2014 SEWER REHABILITATION PROJECT. Project #: Bid Date: Tuesday, October 28, 2014
|
|
- Ruby Booth
- 5 years ago
- Views:
Transcription
1 Community Development Department Engineering Division 2014 SEWER REHABILITATION PROJECT Cameron and Henderson Area Sewer Project #: Bid Date: Tuesday, October 28, Notice Inviting Bids 2. Addendums 3. Plan Holders List 4. Bid Summary
2 NOTICE INVITING SEALED BIDS 2014 SEWER REHABILITATION PROJECT PROJECT NO IN THE CITY OF BARSTOW, CALIFORNIA PUBLIC NOTICE IS HEREBY GIVEN that the City of Barstow as AGENCY, invites sealed bids for the above stated project and will receive such bids in the office of the City Clerk, 220 E. Mountain View St., Suite A, Barstow California up to the hour of 2:00 p.m., on the 30th day of October, The bids will be publicly opened and read at 2:00 p.m. on the 30th day of October, 2014, in the office of the City Clerk of the City of Barstow, 220 E. Mountain View St., Suite A, Barstow, California The Engineer s Estimate for this project is: Option 1= $798, Option 2= $986, The project consists of sanitary sewer line rehabilitation, line replacement, point repairs, sanitary sewer line cleaning, CCTV inspection, and doing all appurtenant work in place and ready for use A Mandatory Job Walk will be held on Tuesday, October 21, 2014 at 10:00am at 220 E. Mountain View St., Suite A, in the City of Barstow, California, Copies of the plans, specifications, and contract documents are available from the City of Barstow, 220 E. Mountain View St., Suite A, Barstow, California upon payment of a $25.00 non-refundable fee if picked up, or payment of a $35.00 non-refundable fee if mailed. In accordance with the provisions of California Public Contract Code 3300, and Business and Professions Code (e), the City has determined that the contractor shall possess a valid Class A or C42 contractor s license at the time that the contract is awarded. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award of the contract to any bidder not possessing said license at the time of the award. CONTRACTORS ARE REQUIRED BY LAW TO BE LICENSED AND REGULATED BY THE CONTRACTORS STATE LICENSE BOARD. ANY QUESTIONS CONCERNING A CONTRACTOR MAY BE REFERRED TO THE REGISTRAR, CONTRACTORS STATE LICENSE BOARD, P.O. BOX 2600 SACRAMENTO, CA At the time the contract is awarded, the contractor shall be properly licensed in accordance with the laws of this state. The first payment for work or material shall not be made unless and until the Registrar of Contractors verifies to the City that the records of the Contractors State License Board indicate that the contractor was properly licensed at the time the contract was awarded. Any bidder or contractor not so licensed shall be subject to all legal penalties imposed by law including, but not limited to, any appropriate disciplinary action by the Contractors State Board. Failure of the bidder to obtain proper and adequate licensing for an award of a contract shall constitute a failure to execute the contract and shall result in the forfeiture of the security of the bidder. (Public Contract Code ) Bids must be prepared on the approved bid forms in conformance with INSTRUCTION TO BIDDERS and submitted in the envelopes provided, sealed and plainly marked on the outside: SEALED BID FOR 2014 SEWER REHABILITATION PROJECT PROJECT NO DO NOT OPEN WITH REGULAR MAIL The bid must be accompanied by a bid guarantee in the amount of 10% of the total bid by 2:00 p.m. on 30th day of October, More specifically, pursuant to Public Contract Code and 20171, all bids for the project shall be presented, under sealed cover and shall be accompanied by one of the following forms of bidder s security in the amount of ten percent (10%) of the bid: (a) cash; (b) a cashier s check made payable to the City of Barstow; (c) a certified check made payable to the City of Page A3
3 Barstow; or (d) a bidder s bond executed by an admitted surety insurer, made payable to the City of Barstow. Such security shall be forfeited should the successful bidder to whom the contract is awarded fails to timely execute the contract and deliver the necessary bonds and insurance certificates as specified in the contract documents. To the extent applicable, at any time during the term of the Agreement for the proposed project, the successful bidder may, at its own expense, substitute securities equivalent to the amount withheld as retention (or the retained percentage) in accordance with Public Contract Code Pursuant to California Civil Code 3247, a payment bond is required to be submitted for all projects estimated in excess of $25, The City has determined that the proposed project is a public works project subject to the provisions of Labor Code 1720 thereby requiring the Contractor to pay the prevailing wage rates for all work performed under the Contract. The City reserves the right to reject any and all bids. If you have any questions, please contact Domingo D. Gonzales, at (760) BY ORDER OF the City Council of the City of Barstow, California. Page A4
4 BID SCHEDULE (Continued) 2014 SEWER REHABILITATION PROJECT PROJECT NO IN THE CITY OF BARSTOW, CALIFORNIA Option 1 Item Section Description Unit Estimated Quantity Cleaning of Pipes and Manholes LS 1 Unit Price Total Price Pre and Post CCTV Inspection LS Traffic Control and Safety LS Sewer Bypassing and Dewatering LS Installation of 6 CIPP Liner LF Installation of 8 CIPP Liner LF 24, Installation of 10 CIPP Liner LF Installation of 12 CIPP Liner LF Installation of 15 CIPP Liner LF 1, Reconnect Sewer Service Internally EA Install Sanitary Sewer Clean Out EA , , Coordinate and Adjust Utilities to Grade EA Cut Intruding Service Connection EA Installation of Top Hat EA Install Manhole EA Wye s Replacement 8 VCP EA Replacement of Drop Manhole Point Method EA Replacement of Drop Manhole CIPP Patch Method EA Construct / Reconstruct Manhole EA Adjust to Manhole to Grade EA Replacement 6 VCP Pipe LF Replacement 8 VCP Pipe LF Remodel Manhole Base EA Manhole Cover and Frame EA Install 8 PVC Sewer Line on Seventh Ave LS 1 Page C5
5 The Contractor shall be responsible for calculating and providing unit prices for the schedule. The proposal schedule shall include all costs for services, labor, materials, equipment, and installation associated in completing the work in place per the Specifications and details. Bid Schedule Total: $ Bid Schedule Total (in words): (Company Name of Bidder) (Date) The City of Barstow reserves the right to award the bid based on either Option 1 or Option 2. Page C6
6 BID SCHEDULE (Continued) 2014 SEWER REHABILITATION PROJECT PROJECT NO IN THE CITY OF BARSTOW, CALIFORNIA Option 2 Includes CIPP Patch Repair. Item Section Description Unit Estimated Quantity Cleaning of Pipes and Manholes LS 1 Unit Price Total Price Pre and Post CCTV Inspection LS Traffic Control and Safety LS Sewer Bypassing and Dewatering LS Installation of 6 CIPP Liner LF Installation of 8 CIPP Liner LF 24, Installation of 10 CIPP Liner LF Installation of 12 CIPP Liner LF Installation of 15 CIPP Liner LF 1, Reconnect Sewer Service Internally EA Install Sanitary Sewer Clean Out EA Coordinate and Adjust Utilities to Grade EA Cut Intruding Service Connection EA Installation of Top Hat EA Install Manhole EA Wye s Replacement 8 VCP EA Replacement of Drop Manhole Point Method EA Replacement of Drop Manhole CIPP Patch Method EA Construct / Reconstruct Manhole EA Adjust to Manhole to Grade EA Replacement 6 VCP Pipe LF Replacement 8 VCP Pipe LF Remodel Manhole Base EA Manhole Cover and Frame EA Install 8 PVC Sewer Line on Seventh Ave LS CIPP Patch Repair 2 EA CIPP Patch Repair 4 EA 2 Page C7
7 CIPP Patch Repair 2 EA CIPP Patch Repair 4 EA CIPP Patch Repair 2 EA CIPP Patch Repair 4 EA 1 The Contractor shall be responsible for calculating and providing unit prices for the schedule. The proposal schedule shall include all costs for services, labor, materials, equipment, and installation associated in completing the work in place per the Specifications and details. Bid Schedule Total: $ Bid Schedule Total (in words): (Company Name of Bidder) (Date) The City of Barstow reserves the right to award the bid based on either Option 1 or Option 2. Page C8
8 October 15, 2014 ADDENDUM NO. 1 PROJECT Sewer Rehabilitation Project Cameron and Henderson Area Sewer This addendum is hereby made part of the contract documents to the same extent as though it was originally included. 1. The bid opening date has changed to October 28, 2014 at 2:00 p.m. 2. The following scope of work has been removed from this contract: Sewer Section ID Location Scope of Work SWR 413 White Street Remove and replace approximately 12 feet of 8 VCP/Terra Cotta pipe starting 93 feet from manhole 343 and ending at approximately 105 feet from manhole 343. SWR 415 N. First Avenue Remove and replace Wye at 59 feet from manhole 345. Remove and replace approximately 10 feet of 8 VCP/Terra Cotta pipe starting 57 feet from manhole 345. SWR 436 Pallesi St. Remove and replace 8 VCP / Terra Cotta starting 441 feet from manhole 367. SWR 441 E. Cozy Lane Remove brick manhole 381 and replace with pre-cast concrete manhole. Install interior drop manhole. Replace approximately 4 feet of VCP. 3. The following is scope of work has been added to this contract. Sewer Section ID Location Scope of Work SWR 792 Easement west of Dill Street CIPP 8 VCP, Length =328, 220 E. MOUNTIAN VIEW STREET, SUITE A BARSTOW, CA (760) Fax: (760)
9 If you have any questions or need additional information, please contact Domingo Gonzales, at or at telephone (760) Domingo Gonzales 220 E. MOUNTIAN VIEW STREET, SUITE A BARSTOW, CA (760) Fax: (760)
10 October 23, 2014 ADDENDUM NO. 2 PROJECT Sewer Rehabilitation Project Cameron and Henderson Area Sewer This addendum is hereby made part of the contract documents to the same extent as though it was originally included. 1. The Working Day has changed. (Replace sheet B3 ) 2. Remove the existing bid schedule (Sheets C5-C9) and replace with the attached bid schedules. If you have any questions or need additional information, please contact Domingo Gonzales, at dgonzales@barstowca.org, or at telephone (760) Domingo D. Gonzales Domingo Gonzales B3
11 B1.01 INSPECTION OF SITE OF WORK INSTRUCTIONS TO BIDDERS 2014 SEWER REHABILITATION PROJECT PROJECT NO IN THE CITY OF BARSTOW, CALIFORNIA Bidders are required to inspect the site of the work in order to satisfy themselves, by personal examination or by such other means, as they may prefer, of the location of the proposed work and as to the actual conditions of and at the site of work. If, during the course of his/her examination, a bidder finds facts or conditions which appear to him/her to conflict with the letter or spirit of the contract documents, or with any other data furnished him/her, he/she may apply to the Agency in writing in accordance with B1.04 INTERPRETATION OF CONTRACT DOCUMENTS for additional information and explanation before submitting his/her bid. The submission of a proposal by the bidder shall constitute the acknowledgment that, if awarded the contract, he/she has relied and is relying on his/her own examination of (a) the site of the work, (b) the access to the site, and (c) all other data, matters, and things requisite to the fulfillment of the work and on his/her own knowledge of existing services and utilities on and in the vicinity of the site of the work to be constructed under the contract, and not on any representation or warranty of the Agency. No claim for additional compensation will be allowed which is based upon a lack of knowledge of the above items. B1.02 EXAMINATION OF CONTRACT DOCUMENTS Each bidder shall thoroughly examine and be familiar with legal and procedural documents, general conditions, specifications, drawings and addenda (if any). The submission of a proposal shall constitute an acknowledgment upon which the Agency may rely that the bidder has thoroughly examined and is familiar with the contract documents. The bidders attention is directed to the need, if any, for special invoicing for this project. The failure or neglect of a bidder to receive or examine any of the contract documents shall in no way relieve him/her from any obligations with respect to his/her proposal or to the contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract document. B1.03 CONTRACT PERIOD/CONSTRUCTION COMPLETION DATE Bidder s attention is called to the provisions set forth in SECTION E, STANDARD SPECIFICATIONS, particularly those pertaining to the contract period and liquidated damages for avoidable delays. The Contractor shall begin work within ten (10) calendar days after the date of the Notice to Proceed, and shall diligently prosecute said work to completion before the expiration See WORKING DAY SCHEDULE (TABLE 1). The Contractor shall pay to the City the sum of $1, per day, for each and every calendar day s delay in finishing the work in excess of the number of working days prescribed above. B1.04 INTERPRETATION OF CONTRACT DOCUMENTS No oral interpretations will be made to any bidder as to the meaning of the contract documents. Requests for an interpretation shall be made in writing and delivered to the Agency at least ten (10) days before the time announced for opening the proposals. Interpretations by the Agency will be in the form of an addendum to the contract documents and, when issued, will be sent as promptly as is practical to all parties to whom the contract documents have been issued. City makes no guarantee that all bidders will receive all addenda. Copies of addenda will be made available for inspection at the office where contract documents are on file for inspection as indicated on the Invitation for Bids. All such addenda shall become part of the contract. All questions shall be addressed to Domingo D. Gonzales, Engineering B3
12 TABLE 1 Working Day Schedule Schedule Working Days If contract is awarded to multiple contractors, it is the contractor s responsibility to coordinate with each other to accomplish the project. Contractor that is awarded point repairs shall complete their work in a manner which will not affect the contractor for the Cured In Place Pipe (CIPP) lining operation. Where Point repairs and CIPP methods are required in the same section, point repairs shall be completed prior to the CIPP process without delays to the CIPP contractor.
13 BID SCHEDULE (Continued) 2014 SEWER REHABILITATION PROJECT PROJECT NO IN THE CITY OF BARSTOW, CALIFORNIA Schedule 1. Item Section Description Unit Estimated Quantity Cleaning of Pipes and Manholes LS 1 Unit Price Total Price Pre and Post CCTV Inspection LS Traffic Control and Safety LS Sewer Bypassing and Dewatering LS Installation of 6 CIPP Liner LF Installation of 8 CIPP Liner LF 24, Installation of 10 CIPP Liner LF Installation of 12 CIPP Liner LF Installation of 15 CIPP Liner LF 1, Reconnect Sewer Service Internally EA Install Sanitary Sewer Clean Out EA Coordinate and Adjust Utilities to Grade EA Cut Intruding Service Connection EA Installation of Top Hat EA Install Manhole EA Wye s Replacement 8 VCP EA Replacement of Drop Manhole Point Method EA Replacement of Drop Manhole CIPP Patch Method EA Construct / Reconstruct Manhole EA Adjust to Manhole to Grade EA Replacement 6 VCP Pipe LF Replacement 8 VCP Pipe LF Remodel Manhole Base EA Manhole Cover and Frame EA Install 8 PVC Sewer Line on Seventh Avenue LS CIPP Patch Repair 2 EA 4 C5
14 CIPP Patch Repair 4 EA CIPP Patch Repair 2 EA CIPP Patch Repair 4 EA CIPP Patch Repair 2 EA CIPP Patch Repair 4 EA 1 The Contractor shall be responsible for calculating and providing unit prices for the schedule. The proposal schedule shall include all costs for services, labor, materials, equipment, and installation associated in completing the work in place per the Specifications and details. Bid Schedule Total: $ Bid Schedule Total (in words): (Company Name of Bidder) (Date) The City of Barstow reserves the right to award the bid to the lowest responsible bidder on either Schedule 1 only, Schedule 2 only or any combination of Schedule 3 with Schedule 4 and / or Schedule 5. The City reserves the right to award the bid to one contractor or may elect to award to multiple contracts based on the lowest responsible bidder per schedule. C6
15 BID SCHEDULE (Continued) 2014 SEWER REHABILITATION PROJECT PROJECT NO IN THE CITY OF BARSTOW, CALIFORNIA Schedule 2 Item Section Description Unit Estimated Quantity Cleaning of Pipes and Manholes LS 1 Unit Price Total Price Pre and Post CCTV Inspection LS Traffic Control and Safety LS Sewer Bypassing and Dewatering LS Installation of 6 CIPP Liner LF Installation of 8 CIPP Liner LF 24, Installation of 10 CIPP Liner LF Installation of 12 CIPP Liner LF Installation of 15 CIPP Liner LF 1, Reconnect Sewer Service Internally EA Install Sanitary Sewer Clean Out EA , , Coordinate and Adjust Utilities to Grade EA Cut Intruding Service Connection EA Installation of Top Hat EA Install Manhole EA Wye s Replacement 8 VCP EA Replacement of Drop Manhole Point Method EA Replacement of Drop Manhole CIPP Patch Method EA Construct / Reconstruct Manhole EA Adjust to Manhole to Grade EA Replacement 6 VCP Pipe LF Replacement 8 VCP Pipe LF Remodel Manhole Base EA Manhole Cover and Frame EA Install 8 PVC Sewer Line on Seventh Avenue LS 1 C7
16 The Contractor shall be responsible for calculating and providing unit prices for the schedule. The proposal schedule shall include all costs for services, labor, materials, equipment, and installation associated in completing the work in place per the Specifications and details. Bid Schedule Total: $ Bid Schedule Total (in words): (Company Name of Bidder) (Date) The City of Barstow reserves the right to award the bid to the lowest responsible bidder on either Schedule 1 only, Schedule 2 only or any combination of Schedule 3 with Schedule 4 and / or Schedule 5. The City reserves the right to award the bid to one contractor or may elect to award to multiple contracts based on the lowest responsible bidder per schedule. C8
17 Schedule 3 Item Section Description Unit Estimated Quantity Cleaning of Pipes and Manholes LS 1 Unit Price Total Price Pre and Post CCTV Inspection LS Traffic Control and Safety LS Sewer Bypassing and Dewatering LS Installation of 6 CIPP Liner LF Installation of 8 CIPP Liner LF 24, Installation of 10 CIPP Liner LF Installation of 12 CIPP Liner LF Installation of 15 CIPP Liner LF 1, Reconnect Sewer Service Internally EA Cut Intruding Service Connection EA Installation of Top Hat EA Replacement of Drop Manhole CIPP Patch Method EA 9 The Contractor shall be responsible for calculating and providing unit prices for the schedule. The proposal schedule shall include all costs for services, labor, materials, equipment, and installation associated in completing the work in place per the Specifications and details. Bid Schedule Total: $ Bid Schedule Total (in words): (Company Name of Bidder) (Date) The City of Barstow reserves the right to award the bid to the lowest responsible bidder on either Schedule 1 only, Schedule 2 only or any combination of Schedule 3 with Schedule 4 and / or Schedule 5. The City reserves the right to award the bid to one contractor or may elect to award to multiple contracts based on the lowest responsible bidder per schedule. C9
18 Schedule 4. Item Section Description Unit Estimated Quantity Cleaning of Pipes and Manholes LS 1 Unit Price Total Price Pre and Post CCTV Inspection LS Traffic Control and Safety LS Sewer Bypassing and Dewatering LS Reconnect Sewer Service Internally EA Cut Intruding Service Connection EA Installation of Top Hat EA CIPP Patch Repair 2 EA CIPP Patch Repair 4 EA CIPP Patch Repair 2 EA CIPP Patch Repair 4 EA CIPP Patch Repair 2 EA CIPP Patch Repair 4 EA 1 The Contractor shall be responsible for calculating and providing unit prices for the schedule. The proposal schedule shall include all costs for services, labor, materials, equipment, and installation associated in completing the work in place per the Specifications and details. Bid Schedule Total: $ Bid Schedule Total (in words): (Company Name of Bidder) (Date) The City of Barstow reserves the right to award the bid to the lowest responsible bidder on either Schedule 1 only, Schedule 2 only or any combination of Schedule 3 with Schedule 4 and / or Schedule 5. The City reserves the right to award the bid to one contractor or may elect to award to multiple contracts based on the lowest responsible bidder per schedule. C10
19 Schedule 5 Item Section Description Unit Estimated Quantity Cleaning of Pipes and Manholes LS 1 Unit Price Total Price Pre and Post CCTV Inspection LS Traffic Control and Safety LS Sewer Bypassing and Dewatering LS Install Sanitary Sewer Clean Out EA Coordinate and Adjust Utilities to Grade EA Install Manhole EA Wye s Replacement 8 VCP EA Replacement of Drop Manhole Point Method EA Construct / Reconstruct Manhole EA Adjust to Manhole to Grade EA Replacement 6 VCP Pipe LF Replacement 8 VCP Pipe LF Remodel Manhole Base EA Manhole Cover and Frame EA Install 8 PVC Sewer Line on Seventh Avenue LS 1 The Contractor shall be responsible for calculating and providing unit prices for the schedule. The proposal schedule shall include all costs for services, labor, materials, equipment, and installation associated in completing the work in place per the Specifications and details. Bid Schedule Total: $ Bid Schedule Total (in words): (Company Name of Bidder) (Date) The City of Barstow reserves the right to award the bid to the lowest responsible bidder on either Schedule 1 only, Schedule 2 only or any combination of Schedule 3 with Schedule 4 and / or Schedule 5. The City reserves the right to award the bid to one contractor or may elect to award to multiple contracts based on the lowest responsible bidder per schedule. C11
20 Bid Schedule Summary Schedule Total Total in Words 1 $ 2 $ 3 $ 4 $ 5 $ If you are NOT bidding on a Schedule, Type No Bid Submitted in the Total in Words section.
21 QUESTIONS AND ANSWERS 1. For the sewer segment that runs under the I-40 freeway SWR ID # 1130, is the city wanting to dig up the freeway to perform the repair. No, this will be a CIPP repair only. The contractor will be required to stay out of Caltrans Right of Way. 2. This Segment and a few others are noted as Point-CIPP. What does this denomination call for? Point-CIPP indicates that there is a point repair that must be repaired before the sewer segment is CIPP lined. 3. Several manholes in the northern portion of Area 6 have been paved over. These are some of the larger diameter sewer lines in the project. Segments 61, 60,433, 432, 431 are not accessible at this time and as such it is impossible to accurately determine what type of sewer bypass system is needed in order to bid this portion of the project. Do you have flow data for these segments? The manholes are in the process of being raised to grade. The contractor just finished paving these roads last week. Unfortunately there is no flow data for these segments. 4. It was mentioned in the pre bid and over the phone that there is a segment running under I-15 to be lined. I cannot locate this segment on the maps. Can you provide a highlighted map of that segment? After further review, there is no rehabilitation project under the I-15 for this project. 5. Per the discussion at the pre bid meeting yesterday, the bidding contractors seemed to agree unanimously, under the circumstance, that the lining work and the open cut work should be bid as two separate schedules. Addendum #2 addressed this request. 6. The contract specifications call for 40 working days to complete the work. This is not enough time for us to complete the lining portion of the scope. We are requesting that the contract time be extended to at least 120 days. Most contracts of this magnitude allow for 180 days. See Addendum #2, Table 1 Time Schedule for the amount of working days allowed. 7. Would the City of Barstow consider separating out the lining and ancillary items to the lining from the civil work? This would reduce the bid prices as each entity could bid their respective disciplines as prime without marking up sub pricing. Addendum #2 addressed this request. 8. Will the City of Barstow please provide a copy of the bid tabulations for the previous rehabilitation contract that was performed? See Attachment
22 CITY OF BARSTOW 220 E MOUNTAIN VIEW ST BARSTOW CA Plan Holders TEL::(760) FAX::(760) Project # Sewer Rehabilitation Project Company Name: Address: Region: Phone Fax: Repipe Brown Ave Riverside, CA (951) (951) Mcgraw-Hill 4300 Beltway Place Arlington, tx (877) (909) Bid America Elm Street Murrieta, CA (909) (951) Kana Engineering Group Southwest Pipeline and Trenchless, Corp Insituform 1SqFt Planroom c/o PlanIT Reprographics 9672 Hermosa Ave Rancho Cucamonga, CA (909) S. Vermont Ave Torrance, CA (310) (310) E. Orangethorpe Ave Fullerton, CA (714) (714) Flora Road Palm Desert, CA (800) (866) Number of Plan Holders 7 Date: 10/15/2014
23 2014 Sewer Rehabilitation Project PROJECT NUMBER: BID SUMMARY ATTACHMENT A Schedule 1 Schedule 2 Schedule 3 Schedule 4 Schedule 5 Rehabilitation Methods All Point /CIPP Liners CIPP Liners only CIPP Patch only Point only Christensen Brothers $ 236, Sancon Engineering $ 1,015, $ 288, Repipe California $ 1,482, $ 1,291, $ 1,051, Insituform $ 1,450, $ 1,259, $ 1,044, Southwest Pipe $ 1,222, $ 1,022, $ 836, $ 217, Schedule 2 Equivalent using Schedule 3 and Schedule 5 Low Bids Schedule 1 Schedule 2 Schedule 3 Schedule 4 Schedule 5 Rehabilitation Methods All Point /CIPP Liners CIPP Liners only CIPP Patch only Point only Total Southwest Pipe $ 836, $ 836, Christensen Brothers $ 236, $ 236, Total: $ 1,072,581.10
24 BID SUMMARY PROJECT SEWER REHABILITATION PROJECT Schedule 1 Engineers Estimate Southwest Pipeline Insituform Repipe California LP Sancon Engineering Christensen Brothers Item Description Unit Qty. Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost 1 Cleaning of Pipes and Manholes LS 1 $ 8, $ 8, $ 15, $ 15, $ 41, $ 41, $ 41, $ 41, Pre and Post CCTV Inspection LS 1 $ 5, $ 5, $ 15, $ 15, $ 6, $ 6, $ 21, $ 21, Traffic Control and Safety LS 1 $ 10, $ 10, $ 2, $ 2, $ 13, $ 13, $ 15, $ 15, Sewer Bypassing and Dewatering LS 1 $ 8, $ 8, $ 2, $ 2, $ 22, $ 22, $ 30, $ 30, Installation of 6" CIPP Liner LF 270 $ $ 4, $ $ 8, $ $ 7, $ $ 9, Installation of 8" CIPP Liner LF $ $ 493, $ $ 591, $ $ 653, $ $ 690, Installation of 10" CIPP Liner LF 950 $ $ 22, $ $ 26, $ $ 33, $ $ 42, Installation of 12" CIPP Liner LF 865 $ $ 22, $ $ 29, $ $ 38, $ $ 48, Installation of 15" CIPP Liner LF 1880 $ $ 56, $ $ 88, $ $ 102, $ $ 125, Reconnect Sewer Service Internally EA 573 $ $ 14, $ $ 11, $ $ 85, $ $ 14, Install Sanitary Sewer Clean Out EA 1 $ 1, $ 1, $ 5, $ 5, $ 1, $ 1, $ 5, $ 5, Coordinate and Adjust Utilities to GradEA 1 $ $ $ 2, $ 2, $ 1, $ 1, $ 2, $ 2, Cut Intruding Service Connection EA 10 $ $ 8, $ $ 2, $ $ 2, $ $ 2, Installation of Top Hat EA 8 $ 1, $ 12, $ $ 7, $ 1, $ 10, $ 1, $ 10, Install Manhole EA 2 $ 10, $ 20, $ 8, $ 16, $ 4, $ 9, $ 8, $ 17, Wye's Replacement 8" VCP EA 6 $ 1, $ 6, $ 4, $ 24, $ 1, $ 11, $ 4, $ 25, Replacement of Drop Manhole Point MEA 2 $ 6, $ 12, $ 6, $ 12, $ 3, $ 6, $ 6, $ 12, Replacement of Drop Manhole CIPP PaEA 9 $ 3, $ 31, $ 4, $ 36, $ 4, $ 43, $ 4, $ 43, Construct/Reconstruct Manhole EA 2 $ 10, $ 20, $ 8, $ 16, $ 6, $ 13, $ 8, $ 17, Adjust Manhole to Grade EA 2 $ $ 1, $ 1, $ 2, $ $ 1, $ 1, $ 2, Replacement of 6" VCP Pipe LF 4 $ $ $ $ 2, $ $ 2, $ $ 2, Replacement of 8" VCP Pipe LF 100 $ $ 15, $ $ 28, $ $ 58, $ $ 30, Remodel Manhole Base EA 3 $ 2, $ 6, $ 1, $ 5, $ 2, $ 6, $ 1, $ 5, Manhole Cover and Frame EA 2 $ 1, $ 2, $ 2, $ 4, $ 1, $ 3, $ 2, $ 4, Install 8" PVC Sewer Line on Seventh ALS 1 $ 40, $ 40, $ 67, $ 67, $ 81, $ 81, $ 70, $ 70, " CIPP Patch repair 2' EA 4 $ $ 3, $ $ 3, $ $ 3, $ $ 3, " CIPP Patch repair 4' EA 2 $ 1, $ 2, $ 1, $ 2, $ $ 1, $ $ 1, " CIPP Patch repair 2' EA 104 $ $ 83, $ $ 84, $ $ 88, $ $ 89, " CIPP Patch repair 4' EA 98 $ 1, $ 98, $ 1, $ 107, $ $ 94, $ $ 94, " CIPP Patch repair 2' EA 1 $ $ $ 1, $ 1, $ $ $ $ " CIPP Patch repair 4' EA 1 $ 1, $ 1, $ 1, $ 1, $ $ $ $ $ 1,008, $ 1,222, $ 1,450, $ 1,482, /10/2014
25 BID SUMMARY PROJECT SEWER REHABILITATION PROJECT Schedule 2 Engineers Estimate Southwest Pipeline Insituform Repipe California LP Sancon Engineering Christensen Brothers Item Description Unit Qty. Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost 1 Cleaning of Pipes and Manholes LS 1 $ 8, $ 8, $ 15, $ 15, $ 41, $ 41, $ 41, $ 41, Pre and Post CCTV Inspection LS 1 $ 5, $ 5, $ 15, $ 15, $ 6, $ 6, $ 21, $ 21, Traffic Control and Safety LS 1 $ 10, $ 10, $ 2, $ 2, $ 13, $ 13, $ 15, $ 15, Sewer Bypassing and Dewatering LS 1 $ 8, $ 8, $ 2, $ 2, $ 22, $ 22, $ 33, $ 33, Installation of 6" CIPP Liner LF 270 $ $ 4, $ $ 8, $ $ 7, $ $ 10, Installation of 8" CIPP Liner LF $ $ 493, $ $ 591, $ $ 653, $ $ 690, Installation of 10" CIPP Liner LF 950 $ $ 22, $ $ 26, $ $ 33, $ $ 42, Installation of 12" CIPP Liner LF 865 $ $ 22, $ $ 30, $ $ 38, $ $ 47, Installation of 15" CIPP Liner LF 1880 $ $ 56, $ $ 88, $ $ 102, $ $ 124, Reconnect Sewer Service Internally EA 573 $ $ 14, $ $ 11, $ $ 85, $ $ 14, Install Sanitary Sewer Clean Out EA 1 $ 1, $ 1, $ 5, $ 5, $ 1, $ 1, $ 5, $ 5, Coordinate and Adjust Utilities to GradEA 1 $ $ $ 2, $ 2, $ 1, $ 1, $ 2, $ 2, Cut Intruding Service Connection EA 10 $ $ 8, $ $ 2, $ $ 2, $ $ 2, Installation of Top Hat EA 8 $ 1, $ 12, $ $ 7, $ 1, $ 10, $ 1, $ 10, Install Manhole EA 2 $ 10, $ 20, $ 8, $ 16, $ 4, $ 9, $ 8, $ 17, Wye's Replacement 8" VCP EA 6 $ 1, $ 6, $ 4, $ 24, $ 1, $ 11, $ 4, $ 25, Replacement of Drop Manhole Point MEA 2 $ 6, $ 12, $ 6, $ 12, $ 3, $ 6, $ 6, $ 12, Replacement of Drop Manhole CIPP PaEA 9 $ 3, $ 31, $ 4, $ 36, $ 4, $ 43, $ 4, $ 43, Construct/Reconstruct Manhole EA 2 $ 10, $ 20, $ 8, $ 16, $ 6, $ 13, $ 8, $ 17, Adjust Manhole to Grade EA 2 $ $ 1, $ 1, $ 2, $ $ 1, $ 1, $ 2, Replacement of 6" VCP Pipe LF 4 $ $ $ $ 2, $ $ 2, $ $ 2, Replacement of 8" VCP Pipe LF 100 $ $ 15, $ $ 28, $ $ 58, $ $ 30, Remodel Manhole Base EA 3 $ 2, $ 6, $ 1, $ 5, $ 2, $ 6, $ 1, $ 5, Manhole Cover and Frame EA 2 $ 1, $ 2, $ 2, $ 4, $ 1, $ 3, $ 2, $ 4, Install 8" PVC Sewer Line on Seventh ALS 1 $ 40, $ 40, $ 67, $ 67, $ 81, $ 81, $ 70, $ 70, $ 820, $ 1,022, $ 1,259, $ 1,291, /10/2014
26 BID SUMMARY PROJECT SEWER REHABILITATION PROJECT Schedule 3 Engineers Estimate Southwest Pipeline Insituform Repipe California LP Sancon Engineering Christensen Brothers Item Description Unit Qty. Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost 1 Cleaning of Pipes and Manholes LS 1 $ 8, $ 8, $ 15, $ 15, $ 41, $ 41, $ 41, $ 41, $ 40, $ 40, Pre and Post CCTV Inspection LS 1 $ 5, $ 5, $ 15, $ 15, $ 6, $ 6, $ 21, $ 21, $ 30, $ 30, Traffic Control and Safety LS 1 $ 10, $ 10, $ 2, $ 2, $ 9, $ 9, $ 3, $ 3, $ 5, $ 5, Sewer Bypassing and Dewatering LS 1 $ 8, $ 8, $ 2, $ 2, $ 17, $ 17, $ 10, $ 10, $ 8, $ 8, Installation of 6" CIPP Liner LF 270 $ $ 4, $ $ 8, $ $ 7, $ $ 9, $ $ 11, Installation of 8" CIPP Liner LF $ $ 493, $ $ 591, $ $ 640, $ $ 690, $ $ 705, Installation of 10" CIPP Liner LF 950 $ $ 19, $ $ 26, $ $ 34, $ $ 42, $ $ 32, Installation of 12" CIPP Liner LF 865 $ $ 20, $ $ 29, $ $ 38, $ $ 47, $ $ 33, Installation of 15" CIPP Liner LF 1880 $ $ $ 88, $ $ 109, $ $ 124, $ $ 94, Reconnect Sewer Service Internally EA 573 $ $ 17, $ $ 11, $ $ 83, $ $ 14, $ $ 28, Cut Intruding Service Connection EA 10 $ $ $ $ 2, $ $ 2, $ $ 2, $ $ 1, Installation of Top Hat EA 8 $ 1, $ 12, $ $ 7, $ 1, $ 10, $ 1, $ 10, $ 1, $ 9, Replacement of Drop Manhole CIPP PaEA 9 $ 3, $ 31, $ 4, $ 36, $ 4, $ 43, $ 3, $ 33, $ 1, $ 13, $ 629, $ 836, $ 1,044, $ 1,051, $ 1,015, Schedule 4 Engineers Estimate Southwest Pipeline Insituform Repipe California LP Sancon Engineering Christensen Brothers Item Description Unit Qty. Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost 1 Cleaning of Pipes and Manholes LS 1 $ 8, $ 8, $ 1, $ 1, $ 40, $ 40, Pre and Post CCTV Inspection LS 1 $ 5, $ 5, $ 1, $ 1, $ 30, $ 30, Traffic Control and Safety LS 1 $ 10, $ 10, $ 1, $ 1, $ 5, $ 5, Sewer Bypassing and Dewatering LS 1 $ 8, $ 8, $ 1, $ 1, $ 8, $ 8, Reconnect Sewer Service Internally EA 37 $ $ 1, $ $ 3, $ $ 2, Cut Intruding Service Connection EA 10 $ $ $ $ 2, $ $ 1, Installation of Top Hat EA 8 $ 1, $ 12, $ $ 7, $ 1, $ 9, " CIPP Patch repair 2' EA 4 $ $ 3, $ $ 3, $ $ 3, " CIPP Patch repair 4' EA 2 $ 1, $ 2, $ 1, $ 2, $ 1, $ 2, " CIPP Patch repair 2' EA 104 $ $ 83, $ $ 84, $ $ 80, " CIPP Patch repair 4' EA 98 $ 1, $ 98, $ 1, $ 107, $ 1, $ 102, " CIPP Patch repair 2' EA 1 $ $ $ 1, $ 1, $ 1, $ 1, " CIPP Patch repair 4' EA 1 $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 232, $ 217, $ 288, Schedule 5 Engineers Estimate Southwest Pipeline Insituform Repipe California LP Sancon Engineering Christensen Brothers Item Description Unit Qty. Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost 1 Cleaning of Pipes and Manholes LS 1 $ 8, $ 8, $ 1.10 $ Pre and Post CCTV Inspection LS 1 $ 5, $ 5, $ 8, $ 8, Traffic Control and Safety LS 1 $ 10, $ 10, $ 1, $ 1, Sewer Bypassing and Dewatering LS 1 $ 8, $ 8, $ 5, $ 5, Install Sanitary Sewer Clean Out EA 1 $ 1, $ 1, $ 2, $ 2, Coordinate and Adjust Utilities to GradEA 1 $ $ $ $ Install Manhole EA 2 $ 10, $ 20, $ 8, $ 16, Wye's Replacement 8" VCP EA 6 $ 1, $ 6, $ 5, $ 32, Replacement of Drop Manhole Point MEA 2 $ 6, $ 12, $ 2, $ 5, Construct/Reconstruct Manhole EA 2 $ 10, $ 20, $ 10, $ 21, Adjust Manhole to Grade EA 2 $ $ 1, $ 1, $ 2, Replacement of 6" VCP Pipe LF 4 $ $ $ 1, $ 6, Replacement of 8" VCP Pipe LF 100 $ $ 15, $ $ 84, Remodel Manhole Base EA 3 $ 2, $ 6, $ 2, $ 6, Manhole Cover and Frame EA 2 $ 1, $ 2, $ 1, $ 2, Install 8" PVC Sewer Line on Seventh ALS 1 $ 40, $ 40, $ 41, $ 41, $ 154, $ 236, /10/2014
SECTION NOTICE INVITING BIDS
SECTION 00020 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Yuba City, hereafter referred to as Owner, will receive SEALED BIDS at the City Hall, City Clerk s Office, 1201 Civic Center Blvd.,
More informationCITY OF LA HABRA HEIGHTS CALIFORNIA PLAN ROOM SPECIFICATIONS FOR FULLERTON ROAD IMPROVEMENTS PREPARED FOR:
CITY OF LA HABRA HEIGHTS CALIFORNIA SPECIFICATIONS 2017-08 FOR FULLERTON ROAD IMPROVEMENTS PREPARED FOR: CITY OF LA HABRA HEIGHTS 1245 NORTH HACIENDA ROAD LA HABRA HEIGHTS, CALIFORNIA 90631 PREPARED BY:
More informationJob No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars
BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned
More informationSECTION A NOTICE INVITING SEALED BIDS
SECTION A NOTICE INVITING SEALED BIDS SECTION A CITY OF TUSTIN, CALIFORNIA NOTICE INVITING SEALED BIDS FOR THE MOFFETT DRIVE EXTENSION BRIDGE AND ROADWAY CONSTRUCTION PROJECT CIP NO. 70224 NOTICE IS HEREBY
More informationTABLE OF CONTENTS ELEVATOR UPGRADE AND MAINTENANCE PROJECT SPECIFICATION NO. XX-XX-XX AT THE LOS ANGELES COUNTY LAW LIBRARY SECTION
TABLE OF CONTENTS ELEVATOR UPGRADE AND MAINTENANCE PROJECT SPECIFICATION NO. XX-XX-XX AT THE LOS ANGELES COUNTY LAW LIBRARY SECTION NOTICE INVITING SEALED BIDS... A INSTRUCTIONS TO BIDDERS...B PROPOSAL
More informationADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project
County of El Paso Purchasing Department 500 East San Antonio, Room 500 El Paso, Texas 79901 (915) 546-2048 / Fax: (915) 546-8180 ADDENDUM 1 To: From: All Interested Proposers Claudia Sepulveda, Bid Clerk/Buyer
More informationPROJECT MANUAL MISSION DRIVE SEWER MAIN CROSSING REPAIR PROJECT SOLVANG PROJECT NO. PW 118 FEBRUARY 5, 2019
PROJECT MANUAL MISSION DRIVE SEWER MAIN CROSSING REPAIR PROJECT SOLVANG PROJECT NO. PW 118 FEBRUARY 5, 2019 FOR USE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION Prepared under the supervision
More informationCITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS
CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk s Office, City of Yuba City, located at City Hall, 1201 Civic Center
More informationNOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)
NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors
More informationMUNICIPAL POOL REHABILITATION
MUNICIPAL POOL REHABILITATION SPECIFICATION NO. 2014-61000-01 IN THE CITY OF SIERRA MADRE, CALIFORNIA February 11, 2015 Bruce Inman Director of Public Works Adam Matsumoto Manager of Community Services
More informationSend or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California
April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is
More informationITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2
Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This
More informationCOUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS
COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN, that Sealed bids will be received at the office of the County Manager/Clerk of the Board of Supervisors, Hall of Justice
More informationADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL
II. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL ITEM NO. 1: Page P-1, Proposal DELETE the Proposal (pages P-1 through P-9) in its entirety and REPLACE with the attached Proposal (pages P-1R
More informationNOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS
NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided
More informationCity of San Juan Capistrano Agenda Re~rt
City of San Juan Capistrano Agenda Re~rt 5/7/2013 016 TO: FROM: DATE: SUBJECT: Karen P. Brust, City Manage;p, Keith Van Der Maaten, Utilities Direct~~ Prepared by: Stephen Liao, Engine~A/1.-t...--1 '-f'rfi./'jf/(
More informationGENERAL ENGINEERING JOB ORDER CONTRACT
BOARD OF SUPERVISORS COUNTY OF FRESNO STATE OF CALIFORNIA N O T I C E T O B I D D E R S Sealed proposals will be received at the Fresno County Department of Public Works and Planning (Department), Office
More informationADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252
ADDENDUM NO. 1 BID# AVC2016/2017-10 Project #16-252 Antelope Valley Community College District Lancaster, CA November 15, 2016 Ledesma & Meyer Construction Co., Inc. 9441 Haven Avenue Rancho Cucamonga,
More informationSECTION ADDENDA EL DORADO IRRIGATION DISTRICT FRANCISCO YELLOWSTONE SEWERLINE REHABILITATION. ADDENDUM NO. 3 April 3, 2019
Project No. 17020.02, Contract No. E19-04 SECTION 00910 ADDENDA EL DORADO IRRIGATION DISTRICT FRANCISCO YELLOWSTONE SEWERLINE REHABILITATION ADDENDUM NO. 3 April 3, 2019 This Addendum No. 3 ( Addendum
More informationCITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services
CITIES OF BOYNE CITY AND CHARLEVOIX INVITATION TO BID Pavement Marking Services Sealed bids are now being accepted by the Cities of Boyne City and Charlevoix for Pavement Marking of Roadways and Parking
More informationCOLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL
COUNTY OF COLUSA REQUEST FOR BIDS FOR: COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL DUE DATE: June 1, 2016 at 2:00 p.m. REQUEST FOR BIDS DESCRIPTION OF PROJECT: Colusa County is requesting bids (RFB)
More informationCity of Newnan, Georgia
City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25
More informationEASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1235S WINE COUNTRY INFRASTRUCTURE PROJECT LOMA VENTOSO LIFT STATION 2014 NOTICE INVITING BID
EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1235S WINE COUNTRY INFRASTRUCTURE PROJECT LOMA VENTOSO LIFT STATION 2014 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this
More informationDocument A701 TM. Instructions to Bidders
Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided
More informationJob No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL
Date: 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
More informationBID FORM. PROJECT: 2017 Water line replacement
Project Town of Georgetown P.O. Box 426 Georgetown, CO 80444 BID FORM PROJECT: 2017 Water line replacement THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract Documents,
More information1 Exam Prep AIA A-701 Questions
1 Exam Prep AIA A-701 Questions 1. Written or graphic instruments used by the architect prior to the execution of the contract which modify or interpret the bidding documents by additions, deletions, clarifications
More informationTornillo-Guadalupe Port of Entry Project Zone Sewer Facility. Bid #
Tornillo-Guadalupe Port of Entry Project Zone Sewer Facility Bid # 12-022 Opening Date Monday, March 19, 2012 1 IMPORTANT NOTICE FOR VENDORS EL PASO COUNTY CODE OF ETHICS TRAINING REQUIREMENT FOR VENDORS
More information1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.
ADDENDUM NO. 1 PROJECT: DUNHAM LIFT STATION REPLACEMENT PHASE ONE CLIENT: CITY OF ST. JOSEPH ISSUE DATE: 11/01/18 The following clarifications and changes shall be included in the Plans and Specifications
More informationOKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES
OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,
More information2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD
BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and
More informationFor Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.
Job 11-4518 Solicitation B-12-059-DD PROPOSAL of BID PROPOSAL, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER STEM: Pursuant to Instructions Invitation
More informationBIDDING AND CONSTRUCTION STANDARDS
BIDDING AND CONSTRUCTION STANDARDS May 2004 TABLE OF CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS BID BID BOND AGREEMENT CONTRACT PERFORMANCE BOND STATUTORY BOND APPOINTMENT OF PROCESS AGENT FORM
More informationEXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS
EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication
More informationSECTION NOTICE TO BIDDERS
SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING 80 West
More informationPUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531
PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT
More informationCONTRACT DOCUMENTS SPECIFICATIONS AND CONSTRUCTION PLANS FOR INFORMAL BID NO CITY HALL SECURITY FENCING INSTALLATION.
CONTRACT DOCUMENTS SPECIFICATIONS AND CONSTRUCTION PLANS FOR INFORMAL BID NO. 643-16 CITY HALL SECURITY FENCING INSTALLATION in the CITY OF LANCASTER 44933 North Fern Avenue Lancaster, California 93534
More informationSECTION BID. Valley Court Force Main Replacement Contract No. BE17-029
SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the
More informationBID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013
BID INVITATION (THIS IS NOT AN ORDER) FROM: FINANCE DEPARTMENT DATE: SEPTEMBER 27, 2013 CITY OF WEATHERFORD BID NUMBER: 2014-001 P.O. BOX 255 BID TITLE: HIGHWAY MOWING & LITTER PICK-UP WEATHERFORD, TX.
More informationUNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS
UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE
More informationAIA Document A701 TM 1997
Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,
More informationPUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618
PUBLIC WORKS DEPARTMENT BID FORMS FOR FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL
More informationB. The Bid is made in compliance with the Bidding Documents.
SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are
More informationPublic Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel
Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California 93030 Tel 805.385.880 OXNARD WASTEWATER TREATMENT PLANT MAIN ELECTRICAL BUILDING TRANSFORMER REPLACEMENT PROJECT
More informationSECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS
SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS Section Page 8-1 BASIS AND MEASUREMENT OF PAYMENT QUANTITIES... 8.1 8-1.01 Unit Price Contracts... 8.1 8-1.02 Lump Sum or Job Contracts... 8.1 8-1.03
More informationCITY OF TITUSVILLE, FLORIDA
CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number
More informationINVITATION TO BID CURED-IN-PLACE-PIPE (CIPP) LINING #8 City of Valdosta, Georgia
INVITATION TO BID CURED-IN-PLACE-PIPE (CIPP) LINING #8 City of Valdosta, Georgia Sealed Bid Proposals for the Cured-In-Place-Pipe (CIPP) Lining #8 project are invited and will be received by the City of
More information(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA
SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR
More informationNOTICE INVITING BIDS
NOTICE INVITING BIDS RECEIPT OF BIDS: Sealed Bids will be received at the office of the Central Coast Water Authority, at 255 Industrial Way, Buellton, California 93427, until 2:00 p.m. September 4, 2012,
More informationREQUEST FOR PROPOSALS. Demolition
JEFFERSON COUNTY, WEST VIRGINIA Engineering Department 116 East Washington Street P.O. Box 716 Charles Town, West Virginia 25414 Phone: 304-728-3257 Email: engineering@jeffersouncountywv.org Fax: 304-728-3953
More informationAddendum 1 13 TH Street Streetscape. September 1, 2017
Addendum 1 13 TH Street Streetscape September 1, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDUMS ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE
More informationDemolition of Water Ground Storage Tanks
Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS
More informationRequest for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project
Request for Proposal For Design Engineering Services City of Lansing, Kansas Wastewater Utility Department 800 First Terrace Lansing, Kansas 66043 February 14, 2018 Page 1 of 14 A. INTRODUCTION The City
More informationREQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P
April 5, 2016 Re: P2016-02, Backflow Testing To Small Works Roster: Fire Protection and Plumbing Contractors REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P2016 02
More informationCITY OF SIMI VALLEY MEMORANDUM SUBJECT: AWARD OF CONTRACT FOR THE ARROYO SIMI SEWER TRUNK LINE REHABILITATION PROJECT, SPECIFICATION NO.
CITY OF SIMI VALLEY MEMORANDUM AGENDA ITEM NO. Consent (6) September 26, 2016 TO: FROM: City Council Department of Public Works SUBJECT: AWARD OF CONTRACT FOR THE ARROYO SIMI SEWER TRUNK LINE REHABILITATION
More informationProfessional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN
Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN ORDINANCE NO. AN ORDINANCE OF THE CITY OF, MISSOURI, ESTABLISHING POLICIES AND PROCEDURES FOR SELECTING PROFESSIONAL
More informationCONTRACT FOR THE CONSTRUCTION OF TW-3/17 WEST TRANSMISSION MAIN CONTRACT 1-17 INVITATION FOR BIDDER S PROPOSALS
DUPAGE WATER COMMISSION CONTRACT FOR THE CONSTRUCTION OF TW-3/17 WEST TRANSMISSION MAIN CONTRACT 1-17 INVITATION FOR BIDDER S PROPOSALS OWNER: ENGINEER: DuPage Water Commission AECOM Technical Services,
More informationCOUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS
COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS PROPOSAL, AGREEMENT SPECIAL PROVISIONS PARKING LOT IMPROVEMENTS AT THE KINGS COUNTY GOVERNMENT CENTER County Project No.82420032
More information2018 Recreation Center Dectron Unit - R22 Refrigerant
Request for Proposals Equipment and Supplies March 5, 2018 2018 Recreation Center Dectron Unit - R22 Refrigerant Proposals Due: Thursday, March 15, 2018, 2:00pm Dan Voss Park District of Highland Park
More informationPREQUALIFICATION PACKAGE FOR
PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills
More informationSIDEWALK REPAIR PROGRAM ON-CALL CONTRACT
CONTRACT DOCUMENTS FOR SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT (Notice Inviting Bids, Instructions to Bidders, Bid Forms, General Conditions, Special Provisions, Technical Specifications, Construction
More informationScope of Sanitary Sewer Inspection and Cleaning Program
CHARTER TOWNSHIP OF UNION ISABELLA COUNTY, MICHIGAN REQUEST FOR BID SEWER TELEVISING AND CLEANING FY 2018 The Charter Township of Union is requesting sealed bids for sanitary sewer televising and cleaning
More informationOPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS
SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES
More informationPETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C
CONTRACT DOCUMENTS FOR PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C16501412 (Bidding Requirements, General Provisions, Special Provisions and City of Petaluma Details - Standards) CITY
More informationBID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC Jordan Plus- Conversion (Head Start)
Business Department - Facilities Development and Planning 2425 Webster Ave., Long Beach, CA 90810 Phone 562-997-7550 Fax 562-595-8644 BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE
More informationINVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:
Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase
More informationFacility Services Planning, Design and Construction Condensate Line Replacement Near Reilly Hall NAU PROJECT #
Facility Services Planning, Design and Construction 928.523.4227 PO Box 5637 928.523.9441 fax Flagstaff, AZ 86011 www.nau.edu/fs Condensate Line Replacement Near Reilly Hall NAU PROJECT # 10.010.168 April
More informationCity of Detroit Detroit, Oregon
City of Detroit Detroit, Oregon CONTRACT DOCUMENTS BID DOCUMENTS, FORMS, AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF THE WATER SYSTEM IMPROVEMENTS PHASE 2A Work under this contract is funded by the
More informationSPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM
Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of
More information2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL
BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and
More informationINVITATION TO TENDER TENDER FORM
INVITATION TO TENDER 09-07-2025 TENDER FORM Submitted by: To: (hereinafter referred to as the Bidder ) Workers Compensation Board Registration Number: CAMOSUN COLLEGE (hereinafter called the Owner ) Purchasing
More informationPARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION
PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:
More informationREQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS
CITY OF COACHELLA REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS CITY PROJECT NO. ST-87 PROPOSALS DUE BY: OCTOBER 13, 2015 AT 2:00 P.M. BID AND CONTRACT
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders
More informationYour proposal is not revocable for ninety (90) days following the response deadline indicated above.
August 31, 2016 To Whom It May Concern: The City of Dover will receive sealed bids on October 5, 2016 at 2:00 p.m. local time for all labor, equipment and materials necessary to complete the DELAWARE AVENUE
More informationCOUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS
COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN by the, State of California, that sealed bids for Work in accordance
More informationA competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.
BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that
More informationSOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION
Notice to Bidders: The Board of Education of South Colonie Central School District, Albany, New York hereby invites the submission of sealed bids for: ASPHALT MILLING AND PAVING Pursuant to Chapter 472
More informationCONTRACT DOCUMENTS FOR SEWER COLLECTION SYSTEM CONDITION ASSESSMENT AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION CS-16-04
CITY OF CLAREMONT DEPARTMENT OF COMMUNITY SERVICES 1616 Monte Vista Ave Claremont, CA 91711 CONTRACT DOCUMENTS FOR SEWER COLLECTION SYSTEM CONDITION ASSESSMENT AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION
More informationCITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS WATER TREATMENT
April 16, 2018 REQUEST FOR PROPOSALS TO CONVERT EXISTING FLORESCENT LIGHTING TO LED LIGHTING AT THE NORTHWEST OTTAWA PLANT The City of Grand Haven will accept proposals from electrical contractors for
More informationCOUNTY OF COLE JEFFERSON CITY, MISSOURI
COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION
More informationI N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS
I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT
More informationField 6 Fence Phase 1
City of Bishop, California Bidding Information and Contract Documents for Field 6 Fence Phase 1 in the City of Bishop, County of Inyo, California 22 June 2017 Approved: David Grah Director of Public Works
More informationJob No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL
Solicitation No. B-11-030-BB Date: 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
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.
More informationREQUEST FOR PROPOSAL AND STATEMENT OF QUALIFICATIONS
Office of the Community Services Director REQUEST FOR PROPOSAL AND STATEMENT OF QUALIFICATIONS for General Sewer Repair Services (Citywide) City Project No. 18-SWR-01 The Request for Proposals (RFP) and
More informationCity of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For Overhead Garage Door Replacement. KATHLEEN L. LING Mayor. Nancy Ridley City Manager
City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For 2017 Overhead Garage Door Replacement KATHLEEN L. LING Mayor Nancy Ridley City Manager Prepared By: Mt Pleasant Fire department Rick Beltinck Fire
More informationBIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project.
More informationTOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571
TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been
More informationCity of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building
City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest
More informationSPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER
SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This
More informationWESTERN MUNICIPAL WATER DISTRICT RIVERSIDE COUNTY, CALIFORNIA SPECIFICATION NO. W-186 BIDDING DOCUMENTS, CONTRACT AND SPECIFICATIONS
Bid Package Serial Number WESTERN MUNICIPAL WATER DISTRICT RIVERSIDE COUNTY, CALIFORNIA SPECIFICATION NO. W-186 BIDDING DOCUMENTS, CONTRACT AND SPECIFICATIONS FOR VAN BUREN BLVD 6-INCH DIAMETER WATERLINE
More informationINVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler
INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,
More information1. BACKGROUND/HISTORY
City Council Agenda Item Report October 21, 2014 Agenda Item No. Contact Stanley Fees, P.E., CFM, City Engineer 312-0084 sfees@ci.buda.tx.us SUBJECT: Deliberation and possible action on awarding the bid
More informationBROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone
BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust
More informationUNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT
UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2013-01 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT APRIL 2013 1 INVITATION TO BID Sealed Bids will be received
More informationSPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:
SPECIFICATIONS FOR Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S211-28251 Prepared by: U.P. ENGINEERS & ARCHITECTS, INC. 2906 N. Stephenson, Suite 2 Iron Mountain, MI 49801 NANCY
More information