CULINARY WATER PROJECT COST ESTIMATES & LOCATION MAPS. Appendix B
|
|
- Gladys Parrish
- 6 years ago
- Views:
Transcription
1 CULINARY WATER PROJECT COST ESTIMATES & LOCATION MAPS Appendix B
2 RIVERDALE CITY CAPITAL FACILITIES PLAN CULINARY WATER Engineer's Cost Estimate January 2009 Project Name: Culinary Water Reservoir - Tank Replacement Project Location: South of Ritter Drive Project Number: Project #1 Item Description Quantity Units Unit Price Amount 1. Mobilization 1 ls. $20, $20, Demolish and disposal of existing tanks 2 ea. $10, $20, Construct 1.5 million gallon tank 2 ls. $750, $1,500, Subtotal $1,540, Engineering and Construction Contingencies (20%) $308, Estimated Total for Improvements $1,848,000.00
3 RIVERDALE CITY CAPITAL FACILITIES PLAN CULINARY WATER January 2009 Project Name: Riverdale Road Water Line - Replacement Project Location: 550 West to North City Line Project Number: Project #2 Item Description Quantity Units Unit Price Amount 1. Replace water mains and cross overs 5,800 lf $ $835, Subtotal $835, Construction Contingencies $14, Estimated Total for Improvements $850,000.00
4 RIVERDALE CITY CAPITAL FACILITIES PLAN CULINARY WATER Engineer's Cost Estimate January 2009 Project Name: 5400 South - 16 " Transmission Pipeline Improvements Project Location: Reservoir to Distrubtion Pipelines Project Number: Project #3 Item Description Quantity Units Unit Price Amount 1. Mobilization 1 ls. $17, $17, Construct 16" ductile iron culinary water pipeline 1,300 lf. $85.00 $110, Connections to existing reservoir supply piping 1 ea. $1, $1, Installation of 16" diameter butterfly valves 4 ea. $4, $17, Connection to distrubution pipelines 1 ea. $1, $1, Railroad crossing permits and 22" diameter casing 120 lf. $ $40, Construct 10" ductile iron drain pipeline 650 lf. $53.00 $34, Connection of drain pipeline to de-silting vault 1 ls. $1, $1, Connection of drain pipeline to reservoir bypass pipe 1 ls. $1, $1, Construction of hillside anchors/cut-off blocks 5 ea. $ $4, Furnish trench backfill materials 450 tons $4.50 $2, Furnish bedding materials 865 tons $10.50 $9, Remove surface improvements - asphalt 600 lf. $4.75 $2, Roadway patching 380 sy. $19.50 $7,410.00
5 15. Landscaping & surface restoration 1 ls. $3, $3, Subtotal $255, Engineering and Construction Contingencies (20%) $51, Estimated Total for Improvements $306,100.00
6 RIVERDALE CITY CAPITAL FACILITIES PLAN CULINARY WATER Engineer's Cost Estimate January 2009 Project Name: 1700 West Street - Pipeline Upgrade Improvements Project Location: 1700 West Street Project Number: Project #4 Item Description Quantity Units Unit Price Amount 1. Mobilization 1 ls. $3, $3, Construct 8" ductile iron culinary water pipeline 560 lf. $42.50 $23, Connection to existing system 2 ea. $2, $4, Install 8" gate valve 2 ea. $1, $3, Install fire hydrant 2 ea. $3, $6, Furnish trench backfill materials 230 ton $4.50 $1, Furnish bedding materials 190 ton $10.50 $1, Remove surface improvements - asphalt 560 lf. $4.75 $2, Roadway patching 325 sy. $19.50 $6, Re-connect service laterals 6 ea. $ $2, Landscaping & surface restoration 1 ls. $2, $2, Subtotal $58, Engineering and Construction Contingencies (20%) $11, Estimated Total for Improvements $70,100.00
7 RIVERDALE CITY CAPITAL FACILITIES PLAN CULINARY WATER Engineer's Cost Estimate January 2009 Project Name: Waterline Connection with Weber Basin Project Location: 1500 West - Park & Ride Parking Area - South side Project Number: Project #5 Item Description Quantity Units Unit Price Amount 1. Mobilization 1 ls. $3, $3, Construct 12" ductile iron culinary water pipeline 250 lf. $63.75 $15, Connection to existing system 2 ea. $3, $7, Install 12" gate valve 2 ea. $3, $7, Install meter vault 1 ls. $35, $35, Furnish trench backfill materials 50 tons $4.50 $ Furnish bedding materials 80 tons $10.50 $ Landscaping & surface restoration 1 ls. $1, $1, Subtotal $70, Engineering and Construction Contingencies (20%) $14, Estimated Total for Improvements $84,800.00
8 RIVERDALE CITY CAPITAL FACILITIES PLAN CULINARY WATER Engineer's Cost Estimate January 2009 Project Name: 500 West Street - Pipeline Upgrade and Improvements Project Location: 4800 South Street to Highland Drive Project Number: Project #6 Item Description Quantity Units Unit Price Amount 1. Mobilization 1 ls. $21, $21, Connect new prv vault to existing waterline. 1 ea. $1, $1, Install PRV piping & vault, complete. 1 ea. $79, $79, Furnish gravel for vault bedding material. 40 tons $18.50 $ Furnish excavation backfill material. 20 tons $11.50 $ Remove existing excavation & prv materials. 1 ls. $2, $2, Remove asphalt roadway surface materials. 45 sy. $5.35 $ Install 8" thick roadbase material. 25 tons $24.50 $ Install 3" thick asphalt material. 10 tons $85.50 $ Remove & replace curb & gutter near vault. 30 lf. $22.50 $ Connect new waterline to prv vault. 1 ea. $1, $1, Install new 8" ductile iron culinary waterline. 2,235 lf. $42.50 $94, Install new 8" gate valves. 2 ea. $1, $3, Install fire hydrant and valve. 5 ea. $2, $11, Furnish gravel for pipe bedding material. 580 tons $14.50 $8,410.00
9 16. Furnish excavation backfill material. 1,160 tons $11.50 $13, Remove existing asphalt surface materials. 990 sy. $5.35 $5, Remove & install service lateral to meter. 16 ea. $ $15, Remove existing excavation materials. 1 ls. $2, $2, Install 8" thick roadbase material. 435 tons $24.50 $10, Install 3" thick asphalt material. 170 tons $85.50 $14, Subtotal $290, Engineering and Construction Contingencies (20%) $58, Estimated Total for Improvements $348,600.00
10
11
12
13
14
15
For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of
PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction and Invitations to Bidders, the undersigned
More informationEXHIBIT E SCHEDULE OF UNIT PRICES
SCHEDULE OF UNIT PRICES TO ACCOMPANY THE BID OF (Bidder/Contractor) ON CALL UTILITY SERVICES AND MISCELLANEOUS CONSTRUCTION FOR SEWER AND WATER LINES SOLICITATION NO.: IFB SA1703 Any bidder who enters
More informationWEST BENCH SUPPLY OPTIONS
WEST BENCH SUPPLY OPTIONS July 2011 Prepared for: Regional District of Okanagan Similkameen 101 Martin Street Penticton, BC V2A 5J9 Prepared by: FOCUS Corporation Suite 702, 1708 Dolphin Avenue Kelowna,
More informationDOCUMENT ADDENDA AND MODIFICATIONS
DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications
More informationMEMORANDUM TO THE INDUSTRY
MEMORANDUM TO THE INDUSTRY TO: FROM: All Builders, Developers, Engineers, Site Contractors, and Distributors Engaging in the Installation of Loudoun Water s Systems Huy Tran P.E., LEED AP, Manager of Land
More informationWest Bountiful City. Water System Capital Facilities Plan
Water System Capital Facilities Plan August 2008 TABLE OF CONTENTS 1.0 Executive Summary... 1 2.0 Definition of Terms and Abbreviations... 2 3.0 Introduction... 3 3.1 Background...3 3.2 Scope of Investigation...3
More informationSunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014
Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 1 of 7 Sunnyside Valley Irrigation District
More informationSPECIAL SPECIFICATION. Water and Sewer System and Appurtenances
2004 Specifications CSJ 2250-01-021, etc SPECIAL SPECIFICATION 5243 Water and Sewer System and Appurtenances 1. Description. This Item governs for the furnishing of all equipment, labor and materials to
More informationTOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK
TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK COST EVALUATION FOR ROLLING HILLS AREA WATER MAIN EXTENSION PROFESSIONAL CONSULTING, LLC. Octagon 10, Office Center 1719 Route 10, Suite 225 Parsippany,
More informationATTACHMENT 8 STIPULATED UNIT PRICES
ATTACHMENT 8 STIPULATED UNIT PRICES 1. Work Package Item Prices (2 pages) 2. General Description of Work Items (3 pages) PQOC SMALL SIDEWALK CONTRACTORS LIST STIPULATED UNIT PRICES City of Los Angeles
More informationThe Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.
1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,
More informationSample. Bid Proposal. Not Valid for Use
BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes
More informationAPPENDIX E. Cost Estimating Assumptions
E.1 OVERVIEW This appendix provides the assumptions used by West Yost Associates (West Yost) to estimate the construction costs for the planning and design of recommended water system facilities for the
More information33rd Street Outfall (Curtis to Lafayette) Schedule A
01-21.23.01 ALLOWANCE ACCOUNT - SEE PROJECT SPECIAL PROVISIONS Add'l Info: For coordination and installation of power supply to upgraded traffic signals at MLK and Downing and MLK and Marion. Please see
More informationCITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***
00005B *** *** BOLD ITALICIZED Item is bound within this specification manual. Regular non-italicized Item is not bound within this specification manual, however item is part of the contract. Contents
More informationPITTSBURGH TECHNOLOGY CENTER PUBLIC IMPROVEMENTS SITE PREPARATION CONTRACT NO. 11 BID TABULATION BID OPENING DATE: MARCH 11, 2008
BT-1 of 7 Clearing and Grubbing L.S. $50,000.00 $50,000.00 $5,335.00 $5,335.00 $14,560.00 $14,560.00 $20,000.00 $20,000.00 $10,600.00 $10,600.00 Class 1 Excavation 4300 C.Y. $20.00 $86,000.00 $15.00 $64,500.00
More informationAddendum No: 3 THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO.3. Closing Time: 2:00 P.M., December 18, 2018 Opening Time: 2:01 P.M., December 18, 2018
CITY OF WACO Purchasing Services Post Office Box 2570 Waco, Texas 76702-2570 254 / 750-8405 Fax: 254 / 750-8063 www.waco-texas.com Date: 12/18/2018 RFB No: 2018-078 Commodity: South 26 th Street Improvements
More informationPlease ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender.
No. 1 Project: 47th Ave Road Reconstruction Owner: District of Chetwynd Date: March 5, 2019 Ref. No.: 1320.0095.01 This Addendum is issued prior to Tender Closing Date, in accordance with the Tender Documents
More informationBID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of
BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of a Partnership consisting of an Individual doing business as. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction
More informationBidder Name: ITEMIZED BID: The bidder should complete the following section in accordance with Sec 102.7. The bidder proposes to furnish all labor, materials, equipment, services, etc. required for the
More informationForsyth County Procurement
August 1, 2017 Forsyth County Procurement Donna Kukarola, CPPO, CPPB, Procurement Director ADDENDUM #2 Bid 17-72-3340 For: Providing all materials, equipment and labor for the Jot em Down Road Water Tank
More informationIvins City Standard Specifications for Design and Construction Part 2 Engineering and Design Standards
2.9. WATER SYSTEM DESIGN Ivins City Standard Specifications for Design and Construction All culinary water mains and appurtenances shall be designed to provide for adequate future service for all contiguous
More informationE. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17
S&L Gravel, Section B: Proposal Page 10701.0 - TRAFFIC CONTROL - LUMP SUM 1.00 $6,425.00 $6,425.00 $6,425.00 $10,000.00 10720.0 - TRAFFIC CONTROL SIGN - PORTABLE ARROW BOARD - DAYS 25.00 $25.00 $625.00
More information2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA
BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and
More informationM E M O R A N D U M. Location Description Cost. Demolish the existing structure. Construct 52 x25 Atlas block
CONSULTING ENGINEERS M E M O R A N D U M TO: FROM: RE: Tiffany Staheli Matt Hartvigsen, P.E. City Engineer 2014 Grant Application City Park Projects Budgetary Cost Summary Date: November 8, 2014 We understand
More informationSCHEDULE OF QUANTITIES AND PRICES
SCHEDULE OF QUANTITIES AND PRICES BIDDER: SANTA ANA Schedule 33B - City of Santa Ana, 17th Street Crossing BID ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE 33-01570-01 MAINTENANCE AND PROTECTION
More informationNovember 29, CITY OF PLANT CITY Purchasing Division (813)
November 29, 2018 CITY OF PLANT CITY Purchasing Division (813) 659-4270 IFB 18-014UM-LG 12-inch Water Transmission Main-Franklin St., Hancock St. and Terrace Drive West ADDENDUM No. 3 *Bidders are required
More informationAttachment D-1: Civil/Structural Scope of Work
Attachment D-1: Civil/Structural Scope of Work Project: Location: Targa Sound Renewable Fuels Project Tacoma, WA Prepared by: NORWEST ENGINEERING Consulting Engineers 4110 N.E. 122 nd Avenue, Portland,
More informationM I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)
BID TABULATION SUMMARY JOB 940094 PAGE 1 STATE PROJECT NO. 162-080-04 BIDS RECEIVED UNTIL 11:00 A.M. ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002) BETWEEN 2ND STREET NORTH AND 15 STREET NORTH IN ST.
More informationRevision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE:
Revision 1 Dated October 2, 2014 1.3.2 UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE: PEYTON DRIVE WIDENING - PHASE 3 AND ENGLISH CHANNEL IMPROVEMENTS Project No s. S12012 & 800360
More informationAddendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018
Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA-2019-004 TMWA Capital Project No.: 10-0001.053 October 3, 2018 The following information, clarifications, changes and modifications are by reference
More informationRFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered
RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater
More information2015 Financial Assurance (Basic form) 3/17/2015 Estimate Form
2015 Financial Assurance (Basic form) 3/17/2015 Estimate Form Project Information (\aen i vake.. F;) N0.3-7114117 Project Name Section 1 - Grading and Erosion Control BMPs Quantity Units Price Earthwork
More informationNorth Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title
TABLE OF CONTENTS CONTRACT DOCUMENTS 00001 Inside Title Page 00003 Table of Contents 00004 List of Drawings 00020 Invitation to Bid 00100 Instructions to Bidders 00300 Bid 00500 Agreement 00610 Construction
More informationSAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6
SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO. 18-4501 SOLICITATION NO. CO-00198 ADDENDUM 6 (September 10, 2018) To Respondent of Record: This addendum, applicable to work referenced
More informationINVITATION TO BIDDERS. Solicitation No. CO-00157
INVITATION TO BIDDERS Solicitation No. CO-00157 Sealed bids are requested by the San Antonio Water System for the construction of approximately 5,900 LF of 6 to 8-inch of water main and approximately 3,000LF
More informationCITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION
CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall
More informationCulinary Water Impact Fee Facilities Plan
Prepared by: December 2, 2014 WOODS CROSS CITY Culinary Water Impact Fee Facilities Plan WOODS CROSS CITY CORPORATION CULINARY WATER IMPACT FEE FACILITIES PLAN (IFFP) J-U-B #55-13-098 Prepared by: 1 Culinary
More informationAddendum No. 1 STMGID ARROWCREEK BPS MAIN. PWP Bid No.: WA TMWA Capital Project No.: April 16, 2018 QUESTIONS AND RESPONSES
Addendum No. 1 STMGID ARROWCREEK BPS MAIN PWP Bid No.: WA-2018-157 TMWA Capital Project No.: 50-0001.08 April 16, 2018 The following information, clarifications, changes and modifications are by reference
More informationAmendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents
General Figure 2.3.1 16 Revise Revised Figure 2.3.1: New Development Areas where Secondary Suites Apply to include two new areas (#4 and 5). Water 3.3.2 Watermains 31 Add Added wording in Section 3.3.2.3
More informationUNIT PRICE LIST January 2009
UNIT PRICE LIST January 2009 1 INTRODUCTION The purpose of the Unit Price List is to provide a resource for the preparation of cost estimates for subdivisions and permit projects and should be used only
More informationThis is a digital document from the collections of the Wyoming Water Resources Data System (WRDS) Library.
This is a digital document from the collections of the Wyoming Water Resources Data System (WRDS) Library. For additional information about this document and the document conversion process, please contact
More informationAddendum 1 City of Portsmouth Bid # Chestnut Street Streetscape Project. Issued: July 21, 2017
Addendum 1 City of Portsmouth Bid # 61-17 Issued: July 21, 2017 This Addendum forms part of the original document marked: Bid#61-17 Chestnut Street Streetscape Project. Item 1 Clarification Existing gas
More informationA. Introduction 7 1. Purpose 7 2. Authority 7 3. Contact 8 4. Plan Submittal Process 8 B. Design Standards General 11 a. Future Extensions 11
A. Introduction 7 1. Purpose 7 2. Authority 7 3. Contact 8 4. Plan Submittal Process 8 B. Design Standards 11 1. General 11 a. Future Extensions 11 b. Design Calculations 11 c. Easements and Property 12
More informationBRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2
BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 The original Contract Documents entitled BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT are amended
More informationSECTION MEASUREMENT AND PAYMENT
SECTION 01026 PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values E. Application for Payment 1.2 EXPLANATION AND DEFINITIONS A. The following
More informationSECTION 1500 REMOVALS
SECTION 1500 REMOVALS REMOVALS PART 1 GENERAL 1.01 Section Summary A. Removal of structures, obstructions, surfacing, and miscellaneous items. 1.02 Related Sections A. Section 1800 Excavation and Embankment
More informationIFB # R Blythe Creek Grinder Pump Eliminations
IFB # 2019-015R Blythe Creek Grinder Pump Eliminations ADDENDUM No. 1 ISSUE DATE: October 10, 2018 *******************************************************************************************************************
More informationThis is a digital document from the collections of the Wyoming Water Resources Data System (WRDS) Library.
This is a digital document from the collections of the Wyoming Water Resources Data System (WRDS) Library. For additional information about this document and the document conversion process, please contact
More informationSECTION CS-2. TRENCH EXCAVATION CONSTRUCTION STANDARDS
SECTION CS-2. TRENCH EXCAVATION CONSTRUCTION STANDARDS CS-2-01. GENERAL: Trench excavation shall conform with the City Standard Specifications. In general a trench is defined as an excavation in which
More informationDOCUMENT ADDENDUM No. 2
DOCUMENT ADDENDUM No. 2 PART 1 GENERAL 1.1 DOCUMENT INCLUDES A. Clarifications 1.2 CONSTRUCTION CONTRACT A. The Construction Contract is known as SU095 9 th Street and SU096 Downs Drive Storm Drain Projects.
More informationLJA Engineering, Inc.
BID OPENING DATE: TABULATION DATE: LJA JOB NO. 2085-0114D (9.2) BIDDER'S NAME TOTAL BID AMOUNT 1) CROSTEX CONSTRUCTION, INC. $535,000.00 2) BLAZEY CONSTRUCTION SERVICES, LLC $552,212.70 3) R CONSTRUCTION
More informationStatement of Quantities
01-21.26.01 GROUND WATER TREATMENT CONSUMABLES ALLOWANCE 1 A/A 01-52.13 ACCOUNT - PROJECT SPECIAL PROVISIONS TEMPORARY OFFICE FACILITIES 2-1.2a REMOVE 6" CONCRETE CURB AND/OR GUTTER REMOVE 780 LF 2-1.4
More informationFreitas + Freitas Engineering and Planning Consultants, Inc.
Freitas + Freitas Engineering and Planning Consultants, Inc. 15011 Ms. Lois Henry Board Members Lompico County Water District 11255 Lompico Road Felton, CA 95018 Subject: Review of Projects and Cost Estimates
More informationAddendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018
155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated
More informationYES, we received Addendum No. 1
TRANSMITTAL SHEET Date sent: Friday, April 6, 2018 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 36 CONFIRMATION
More informationBid Tabulation Report 2011 Pump Station Rehabilitations
Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 Bonding Provided 5% 5% 5% 5% Bidder Acknowledges Receipt of Addendums - but only 1 Affadivit of Preferential Bidders Status has has has has Description
More informationProject Location: Various, Anywhere, PA Bid Date: 7/16/ Rock Construction Entrance
To: Project Name: Bidding Company Site Work Project Contact: Address: Various Phone: Fax: Bid Number: Project Location: Various, Anywhere, PA Bid Date: 7/16/2014 Clarifications: This takeoff does not include
More informationFREELAND WATER & SEWER DISTRICT BERCOT ROAD INTERTIE STUDY
FREELAND WATER & SEWER DISTRICT ISLAND COUNTY WASHINGTON BERCOT ROAD INTERTIE STUDY G&O #13507 NOVEMBER 2013 FREELAND WATER & SEWER DISTRICT ISLAND COUNTY WASHINGTON BERCOT ROAD INTERTIE STUDY G&O #13507
More informationSECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.
SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section
More informationJob Order Sewer Repair Services
Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified
More informationSPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances
2004 Specifications CSJ 1316-01-034 & 0902-48-502 SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances 1. Description. Furnish all materials, equipment, labor and incidentals necessary
More informationPROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co
PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 3690 NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Commissioners Kitsap County 614 Division Street Port
More informationSOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.
SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS
More information4TH STREET SEWER EXTENSION TO MBR PLANT BID SOLICITATION NO
ADDENDUM NO. 2 March 12, 2019 Engineer: Owner: Parametrix The Tulalip Tribes 1019 39th Avenue SE 8802 27th Avenue NE Suite 100 Tulalip, WA 98271-9694 Puyallup, Washington 98374 4TH STREET SEWER EXTENSION
More informationAddendum 3 City of Portsmouth Bid # Chestnut Street Streetscape Project. Issued: August 1, 2017
Addendum 3 City of Portsmouth Bid # 61-17 Issued: August 1, 2017 This Addendum forms part of the original document marked: Bid#61-17 Chestnut Street Streetscape Project. NOTE: THIS ADDENDUM REPLACES ADDENDUM
More informationVILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL
Page 312 VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS-12-01 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the IL ROUTE
More informationThis is a digital document from the collections of the Wyoming Water Resources Data System (WRDS) Library.
This is a digital document from the collections of the Wyoming Water Resources Data System (WRDS) Library. For additional information about this document and the document conversion process, please contact
More informationEL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02
EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: April 22, 2009 To: Prospective Bidders/Plan Holders From: Abraham Campos, PE on behalf of City of El
More informationCHAPTER 8 WATER SUPPLY SYSTEM
CHAPTER 8 WATER SUPPLY SYSTEM 8-1 INTRODUCTION These improvement standards shall govern the engineering design of all domestic water systems intended for operation and maintenance by the County of Sutter
More information2. SECTION MEASUREMENT AND PAYMENT:
IN THE SPECIFICATIONS: 1. SECTION 00301 BID FORM: REPLACE Pages BF-1 through BF-6 (BF-1 follows page 00301-3) with the attached BF-1 through BF-6. This change adds a bid item for payment of CIPP testing.
More informationDALLAS WATER UTILITIES BID ITEM AND COST ESTIMATING MANUAL
DALLAS WATER UTILITIES BID ITEM AND COST ESTIMATING MANUAL Version History October 2011 Edition October 2011 October 2014 Edition October 2014 Edition Document Number: DWU-PRO-020-ENG Revision Number:
More informationCITY OF ELKO BID TABULATION FOR Sports Complex
CITY OF ELKO BID TABULATION FOR Sports Complex 2017-2018 NAME Granite Construction Great Basin Engineering Contractors Road & Highway Builders CLEARING EARTHWORK 1 33701200 Mobilization @ Per Lump Sum
More informationOAK MARSH PHASE II FEASIBILITY REPORT CITY OF MANKATO MINNEOSTA. January 20, 2015 Project No
PHASE II FEASIBILITY REPORT CITY MINNEOSTA January 20, 20 Project No. 14 I. INTRODUCTION Oak Marsh Phase II is a residential development on a parcel of land located in the Southern portion of the City
More informationCITY AND COUNTY OF DENVER
2-1.1b REMOVE COMBINATION CONCRETE CURB, GUTTER AND SIDEWALK (3'-11") 2-1.2a REMOVE 6" CONCRETE CURB AND/OR GUTTER S Holly: See near STA: 25+56 S Poplar 300 LF 25 LF 2-1.4 REMOVE HANDICAP CONCRETE CURB
More informationThis is only a general checklist; please refer to the CVWD Development Design Manual (DDM) for all requirements and regulations.
COACHELLA VALLEY WATER DISTRICT DOMESTIC WATER CHECKLIST Tract/Parcel No: Project Common Name: Developer: Engineer: Engineer Signature: Date: Phone: Phone: Print: This is only a general checklist; please
More informationPage Intentionally Left Blank
Page Intentionally Left Blank Julie Avenue and Hoeschler Drive Lift Stations Evaluation City of Sparta TABLE OF CONTENTS Page CHAPTER 1 GENERAL INFORMATION... 1 1.1 Scope of Lift Station Evaluation...
More informationPay Item Manual for Water and Sewer Construction
Water and Sewer Construction Prepared by: Water Resources Engineering Division 408 North Adams Street Tallahassee, Florida 32301 October 2018 SECTION 1 LIST OF ABBREVIATIONS The following abbreviations
More informationC. W. Matthews Contracting Co., Inc. (L)
BID TABULATION Page 1 of 5 E.R. Snell Contractor, 001 Photograph Documentation 8 MO $110.00 $880.00 $250.00 $2,000.00 $97.17 $777.36 $1,250.00 $10,000.00 002 Traffic Control Project No. F-1056 1 LS $192,000.00
More informationCity of Kettering. Bid Tabulations SWR PROJECT. Description: 2017 Sidewalk, Curb and Drive Approach Repair Account # PO#
City of Kettering Bid Tabulations 05-117 2017 SWR PROJECT Description: 2017 Sidewalk, Curb and Drive Approach Repair Account # 5212-77750 PO# Engineer's Estimate (1) America's Decorative Concrete (2) RA
More informationADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS
General Description: Date Prepared: November 1, 2017 (253) 604-6600 KHouse@Parametrix.com Bid Number: J2017-30 ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO
More informationADDENDUM NO. 3. Please make note of the following clarifications:
Purchasing Division ADDENDUM NO. 3 DATE: March 6, 2019 FROM: City of Grand Junction Purchasing Division TO: All Offerors RE: Raw Water Irrigation Supply and Waterline Replacement IFB-4611-19-DH Offerors
More informationCity of Parshall, ND Municipal Infrastructure Needs Assessment August 2012
City of Parshall, ND Municipal Infrastructure Needs Assessment August 2012 Project made possible by US Dept. of HUD Regional Substantiality Planning Grant and ND Energy Development Infrastructure and Impact
More informationPART 5 WATER SYSTEMS
PART 5 WATER SYSTEMS Abbreviations and Symbols Plan 501 Abbreviations and symbols for water... 205 Concrete Boxes and Hardware 502 27" Frame and cover... 207 503 38" Frame and cover... 209 505 Concrete
More informationCHAPTER 20 PUBLIC IMPROVEMENTS OPINION OF COSTS TABLE OF CONTENTS
CHAPTER 20 PUBLIC IMPROVEMENTS OPINION OF COSTS TABLE OF CONTENTS Section Title Page 20.1 General... 20-1 20.2 Units and Costs... 20-1 20.2.1 Erosion Control...20-1 20.2.2 Street Improvements...20-1 20.2.3
More informationSECTION 4 RECOMMENDED DISTRIBUTION SYSTEM IMPROVEMENTS
4.1 General SECTION 4 RECOMMENDED DISTRIBUTION SYSTEM IMPROVEMENTS Distribution system improvements, which have been organized and prioritized in this section, are forecasted and intended to be completed
More informationSUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED?????
SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED????? 102.10 Minimum Rate of Wage Scale Typo. Several paragraphs were repeated. 105.5 Inspection of Work Clarified that the contractor
More informationAddendum No. 1 Issue Date: March 29, 2016
Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South
More informationApril 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS
April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009
More informationCORPORATION OF THE CITY OF NEW WESTMINSTER CONTRACT NO. NWIT DITCH INFILL AT WOOD, BOYD AND BOYNE STREETS ADDENDUM NO. 3
CORPORATION OF THE CITY OF NEW WESTMINSTER CONTRACT NWIT-11-27 DITCH INFILL AT WOOD, BOYD AND BOYNE STREETS ADDENDUM 3 This Addendum shall form part of the Contract No. NWIT-11-27. INVITATION TO TENDER
More informationBID FORM (LUMP SUM CONTRACT)
BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an
More informationReplace BID SCHEDULE with attached revised BID SCHEDULE.
CONTRACT ADDENDUM Project: 9 st Ave SE & 4 th Street SE Sidewalk Improvements Project No: 00 Addendum No: Date: 0 September 0 Addendum: Replace BID SCHEDULE with attached revised BID SCHEDULE. Section
More informationEach Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.
ACKNOWLEDGEMENT BY RESPONDENT Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. This undersigned acknowledges receipt of this Addendum No. 1
More informationADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02
ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 23, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance
More informationSECTION IV. PIPELINE EXCAVATION AND BACKFILL
SECTION IV. PIPELINE EXCAVATION AND BACKFILL A. Description of Work B. Surface Types C. Backfill D. Surface Restoration A. DESCRIPTION OF WORK 1. Extent: Excavation of trenches for pipelines shall include
More information10:00 AM, Wednesday, May 6, Peters Creek Sanitary Sewer Rehabilitation Project
NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, May 6, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference
More informationINFRASTRUCTURE FINANCING PLAN FOR THE WOODGLEN SPECIFIC PLAN
FINAL REPORT INFRASTRUCTURE FINANCING PLAN FOR THE WOODGLEN SPECIFIC PLAN Prepared for: City of Modesto Prepared by: Willdan Financial Services Approved by Modesto City Council on July 9, 2013 Resolution
More informationCITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION
CITY OF ALBANY Public Works Department ADDENDUM #1 ST-13-04-2014, MAIN STREET REHABILITATION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and
More informationSECTION MEASUREMENT AND PAYMENT
SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01. BASIS FOR MEASUREMENT AND PAYMENT Measurement and Payment will be made for only those items included in the Schedule of Unit Prices or Contract
More informationMONTECITO WATER DISTRICT. March 13, 2017 ADDENDUM NO. 2
March 13, 2017 ADDENDUM NO. 2 TO CONTRACT DOCUMENTS, CONSTRUCTION DRAWINGS, AND CONSTRUCTION SPECIFICATIONS FOR CONSTRUCTION OF THE Sycamore Canyon Road Watermain Replacement Project DATED FEBRUARY 2017
More information