DELETE first sentence of first paragraph that reads: REPLACE with the following:

Size: px
Start display at page:

Download "DELETE first sentence of first paragraph that reads: REPLACE with the following:"

Transcription

1 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 SAWS SEWER JOB NO Solicitation #B DD This addendum, applicable to the work designed above, is an amendment to the bidding documents and as such shall be a part of and included in the Contract. The original contract documents and any prior addenda remain in full force except as modified by the following that shall take precedence of any contrary provisions in prior documents. 1. CLARIFICATIONS: 1.1 INVITATION TO BIDDERS PAGE IV-1 DELETE first sentence of first paragraph that reads: Sealed bids are requested by the San Antonio Water System for the construction of approximately 2,160 linear feet of water main and 3,120 linear feet of sewer main and all necessary appurtenances for the installation, replacement, and adjustment of SAWS facilities for the 2012 Water & Sewer Construction Contract, Package I, SAWS Job & REPLACE with the following: Sealed bids are requested by the San Antonio Water System for the construction of approximately 3,880 linear feet of water main and 3,120 linear feet of sewer main and all necessary appurtenances for the installation, replacement, and adjustment of SAWS facilities for the 2012 Water & Sewer Construction Contract, Package I, SAWS Job & BID PROPOSAL Please discard Bid Proposal PAGE BP-1 through PAGE BP-25 and replace with attached Bid Proposal Addendum 2 PAGE BP-1 through PAGE BP WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE I (Solicitation #B DD) Addendum 2, Sheet 1 of 2

2

3 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 (2) Statement of Bidder s Experience, (3) Good Faith Effort Plan and (4) Conflict of Interest Questionnaire in accordance with the Instructions to Bidders. It is understood that all proposals submitted without these items and proper acknowledgement of all addenda herein may be rejected. The duration of this Water & Sewer Construction Contract is 730 calendar days or until funds are exhausted from issuance of the Authorization to Proceed. Schedules and duration for individual work orders shall be established on a case by case basis. Quantities shown are approximate and the bid items listed represent items required over the duration of the contract. All items and quantities within the bid proposal are estimated and are not guaranteed by SAWS to be used under this contract. Work order quantities will be provided when each individual work order is issued. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned proposes to furnish all labor and materials as specified, and perform the work required for the construction of the San Antonio Water System Water Job Number and Sewer Job Number in accordance with the requirements of all future work orders using the following unit prices to wit: BASE BID: General Water Bid s Price 1 w (103) Remove Concrete Curb, per linear foot and Cents L.F. 105 $ $ 2 w (103) Remove Sidewalks & Driveways, per square foot and Cents S.F 105 $ $ BP 1

4 Price 3 w (103) Remove Miscellaneous Concrete, per square foot and Cents S.F. 30 $ $ 4 w (205) Hot Mix Asphaltic Pavement-Type D (2 Compacted Depth), per square yard and Cents S.Y. 2,009 $ $ 5 w (206) Asphalt Treated Base (10 Compacted Depth), per square yard and Cents S.Y. 1,578 $ $ 6 w (208) Salvaging, Hauling, and Stockpiling Reclaimable Asphaltic Pavement (2 ), per square yard and Cents S.Y. 23 $ $ 7 w (413) Flowable Fill, per cubic yard and Cents C.Y. 20 $ $ 8 w (500) Concrete Curb, Gutter, and Concrete Curb and Gutter, per linear foot and Cents L.F. 105 $ $ BP 2

5 Price 9 w (502) Concrete Sidewalks, per square yard and Cents S.Y. 24 $ $ 10 w (502) Concrete Wheelchair Ramp, per square yard and Cents S.Y. 10 $ $ 11 w (503) Portland Cement Concrete Driveway, per square yard and Cents S.Y. 16 $ $ 12 w (503) Portland Cement Concrete Driveway - Commercial, per square yard and Cents S.Y. 24 $ $ 13 w (505) Concrete Riprap (5 Thick), per square yard and Cents S.Y. 10 $ $ 14 w (506) Concrete Retaining Walls Combination Type, per cubic yard and Cents C.Y. 4 $ $ 15 w (511) Replacing with Hot Mix Asphaltic Concrete Pavement Type B (3 Compacted Depth), per square yard and Cents S.Y. 20 $ $ BP 3

6 Price 16 w (515) Topsoil, per cubic yard and Cents C.Y. 10 $ $ 17 w (516) Bermuda Sodding, per square yard and Cents S.Y. 20 $ $ 18 w (550) Trench Protection, per linear foot and Cents L.F. 3,880 $ $ 19 w (818) 6 PVC Waterline (Restrained), per linear foot and Cents L.F. 80 $ $ 20 w (818) 8 PVC Waterline (Restrained), per linear foot and Cents L.F. 2,000 $ $ 21 w (818) 12 PVC Waterline (Restrained), per linear foot and Cents L.F. 800 $ $ 22 w (818) 16 PVC Waterline (Restrained), per linear foot and Cents L.F. 800 $ $ BP 4

7 Price 23 w (818) 24 PVC Waterline (Restrained), per linear foot and Cents L.F. 200 $ $ 24 w (824) Reconnect ¾ Short Service, per each 25 w (824) Relay ¾ Short Service, per each and Cents E.A. 20 $ $ 26 w (824) Relay ¾ Long Service, per each and Cents E.A. 20 $ $ 27 w (824) Relay 1 Short Service, per each 28 w (824) Relay 1 Long Service, per each 29 w (824) Relay 1-1/2 Short Service, per each BP 5

8 Price 30 w (824) Relay 1-1/2 Long Service, per each 31 w (824) Relay 2 Short Service, per each 32 w (824) Relay 2 Long Service, per each 33 w (824) New ¾ Short Service, per each 34 w (824) New ¾ Long Service, per each 35 w (824) New ¾ Short Unmetered Service, per each 36 w (824) New ¾ Long Unmetered Service, per each BP 6

9 Price 37 w (824) Relocate ¾ Short Service, per each 38 w (824) Relocate ¾ Long Service, per each 39 w (824) Relocate 1 Short Service, per each 40 w (824) Relocate 1 Long Service, per each 41 w (824) Customer Shut-off Valve, per each 42 w (826) Valve Box Adjustment, per each and Cents E.A. 4 $ $ 43 w (828) 6 Gate Valve, per each and Cents E.A. 2 $ $ BP 7

10 Price 44 w (828) 8 Gate Valve, per each and Cents E.A. 8 $ $ 45 w (828) 12 Gate Valve, per each and Cents E.A. 2 $ $ 46 w (828) 16 Gate Valve, per each and Cents E.A. 1 $ $ 47 w (831) 6 X 6 Tee Cut in, per each and Cents E.A. 2 $ $ 48 w (831) 8 X 6 Tee Cut in, per each and Cents E.A. 2 $ $ 49 w (831) 8 X 8 Tee Cut in, per each and Cents E.A. 2 $ $ 50 w (832) 16 X 8 Tapping Sleeve & Valve, per each and Cents E.A. 1 $ $ BP 8

11 Price 51 w (833) Existing Meter & Meter Box Relocation, per each and Cents E.A. 10 $ $ 52 w (833) Existing Meter & New Meter Box Relocation, per each and Cents E.A. 10 $ $ 53 w (833) New Meter Box, per each and Cents E.A. 5 $ $ 54 w (834) Fire Hydrant, per each and Cents E.A. 8 $ $ 55 w (836) Pipe Fittings, All Sizes & Types, per ton and Cents TON 3.0 $ $ 56 w (840) 6 Water Tie-Ins, per each and Cents E.A. 5 $ $ 57 w (840) 8 Water Tie-Ins, per each and Cents E.A. 4 $ $ BP 9

12 Price 58 w (840) 12 Water Tie-Ins, per each and Cents E.A. 2 $ $ 59 w (840) 16 Water Tie-Ins, per each and Cent E.A. 1 $ $ 60 w (841) Hydrostatic Testing, per each and Cents E.A. 5 $ $ 61 w (844) 2 Blow-off, Temporary, per each and Cents E.A. 4 $ $ 62 w (844) 2 Blow-off, Permanent, per each and Cents E.A. 2 $ $ 63 w (846) 1 Air Release Valve, per each and Cents E.A. 2 $ $ 64 w (856) 18 Steel Casing (Open Cut), per linear foot and Cents L.F. 40 $ $ BP 10

13 Price 65 w (856) 24 Steel Casing (Open Cut), per linear foot and Cents L.F. 40 $ $ 66 w (856) Jack, Boring and Tunneling 24" Casing (0-10 Depths), per linear foot and Cents L.F. 40 $ $ 67 w (856) Jack, Boring and Tunneling 24" Casing ( > 10 Depths), per linear foot and Cents L.F. 40 $ $ 68 w (856) 6 Carrier Pipe, per linear foot and Cents L.F. 40 $ $ 69 w (856) 8 Carrier Pipe, per linear foot and Cents L.F. 40 $ $ 70 w (856) 12 Carrier Pipe, per linear foot and Cents L.F. 40 $ $ 71 w (856) 16 Carrier Pipe, per linear foot and Cents L.F. 40 $ $ BP 11

14 Price 72 w (3000) Removal, Transportation and Disposal of Various sizes of A.C. Pipe, per linear foot and Cents L.F. 400 $ $ SUB-TOTAL A BID AMOUNT FOR GENERAL WATER BID ITEMS Dollars and Cents $. General Sanitary Sewer Bid s Price 1 s (103) Remove Concrete Curb, per linear foot and Cents L.F. 80 $ $ 2 s (103) Remove Sidewalks & Driveways, per square foot and Cents S.F. 80 $ $ 3 s (103) Remove Miscellaneous Concrete, per square foot and Cents S.F. 30 $ $ 4 s (205) Hot Mix Asphaltic Pavement-Type D (2 Compacted Depth), per square yard and Cents S.Y. 1,615 $ $ BP 12

15 Price 5 s (206) Asphalt Treated Base (10 Compacted Depth), per square yard and Cents S.Y. 1,269 $ $ 6 s (208) Salvaging, Hauling, and Stockpiling Reclaimable Asphaltic Pavement (2 ), per square yard and Cents S.Y. 20 $ $ 7 s (413) Flowable Fill, per cubic yard and Cents C.Y. 20 $ $ 8 s (500) Concrete Curb, Gutter, and Concrete Curb and Gutter, per linear foot and Cents L.F. 80 $ $ 9 s (502) Concrete Sidewalks, per square yard and Cents S.Y. 26 $ $ 10 s (502) Concrete Wheelchair Ramp, per square yard and Cents S.Y. 10 $ $ 11 s (503) Portland Cement Concrete Driveway, per square yard and Cents S.Y. 16 $ $ BP 13

16 Price 12 s (505) Concrete Riprap (5 Thick), per square yard and Cents S.Y. 5 $ $ 13 s (506) Concrete Retaining Walls Combination Type, per cubic yard and Cents C.Y. 5 $ $ 14 s (511) Replacing with Hot Mix Asphaltic Concrete Pavement Type B (3 Compacted Depth), per square yard and Cents S.Y. 20 $ $ 15 s (515) Topsoil, per cubic yard and Cents C.Y. 10 $ $ 16 s (516) Bermuda Sodding, per square yard and Cents S.Y. 20 $ $ 17 s (516) St. Augustine Sodding, per square yard and Cents S.Y. 20 $ $ 18 s (550) Trench Protection, per linear foot and Cents L.F. 3,120 $ $ BP 14

17 Price 19 s (848) 6 PVC Gravity Sanitary Sewer Pipe (SDR , 115 psi or SDR , 160 psi), (0-10 Cut), per linear foot and Cents L.F. 100 $ $ 20 s (848) 8 PVC Gravity Sanitary Sewer Pipe (SDR , 115 psi or SDR , 160 psi), (0-10 Cut), per linear foot and Cents L.F. 1,600 $ $ 21 s (848) 8 PVC Gravity Sanitary Sewer Pipe (SDR , 115 psi or SDR , 160 psi), (10-14 Cut), per linear foot and Cents L.F. 280 $ $ 22 s (848) 8 PVC Gravity Sanitary Sewer Pipe (SDR , 115 psi or SDR , 160 psi), (14-22 Cut), per linear foot and Cents L.F. 200 $ $ 23 s (848) 10 PVC Gravity Sanitary Sewer Pipe (SDR , 115 psi or SDR , 160 psi), (0-10 Cut), per linear foot and Cents L.F. 100 $ $ 24 s (848) 10 PVC Gravity Sanitary Sewer Pipe (SDR , 115 psi or SDR , 160 psi), (10-14 Cut), per linear foot and Cents L.F. 120 $ $ BP 15

18 Price 25 s (848) 10 PVC Gravity Sanitary Sewer Pipe (SDR , 115 psi or SDR , 160 psi), (14-22 Cut), per linear foot and Cents L.F. 200 $ $ 26 s (848) 12 PVC Gravity Sanitary Sewer Pipe (SDR , 115 psi or SDR , 160 psi), (0-10 Cut), per linear foot and Cents L.F. 200 $ $ 27 s (848) 12 PVC Gravity Sanitary Sewer Pipe (SDR , 115 psi or SDR , 160 psi), (10-14 Cut), per linear foot and Cents L.F. 120 $ $ 28 s (848) 16 PVC Gravity Sanitary Sewer Pipe (SDR , 115 psi or SDR , 160 psi), (0-10 Cut), per linear foot and Cents L.F. 100 $ $ 29 s (848) 16 PVC Gravity Sanitary Sewer Pipe (SDR , 115 psi or SDR , 160 psi), (10-14 Cut), per linear foot and Cents L.F. 100 $ $ 30 s (850) Sanitary Sewer Manhole Structure, per each and Cents E.A. 1 $ $ BP 16

19 Price 31 s (850) Sanitary Sewer Doghouse Manhole, per each and Cents E.A. 1 $ $ 32 s (851) Adjust Existing Manhole (Watertight Ring and Cover), per each and Cents E.A. 4 $ $ 33 s (852) Sanitary Sewer Manhole (0-6 ), per each and Cents E.A. 12 $ $ 34 s (852) Sanitary Sewer Drop Manhole (0-6 ), per each and Cents E.A. 4 $ $ 35 s (852) Extra Depth Manholes ( > 6 ), per vertical foot and Cents V.F. 12 $ $ 36 s (854) Sanitary Sewer Laterals, per linear foot and Cents L.F. 1,000 $ $ 37 s (854) One-Way Sanitary Sewer Clean-out, per each and Cents E.A. 40 $ $ BP 17

20 Price 38 s (855) Reconstruction of Existing Manhole, per each and Cents E.A. 2 $ $ 39 s (856) 18 Steel Casing (Open Cut) per linear foot and Cents L.F. 40 $ $ 40 s (856) 24 Steel Casing (Open Cut) per linear foot and Cents L.F. 40 $ $ 41 s (856) Jack, Boring and Tunneling 24" Casing (0-10 Depths), per linear foot and Cents L.F. 20 $ $ 42 s (856) Jack, Boring and Tunneling 24" Casing ( > 10 Depths), per linear foot and Cents L.F. 20 $ $ 43 s (856) 8 Carrier Pipe, per linear foot. and Cents L.F. 40 $ $ 44 s (856) 12 Carrier Pipe, per linear foot. and Cents L.F. 40 $ $ BP 18

21 Price 45 s (858) Concrete Encasement, Cradles, Saddles and Collars, per cubic yard and Cents C.Y. 16 $ $ 46 s (860) Vertical Stacks, per vertical foot and Cents V.F. 10 $ $ 47 s (862) Abandonment of Sanitary Sewer Main (12 or greater), per linear foot and Cents L.F. 400 $ $ 48 s (864) Bypass Pumping (8-12 ), per each work order and Cents E.A. 4 $ $ 49 s (866) Pre Sewer Main Television Inspection (8-12 ), per linear foot and Cents L.F. 400 $ $ 50 s (866) Post Sewer Main Television Inspection (8-12 ), per linear foot and Cents L.F. 3,120 $ $ BP 19

22 SUB-TOTAL B BID AMOUNT FOR GENERAL SANITARY SEWER BID ITEMS Dollars and Cents $. Traffic Control Bid s Price 1 (530) Barricades, Signs, and Traffic Handling (includes general/alley projects water and sewer work per work order), per month and Cents M.O. 24 $ $ Insurance and Bond, Preparing Right-of-Way and Mobilization will not be paid as lump sum items, but instead shall be included in the cost of other bid items. TOTAL BID AMOUNT FOR SUB-TOTAL A WATER, SUB-TOTAL B SEWER & TRAFFIC CONTROL Dollars and Cents $ BIDDERS SIGNATURE & TITLE COMPANY NAME (TYPE OR PRINT) COMPANY ADDRESS COMPANY PHONE NUMBER/FAX NUMBER COMPANY ADDRESS BP 20

23 The Contractor herein acknowledges receipt of the following: Addendum Nos. OWNER RESERVES THE RIGHT TO ACCEPT THE OVERALL MOST RESPONSIBLE BID. The bidder offers to construct the projects in accordance with the contract documents issued under each work order for the contract price based on the unit prices provided for in this bid. The bidder understands and accepts the provisions of the contract documents and this Bid Proposal relating to liquidated damages of the project if work orders are not completed on time. Complete the additional requirements of the Proposal which are included on the following pages. Special items are included in the SPECIAL CONDITIONS The San Antonio Water System is currently requesting bids for four (4) Water and Sewer Construction Contracts and two (2) Water and Sewer Alley Construction Contracts. These Construction Contracts are open cut construction contracts and are not intended to be pipe bursting or curried in place pipe (CIPP) contracts. These projects will be constructed by open cut construction or boring where applicable. To be considered a responsive bid, the bidder must make available at all times during the contract at least two (2) independent crews, fully staffed and equipped, to be actively working on concurrent work orders as issued, and must submit with their bid a detailed description of the available resources (equipment, employees, etc.) demonstrating the ability of the bidder to have a minimum of two (2) crews, fully staffed and equipped, available to this contract at all times. Any bid package that does not include this information or any bidder who cannot make available at all times at least two (2) independent crews, fully staffed and equipped, for any contract in which it is the lowest bidder may be deemed non-responsive at the sole discretion of the San Antonio Water System. BP 21

24 PROPOSAL CERTIFICATION Accompanying this proposal is a Bid Bond or Certified or Cashier s Check on a State or National Bank payable to the Order of the San Antonio Water System for dollars ($ ), which amount represents five percent (5%) of the total bid price. Said bond or check is to be returned to the bidder unless the proposal is accepted and the bidder fails to execute and file a contract within ten (10) calendar days after the award of the Contract, in which case the check shall become the property of said San Antonio Water System, and shall be considered as payment for damages due to delay and other inconveniences suffered by said San Antonio Water System due to the failure of the bidder to execute the contract. The San Antonio Water System reserves the right to reject any and all bids. It is anticipated that the Owner will act on this proposal within sixty (60) calendar days after the bid opening. Upon acceptance and award of the contract to the undersigned by the Owner, the undersigned shall execute standard San Antonio Water System Contract Documents and make Performance and Payment Bonds for the full amount of the contract within ten (10) calendar days after the award of the Contract to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and the guarantee period stipulated, and to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is anticipated that the SAWS will provide written Authorization to Proceed within thirty (30) days after the award of the Contract. The Contractor hereby agrees to commence work under this Contract as noted on the SAWS written Authorization to Proceed. Under no circumstances shall the work commence prior to Contractor s receipt of SAWS issued, written Authorization to Proceed. The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. In completing the work contained in this proposal the undersigned certifies that bidder s practices and policies do not discriminate on the grounds of race, color, religion, sex or national origin and that the bidder will affirmatively cooperate in the implementation of these policies and practices. Signed: Company Representative Company Name Address Please return bidder s check to: Company Name Address BP 22

25 Statement of Bidder s Experience BIDDER S EXPERIENCE In order to make a responsive Bid, the Bidder (Prime Contractor) must provide evidence of being a responsible bidder by providing a minimum of three successfully completed water main projects and three successfully completed sewer main projects within the last five years. If completion of those projects included the assistance of sub contractors, prime must submit the names of the sub contractors used on those projects and specify if those same subs will be used on this contract. A successfully completed project is considered as a project that did not involve the contractor defaulting on the contract, was completed within the contract time and incurred zero (0) owner claims. The Bidder is also to submit the sub contractors experience if they will be part of the crews doing the work for the Prime Contractor. Contractors should reference water and sewer projects that included new installation of water mains and sewer mains by open cut construction. Data given must be clear and TYPED FORMAT. Include specific project name, facility owner, facility owners phone number, reference name and phone number, total length of installed water mains and total length of sanitary sewer mains installed, and total contract amount, as presented below. Please verify that your reference phone number is a working number. San Antonio Water System in determining the responsible bidder will approve the Bid based on low cost and on Bidder s demonstrated experience and ability to perform the work. Water Main Project feet of 8-inch Water Main through 16-inch Water Main Work Project Name: Facility Owner: Phone number: Reference Name: Phone number: Length and Size of Mains Installed: Construction Completion Date: Contract Amount: Water Main Project feet of 8-inch Water Main through 16-inch Water Main Work Project Name: Facility Owner: Phone number: Reference Name: Phone number: Length and Size of Mains Installed: Construction Completion Date: Contract Amount: BP 23

26 Water Main Project feet of 24-inch Water Main Work Project Name: Facility Owner: Phone number: Reference Name: Phone number: Length and Size of Mains Installed: Construction Completion Date: Contract Amount: Sewer Main Project feet of 8-inch Sewer Main through 16-inch Sewer Main Work Project Name: Facility Owner: Phone number: Reference Name: Phone number: Length and Size of Mains Installed: Construction Completion Date: Contract Amount: Sewer Main Project feet of 8-inch Sewer Main through 16-inch Sewer Main Work Project Name: Facility Owner: Phone number: Reference Name: Phone number: Length and Size of Mains Installed: Construction Completion Date: Contract Amount: BP 24

27 Sewer Main Project feet of 8-inch Sewer Main through 16-inch Sewer Main Work Project Name: Facility Owner: Phone number: Reference Name: Phone number: Length and Size of Mains Installed: Construction Completion Date: Contract Amount: The signed Bidder Experience Form and any required supplemental information must be submitted with this Proposal for the Bidder to be considered: Contractor By Title Date BP 25

BID PROPOSAL. Item Description Unit Quantity Unit Price Total Price No. (Unit Price to be written in Words) (Figures) (Figures)

BID 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 information

Austin Constructors, LLC S FM N. Richey 9810 FM 969. Pasadena, TX Austin, TX 78724

Austin 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 information

SAN ANTONIO WATER SYSTEM

SAN ANTONIO WATER SYSTEM SAN ANTONIO WATER SYSTEM SAWS WATER JOB NO. 17-5026 2017 SMP MERRY ANN DR. FROM FRANCES JEAN TO DEAD END G:\TXC\Projects\SAWS\SAWS - Merry Ann\03_CADD\01_Sheets\Merry Ann_Water\01_Sheets\1 MANN WATR CVR.dwg

More information

CITY OF ALAMO HEIGHTS WATER, STREET AND SIDEWALK CAPITAL IMPROVEMENT PROJECTS

CITY 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 information

SUBTOTAL SITE WORK & DEMOLITION (UTILITIES) $180, $348, $319,943.71

SUBTOTAL 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 information

STREET IMPROVEMENTS PROPOSAL BID ITEMS

STREET IMPROVEMENTS PROPOSAL BID ITEMS 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

More information

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA 16146 SPECIFICATIONS and FORM OF PROPOSAL RENTAL OF CHIPSEAL EQUIPMENT WITH OPERATORS AND LABORERS 2014 CITY OF SHARON Notice to Bidders RENTAL

More information

THORNTON 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 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 information

San 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 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 information

Bid Summary Still Creek Wastewater Improvements Phase III City Job No. 411-D November 21, 2013

Bid Summary Still Creek Wastewater Improvements Phase III City Job No. 411-D November 21, 2013 Bid Summary Still Creek Wastewater Improvements Phase III City Job No. 411-D4-1102 November 21, 2013 Doughtie Construction Co., Elliott Construction Dudley Construction Ltd. SUBTOTAL GENERAL ITEMS : $191,713.00

More information

San 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 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 information

Proposal, pages P-1 through P-8 of the Contract Documents and Specifications.

Proposal, pages P-1 through P-8 of the Contract Documents and Specifications. ADDENDUM 2 PROJECT: POKAGONEK AWAT HARTFORD CLIENT: ISSUE DATE: JUL 1, 2015 The following clarifications and changes shall be included in the Plans and Specifications for the above referenced project,

More information

2150 F&I 4" PVC pipe LF 100 $ F&I 6" PVC pipe LF 100 $ F&I 8" PVC pipe LF 100 $ 90.00

2150 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 information

Date: 04/20/2018 City Project No.: Addendum No.: 4. The following changes shall be made to the project plans and specifications:

Date: 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 information

City of Grand Island Tuesday, June 26, 2018 Council Session

City 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 information

SPECIFICATIONS AND DOCUMENTS FOR PURCHASE OF ROAD MATERIALS AND RENTAL OF CERTAIN PIECES OF CONSTRUCTION EQUIPMENT

SPECIFICATIONS AND DOCUMENTS FOR PURCHASE OF ROAD MATERIALS AND RENTAL OF CERTAIN PIECES OF CONSTRUCTION EQUIPMENT SPECIFICATIONS AND DOCUMENTS FOR PURCHASE OF ROAD MATERIALS AND RENTAL OF CERTAIN PIECES OF CONSTRUCTION EQUIPMENT (Gravel, Crushed Rock, Sand, Road Oils, Recycled Aggregate, Bituminous Milling, Sealcoating,

More information

BID TABULATION REPORT McKINNEY STREET DRAINAGE IMPROVEMENTS PROJECT No. PWDR10012 BID OPENED : TUESDAY, AUGUST 13, :00 P.M.

BID 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 information

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717) CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA 17013 (717) 249-4422 BOROUGH OF CARLISLE BID DOCUMENTS TABLE OF CONTENTS Section 1 INFORMATION FOR BIDDERS

More information

ATTACHMENT I BID SCHEDULE IFB NO , CHURCH FARMS EAST STORAGE TANK AND BOOSTER PUMP STATION

ATTACHMENT 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 information

HILLS MATERIALS COMPANY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST $294, $294, $74, $74, $35, $35,000.

HILLS 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 information

BID 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. 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 information

Town 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 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 information

ADDENDUM NO. 1. Contractor shall fax back the recognition sheet acknowledging the receipt of this addendum, or include in their proposal.

ADDENDUM 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 information

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks Purchasing Department 530 Water Street Oakland, CA 94607 Date: November 17, 2017 ADDENDUM No. 1 BID No. 17-18/15 Chevrolet Silverado Work Trucks This Addendum modifies the original BID Documents for the

More information

Project Book Worksheet for Cost Estimation

Project 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 information

BIDDER'S PROPOSAL (continued) CITY OF BERKELEY BID PROPOSAL ITEM NO. A: BASE BID

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 information

PERMIT FOR INSTALLATION ON COUNTY RIGHTS-OF-WAY: ACCESS DRIVEWAYS RESIDENTIAL

PERMIT FOR INSTALLATION ON COUNTY RIGHTS-OF-WAY: ACCESS DRIVEWAYS RESIDENTIAL PERMIT FOR INSTALLATION ON COUNTY RIGHTS-OF-WAY: ACCESS DRIVEWAYS RESIDENTIAL Submit To Martin County Judge s Office P.O. Box 1330 Stanton Texas 79782-1330 mhernandez@co.martin.tx.us APPLICATION: Permittee

More information

Patton Hill Road (Four Inch Main), Project No

Patton 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 information

City of Grand Island Tuesday, February 13, 2018 Council Session

City 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 information

Steese Rd - Curb & Sidewalk Improvement

Steese 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 information

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 2 FOR THE CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD,

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 2 FOR THE CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD, CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 2 FOR THE CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD, 2017-2018 FOR THE CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS RQ# 39104 BIDS

More information

PROPOSAL FORM 2014 FUEL BID

PROPOSAL FORM 2014 FUEL BID PROPOSAL FORM 2014 FUEL BID COUNTY OF SIBLEY, MINNESOTA BIDS CLOSE: NOVEMBER 22, 2013 AT 4:30 P.M. PROPOSAL TO: SIBLEY COUNTY PUBLIC WORKS TIMOTHY BECKER PUBLIC WORKS DIRECTOR 111 8 TH STREET PO BOX 897

More information

McCRORY & WILLIAMS, INC. HILLCREST ROAD CONNECTOR MCR ROADWAY ITEMS

McCRORY & 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 information

General Specifications

General Specifications General Specifications Bid # 2372 Fire Hydrants Water Resource Department The contract period for these items is for 1 full year beginning the effective date of the awarded contract, December 1, 2012 to

More information

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE Annual Fuel Bid - #01-18 INVITATION TO BID The City of Portsmouth is soliciting bids for our primary supply and emergency supply of fuel.

More information

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts Request For Bids Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts is requesting bid proposals for the Solid Waste Refuse Hauling and Disposal for the Midas Solid Waste

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: July 29, 2014 BID NO.: 14-5053 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR PUMP REPAIRS SUBMERSIBLE TRAINS AND CENTRIFUGAL

More information

ADDENDUM 3. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession.

ADDENDUM 3. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession. Network Operations Center Renovation 62 Swamp Road Newtown, PA 18940 ADDENDUM 3 To: For: Prepared For: ALL BIDDERS Network Operation Center Renovation 62 Swamp Road Newtown, PA 18940 Council Rock School

More information

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: January 24, 2018 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

More information

INDUSTRIAL HAUL AGREEMENT

INDUSTRIAL HAUL AGREEMENT INDUSTRIAL HAUL AGREEMENT PUBLIC WORKS MEMORANDUM OF AGREEMENT entered into this day of, A.D., 20(yr). BETWEEN: PARKLAND COUNTY a County incorporated under the laws of the Province of Alberta, (hereinafter

More information

TENDER 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 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 information

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID Fort Morgan Golf Course Golf Carts INVITATION TO BID The is accepting sealed bids to Lease or Lease-purchase 45 until 4:00 p.m. (our clock) on September 2, 2011 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which

More information

ORDINANCE NO

ORDINANCE 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 information

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024 Recycling Equipment Rental & Hauling BID NUMBER: 5024 BID DUE DATE MARCH 31, 2017 NEW BID DUE DATE APRIL 4, 2017 ADDENDUM #1 TO BID 5024 ISSUE DATE 03/28/2017 Notice to Contractors: Sealed bids for the

More information

Fertilizer Type B 2 CWT $ $ $60.00 $ $60.00 $ Sod Water 60 MGAL $60.60 $3, $30.00 $1, $30.00 $1,

Fertilizer 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 information

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators 1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of: RFQ 2016-23 Fleet Vehicles The City of Dawson Creek is requesting quotations for the supply and delivery of: One (1) 2016 Minimum GVW 4300kg, 4 Wheel Drive, Regular Cab, Long Box Truck. One (1) 2016 Minimum

More information

SECTION FIRE HYDRANTS WITH HYDRANT LOCKS

SECTION FIRE HYDRANTS WITH HYDRANT LOCKS SECTION 33 12 19 FIRE HYDRANTS WITH HYDRANT LOCKS PART 1: GENERAL 1.01 SCOPE A. Fire hydrants. B. Adjustment of fire hydrants and gate valves. 1.02 SUBMITTALS A. Conform to requirements of Section 01 33

More information

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT ADDENDUM NO. 2 DATE: March 30, 2017 REVISIONS TO: Request for Bids Specification No. ES17-0020F METAL SOLID WASTE AND RECYCLING CONTAINERS NOTICE TO ALL

More information

4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED BELOW.

4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED BELOW. 4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED SIGNED BID / SIGNED ADDENDUM Yes / Yes Yes / Yes Yes / Yes YEARS EXPERIENCE 25 Years 24 Years,

More information

INVITATION TO BID FUEL PRODUCTS

INVITATION TO BID FUEL PRODUCTS INVITATION TO BID FUEL PRODUCTS Notice is hereby given that the Aberdeen School District is accepting fuel bids and propane bids for the following: 1. Regular, unleaded and diesel fuels for district buses

More information

May 11, 2018 On or before 2:00pm

May 11, 2018 On or before 2:00pm REQUEST FOR PROPOSAL No. 18-0004 DIGITAL NETWORKED COPIER LEASE April 17, 2018 PROPOSALS DUE: May 11, 2018 On or before 2:00pm SUBMIT PROPOSAL TO: County of Imperial Purchasing Department 1125 Main Street

More information

CHAPTER 3. Driveways (Rev. 9/04, Ord )

CHAPTER 3. Driveways (Rev. 9/04, Ord ) CHAPTER 3 Driveways (Rev. 9/04, Ord. 2004-6) 6-3-1 Driveway Permit Required 6-3-2 Driveway Location, Design and Construction Requirements 6-3-3 Driveway Aprons Installation/Replacement Improvement Policy

More information

DESCRIPTION QUANTITY PRICE TOTAL

DESCRIPTION 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 information

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet Worcester Public Schools 2020-2022 Student Transportation Contract Proposed Bid Specification Change Summary Sheet 1 for a five-year period beginning the First Day of Summer School 2015 and ending on the

More information

APPLICATION FOR PERMIT to construct, operate, maintain, use and/or remove within a county road right-of-way

APPLICATION FOR PERMIT to construct, operate, maintain, use and/or remove within a county road right-of-way IONIA COUNTY ROAD COMMISSION 170 E. Riverside Drive; P.O. Box 76, Ionia MI 48846 (616) 527-1700 (office) or (616) 527-8848 (fax) APPLICATION FOR PERMIT to construct, operate, maintain, use and/or remove

More information

CITY OF FONTANA HANDBOOK ON RESIDENTIAL DRIVEWAY APPROACH CONSTRUCTION PERMITS

CITY 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 information

California Independent System Operator Corporation Fifth Replacement Electronic Tariff

California Independent System Operator Corporation Fifth Replacement Electronic Tariff Table of Contents 41. Procurement Of RMR Generation... 2 41.1 Procurement Of Reliability Must-Run Generation By The CAISO... 2 41.2 Designation Of Generating Unit As Reliability Must-Run Unit... 2 41.3

More information

PN /21/ SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS

PN /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 information

TOWN OF GRAND FALLS-WINDSOR

TOWN OF GRAND FALLS-WINDSOR TOWN OF GRAND FALLS-WINDSOR TENDER FOR ONE NEW 2018 ZERO TURN 25 HP INDUSTRIAL LAWN MOWER TENDER #18032805 General Conditions 1. All taxes must be included. 2. Unit shall not be a prototype, must be in

More information

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS Engineering Division PROJECT NO INCA STREET MULTI-USE PATH 38 TH AVE. TO 43 RD AVE.

CITY 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 information

Riverside County Transportation Department Summary of Bids

Riverside 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 information

ADDENDUM No. 1 Prospective Bidders

ADDENDUM 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 information

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 1 GENERAL EQUIPMENT SPECIFICATIONS: SPECIFICATION OUTLINE: SFMTA is

More information

NOTICE TO SUPPLIERS CITY OF KALAMA 2018 CHEMICAL PROCUREMENT

NOTICE TO SUPPLIERS CITY OF KALAMA 2018 CHEMICAL PROCUREMENT NOTICE TO SUPPLIERS CITY OF KALAMA 2018 CHEMICAL PROCUREMENT Sealed proposals will be received by the undersigned at the City of Kalama, 195 N. First Street, PO Box 1007, Kalama, Washington 98625, up to

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 ryped by: DATE 08/14/2017 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 nm Buyer: 002 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room

More information

INVITATION FOR BIDS RECYCLING SERVICES FOR THE MATERIALS RECOVERY CENTER WLSSD BID #1363

INVITATION FOR BIDS RECYCLING SERVICES FOR THE MATERIALS RECOVERY CENTER WLSSD BID #1363 2626 Courtland Street Duluth, MN 55806-1894 phone 218.722.3336 fax 218.727.7471 www.wlssd.com Western Lake Superior Sanitary District INVITATION FOR BIDS RECYCLING SERVICES FOR THE MATERIALS RECOVERY CENTER

More information

ADDENDUM NO REFERENCE: FORM OF AGREEMENT, Schedule 2 List of Contract Drawings C C C C

ADDENDUM NO REFERENCE: FORM OF AGREEMENT, Schedule 2 List of Contract Drawings C C C C ADDENDUM NO. 1 PROJECT: Olalla Water System Upgrades Phase 2; RDOS-17-PW-3 The Contract Documents for this work are revised as noted herein. All such revisions become a part of the work and shall be included

More information

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax: COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA 19601 Tel: 610-478-6168 Fax: 610-478-6206 Kelly A. Laubach, Purchasing Manager NOTICE TO BIDDERS Amendment

More information

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document. June 22, 2017 ADDENDUM #1 BL061-17 Purchase of Gasoline and Diesel Fuel on an Annual Contract Please see questions, answers, and clarifications to the abovementioned bid. Q1. Are bonds required? A1. No

More information

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling Appendix A 075-18 Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling INTENT JEA is soliciting proposals for industrial services to remove & dispose

More information

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS FOR THE PURCHASE OF ONE (1) NEW 2016 FORD C-MAX SEL ENERGI-BASE MODEL

More information

Licensed Class C Virginia Contractor No.

Licensed 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 information

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

BID 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 information

CITY OF ESTHERVILLE, IOWA MISCELLANEOUS FEES & CHARGES. At Sewer Main.. $

CITY OF ESTHERVILLE, IOWA MISCELLANEOUS FEES & CHARGES. At Sewer Main.. $ CITY OF ESTHERVILLE, IOWA MISCELLANEOUS FEES & CHARGES Revised 4-6-09 UTILITY FEES Sanitary Sewer Taps: At Manhole... $ 400.00... At Sewer Main.. $ 500.00... All excavation, labor and materials by property

More information

DRIVEWAY/SIDEWALK PERMIT APPLICATION

DRIVEWAY/SIDEWALK PERMIT APPLICATION JOB INFORMATION CITY OF ALEXANDRIA 704 Broadway Alexandria, MN 56308 Phone: 320-763-6678 Fax: 320-763-3511 DRIVEWAY/SIDEWALK PERMIT APPLICATION Permit Fee: $50.00 Deposit: $300.00 PERMIT NUMBER: ROW DATE:

More information

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK PUBLIC WORKS DEPARTMENT 420 West Grant Street DOUGLAS, WY 82633 Page 1 of 11 City of Douglas Call for Bids- Vehicle Sealed bids

More information

CHAPTER 25. SUBSTANTIVE RULES APPLICABLE TO ELECTRIC SERVICE PROVIDERS.

CHAPTER 25. SUBSTANTIVE RULES APPLICABLE TO ELECTRIC SERVICE PROVIDERS. 25.211. Interconnection of On-Site Distributed Generation (DG). (a) (b) (c) Application. Unless the context indicates otherwise, this section and 25.212 of this title (relating to Technical Requirements

More information

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in You are herewith notified that it is the intent of the Nampa & Meridian Irrigation District

More information

County of Los Angeles Department of Public Works BID SUMMARY

County 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 information

Riverside County Transportation Department Summary of Bids

Riverside 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 information

ENGINEERING BEST PRACTICE BP2.2.1

ENGINEERING BEST PRACTICE BP2.2.1 1. SUBJECT DRIVEWAY REQUIREMENT POLICIES RESIDENTIAL 2. DEFINITIONS Driveway Paved area that provides access from a roadway to private property. Frontage Exterior lot line abutting a public right-of-way,

More information

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope. BL098-17 October 9, 2017 INSPECTION, MAINTENANCE AND REPAIR OF HOISTS AND CRANES ON AN ANNUAL CONTRACT ADDENDUM #1 BL098-17 The following should be added to the above-referenced bid. The attached pre-qualification

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama

More information

ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment

ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4381 Fax: (850) 414-4951 ADDENDUM NO. 2 DATE: March 3, 2016 RE: BID #:

More information

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC ORDER PACKET Contract #TRIPS-12-SNV-CBS Special Needs Type Vehicles TRIPS-12-SNV-CBS - 1 - October 2012 CONTRACT # TRIPS-12-SNV-CBS ORDER PACKET

More information

SECTION 17 FIRE HYDRANT ASSEMBLIES General

SECTION 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 information

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations Livingston Parish Public Schools Excellence in Education! 13909 Florida Boulevard P.O. Box 1130 Livingston, Louisiana 70754-1130 Phone: (225) 686-7044 Fax: (225) 686-3052 Website: www.lpsb.org John Watson

More information

APPLICATION FOR OBSTRUCTION PERMIT

APPLICATION 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 information

CITY OF DAVIS PUBLIC WORKS DEPARTMENT STANDARD SPECIFICATIONS

CITY 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 information

Ohio 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 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 information

CITY OF WESTON, a municipal corporation SEWERAGE AND SEWAGE DISPOSAL SERVICE

CITY OF WESTON, a municipal corporation SEWERAGE AND SEWAGE DISPOSAL SERVICE P.S.C. W. Va. Tariff No. 16 Canceling P.S.C. W. Va. TariffNo. 15 CITY OF WESTON, a municipal corporation OF WESTON, WEST VIRGINIA RATES, RULES AND REGULATIONS FOR FURNISHING SEWERAGE AND SEWAGE DISPOSAL

More information

ADDENDUM #1 NWIT Watermain Replacement Program New Westminster, BC

ADDENDUM #1 NWIT Watermain Replacement Program New Westminster, BC June 20, 207 ADDENDUM # NWIT723 207 Watermain Replacement Program New Westminster, BC This addendum modifies the Invitation to Tender only as noted: INSTRUCTIONS TO TENDERERS PART I 3.0 Submission of Tenders

More information

St. Johns River State College BID-SJR Addendum Three ADDENDUM THREE DATED JUNE 13, 2016

St. 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 information

DOCUMENTATION WORKBOOK FY 2017

DOCUMENTATION WORKBOOK FY 2017 DOCUMENTATION WORKBOOK SPECIFIC TASK TRAINING PROGRAM Conducted by the ILLINOIS CENTER FOR TRANSPORTATION (ICT) AND IDOT BUREAU OF CONSTRUCTION FY 2017 WORKBOOK TABLE OF CONTENTS Workbook Page 1... Maximum

More information

The cost estimation methodology used to update the charges and credits is the same methodology the Company utilized in the prior year s filing.

The cost estimation methodology used to update the charges and credits is the same methodology the Company utilized in the prior year s filing. LISA D. NORDSTROM Lead Counsel lnordstrom@idahopower.com December 28, 2018 Public Utility Commission of Oregon Filing Center 201 High Street SE, Suite 100 P.O. Box 1088 Salem, Oregon 97301 Re: Tariff Advice

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/08/18 HIGHWAY: COUNTY: 08/12/2015 ESTIMATE PAID: AWARD DATE: 08/14/2015 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/08/18 HIGHWAY: COUNTY: 08/12/2015 ESTIMATE PAID: AWARD DATE: 08/14/2015 ESTIMATE PERIOD: 209,750.00 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/08/18 650 365.00 CONTRACT ID: 628798001 PROJECT: RMC - 628798001 CONTRACT: 08151502 AWARD : $276,487.00 PROJECTED : $276,487.00 ADJ. PROJECTED :

More information

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/09/19 HIGHWAY: 02/10/2016 ESTIMATE PAID: AWARD DATE: 02/25/2016 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/09/19 HIGHWAY: 02/10/2016 ESTIMATE PAID: AWARD DATE: 02/25/2016 ESTIMATE PERIOD: 47,635.79 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/09/19 161 3 CONTRACT ID: 092106270 PROJECT: STP 2014(101)TE CONTRACT: 02163244 AWARD : $899,908.10 PROJECTED : $905,908.10 ADJ. PROJECTED : $953,543.89

More information

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR: INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR: HOMEWOOD-FLOSSMOOR PARK DISTRICT Golf Car Lease/Purchase Coyote Run Golf Course Flossmoor, IL 60422 BID OPENING ON: Thursday, October 25, 2018 TIME:

More information