TENDER FOR COUNTY ROAD 44 MULTI-USE PATHWAY PHASE 1A & 1B. Tender No.: NG16-19 ADDENDUM #1. October 31, 2016

Size: px
Start display at page:

Download "TENDER FOR COUNTY ROAD 44 MULTI-USE PATHWAY PHASE 1A & 1B. Tender No.: NG16-19 ADDENDUM #1. October 31, 2016"

Transcription

1 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 may result in your tender being declared irregular. The following modifications and clarifications are to be made and taken into consideration when tendering on this contract and when entering into the Form of Agreement to do the work they shall become a part thereof. Instructions: 1. A completion date has been included for Phase 1B section A-3 Schedule. MUP to be constructed (storm sewers, granulars and asphalt) from the intersection of County Road 43 and County Road 44 for approximately 228m to the south drive entrance of the Municipality of North Grenville Office / Community Center. It is anticipated that s this work will commence in the spring of 2017 and be completed by August 31, This work is dependent on the receipt of MOECC ECA approval for the storm sewer works. 2. The requirement for performance bonding has been adjusted on the Form of Tender Declaration of Ability to Bond (Page B-6). We, the undersigned, hereby acknowledge that the successful tenderer will be required to furnish a Performance Bond and a Labour and Material Payment Bond each totalling Fifty Percent (50%) of the Contract amount, and conforming to the Instruments of Contract attached hereto, for the full and due performance of the works shown and as described herein, if the Tender for: County Rd 44, Multi Use Pathway Phase 1A & 1B, Contract NG16-19 is accepted by the Corporation. 3. Find enclosed a revised Schedule of Items and Prices to be utilized in the FORM OF TENDER. The changes to the items are listed below and highlighted on the attached revised Items and Prices. Phase 1A a. Title, date (Header) and Contractor initials (Footer) added to Schedule of Items and prices b. Item B3 Excavation and Grading (P) Plan quantity removed c. Item C1iii mm dia. HDPE Culvert (Twin 8.0m culvert) incl. 5:1 Frost Taper Frost Taper included Phase 1B d. Title, date (Header) and Contractor initials (Footer) added to Schedule of Items and prices e. Item B-3 Excavation and Grading (P) Plan quantity removed f. Item C-1iii 525mm dia. HDPE - Quantity revised from 71.3m to 72.0m g. Item C-1iv 600mm dia. HDPE - Quantity revised from 72.6m to 86.9m h. Item C-3 Catchbasin Manhole - Item clarified as catchbasin manhole M:\2015\115070\DATA\CONTRACT ADMIN\TENDER\ADDENDUM\ADDENDUM#1.DOCX Suite 200, 240 Michael Cowpland Drive, Ottawa ON K2M 1P6 Tel: Fax:

2 i. Item C-5i RYCB - incl. 300mm dia. HDPE Elbow, Tee, Lead and Cast Iron Grate - Quantity revised from 1 ea to 4 ea j. Item E-2ii Raise existing standpost Item Added 4. The following Special Provision is amended in the Tender Document a. Specification NOVA 4100 The contractor will backfill trenches to the proposed grades. Where no grades are shown the contractor is to fill and grade material from the proposed pathway to the edge of the existing gravel shoulder to promote positive drainage away for the pathway. The pipe price is to include any fill material (if required) to obtain proposed grades. 5. Modifications to drawings P1A, S1: The following information has been modified as follows: a. CB 100 T/G = (updated from shown on profile) b. CBMH 200 T/G = (changed from 94.39) c. CBMH 202 INV.SE= (changed from 92.48) d. CBMH 204 T/G = (changed from 93.40) The following additional structures have been added: e. RYCB 104 T/G=93.65 / INV=92.89 f. RYCB 106 T/G=93.60 / INV=92.76 g. RYCB 108 T/G=93.30 / INV= Insulation over storm sewer Is not required. Refer to CSK1 and CSK2 which illustrates the above noted changes. Receipt of this addendum shall be acknowledged on page B-1 of the Tender. Failure to do so may result in the rejection of your Tender submission. For further information, please contact Cara Ruddle, Project Manager at (613) End of Addendum No. 1 M:\2015\115070\DATA\CONTRACT ADMIN\TENDER\ADDENDUM\ADDENDUM#1.DOCX Suite 200, 240 Michael Cowpland Drive, Ottawa ON K2M 1P6 Tel: Fax:

3 County Road 44 Multi-Use Pathway Date: October 2016 Schedule of Items and Prices Phase 1A Tender No. NG16-19 NO. SPECIFICATIONS NOVATECH EST. QUANTITY UNIT UNIT RATE TOTAL AMOUNT SECTION A - General 1 Traffic Management NOVA LS 2 Erosion Sediment Control i) Staw Bale Check Dam (OPSD ) NOVA ea (P) 3 Bonding NOVA LS SUBTOTAL - SECTION A SECTION B - Earthworks & Removals 1 Clearing and Grubbing (incl noted forest areas, trees, hedges & stumps) (incl disposal off site) NOVA LS 2 Removals i) Concrete Curb 9 m (P) ii) Signage NOVA 2060R 2 ea (P) iii) Fence Removal 3 m (P) 3 Excavation and Grading (incl disposal off site of excess material) NOVA 2060R 1 LS 4 Swale Grading NOVA m (P) SUBTOTAL - SECTION B SECTION C - Storm Sewer 1 Storm Culverts c/w rodent grates, rip rap treatment and ditch reinstement i) 200mm dia. HDPE Culvert 20.0 m (P) ii) 300mm dia. HDPE Culvert NOVA 4210, 4920, m (P) iii) 1200mm dia. HDPE Culvert (Twin 8.0m culvert) (incl. 5:1 Frost Taper) 16.0 m (P) SUBTOTAL - SECTION C SECTION D - Multi-use Pathway Works 1 Subgrade Preparation NOVA 2060R, 3110, 3140R 1,681 m 2 (P) 2 300mm Base Granular 'A' NOVA 3110, 3140R 1,435 m 2 (P) 3 Curb a) Concrete Depressed Barrier Curb NOVA m (P) SUBTOTAL - SECTION D Contractor Initials B8

4 County Road 44 Multi-Use Pathway Date: October 2016 Schedule of Items and Prices Phase 1A Tender No. NG16-19 NO. SPECIFICATIONS NOVATECH EST. QUANTITY UNIT UNIT RATE TOTAL AMOUNT SECTION E - Landscaping and Reinstatement 1 1.5m Galvanized Chain-link Fence NOVA m (P) 2 General Reinstatements ea (P) i) Signage NOVA ea (P) ii) Pavement Markings (stop bars) NOVA ea (P) SUBTOTAL - SECTION E TOTAL (A,B,C,D,E) SECTION F - Provisionals 1 Sub-excavation, c/w Granular B Type II Replacement NOVA 2060R, 3140R 1 m 3 2 Ditch Reinstatement NOVA m 3 Imported Clean Fill NOVA 3140R 1 m 3 4 Equipment Rental (Incl. operator) i) Excavator 1 hr ii) Bulldozer, D4 or Equivalent 1 hr iii) Tri Axel Dump Truck 1 hr iv) Backhoe, Case 580 Extenda Hoe or Equivalent NOVA hr v) Sweeper/Flusher 1 hr 5 Foreman (c/w Pickup Truck) 1 hr 6 Labourer and Equipment 1 hr SUBTOTAL - SECTION F SECTION G - Contingency 1 Contingency Allowance NOVA LS $5, $5, SUBTOTAL - SECTION G TOTAL TENDER - PHASE 1A Contractor Initials B9

5 County Road 44 Multi-Use Pathway Date: October 2016 Schedule of Items and Prices Phase 1B Tender No. NG16-19 NO. SPECIFICATIONS NOVATECH EST. QUANTITY UNIT UNIT RATE TOTAL AMOUNT SECTION A - General 1 Traffic Management NOVA LS 2 Erosion Sediment Control i) Staw Bale Check Dam (OPSD ) NOVA ea (P) 3 Bonding NOVA LS SUBTOTAL - SECTION A SECTION B - Earthworks & Removals 1 Clearing and Grubbing (incl noted trees & stumps) (incl disposal off site) NOVA LS 2 Removals ii) Signage 4 ea (P) ii) Culvert NOVA 2060R 4 ea (P) v) Culvert Headwall 2 ea (P) 3 Excavation and Grading (incl disposal off site of excess material) NOVA 2060R 1 LS 4 Swale Grading NOVA m (P) SUBTOTAL - SECTION B SECTION C - Storm Sewer 1 Storm Sewer i) 250mm dia. HDPE 6.1 m (P) ii) 375mm dia. HDPE 50.9 m (P) NOVA 4100, 4920 iii) 525mm dia. HDPE 72.0 m (P) iv) 600mm dia. HDPE 86.9 m (P) 2 Storm Culverts c/w rodent grates, rip rap treatment and ditch reinstatement i) 200mm dia. HDPE Culvert 5.6 m (P) ii) 250mm dia. HDPE Culvert NOVA 4210, 4920, m (P) iii) 300mm dia. HDPE Culvert 8.0 m (P) 3 Catch Basin Manholes i) 1200mm Ø NOVA ea (P) 4 Catch Basins i) DICB (600mm x 600mm) NOVA ea (P) 5 Rear Yard Drainage Systems i) RYCB (incl. 300mm dia. HDPE Elbow, Tee, Lead, Riser and Cast Iron Grate) NOVA ea (P) 6 Connection to Existing Culvert NOVA ea (P) 7 CCTV Inspection (x2) NOVA LS SUBTOTAL - SECTION C Contractor Initials B10

6 County Road 44 Multi-Use Pathway Date: October 2016 Schedule of Items and Prices Phase 1B Tender No. NG16-19 NO. SPECIFICATIONS NOVATECH EST. QUANTITY UNIT UNIT RATE TOTAL AMOUNT SECTION D - Multi-use Pathway Works 1 Subgrade Preparation NOVA 2060R, 3110, 3140R 935 m 2 (P) 2 300mm Base Granular 'A' NOVA 3110, 3140R 798 m 2 (P) 3 50mm Asphalt HL3 Fine NOVA 3100, ,914 m 2 (P) 4 Line Painting (Single center yellow) NOVA m (P) SUBTOTAL - SECTION D SECTION E - Landscaping and Reinstatement 1 Landscaped Area Reinstatement (1m each side of path) i) 100mm Topsoil NOVA ,276 m 2 (P) II) Hydro Seed NOVA ,276 m 2 (P) 2 General Reinstatements ea (P) i) Signage 4 ea (P) NOVA 4920 ii) Raise Exising Standpost 1 ea (P) 3 Driveway Reinstatement i) Gravel NOVA 3140R, ea (P) II) Asphalt NOVA 3100, 3140R, ea (P) SUBTOTAL - SECTION E TOTAL (A,B,C,D,E) SECTION F - Provisionals 1 Sub-excavation, c/w Granular B Type II Replacement NOVA 2060R, 3140R 1 m 3 2 Ditch Reinstatement NOVA m 3 Imported Clean Fill NOVA 3140R 1 m 3 3 Equipment Rental (Incl. operator) i) Excavator 1 hr ii) Bulldozer, D4 or Equivalent 1 hr iii) Tri Axel Dump Truck 1 hr iv) Backhoe, Case 580 Extenda Hoe or Equivalent NOVA hr v) Sweeper/Flusher 1 hr 4 Foreman (c/w Pickup Truck) 1 hr 5 Labourer and Equipment 1 hr SUBTOTAL - SECTION F SECTION G - Contingency 1 Contingency Allowance NOVA LS $10, $10, SUBTOTAL - SECTION G TOTAL TENDER - PHASE 1B Contractor Initials B11

7

8

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

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

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

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

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

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

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

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

More information

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

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

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

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

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

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

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

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

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

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

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

(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

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

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

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

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

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

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

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

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

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

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

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

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

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 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

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

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

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

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

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

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

ADDENDUM NO. 3 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES RP031-18 DECEMBER 6, 2018 ADDENDUM 3 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES RP031-18 ADDITIONAL INFORMATION DOCUMENTS The following document: Questions and Responses

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

1E0 T: F: T: F:

1E0 T: F: T: F: UNDERGROUND PRODUCTS 2018A PRICE LIST 2150 Richardson Side Road Carp, Ontario K0A 1L0 T: 1-800-267-5515 F: 613-831-2048 SalesCarp@mconproducts.com 2691 Greenfield Road Ayr, Ontario N0B 1E0 T: 1-866-537-3338

More information

PRICE LIST UNDERGROUND PRODUCTS Greenfield Road Ayr, Ontario N0B 1E Richardson Side Road Carp, Ontario K0A 1L0

PRICE LIST UNDERGROUND PRODUCTS Greenfield Road Ayr, Ontario N0B 1E Richardson Side Road Carp, Ontario K0A 1L0 UNDERGROUND PRODUCTS 2018 PRICE LIST 2150 Richardson Side Road Carp, Ontario K0A 1L0 T: 1-800-267-5515 F: 613-831-2048 SalesCarp@mconproducts.com 2691 Greenfield Road Ayr, Ontario N0B 1E0 T: 1-866-537-3338

More information

PRICE LIST UNDERGROUND PRODUCTS Greenfield Road Ayr, Ontario N0B 1E Richardson Side Road Carp, Ontario K0A 1L0

PRICE LIST UNDERGROUND PRODUCTS Greenfield Road Ayr, Ontario N0B 1E Richardson Side Road Carp, Ontario K0A 1L0 UNDERGROUND PRODUCTS 2017 PRICE LIST 2150 Richardson Side Road Carp, Ontario K0A 1L0 T: 1-800-267-5515 F: 613-831-2048 SalesCarp@mconproducts.com 2691 Greenfield Road Ayr, Ontario N0B 1E0 T: 1-866-537-3338

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

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

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

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

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

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

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

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

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 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

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

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

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

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

More information

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

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

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

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

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

2, total unit $ total unit $ total unit $ total $ BD TABULATON Bid No. : 697 North Bay Trail-1st Street North Project No. 0901-212 Engineering &Capital mprovements Department, City of 1. Petersburg, Florida Bid date: February 26,2010 ",,>,',-, t~..4":;

More information

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

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

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

ORDINANCE TOWN OF ALBANY. Revised 8/19/03 GREEN COUNTY WISCONSIN

ORDINANCE TOWN OF ALBANY. Revised 8/19/03 GREEN COUNTY WISCONSIN ORDINANCE 300-01 TOWN OF ALBANY Revised 8/19/03 GREEN COUNTY WISCONSIN DRIVEWAY ORDINANCE 1. AUTHORITY This ordinance is adopted pursuant to the general police powers granted under Sec.60.22 (3) and 61.34

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

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

Driveway Entrance Policy for Residential Properties - District 3 - All Wards

Driveway Entrance Policy for Residential Properties - District 3 - All Wards Driveway Entrance Policy for Residential Properties - District 3 - All Wards (City Council on August 1, 2, 3 and 4, 2000, adopted this Clause, without amendment.) The North York Community Council recommends

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

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

OTTAWA COUNTY ROAD COMMISSION Bid Comparison

OTTAWA COUNTY ROAD COMMISSION Bid Comparison OTTAWA COUNTY ROAD COMMISSION Bid Comparison Contract ID: Description: Location: Projects(s): 28th & Mason Reconstruct with pavement 28th Ave. and Mason St between Adams St. and 32nd Ave. Jamestown Township

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

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

2150 F&I 4 PVC pipe LF 100 $ F&I 6 PVC pipe LF 100 $ F&I 8 PVC pipe LF 100 $ 90.00 1 of 5 2100 F&I 4" ductile iron pipe LF 200 $ 143.00 $28,600.00 2102 F&I 6" ductile iron pipe LF 200 $ 135.00 $27,000.00 2104 F&I 8" ductile iron pipe LF 200 $ 141.00 $28,200.00 2105 F&I 10" ductile iron

More information

CITY OF 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

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

5. Underground Requirements

5. Underground Requirements Un d e rg ro u n d Re q u ire me n ts Section 5 2016 Electric Service Requirements, 3rd Edition Section 5 Underground Requirements Directory Page 5.1 General 34 5.2 Conduit Requirements 34 5.3 Trench and

More information

Lake County Building Department

Lake County Building Department Lake County Building Department P.O. Box 513 505 Harrison Avenue Leadville, CO 80461 (719) 486-2875 Fax (719) 486-4179 Driveway Permit (Resolutions 98-15 and 98-35) PERMIT: To connect a driveway or parking

More information

Page 1 of 7 UPPER MILFORD TOWNSHIP LEHIGH COUNTY P.O. Box 210, Old Zionsville, PA Phone (610) DRIVEWAY PERMIT APPLICATION

Page 1 of 7 UPPER MILFORD TOWNSHIP LEHIGH COUNTY P.O. Box 210, Old Zionsville, PA Phone (610) DRIVEWAY PERMIT APPLICATION Page 1 of 7 UPPER MILFORD TOWNSHIP LEHIGH COUNTY P.O. Box 210, Old Zionsville, PA 18068 Phone (610) 966-3223 DRIVEWAY PERMIT APPLICATION DRIVE AND/OR ACCESS PERMIT NO. DATE FEE $45.00 THIS CERTIFIES THAT

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

PLEASE SUBMIT THE CORRECT PERMIT FEE WITH PAGES 1 & 3 OF APPLICATION TO: OCONTO COUNTY HIGHWAY DEPT, P.O. BOX 138, OCONTO, WI 54153

PLEASE SUBMIT THE CORRECT PERMIT FEE WITH PAGES 1 & 3 OF APPLICATION TO: OCONTO COUNTY HIGHWAY DEPT, P.O. BOX 138, OCONTO, WI 54153 PLEASE SUBMIT THE CORRECT PERMIT FEE WITH PAGES 1 & 3 OF APPLICATION TO: OCONTO COUNTY HIGHWAY DEPT, P.O. BOX 138, OCONTO, WI 54153 APPLICATION/PERMIT TO INSTALL ACCESS DRIVEWAY TO A COUNTY TRUNK HIGHWAY

More information

Town of Goshen Driveway Regulations

Town of Goshen Driveway Regulations Driveway Regulations 1. Authority These regulations are adopted by the Goshen Planning Board under the authority of New Hampshire RSA 236:13 236:14. They govern the construction and alteration of driveways,

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

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

CROW WING COUNTY HIGHWAY DEPARTMENT APPLICATION FOR PERMIT TO CONSTRUCT DRIVEWAY ACCESS TO ROADS UNDER COUNTY JURISDICTION CONSTRUCTION INFORMATION

CROW WING COUNTY HIGHWAY DEPARTMENT APPLICATION FOR PERMIT TO CONSTRUCT DRIVEWAY ACCESS TO ROADS UNDER COUNTY JURISDICTION CONSTRUCTION INFORMATION CROW WING COUNTY HIGHWAY DEPARTMENT APPLICATION FOR PERMIT TO CONSTRUCT DRIVEWAY ACCESS TO ROADS UNDER COUNTY JURISDICTION Crow Wing County Highway Department 16589 CR 142 Brainerd, MN 56401 Crow Wing

More information

Revised DEC STATE OF OKLAHOMA GARFIELD COUNTY PUBLIC SERVICE/PIPELINE OWNER LINE INSTALLATION

Revised DEC STATE OF OKLAHOMA GARFIELD COUNTY PUBLIC SERVICE/PIPELINE OWNER LINE INSTALLATION Revised DEC. 2013 STATE OF OKLAHOMA GARFIELD COUNTY PUBLIC SERVICE/PIPELINE CROSSING LINE INSTALLATION Permit# We, the undersigned, hereby petition the Garfield County Board of Commissioners to grant a

More information

This chapter shall be known and may be cited as the "Driveway Opening Local Law of the Town of Skaneateles."

This chapter shall be known and may be cited as the Driveway Opening Local Law of the Town of Skaneateles. Chapter 50 DRIVEWAY OPENINGS [HISTORY: Adopted by the Town Board of the Town of Skaneateles 6-6-1988 by L.L. No. 3-1988. Amendments noted where applicable.] Excavations in streets See Ch. 66. Streets and

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

365, , , A Total of Schedule I and II 530, , A 702, A

365, , , A Total of Schedule I and II 530, , A 702, A BID ABSTRACT COUNTY OF VENTURA - PUBLIC WORKS AGENCY Page 1 of 3 Bids opened on April 2, 2019 ENGINEER'S ESTIMATE LOW BIDDER 2nd Bidder Project Name Piru Stormwater Capture For Groundwater Recharge Project

More information

SOUTH COVE PARK MULTI-COURT IMPROVEMENTS FOR OCONEE COUNTY PARKS, RECREATION AND TOURISM SENECA, SOUTH CAROLINA FEBRUARY 2018

SOUTH COVE PARK MULTI-COURT IMPROVEMENTS FOR OCONEE COUNTY PARKS, RECREATION AND TOURISM SENECA, SOUTH CAROLINA FEBRUARY 2018 Pursuant to agreement between, Inc. (HMW) and the party for which these documents have been prepared, these documents and all data, plans, specifications and other information contained herein are the

More information

SECOND AMENDMENT AND ADDENDUM TO MASTER LICENSE AGREEMENT FOR REGULATION AND MAINTENANCE OF SIDEWALK FACILITIES IN THE MERIDIAN CITY CORE

SECOND AMENDMENT AND ADDENDUM TO MASTER LICENSE AGREEMENT FOR REGULATION AND MAINTENANCE OF SIDEWALK FACILITIES IN THE MERIDIAN CITY CORE SECOND AMENDMENT AND ADDENDUM TO MASTER LICENSE AGREEMENT FOR REGULATION AND MAINTENANCE OF SIDEWALK FACILITIES IN THE MERIDIAN CITY CORE THIS SECOND AMENDMENT AND ADDENDUM TO THE MASTER LICENSE AGREEMENT

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

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 110146 PID 82278 HAM-IR-75-5.58 Federal Type: INTERCHANGE Letting Date: 5/5/2011 Completion Date: 7/31/2014 Contract

More information

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 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

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

APPLICATION FOR PERMIT TO INSTALL A DRIVEWAY ON A COUNTY TRUNK HIGHWAY

APPLICATION FOR PERMIT TO INSTALL A DRIVEWAY ON A COUNTY TRUNK HIGHWAY APPLICATION FOR PERMIT TO INSTALL A DRIVEWAY ON A COUNTY TRUNK HIGHWAY Chapter 86.07(2) of Wisconsin State Statutes provides that the authority maintaining the highway issue a permit before any excavation

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

Jackson County Department of Transportation. Driveway Procedures. August 2017

Jackson County Department of Transportation. Driveway Procedures. August 2017 Jackson County Department of Transportation Driveway Procedures August 2017 TABLE OF CONTENTS TABLE OF CONTENTS...1 SECTION 1: GENERAL PROVISIONS... 2 1.1 PURPOSE... 2 1.2 RULES AND AUTHORITY... 3 1.3

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

Chapter PARKING REGULATIONS

Chapter PARKING REGULATIONS 17.112.010 Chapter 17.112 PARKING REGULATIONS Sections: 17.112.010 Scope of Regulations Applicability. 17.112.020 Schedule of Off-Street Parking Requirements. 17.112.030 Off-Street Loading Requirements.

More information