ADDENDUM NO. 3 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES RP031-18

Size: px
Start display at page:

Download "ADDENDUM NO. 3 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES RP031-18"

Transcription

1 DECEMBER 6, 2018 ADDENDUM 3 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES RP ADDITIONAL INFORMATION DOCUMENTS The following document: Questions and Responses No. 1 is being provided with this addendum for informational purposes only. The document listed above is not, and will not, be considered as part of the Contract Documents. REQUEST FOR PROPOSAL Invitation, second paragraph, Change, Proposals will be received until 2:50 P.M. local time on December 11, (as modified by Addendum No. 1) To Proposals will be received until 2:50 P.M. local time on January 3, Delete Pages 13 through 28 (Fee Schedule) and replace with Pages 13 through 28 (Fee Schedule) included with this addendum. Changes have been made to match the Pay Item Numbers in the Technical Specifications. Changes other than Pay Item Numbers have been highlighted in yellow. TECHNICAL SPECIFICATIONS Page , Article 1.7, Paragraph B, Change, shall be 100 pounds per cubic foot. To shall be 165 pounds per dry cubic foot for all classified stone. Page , Article 1.2, Paragraph D, second sentence, Change, and property GCDWR where appropriate. to. and property owner where appropriate.

2 RP Addendum No. 3 Page - 2 Page , Article 1.11, delete Paragraph D and its sub-paragraphs in their entireties and re-letter subsequent paragraphs. Page , delete Articles 2.4 and 2.5 in their entireties and renumber subsequent articles. Page , Article 4.1, Paragraph A, following Paragraph 3, Add, 4. Payment will be made at bulk rate, unless the Contractor requests and GCDWR agrees that the quantity required, or the means of furnishing of aggregates, by bags is more appropriate for that particular installation. Page , Article 4.3, Paragraph A.2, following first sentence, Add, For the purposes of payment, a crew shall consist of at least three persons performing work on such assignment. Page , Article 4.4, Paragraph A.2.a, following first sentence, Add, For the purposes of payment, a crew shall consist of at least three persons performing work on such assignment. Page , Article 4.6, Paragraph A.2, following first sentence, Add, For the purposes of payment, a crew shall consist of at least three persons performing work on such assignment. Page , Article 4.7, Paragraph A.2, following first sentence, Add, For the purposes of payment, a crew shall consist of at least three persons performing work on such assignment. Page , Article 1.5, Paragraph A.1, following second sentence, Add, Should the Contractor desire to self-perform such work, see General Conditions Paragraph 6.06.I. Page , Article 4.4, Paragraph B.2, Change, of construction exits. to of silt bags. Page , Article 2.1, Paragraph J, Delete, and non-woven geotextile for French drain applications Page , Article 2.1, Paragraph D,

3 RP Addendum No. 3 Page - 3 Change, Maximum 160 pounds per dry cubic foot. To Maximum 165 pounds per dry cubic foot. Page , Article 4.1, Paragraph A, delete Paragraph 3 in its entirety and replace with the following, Page , Article 4.1, Paragraph A, 3. Surveyor. For the purposes of this Pay Item, a Surveyor shall be deemed to consist of a crew of at least two persons. Change, of square yards of to of cubic yards of Page , Article 2.2, following Paragraph D, Add, E. Meshed or netted sod is not acceptable. Page , delete Article 2.8 in its entirety. Page , Article 2.1, delete Paragraph B in its entirety and replace with the following, Page , Article 3.3, Paragraph A., B. Concrete and joint filler shall meet the requirements of Section Curbs, Gutters and Sidewalks. Steel welded wire reinforcement shall meet the requirements of GDOT Standard Specifications Section Change, Curbs, Gutters, Sidewalks and Driveways. To Curbs, Gutters and Sidewalks. Page , Article 3.4, following Paragraph A, Add, B. Concrete driveways and parking areas shall be constructed with steel welded wire reinforcement and provided with contraction joints and joint fillers in accordance with Section Curbs, Gutters and Sidewalks. Page , Article 3.6, delete Paragraphs A and B in their entireties and re-letter subsequent paragraphs.

4 RP Addendum No. 3 Page - 4 This addendum should be acknowledged on the Proposal Signature Form (Page 28) of the Proposal. Failure to do so may result in your bid being deemed non-responsive. Thank you, Shelley McWhorter Shelley McWhorter, CPPB Purchasing Associate III Attachments: New Fee Schedule form Questions and Responses No. 1

5 RP Revised 12/06/18 Page 13 FEE SCHEDULE (TO BE SUBMITTED IN A SEPARATE ENVELOPE) Proposer submits the following Unit Prices for the Watershed Improvements on an Annual Contract. The cost of Work to be included within each Item in the Unit Price Schedule is described in Section Measurement and Payment and the Specifications. EQUIPMENT RATES HEAVY EQUIPMENT TRACKED EXCAVATOR W/HYDRAULIC THUMB (30,000-50,000 LB) A - HALF DAY 2 EA B - FULL DAY 1 EA HEAVY EQUIPMENT MINI EXCAVATOR A - HALF DAY 5 EA B - FULL DAY 2 EA HEAVY EQUIPMENT, RUBBER TIRE LOADER, A - HALF DAY 2 EA B - FULL DAY 1 EA HEAVY EQUIPMENT, 4WD RUBBER TIRE LOADER A - HALF DAY 2 EA B - FULL DAY 1 EA HEAVY EQUIPMENT, SKID STEER LOADER (3,500 LB) A - HALF DAY 5 EA B - FULL DAY 2 EA HEAVY EQUIPMENT, DUMP TRUCK (SINGLE AXLE) A - HALF DAY 2 EA B - FULL DAY 1 EA HEAVY EQUIPMENT, DUMP TRUCK (MULTI AXLE) A - HALF DAY 2 EA B - FULL DAY 1 EA HEAVY EQUIPMENT, TRACKED DUMP TRUCK A - HALF DAY 2 EA B - FULL DAY 1 EA

6 RP Revised 12/06/18 Page 14 SPECIALTIES TEMPORARY PROJECT SIGN A - LARGE 1 EA B - SMALL 5 EA INTERPRETATIVE SIGN 1 EA MITIGATION BANK BOUNDARY SIGN 2 EA FISH STOCKING 230 LB REMOVAL S PAVING REMOVAL 100 CY REMOVAL OF EXISTING DRAINAGE STRUCTURES REMOVAL OF EXISTING PIPE, ALL TYPES AND SIZES 5 EA 50 LF SOLID WASTE DISPOSAL 100 TON INERT WASTE DISPOSAL 200 CY 17 - DELETED CAST IN PLACE CONCRETE CONCRETE STRUCTURES, CAST IN PLACE, INCLUDING REINFORCING STEEL A - CLASS AAA (5,000 psi) 5 CY B - CLASS AA1 (4,500 psi) 5 CY C - CLASS A (3,000 psi) 5 CY D - CLASS B (2,200 psi) 5 CY E - DELETED 19 - GROUTING (NON-PRESSURE) 10 CY CLEARING AND EARTHWORK STONE A - BULK 36 TON B - BAGGED 10,000 LB STONE A - BULK 36 TON B - BAGGED 10,000 LB STONE A - BULK 36 TON B - BAGGED 10,000 LB

7 RP Revised 12/06/18 Page STONE A - BULK 36 TON B - BAGGED 10,000 LB CRUSHER RUN A - BULK 36 TON B - BAGGED 10,000 LB # 8 STONE A - BULK 36 TON B - BAGGED 10,000 LB #89 STONE A - BULK 36 TON B - BAGGED 10,000 LB PEA GRAVEL A - BULK 36 TON B - BAGGED 10,000 LB BENTONITE A - BULK 10 TON B - BAGGED 2,000 LB GRADED AGGREGATE BASE A BULK 36 TON B BAGGED 10,000 LB WELL GRADED RIP RAP 120 TON SLATE CHIPS A - BULK 0.5 TON B - BAGGED 200 LB FLAG STONE A - BULK 0.5 TON B - BAGGED 200 LB GEOGRID REINFORCEMENT 150 SY CLEARING AND GRUBBING MULCH ON SITE CLEARING AND GRUBBING HAUL OFF SITE SELECTIVE TREE PRUNING 5.0 AC 1.0 AC A - CREW HALF DAY 4 EA

8 RP Revised 12/06/18 Page 16 B - CREW FULL DAY 2 EA SELECTIVE TREE REMOVAL A - PER TREE, OVER 12 UP TO 24 IN DBH 40 EA B - PER TREE, OVER 24 UP TO 36" IN DBH 8 EA C - PER TREE, OVER 36 UP TO 48" IN DBH 4 EA D - PER TREE, OVER 48" IN DBH 2 EA E - CREWHALF DAY 5 EA F - CREW FULL DAY 2 EA STUMP GRINDING A - UP TO 12 DIAMETER AT GROUND LEVEL 5 EA B - 12 TO 24 DIAMETER AT GROUND LEVEL 5 EA C - OVER 24 DIAMETER AT GROUND LEVEL 5 EA BRUSH CUTTING A - CREW HALF DAY 2 EA B - CREW FULL DAY 1 EA SHRUB TRIMMING A - CREW HALF DAY 2 EA B - CREW FULL DAY 1 EA 36 - DELETED ORANGE BARRIER FENCING 12,000 LF TEMPORARY CHAIN LINK FENCING 100 LF TEMPORARY WELDED WIRE FENCING 100 LF EXCAVATION AND FILL 6,000 CY POND SEDIMENT REMOVAL PREMIUM A - SUBAQUEOUS REMOVAL 200 CY B - TRADITIONAL SURFACE EXCAVATION AND REMOVAL 200 CY IMPORTED FILL 150 CY PIPE INSTALLATION - ADDITIONAL EXCAVATION WHERE COVER IS GREATER THAN 10 FEET A - 10' ' DEPTH OF COVER 20 LF B - GREATER THAN 15.0' DEPTH OF COVER 20 LF ROCK EXCAVATION (0-100 CY PER PROJECT) 10 CY SPOIL REMOVAL 2,000 CY FLOWABLE FILL 3 CY

9 RP Revised 12/06/18 Page 17 EROSION AND SEDIMENTATION CONTROLS CONSTRUCTION EXIT 5 EA SILT FENCE TYPE S 2,500 LF SILT BAG 2 EA ROCK FILTER DAM 10 CY ROCK CHECK DAM 10 CY INLET SEDIMENT TRAP 10 EA TIMBER MAT 2 EA COIR WATTLE 100 LF COIR ROLL 100 LF TEMPORARY SEEDING 6.0 AC STRAW BALE 100 EA STREAM CROSSING 200 CY TACKIFIER 25 LB FLEXIBLE GROWTH MEDIUM A - SLOPES > 3H to 1V and < 2H to 1V 0.5 AC B - SLOPES > 2H to 1V and < 1H to 1V 0.5 AC C - SLOPES > 1H to 1V 0.5 AC D - BELOW EROSION CONTROL BLANKET 0.5 AC BONDED FIBER MATRIX A - SLOPES > 3H to 1V and < 2H to 1V 0.5 AC B - SLOPES > 2H to 1V and < 1H to 1V 0.5 AC C - SLOPES > 1H to 1V 0.5 AC D - BELOW EROSION CONTROL BLANKET 0.5 AC STABILIZED MULCH MATRIX A - > 3H to 1V and < 2H to 1V 0.5 AC B - BELOW EROSION CONTROL BLANKET 0.5 AC COIR BLANKET 8,000 SY COIR MATTRESS 1,000 SY GEOTEXTILE A - WOVEN (TYPE 1) 700 SY B - NON-WOVEN (TYPE 2) 700 SY C - NON-WOVEN (TYPE 3) 700 SY

10 RP Revised 12/06/18 Page 18 STABILIZATION S PRESSURE GROUTING SOIL STABILIZATION 5 CY PERMANENT SOIL REINFORCING MAT 100 SY GABION STRUCTURES 20 CY STONE RIP RAP IN PLACE, TYPE 1 50 TON STONE RIP RAP IN PLACE, TYPE TON STONE GROUTED RIP RAP IN PLACE 6 TON 71 - DELETED 72 - DELETED STREAM AND WETLAND CONSTRUCTION 73 - DELETED LOG ON-SITE 2 EA LOG IMPORTED, 12 FT FT 2 EA LOG IMPORTED, 25 FT - 50 FT 2 EA FIELD STONE BOULDER A - EXTRA LARGE 4 TON B - LARGE 5 TON C - MEDIUM 5 TON D - SMALL 7 TON GRANITE QUARRY STONE BOULDER A - EXTRA LARGE 2 TON B - LARGE 3 TON C - MEDIUM 3 TON D - BOULDER, SMALL 6 TON RIVER COBBLE A - BULK 6 TON B - BAGGED 6,000 LB RIFFLE ROCK A - BULK 4.8 TON B - BAGGED 9,600 LB RIVER PEBBLE A - BULK 3.25 TON B - BAGGED 3,250 LB

11 RP Revised 12/06/18 Page GROUT FOR INSTREAM STRUCTURES 25 CF STONE TOE PROTECTION & BENDWAY WEIR 640 TON ROOT WAD REVETMENT 20 LF CROSS-VANE A - EXTRA LARGE 133 LF B - LARGE 208 LF C - MEDIUM 323 LF D - SMALL 225 LF J-HOOK VANE A - EXTRA LARGE 50 LF B - LARGE 70 LF C - MEDIUM 113 LF D - SMALL 83 LF BOULDER VANE A - EXTRA LARGE 4 LF B - LARGE 8 LF C - MEDIUM 8 LF D - SMALL 15 LF J-HOOK LOG VANE A - EXTRA LARGE 63 LF B - LARGE 90 LF C - MEDIUM 131 LF D - SMALL 86 LF LOG VANE A - EXTRA LARGE 5 LF B - LARGE 6 LF C - MEDIUM 11 LF D - SMALL 6 LF STEP POOL SERIES A - EXTRA LARGE 70 LF B - LARGE 110 LF C - MEDIUM 180 LF D - SMALL 120 LF

12 RP Revised 12/06/18 Page LOG SILL A - EXTRA LARGE 6 LF B - LARGE 7 LF C - MEDIUM 6 LF D - SMALL 11 LF CONSTRUCTED RIFFLE - WITH SILLS 9 TON CONSTRUCTED RIFFLE 612 TON TOE WOOD PROTECTION 10 SY LIVE FASCINE 125 LF STONE CASCADE A - EXTRA LARGE 8 TON B - LARGE 10 TON C - MEDIUM 18 TON D - SMALL 6 TON SOIL ENCAPSULATED LIFTS (SEL), WITHOUT COIR BLOCK A - 5.5' TAIL 450 LF B - 4' TAIL 450 LF SOIL ENCAPSULATED LIFTS (SEL), WITH COIR BLOCK A - 5.5' TAIL 50 LF B - 4' TAIL 50 LF STORMWATER OUTFALL STEPS 10 LF LABOR RATES FOREMAN A - HALF DAY 15 EA B - FULL DAY 8 EA LABORER A - HALF DAY 60 EA B - FULL DAY 30 EA SURVEYOR A - CREW HALF DAY 5 EA B - CREW FULL DAY 2 EA TECHNICAL LABORER A - HALF DAY 10 EA B - FULL DAY 5 EA

13 RP Revised 12/06/18 Page 21 SITE RESTORATION AND LANDSCAPING ASPHALT PAVING RESURFACING 200 TON CONCRETE UNIT PAVING 100 SY PERVIOUS CONCRETE PAVING 100 CY CURB AND GUTTER A - HIGH BACK, 6" X 24" X 12" 10 LF B - HIGH BACK, 6" X 30" X 12" 10 LF C - ROLL BACK, 6" X 24" X 10" 10 LF SIDEWALK 10 SY CHAIN LINK FENCE A - 4-FT HEIGHT 80 LF B - 6-FT HEIGHT 55 LF SPLIT RAIL FENCE A - 2 RAIL FENCE 60 LF B - 3 RAIL FENCE 60 LF WOODEN PRIVACY FENCE A - 6-FT HEIGHT 100 LF B - 8-FT HEIGHT 40 LF DECORATIVE FENCE A - 6-FT HEIGHT 20 LF B - 8-FT HEIGHT 10 LF WELDED WIRE FENCING 100 LF CHICKEN WIRE FENCING 100 LF FENCE REMOVAL 100 LF BOLLARDS, STEEL 5 EA SEGMENTAL WALL A - MODULAR BLOCK FACE 60 SF B - PERMANENT FIELDSTONE FACE 60 SF SOIL AMENDMENTS A - LIME 10,000 LB B - SAWDUST 50 LB C - PEAT 50 LB D - FERTILIZER 240 LB E - SAND 250 LB

14 RP Revised 12/06/18 Page 22 F - PERLITE 100 CF G - DOLOMITE 100 LB H - GYPSUM 100 LB DELETED DELETED DELETED DELETED COMPOST MULCH A - BLOWN 50 CY B - HAND PLACED 15 CY PLANTING SOIL MIXES 20 CY TILLING 5,000 SY TOPSOIL A - BULK 30 TON B - BAGGED 4,000 LB HAND GRADING 1,000 SY SAND FILL 75 CY GRASS SEEDING A - NATIVE UPLAND 4,000 SY B - NATIVE WETLAND 4,000 SY C - ORNAMENTAL 2,000 SY D - CUSTOM 2,000 SY TURF GRASS SEEDING A - STANDARD VARIETIES 3,000 SY B - PREMIUM VARIETIES 1,600 SY HYDROSEEDING A - STANDARD TURF GRASS VARIETIES 1,200 SY B - PREMIUM TURF GRASS VARIETIES 1,200 SY C - NATIVE UPLAND 1,200 SY D - NATIVE WETLAND 1,200 SY E - ORNAMENTAL 300 SY F - CUSTOM 300 SY TURF GRASS SODING A - STANDARD VARIETIES 1,000 SY

15 RP Revised 12/06/18 Page 23 B - PREMIUM VARIETIES 1,000 SY STRAW MULCH A - WHEAT STRAW BALES 10 EA B - PINE STRAW BALES 10 EA WOOD MULCH A - HARD WOOD, COARSE GROUND 50 CY B - HARD WOOD, DOUBLE GROUND 50 CY C - SOFT WOOD, COARSE GROUND 25 CY D - SOFT WOOD, DOUBLE GROUND 25 CY LIVE STAKE 600 EA LIVE WHIP 200 EA LIVE POLE 100 EA PLANT PROTECTION 100 EA CALIPER TREES A - ½-INCH 15 EA B - 1-INCH 50 EA C - 2-INCH 80 EA D - 3-INCH 15 EA CONTAINER PLANTINGS A - 1-PINT 150 EA B - 1-QUART 150 EA C QUART 150 EA D - 1-GALLON 400 EA E - 3-GALLON 400 EA F - 5-GALLON 400 EA G - 7-GALLON 150 EA LIVE PLANTINGS A - FLOWER BULBS 100 EA B - PLUGS 300 EA C - BARE ROOT SEEDLINGS 250 EA LANDSCAPE EDGING BARRIER A - METAL 20 LF B - PLASTIC 20 LF C - WOOD 20 LF

16 RP Revised 12/06/18 Page TREE BAGS 5 EA INVASIVE SPECIES PHYSICAL REMOVAL A - CREW HALF DAY 2 EA B - CREW FULL DAY 1 EA HERBICIDE APPLICATION 2,000 SY PESTICIDE, LICENSED APPLICATION 2,000 SY PIPING SYSTEMS SANITARY SEWER PIPE 0'-10' DEPTH OF COVER A - 4-INCH DIAMETER, SOLID WALL PVC 20 LF B - 6-INCH DIAMETER, SOLID WALL PVC 20 LF C - 8-INCH DIAMETER, SOLID WALL PVC 20 LF D - 4-INCH DIAMETER, DUCTILE IRON 20 LF E - 6-INCH DIAMETER, DUCTILE IRON 20 LF F - 8-INCH DIAMETER, DUCTILE IRON 20 LF PVC SCHEDULE 40 PIPE 0'-10' DEPTH OF COVER A - 4-IN DIAM, SOLID WALL 60 LF B - 4-IN DIAM, SLOTTEDWALL 60 LF ALUMINUM COATED CORRUGATED STEEL PIPE, 0'-10' DEPTH OF COVER A - 18-IN - 36-IN DIAMETER 10 LF B - 42-IN - 72-IN DIAMETER 10 LF C - 78-IN - 96-IN DIAMETER 10 LF CORRUGATED POLYMER PRECOAT STEEL PIPE, 0'-10' DEPTH OF COVER A - 18-IN - 36-IN DIAMETER 10 LF B - 42-IN - 72-IN DIAMETER 10 LF C - DELETED CORRUGATED ALUMINUM ALLOY PIPE 0'-10' DEPTH OF COVER A - 18-IN - 36-IN DIAMETER 10 LF B - 42-IN - 72-IN DIAMETER 10 LF C - DELETED RCP PIPE ANY CONFIGURATION 0'-10' DEPTH OF COVER A - 18-IN -24-IN DIAMETER 16 LF B - 30-IN - 36 IN DIAMETER 16 LF C - 42-IN - 48-IN DIAMETER 16 LF D - 54-IN - 60-IN DIAMETER 16 LF

17 RP Revised 12/06/18 Page A - B HDPE PIPE 0'-10' DEPTH OF COVER 4-IN - 8-IN DIAM, CORRUGATED SINGLE WALL 4-IN 8-IN DIAM, SLOTTED, CORRUGATED SINGLE WALL HDPE DOUBLE WALL 0'-10' DEPTH OF COVER 16 LF 16 LF A - 12-IN DIAMETER 16 LF B - 18-IN - 24-IN DIAMETER 16 LF C - 30-IN - 36-IN DIAMETER 16 LF D - 42-IN - 48-IN DIAMETER 16 LF E - 54-IN - 60-IN DIAMETER 16 LF CONCRETE FLARED END S A - 18-IN - 24-IN DIAMETER STANDARD 2 EA B - 30-IN - 36 IN DIAMETER STANDARD 2 EA C - 42-IN - 48-IN DIAMETER - STANDARD 2 EA D - 54-IN - 60-IN DIAMETER STANDARD 2 EA E - 18-IN - 24-IN DIAMETER SAFETY TYPE 2 EA F - 30-IN - 36 IN DIAMETER SAFTEY TYPE 2 EA G - 42-IN - 48-IN DIAMETER SAFETY TYPE 2 EA H - 54-IN - 60-IN DIAMETER SAFETY TYPE 2 EA DELETED A - DELETED B - DELETED C - DELETED D - DELETED E - DELETED F - DELETED CONCRETE FLUME 10 CY CONCRETE FLUME WITH STONE INLAY 10 CY HEADWALL, VARIOUS PIPE SIZES A - PRECAST HEADWALL FOR 18" - 36" PIPE 1 EA B - PRECAST HEADWALL FOR 42" - 72" PIPE 1 EA C - DELETED D - DELETED E - ROCK HEADWALL FOR 18" - 36" PIPE 1 EA F - ROCK HEADWALL FOR 42" - 72" PIPE 1 EA

18 RP Revised 12/06/18 Page BRICK CATCH BASIN A - GROUP 1 (GADOT 1033 / 1034) 5 VF B - GROUP 2 (GADOT 1033 / 1034) 5 VF PVC DROP INLET, UP TO 6' HEIGHT A - B - C - D - E - F - G - 12-IN (SOLID LID, FLAT GRATE, OR DOMED GRATE) - H20 RATED 15-IN (SOLID LID, FLAT GRATE, OR DOMED GRATE) - H20 RATED 18-IN (SOLID LID, FLAT GRATE, OR DOMED GRATE) - H20 RATED 24-IN (SOLID LID, FLAT GRATE, OR DOMED GRATE) - H20 RATED 30-IN (SOLID LID, FLAT GRATE, OR DOMED GRATE) - H20 RATED 24-IN WITH STAINLESS STEEL WEIR (SOLID LID, FLAT GRATE, OR DOMED GRATE) - H20 RATED 30-IN WITH STAINLESS STEEL WEIR (SOLID LID, FLAT GRATE, OR DOMED GRATE) - H20 RATED PRECAST CATCH BASIN 1 EA 1 EA 1 EA 1 EA 1 EA 1 EA 1 EA A - GROUP 1 (GADOT 1033 / 1034) 5 VF B - GROUP 2 (GADOT 1033 / 1034) 5 VF REPLACEMENT TOP FOR 1033/ EA BRICK MANHOLE A - TYPE 1 (GADOT 1011A) 5 VF B - TYPE 2 (GADOT 1011A) 5 VF PRECAST MANHOLE A - TYPE 1 (GADOT 1011A) 5 VF B - TYPE 2 (GADOT 1011A) 5 VF MANHOLE COVERS A - TRAFFIC RATED 1 EA B - NON-TRAFFIC RATED 1 EA BRICK DROP INLET A - GROUP 1 (GADOT 1019A) 5 VF B - GROUP 2 (GADOT 1019A) 5 VF C - GROUP 1 (GWINNETT P&D 610) 5 VF D - GROUP 2 (GWINNETT P&D 610) 5 VF E - GROUP 1 (GADOT 9031S/9031D) 5 VF F - GROUP 2 (GADOT 9031S/9031D) 5 VF PRECAST DROP INLET A - GROUP 1 (GADOT 1019A) 5 VF

19 RP Revised 12/06/18 Page 27 B - GROUP 2 (GADOT 1019A) 5 VF C - GROUP 1 (GWINNETT P&D 610) 5 VF D - GROUP 2 (GWINNETT P&D 610) 5 VF E - GROUP 1 (GADOT 9031S/9031D) 5 VF F - GROUP 2 (GADOT 9031S/9031D) 5 VF REPLACEMENT TOP A - FOR DI 610, WITH RING & COVER 1 EA B - FOR DI 1019A, WITH FRAME & GRATE 1 EA C - FOR DI 9031S/9031D, WITH STEEL PLATE 1 EA TIE IN TO EXISTING STRUCTURES 5 EA ROADWAY AND PAVEMENT RESTORATION STREET CUT A - GWINNETT DOT DETAIL A 20 SY B - GWINNETT DOT DETAIL B 20 SY C - GWINNETT DOT DETAIL C 10 SY D - GWINNETT DOT DETAIL D 10 SY DRIVEWAY/PARKING AREA RESTORATION A - 6-INCH THICK CONCRETE 25 SY B - 8-INCH THICK CONCRETE 16 SY UNIT PRICE TOTAL $

20 RP Revised 12/06/18 Page 28 Bidder has examined Bid Document Package and following addenda: No. Dated No. Dated No. Dated No. Dated Gwinnett County requires pricing to remain firm for the duration of the initial term of the contract. Failure to hold firm pricing for the initial term of the contract will be sufficient cause for Gwinnett County to declare bid non-responsive. Contract to begin Unless otherwise noted, bid prices will remain firm for four (4) additional years. If a percentage increase/decrease will be a part of this bid, please note this in the space provided together with an explanation. Below, select + or -. 1 st Renewal Option + / - % 2 nd Renewal Option + / - % 3 rd Renewal Option + / - % 4 th Renewal Option + / - % Termination for Cause: The County may terminate this agreement for cause upon ten days prior written notice to the contractor of the contractor s default in the performance of any term of this agreement. Such termination shall be without prejudice to any of the County s rights or remedies by law. Termination for Convenience: The County may terminate this agreement for its convenience at any time upon 30 days written notice to the contractor. In the event of the County s termination of this agreement for convenience, the contractor will be paid for those services actually performed. Partially completed performance of the agreement will be compensated based upon a signed statement of completion to be submitted by the contractor, which shall itemize each element of performance. Certification Of Non-Collusion In Bid Preparation Signature Date In compliance with the attached specifications, the undersigned offers and agrees, if this quote is accepted by the Board of Commissioners within ninety (90) days of the date of quote opening, to furnish any or all of the items upon which prices are quoted, at the price set opposite each item, delivered to the designated point(s) within the time specified in the quote schedule. By submission of this bid, I understand that Gwinnett County uses Electronic Payments for remittance of goods and services. Vendors should select their preferred method of electronic payment upon notice of award. For more information on electronic payments, please refer to the Electronic Payment information in the instructions to bidders. Legal Business Name Federal Tax ID Complete Address Does your company currently have a location within Gwinnett County? Yes No Representative Signature Printed Name Telephone Number address

21 DECEMBER 6, 2018 QUESTIONS AND RESPONSES 1 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES RP Q1: On line items priced by crew half day and crew full day, what is the size requirement for the crew? (Lines 30, 33, 34, 133) R1: DWR assumes a minimum crew of three people. See Addendum No. 3. Q2: On lines 19-26, rock prices are bulk and bagged. Can the contractor bag rock themselves? What bag weight is required? R2: Given the variety of projects that may be performed under this contract, smaller quantities of stone may be utilized for some tasks. This was intended to facilitate commercially bagged product for small projects. DWR does not expect the contractor to bag their own rock. See Section , Paragraph 1.7. See Addendum No. 3. Q3: Are the line items for rock to be bagged due to the equipment inaccessibility of the areas for rock to be placed? R3: See response to Question 2. Q4: 1. Will pump-around be incidental to the project, or will a line item be added to the Fee Schedule? 2. Will there be variables for different pump sizes needed due to differing stream velocities? R4: 1. See Section , Paragraph 4.1.A. 2. No. Q5: On line item 17, D and E seem to be the same. Are they? R5: Duplicate error. See revised Fee Schedule attached to Addendum No. 3. Q6: Can you clarify Single axle, Multi axle, and tracked dump truck in what square or cubic yards you are looking for in payment? R6: The line items are based on truck axles not volume. Q7: Can paving be separated from milling and full depth pavement as some sites require more of another and full depth is not always needed?

22 RP Questions and Responses No. 1 Page - 2 R7: See Section , Paragraph 4.1. Q8: Is anything larger than a cul de sac or road crossing expected as size really determines paving trips and depths? R8: No. Q9: How is the determination of trees made under 12 for payment? Can you add pay items 6-12 and use grubbing for 6 or less? R9: Trees under 12 inches will be removed under clearing and grubbing. No line item will be added regarding such tree removal. Q10: How will jobs be determined as in will the contractor be handed a set of plans and provide an estimate for the items he has in his contract bid price or will each job have an estimate provided with scope? R10: Either option may be used depending on the project. Q11: How many jobs and size is expected so we know how to determine NPDES pricing for the year? R11: The quantity, size, and type of projects will vary from year to year. Q12: What is the budget for each year? R12: This will be determined year by year. Q13: Will each job need to be surveyed? R13: Survey requirements will vary by project. Q14: On as builts during a monthly billing period, will the contractor perform as built for progress payments or will this need to be done by the surveyor as this can really slow down the project for payment purposes? R14: See Section Q15: Can you provide an example sheet showing requirement grades for an as built for stream projects. R15: No, but see Section , Paragraph 3.2. Q16: How can the determination made on cutting trees down on Selective Tree removal on Half Day or Full Day? Can you please clarify these 2 line items? R16: DWR intends to pay for tree removal based on tree size for most projects. There are times when project complexity as determined by DWR requires extra effort and in those cases DWR may allow the Contractor to bill on a half day or full day rate.

23 RP Questions and Responses No. 1 Page - 3 Q17: Some projects are ft in length and loads and may have to be moved back and forth in this distance for backfill by truck or machinery. Is it our understanding that no matter the size of project we are responsible for allowing cost to transport this material whether it be by dump truck or machinery at any distance. R17: Correct. Q18: Will material being excavated under backfilling and excavation be paid also again as backfill later or is it assumed its paid half for excavation and half for backfilling? The fill is stockpiled and used as the job progresses so not too much is hauled offsite so costing is important. R18: See Section , Paragraph 4.1.A.1. Q19: If the site has no storage area will the contractor be paid for hauling material offsite and paid for bring it back? R19: No. Q20: Under Section Pipe Bedding. States - Bedding material when required under this contract shall be placed in the bottom of the trench after the same has been excavated. When would bedding not be required under Gwinnett County specifications for pricing clarifications? R20: Assume bedding is always required for pipe installation. Q21: Will the county be providing soil testing? R21: Soil testing is an overly broad term. See Section , in particular Articles 1.9 and Testing which is the responsibility of GCDWR will be performed by GCDWR on-call contractors. However, testing for soil amendments is the responsibility of the RP contractor. Q22: How will testing be handled for trench cuts? R22: It is unclear what is being asked. See response to Question 21. Q23: Under , Paragraph 1.2.B. it is stated that no flow over 8 fps will be allowed to be discharged. Can you clarify the maximum base flow that we will have to handle as it is assumed that no project will be given to the contractor over that amount? This will allow the contractor to estimate cost of a by-pass size pump that needs to run 24 hrs, 7 days a week in his budget. R23: The 8 fps requirement is maximum allowable to prevent erosion of the channel. It is not related to base flow. Specific base flow for each project can vary. Q24: Is it assumed during wet conditions since no discharge can be allowed over 8 fps will days be allocated to his time that he cannot work?

24 RP Questions and Responses No. 1 Page - 4 R24: See response to Question 23. Weather delays are addressed in the Section Supplementary Conditions to the EJCDC C-700 Standard General Conditions of the Construction Contract With Gwinnett County DWR Modifications , Section SC Delays. Q25: Under Section Pond Sediment Removal. Can you change the item to the 2 different lines in the specifications? subaqueous removal, traditional surface excavation and removal R25: See revised Fee Schedule attached to Addendum No. 3. Q26: Under Section Will a stream bypass that includes a pipe be included in this cost of the stream crossing or paid under the pipe linear foot line items? R26: See Section , Paragraph Measurement and payment will be determined by volume of rock in place; any pipe will be incidental to the stream crossing. Q27: Under this contract is it assumed that we will be doing repairs as some line item are small and going out to grout a structure or add some trees or plant would not be cost efficient to the contractor? Can a line item be added for Mobilization? R27: Half day and full day rates are provided for small tasks. Mobilization is assumed to be incidental. See Section , Article 1.1, Paragraph C. Q28: Under Stream Structures it shows 12 of Rip Rap. We recommend that this be changed to 18 to 24 as this size of rock is alone, one piece is 12. This seem hard to accomplish at this rate. R28: Specification Sections through have provisions under Part 3: EXECUTION stating that approved material shall be placed in a maximum of 12-inch lift. Corresponding Details have varying ranges of rip rap subgrade based upon contract documents. Q29: Under Section Sheet piling. Can you add respective line items in the specifications for steel and vinyl sheet piling? R29: No change. Q30: Can you add a line item for a cofferdam? R30: No change. Q31: Can you provide a detail for the brick headwall? R31: Deleted. See revised Unit Price Fee Schedule. Q32: Can you clarify or add line items for manhole covers for traffic rated or outside the curb?

25 RP Questions and Responses No. 1 Page - 5 R32: Pay Items separated. See Addendum No. 3. Q33: On tying to exist structures is this for each pipe that connects the same structure? R33: Yes. Q34: Under , Paragraph 3.1.D. It states - When directed by GCDWR, the Contractor shall backfill the entire excavation under a paved surface with aggregate material as specified in Section Aggregates for Earthwork as selected by GCDWR. According to GC DOT Utility Cuts attachment provided the excavation is always backfilled with stone. Please clarify R34: Backfill will be selected by GCDWR as appropriate Q35: There are guard rail specifications included. Can you please add respective items for handling each described and striping? R35: Specification deleted by Addendum No. 3. Q36: Under , Part 4.1 B. is it to be understood that the contractor is responsible to any depth or means to get compaction at his own cost? Can line items not be utilized for this work? R36: No change. Q37: Under , Part 4.3. Will driveways have wire mesh or GAB applied and be of 3,000 psi? R37: See Addendum No. 3. Q38: Some residents require to match existing driveways whether it be wire mesh, stone inlay, fiber mesh. Is it also assumed that quotes for these special customers will be case by case approvals with estimates? R38: See Response to Question 37. Pricing shall be for standard driveways. Q39: Under Section segmental wall specifications will an engineered drawing and permits be required for these walls? R39: Yes. Q40: Under Section 3.15 The additional excavation being authorized to be done. How will this be paid for each instance as it may not need to be hauled off and can be used on site? R40: Refer to measurement and payment for Q41: Can the bid date be extended beyond the current Tuesday November 27th date which is the week immediately following the Thanksgiving Holiday?

26 RP Questions and Responses No. 1 Page - 6 R41: See Addendum No. 1. Q42: We do a lot of this type of work and just noticed there were no line items for the following: 1. By Pass Pumping 2. Traffic Control (Major and Minor) 3. Mobilization 4. Steel Plates 5. TV Inspection of Storm Lines 6. Roll off dumpsters 7. Saw cutting R42: Responses Part 4 declares this to be incidental work Part 4 makes this incidental work makes this incidental work Part 4 makes this incidental work 5. Incidental 6. Incidental none expected Q43: Fish Stocking Signage is listed as a per lb unit. Is that correct? I am not that familiar with that line item. R43: No reference to the fish stocking signage item is found in the RFP documents. Q44: Is every bidder required to price every line item? Or can we leave some blank? R44: Every line item must be priced or proposal may be considered non-responsive.

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

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

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

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

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

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

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

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

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

(1 ) Active Construction Inc River Road East Tacoma, WA AMOUNT , , ,

(1 ) Active Construction Inc River Road East Tacoma, WA AMOUNT , , , 78th Avenue Eastl184th Street EastlCRP 5661 I hereby certify this to be a true copy of the tabulation of the bids as received and opened. BID OPENING: FRIDAY, March 3, 2017 County Engine (1 ) Active Construction

More 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

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 REQUEST FOR PAYMENT CHASKA VETERANS PARK IMPROVEMENTS STANTEC PROJECT NO

CONTRACTOR'S REQUEST FOR PAYMENT CHASKA VETERANS PARK IMPROVEMENTS STANTEC PROJECT NO Owner: City of Chaska, 1 City Hall Plz., Chaska, mn 55318 Date: December 12, 2017 For Period: 12/1/2017 to 1/31/2018 Request No: 1 Contractor: Blackstone Contractors, LLC, 9520 County Rd. 19, Ste. D, Loretto,

More 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

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

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

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/08/17 Comp. Dt:

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/08/17 Comp. Dt: Letting: 17012700 Letting Dt: January 27, 2017 9:30 A.M. State Proj.: 4308-34 Contract ID: Contract Description: Contract Location: Recommendation: 170004 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION

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

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

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

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/15/17 Comp. Dt: 08/04/17. Contract Time: Min: Max:

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/15/17 Comp. Dt: 08/04/17. Contract Time: Min: Max: Letting: 17012700 Letting Dt: January 27, 2017 9:30 A.M. State Proj.: 1401-171 Contract ID: Contract Description: Contract Location: Recommendation: 170002 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION

More information

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

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

More information

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

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

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

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

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

BARRETT ROAD (C.R. 178) ROADWAY RESURFACING FROM LEWIS ROAD TO SPAFFORD ROAD IN OLMSTED TOWNSHIP, OHIO ITEMIZED UNIT PRICE BID ROADWAY

BARRETT ROAD (C.R. 178) ROADWAY RESURFACING FROM LEWIS ROAD TO SPAFFORD ROAD IN OLMSTED TOWNSHIP, OHIO ITEMIZED UNIT PRICE BID ROADWAY IZED PRICE BID DESCRIPTION PRICE BID ROADWAY 1 201 11000 CLEARING AND GRUBBING 1 - - LUMP 2 202 23000 PAVEMENT REMOVED NR SQ YD 20 3 202 35100 PIPE REMOVED, 24" AND UNDER NR FT 134 4 202 58000 MANHOLE

More 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

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

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

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

McCRORY & WILIJAMS, INC. PROJECT NO. MCR-2008-OO1

McCRORY & WILIJAMS, INC. PROJECT NO. MCR-2008-OO1 McCRORY & WILIJAMS, INC. THEODORE DAWES ROADISCHILLINGER ROAD SOUTH BID TABULATION: Theodore DaweslSchillingor Road PROJECT NO.: M5700-2033 BIDDER #1 BIDDER #2 BIDDER #3 Hosea 0. Weaver & Sons, Inc. John

More 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

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

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 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

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

Macomb County Department of Roads Bid Comparison

Macomb County Department of Roads Bid Comparison Macomb County Department of Roads Bid Comparison Contract ID: 1643 Description: M-53 Freeway to 33 Mile Road Connector to the proposed 33 Mile Road & McKay Road Roundabout Location: Projects(s): M-53 &

More 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

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

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

3. Application Fees, Certificate Of Insurance & Performance Bond

3. Application Fees, Certificate Of Insurance & Performance Bond SUBSECTION 13.10 CONSTRUCTION OF DRIVEWAYS 13.10A PERMIT REQUIREMENTS 1. General A driveway or access road serving private property and intersecting with a town road shall be constructed in such a manner

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 Tulalip Tribes of Washington

The Tulalip Tribes of Washington The Tulalip Tribes of Washington I-5/116th Street NE Interchange Improvements Phase 4 Ramps Bid Solicitation No. 17-007 ADDENDUM NO. 3 November 7, 2017 to Request for Bid Proposals The Tulalip Tribes of

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

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

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

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. 180573 PID 93496 FRA-IR 71-01.53 Federal Type: BRIDGE REPLACEMENT (2 BRIDGES) Letting Date: 12/20/2018 Completion

More information

2016 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR 2016 ENGLISH

2016 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR 2016 ENGLISH Page 1 2016 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR 2016 ENGLISH ITEM ITEM DESCRIPTION UNITS N TOTAL QUANTITY AVERAGE PRICE 106.05100 FIELD LABORATORY

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

WEST BRIDGEWATER BOARD OF SELECTMEN PUBLIC WORKS LABORER Job Description. Assistant Director of Public Works, Director of Public Works

WEST BRIDGEWATER BOARD OF SELECTMEN PUBLIC WORKS LABORER Job Description. Assistant Director of Public Works, Director of Public Works 65 North Main Street West Bridgewater, MA 02379 Telephone (508) 894-1267 Fax (508) 894-1269 WEST BRIDGEWATER BOARD OF SELECTMEN PUBLIC WORKS LABORER Job Description October 2017 Position: Department: Appointing

More information

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity 202-00001 Removal of Structure 24 EA 202-00019 Removal of Inlet 24 EA 202-00195 Removal of Median cover 930 SY 202-00200 Removal of Sidewalk 1,188 SY 202-00201 Removal of Curb Head 273 LF 202-00203 Removal

More information

2015 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR 2015 ENGLISH

2015 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR 2015 ENGLISH Page 1 2015 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR 2015 ENGLISH ITEM ITEM DESCRIPTION UNITS N TOTAL QUANTITY AVERAGE PRICE 106.05100 FIELD LABORATORY

More information

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. District(s): 8 30=047 Start Dt: 05/01/17 Comp. Dt:

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. District(s): 8 30=047 Start Dt: 05/01/17 Comp. Dt: Letting: 17030200 Letting Dt: March 02, 2017 9:30 A.M. State Proj.: 5101-14 Contract ID: Contract Description: Contract Location: Recommendation: 170020 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION

More information

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity 202-00019 Removal of Inlet 15 EA 202-00035 Removal of Pipe 121 LF 202-00200 Removal of Sidewalk 1,057 SY 202-00203 Removal of Curb and Gutter 2,142 LF 202-00206 Removal of Concrete Curb Ramp 320 SY 202-00207

More 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

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. 170559 PID 102381 SCI-US 52-19.01 Federal Type: TWO LANE RESURFACING Letting Date: 11/2/2017 Completion Date:

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

Bid Tabulation City of Coralville RE-BID Coral Ridge Ave, Phase II - Oakdale Blvd to Forevergreen Rd City of Coralville, IA Engineer's OPC

Bid Tabulation City of Coralville RE-BID Coral Ridge Ave, Phase II - Oakdale Blvd to Forevergreen Rd City of Coralville, IA Engineer's OPC , IA - 2017 DIVISION 1 - GENERAL 1.01 TRAFFIC CONTROL LS 1 $50,000.00 $50,000.00 $30,000.00 $30,000.00 $24,500.00 $24,500.00 $24,500.00 $24,500.00 $24,500.00 $24,500.00 DIVISION 2 - EARTHWORK 2.01 CLEARING

More information

Kansas Department of Transportation DISTRICT 2. Project(s): Min: Max:

Kansas Department of Transportation DISTRICT 2. Project(s): Min: Max: Page 1 of 23 518122 SECTION: 01 COMMON ITEMS 1 020100 CONTRACTOR CONSTRUCTION STAKING 2 025602 FIELD OFFICE AND LABORATORY (TYPE C) 3 025323 MOBILIZATION 4 070626 MOBILIZATION (DBE) 5 020001 MAINTENANCE

More 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

Special Specification 7010 Debris Removal and Disposal

Special Specification 7010 Debris Removal and Disposal Special Specification 7010 Debris Removal and Disposal 1. DESCRIPTION Provide emergency removal and disposal of debris from the highway right of way which is created by a hurricane or other type of natural

More information

2017 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR ENGLISH (10)

2017 WEIGHTED AVERAGE BID PRICES WYOMING DEPARTMENT OF TRANSPORTATION AVERAGE UNIT BID PRICES FOR ENGLISH (10) 106.05100 FIELD LABORATORY EA 33 33.00 $12,605.17 201.03201 CLEARING AND GRUBBING ACRE 2 76.00 $1,269.74 201.03206 CLEARING TREES 6 in EA 1 53.00 $122.27 201.03210 CLEARING TREES 10 in EA 3 66.00 $227.33

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

Side Cutter Kit (Left and Right - fits all 68", 72", 80" Buckets) 48" Pallet Fork

Side Cutter Kit (Left and Right - fits all 68, 72, 80 Buckets) 48 Pallet Fork Side Cutter Kit (Left and Right - fits all 68", 72", 80" Buckets) These Bolt On Side Cutters (BOSC) greatly extend bucket service life and improve penetration power into hard packed soil or stock piled

More information

Maine Turnpike Authority

Maine Turnpike Authority Interchange 44 Barrier Toll Plaza Open Road Tolling Conversion Mile 44.3 201.11 CLEARING 3.50 AC 202.071 REMOVING ASBESTOS CONTAINING MATERIALS, TOLL BOOTH LAB TOPS 1.00 LS 202.081 REMOVING EXISTING BUILDING

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

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

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

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

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

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

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

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

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. 170607 PID 85146 CUY-SR 21-10.04L Federal Type: BRIDGE REPLACEMENT (1 BRIDGE) Letting Date: 12/14/2017 Completion

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

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

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

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. 140123 PID 82645 LOR- SR 0057 19.42 Federal Type: INTERCHANGE Letting Date: 4/17/2014 Completion Date: 7/15/2016

More information

Federal Project No.: STP-5128(388)

Federal Project No.: STP-5128(388) Order : M48 Schedule of Items Page: 2 Oversight/State Project : (NFO) 0460-129-105, C501 Federal Project : STP-5128(388) 0010 513 00100 0020 517 00101 MOBILIZATION CONSTRUCTION SURVEYING (CONSTRUCTION)

More 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

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Sargent Corporation - Stillwater, ME $29,888,765.79 Reed & Reed, Inc. - Woolwich, ME $34,900,974.90 Page 1 of 25 Sargent Corporation Stillwater, ME 201.11 CLEARING AC 4.00

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

ALABAMA DEPARTMENT OF TRANSPORTATION DATE : 06/14/13 PAGE : VENDOR RANKING

ALABAMA DEPARTMENT OF TRANSPORTATION DATE : 06/14/13 PAGE : VENDOR RANKING PAGE : 001-1 VENDOR RANKING CONTRACT TIME : 09/01/13 COMPLETION DATE CONTRACT DESCRIPTION : PROJECT(S) : IM-I059(370) for constructing the Ramp Widening and Auxiliary Lane (Grade, Drain, Base, Pave and

More 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

BGE Service Application Guidelines Residential Single Projects

BGE Service Application Guidelines Residential Single Projects BGE Service Application Guidelines Residential Single Projects To the Developer or Builder Following is important information to assist you in applying for BGE gas and/or electric service and completing

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

AMENDED CULVERT POLICY WITH MAIL BOX POLICY

AMENDED CULVERT POLICY WITH MAIL BOX POLICY AMENDED CULVERT POLICY WITH MAIL BOX POLICY REVISED MARCH 28, 2017 COMMISSIONERS COURT ORDER NO. 17-03-168 POLICY ACCEPTANCE AGREEMENT This page is to be signed by the Requesting Party and returned in

More information

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

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

More information

EXTRA REFUSE VOLUME CHARGES* Each additional container equivalent to a 48 gallon cart or smaller $4.88

EXTRA REFUSE VOLUME CHARGES* Each additional container equivalent to a 48 gallon cart or smaller $4.88 2018 CITY OF RED WING FEES Effective 1 1 2018 (Subject to Change) Fees Annually Unless Specified Differently All fees that are billed must be paid by the due date printed on the bill. In the event charges

More information

Maine Turnpike Authority

Maine Turnpike Authority York Toll Plaza Mile 8.8 201.11 Clearing 17.00 AC 202.15 Removing Existing Manhole or Catch Basin 22.00 EA 202.151 Abandoning Existing Manhole or Catch Basin 10.00 EA 202.16 Removing Existing Pipe 575.00

More information

TYPICAL DRIVEWAY CONSTRUCTION PER DOUGLAS COUNTY REGULATIONS AND POLICIES

TYPICAL DRIVEWAY CONSTRUCTION PER DOUGLAS COUNTY REGULATIONS AND POLICIES TYPICAL DRIVEWAY CONSTRUCTION PER DOUGLAS COUNTY REGULATIONS AND POLICIES This document is a summary of the Douglas County regulations and policies for constructing residential driveways. It is intended

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

B E C K E R & F R O N D O R F Construction Cost Consulting Project Management

B E C K E R & F R O N D O R F Construction Cost Consulting Project Management Project: Okehocking Nature Center Number: 07142E2 Client: M2 Architecture Date: June 5, 2009 Phase: DD B E C K E R & F R O N D O R F Construction Cost Consulting Project Management ESTIMATE SUMMARY CODE

More information

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

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

More information

CITY OF KAMLOOPS BYLAW NO A BYLAW TO AMEND SOLID WASTE AND RECYCLABLES BYLAW NO , 2011

CITY OF KAMLOOPS BYLAW NO A BYLAW TO AMEND SOLID WASTE AND RECYCLABLES BYLAW NO , 2011 CITY OF KAMLOOPS BYLAW NO. 40-63 A BYLAW TO AMEND SOLID WASTE AND RECYCLABLES BYLAW NO. 40-59, 2011 The Municipal Council of the City of Kamloops, in open meeting assembled, enacts as follows: 1. This

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