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

Size: px
Start display at page:

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

Transcription

1

2

3 EXHIBIT A CONTRACTOR'S COMPENSATION SCHEDULE FOR ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number) ITEM NO. P-S-F DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1 Roadway Maintenance and Control of Traffic LS 2 Pedestrian Maintenance and Control of Traffic LS 3 Changeable Message Sign (CMS) Boards EA 4 Construction Layout and Staking LS 5 Prepare Storm Water Pollution Prevention Plan (SWPPP) LS 6 Street Sweeping LS 7 Temporary Concrete Washout Facility EA 8 Temporary Fiber Roll LF 9 Temporary Drainage Inlet Protection EA 10 Temporary Cover SY 11 Clearing and Grubbing LS 12 F Roadway Excavation CY 13 Remove Existing Concrete Curb & Gutter LF 14 Remove Existing Miscellaneous Concrete (sidewalk, walkway, & driveway) SF 15 Remove Existing Drop Inlet EA 16 Raise and/or Lower Frames, Covers and Grates to Grade EA 17 Install City Standard S-1, 4" PCC Sidewalk & Walkway SF 18 Install City Standard S-1, 6" PCC Sidewalk SF 19 Install City Standard S-2, PCC Vertical Curb & Gutter LF 20 Install City Standard S-27, PCC Pedestrian Ramp EA 21 Install City Standard S-27, PCC Pedestrian Ramp EA 22 Install Modified City Standard S-27A, PCC Pedestrian Ramp EA 23 Install City Standard S-5, PCC Residential Driveway SF 24 Install City Standard S-5A, PCC Commercial Driveway SF 25 Storm Drain Pipe - 10" HDPE w/ City Standard S-12M Concrete Cradle LF 26 Storm Drain Pipe - 12" Class IV RCP LF 27 Storm Drain Pipe - 15" Class IV RCP LF 28 Storm Drain Pipe - 18" Class IV RCP LF 29 Storm Drain Pipe - 10" HDPE LF 30 Storm Drain Pipe - 12" HDPE LF 31 Storm Drain Pipe - 15" HDPE LF 32 Storm Drain Pipe - 42" HDPE LF CF-4 A3

4 CONTRACTOR'S COMPENSATION SCHEDULE FOR ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number) ITEM NO. P-S-F DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 33 Install City Standard S-10, 48" Storm Drain Manhole EA 34 Install City Standard S-10, 60" Storm Drain Manhole EA 35 Install City Standard S-10, 72" Storm Drain Manhole EA 36 Install City Standard S-7, Storm Drain Drop Inlet EA 37 Install City Standard S-7 Modified, Storm Drain Drop Inlet EA 38 Convert Drainage Inlets to Manholes EA 39 Storm Drain Pipe Connections EA 40 Sanitary Sewer Pipe - 8" PVC LF 41 Sanitary Sewer lateral - 4" PVC EA 42 Sanitary Sewer Pipe Connections EA 43 Install City Standard S-10, Sanitary Sewer Manhole EA 44 Pavement Replacement - City Standard S-17 Type A, Alternate #2 SF 45 Trench Bracing LF 46 Aggregate Base - Class 2 TN 47 Hot Mix Asphalt - Type A TN 48 Thermoplastic Pavement Markings SF 49 Install LED Street Lighting EA 50 Install Electrical Service Pedestal EA 51 Install #5 Pull Box EA 52 Install 2" Streetlight Conduit LF 53 Install #8 Streetlight Conductor LF 54 Install Datum Monument EA 55 Relocate Roadsign Signs EA 56 Tree Root Investigation LF 57 Remove Tree EA 58 Fir Bark Mulch SF BID TOTAL CF-5 A3

5 CONTRACTOR'S PROPOSAL FORM FOR ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number) ITEM NO. P-S-F DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1 Roadway Maintenance and Control of Traffic 1 LS 2 Pedestrian Maintenance and Control of Traffic 1 LS 3 Changeable Message Sign (CMS) Boards 3 EA 4 Construction Layout and Staking 1 LS 5 Prepare Storm Water Pollution Prevention Plan (SWPPP) 1 LS 6 Street Sweeping 1 LS 7 Temporary Concrete Washout Facility 2 EA 8 Temporary Fiber Roll 100 LF 9 Temporary Drainage Inlet Protection 15 EA 10 Temporary Cover 20 SY 11 Clearing and Grubbing 1 LS 12 F Roadway Excavation 8,000 CY 13 Remove Existing Concrete Curb & Gutter 3,432 LF 14 Remove Existing Miscellaneous Concrete (sidewalk, walkway, & driveway) 4,002 SF 15 Remove Existing Drop Inlet 5 EA 16 Raise and/or Lower Frames, Covers and Grates to Grade 14 EA 17 Install City Standard S-1, 4" PCC Sidewalk & Walkway 12,019 SF 18 Install City Standard S-1, 6" PCC Sidewalk 220 SF 19 Install City Standard S-2, PCC Vertical Curb & Gutter 5,878 LF 20 Install City Standard S-27, PCC Pedestrian Ramp 2 EA 21 Install City Standard S-27, PCC Pedestrian Ramp 3 EA 22 Install Modified City Standard S-27A, PCC Pedestrian Ramp 25 EA 23 Install City Standard S-5, PCC Residential Driveway 6,880 SF 24 Install City Standard S-5A, PCC Commercial Driveway 680 SF 25 Storm Drain Pipe - 10" HDPE w/ City Standard S-12M Concrete Cradle 356 LF 26 Storm Drain Pipe - 12" Class IV RCP 215 LF 27 Storm Drain Pipe - 15" Class IV RCP 275 LF 28 Storm Drain Pipe - 18" Class IV RCP 69 LF 29 Storm Drain Pipe - 10" HDPE 162 LF 30 Storm Drain Pipe - 12" HDPE 114 LF 31 Storm Drain Pipe - 15" HDPE 275 LF 32 Storm Drain Pipe - 42" HDPE 1,067 LF PF-4 A3

6 CONTRACTOR'S PROPOSAL FORM FOR ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number) ITEM NO. P-S-F DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 33 Install City Standard S-10, 48" Storm Drain Manhole 7 EA 34 Install City Standard S-10, 60" Storm Drain Manhole 4 EA 35 Install City Standard S-10, 72" Storm Drain Manhole 2 EA 36 Install City Standard S-7, Storm Drain Drop Inlet 21 EA 37 Install City Standard S-7 Modified, Storm Drain Drop Inlet 4 EA 38 Convert Drainage Inlets to Manholes 2 EA 39 Storm Drain Pipe Connections 13 EA 40 Sanitary Sewer Pipe - 8" PVC 1,009 LF 41 Sanitary Sewer lateral - 4" PVC 29 EA 42 Sanitary Sewer Pipe Connections 2 EA 43 Install City Standard S-10, Sanitary Sewer Manhole 4 EA 44 Pavement Replacement - City Standard S-17 Type A, Alternate #2 880 SF 45 Trench Bracing 2,217 LF 46 Aggregate Base - Class 2 8,350 TN 47 Hot Mix Asphalt - Type A 1,795 TN 48 Thermoplastic Pavement Markings 512 SF 49 Install LED Street Lighting 27 EA 50 Install Electrical Service Pedestal 3 EA 51 Install #5 Pull Box 46 EA 52 Install 2" Streetlight Conduit 4,030 LF 53 Install #8 Streetlight Conductor 12,090 LF 54 Install Datum Monument 4 EA 55 Relocate Roadsign Signs 12 EA 56 Tree Root Investigation 100 LF 57 Remove Tree 20 EA 58 Fir Bark Mulch 34,000 SF BID TOTAL PF-5 A3

7

8

9

10

11

12

13

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

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

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 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

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

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

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

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

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

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

City of Town & Country Wirth Tract Development

City of Town & Country Wirth Tract Development ENGINEER'S OPINION SUMMARY OF PROBABLE COSTS // BASED ON PRELIMINARY PLAN DATED // City of Town & Country Wirth Tract Development SUMMARY TOTAL GRADING AMOUNT,0. TOTAL SANITARY SEWER AMOUNT,0.0 TOTAL STORM

More information

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

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

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

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

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

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

: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

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

OAK MARSH PHASE II FEASIBILITY REPORT CITY OF MANKATO MINNEOSTA. January 20, 2015 Project No

OAK 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 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

(ENGLISH UNITS) FILE:

(ENGLISH UNITS) FILE: J u l i a R. B u e r e n, D i r e c t o r Deputy Directors Brian M. Balbas Stephen Kowalewski Steven Silveira Joe Yee Memo TO: Engineering Services Staff DATE: FROM: Warren Lai, Assistant Public Works

More information

INVITATION TO BIDDERS. Solicitation No. CO-00157

INVITATION 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 information

TABULATION OF BIDS DODGE CITY REGIONAL AIRPORT DODGE CITY, KANSAS RECONSTRUCT RUNWAY 14-32: SUMMARY PROJECT NO.: AIP

TABULATION OF BIDS DODGE CITY REGIONAL AIRPORT DODGE CITY, KANSAS RECONSTRUCT RUNWAY 14-32: SUMMARY PROJECT NO.: AIP RECONSTRUCT RUNWAY 14-32: SUMMARY., BID SUMMARY TOTAL COST TOTAL COST TOTAL COST TOTAL COST TOTAL COST Schedule 1 Cost of Construction $4,717,480.00 $5,106,762.00 $5,697,026.50 $4,430,910.42 $4,640,166.10

More information

BRIDGE DISTRICT. City of West Sacramento. Phase 1 Infrastructure Improvement Project. Monthly Status Report

BRIDGE DISTRICT. City of West Sacramento. Phase 1 Infrastructure Improvement Project. Monthly Status Report BRIDGE DISTRICT Phase 1 Infrastructure Improvement Project (for work completed thru November 2011) Cover Photo: Joint Utility Trench installation along Fifth Street just north of Bridge Street. Page 1

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

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

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

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

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

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

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

PUBLIC WORKS DEPARTMENT THORNTON ROAD WIDENING PROJECT NO. PW1428

PUBLIC WORKS DEPARTMENT THORNTON ROAD WIDENING PROJECT NO. PW1428 PUBLIC WORKS DEPARTMENT BID FORMS FOR THORNTON ROAD WIDENING PROJECT NO. PW1428 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL Job Walk:

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

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

ADDENDUM NO. 1. ISSUED: March 23, 2018 PROJECT: Aurora, Indiana. BID DATE: March 27, 2018

ADDENDUM NO. 1. ISSUED: March 23, 2018 PROJECT: Aurora, Indiana. BID DATE: March 27, 2018 ADDENDUM NO. 1 ISSUED: March 23, 2018 PROJECT: 2 nd Street CCMG Project BID DATE: March 27, 2018 The following addenda items modify, change, delete from or add to the requirements of the Contract Documents

More information

BID FORM (LUMP SUM CONTRACT)

BID 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 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

Chapter 3: Permit Procedures and Requirements

Chapter 3: Permit Procedures and Requirements Chapter 1: General Provisions 1 1 Short Title 1 2 Jurisdiction 1 3 Amendments and Revisions 1 4 Enforcement Responsibility 1 5 Review Process 1 6 Prior Approval 1 7 Relationship to Other Standards 1 8

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

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

TABLE OF DRAWINGS. Pierce County Public Works & Utilities

TABLE OF DRAWINGS. Pierce County Public Works & Utilities Section A Concrete and Asphalt Concrete Pavement and Roadway Sections PC.A1.1 Arterial with Cement Concrete Traffic Curb and Gutter and Sidewalk, Closed Drainage 05/10/2018 PC.A1.2 Arterial with Cement

More information

BID 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 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 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

New Jersey Department of Transportation DATE : 05/17/12 PAGE : TABULATION OF BIDS

New Jersey Department of Transportation DATE : 05/17/12 PAGE : TABULATION OF BIDS PAGE : 409-1 CONTRACT TIME : 02/28/13 COMPLETION DATE CONTRACT DESCRIPTION : URBAN PROJECT(S) : STATE ROUTE 45 ROADWAY DRAINAGE IMPROVEMENT CONTRACT DP 12409 BOROUGH OF WESTVILLE, GLOUCESTER COUNTY VENDOR

More information

TABLE OF DRAWINGS. Pierce County Public Works & Utilities

TABLE OF DRAWINGS. Pierce County Public Works & Utilities Section A Concrete and Asphalt Concrete Pavement and Roadway Sections PC.A1.1 Arterial with Cement Concrete Traffic Curb and Gutter and Sidewalk, Closed Drainage 04/01/2019 PC.A1.2 Arterial with Cement

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

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

RFB 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, 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 information

GENERAL NOTES AND CONDITIONS STORM SEWER 1. ALL EARTHWORK, GRADING AND PAVING SHALL BE PERFORMED IN ACCORDANCE WITH STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION IN ILLINOIS, STATE OF ILLINOIS

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

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

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

Tacoma Mall Office Building 4301 South Pine Street, Suite 446 Tacoma, Washington (253) Fax (253)

Tacoma Mall Office Building 4301 South Pine Street, Suite 446 Tacoma, Washington (253) Fax (253) Tacoma Mall Office Building 4301 South Pine Street, Suite 446 Tacoma, Washington 98409-7207 (253) 798-7250 Fax (253) 798-4233 www.piercecountywa.org/roadstandards March 2012 Comment Form Date: To: From:

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

SECTION 1500 REMOVALS

SECTION 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 information

8 PROJECT IMPLEMENTATION

8 PROJECT IMPLEMENTATION 8 PROJECT IMPLEMENTATION 8.1 Opinions of Costs The construction cost estimate for Grant Road Improvement Plan, based on quantities from the 30 percent construction plans is $102,120,380 in 2008 dollars.

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

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

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

CITY OF ROSEVILLE CONSTRUCTION STANDARDS - CST

CITY OF ROSEVILLE CONSTRUCTION STANDARDS - CST CITY OF ROSEVILLE CONSTRUCTION STANDARDS - CST Abbreviations AB 1-3 Section 11 Purpose and Definitions 11-1 Purpose PD 1 11-2 Construction Practice PD 1 11-3 Definitions PD 1 Section 12 Construction Area

More information

Kansas Department of Transportation DISTRICT 1. Project(s): 089 U / HSIP-U231(701) Min: Max:

Kansas Department of Transportation DISTRICT 1. Project(s): 089 U / HSIP-U231(701) Min: Max: Page 1 of 18 SECTION: 01 COMMON ITEMS 1 025323 MOBILIZATION 2 070626 MOBILIZATION (DBE) 3 025600 FIELD OFFICE AND LABORATORY (TYPE A) 4 012340 FOUNDATION STABILIZATION (SET PRICE) 5 020100 CONTRACTOR CONSTRUCTION

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

ENGINEERING DESIGN & IMPROVEMENT STANDARDS

ENGINEERING DESIGN & IMPROVEMENT STANDARDS ENGINEERING DESIGN & IMPROVEMENT STANDARDS 2016 Prepared by: Engineering Division For latest edition of these Improvement Standards, refer to City of Visalia website at: www.visalia.city/engineeringdocuments

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

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

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

SECTION PAYMENT PROCEDURES

SECTION PAYMENT PROCEDURES SECTION 01 29 00 PAYMENT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. For each BID item, the WORK will be measured and paid for on either a unit price basis or on a lump sum basis. The quantities

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

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed

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

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

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

FDOT REF. ITEM DESCRIPTION

FDOT REF. ITEM DESCRIPTION EXHIBIT B NAPLES BASIN V Stormwater Improvements BID TABULATION SUMMARY OF PAY ITEMS FDOT REF. ITEM DESCRIPTION Est. Quant. Cost 0 Mobilization LS 02 2 Maintenance of Traffic LS 3 Preconstruction Audio/Video

More information

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02 ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 28, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance

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

ADDENDUM 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 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 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

Project Type: Drainage and Storm Systems

Project Type: Drainage and Storm Systems 580 Dakin Avenue Box Culvert & Utility Improvements Project $944,952 Improvements to approx. 3,000 lf of existing 4'x5' concrete box culvert; clean interior, patch surface, fill joints/cracks; install

More information

TABLE OF CONTENTS. Chapter 3 - WATER MAIN, VALVES, HYDRANTS AND APPURTENANCES. Chapter 4 - SANITARY SEWER. Chapter 5 - STORM SEWER

TABLE OF CONTENTS. Chapter 3 - WATER MAIN, VALVES, HYDRANTS AND APPURTENANCES. Chapter 4 - SANITARY SEWER. Chapter 5 - STORM SEWER Chapter 3 - WATER MAIN, VALVES, HYDRANTS AND APPURTENANCES Chapter 4 - SANITARY SEWER Chapter 5 - STORM SEWER Chapter 6 - EXCAVATION, TRENCING, BACKFILLING, AND BEDDING Chapter 11 - CONCRETE CURBS, CURB

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

DECEMBER 5, 2017 AT 2:00 P.M. (EASTERN TIME) (Estimated Cost: $5,000,000) Bids

DECEMBER 5, 2017 AT 2:00 P.M. (EASTERN TIME) (Estimated Cost: $5,000,000) Bids General Info Number: PROJECT NO. 43-17-04 : BRIDGE DECK REPAIR AND BRIDGE REMOVAL OHIO TURNPIKE OVER QUARRY ROAD, M.P. 138.0 OHIO TURNPIKE OVER INACTIVE RAILROAD, M.P. 138.2 LORAIN COUNTY, OHIO Deadline:

More information

BASE BID FORM FY 2015

BASE BID FORM FY 2015 BASE BID FORM FY 2015 STORMWATER TREATMENT AREA - BASE BID (FY2015) THE LUMP SUM (LS) PRICES FOR ITEMS 1-6 SHALL BE DONE IN ACCORDANCE WITH THE CONTRACT DOCUMENTS AND SPECIFICATIONS AND ALL APPLICABLE

More information

General Legend Details...100

General Legend Details...100 SECTION 1 - ROADWAYS TABLE OF CONTENTS General Legend Details......100 Details Roadway Section......... 110 Residential Street Intersection.........115 Waterway and Waterway Transition Detail........116

More information

General Water Bid Items Item No.

General Water Bid Items Item No. 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 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

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents

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

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 - PART 1 GENERAL 1.01 THE REQUIREMENT A. Payment for various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing

More information

ADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No.

ADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No. ADDENDUM #3 STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No. 2016-003; Federal Project No. DEM10L-5209(008) November 9, 2017 Addendum for: AND IA STATE ROUTE 60 AT POTRERO

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

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form. ADDENDUM #2 JUNE 30, 2017 APRON REHABILITATION PHASE 3 HENRY E. ROHLSEN AIRPORT ST. CROIX, U.S. VIRGIN ISLANDS FAA AIP No.: 3-78-0002-037-2017 This addendum modifies or interprets the proposal documents

More information

Tacoma Mall Office Building 4301 South Pine Street, Suite 446 Tacoma, Washington (253) Fax (253)

Tacoma Mall Office Building 4301 South Pine Street, Suite 446 Tacoma, Washington (253) Fax (253) Tacoma Mall Office Building 4301 South Pine Street, Suite 446 Tacoma, Washington 98409-7207 (253) 798-7250 Fax (253) 798-4233 www.piercecountywa.org/roadstandards March 2012 Foreword This manual contains

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

County of Georgetown, South Carolina

County of Georgetown, South Carolina County of Georgetown, South Carolina 129 Screven Street, Suite 239 Georgetown, SC 29440-3641 Post Office Box 421270, Georgetown, SC 29442-4200 (843)545-3082 Fax (843)545-3500 purch@gtcounty.org ADDENDUM

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

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

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

ADDENDUM TO THE CONTRACT. for the. Switzer Creek Subdivision Contract No. E ADDENDUM NO.: FOUR CURRENT DEADLINE FOR BIDS: September 23, 2015

ADDENDUM TO THE CONTRACT. for the. Switzer Creek Subdivision Contract No. E ADDENDUM NO.: FOUR CURRENT DEADLINE FOR BIDS: September 23, 2015 ADDENDUM TO THE CONTRACT for the ENGINEERING DEPARTMENT Switzer Creek Subdivision Contract No. E16-046 ADDENDUM NO.: FOUR CURRENT DEADLINE FOR BIDS: September 23, 2015 PREVIOUS ADDENDA: THREE ISSUED BY:

More information