Patchogue Road Culvert Crossing IFB ADDENDUM #1 07/13/2015. Addendum #1 addresses the questions submitted by contractors.
|
|
- Tobias Skinner
- 5 years ago
- Views:
Transcription
1 Patchogue Road Culvert Crossing IFB ADDENDUM #1 07/13/2015 Addendum #1 addresses the questions submitted by contractors. Q1: Bid Item shows 22 LF of 60 RCP but plans show 27 LF, please clarify. A: The Bid Proposal Form has been revised to show 28 LF Q2: Please confirm no SWPPP is required as part of this project. A: No SWPPP is required for this project as the project disturbance area is less than 1 acre. Q3: Will maintenance of the detour route be the contractor s responsibility? If so, there is no Bid Item for this. A: Yes maintenance of detour route is the Contractor's Responsibility. Item 4 of the Bid Proposal Form has been revised to include maintaining the detour. Q4: What type of seeding is going to be required? What is the seed mix? A: Seeding has been eliminated from the project. Q5: Can the engineer provide a different detail of the transition plate showing greater detail? A: A new transition detail is included in this addendum and is included in the new Bid Item 29 on the Bid Proposal Form. Q6: What will be the allowable joint spacing for the rings on the ring chamber? A: The ring chamber includes a 60" RCP. The length of the 60" RCP sections are either 8' or 4'. Q7: There is no Bid Item for the inlet structure at the 42 RCP. A: A new Bid Item (#28) has been added to the Bid Proposal Form for the inlet structure. Q8: Concrete Wall Barrier call for placing 260 lf, but reuse 60 lf from on-site, so we only need to furnish 200 lf is that correct? (for bid item 21). A: The existing concrete wall barrier needs to be salvaged and not used for the new concrete wall barrier. All new concrete wall barrier shall be used for the retaining walls. Therefore, a total of 260 LF of new concrete wall barrier shall be used. Q9: Clarify the connection of the 42 to 60. This will either require custom fittings (bulkhead increaser w/ bend) or cast-in-place transition. A: A new transition detail is included in this addendum and is included in the new Bid Item 29 on the Bid Proposal Form. Q10: Can Class 2 pipe be used instead of Class 4 as shown in plans for 60 RCP? The 60 RCP is not under significant fill. A: The 60" RCP for the Ring Chamber shall remain as Class IV RCP. Q11: Since RCP comes in 8 and 4 sections, can the ring chamber be extended so that no pipe cutting is required? Otherwise end section will require a collar. Please clarify.
2 A: Item No. 17 of the Bid Proposal Form has been revised to 28 LF to accommodate using 3-8' sections and 1-4' section of 60" RCP for the Ring Chamber. The Contractor shall install the Ring Chamber at the same slope of 0.5% for the 28 LF length. Q12: Bid Form shows Type SP-III asphalt, but detail in plans show SP-4, please clarify. A: Item No. 25 has been revised to Type SP-IV. Q13: There is no Campaign Disclosure Form included in the Bid Documents, please provide. A: Campaign Disclosure Form is included in this addendum and should be submitted as an attachment to the Bid Form. Q14: Confirm scale is correct on the plans posted on the website, it appears to be slightly off. A: 22x34 plans as currently posted on are scaled correctly. Be sure when plotting them that you print the pdf at actual size or 100% zoom, do not select Fit to Page or use any other scaling feature. **REMINDER July 16 th is the Bid 3:00 PM in the SSCAFCA Office**
3
4 Unit Price Proposal BIDDER'S COMPANY NAME: NAME OF PROJECT: PATCHOGUE ROAD CULVERT CROSSING BID ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 1 Construction Staking 1 LS $ - $ - 2 Construction Traffic Control & Barricading 1 LS $ - $ - 3 Project Sign 1 EA $ - $ - 4 Blade and Maintain Road for Detour 1 MILE $ - $ - 5 Remove and Dispose Wire & Filter Cloth 500 SY $ - $ - 6 Remove and Dispose Concrete Slope Paving 10 SY $ - $ - 7 Remove and Dispose 36" Concrete End Sections 4 EA $ - $ - 8 Remove and Salvage 36" RCP 82 LF $ - $ - 9 Remove and Dispose Concrete Cut-Off Wall 30 LF $ - $ - 10 Remove and Salvage Concrete Wall Barrier 60 LF $ - $ - 11 Remove and Place Rock 10 CY $ - $ - 12 Clearing and Grubbing 0.8 AC $ - $ - 13 Earthwork, cut and fill 550 CY $ - $ - 14 Earthwork import and compaction 1,530 CY $ - $ - 15 Trench and Backfill RCP Culvert 114 LF $ - $ - 16 Install 42" RCP Culvert 92 LF $ - $ - 17 Fabricate and Install 60" RCP Ring Chamber 28 LF $ - $ - 18 Install 60" RCP End Section 1 EA $ - $ - 19 Place Type L Riprap 60 CY $ - $ - 20 Place Type II Granular Bedding 40 CY $ - $ - 21 Place Concrete Wall Barriers 260 LF $ - $ - 22 Install Concrete Cut-Off Wall 50 LF $ - $ - 23 Subgrade Prep. 12" at 95% compaction 920 SY $ - $ - 24 Aggregate Base Course, crushed 4" at 95% compaction 920 SY $ - $ /2" Asphalt Concrete Type SP-IV 1,840 SY $ - $ - 26 Tack Coat 920 SY $ - $ - 27 Standard 6" Concrete Curb and Gutter 590 LF $ - $ - 28 Structural Concrete for Inlet Structure 4 CY $ - $ - 29 Concrete Collar Transition from 42" to 60" RCP 1 LS $ - $ - SUBTOTAL of Bid Items 1-29 $ - NEW MEXICO GROSS RECEIPTS TAX (NMGRT) $ - TOTAL OF BID $ - Page 1
5 PROSPECTIVE CONTRACTOR NAME: CAMPAIGN CONTRIBUTION DISCLOSURE FORM Pursuant to the Procurement Code, Sections , et seq., NMSA 1978 and NMSA 1978, (2006), as amended by Laws of 2007, Chapter 234, any prospective contractor seeking to enter into a contract with any state agency or local public body for professional services, a design and build project delivery system, or the design and installation of measures the primary purpose of which is to conserve natural resources must file this form with that state agency or local public body. This form must be filed even if the contract qualifies as a small purchase or a sole source contract. The prospective contractor must disclose whether they, a family member or a representative of the prospective contractor has made a campaign contribution to an applicable public official of the state or a local public body during the two years prior to the date on which the contractor submits a proposal or, in the case of a sole source or small purchase contract, the two years prior to the date the contractor signs the contract, if the aggregate total of contributions given by the prospective contractor, a family member or a representative of the prospective contractor to the public official exceeds two hundred fifty dollars ($250.00) over the two year period. Furthermore, the state agency or local public body may cancel a solicitation or proposed award for a proposed contract pursuant to Section NMSA 1978 or a contract that is executed may be ratified or terminated pursuant to Section NMSA 1978 of the Procurement Code if: 1) a prospective contractor, a family member of the prospective contractor, or a representative of the prospective contractor gives a campaign contribution or other thing of value to an applicable public official or the applicable public official s employees during the pendency of the procurement process or 2) a prospective contractor fails to submit a fully completed disclosure statement pursuant to the law. THIS FORM MUST BE INCLUDED IN THE REQUEST FOR PROPOSALS AND MUST BE FILED BY ANY PROSPECTIVE CONTRACTOR WHETHER OR NOT THEY, THEIR FAMILY MEMBERS, OR THEIR REPRESENTATIVES HAVE MADE ANY CONTRIBUTIONS SUBJECT TO DISCLOSURE. The following definitions apply: Applicable public official means a person elected to an office or a person appointed to complete a term of an elected office, who has the authority to award or influence the award of the contract for which the prospective contractor is submitting a competitive sealed proposal or who has the authority to negotiate a sole source or small purchase contract that may be awarded without submission of a sealed competitive proposal. Campaign Contribution means a gift, subscription, loan, advance or deposit of money or other thing of value, including the estimated value of an in-kind contribution, that is made to or received by an applicable public official or any person authorized to raise, collect or expend contributions on Page 42
6 that official s behalf for the purpose of electing the official to statewide or local office. Campaign Contribution includes the payment of a debt incurred in an election campaign, but does not include the value of services provided without compensation or unreimbursed travel or other personal expenses of individuals who volunteer a portion or all of their time on behalf of a candidate or political committee, nor does it include the administrative or solicitation expenses of a political committee that are paid by an organization that sponsors the committee. Family member means spouse, father, mother, child, father-in-law, mother-in-law, daughter-inlaw or son-in-law of: (a) a prospective contractor, if the prospective contractor is a natural person; or (b) an owner of a prospective contractor. Pendency of the procurement process means the time period commencing with the public notice of the request for proposals and ending with the award of the contract or the cancellation of the request for proposals. Prospective contractor means a person or business that is subject to the competitive sealed proposal process set forth in the Procurement Code or is not required to submit a competitive sealed proposal because that person or business qualifies for a sole source or a small purchase contract. Representative of a prospective contractor means an officer or director of a corporation, a member or manager of a limited liability corporation, a partner of a partnership or a trustee of a trust of the prospective contractor. For the purposes of this procurement, the applicable public officials are the SSCAFCA Board of Directors named below: James Fahey Jr., Chairman Michael Obrey 4828 Corrales Rd. 105 Carey Road Corrales, NM Corrales, NM Mark Conkling, Chair Pro Tem John Chaney, Chair Pro Tem (Alternate) 2528 Sandia Loop NE 3592 Calle Suenos Rio Rancho, NM Rio Rancho, NM Steven M. House, Secretary 940 Saratoga Road Rio Rancho, NM Page 43
7 DISCLOSURE OF CONTRIBUTIONS BY PROSPECTIVE CONTRACTOR: Contribution Made By: Relation to Prospective Contractor: Date Contribution(s) Made: Amount(s) of Contribution(s) Nature of Contribution(s) Purpose of Contribution(s) (Attach extra pages if necessary) Signature Date Title (position) OR NO CONTRIBUTIONS IN THE AGGREGATE TOTAL OVER TWO HUNDRED FIFTY DOLLARS ($250.00) WERE MADE to an applicable public official by me, or my family members or my representatives. Signature Date Title (position) Page 44
REQUEST FOR PROPOSALS FOR MARKETING & PUBLIC OUTREACH PROFESSIONAL SERVICES. As Requested by
REQUEST FOR PROPOSALS FOR MARKETING & PUBLIC OUTREACH PROFESSIONAL SERVICES As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY RFP No. 2015-02 PROPOSAL DUE DATE: June 30, 2015
More informationThe proposal response must include a full description of similar services that the Offeror has performed.
Town of Taos Request for Proposal (RFP) LEGAL SERVICES INDIGENT DEFENDANTS November 10, 2016 SB05-PO1617 The TOWN OF TAOS (Legal Department) is soliciting proposals for professional services consisting
More informationRANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price
2. BID SCHEDULE RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO. 7046 To the Honorable Mayor and City Council of the City of Hesperia: Schedule of prices to construct the Ranchero Road and BNSF
More informationRFP SB09-PO1617 Taos Guided Tours with Licensed Transportation Page 1
Town of Taos Request for Proposal (RFP) Taos Guided Tours with Licensed Transportation June 1, 2017 RFP#: SB09-PO1617 1) INTRODUCTION: The Town of Taos is seeking competitive proposals from qualified and
More informationNew Mexico Bidder s Number
WAGON MOUND PUBLIC SCHOOLS PO Box 158 / 300 Park Avenue Voice: 575-666-3000 Fax: 575-666-9001 General Bid Conditions RFP # 1819-001 General Legal Counsel SEALED BIDS will be opened in the Board Room of
More informationINVITATION TO BID. PO Box N. Main Street Clovis, NM
INVITATION TO BID ITB Number 17-107 CLOVIS MUNICIPAL SCHOOLS PO Box 19000 1009 N. Main Street Clovis, NM 88102-9000 Enclosed are specifications on Bidder s Forms for Band Instrument Repair. If you are
More informationRock Chalk Park - Infrastructure Report. July 2013
Rock Chalk Park Infrastructure Report July 2013 The following report is the first monthly report for the construction of infrastructure at Rock Chalk Park. The format follows the sections outlined in the
More informationTAOS COUNTY HOUSING AUTHORITY
TAOS COUNTY HOUSING AUTHORITY Specifications & Contract Documents Fee Accountant Services for Taos County Housing Authority Request for Quotations Quotations Received Date Date: Monday, May 14, 2012 Time:
More informationADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:
ADDENDU #1 arch 12, 2019 BID FOR PLACE DATE: PROJECT: oore, Oklahoma 34 th Street, Telephone Rd to Santa Fe Ave Roadway Widening Proposal of (hereinafter called BIDDER ), doing business as a Corporation
More informationOKLAHOMA TURNPIKE AUTHORITY
PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 70,000.00 $70,000.00 $ 15,735.00 $ 15,735.00 $ 60,000.00 $ 60,000.00 $ 25,000.00 $ 25,000.00 $ 20,000.00 $ 20,000.00 201(A) CLEARING & GRUBBING
More informationREQUEST FOR PROPOSALS FOR PROFESSIONAL ON-CALL SURVEYING SERVICES. As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY
REQUEST FOR PROPOSALS FOR PROFESSIONAL ON-CALL SURVEYING SERVICES As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY RFP No. 2014-01 PROPOSAL DUE DATE: February 6, 2014 Professional
More informationCECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075
Office of the County Executive Alan J. McCarthy County Executive Department of Finance Purchasing Division Ken Jackson Purchasing/Fleet/Leasing Mgr. Alfred C. Wein, Jr. Purchasing Office Director of Administration
More informationJANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,
ADDENDUM NO. 3 TO THE PLANS AND SPECIFICATIONS for STREET AND STORM SEWER IMPROVEMENTS ON HANCOCK AND WASHINGTON STREETS for the FRENCH LICK REDEVELOPMENT COMMISSION ORANGE COUNTY, INDIANA MEI PROJECT
More informationTOTAL QUANTITY UNIT COST UNIT
BASE BID DIVISION 1 - GENERAL 1 1070-206-A-0 TRAFFIC CONTROL LS 1 $ 10,000 $ 10,000 $3,000.00 $3,000.00 $5,600.00 $5,600.00 2 2010-108-B-0 CLEARING AND GRUBBING AC 5 $ 9,000 $ 45,000 $7,192.50 $35,962.50
More informationPROPOSAL DUE DATE: February 6, :00 p.m.
REQUEST FOR PROPOSALS FOR PROFESSIONAL DESIGN SERVICES BLACK ARROYO WILDLIFE PARK TRAIL CONSTRUCTION PROJECT As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY RFP No. 2014-02
More informationDepartment of Public Works Engineering
Department of Public Works Engineering DATE: January 27, 2016 TO: Honorable Chairman and Public Utility Authority Members FROM: Cynthia M. Herrera, MMC, Interim Executive Director/ City Clerk BY: Nathan
More informationOKLAHOMA TURNPIKE AUTHORITY
PART A - BASE BID PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 40,000.00 $40,000.00 $ 61,320.82 $ 61,320.82 $ 45,000.00 $ 45,000.00 201(A) CLEARING & GRUBBING LSUM 1.00 $ 150,000.00 $150,000.00
More informationBID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as
Description 103 REMOVE, STORE AND REINSTALL EXISTING RETAINING WALL 107.1 EMBANKMENT (FINAL)(DENS CONT)(TY B) 203.1 TACK COAT BID PROPOSAL PROPOSAL OF, a corporation, a partnership consisting of an individual
More informationBid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221
Bid : 7379 GENERAL 1 2 3 4 @ unit $ total $ @ unit $ total $ @ unit $ total $ @ unit $ total $ G-1.1 Mobilization 1 LS $ 450,000.00 $ 450,000.00 $ 720,000.00 $ 720,000.00 $ 750,000.00 $ 750,000.00 $ 530,000.00
More informationCrushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:
Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and
More informationBID TABULATION BID REQUEST NO
BID TABULATION BID REQUEST NO. 13-1046 1 LOWEST RESPONSIVE BIDDER Dakota Contracting Bidder: Corporation D & G Concrete Bidder: Construction, Inc. Carl V. Carlson Bidder: Company Address: 431 NORTH PHILLIPS
More informationADDENDUM No. 1 January 29, Paving Program Village of Milford
ADDENDUM No. 1 2018 Paving Program Village of Milford The following changes, additions, and/or clarifications to the Contract Documents shall be incorporated in said documents and shall be allowed for
More informationBID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012
Page 1 BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO. 87786 BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012 ROADWAY 1 201 CLEARING AND GRUBBING 1 LUMP $4,500.00 $4,500.00 $10,016.00
More information19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown
19th & Barker Roundabout / Waterline Improvement Project No. 56CP12901(C) Cost Breakdown Engineering Fees: Original Contract $ 71,861.00 Additional Services $ 8,744.00 Waterline Contract $ 17,500.00 TOTAL
More informationCITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018
CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex 2017-2018 April 4, 2018 Great Basin Engineering CLEARING EARTHWORK 1 337.01200 Mobilization @ Per Lump Sum 1 LS $445,350.00 $ 445,350.00 $481,768.00
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS FOR REAL ESTATE APPRAISAL SERVICES As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY RFP No. 2014-03 PROPOSAL DUE DATE: February 5, 2014 Real Estate Appraisal
More informationHOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico REQUEST FOR PROPOSAL
HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico 88241 REQUEST FOR PROPOSAL SUBJECT: PIZZA Nutritional Services / Middle School Snack Bars BID NUMBER: 1718-19 COMMODITY CODE: #37554 OPENING DATE:
More information2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)
2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction) Project Information The Glen at Widefield Filing No. 9 PDD File: SF-185 9/25/2018 Project Name Section 1 - Grading and Erosion
More informationSubject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122
Addendum No. 1 Page One To: From: All Plan Holders of Record CT Consultants, Inc. Gene E. Arters, P.E. on behalf of Cuyahoga Community College Subject: Addendum No. 1 Project #C20166009 CCE Parking Lot
More informationPART A ROADWAY - BASE BID
May 10, 2016 HEB-MC-61 PART A ROADWAY - BASE BID 202(A) - UNCLASSIFIED EXCAVATION - CY 34,946.00 $ 6.00 209,676.00 $ 7.98 $ 278,869.08 205(A) - TYPE A-SALVAGED TOPSOIL - LSUM 1.00 $ 22,500.00 $ 22,500.00
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 informationSUBDIVISION IMPROVEMENTS AGREEMENT
SUBDIVISION IMPROVEMENTS AGREEMENT THIS AGREEMENT, made between GLEN DEVELOPMENT COMPANY, hereinafter called the "Subdivider," and El Paso County by and through the Board of County Commissioners of El
More informationPART II - Prospect Street 37. 8" Ductile Iron CL52 Water Main 614 lin. ft. $ $ 49, $ $ 43, $ $ 46,050.
BID TABULATION PAGE 1 OF 6 Engineer's Project Number: RI 124 Bid Deadline: Changed via addendum to July 2, 2018 at 2:00 p.m. local time BID PRE-BID ESTIMATE Kruczek Construction, Inc. Musson Bros., Inc.
More informationREPLACEMENT OF MERCER COUNTY BRIDGE
ADDENDUM NO. ONE Notice is hereby given that on April 26, 2019 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Department in the Mercer County McDade
More informationBID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.
PAVING IMPROVEMENTS 101 Mobilization and Bonds, LS 1 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 102 Right-of-way Preparation LS 1 $ 365,500.00
More informationINVITATION TO BID (ITB) Road Materials Crushed Caliche Roosevelt County Road Department. ITB No Released: Feb. 25, 2018
INVITATION TO BID (ITB) Road Materials Crushed Caliche Roosevelt County Road Department ITB No. 2018-05 Released: Feb. 25, 2018 Proposal Submittal Due Date: March 20, 2018 at 2 p.m. 1 P age GENERAL INFORMATION
More informationOKLAHOMA TURNPIKE AUTHORITY
PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 250,000.00 $250,000.00 $ 240,978.56 $ 240,978.56 260,000.00 $ 260,000.00 201(A) CLEARING & GRUBBING LSUM 1.00 $ 30,000.00 $30,000.00 $ 17,188.20
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 information69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11
69889/AV/lm TO: Recipients of C-TRAN ITB #2015-04 Fourth Plain BRT Maintenance Facility Expansion DATE: June 25, 2015 SUBJECT: Addendum #11 C-TRAN has revised the following sections of the Invitation to
More informationCITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $
RESOLUTION NO 2015078 STREETS LS Traffic Control (5% of construction cost) 5% $ LS Clear & Grub Site (5% of construction cost) 5% $ EA Tree Removal $ 800.00 $ CY Concrete Removal $ 300.00 $ CY AC Pavement
More informationFailure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.
Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017
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 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 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 informationADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO
ADDENDUM NO. 1 10 th STREET WEST GAP CLOSURE This addendum forms a part of the contract documents for the above identified project and modifies the original specifications, plans, and contract documents
More informationAddendum 1 Downtown North CRA Sidewalks
Addendum 1 Downtown North CRA Sidewalks January 12, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDA ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE
More informationREQUEST FOR PROPOSALS. LEASE OF REAL PROPERTY 4.8 acres with utiliities 2301 E. Gilmore Road PROPOSAL GIL Proposal Due Date & Time
City of Lovington REQUEST FOR PROPOSALS LEASE OF REAL PROPERTY 4.8 acres with utiliities 2301 E. Gilmore Road PROPOSAL GIL011017 Proposal Due Date & Time Tuesday, January 10, 2017 10:00 A.M. (MST) SUBMIT
More informationSunset Street West Sidewalk Projects Opinion of Anticipated Construction Costs March 12, 2012 Project Summary. Project List
Project Summary Project List Anticipated Construction Cost 1 Sunset/Benton Intersection: Curb Ramp and Sight Distance Improvements $ 18,700 2 Sunset/Oakcrest Intersection: West Right-of-Way Drainage Improvements
More information33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600.
CITY OF PLANT CITY WHEELER STREET RE-ALIGNMENT Opinion of Probable Construction Costs (Final Plans) Rev 7/22/2010 Rev 8/2/2010 Rev 8/27/20012 Bid Cost per Estimated Extended Item Item Unit Units Wheeler
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 informationLETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY
LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY January 5, 205 2 Partially Completed Single Family Lots (65' x 5' typical) 46 Completed Townhome Pads (22' x 50' typical) Sale. This letter of intent outlines
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 informationNE WEST KINGSTON ROAD CULVERT REPLACEMENT
NE WEST KINGSTON ROAD CULVERT REPLACEMENT KITSAP COUNTY MILE POST 1.28 TO 1.44 PUBLIC WORKS BID TABULATION SECTION PREPARED: BLB LENGTH: 0.16 Mile REVISED: DATE: March 7, 2017 SCHEDULE A - ROADWAY IMPROVEMENTS
More informationCITY OF TAMPA ADDENDUM 2. April 18, 2018
CITY OF TAMPA Bob Buckhorn, Mayor CONTRACT ADMINISTRATION DEPARTMENT Michael W. Chucran, Director ADDENDUM 2 April 18, 2018 Contract 17-C-00021; Citywide Water Meter Bidders on the above referenced project
More informationDORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates
DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates (Alternative 1 - Doran Overpass) PROJECT DESCRIPTION Limits Doran Street from Commercial
More informationUtility Committee Meeting AGENDA. October 3, 2017
Utility Committee Meeting AGENDA October 3, 2017 I. CALL TO ORDER II. MATTERS BEFORE COMMITTEE 1. Purchase - Gas Materials for Estates at Dean Hill Farms 2. Approval - 2016 CDBG Grant Construction Bid
More informationCITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER
CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS 12835 NEWCASTLE WAY, SUITE 200 DECEMBER 18, 2012 SPECIAL MEETING 12:00 P.M. 1. CALL TO ORDER 2. GENERAL BUSINESS a. AB 12 077 Resolution Authorizing
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 informationCONTRACT TIME DETERMINATION
CONTRACT TIME DETERMINATION MISSOURI DEPARTMENT OF TRANSPORTATION March 15, 2004 DEFINITIONS Calendar Day: Any day shown on the calendar beginning and ending at midnight. Working Day: A calendar day during
More informationCITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS
1 2 3 4 5 6 MOBILIZATION per the General Requirements, Sections 01292 and 01721 ALLOWANCE for Differing Site Condition per the General Requirements, Sections 01212 and 01253 ALLOWANCE for Participating
More information$4, CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/08/17 -73, FM0317 DISTRICT NAME: Tyler COUNTY: PROJECT: RMC
-73,034.10 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/08/17 56 5.00 CONTRACT ID: 629625001 PROJECT: RMC - 629625001 CONTRACT: 02164011 AWARD : $446,216.00 PROJECTED : $446,222.00 ADJ. PROJECTED : $373,187.90
More information2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.
ALLEY: 5600 BLOCK OF N. LAKE DRIVE 1 Remove concrete pavement 800 SY $ 11.07 $ 8,856.00 $ 5.31 $ 4,248.00 $ 12.70 $ 10,160.00 $ 6.20 $ 4,960.00 $ 9.27 $ 7,416.00 $ 16.75 $ 13,400.00 2 6" Aggregate Dense
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 informationTABULATION OF BIDS 1 L.S. $ 5, $ 5, $ 27, $ 27,000.00
TABULATION OF BIDS Jesse Viertel Memorial Airport Boonville, Missouri Bids Received: 6/12/2018 Lochner Job No.: 000011332 RECONSTRUCT RUNWAY 1836, NORTH CONNECTING TAXIWAY AND TURNAROUND REPLACE EXISTING
More informationLETTING : CALL : 056 COUNTIES : MILLE LACS
S T A T E O F M I N N E S O T A PAGE : -1 NUMBER OF DAYS: 0 BRIDGE COUNT : 3 CONTRACT DESCRIPTION : GRADING, BIT PAVING & SURFACING, ROUNDABOUT, AND BRIDGES. CONTRACT LOCATION: LOCATED ON T.H. 95 AT THE
More informationEngineer's Preliminary Estimate - 100% Submittal
EA 284700 1 070010 PROGRESS SCHEDULE (CRITICAL PATH) LS 1 $ 15,000 $ 15,000 2 071325 TEMPORARY FENCE (TYPE ESA) M 1250 $ 10 $ 12,500 3 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS 1 $ 7,000
More informationCertified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University
Base Bid - Parking Lot Construction Number Grading and Surfacing Items Quantity Unit C-1 Mobilization 1 LS $ 60,000.00 $ 60,000.00 $ 82,000.00 $ 82,000.00 $ 18,255.59 $ 18,255.59 C-2 Traffic Control 1
More informationAVERAGE OF BID ITEMS ENGINEERS ESTIMATE
ROADWAY 1 Mobilization 1 LS $ 990,048.50 $ 80,000.00 $ 880,000.00 $ 880,000.00 $ 950,000.00 $ 950,000.00 $ 967,510.00 $ 967,510.00 $ 1,162,684.00 $ 1,162,684.00 2 Maintenance of Traffic ( incl. Pedestrian
More informationNorthumberland County County Road 2 Class Environmental Assessment Construction Cost Estimate
Date: Nov 12, 2012 Page: A - 1 CPR Bridge Rehabilitation - Construction Phase I Rehabilitation of C.P. Bridge L.S. $ 1,400,000.00 $ 1,400,000.00 SUBTOTAL $ 1,400,000.00 Engineering and Contingency (25%)
More informationSUTTER BUTTER FLOOD CONTROL AGENCY FEATHER RIVER WEST LEVEE PROJECT PROJECT C, CONTRACT NO C BID TABULATION
Bid Schedule A - Feather River West Levee Project C Improvements No. Item Description Quantity Unit Nordic/Magnus Pacific JV Engineer's Estimate Unit Price Total Price Unit Price Total Price A1 Injury
More informationSpecifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,
Specifications and Bid Forms for Riprap at Bridge Berm Structure #68-134-120 44138 303 rd Street, Yankton South Dakota, Yankton County, 57078 For Yankton County Highway Department 3302 W City Limits Road
More informationOpinion of Probable Cost
Appendix E Opinion of Probable Cost 01054/8410233/14/Rohner_Alt_Analysis_Report Rohner Creek Flood Control, Habitat and Seismic Improvement Project Alternatives Analysis Cost Alternative 1: Improved Channel
More informationINVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:
INVITATION FOR BIDS Agency Name: Culpeper SWCD 351 Lakeside Drive Culpeper, Virginia 22701 (540) 825-8591 Project Name & Location: Access Road Relocation 1) Mountain Run Dam 8A (04701) PROJECT CODE NO:
More informationFALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
FALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) 1 Contractor Quality Control 1 LS $50,000.00 $50,000.00 2 Mobilization 1 LS $100,000.00 $100,000.00 3 Location of Underground Utilities 1 LS $25,000.00
More informationThe Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.
NOTICE TO BIDDERS FOR PAVE AIRPORT SERVICE ROAD TERMINAL APRON TO SOUTH CARGO APRON AT DES MOINES INTERNATIONAL AIRPORT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each
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 informationSpecifications, Forms of Contract, and Proposal Forms for a Service Contract for Various Types of Concrete Work
James E. Darling, Mayor Hilda Salinas, Mayor Pro-Tem, Commissioner District 3 Aida Ramirez, Mayor Pro-Tem, Commissioner District 4 Scott Crane, Commissioner District 1 Trey Pebley, Commissioner District
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 informationDesign and Delivery of Playground Equipment and Parts for repair and/or replacement
Albuquerque Public Schools REQUEST FOR PROPOSAL (RFP) RFP # 16-037 RA-KM Design and Delivery of Playground Equipment and Parts for repair and/or replacement RFP DUE TIME AND DATE: 05/19/16 @ 2:00 pm (local
More informationCity of Dade City Beauchamp Ave Drainage Improvements CDBG Contract #: 17DB-OL N19 City Project #: 1603ST
CONTRACT DOCUMENTS For City of Dade City Beauchamp Ave Drainage Improvements CDBG Contract #: 17DB-OL-08-61-02-N19 City Project #: 1603ST Located in the City of Dade City (Pasco County), Florida Client:
More informationWAYNE COUNTY AIRPORT AIRPORT CAPITAL IMPROVEMENT PROGRAM (ACIP)
WAYNE COUNTY AIRPORT AIRPORT CAPITAL IMPROVEMENT PROGRAM (ACIP) 2017 2026 DECEMBER 2015 Prepared For: Federal Aviation Administration Ohio Department of Transportation Office of Aviation Attachment A 10
More informationCentral Consolidated School District
Central Consolidated School District Services RFP # 2018-Maint-200 Commodity Code: 93634, 34008 ISSUE DATE: March 31, 2017 SUBMISSION DEADLINE: April 27, 2017 @ 2:00 PM PHYSICAL LOCATION: For Express Mail,
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 informationTABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2
TABLE OF CONTENTS General Requirements Total Pages Table of Contents 3 List of Drawings 1 Procurement Requirements Advertisement for Bids 2 Instruction for Procurement Instructions to Bidders 8 Procurement
More informationENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal
Page: 1 of 8 (F) Description 1 050000A CONTRACTOR STAKING LS 1 $ $ 2 070030 LEAD COMPLIANCE PLAN LS 1 $ $ 3 080000A POTHOLING LS 1 $ 50,000.00 $ 50,000.00 4 080050 PROGRESS SCHEDULE (CRITICAL PATH METHOD)
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 informationVETERANS PARK ATHLETIC COMPLEX BUILD-OUT PHASE 1
BID DOCUMENTS FOR VETERANS PARK ATHLETIC COMPLEX BUILD-OUT PHASE 1 BID NO. 18-033 PROJECT NO. HM1601 DUE DATE: January 9, 2018 @ 2:00 P.M. City of College Station, Texas Purchasing Division City Hall PO
More information2018 Road Improvements Engineer's Project Number: LK 01 Bid Deadline: May 1, 2018 at 2:00 p.m. local time
TABULATION PAGE 1 OF 6 PRE- ESTIMATE Pitlik and Wick, Inc. CONTRACT A - BASE Highway X (Friedle Road to Dam Road) A1.1 Single Layer Chip Seal 75,100 sq. yds. $ 2.50 $ 187,750.00 $ 1.60 $ 120,160.00 $ 1.19
More informationCITY OF SAN MARCOS ENGINEERING DIVISION
AN APPLICANT S GUIDE TO PROCEDURES FOR: CITY OF SAN MARCOS ENGINEERING DIVISION 1 Civic Center Dr., San Marcos, CA 92069-2918 (760) 744-1050 FAX (760) 591-4135 FEE SCHEDULE FOR GRADING & IMPROVEMENT PLAN
More informationRequest for Proposals Bid Number: LE
Request for Proposals Bid Number: 18-01-1768LE The Navajo Nation Office of the Controller - Purchasing Department, and Navajo Division of Transportation (Navajo DOT) are soliciting proposals and sealed
More informationRequest for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014
Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014 Response Deadline: August 5, 2014 3:00 p.m.central Standard Time
More informationREQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019
REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 PROPOSALS MUST BE MAILED OR DELIVERD TO: City of Kearney, Attn: Lauren
More informationGladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5
Page 1 of 5 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 9:30 A.M., EST, WEDNESDAY, March 9, 2016 Board of County Road Commissioners of the County of Gladwin, 301 South State Street, Gladwin, Michigan
More informationThe Town of Wilton. 238 Danbury Rd. Wilton, CT 06897
The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,
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 informationDENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER
DENVER INTERNATIONAL AIRPORT BID FORMS CONTRACT NAME: Contract No.: 201206054 BID LETTER BIDDER Manager of Aviation City and County of Denver Business Management Services (Procurement) Office Airport Office
More informationTABLE OF CONTENTS BIDDING REQUIREMENTS:
TABLE OF CONTENTS Form # Name of Form BIDDING REQUIREMENTS: SBP 6.12 Information for Bidders SBP 6.13 Bid Bid Schedule A Base Bid Bid Schedule B Add Alternates (SBP-6.131) Bid Item Take Off o Both PDF
More informationQuote Name: Furnish and Install New Drainage Outfall Pipe and Inlet
Quote Name: Furnish and Install New Drainage Outfall Pipe and Inlet Description: SEE BELOW FOR FURTHER INFORMATION Township Contact: Andy Baran Contact Phone Number: 609-361-6672 Fax: 609-361-7624 Quote
More informationCity of Fortuna. Construction Services for the CITY OF FORTUNA (CIP# 9983) HILLSIDE AND ROHNER CREEKS MINOR FLOOD CONTROL IMPROVEMENTS PROJECT
City of Fortuna Construction Services for the CITY OF FORTUNA (CIP# 9983) HILLSIDE AND ROHNER CREEKS MINOR FLOOD CONTROL IMPROVEMENTS PROJECT March 20 th, 2019 Prepared by 718 Third Street Eureka, California
More informationMaster Development Plan for the TxDOT North Tarrant Express Project, Segments 2-4. Chapter 6: Preliminary Cost Estimates.
, Segments 2-4 Chapter 6: Preliminary Cost Estimates Table of Contents 6.1 Details of Facilities... 17 6.2 Pre-Development and Facility Feasibility... 1 6.2.1 Planning... 1 6.2.2 Environmental Mitigation...
More information