STREET IMPROVEMENTS PROPOSAL BID ITEMS
|
|
- Bruno Osborne
- 6 years ago
- Views:
Transcription
1 STREET IMPROVEMENTS 1 Excavation 3,525 CY $ $ 2 A.C. Planing (2" to 4" Depth) 20,586 SY $ $ 3 Furnish & Install Asphalt Concrete 4,270 TON $ $ 4 Furnish & Install Aggregate Base 2,955 TON $ $ 5 Remove Exist. PCC Curb & Gutter 1,190 LF $ $ Construct Curb & Gutter Type-A per COA Std. Plan 120. Curb Face Varies From 6" to 8" Remove Exist. Curb Ramp, Curb, Curb & Gutter & Sidewalk & ReConstruct PCC Access Ramp per APWA Std. Plan w/ Detectable Warning Device (3'x4' Truncated Domes) Case & Type per Plan Remove Exist. Driveway & Construct Modified Access Ramp /Driveway Approach 1,010 LF $ $ 6 EA $ $ 9 Remove Exist. Cross Gutter & ReConstruct Cross Gutter per COA Std. Plan 121-A 970 SF $ $ 10 Remove Exist. Sidewalk 660 SF $ $ Construct 4" PCC Sidewalk per COA Std. Plan 110-B & Remove Exist. Alley Intersection & ReConstruct PCC Alley Intersection per COA Std. Plan ,600 SF $ $ 360 SF $ $ P-1
2 13 Furnish & Install New Survey Monument per COA Std. Plan 641-A 4 EA $ $ Excavate & Construct 12" PCC Bus Pad Monolithic w/ Curb & Gutter Adjust Sewer & Storm Drain MH Cover to Grade Adjust WV Box to Grade per COA Std Plan W ,460 SF $ $ 12 EA $ $ 17 EA $ $ 17 Adjust WM Box to Grade 18 Adjust Electrical Vent Pipe to Grade 2 EA $ $ 19 Adjust Electrical Vault to Grade 8 EA $ $ 20 Adjust Electrical Communication Box to Grade 21 Adjust Traffic Signal Pull Box to Grade 22 Furnish & Install False Curb Cover & Frame at Sidewalk 23 Preparation, Submittal & Compliance of Storm Water Pollution Prevention Plan (SWPPP) 24 Remove Exist. CB & Construct New Catch Basin per Std , W=10', V=4.76' & Local Depression per Std. 313 Case-A 25 Furnish & Install Construction Information Sign 2 EA $ $ 26 Traffic Loops Type "E" Circular per COA Std. Plan EA $ $ P-2
3 Furnish & Install 18" RCP 1500-D, Sawcut & Remove Existing Furnish & Install PCC Concrete Collar per Std Construct Concrete Curb Slough Wall per Std. 623 Remove & Reconstruct Case-1 Driveway Approach per Std. 114-A 5 LF $ $ 102 LF $ $ 310 SF $ $ 31 Remove & Dispose Tree 4 EA $ $ 32 Furnish & Install Walk-on-Bark Mulch to Variable Depth of 1"-6" 2,950 SF $ $ 33 Furnish & Install Pedestrian Barricade Furnish & Install Street Sign & Post per City Stds. 425-B & 426-C Remove & Dispose of Existing Street Sign & Post Install Two-Way Left Turn Lane & Type AY & D Raised Pavement Markers per COA Std. Plan 454-C Install 4" Broken White Lane Line & Type A & G Raised Pavement Markers per COA Std. Plan 451-E Install 4" Solid White Lane Line & Type A & G Raised Pavement Markers per COA Std. Plan 451-E Install 8" Solid White Lane Line & A,G,C, Raised Pavement Markers per COA Std. Plan 452-B Install Double Yellow Centerline w/ Type AY & D Raised Pavement Markers per COA Std. Plan 453-A 9 EA $ $ 8 EA $ $ 3,800 LF $ $ 4,300 LF $ $ 700 LF $ $ 800 LF $ $ 950 LF $ $ P-3
4 41 Install 12" Solid White Stop Bar per COA Std. Plan 435-C (Thermoplastic) 350 LF $ $ 42 Install Turn Arrow (Thermoplastic) 8 EA $ $ 43 Install 8' Letter Legend (Thermoplastic) 52 EA $ $ 44 Install Blue Marker 6 EA $ $ 45 Install 2'x13' Painted Longitudinal Blocked Crosswalk Marking per Std. Plan 477 2,150 SF $ $ 46 Install 6" Solid White Bike Lane 3,250 LF $ $ 47 Intall 6" Broken White Bike Lane 600 LF $ $ 48 Install Bicycle Symbol with Arrow 17 EA $ $ 49 Paint Curb 850 LF $ $ 50 Install 4" Solid White Line w/ No Raised Pavement Markers 3,300 LF $ $ WATER IMPROVEMENTS 51 Furnish & Install 6-inch DIP, Class 53, including fittings, joint restraints, thrust blocks, polyethylene wrap, 2-sack cement/s & slurry backfill, AC removal & replacement w/ temporary AC, earthwork, & other appurtenances, complete & operative in place, for the unit price per Linear foot of: 87 LF $ $ 52 Furnish & Install 8-inch DIP, Class 52, including fittings, joint restraints, thrust blocks, polyethylene wrap, 2-sack cement/s & slurry backfill, AC removal & replacement w/ temporary AC, earthwork, & other appurtenances, complete & operative in place, for the unit price per Linear foot of: 880 LF $ $ P-4
5 53 Furnish & Install 8-inch DIP, Class 53, including fittings, joint restraints, thrust blocks, polyethylene wrap, 2-sack cement/s & slurry backfill, AC removal & replacement w/ temporary AC, earthwork, & other appurtenances, complete & operative in place, for the unit price per Linear foot of: 100 LF $ $ 54 Remove Existing Fire Hydrant Assembly; including tee, hydrant valve & other appurtances, Concrete plug exposed ends of 8- inch AC main, for the unit price per each of: 55 Furnish & Install New fire hydrant assembly per Std. No. W-110 including a 6" lateral per project drawings & a break-off check & other appurtances, complete & operative in place, for the unit price per each of: 56 Furnish & Install 6-inch Gate Valve & Box per City St&ard (W-150/151), complete & operative in place, for the unit price per each of: 2 EA $ $ 57 Furnish & Install 8-inch Gate Valve & Box per City St&ard (W-150/151), complete & operative in place, for the unit price per each of: 2 EA $ $ 58 Remove & dispose gate valve, tee, thrust block & Concrete plug exposed ends of 8" AC main, Remove interfering 6" AC main & join with bend & transition coupling & Concrete plug open end of Existing 6" AC main per detail A, W-3159, sheet 1 of 3 for the lump sum price of: P-5
6 59 Remove & dispose gate valve, tee, thrust block & Concrete plug exposed ends of 8" & 6" AC main, Remove interfering 6" AC main & join with bend & transition coupling & Concrete plug open end of Existing 6" AC main per detail B, W-3159, sheet 1 of 3 for the lump sum price of: Remove connection of 6-inch lateral to Existing 8-inch AC main & plug lateral tee & Concrete plug open end of Existing AC main, Remove plug & join west end of 8" tee per detail C, W- 3159, sheet 2 of 3 for the lump sum price of: Remove & dispose pipe/fittings & Concrete plug open end of Existing 8" AC main & MJ plug at tee per detail D, W-3159, sheet 2 of 3 for the lump sum price of: Remove interfering 8"AC pipe & join with bend & transition coupling, Concrete plug open end of Existing 8" AC main at Station 35+38, W- 3159, sheet 3 of 3 for the lump sum price of: Remove & dispose of valve/box & plug open ends of Existing 8" AC main for the lump sum price of: Allowance to accommodate unknown underground obstructions, as directed by City, (used on T&M Basis) DISCREPANCIES- This bid item is to accommodate those portions of the work required by the contract documents, whose method of payment is not included in the bid items above or elsewhere herein, if required, is to be used on a required/approved basis. [Itemization required upon request ] 1 T&M $10, $10, LS P-6
7 GRAND TOTAL $ TOTAL AMOUNT IN NUMBERS: TOTAL AMOUNT IN WORDS: The undersigned bidder certifies that he/she has followed bidder instructions, acknowledges the requirement set forth in this proposal form for bid submission and has thoroughly checked the figures set forth in this proposal, that they are correct to the best of his/her knowledge and constitutes his/her proposal to perform all of the work called out and implied throughout these contract documents. Signature of Bidder Printed Name of Bidder Phone Number Company Name P-7
BIDDER'S PROPOSAL (continued) CITY OF BERKELEY BID PROPOSAL ITEM NO. A: BASE BID
SPECIFICATION 16-11031-C CITY OF BERKELEY BID PROPOSAL A: BASE BID 1 MOBILIZATION 1 LS 2 TRAFFIC CONTROL 1 LS 3 CONTRACTOR INFORMATION SIGN 2 EA 4 CONSTRUCTION AREA SIGN 18 EA 5 PROJECT IDENTIFICATION
More informationDate: 04/20/2018 City Project No.: Addendum No.: 4. The following changes shall be made to the project plans and specifications:
DEVELOPMENT SERVICES PHONE: (209) 668-5520 ENGINEERING DIVISION FAX: (209) 668-5563 156 S. BROADWAY, SUITE 150 TDD: (800) 735-2929 TURLOCK, CA 95380 engineering@turlock.ca.us Date: 04/20/2018 City Project
More informationBID PROPOSAL. Item Description Unit Quantity Unit Price Total Price No. (Unit Price to be written in Words) (Figures) (Figures)
BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned proposes
More informationTHORNTON ROAD WIDENING PROJECT NO. PW1428 B I D D I N G S C H E D U L E
THORNTON ROAD WIDENING PROJECT NO. PW1428 B I D D I N G S C H E D U L E Each bidder shall bid each item of the Base Bid Schedule and Alternate A Bid Schedule. Failure to bid an item shall be just cause
More informationSteese Rd - Curb & Sidewalk Improvement
REF. NO. ITEM NO. Steese Rd - Curb & Sidewalk Improvement DESCRIPTION QTY UNITS UNIT COST SUB-TOTAL 1 103.05 Requirement of Contract Bid 1 LS 24,048.00 24,048.00 2 201 Clearing and Grubbing 1 LS 11,077.00
More informationBID ITEM ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. QUANTITY UNIT ITEM COST COST COST COST COST COST
PAGE 1 BID OPENING: AUGUST 11, 2011 ENGINEER'S ESTIMATE: $3,108,320.60 CONTRACT NO.110269 SABINO CANYON AND TANQUE VERDE INTERSECTION IMPROVEMENTS *FOR A MORE DETAILED ITEM DESCRIPTION* *REFER TO PROPOSAL
More informationDELETE first sentence of first paragraph that reads: REPLACE with the following:
To Bidder of Record: SAN ANTONIO WATER SYSTEM Addendum 2 To Construction Documents For 2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB NO. 12-5001 SAWS SEWER JOB NO. 12-5501 Solicitation
More informationHILLS MATERIALS COMPANY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST $294, $294, $74, $74, $35, $35,000.
PROJECT NAME: Anamosa Street Reconstruction - Midway Street to Miiwuakee Street PROJECT NUMBER: PROJECT NO. 07-1473 / CIP NO. 50559 LET DATE: April 11, 2017 LOW BID AMOUNT: $3,941,397.20 ENGINEER'S ESTIMATE
More informationCounty of Los Angeles Department of Public Works BID SUMMARY
PROJECT NAME CENTRAL AVENUE, ET AL. PROJECT ID RDC0013675 Engineer's Estimate (1) All American Asphalt (2) Sequel Contractors, Inc. (3) Sully-Miller Contracting Company (4) Palp, Inc. 5,177,177.00 5,292,979.00
More informationProject Book Worksheet for Cost Estimation
001.01 MOBILIZATION LS $34,716.18 007 3/17/2039 001.02 INCIDENTAL LS $23,929.43 019 3/17/2039 001.03 CONSTRUCTION STAKING LS $10,504.39 201 5/9/2013 001.04 REESTABLISH PROPERTY CORNERS EA $496.08 201 5/9/2013
More informationRiverside County Transportation Department Summary of Bids
Company Name Dartmouth St. Base Bid Sch. Yale St. Base Bid Sch. Alternate Bid Sch. Alternate Bid Sch. Alternate Bid Sch. Alternate Bid Sch. 4 Total COUNTY'S ESTIMATE,87,.50,444,6.00 9,400.00 9,400.00 800.00,00.00
More informationCITY OF ALAMO HEIGHTS WATER, STREET AND SIDEWALK CAPITAL IMPROVEMENT PROJECTS
CITY OF ALAMO HEIGHTS WATER, STREET AND SIDEWALK CAPITAL IMPROVEMENT PROJECTS CITY OF SAN ANTONIO DEPT. OF CAPITAL IMPROVEMENTS MANAGEMENT SERVICES N. NEW BRAUNFELS AVE. SIDEWALK PROJECT FROM RITTIMAN
More informationRiverside County Transportation Department Summary of Bids
1 COUNTY'S ESTIMATE R-JS General Construction Riverside, CA 92509 ITEM NO. ITEM CODE CONTRACT ITEM UNITS QUANTITY UNIT PRICE ENG ESTIMATE BID UNIT PRICE BID ESTIMATE 1 066102 DUST ABATEMENT LS 1 3,000.00
More informationCITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity
202-00001 Removal of Structure 24 EA 202-00019 Removal of Inlet 24 EA 202-00195 Removal of Median cover 930 SY 202-00200 Removal of Sidewalk 1,188 SY 202-00201 Removal of Curb Head 273 LF 202-00203 Removal
More informationFertilizer Type B 2 CWT $ $ $60.00 $ $60.00 $ Sod Water 60 MGAL $60.60 $3, $30.00 $1, $30.00 $1,
BID TABS PROJECT 18-1029 22 nd AVENUE RECONSTRUCTION BID DATE: MAY 9, 2018 Stark Pavement Corp. Lalonde Contractors Cornerstone Pavers LLC Brookfield, WI Waukesha, WI Racine, WI Item Number Roadway Quantity
More informationCOST ESTIMATES: Curb-Running
COST ESTIMATES: Curb-Running PROJECT FEASIBILITY COST ESTIMATE SUMMARY Geary Bus Rapid Transit Study Alternative: Side Lane (Curb Running) Date: 4/12/07 Percent Cost Total Project Capital Outlay I- Roadway
More information2150 F&I 4" PVC pipe LF 100 $ F&I 6" PVC pipe LF 100 $ F&I 8" PVC pipe LF 100 $ 90.00
1 of 5 2100 F&I 4" ductile iron pipe LF 200 $ 143.00 $28,600.00 2102 F&I 6" ductile iron pipe LF 200 $ 135.00 $27,000.00 2104 F&I 8" ductile iron pipe LF 200 $ 141.00 $28,200.00 2105 F&I 10" ductile iron
More informationCITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS Engineering Division PROJECT NO INCA STREET MULTI-USE PATH 38 TH AVE. TO 43 RD AVE.
201-00000 Clearing and Grubbing 1 LS 202-00010 Removal of Tree 9 EA 202-00019 Removal of Inlet 8 EA 202-00034 Removal of Pipe (6 Inch) 196 LF 202-00035 Removal of Pipe (18 Inch) 10 LF 202-00036 Removal
More informationCITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity
202-00019 Removal of Inlet 15 EA 202-00035 Removal of Pipe 121 LF 202-00200 Removal of Sidewalk 1,057 SY 202-00203 Removal of Curb and Gutter 2,142 LF 202-00206 Removal of Concrete Curb Ramp 320 SY 202-00207
More informationSTANDARD DRAWING INDEX
ATTACHMENT B STANDARD DRAWING INDEX DESCRIPTION EXISTING DRAWING NO. GENERAL Typical Layout for Improvement Plans City of Stockton Standard Border and Title Block for 8 1/2 x11 Sheet City of Stockton Standard
More informationCounty of Los Angeles Department of Public Works BID SUMMARY
PROJECT NAME 3RD STREET - INDIANA STREET TO RECORD AVENUE PROJECT ID RDC0015034 Engineer's Estimate (1) Sully-Miller Contracting Company (2) TORO ENTERPRISES, INC. (3) Sequel Contractors, Inc. (4) All
More informationMETRO Magnolia Transit Center - Bid Tab
Section A - GENERAL ITEMS A-1 01505 Mobilization LS 1 $ 100,000.00 $ 100,000.00 A-2 -- Payment and Performance Bonds LS 1 A-3 01310 Document Control LS 1 A-4 01311 CPM Schedule LS 1 A-5 01590 Engineer's
More informationCounty of Santa Cruz 0579
County of Santa Cruz 0579 701 OCEAN STREET, ROOM 410, SANTA CRUZ, CA 95060-4070 (831) 454-2160 FAX (831) 454-2385 TOO (831) 454-2123 DIRECTOR OF PUBLIC WORKS SANTA CRUZ COUNTY BOARD OF SUPERVISORS 701
More informationOhio Department of Transportation Official Bid Tabulation James G. Beasley, P.E., P.S., Director
Ohio Department of Transportation Official Bid Tabulation James G. Beasley, P.E., P.S., Director Project No. 080598 PID 21272 CUY-SR-237-4.93 - PART I (FRONT STREET); CUY-237-4.55 - P Federal Type: RAILROAD
More informationItems Unit Quantity Unit Price Total Unit Price Total
Engineer's Plote Construction, Inc. Estimate 1100 Brandt Drive Hoffman Estates, IL 60192 s Unit Quantity 1 SUPPLEMENTAL WATERING UNIT 4 $100.00 400.00 $40.00 160.00 2 TOP SOIL FURNISH AND PLACE, 6 INCH
More informationSTATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/15/17 Comp. Dt: 08/04/17. Contract Time: Min: Max:
Letting: 17012700 Letting Dt: January 27, 2017 9:30 A.M. State Proj.: 1401-171 Contract ID: Contract Description: Contract Location: Recommendation: 170002 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION
More information(1 ) Active Construction Inc River Road East Tacoma, WA AMOUNT , , ,
78th Avenue Eastl184th Street EastlCRP 5661 I hereby certify this to be a true copy of the tabulation of the bids as received and opened. BID OPENING: FRIDAY, March 3, 2017 County Engine (1 ) Active Construction
More informationUnits Est. Qty. Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
1 1500001 Mobilization, Max. $25,000.00 LSUM 1.00 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00 4,400.00 4,400.00 2 2020040 Tree, Rem, 6 inch to 18 inch Ea 2.00 600.00
More informationProject # & Name: # CDBG - Pugh Street Streetscape - East College Ave to East Beaver Ave & East Beaver Ave/Locust Lane Improvements
Bid Opening Date: May 6, 2014 Time: 11:00 a.m. Surety NCA Surety NCA Yes Yes Yes Yes Total Amount Bid: $1,358,851.00 Total Amount Bid: $1,386,098.72 Item Nos. Approx. Quantities Unit Item & Unit Prices
More informationARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS
ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS CONTRACT # 2016153 TRACS No. Project No. County District Gross
More informationBID TABULATION REPORT McKINNEY STREET DRAINAGE IMPROVEMENTS PROJECT No. PWDR10012 BID OPENED : TUESDAY, AUGUST 13, :00 P.M.
PAVING IMPROVEMENTS McKINNEY 101 Rightofway Preparation LS 1 75,000.00 75,000.00 200,000.00 200,000.00 67,000.00 67,000.00 110,000.00 110,000.00 102 12inch HMAC Street Pulvermix SY 11,650 3.00 34,950.00
More informationATTACHMENT I BID SCHEDULE IFB NO , CHURCH FARMS EAST STORAGE TANK AND BOOSTER PUMP STATION
ATTACHMENT I BID SCHEDULE IFB NO. 19-021, CHURCH FARMS EAST STORAGE TANK AND BOOSTER PUMP STATION Item No. Description Qty Unit Unit Cost Amount Pump Station Site Work 1 Site Demolition / Removals / Haul
More informationTown of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166
Town of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166 Date: August 10, 2016 Subject: Bid for Construction of NW 89 th Avenue, NW 93 rd Street and NW
More informationAustin Constructors, LLC S FM N. Richey 9810 FM 969. Pasadena, TX Austin, TX 78724
National Power Rodding Corp. 9810 FM 969 Austin, TX 78724 Austin Constructors, LLC. 7907 S FM 973 Item No. Estimate Qty Unit of Issue Description Unit Price Total Unit Price Total Unit Price 103.1 125.00
More informationDESCRIPTION QUANTITY PRICE TOTAL
GENERAL 1 TRAFFIC CONTROL LS 1 $40,000 $40,000 $8,500.00 $8,500.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $15,000.00 $15,000.00 2 MOBILIZATION LS 1 $557,000 $557,000 $629,500.00 $629,500.00 $350,000.00
More informationGrays Ferry Cost Estimate Breakdown Budgetary Numbers for Machinery Drive Options 10 Nov 14
Grays Ferry Cost Estimate Breakdown Budgetary Numbers for Machinery Drive Options 10 Nov 14 Hardesty & Hanover, LLC Alternative 1 Bogie Support System Alternative Based on AW Sketch of New Bridge Component
More informationBID FORM PART A. Total Quantity 1 LS $ - 2a Surveying, Layout, and Field Staking 1 LS $ - 2b Maintenance of Traffic 1 LS $ -
BID FORM PART A Name & Category Unit Unit Cost (B) Cost (AxB) GENERAL REQUIREMENTS 1 Mobilization (Maximum 3.0% of the total Contract Price) 1 LS $ - 2a Surveying, Layout, and Field Staking 1 LS $ - 2b
More informationMcCRORY & WILLIAMS, INC. HILLCREST ROAD CONNECTOR MCR ROADWAY ITEMS
BID TABULATION Hillcrest Road Connector John G. Walton Construction M. C. Williams Contracting Hosea. Weaver & Sons, Inc. BID OPENING: March 25, 29 Company, Inc. Company, Inc. QTY DESCRIPTION DOLLARSjCTS
More informationSUBTOTAL SITE WORK & DEMOLITION (UTILITIES) $180, $348, $319,943.71
BASE BID 1.00 GENERAL CONDITIONS 1.01 Mobilization (Maximum 5% of Base Bid) LS 1 84,000.00 $ 84,000.00 100,000.00 $ 100,000.00 85,000.00 $ 85,000.00 1.02 Bonding, Insurance, Permits (including Plumbing,
More informationOhio Department of Transportation Official Bid Tabulation Jolene M. Molitoris, Director
Ohio Department of Transportation Official Bid Tabulation Jolene M. Molitoris, Director Project No. 100281 PID 77255 LUC-IR-475-14.18 Federal Type: MAJOR RECONSTRUCTION Letting Date: 6/3/2010 Completion
More informationSPECIAL GRADING INTERSECTION IMPROVEMENT JOHN WARD RD AT IRWIN RD REVISION DATES
9/20/2017 2:39:11 PM GPLOT-V8 2016104_18-001.dgn Project Number Sheet Total Sheets djackson gplotborder-v8i-po.tbl X2802 30 118 966.5 21+00 L.P. EL. 966.34 L.P. EL. 966.58 0.29% 0.11% 965 H.P. EL. 966.54
More informationSan Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS
San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS 834.1 DESCRIPTION: This item shall consist of fire hydrant installations using joint restraints in accordance
More informationSECTION 17 FIRE HYDRANT ASSEMBLIES General
SECTION 17 FIRE HYDRANT ASSEMBLIES 17-1.01 Scope 17-1 General This section describes the requirements for furnishing and installing as appurtenances to treated water mains. These requirements include the
More informationCT Consultants, Inc.
Cost 1 202 AHRESTY DRIVE REMOVAL 1 LS 2 202 EXISTING SILO DEMOLISHED AND REMOVED, AS PER PLAN 1 LS 3 203 EXCAVATION (NOT INCLUDING UNDERCUT) 2,372 CY 4 203 EMBANKMENT 3,306 CY 5 204 PROOF ROLLING 10 HRS
More informationOhio Department of Transportation Official Bid Tabulation Jerry Wray, Director
Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 110146 PID 82278 HAM-IR-75-5.58 Federal Type: INTERCHANGE Letting Date: 5/5/2011 Completion Date: 7/31/2014 Contract
More informationSan Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS
San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS 834.1 DESCRIPTION: This item shall consist of fire hydrant installations using joint restraints in accordance
More informationFranklin County Engineer's Office - Highway Design ALKIRE RD & DEMOREST RD ROUNDABOUT CR NO. 11 & CR NO. 25 Bid Tabulation
7/07/2015 Page 1 of 20 Strawser Paving Co., Inc. Shelly & Sands, Inc. Double Z Construction Co Columbus Asphalt Paving, Inc. 1595 Frank Road P.O.Box 2469 2550 Harrison Road 1196 Technology Dr Columbus,
More informationALEXANDRIA, VIRGINIA PRINCE ST. SUITE 114. ADG, INC. COPYRIGHT c. PH
1600 PRINCE ST. SUITE 114 ALEXANDRIA, VIRGINIA 22314 PH. 703.549.9556 www.archdesigngroup.com ADG, INC. COPYRIGHT c C-1 1 2 3 4 5 6 E D Tie Prop. Sidewalk, Curb & Gutter Into Existing Prop. Storm Drain
More informationADDENDUM No. 1 Prospective Bidders
Page 1 of 1 Attachment to Addendum # 1 Revised Itemized Bid ADDENDUM No. 1 TO: Prospective Bidders FROM: Gregory Tate, Construction Contracts Administrator DATE: January 24, 2019 PROJECT: Traffic Signal
More informationCITY OF FONTANA HANDBOOK ON RESIDENTIAL DRIVEWAY APPROACH CONSTRUCTION PERMITS
CITY OF FONTANA HANDBOOK ON RESIDENTIAL APPROACH CONSTRUCTION PERMITS GENERAL INFORMATION A driveway approach is an area, construction or improvement between the roadway of a public street and private
More informationFederal Project No.: OC-095-1(348)
Order : N83 Schedule of Items Page: 2 Oversight/State Project : (NFO)0095-127-857, C501 Federal Project : OC-095-1(348) 0010 513 00100 MOBILIZATION LUMP SUM LUMP SUM 0020 517 00101 CONSTRUCTION SURVEYING
More informationCITY OF DAVIS PUBLIC WORKS DEPARTMENT STANDARD SPECIFICATIONS
CITY OF DAVIS PUBLIC WORKS DEPARTMENT STANDARD SPECIFICATIONS JANUARY 1996 EDITION ADDENDA THROUGH JULY 2017 DIANNA JENSEN City Engineer 1717 Fifth Street Davis, CA 95616 530-757-5686 2017 Edition STANDARD
More informationPatton Hill Road (Four Inch Main), Project No
Patton Hill Road (Four Inch Main), Project No. 2016100 MP-5.01 MOBILIZATION (3% MAX) 1 LS MP-5.02.8(d) 8" DIP (CLASS 350) ALL DEPTHS 600 LF MP-5.02.6(p) 6" PVC ALL DEPTHS, INCLUDING BEDDING 10 LF MP-5.02.4(p)
More information2015 PAVEMENT MAINTENANCE SECTION 15-PVMTC-05-GM
ADDENDUM NO. 1 March 17, 2015 2015 PAVEMENT MAINTENANCE SECTION 15-PVMTC-05-GM SCHEDULE OF PRICES (BLR 12000a) Replace the schedule of prices with the attached pages. SUMMARY OF QUANTITIES Replace the
More informationWentzville Parkway South Phase 2 & 2A
Wentzville Parkway South Phase 2 & 2A Sponsor Wentzville Project No. RB18-000034 Project Type New Road TOTAL FUNDING Phase 2 Total County Sponsor Federal $10,000,000 $8,000,000 $2,000,000 $0 Phase 2A Total
More informationSTATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. District(s): 8 30=047 Start Dt: 05/01/17 Comp. Dt:
Letting: 17030200 Letting Dt: March 02, 2017 9:30 A.M. State Proj.: 5101-14 Contract ID: Contract Description: Contract Location: Recommendation: 170020 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION
More informationBID TABULATION PAGE 1 OF 4. BL S.R. Harbins Road/Alcovy Road - Intersection Improvements Department of Transporation. CMES, Inc.
BID TABULATION PAGE 1 OF 4 E.R. Snell Contractor, Inc. G.P.'s Enterprises, Inc. Est. 1 005 Traffic Control Project No M-0679 1 LS $27,811.00 $27,811.00 $48,800.00 $48,800.00 $22,021.80 $22,021.80 2 010
More informationMaine Turnpike Authority
Company Name Total Bid Amount CPM Constructors - Freeport, ME $1,309,765.25 Scott Construction Corporation - Portland, ME $1,528,840.00 Wyman & Simpson Inc. - Richmond, ME $1,674,845.00 Page 1 of 10 CPM
More informationOhio Department of Transportation Official Bid Tabulation Jerry Wray, Director
Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 140123 PID 82645 LOR- SR 0057 19.42 Federal Type: INTERCHANGE Letting Date: 4/17/2014 Completion Date: 7/15/2016
More informationCONTRACTOR'S REQUEST FOR PAYMENT CHASKA VETERANS PARK IMPROVEMENTS STANTEC PROJECT NO
Owner: City of Chaska, 1 City Hall Plz., Chaska, mn 55318 Date: December 12, 2017 For Period: 12/1/2017 to 1/31/2018 Request No: 1 Contractor: Blackstone Contractors, LLC, 9520 County Rd. 19, Ste. D, Loretto,
More informationMaine Turnpike Authority
Company Name Total Bid Amount R J Grondin & Sons - Gorham, ME $1,436,720.00 Shaw Brothers Construction, Inc. - Gorham, ME $1,476,398.83 Pratt & Sons, Inc. - Minot, ME $1,733,615.00 Page 1 of 13 R J Grondin
More informationOhio Department of Transportation Official Bid Tabulation Jerry Wray, Director
Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 170559 PID 102381 SCI-US 52-19.01 Federal Type: TWO LANE RESURFACING Letting Date: 11/2/2017 Completion Date:
More informationPublic Works Right of Way Permit Application
Public Works Right of Way Permit Application City and County of Denver Public Works Permit Operations 2000 West 3rd Avenue, Room 107 Denver, CO 80223-1027 Telephone: (303) 446-3469 www.denvergov.com Application
More informationADDENDUM NO. 1. Contractor shall fax back the recognition sheet acknowledging the receipt of this addendum, or include in their proposal.
ADDENDUM NO. 1 DATE: August 7, 2014 PROJECT: FROM: TO: 2014 MFT Section 14-00000-00-GM, SUPP1 United City of Yorkville Kendall County, IL Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois
More informationPN /21/ SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS
PN 420-10/21/2016 - SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS DESCRIPTION: The surface tolerance specification requirements are modified as follows for all pavements of constant width with at least
More informationKansas Department of Transportation DISTRICT 2. Project(s): Min: Max:
Page 1 of 23 518122 SECTION: 01 COMMON ITEMS 1 020100 CONTRACTOR CONSTRUCTION STAKING 2 025602 FIELD OFFICE AND LABORATORY (TYPE C) 3 025323 MOBILIZATION 4 070626 MOBILIZATION (DBE) 5 020001 MAINTENANCE
More informationOaks Commerce Center
Mansour Edlin Consulting 1515 Mockingbird Lane Charlotte, NC 28209 Oaks Commerce Center Water & Sanitary Sewer Improvements Phase I - Concept Utility Plan Gravity Sanitary Sewer A1 Connect to Existing
More informationMcCRORY & WILIJAMS, INC. PROJECT NO. MCR-2008-OO1
McCRORY & WILIJAMS, INC. THEODORE DAWES ROADISCHILLINGER ROAD SOUTH BID TABULATION: Theodore DaweslSchillingor Road PROJECT NO.: M5700-2033 BIDDER #1 BIDDER #2 BIDDER #3 Hosea 0. Weaver & Sons, Inc. John
More informationWHITE OAK RIDGE PROJECT NO. 53B2384 D-1 DETAIL STANDARD NOTES AND TYPICAL SECTION CITY OF MADISON
WHITE OAK RIDGE D-1 DETAIL STANDARD NOTES AND TYPICAL SECTION ORIGINATOR:, STREETS DIVISION REV. DATE: PLOT NAME: PLOT SCALE: THE LOCATION AND INFORMATION FOR PROPOSED NEW TREES, IN THE PUBLIC RIGHT OF
More informationLicensed Class C Virginia Contractor No.
month period is seven hundred and fifty thousand dollars (750,000) or more, the Bidder is required under Title 54.11100, Code of Virginia (1950), as amended, to be licensed by the State Board of Contractors
More information365, , , A Total of Schedule I and II 530, , A 702, A
BID ABSTRACT COUNTY OF VENTURA - PUBLIC WORKS AGENCY Page 1 of 3 Bids opened on April 2, 2019 ENGINEER'S ESTIMATE LOW BIDDER 2nd Bidder Project Name Piru Stormwater Capture For Groundwater Recharge Project
More informationBARRETT ROAD (C.R. 178) ROADWAY RESURFACING FROM LEWIS ROAD TO SPAFFORD ROAD IN OLMSTED TOWNSHIP, OHIO ITEMIZED UNIT PRICE BID ROADWAY
IZED PRICE BID DESCRIPTION PRICE BID ROADWAY 1 201 11000 CLEARING AND GRUBBING 1 - - LUMP 2 202 23000 PAVEMENT REMOVED NR SQ YD 20 3 202 35100 PIPE REMOVED, 24" AND UNDER NR FT 134 4 202 58000 MANHOLE
More informationOhio Department of Transportation Official Bid Tabulation Jerry Wray, Director
Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 180573 PID 93496 FRA-IR 71-01.53 Federal Type: BRIDGE REPLACEMENT (2 BRIDGES) Letting Date: 12/20/2018 Completion
More informationCity of Grand Island Tuesday, June 26, 2018 Council Session
City of Grand Island Tuesday, June 26, 2018 Council Session Item G-21 #2018-188 - Approving Change Order No. 3 for Sanitary Sewer Collection System Rehabilitation Various Locations; Project No. 2017-S-2A
More informationVALVES, FIRE HYDRANTS, AND APPURTENANCES
VALVES, FIRE HYDRANTS, AND APPURTENANCES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Butterfly Valves B. Gate Valves C. Tapping Valve Assemblies D. Fire Hydrant Assemblies E. Flushing Devices (Blowoffs)
More informationFederal Project No.: HSIP-5A27(567)
Order : A11 Schedule of Items Page: 2 Oversight/State Project : (NFO)0001-020-S82,C501 Federal Project : HSIP-5A27(567) 0010 513 00100 0020 517 00101 MOBILIZATION LUMP SUM LUMP SUM CONSTRUCTION SURVEYING
More informationTENDER FOR COUNTY ROAD 44 MULTI-USE PATHWAY PHASE 1A & 1B. Tender No.: NG16-19 ADDENDUM #1. October 31, 2016
TENDER FOR COUNTY ROAD 44 MULTI-USE PATHWAY PHASE 1A & 1B Tender No.: NG16-19 ADDENDUM #1 October 31, 2016 A copy of this addendum must be enclosed with your tender. Failure to comply with this requirement
More informationMaine Turnpike Authority
Company Name Total Bid Amount Liddell Brothers, Inc. - Halifax, MA $1,590,213.00 Northeast Traffic Control Services, Inc. - Plymouth, MA $1,932,117.00 Page 1 of 5 Liddell Brothers, Inc. Halifax, MA 202.2061
More informationALABAMA DEPARTMENT OF TRANSPORTATION DATE : 06/14/13 PAGE : VENDOR RANKING
PAGE : 001-1 VENDOR RANKING CONTRACT TIME : 09/01/13 COMPLETION DATE CONTRACT DESCRIPTION : PROJECT(S) : IM-I059(370) for constructing the Ramp Widening and Auxiliary Lane (Grade, Drain, Base, Pave and
More informationFederal Project No.: STP-5128(388)
Order : M48 Schedule of Items Page: 2 Oversight/State Project : (NFO) 0460-129-105, C501 Federal Project : STP-5128(388) 0010 513 00100 0020 517 00101 MOBILIZATION CONSTRUCTION SURVEYING (CONSTRUCTION)
More informationPlan Check Policies and Guidelines
Plan Check Policies and Guidelines VII. A. INTRODUCTION Traffic signing and striping plans are required for all General Plan Roads and any roadway that is 56-foot wide curb-to-curb (78 R/W) or wider. Transportation
More informationDIVISION 4: STREET. Improvement Design Standards City of Dundee Oregon. Division 4 : Street Page 1
DIVISION 4: STREET 4.1 DESIGN CRITERIA A. APPLICABILITY 1. These Design Standards shall govern the construction and upgrade of all public and private streets in the City of Dundee and applicable work within
More informationMoDOT 2016 UNIT BID PRICES Northwest District
MoDOT 2016 UNIT BID PRICES Northwest District 2013000 CLEARING AND GRUBBING ACRE 7.95 20 1926.49132 20000 1 159 2022010 REMOVAL OF IMPROVEMENTS L.S. 1.00 56 24479.13304 201719 750 56 2024043 REMOVAL OF
More informationCITY OF SAN MARCOS ENGINEERING DIVISION
The linked image cannot be displayed. The file may have been moved, renamed, or deleted. Verify that the link points to the correct file and location. A. AN APPLICANT S GUIDE TO PROCEDURES FOR: B. C. D.
More information800 Access Control, R/W Use Permits and Drive Design
Table of Contents 801 Access Control... 8-1 801.1 Access Control Directives... 8-1 801.2 Access Control Policies... 8-1 801.2.1 Interstate Limited Access... 8-1 801.2.2 Limited Access... 8-1 801.2.3 Controlled
More information2011 LOCAL STREET IMPROVEMENTS
11 LOCAL STREET IMPROVEMENTS FOR THE MARCH 11 LIST OF DRAWINGS W. MAIN STREET/STH 19 E. MAIN STREET/STH 19/STH 113 DRAWING TITLE NO. TITLE 1 PROJECT OVERVIEW 2 KLEIN DRIVE CONSTRUCTION PHASING PLAN 3 PHASE
More informationPlan Check Policies and Guidelines
VIII. TRAFFIC SIGNING AND STRIPING PLANS A. INTRODUCTION Traffic signing and striping plans are required for all General Plan Roads and any roadway that is 56-foot wide curb-to-curb (78 R/W) or wider.
More informationORDINANCE NO
ORDINANCE NO. 07-5424 AN ORDINANCE OF THE CITY OF BILLINGS, PROVIDING THAT THE BILLINGS, MONTANA CITY CODE BE AMENDED BY REVISING SECTION 6-1208; PROVIDING CHANGES TO CERTAIN CURB CUT LENGTHS AND REGULATIONS.
More informationS T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/01/00 PAGE : 1 TABULATION OF BIDS
PAGE : 1 CONTRACT DESCRIPTION : MILL & OVERLAY, GRADING, BIT SURFACING, BR NO 02038 ETC CONTRACT LOCATION: LOCATED ON TH 47 FROM 153RD AVE NW IN RAMSEY TO 180TH LANE NW AND AT FORD BROOK IN BURNS TOWNSHIP
More informationSt. Johns River State College BID-SJR Addendum Three ADDENDUM THREE DATED JUNE 13, 2016
St. Johns River State College BID-SJR-10-2016 Addendum Three ADDENDUM THREE DATED JUNE 13, 2016 TO BID-SJR-10-2016 Bid Specifications/Project Manual (Plans) PARKING LOT REHABILITATION PROJECT FOR: DRAWING
More informationUBC Watermain as shown on Sheet 202 : Sub total 97,050
Preliminary Cost Estimate Brock Commons Phase 1 Watermain replacement UBC Portion of Works only Replace existing 150mm dia CI and 200mm dia AC watermain with 200mm & 250mm dia DI (ductile iron) watermain
More informationAPPLICATION FOR OBSTRUCTION PERMIT
APPLICATION FOR OBSTRUCTION PERIT Please complete all information below. Current telephone and email are required to process application. Check all activities that are involved in the work: oving Scaffolding
More informationCity of Grand Island Tuesday, February 13, 2018 Council Session
City of Grand Island Tuesday, February 13, 2018 Council Session Item G-7 #2018-34 - Approving Certificate of Final Completion for the Construction of North Interceptor Phase I; Project No. 2012-S-6 Staff
More informationSECTION STREETS CITY OF LEE S SUMMIT, MISSOURI DESIGN CRITERIA
SECTION 5200 - STREETS CITY OF LEE S SUMMIT, MISSOURI DESIGN CRITERIA These criteria shall be adhered to for the design of all streets within the City of Lee s Summit, Missouri and shall supersede KC Metro
More informationIngham County Request for Proposals Okemos Road and Sandhill Road Widening, Packet #15-15
COST FORM (1 of 5) Packet #15-15, Okemos Road & Sandhill Road Widening Project (Please Type or Print Clearly in Ink) Pay Description Unit Quantity Unit Price Total 1500001 Mobilization, Max. LS 1 2020002
More informationBid Tabulation City of Coralville RE-BID Coral Ridge Ave, Phase II - Oakdale Blvd to Forevergreen Rd City of Coralville, IA Engineer's OPC
, IA - 2017 DIVISION 1 - GENERAL 1.01 TRAFFIC CONTROL LS 1 $50,000.00 $50,000.00 $30,000.00 $30,000.00 $24,500.00 $24,500.00 $24,500.00 $24,500.00 $24,500.00 $24,500.00 DIVISION 2 - EARTHWORK 2.01 CLEARING
More informationBUTTE COUNTY DEPARTMENT OF PUBLIC WORKS
PROJECT: 2014 Slurry Seal PROJECT LOCATION: Various Roads in the Thermalito and Oroville Areas Retro-Reflective Pavement Markers. ADVERTISED: February 27, 2014 ENGINEER'S ESTIMATE = $213,700.00 BIDS OPENED:
More information2, total unit $ total unit $ total unit $ total $
BD TABULATON Bid No. : 697 North Bay Trail-1st Street North Project No. 0901-212 Engineering &Capital mprovements Department, City of 1. Petersburg, Florida Bid date: February 26,2010 ",,>,',-, t~..4":;
More informationMacomb County Department of Roads Bid Comparison
Macomb County Department of Roads Bid Comparison Contract ID: 1643 Description: M-53 Freeway to 33 Mile Road Connector to the proposed 33 Mile Road & McKay Road Roundabout Location: Projects(s): M-53 &
More informationAppendix C Preferred Solution
Appendix C Preferred Solution C.1 Conceptual Design Drawings C.2 Preferred Option Ideas and Inspiration C.3 Concept Renderings C.4 Cost Estimate Appendix C.1 Conceptual Design Drawings Plan View Brock
More information