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

Size: px
Start display at page:

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

Transcription

1 May 18, 2018 BL 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 date has been changed to 2:50 p.m. May 25, Q1. Air Release and Vacuum Valves Sewer ( Section ). Question: Are the ARI, USA D26 Stainless Steel Wastewater Combination Valves approved on all sizes 2 through 8? The specs call out Vent-o-mat RGX, ARI or approved equal. However, there are no ARI model numbers listed. The ARI D26 series meets the performance requirements that Vent-o-mat states in their current specification (i.e., 316 SS body, psi operating pressure, nominal valve same size inlet as outlet, anti-surge mechanism). A1. The ARI D26 appears to meet the performance requirements listed. Please refer to Specification Section for product requirements. Q2. 38A Sewer Force Mains The Restrained Joint s This pay item is not addressed in the Measurement and Payment (M&P). Are these adders to base size? A2. Correct. The per lineal foot shall include the cost difference between push-on joint ductile iron pipe and restrained joint ductile iron pipe. Q3. 4 Concrete Class A & B Please provide M&P for these items. The M&P for spec , under section does not differentiate which one is reinforced or nonreinforced. It is not clearly defined what the difference in the two types. A3. Refer to specification (Cast in Place Concrete) for Class A & B requirements. In the cases where reinforcement is needed, bid item 50 (Contingency Cost Additional Work) shall be used. Q Type A Pavement Cut Restoration M&P states this item is to include the surface coarse, binder coarse and prime coat. What should b the assumed binder coarse thickness as the county requires multiple thicknesses depending on the classification of the road? Also if this is to include the surface coarse, what is pay item 12, Asphalt Paving, to be used for? A4. Refer to Gwinnett D.O.T Utility Cut Details for binder thicknesses based upon road classification.

2 BL Addendum #1 Page 2 Q5. 15 Permanent Seeding is bid by the LF, what width should the contractor assume? A5. s 10 (Dry Straw or Hay Mulch) to TN; 10 (Temporary Seeding and Mulch) to SY; 15 (Permanent Seeding) to SY. These changes are reflected on the attached revised Form. Q6. 38A Provides a way for P401 linings to be paid for. How is the contractor to be compensated for lined fittings? A6. If P401 fittings are needed, bid item 50 (Contingency Cost Additional Work) shall be used. Q7. 25.B Doghouse Manhole What diameter is required for this doghouse? A7. 48 Diameter, 60 Diameter, and 72 Diameter have been added to the attached revised Form. Q8. 25.A Polymer Cement Manhole What diameter is required for the polymer manholes? A8. 48 Diameter, 60 Diameter, and 72 Diameter have been added to the attached revised Form. Q9. It was mentioned at the prebid that the county intends to award to multiple contractors. In the bid documents it states that the county will award to the lowest qualified bidder, on page 2 of the Notice to. Also under Section 1, Instruction to ders, paragraph 19.5 it states that One contract for work will be awarded to the lowest responsible bidder. Please clarify. Also, if the county awards to multiple contractors, please provide a clear method of award of projects. A9. Change the first sentence of the last paragraph on page 2 to read as follows: The County will award the Contract to the lowest qualified bidder(s). Change Section 1, 19.5 and 20.5 to read as follows: 19.5 One contract for work will be awarded, if award is made, to the lowest responsible and responsive der. This project may be awarded by base bid or base bid plus selected alternates, if applicable, as deemed in the best interest of the County." Successful der will be required to perform Work as Prime Contractor. Work performed by Contractor shall be 50% minimum. No Contract assignment or subcontracting will be allowed without written permission from the Engineer The Department reserves the right to award to multiple contractors to provide the requested services based on the County's needs. Award will be based upon Base to lowest responsible, responsive bidder(s). Should the County award the contract to multiple contractors, it is the intent of the County to divide the work equally. Each

3 BL Addendum #1 Page 3 project will be assigned to the contractor with the lowest cost for that particular project while also considering whose schedule permits them to begin and perform the work in a timely manner. Alternate s will not be considered as basis for award unless specifically stated on the Form. Successful der will be required to perform Work as Prime Contractor. Work performed by Contractor shall be 50% minimum. No Contract assignment or subcontracting will be allowed without written permission from the Engineer. Q E Manhole Drops Please provide an assumed height that should be carried in this item. A H - Manhole Outside Drops Units has been changed from EA to VF on the attached revised Form. Q11. On the Bypass section, instead of a per hour bid can it be changed to per Linear foot/ per day? The reason the distance to be bypassed will change the cost of the system greatly and the distance will change every job. A11. Note the revised line items on page 20R of the attached Revised Form. Add the following verbiage that explains the Contingency line item. Contingency Costs-Additional Work. Materials and/or Labor purchased/worked by contractor.- Indicate Percentage above Cost (not to exceed 10%). Indicate percentage (%) above cost for materials/labor by contractor that would not fall under an existing task line item. This may include items purchased by contractor in emergency instances or in situations where there is a unique condition during the performance of work.(i.e. stamped concrete, railroad invoice) Receipt(s) and/or timesheets must be submitted along with invoice for approval of payment. Must be pre-approved by GCDWR contract manager.

4 BL Addendum #1 Page 4 Replace the following documents with the attached revised forms. The bid description/project name has been corrected. der s Affidavit Form of Non-Collusion Affidavit Code of Ethics Affidavit Contractor Affidavit and Agreement Form pages with the attached page 17R 35R. Acknowledge receipt of this addendum on the Firm Information page, page 15. Failure to do so may result in your proposal being deemed non-responsive. Thank you, Shelley McWhorter Shelley McWhorter, CPPB Purchasing Associate III Attachments: der s Affidavit Form of Non-Collusion Affidavit Code of Ethics Affidavit Contractor Affidavit and Agreement Revised Form BL Tabulation Pre-bid Sign in Sheet

5 BIDDER'S AFFIDAVIT (This der's Affidavit is part of the Documents) BID NUMBER: BL BID DATE: MAY 25, 2018 PROJECT NAME: Construction and Rehab of Gravity and Sewer Force Mains on an Contract STATE OF ) COUNTY OF ) (Name Printed) being duly sworn, deposes and says that he resides at that he is the (Title) (Name of der) who signed the above Form, that he was duly authorized to sign and that the is the true offer of the der, that the seal attached is the seal of the der and that all the declarations and statements contained in the are true to the best of his knowledge and belief. (Affiant) Subscribed and Sworn to before me this Day of 20 (Notary Public) My Commission expires, 20 (SEAL) 41

6 FORM OF NON-COLLUSION AFFIDAVIT (This Non-Collusion Affidavit is Part of the Documents) BID NUMBER: BL BID DATE: MAY 25, 2018 PROJECT NAME: Construction and Rehab of Gravity and Sewer Force Mains on an Contract STATE OF ) SS. COUNTY OF ) being first duly sworn, deposes and says that he is (sole owner, partner, president, secretary, etc.) the party making the foregoing Proposal or ; that such is genuine and not collusive or sham; that said der has not colluded, conspired, connived, or agreed, directly or indirectly, with any der or person, to put in a sham, or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix the Price of affiant or any other der, or to fix any overhead, profit or cost element of said Price, or of that of any other der, or to secure any advantage against Gwinnett County, or any person interested in the proposed Contract; and that all statements in said Proposal or are true; and further, that such der has not, directly or indirectly submitted this, or the contents thereof, or divulged information or data relative thereto to any association or to any member or agent thereof. (Affiant) Subscribed and Sworn to before me this Day of 20 (Notary Public in and for) (County) My Commission expires, 20 (SEAL) 42

7 # & BL051-18, Construction and Rehab of Gravity and Sewer Force Mains on an Contract CODE OF ETHICS AFFIDAVIT (THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH YOUR SUBMITTAL AND WILL BE REQUIRED PRIOR TO EVALUATION) In accordance with Section of the Gwinnett County Code of Ordinances the undersigned bidder/proposer makes the following full and complete disclosure under oath, to the best of his/her knowledge, of the name(s) of all elected officials whom it employs or who have a direct or indirect pecuniary interest in or with the bidder/proposer, its affiliates or its subcontractors: 1. (Company Submitting /Proposal) 2. (Please check one box below) No information to disclose (complete only section 4 below) Disclosed information below (complete section 3 & section 4 below) 3. (if additional space is required, please attach list) Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name 4. Sworn to and subscribed before me this BY: day of, 20 Authorized Officer or Agent Signature Printed Name of Authorized Officer or Agent Notary Public Title of Authorized Officer or Agent of Contractor (seal) Note: See Gwinnett County Code of Ethics Ordinance EO2011, Sec The ordinance will be available to view in its entirety at

8 Solicitation Name & No. Construction and Rehab of Gravity and Sewer Force Mains on an Contract, BL CONTRACTOR AFFIDAVIT AND AGREEMENT (THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH YOUR SUBMITTAL AND WILL BE REQUIRED PRIOR TO EVALUATION) By executing this affidavit, the undersigned contractor verifies its compliance with The Illegal Reform Enhancements for 2013, stating affirmatively that the individual, firm, or corporation which is contracting with the Gwinnett County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act, in accordance with the applicability provisions and deadlines established therein. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services or the performance of labor pursuant to this contract with the Gwinnett County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with the Illegal Immigration Reform and Enforcement Act on the Subcontractor Affidavit provided in Rule or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Gwinnett County Board of Commissioners at the time the subcontractor(s) is retained to perform such service. E-Verify * User Identification Number Date Registered Legal Company Name Street Address City/State/Zip Code BY: Authorized Officer or Agent Date (Contractor Signature) Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF, 201 For Gwinnett County Use Only: Document ID # Issue Date: Initials: Notary Public My Commission Expires: * As of the effective date of O.C.G.A , the applicable federal work authorization program is E-Verify

9 4. der submits the following lump sum/unit prices for the Construction and Rehab of Gravity and Sewer Force Mains on an Contract Base identified in Form as part of this. Work included within each in the Schedule is described in Section Measurement and Payment. The unit prices quoted shall be valid for all unit standalone work as well as up to innumerable units covering any scope of project requested to perform as urgent work assignments. Specification Units Section Exploratory Excavation HR 100 $ $ Septic Tank Demolition EA 10 $ $ Debris Removal Per Truck EA 100 $ $ Cast-in-Place Concrete Class A CY 25 $ $ Class B CY 50 $ $ Clearing and Grubbing ACRE 2 $ $ Orange Barrier Fence LF 1,000 $ $ Rock Excavation CY 1,500 $ $ Additional Bedding CY 1,500 $ $ Crusher Run Backfill TON 100 $ $ Erosion and Sedimentation Control Anionic Polyacrylamide GAL 2 $ $ Hay Bales EA 300 $ $ Inlet Sediment Trap EA 10 $ $ Jute Matting or Excelsior Netting SY 500 $ $ 17R

10 Specification Section Units Rock Check Dam EA 5 $ $ Silt Fence Type A LF 1,000 $ $ Silt Fence Type C LF 5,000 $ $ Dry Straw or Hay Mulch TN 2,000 $ $ Temporary Seeding and Mulch SY 5,000 $ $ Rip Rap SY 500 $ $ Asphalt Resurfacing SY 2,000 $ $ Sidewalk Restoration LF 500 $ $ Curb/Combination Curb & Gutter Restoration LF 200 $ $ Permanent Seeding SY 5,000 $ $ Sod Removal and Replacement SY 1,500 $ $ Topsoil CY 500 $ $ Tree Replacement Hardwoods, 2 EA 5 $ $ Pines, 2 EA 5 $ $ Riverside, 2 EA 5 $ $ Manhole Invert Rehabilitation EA 5 $ $ Relining Sewers 8 LF 100 $ $ 10 LF 100 $ $ 18R

11 Specification Section Units 12 LF 100 $ $ 16 LF 100 $ $ 18 LF 100 $ $ 20 LF 100 $ $ 24 LF 100 $ $ 30 LF 100 $ $ 36 LF 50 $ $ 42 LF 50 $ $ 21A Pipe Bursting Including Bursting of Existing Pipe and Pulling Through of HDPE Insertion Pipe 8 LF 100 $ $ 10 LF 100 $ $ 12 LF 100 $ $ 16 LF 100 $ $ 18 LF 100 $ $ 20 LF 100 $ $ 24 LF 100 $ $ 30 LF 100 $ $ 21B Service Connections EA 25 $ $ 19R

12 Specification Section Bypass Pumping Units Gallons per Minute HR 40 $ $ Gallons per Minute HR 40 $ $ Gallons per Minute HR 40 $ $ Gallons per Minute HR 40 $ $ Gallons per Minute HR 40 $ $ Gallons per Minute HR 40 $ $ Gallons per Minute HR 40 $ $ Gallons per Minute HR 40 $ $ Gallons per Minute HR 25 $ $ Gallons per Minute HR 25 $ $ Gallons per Minute HR 25 $ $ Gallons per Minute HR 25 $ $ Gallons per Minute HR 25 $ $ Gallons per Minute HR 25 $ $ Discharge Line for 6 Pump LF 1,500 $ $ Discharge Line for 8 Pump LF 500 $ $ 20R

13 Specification Section Furnish and Install Precast Concrete Vaults with Bilco Aluminum Hatches (or equal): Units 5 x 9 x 6 Vault EA 1 $ $ 12 x 6 x 6 Vault EA 1 $ $ Adjust/Modify Vault Top EA 5 $ $ Manholes and Structures/Precast Concrete Structures 25.A Polymer Cement Manhole 25.B Doghouse Manhole 48 diameter VF 16 $ $ 60 diameter VF 8 $ $ 72 diameter VF 8 $ $ 48 diameter EA 5 $ $ 60 diameter EA 2 $ $ 72 diameter EA 2 $ $ 25.C Dia. Manhole (Base, Barrels and Cone) VF 500 $ $ 25.D Dia. Base w/ Transition Slab EA 5 $ $ 72 Dia. Base w/ Transition Slab EA 5 $ $ 84 Dia. Base w/ Transition Slab EA 5 $ $ 96 Dia. Base w/ Transition Slab EA 5 $ $ 25.E Additional Barrels VF 25 $ $ 25.F Additional Slab Tops EA 5 $ $ 21R

14 Specification Section Units 25.G Manhole Frame and Cover 25.H Manhole Outside Drops 25.I Manhole Coring Type A EA 25 $ $ Type B EA 10 $ $ 8, 10, or 12 Pipe VF 24 $ $ 16, 18, or 20 Pipe VF 8 $ $ 24, 30, or 36 Pipe VF 8 $ $ 24 or Less EA 10 $ $ 30 or 36 EA 5 $ $ 42 or 48 EA 5 $ $ Adjust Manhole Barrel VF 20 $ $ Adjust Manhole Cone EA 20 $ $ Adjust Manhole Frame and Covers to Grade 1 Vertical ft. or less, Non-pavement EA 20 $ $ 1 Vertical ft. or less, pavement EA 20 $ $ Air Release Manhole Vent Adjustment EA 5 $ $ Steel Casing, Bore & Jack Installation 8 Diameter LF 100 $ $ 12 Diameter LF 200 $ $ 16 Diameter LF 500 $ $ 20 Diameter LF 500 $ $ 22R

15 Specification Section Units 24 Diameter LF 500 $ $ 30 Diameter LF 200 $ $ 36 Diameter LF 200 $ $ 42 Diameter LF 100 $ $ 48 Diameter LF 100 $ $ 60 Diameter LF 100 $ $ Steel Casing, Open Cut Installation 8 Diameter LF 100 $ $ 12 Diameter LF 200 $ $ 16 Diameter LF 500 $ $ 20 Diameter LF 500 $ $ 24 Diameter LF 500 $ $ 30 Diameter LF 200 $ $ 42 Diameter LF 100 $ $ 48 Diameter LF 100 $ $ 60 Diameter LF 100 $ $ Uncased Boring, For Main Pipe Size 4 Diameter LF 100 $ $ 8 Diameter LF 200 $ $ 10 Diameter LF 200 $ $ 23R

16 Specification Section Steel Tunnel Liner Units 12 Diameter LF 200 $ $ 16 Diameter LF 200 $ $ 48 Diameter LF 100 $ $ 60 Diameter LF 100 $ $ Steel Pipe 72 Diameter LF 100 $ $ 12 Diameter LF 100 $ $ 24 Diameter LF 100 $ $ 36 Diameter LF 100 $ $ 48 Diameter LF 100 $ $ Air Release and Vacuum Valve Assemblies/Valve Assemblies Sanitary Utility Sewerage Piping 36.A PVC Pipe, Depth of Cut 2 EA 2 $ $ 3 EA 2 $ $ 4 EA 2 $ $ 6 EA 2 $ $ 8 EA 2 $ $ 0.00 to 7.99 LF 1,000 $ $ 8.00 to 9.99 LF 3,000 $ $ 24R

17 Specification Section 37.A PVC Pipe, Depth of Cut Units to LF 3,000 $ $ to LF 1,000 $ $ to LF 1,000 $ $ to LF 500 $ $ to LF 250 $ $ to LF 100 $ $ to LF 100 $ $ 8 DIP, as an Extra LF 5,000 $ $ 0.00 to 7.99 LF 1,000 $ $ 8.00 to 9.99 LF 2,000 $ $ to LF 2,000 $ $ to LF 1,000 $ $ to LF 500 $ $ to LF 250 $ $ to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ 10 DIP, as an Extra LF 2,000 $ $ 25R

18 Specification Section 37.A PVC Pipe, Depth of Cut 37.A PVC Pipe, Depth of Cut Units 0.00 to 7.99 LF 500 $ $ 8.00 to 9.99 LF 1,000 $ $ to LF 1,000 $ $ to LF 500 $ $ to LF 250 $ $ to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ 12 DIP, as an Extra LF 500 $ $ 0.00 to 7.99 LF 1,000 $ $ 8.00 to 9.99 LF 2,000 $ $ to LF 2,000 $ $ to LF 1,000 $ $ to LF 500 $ $ to LF 500 $ $ to LF 100 $ $ 26R

19 Specification Section Units to LF 100 $ $ to LF 100 $ $ 16 DIP, as an Extra LF 500 $ $ 37.A DIP, Pressure Class 250, Depth of Cut 0.00 to 7.99 LF 1,000 $ $ 8.00 to 9.99 LF 2,000 $ $ to LF 2,000 $ $ to LF 1,000 $ $ to LF 500 $ $ to LF 250 $ $ to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ 18 DIP, Pressure Class 350, as an Extra LF 500 $ $ 37.A DIP, Pressure Class 200, Depth of Cut 0.00 to 7.99 LF 500 $ $ 8.00 to 9.99 LF 1,000 $ $ to LF 1,000 $ $ to LF 500 $ $ to LF 250 $ $ 27R

20 Specification Section Units to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ 24 DIP, Pressure Class 350, as an Extra LF 500 $ $ 37.A DIP, Pressure Class 200, Depth of Cut 0.00 to 7.99 LF 1,000 $ $ 8.00 to 9.99 LF 1,000 $ $ to LF 1,000 $ $ to LF 500 $ $ to LF 250 $ $ to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ 30 DIP, Pressure Class 350, as an Extra LF 500 $ $ 37.A DIP, Pressure Class 200, Depth of Cut 0.00 to 7.99 LF 500 $ $ 8.00 to 9.99 LF 1,000 $ $ to LF 1,000 $ $ 28R

21 Specification Section Units to LF 500 $ $ to LF 250 $ $ to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ 36 DIP, Pressure Class 350, as an Extra LF 500 $ $ 37.A DIP, Pressure Class 200, Depth of Cut 0.00 to 7.99 LF 500 $ $ 8.00 to 9.99 LF 1,000 $ $ to LF 1,000 $ $ to LF 500 $ $ to LF 250 $ $ to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ 42 DIP, Pressure Class 350, as an Extra LF 500 $ $ 37.A DIP, Pressure Class 200, Depth of Cut 0.00 to 7.99 LF 500 $ $ 29R

22 Specification Section Units 8.00 to 9.99 LF 1,000 $ $ to LF 1,000 $ $ to LF 500 $ $ to LF 250 $ $ to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ to LF 100 $ $ 48 DIP, Pressure Class 350, as an Extra LF 500 $ $ 37.B House service Connections, 6 PVC LF 1,000 $ $ 37.B House service Connections, 6 DIP LF 1,000 $ $ Sewer Clean Out EA 100 $ $ 38.A Sanitary Utility Sewerage Force Mains, Pressure Class 200 DIP 4 LF 2,000 $ $ 4 Restrained Joint Pipe LF 1,000 $ $ Protecto 401(or equal), as an Extra LF 250 $ $ 6 LF 2,000 $ $ 6 Restrained Joint Pipe LF 1,000 $ $ Protecto 401(or equal), as an Extra LF 250 $ $ 8 LF 2000 $ $ 30R

23 Specification Section Units 8 Restrained Joint Pipe LF 1,000 $ $ Protecto 401(or equal), as an Extra LF 250 $ $ 10 LF 500 $ $ 10 Restrained Joint Pipe LF 250 $ $ Protecto 401(or equal), as an Extra LF 50 $ $ 12 LF 500 $ $ 12 Restrained Joint Pipe LF 250 $ $ Protecto 401(or equal), as an Extra LF 50 $ $ 16 LF 200 $ $ 16 Restrained Joint Pipe LF 100 $ $ Protecto 401(or equal), as an Extra LF 50 $ $ 20 LF 200 $ $ 20 Restrained Joint Pipe LF 100 $ $ Protecto 401(or equal), as an Extra LF 50 $ $ 24 LF 200 $ $ 24 Restrained Joint Pipe LF 100 $ $ Protecto 401(or equal), as an Extra LF 50 $ $ 30 LF 200 $ $ 30 Restrained Joint Pipe LF 100 $ $ 31R

24 Specification Section Units Protecto 401(or equal), as an Extra LF 50 $ $ 36 LF 200 $ $ 36 Restrained Joint Pipe LF 100 $ $ Protecto 401(or equal), as an Extra LF 50 $ $ 42 LF 200 $ $ 42 Restrained Joint Pipe LF 100 $ $ Protecto 401(or equal), as an Extra LF 50 $ $ 48 LF 200 $ $ 48 Restrained Joint Pipe LF 100 $ $ Protecto 401(or equal), as an Extra LF 50 $ $ Extra Depth over 8 LF 1,000 $ $ 38.B Wet Cut Ins, All Depths EA 6 $ $ 4 EA 6 $ $ 6 EA 6 $ $ 8 EA 4 $ $ 10 EA 2 $ $ 12 EA 2 $ $ 16 EA 2 $ $ 20 EA 2 $ $ 32R

25 Specification Section 38.C Plug Valves Units 24 EA 2 $ $ 30 EA 2 $ $ 36 EA 2 $ $ 42 EA 2 $ $ 48 EA 2 $ $ 4 EA 6 $ $ 6 EA 6 $ $ 8 EA 6 $ $ 10 EA 2 $ $ 12 EA 2 $ $ 16 EA 2 $ $ 20 EA 2 $ $ 24 EA 2 $ $ 30 EA 2 $ $ 36 EA 2 $ $ 33R

26 Specification Section Units 42 EA 2 $ $ 48 EA 2 $ $ 39.A Upgrade DIP to Pressure Class 250 Pipe LF 500 $ $ 39.B Upgrade DIP to Pressure Class 350 Pipe (for 4 to 16 DIP) LF 500 $ $ Lower Existing Ductile Iron Pipe in Place Labor and Equipment Only 6 Diameter LF 500 $ $ 8 Diameter LF 1,000 $ $ 10 Diameter LF 500 $ $ 12 Diameter LF 250 $ $ 14 Diameter LF 100 $ $ 16 Diameter LF 100 $ $ 24 Diameter LF 100 $ $ Ductile Iron Fittings TON 100 $ $ Polyethylene Encasement LF 1,000 $ $ Driveway Cut Restoration Pavement Cut Restoration Concrete SY 300 $ $ Gravel SY 300 $ $ Asphalt SY 300 $ $ Type A SY 1,000 $ $ 34R

27 Specification Section Units Type B SY 1,000 $ $ Type C SY 2,000 $ $ Asphalt Milling SY 1,000 $ $ Traffic Striping LF 1,000 $ $ Traffic Signal Loop EA 100 $ $ Guard Rail Removal/Replace LF 100 $ $ Traffic Control Police Officer HR 25 $50.00 $1, Contingency Costs Additional Work Labor Materials Cost plus percentage (not to exceed 10%) % BID TOTAL $ 35R

28 Tabulation Page 1 of 6 BL ( Pricing) Construction and Rehabilitation of Gravity Sewer Pipes on an Contract Department of Water Resources Units Exploratory Excavation HR 500 $ $173, Septic Tank Demolition EA 100 $ $57, Debris Removal Per Truck EA 100 $ $57, Concrete Class A CY 25 $ $21, Class B CY 100 $ $23, Clearing and Grubbing ACRE 2 $10, $20, Orange Barrier Fence LF 1000 $2.32 $2, Rock Excavation CY 1500 $57.88 $86, Additional Bedding CY 1500 $34.73 $52, Crusher Run Backfill TON 100 $ $19, Erosion and Sedimentation Control Anionic Polyacrylamide GAL 2 $63.67 $ Hay Bales EA 300 $11.58 $3, Inlet Sediment Trap EA 20 $ $3, Jute Matting or Excelsior Netting SY 8000 $2.90 $23, Rock Check Dam EA 5 $ $ Silt Fence Type A LF 5000 $2.32 $11, Silt Fence Type C LF 7000 $3.47 $24, Dry Straw or Hay Mulch LF 5000 $1.16 $5, Temporary Seeding and Mulch LF 5000 $1.16 $5, Rip Rap SY 500 $57.88 $28, Asphalt Paving SY 2000 $19.68 $39, Sidewalk Restoration LF 100 $81.03 $8, Curb/Combination Curb & Gutter Restoration LF 100 $57.88 $5, Permanent Seeding LF $2.32 $34, Sod Removal and Replacement LF 1500 $28.94 $43, Topsoil LF 1000 $2.32 $2, Tree Replacement Hardwoods, 2 EA 5 $ $1, Pines, 2 EA 5 $ $1, Riverside, 2 EA 5 $ $1, Manhole Invert Rehabilitation EA 2 $5, $11, Relining Sewers 8 LF 100 $96.08 $9, LF 100 $99.56 $9, LF 100 $ $10, LF 100 $ $11, LF 100 $ $12, LF 100 $ $13, LF 100 $ $15, LF 100 $ $17, LF 50 $ $10, LF 50 $ $13, A Pipe Bursting Including Bursting of Existing Pipe and Pulling Through of HDPE Insertion Pipe John D. Stephens, Inc. (L) 8 LF 100 $93.77 $9, LF 100 $ $10, LF 100 $ $11, LF 100 $ $17, LF 100 $ $19, LF 100 $ $22, LF 100 $ $27, LF 100 $ $42, B Service Connections EA 25 $ $15, Bypass Pumping Gallons per Minute HR 40 $81.03 $3, Gallons per Minute HR 40 $81.03 $3, Gallons per Minute HR 40 $92.61 $3, Gallons per Minute HR 40 $ $4, Gallons per Minute HR 40 $ $5, Gallons per Minute HR 40 $ $11, dg

29 Tabulation Page 2 of 6 BL ( Pricing) Construction and Rehabilitation of Gravity Sewer Pipes on an Contract Department of Water Resources Units John D. Stephens, Inc. (L) Gallons per Minute HR 40 $ $12, Gallons per Minute HR 40 $ $13, Gallons per Minute HR 25 $ $18, Gallons per Minute HR 25 $ $20, Gallons per Minute HR 25 $ $20, Gallons per Minute HR 25 $ $20, Gallons per Minute HR 25 $ $20, Gallons per Minute HR 25 $ $20, Furnish and Install Precast Concrete Vaults with Bilco Aluminum Hatches: 5 x9 x6 Vault EA 1 $11, $11, x6 x6 Vault EA 1 $15, $15, Adjust/Modify Vault Top EA 5 $1, $8, Manholes and Structures 48 Dia. Manhole (Base, Barrels, and 25.A VF 500 Cone) $ $147, Dia. Base w/ Transition 25.B EA 5 $2, $12, Slab 72 Dia. Base w/ Transition Slab EA 5 $3, $19, Dia. Base w/ Transition Slab EA 5 $6, $30, Dia. Base w/ Transition Slab EA 5 $8, $40, C Additional Barrels VF 25 $ $10, Additional Slab Tops EA 5 $ $1, D Manhole Frame and Cover Type A EA 25 $ $11, Type B EA 25 $ $11, Type C EA 10 $ $4, E Manhole Drops 8, 10, or 12 Pipe EA 1 $4, $4, , 18, or 20 Pipe EA 1 $7, $7, , 30, or 36 Pipe EA 1 $23, $23, F Manhole Coring 24 or Less EA 10 $2, $23, or 36 EA 5 $3, $19, or 48 EA 5 $7, $37, Adjust Manhole Barrel VF 20 $ $5, Adjust Manhole Cone EA 20 $ $17, Adjust Manhole Frame and Covers to Grade 1 Vertical ft. or less, Non-pavement EA 20 $ $17, Vertical ft. or less, pavement EA 20 $1, $34, Air Release Manhole Vent Adjustment EA 5 $ $3, Steel Casing, Bore & Jack Installation 8 Diameter LF 100 $87.98 $8, Diameter LF 200 $ $20, Diameter LF 500 $ $138, Diameter LF 500 $ $173, Diameter LF 500 $ $208, Diameter LF 200 $ $83, Diameter LF 200 $ $100, Diameter LF 100 $ $58, Diameter LF 100 $ $66, Steel Casing, Open Cut Installation 8 Diameter LF 100 $47.46 $4, Diameter LF 200 $63.67 $12, Diameter LF 500 $70.62 $35, Diameter LF 500 $92.61 $46, Diameter LF 500 $ $66, Diameter LF 200 $ $41, Diameter LF 200 $ $46, Diameter LF 100 $ $25, Diameter LF 100 $ $32, Uncased Boring, For Main Pipe Size 4 Diameter LF 300 $46.31 $13, Diameter LF 500 $57.88 $28, Diameter LF 500 $69.46 $34, dg

30 Tabulation Page 3 of 6 BL ( Pricing) Construction and Rehabilitation of Gravity Sewer Pipes on an Contract Department of Water Resources Units John D. Stephens, Inc. (L) Diameter LF 200 $69.46 $13, Diameter LF 200 $86.82 $17, Steel Tunnel Liner 48 Diameter LF 400 $ $324, Diameter LF 400 $ $370, Diameter LF 400 $ $393, Non-Potable Reuse Lines (Ductile Iron Pipe) 4 Diameter LF 100 $47.46 $4, Diameter LF 100 $50.94 $5, Diameter LF 100 $61.35 $6, Diameter LF 100 $72.93 $7, Diameter LF 100 $79.88 $7, Diameter LF 100 $91.45 $9, Diameter LF 100 $ $10, Diameter LF 100 $ $12, Diameter LF 100 $ $15, Diameter LF 100 $ $21, Diameter LF 100 $ $27, Diameter LF 100 $ $34, Diameter LF 100 $ $41, Steel Pipe 12 Diameter LF 100 $1.16 $ Diameter LF 100 $1.16 $ Diameter LF 100 $80.80 $8, Diameter LF 100 $ $22, Air Release and Vacuum Valve Assemblies 2 EA 2 $7, $15, EA 2 $14, $28, EA 2 $13, $26, EA 2 $26, $53, EA 2 $31, $63, Sanitary Utility Sewerage Piping 37.A1 8 PVC Pipe, Depth of Cut 0.00 to 7.99 LF 1000 $48.62 $48, to 9.99 LF 3000 $48.62 $145, to LF 3000 $48.62 $145, to LF 1000 $65.98 $65, to LF 1000 $77.56 $77, to LF 500 $94.93 $47, to LF 250 $ $26, to LF 100 $ $13, to LF 100 $ $14, DIP, as an Extra LF 5000 $23.15 $115, A2 10 PVC Pipe, Depth of Cut 0.00 to 7.99 LF 1000 $52.09 $52, to 9.99 LF 2000 $52.09 $104, to LF 2000 $52.09 $104, to LF 1000 $63.67 $63, to LF 500 $86.82 $43, to LF 250 $98.40 $24, to LF 100 $ $10, to LF 100 $ $13, to LF 100 $ $15, DIP, as an Extra LF 2000 $26.63 $53, A3 12 PVC Pipe, Depth of Cut 0.00 to 7.99 LF 500 $55.57 $27, to 9.99 LF 1000 $55.57 $55, to LF 1000 $55.57 $55, to LF 500 $72.93 $36, to LF 250 $90.29 $22, to LF 100 $ $10, to LF 100 $ $11, to LF 100 $ $14, dg

31 Tabulation Page 4 of 6 BL ( Pricing) Construction and Rehabilitation of Gravity Sewer Pipes on an Contract Department of Water Resources Units John D. Stephens, Inc. (L) to LF 100 $ $15, DIP, as an Extra LF 500 $31.26 $15, A4 16 PVC Pipe, Depth of Cut 0.00 to 7.99 LF 1000 $60.20 $60, to 9.99 LF 2000 $60.20 $120, to LF 2000 $60.20 $120, to LF 1000 $77.56 $77, to LF 500 $94.93 $47, to LF 500 $ $53, to LF 100 $ $11, to LF 100 $ $14, to LF 100 $ $15, DIP, as an Extra LF 500 $41.67 $20, A5 18 DIP, Pressure Class 250, Depth of Cut 0.00 to 7.99 LF 1000 $ $111, to 9.99 LF 2000 $ $222, to LF 2000 $ $233, to LF 1000 $ $122, to LF 500 $ $67, to LF 250 $ $36, to LF 100 $ $16, to LF 100 $ $19, to LF 100 $ $20, DIP, Pressure Class 350, as an Extra LF 500 $9.26 $4, A6 24 DIP, Pressure Class 200, Depth of Cut 0.00 to 7.99 LF 500 $ $67, to 9.99 LF 1000 $ $135, to LF 1000 $ $141, to LF 500 $ $79, to LF 250 $ $42, to LF 100 $ $18, to LF 100 $ $19, to LF 100 $ $22, to LF 100 $ $23, DIP, Pressure Class 350, as an Extra LF 500 $24.31 $12, A7 30 DIP, Pressure Class 200, Depth of Cut 0.00 to 7.99 LF 1000 $ $186, to 9.99 LF 1000 $ $186, to LF 1000 $ $197, to LF 500 $ $110, to LF 250 $ $58, to LF 100 $ $25, to LF 100 $ $27, to LF 100 $ $28, to LF 100 $ $29, DIP, Pressure Class 350, as an Extra LF 500 $37.04 $18, A8 36 DIP, Pressure Class 200, Depth of Cut 0.00 to 7.99 LF 500 $ $117, to 9.99 LF 1000 $ $234, to LF 1000 $ $240, to LF 500 $ $123, to LF 250 $ $64, to LF 100 $ $29, to LF 100 $ $31, to LF 100 $ $33, to LF 100 $ $35, DIP, Pressure Class 350, as an Extra LF 500 $55.57 $27, A9 42 DIP, Pressure Class 200, Depth of Cut 0.00 to 7.99 LF 500 $ $143, to 9.99 LF 1000 $ $298, to LF 1000 $ $310, to LF 500 $ $160, to LF 250 $ $81, dg

32 Tabulation Page 5 of 6 BL ( Pricing) Construction and Rehabilitation of Gravity Sewer Pipes on an Contract Department of Water Resources Units John D. Stephens, Inc. (L) to LF 100 $ $36, to LF 100 $ $37, to LF 100 $ $39, to LF 100 $ $40, DIP, Pressure Class 350, as an Extra LF 500 $76.40 $38, A10 48 DIP, Pressure Class 200, Depth of Cut 0.00 to 7.99 LF 500 $ $200, to 9.99 LF 1000 $ $401, to LF 1000 $ $413, to LF 500 $ $212, to LF 250 $ $107, to LF 100 $ $47, to LF 100 $ $48, to LF 100 $ $50, to LF 100 $ $51, DIP, Pressure Class 350, as an Extra LF 500 $63.67 $31, B1 House service Connections, 6 PVC LF 1000 $35.31 $35, B2 House service Connections, 6 DIP LF 1000 $47.46 $47, A Sanitary Utility Sewerage Force Mains, Pressure Class 200 DIP 4 LF 2000 $59.04 $118, Restrained Joint Pipe LF 1000 $11.58 $11, LF 2000 $56.72 $113, Restrained Joint Pipe LF 1000 $11.58 $11, LF 2000 $61.35 $122, Restrained Joint Pipe LF 1000 $13.89 $13, LF 500 $67.14 $33, Restrained Joint Pipe LF 250 $17.36 $4, LF 500 $79.88 $39, Restrained Joint Pipe LF 250 $21.99 $5, LF 200 $ $21, Restrained Joint Pipe LF 100 $39.36 $3, LF 200 $ $23, Restrained Joint Pipe LF 100 $54.41 $5, LF 200 $ $29, Restrained Joint Pipe LF 100 $75.25 $7, LF 200 $ $40, Restrained Joint Pipe LF 100 $86.82 $8, LF 200 $ $49, Restrained Joint Pipe LF 100 $99.56 $9, LF 200 $ $62, Restrained Joint Pipe LF 100 $ $11, LF 200 $ $80, Restrained Joint Pipe LF 100 $ $14, Extra Depth over 8 LF 1000 $57.88 $57, dg

33 Tabulation Page 6 of 6 BL ( Pricing) Construction and Rehabilitation of Gravity Sewer Pipes on an Contract Department of Water Resources Units John D. Stephens, Inc. (L) B Wet Cut Ins, All Depths 4 EA 6 $2, $17, EA 6 $2, $17, EA 6 $3, $20, EA 4 $5, $23, EA 2 $5, $11, EA 2 $8, $17, EA 2 $11, $23, EA 2 $14, $28, EA 2 $17, $34, EA 2 $23, $46, EA 2 $28, $57, EA 2 $28, $57, C Plug Valves 4 EA 6 $1, $6, EA 6 $1, $9, EA 6 $2, $12, EA 2 $2, $5, EA 2 $3, $7, EA 2 $6, $12, EA 2 $12, $25, EA 2 $20, $41, EA 2 $28, $56, EA 2 $40, $81, EA 2 $156, $312, EA 2 $238, $476, A Upgrade DIP to Pressure Class 250 Pipe LF 500 $57.88 $28, B Upgrade DIP to Pressure Class 350 Pipe (for 4 to 16 DIP) LF 500 $28.94 $14, Lower Existing Ductile Iron Pipe in Place Labor and Equipment Only 6 Diameter LF 500 $40.52 $20, Diameter LF 1000 $40.52 $40, Diameter LF 500 $40.52 $20, Diameter LF 250 $40.52 $10, Diameter LF 100 $40.52 $4, Diameter LF 100 $40.52 $4, Ductile Iron Fittings TON 100 $7, $706, Polyethylene Encasement LF 1000 $6.95 $6, Police Traffic Control HR 2 $ $ A Traffic Control Stationary Lane per 100 ft EA 2 $5, $11, B Traffic Control Rolling lane closure per 100 ft EA 2 $5, $11, Driveway Cut Restoration Concrete SY 300 $63.67 $19, Gravel SY 300 $23.15 $6, Asphalt SY 300 $63.67 $19, Pavement Cut Restoration Type A SY 1000 $57.88 $57, Type B SY 1000 $23.15 $23, Type C SY 2000 $69.46 $138, TOTALS $16,066, Will vendor hold pricing firm? Renewal Option 1 Will vendor hold pricing firm? Renewal Option 2 Will vendor hold pricing firm? Renewal Option 3 Recommended Vendor: John D. Stephens, Inc. Attn: Mitchell D. Stephens 272 Hurricane Shoals Road NE Lawrenceville, GA P: F: mds@johndstephens.com 5% Increase 5% Increase 5% Increase dg

34 BL &

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

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading,

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure 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 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

BID TABULATION BID REQUEST NO

BID 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 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

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.

For 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 information

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

BID 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 information

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION 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 information

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

BID 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 information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Public Works Related Materials and Services. Bid specifications and bid forms are attached. Your

More information

Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL

Job 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 information

City of Newnan, Georgia

City 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 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

CITY OF TAMPA ADDENDUM 2. April 18, 2018

CITY 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 information

SUBDIVISION IMPROVEMENTS AGREEMENT

SUBDIVISION 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 information

Annual Services Construction Contract (ASCC) #15 Project Number: PUCN

Annual Services Construction Contract (ASCC) #15 Project Number: PUCN Annual Services Construction Contract (ASCC) #15 Project Number: PUCN-16-0023 Engineer's Estimate Inlet Construction, Inc. Peters & White Construction Inc. Worley Turf & Irrigation Inc. East West Construction

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

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

2015 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 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

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL

Job 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 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

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

BIDDER'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 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

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

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

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

LETTING : CALL : 056 COUNTIES : MILLE LACS

LETTING : 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 information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Paving Materials - Signs

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Paving Materials - Signs The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Paving and Related Materials and Services. Bid specifications and bid forms are attached. Your

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

Attachment A Required Submission Documents BIDDER INFORMATION

Attachment A Required Submission Documents BIDDER INFORMATION Company Name: BIDDER INFORMATION Company Address: Authorized By (typed or printed name): Title: Authorized Signature: Date: Telephone Number: Fax Number : Email Address: Company s Web Page: Remit to Name:

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

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC 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 information

INVITATION TO BID ITB# G FOR. MILLBROOK CIRCLE WATER MAIN REPLACEMENT Schedule of Events

INVITATION TO BID ITB# G FOR. MILLBROOK CIRCLE WATER MAIN REPLACEMENT Schedule of Events EVENT INVITATION TO BID ITB# 17-276-G FOR MILLBROOK CIRCLE WATER MAIN REPLACEMENT Schedule of Events DATE ITB Issue Date... 10/3/2017 Pre-bid Conference not mandatory, attendance highly encouraged... 10/12/2017,

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

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th. County Engineer Environmental Engineer Building Department 233 W. Sixth Street Marysville, Ohio 43040 P 937. 645. 3018 F 937. 645. 3161 www.co.union.oh.us/engineer Marysville Operations Facility 16400

More information

PART II - Prospect Street 37. 8" Ductile Iron CL52 Water Main 614 lin. ft. $ $ 49, $ $ 43, $ $ 46,050.

PART 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 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

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

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

OKLAHOMA TURNPIKE AUTHORITY

OKLAHOMA 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 information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES October 18, 2011 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE INSTALLATION, REPLACEMENT AND/OR RELOCATION OF PRESSURIZED WATER MAINS AND SEWER FORCE MAINS AND APPURTENANCES Gwinnett County is soliciting

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

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

GORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date

GORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date Company Name: Authorized Proposer: Date Where is the location of your service organization assigned to handle this account. Is the service location servicing this account owned and a part of your Company?

More information

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

Job 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 information

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE Scope The City of Sandersville (City) is seeking a Contractor to provide asphalt milling and resurfacing services. The City has identified

More information

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404) City of Forest Park Request for Proposals for the Forest Park Urban Redevelopment Agency (URA) Installation Ft. Gillem Forest Park, Georgia 30297 Mandatory Pre-Proposal Conference September 29, 2015 at

More information

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075

CECIL 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 information

Convert Six East/West Tennis Courts to a North/South Orientation

Convert Six East/West Tennis Courts to a North/South Orientation Convert Six East/West Tennis Courts to a North/South Orientation Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org

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

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project

ADDENDUM 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 information

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:

ADDENDUM #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 information

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

19th & 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 information

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

INVITATION TO BID The Lodge Indoor Pool Deck Chairs INVITATION TO BID The Lodge Indoor Pool Deck Chairs The City of Des Peres is soliciting bids for seventy-five indoor pool deck chairs for The Lodge Des Peres. Bids will be accepted until 1:30 pm on Tuesday,

More information

Compliance with Georgia Security and Immigration Compliance Act PROCEDURES & REQUIREMENTS (Effective Supersedes All Previous Versions)

Compliance with Georgia Security and Immigration Compliance Act PROCEDURES & REQUIREMENTS (Effective Supersedes All Previous Versions) Compliance with Georgia Security and Immigration Compliance Act PROCEDURES & REQUIREMENTS (Effective 07-01-2013 - Supersedes All Previous Versions) BACKGROUND Pursuant to the Georgia Security and Immigration

More information

Shelley McWhorter Shelley McWhorter, CPPB Purchasing Associate III. October 13, 2014 INVITATION TO BID BL114-14

Shelley McWhorter Shelley McWhorter, CPPB Purchasing Associate III. October 13, 2014 INVITATION TO BID BL114-14 October 13, 2014 INVITATION TO BID BL114-14 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for Road Repair and Patching on a Term Contract for

More information

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of

More information

OKLAHOMA TURNPIKE AUTHORITY

OKLAHOMA 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 information

BID PROPOSAL ANNUAL PATHWAY & MINOR CONSTRUCTION CONTRACT PBC PROJECT #

BID PROPOSAL ANNUAL PATHWAY & MINOR CONSTRUCTION CONTRACT PBC PROJECT # ENGINEERS Wynn & Sons Envir. ESTIMATE Construction, Inc. 1 Emergency Response, Less than 6 Hours 10 EA $ 50.00 $ 50.00 $ 500.00 2 Emergency Response, 6 Hours to 24 Hours 20 EA $ 50.00 $ 50.00 $ 1,000.00

More information

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

Subject: 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 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

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

EST. UNIT UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS

EST. UNIT UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS BID TAB PROJECT: City of Steamboat Springs / Emerald Park Access & Railroad Crossing Phase I (2017) JOB NO: 1340-067 DATE: 6/15/2017 Oldcastle SW Group, Inc. dba Engineer's Estimate United Companies Native

More information

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI PROPOSALS DUE: 1:00 P.M., FRIDAY, MAY 18, 2018 The City of Creve Coeur seeks proposals for the fabrication and delivery

More information

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

HORRY COUNTY SOLID WASTE AUTHORITY, INC. HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposal for 8 Yard Dumpster Service. All interested parties can obtain the RFP at www.solidwasteauthority.org.

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

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT REQUEST FOR QUOTE FCARC # - 00126 54 th Street Pavement Improvement Project By: Marilyn Weisenberg, Buyer II and Water Conservation District

More information

ISSUED FOR BIDS. Contract Documents & Technical Specifications

ISSUED FOR BIDS. Contract Documents & Technical Specifications ISSUED FOR BIDS Contract Documents & Technical Specifications ANNUAL CONSTRUCTION FOR SMALL WATER MAINS FOR THE OCONEE COUNTY BOARD OF COMMISSIONERS OCONEE COUNTY, GEORGIA OFFICIALS Honorable Melvin Davis,

More information

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal

ENGINEER'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 information

Replace Transmission - Bulldozer

Replace Transmission - Bulldozer Replace Transmission - Bulldozer Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Replace Transmission Bulldozer

More information

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. December 19, 2018 INVITATION TO BID BL003-19 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the Construction and/or Replacement of Concrete

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

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

TOWN OF CLOVER REQUEST FOR PROPOSALS HAMPTON STREET ROAD REPAIR

TOWN OF CLOVER REQUEST FOR PROPOSALS HAMPTON STREET ROAD REPAIR TOWN OF CLOVER REQUEST FOR PROPOSALS HAMPTON STREET ROAD REPAIR I. INTRODUCTION The, South Carolina, is requesting bids to furnish labor, material, supervision and equipment to perform a street/gutter

More information

CITY 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 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 information

Market Street Gateway Improvements Phase 1

Market Street Gateway Improvements Phase 1 PROPOSAL FORM Market Street Gateway Improvements Phase 1 CITY OF PORTSMOUTH, N.H. To the City of Portsmouth, New Hampshire, herein called the Owner. The undersigned, as Bidder, herein referred to as singular

More information

BID TABULATION PAGE 1 OF 6

BID TABULATION PAGE 1 OF 6 BID TABULATION PAGE 1 OF 6 BID PRE-BID ESTIMATE R.G. Huston Company, Inc. Kopplin & Kinas Co., Inc. Cottage Grove, WI Green Lake, WI NO. DESCRIPTION OF WORK QUANT. UNITS UNIT PRICE AMOUNT UNIT PRICE AMOUNT

More information

CITY OF SAN MATEO REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY FOR SAN MATEO VILLAGE NEIGHBORHOOD

CITY OF SAN MATEO REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY FOR SAN MATEO VILLAGE NEIGHBORHOOD CITY OF SAN MATEO REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY FOR SAN MATEO VILLAGE NEIGHBORHOOD REVISED RFQ, NOVEMBER 17, 2009 PRIVATE SEWER LATERAL REPLACEMENT

More information

Sandalfoot Blvd. & SR 7 and SW 3rd St. & SR 7 Bridge Replacements WEEKLEY ASPHALT PAVING, INC. KIEWIT INFRASTRUCTURE CO. RUSSELL ENGINEERING

Sandalfoot Blvd. & SR 7 and SW 3rd St. & SR 7 Bridge Replacements WEEKLEY ASPHALT PAVING, INC. KIEWIT INFRASTRUCTURE CO. RUSSELL ENGINEERING ROADWAY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 BRIDGE 37 38 39 40 41 42 43 REGULAR PAY Mobilization 1 LS $ 424,200.00 $ 238,930.61 $ 445,000.00

More information

Utility Committee Meeting AGENDA. October 3, 2017

Utility 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 information

OKLAHOMA TURNPIKE AUTHORITY

OKLAHOMA 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 information

RETIREE HEALTH BENEFITS TRUST

RETIREE HEALTH BENEFITS TRUST RETIREE HEALTH BENEFITS TRUST Request for Qualifications and Proposals (RFQ/P) #566 for Legal Services - Retiree Benefits Trust Fund Program REQUEST FOR QUALIFICATIONS and PROPOSALS (RFQ/P) #566 for Legal

More information

Request for Services Evaluate Cell Tower Lease Rates

Request for Services Evaluate Cell Tower Lease Rates Request for Services Evaluate Cell Tower Lease Rates Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Cell

More information

The Housing Authority of the Township of Middletown

The Housing Authority of the Township of Middletown The Housing Authority of the Township of Middletown 2 Oakdale Drive, Middletown, NJ 07748 Telephone: (732) 671-2990 Fax: (732) 671-4828 Susan Thomas, Executive Director Request for Proposals Special RAD

More information

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

T RANSMITTAL COVER SHEET

T RANSMITTAL COVER SHEET Goodwyn Mills Cawood 207 Church Street Andalusia, Alabama 36 420 T 334.222.2699 F 334.222.3573 T RANSMITTAL COVER SHEET DATE: APRIL 16, 2019 TO: FROM: PROJECT: ALL PLAN HOLDERS PATSY STINSON EVERGREEN

More information

BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT. Small Public Works. Aquatic Center Locker Room Flooring Resurfacing Project

BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT. Small Public Works. Aquatic Center Locker Room Flooring Resurfacing Project BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT Request for Proposals Information: Small Public Works Aquatic Center Locker Room Flooring Resurfacing Project Contact Person: Megan Pleli, Aquatic

More information

BRICK UTILITIES PARTIAL WATER MAIN REPLACEMENT CEDAR VILLAGE VARIOUS STREETS & PARTIAL FORCE MAIN REPLACEMENT BAY HARBOR BOULEVARD

BRICK UTILITIES PARTIAL WATER MAIN REPLACEMENT CEDAR VILLAGE VARIOUS STREETS & PARTIAL FORCE MAIN REPLACEMENT BAY HARBOR BOULEVARD BRICK UTILITIES PARTIAL WATER MAIN REPLACEMENT CEDAR VILLAGE VARIOUS STREETS & PARTIAL FORCE MAIN REPLACEMENT BAY HARBOR BOULEVARD CONTRACT NOs. 717006 & 818006 February 19, 2019 ADDENDUM NO. 1 The information

More information

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. June 11, 2015 INVITATION TO BID BL065-15 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for the Restoration of Utility Repairs on an Annual Contract

More information

Munilla Construction HOOD RD., E. OF FLORIDA'S TURNPIKE TO W. OF CENTRAL BLVD. AND HOOD RD. & CENTRAL

Munilla Construction HOOD RD., E. OF FLORIDA'S TURNPIKE TO W. OF CENTRAL BLVD. AND HOOD RD. & CENTRAL JW Cheatham, ROADWAY 1 MOBILIZATION 1.0 LS $ 1,350,116.25 $ 906,000.00 $ 1,233,000.00 $ 1,233,000.00 $ 1,159,208.36 $ 1,159,208.36 $ 1,451,835.00 $ 1,451,835.00 $ 1,556,421.65 $ 1,556,421.65 2 MAINTENANCE

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION 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 information

QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION Oxford Street. Des Moines, Iowa QUOTE #7301. Owner

QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION Oxford Street. Des Moines, Iowa QUOTE #7301. Owner QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION 3025 Oxford Street Des Moines, Iowa QUOTE #7301 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa

More information

Certified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University

Certified 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 information

PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer

PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer G-7 STAFF REPORT MEETING DATE: November 27, 2018 TO: FROM: City Council Petr Skala, Associate Engineer 922 Machin Avenue Novato, CA 94945 415/ 899-8900 FAX 415/ 899-8213 www.novato.org PRESENTER: Christopher

More information

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements Sealed bids will be received at Kearney City Hall, Kearney, Missouri, 100 East Washington, Kearney, MO 64060, on or before 2:00

More information

Addendum 1 13 TH Street Streetscape. September 1, 2017

Addendum 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 information

Engineer's Preliminary Estimate - 100% Submittal

Engineer'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 information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information