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

Size: px
Start display at page:

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

Transcription

1 S&L Gravel, Section B: Proposal Page TRAFFIC CONTROL - LUMP SUM 1.00 $6, $6, $6, $10, TRAFFIC CONTROL SIGN - PORTABLE ARROW BOARD - DAYS $25.00 $ $25.00 $ TRAFFIC CONTROL SIGN - PORTABLE CHANGEABLE MESSAGE - DAYS $ $2, $ $ ROOT CUTTING - CURB AND GUTTER - L.F $18.00 $1, $10.00 $ ROOT CUTTING - SIDEWALK - L.F $18.00 $ $10.00 $ MOBILIZATION - LUMP SUM 1.00 $70, $70, $190, $188, EXCAVATION CUT - C.Y $21.00 $64, $23.75 $ UNDERDRAIN - L.F $14.00 $1, $12.00 $ GEOTEXTILE FABRIC TYPE SAS (NON-WOVEN) - S.Y $3.00 $3, $0.95 $ BREAKER RUN - TON $15.60 $25, $10.00 $ TOPSOIL - S.Y $4.50 $12, $3.05 $ SAWCUT CONCRETE PAVEMENT, FULL DEPTH - L.F $2.20 $ $2.20 $ SAWCUT ASPHALT PAVEMENT - L.F $2.00 $ $1.25 $ REMOVE CONCRETE PAVEMENT - S.Y $5.00 $28, $1.00 $ REMOVE CONCRETE CURB & GUTTER - L.F $3.00 $4, $7.50 $ REMOVE CONCRETE SIDEWALK & DRIVE - S.F $3.30 $25, $2.60 $ REMOVE CONCRETE STEPS - S.F $5.00 $ $14.00 $ CLEARING - I.D $45.00 $4, $30.10 $ GRUBBING - I.D $45.00 $4, $30.10 $ TERRACE SEEDING - S.Y $1.80 $3, $2.40 $ SODDING - S.Y $5.00 $4, $11.85 $ SOD DROUGHT WATERING - EACH 2.00 $1, $3, $2, $1, EROSION MATTING, CLASS I, TYPE A - ORGANIC - S.Y $2.40 $4, $1.65 $ TYPE "A" CONCRETE CURB & GUTTER - L.F $22.00 $30, $35.00 $ TYPE "X" CONCRETE CURB & GUTTER - L.F $30.00 $3, $41.00 $ HAND FORMED CONCRETE $30.00 $1, $41.10 $28.00 PAGE 1 of 5

2 S&L Gravel, INCH CONCRETE SIDEWALK - S.F $6.30 $25, $6.10 $ INCH CONCRETE SIDEWALK & DRIVE - S.F $7.60 $30, $7.00 $ CONCRETE STEPS - S.F $45.00 $5, $75.60 $ CURB RAMP DETECTABLE WARNING FIELDS - S.F $30.00 $2, $30.40 $ CRUSHED AGGREGATE BASE COURSE, GRADATION NO. 1 - TON $18.00 $36, $19.90 $ CRUSHED AGGREGATE BASE COURSE, GRADATION NO. 2 - TON $18.00 $28, $19.90 $ HMA PAVEMENT TYPE E $65.50 $97, $64.78 $ TACK COAT - GAL $3.05 $1, $3.00 $ ASPHALT DRIVE & TERRACE - S.Y $52.00 $2, $35.00 $ TEMPORARY PAVEMENT MARKING TAPE, REMOVABLE, REFLECTIVE, DOUBLE LINE, 4-INCH - L.F $2.00 $1, $2.00 $ REPAIR CONCRETE STEPS (UNDISTRIBUTED) - S.F $10.00 $ $75.00 $ RESET LANDMARK PLAQUES - EACH 1.00 $1, $1, $1, $ CRACK AND DAMAGE SURVEYS - EACH 8.00 $1, $14, $1, $1, TRAFFIC CONTROL FLEXIBLE TUBULAR MARKER POSTS - EACH $30.00 $1, $30.00 $ TRAFFIC CONTROL FLEXIBLE TUBULAR MARKER BASES - EACH $5.00 $ $5.00 $ TRAFFIC CONTROL FOR STORM SEWER INSTALLATION - LUMP SUM 1.00 $2, $2, $2, $ CLEAR STONE - TON $18.00 $11, $20.25 $ REMOVE INLET - EACH 5.00 $ $2, $ $ ABANDON SEWER PIPE WITH SLURRY (STORM) - C.Y $2, $2, $1, $1, EROSION CONTROL INSPECTION - EACH 5.00 $ $2, $ $ STREET CONSTRUCTION ENTRANCE BERM - EACH 3.00 $ $ $ $ STREET SWEEPING - LUMP SUM 1.00 $5, $5, $8, $5, STREET CONSTRUCTION STONE BERM - EACH $ $3, $ $ PAGE 2 of 5

3 S&L Gravel, INLET PROTECTION TYPE D HYBRID - PROVIDE & INSTALL - EACH $ $5, $ $ INLET PROTECTION TYPE D HYBRID - MAINTAIN - EACH $80.00 $4, $13.00 $ INLET PROTECTION TYPE D HYBRID - REMOVE - EACH $25.00 $ $32.00 $ FULL WIDTH GRINDING - S.Y $11.10 $4, $10.95 $ SELECT BACKFILL FOR STORM SEWER - T.F $0.01 $5.76 $0.01 $ INCH TYPE I RCP STORM SEWER PIPE - L.F $83.00 $24, $76.15 $ INCH TYPE II PAVEMENT STORM SEWER PIPE - L.F $83.00 $20, $76.15 $ INCH TYPE II PAVEMENT STORM SEWER PIPE - L.F $89.00 $2, $86.65 $ 'X6' CATCHBASIN - L.F $8, $8, $8, $9, 'X3' STORM SAS - EACH 4.00 $2, $9, $3, $3, TYPE H INLET - EACH 9.00 $2, $18, $3, $2, STORM SEWER TAP - EACH 2.00 $ $1, $3, $ PRIVATE STORM SEWER RECONNECT, TYPE 1 - EACH 4.00 $1, $6, $2, $1, PRIVATE STORM SEWER RECONNECT, TYPE 2 - EACH 1.00 $1, $1, $2, $2, TRAFFIC CONTROL FOR SANITARY SEWER INSTALLATION - LUMP SUM 1.00 $2, $2, $2, $ REMOVE SEWER ACCESS STRUCTURE (SANITARY) - EACH 7.00 $ $6, $ $ REMOVE PIPE (SANITARY) - L.F $61.00 $2, $33.00 $ ABANDON SEWER ACCESS STRUCTURE (SANITARY) - EACH 2.00 $ $1, $ $ RECONSTRUCT BENCH AND FLOWLINE(S) - EACH 1.00 $ $ $1, $1, SELECT BACKFILL SANITARY SEWER - T.F $0.01 $23.07 $0.01 $ INCH PVC SANITARY SEWER PIPE - L.F $ $158, $ $ SANITARY SEWER LATERAL (SDR 35, SDR 26) - L.F $32.00 $27, $42.75 $ RECONNECT SANITARY SEWER LATERAL - EACH $4, $96, $3, $3, WASTEWATER CONTROL - LUMP SUM 1.00 $5, $5, $3, $10, ' DIA SAS - EACH 9.00 $3, $31, $3, $4, SEWER ELECTRONIC MARKERS - EACH $75.00 $4, $38.00 $50.00 PAGE 3 of 5

4 S&L Gravel, SANITARY SEWER TAP - EACH 7.00 $1, $9, $5, $3, FURNISH & INSTALL 3 INCH PVC (SCHEDULE 80) CONDUIT - LF $9.00 $2, $9.00 $ FURNISH & INSTALL 2 INCH PVC (SCHEDULE 80) CONDUIT - LF $7.00 $5, $7.00 $ FURNISH & INSTALL 2 INCH PVC (SCHEDULE 40) CONDUIT - LF $6.50 $16, $6.50 $ GOPHER RACEWAY FOR ELECTRICAL CONDUIT - LF $25.00 $11, $25.00 $ ELECTRICAL TRENCH - LF $4.00 $9, $4.00 $ CONSTRUCT LB-1 BASE - EACH $ $19, $ $ CONSTRUCT LB-3 BASE - EACH 4.00 $ $3, $ $ CONSTRUCTION OFFSET BASE - EACH 1.00 $1, $1, $1, $1, CONSTRUCT TYPE "M' BASE - EACH 1.00 $1, $1, $1, $1, REMOVE STREET LIGHT BASE - EACH $ $2, $ $ REMOVE ELECTRICAL HANDHOLE - EACH 2.00 $ $ $ $ AUGER CONCRETE ELECTRICAL BASE - EACH 1.00 $ $ $ $ CONSTRUCT ELECTRICAL HANDHOLE TYPE 1 - EACH 3.00 $ $2, $ $ CONSTRUCT ELECTRICAL HANDHOLE TYPE 5 - EACH 3.00 $1, $3, $1, $1, INSTALL AND MAINTAIN SUPPORT STRUCTURES - LS 1.00 $25, $25, $25, $25, FURNISH & INSTALL 2 INCH PVC (SCHEDULE 80) CONDUIT - LF $7.00 $3, $7.00 $ FURNISH & INSTALL 2 INCH PVC (SCHEDULE 40) CONDUIT - LF $6.50 $6, $6.50 $ GOPHER RACEWAY FOR ELECTRICAL CONDUIT - LF $25.00 $2, $25.00 $ ELECTRICAL TRENCH - LF $4.00 $2, $4.00 $ REMOVE ELECTRICAL HANDHOLE - EACH 1.00 $ $ $ $ CONSTRUCT ELECTRICAL HANDHOLE TYPE 1 - EACH 5.00 $ $4, $ $ CONSTRUCT ELECTRICAL HANDHOLE TYPE 5 - EACH 1.00 $1, $1, $1, $1, TRAFFIC CONTROL FOR WATER MAIN INSTALLATION - LUMP SUM 1.00 $9, $9, $2, $ PAGE 4 of 5

5 S&L Gravel, FURNISH AND INSTALL 6- INCH PIPE & FITTINGS - L.F $ $25, $ $ FURNISH AND INSTALL 8- INCH PIPE & FITTINGS - L.F $ $114, $97.65 $ FURNISH AND INSTALL 6- INCH WATER VALVE - EACH 6.00 $1, $10, $1, $1, FURNISH AND INSTALL 8- INCH WATER VALVE - EACH 6.00 $2, $13, $1, $2, SALVAGE HYDRANT - EACH 1.00 $ $ $1, $ REPLACE 1½-INCH COPPER SERVICE LATERAL - EACH 1.00 $4, $4, $3, $3, RECONNECT 1-INCH SERVICE LATERAL - EACH 9.00 $1, $14, $1, $2, RECONNECT 1½-INCH SERVICE LATERAL - EACH 6.00 $3, $20, $2, $2, CUT-IN OR CONNECT TO EXISTING WATER SYSTEM - EACH $2, $23, $2, $4, CUT OFF EXISTING WATER MAIN - EACH 4.00 $1, $7, $2, $2, ABANDON WATER VALVE BOX - EACH $ $2, $ $ ABANDON WATER VALVE ACCESS STRUCTURE - EACH 2.00 $ $1, $ $ FURNISH AND INSTALL INSULATION - L.F $16.00 $ $16.00 $ ADJUST WATER VALVE BOX - EACH 6.00 $ $1, $ $ UTILITY TRENCH PATCH TYPE III - T.F $90.00 $5, $ $ UTILITY LINE OPENING (ULO) - EACH $ $12, $ $ REMOVE OR ABANDON PIPE - LF $41.00 $20, $40.00 $ Items Totals $1,462, $1,579, $1,832, PAGE 5 of 5

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

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

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

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

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

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

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

Company Page 1 of 13

Company Page 1 of 13 ITEM NO. REVISION WBS (ITEM) DESCRIPTION UNIT QUANTITY (WRITTEN) MC-001-5.1 Mobilization/Demobilization and Construction Layout Surveying LS 1 MC-003-6.1 Temporary Construction Items LS 1 MC-003-6.2 Taxiway

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

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

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

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

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

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

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

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

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

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

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

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 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

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

Kansas Department of Transportation DISTRICT 5. Project(s): Min: Max:

Kansas Department of Transportation DISTRICT 5. Project(s): Min: Max: Page 1 of 11 518105 SECTION: 01 COMMON ITEMS 1 020100 CONTRACTOR CONSTRUCTION STAKING 2 025603 FIELD OFFICE 3 025323 MOBILIZATION 4 070626 MOBILIZATION (DBE) 5 025200 REMOVAL OF EXISTING STRUCTURES 6 012340

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

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

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

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

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017 SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017 STANDARD SPECIFICATIONS 102.12 Best Value Contracting Partial payments shall be withheld if contractor is working on site and has not satisfied

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

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

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

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

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

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

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 3690 NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Commissioners Kitsap County 614 Division Street Port

More 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

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

: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

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

CONTRACT ID : COMPLETION DATE : 09/15/08 =========

CONTRACT ID : COMPLETION DATE : 09/15/08 ========= PAGE : 1 COMPLETION DATE : 09/15/08 PROJECT(S): ER-1453(310)X LOCATION(S): YORK, CULVERT REPLACEMENT MAINE STATE DEPARTMENT OF TRANSPORTATION A TRUE COPY : TITLE : ATTEST : CONTRACT DESCRIPTION : YORK,

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Wyman & Simpson Inc. - Richmond, ME $984,032.05 Gordon Contracting - Sangerville, ME $985,607.00 CPM Constructors - Freeport, ME $1,177,689.54 Page 1 of 7 Wyman & Simpson

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 UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices. SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section

More 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

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

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

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

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

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

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

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002) BID TABULATION SUMMARY JOB 940094 PAGE 1 STATE PROJECT NO. 162-080-04 BIDS RECEIVED UNTIL 11:00 A.M. ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002) BETWEEN 2ND STREET NORTH AND 15 STREET NORTH IN ST.

More information

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction and Invitations to Bidders, the undersigned

More 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 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

3Bureau of Construction and Maintenance

3Bureau of Construction and Maintenance Promptly sign and date on the line below, then EMAIL IT BACK TO KDOT, EVEN IF NOT BIDDING. Or you may still FAX IT TO the Estimating Section at (785) 296-0999. Any instructions not followed will result

More information

HALIFAX REGIONAL MUNICIPALITY SECTION

HALIFAX REGIONAL MUNICIPALITY SECTION Delete Section 01 22 00 of the Standard Specifications for Municipal Services, as developed and published by the Nova Scotia Road Builders Association and the Consulting Engineers of Nova Scotia (CENS)

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

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

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

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

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

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

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

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

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

Taxiways P and P7 Drainage Improvements Re-bid CONTRACT NO ADDENDUM NUMBER ONE

Taxiways P and P7 Drainage Improvements Re-bid CONTRACT NO ADDENDUM NUMBER ONE Department of Aviation Airport Office Building 8500 Peňa Boulevard Denver, Colorado (303) 342-2200 www.flydenver.com March 3, 2015 Taxiways P and P7 Drainage Improvements Re-bid ADDENDUM NUMBER ONE This

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. 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

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

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

BID PROPOSAL FORM

BID PROPOSAL FORM GENERAL BID INFORMATION EXHIBIT A PROJECT BID PROPOSAL FORM (ATTACHMENT FOR FORM NO. 96) A. Bidder:. B. Project Name: Parking Lot Remediation #15-01-192 C. Project Location: 1501 W. Washington Street,

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

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

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

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

Addendum No: 3 THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO.3. Closing Time: 2:00 P.M., December 18, 2018 Opening Time: 2:01 P.M., December 18, 2018

Addendum No: 3 THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO.3. Closing Time: 2:00 P.M., December 18, 2018 Opening Time: 2:01 P.M., December 18, 2018 CITY OF WACO Purchasing Services Post Office Box 2570 Waco, Texas 76702-2570 254 / 750-8405 Fax: 254 / 750-8063 www.waco-texas.com Date: 12/18/2018 RFB No: 2018-078 Commodity: South 26 th Street Improvements

More information

FEBRUARY 13, 2019 AT 2:00 P.M. (EASTERN) (Estimated Cost: $9,000,000.00) Bids. Kokosing Construction Company, Inc. $8,623,609.96

FEBRUARY 13, 2019 AT 2:00 P.M. (EASTERN) (Estimated Cost: $9,000,000.00) Bids. Kokosing Construction Company, Inc. $8,623,609.96 General Info Number: PROJECT NO. 43-19-02 Description: BRIDGE DECK REPAIR AND REHABILITATION OHIO TURNPIKE OVER ABANDONED RAILROAD M.P. 34.2, OHIO TURNPIKE OVER STATE ROUTE 108 M.P. 34.5, COUNTY ROUTE

More information

Addendum 1 City of Portsmouth Bid # Chestnut Street Streetscape Project. Issued: July 21, 2017

Addendum 1 City of Portsmouth Bid # Chestnut Street Streetscape Project. Issued: July 21, 2017 Addendum 1 City of Portsmouth Bid # 61-17 Issued: July 21, 2017 This Addendum forms part of the original document marked: Bid#61-17 Chestnut Street Streetscape Project. Item 1 Clarification Existing gas

More 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

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

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

O.L. 3 NORTH 16' 16' 60' PLOT NAME: PLOT SCALE: EOP Sta = 11+90.00 MATCH LINE STA 15+00 134 Sta 68+68.08 16.00'Rt 911.23 TC/PC Sta 15+86.00-16.00'Lt 910.50 TC/PC 5' CONC SW 7" CONC 15+00 16+00 BREEZY GRASS

More information

Kansas Department of Transportation. Counties: Project(s): 106 KA / Max: Min:

Kansas Department of Transportation. Counties: Project(s): 106 KA / Max: Min: Page 1 of 11 517112 SECTION: 01 COMMON ITEMS 1 025323 MOBILIZATION 2 025200 REMOVAL OF EXISTING STRUCTURES 3 011590 TEMPORARY SURFACING MATERIAL (AGGREGATE) (SET PRICE) 4 025324 TRAFFIC CONTROL 5 070580

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

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Scott Construction Corporation - Portland, ME $918,886.00 CPM Constructors - Freeport, ME $1,059,738.71 Wyman & Simpson Inc. - Richmond, ME $1,084,545.00 Page 1 of 7 Scott

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

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

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 04/03/17 Comp. Dt: 10/06/17

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 04/03/17 Comp. Dt: 10/06/17 Letting: 17030200 Letting Dt: March 02, 2017 9:30 A.M. State Proj.: 6216-127 Contract ID: Contract Description: Contract Location: Recommendation: 170023 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION

More information

Federal Project No.: NONE

Federal Project No.: NONE Schedule of Items Page: 2 0001 BASE BID- STA. 10+00-23+00 0010 513 00100 0020 517 00101 MOBILIZATION LUMP SUM LUMP SUM CONSTRUCTION SURVEYING (CONSTRUCTION) 0030 301 00110 LUMP SUM LUMP SUM CLRING AND

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

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

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01. BASIS FOR MEASUREMENT AND PAYMENT Measurement and Payment will be made for only those items included in the Schedule of Unit Prices or Contract

More 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

TABLE OF CONTENTS 1.02 SPECIFICATIONS CONFLICT IN DRAWINGS AND SPECIFICATIONS OR DOCUMENTS PHYSICAL DATA...

TABLE OF CONTENTS 1.02 SPECIFICATIONS CONFLICT IN DRAWINGS AND SPECIFICATIONS OR DOCUMENTS PHYSICAL DATA... TABLE OF CONTENTS SECTION 1 GENERAL 1.01 SCOPE... 1-1 A. Intent... 1-1 B. Taxes... 1-1 C. Permits... 1-1 D. 24 Hour Contact... 1-2 E. Emergency Project Identification Sign... 1-2 F. Notification to City

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

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

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

Bids JANUARY 10, 2019 AT 2:00 P.M. (EASTERN) (Estimated Cost: $29,000,000.00) Miller Bros. Const., Inc. $27,699,031.59

Bids JANUARY 10, 2019 AT 2:00 P.M. (EASTERN) (Estimated Cost: $29,000,000.00) Miller Bros. Const., Inc. $27,699,031.59 General Info Number: PROJECT NO. 43-19-07 Description: BRIDGE REHABILITATION AND 3RD LANE WIDENING OHIO TURNPIKE OVER AI CREEK M.P. 47.4, OHIO TURNPIKE OVER S.R. 64 (N. MAIN ST.) M.P. 47.5 MILEPOST 46.50

More information

E.P. CLARKE ELEMENTARY SCHOOL SITE IMPROVEMENTS

E.P. CLARKE ELEMENTARY SCHOOL SITE IMPROVEMENTS o:\projects\2016\ ep clarke elementary circulation\cad\_civil\ TL.dwg, 1, /5/2016 2:5:02 PM, mle, 1:1 NOTES: Sheet List Table SHT NO. DESCRIPTION COUNTY KEY OFFICIALS LOCAL UTILITIES CALL MISS DIG PROJECT

More information