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

Size: px
Start display at page:

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

Transcription

1 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 in your tender. No consideration will be allowed for extras due to the tenderer not being familiar with this addendum. 1. REFERENCE: FORM OF AGREEMENT, Schedule 2 List of Contract Drawings DELETE: Phase 2 Main Street Stn to Stn 28 Phase 2 Lane Stn to Stn 28 Phase 2 Reservoir Main Stn to Stn 34 C C C REPLACE WITH: Phase 2 Main Street Stn to Stn 28 Phase 2 Lane Stn to Stn 28 Phase 2 Reservoir Main Stn to Stn 34 Revised Contract Drawings are attached. 2. REFERENCE: FORM OF TENDER C C C A 17/6/16 A 17/6/16 A 17/6/16 DELETE: AENDIX 1 SCHEDULE OF QUANTITIES AND PRICES, in its entirety

2 REPLACE WITH: AENDIX 1 SCHEDULE OF QUANTITIES AND PRICES - REV.1 (attached with Revisions shown in red) 3. REFERENCE: GENERAL ADD: Question and Answer No. 1 (attached) END OF ADDENDUM NO. 1

3 QUESTION AND ANSWER NO. 1 PROJECT: Olalla Water System Upgrades Phase 2; RDOS-17-PW-3 Q.1 Section Waterworks Item The detail drawing W2 on drawing C5 shows "poly pipe" but in the supplemental specifications you list 19mm Copper or 25mm Series 16. Are we are to supply municipal poly service tube for the 19mm services? A.1 The Contractor shall supply 25mm municipal poly for the service pipe material. Q.2 Schedule of Quantities Item (1 29 S) - What size is the water main connection for the 38mm service? A.2 This item has been deleted. Q.3 Item We are asking if you can review and advise if you will accept an alternate meter setter. There are already two installed in Olalla that were put in on the first phase of this project. Please find attached the shop drawing including specifications. A.3 The Cambridge Brass 62NL-7xxF7F7-UQHB is approved as an equivalent to the Ford meter setter. END OF QUESTION AND ANSWER NO. 1

4 OLALLA WATER SYSTEM IMPROVEMENTS PROJECT - PHASE 2 SCHEDULE OF QUANTITIES AND PRICES (Rev.1) (See paragraph of the instruction to Tenderers- Part II) All prices and Quotations including the Contract Price shall include all taxes but shall not include GST. GST shall be shown as a separate item. Item PART 1 Payment Section Para Description Unit Quantity Unit Price Amount GENERAL S 1 Mobilization and De-Mobilization. ls S 2 Survey Layout and Project Record Documents ls S 3 Traffic Control, Vehicle Access and Parking ls S 4 Quality Control Testing ls S 5 Bonding/Insurance (insurance to CCDC2 requirements) ls 1 TOTAL PART 1 PART 2 WATERWORKS ,2 Watermain.1 1mm DR18 PVC C9 Watermain lm mm DR18 PVC C9 Watermain lm mm Sched. 4 PVC Watermain lm Pipe Burst 15mm AC watermain with 2mm DR11 HDPE watermain (Optional Work) lm S 6 Bypass Pumping.1 Bypass Pumping and temporary connections ls 1.2 Bypass Pumping and temporary connections (Optional Work-C4) ls S 7 Hydrants.1 Standard Hydrant assembly ea Cross c/w Thrust restraint.1 15 x 15 x 15 x15mm ea Tees c/w Thrust restraint.1 15 x 15 x 15mm ea x 1 x 1mm ea x 2 x 15mm (Optional Work-Dwg C4) ea x 2 x 2mm (Optional Work-Dwg C4) ea Valves.1 38mm Curb Stop ea 1.2 1mm gate valve ea mm gate valve ea mm gate valve (Optional Work-Dwg C4) ea 1.5 2mm gate valve (Optional Work-Dwg C4) ea Bends c/w Thrust restraints.1 15mm 11 degree ea mm 45 degree ea 5.5 2mm 45 degree (Optional Work-Dwg C4) ea 3.6 1mm 9 degree ea 1

5 Couplers/Reducers/Adapters/Caps.1 15mm PVC/PVC coupling ea mm PVC/PVC coupling (Optional Work-Dwg C4) ea mm PVC/AC coupling (Optional Work-Dwg C4) ea 1.4 2mm PVC/PVC coupling (Optional Work-Dwg C4) ea 1.5 2mm PVC/HDPE coupling (Optional Work-Dwg C4) ea 2.6 2mm HDPE/HDPE coupling (Optional Work-Dwg C4) ea 1.7 1mm x 38mm Reducing Flange ea 1.8 2mm x 15mm Reducer (Optional Work-Dwg C4) ea mm x 1mm Reducer ea 3.1 2mm Flange Adapter or HDPE Welded Flange (Optional Work-Dwg C4) ea mm End Cap ea S 8 Services.1 25mm Water Service ea mm Water Service (Optional Work-Dwg C4) ea mm Water Service (Optional Work-Dwg C4) ea 1.4 5mm Water Service (Optional Work-Dwg C4) ea S 9 Connections (fittings paid seperately).1 Connect to existing 15mm main ea 1.2 Connect to existing 15mm main (Optional Work-Dwg C4) ea 4.3 Connect to existing 2mm main (Optional Work-Dwg C4) ea 1.4 Connect to existing sample station, c/w 38mm fittings ea 1.5 Connect to existing 5mm service (Optional Work-Dwg C4) ea x 15 x 15mm hot tap c/w sleeve, gate valve and thrust block ls S Meters.1 5mm Meter Pit per detailed drawing W2d (Optional Work-Dwg C4) ea mm Blow-off ea 3 TOTAL PART 2 PART 3 GRAVELS S 1 Supply and Replacement of unsuitable excavated material with Import gravel (Optional Work) m Granular sub-base - 3 mm thick m Granular base - 22mm thick (road) m Granular base - 75mm thick (lane & driveway) m S 11 Shoulder Gravel.3m wide lm 24 TOTAL PART 3 PART 4 ASPHALT (MMCD ) 1.5.1, , Hot-mix Asphalt Asphalt - 45mm thickness m TOTAL PART 4 PART 5 REMOVALS S 12.1 Re-Re All Miscellanous Items ls 1.2 Remove and dispose of blow-offs, stand pipes, hydrants, valves, fittings, caps and thrust blocks as required ls 1.3 Remove and dispose of valves, bends, and thrust blocks as required (Optional Work Dwg C-4) ls 1.4 Close corp stop on ex. service ea 1.5 Large tree removal ea 1.6 Re-re existing fencing or replace with equivalent or better ls 1 TOTAL PART 5

6 PART 6 LANDSCAPE RESTORATION mm thickness growing medium sq.m 1, Broadcast seeding sq.m 1, Sodding - as directed by the CA (Optional Work) sq.m 2 TOTAL PART 6 PART 7 CONTINGENCY 7.1 Contingency allowance (See GC 18.8) 1 $ 25,. TOTAL PART 7 Net Total 5% Total Tender Price

7 25 TOWER COMM TELE BLDG BUILDING Garage BLDG Cedar Hedge Concrete-Pad dwg 276 OIP OIP OIP

8 TOWER COMM TELE BLDG BUILDING Garage BLDG Cedar Hedge Concrete-Pad dwg

9 LEGEND: EXTENT OF PIPE BURSTING NOTES: 1. HDPE SPOOLS CAN BE USED IN LIEU OF PVC SPOOLS, PROVIDED THE CONTRACTOR IS RESPONSIBLE FOR ANY CHANGES IN COSTS FOR HDPE COMPATIBLE FITTINGS AND AURTENANCES. 2. WORK SHOWN ON THIS DRAWING ARE OPTIONAL. - DETAIL 1 C4 SCALE: N.T.S. - DETAIL 2 C4 SCALE: N.T.S dwg

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

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

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

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

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

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

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 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

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

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

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

Appendix C Preferred Solution

Appendix C Preferred Solution Appendix C Preferred Solution C.1 Conceptual Design Drawings C.2 Preferred Option Ideas and Inspiration C.3 Concept Renderings C.4 Cost Estimate Appendix C.1 Conceptual Design Drawings Plan View Brock

More information

Yakima County Water Resource System Guidelines for Rural Water Meter Installations Revised 1/3/2018

Yakima County Water Resource System Guidelines for Rural Water Meter Installations Revised 1/3/2018 Yakima County Water Resource System Guidelines for Rural Water Meter Installations Revised 1/3/2018 Steps for Installing Water Meters on Yakima County Water Resource System (YCWRS) Wells 1. Customer inquiries

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

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

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

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

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

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

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

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

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

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

Service Materials. Service Materials. With Three Locations to Serve You: Avoca, NY 8125 Kanona Rd. Avoca, NY (607)

Service Materials. Service Materials. With Three Locations to Serve You: Avoca, NY 8125 Kanona Rd. Avoca, NY (607) Service Materials Service Materials Rochester, NY 785 Beahan Rd. Rochester, NY 14624 (585) 436-9624 With Three Locations to Serve You: Avoca, NY 8125 Kanona Rd. Avoca, NY 14809 (607) 566-2214 Watertown,

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

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

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

STANDARD DRAWING INDEX

STANDARD DRAWING INDEX ATTACHMENT B STANDARD DRAWING INDEX DESCRIPTION EXISTING DRAWING NO. GENERAL Typical Layout for Improvement Plans City of Stockton Standard Border and Title Block for 8 1/2 x11 Sheet City of Stockton Standard

More 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

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

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

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

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

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

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

Water Connection Repair Method and Techniques

Water Connection Repair Method and Techniques Water Connection Repair Method and Techniques LINE LOCATES APWA Colour Codes Representatives from utility companies can field locate their lines if required. Excavation Ensure excavation is on the opposite

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

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 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

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

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

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Shaw Brothers Construction, Inc. - Gorham, ME $659,771.50 R J Grondin & Sons - Gorham, ME $690,828.50 Gendron & Gendron - Lewiston, ME $753,187.00 Gordon Contracting - Sangerville,

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

ADDENDUM 02. To All Bidders:

ADDENDUM 02. To All Bidders: ADDENDUM 02 Project: 2017 Water Truck Request for Tender Addendum: A-02 Location: 117 7 Avenue SE, Drumheller, Alberta Date: October 11, 2017 To All Bidders: 1. General 1.1. This addendum shall be read

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

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS CONTRACT # 2016153 TRACS No. Project No. County District Gross

More information

City of Grand Island Tuesday, October 10, 2017 Council Session

City of Grand Island Tuesday, October 10, 2017 Council Session City of Grand Island Tuesday, October 10, 2017 Council Session Item G-12 #2017-276 - Approving Change Order No. 1 for Lift Station No. 20 Upgrade and Force Main Rehabilitation & Lift Station No. 14 Abandonment;

More information

COST ESTIMATES: Curb-Running

COST ESTIMATES: Curb-Running COST ESTIMATES: Curb-Running PROJECT FEASIBILITY COST ESTIMATE SUMMARY Geary Bus Rapid Transit Study Alternative: Side Lane (Curb Running) Date: 4/12/07 Percent Cost Total Project Capital Outlay I- Roadway

More 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

- IRRIGATION BILL OF QUANTITIES

- IRRIGATION BILL OF QUANTITIES Section E - IRRIGATION BILL OF QUANTITIES 1 IRRIGATION BILL OF QUANTITIES - PREAMBLE 1.01 IMPORTANT NOTES REGARDING THIS BILL OF QUANTITIES * THE CONSULTANT'S QUANTITIES MUST NOT BE USED FOR QUOTATIONS

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

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

2015 PAVEMENT MAINTENANCE SECTION 15-PVMTC-05-GM

2015 PAVEMENT MAINTENANCE SECTION 15-PVMTC-05-GM ADDENDUM NO. 1 March 17, 2015 2015 PAVEMENT MAINTENANCE SECTION 15-PVMTC-05-GM SCHEDULE OF PRICES (BLR 12000a) Replace the schedule of prices with the attached pages. SUMMARY OF QUANTITIES Replace the

More information

UTILITY CROSSING DETAIL

UTILITY CROSSING DETAIL 6" OF CSBC COMPACTED TO A FIRM AND UNYIELDING CONDITION. NOTE: - SILT FENCE SHALL CONFORM TO 8-01.3(9)A - SILT FENCES SHALL BE INSTALLED ALONG CONTOUR WHENEVER POSSIBLE. - POST SPACING MAY BE INCREASED

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 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

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

REPORT TITLE: DRIVEWAY RESTORATION SERVICE IN THE EXECUTION OF WATER INFRASTRUCTURE REPAIR OR REPLACEMENT. Dan Labrecque, Commissioner of Public Works

REPORT TITLE: DRIVEWAY RESTORATION SERVICE IN THE EXECUTION OF WATER INFRASTRUCTURE REPAIR OR REPLACEMENT. Dan Labrecque, Commissioner of Public Works d Wonkilcq foh you REPORT Meeting Date: September 27,201 2 Regional Council DATE: July 30, 2012 REPORT TITLE: DRIVEWAY RESTORATION SERVICE IN THE EXECUTION OF WATER INFRASTRUCTURE FROM: Dan Labrecque,

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

Date of Issue: For: County Engineer. County Road No.: Maintenance Area: Section Forman Payment Required: (Options: Cash Cheque Credit Card)

Date of Issue: For: County Engineer. County Road No.: Maintenance Area: Section Forman Payment Required: (Options: Cash Cheque Credit Card) County of Wellington Engineering Services Department Roads Division 74 Woolwich Street Guelph, Ontario N1H 3T9 Phone: (519) 837-2601 Fax: (519) 837-8138 Email: roadsinfo@wellington.ca ENTRANCE PERMIT OWNER/APPLICANT

More information

TABLE OF CONTENTS. Pipe Diameter Chart (Reference Only)..50 Extensions 38,40,42,44

TABLE OF CONTENTS. Pipe Diameter Chart (Reference Only)..50 Extensions 38,40,42,44 TABLE OF CONTENTS Item Page Item Page ANSI/AWWA Compact & Full Body Pipe Fittings: Product Submittals and Installation: Mechanical & Flange Joint C153. 3-9 20U Protective Fusion Bonded Epoxy....5,5 Mechanical

More information

Wentzville Parkway South Phase 2 & 2A

Wentzville Parkway South Phase 2 & 2A Wentzville Parkway South Phase 2 & 2A Sponsor Wentzville Project No. RB18-000034 Project Type New Road TOTAL FUNDING Phase 2 Total County Sponsor Federal $10,000,000 $8,000,000 $2,000,000 $0 Phase 2A Total

More information

The Ford Meter Box Company, Inc. The Ford Meter Box Company, Inc. Pell City, Alabama Plant. Wabash, Indiana Plant. The Ford Meter Box Company, Inc.

The Ford Meter Box Company, Inc. The Ford Meter Box Company, Inc. Pell City, Alabama Plant. Wabash, Indiana Plant. The Ford Meter Box Company, Inc. The Ford Meter Box Company, Inc. Wabash, Indiana Plant The Ford Meter Box Company, Inc. is a leading manufacturer in the waterworks industry. Ford Meter Box products are sold throughout the United States

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

PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY

PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY Fees and Charges PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY 1 SECTION TABLE OF CONTENTS Fees and Charges PAGE TABLE OF CONTENTS... 2 DELEGATED AUTHORITY... 3 ELECTRICAL FEES AND CHARGES... 4 SERVICE

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

Contract Awards for Tender Calls and for the Construction of Works Associated with the City's Basement Flooding Protection Program

Contract Awards for Tender Calls and for the Construction of Works Associated with the City's Basement Flooding Protection Program STAFF REPORT ACTION REQUIRED Contract Awards for Tender Calls 319-2013 and 70-2014 for the Construction of Works Associated with the City's Basement Flooding Protection Program Date: April 30, 2014 To:

More information

PUBLIC WORKS AND SERVICES PETROLEUM PRODUCTS DIVISION STANDARD DETAILED DRAWINGS FOR NORTHERN FUEL STORAGE AND DISTRIBUTION FACILITIES

PUBLIC WORKS AND SERVICES PETROLEUM PRODUCTS DIVISION STANDARD DETAILED DRAWINGS FOR NORTHERN FUEL STORAGE AND DISTRIBUTION FACILITIES PUBLIC WORKS AND SERVICES PETROLEUM PRODUCTS DIVISION STANDARD DETAILED DRAWINGS FOR NORTHERN FUEL STORAGE AND DISTRIBUTION FACILITIES 3rd EDITION - 01/2006 Foreword This publication, together with the

More information

Riverside County Transportation Department Summary of Bids

Riverside County Transportation Department Summary of Bids County Estimate Adame Landscape, Inc. Murrieta, CA 92562 ITEM NO. ITEM CODE CONTRACT ITEM UNITS QUANTITY UNIT PRICE ENG ESTIMATE BID UNIT PRICE BID ESTIMATE 1 066102 DUST ABATEMENT LS 1 1,000.00 1,000.00

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

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

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Liddell Brothers, Inc. - Halifax, MA $1,590,213.00 Northeast Traffic Control Services, Inc. - Plymouth, MA $1,932,117.00 Page 1 of 5 Liddell Brothers, Inc. Halifax, MA 202.2061

More 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

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

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount R J Grondin & Sons - Gorham, ME $1,436,720.00 Shaw Brothers Construction, Inc. - Gorham, ME $1,476,398.83 Pratt & Sons, Inc. - Minot, ME $1,733,615.00 Page 1 of 13 R J Grondin

More information

SUMMARY 3-0 BRADFORD ALBANY TOWNSHIP. 1 OF 1 P:\8417\ Bridge A\AT\Albany A.MDB 7/21/2014 7:32:31 AM REVISION NO COUNTY

SUMMARY 3-0 BRADFORD ALBANY TOWNSHIP. 1 OF 1 P:\8417\ Bridge A\AT\Albany A.MDB 7/21/2014 7:32:31 AM REVISION NO COUNTY 7/18/2014 - UCTURE REVISION NO REVISIONS DATE BY DIICT COUNTY ROUTE SECTION SHEET - SEE SPECIAL PROVISIONS SUMMARY 3-0 BRADFORD ALBANY TOWNSHIP T-410 4 OF 8 QUANTITY ITEM NO UNIT DESCRIPTION DESIGN NO

More information

Franklin County Engineer's Office - Highway Design ALKIRE RD & DEMOREST RD ROUNDABOUT CR NO. 11 & CR NO. 25 Bid Tabulation

Franklin County Engineer's Office - Highway Design ALKIRE RD & DEMOREST RD ROUNDABOUT CR NO. 11 & CR NO. 25 Bid Tabulation 7/07/2015 Page 1 of 20 Strawser Paving Co., Inc. Shelly & Sands, Inc. Double Z Construction Co Columbus Asphalt Paving, Inc. 1595 Frank Road P.O.Box 2469 2550 Harrison Road 1196 Technology Dr Columbus,

More 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

Booster Pumps Installations and Water Reticulation Works For The Proposed County Assembly Office Block:

Booster Pumps Installations and Water Reticulation Works For The Proposed County Assembly Office Block: SPECIFICATIONS AND BILLS OF QUANTITIES FOR BOOSTER PUMPS INTALLATIONS AND GENERAL WATER RETICULATION SYSTEM TO THE PROPOSED CONSTRUCTION AND COMPLETION OF 1 OFFICE BLOCK FOR THE KILIFI COUNTY ASSEMBLY;

More information

GWE Street Expansion (Phase 2) LIST OF MATERIALS. Unit Qty Unit price Total. unit 3 $

GWE Street Expansion (Phase 2) LIST OF MATERIALS. Unit Qty Unit price Total. unit 3 $ 1.0 Water distribution system Ductile cast iron pipe Ø150mm pre-insulated pipe (insulation thickness = 50 1.1 mm), Class 52 Tyton joints, conductivity stripe, (including insulation kit for m 540 $ joints)

More information

FIRE DEPARTMENT ACCESS Based on the 2012 edition of the International Fire Code

FIRE DEPARTMENT ACCESS Based on the 2012 edition of the International Fire Code FIRE DEPARTMENT ACCESS Based on the 2012 edition of the International Fire Code The Fire Department is required to respond to a multitude of emergencies in various types of buildings and occupancies. These

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

ADDENDUM NUMBER 2 (DATED May 7, 2012) TO THE CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS FOR WINDSOR CRUDE OIL TERMINAL

ADDENDUM NUMBER 2 (DATED May 7, 2012) TO THE CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS FOR WINDSOR CRUDE OIL TERMINAL ADDENDUM NUMBER 2 (DATED May 7, 2012) TO THE CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS FOR WINDSOR CRUDE OIL TERMINAL From: Michael Brake, JR Engineering To: All Plan holders and/or Prospective

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

Ingham County Request for Proposals Okemos Road and Sandhill Road Widening, Packet #15-15

Ingham County Request for Proposals Okemos Road and Sandhill Road Widening, Packet #15-15 COST FORM (1 of 5) Packet #15-15, Okemos Road & Sandhill Road Widening Project (Please Type or Print Clearly in Ink) Pay Description Unit Quantity Unit Price Total 1500001 Mobilization, Max. LS 1 2020002

More information

CITY of BUNNELL, FLORIDA

CITY of BUNNELL, FLORIDA CITY of, FLORIDA WWTP EQUALIZATION BASIN & EFFLUENT POND BID No. ITB-05-0-2018 BID SET MAY 2018 PREPARED BY: I N D E X SHEET 1 OF 12 \\corp.meadhunt.com\sharedfolders\entp\00702\172462.01\tech\cad\drawings\0

More information

Items Unit Quantity Unit Price Total Unit Price Total

Items Unit Quantity Unit Price Total Unit Price Total Engineer's Plote Construction, Inc. Estimate 1100 Brandt Drive Hoffman Estates, IL 60192 s Unit Quantity 1 SUPPLEMENTAL WATERING UNIT 4 $100.00 400.00 $40.00 160.00 2 TOP SOIL FURNISH AND PLACE, 6 INCH

More information

800 Access Control, R/W Use Permits and Drive Design

800 Access Control, R/W Use Permits and Drive Design Table of Contents 801 Access Control... 8-1 801.1 Access Control Directives... 8-1 801.2 Access Control Policies... 8-1 801.2.1 Interstate Limited Access... 8-1 801.2.2 Limited Access... 8-1 801.2.3 Controlled

More 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

For Conduit Inspections

For Conduit Inspections Underground Conduit Standards - Table of Content 5/8/2017 Section S22 Underground Conduit Standard Index: Description: 00 Table of Content 01 General Notes 02 Definition of Terms 03 Primary Riser Conduit

More information

Utilities Catalog. PC-U2008, February, 2008

Utilities Catalog. PC-U2008, February, 2008 Utilities Catalog PC-U2008, February, 2008 Tyler Utilities 11910 CR. 492 Tyler, Texas 75706 (800) 527-8478 Union Foundry Company Box 309 Anniston, Alabama 3602 (800) 226-7601 TABLE OF CONTENTS Item Page

More information

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/01/00 PAGE : 1 TABULATION OF BIDS

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/01/00 PAGE : 1 TABULATION OF BIDS PAGE : 1 CONTRACT DESCRIPTION : MILL & OVERLAY, GRADING, BIT SURFACING, BR NO 02038 ETC CONTRACT LOCATION: LOCATED ON TH 47 FROM 153RD AVE NW IN RAMSEY TO 180TH LANE NW AND AT FORD BROOK IN BURNS TOWNSHIP

More 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

APPROVED MATERIALS LIST SERVICE MATERIALS July 2017 **REVISED 12/6/17**

APPROVED MATERIALS LIST SERVICE MATERIALS July 2017 **REVISED 12/6/17** APPROVED MATERIALS LIST SERVICE MATERIALS July 2017 **REVISED 12/6/17** SIZE DESCRIPTION MANUFACTURER & MODEL NUMBER CORPORATION STOPS 1" MIP x GRIP Comp ball corp stop Ford: FB 1100-4Q McDonald: 74704-BQ

More information

Cedarpines Park Mutual Water Company

Cedarpines Park Mutual Water Company Revenue 100.401 Residential Consumption R&R Sect-4.2/4.95 $242,816 100.402 Commercial Consumption R&R Sect-4.2/4.95 $67 100.403 Construction Consumption R&R Sect-4.95 $0 100.411 Residential Meter Charge

More information

CLAY COUNTY MISSOURI HIGHWAYS AND TRANSPORTATION COMMISSION PLANS FOR PROPOSED STATE HIGHWAY NOT TO SCALE LENGTH OF PROJECT

CLAY COUNTY MISSOURI HIGHWAYS AND TRANSPORTATION COMMISSION PLANS FOR PROPOSED STATE HIGHWAY NOT TO SCALE LENGTH OF PROJECT DI E INDE OF SHEETS TYPICAL SECTIONS (TS) ( SHEET)--- QUANTITIES (QU) (7 SHEETS)--------- 3 PLAN-PROFILE (PP)------------------ REFERENCE POINTS (RP)-------------- COORDINATE POINTS (CP)------------- CULVERT

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

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

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

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