Date: 12/7/2018 RFB No: Commodity: Herring Avenue Street & Utility Improvements Purchasing Agent: Mr. Victor Venegas

Size: px
Start display at page:

Download "Date: 12/7/2018 RFB No: Commodity: Herring Avenue Street & Utility Improvements Purchasing Agent: Mr. Victor Venegas"

Transcription

1 CITY OF ACO urchasing Services ost Office Box 2570 aco, Texas hone: Fax: Date: 2/7/208 FB No: Commodity: Herring Avenue Street & Utility Improvements urchasing Agent: Mr. Victor Venegas Closing Time: 2:00.M. CST, Thursday, December 3, 208 Opening Time: 2:0.M. CST, Thursday, December 3, 208 Bid Opening Location: Operations Center, urchasing Services Office, 45 N. 4 th St., aco, TX Addendum No: 2 The above-mentioned Bid invitation has been changed in the following manner. Sign and return addendum to the urchasing Office by the closing time and date with your FB response. eturning this page signed by your authorized agent will serve to acknowledge this change. All other requirements of the invitation remain unchanged. If you have any questions, please call or stop by the urchasing Office at the above address.. Clarifications 2. Changes to rocurement equirements 3. Changes to Drawings Firm: Address Signature of erson Authorized to Sign Bid: Signor's Name and Title (print or type): -mail Address: Date: Telephone: Fax:

2 SCTION ADDNDUM 2 Addendum Issue Date: November 30, 208 Bid Date: December 3, 208 roject Name: Herring Avenue Street & Utility Improvements roject No.: FB No Owner: City of aco ngineer: C&Y, Inc. This addendum forms a part of the Contract Documents and modifies the original roject Manual dated November 8, 208 and Addendum. Bidder shall acknowledge receipt of this addendum in the space provided below and in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification. CLAIFICATIONS:. Class A, Class C, and Class Surface eplacements are measured and paid for per linear foot (LF) of trench. CHANGS TO OCUMNT QUIMNTS: 2. For the amount of bypass pumping, the Contractor shall refer to xhibit which indicates the extent of the service area. 3. Bid Item A Hot Mix Asphaltic Concrete, Type B has been added to the Bid roposal. This Bid Item shall be the unit cost for installation of 0 Type B HMAC in areas of utility installation that fall within the Mill and Overlay Scope of ork. The 0 HMAC section will be installed in the trench line in a minimum lift of 2.5 and a maximum lift of 5. The top of the 0 HMAC section will be 2 below the final top of paving surface. The width of the 0 HMAC section will be OD of the pipe plus 20. All subsequent A2.00 Additive Miscellaneous Construction Bid Items will be renumbered. See attached detail. 4. The Bid roposal has been reissued and is included with this addendum. CHANGS TO DAINGS:. Modify Sheet C8.0 to include the provision for the extension of an 8 public waterline. 2. ADD Sheet C8. to the Construction lans that detail the installation of an 8 public waterline and reconnection to an existing 8 waterline. November 208 roject Addendum No

3 lease acknowledge receipt of this Addendum No. 2 by signing below and submitting with the Bid. Acknowledged: By: Title: David L. Marek, C&Y, Inc. November 208 roject Addendum No

4 BID OOSAL HING AVNU STT AND UTILITY IMOVMNTS Item No. Description Unit BAS BID.00 GNAL CONDITIONS stimate Quantity Bid Unit rice Bid rice.0 Mobilization, including ermits, Bonds, and other Incidentals (Maximum 0% of Base Bid) LS.02 Trench Safety lan LS.03 Confined Space lan LS.04 Confined Space Implementation LS.05 Stormwater ollution and revention lan LS.06 Stormwater ollution and revention lan Implementation LS.07 Traffic Control lan LS.08 Traffic Control lan Implementation LS.09 roject Sign, including Sign reparation, Installation, Maintenance, and emoval of a Building aco Sign in accordance with City equirements A 2 SUBTOTAL GNAL CONDITIONS 2.00 SSU LAN 2 IMOVMNTS 2.0 emove xisting 2" Appurtenances LS 2.02 lug xisting Lines to be Abandoned (All Sizes) LS Grout xisting ater Lines (To Be 2.03 Abandoned) LS 2.04 emove xisting ater Meter and Meter Box. Cap xisting ater Service. etain Meter for einstallation A 2.05 emove xisting ater Meter and eturn to City of aco. Cap xisting ater Service A 2.06 Connection to xisting 24" ater Line A 2.07 Connection to xisting 6" ater Line A 2.08 Connection to xisting 2" ater Line A 2.09 Connection to xisting 0" ater Line A 2.0 Connection to xisting 8" ater Line A " DI Class 250 ater Line (All Depths) (Street Trench) LF " DI Class 250 ater Line (All Depths) (Off Street Trench) LF " C 900 VC ater Line (All Depths) (Street Trench) LF " C 900 VC ater Line Installed in 6" Casing (All Depths) LF 20 THIS COMLT FOM MUST B SUBMITTD ITH BID ADDNDUM 2 age of 6

5 BID OOSAL HING AVNU STT AND UTILITY IMOVMNTS Item No. Description Unit stimate Quantity Bid Unit rice Bid rice 2.5 6" Steel ncased ipe Installed by Open Cut (Street Trench) (All Depths) LF " x 6" DI educer A 2.7 6" x 2" DI educer A 2.8 6" x 0" DI educer A 2.9 6" x 6" DI Tee A " x 8" DI Tee A " x 8" DI Tee A " 45 DI Bend A " 45 DI Bend A " 22 /2 DI Bend A " /4 DI Bend A " esilient Seat Gate Valve A " esilient Seat Gate Valve A " Air elease Valve and Vault A " Service Connection Including econnection of Service A 2.30 emoval of xisting Fire Hydrant and Installation of New Fire Hydrant Assembly, A 2.3 econnection of xisting Fire Line and Installation of ressure lane Valve A 2.32 Install " ater Service, Meter Box and einstall xisting ater Meter A 2.33 Install " ater Service and Meter Box (No Meter) A Install Concrete Cap on xisting Utilities (All Sizes) (All Depths) A 2.35 Trench Safety Implementation LF,507 SUBTOTAL SSU LAN 2 IMOVMNTS 3.00 SSU LAN IMOVMNTS 3.0 emove xisting 6" Cap/lug A 3.02 lug xisting Lines to be Abandoned (All Sizes) LS 3.03 Grout xisting ater Lines (To Be Abandoned) LS 3.04 Connection to xisting 6" ater Line A Connection to xisting 2" ater Line A " DI Class 250 estrained Joint ater Line (All Depths) (Street Trench) LF Concrete asement of ater Lines (All Sizes) (All Depths) LF " x 2" DI educer A THIS COMLT FOM MUST B SUBMITTD ITH BID ADDNDUM 2 age 2 of 6

6 Item No. Description Unit BID OOSAL HING AVNU STT AND UTILITY IMOVMNTS " x 6" DI Tee A 3.0 6" 90 DI Bend A " esilient Seat Gate Valve A 3.2 Install Fire Hydrant Assembly including Fire Hydrant, Tee, Gate Valve, DI ipe and Gradlock A 3.3 Trench Safety Implementation LF 90 SUBTOTAL SSU LAN IMOVMNTS 4.00 MISCLLANOUS CONSTUCTION 4.0 Curb and Gutter emoval and eplacement LF Class 'A' Surface eplacement LF 2, Class 'C' Surface eplacement LF Class '' Surface eplacement LF 34 einforced Sidewalk emoval and 4.05 eplacement SF 68 SUBTOTAL MISCLLANOUS CONSTUCTION IMOVMNTS stimate Quantity Bid Unit rice Bid rice TOTAL BAS BID AMOUNT I ILL US TH FOLLOING SUBCONTACTOS FO THIS OK: TOTAL AMOUNT OF MATIALS TOTAL AMOUNT OF LABO & QUIMNT SUBCONTACTO TY OF OK THIS COMLT FOM MUST B SUBMITTD ITH BID ADDNDUM 2 age 3 of 6

7 Item No. Description Unit BID ALTNAT NO. BID OOSAL HING AVNU STT AND UTILITY IMOVMNTS D.00 DDUCT BID ITMS D.0 Class 'A' Surface eplacement (Unit rice Shall Match that of Item 4.02) LF (,857) SUBTOTAL DDUCT BID ITMS A.00 ADDITIV UTILITY BID ITMS A.0 Stormwater ollution and revention lan Implementation LS A.02 Traffic Control lan Implementation LS A.03 xisting Manhole to Be Abandoned A 3 A.04 xisting Manhole to be emoved A A.05 emoval of xisting astewater Line LF 0 A.06 Connection to xisting Concrete Manhole A 2 A.07 4' Ø recast Concrete Manhole Built on xisting 8" astewater Line (All Depths) LS A.08 4' Ø recast Concrete Manhole (All Depths) LS 8 A.09 4' Ø recast Concrete Manhole w/ 8" xternal Drop Fixture (All Depths) A A.0 8" SD 26 ressure ated VC astewater (Street Trench) (All Depths) A 72 A. 8" SD 26 VC astewater (Street Trench) (All Depths) LF 289 A.2 6" Ø Commercial Service w/ 2 ay Cleanout, Including Connection to xisting Service by Licensed lumber A A.3 4" Ø esidential Service w/ 2 ay Cleanout, Including Connection to xisting Service by Licensed lumber A 7 A.4 4" Ø esidential Service w/ 2 ay Cleanout and not Connected to esidential Service) A 6 A.5 Install Concrete Cap on roposed Utilities (All Sizes) (All Depths) A 3 A.6 Install Concrete Cap on xisting Utilities (All Sizes) (All Depths) A A.7 Video of Newly Installed Sewer Lines LF,46 A.8 By ass umping (Sewer Line 'C') LS A.9 Class 'A' Surface eplacement LF 323 A.20 Class 'C' Surface eplacement LF 6 A.2 emoval and eplacement of xisting Valve Box, xtension and Cap A 2 A.22 Trench Safety Implementation LF,46 SUBTOTAL ADDITIV UTILITY ITMS A2.00 ADDITIV MISCLLANOUS CONSTUCTION BID ITMS stimate Quantity Bid Unit rice Bid rice THIS COMLT FOM MUST B SUBMITTD ITH BID ADDNDUM 2 age 4 of 6

8 BID OOSAL HING AVNU STT AND UTILITY IMOVMNTS Item No. Description Unit stimate Quantity Bid Unit rice Bid rice A2.0 Mill and emoval of xisting Hot Mix Asphaltic Concrete Surface SY 9,942 A2.02 Sawcut, emoval & Disposal of xisting HMAC and Base, Including Necessary xcavation to Achieve Subgrade levation SY 2,425 A2.03 8" Lime Stabilization of xisting Subgrade SY 2,425 A2.04 Hydrated Lime TON 43 A2.05 0" Cement Stabilized ugmill Base SY 2425 A2.06 2" Hot Mix Asphaltic Concrete avement, Type: D SY 2,367 A2.07 0" Hot Mix Asphaltic Concrete, Type B LF,995 A2.08 Striping Improvements LS A2.09 Adjustment and Installation of Concrete Collars on xisting Valves Stem To emain (All Sizes) A 8 SUBTOTAL ADDITIV MISCLLANOUS CONSTUCTION ITMS TOTAL BID ALTNAT NO. AMOUNT BID ALTNAT NO. 2 TOTAL AMOUNT OF MATIALS FO BID ALTNAT NO. TOTAL AMOUNT OF LABO & QUIMNT FO BID ALTNAT NO. B.00 ADDITIV UTILITY BID ITMS B.0 Traffic Control lan Implementation LS B.02 emoval of xisting Fire Hydrant A B.03 emoval of xisting Valve Box, xtension and Cap A B.04 24"x6" Tapping Sleeve & Valve A B.05 Connection to xisting 8" aterline A 2 B.06 6" DI Class 250 estrained Joint ater Line (All Depths) (Street Trench) LF 7 B.07 8" C 900 VC ater Line (All Depths) (Street Trench) LF 96 B.09 6"x8" DI Tee A B.0 8"x8" DI Tee A 2 B. 6" 45 DI Bend A 2 B.2 6" /4 DI Bend A 4 B.3 8" 45 DI Bend A 2 B.4 8" /4 DI Bend A 3 B.5 6" esilient Seat Gate Valve A B.6 8" esilient Seat Gate Valve A 3 B.7 Install Fire Hydrant Assembly including Fire Hydrant, Gate Valve, DI ipe and Gradlock A B.8 6" DI Cap A THIS COMLT FOM MUST B SUBMITTD ITH BID ADDNDUM 2 age 5 of 6

9 BID OOSAL HING AVNU STT AND UTILITY IMOVMNTS Item No. Description Unit stimate Quantity Bid Unit rice Bid rice B.9 Install 2" ater Service and connect to existing ater Meter A 2 B.20 Class 'A' Surface eplacement LF 32 B.2 Class 'C' Surface eplacement LF 250 Concrete ncasement of 8" aterline (All B.22 Depths) LF 5 B.23 Curb and Gutter emoval and eplacement LF 7 B.24 Striping Improvements LS B.25 Trench Safety Implementation LF 267 SUBTOTAL ADDITIV UTILITY ITMS TOTAL BID ALTNAT NO. 2 AMOUNT TOTAL AMOUNT OF MATIALS FO BID ALTNAT NO. 2 TOTAL AMOUNT OF LABO & QUIMNT FO BID ALTNAT NO. 2 THIS COMLT FOM MUST B SUBMITTD ITH BID ADDNDUM 2 age 6 of 6

10 C&Y, Inc. C TNCH AI DTAIL SCAL : /2" = '-0" " HMAC, TY 'D' MBDMNT O.D. + 20" SAY ALID UND SAL MMBAN. TxDOT SCIAL SCIFICATION 3002 XISTING CMNT TATD UGMILL BAS 0" HMAC, TY 'B' GAVL TNCH BACKFILL G:\DTAILS\CY TO B AOVD\TNCH AI.dwg, Model, 2/7/208 :2:50 M, :24

11 XIST. 24" ATLIN XIST. 8" ATLIN CONNCT SVIC TO O. 6" ATLIN S NOT 7 XIST. GASLIN XIST. FI HYDANT S NOT 6 TLHON 8 L.F. CUB & GUTT LACMNT MANHOL G NOT 3 MANHOL : G G STA " 45 DG. D.I. MJ BND, STAIND, S NOT 3 AND 5 N: : STA O. 6" GAT VALV O. 6" D.I.. 0 L.F. STUB-OUT N: : XIST. 8" ATLIN.59 I: L.F. CLASS 'C' SUFAC LACMNT 26 L.F. CLASS 'A' SUFAC LACMNT XIST. 6" ATLIN M TO T D.I. I O 8 L.F. CUB & GUTT LACMNT STA = STA O. 6" X 8" D.I. MJ T, STAIND, S NOT N: : XIST. XIST. 24" ATLIN XIST. 8" STOM FUNISH AND INSTALL 24 X 6 TAING SLV (JCM 45 O AOVD QUAL) ON 24 BA-AD CONCT CYLIND I IN ACCODANC ITH AA M9 AND I MANUFACTU'S COMMNDATIONS. FILD VIFY TY OF I, OUTSID DIAMT OF I, AND OUTSID DIAMT OF STL CYLIND IO TO FABICATION. NTI TAING SLV SHALL B COATD ITH FUSION BONDD OXY IN ACCODANC ITH AA C23. TAING SLV SHALL B ANSI/NSF STANDAD 6, ANNX G AND ANSI/AA 372 CTIFID. FASTNS SHALL B TY 304 STAINLSS STL. TAING SLV AND VALV SHALL B INSTALLD BY ANGLIN TAING SVICS, INC. O THOMSON I GOU. 2. FUNISH 6 F X MJ STAIND, TAING, SILINT DG GAT VALV IN ACCODANC ITH AA C55 AND CITY OF ACO STANDAD SCIFICATIONS SCTION (MULL T-236 O AOVD QUAL). VALV SHALL B ANSI/NSF STANDAD 6, ANNX G AND ANSI/AA 372 CTIFID. INSTALL VALV AND VALV BOX AS SHON IN CITY OF ACO STANDAD DTAILS -3, -4, -3A, AND -3B. VALV SHALL B INSTALLD VTICALLY ITH CONCT BLOCKING. A TH VALV IN 8 MILS (MIN.) OLYTHYLN FILM CITY OF ACO STANDAD SCIFICATION SCTION 4.7 AT 2.A.3. INSTALL THUST BLOCK AGAINST UNDISTUBD SOIL CITY OF ACO STANDAD DTAIL -3 AS QUID TO STAIN HOIZONTAL THUST AT TH 24 X 6 TA. 3. OVID DUCTIL ION I AND FITTINGS IN ACCODANC ITH CITY OF ACO STANDAD SCIFICATION SCTION 4.7 AT 2.A.3 AND F.2. A DUCTIL ION I AND FITTINGS IN 8 MILS (MIN.) OLYTHYLN FILM CITY OF ACO STANDAD SCIFICATION SCTION 4.7 AT 2.A.3. FITTINGS AND JOINTS SHALL B STAIND HV INDICATD ON TH LAN O STANDAD DTAILS O NCSSITATD BY FILD CONDITIONS. FITTINGS SHALL B STAIND ITH BBA SIS 00 (O -AOVD QUAL) MCHANICAL JOINT TAIN GLAND. BLOCKING SHALL B QUID AS SHON ON TH CITY OF ACO STANDAD DTAIL -3, XCT ON U VTICAL BNDS. INSTALL DUCTIL ION I IN ACCODANC ITH CITY OF ACO STANDAD DTAIL G-8 AND SCIFICATION SCTIONS 4.2, 4.6, AND 4.9. UNLSS CLAANC TO ADJACNT UTILITIS IS LSS THAN 2 FT, FUNISH TY A MBDMNT. IF CLAANC IS LSS THAN 2 FT, NCAS TH AT MAIN IN CONCT STANDAD DTAIL G-4. STA ".25 DG. D.I. MJ BND, STAIND, S NOT 3 N: : CONNCT SVIC TO O. 6" ATLIN S NOT 7 STA ".25 DG. D.I. MJ BND, STAIND, S NOTS 3 AND 5 N: : STA ".25 DG. D.I. MJ BND, STAIND, S NOTS 3 AND 4 N: : OM 24" ST 6.3 T XIS 6 L.F. CLASS 'A' SUFAC LACMNT IN IND JO STA " X 6" TAING SLV, S NOT - 6" TAING SILINT DG GAT VALV, MJ X F, STAIND, S NOTS, 2, AND 3 N: : I O. 6" STAIND JOINT D.I. I 6" C S T. 3 XI S O. O AIND J T S " G INT D.I. STA. 6" M TO S " STA , 0.00' - 6" D.I.. CA N: : I: STA " 45 DG. D.I. MJ BND, STAIND, S NOTS 3 AND 4 N: : L.F. CLASS 'C' SUFAC LACMNT NOTS 4. FUNISH AND INSTALL U VTICAL BND ITH BBA SIS 00 (O -AOVD QUAL) MCHANICAL JOINT TAIN GLAND CITY OF ACO STANDAD DTAIL -0. STA ".25 DG. D.I. MJ BND, STAIND, S NOT 3 N: : FUNISH AND INSTALL LO VTICAL BND CITY OF ACO STANDAD DTAILS -0 AND L.F. TNCH SAFTY L.F. GAVL TNCH BACKFILL - 24" X 6" TAING SLV, S NOT - 6" TAING SILINT DG GAT VALV, MJ X F, STAIND, S NOTS, 2, AND 3 STA FOLLOING SSU TSTING AND DISINFCTION OF OOSD 6 AT MAIN, MOV XISTING FI HYDANT AND GADLOK AND TANSOT THM TO A LOCATION DSIGNATD BY TH CITY OF ACO. LUG FI LIN BLO GAD ITH CMNT-BASD, DY-ACK GOUT, CONFOMING TO ASTM C07, GAD B O C. CLAN INSID AT LAST 2 INCHS FOM ND, AS NCSSAY TO ACHIV A FIM BOND. LAC A TMOAY BULKHAD TLV INCHS INSID TH I. FILL TH I ND COMLTLY ITH DY-ACK GOUT MIXTU. ACK VALV BOX ITH SAND TO ITHIN 8 INCHS OF AVMNT BAS MATIAL. FILL MAINING 8 INCHS ITH 2,500 SI CONCT. XIST. GOUND I 7. FUNISH AND INSTALL 2 AT SVIC FOM OOSD 6 MAIN TO CUB STO ON XISTING AT MT, IN ACCODANC ITH CITY OF ACO STANDAD DTAIL -4A, ITH NO SLICS. DO NOT LAC AT MT. ALL CO I MUST B TY K-SOFT. - 6".25 DG. D.I. MJ BND, STAIND, S NOT 3 STA " 45 DG. D.I. MJ BND, STAIND, S NOTS 3 AND 4 STA FUNISH AND INSTALL TMOAY BLO-OFF VALV AT LUG. FOLLOING SSU TSTING AND DISINFCTION, CUT AND LUG TMOAY BLO-OFF VALV BLO GAD. COST SHALL B INCIDNTAL TO TSTING. 9. ADJUST VALV BOXS TO MATCH FINISHD GAD. VALV BOXS SHALL B OVIDD ITH CONCT COLLAS AS SHON IN CITY OF ACO STANDAD DTAIL ST-7. XIST. 36" STOM 0. AT LIN SHALL B COMLT IN LAC INCLUDING ALL BNDS, BLOCKS, FITTINGS, SVICS, AND AUTNANCS BFO SSU TSTING. TST I IN ACCODANC ITH CITY OF ACO STANDAD SCIFICATION SCTION 4.9 AT 3A.3. DISINFCT I IN ACCODANC ITH AA C65. DCHLOINAT AT AA C655 IO TO DISCHAG. XIST. 8" ATLIN. INSTALL 2 TAING SLV AND VALV ON TO OF OOSD 6 I FO MANUAL AI LAS AT 24 X6 TA. CUT AND LUG 2 TA BLO GAD AFT SSU TSTING AND DISINFCTION. XIST. 6" ATLIN STA:+70.58, LV: " D.I.. CA. I D.I IND JOINT A T S " 6 O. O. 6" STAIND JOINT D.I. I O. 6" STAIND JOINT D.I. I O. 6" X 8" D.I. MJ T, STAIND, S NOT STA = STA ".25 DG. D.I. MJ BND, STAIND, S NOTS 3 AND 4 STA L.F. CONCT NCAS O. 6" GAT VALV O. 6" D.I.. 0 L.F. STUB-OUT STA CONTACTO TO INSTALL CONCT COLLAS ON ALL VALV BOXS CITY OF ACO DTAIL. COST OF COLLAS SHALL B INCIDNTAL TO COST OF VALV INSTALLATION. 3. XISTING VALV BOX AND COV TO B MOVD AND FILLD /CONCT UON ABANDONMNT. - 6".25 DG. D.I. MJ BND, STAIND, S NOT 3 STA ".25 DG. D.I. MJ BND, STAIND, S NOTS 3 AND 5 STA " 45 DG. D.I. MJ BND, STAIND, S NOT 3 AND 5 STA OJCT: DSIGND: DAN: C KK DAVID L. MAK "TH SAL AAING ON THIS DOCUMNT AS AUTHOIZD BY DAVID L. MAK #83327 ON TH DAT SHON ON TH DAT STAM. ALTATION OF A SALD DOCUMNT ITHOUT O NOTIFICATION TO TH SONSIBL NGIN IS AN OFFNS UND TH TXAS NGINING ACTIC ACT" (IN FT) V 2/7/8 DAT KK BY VTICAL SCAL " = 2' ADDNDUM #2 DSCITION CHCKD: DLM DAT NAM C&Y, INC. TXAS GISTD NGINING FIM F-74 CITY OF ACO SHT HING AV. STT AND UTILITY IMOVMNTS BID ALTNAT #2 6" ATLIN LAN AND OFIL C8.0 OF SHTS G:\rojects\CAC th Street\DG\CAC C40-AT.dwg, C8.0, 2/7/208 8:58:56 AM, : TLHON

12 J A ST. O 6" N OI NOTS D IN TD STA = STA O. 6" X 8" D.I. MJ T, STAIND, S NOT N: : I..I + : -0 B : + STA O. 8" M.J. 45 DG. VTICAL BND, STAIND S NOT & 2 N: : STA O. 8" M.J. 45 DG. VTICAL BND, STAIND S NOT & 3 N: : L.F. CLASS 'C' SUFAC LACMNT 0 C-9 " 8. O I :0 IN L T 4. OVID C-900 VC I IN ACCODANC ITH CITY OF ACO STANDAD SCIFICATIONS SCTION 4.7 AT 2.A.2. INSTALL VC I IN ACCODANC ITH CITY OF ACO STANDAD DTAILS G-8, SCIFICATIONS 4.2, 4.6, & 4.9. UNLSS CLAANC TO ADJACNT UTILITIS IS LSS THAN 2 FT, FUNISH TY A MBDMNT. IF CLAANC IS LSS THAN 2 FT, NCAS TH AT MAIN IN CONCT STANDAD DTAIL G INSTALL 2 TAING SLV AND VALV ON TO OF OOSD 8 I FO MANUAL AI LAS AT 8" X 8" T. CUT AND LUG 2 TA BLO GAD AFT SSU TSTING AND DISINFCTION. ON H L HOL N MA 3. FUNISH AND INSTALL LO VTICAL BND CITY OF ACO STANDAD DTAILS -0 AND AT LIN SHALL B COMLT IN LAC INCLUDING ALL BNDS, BLOCKS, FITTINGS, SVICS, AND AUTNANCS BFO SSU TSTING. TST I IN ACCODANC ITH CITY OF ACO STANDAD SCIFICATION SCTION 4.9 AT 3A.3. DISINFCT I IN ACCODANC ITH AA C65. DCHLOINAT AT AA C655 IO TO DISCHAG. T XIS T A STA , 4.92' INSTALL STD FI HYDANT S NOT 5 N: : FUNISH AND INSTALL U VTICAL BND ITH BBA SIS 00 (O -AOVD QUAL) MCHANICAL JOINT TAIN GLAND CITY OF ACO STANDAD DTAIL FUNISH AND INSTALL OOSD FI HYDANT, ISOLATION VALV, AND ANCILLAY I AND FITTINGS IN ACCODANC ITH CITY OF ACO STANDAD DTAIL -2 AND STANDAD SCIFICATION SCTION 4.7 AT 2.F. ITH ALICABL SCIAL OVISIONS. STA O. 8" M.J..25 DG. BND, STAIND S NOT N: : STA O. 8" X 8" M.J. T, STAIND S NOT N: : ".2 IST. O T S 6" D AIN 8.8 L.F. CUB & GUTT LAC X NT I JO LIN AT " C V 00 I. D.I.8 IST X 9 C " 32.3 L.F. CLASS 'C' SUFAC LACMNT. O D STA NT M.J..25 DG. O.OI8" J VTICAL D BND, STAIND S NOT & 3 N AI N: ST : " STA O. 8" M.J..25 DG. O VTICAL BND, STAIND S NOT & 2 N: : STA O. 8" GAT VALV N: : L.F. CUB & GUTT LACMNT N LI 3 + T I: 0 A ".8 VC 0.I. STA O. 8" X 8" M.J. CUT-IN T, STAIND 2-8" GAT VALVS S NOT CONNCT TO XIST. 8" ATLIN N: : I. OVID DUCTIL ION I FITTINGS IN ACCODANC ITH CITY OF ACO STANDAD SCIFICATION SCTION 4.7 AT 2.A.3 AND F.2. A DUCTIL ION FITTINGS IN 8 MILS (MIN.) OLYTHYLN FILM CITY OF ACO STANDAD SCIFICATION SCTION 4.7 AT 2.A.3. FITTINGS AND JOINTS SHALL B STAIND HV INDICATD ON TH LAN O STANDAD DTAILS O NCSSITATD BY FILD CONDITIONS. FITTINGS SHALL B STAIND ITH BBA SIS 00 (O -AOVD QUAL) MCHANICAL JOINT TAIN GLAND. BLOCKING SHALL B QUID AS SHON ON TH CITY OF ACO STANDAD DTAIL -3, XCT ON U VTICAL BNDS L.F. TNCH SAFTY L.F. GAVL TNCH BACKFILL XISTING GOUND I XIST. 8" ATLIN 5 L.F. CONCT NCAS O. 8" C-900 VC O. 8" C-900 VC O. 8" M.J..25 DG. VTICAL BND, STAIND S NOT & 2 STA O. 8" M.J..25 DG. VTICAL BND, STAIND S NOT & 3 STA O. 6" X 8" D.I. MJ T, STAIND, S NOT STA OJCT: DSIGND: DAN: DLM KK DAVID L. MAK O. 8" M.J..25 DG. BND, STAIND S NOT STA O. 8" X 8" M.J. T, STAIND S NOT STA O. 8" GAT VALV STA "TH SAL AAING ON THIS DOCUMNT AS AUTHOIZD BY DAVID L. MAK #83327 ON TH DAT SHON ON TH DAT STAM. ALTATION OF A SALD DOCUMNT ITHOUT O NOTIFICATION TO TH SONSIBL NGIN IS AN OFFNS UND TH TXAS NGINING ACTIC ACT" (IN FT) V 2/7/8 DAT KK BY VTICAL SCAL " = 2' ADDNDUM #2 DSCITION CHCKD: DLM DC. 7, 208 DAT NAM O. 8" X 8" M.J. CUT-IN T, STAIND 2-8" GAT VALVS S NOT CONNCT TO XIST. 8" ATLIN STA O. 8" M.J. 45 DG. VTICAL BND, STAIND S NOT & 2 STA O. 8" M.J. 45 DG. VTICAL BND, STAIND S NOT & 3 STA C&Y, INC. TXAS GISTD NGINING FIM F-74 CITY OF ACO SHT HING AV. STT AND UTILITY IMOVMNTS BID ALTNAT #2 8" ATLIN LAN AND OFIL C8. OF SHTS G:\rojects\CAC th Street\DG\CAC C40-AT.dwg, C8., 2/7/208 8:59:03 AM, : XIST. 24" ATLIN

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

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

DELETE 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 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

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

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

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

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

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

SATER OIL GROUP, INC. EQUIPMENT FLOOR PLAN SCALE: 1'-0" SAN DIMAS, CA (909) CLIFFSIDE DRIVE RECEIVING STAGING BEVERAGE POS EXPO

SATER OIL GROUP, INC. EQUIPMENT FLOOR PLAN SCALE: 1'-0 SAN DIMAS, CA (909) CLIFFSIDE DRIVE RECEIVING STAGING BEVERAGE POS EXPO MOT CONDNSING UNITS ON OOF. VIFY XACT LOCATION ITH ACHITCTUAL AND MCHANICAL OOF LANS. XHAUST/MUA FAN UNITS ON OOF. VIFY XACT LOCATION ITH ACHITCTUAL AND MCHANICAL OOF LANS. K F C B (4 TI) (5 TI) (4 TI)

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

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

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

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

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

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

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

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

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

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

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

San Antonio Water System Standard Specifications for Construction ITEM NO. 836 GREY-IRON AND DUCTILE-IRON FITTINGS

San Antonio Water System Standard Specifications for Construction ITEM NO. 836 GREY-IRON AND DUCTILE-IRON FITTINGS ITEM NO. 836 GREY-IRON AND DUCTILE-IRON FITTINGS 836.1 DESCRIPTION: This item shall consist of grey-iron and ductile-iron fittings installation and adjustment installed in accordance with these specifications

More information

STRONGHOLD BUILDING 4802 COUNTY ROAD 69, ROBSTOWN, TEXAS, 78380

STRONGHOLD BUILDING 4802 COUNTY ROAD 69, ROBSTOWN, TEXAS, 78380 STRONGHOLD BUILDING, ROBSTOWN, TXAS, 78380 SHT NO. SHT DSCRIPTION CIVIL SHT INDX MUNOZ NGINRING CIVIL STRUCTURAL MARIN TOPOGRAPHIC SURVYING TBP FIRM No. F-12240 PHON: 361-946-4848 MAIL: ram@munozengrg.com

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

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

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

Grays 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 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 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

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

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

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

San Antonio Water System Standard Specifications for Construction ITEM NO. 836 GREY-IRON AND DUCTILE-IRON FITTINGS

San Antonio Water System Standard Specifications for Construction ITEM NO. 836 GREY-IRON AND DUCTILE-IRON FITTINGS ITEM NO. 836 GREY-IRON AND DUCTILE-IRON FITTINGS 836.1 DESCRIPTION: This item shall consist of grey-iron and ductile-iron fittings installation and adjustment installed in accordance with these specifications

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

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

MA SERIES. Medium-Duty Pneumatic Cylinders Pressure Rating 200 PSI

MA SERIES. Medium-Duty Pneumatic Cylinders Pressure Rating 200 PSI MA SIS Medium-Duty Pneumatic Cylinders Pressure ating 200 PSI Construction DIMNSIONALL INTCHANGABL TO MT ANSI SPCIFICATIONS 1,2 Head & Cap High strength aluminum alloy is used for both head and cap. They

More information

County of Los Angeles Department of Public Works BID SUMMARY

County 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 information

METRO Magnolia Transit Center - Bid Tab

METRO 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 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 #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

County of Santa Cruz 0579

County 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 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

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

WHITE OAK RIDGE PROJECT NO. 53B2384 D-1 DETAIL STANDARD NOTES AND TYPICAL SECTION CITY OF MADISON

WHITE 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 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

IMPROVEMENTS TO LOKER CONSERVATION AND RECREATION AREA TOWN OF WAYLAND, MASSACHUSETTS

IMPROVEMENTS TO LOKER CONSERVATION AND RECREATION AREA TOWN OF WAYLAND, MASSACHUSETTS TOWN OF WAYLAN, MASSACHUSTTS AST PON LOW PSSU SW LIN LIMITS OF POPTY SIGNAT FO CATIONAL US NOTH PON WST PON S NLAGMNT PLAN, SHT L1.02 LIMITS OF POPTY SIGNAT FO CATIONAL US OVALL XISTING CONITIONS PLAN

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

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

SUB WATER DEPARTMENT STANDARD CONSTRUCTION SPECIFICATIONS TABLE OF CONTENTS SECTION WATER DISTRIBUTION VALVES

SUB WATER DEPARTMENT STANDARD CONSTRUCTION SPECIFICATIONS TABLE OF CONTENTS SECTION WATER DISTRIBUTION VALVES SUB WATER DEPARTMENT STANDARD CONSTRUCTION SPECIFICATIONS TABLE OF CONTENTS SECTION 33 12 16 WATER DISTRIBUTION VALVES PART 1 GENERAL... 2 1.1 Description... 2 1.2 Reference Specifications, Codes, and

More information

PRESSURE UTILITIES. Pipe flow occurs due to contents of the pipe being pressurized System cannot have a free connection to the atmosphere

PRESSURE UTILITIES. Pipe flow occurs due to contents of the pipe being pressurized System cannot have a free connection to the atmosphere PRESSURE UTILITIES Pipe flow occurs due to contents of the pipe being pressurized System cannot have a free connection to the atmosphere Types of Pressure Utilities Domestic Water: Clean/drinkable water

More information

SITE PLANS ASSISTED LIVING REDEVELOPMENT

SITE PLANS ASSISTED LIVING REDEVELOPMENT SITE PLANS ASSISTED LIVING REDEVELOPMENT PROJECT SUMMARY TOTAL LOT AREA - 39.0 ACRES EXISTING BUILDING FOOTPRINT 48,060 S.F. PROPOSED 25,869 S.F. TOTAL BUILDING FOOTPRINT 73,929 S.F. ZONING COMPLIANCE

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

Project # & Name: # CDBG - Pugh Street Streetscape - East College Ave to East Beaver Ave & East Beaver Ave/Locust Lane Improvements

Project # & 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 information

Federal Project No.: HSIP-5A27(567)

Federal 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 information

ADDENDUM #2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18

ADDENDUM #2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18 November 29, 2018 ADDENDUM 2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18 Q1. Do contractors not need to be on the Watershed Improvements Pre-Qualifications List to submit on the RP031-18 Watershed

More information

Federal Project No.: OC-095-1(348)

Federal 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 information

2017 Manhole Rehabilitation CONTRACT NO ADDENDUM NUMBER ONE

2017 Manhole Rehabilitation CONTRACT NO ADDENDUM NUMBER ONE Department of Aviation Airport Office Building 8500 Peňa Boulevard Denver, Colorado (303) 342-2200 www.flydenver.com May 9, 207 207 Manhole Rehabilitation TRACT NO. 2073345 ADDNDM NMBR ON This Addendum

More information

2, total unit $ total unit $ total unit $ total $

2, 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 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

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 7/02/2004

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 7/02/2004 TIFICATION OF ADDENDUM ADDENDUM. 1 DATED 7/02/2004 Control 0009-02-049, ETC. Project CM 97(89) Highway SH 78, ETC. County DALLAS Ladies/Gentlemen: Attached please find an addendum on the above captioned

More information

PARKING LOT REHABILITATION PROJECT FOR: SJRSC PALATKA CAMPUS

PARKING LOT REHABILITATION PROJECT FOR: SJRSC PALATKA CAMPUS PARKING LOT REHABILITATION PROJECT FOR: DRAWING INDE SHEET NO. DRAWING TITLE C. COVER SHEET C1. - C1.17 PALATKA CAMPUS C4. CONSTRUCTION DETAILS PROJECT SITE PROJECT SITE C. 8 4 8 16 32 1 inch = 8 ft. C1.16

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

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

VILLAGE OF KENILWORTH, ILLINOIS

VILLAGE OF KENILWORTH, ILLINOIS 1 2 3 4 5 8 9 15 16 19 2 INDEX OF COVER GENERAL NOTES SUMMARY OF QUANTITES AND LEGEND ALIGNMENT, TIES AND BENCHMARKS EXISTING UTILITY AND PLAN PROPOSED ATER MAIN PLAN AND PROFILE EROSION CONTROL AND RESTORATION

More information

Oaks Commerce Center

Oaks 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 information

CT Consultants, Inc.

CT 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 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

11KV SUBSTATION. SUBSTATION kva. SUBSTATION kva HV CABLE TERMINATION STOCK CODES CABLE TYPE 11KV 22KV 240SQMM AL SQMM CU

11KV SUBSTATION. SUBSTATION kva. SUBSTATION kva HV CABLE TERMINATION STOCK CODES CABLE TYPE 11KV 22KV 240SQMM AL SQMM CU N N4-K L- L2- L- S S S S TO TX 's S S CONNO JOINT FUS ISOLATO OUTPUT ISOLATO OUTPUT ISOLATO OUTPUT L- - S- FUS AMMT -USA -USA -USA L2- ISOLATO INPUT ISOLATO INPUT ISOLATO INPUT FUS L- L- STT LIGHTING FUS

More information

FUTURE 31 PARKING SPACES CONCRETE DRIVE / FIRE LANE MAIN ENTRY LANDSCAPING OFFICE LANDSCAPING W/H R R MW MW MW MW MW MW MW R R R D/W RANGE

FUTURE 31 PARKING SPACES CONCRETE DRIVE / FIRE LANE MAIN ENTRY LANDSCAPING OFFICE LANDSCAPING W/H R R MW MW MW MW MW MW MW R R R D/W RANGE AOBIC SYSTM AA DSIGN AND INSTALLATION POVIDD BY CONTACTO FUTU 31 PAKING SPACS MAIN NTY /H PODUCTION NTY SMALL TUCK DLIVY SMALL TUCK LL VNDING VNDING ANG D/ TMP. SCUITY FNC DUING CONSTUCTION DAINAG AND

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Contract Period: Sludge Hauling and Disposal November 8, 2016 through November 7, 2017 with 2 one-year options, Extended through

More information

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio 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 information

BUILDING PERMIT FEES

BUILDING PERMIT FEES D-2-a 07/01/11 BUILDING PERMIT S COMMERCIAL RATES Rate MINIMUM New Assembly New Business New Education New Factory/Industrial New Institutional New Mercantile New Storage New Miscellaneous Renovation/Change

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

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 9/13/2006

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 9/13/2006 TIFICATION OF ADDENDUM ADDENDUM. 1 DATED 9/13/2006 Control 0196-07-026 Project STP 2006(438)MM Highway SP 366 County DALLAS Ladies/Gentlemen: Attached please find an addendum on the above captioned project.

More information

Units Est. Qty. Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price

Units 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 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

City of Grand Forks Staff Report

City of Grand Forks Staff Report City of Grand Forks Staff Report Service/Safety Committee December 15, 2015 City Council December 21, 2015 Agenda Item: Amendment No. 1 to Engineering Services Agreement with CPS for City Project No. 7143,

More information

6 Hour Backhoe Loader (CAT 415F2/ 415F2 IL, 416F/ 416F2, 420F/420F IT, 420F2/ 420F2 IT, 430F/430F IT, 430F2/ 430F2 IT, 450F or Equiva $32.

6 Hour Backhoe Loader (CAT 415F2/ 415F2 IL, 416F/ 416F2, 420F/420F IT, 420F2/ 420F2 IT, 430F/430F IT, 430F2/ 430F2 IT, 450F or Equiva $32. PROJECT 2506; 2017 ANNUAL REPAIR CONTRACT; J.C. DILLON, INC., CONTRACTED SCHEDULE OF ITEMS, QUANTITIES AND COSTS 1 Hour Lowboy Including Both Permits and Paid Driver $75.00 2 Hour Single Axle Dump Truck

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

Tahoe-Reno Industrial Center Total Bonding Amounts Engineer's Opinion of Probable Construction Costs (30% Submittal) Project No. 783.

Tahoe-Reno Industrial Center Total Bonding Amounts Engineer's Opinion of Probable Construction Costs (30% Submittal) Project No. 783. Total Bonding Amounts Brent Farr Date: 05/05/17 Item Project Estimated Cost 1 Induction Well 1 and Britain Ave Non potable Water Line $1,084,353 2 Storage Reservoir Upgrades $11,560,463 3 Booster Station

More information

VALVES, FIRE HYDRANTS, AND APPURTENANCES

VALVES, 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 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

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

Ohio Department of Transportation Official Bid Tabulation Jolene M. Molitoris, Director

Ohio 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 information

MoDOT 2016 UNIT BID PRICES Northwest District

MoDOT 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 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

UBC Watermain as shown on Sheet 202 : Sub total 97,050

UBC 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 information

2018 Resurfacing Program

2018 Resurfacing Program X 15 1 14 22 F 27 26 16 18 59 1 /2 F pdated ctober 23, 2017 45 F FX F 1 15 14 32 54 43 42 41 40 39 18 17 16 26 1 2 3 14 5 4 27 33 17 34 33 32 31 30 29 28 1 F 36 37 36 37 38 35 33 32 32 31 30 29 28 27 34

More information

SECTION VIII. (Sub-section 430) Wastewater Valves and Appurtenances. 1. General thru Gate Valves thru 430-3

SECTION VIII. (Sub-section 430) Wastewater Valves and Appurtenances. 1. General thru Gate Valves thru 430-3 SECTION VIII (Sub-section 430) Wastewater Valves and Appurtenances Article Page 1. General 430-1 thru 430-2 2. Gate Valves 430-2 thru 430-3 3. Plug Valves 430-3 thru 430-4 4. Check Valves 430-4 5. Tapping

More information

CIS 26.txt MIS.CIS.26 MATL VERIF & MISSING SOURCES CONTRACT MGR.NO. 055 PAGE 001

CIS 26.txt MIS.CIS.26 MATL VERIF & MISSING SOURCES CONTRACT MGR.NO. 055 PAGE 001 MIS.CIS.26 MATL VERIF & MISSING SOURCES CONTRACT 323216 MGR.NO. 55 PAGE 1 CONT 1 SEC 13 JOB 76 RES ENGR ICENHOWER, KENNETH PROJ MG 22(313) HWY US 67 BOX 538 TEXARKANA CNTY BOWIE DIST 19 CONTRACT PRICE

More information

SPECIAL GRADING INTERSECTION IMPROVEMENT JOHN WARD RD AT IRWIN RD REVISION DATES

SPECIAL 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 information

CITY OF BURLINGTON SHARON AVENUE SANITARY SEWER IMPROVEMENTS - PHASE 1 - REBID CITY OFFICIALS. STEVE SEXTON Mayor JAMES STAVIG.

CITY OF BURLINGTON SHARON AVENUE SANITARY SEWER IMPROVEMENTS - PHASE 1 - REBID CITY OFFICIALS. STEVE SEXTON Mayor JAMES STAVIG. SKAGIT COUNTY WASHINGTON CITY OFFICIALS STEVE SEXTON Mayor TED MONTGOMERY JAMES STAVIG City Council RICK DEGLORIA JOE DEGLORIA CHRIS LOVING BILL ASLETT EDIE EDMUNDSON City Council DON ERICKSON SEWER DEPARTMENT

More information

CITY OF STANDARD SPECIFICATIONS

CITY OF STANDARD SPECIFICATIONS CITY OF Published May 4, 2016 CALIFORNIA Stephan Kiefer, Community Development Director Cheri Sheets, City Engineer CITY OF LIVERMORE 1052 South Livermore Avenue Livermore, CA 94550 4DEV0001.doc 03/12

More information

BID 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. 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 information

Dos Rios Chlorine Contact Basin Scum Well Rehabilitation Project Solicitation Number: CO Job No.:

Dos Rios Chlorine Contact Basin Scum Well Rehabilitation Project Solicitation Number: CO Job No.: Dos Rios Chlorine Contact Basin Scum Well Rehabilitation Project Solicitation Number: CO-00031 Job No.: 15-6504 To Respondent of Record: ADDENDUM I November 20, 2015 This addendum, applicable to work referenced

More information

2011 LOCAL STREET IMPROVEMENTS

2011 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 information

ENGINEERING & ENVIRONMENTAL

ENGINEERING & ENVIRONMENTAL 1-800-292-8989 www.iowaonecall.com CITY OF WEST BRANCH, IOWA THIS ENGINEERING DOCUMENT HAS BEEN REVIEWED BY THE JURISDICTION AND IS RECOMMENDED FOR FILING WITH THE CITY CLERK ENGINEERING & ENVIRONMENTAL

More information

BID TALLY AND ATTENDANCE SHEET BID #B BID TITLE: Replacement of Bridge No. LR over the Larimer and Weld Canal

BID TALLY AND ATTENDANCE SHEET BID #B BID TITLE: Replacement of Bridge No. LR over the Larimer and Weld Canal VENDOR BID TALLY AND ATTENDANCE SHEET BID #B15-21 BID TITLE: Replacement of Bridge LR50-0.2-17 over the Larimer and Weld Canal Addendum #1 Acknowled ged DATE: October 22, 2015 TIME: 2:00 p.m. DEPARTMENT:

More information

Riverside County Flood Control & Water Conservation District 1995 Market St. Riverside, CA Phone: Fax:

Riverside County Flood Control & Water Conservation District 1995 Market St. Riverside, CA Phone: Fax: Bid Abstract Riverside County Flood Control & Water Conservation District 1995 Market St. Riverside, CA 92501 Phone: 951.955.1200 Fax: 951.788.9965 Project Name: PALM CANYON WASH LEVEE REHABILITATION &

More information

Solar Mounting Solutions. Series 100 Residential Roof Mount System Installation Manual. snapnrack.com Listed PV Mounting System

Solar Mounting Solutions. Series 100 Residential Roof Mount System Installation Manual. snapnrack.com Listed PV Mounting System Sola Mounting Solutions Sis 100 Rsidntial Roof Mount Systm Installation Manual 2703 Listd PV Mounting Systm An Into to SnapNack Sis 100 SnapNack Sis 100 PV Mounting Systm offs a lo pofil, visually appaling,

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 5/03/2013

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 5/03/2013 NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 5/03/2013 Control 6237-93-001 Project RMC - 623793001 Highway US0075 County DALLAS Ladies/Gentlemen: Attached please find an addendum on the above captioned

More information

Fall & Winter SERVICE INSPECTIONS OFFERS INSIDE! 10% OFF PARTS plus10% OFF LABOR 90 DAY. Don t Miss The Savings! ELECTRONIC INSPECTIONS!

Fall & Winter SERVICE INSPECTIONS OFFERS INSIDE! 10% OFF PARTS plus10% OFF LABOR 90 DAY. Don t Miss The Savings! ELECTRONIC INSPECTIONS! Fall Winter SVIC S NW! LIMITD TIM FFS! 10% FF ATS plus10% FF LAB WITH QUALIFYING UCHAS. S INSID F DTAILS. 90 DAY SCIAL FINANCING! S INSID F DTAILS INTDUCING U LCTNIC S! TNS F TH XCLUSIV FFS INSID! Don

More information