CENTER LINE GROUND LINE EXISTING MANHOLE TRUE SCALE SEWER LINES & MANHOLES GAS WATER CULVERT PERMANENT REFERENCE MONUMENT P.R.M.

Size: px
Start display at page:

Download "CENTER LINE GROUND LINE EXISTING MANHOLE TRUE SCALE SEWER LINES & MANHOLES GAS WATER CULVERT PERMANENT REFERENCE MONUMENT P.R.M."

Transcription

1

2 STANDARD SYMBOLS AND ABBREVIATIONS EXISTING CATCHBASIN OR INTAKE CENTER LINE B/B BACK TO BACK OF CURBS PCC PORTLAND CEMENT CONCRETE EXISTING MANHOLE TRUE SCALE GROUND LINE B/J BACK TO JOINT PL PROPERTY LINE UTILITY POLE SEWER LINES & MANHOLES BC BACK OF CURB TO BACK OF SIDEWALK PAV'T PAVEMENT HYDRANT BR CA. BEGIN RADIUS CABLE PROP. PROPOSED R. RADIUS PERMANENT REFERENCE MONUMENT P.R.M. BENCH B.M. GAS WATER CULVERT CULVERT-PIPE-CROSSING C L CENTER LINE REINF. REINFORCEMENT VALVE CONCRETE REMOVAL C L /B C L/F CO CENTER LINE TO BACK OF CURB CENTER LINE TO FACE OF CURB CURB OPENING REM. REPL. ROW REMOVE REPLACE RIGHT-OF-WAY SIGN LIGHT POLE EXISTING INTAKE TO BE REMOVED CULV. CULVERT RT. RIGHT SECTION CORNER EXISTING MANHOLE TO BE REMOVED DI DIAMETER INCHES S. SEWER MONUMENT IN PLACE ELEC. ELEV. ELECTRIC ELEVATION SAN. SPEC. SANITARY SPECIFICATION TRAFFIC SIGNAL REFERENCE POINT DRIVEWAY LOCATION & ELEV. (IN PROFILE) EM ELECTRIC METER ST. STORM UTILITY METER 5' EASEMENT LIMIT F/F G. FACE TO FACE OF CURBS GAS MAIN STA. STD. STATION STANDARD STOP BOX 6W WATER MAIN HPG HORIZ. HIGH PRESSURE GAS MAIN HORIZONTAL TELE. TCB TELEPHONE TELEPHONE CONTROL BOX LOCATION TO CHECK DEPTH (IN CROSS SECTION) 6G UGC GAS MAIN UNDERGROUND TELE. CABLE/ELECTRIC HMA HOT MIX ASPHALT TYP. TYPICAL BEEHIVE INTAKE SECTION LINE INT. INV. INTAKE INVERT UG. VLF UNDERGROUND VERTICAL LINEAR FEET BORE HOLE WIRE FENCE BOARD FENCE LT. LEFT VERT. VERTICAL SANITARY CLEANOUT ORANGE CONSTRUCTION FENCE MTD MULTI-TELE-DUCT (TELEPHONE) WK. SIDEWALK DETECTABLE WARNING CHAIN LINK FENCE MH. MANHOLE WMA WARM MIX ASPHALT CONTROL POINT TPF TREE PROTECTION FENCE 6W. WATER MAIN SHORELINE OR BANK DB DUCT BANK RAILROAD FO FIBER OPTIC HEDGE, PRIVET, BARBERRY, ROSE, ETC. OHE UNDERGROUND TELE. CABLE TREE EVERGREEN TREE TO BE REMOVED SIGNAL HEAD 7 SIGNAL FACE NUMBER BUSHES SIGNAL HEAD WITH BACKPLATE 7 POLE NUMBER GRASS SIGNAL HEAD - PEDESTRIAN CROSSWALK CONCRETE STOP LINE 7 DETECTOR NUMBER DIRT, CINDER, OR ROCK DRIVE CONCRETE BASE 7 HANDHOLE NUMBER SAND CONTROLLER X R RED LENS RIPRAP MAST ARM WITH SIGNAL HEAD X Y YELLOW LENS MAST ARM WITH SIGNAL HEADS X G GREEN LENS EARTH REINFORCING BARS (IN SECTION) MAST ARM WITH OVERHEAD SIGN X G GREEN LEFT ARROW LENS WIRE MESH LUMINAIRE X Y YELLOW LEFT ARROW LENS SIGNAL LIGHT X G GREEN RIGHT ARROW LENS HANDHOLE X WALK WALK INDICATION EXISTING HANDHOLE X DON'T WALK DON'T WALK INDICATION 7 INDUCTION LOOP DETECTOR QUALITY LEVELS OF UTILITIES ARE SHOWN IN THE PARENTHESES WITH THE UTILITY TYPE AND WHEN APPLICABLE, SIZE. THE QUALITY LEVELS ARE BASED ON THE CI/ASCE -02 STANDARD. PUSH BUTTON DETECTOR QUALITY LEVEL (D) INFORMATION IS DERIVED FROM EXISTING UTILITY RECORDS OR ORAL RECOLLECTIONS. (MAPPING) SERVICE POLE AND POWER SUPPLY LOCATION OF TELEPHONE INTERCONNECT QUALITY LEVEL (C) INFORMATION IS OBTAINED ING AND PLOTTING VISIBLE ABOVE-GROUND UTILITY FEATURES AND USING PROFESSIONAL JUDGEMENT IN CORRELATING THIS INFORMATION WITH QUALITY D INFORMATION. QUALITY LEVEL (B) INFORMATION IS OBTAINED THROUGH THE APPLICATION OF APPROPRIATE SURFACE GEOPHYSICAL METHODS RIGID STEEL (R.S.) CONDUIT IN TRENCH TO DETERMINE THE EXISTENCE AND APPROXIMATE HORIZONTAL POSITION OF SUBSURFACE UTILITIES. (ELECTROMAGNETIC SCAN FOR UTILITIES) RIGID STEEL (R.S.) CONDUIT PUSHED QUALITY LEVEL (A) IS HORIZONTAL AND VERTICAL POSITION OF UNDERGROUND UTILITIES OBTAINED ACTUAL EXPOSURE OF EXPOSED SUBSURFACE UTILITIES. (POTHOLING) M M M RIGID STEEL (R.S.) CONDUIT IN MEDIAN 3-5C #14 NUMBER AND SIZE OF CABLE T:\ENG\Design\11\18\005\Drawings\Plan Shts\a02.dgn 04-OCT18 11:11 (5) 3-31 SYMBOLS & ABBREVIATIONS ZLE AJC ZLE NOTES SHEET A.2 FILE NO

3 GROUND B A 1 ALL EXPOSED SURFACES OF DETENTION OUTLET STRUCTURE SHALL BE TEXTURED WITH SPEC FORM LINER #11 DRY STACK FIELDSTONE GROUND 27' 6' 27' ' DETENTION OUTLET WALL 14' PCC GROUND 1 SEE DETAIL C4 SEE DETAIL D8 SEE DETAIL D7.75' ' ' 1 GROUND PCC GABION BASKET MAT 9' 1' 1 14' #5 BARS 12 OC BOTH DIRECTIONS 1 BT-1 JOINT 6 PCC PAVEMENT A ' 6 MODIFIED SUBBASE SEE DETAIL AA7 1' 5' 6 B DETENTION OUTLET STRUCTURE SECTION B-B NOT TO SCALE NOT TO SCALE C-4 CHANNEL (3) HSS STOP LOGS (13) ALUMINUM HSS 6 X 4 X 1/4 X 11' [AA7] 9 6 HSS STOP LOGS ~ AA7 NOT TO SCALE COMPRESSIBLE RUBBER SEAL 1/8 X 3 X 11'-7 [mb7] ADHERE TO W6 X 15 INSIDE FLANGE PER MANUFACTURES SUGGESTED METHODS. 15 TOTAL. 5'-8 WELDED CORNERS SIMPSON STRONG TIE 3/8 X 6 STAINLESS STEEL FLAT PHILLIPS HEAD ALL SLEEVE ANCHORS OR EQUAL. 2 3/8 3 5/ /2 5 1/2 1/ ' HOT DIP GALVANIZED HOT DIP GALVANIZED ALL MATERIAL NOTED THIS SHEET TO BE HOT DIP GALVANIZED AFTER FABRICATION (UNLESS NOTED OTHERWISE) MAKE SURE ALL MATERIALS ARE CLEAN OF MILL SCALE, OILS, & WELD SLAG BEFORE SHIPPING TO GALVANIZER. 2 3/8 3 5/ ' HOT DIP GALVANIZED 8 REMOVABLE ACCESS PLATE. (DOWNSTREAM SIDE OF WALL) ' 6 4 ALUMINUM CHANNEL ~ C-4 NOT TO SCALE COMPRESSIBLE RUBBER SEAL 1/8 X 3 X 11'-7 [mb7] ADHERE TO BOTTOM EDGE OF STOP LOGS. 5 TOTAL PROVIDE PORTING AND LIFTING HOLES AS REQUIRED PRIOR TO SHIPPING TO GALVANIZER. BENT PL STORAGE CHANNEL ~ D7 STOP LOG REMOVABLE ACCESS PLATE ~ D CONCRETE WALL NOT TO SCALE NOT TO SCALE SECTION A-A NOT TO SCALE T:\ENG\Design\11\18\005\Drawings\Plan Shts\B-Sheets.dgn 04-OCT18 16:02 (5) 3-31 DETENTION OUTLET STRUCTURE DETAILS ZLE AJC ZLE NOTES SHEET B.1 FILE NO

4 PROPOSED GROUND RETAINING WALL ' 3 1 4' IDOT AGGREGATE GRADATION NO. 3 3' PLACEMENT OF FIELD STONE BOULDERS AS DIRECTED PARKS DEPARTMENT (TYP) ' ' 6 IDOT AGGREGATE GRADATION NO. 5 SHORELINE TYPICAL NOT TO SCALE ALCOVE TYPICAL NOT TO SCALE T:\ENG\Design\11\18\005\Drawings\Plan Shts\B-Sheets.dgn 04-OCT18 11:13 (5) 3-31 POND DETAILS ZLE AJC ZLE NOTES SHEET B.2 FILE NO

5 TOP OF WALL ELEV. =.04 TOP OF WALL ELEV. = ' 8.33' 8 4' 8 NOTES: 1. TOP OF STRUCTURE SHALL REMAIN OPEN. SEE THE TRASH RACK DETAIL. 2. WALLS AND BASE SHALL BE CONSTRUCTED AS SHOWN IN SUDAS FIGURE SW-3 DEEP WELL STORM SEWER MANHOLE. 3. ANGLE IRON FOR INT-1 TRASH RACK SHALL BE GALVINIZED. 7' TOP OF WALL ELEV. = TOP OF WALL ELEV. = ' 8 ONE SIDE OPEN INT-1 PLAN DETAIL #4 12 SPACING HORIZONTALLY #4 6 SPACING VERTICALLY (TYP.) EXAMPLE OF WELDED TRASH RACK ANGLE TO GUIDE ANGLE (TYP.).04 #4 12 SPACING HORIZONTALLY #4 6 SPACING VERTICALLY (TYP.).04 OPEN TOP SEE TRASH RACK DETAIL 10 1' 1' 1' 1' 1' 1' 1' 1' 1' 1' 1' 1' 1/4 TYP ONE SIDE OPEN 4' INV. ELEV. =.04 ONE SIDE OPEN WITH REBAR 2 X 2 X 3/16 TRASH RACK ANGLE (TYP.) 1' 8 5' X 5' STORM SEWER BOX OUTLET 2 X 2 X 3/16 GUIDE ANGLE (TYP.) 7' #4 BARS SPACED 12 OC 1' ANCHOR GUIDE ANGLE TO CONCRETE WALL WITH 6 X 1/2 DIA. ANCHOR BOLTS AT EACH END (TYP.) 9' 8 8 5' X 5' STORM SEWER BOX OUTLET ' ' INT-1 TRASH RACK DETAIL INT-1 SECTION DETAIL INT-1 SECTION DETAIL T:\ENG\Design\11\18\005\Drawings\Plan Shts\B-Sheets_Zach.dgn 04-OCT18 11:19 (5) 3-31 AREA INTAKE DETAILS ZLE AJC ZLE NOTES SHEET B.3 FILE NO

6 RCP RCP 1' 17.92' 1' 4' 3.03' 4' 1' ' 10.79' ' 3' 10.' 1' 1' 1' ' 6.83' EXISTING RCP EXISTING TWIN RCP.25' PROPOSED TWIN RCP EXISTING RCP SUMP MANHOLE MH-1 PLAN DETAILS 1' 3' 1' REMOVE EXISTING TWIN PIPE TO PROPOSED MANHOLE MH-1 PROFILE T:\ENG\Design\11\18\005\Drawings\Plan Shts\B-Sheets_Zach.dgn 04-OCT18 11: (5) 3-31 MANHOLE DETAILS ZLE AJC ZLE NOTES SHEET B.4 FILE NO

7 ESTIMATE REFERENCE NOTES 1 CLEARING AND GRUBBING: Bid item includes clearing and grubbing as included on the R plan sheets. Clearing and grubbing will be marked out and approved by the City prior to beginning of clearing operations. Contractor shall take care to protect all trees and vegetation that will remain. Payment will be for the lump sum of clearing and grubbing completed. 2 CLASS 10 DREDGING: Bid item includes dredging, cut, removal of material, and grading required to construct the work as shown in the plans for the MacRae Park Pond south of Bancroft Street. Any methods, tools, equipment, and labor required to complete the excavation, which do not have an identified bid item, shall be incidental to this bid item. Quantity includes 12,000 CY of cut. The excess material will become the property of the contractor to remove and dispose of according to the applicable laws and regulations. Disposal of any misc. items discovered in the bottom of the pond shall be the contractor's responsibility and be incidental to this bid item. Payment will be for the contract quantity and will not be based on truck counts or field measurements. Contractor shall satisfy themselves with the unit price for the earthwork required. City Survey will survey bottom of dredged surface to determine when contractor has completed dredging to the planned grades. 3 DEWATERING: Bid item includes all pumping operations and other methods used to remove water from the pond to allow for dreding and excavation of material. The contractor will be responsible for management of the incoming water during the dredging of the pond. Any methods, tools, equipment, and labor required for management of the water flows shall be included in this bid item. 4 CLASS 10 GRADING: Bid item includes grading required to construct the work as shown in the plans north of Bancroft Street. A different City contract will be disposing of material to use for the fill of the area north of Bancroft. This contract will move the dirt and fill to grades shown in the plans. Any methods, tools, equipment, and labor required to complete the grading shall be incidental to this bid item. Payment will be for the contract quantity and will not be based on truck counts or field measurements. Any coordination with the other contract providing the fill shall not be grounds for any additional payment. 5 OFF-SITE TOPSOIL: Bid item includes 6 depth of topsoil placed prior to seeding and sodding on disturbed areas. Payment will be for the CY of topsoil imported and placed on site. This bid item will be used only in areas where erosion has taken place and fill was placed. 6 SURFACING, TEMPORARY STABILIZATION ROCK: Bid item includes any type of rock used to firm up ground for access paths into the pond for the removal of the material. Any rock placed shall be removed from the pond after dredging is complete. Payment will be for the amount of material installed and removed per tickets. 7 SUBGRADE TREATMENT, GEOGRID: Bid item includes subgrade treatment under subbase for pavement in detention area where needed to treat bad subgrade. Treatment will be completed on an as needed basis. Locations for use should be coordinated with and approved by the City Engineer prior to installation or payment will not be made. 8 MODIFIED SUBBASE: Bid item includes subbase under pavement construction in bottom of detention area. 9 REMOVAL OF HEADWALL: Bid item includes removal of headwall of existing outlets from MacRae Pond. See R sheets for more details. 10 REMOVAL OF OUTLET STRUCTURE: Bid item includes removal of headwalls, culverts, and retaining walls that exist for the outlet of existing detention area. See R sheets for more details. 11 STORM SEWER, RCP, 15 DIA.: See tabulation sheet C.3 and plan sheet M.1 for more details. 12 STORM SEWER, RCP, DIA.: See tabulation sheet C.3 and plan sheet D.2 for more details. 13 APRON, RCP, DIA.: See plan sheet D.2 for more details. Bid item shall include the footing for the apron. 14 REMOVAL OF STORM SEWER, DIA.: 15 REMOVAL OF STORM SEWER, DIA.: Bid item includes removal of storm sewer as shown on the R sheets. See tabulation sheet C.3 for additional information. 16 ABANDON STORM SEWER, LESS THAN DIA.: Bid item includes abandonment of storm sewers as shown on the R sheets. Abandonment includes filling of the existing storm sewers with flowable mortar. Excavation to expose the storm sewer for filling and abandonment as shown on the R sheets shall be included in this bid item. See tabulation sheet C.3 for additional information. 17 MANHOLE, SW-4, MODIFIED SIZE: See tabulation sheet C.3, detail sheet B.4, and plan sheet D.2 for more information. 18 MANHOLE, SCICLONE: Bid item includes the installation of a SciClone manhole structure. The removal of existing pipe and connections of the existing pipe to the manhole shall be incidental to this bid item. Device shall be manufactured by Bio Clean Environmental Services, Inc., Corporate Headquarters, 8 Via El Centro, Oceanside, CA 9. Components included in the sciclone shall be a flow splitter, oil/floatables skimmer, and outlet weir. All components shall be connected as per the manufacturer's instructions. The contractor shall submit submittal from Bio Clean to Engineer for approval prior to purchase and installation. See tabulation sheet C.3 and plan sheet M.2 for additional information. 19 INTAKE, SW-1: See tabulation sheet C.3 and plan sheet M.1 for more information. INTAKE, AREA, SW-3 MODIFIED: See tabulation sheet C.3, detail sheet B.3, and plan sheet D.2 for more information. 21 CONNECTION TO INTAKE: Bid item includes connection to existing intake as shown on plan sheet M.1. T:\ENG\Design\11\18\005\Drawings\Plan Shts\C-Sheets.dgn 04-OCT18 16:09 (5) 3-31 ESTIMATE QUANTITIES & REFERENCE NOTES ZLE AJC ZLE NOTES SHEET C.1 FILE NO

8 ESTIMATE REFERENCE NOTES (CON.) GENERAL NOTES: REMOVAL OF INTAKE: Bid item includes removal of intake as shown on R sheets. Intake will be removed to elevation under proposed new intake. Existing intake structure under proposed intake bottom can be filled with flowable mortar instead of removing entire intake. Filling of intake shall be included in this bid item. See tabulation sheet C.3 for additional information. 23 PAVEMENT, PCC, 6: Bid item includes pavement for bottom of detention area. UTILITIES: The contractor shall coordinate his work with the utility companies with respect to relocating and constructing their facilities. Forty-eight () hours before construction call: Iowa One Call for utility locations, phone number Before starting storm sewer construction, the contractor shall excavate all utilities which will be encountered. The surveyor shall obtain elevations of the utilities and notify the Project Engineer. FULL DEPTH PATCH: Bid item includes full depth patch for intake replacement. Match existing pavement section with a minimum pavement section of 6 thickness of HMA. See plan sheet M.1 and R.2 for more information. 25 TRAFFIC CONTROL: Bid item includes all traffic control signs, CMS, equipment, labor, and maintenance of all traffic control items as required on plan sheet J.1. The Contractor shall be responsible for following the guidelines of each utility in protecting their facilities. The cost of staging construction for utility installation, and providing temporary supports for all utilities with assistance from affected utility company, and all other delays or costs involved in coordinating with utilities shall be included in and considered incidental to the contract bid price; and no additional compensation shall be allowed. SEEDING, FERTILIZING, AND MULCHING, TYPE 4: 27 SEEDING, FERTILIZING, AND MULCHING, WETLAND SEEDING: SEEDING, FERTILIZING, AND MULCHING, NATIVE GRASS AND FORBS SEEDING: Bid items include seeding and stabilization for disturbed areas after grading is completed. Seeding requirements are: 1. Stabilize w/ Type 4 and fiber mulch. 2. Allow Type 4 and exposed weed seedbed to germinate and grow out. 3. Mow back to 4 in height. 4. Allow for 1 week of regrowth. 5. Apply broad spectrum, non-residual, aquatic compliant herbicide. 6. Minimum 1 week rest period after herbicide application. 7. Seed with native species and rake in to provide good seed to soil contact (no fertilizer with native seeding). Disturbed banks around the pond/detention area will use wetland seeding mix. Disturbed areas north of Bancroft Street will use native grass and forbs seeding mix. 29 STORMWATER POLLUTION PREVENTION: Bid item shall include development and management of the SWPPP, which shall be submitted to the Project Engineer for approval prior to the start of construction. Bid item shall also include inspections required, fees and costs, permit application, and other related work required for a NPDES General Permit No. 2. Any erosion control measures that are needed to comply with NPDES General Permit No. 2 which do not have an identified bid item shall be incidental to this bid item. See Special Provisions for more details. The contractor shall exercise all due caution and use construction methods and equipment to complete the work without damaging utilities. The exact location and elevation of all utilities shall be determined by the contractor at the time of construction. It shall be the duty of the contractor to ascertain whether any additional facilities other than those shown on the plan may be present. INSPECTION: The contractor shall contact the Principal Construction Inspector for the City of Des Moines Engineering Department (3-77) hours before beginning construction. LIMITS: The contractor shall not disturb desirable grass areas and desirable trees outside the project limits. The contractor will not be permitted to park or service vehicles and equipment or use these areas for storage of materials. Storage, parking and service area(s) will be subject to the approval to the Project Engineer. Any disturbed areas outside of the project limits shall be restored at the contractor's expense. PROGRESS OF WORK: The contractor shall schedule his work and the work of his subcontractors in such a manner that will ensure a minimal amount of inconvenience to the abutting property owners or park users. Final grading and restoration shall follow completion of the work as soon as possible. If the engineer determines the progress of the work is unsatisfactory, partial payments will be withheld in full or part until satisfactory progress is made. FINAL INSPECTION: The contractor will be required to have a representative at the final inspection and will be responsible to open all manholes and intakes for inspection by City personnel. FILTER SOCK, 9 IN. DIA.: Bid item is for use to comply with the requirements of the SWPPP. Project Engineer may require additional filter sock placement as needed or modify the original design as required. SAWCUTTING PAVEMENT: In order to avoid any unnecessary surface breaks or premature spalling, the Contractor is cautioned to exercise extreme care when performing any of the necessary saw cutting operations for the proposed pavement removal. 31 RECP, TYPE 3, WOOD EXCELSIOR MAT: Bid item includes installation along the slopes around the pond or greater. Coordinate final locations with the City Engineer. ABANDONED UTILITY LINES: All removal and disposal of abandoned utility lines including gas mains, water mains, telephone conduits, service lines, etc., required to complete the work shall be incidental to this project. RIP RAP, CLASS D: Bid item includes the placement of a rip rap apron according to SUDAS Specification Figure See plan sheet D.2 for more details on locations of installation. Removal and disposal of any material to construct the rip rap apron shall be included in this bid item. WASTE SITES: It shall be the contractor's responsibility to provide waste areas or disposal sites for excess material (excavated material or broken concrete) which is not desirable to be incorporated into the work involved on this project. No payment for overhaul will be allowed for material hauled to these sites. No material shall be placed within the right of way, unless specifically stated in the plans or approved by the Engineer. 33 GABION MAT: Bid item includes the installation of gabion mat at outlet of detention structure. See plan sheet D.1 and D.3 for additional information. EXISTING STORM SEWER REMOVAL: Existing storm sewer that is designated to be removed shall be removed only when the construction has progressed to that location. Drainage shall be maintained at all times. MODULAR BLOCK RETAINING WALL: Bid item includes the placement of modular block retaining walls at alcoves for the pond. The type of block shall be kingstone pattern. See Technical Specification on Modular Block Retaining Wall for more information. See plan sheets B.2, D.3, and D.4 for additional information. OUTLET STRUCTURE: Bid item includes all tools, equipment, materials, and labor to construct outlet struction as per plan sheets. See detail sheet B.1 and plan sheets D.1 and D.3 for additional information. All exposed surfaces shall be textured using SPEC Form Liners #11 Dry Stack Fieldstone. AGGREGATE, ALCOVE BASE: Bid item includes aggregate for the bottom of the alcoves in the pond. Bid item shall be IDOT aggregate gradation no. 5. Placement shall be 6 thickness of aggregate. Coordination with Parks Department to pick up and place field stone boulders in alcoves and over gabion basket mat shall be incidental to this bid item. Follow Parks Department directions for location of field stone boulders. TREE PROTECTION FENCE: TREE TRUCK PROTECTION: See R sheets for proposed locations of tree protection fence and tree trunk protection. Refer to the Supplemental Specification for Tree Protection in the contract documents. TRAFFIC SIGNS: The contractor shall not remove any City of Des Moines traffic control signs. If a sign must be removed for any phase of construction, it will be removed, relocated and reset, upon notification from the contractor, by personnel from the City of Des Moines. DISPOSAL OF BITUMINOUS MATERIAL: Unless otherwise directed or authorized, all asphaltic cement concrete and other bituminous materials which are not specifically addressed or described in the plans shall become the property of the contractor. The contractor in accordance with current rules and regulations of the Iowa Department of Natural Resources may: 1. With the approval of the engineer, blend or otherwise process the material for use with shoulder or special backfill aggregate, for use on the project. 2. With the approval of the engineer, place with material in areas designated by the engineer as soil aggregate subbase without extra charge. 3. Remove the material from the project and stockpile for the contractor's future use. SCHEDULE: The Contractor shall provide a schedule to the City's Project Engineer 7 calendar days prior to construction in order to assist in project tracking. The Contractor shall keep engineer updated as the schedule changes. EROSION PROTECTION: Keep dirt and debris deposited by construction activities off of adjacent roadway and sidewalks. Use all means necessary to control dust spreading from all work and staging areas. Dust control measures shall be in accordance with applicable specifications, and shall be incidental. T:\ENG\Design\11\18\005\Drawings\Plan Shts\C-Sheets.dgn 04-OCT18 16 (5) 3-31 ESTIMATE REFERENCE NOTES & GENERAL NOTES ZLE AJC ZLE NOTES SHEET C.2 FILE NO

9 T:\ENG\Design\11\18\005\Drawings\Plan Shts\C-Sheets.dgn 04-OCT18 14:12 (5) 3-31 TABULATIONS ZLE AJC ZLE NOTES SHEET C.3 FILE NO

10 F.O.T. FO bandoned E T:\ENG\Design\11\18\005\Drawings\Plan Shts\D-Sheets.dgn 04-OCT18 12: bandoned A d Abandone A d Abandone bandoned Abandone A d (5) 3-31 SHEET ZLE AJC FILE NO. ZLE NOTES 1800 Abandoned Abandoned 18 TR 12 TR 10 TR TR TR 8 TR 8 TR 8 TR 6 6 TR TR 6 TR 12 TR 6 TR STMH 10 TR SSMH 15 TR 6 TR 12 TR 12 TR 10 TR 12 TR 10 TR 12 TR 12 TR 8 TR 6 TR 6 TR 8 TR 10 TR 10 TR 8 TR 8 TR 12 TR STMH 8 TR 10 TR 10 TR 8 TR 6 TR 6 TR 6 TR 10 TR 8 TR 10 TR 8 TR 8 TR 10 TR 15 TR SSMH WATER LEVEL 6 THICK PCC PAVEMENT WITH MODIFIED SUBBASE DETENTION OUTLET STRUCTURE EXISTING SURFACE GABION MAT PROPOSED DREDGED SURFACE 1 = 80' SW 9TH ST EXISTING SURFACE WATER LEVEL PROPOSED DREDGED SURFACE POND PLAN & PROFILE D BANCROFT ST 8+00 N

11 T:\ENG\Design\11\18\005\Drawings\Plan Shts\D-Sheets_Zach.dgn 04-OCT18 12: TR 6 TR 6 TR 6 TR 8 TR 10 TR 8 TR 10 TR 15 TR 8 TR 6 TR 8 TR 12 TR 10 TR 6 TR 10 TR STMH 12 TR 8 TR 12 TR 12 TR 12 TR 10 TR 8 TR 6 TR 6 TR 8 TR 10 TR 10 TR 8 TR 8 TR TR 12 TR 6 6 TR TR 6 TR 12 TR 10 TR 10 TR 10 TR TR 8 TR 8 TR 8 TR 6 TR 12 TR TR 12 TR 10 TR 10 TR 8 TR 15 TR GRADING LIMITS MH-1 P-1 P-2 RIP RAP APRON APRON FOOTING RIP RAP APRON 1 = ' 0 TWIN 1.0% P-1, P-2 RIM = REMOVE EXISTING TWIN OUTLET PIPES TO MH-1 MH % SSMH (5) GRADING LIMITS STUMP STUMP 8 ZLE AJC ZLE OUTLET PLAN & PROFILE SHEET D.2 FILE NO N INT-1 CONNECT TO EXISTING STORM BOX INT-1 STMH STMH NOTES

12 T:\ENG\Design\11\18\005\Drawings\Plan Shts\D-Sheets.dgn 04-OCT18 19 ZLE ZLE AJC FILE NO. SHEET NOTES (5) bandoned A d Abandone bandoned A d Abandone bandoned A d Abandone D.3 GRADING PLAN ALCOVE ALCOVE SW 9TH STREET 1 = ' 0 N PAVEMENT 6 PCC LIMITS GRADING LIMITS GRADING WALL NO. 1 RETAINING MH-2 WALL NO. 2 RETAINING GABION MAT STRUCTURE OUTLET DETENTION LIMITS GRADING LIMITS GRADING

13 F.O.T. 57 E T:\ENG\Design\11\18\005\Drawings\Plan Shts\D-Sheets.dgn 04-OCT18 12: (5) 3-31 STMH 10 TR STMH SSMH ZLE AJC ZLE NOTES SHEET D.4 FILE NO TR TR TR 8 TR 8 TR 8 TR 6 TR 12 TR 12 TR 6 6 TR TR 6 TR 12 TR 12 TR 12 TR 12 TR 8 TR 6 TR 6 TR 8 TR 10 TR 8 TR 8 TR 10 TR 8 TR 6 TR 6 TR 6 TR 6 TR 8 TR 10 TR 8 TR SSMH 10 TR 10 TR 10 TR 12 TR 10 TR 10 TR 15 TR Abandoned Abandoned 57 FO Abandoned N WALL NO. 2 RETAINING GRADING LIMITS GRADING LIMITS RETAINING WALL NO. 3 SW 9TH STREET 1 = ' 0 ALCOVE P INT BANCROFT STREET GRADING PLAN GRADING LIMITS P-1 MH-1 P-2 57 GRADING LIMITS

14 T:\ENG\Design\11\18\005\Drawings\Plan Shts\D-Sheets_Zach.dgn 04-OCT18 12: N SSMH 12 TR STMH 10 TR 15 TR INT-2 GRADING LIMITS P-1 MH-1 P-2 P-3 (5) TR 12 TR 10 TR 10 TR 8 TR 8 14 SSMH 14 6 TR 12 6 TR TR 10 TR 10 8 TR 8 TR 10 TR 12 SSMH 12 TR 8 TR 12 TR 12 TR 12 TR 8 TR 6 TR 6 TR 8 TR 8 10 TR 10 TR 8 TR 8 TR 10 TR 10 TR 8 TR 6 TR 6 TR 6 TR 6 TR MH TR TR TR 12 8 TR 8 TR 8 TR 6 TR 12 TR 12 TR 6 6 TR TR 6 TR 12 TR 10 TR 10 TR 10 TR 8 TR RIP RAP APRON STUMP STUMP GRADING LIMITS GRADING LIMITS INT-1 1 = ' 0 GRADING PLAN STMH ZLE AJC ZLE SHEET D.5 FILE NO SSMH STMH NOTES

15 TRAFFIC CONTROL NOTES: SIGN LEGEND Local traffic to adjacent properties shall be maintained as per SUDAS Section 1070, Part 2 - Responsibilities to the Public. All traffic control signs shall be the contractor's responsibility. 1 The contractor shall coordinate traffic control with other projects in the area if necessary. Plans. Traffic control shall be in accordance with IDOT Standard Road Engineer shall approve traffic control installed for each location. For additional information, refer to the 09 Manual on Uniform Traffic Control 2 ROAD CLOSED ROAD CLOSED AHEAD Devices. AS OM TH CK BE RD R11-2 The lump sum bid item for Traffic Control shall include all costs for traffic control measures during construction for this project. X All traffic control devices W-3 shall be furished, erected, maintained, and removed by the contractor. LIMITS X Traffic control devices, procedures, layouts, signing, and pavement markings installed within the limits of the project shall conform to the Manual on Uniform Traffic Control Devices for Streets and Highways as adopted by the Iowa BA NC RO FT SYMBOL LEGEND Department of Transportation per 761 of the Iowa Administrative Code (IAC) Chapter 1. TEMPORARY TRAFFIC SIGN All traffic control signs shall be placed a minimum of two (2) feet clear of the TYPE III BARRICADE ST 2 back of curb or outside edge of shoulder where possible. All road closure barricades shall be installed by the contractor and approved by the engineer prior to closing the road. All signs shall be post mounted unless noted or otherwise approved by the engineer. 1 Proposed sign spacing may be modified, as approved by the engineer, to meet existing field restrictions, or to prevent obstruction of the motorist's view of permanent signing. Proposed changes in the traffic control plans shall be reviewed with the engineer before changes are made. LIMITS The layout does not include all barricades as may be required by the Manual on Uniform Traffic Control Devices. All Stop and other regulatory signs shall not be disturbed. Permanent signing that conveys a message contrary to the message of the temporary signing not appicable to the working conditions shall be covered by the contractor as approved by the engineer. If the contractor and engineer determine a sign must personnel from the City of Des Moines. 9TH ST be removed for any phase of construction it shall be removed and relocated by The contractor shall notify Mark Dakovich, at (5) 8-19 a minimum of two business days in advance for sign removal, relocation, and reset. Work shall be completed by city personnel only. MACRAE PARK SW Any temporary regulatory signs are to be provided, located, and maintained by the contractor. All contractor furnished traffic control and fixed, post mounted, traffic control signs used on this project shall be sheeted with high-visibility prismatic reflective sheeting (Type III or higher). Type C steady burn warning lights are not required for vertical panels, barricades, and drums when these traffic control devices are sheeted with high-visibility prismatic reflective sheeting (Type III or higher). The contractor shall properly clean all surfaces and eliminate all unsafe conditions prior to removing traffic control devices. The contractor shall furnish the engineer with names and telephone numbers of individuals responsible for the maintenance of traffic control devices and signing. The individual(s) shall be available for corrective action hours a day, 7 day a week. 1 The contractor shall notify the engineer of street or lane closure two (2) weeks prior to the closure. A CMS shall be placed as shown in the plan one (1) week prior to closure of the roadway. The contractor shall coordinate closure with the engineer to ensure the above deadlines are acheived. Staging area will be allowed along the closed portion of the roadway. 2 No staging of materials or equipment will be allowed in the park off of paved surfaces. C M S Pedestrian Traffic Control: Pedestrian path closure barricades shall be placed at the beginning and end of sidewalk construction areas within each stage. Barricades shall be placed regardless of whether an existing paved path is present or not. DAVIS AVE Method of Measurement and Basis of Payment: No field measurement shall be made for the traffic control bid item. The ZLE T:\ENG\Design\11\18\005\Drawings\Plan Shts\D-Sheets_Zach.dgn 04-OCT18 16: AJC ZLE NOTES 1800 contractor shall be paid the lump sum bid amount for traffic control (5) 3-31 TRAFFIC CONTROL PLAN & NOTES SHEET J.1 FILE NO

16 FULL DEPTH PATCH N 0+00 P-3 CONNECT TO EXISTING INTAKE INT SSMH EX. INTAKE CONNECT TO EXISTING INTAKE INT-2 P %.61 REMOVE TOP OF EXISTING INTAKE FILL EXISTING INTAKE WITH FLOWABLE 1 = ' T:\ENG\Design\11\18\005\Drawings\Plan Shts\D-Sheets_Zach.dgn 04-OCT18 13: (5) 3-31 STORM SEWER PLAN & PROFILE ZLE AJC ZLE NOTES SHEET M.1 FILE NO

17 MH-2 SW 9TH STREET N 1 = ' T:\ENG\Design\11\18\005\Drawings\Plan Shts\D-Sheets_Zach.dgn 04-OCT18 13: 0 10 (5) 3-31 SCICLONE MANHOLE PLAN ZLE AJC ZLE NOTES SHEET M.2 FILE NO

18 TREE PROTECTION FENCE TREE PROTECTION FENCE SHALL BE INSTALLED PRIOR TO ANY WORK BEING STARTED OR COMPLETED ON THE. EQUIPMENT OR MATERIALS SHALL NOT BE PARKED OR STAGED UNDER THE DRIPLINE OF RETAINED TREES, AS DEFINED THE OUTERMOST CIRCUMFERENCE OF A TREE CANOPY WHERE WATER DRIPS FROM AND ONTO THE GROUND. SEE TREE PROTECTION SUPPLEMENTAL SPECIFICATION. INSTALL TREE TRUNK PROTECTION REMOVE HEADWALL BID ITEM 10 REMOVE CULVERTS BID ITEM 10 REMOVE HEADWALL BID ITEM 10 IF EQUIPMENT OR MATERIALS IS FOUND STORED IN DRIPLINE OF TREES, THE CONTRACTOR WILL BE CHARGED DAMAGES AS NOTED IN THE SUPPLEMENTAL SPECIFICATION. Abandoned E REMOVE RETAINING WALL BID ITEM 10 A d Abandone bandoned A d Abandone bandoned INSTALL TREE TRUNK PROTECTION A d Abandone bandoned INSTALL TREE TRUNK PROTECTION PROTECT STORM OUTLET GRADE TO DRAIN (INCIDENTAL) INSTALL TREE TRUNK PROTECTION INSTALL TREE TRUNK PROTECTION INSTALL TREE TRUNK PROTECTION INSTALL TREE TRUNK PROTECTION INSTALL TREE TRUNK PROTECTION SW 9TH STREET REMOVE SECTION OF PIPE TO INSTALL MH-2 N 1 = ' T:\ENG\Design\11\18\005\Drawings\Plan Shts\D-Sheets_Zach.dgn 04-OCT18 16: 0 25 (5) 3-31 REMOVALS ZLE AJC ZLE NOTES SHEET R.1 FILE NO

19 F.O.T TR 12 6 TR TR 10 TR 6 TR T:\ENG\Design\11\18\005\Drawings\Plan Shts\D-Sheets_Zach.dgn 04-OCT18 16:27 FO Abandoned 15 TR Abandoned E 10 TR 8 TR 10 TR 10 TR 6 TR 6 TR 8 TR 6 TR 6 TR 6 TR 8 TR 10 TR 10 TR 8 TR 8 TR 12 TR 10 TR 10 TR 8 TR 6 TR 6 TR REMOVE STORM OUTLET INSTALL TREE TRUNK PROTECTION INSTALL TREE TRUNK PROTECTION REMOVE STORM PIPE AS NEEDED (INCIDENTAL) 12 TR 8 TR 12 TR 6 6 TR TR 6 TR 12 TR 10 TR 10 TR 12 TR ABANDON PIPE 6 TR 12 TR PIPE REMOVE INTAKE TOP ABANDON ABANDON PIPE 12 TR 8 TR N TR TR TR TR 8 TR 8 TR 18 TR 12 TR 10 TR 10 TR EXPOSE PIPE TO ENSURE PIPE FULLY FILLED FOR ABANDONMENT 8 TR BANCROFT STREET TREE PROTECTION FENCE TREE PROTECTION FENCE SHALL BE INSTALLED PRIOR TO ANY WORK BEING STARTED OR COMPLETED ON THE. EQUIPMENT OR MATERIALS SHALL NOT BE PARKED OR STAGED UNDER THE DRIPLINE OF RETAINED TREES, AS DEFINED THE OUTERMOST CIRCUMFERENCE OF A TREE CANOPY WHERE WATER DRIPS FROM AND ONTO THE GROUND. SEE TREE PROTECTION SUPPLEMENTAL SPECIFICATION. IF EQUIPMENT OR MATERIALS IS FOUND STORED IN DRIPLINE OF TREES, THE CONTRACTOR WILL BE CHARGED DAMAGES AS NOTED IN THE SUPPLEMENTAL SPECIFICATION. PAVEMENT REMOVAL FOR FULL DEPTH PATCH REMOVE PIPE REMOVE PIPE REMOVE HEADWALL BID ITEM 9 1 = ' TR 8 TR (5) 3-31 SW 9TH STREET MH STUMP REMOVALS STUMP 12 8 ZLE AJC ZLE SHEET R.2 FILE NO MH THOMAS BECK ROAD NOTES

20 -.0' % -29.5' ' ' ' '.00.0'.73 7: ' '. 2.5% 1.5%. -7.9' % 6.0' '.67 7: ' % 9.6' % 7:1 21.6' T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 13: (5) 3-31 DETENTION CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.1 FILE NO A

21 -.3' '.17.2'.00.2' '.00 4:1 7:1-29.4' ' ' ' '.00 4:1 -.1'.00.7'. 4:1.1' :1.9' ' ' ' ' ' ' '.00 9:1 -.0' '.00.6' '.00.4'.00 4:1-14.7' ' -4.0' T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 13: (5) 3-31 DETENTION CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.2 FILE NO B

22 -65.8' ' % 8:1 -.8' % -25.2'.01.2'.00.8'.00.3' %.1'.00 4:1 8:1-13.8' ' % 8.9'.00 4: ' '. -.1' 4.1% 6.1% ' 4: ' '.00.8'..4' '.00.1'. 10:1 59.6' ' -61.7'.00 8:1 -.3'.33.3'.00.3'.00.8' :1 3.3% -.7' ' ' '.00.9' T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 13:57 (5) 3-31 DETENTION CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.3 FILE NO

23 -.3'.00.6' '.00.8'.00 4:1.5' ' 14.9' '.00 7:1 -.1'..2' 4: '. 7:1 4: ' % 8.8'.00 4:1.6'..4'.00 4:14:1.9'. 7: ' '. 9: T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 13: (5) 3-31 POND CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.4 FILE NO A

24 -.9' ' ' ' '.00.5' ' '..00.5' ' ' '.72.0' ' ' ' 5.2' ' T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 13: (5) 3-31 POND CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.5 FILE NO B

25 -29.6'.02.7'.00.2'.74 4:1-18.9'. 9.1% ' % 7.0'.00.0' 19.1'..00 8:1 4.2% 4.0%.6' 1: ' ' ' ' 16.1' '. 6.5%.7'.61.9' '.65.7' ' '.00 4:1.7' ' ' T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 13:59 (5) 3-31 POND CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.6 FILE NO C

26 -.8'.00.2'.00 8:1 -.5' ' -2.5' :1 15.8'.00.7'. 8: ' ' '. 8.3% ' 10.4' :1 21.9' % ' ' ' ' -0.2' ' % 25.8'.00 9:1.7'.57 2:1.3' % T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 14:00 (5) 3-31 POND CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.7 FILE NO D

27 79.6'. 91.1'. 9.2%7:1 -.0' ' ' '.00 7:1.00.0' '.00.9' %10:1 59.3' 1: '.00.4' '. 4:1 -.5'.61 9: '.00.4'.00.2' '.00.1' ' ' ' '.00.8'.27 10:1 4: T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 14:00 (5) 3-31 POND CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.8 FILE NO E

28 125.6' % 1.3' ' ' % -.0' '.00.0' %.3'. 63.9'.5' % 2.8% 3.6% 78.4'. 90.1'. 2.2% 100.8'.71 4: ' ' '.00 4: ' -61.5' ' % -.3' '.00.0'.00.0'.00 7:1.6'.96 2:1 3.8% 6.8% 67.8' '. 1.3% 2.5% 105.1' '.00 4:1 -.7'. -.8'. 7.3% '.00.1' % 6.2%.9' ' 69.8' % 3.7% T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 14:01 (5) 3-31 POND CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.9 FILE NO F

29 1.0'.23.9' '.27 4: ' % 117.4'.00 9:1 -.7' '.09 9:1.5'..57.1' 4.2' % 0.4% 15.1' % 10:1 27.6'.14.8'.. 9.0% 8.4%.3' ' % 5.6% 80.9' ' '.00 4:1 -.0' % -27.6' '.87 8: %.7' 18.5' % 9:1.4' % 57.3' 67.7'.05. 4:1 4:1 4:1 93.0' 78.8' % 9:1 1: ' % 1: ' '. -.0'.00.5'. 7:1 73.0' '. 3.0% 7:1 96.2' ' ' '. 6.6% '.00.3' 31.1' % 6.2%.7'.00 2:1 0.0% 108.8'.00 1: T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 14:02 (5) 3-31 POND CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.10 FILE NO G

30 -79.2' ' ' ' ' 71.9' :1 -.0' ' ' '. 21.5' '.00.1'.95 10:17.1% 2.4% 0.0% 2.5% 2.5% ' ' '.00 8:1 7:1 -.7' ' % 5.2%.0' 5.3' 16.9' % 7.0%.3'.69 9:1 79.0' 68.2' % 90.5' ' % 115.5'.00 4:1 4:1-69.7' ' '.00 8:1 -.6' ' ' ' %.7'.5' %.3' '. 10:1 10:1 9:1 6.6% 77.1' T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 14:03 (5) 3-31 POND CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.11 FILE NO H

31 -83.3' ' ' ' % 3.2% ' 11.9' ' % 79.0' 67.1' '.09 9:1 10:17.7% 4: ' '. -.1'.00 9:1 -.1' ' % -21.7' ' -9.7' 11.5' % 6.3%.2' ' % 6.7% 7.6% 8.2% 104.4' ' ' ' ' ' '.00 8:1 -.0' ' 15.8' 27.1'.7' 0.7' % 6.8% 4.0% 2.8% 1.6% 8.5% 8.7% T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 14:03 (5) 3-31 POND CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.12 FILE NO I

32 78.9'. -.2' ' ' '.17 8:1 9:1-23.9' ' -1.6' :1 1.8% 1.5% 21.4' 8.5'.. 3.5% 33.2'. 9:17:1.0'.8' % 7:1 2: ' % -63.8'. 81.9' ' ' 61.0' ' 7.7%.00 7:1-27.6' ' % '.08.8' 15.7' % 7.2% 7: '.00.4'.19.3' ' ' '. -.4' % -21.6' %.7' 19.8' %.2'.76 8:1 7:1 8.8% T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 14:04 (5) 3-31 POND CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.13 FILE NO J

33 .7'..8' % 5.5% 4.8% 65.9' ' '. 4:1 4:1 -.8' ' ' 5.3' '.17 4: '. -.6' '.00 4:1 -.3' ' 5.1' % 0.9% 2.0%.4' 17.4' % 5.9% 5.1%.9' % 66.8'.00 2: ' ' ' % -.1' % ' % 2.9% 23.6'..63.0'.2'. 9.0% 5.6% 9.1% 7.4%.3' % 69.0'.00 2:1 80.5' ' T:\ENG\Design\11\18\005\Drawings\Plan Shts\W-Sheets.dgn 04-OCT18 14:06 (5) 3-31 POND CROSS SECTIONS ZLE AJC ZLE NOTES SHEET W.14 FILE NO

34 % 0.0% 9.0% 8' 1.6% T:\ENG\Design\11\18\005\Drawings\Plan Shts\X-Sheets.dgn 04-OCT18 15:01 (5) 3-31 OUTLET CROSS SECTIONS ZLE AJC ZLE NOTES SHEET X.1 FILE NO A

35 7: % 8' T:\ENG\Design\11\18\005\Drawings\Plan Shts\X-Sheets.dgn 04-OCT18 15:01 (5) 3-31 OUTLET CROSS SECTIONS ZLE AJC ZLE NOTES SHEET X.2 FILE NO B

36 % 8' T:\ENG\Design\11\18\005\Drawings\Plan Shts\X-Sheets.dgn 04-OCT18 15:01 (5) 3-31 OUTLET CROSS SECTIONS ZLE AJC ZLE NOTES SHEET X.3 FILE NO C

37 7:1 7: % 8' T:\ENG\Design\11\18\005\Drawings\Plan Shts\X-Sheets.dgn 04-OCT18 15:01 (5) 3-31 OUTLET CROSS SECTIONS ZLE AJC ZLE NOTES SHEET X.4 FILE NO D

38 8:1 8: % 8' T:\ENG\Design\11\18\005\Drawings\Plan Shts\X-Sheets.dgn 04-OCT18 15:01 (5) 3-31 OUTLET CROSS SECTIONS ZLE AJC ZLE NOTES SHEET X.5 FILE NO E

39 9:1 9: % 8' T:\ENG\Design\11\18\005\Drawings\Plan Shts\X-Sheets.dgn 04-OCT18 15:01 (5) 3-31 OUTLET CROSS SECTIONS ZLE AJC ZLE NOTES SHEET X.6 FILE NO F

40 10:1 10:1 10: % 8' T:\ENG\Design\11\18\005\Drawings\Plan Shts\X-Sheets.dgn 04-OCT18 15:01 (5) 3-31 OUTLET CROSS SECTIONS ZLE AJC ZLE NOTES SHEET X.7 FILE NO G

41 7:1 10: % 0.0% 1.3% 8' 8:1 6.6% T:\ENG\Design\11\18\005\Drawings\Plan Shts\X-Sheets.dgn 04-OCT18 15:01 (5) 3-31 OUTLET CROSS SECTIONS ZLE AJC ZLE NOTES SHEET X.8 FILE NO H

42 % T:\ENG\Design\11\18\005\Drawings\Plan Shts\X-Sheets.dgn 04-OCT18 15:01 (5) 3-31 OUTLET CROSS SECTIONS ZLE AJC ZLE NOTES SHEET X.9 FILE NO

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

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

BID TABULATION REPORT McKINNEY STREET DRAINAGE IMPROVEMENTS PROJECT No. PWDR10012 BID OPENED : TUESDAY, AUGUST 13, :00 P.M.

BID TABULATION REPORT McKINNEY STREET DRAINAGE IMPROVEMENTS PROJECT No. PWDR10012 BID OPENED : TUESDAY, AUGUST 13, :00 P.M. PAVING IMPROVEMENTS McKINNEY 101 Rightofway Preparation LS 1 75,000.00 75,000.00 200,000.00 200,000.00 67,000.00 67,000.00 110,000.00 110,000.00 102 12inch HMAC Street Pulvermix SY 11,650 3.00 34,950.00

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

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

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

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

ADDENDUM #2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18

ADDENDUM #2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18 November 29, 2018 ADDENDUM 2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18 Q1. Do contractors not need to be on the Watershed Improvements Pre-Qualifications List to submit on the RP031-18 Watershed

More information

BID ITEM ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. QUANTITY UNIT ITEM COST COST COST COST COST COST

BID ITEM ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. QUANTITY UNIT ITEM COST COST COST COST COST COST PAGE 1 BID OPENING: AUGUST 11, 2011 ENGINEER'S ESTIMATE: $3,108,320.60 CONTRACT NO.110269 SABINO CANYON AND TANQUE VERDE INTERSECTION IMPROVEMENTS *FOR A MORE DETAILED ITEM DESCRIPTION* *REFER TO PROPOSAL

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

Ohio Department of Transportation Official Bid Tabulation Jolene M. Molitoris, Director

Ohio Department of Transportation Official Bid Tabulation Jolene M. Molitoris, Director Ohio Department of Transportation Official Bid Tabulation Jolene M. Molitoris, Director Project No. 100281 PID 77255 LUC-IR-475-14.18 Federal Type: MAJOR RECONSTRUCTION Letting Date: 6/3/2010 Completion

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

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

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS Engineering Division PROJECT NO INCA STREET MULTI-USE PATH 38 TH AVE. TO 43 RD AVE.

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS Engineering Division PROJECT NO INCA STREET MULTI-USE PATH 38 TH AVE. TO 43 RD AVE. 201-00000 Clearing and Grubbing 1 LS 202-00010 Removal of Tree 9 EA 202-00019 Removal of Inlet 8 EA 202-00034 Removal of Pipe (6 Inch) 196 LF 202-00035 Removal of Pipe (18 Inch) 10 LF 202-00036 Removal

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

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 110146 PID 82278 HAM-IR-75-5.58 Federal Type: INTERCHANGE Letting Date: 5/5/2011 Completion Date: 7/31/2014 Contract

More information

Federal Project No.: STP-5128(388)

Federal Project No.: STP-5128(388) Order : M48 Schedule of Items Page: 2 Oversight/State Project : (NFO) 0460-129-105, C501 Federal Project : STP-5128(388) 0010 513 00100 0020 517 00101 MOBILIZATION CONSTRUCTION SURVEYING (CONSTRUCTION)

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

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

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

Federal Project No.: HSIP-5A27(567)

Federal Project No.: HSIP-5A27(567) Order : A11 Schedule of Items Page: 2 Oversight/State Project : (NFO)0001-020-S82,C501 Federal Project : HSIP-5A27(567) 0010 513 00100 0020 517 00101 MOBILIZATION LUMP SUM LUMP SUM CONSTRUCTION SURVEYING

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

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

(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

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

Bid Tabulation City of Coralville RE-BID Coral Ridge Ave, Phase II - Oakdale Blvd to Forevergreen Rd City of Coralville, IA Engineer's OPC

Bid Tabulation City of Coralville RE-BID Coral Ridge Ave, Phase II - Oakdale Blvd to Forevergreen Rd City of Coralville, IA Engineer's OPC , IA - 2017 DIVISION 1 - GENERAL 1.01 TRAFFIC CONTROL LS 1 $50,000.00 $50,000.00 $30,000.00 $30,000.00 $24,500.00 $24,500.00 $24,500.00 $24,500.00 $24,500.00 $24,500.00 DIVISION 2 - EARTHWORK 2.01 CLEARING

More information

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 140123 PID 82645 LOR- SR 0057 19.42 Federal Type: INTERCHANGE Letting Date: 4/17/2014 Completion Date: 7/15/2016

More information

CP #CP218 NAIL SOFT GROUND N= E= ELEV= GUY WIRE. + WV CP #CP175 Old Magnail N= E= ELEV=858.

CP #CP218 NAIL SOFT GROUND N= E= ELEV= GUY WIRE. + WV CP #CP175 Old Magnail N= E= ELEV=858. O R IG IN A T O R : C IT Y OF M A D IS O N, S T R E E T S DIV IS IO N 805 4906 802 813 4910 821 825 DELAWARE LN 1 2 3 EROSION CONTROL MEASURES SHALL BE IN PLACE PRIOR TO ANY OTHER CONSTRUCTION ACTIVITY

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

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

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

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

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

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

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

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

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

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. 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

PERMANENT RESIDENTIAL UNDERGROUND SERVICE

PERMANENT RESIDENTIAL UNDERGROUND SERVICE CITY OF RICHLAND ENERGY SERVICES DEPARTMENT 505 Swift Boulevard, MS-21 Richland, WA 99352 Telephone (509) 942-7403 Fax (509) 942-7405 PERMANENT RESIDENTIAL UNDERGROUND SERVICE A. INTRODUCTION This guide

More information

METRO Magnolia Transit Center - Bid Tab

METRO Magnolia Transit Center - Bid Tab Section A - GENERAL ITEMS A-1 01505 Mobilization LS 1 $ 100,000.00 $ 100,000.00 A-2 -- Payment and Performance Bonds LS 1 A-3 01310 Document Control LS 1 A-4 01311 CPM Schedule LS 1 A-5 01590 Engineer's

More information

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity 202-00001 Removal of Structure 24 EA 202-00019 Removal of Inlet 24 EA 202-00195 Removal of Median cover 930 SY 202-00200 Removal of Sidewalk 1,188 SY 202-00201 Removal of Curb Head 273 LF 202-00203 Removal

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

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

San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS

San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS 834.1 DESCRIPTION: This item shall consist of fire hydrant installations using joint restraints in accordance

More information

CONTRACTOR'S REQUEST FOR PAYMENT CHASKA VETERANS PARK IMPROVEMENTS STANTEC PROJECT NO

CONTRACTOR'S REQUEST FOR PAYMENT CHASKA VETERANS PARK IMPROVEMENTS STANTEC PROJECT NO Owner: City of Chaska, 1 City Hall Plz., Chaska, mn 55318 Date: December 12, 2017 For Period: 12/1/2017 to 1/31/2018 Request No: 1 Contractor: Blackstone Contractors, LLC, 9520 County Rd. 19, Ste. D, Loretto,

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

San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS

San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS 834.1 DESCRIPTION: This item shall consist of fire hydrant installations using joint restraints in accordance

More information

Grays Ferry Cost Estimate Breakdown Budgetary Numbers for Machinery Drive Options 10 Nov 14

Grays Ferry Cost Estimate Breakdown Budgetary Numbers for Machinery Drive Options 10 Nov 14 Grays Ferry Cost Estimate Breakdown Budgetary Numbers for Machinery Drive Options 10 Nov 14 Hardesty & Hanover, LLC Alternative 1 Bogie Support System Alternative Based on AW Sketch of New Bridge Component

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

MoDOT 2016 UNIT BID PRICES Northwest District

MoDOT 2016 UNIT BID PRICES Northwest District MoDOT 2016 UNIT BID PRICES Northwest District 2013000 CLEARING AND GRUBBING ACRE 7.95 20 1926.49132 20000 1 159 2022010 REMOVAL OF IMPROVEMENTS L.S. 1.00 56 24479.13304 201719 750 56 2024043 REMOVAL OF

More information

ORDINANCE NO

ORDINANCE NO ORDINANCE NO. 07-5424 AN ORDINANCE OF THE CITY OF BILLINGS, PROVIDING THAT THE BILLINGS, MONTANA CITY CODE BE AMENDED BY REVISING SECTION 6-1208; PROVIDING CHANGES TO CERTAIN CURB CUT LENGTHS AND REGULATIONS.

More information

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity 202-00019 Removal of Inlet 15 EA 202-00035 Removal of Pipe 121 LF 202-00200 Removal of Sidewalk 1,057 SY 202-00203 Removal of Curb and Gutter 2,142 LF 202-00206 Removal of Concrete Curb Ramp 320 SY 202-00207

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

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

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

Bid Summary Still Creek Wastewater Improvements Phase III City Job No. 411-D November 21, 2013

Bid Summary Still Creek Wastewater Improvements Phase III City Job No. 411-D November 21, 2013 Bid Summary Still Creek Wastewater Improvements Phase III City Job No. 411-D4-1102 November 21, 2013 Doughtie Construction Co., Elliott Construction Dudley Construction Ltd. SUBTOTAL GENERAL ITEMS : $191,713.00

More information

City of Grand Island Tuesday, February 13, 2018 Council Session

City of Grand Island Tuesday, February 13, 2018 Council Session City of Grand Island Tuesday, February 13, 2018 Council Session Item G-7 #2018-34 - Approving Certificate of Final Completion for the Construction of North Interceptor Phase I; Project No. 2012-S-6 Staff

More information

SECTION 17 FIRE HYDRANT ASSEMBLIES General

SECTION 17 FIRE HYDRANT ASSEMBLIES General SECTION 17 FIRE HYDRANT ASSEMBLIES 17-1.01 Scope 17-1 General This section describes the requirements for furnishing and installing as appurtenances to treated water mains. These requirements include the

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Shaw Brothers Construction, Inc. - Gorham, ME $659,771.50 R J Grondin & Sons - Gorham, ME $690,828.50 Gendron & Gendron - Lewiston, ME $753,187.00 Gordon Contracting - Sangerville,

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

Project # & Name: # CDBG - Pugh Street Streetscape - East College Ave to East Beaver Ave & East Beaver Ave/Locust Lane Improvements

Project # & Name: # CDBG - Pugh Street Streetscape - East College Ave to East Beaver Ave & East Beaver Ave/Locust Lane Improvements Bid Opening Date: May 6, 2014 Time: 11:00 a.m. Surety NCA Surety NCA Yes Yes Yes Yes Total Amount Bid: $1,358,851.00 Total Amount Bid: $1,386,098.72 Item Nos. Approx. Quantities Unit Item & Unit Prices

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

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

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

CENTENNIAL PARK EXPANSION

CENTENNIAL PARK EXPANSION 2 working days CITY ELKO EXISTING LEGEND PROPOSED CENTENNIAL PARK EXPANSION SEET LIGHT POWER POLE ELECICAL BOX 1-800-227-2600 AVOID CUTTING UNDERGROUND UTILITIES WATER VALVE GAS VALVE FIRE HYDRANT OWNER/DEVELOPER:

More information

2016 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR 2016 ENGLISH

2016 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR 2016 ENGLISH Page 1 2016 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR 2016 ENGLISH ITEM ITEM DESCRIPTION UNITS N TOTAL QUANTITY AVERAGE PRICE 106.05100 FIELD LABORATORY

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

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

STANDARD DRAWING INDEX

STANDARD DRAWING INDEX ATTACHMENT B STANDARD DRAWING INDEX DESCRIPTION EXISTING DRAWING NO. GENERAL Typical Layout for Improvement Plans City of Stockton Standard Border and Title Block for 8 1/2 x11 Sheet City of Stockton Standard

More information

For Conduit Inspections

For Conduit Inspections Underground Conduit Standards - Table of Content 5/8/2017 Section S22 Underground Conduit Standard Index: Description: 00 Table of Content 01 General Notes 02 Definition of Terms 03 Primary Riser Conduit

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

WHITE OAK RIDGE PROJECT NO. 53B2384 D-1 DETAIL STANDARD NOTES AND TYPICAL SECTION CITY OF MADISON

WHITE OAK RIDGE PROJECT NO. 53B2384 D-1 DETAIL STANDARD NOTES AND TYPICAL SECTION CITY OF MADISON WHITE OAK RIDGE D-1 DETAIL STANDARD NOTES AND TYPICAL SECTION ORIGINATOR:, STREETS DIVISION REV. DATE: PLOT NAME: PLOT SCALE: THE LOCATION AND INFORMATION FOR PROPOSED NEW TREES, IN THE PUBLIC RIGHT OF

More information

Date: 04/20/2018 City Project No.: Addendum No.: 4. The following changes shall be made to the project plans and specifications:

Date: 04/20/2018 City Project No.: Addendum No.: 4. The following changes shall be made to the project plans and specifications: DEVELOPMENT SERVICES PHONE: (209) 668-5520 ENGINEERING DIVISION FAX: (209) 668-5563 156 S. BROADWAY, SUITE 150 TDD: (800) 735-2929 TURLOCK, CA 95380 engineering@turlock.ca.us Date: 04/20/2018 City Project

More information

CHAPTER 140 DRIVEWAYS

CHAPTER 140 DRIVEWAYS CHAPTER 140 DRIVEWAYS 140.01 Purpose 140.10 Driveway Location 140.02 Definitions 140.11 Driveway Maintenance 140.03 Driveway Construction 140.12 Failure To Maintain 140.04 Driveway Surfaces 140.13 Permit

More information

Licensed Class C Virginia Contractor No.

Licensed Class C Virginia Contractor No. month period is seven hundred and fifty thousand dollars (750,000) or more, the Bidder is required under Title 54.11100, Code of Virginia (1950), as amended, to be licensed by the State Board of Contractors

More information

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 180573 PID 93496 FRA-IR 71-01.53 Federal Type: BRIDGE REPLACEMENT (2 BRIDGES) Letting Date: 12/20/2018 Completion

More information

Maine Turnpike Authority

Maine Turnpike Authority Interchange 44 Barrier Toll Plaza Open Road Tolling Conversion Mile 44.3 201.11 CLEARING 3.50 AC 202.071 REMOVING ASBESTOS CONTAINING MATERIALS, TOLL BOOTH LAB TOPS 1.00 LS 202.081 REMOVING EXISTING BUILDING

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

2017 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR ENGLISH (10)

2017 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR ENGLISH (10) 106.05100 FIELD LABORATORY EA 33 33.00 $12,605.17 201.03201 CLEARING AND GRUBBING ACRE 2 76.00 $1,269.74 201.03206 CLEARING TREES 6 in EA 1 53.00 $122.27 201.03210 CLEARING TREES 10 in EA 3 66.00 $227.33

More information

Special Specification 7010 Debris Removal and Disposal

Special Specification 7010 Debris Removal and Disposal Special Specification 7010 Debris Removal and Disposal 1. DESCRIPTION Provide emergency removal and disposal of debris from the highway right of way which is created by a hurricane or other type of natural

More information

PN 420-7/18/ SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS

PN 420-7/18/ SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS PN 420-7/18/2014 - SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS DESCRIPTION: The surface tolerance specification requirements are modified as follows for all mainline lanes and collector-distributor road

More information

2015 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR 2015 ENGLISH

2015 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR 2015 ENGLISH Page 1 2015 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR 2015 ENGLISH ITEM ITEM DESCRIPTION UNITS N TOTAL QUANTITY AVERAGE PRICE 106.05100 FIELD LABORATORY

More information

BID FORM PART A. Total Quantity 1 LS $ - 2a Surveying, Layout, and Field Staking 1 LS $ - 2b Maintenance of Traffic 1 LS $ -

BID FORM PART A. Total Quantity 1 LS $ - 2a Surveying, Layout, and Field Staking 1 LS $ - 2b Maintenance of Traffic 1 LS $ - BID FORM PART A Name & Category Unit Unit Cost (B) Cost (AxB) GENERAL REQUIREMENTS 1 Mobilization (Maximum 3.0% of the total Contract Price) 1 LS $ - 2a Surveying, Layout, and Field Staking 1 LS $ - 2b

More information

ENGINEERING & ENVIRONMENTAL

ENGINEERING & ENVIRONMENTAL 1-800-292-8989 www.iowaonecall.com CITY OF WEST BRANCH, IOWA THIS ENGINEERING DOCUMENT HAS BEEN REVIEWED BY THE JURISDICTION AND IS RECOMMENDED FOR FILING WITH THE CITY CLERK ENGINEERING & ENVIRONMENTAL

More information

Section 6H.01 Typical Applications

Section 6H.01 Typical Applications December 27, 2010 Draft Page 6H-1 Section 6H.01 Typical Applications Support: 01 Whenever the acronym TTC is used in this Chapter, it refers to temporary traffic control. 02 The needs and control of all

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

SUMMARY 3-0 BRADFORD ALBANY TOWNSHIP. 1 OF 1 P:\8417\ Bridge A\AT\Albany A.MDB 7/21/2014 7:32:31 AM REVISION NO COUNTY

SUMMARY 3-0 BRADFORD ALBANY TOWNSHIP. 1 OF 1 P:\8417\ Bridge A\AT\Albany A.MDB 7/21/2014 7:32:31 AM REVISION NO COUNTY 7/18/2014 - UCTURE REVISION NO REVISIONS DATE BY DIICT COUNTY ROUTE SECTION SHEET - SEE SPECIAL PROVISIONS SUMMARY 3-0 BRADFORD ALBANY TOWNSHIP T-410 4 OF 8 QUANTITY ITEM NO UNIT DESCRIPTION DESIGN NO

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

Oaks Commerce Center

Oaks Commerce Center Mansour Edlin Consulting 1515 Mockingbird Lane Charlotte, NC 28209 Oaks Commerce Center Water & Sanitary Sewer Improvements Phase I - Concept Utility Plan Gravity Sanitary Sewer A1 Connect to Existing

More information

HOUR TRAINING UNLOCKED HOUR SURVEY CREW UNLOCKED LUMP SUM CLEARING AND GRUBBING UNLOCKED FORCE ACCOUNT CLEARING AND

HOUR TRAINING UNLOCKED HOUR SURVEY CREW UNLOCKED LUMP SUM CLEARING AND GRUBBING UNLOCKED FORCE ACCOUNT CLEARING AND 1100050 HOUR TRAINING UNLOCKED 2000100 HOUR SURVEY CREW UNLOCKED 2010100 LUMP SUM CLEARING AND GRUBBING UNLOCKED 2010110 FORCE ACCOUNT CLEARING AND GRUBBING UNLOCKED 2010120 ACRE CLEARING AND GRUBBING

More information

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS TRAFFIC CONTROL STANDARDS

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS TRAFFIC CONTROL STANDARDS CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS TRAFFIC CONTROL STANDARDS Supplement to O.D.O.T. TRAFFIC ENGINEERING MANUAL November 26, 2013 Revisions to the June 22, 2011 edition are noted by a vertical line

More information

Revised DEC STATE OF OKLAHOMA GARFIELD COUNTY PUBLIC SERVICE/PIPELINE OWNER LINE INSTALLATION

Revised DEC STATE OF OKLAHOMA GARFIELD COUNTY PUBLIC SERVICE/PIPELINE OWNER LINE INSTALLATION Revised DEC. 2013 STATE OF OKLAHOMA GARFIELD COUNTY PUBLIC SERVICE/PIPELINE CROSSING LINE INSTALLATION Permit# We, the undersigned, hereby petition the Garfield County Board of Commissioners to grant a

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.: NHFP-081-1(346)

Federal Project No.: NHFP-081-1(346) Order : N27 Schedule of Items Page: 2 Oversight/State Project : (NFO)0081-098-778,B650-51,C501 Federal Project : NHFP-081-1(346) 0010 513 00100 0020 517 00101 MOBILIZATION CONSTRUCTION SURVEYING (CONSTRUCTION)

More information

DESIGN STANDARDS SECTION DS 3 STREETS

DESIGN STANDARDS SECTION DS 3 STREETS DESIGN STANDARDS SECTION DS 3 STREETS DS 3-01 GENERAL: A. INTENT: The intent of these Design Standards is to provide minimum standards for the design of public streets. These standards are intended to

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/02/2018

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/02/2018 TIFICATION OF ADDENDUM ADDENDUM. 1 DATED 1/02/2018 Control 0483-02-021 Project STP 2018(077) Highway SH 72 County MCMULLEN Ladies/Gentlemen: Attached please find an addendum on the above captioned project.

More information

DOES NOT INCLUDE STATE AID PROJECTS ALL ITEMS BETWEEN 01/01/10 AND 12/31/10 BY ITEM GROUP 211 CONTRACTS - AWARDED TOTAL: $649,895,273

DOES NOT INCLUDE STATE AID PROJECTS ALL ITEMS BETWEEN 01/01/10 AND 12/31/10 BY ITEM GROUP 211 CONTRACTS - AWARDED TOTAL: $649,895,273 AVERAGE BID PRICES FOR AWARDED PROJECTS 06:54 Friday, February 18, 2011 1 2011 2011.601/00003 CONSTRUCTION SURVEYING LS 9 $276 $30,713.33 9 2011.601/00010 VIBRATION MONITORING LS 2 $73 $36,700.00 2 2011

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

U:\0-PROJECT\Groton - sidewalk\main STREET\MAIN ST CONST-PLAN.dwg, 4/26/ :07:22 AM, AutoCAD PDF (General Documentation).pc3

U:\0-PROJECT\Groton - sidewalk\main STREET\MAIN ST CONST-PLAN.dwg, 4/26/ :07:22 AM, AutoCAD PDF (General Documentation).pc3 ' MIN 1.0% FROM STA 8+80 TO STA 9+0 STA 1+40 TO STA 11+00 STA 119+0 TO STA 10+4 CURB TYPE OVER H BINDER VARIED PROP.." H OVER 8" GRAVEL TYPE C 1:1. :1 PROP. GRANITE CURB TYPE VA, IN REVEAL OVER MIN. DEPTH

More information