ATTACHMENT C Price Proposal Forms

Size: px
Start display at page:

Download "ATTACHMENT C Price Proposal Forms"

Transcription

1 ATTACHMENT C Price Proposal Forms

2 Price Proposal Form (Base Proposal) services Prices shall include all labor, equipment, materials, 1 Performance / Payment Bonds and Taxes 1 LS $ $ 2 Onsite Preconstruction Meeting 1 LS $ $ 3 Premobilization Submittals 1 LS $ $ 4 Permit Fee Allowance 1 LS $ $ 5 Access Agreements 1 LS $ $ 6 Mobilization 1 LS $ $ 7 Third Party Utility Locator 1 LS $ $ 8 Progress Meetings 1 LS $ $ 9 Contract Administration 1 LS $ $ 10 Regulatory Compliance 1 LS $ $ 11 Financial Compliance 1 LS $ $ 12 Public Information Services 1 LS $ $ 13 Reporting 1 LS $ $ 14 Site Preparation, Equipment Staging and Decontamination Pad(s) 1 LS $ $ 15 Manatee Protection and Monitoring 1 LS $ $ 16 Sediment Removal from OS-1 4,598 CY $ $ 17 Transportation and Disposal a TEQ > 1 µg/kg 902 TONS $ $ 18 Transportation and Disposal a TEQ < 1 µg/kg 5,444 TONS $ $ 19 Dredge Water Treatment GALLON $ $ 20 Drying Reagent TONS $ $ 21 Maintenance of Traffic 1 LS $ $ 22 Turbidity Control and Monitoring 1 LS $ $ 23 Air Quality Management 1 LS $ $ 24 Site Restoration 1 LS $ $ 25 Demobilization 1 LS $ $ Total Estimated Contract Construction Costs (OS-1) $ 26 Sediment Removal from OS-2 5,148 CY $ $ 27 Transportation and Disposal a TEQ > 1 µg/kg 1,684 TONS $ $

3 Price Proposal Form (Base Proposal) services Prices shall include all labor, equipment, materials, 28 Transportation and Disposal a TEQ < 1 µg/kg 5,419 TONS $ $ 29 Dredge Water Treatment GALLON $ $ 30 Drying Reagent TONS $ $ 31 Maintenance of Traffic 1 LS $ $ 32 Turbidity Control and Monitoring 1 LS $ $ 33 Air Quality Management 1 LS $ $ 34 Site Restoration 1 LS $ $ 35 Demobilization 1 LS $ $ Total Estimated Contract Construction Costs (OS-2) $ 36 Sediment Removal from OS-3 4,338 CY $ $ 37 Transportation and Disposal a TEQ > 1 µg/kg 0 TONS $ $ 38 Transportation and Disposal a TEQ < 1 µg/kg 5,986 TONS $ $ 39 Dredge Water Treatment GALLON $ $ 40 Drying Reagent TONS $ $ 41 Maintenance of Traffic 1 LS $ $ 42 Turbidity Control and Monitoring 1 LS $ $ 43 Air Quality Management 1 LS $ $ 44 Site Restoration 1 LS $ $ 45 Demobilization 1 LS $ $ Total Estimated Contract Construction Costs (OS-3) $ 46 Sediment Removal from OS-4 2,094 CY $ $ 47 Transportation and Disposal a TEQ > 1 µg/kg 0 TONS $ $ 48 Transportation and Disposal a TEQ < 1 µg/kg 2,890 TONS $ $ 49 Dredge Water Treatment GALLON $ $ 50 Drying Reagent TONS $ $ 51 Maintenance of Traffic 1 LS $ $ 52 Turbidity Control and Monitoring 1 LS $ $ 53 Air Quality Management 1 LS $ $

4 Price Proposal Form (Base Proposal) services Prices shall include all labor, equipment, materials, 54 Site Restoration 1 LS $ $ 55 Demobilization 1 LS $ $ Total Estimated Contract Construction Costs (OS-4) % 56 Sediment Removal from OS-5 4,339 CY $ $ 57 Transportation and Disposal a TEQ > 1 µg/kg 0 TONS $ $ 58 Transportation and Disposal a TEQ < 1 µg/kg 5,998 TONS $ $ 59 Dredge Water Treatment GALLON $ $ 60 Drying Reagent TONS $ $ 61 Maintenance of Traffic 1 LS $ $ 62 Turbidity Control and Monitoring 1 LS $ $ 63 Air Quality Management 1 LS $ $ 64 Site Restoration 1 LS $ $ 65 Demobilization 1 LS $ $ Total Estimated Contract Construction Costs (OS-5) $ 66 Sediment Removal from OS-6 23,793 CY $ $ 67 Transportation and Disposal a TEQ > 1 µg/kg 0 TONS $ $ 68 Transportation and Disposal a TEQ < 1 µg/kg 32,835 TONS $ $ 69 Dredge Water Treatment GALLON $ $ 70 Drying Reagent TONS $ $ 71 Maintenance of Traffic 1 LS $ $ 72 Turbidity Control and Monitoring 1 LS $ $ 73 Air Quality Management 1 LS $ $ 74 Site Restoration 1 LS $ $ 75 Demobilization 1 LS $ $ Total Estimated Contract Construction Costs (OS-6) $ Total Estimated Contract Construction Costs (OS-1, 2, 3, 4, 5 and 6) $ OPTIONAL ITEM RATE SCHEDULE

5 Price Proposal Form (Base Proposal) services Prices shall include all labor, equipment, materials, Hourly Standby Time HR $ Daily Standby Time DAY $ NOTE: (a) Assumed density of 1.34 tons per cubic yard.

6 Price Proposal Form (ATC Proposal) services Prices shall include all labor, equipment, materials, SUBMITTED PRICING SHALL BE VALID FOR 120 DAYS. 1 Performance / Payment Bonds and Taxes 1 LS $ $ 2 Onsite Preconstruction Meeting 1 LS $ $ 3 Premobilization Submittals 1 LS $ $ 4 Permit Fee Allowance 1 LS $ $ 5 Access Agreements 1 LS $ $ 6 Mobilization 1 LS $ $ 7 Third Party Utility Locator 1 LS $ $ 8 Progress Meetings 1 LS $ $ 9 Contract Administration 1 LS $ $ 10 Regulatory Compliance 1 LS $ $ 11 Financial Compliance 1 LS $ $ 12 Public Information Services 1 LS $ $ 13 Reporting 1 LS $ $ 14 Site Preparation, Equipment Staging and Decontamination Pad(s) 1 LS $ $ 15 Manatee Protection and Monitoring 1 LS $ $ 16 Sediment Removal from OS-1 4,598 CY $ $ 17 Transportation and Disposal a TEQ > 1 µg/kg 902 TONS $ $ 18 Transportation and Disposal a TEQ < 1 µg/kg 5,444 TONS $ $ 19 Dredge Water Treatment GALLON $ $ 20 Drying Reagent TONS $ $ 21 Maintenance of Traffic 1 LS $ $ 22 Turbidity Control and Monitoring 1 LS $ $ 23 Air Quality Management 1 LS $ $ 24 Site Restoration 1 LS $ $ 25 Demobilization 1 LS $ $ Total Estimated Contract Construction Costs (OS-1) $ 26 Sediment Removal from OS-2 5,148 CY $ $

7 Price Proposal Form (ATC Proposal) services Prices shall include all labor, equipment, materials, SUBMITTED PRICING SHALL BE VALID FOR 120 DAYS. 27 Transportation and Disposal a TEQ > 1 µg/kg 1,684 TONS $ $ 28 Transportation and Disposal a TEQ < 1 µg/kg 5,419 TONS $ $ 29 Dredge Water Treatment GALLON $ $ 30 Drying Reagent TONS $ $ 31 Maintenance of Traffic 1 LS $ $ 32 Turbidity Control and Monitoring 1 LS $ $ 33 Air Quality Management 1 LS $ $ 34 Site Restoration 1 LS $ $ 35 Demobilization 1 LS $ $ Total Estimated Contract Construction Costs (OS-2) $ 36 Sediment Removal from OS-3 4,338 CY $ $ 37 Transportation and Disposal a TEQ > 1 µg/kg 0 TONS $ $ 38 Transportation and Disposal a TEQ < 1 µg/kg 5,986 TONS $ $ 39 Dredge Water Treatment GALLON $ $ 40 Drying Reagent TONS $ $ 41 Maintenance of Traffic 1 LS $ $ 42 Turbidity Control and Monitoring 1 LS $ $ 43 Air Quality Management 1 LS $ $ 44 Site Restoration 1 LS $ $ 45 Demobilization 1 LS $ $ Total Estimated Contract Construction Costs (OS-3) $ 46 Sediment Removal from OS-4 2,094 CY $ $ 47 Transportation and Disposal a TEQ > 1 µg/kg 0 TONS $ $ 48 Transportation and Disposal a TEQ < 1 µg/kg 2,890 TONS $ $ 49 Dredge Water Treatment GALLON $ $ 50 Drying Reagent TONS $ $ 51 Maintenance of Traffic 1 LS $ $ 52 Turbidity Control and Monitoring 1 LS $ $

8 Price Proposal Form (ATC Proposal) services Prices shall include all labor, equipment, materials, SUBMITTED PRICING SHALL BE VALID FOR 120 DAYS. 53 Air Quality Management 1 LS $ $ 54 Site Restoration 1 LS $ $ 55 Demobilization 1 LS $ $ Total Estimated Contract Construction Costs (OS-4) % 56 Sediment Removal from OS-5 4,339 CY $ $ 57 Transportation and Disposal a TEQ > 1 µg/kg 0 TONS $ $ 58 Transportation and Disposal a TEQ < 1 µg/kg 5,998 TONS $ $ 59 Dredge Water Treatment GALLON $ $ 60 Drying Reagent TONS $ $ 61 Maintenance of Traffic 1 LS $ $ 62 Turbidity Control and Monitoring 1 LS $ $ 63 Air Quality Management 1 LS $ $ 64 Site Restoration 1 LS $ $ 65 Demobilization 1 LS $ $ Total Estimated Contract Construction Costs (OS-5) $ 66 Sediment Removal from OS-6 23,793 CY $ $ 67 Transportation and Disposal a TEQ > 1 µg/kg 0 TONS $ $ 68 Transportation and Disposal a TEQ < 1 µg/kg 32,835 TONS $ $ 69 Dredge Water Treatment GALLON $ $ 70 Drying Reagent TONS $ $ 71 Maintenance of Traffic 1 LS $ $ 72 Turbidity Control and Monitoring 1 LS $ $ 73 Air Quality Management 1 LS $ $ 74 Site Restoration 1 LS $ $ 75 Demobilization 1 LS $ $ Total Estimated Contract Construction Costs (OS-6) $ Total Estimated Contract Construction Costs (OS-1, 2, 3, 4, 5 and 6) $

9 Price Proposal Form (ATC Proposal) services Prices shall include all labor, equipment, materials, SUBMITTED PRICING SHALL BE VALID FOR 120 DAYS. OPTIONAL ITEM RATE SCHEDULE Hourly Standby Time HR $ Daily Standby Time DAY $ NOTE: (a) Assumed density of 1.34 tons per cubic yard.

ATTACHMENT C Price Proposal Forms

ATTACHMENT C Price Proposal Forms ATTACHMENT C Price Proposal Forms Price Proposal Form (Base Proposal) 1 Performance / Payment Bonds and Taxes 1 LS $ $ 2 Onsite Preconstruction Meeting 1 LS $ $ 3 Premobilization Submittals 1 LS $ $ 4

More information

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: March 2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery

More information

Rates Effective 1/1/18

Rates Effective 1/1/18 Page 1 of 6 Residential Residential with Food Waste Cart Collection in year 4 Proposed in Dollars per Container per Month Solid Waste Cart 20 gallon $ 21.37 $ $ 35 gallon $ 24.37 $ $ 65 gallon $ 37.86

More information

CITY OF CLEVELAND DEPARTMENT OF PUBLIC UTILITIES REQUEST FOR PROPOSAL FOR WATER MAINS RENEWAL PROGRAM ADDENDUM No. 1

CITY OF CLEVELAND DEPARTMENT OF PUBLIC UTILITIES REQUEST FOR PROPOSAL FOR WATER MAINS RENEWAL PROGRAM ADDENDUM No. 1 CITY OF CLEVELAND DEPARTMENT OF PUBLIC UTILITIES REQUEST FOR PROPOSAL FOR WATER MAINS RENEWAL PROGRAM 2018-2019 ADDENDUM No. 1 December 5, 2016, 2016 There were printing errors in the original Attachment

More information

Reviax Constracting Corp. DeSantis Construction

Reviax Constracting Corp. DeSantis Construction Denise Piszkowski, Q.P.A., Purchasing Agent Bid Results for: 2016-B08 Reconstrucion of Preston Drive Submitted By: JTG Construction Black Rock Enterprises Top Line Construction Reviax Constracting Corp.

More information

Preliminary Budget Cost Estimate-Raft Island RIIA Roads 26952 SY Construction Items Budget Preliminary Temporary Erosion Control/Miscellaneous Work $ 18,500.00 Traffic Control $ 10,000.00 Pulverizing $

More information

Specifications 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 # 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 information

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

ADDITIONS, 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 information

MCR Health Services Inc. Request for Qualifications For Construction Manager/General Contractor Services RFQ GC 2015

MCR Health Services Inc. Request for Qualifications For Construction Manager/General Contractor Services RFQ GC 2015 MCR Health Services Inc. Request for Qualifications For Construction Manager/General Contractor Services RFP GC 2015 Instruction to Proposers Invitation to Propose: MCR Health Services invites your firm

More information

BID FORM. PROJECT: 2017 Water line replacement

BID 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 information

The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin

The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin within the Vendor Self Service portal at wvoasis.gov.

More information

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

TABLE 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 information

ATTACHMENT "A" PRICING FOR POINTS OF DISTRIBUTION (PODS)

ATTACHMENT A PRICING FOR POINTS OF DISTRIBUTION (PODS) PRICING FOR POINTS OF DISTRIBUTION (PODS) TYPE I POD (8) Hours per day @ (5) Days Each Per Hour Each Per Day Each Per Day RESOURCE TYPE REQUIRED DAY NIGHT DAILY LABOR RATE WEEKLY LABOR RATE OVERTIME RATE

More information

STRAIGHT STRIPE PAINTING, INC. 22b Remove Pavement Markings with Sand Blasting Per Hour 1 $ $ $ $

STRAIGHT STRIPE PAINTING, INC. 22b Remove Pavement Markings with Sand Blasting Per Hour 1 $ $ $ $ PAVEMENT MARKING STRAIGHT STRIPE PAINTING, AMERICAN PAVEMENT MARKING, LLC ITEM UNIT TOTAL UNIT TOTAL NUMBER DESCRIPTION UNIT QUANTITY COST AMOUNT COST AMOUNT 1 Mobilization L.S. 3 $ 400.00 $ 1,200.00 $

More information

Crushed 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. 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 information

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

2012 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 information

BOCA RATON INLET MANAGEMENT STUDY IMPLEMENTATION PLAN CERTIFICATE OF ADOPTION

BOCA RATON INLET MANAGEMENT STUDY IMPLEMENTATION PLAN CERTIFICATE OF ADOPTION BOCA RATON INLET MANAGEMENT STUDY IMPLEMENTATION PLAN CERTIFICATE OF ADOPTION WHEREAS the Department of Environmental Protection, in partnership with the City of Boca Raton. has sponsored a study of the

More information

Request for Proposals Phase II South Bachelor Island Wetland Reconnection and Habitat Enhancement Project. Proposals are due March 14 th, 2019 by 4pm

Request for Proposals Phase II South Bachelor Island Wetland Reconnection and Habitat Enhancement Project. Proposals are due March 14 th, 2019 by 4pm 818 Commercial Street, Room 203, Astoria, Oregon 97103, Phone: (503) 325-0435, Fax: (503) 325-0459 Email: crest@columbiaestuary.org, Website: www.columbiaestuary.org Request for Proposals Phase II South

More information

PROVIDENCE WATER SUPPLY BOARD TARIFF. RI Public Utilities Commission Docket No TARIFF SCHEDULES. Bulk Sales to Public Authorities for Resale

PROVIDENCE WATER SUPPLY BOARD TARIFF. RI Public Utilities Commission Docket No TARIFF SCHEDULES. Bulk Sales to Public Authorities for Resale PROVIDENCE WATER SUPPLY BOARD TARIFF September 1, 2015 RI Public Utilities Commission Docket No. 4571 Schedule TARIFF SCHEDULES A Service Charges Retail B Metered Sales Retail C Bulk Sales to Public Authorities

More information

REQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE: June 18, 2008 ENGINEERING DEPARTMENT ORIGINATING DEPT NO.

REQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE: June 18, 2008 ENGINEERING DEPARTMENT ORIGINATING DEPT NO. DATE: June 18, 2008 ENGINEERING DEPARTMENT ORIGINATING DEPT NO. AFE TBD CN: 1743 TO: Prospective Bidders Please procure the following and DELIVER TO: TECHNICAL SERVICES DIVISION This Requisition solicits

More information

BID TABULATION 32-04MAY06-Asphalt Overlay & Roadway Drainage Improvements

BID TABULATION 32-04MAY06-Asphalt Overlay & Roadway Drainage Improvements BID TABULATION 32-04MAY06-Asphalt Overlay & Roadway Drainage Improvements BETHEL CHURCH ROAD BID Description Unit Qty Unit Price Extended Total Unit Price Extended Total Mobilization LS 1 $ 2,500.00 $

More information

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

CITY 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 information

ADDENDUM No. 2. ADDENDUM No. 2 ITEMS:

ADDENDUM No. 2. ADDENDUM No. 2 ITEMS: ADDENDUM No. 2 Proposer must acknowledge the receipt of this Addendum in its Proposal. Failure of the Proposer to acknowledge this Addendum may result in LAWA s rejection of the Proposal for non-responsiveness.

More information

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

AVERAGE 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 information

Ch. 264a OWNERS AND OPERATORS 25. CHAPTER 264a. OWNERS AND OPERATORS OF HAZARDOUS WASTE TREATMENT, STORAGE AND DISPOSAL FACILITIES

Ch. 264a OWNERS AND OPERATORS 25. CHAPTER 264a. OWNERS AND OPERATORS OF HAZARDOUS WASTE TREATMENT, STORAGE AND DISPOSAL FACILITIES Ch. 264a OWNERS AND OPERATORS 25 CHAPTER 264a. OWNERS AND OPERATORS OF HAZARDOUS WASTE TREATMENT, STORAGE AND DISPOSAL FACILITIES Subchap. A. GENERAL... 264a.1 B. GENERAL FACILITY STANDARDS... 264a.11

More information

CITY OF SAN MARCOS ENGINEERING DIVISION

CITY 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 information

Eversource. Removal of Mercury Boilers. at Schiller Station

Eversource. Removal of Mercury Boilers. at Schiller Station Eversource Removal of Mercury Boilers at Schiller Station Monthly Status Report September 2017 Date: October 31, 2017 Subject: Schiller Station Units 1 & 2 Mercury Boiler Removal Monthly Status Report

More information

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600.

33 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 information

Project No Paving & Seal Coat of 52 nd Street NE

Project No Paving & Seal Coat of 52 nd Street NE I. TABLE OF CONTENTS I. TABLE OF CONTENTS II. APPROVAL OF ENGINEER III. INFORMATION TO BIDDERS IV. GENERAL PROVISIONS V. SPECIAL PROVISIONS VI. BIDDER S PROPOSAL Project No. 0077 Paving and Seal Coat of

More information

Northumberland County County Road 2 Class Environmental Assessment Construction Cost Estimate

Northumberland 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 information

The bid due date has been changed to 2:50 p.m. May 25, 2018.

The bid due date has been changed to 2:50 p.m. May 25, 2018. May 18, 2018 BL051-18 Addendum #1 Construction and Rehab of Gravity and Sewer Force Mains on an Contract Make the following changes/additions or clarifications to the above referenced bid: The bid due

More information

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a Solicitation No. B-09-071-RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO

More information

INITIAL STUDY APPLICATION

INITIAL STUDY APPLICATION DEPARTMENT OF PUBLIC WORKS AND PLANNING STEVEN E. WHITE, DIRECTOR INITIAL STUDY APPLICATION INSTRUCTIONS Answer all questions completely. An incomplete form may delay processing of your application. Use

More information

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

ITB-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 information

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018

CITY 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 information

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

Bid 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 information

MEASUREMENT AND PAYMENT MEASUREMENT OF QUANTITIES Unless otherwise specified, the Engineer will measure in accordance with this section.

MEASUREMENT AND PAYMENT MEASUREMENT OF QUANTITIES Unless otherwise specified, the Engineer will measure in accordance with this section. MEASUREMENT AND PAYMENT 1901 MEASUREMENT OF QUANTITIES Unless otherwise specified, the Engineer will measure in accordance with this section. The Engineer will determine quantities of acceptable Work using

More information

CLAIM SUMMARY / DETERMINATION. Moss Landing Harbor is a tributary to Monterrey Bay, a navigable waterway of the United States.

CLAIM SUMMARY / DETERMINATION. Moss Landing Harbor is a tributary to Monterrey Bay, a navigable waterway of the United States. CLAIM SUMMARY / DETERMINATION Claim Number: 913029-0001 Claimant: Pacific Marine Salvage Inc. Type of Claimant: Corporation Type of Claim: Removal Costs Claim Manager: Amount Requested: $19,781.75 FACTS:

More information

ADDENDUM No. 1 January 29, Paving Program Village of Milford

ADDENDUM 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 information

FY 2016 Proposed Budget Work Session

FY 2016 Proposed Budget Work Session Department of Environmental Services FY 2016 Proposed Budget Work Session Tuesday, March 24, 2:30 5:00 Agenda Tuesday, March 24, 2015 2:30 5:00 PM Related FAAC Report: DES Department / Topic Book pgs Web

More information

SEATTLE HARBOR NAVIGATION IMPROVEMENT PROJECT

SEATTLE HARBOR NAVIGATION IMPROVEMENT PROJECT SEATTLE HARBOR NAVIGATION IMPROVEMENT PROJECT APPENDIX E Cost Engineering Final Integrated Feasibility Report and Environmental Assessment Blank page to facilitate duplex printing Doc#: Cost Team-Form-CP-1,

More information

City of Clovis. Request for Proposals for Recyclable and Organic Material Collection, Processing and Marketing Services

City of Clovis. Request for Proposals for Recyclable and Organic Material Collection, Processing and Marketing Services Request for Proposals for Recyclable and Organic Material Collection, Processing and Marketing Services Final RFP for Public Release November 7, 2014 HF&H Consultants, LLC CITY OF CLOVIS REQUEST FOR PROPOSALS

More information

RFB Addendum 3

RFB Addendum 3 Yes GENERAL CONDITIONS 1.00 MOBLIZATION AND DEMOBILIZATION 1 LS $ 293,750.00 $ 293,750.00 1.01 STORMWATER POLLUTION PREVENTION PLAN (INCLUDES EROSION CONTROL AND SEDIMENT IMPLEMATION PLAN) 1.02 STORMWATER

More information

Headquarters Landfill

Headquarters Landfill Headquarters Landfill Headquarters Landfill Project Progress Sale and Purchase Agreement signed to purchase Headquarters Landfill on March 28, 2012. Final Environmental Impact Statement to convert Headquarters

More information

Under the proposed Fee Schedule, the permit fees would be adjusted as follows:

Under the proposed Fee Schedule, the permit fees would be adjusted as follows: 6.8 Pursuant to California law, if fees are charged by a local agency in connection with permit issuance, the fees may not exceed the estimated reasonable cost of providing the service for which the fee

More information

Addendum to Enbridge s 2013 Corporate Social Responsibility Report (with a focus on 2013 data)

Addendum to Enbridge s 2013 Corporate Social Responsibility Report (with a focus on 2013 data) Addendum to Enbridge s 2013 Corporate Social Responsibility Report (with a focus on 2013 data) Spills, Leaks and Releases Performance Data Sheet This performance data sheet relates to the following Global

More information

CITY 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 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 information

Sunset Street West Sidewalk Projects Opinion of Anticipated Construction Costs March 12, 2012 Project Summary. Project List

Sunset 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 information

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

JANUARY 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 information

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST Applicant shall provide three (3) copies of the following attachments: Geotechnical Report (Soils Report with grading specifications and

More information

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

COUNTY 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 information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

More information

Ch. 265a INTERIM STATUS STANDARDS a.1

Ch. 265a INTERIM STATUS STANDARDS a.1 Ch. 265a INTERIM STATUS STANDARDS 25 265a.1 CHAPTER 265a. INTERIM STATUS STANDARDS FOR OWNERS AND OPERATORS OF HAZARDOUS WASTE TREATMENT, STORAGE AND DISPOSAL FACILITIES Subchap. Sec. A. GENERAL... 265a.1

More information

Section 109. MEASUREMENT AND PAYMENT

Section 109. MEASUREMENT AND PAYMENT 109.01 Section 109. MEASUREMENT AND PAYMENT 109.01. Measurement of Quantities. The Engineer will measure quantities of work completed under the contract according to United States standard measures, unless

More information

Rates Effective 1/1/2018 Water Residential and Commercial Charges CPI not applicable to base and consumption rates for Rates Effective 1/1/2017

Rates Effective 1/1/2018 Water Residential and Commercial Charges CPI not applicable to base and consumption rates for Rates Effective 1/1/2017 Water Rates WATER Regular water rates are indexed annually by the treasurer to reflect one hundred percent of any change from the Consumer Price Index for Seattle- Tacoma-Bremerton-All Urban Wage Earners

More information

INTRACOASTAL WATERWAY ST. LUCIE REACH I MAINTENANCE DREDGING; ST. LUCIE COUNTY, FLORIDA

INTRACOASTAL WATERWAY ST. LUCIE REACH I MAINTENANCE DREDGING; ST. LUCIE COUNTY, FLORIDA INTRACOASTAL WATERWAY ST. LUCIE REACH I MAINTENANCE DREDGING; ST. LUCIE COUNTY, FLORIDA SPECIFICATIONS AND CONTRACT DOCUMENTS PREPARED FOR THE FLORIDA INLAND NAVIGATION DISTRICT By 10151 Deerwood Park

More information

Audio Sessions. Session 3 PRECONSTRUCTION. Construction Contract Administration Education Program

Audio Sessions. Session 3 PRECONSTRUCTION. Construction Contract Administration Education Program Audio Sessions Session 3 PRECONSTRUCTION Education Program Certified Construction Contract Administrator (CCCA) Preparatory Course 2011 www.csinet.org This presentation is protected by US and International

More information

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

2012 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 information

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

RANCHERO 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 information

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

69889/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 information

Davidson County Fire Marshal Office of the Fire Marshal 935 North Main Street Lexington, NC Fees Paid: $ Check No.

Davidson County Fire Marshal Office of the Fire Marshal 935 North Main Street Lexington, NC Fees Paid: $ Check No. FOR OFFICIAL USE ONLY Permit Number: Application Date: / / Approval Date: / / Initials: Expiration Date: / / Denial Date / / Reason for the Denial: Initials: Davidson County Fire Marshal 935 North Main

More information

Rock Chalk Park - Infrastructure Report. July 2013

Rock 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 information

ESTIMATED EXPENDITURES NEEDED TO CONVERT CAPITOL LAKE INTO TIDAL MUD FLATS

ESTIMATED EXPENDITURES NEEDED TO CONVERT CAPITOL LAKE INTO TIDAL MUD FLATS ESTIMATED EXPENDITURES NEEDED TO CONVERT CAPITOL LAKE INTO TIDAL MUD FLATS CLIPA by Denis Curry June, 2014 This paper is an update of a March, 2012 CLIPA paper The Construction and Maintenance Costs of

More information

SUTTER BUTTER FLOOD CONTROL AGENCY FEATHER RIVER WEST LEVEE PROJECT PROJECT C, CONTRACT NO C BID TABULATION

SUTTER 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 information

Financial Assurance for Decommissioning

Financial Assurance for Decommissioning Vermont Yankee Nuclear Power Station Financial Assurance for Decommissioning December 8, 2014 Agenda Background VY Decommissioning Periods & Cost Estimate Financial Assurance Under 10 CFR 50.75 Dry Fuel

More information

Payment shall be made based on the tonnage charge set forth in CONTRACTOR'S proposal.

Payment shall be made based on the tonnage charge set forth in CONTRACTOR'S proposal. Construction and Demolition Debris Disposal Addendum 1 October 16, 2018 Modify Part I, Instructions to Bidders, Section 9.00 Delete the following;: Payment shall be made based on the tonnage charge set

More information

DIVISION 1 - GENERAL REQUIREMENTS SECTION APPLICATIONS FOR PAYMENT

DIVISION 1 - GENERAL REQUIREMENTS SECTION APPLICATIONS FOR PAYMENT DIVISION 1 - GENERAL REQUIREMENTS SECTION 01027 APPLICATIONS FOR PAYMENT I. GENERAL This section specifies administrative and procedural requirements governing Contractor Applications For Payment. II.

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

More information

EMERGENCY CONTRACT MANUAL

EMERGENCY CONTRACT MANUAL EMERGENCY CONTRACT MANUAL 2012, Commonwealth of Virginia Virginia Department of Transportation February, 2012 TABLE OF CONTENTS Introduction... 3 Requirements... 5 Emergency Authorization Chart... 6 District

More information

REPLACEMENT OF MERCER COUNTY BRIDGE

REPLACEMENT 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 information

AWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET

AWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET STAFF REPORT MEETING DATE: June 9, 2015 TO: City Council FROM: Petr Skala, Engineer II PRESENTER: Russ Thompson, Public Works Director 922 Machin Avenue Novato, CA 94945 (415) 899-8900 FAX (415) 899-8213

More information

~_? BOARD OF COUNTY COMMISSIONERS DATE: January 28, 2014 AGENDA ITEM NO. I I. Public Hearing D. Consent Agenda D. County Administrator's Signature:

~_? BOARD OF COUNTY COMMISSIONERS DATE: January 28, 2014 AGENDA ITEM NO. I I. Public Hearing D. Consent Agenda D. County Administrator's Signature: BOARD OF COUNTY COMMISSIONERS DATE: January 28, 2014 AGENDA ITEM NO. I I Consent Agenda D Public Hearing D County Administrator's Signature: Subject: Amendment No.6 to the Agreement ith the Florida Department

More information

Yakima County Code ~ Building and Construction ~ Title FEES

Yakima County Code ~ Building and Construction ~ Title FEES 13.24.010 AMENDED FEE TABLES AND FEE SCHEDULES The fee tables and fee schedules contained in the various codes and regulations adopted in this title shall be amended as established herein. *PLAN REVIEW

More information

UNITED STATES ARMY ALASKA DIRECTORATE OF PUBLIC WORKS FORT WAINWRIGHT, ALASKA DONNELLY TRAINING AREA DELTA CREEK IA FUEL BREAK CLEARING

UNITED STATES ARMY ALASKA DIRECTORATE OF PUBLIC WORKS FORT WAINWRIGHT, ALASKA DONNELLY TRAINING AREA DELTA CREEK IA FUEL BREAK CLEARING UNITED STATES ARMY ALASKA DIRECTORATE OF PUBLIC WORKS FORT WAINWRIGHT, ALASKA DONNELLY TRAINING AREA 18-1-3 DELTA CREEK IA FUEL BREAK CLEARING SPECIAL CONTRACT REQUIREMENTS Request for Proposal January

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/10/17

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/10/17 -33,427.31 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/10/17 78 CONTRACT ID: 017605175 PROJECT: NH 2014(292) CONTRACT: 12133220 AWARD AMOUNT: $1,316,346.55 PROJECTED AMOUNT: $1,319,346.55 ADJ. PROJECTED

More information

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012

BID 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 information

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL July 12, 2010 ALABAMA STATE PORT AUTHORITY FACILITIES MOBILE, ALABAMA The Alabama State Port Authority ( ASPA or Port Authority ) is seeking a private

More information

CITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS

CITY 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

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION October 11, 2016 REQUEST FOR QUOTATION The Sheboygan Water Utility is accepting quotations for: 23% Hydrofluosilicic Acid H 2SiF 6, % 23-25 Heavy Metals (as Pb), %

More information

Full Cost Accounting and Solid Waste Rate Structuring

Full Cost Accounting and Solid Waste Rate Structuring September 28, 2016 8:30 AM New Mexico Solid Waste & Recycling Conference Full Cost Accounting and Solid Waste Rate Structuring Presenter: Mr. David S. Yanke Workshop Agenda A. Background B. Full Cost Accounting

More information

COUNTY OF GREENVILLE PROPRIETARY FUNDS

COUNTY OF GREENVILLE PROPRIETARY FUNDS Fiscal Years 2012 and 169 COUNTY OF GREENVILLE PROPRIETARY FUNDS Proprietary funds are used to account for activities, which are similar to those found in the private sector. The County s proprietary fund

More information

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1102 ACCEPTANCE OF NON-SPECIFICATION MATERIAL ON CONSTRUCTION PROJECTS.

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1102 ACCEPTANCE OF NON-SPECIFICATION MATERIAL ON CONSTRUCTION PROJECTS. STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1102 ACCEPTANCE OF NON-SPECIFICATION MATERIAL ON CONSTRUCTION PROJECTS October 21, 2016 1102.01 General 1102.02 Determining if Non Specification Material

More information

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

NE 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 information

Conservation Commission Procedures Standard Flow Chart - NOT

Conservation Commission Procedures Standard Flow Chart - NOT Conservation Commission Procedures Standard Flow Chart - NOT Mark s Rule of Three Rule 1 - Hearings, site visits, acquire information, close the hearing Rule 2 - Paperwork Issue a great Order of Conditions

More information

Practice 5-4. Unit Rates and Slope. Name Class Date

Practice 5-4. Unit Rates and Slope. Name Class Date Name Class Date Practice 5-4 Unit Rates and Slope 5-4 Unit Rates and Slope 1. The graph shows the number of centimeters a particular plant grows over time. Given the points (0,0) and (4,6), how many centimeters

More information

Final Estimates Level 2

Final Estimates Level 2 Florida Department of TRANSPORTATION Final Estimates Level 2 11/1/2017 FDOT Final Estimates Level 2 Release 11, Module 4 1 4-1 Module Content Adjustments in SiteManager Line Item Adjustments Contract Adjustments

More information

Questions and Answers RFQ for Disaster Debris Removal and Management Services

Questions and Answers RFQ for Disaster Debris Removal and Management Services Questions and Answers RFQ for Disaster Debris Removal and Management Services The following constitutes questions posed by prospective respondents to this RFQ along with the State s answers. To the extent

More information

Atlas Air Worldwide Holdings, Inc. Consolidated Statements of Operations (in thousands, except per share data) (Unaudited)

Atlas Air Worldwide Holdings, Inc. Consolidated Statements of Operations (in thousands, except per share data) (Unaudited) Consolidated Statements of Operations (in thousands, except per share data) Operating Revenue ACMI $ 189,047 $ 198,141 Charter 220,138 177,373 Dry Leasing 31,919 24,676 Other 3,741 3,173 Total Operating

More information

Regular. NECESSARY RESOURCES/IMPACTS (OTHER) n/a. Fiscal Impact

Regular. NECESSARY RESOURCES/IMPACTS (OTHER) n/a. Fiscal Impact CITY COUNCIL AGENDA Meeting Date: 09/16/2013 TITLE: Hatley Way Sidewalk Improvements 2013 Bid Award Responsible Staff: Ron Crumley Backup Material: Backup material attached Digital Presentation: Yes Other

More information

Local Damage Assessment. Pocket Guide

Local Damage Assessment. Pocket Guide Local Damage Assessment Pocket Guide INTENTIONALLY BLANK The Purpose of the Damage Assessment Guide Damage assessment is the process which determines the impacts of a natural or human-made disaster. Specifically,

More information

CITY OF MISSION VIEJO PUBLIC WORKS FEE SCHEDULE

CITY OF MISSION VIEJO PUBLIC WORKS FEE SCHEDULE CITY OF MISSION VIEJO PUBLIC WORKS FEE SCHEDULE GENERAL INSTRUCTIONS 1. This pamphlet lists services available or required to process your project and fees or charges for these services. 2. Fees or deposits

More information

Department of Public Works Engineering

Department 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 information

Fees/Privatization/Sponsorship Opportunities

Fees/Privatization/Sponsorship Opportunities Fees/Privatization/Sponsorship Opportunities Mike Holder, PE, Chief Engineer Joint Transportation Legislative Oversight Committee January 27, 2015 Statutory Requirement Section 34.17 of Budget Bill: Board

More information

REFUSE COLLECTION COST OF SERVICE STUDY CITY COUNCIL MEETING APRIL 25, 2017

REFUSE COLLECTION COST OF SERVICE STUDY CITY COUNCIL MEETING APRIL 25, 2017 REFUSE COLLECTION COST OF SERVICE STUDY CITY COUNCIL MEETING APRIL 25, 2017 Topics Solid Waste Collection Services Budget Analysis Financial Model Staff Recommendations Solid Waste Collection Services

More information

Reimbursement Application Minnesota Agricultural Chemical Response and Reimbursement Account (ACRRA)

Reimbursement Application Minnesota Agricultural Chemical Response and Reimbursement Account (ACRRA) 625 Robert Street North, St. Paul, MN 55155-2538 www.mda.state.mn.us Pesticide & Fertilizer Management Division, Office: 651/201-6138 Fax: 651/201-6112 Reimbursement Application Minnesota Agricultural

More information

Public Claims and Damages Arising from Environmental Harms to Our Rivers, Bays and Estuaries Bill Jackson

Public Claims and Damages Arising from Environmental Harms to Our Rivers, Bays and Estuaries Bill Jackson Public Claims and Damages Arising from Environmental Harms to Our Rivers, Bays and Estuaries Bill Jackson bjackson@jgdpc.com Complexity of Rivers, Bays and Sediment Sites Risk Based Cleanup: Human

More information

TOTAL QUANTITY UNIT COST UNIT

TOTAL 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 information

TECHNICAL SPECIFICATIONS ELECTRIC GENERAL CONTRACTOR SERVICES

TECHNICAL SPECIFICATIONS ELECTRIC GENERAL CONTRACTOR SERVICES TECHNICAL SPECIFICATIONS 018-19 ELECTRIC GENERAL CONTRACTOR SERVICES 1. SCOPE OF WORK The scope of work includes providing labor and subcontracts necessary for these Technical Specifications, together

More information

BID OPENING: FRIDAY, September 16,2016 County Engineer \...-/

BID OPENING: FRIDAY, September 16,2016 County Engineer \...-/ I hereby certify this to be a true copy of the tabulation of the bids as received and opened. BID OPENING: FRIDAY, September 16,2016 County Engineer \...-/ GrouR 1 - Ke~ Peninsula Highwa~ 1 LUMP SUM Mobilization

More information

Culinary and Pressure Irrigation Water System. Capital Facilities Plan

Culinary and Pressure Irrigation Water System. Capital Facilities Plan Culinary and Pressure Irrigation Water System Capital Facilities Plan September 2009 Prepared By: J-U-B ENGINEERS, Inc. 240 West Center St., Ste. 200 Orem, Utah 84057 (801) 226-0393 SANTAQUIN CITY CULINARY

More information