1.00 LS $150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150,000.

Size: px
Start display at page:

Download "1.00 LS $150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150,000."

Transcription

1 LAS VEGAS PAVING CORP. CONTRI CONSTRUCTION COMPANY AGGREGATE INDUSTRIES-SWR, INC. TAB CONTRACTORS, INC. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE TRAFFIC CONTROL AND MAINTENANCE 1.00 LS 110, , , , , , , , , , CONSTRUCTION STAKING 1.00 LS 65, , , , , , , , , , CONSTRUCTION CONFLICTS AND ADDITIONAL WORK 1.00 LS 150, , , , , , , , , , TRAINING 1, HR MOBILIZATION AND LS 257, , , , , , , , , , DEMOBILIZATION CLEARING AND GRUBBING 1.00 LS 10, , , , , , , , , , REMOVE CONCRETE LF , , , , , BARRIER RAIL REMOVE CHAIN LINK FENCE LF , , , , REMOVE ASPHALT CONCRETE PAVEMENT SY , , , , , REMOVE EXISTING BOLLARDS EA , , , REMOVE PAVEMENT MARKINGS 1.00 LS 5, , ROADWAY EXCAVATION 25, CY , , , , , ROADWAY EMBANKMENT 52, CY , , , , , TYPE II AGGREGATE BASE MATERIAL 6, CY , , , , , TYPE I AGGREGATE BASE MATERIAL CLASS B CY , , , , , SURFACE 6, TON , , , , , SURFACE (TYPE-2C) TON , , , , , ASPHALT CONCRETE SIDEWALK (2-INCH) 1, SY , , , , , OPEN GRADE SURFACE (1-INCH) TON , , , , , INCH RCP CULVERT HEADWALL 36-INCH RCP CULVERT HEADWALL CONCRETE BARRIER RAIL TYPE "A" 43x68-INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE 18-INCH REINFORCED CONCRETE PIPE 24-INCH REINFORCED CONCRETE PIPE 36-INCH REINFORCED CONCRETE PIPE 42-INCH REINFORCED CONCRETE PIPE 2.00 EA 15, , , , , , , , , , EA 12, , , , , , , , , , , LF , , , , , LF , , , , , LF , , , , , LF , , , , , LF , , , , , LF , , , , , Printed on: 6/21/2017 Page 1 of 8 Bid #1504 May 31, 2017

2 LAS VEGAS PAVING CORP. CONTRI CONSTRUCTION COMPANY AGGREGATE INDUSTRIES-SWR, INC. TAB CONTRACTORS, INC. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 54-INCH REINFORCED CONCRETE PIPE LF , , , , , INCH REINFORCED CONCRETE PIPE (CLASS V) 48-INCH TYPE II STORM DRAIN MANHOLE 60-INCH TYPE II STORM DRAIN MANHOLE 4-FOOT TYPE CM2 DROP 7.5-FOOT TYPE CM2 DROP 17.5-FOOT TYPE CM2 DROP 15-FOOT TYPE CM2 DROP 20-FOOT TYPE CM2 DROP CONNECTION TO EXISTING CONCRETE CHANNEL LF , , , , , EA 6, , , , , , , , , , EA 8, , , , , , , , , , EA 4, , , , , , , , , , EA 10, , , , , , , , , , EA 20, , , , , , , , , , EA 18, , , , , , , , , , EA 22, , , , , , , , , , LS 26, , , , , , , , , , RIP RAP PAD D50 =10" CY , , , RIP RAP PAD D50 =4" CY , , , , , CLASS 300 RIP RAP PAD CY , , , , , CONCRETE TYPE "L" CURB AND GUTTER 6, LF , , , , , CONCRETE ISLAND TYPE "L" CURB AND GUTTER LF , , , , , CONCRETE MEDIAN CURB TYPE "A" 4, LF , , , , , CONCRETE MEDIAN ISLAND PAVING SF , , , , , CONCRETE SIDEWALK RAMP (CASE I) EA 1, , , , , , , CONCRETE CROSS GUTTER SF , , , , , NDOT TYPE 5 CURB AND GUTTER LF , , , , , NDOT TYPE 4 CURB AND GUTTER LF , , , , , NDOT TYPE 2 CURB LF , , , , , NDOT CONCRETE MEDIAN ISLAND SURFACE SF INCH CHAIN LINK FENCE LF , , , , , TEMPORARY TORTOISE FENCE 7, LF , , , , , FOOT CHAIN LINK FENCE GATE 1.00 EA 1, , , , , , , , , , K71 SELF ERECTING MARKER POST 2.00 EA NO. 3-1/2 PULL BOX (STREET LIGHT) EA , , , , , P30 PULL BOX (FIBER OPTIC) EA , , , , , NO. 200 VAULT (FIBER OPTIC) 2.00 EA 5, , , , , , , , , , INCH STREET LIGHT CONDUIT W/2-#4 AND 1-#8 CONDUCTORS 5, LF , , , , , Printed on: 6/21/2017 Page 2 of 8 Bid #1504 May 31, 2017

3 LAS VEGAS PAVING CORP. CONTRI CONSTRUCTION COMPANY AGGREGATE INDUSTRIES-SWR, INC. TAB CONTRACTORS, INC. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 4-INCH PVC CONDUIT WITH #8 GREEN CONDUCTOR 4, LF , , , , , WIRE (ITS-FAST) TRAFFIC SIGNAL NO. 7 PULL BOX EA , , , , , , TRAFFIC SIGNAL (3) - 3-INCH PVC CONDUIT WITH # LF , , , , , TRAFFIC SIGNAL (2) - 2-INCH PVC CONDUIT WITH # LF , , , , , TRAFFIC SIGNAL (1) - 3-INCH PVC CONDUIT WITH # LF , , , , , WATT LED STREET LIGHT ASSEMBLY W/ 8-FOOT LUMINAIRE ARM AND EA 4, , , , , , , , , , FOUNDATION AMP SERVICE PEDESTAL 1.00 EA 5, , , , , , , , , , REMOVE GROUND MOUNTED SIGN 9.00 EA REMOVE AND SALVAGE EXISTING SIGN 1.00 EA PERMANENT GROUND MOUNTED SIGN EA , , , , , PERMANENT SIGN PANEL EA , , , , , INCH SOLID WHITE EDGE LINE (POLYUREA) 3, LF , , , , , TYPE 2 PAVEMENT MARKING FILM (WHITE- 1, SF , , , , , YELLOW) TYPE 2 PMF WHITE ARROW AND "ONLY" (NDOT STD) EA , , , , , TYPE 2 PMF WHITE TURN ARROW (USD STD) 6.00 EA , YELLOW MEDIAN NOSE MARKING (POLYUREA) SF , , , , , TYPE 1 LANE LINE (POLYUREA YELLOW) 1, LF , , , , , VERTICALLY ADJUST WATER VALVE COVER 4.00 EA , , , , , C VERTICALLY ADJUST WATER BLOW-OFF VALVE 2.00 EA , , , , , , NON-REFLECTIVE PAVEMENT MARKERS EA , , , , REFLECTIVE PAVEMENT MARKERS EA DUST CONTROL DAY , , , , , TEMPORARY POLLUTION CONTROL 1.00 LS 15, , , , , , , , , , NDPES DISCHARGE PERMIT 1.00 LS 2, , , , , , 'x7'x4' NV ENERGY PULL BOX (RS-82) 4-INCH NV ENERGY CONDUIT CONCRETE TRANSFORMER PAD (RS-19) BASE BID TOTAL 1.00 EA , , , , , , , , LF , , , , , EA 1, , , , , , , , , , ,263, ,040, ,615, A 3,561, ,657, D Printed on: 6/21/2017 Page 3 of 8 Bid #1504 May 31, 2017

4 LAS VEGAS PAVING CORP. CONTRI CONSTRUCTION COMPANY AGGREGATE INDUSTRIES-SWR, INC. TAB CONTRACTORS, INC. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE TRAFFIC CONTROL AND MAINTENANCE 1.00 LS 6, , , , , , , , , , CONSTRUCTION STAKING 1.00 LS 12, , , , , , , , , , MOBILIZATION AND 1.00 LS 50, , , , , , , DEMOBILIZATION 1, , , REMOVE EXISTING BLOW EA 2, , , , OFF VALVE AND CAP INCH C900 PVC WATER 3, LF , , , , LINE , INCH STEEL CASING LF , , , , , INCH BLOW OFF ASSEMBLY AND 12-INCH 4.00 EA 1, , , , , , , , CAP 2, , INCH TAPPING VALVE AND SLEEVE INCH PVC WATER LINE W/ CAP INCH MANHOLE INCH MANHOLE INCH MANHOLE STUB AND CAP SANITARY SEWER INSTALLATION (MATCH SIZE) INCH PVC SANITARY SEWER INSTALLATION INCH PVC SANITARY SEWER INSTALLATION ADDITIVE ALTERNATE TOTAL 1.00 EA 6, , , , LF , , EA 6, , , , EA 7, , , , EA 12, , , , EA 1, , , LF , , , LF , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , TOTAL BASE BID + ADDITIVE ALTERNATE TOTAL 4,949, ,675, ,174, B 4,188, ,290, E Subcontractors: Self Performed Work Las Vegas Paving Corp. Contri Construction Company Aggregate industries-swr, Inc. TAB Contractors, Inc. Electrical / FAST Las Vegas Electric Acme Electric Concrete Flatwork Stewart & Sundell Concrete Stewart & Sundell Concrete Stewart & Sundell Concrete Stewart & Sundell Concrete Fencing Tiberti Fence Company Fencing Specialists Fencing Specialists Drop Inlets/Manholes Olson Precast Olson Precast Underground Contri Construction Paving Las Vegas Paving Las Vegas Paving Tortoise Fencing Soiltech QC Management & Testing Aztech Inspection & Testing Aztech Inspection & Testing Construction Survey Jemison Surveying & Services Jemison Surveying & Services Jemison Surveying & Services Traffic Control Superior Traffic Services Striping & Signage Highway Striping & Signs Suppliers: Reinforcing Steel Harris Rebar Harris Rebar Harris Rebar Centerline Supply Structural Steel N/A Tri State Steel / D&L Supply Tri State Steel / D&L Supply Centerline Supply AC (PG76-22NV) Ergon Asphalt Ready Mix Nevada Ready Mix Type II Reinforced Concrete Pipe PVC Pipe/Sleeves/Ductile Iron Nevada Ready Mix A Bidder submitted total base bid of 3,615,632.00; the correct amount is 3,615, B Bidder submitted total base bid + additive alternate of 4,183,991.00; the correct amount is 4,183, C Bid Item : Bidder submitted total price of 1,800.00, the correct amount is D Bidder submitted total base bid of 3,659,584.00; the correct amount is 3,657, E Bidder submitted total base bid + additive alternate of 4,291,964.00; the correct amount is 4,290, F Bidder submitted total base bid of 3,766,784.00; the correct amount is 3,766, G Bidder submitted total base bid + additive alternate of 4,497,564.00; the correct amount is 4,497, Printed on: 6/21/2017 Page 4 of 8 Bid #1504 May 31, 2017

5 GRANITE CONSTRUCTION COMPANY SECURITY PAVING, INC. MEADOW VALLEY CONTRACTORS, INC. DBA ACC SOUTHWEST RICHARDSON CONSTRUCTION, INC. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE TRAFFIC CONTROL AND MAINTENANCE 1.00 LS 110, , CONSTRUCTION STAKING 1.00 LS 65, , CONSTRUCTION CONFLICTS AND ADDITIONAL WORK 1.00 LS 150, , TRAINING 1, HR MOBILIZATION AND DEMOBILIZATION 1.00 LS 257, , CLEARING AND GRUBBING 1.00 LS 10, , REMOVE CONCRETE BARRIER RAIL LF , REMOVE CHAIN LINK FENCE LF , REMOVE ASPHALT CONCRETE PAVEMENT SY , REMOVE EXISTING BOLLARDS EA , REMOVE PAVEMENT MARKINGS 1.00 LS 5, , ROADWAY EXCAVATION 25, CY , ROADWAY EMBANKMENT 52, CY , TYPE II AGGREGATE BASE MATERIAL 6, CY , TYPE I AGGREGATE BASE MATERIAL CLASS B CY , SURFACE 6, TON , SURFACE (TYPE-2C) TON , ASPHALT CONCRETE SIDEWALK (2-INCH) 1, SY , OPEN GRADE SURFACE (1-INCH) TON , INCH RCP CULVERT HEADWALL 36-INCH RCP CULVERT HEADWALL CONCRETE BARRIER RAIL TYPE "A" 43x68-INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE 18-INCH REINFORCED CONCRETE PIPE 24-INCH REINFORCED CONCRETE PIPE 36-INCH REINFORCED CONCRETE PIPE 42-INCH REINFORCED CONCRETE PIPE 2.00 EA 15, , EA 12, , , LF , LF , LF , LF , LF , LF , UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 110, , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , Printed on: 6/21/2017 Page 5 of 8 Bid #1504 May 31, 2017

6 GRANITE CONSTRUCTION COMPANY SECURITY PAVING, INC. MEADOW VALLEY CONTRACTORS, INC. DBA ACC SOUTHWEST RICHARDSON CONSTRUCTION, INC. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 54-INCH REINFORCED CONCRETE PIPE LF , INCH REINFORCED CONCRETE PIPE (CLASS V) 48-INCH TYPE II STORM DRAIN MANHOLE 60-INCH TYPE II STORM DRAIN MANHOLE 4-FOOT TYPE CM2 DROP 7.5-FOOT TYPE CM2 DROP 17.5-FOOT TYPE CM2 DROP 15-FOOT TYPE CM2 DROP 20-FOOT TYPE CM2 DROP CONNECTION TO EXISTING CONCRETE CHANNEL LF , EA 6, , EA 8, , EA 4, , EA 10, , EA 20, , EA 18, , EA 22, , LS 26, , RIP RAP PAD D50 =10" CY RIP RAP PAD D50 =4" CY , CLASS 300 RIP RAP PAD CY , CONCRETE TYPE "L" CURB AND GUTTER 6, LF , CONCRETE ISLAND TYPE "L" CURB AND GUTTER LF , CONCRETE MEDIAN CURB TYPE "A" 4, LF , CONCRETE MEDIAN ISLAND PAVING SF , CONCRETE SIDEWALK RAMP (CASE I) EA 1, , CONCRETE CROSS GUTTER SF , NDOT TYPE 5 CURB AND GUTTER LF , NDOT TYPE 4 CURB AND GUTTER LF , NDOT TYPE 2 CURB LF , NDOT CONCRETE MEDIAN ISLAND SURFACE SF INCH CHAIN LINK FENCE LF , TEMPORARY TORTOISE FENCE 7, LF , FOOT CHAIN LINK FENCE GATE 1.00 EA 1, , K71 SELF ERECTING MARKER POST 2.00 EA NO. 3-1/2 PULL BOX (STREET LIGHT) EA , P30 PULL BOX (FIBER OPTIC) EA , NO. 200 VAULT (FIBER OPTIC) 2.00 EA 5, , INCH STREET LIGHT CONDUIT W/2-#4 AND 1-#8 CONDUCTORS 5, LF , UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , Printed on: 6/21/2017 Page 6 of 8 Bid #1504 May 31, 2017

7 GRANITE CONSTRUCTION COMPANY SECURITY PAVING, INC. MEADOW VALLEY CONTRACTORS, INC. DBA ACC SOUTHWEST RICHARDSON CONSTRUCTION, INC. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 4-INCH PVC CONDUIT WITH #8 GREEN CONDUCTOR 4, LF , WIRE (ITS-FAST) TRAFFIC SIGNAL NO. 7 PULL BOX EA , TRAFFIC SIGNAL (3) - 3-INCH PVC CONDUIT WITH # LF , TRAFFIC SIGNAL (2) - 2-INCH PVC CONDUIT WITH # LF , TRAFFIC SIGNAL (1) - 3-INCH PVC CONDUIT WITH # LF , WATT LED STREET LIGHT ASSEMBLY W/ 8-FOOT LUMINAIRE ARM AND EA 4, , FOUNDATION AMP SERVICE PEDESTAL 1.00 EA 5, , REMOVE GROUND MOUNTED SIGN 9.00 EA REMOVE AND SALVAGE EXISTING SIGN 1.00 EA PERMANENT GROUND MOUNTED SIGN EA , PERMANENT SIGN PANEL EA , INCH SOLID WHITE EDGE LINE (POLYUREA) 3, LF , TYPE 2 PAVEMENT MARKING FILM (WHITE- YELLOW) 1, SF , TYPE 2 PMF WHITE ARROW AND "ONLY" (NDOT STD) EA , TYPE 2 PMF WHITE TURN ARROW (USD STD) 6.00 EA , YELLOW MEDIAN NOSE MARKING (POLYUREA) SF , TYPE 1 LANE LINE (POLYUREA YELLOW) 1, LF , VERTICALLY ADJUST WATER VALVE COVER 4.00 EA , VERTICALLY ADJUST WATER BLOW-OFF VALVE 2.00 EA , NON-REFLECTIVE PAVEMENT MARKERS EA REFLECTIVE PAVEMENT MARKERS EA DUST CONTROL DAY , TEMPORARY POLLUTION CONTROL 1.00 LS 15, , NDPES DISCHARGE PERMIT 1.00 LS 2, , 'x7'x4' NV ENERGY PULL BOX (RS-82) 4-INCH NV ENERGY CONDUIT CONCRETE TRANSFORMER PAD (RS-19) BASE BID TOTAL 1.00 EA LF , EA 1, , ,263, UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , ,747, ,766, F 3,909, ,084, Printed on: 6/21/2017 Page 7 of 8 Bid #1504 May 31, 2017

8 GRANITE CONSTRUCTION COMPANY SECURITY PAVING, INC. MEADOW VALLEY CONTRACTORS, INC. DBA ACC SOUTHWEST RICHARDSON CONSTRUCTION, INC. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE TRAFFIC CONTROL AND MAINTENANCE 1.00 LS 6, , CONSTRUCTION STAKING 1.00 LS 12, , MOBILIZATION AND DEMOBILIZATION 1.00 LS 50, , REMOVE EXISTING BLOW- OFF VALVE AND CAP 1.00 EA 2, , INCH C900 PVC WATER LINE 3, LF , INCH STEEL CASING LF , INCH BLOW OFF ASSEMBLY AND 12-INCH 4.00 EA 1, , CAP INCH TAPPING VALVE AND SLEEVE INCH PVC WATER LINE W/ CAP INCH MANHOLE INCH MANHOLE INCH MANHOLE STUB AND CAP SANITARY SEWER INSTALLATION (MATCH SIZE) INCH PVC SANITARY SEWER INSTALLATION INCH PVC SANITARY SEWER INSTALLATION ADDITIVE ALTERNATE TOTAL 1.00 EA 6, , LF , EA 6, , EA 7, , EA 12, , EA 1, , LF , , LF , , UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 1, , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , TOTAL BASE BID + ADDITIVE ALTERNATE TOTAL 4,949, ,453, ,497, G 4,549, ,742, Subcontractors: Self Performed Work Electrical / FAST Concrete Flatwork Fencing Drop Inlets/Manholes Underground Paving Tortoise Fencing QC Management & Testing Construction Survey Traffic Control Striping & Signage Granite Construction Company Red Star Fence Company Olson Precast Las Vegas Paving Security Paving, Inc. Olson Precast Wells Cargo Construction Testing Services Jemison Surveying & Services Nevada Barricade Sign Co. Meadow Valley Contractors, INC. DBA ACC Southwest Las Vegas Paving Richardson Construction, Inc. 2T Concrete Bravo Underground Aggregate Industries Suppliers: Reinforcing Steel Structural Steel AC (PG76-22NV) Ready Mix Type II Reinforced Concrete Pipe PVC Pipe/Sleeves/Ductile Iron Granite Construction Boulder Sand & Gravel Jensen Precast HD Supply Waterworks Harris Rebar Tri State Steel Olson Precast Olson Precast 2T Concrete Richardson Construction Printed on: 6/21/2017 Page 8 of 8 Bid #1504 May 31, 2017

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number) EXHIBIT A CONTRACTOR'S COMPENSATION SCHEDULE FOR ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / 50103-000-4150 (Budget Account Number) ITEM NO. P-S-F DESCRIPTION QTY

More information

Bidder 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 information

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE:

Revision 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 information

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS CONTRACT NO COLORADO CENTER BICYCLE/PEDESTRIAN BRIDGE OVER I-25

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS CONTRACT NO COLORADO CENTER BICYCLE/PEDESTRIAN BRIDGE OVER I-25 201-00000 Clearing and Grubbing 1 LS 202-00010 Removal of Tree 1 EA 202-00035 Removal of Pipe 30 LF 202-00200 Removal of Sidewalk 431 SY 202-00203 Removal of Curb and Gutter 973 LF 202-00205 Removal of

More information

Improvement Plan Cost Estimate

Improvement Plan Cost Estimate Building and Engineering Division Development Services Department 214 S. C Street, Oxnard CA 93030 ph: 805.385.7925 fax 805.385.7854 Improvement Plan Cost Estimate Land Development Permit No. (Tract or

More information

2015 Financial Assurance (Basic form) 3/17/2015 Estimate Form

2015 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 information

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2 MERCED COUNTY BID LIST CAMPUS PARKWAY SEGMENT 2 CONTRACT 2017191 The bidder must provide unit prices for each bid item listed below, based on the specified unit of measure. The unit price for each item

More information

CITY OF ELKO BID TABULATION FOR Sports Complex

CITY 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 information

TABULATION OF BIDS DENVER INTERNATIONAL AIRPORT. Denver, Colorado CONTRACT NO. CE CONCOURSE C EAST APRON EXPANSION BID SUMMARY

TABULATION OF BIDS DENVER INTERNATIONAL AIRPORT. Denver, Colorado CONTRACT NO. CE CONCOURSE C EAST APRON EXPANSION BID SUMMARY Contract No. CE 80017 Bid Date: 1/29/2008 TABULATION OF BIDS Denver, Colorado BID SUMMARY Bid Bond DBE Goals Addendum One Schedule I Schedule II Total Bid 34,030,330.50 4,560,072.50 38,590,403.00 Page

More information

SCHEDULE OF QUANTITIES AND PRICES

SCHEDULE 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 information

C. W. Matthews Contracting Co., Inc. (L)

C. 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 information

COST ESTIMATE STREET IMPROVEMENTS (Off Site)

COST ESTIMATE STREET IMPROVEMENTS (Off Site) STREET IMPROVEMENTS (Off Site) Developer: Planning Case # Engineer: TM No./PM No.: Phone No: Date: ITEM QUANTITY UNIT UNIT COST () AMOUNT 6" Curb and Gutter LF 13. 6" Curb only LF 1.5 8" Curb and Gutter

More information

City of Redding Construction Standards Index

City of Redding Construction Standards Index City of Redding Construction Standards Index A. Purpose and Reference Documents... A1 B. Modifications to the Standard Specifications for Public Works Construction (Greenbook)... B1 I. Streets Materials...

More information

EL 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 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 information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY 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 information

UNIT PRICE LIST January 2009

UNIT 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 information

Maine Turnpike Authority

Maine Turnpike Authority PAVEMENT REHABILITATION & CLEAR ZONE IMPROVEMENTS MM 80.7 TO MM 88.6 202.121 Removing Existing Concrete (6CY) 1.00 LS 202.127 Removing of Existing Bituminous Pavement (470 SY) 1.00 LS 202.202 Removing

More information

Acknowledgment: Each bidder shall indicate in the place provided for the same on the Proposal Form his acknowledgment of receipt of this Addendum.

Acknowledgment: Each bidder shall indicate in the place provided for the same on the Proposal Form his acknowledgment of receipt of this Addendum. All Mandatory Meeting Attendees: Re: Addendum #2 February 12, 2019 (Updated February 14, 2019) To PROJECT MANUAL AND DRAWINGS For PROJECT NUMBER 19-003 SPINE ROAD The following shall become as fully a

More information

City of Kettering. Bid Tabulations SWR PROJECT. Description: 2017 Sidewalk, Curb and Drive Approach Repair Account # PO#

City 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 information

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT DIVISION IV CONSTRUCTION AND MATERIAL SPECIFICATIONS SECTION 4100 MEASUREMENT AND PAYMENT 4100 SCOPE... 2 4101 Clearing and Grubbing...

More information

Project Location: Various, Anywhere, PA Bid Date: 7/16/ Rock Construction Entrance

Project 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 information

ESTIMATED DISTRIBUTION OF MATERIAL LIST Lomitas Negras Phase 2 Southern Sandoval County Arroyo Flood Control Authority

ESTIMATED DISTRIBUTION OF MATERIAL LIST Lomitas Negras Phase 2 Southern Sandoval County Arroyo Flood Control Authority PAY DESCRIPTION GENERAL 1 1200 Construction Traffic Control and Barricading: including any and all access signs and permitting by the City of LS 1 Rio Rancho, 2 1504 Temporary Pollution Control: NPDES

More information

Project Title NW 72 nd Street Improvements Federal STP-3451(401) Information to Bidders The following is provided to Bidders for information only:

Project Title NW 72 nd Street Improvements Federal STP-3451(401) Information to Bidders The following is provided to Bidders for information only: ADDENDUM NUMBER 5 Project Number 89008230 Project Title NW 72 nd Street Improvements Federal STP-3451(401) ISSUE DATE: 1/17/2019 Bidders are hereby notified that the Bidding and Contract Documents for

More information

SAN 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 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 information

BID TABULATION Page 1 of 10. CMES, Inc. (L) E. R. Snell Contractor, Inc. (L) Est. Bid Quantity

BID TABULATION Page 1 of 10. CMES, Inc. (L) E. R. Snell Contractor, Inc. (L) Est. Bid Quantity BID TABULATION Page 1 of 10 CMES, Inc. C. W. Matthews Contracting Co., Inc. E. R. Snell Contractor, Inc. Units Unit Price Total Price Unit Price Total Price Unit Price Total Price 001 Aerial Photograph

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY 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 information

PAGE 1 BID ITEM ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. QUANTITY UNIT ITEM COST COST COST COST COST COST

PAGE 1 BID ITEM ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. QUANTITY UNIT ITEM COST COST COST COST COST COST PAGE 1 BID OPENING: AUGUST 21, 2012 : 7,023,234.75 CONTRACT NO.120475 DOWNTOWN LINKS - ST. MARY'S ROAD INTERSTATE 10 (I-10) TO CHURCH AVENUE ROADWAY IMPROVEMENTS 1055001 0 HR RESTAKING FEES (150.00) 0.00

More information

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17

E. 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 information

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1 CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT- ENGINEERING DIVISION ADDENDUM DATE: 10/12/15 PROJECT: BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: 41506 BID DATE: 10/27/15 ADDENDUM

More information

CITY AND COUNTY OF DENVER

CITY 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 information

SEMINOLE TRIBE OF FLORIDA PURCHASING DEPARTMENT RFB MABEL T FRANK WAY ROADWAY CONSTRUCTION BIG CYPRESS INDIAN RESERVATION

SEMINOLE TRIBE OF FLORIDA PURCHASING DEPARTMENT RFB MABEL T FRANK WAY ROADWAY CONSTRUCTION BIG CYPRESS INDIAN RESERVATION SEMINOLE TRIBE OF FLORIDA PURCHASING DEPARTMENT RFB MABEL T FRANK WAY ROADWAY CONSTRUCTION BIG CYPRESS INDIAN RESERVATION 6300 STIRLING ROAD HOLLYWOOD, FLORIDA 33024 ADDENDUM NUMBER THREE June 12, 2015

More information

CIRCLE K SUB-CONTRACTOR BID FORM

CIRCLE K SUB-CONTRACTOR BID FORM CIRCLE K SUB-CONTRACTOR BID FORM Store No: 3308 Address: 8985 Will Clayton Pkwy Date: Bid Due September 17, 2014 Sub Contractor: Trade CONSTRUCTION TAX Construction Tax EXCAVATION / DIRT WORK Cut / Fill

More information

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

CITY 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 information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount CPM Constructors - Freeport, ME $1,417,760.75 Scott Construction - Falmouth, ME $1,418,884.50 T Buck Construction - Auburn, ME $1,520,203.00 Page 1 of 16 CPM Constructors

More information

ADVERTISEMENT SET DECEMBER 2013

ADVERTISEMENT SET DECEMBER 2013 Sheet List Table GREELEY CANAL #2 WCR 21 PROJECT AREA N SH-392 ADVERTISEMENT SET DECEMBER 2013 LINE DESCRIPTION PROPOSED LINE POWER / COMMUNICATIONS EXISTING LINE LINE DESCRIPTION PROPOSED LINE BOUNDARY

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Wyman & Simpson Inc. - Richmond, ME $3,379,844.00 Scott Construction Corporation - Portland, ME $3,572,184.50 CPM Constructors - Freeport, ME $3,732,667.25 Page 1 of 16 Wyman

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 # 2016138 TRACS No. Project No. County District Gross

More information

CHECK THE LOWER RIGHT CORNER OF EACH DETAIL FOR THE LATEST REVISION.

CHECK THE LOWER RIGHT CORNER OF EACH DETAIL FOR THE LATEST REVISION. Standard Drawings Index NOTE: The specifications for materials and workmanship shall conform to the latest edition or the "Standard Specifications for Public Works Construction" published by the North

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount CPM Constructors - Freeport, ME $13,984,117.36 Reed & Reed, Inc. - Woolwich, ME $14,883,139.00 Page 1 of 11 CPM Constructors Freeport, ME 201.11 Clearing AC 2.00 10000.00

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum 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 information

ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS

ADDENDUM 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 information

CITY OF GARLAND - ENGINEERING DEPARTMENT - PRIVATE DEVELOPMENT PAVING SUMMARY CASE NUMBER: PROJECT NAME: CONTRACTOR: PHONE NUMBER: (rev.

CITY OF GARLAND - ENGINEERING DEPARTMENT - PRIVATE DEVELOPMENT PAVING SUMMARY CASE NUMBER: PROJECT NAME: CONTRACTOR: PHONE NUMBER: (rev. PAVING SUMMARY 5" Concrete Street Paving including curbs 6" Concrete Street Paving including curbs 7" Concrete Street Paving including curbs 8" Concrete Street Paving including curbs 8-5-8 Concrete Alley

More information

SECTION MEASUREMENT AND PAYMENT

SECTION 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 information

Forsyth County Procurement

Forsyth County Procurement July 7, 2017 Forsyth County Procurement Donna Kukarola, CPPO, CPPB, Procurement Director ADDENDUM #2 BID 17-63-3150 For: Providing all labor, materials and equipment for the construction of the Brookwood

More information

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013 ADDENDUM NO. 1 for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA Posting Date: June 20, 2013 BIDDERS SHALL CONFORM TO THE FOLLOWING CHANGES AS A PART OF THE BID DOCUMENTS, WHICH SHALL BECOME

More information

Acknowledgment: Each bidder shall indicate in the place provided for the same on the Proposal Form his acknowledgment of receipt of this Addendum.

Acknowledgment: Each bidder shall indicate in the place provided for the same on the Proposal Form his acknowledgment of receipt of this Addendum. All Mandatory Meeting Attendees: Re: Addendum #2 February 12, 2019 To PROJECT MANUAL AND DRAWINGS For PROJECT NUMBER 19-003 SPINE ROAD The following shall become as fully a part of the above named Project

More information

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO ADDENDUM NO. 2 LANCASTER BOULEVARD AND 15 th STREET WEST ROUNDABOUT This addendum forms a part of the contract documents for the above identified project and modifies the original specifications, plans,

More information

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

The 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 information

33rd Street Outfall (Curtis to Lafayette) Schedule A

33rd 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 information

REVISED PER ADDENDUM No. 1 - Unit Price Bid Schedule

REVISED PER ADDENDUM No. 1 - Unit Price Bid Schedule 1. Mobilization, Insurance, Bonds, General Requirements, BMPs, Record Drawings, Testing Requirements, Utility Location, Demobilization and Site Maintenance. 1 L.S. 2. Supply and install complete 384,238

More information

CITY OF EL CERRITO PUBLIC WORKS DEPARTMENT

CITY OF EL CERRITO PUBLIC WORKS DEPARTMENT CITY OF EL CERRITO PUBLIC WORKS DEPARTMENT OHLONE GREENWAY BART STATION AREA ACCESS, SAFETY, AND PLACEMAKING IMPROVEMENTS City Project No. C3076 Federal Project No. CML-5239 (025) ADDENDUM NO. 1 TO: All

More information

CITY OF CARLSBAD 101 N. HALAGUENO STREET CARLSBAD, NEW MEXICO

CITY OF CARLSBAD 101 N. HALAGUENO STREET CARLSBAD, NEW MEXICO I N D E X O F D R A W I N G S CITY OF CARLSBAD 101 N. HALAGUENO STREET CARLSBAD, NEW MEXICO MARCH 2016 Molzen Corbin Bohannan-Huston Bohannan-Huston PROJECT LOCATION VICINITY MAP 1155 Commerce Dr., Suite

More information

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title

North 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 information

MAY 11, 2017 T-MC-107A & T-MC-107B1

MAY 11, 2017 T-MC-107A & T-MC-107B1 Schedule of Bid Items - Part A ROADWAY 107A 201(A) - CLEARING AND GRUBBING - LSUM 1.00 30,000.00 30,000.00 $100,000.00 $100,000.00 $65,000.00 $65,000.00 $120,000.00 $120,000.00 $50,000.00 $50,000.00 $18,262.05

More information

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED?????

SUMMARY 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 information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More information

CITY OF ROCKLIN STANDARD DRAWINGS

CITY OF ROCKLIN STANDARD DRAWINGS CITY OF ROCKLIN STANDARD DRAWINGS November 2016 Table of Contents Page # Section 1 Section 2 Section 3 General Notes and Review Boxes 01-01 Signature Blocks... 1 01-02 General Notes (Sheet 1 of 8)... 2

More information

ADDENDUM NO. 3 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL ROAD WIDENING AND IMPROVEMENTS IFB 6389

ADDENDUM NO. 3 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL ROAD WIDENING AND IMPROVEMENTS IFB 6389 ADDENDUM NO. 3 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL ROAD WIDENING AND IMPROVEMENTS IFB 6389 TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The Specifications and Contract

More information

Statement of Quantities

Statement 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 information

TENDER WELLCOX ACCESS ROAD ADDENDUM 1

TENDER WELLCOX ACCESS ROAD ADDENDUM 1 TENDER 2336-2019 WELLCOX ACCESS ROAD ADDENDUM 1 This addendum shall be read in conjunction with and considered as an integral part of the Tender Contract 2336-2019. Revisions supersede the information

More information

PITTSBURGH TECHNOLOGY CENTER PUBLIC IMPROVEMENTS SITE PREPARATION CONTRACT NO. 11 BID TABULATION BID OPENING DATE: MARCH 11, 2008

PITTSBURGH 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 information

EXHIBIT E SCHEDULE OF UNIT PRICES

EXHIBIT 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 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 : 01/22/02 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 : 01/22/02 PAGE : 1 TABULATION OF BIDS PAGE : 1 CONTRACT DESCRIPTION : GRADING, BIT MILL & SURFACING, LIGHTING AND UTILITIES CONTRACT LOCATION: LOCATED ON TH 210 FROM 100 FT WEST OF GRAND AVE TO SIXTH STREET IN CARLTON RECOMMENDATION: AWARD

More information

OKLAHOMA TURNPIKE AUTHORITY JUNE 7, 2018 SCHEDULE OF BID ITEMS EOC JP 26422(10) INTERCHANGE AT I-40

OKLAHOMA TURNPIKE AUTHORITY JUNE 7, 2018 SCHEDULE OF BID ITEMS EOC JP 26422(10) INTERCHANGE AT I-40 PART A - ROADWAY - EOC 2461 201(A) CLEARING AND GRUBBING LSUM 1.00 $500,000.00 $500,000.00 202(A) UNCLASSIFIED EXCAVATION CY 651,706.00 $4.00 $2,606,824.00 202(D) UNCLASSIFIED BORROW CY 7,500.00 $8.00

More information

YES, we received Addendum No. 1

YES, we received Addendum No. 1 TRANSMITTAL SHEET Date sent: Friday, May 03, 2013 Sent to: All Planholders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 26 CONFIRMATION

More information

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

VILLAGE 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 information

T. P. Concrete, Inc. Wood Sewer & Excavating, Inc. 589 CY , , , SF

T. P. Concrete, Inc. Wood Sewer & Excavating, Inc. 589 CY , , , SF 30051 FURNISH AND INSTALL AGGREGATE SLURRY BACKFILL 589 CY 50.00 29,450.00 55.00 32,395.00 50.00 29,450.00 30584 FURNISH AND INSTALL 8" CRUSHED AGGREGATE DRIVEWAY APPROACH BASE 480 SF 0.75 360.00 0.85

More information

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

SPECIAL 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 information

MONROE STREET CONTRACT NO DATE: 12/21/17

MONROE STREET CONTRACT NO DATE: 12/21/17 Section B: Proposal Page 10701.0 - TRAFFIC CONTROL - LUMP SUM 1.00 $100,000.00 $100,000.00 $48,300.00 $264,800.00 10720.0 - TRAFFIC CONTROL SIGN - PORTABLE ARROW BOARD - DAYS 510.00 $15.00 $7,650.00 $10.00

More information

Southern Arizona Paving Item No. Item Description Unit Quantity Unit Cost Extended Amount Unit Cost Extended Amount

Southern Arizona Paving Item No. Item Description Unit Quantity Unit Cost Extended Amount Unit Cost Extended Amount BID A (BASE DESIGN) LINE ITEM BID TABULATION 1070001 NPDES (ORIGINAL) L.S. 1 100,000.00 100,000.00 35,000.00 35,000.00 1070011 NPDES (MODIFICATIONS) F.A. 10,000 1.00 10,000.00 1.00 10,000.00 2010001 CLEARING

More information

CONSTRUCTION PLAN CHECKLIST

CONSTRUCTION PLAN CHECKLIST CONSTRUCTION PLAN CHECKLIST The design engineer is responsible for ensuring that plans submitted for city review are in accordance with this checklist. It is requested that the executed checklist be submitted

More information

YES, we received Addendum No. 1

YES, 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 information

2008 Interim Standard Sheet List For Use with the 2008 Imperial Road and Bridge Standards July, 2015

2008 Interim Standard Sheet List For Use with the 2008 Imperial Road and Bridge Standards July, 2015 2008 Interim Standard Sheet List For Use with the 2008 Imperial Road and Bridge Standards July, 2015 The following is a complete list of special design IMPERIAL interim standard sheets that will be used

More information

ATTACHMENT 8 STIPULATED UNIT PRICES

ATTACHMENT 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 information

Franklin County Engineer's Office - Highway Design FRA-Hamilton Road Bid Tabulation

Franklin County Engineer's Office - Highway Design FRA-Hamilton Road Bid Tabulation 7/07/2015 Page 1 of 20 Group: A Roadway 005 201E11000 Clearing And Grubbing 008 202E20010 Headwall Removed 10.00 EA 010 202E23000 Pavement Removed, 88.00 SQYD Concrete 012 202E23010 Pavement Removed, Asphalt

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

Addendum 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 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 information

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS Section Page 13-1 GENERAL... 13.1 13-1.01 Preservation of Property... 13.1 13-1.02 Overloading, Pavement Protection & Repair... 13.1 13-2 REMOVING EXISTING

More information

College Station, TX. Legislation Details (With Text)

College Station, TX. Legislation Details (With Text) City Hall 1101 Texas Ave 77840 Legislation Details (With Text) File #: 18-0233 Version: 1 Name: Veterans Park and Athletic Complex Build Out Phase 1 Construction Contract Type: Contract Status: Consent

More information

SPECIAL PROVISION Detours, Barricades, Warning Signs, Sequence of Work, etc.

SPECIAL PROVISION Detours, Barricades, Warning Signs, Sequence of Work, etc. 2004 Specifications CSJ 0299-04-049, Etc. SPECIAL PROVISION 000---979 Detours, Barricades, Warning Signs, Sequence of Work, etc. 1. Description of Project. A. General. This project provides for the construction

More information

:00 PM CST. McDonald Construction Inc of Slidell $1,002, Magee Excavation & Development LLC $1,

:00 PM CST. McDonald Construction Inc of Slidell $1,002, Magee Excavation & Development LLC $1, General Info Number: 316-00-17-47-2 Description: Lake Village Drainage Improvements - N. Pearl Mill & Overlay Deadline: 2017-7-9 2:00 PM CST Bids Business Bid Total McDonald Construction Inc of Slidell

More information

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California 93030 Tel 805.385.8280 October 24, 2018 ADDENDUM NO. 2 Vineyard Avenue Street Resurfacing Project PW 16-12 SCHEDULED

More information

Avenue 52/Grapefruit Boulevard Railroad Grade Separation Project PRE-BID REQUEST FOR INFORMATION

Avenue 52/Grapefruit Boulevard Railroad Grade Separation Project PRE-BID REQUEST FOR INFORMATION The City received a total of 67Pre-Bid Questions listed in table below. Note that some of the questions are duplicate. Formal responses are forthcoming via addendum shortly. No. 1 2 3 4 5 6 Plan/SSP/ Page

More information

PUBLIC WORKS/ENGINEERING DEPARTMENT

PUBLIC WORKS/ENGINEERING DEPARTMENT PUBLIC WORKS/ENGINEERING DEPARTMENT ADDENDUM NO. 1 April 9, 016 TOWN OF MORAGA 016 Full Depth Reclamation Project CIP No. 08-106 TO: Prospective Bidders and Interested Parties This Addendum shall be considered

More information

Amendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents

Amendments 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 information

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON - April 24, 2017 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 25, 2017 in accordance

More information

CHAPTER 20 PUBLIC IMPROVEMENTS OPINION OF COSTS TABLE OF CONTENTS

CHAPTER 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 information

ADDENDUM #1 ISSUE DATE: WEDNESDAY, MARCH 16, 2016 BID DATE: TUESDAY, MARCH 22, 2016 AT 12:00 PM (NOON)

ADDENDUM #1 ISSUE DATE: WEDNESDAY, MARCH 16, 2016 BID DATE: TUESDAY, MARCH 22, 2016 AT 12:00 PM (NOON) PROJECT #: 150081 CLIENT: PROJECT TITLE: CITY OF WILMINGTON, OH AIRBORNE CONNECTOR ROAD, PHASE 1 ISSUE DATE: WEDNESDAY, MARCH 16, 2016 BID DATE: TUESDAY, MARCH 22, 2016 AT 12:00 PM (NOON) THIS IS TO CERTIFY

More information

PUBLIC WORKS DEPARTMENT GENERAL NOTES

PUBLIC WORKS DEPARTMENT GENERAL NOTES PUBLIC WORKS DEPARTMENT GENERAL NOTES 1. All construction shall be in strict accordance with the standards of the City of Southlake and governed by the North Central Texas Council of Government's Standard

More information

Riverside County Transportation Department Summary of Bids

Riverside County Transportation Department Summary of Bids 1 COUNTY'S ESTIMATE Skanska USA Civil West CA Dist. Riverside, CA 92509 ITEM NO. ITEM CODE CONTRACT ITEM UNITS QUANTITY UNIT PRICE ENG ESTIMATE BID UNIT PRICE BID ESTIMATE 1 066100 DUST CONTROL LS 1 3,000.00

More information

MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : PROJECTS STP-1277(700)S

MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : PROJECTS STP-1277(700)S MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : 012777.00 PROJECTS ------------------------------ STP-1277(700)S COUNTY : ANDROSCOGGIN CONTRACT ID : 012777.00 MAINE

More information

Request for Proposal (RFP) Bid No: VJ Addendum No. 2

Request for Proposal (RFP) Bid No: VJ Addendum No. 2 Request for Proposal (RFP) Bid No: 18-07-1894VJ Addendum No. 2 Date: August 17, 2018 To: All Proposers Subject: Addendum No. 2 Consisting of Eleven (11) Pages RFP No.: Project Name: Owner: 18-07-1894VJ

More information

November 29, CITY OF PLANT CITY Purchasing Division (813)

November 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 information

SUPPLEMENTAL DRAWINGS

SUPPLEMENTAL DRAWINGS CITY OF GREATER SUDBURY SUPPLEMENTAL DRAWINGS TO THE ONTARIO PROVINCIAL STANDARD DRAWINGS Rev: February 2012 CITY OF GREATER SUDBURY STANDARD DRAWINGS TABLE OF CONTENTS Greater Sudbury Standard Drawings

More information

4TH STREET SEWER EXTENSION TO MBR PLANT BID SOLICITATION NO

4TH 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 information

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

BID ITEM ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. QUANTITY UNIT ITEM COST COST COST COST COST COST COST COST PAGE 1 BID OPENING: JULY 27, 2010 ENGINEER'S ESTIMATE: $18,092,457.75 CONTRACT NO.100510 SPEEDWAY BOULEVARD, CAMINO SECO TO HOUGHTON ROAD IMPROVEMENTS *FOR A MORE DETAILED ITEM DESCRIPTION* *REFER TO PROPOSAL

More information

LJA Engineering, Inc.

LJA 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 information

DOCUMENT ADDENDA AND MODIFICATIONS

DOCUMENT 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 information

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS

More information

Tabulation of Bids 8 September 2017 MILL CREEK / PEAKS BRANCH / STATE THOMAS DRAINAGE RELIEF PROJECT

Tabulation of Bids 8 September 2017 MILL CREEK / PEAKS BRANCH / STATE THOMAS DRAINAGE RELIEF PROJECT SCHEDULE 1 BASE BID: PROJECT-WIDE ITEMS All work exclusive of Items listed separately, including tunnel between Station 8+00 and 1 1 LS Station 271+85 $191,675,695.00 $191,675,695.00 $190,592,000.00 $190,592,000.00

More information