CR 400(EMERY RD)) CONROL SECION : JOB NUMBER: RAFFIC DAA PRESEN AVERAGE DAILY RAFFIC CR400 POSED SPEED PRIMA FACIE PROJEC LENGH: 2.17 MILES PROJEC DESCRIPION: 2.17 OAL MILES OF SHOULDER WIDENING, CURB AND GUER, HO MIX ASPHAL OVERLAY, AGGREGAE SHOULDERS, AND PAVEMEN MARKINGS. PERCEN COMMERCIAL % 5% CR400 DESIGN SPEED 55 MPH EXCEP WHERE OHERWISE INDICAED ON HESE PLANS OR IN HE PROPOSAL AND SUPPLEMENAL SPECIFICAIONS CONAINED HEREIN, ALL MAERIALS AN D WORKMANSHIP SHALL BE IN ACCORDANCE WIH HE MICHIGAN DEPARMEN OF RANSPORAION 2012 SANDARD SPECIFICAIONS FOR CONSRUCnON, 2011 MICHIGAN MANUAL ON UNIFORM RAFFIC CONROL DEVICES FOR SREES AND HIGHWAYS AND SECION C (3R) OF HE "MICHIGAN DEPARMEN OF RANSPORAION LOCAL AGENCY PROGRAMS GUIDELINES FOR GEOMERICS", 2017 EDIION. RAFFIC AND SAfEY SPECIAL DEAI LS WZC-l00-A GROUND DRIVEN SIGN SUPPORS FOR EMP SIGNS WZC-125-E EMPORARY RAFFIC CONROL DEVICES COUNY ROAD COMMISSION APPROVAL ~ ~)-17 _/0'l CHAIR ~SPH DAE PREPARED UNDER HE SUPERVISION OF NEIL A. BELANGER REGISERED PR OFFESSIONAL ENGINEER REGISRAION NO Y--- 3 A- I/tY/fJ MANAGER mto'rourke DAE

4 POB 1+00 POE ROA D ROSCOMMON CO C OMMI SSION CR 400 (OLD US-27 O OWERHILL) JOB NUMBER: PROJEC LOCAION MAP ROSCOMMON COUNY ROAD COMMISSION DESIGN: BELANGER DAE: SCALE: N/A 2 of 35

5 PROGRESS CLAUSE RCRC: NAB 1 of he anticipated start date is May 1, 2019, after receiving Notice of Award of Contract, or on the date agreed upon with the Engineer. In no case shall any work be commenced prior to receipt of formal notice of award by the Department. he entire project must be completed on or before the final completion date of September 1, he Low Bidder for the work covered by this proposal will be required to prepare and submit F o r m 1130, Progress Schedule to the Engineer within seven (7) calendar days of confirmation by the Department, of the low bid. he progress schedule must be approved by the Project Engineer and submitted to MDO Contract Services Division (CSD), in order for the contractor to receive contract award. Lack of timely submittal by the contractor will delay contract award per subsection of the Standard Specifications for Construction. he Progress Schedule shall include, as a minimum, the controlling work items for the completion of the project and the planned dates that these work items will be controlling operations. When specified in the bidding Proposal, the date the project is to be opened to traffic, as well as the final project completion date, shall also be included in the Project Schedule. If the bidding Proposal specifies other controlling dates, these shall also be included in the Progress Schedule. he Project Engineer will arrange the time and place for the preconstruction meeting after contract award. he named subcontractor(s) for Designated and/or Specialty Items, as shown in the Proposal, is recommended to be at the preconstruction meeting if such items materially affect the work schedule. Liquidated Damages shall be assessed in accordance with Section of the 2012 MDO Standard Specifications for Construction. 3 of 35

6 CAEGORY F GRAN # CR 400 (EMERY RD) ROSCOMMON COUNY ROAD COMMISSION DAE: FEBRUARY 27, 2019 SCHEDULE OF BID IEMS IEM CODE IEM DESCRIPION ESIMAED UNI UNI PRICE PROPOSAL AMOUN QUANIY Mobilization, Max $47,400 1 LSUM Curb and Gutter, Rem 337 Ft _Pavt, Rem Modified 43 Syd Embankment, LM 149 Cyd Excavation, Earth 150 Cyd Machine Grading 4 Sta Aggregate Base 297 on Maintenance Gravel 20 on Approach, Cl II 27 on Shoulder, Cl II 548 on _renching, Modified 225 Sta Pavt for Butt Joints, Rem 230 Syd Hand Patching 1 on HMA, 13A 5,652 on HMA Approach 72 on Curb and Gutter, Conc, Det B2 750 Ft Post, Mailbox 11 Ea Pavt Mrkg, Polyurea, 24 inch, Stop Bar 93 Ft Pavt Mrkg, Waterborne, 4 inch, White 22,575 Ft Pavt Mrkg, Waterborne, 4 inch, Yellow 8,316 Ft Pavt Mrkg, Waterborne, 2nd Application, 4 inch, White 22,575 Ft Pavt Mrkg, Waterborne, 2nd Application, 4 inch, Yellow 8,316 Ft Lighted Arrow, ype C, Furn 2 Ea Lighted Arrow, ype C, Oper 2 Ea Minor raf Devices 1 LSUM Pavt Mrkg, West Reflective, ype R, ape, 4 inch Yellow, emp 1,364 Ft Plastic Drum, High Intesity, Furn 220 Ea Plastic Drum, High Intensity, Oper 220 Ea Sign, ype B, emp, Prismatic, Furn 496 Sft Sign, ype B, emp, Prismatic, Oper 496 Sft Sign, ype B, emp, Prismatic, Special, Furn 16 Sft Sign, ype B, emp, Prismatic, Special, Oper 16 Sft raf Regulator Control 1 LSUM _Slope Restoration, Modified 1,645 Syd Monument Box Adjust 3 Ea otal Bid Amount 4 of 35

7 JN: ROSCOMMON COUNY ROAD COMMISSION LOG OF PROJEC RCRC:NAB his project consists of work on CR400 (Emery Rd) in Roscommon County, stationing runs West to East. References to the right and left sides of the roadway correspond to the direction of the stationing. Locations of items shown on the project log were located by the use of an electronic distance-measuring device. Locations shall be considered approximate and final measurement shall determine pay limits. Job commences on CR400 (Emery Rd) P.O.B. Station 1+00 (25 feet East of the centerline of Old US-27) thence East to the P.O.E. Station (19 feet West of S. ower Hill Rd). Description of Work: 2.17 total miles shoulder widening, curb and gutter, hot mix asphalt overlay, aggregate shoulders, and pavement markings on CR 400(Emery Rd) from Old US-27 to ower Hill Road in Roscommon ownship, Roscommon County Curb and Gutter, Rem: Remove and dispose of curb and gutter per section 204 of the MDO 2012 Standard Specifications for Construction, or as directed by the Engineer. (337 Ft) Station 1+00 to 1+62 L Station 1+00 to 1+58 R Station to L Station to L 95 Ft 98 Ft 72 Ft 72 Ft _Pavt, Rem Modified Remove existing concrete pavement from driveway approaches at the log locations per section 204 of the MDO 2012 Standard Specifications for Construction, or as directed by Engineer. (43 Syd) Station to 77+28, O/S R Station to 78+07, O/S R Station to 94+63, O/S L 15 Syd 15 Syd 13 Syd Embankment, LM: Haul and place Embankment, LM at the log locations to create 3:1 slopes and provide a 4 depth for topsoil material when performing the Slope Restoration, Modified item. Haul and place Embankment, LM per section 205 of the MDO 2012 Standard Specifications for Construction, or as directed by the Engineer. Place Embankment per the Slope Flattening Detail. (149 Cyd) Station to (Dead Stream) R Station to (Dead Stream) R Station to (Duke Dr) R Station to (Duke Dr) R Station to R Station to R Station to R Station to R Station to R 6 Cyd 6 Cyd 6 Cyd 6 Cyd 5 Cyd 25 Cyd 5 Cyd 15 Cyd 75 Cyd 5 of 35

8 RCRC:NAB Excavation, Earth: Once the renching, Modified item has been completed proof roll the subgrade with a loaded tandem axle dump truck to determine any soft areas. Ensure that the Engineer is present to witness proof rolling of the shoulder. If areas are determined to require removal, remove the poor earth to a depth of 4 inches below the trenching operation per Section 205 of the 2012 Standard Spec and dispose of properly. he area set up for Excavation, Earth are the areas believed to have poor soil, but the full limits shall be determined by the Engineer and proof rolling. (150 Cyd) Station to R Station to R 100 Cyd 50 Cyd Machine Grading: Grade approaches to limits as shown in HMA Approach per section 205 of the MDO 2012 Standard Specifications for Construction, or as directed by the Engineer. Any excess material from grading operations may be spread in the station ranges shown for machine grading, but outside of the HMA Approach limits. (4 Sta) Station to R Station to L Station to R Station to R Station to R 1.0 Sta 1.0 Sta 1.0 Sta 0.5 Sta 0.5 Sta Aggregate Base: Haul and place Aggregate Base (22A Aggregate) at the log locations. Place aggregate base 4 wide and approximately 4 deep in the Excavation, Earth areas. Haul and place Aggregate Base per section 302 of the MDO 2012 Standard Specifications for Construction, or as directed by the Engineer. (297 on) Station 1+00 to 1+62 L, (2 under Proposed Curb) Station 1+00 to 1+58 R, (2 under Proposed Curb) Station to R Station to R Station to L, (2 under Proposed Curb) Station to L, (2 under Proposed Curb) 3 on 3 on 190 on 95 on 3 on 3 on Maintenance Gravel: Haul, and place maintenance gravel in aggregate driveways and approaches with a 3 or greater rise/drop due to construction operations the same day, to provide a flush transition between shoulders, driveways and other areas for maintenance of traffic per Section 306 of the MDO 2012 Standard Specifications for Construction, or as directed by the Engineer. (20 on) Various Driveways/Approaches 20 on Approach, Cl II: Haul and place Aggregate Base (23A Aggregate) at the log locations per section 307 of the MDO 2012 Standard Specifications for Construction, or as directed by engineer. Match HMA approach to existing gravel roadway while maintaining existing road slopes. (27 on) Station to (Deadstream), O/S R 8 on 6 of 35

9 RCRC:NAB Station to (Deadstream), O/S L Station to (Duke), O/S R Station to (Commercial Entrance), O/S R Station to (Commercial Entrance), O/S R 5 on 10 on 2 on 2 on Shoulder, Cl II: Haul, place, and compact 2 wide, or to the hinge point, aggregate base (23A Aggregate) shoulders per the Proposed ypical Sections and per Section 307 of the MDO 2012 Standard Specifications for Construction, or as directed by the Engineer. Match Shoulder, to the top of the proposed HMA overlay and match into existing at limits. Widen shoulder, at driveways/approaches, to create a smooth transition from top of HMA overlay to existing surface. (548 on) Station 1+58 to R Station 1+62 to L Station to R Station to R Station to L Various Driveway Bumpouts 20 on 145 on 55 on 190 on 120 on 18 on renching, Modified: rench out the shoulder area to a depth 2 below the top of the existing HMA, or wedged areas. Remove material from existing edge of HMA to 16.5 O/S from centerline. Maintain the existing cross slope of the adjacent lane as determined with a straight edge. renching, Modified shall be completed per Section 307 of the MDO 2012 Standard Specifications for Construction, the renching, Modified Special Provision or as directed by the Engineer. (225 Sta.) Station 1+58 to R Station 1+62 to L Station to L 115 Sta 58 Sta 52 Sta Pavt for Butt Joints, Removal: he HMA surface shall be cold milled to a depth of 1.5 and tapered to 0 per Section 501 of the MDO 2012 Standard Specifications for Construction or as directed by the engineer. (230 Syd) Station 1+00 to 1+07 C/L, deep Station to L (Loxley Rd), deep Station to C/L, deep 120 Syd 20 Syd 90 Syd Hand Patching Place HMA, 13A to form a temporary taper at the end of the days paving to provide a smooth transition from the newly paved surface down to the existing roadway per Section 501 of the MDO 2012 Standard Specifications for Construction (1 on) Miscellaneous Quantity 1 on 7 of 35

10 RCRC:NAB HMA, 13A: Place HMA, 13A 0-4 wide and at a rate of 220 Lbs/Syd in the trenching area or as directed by the Engineer per Section 501 of the MDO 2012 Standard Specifications for Construction as detailed out in the typical sections. he trenched shoulder shall be paved in flush with the existing asphalt and shall match the lane slope after any wedging is complete. Place HMA, 13A at a rate of 220 Lbs/Syd as an overlay over the existing road and paved shoulder per the proposed typical sections, and per Section 501 of the MDO 2012 Standard Specifications for Construction. (5,652 on) HMA Wedging RAP(24 on): Station 6+50 to 7+85 R Station 6+50 to 7+85 L rench Paving RAP(1033 on): Station 1+89 to 2+49 R(0-2 Wide) Station 1+89 to 2+49 L(0-2 Wide) Station 2+49 to R(2 Wide) Station 2+49 to L(2 Wide) Station to R(2-4 Wide) Station to L(2-4 Wide) Station to R(4 Wide) Station to L(4 Wide) Station to L(0-4 Wide) Station to L(4 Wide) Overlay NO RAP(4,595 on): Station 1+00 to 1+59 R, 76 to 16 Wide Station 1+00 to 1+59 L, 76 to 16 Wide Station 1+59 to Wide L & R 14 on 10 on 1 on 1 on 50 on 50 on 5 on 5 on 470 on 190 on 1 on 260 on 30 on 30 on 4,535 on HMA Approach: Place HMA, 13A NO RAP top course at a rate of 220 lbs/syd per Section 501 of the MDO 2012 Standard Specifications for Construction. (72 on) Station to (S. Deadstream), O/S R Station to (S. Deadstream), O/S L Station to (Duke Dr), O/S R Station to (Loxley Rd), O/S L Station to (Commercial Entrance), O/S R Station to (Commercial Entrance), O/S R 9 on 5 on 11 on 32 on 7 on 8 on Curb and Gutter, Conc, Det B2: Construct curb and gutter per section 802 of the Standard Spec. Payment for this item includes payment for preparing the base, placing forms, placing concrete, finishing the curb, and backfilling after proper cure. Backfill will only be paid separately for the areas that do not have existing curbs. At existing curb locations place curb and gutter 2 higher than existing to accommodate overlay. (750 Ft) Station 1+00 to 1+62 L Station 1+00 to 1+58 R Station to (Dead Stream) R Station to (Dead Stream) R Station to (Duke Dr) R 100 Ft 100 Ft 100 Ft 100 Ft 100 Ft 8 of 35

11 RCRC:NAB Station to (Duke Dr) R Station to (Loxley Rd) L Station to (Loxley Rd) L 100 Ft 75 Ft 75 Ft Post, Mailbox: Remove and relocate the existing mailbox support with a new post per section 807 of the Standard Spec and in compliance with the Postmaster General s specifications. (11 Ea) Station R Station R Station R Station R Station R Station R Station R Station R 1 Ea 1 Ea 1 Ea 2 Ea 1 Ea 1 Ea 1 Ea 3 Ea Pavt Mrkg, Polyurea, 24 inch, Stop Bar: Place 24 Polyurea pavement markings to form stop bars per Section 811 of the MDO 2012 Standard Specifications for Construction, the 2011 Michigan Manual of Uniform raffic Devices for Streets and Highways (MMUCD), and PAVE-930-C. (93 Ft) Station 1+30 L (Old 27) Station R (Dead Stream) Station R (Duke Dr) Station L(Loxley) 25 Ft 22 Ft 22 Ft 24 Ft Pavt Mrkg, Waterborne, 4 inch, White: Place 4 permanent pavement markings to form 12 wide lanes per Section 811 of the MDO 2012 Standard Specifications for Construction and the 2011 Michigan Manual of Uniform raffic Devices for Streets and Highways (MMUCD). (22,575 Ft) Station 1+53 to R Station 1+57 to L Station to R Station to L Station to R 890 Ft 6,160 Ft 2,393 Ft 5,150 Ft 7,982 Ft Pavt Mrkg, Waterborne, 4 inch, Yellow: Place permanent pavement markings to form 12 wide lanes per Section 811 of the MDO 2012 Standard Specifications for Construction and the 2011 Michigan Manual of Uniform raffic Devices for Streets and Highways (MMUCD). (8,316 Ft) Station 1+40 to C/L Skip 925 Ft Station to L Skip/R Barrier 1,121 Ft Station to L Barrier/R Barrier 696 Ft Station to L Barrier/R Skip 1,612 Ft Station to L Barrier/R Skip 91 Ft Station to C/L Skip 413 Ft 9 of 35

12 RCRC:NAB Station to L Skip/R Barrier 1,541 Ft Station to C/L Skip 113 Ft Station to L Barrier/R Skip 1,152 Ft Station to C/L Skip 88 Ft Station to L Skip/R Barrier 526 Ft Station to C/L Skip 38 Ft Pavt Mrkg, Waterborne, 2 nd Application, 4 inch, White: Place 2 nd application 4 permanent pavement markings to form 12 wide lanes per Section 811 of the MDO 2012 Standard Specifications for Construction and the 2011 Michigan Manual of Uniform raffic Devices for Streets and Highways (MMUCD). (22,575 Ft) See Pavt Mrkg, Waterborne, 4 inch, White for locations Pavt Mrkg, Waterborne, 2 nd Application, 4 inch, Yellow: Place 2 nd application permanent pavement markings to form 12 wide lanes per Section 811 of the MDO 2012 Standard Specifications for Construction and the 2011 Michigan Manual of Uniform raffic Devices for Streets and Highways (MMUCD). (8,316 Ft) See Pavt Mrkg, Waterborne, 4 inch, Yellow for locations Pavt Mrkg, Wet Reflective, ype R, ape, 4 inch, Yellow, emp: Place temporary pavement marking per Section 812 of the MDO 2012 Standard Specifications for Construction or as directed by the Engineer. (1,364 Ft) Station 1+00 to (Single Skip) Station to (Double Skip) Station to (Single Skip) Station to (Double Skip) Station to (Single Skip) Station to (Double Skip) Station to (Single Skip) Station to (Double Skip) Station to (Single Skip) 300 Ft 432 Ft 132 Ft 200 Ft 36 Ft 152 Ft 28 Ft 72 Ft 12 Ft _Slope Restoration, Modified: Place topsoil, seed, fertilizer, and mulch per Section 816 of the MDO 2012 Standard Specifications for Construction, per the Slope Restoration, Modified special provision, or as directed by the Engineer. Match outside top of Shoulder, to offset shown in log. (1,645 Syd) Station 1+00 to 1+62 L, 5 behind curb Station 1+00 to 1+58 R, 5 behind curb Station to R, 5 behind curb Station to R, 5 behind curb Station to R, 5 behind curb Station to R, 5 behind curb Station to L, 5 behind curb Station to L, 5 behind curb Station to 68+50, O/S R Station to 76+71, O/S R 60 Syd 60 Syd 60 Syd 60 Syd 60 Syd 60 Syd 45 Syd 45 Syd 40 Syd 435 Syd 10 of 35

13 RCRC:NAB Station to 81+00, O/S R Station to 82+56, O/S R Station to 92+57, R 135 Syd 145 Syd 440 Syd Monument Box Adjust: Adjust Monument box per section 821 of the MDO 2012 Standard Specifications for Construction or as directed by the Engineer. Payment includes all materials and equipment to raise or lower monument boxes to a position flush with the final paved grade. (3 Ea) Station C/L Station C/L Station R 1 Ea 1 Ea 1 Ea 11 of 35

14 RCRC:NAB Items of Work Quantity Units Mobilization, Max $47,400 1 Lsum Curb and Gutter, Rem 337 Ft _Pavt, Rem Modified 43 Syd Embankment, LM 149 Cyd Excavation, Earth 150 Cyd Machine Grading 4 Sta Aggregate Base 297 on Maintenance Gravel 20 on Approach, Cl II 27 on Shoulder, Cl II 548 on _renching, Modified 225 Sta Pavt for Butt Joints, Rem 230 Syd Hand Patching 1 on HMA, 13A 5,652 on HMA Approach 72 on Curb and Gutter, Conc, Det B2 750 Ft Post, Mailbox 11 Ea Pavt Mrkg, Polyurea, 24 inch, Stop Bar 93 Ft Pavt Mrkg, Waterborne, 4 inch, White 22,575 Ft Pavt Mrkg, Waterborne, 4 inch, Yellow 8,316 Ft Pavt Mrkg, Waterborne, 2nd Application, 4 inch, White 22,575 Ft Pavt Mrkg, Waterborne, 2nd Application, 4 inch, Yellow 8,316 Ft Lighted Arrow, ype C, Furn 2 Ea Lighted Arrow, ype C, Oper 2 Ea Minor raf Devices 1 Lsum Pavt Mrkg, Wet Reflective,ype R, 4 inch, Yellow, emp 1,364 Ft Plastic Drum, High Intensity, Furn 220 Ea Plastic Drum, High Intensity, Oper 220 Ea Sign, ype B, emp, Prismatic, Furn 496 Sft Sign, ype B, emp, Prismatic, Oper 496 Sft Sign, ype B, emp, Prismatic, Special, Furn 16 Sft Sign, ype B, emp, Prismatic, Special, Oper 16 Sft raf Regulator Control 1 Lsum Slope Restoration, Modified 1,645 Syd Monument Box Adjust 3 Ea 12 of 35

15 ROSCOMMON COUNY ROAD COMMISSION GENERAL NOES RCRC:NAB CONAC NUMBER: Contact number to the Roscommon County Road Commission is (989) Monday hursday 6:00 a.m. to 4:30 p.m. (summer hours). SAIONING: Stationing used on this project is based on existing R.O.W. plans and locations of items of work were determined by electronic distance measuring devices, and are approximate and not necessarily correct. he Contractor shall field verify all dimensions before the start of construction. he Engineer shall immediately be notified of any discrepancies between the log plan and the actual field dimensions. MISS DIG/UNDERGROUND UILIY NOIFICAION For the protection of underground utilities and in conformance with Public Act 174 of 2013, the Contractor shall contact MISS DIG System, Inc. by phone at 811 or or via the web at either elocate.missdig.org for single address or rte.missdig.org, a minimum of 3 business days prior to excavating, excluding weekends and holidays. Consumers Energy DE Energy Frontier Communications 821 Hastings Street 609 Bjornson Street 3249 Forest Drive raverse City, MI Big Rapids, MI Gaylord, MI (231) (231) Charles Harden Roger Starke Larry Bourke (989) office roger.starke@cmsenergy.com lawrence.bourke@dteenergy.com (989) cell Charles.harden@frt.com A& Charter Communications 514 E. Mitchell Street 345 S. State Street Petoskey, MI Oscoda, MI (989) office (989) ext (810) cell ed Matthews Rob Reetz Rr1764@att.com SOIL EROSION MEASURES Appropriate soil erosion and sedimentation control measures per Section B per the Michigan Department of ransportation (MDO) 2012 Standard Specifications for Construction shall be in place prior to earth disturbing activities. Place turf establishment items as soon as possible on potential erodible slopes as directed by the Engineer. Critical grades shall be protected with either sod or seed/mulch or mulch blanket as directed by the Engineer. 13 of 35

16 RCRC:NAB RENCHING All trenching material must be removed from the job site. RCRC will not let the contractor spread the surplus trenching material onto the front slope of the ditch. raffic control drums and low shoulder signs shall be placed per the Maintaining raffic Special Provision if shoulders are left unpaved overnight. he proposed shoulder section must be paved within 24 hours following each day of trenching, unless otherwise directed by the Engineer. SHOULDERING Shoulder, shall be placed in its permanent location within 72 hours of final paving of the roadway. raffic control drums for both L and R and low shoulder signs shall be placed per the Maintaining raffic Special Provision until the final Shoulder has been placed. PAVEMEN MARKINGS Permanent pavement marking and placement of traffic control devices shall be done in accordance with the 2011 Michigan Manual on Uniform raffic Control Devices for Streets and Highways (MMUCD). MAILBOXES Mailboxes shall be relocated if they hinder proposed work. Obtain the Engineer s approval prior to removing any mailboxes. Prior to relocating, the local post office shall be consulted by the Contractor to determine the best temporary location. All affected residents must be notified 24 hours in advance by the Contractor, prior to relocating their mailbox. All moved mailboxes shall be replaced to their original location by the Contractor prior to completion of the project, and will be paid under the appropriate bid item. EXISING SIGN RELOCAION Any permanent signs requiring relocation due to Contractor operations shall be salvaged and reset by the Contractor at locations approved by the Engineer. he Contractor shall witness the existing sign location and notify the RCRC for approval for reinstallation prior to sign removal. Signs and posts damaged during the removal and storage operations shall be replaced with new signs and posts. All signs shall be installed, removed and/or salvaged, with Engineer s approval, according to the current edition of "Michigan Manual on Uniform raffic Control Devices" and the current edition of Michigan Department of ransportation (MDO) "Standard Specifications For Construction." If existing regulator signs (i.e. stop signs) need to be relocated during construction, the Contractor is responsible for removing and immediately re-setting these signs, with the Engineer s approval. Compensation for this work will be considered as included in the pay item for Minor raf Devices. SIE CLEANUP he Contractor shall keep the work site clean per section D.1 of the MDO 2012 Standard Specification for Construction except that the items in D.1 shall be completed at the end of each work day. No additional compensation will be made for this clean up. 14 of 35

17 OLD 27 ROW OLD 27 ROW CURB AND GUER 58'-14' 58'-14' CURB AND GUER HMA DEPH (YP) CURB AND GUER, REM (YP) AGGREGAE BASE DEPH (YP) SAND SUBBASE DEPH (YP) EXISING YPICAL SECION SA 1+00 O 1+59 OLD 27 ROW OLD 27 ROW CURB AND GUER, CONC, DE B2 * 58'-14' MACH EXISING 58'-14' MACH EXISING CURB AND GUER, CONC, DE B2 SLOPE RESORAION 5' (YP) AGGREGAE BASE 2" DEPH (YP) PROPOSED YPICAL SECION SA 1+00 O 1+59 * PROPOSED CURB AND GUER O BE A AN ELEVAION OF 2" HIGHER A EXISING LOCAIONS. ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: EXISING/PROPOSED YPICAL SECION DESIGN: BELANGER DAE: 1/4/19 SCALE: N/A 15 of 35

18 33' ROW 33' ROW 7' 17'-16' 17'-16' HMA DEPH (YP) 6' AGGREGAE BASE DEPH (YP) SAND SUBBASE DEPH (YP) EXISING YPICAL SECION SA 1+59 O ' ROW 33' ROW 2' 5'-4' HMA SHOULDER 5'-4' HMA SHOULDER 2' MACH EXISING MACH EXISING PROPOSED YPICAL SECION SA 1+59 O 1+89 ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: EXISING/PROPOSED YPICAL SECION DESIGN: BELANGER DAE: 1/4/19 SCALE: N/A 16 of 35

19 33' ROW 33' ROW 7' 16'-14' 16'-14' * HMA DEPH * (YP) 6' AGGREGAE BASE DEPH (YP) SAND SUBBASE DEPH (YP) EXISING YPICAL SECION SA 1+89 O 2+49 * BEGIN RENCHING, MODIFIED ONCE HMA IS NO LONGER 16' O/S FROM C/L. DEPH OF RENCH O BE 2". 33' ROW 33' ROW 2' 4' HMA SHOULDER** 4' HMA SHOULDER** 2' MACH EXISING MACH EXISING PROPOSED YPICAL SECION SA 1+89 O 2+49 ** HMA 13A IN HE RENCHING, MODIFIED AREA FROM 0' O 2' WIDE. ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: EXISING/PROPOSED YPICAL SECION DESIGN: BELANGER DAE: 1/4/19 SCALE: N/A 17 of 35

20 33' ROW 33' ROW 4.5' RENCHING, MODIFIED* 14' 14' HMA DEPH (YP) RENCHING, MODIFIED* 4.5' AGGREGAE BASE DEPH (YP) SAND SUBBASE DEPH (YP) EXISING YPICAL SECION SA 2+49 O *RENCHING, MODIFIED DEPH O BE 2" A AN OFFSE OF 16.5' FROM CENERLINE. 33' ROW 33' ROW 2' 4' HMA SHOULDER 4' HMA SHOULDER 2' L MACH EXISING MACH EXISING L PROPOSED YPICAL SECION SA 2+49 O ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: EXISING/PROPOSED YPICAL SECION DESIGN: BELANGER DAE: 1/4/19 SCALE: N/A 18 of 35

21 33' ROW 33' ROW RENCHING, MODIFIED* 14'- 14'- HMA DEPH (YP) RENCHING, MODIFIED* AGGREGAE BASE DEPH (YP) SAND SUBBASE DEPH (YP) EXISING YPICAL SECION SA O *RENCHING, MODIFIED DEPH O BE 2" A AN OFFSE OF 16.5' FROM CENERLINE. 2' 4' HMA SHOULDER 33' ROW 33' ROW 4' HMA SHOULDER 2' L MACH EXISING MACH EXISING L PROPOSED YPICAL SECION SA O ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: EXISING/PROPOSED YPICAL SECION DESIGN: BELANGER DAE: 1/4/19 SCALE: N/A 19 of 35

22 33' ROW 33' ROW RENCHING, MODIFIED* HMA DEPH (YP) RENCHING, MODIFIED* AGGREGAE BASE DEPH (YP) SAND SUBBASE DEPH (YP) EXISING YPICAL SECION SA O SA O *RENCHING, MODIFIED DEPH O BE 2" A AN OFFSE OF 16.5' FROM CENERLINE. 2' 4' HMA SHOULDER 33' ROW 33' ROW 4' HMA SHOULDER 2' L MACH EXISING MACH EXISING L PROPOSED YPICAL SECION SA O SA O ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: EXISING/PROPOSED YPICAL SECION DESIGN: BELANGER DAE: 1/4/19 SCALE: N/A 20 of 35

23 33' ROW 33' ROW 16' HMA DEPH (YP) RENCHING, MODIFIED* AGGREGAE BASE DEPH (YP) SAND SUBBASE DEPH (YP) EXISING YPICAL SECION SA O *RENCHING, MODIFIED DEPH O BE 2" A AN OFFSE OF 16.5' FROM CENERLINE. 2' 4' HMA SHOULDER 33' ROW 33' ROW 4' HMA SHOULDER 2' MACH EXISING MACH EXISING L PROPOSED YPICAL SECION SA O ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: EXISING/PROPOSED YPICAL SECION DESIGN: BELANGER DAE: 1/4/19 SCALE: N/A 21 of 35

24 33' ROW 33' ROW 16'-20.5' HMA DEPH (YP) RENCHING, MODIFIED* SAND SUBBASE DEPH (YP) EXISING YPICAL SECION SA O *RENCHING, MODIFIED DEPH O BE 2" A AN OFFSE OF 16.5' FROM CENERLINE. 33' ROW 33' ROW 16'-20.5' 4' HMA SHOULDER 2' MACH EXISING MACH EXISING L PROPOSED YPICAL SECION SA O ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: EXISING/PROPOSED YPICAL SECION DESIGN: BELANGER DAE: 1/4/19 SCALE: N/A 22 of 35

25 33' ROW 33' ROW 18'-19' LOXLEY APPROACH HMA DEPH (YP) RENCHING, MODIFIED* AGGREGAE BASE DEPH (YP) SAND SUBBASE DEPH (YP) EXISING YPICAL SECION SA O *RENCHING, MODIFIED DEPH O BE 2" A AN OFFSE OF 16.5' FROM CENERLINE. 33' ROW 33' ROW 18'-19' 4' HMA SHOULDER 2' LOXLEY APPROACH MACH EXISING MACH EXISING L PROPOSED YPICAL SECION SA O ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: EXISING/PROPOSED YPICAL SECION DESIGN: BELANGER DAE: 1/4/19 SCALE: N/A 23 of 35

26 33' ROW 33' ROW 21.5'- * HMA DEPH (YP) RENCHING, MODIFIED* AGGREGAE BASE DEPH (YP) SAND SUBBASE DEPH (YP) EXISING YPICAL SECION SA O * BEGIN RENCHING, MODIFIED ONCE HMA IS NO LONGER 16' O/S FROM C/L. DEPH OF RENCH O BE 2". 33' ROW 33' ROW 0-4' HMA SHOULDER** 21.5'- MACH EXISING MACH EXISING 4' HMA SHOULDER L 2' PROPOSED YPICAL SECION SA O ** HMA 13A IN HE RENCHING, MODIFIED AREA FROM 0' O 4' WIDE. ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: EXISING/PROPOSED YPICAL SECION DESIGN: BELANGER DAE: 1/4/19 SCALE: N/A 24 of 35

27 EX DRIVE OR APPROACH MACH EXISING RADIUS WHERE APPLICABLE (YP) LIMIS OF HMA, 13A 3'* EX ROAD WIDH * FEAHER DOWN HMA, 13A IN 3' WIDH (FROM EDGE OF HMA SHOULDER) OR AS DIRECED BY ENGINEER HMA BUMPOU DEAIL APPLY O ALL DRIVE AND INERSECION APPROACHES NO CALLED OU IN HE HMA APPROACH SECION OF HE LOG EX EDGE OF MAINLINE HMA EX ROAD 16' PROPOSED LANE AND HMA SHOULDER LIMIS OF PAV, REM, MODIFIED (REMOVE PAV O OFFSES PER LOG) EX CONC CONCREE DRIVE DEAIL APPLY O ALL CONCREE DRIVES AS SHOWN IN LOG ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: DESIGN: DOEBLER DEAIL DRAWING DAE: 12/04/18 SCALE: N/A 25 of 35

28 MILL O DEPH OF 0" SA MILL O DEPH OF 1.5" (YP) SA EX HMA BU JOIN DEAIL SAION 1+00 O 1+07 MILL O DEPH OF 0" MILL O DEPH OF 1.5" (YP) EX HMA SA SA BU JOIN DEAIL SAION O ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: DESIGN: DOEBLER DEAIL DRAWING DAE: 12/04/18 SCALE: N/A 26 of 35

29 LOXLEY RD MILL O DEPH OF 1.5" (YP) SA ' O/S L SA ' O/S L MILL O DEPH OF 0" LOXLEY ROAD APPROACH SAION O ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: DESIGN: DOEBLER DEAIL DRAWING DAE: 12/04/18 SCALE: N/A 27 of 35

30 ROSCOMMON COUNY ROAD COMMISSION SPECIAL PROVISION FOR SLOPE RESORAION, MODIFIED RCRC:NAB 1 of a. Description. his work consists of preparing all areas designated for Slope Restoration, Modified on the plans or by the Engineer, and applying seed and mulch to those areas. urf establishment shall be in accordance with Section 816 of the Michigan Department of ransportation 2012 Standard Specifications for Construction and Standard Plan R-100 Series, except as modified herein or otherwise directed by the Engineer. b. Materials. he materials and application rates specified in Sections 816 and 917 of the Michigan Department of ransportation 2012 Standard Specifications for Construction apply unless modified by this special provision or otherwise directed by the Engineer. 1. Furnish topsoil at a depth of not less than 4 inches for this project. 2. Class A fertilizer shall be used on this project. 3. DS seeding mixture shall be used on this project. 4. Hydro seeder will be used to place mulch, seed & fertilizer. 5. Watering will be applied after seeding. c. Construction. Construction methods shall be in accordance to subsection of the Michigan Department of ransportation 2012 Standard Specifications for Construction. Begin this work as soon as possible after final grading of the areas designated for Slope Restoration, Modified but no later than the maximum time frames stated in subsection of the Michigan Department of ransportation 2012 Standard Specifications for Construction. It may be necessary, as directed by the Engineer, to place materials by hand. Prior to seeding, shape, compact and assure all areas to be seeded are weed free. If the area being restored requires additional earth to meet finished grade, this additional depth must be filled using embankment. A miscellaneous quantity of Embankment, LM has been set up in the quantities for any potential areas requiring embankment. Furnishing and placing this additional material will be paid for as additional work using the Embankment, LM item. After seeding, water all areas that were seeded no later than one week after the seed is placed. Place additional water one more time if needed, as requested by the Engineer. If an area washes out after this work has been properly completed and approved by the Engineer, the contractor shall make the required corrections to prevent future washouts and replace the seed and mulch. his replacement will be paid for as additional work using the Embankment, LM and Slope Restoration, Modified items. If an area washes out for reasons attributable to the Contractor s activity or failure to take 28 of 35

31 RCRC:NAB 2 of proper precautions, replacement shall be at the Contractor s expense. If weeds are determined by the Engineer to cover more than ten percent of the total area of Slope Restoration, Modified, the Contractor shall provide weed control in accordance to subsection J of the Michigan Department of ransportation 2012 Standard Specifications for Construction. Weed control shall be at the Contractor s expense with no additional charges to the project for materials, labor or equipment. d. Measurement and Payment. he completed work as described will be paid for at the contract unit price for the following contract item (pay item): Contract Item (Pay Item) Slope Restoration, Modified Pay Unit Square Yard Payment for Slope Restoration, Modified will be measured by area in square yard in place. All materials, labor and equipment required to install Slope Restoration, Modified which includes, furnishing topsoil, Class A fertilizer, DS seeding mixture, hydro seeder and watering will not be paid for separately but shall be included in the contract unit price bid for Slope Restoration, Modified. 29 of 35

32 ROSCOMMON COUNY ROAD COMMISSION SPECIAL PROVISION FOR HMA APPLICAION ESIMAE RCRC: NAB 1 of a. Description. his work shall be done in accordance with the requirements of Division 5 of the Michigan Department of ransportation (MDO) 2012 Standard Specifications for Construction, except as herein specified. b. Construction Methods. Acceptance testing will be done according to the Michigan Department of ransportation Special Provision 12SP-501J. he Roller Method shall be used for achieving optimal density. c. Materials. HMA, 13A material used as a top course in this project may not contain reclaimed asphalt pavement. he use of Reclaimed asphalt pavement(rap) in HMA, 13A shall be limited to ier 1(0% to 17%) RAP binder by weight of the total binder in the mixture. HMA, 13A, for Overlay, shall have a yield of 220 lbs/syd. HMA Approach, shall be HMA, 13A with a yield of 220 lbs/syd. HMA, 13A, for rench Paving, shall have a yield of 220 lbs/syd. he performance grade asphalt binder for all HMA, 13A shall be PG Aggregate Wear Index (AWI) for the op course shall be a minimum AWI-260. he arget Air Void percentage shall be 3.0% for all HMA, 13A on this project. he Bond Coat material, ype SS1h, shall be per Section 904 of the MDO 2012 Standard Specifications for Construction. he uniform rate of application shall be 0.10 to 0.15 residual gallons/square yard. No separate payment shall be made for the bond coat material. d. Measurement and Payment. Measurement and Payment shall be at the contract unit price for HMA, 13A.. he HMA material for approaches shall be measured and paid for as HMA Approach as called out in the Log Plans. 30 of 35

33 NUMBER PROPOSED HMA MIXURE APPLICAION RAE ABLE HMA MIXURE RAE OF LBS PER SYD PERFORMANCE GRADE COMMENS HMA, 13A(NO RAP) OP, AWI 260 L HMA, 13A(RAP) RENCH PAVING WEDGING HMA, 13A(RAP) WEDGING APPROACH HMA, 13A HMA APPROACH JOB NUMBER: NOE: HMA, 13A MAERIALS USED AS A OP COURSE IN HIS PROJEC MAY NO CONAIN RECLAIMED ASPHAL PAVEMEN. HMA BOND COA (SS1H) APPLIED A RESIDUAL GAL/SYD AND SHALL BE INCLUDED IN HE UNI COS OF HMA PAY IEMS. ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) ROSCOMMON COUNY ROAD COMMISSION DESIGN: BELANGER HMA APPLICAION ABLE DAE: 1/9/19 SCALE: N/A 31 of 35

34 ROSCOMMON COUNY ROAD COMMISSION SPECIAL PROVISION FOR MAINAINING RAFFIC 1 of 4 RCRC:NAB a. General. raffic shall be maintained by the contractor throughout the project in accordance with Section 812 of the MDO 2012 Standard Specifications for Construction, 2011 Michigan Manual on Uniform raffic Control Devices for Streets and Highways (MMUCD) and any typicals or supplemental specifications in this proposal. Work in the roadway will be done under flag control, which shall be the responsibility of the Contractor. he Contractor shall maintain through traffic and local access to residences at all times, and shall be responsible for construction signing within the project limits. raffic regulators as shown in M0140a shall be utilized to maintain traffic. Only one traffic regulator sequence shall be in place at one time, unless approved by Engineer. Any additional signing or maintaining traffic devices required to expedite the construction, with approval of the Engineer, shall be at the Contractor s expense. Any segment of road that will have unfinished paved/aggregate shoulders left overnight must have LOW SHOULDER (W8-9) signs put up every ½ mile, or at locations approved by the Engineer, and traffic control drums spaced per the M0140A by the time the contractor finishes operations that day, payment for these signs and traffic control drums will be included in the appropriate contract bid items (160 Sft & 209 Ea). A quantity of signs and drums is set up to cover both sides of the roadway. he contractor shall coordinate this work with any other contractors performing work within the Construction Influence Area or adjoining areas to avoid conflicts in the maintenance of traffic, construction signing or the orderly progress of contract work. b. Construction Influence Area (C.I.A.). he C.I.A. shall include the right-of-way of County Road 400 (Emery Road) for miles before the point of beginning to miles beyond the point of ending and on cross road approaches for 500 feet. c. raffic Restrictions. Work shall be conducted during daylight hours only, with all traffic lanes open at night or whenever work is not in progress. Work on weekends or holidays will only be as approved by the Engineer. he HMA, 13A overlay paving shall have both lanes paved equally at the end of the day. here will be no uneven lanes left overnight. A quantity of hand patching was included to put a tapered joint in at the end of the paving for those days. 32 of 35

35 2 of 4 RCRC:NAB he Engineer will require that a traf regulator control be used to complete certain work operations. hese work operations include, but are not limited HMA, 13A, HMA Approach, _renching, Modified, Shoulder, CI II, Embankment, and _Slope Restoration, Modified. When traffic regulator control is used, one lane in alternate directions shall be maintained at all times. A minimum of two principal traffic regulators shall be used at each flagging operation. Additional secondary traffic regulators may be required to control traffic at intersections within a flagging operation as directed by the Engineer. A single lane daytime closure shall be permitted using flag control as shown in ypical M0140a. he Contractor shall maintain access to all businesses and residences within the C.I.A. at all times and will not be permitted to have a full width roadway closure at any time. d. raffic Control Devices. 1. General. All traffic control devices and their usage shall be in accordance with provisions in the 2011 Michigan Manual on Uniform raffic Control Devices for Streets and Highways (MMUCD). raffic ypical M0140a signage shall be installed on portable posts. Signs, when required by the Engineer, are to be cleaned over the entire reflective surface. he cost of maintenance shall be included in the bid price for Sign, ype B, emp, Prismatic, Oper and Sign, ype B, emp, Prismatic, Special, Oper. 2. emporary raffic Signs. Signing for a one-lane closure utilizing traffic regulators to maintain traffic in alternate directions shall be as shown in raffic ypical M0140a or as directed by the Engineer. Maintaining raffic sign quantities have been estimated based on the application of typical figures as follows: ypical Figure M0140a 1 full set(200 Sft) to be placed on County Road 400 to accommodate work operations. An additional 112 Sft of W20-1 ROAD WORK AHEAD signs has been included; see raffic Control ypical for locations. Place W20-1 approximately 500 feet in advance of County Road 400 on ground driven supports per WZD-100-A or as directed by the Engineer. An additional 16 Sft of G20-2 END ROAD WORK signs has been included; see raffic Control ypical for locations. Place G20-2 approximately 500 feet in advance of County Road 400 on ground driven supports per WZD-100-A or as directed by the Engineer. 3. Channelizing Devices. When utilized, channelizing devices or traffic cones shall be placed as shown on raffic ypical M0140a, M0020a or as directed by the Engineer. Plastic Drums have been included in the bid items for tapers, arrow board protection, and shoulder protection. raffic cones shall be included in the bid item of Minor raf Devices. 33 of 35

36 3 of 4 RCRC:NAB Lighted Arrows. When flag control is used, a lighted arrow operating in the warning mode shall be placed per raffic ypical M0140a, or as directed by the Engineer. 5. emporary Pavement Markings. he contractor shall place Pavt Mrkg, Wet Reflective, ype R, 4 Inch, Yellow, emp. he temporary pavement marking shall be placed per Section 812, or as directed by the Engineer. e. Measurement and Payment. Payment for maintaining traffic items shall be in accordance with Section 812 of the MDO 2012 Standard Specifications for Construction, unless otherwise specified. Payment shall be based on field measured quantities. he completed work including all materials, labor, and equipment, as measured, will be paid for at the contract unit prices for the contract items (pay items). It shall be the Contractor s responsibility to furnish, install, maintain, move, and remove all traffic control devices necessary for maintaining traffic within the CIA. Additional compensation shall not be made for unused quantities for traffic control, signing, and/or pavement markings items. he Maintaining raffic pay items will be paid for at the contract unit price in accordance with the MDO 2012 Standard Specification for Construction, which shall be payment in full for all labor, material, and equipment needed to accomplish this work. 34 of 35

37 ADD'L W20-1 (16 SF) "ON CR 400" (8 SF) ADD'L G20-2 (8 SF) ADD'L W20-1 (16 SF) ADD'L W20-1 (16 SF) ADD'L W20-1 (16 SF) ADD'L G20-2 (8 SF) ADD'L W20-1 (16 SF) ADD'L W20-1 (16 SF) "ON CR 400" (8 SF) ADD'L G20-2 (8 SF) ADD'L W20-1 (16 SF) LOW SHOULDER(W8-9) SF RAFFIC YPICAL M0140A SF OAL: SIGN, YPE B, EMP, PRISMAIC SF SIGN, YPE B, EMP, PRISMAIC, SPECIAL - 16 SF ROA D ROSCOMMON CO C OMMI SSION CR 400 (EMERY ROAD) JOB NUMBER: MAINAINING RAFFIC YPICAL ROSCOMMON COUNY ROAD COMMISSION DESIGN: BELANGER DAE: SCALE: N/A SHEE: of 35

OTTAWA COUNTY ROAD COMMISSION Bid Comparison

OTTAWA COUNTY ROAD COMMISSION Bid Comparison OTTAWA COUNTY ROAD COMMISSION Bid Comparison Contract ID: Description: Location: Projects(s): 28th & Mason Reconstruct with pavement 28th Ave. and Mason St between Adams St. and 32nd Ave. Jamestown Township

More information

Macomb County Department of Roads Bid Comparison

Macomb County Department of Roads Bid Comparison Macomb County Department of Roads Bid Comparison Contract ID: 1643 Description: M-53 Freeway to 33 Mile Road Connector to the proposed 33 Mile Road & McKay Road Roundabout Location: Projects(s): M-53 &

More information

Units Est. Qty. Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price

Units Est. Qty. Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 1500001 Mobilization, Max. $25,000.00 LSUM 1.00 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00 4,400.00 4,400.00 2 2020040 Tree, Rem, 6 inch to 18 inch Ea 2.00 600.00

More information

Ingham County Request for Proposals Okemos Road and Sandhill Road Widening, Packet #15-15

Ingham County Request for Proposals Okemos Road and Sandhill Road Widening, Packet #15-15 COST FORM (1 of 5) Packet #15-15, Okemos Road & Sandhill Road Widening Project (Please Type or Print Clearly in Ink) Pay Description Unit Quantity Unit Price Total 1500001 Mobilization, Max. LS 1 2020002

More information

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT RIDE QUALITY (MEAN ROUGHNESS INDEX ACCEPTANCE CRITERIA)

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT RIDE QUALITY (MEAN ROUGHNESS INDEX ACCEPTANCE CRITERIA) MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT RIDE QUALITY (MEAN ROUGHNESS INDEX ACCEPTANCE CRITERIA) CFS:TEH 1 of 10 APPR:KPK:JFS:07-07-16 FHWA:APPR:07-15-16 a. Description. This

More information

Schedule of Pay Items

Schedule of Pay Items Schedule of Pay Items 4/27/2018 9:33 AM AASHTOWare Project Version 4.0 Revision 189 Report v1 Letting Call: 180601 001 Letting Date: June 1, 2018 Contract ID: 392144-202845 Description: Runway 17/35 rehabilitation

More information

APPLICATION FOR PERMIT to construct, operate, maintain, use and/or remove within a county road right-of-way

APPLICATION FOR PERMIT to construct, operate, maintain, use and/or remove within a county road right-of-way IONIA COUNTY ROAD COMMISSION 170 E. Riverside Drive; P.O. Box 76, Ionia MI 48846 (616) 527-1700 (office) or (616) 527-8848 (fax) APPLICATION FOR PERMIT to construct, operate, maintain, use and/or remove

More information

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT RIDE QUALITY (IRI ACCEPTANCE CRITERIA)

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT RIDE QUALITY (IRI ACCEPTANCE CRITERIA) MICHIGAN DEPARTMENT OF TRANSPORTATION 03SP502(P) SPECIAL PROVISION FOR PAVEMENT RIDE QUALITY (IRI ACCEPTANCE CRITERIA) C&T:TEH 1 of 8 C&T:APPR:JFS:MJE:01-28-08 FHWA:APPR:02-01-08 a. Description. Provide

More information

Otsego County Road Commission

Otsego County Road Commission Otsego County Road Commission William T. Holewinski, Jr., Commissioner Troy W. Huff, Commissioner David C. Matelski, Commissioner Jason T. Melancon, Manager Thomas A. Deans, Engineer Rebecca L. Jerry,

More information

Steese Rd - Curb & Sidewalk Improvement

Steese Rd - Curb & Sidewalk Improvement REF. NO. ITEM NO. Steese Rd - Curb & Sidewalk Improvement DESCRIPTION QTY UNITS UNIT COST SUB-TOTAL 1 103.05 Requirement of Contract Bid 1 LS 24,048.00 24,048.00 2 201 Clearing and Grubbing 1 LS 11,077.00

More information

(1) 2018 New Trailer Mounted Spray Injection Road Repair Machine

(1) 2018 New Trailer Mounted Spray Injection Road Repair Machine The Roscommon County Road Commission will receive sealed bids until 2:00 p.m. on Wednesday, July 11th, 2018. (Bids will be opened at 2:00 p.m. for tabulation and review. Bid results and staff recommendations

More information

CATEGORY 500 PAVING SECTION 535 PAVEMENT SURFACE PROFILE

CATEGORY 500 PAVING SECTION 535 PAVEMENT SURFACE PROFILE CATEGORY 500 PAVING 1 of 9 SECTION 535.01 DESCRIPTION. This work shall consist of measuring the roughness of the final surface of hot mix asphalt (HMA) or portland cement concrete (PCC) pavements. The

More information

DELETE first sentence of first paragraph that reads: REPLACE with the following:

DELETE first sentence of first paragraph that reads: REPLACE with the following: To Bidder of Record: SAN ANTONIO WATER SYSTEM Addendum 2 To Construction Documents For 2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB NO. 12-5001 SAWS SEWER JOB NO. 12-5501 Solicitation

More information

St. Johns River State College BID-SJR Addendum Three ADDENDUM THREE DATED JUNE 13, 2016

St. Johns River State College BID-SJR Addendum Three ADDENDUM THREE DATED JUNE 13, 2016 St. Johns River State College BID-SJR-10-2016 Addendum Three ADDENDUM THREE DATED JUNE 13, 2016 TO BID-SJR-10-2016 Bid Specifications/Project Manual (Plans) PARKING LOT REHABILITATION PROJECT FOR: DRAWING

More information

BARRETT ROAD (C.R. 178) ROADWAY RESURFACING FROM LEWIS ROAD TO SPAFFORD ROAD IN OLMSTED TOWNSHIP, OHIO ITEMIZED UNIT PRICE BID ROADWAY

BARRETT ROAD (C.R. 178) ROADWAY RESURFACING FROM LEWIS ROAD TO SPAFFORD ROAD IN OLMSTED TOWNSHIP, OHIO ITEMIZED UNIT PRICE BID ROADWAY IZED PRICE BID DESCRIPTION PRICE BID ROADWAY 1 201 11000 CLEARING AND GRUBBING 1 - - LUMP 2 202 23000 PAVEMENT REMOVED NR SQ YD 20 3 202 35100 PIPE REMOVED, 24" AND UNDER NR FT 134 4 202 58000 MANHOLE

More information

RE: S.P (T.H. 210) in Crow Wing County Located on T.H. 210 from Brainerd (R.P ) to Ironton (R.P )

RE: S.P (T.H. 210) in Crow Wing County Located on T.H. 210 from Brainerd (R.P ) to Ironton (R.P ) District 3 Administration 7964 Industrial Park Road Baxter, MN 56425 Memo To: Dan Anderson Transportation District Engineer From: Scott Zeidler Senior Engineering Specialist Date: December 11, 2017 RE:

More information

3. Application Fees, Certificate Of Insurance & Performance Bond

3. Application Fees, Certificate Of Insurance & Performance Bond SUBSECTION 13.10 CONSTRUCTION OF DRIVEWAYS 13.10A PERMIT REQUIREMENTS 1. General A driveway or access road serving private property and intersecting with a town road shall be constructed in such a manner

More information

Wentzville Parkway South Phase 2 & 2A

Wentzville Parkway South Phase 2 & 2A Wentzville Parkway South Phase 2 & 2A Sponsor Wentzville Project No. RB18-000034 Project Type New Road TOTAL FUNDING Phase 2 Total County Sponsor Federal $10,000,000 $8,000,000 $2,000,000 $0 Phase 2A Total

More information

Project Book Worksheet for Cost Estimation

Project Book Worksheet for Cost Estimation 001.01 MOBILIZATION LS $34,716.18 007 3/17/2039 001.02 INCIDENTAL LS $23,929.43 019 3/17/2039 001.03 CONSTRUCTION STAKING LS $10,504.39 201 5/9/2013 001.04 REESTABLISH PROPERTY CORNERS EA $496.08 201 5/9/2013

More information

800 Access Control, R/W Use Permits and Drive Design

800 Access Control, R/W Use Permits and Drive Design Table of Contents 801 Access Control... 8-1 801.1 Access Control Directives... 8-1 801.2 Access Control Policies... 8-1 801.2.1 Interstate Limited Access... 8-1 801.2.2 Limited Access... 8-1 801.2.3 Controlled

More information

KENT COUNTY ROAD COMMISSION

KENT COUNTY ROAD COMMISSION KENT COUNTY ROAD COMMISSION Rules to regulate driveways, banners and parades upon and over public highways under the jurisdiction of the Board of County Road Commissioners of the County of Kent. Promulgated

More information

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/08/17 Comp. Dt:

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/08/17 Comp. Dt: Letting: 17012700 Letting Dt: January 27, 2017 9:30 A.M. State Proj.: 4308-34 Contract ID: Contract Description: Contract Location: Recommendation: 170004 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION

More information

Town of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166

Town of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166 Town of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166 Date: August 10, 2016 Subject: Bid for Construction of NW 89 th Avenue, NW 93 rd Street and NW

More information

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. District(s): 8 30=047 Start Dt: 05/01/17 Comp. Dt:

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. District(s): 8 30=047 Start Dt: 05/01/17 Comp. Dt: Letting: 17030200 Letting Dt: March 02, 2017 9:30 A.M. State Proj.: 5101-14 Contract ID: Contract Description: Contract Location: Recommendation: 170020 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION

More information

BID PROPOSAL. Item Description Unit Quantity Unit Price Total Price No. (Unit Price to be written in Words) (Figures) (Figures)

BID PROPOSAL. Item Description Unit Quantity Unit Price Total Price No. (Unit Price to be written in Words) (Figures) (Figures) BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned proposes

More information

DESCRIPTION This work consists of measuring the smoothness of the final concrete or bituminous surface.

DESCRIPTION This work consists of measuring the smoothness of the final concrete or bituminous surface. 2399 PAVEMENT SURFACE SMOOTHNESS 2399.1 DESCRIPTION This work consists of measuring the smoothness of the final concrete or bituminous surface. A Definitions The Department defines Smoothness as the Mean

More information

AMENDED CULVERT POLICY WITH MAIL BOX POLICY

AMENDED CULVERT POLICY WITH MAIL BOX POLICY AMENDED CULVERT POLICY WITH MAIL BOX POLICY REVISED MARCH 28, 2017 COMMISSIONERS COURT ORDER NO. 17-03-168 POLICY ACCEPTANCE AGREEMENT This page is to be signed by the Requesting Party and returned in

More information

Plan Check Policies and Guidelines

Plan Check Policies and Guidelines Plan Check Policies and Guidelines VII. A. INTRODUCTION Traffic signing and striping plans are required for all General Plan Roads and any roadway that is 56-foot wide curb-to-curb (78 R/W) or wider. Transportation

More information

PROPOSAL AND SPECIFICATIONS FOR COUNTY LOCAL HOT MIX ASPHALT PAVING

PROPOSAL AND SPECIFICATIONS FOR COUNTY LOCAL HOT MIX ASPHALT PAVING NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR COUNTY LOCAL HOT MIX ASPHALT PAVING MARCH 29, 2017 1. LH 4811 HEATH TOWNSHIP On 126 th Avenue from 38 th Street to 36 th Street 0.99 mile 2. LH 4855

More information

TENDER FOR COUNTY ROAD 44 MULTI-USE PATHWAY PHASE 1A & 1B. Tender No.: NG16-19 ADDENDUM #1. October 31, 2016

TENDER FOR COUNTY ROAD 44 MULTI-USE PATHWAY PHASE 1A & 1B. Tender No.: NG16-19 ADDENDUM #1. October 31, 2016 TENDER FOR COUNTY ROAD 44 MULTI-USE PATHWAY PHASE 1A & 1B Tender No.: NG16-19 ADDENDUM #1 October 31, 2016 A copy of this addendum must be enclosed with your tender. Failure to comply with this requirement

More information

PARKING LOT REHABILITATION PROJECT FOR: SJRSC PALATKA CAMPUS

PARKING LOT REHABILITATION PROJECT FOR: SJRSC PALATKA CAMPUS PARKING LOT REHABILITATION PROJECT FOR: DRAWING INDE SHEET NO. DRAWING TITLE C. COVER SHEET C1. - C1.17 PALATKA CAMPUS C4. CONSTRUCTION DETAILS PROJECT SITE PROJECT SITE C. 8 4 8 16 32 1 inch = 8 ft. C1.16

More information

Proposal, pages P-1 through P-8 of the Contract Documents and Specifications.

Proposal, pages P-1 through P-8 of the Contract Documents and Specifications. ADDENDUM 2 PROJECT: POKAGONEK AWAT HARTFORD CLIENT: ISSUE DATE: JUL 1, 2015 The following clarifications and changes shall be included in the Plans and Specifications for the above referenced project,

More information

HILLS MATERIALS COMPANY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST $294, $294, $74, $74, $35, $35,000.

HILLS MATERIALS COMPANY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST $294, $294, $74, $74, $35, $35,000. PROJECT NAME: Anamosa Street Reconstruction - Midway Street to Miiwuakee Street PROJECT NUMBER: PROJECT NO. 07-1473 / CIP NO. 50559 LET DATE: April 11, 2017 LOW BID AMOUNT: $3,941,397.20 ENGINEER'S ESTIMATE

More information

PROPOSAL AND SPECIFICATIONS FOR COUNTY LOCAL HOT MIX ASPHALT PAVING

PROPOSAL AND SPECIFICATIONS FOR COUNTY LOCAL HOT MIX ASPHALT PAVING NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR COUNTY LOCAL HOT MIX ASPHALT PAVING MARCH 28, 2018 1. LH 4916 ALLEGAN TOWNSHIP On 28 th Street, 120 th to 122 nd Avenue 0.76 mile 2. LH 4917 ALLEGAN

More information

REQUEST FOR COUNCIL ACTION. List of Exhibits A. Project Plan Set B. Bolton & Menk Proposal for Engineering / Inspection Services

REQUEST FOR COUNCIL ACTION. List of Exhibits A. Project Plan Set B. Bolton & Menk Proposal for Engineering / Inspection Services Item #08 - CC Agenda - 05/2/2016 [Page 1 of 5] REQUEST FOR COUNCIL ACTION : May 2, 2016 ITEM NO: 8 Department Approval: Administrator Reviewed: Agenda Section: Name Adam Edwards JML Public Works Director/

More information

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION 808 DIGITAL SPEED LIMIT (DSL) SIGN ASSEMBLY.

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION 808 DIGITAL SPEED LIMIT (DSL) SIGN ASSEMBLY. 808.01 Description 808.02 Materials 808.03 Design Speed 808.04 Construction 808.05 Method of Measurement 808.06 Basis of Payment STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION 808

More information

Table Standardized Naming Convention for ERD Files

Table Standardized Naming Convention for ERD Files S-1 (2399) PAVEMENT SURFACE SMOOTHNESS (2013 version) DO NOT REMOVE THIS. IT NEEDS TO STAY IN FOR THE CONTRACTORS. Always use with SP2005-111 (CONCRETE PAVING MIX SPECIFICATIONS PAVEMENT) and SP2005-140

More information

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/15/17 Comp. Dt: 08/04/17. Contract Time: Min: Max:

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/15/17 Comp. Dt: 08/04/17. Contract Time: Min: Max: Letting: 17012700 Letting Dt: January 27, 2017 9:30 A.M. State Proj.: 1401-171 Contract ID: Contract Description: Contract Location: Recommendation: 170002 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION

More information

Plan Check Policies and Guidelines

Plan Check Policies and Guidelines VIII. TRAFFIC SIGNING AND STRIPING PLANS A. INTRODUCTION Traffic signing and striping plans are required for all General Plan Roads and any roadway that is 56-foot wide curb-to-curb (78 R/W) or wider.

More information

2015 PAVEMENT MAINTENANCE SECTION 15-PVMTC-05-GM

2015 PAVEMENT MAINTENANCE SECTION 15-PVMTC-05-GM ADDENDUM NO. 1 March 17, 2015 2015 PAVEMENT MAINTENANCE SECTION 15-PVMTC-05-GM SCHEDULE OF PRICES (BLR 12000a) Replace the schedule of prices with the attached pages. SUMMARY OF QUANTITIES Replace the

More information

CITY OF ALAMO HEIGHTS WATER, STREET AND SIDEWALK CAPITAL IMPROVEMENT PROJECTS

CITY OF ALAMO HEIGHTS WATER, STREET AND SIDEWALK CAPITAL IMPROVEMENT PROJECTS CITY OF ALAMO HEIGHTS WATER, STREET AND SIDEWALK CAPITAL IMPROVEMENT PROJECTS CITY OF SAN ANTONIO DEPT. OF CAPITAL IMPROVEMENTS MANAGEMENT SERVICES N. NEW BRAUNFELS AVE. SIDEWALK PROJECT FROM RITTIMAN

More information

Ohio Department of Transportation Official Bid Tabulation James G. Beasley, P.E., P.S., Director

Ohio Department of Transportation Official Bid Tabulation James G. Beasley, P.E., P.S., Director Ohio Department of Transportation Official Bid Tabulation James G. Beasley, P.E., P.S., Director Project No. 080598 PID 21272 CUY-SR-237-4.93 - PART I (FRONT STREET); CUY-237-4.55 - P Federal Type: RAILROAD

More information

SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS

SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS Section Page 12-1 GENERAL...12.1 12-2 FLAGGING...12.1 12-2.01 Flaggers...12.1 12-2.02 Flagging Costs...12.1 12-3 TRAFFIC-HANDLING EQUIPMENT

More information

CITY of NOVI CITY COUNCIL

CITY of NOVI CITY COUNCIL CITY of NOVI CITY COUNCIL Agenda Item 3 July 9, 2018 ci tyofnovi.org SUBJECT: Approval to award design engineering services to AECOM Great Lakes, Inc., for the Flint Street Realignment and Reconstruction

More information

2150 F&I 4" PVC pipe LF 100 $ F&I 6" PVC pipe LF 100 $ F&I 8" PVC pipe LF 100 $ 90.00

2150 F&I 4 PVC pipe LF 100 $ F&I 6 PVC pipe LF 100 $ F&I 8 PVC pipe LF 100 $ 90.00 1 of 5 2100 F&I 4" ductile iron pipe LF 200 $ 143.00 $28,600.00 2102 F&I 6" ductile iron pipe LF 200 $ 135.00 $27,000.00 2104 F&I 8" ductile iron pipe LF 200 $ 141.00 $28,200.00 2105 F&I 10" ductile iron

More information

PN /21/ SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS

PN /21/ SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS PN 420-10/21/2016 - SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS DESCRIPTION: The surface tolerance specification requirements are modified as follows for all pavements of constant width with at least

More information

Kansas Department of Transportation DISTRICT 2. Project(s): Min: Max:

Kansas Department of Transportation DISTRICT 2. Project(s): Min: Max: Page 1 of 23 518122 SECTION: 01 COMMON ITEMS 1 020100 CONTRACTOR CONSTRUCTION STAKING 2 025602 FIELD OFFICE AND LABORATORY (TYPE C) 3 025323 MOBILIZATION 4 070626 MOBILIZATION (DBE) 5 020001 MAINTENANCE

More information

CROW WING COUNTY HIGHWAY DEPARTMENT APPLICATION FOR PERMIT TO CONSTRUCT DRIVEWAY ACCESS TO ROADS UNDER COUNTY JURISDICTION CONSTRUCTION INFORMATION

CROW WING COUNTY HIGHWAY DEPARTMENT APPLICATION FOR PERMIT TO CONSTRUCT DRIVEWAY ACCESS TO ROADS UNDER COUNTY JURISDICTION CONSTRUCTION INFORMATION CROW WING COUNTY HIGHWAY DEPARTMENT APPLICATION FOR PERMIT TO CONSTRUCT DRIVEWAY ACCESS TO ROADS UNDER COUNTY JURISDICTION Crow Wing County Highway Department 16589 CR 142 Brainerd, MN 56401 Crow Wing

More information

(1 ) Active Construction Inc River Road East Tacoma, WA AMOUNT , , ,

(1 ) Active Construction Inc River Road East Tacoma, WA AMOUNT , , , 78th Avenue Eastl184th Street EastlCRP 5661 I hereby certify this to be a true copy of the tabulation of the bids as received and opened. BID OPENING: FRIDAY, March 3, 2017 County Engine (1 ) Active Construction

More information

DRIVEWAY/SIDEWALK PERMIT APPLICATION

DRIVEWAY/SIDEWALK PERMIT APPLICATION JOB INFORMATION CITY OF ALEXANDRIA 704 Broadway Alexandria, MN 56308 Phone: 320-763-6678 Fax: 320-763-3511 DRIVEWAY/SIDEWALK PERMIT APPLICATION Permit Fee: $50.00 Deposit: $300.00 PERMIT NUMBER: ROW DATE:

More information

McCRORY & WILLIAMS, INC. HILLCREST ROAD CONNECTOR MCR ROADWAY ITEMS

McCRORY & WILLIAMS, INC. HILLCREST ROAD CONNECTOR MCR ROADWAY ITEMS BID TABULATION Hillcrest Road Connector John G. Walton Construction M. C. Williams Contracting Hosea. Weaver & Sons, Inc. BID OPENING: March 25, 29 Company, Inc. Company, Inc. QTY DESCRIPTION DOLLARSjCTS

More information

STREET IMPROVEMENTS PROPOSAL BID ITEMS

STREET IMPROVEMENTS PROPOSAL BID ITEMS STREET IMPROVEMENTS 1 Excavation 3,525 CY $ $ 2 A.C. Planing (2" to 4" Depth) 20,586 SY $ $ 3 Furnish & Install Asphalt Concrete 4,270 TON $ $ 4 Furnish & Install Aggregate Base 2,955 TON $ $ 5 Remove

More information

5 (1.52 m) max. setback. Lower landing. Ramp side flare. Depressed curb and. gutter. Flush with top of (150) roadway curb and top of sidewalk

5 (1.52 m) max. setback. Lower landing. Ramp side flare. Depressed curb and. gutter. Flush with top of (150) roadway curb and top of sidewalk Sidewalk widh 5 (.5 m) ypical, 4 (. m) Sidewalk widh 5 (.5 m) ypical, 4 (. m) Side Lower landing 5 (.5 m) max. seback (.83 m) side flare :0 max. Lower 5 (.5 m) max. seback (.83 m) landing Side and side

More information

Items Unit Quantity Unit Price Total Unit Price Total

Items Unit Quantity Unit Price Total Unit Price Total Engineer's Plote Construction, Inc. Estimate 1100 Brandt Drive Hoffman Estates, IL 60192 s Unit Quantity 1 SUPPLEMENTAL WATERING UNIT 4 $100.00 400.00 $40.00 160.00 2 TOP SOIL FURNISH AND PLACE, 6 INCH

More information

OKLAHOMA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS FOR BITUMINOUS SURFACE TREATMENT

OKLAHOMA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS FOR BITUMINOUS SURFACE TREATMENT 402-1(a-e) 99 OKLAHOMA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS FOR BITUMINOUS SURFACE TREATMENT These Special Provisions revise, amend, and where in conflict, supersede applicable sections of the

More information

SPECIAL GRADING INTERSECTION IMPROVEMENT JOHN WARD RD AT IRWIN RD REVISION DATES

SPECIAL GRADING INTERSECTION IMPROVEMENT JOHN WARD RD AT IRWIN RD REVISION DATES 9/20/2017 2:39:11 PM GPLOT-V8 2016104_18-001.dgn Project Number Sheet Total Sheets djackson gplotborder-v8i-po.tbl X2802 30 118 966.5 21+00 L.P. EL. 966.34 L.P. EL. 966.58 0.29% 0.11% 965 H.P. EL. 966.54

More information

Page 1 of KA

Page 1 of KA Page 1 of 10 5 Contact the Area Engineer at 620-384-7821 for RAP sample location. Page 2 of 10 SS-1HP or approved alternate shall be used for Tack. Page 3 of 10 Ú City limit or Urban boundary No Centerline

More information

PLEASE SUBMIT THE CORRECT PERMIT FEE WITH PAGES 1 & 3 OF APPLICATION TO: OCONTO COUNTY HIGHWAY DEPT, P.O. BOX 138, OCONTO, WI 54153

PLEASE SUBMIT THE CORRECT PERMIT FEE WITH PAGES 1 & 3 OF APPLICATION TO: OCONTO COUNTY HIGHWAY DEPT, P.O. BOX 138, OCONTO, WI 54153 PLEASE SUBMIT THE CORRECT PERMIT FEE WITH PAGES 1 & 3 OF APPLICATION TO: OCONTO COUNTY HIGHWAY DEPT, P.O. BOX 138, OCONTO, WI 54153 APPLICATION/PERMIT TO INSTALL ACCESS DRIVEWAY TO A COUNTY TRUNK HIGHWAY

More information

BIDDER'S PROPOSAL (continued) CITY OF BERKELEY BID PROPOSAL ITEM NO. A: BASE BID

BIDDER'S PROPOSAL (continued) CITY OF BERKELEY BID PROPOSAL ITEM NO. A: BASE BID SPECIFICATION 16-11031-C CITY OF BERKELEY BID PROPOSAL A: BASE BID 1 MOBILIZATION 1 LS 2 TRAFFIC CONTROL 1 LS 3 CONTRACTOR INFORMATION SIGN 2 EA 4 CONSTRUCTION AREA SIGN 18 EA 5 PROJECT IDENTIFICATION

More information

CITY OF SAN MARCOS ENGINEERING DIVISION

CITY OF SAN MARCOS ENGINEERING DIVISION The linked image cannot be displayed. The file may have been moved, renamed, or deleted. Verify that the link points to the correct file and location. A. AN APPLICANT S GUIDE TO PROCEDURES FOR: B. C. D.

More information

THORNTON ROAD WIDENING PROJECT NO. PW1428 B I D D I N G S C H E D U L E

THORNTON ROAD WIDENING PROJECT NO. PW1428 B I D D I N G S C H E D U L E THORNTON ROAD WIDENING PROJECT NO. PW1428 B I D D I N G S C H E D U L E Each bidder shall bid each item of the Base Bid Schedule and Alternate A Bid Schedule. Failure to bid an item shall be just cause

More information

COUNTY RIGHT-OF-WAY STANDARDS (Originally Adopted ) (Revised ) (Revised ) (Revised )

COUNTY RIGHT-OF-WAY STANDARDS (Originally Adopted ) (Revised ) (Revised ) (Revised ) EENU OUNTY ROD OMMISSION OUNTY RIGHT-OF-WY STNDRDS (Originally dopted 2-15-94) (Revised 3-5-02) (Revised 3-2-16) (Revised 1-17-17) 10550 East Eckerle Road Suttons ay, Michigan 49682 These standards are

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT MAPLE STREET UNDERPASS BRIDGE (MM 106.0)

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT MAPLE STREET UNDERPASS BRIDGE (MM 106.0) MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT 2016.04 MAPLE STREET UNDERPASS BRIDGE (MM 106.0) Make the following changes to the bid documents: In the Contract Documents, Part 2 Special Provisions,

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 5/03/2013

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 5/03/2013 NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 5/03/2013 Control 6237-93-001 Project RMC - 623793001 Highway US0075 County DALLAS Ladies/Gentlemen: Attached please find an addendum on the above captioned

More information

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS CONTRACT # 2016153 TRACS No. Project No. County District Gross

More information

SPECIFICATIONS AND DOCUMENTS FOR PURCHASE OF ROAD MATERIALS AND RENTAL OF CERTAIN PIECES OF CONSTRUCTION EQUIPMENT

SPECIFICATIONS AND DOCUMENTS FOR PURCHASE OF ROAD MATERIALS AND RENTAL OF CERTAIN PIECES OF CONSTRUCTION EQUIPMENT SPECIFICATIONS AND DOCUMENTS FOR PURCHASE OF ROAD MATERIALS AND RENTAL OF CERTAIN PIECES OF CONSTRUCTION EQUIPMENT (Gravel, Crushed Rock, Sand, Road Oils, Recycled Aggregate, Bituminous Milling, Sealcoating,

More information

Fertilizer Type B 2 CWT $ $ $60.00 $ $60.00 $ Sod Water 60 MGAL $60.60 $3, $30.00 $1, $30.00 $1,

Fertilizer Type B 2 CWT $ $ $60.00 $ $60.00 $ Sod Water 60 MGAL $60.60 $3, $30.00 $1, $30.00 $1, BID TABS PROJECT 18-1029 22 nd AVENUE RECONSTRUCTION BID DATE: MAY 9, 2018 Stark Pavement Corp. Lalonde Contractors Cornerstone Pavers LLC Brookfield, WI Waukesha, WI Racine, WI Item Number Roadway Quantity

More information

MISSOURI HIGHWAYS AND TRANSPORTATION PLANS FOR PROPOSED STATE HIGHWAY DESIGN DESIGNATION INDEX OF SHEETS LENGTH OF PROJECT SHEET NUMBER

MISSOURI HIGHWAYS AND TRANSPORTATION PLANS FOR PROPOSED STATE HIGHWAY DESIGN DESIGNATION INDEX OF SHEETS LENGTH OF PROJECT SHEET NUMBER DESIGN DESIGNATION A.A.D.T - XXXX = XXXX V = XX M.P.H PLANS FOR PROPOSED HIGHWAY INDEX OF SHEETS SHEET DESCRIPTION NUMBER TITLE SHEET ----------------------- 1 TYPICAL SECTIONS (TS) (1 SHEET)-- QUANTITIES

More information

DOCUMENTATION WORKBOOK FY 2017

DOCUMENTATION WORKBOOK FY 2017 DOCUMENTATION WORKBOOK SPECIFIC TASK TRAINING PROGRAM Conducted by the ILLINOIS CENTER FOR TRANSPORTATION (ICT) AND IDOT BUREAU OF CONSTRUCTION FY 2017 WORKBOOK TABLE OF CONTENTS Workbook Page 1... Maximum

More information

PERMIT FOR INSTALLATION ON COUNTY RIGHTS-OF-WAY: ACCESS DRIVEWAYS RESIDENTIAL

PERMIT FOR INSTALLATION ON COUNTY RIGHTS-OF-WAY: ACCESS DRIVEWAYS RESIDENTIAL PERMIT FOR INSTALLATION ON COUNTY RIGHTS-OF-WAY: ACCESS DRIVEWAYS RESIDENTIAL Submit To Martin County Judge s Office P.O. Box 1330 Stanton Texas 79782-1330 mhernandez@co.martin.tx.us APPLICATION: Permittee

More information

McCRORY & WILIJAMS, INC. PROJECT NO. MCR-2008-OO1

McCRORY & WILIJAMS, INC. PROJECT NO. MCR-2008-OO1 McCRORY & WILIJAMS, INC. THEODORE DAWES ROADISCHILLINGER ROAD SOUTH BID TABULATION: Theodore DaweslSchillingor Road PROJECT NO.: M5700-2033 BIDDER #1 BIDDER #2 BIDDER #3 Hosea 0. Weaver & Sons, Inc. John

More information

ROADSIDE PARK CONTRACT JANITORIAL AND GROUNDS MAINTENANCE SERVICES

ROADSIDE PARK CONTRACT JANITORIAL AND GROUNDS MAINTENANCE SERVICES ROADSIDE PARK CONTRACT JANITORIAL AND GROUNDS MAINTENANCE SERVICES MICHIGAN DEPARTMENT OF TRANSPORTATION GRAND REGION Marl Lake Roadside Park P511 Sheridan Roadside Park P514 Greenville Roadside Park P516

More information

Franklin County Engineer's Office - Highway Design ALKIRE RD & DEMOREST RD ROUNDABOUT CR NO. 11 & CR NO. 25 Bid Tabulation

Franklin County Engineer's Office - Highway Design ALKIRE RD & DEMOREST RD ROUNDABOUT CR NO. 11 & CR NO. 25 Bid Tabulation 7/07/2015 Page 1 of 20 Strawser Paving Co., Inc. Shelly & Sands, Inc. Double Z Construction Co Columbus Asphalt Paving, Inc. 1595 Frank Road P.O.Box 2469 2550 Harrison Road 1196 Technology Dr Columbus,

More information

CANTON COMMUNITY REQUEST FOR BOARD ACTION

CANTON COMMUNITY REQUEST FOR BOARD ACTION CANTON COMMUNITY REQUEST FOR BOARD ACTION MEETING DATE: April 11, 2017 AGENDA ITEM #G-6 ITEM: Consider Approval of a Budget Amendment & Award of a Contract to J. Ranck Electric Inc. for the Pedestrian

More information

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/01/00 PAGE : 1 TABULATION OF BIDS

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/01/00 PAGE : 1 TABULATION OF BIDS PAGE : 1 CONTRACT DESCRIPTION : MILL & OVERLAY, GRADING, BIT SURFACING, BR NO 02038 ETC CONTRACT LOCATION: LOCATED ON TH 47 FROM 153RD AVE NW IN RAMSEY TO 180TH LANE NW AND AT FORD BROOK IN BURNS TOWNSHIP

More information

SECTIO N 610 PAVEMENT SMO O THNESS

SECTIO N 610 PAVEMENT SMO O THNESS SECTIO N 610 PAVEMENT SMO O THNESS 610.1 Description. This work shall consist of measuring the smoothness of the final pavement surface. Smoothness shall be measured using the International Roughness Index

More information

Date of Issue: For: County Engineer. County Road No.: Maintenance Area: Section Forman Payment Required: (Options: Cash Cheque Credit Card)

Date of Issue: For: County Engineer. County Road No.: Maintenance Area: Section Forman Payment Required: (Options: Cash Cheque Credit Card) County of Wellington Engineering Services Department Roads Division 74 Woolwich Street Guelph, Ontario N1H 3T9 Phone: (519) 837-2601 Fax: (519) 837-8138 Email: roadsinfo@wellington.ca ENTRANCE PERMIT OWNER/APPLICANT

More information

Right-of-Way Obstruction Permit Fee Structure Minneapolis Department of Public Works May 10, 2001

Right-of-Way Obstruction Permit Fee Structure Minneapolis Department of Public Works May 10, 2001 Right-of-Way Obstruction Permit Fee Structure Minneapolis Department of Public Works May 10, 2001 Revised April 5, 2005 Revised January 27, 2006 Prepared by: Steve Collin, Engineer 2.5 Revised by Douglas

More information

Access Management Standards

Access Management Standards Access Management Standards This section replaces Access Control Standards on Page number 300-4 of the Engineering Standards passed February 11, 2002 and is an abridged version of the Access Management

More information

ADDENDUM NO. 1. Contractor shall fax back the recognition sheet acknowledging the receipt of this addendum, or include in their proposal.

ADDENDUM NO. 1. Contractor shall fax back the recognition sheet acknowledging the receipt of this addendum, or include in their proposal. ADDENDUM NO. 1 DATE: August 7, 2014 PROJECT: FROM: TO: 2014 MFT Section 14-00000-00-GM, SUPP1 United City of Yorkville Kendall County, IL Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount R J Grondin & Sons - Gorham, ME $1,436,720.00 Shaw Brothers Construction, Inc. - Gorham, ME $1,476,398.83 Pratt & Sons, Inc. - Minot, ME $1,733,615.00 Page 1 of 13 R J Grondin

More information

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 02/26/00 PAGE : 1 TABULATION OF BIDS

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 02/26/00 PAGE : 1 TABULATION OF BIDS PAGE : 1 CONTRACT DESCRIPTION : LEFT & RIGHT TURN LANES AND FLASHING BEACON SYSTEM CONTRACT LOCATION: LOCATED ON TH 7 FROM 327 M WEST OF JCT TH 25 TO 445 M EAST OF JCT TH 25 RECOMMENDATION: AWARD TO LOW

More information

DESCRIPTION QUANTITY PRICE TOTAL

DESCRIPTION QUANTITY PRICE TOTAL GENERAL 1 TRAFFIC CONTROL LS 1 $40,000 $40,000 $8,500.00 $8,500.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $15,000.00 $15,000.00 2 MOBILIZATION LS 1 $557,000 $557,000 $629,500.00 $629,500.00 $350,000.00

More information

CITY OF FONTANA HANDBOOK ON RESIDENTIAL DRIVEWAY APPROACH CONSTRUCTION PERMITS

CITY OF FONTANA HANDBOOK ON RESIDENTIAL DRIVEWAY APPROACH CONSTRUCTION PERMITS CITY OF FONTANA HANDBOOK ON RESIDENTIAL APPROACH CONSTRUCTION PERMITS GENERAL INFORMATION A driveway approach is an area, construction or improvement between the roadway of a public street and private

More information

CT Consultants, Inc.

CT Consultants, Inc. Cost 1 202 AHRESTY DRIVE REMOVAL 1 LS 2 202 EXISTING SILO DEMOLISHED AND REMOVED, AS PER PLAN 1 LS 3 203 EXCAVATION (NOT INCLUDING UNDERCUT) 2,372 CY 4 203 EMBANKMENT 3,306 CY 5 204 PROOF ROLLING 10 HRS

More information

SUBTOTAL SITE WORK & DEMOLITION (UTILITIES) $180, $348, $319,943.71

SUBTOTAL SITE WORK & DEMOLITION (UTILITIES) $180, $348, $319,943.71 BASE BID 1.00 GENERAL CONDITIONS 1.01 Mobilization (Maximum 5% of Base Bid) LS 1 84,000.00 $ 84,000.00 100,000.00 $ 100,000.00 85,000.00 $ 85,000.00 1.02 Bonding, Insurance, Permits (including Plumbing,

More information

ELMORE COUNTY HIGHWAY DEPARTMENT

ELMORE COUNTY HIGHWAY DEPARTMENT Adopted 11/27/06 Effective 2/1/07 Amended 4/10/08 ELMORE COUNTY HIGHWAY DEPARTMENT 155 County Shop Road Wetumpka, Alabama 36092 Phone (334) 567-1162 Fax (334) 567-1100 Access Management Policy The Elmore

More information

VIEW ONLY - NOT FOR BIDDING

VIEW ONLY - NOT FOR BIDDING CNRACR S BI AE: PLACE FR CNRACRS SUBMI BIS: ALL PLANHLERS: BRIGEPR WES IMPRVEMENS (SEABAR RIUMPH PARKWAY, BULEVAR F CHAMPINS, AN HARBR RIVE) PRJEC Project No: 6845-719-247 2016 uesday, August 2, 2016,

More information

traversing them. Speed dips may be installed in lieu of speed humps where the 85 th percentile speed on a street is at least 36 mph.

traversing them. Speed dips may be installed in lieu of speed humps where the 85 th percentile speed on a street is at least 36 mph. County of San Mateo Department of Public Works Residential Speed Control Device Program PURPOSE The purpose of the Residential Speed Control Devices 1 Program is to provide a consistent, fair and cost-effective

More information

s Contact the Area Construction Engineer at for RAP sample location. Page 2 of 10

s Contact the Area Construction Engineer at for RAP sample location. Page 2 of 10 Page 1 of 10 Page 2 of 10 Page 3 of 10 Ú City limit or Urban boundary No Centerline rumble strips Centerline rumble strips City connecting link or Urbanized (Unincorporated city) TYPICAL CITY CONNECTING

More information

DIVISION V SURFACINGS AND PAVEMENTS

DIVISION V SURFACINGS AND PAVEMENTS 36-3.01 GENERAL DIVISION V SURFACINGS AND PAVEMENTS 36 GENERAL 04-20-18 Replace section 36-3 with: 36-3 PAVEMENT SMOOTHNESS 36-3.01A Summary Section 36-3 includes specifications for measuring the smoothness

More information

All Regional Engineers. Omer M. Osman, P.E. Special Provision for Hot-Mix Asphalt Mixture Design Composition and Volumetric Requirements July 25, 2014

All Regional Engineers. Omer M. Osman, P.E. Special Provision for Hot-Mix Asphalt Mixture Design Composition and Volumetric Requirements July 25, 2014 All Regional Engineers Omer M. Osman, P.E. Special Provision for Hot-Mix Asphalt Mixture Design Composition and Volumetric Requirements July 25, 2014 This special provision was developed by the Bureau

More information

CITY OF STEVENS POINT AGENDA

CITY OF STEVENS POINT AGENDA CITY OF STEVENS POINT BOARD OF PUBLIC WORKS MEETING Monday, September 11, 2017 6:00 p.m. (or immediately following previously scheduled meeting) Lincoln Center 1519 Water Street Stevens Point, WI 54481

More information

2014 Fall Asphalt Conference October 7, 2014 Richmond, VA Review of Virginia s 2013 Work Zone Crash Statistics

2014 Fall Asphalt Conference October 7, 2014 Richmond, VA Review of Virginia s 2013 Work Zone Crash Statistics 2014 Fall Asphalt Conference October 7, 2014 Richmond, VA Review of Virginia s 2013 Work Zone Crash Statistics David Rush WZ Safety Program Manager Traffic Engineering Division Review of Virginia s 2013

More information

2011 LOCAL STREET IMPROVEMENTS

2011 LOCAL STREET IMPROVEMENTS 11 LOCAL STREET IMPROVEMENTS FOR THE MARCH 11 LIST OF DRAWINGS W. MAIN STREET/STH 19 E. MAIN STREET/STH 19/STH 113 DRAWING TITLE NO. TITLE 1 PROJECT OVERVIEW 2 KLEIN DRIVE CONSTRUCTION PHASING PLAN 3 PHASE

More information

DRIVEWAY GUIDE. Transportation, Engineering and Development (T.E.D.) Business Group

DRIVEWAY GUIDE. Transportation, Engineering and Development (T.E.D.) Business Group DRIVEWAY GUIDE June 2017 TABLE OF CONTENTS Definitions Building Requirements Material Standards Drainage Administrative Requirements Zoning Requirements Yard Requirements Design Requirements Public Ways

More information

Federal Project No.: OC-095-1(348)

Federal Project No.: OC-095-1(348) Order : N83 Schedule of Items Page: 2 Oversight/State Project : (NFO)0095-127-857, C501 Federal Project : OC-095-1(348) 0010 513 00100 MOBILIZATION LUMP SUM LUMP SUM 0020 517 00101 CONSTRUCTION SURVEYING

More information

Austin Constructors, LLC S FM N. Richey 9810 FM 969. Pasadena, TX Austin, TX 78724

Austin Constructors, LLC S FM N. Richey 9810 FM 969. Pasadena, TX Austin, TX 78724 National Power Rodding Corp. 9810 FM 969 Austin, TX 78724 Austin Constructors, LLC. 7907 S FM 973 Item No. Estimate Qty Unit of Issue Description Unit Price Total Unit Price Total Unit Price 103.1 125.00

More information

CLAY COUNTY MISSOURI HIGHWAYS AND TRANSPORTATION COMMISSION PLANS FOR PROPOSED STATE HIGHWAY NOT TO SCALE LENGTH OF PROJECT

CLAY COUNTY MISSOURI HIGHWAYS AND TRANSPORTATION COMMISSION PLANS FOR PROPOSED STATE HIGHWAY NOT TO SCALE LENGTH OF PROJECT DI E INDE OF SHEETS TYPICAL SECTIONS (TS) ( SHEET)--- QUANTITIES (QU) (7 SHEETS)--------- 3 PLAN-PROFILE (PP)------------------ REFERENCE POINTS (RP)-------------- COORDINATE POINTS (CP)------------- CULVERT

More information

INLAND NORTHWEST REGIONAL PAVEMENT CUT POLICY

INLAND NORTHWEST REGIONAL PAVEMENT CUT POLICY INLAND NORTHWEST REGIONAL PAVEMENT CUT POLICY Howard Hamby Spokane County Road Maintenance Administrator PAVEMENT CUT FAILURES 1. Sloughing 2. Poor Compaction 3. Poor

More information