OKLAHOMA TURNPIKE AUTHORITY
|
|
- Laurence Jacob Weaver
- 5 years ago
- Views:
Transcription
1 PART A - BASE BID PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 40, $40, $ 61, $ 61, $ 45, $ 45, (A) CLEARING & GRUBBING LSUM 1.00 $ 150, $150, $ 31, $ 31, $ 65, $ 65, (A) UNCL. EXCAVATION CY 339, $ 4.50 $1,528, $ 3.56 $ 1,209, $ 3.80 $ 1,290, ( C) ROCK EXCAVATION CY 29, $ $437, $ 0.25 $ 7, $ 0.30 $ 8, (D) UNCL. BORROW CY 12, $ 9.50 $115, $ 3.56 $ 43, $ 5.45 $ 66, (A) TYPE A SALVAGED TOPSOIL LSUM 1.00 $ 50, $50, $ 115, $ 115, $ 140, $ 140, SWPPP DOCUMENTATION & MGT. LSUM 1.00 $ 10, $10, $ 3, $ 3, $ 1, $ 1, ( C) TEMP. SILT FENCE LF 4, $ 3.00 $13, $ 2.79 $ 12, $ 1.40 $ 6, (D) TEMP. SEDIMENT FILTER EA 3.00 $ $ $ $ $ $ (E) TEMP. SEDIMENT BASIN EA 2.00 $ 2, $4, $ $ 1, $ $ (F) TEMP. SILT DIKE LF 1, $ $15, $ 7.53 $ 11, $ 7.80 $ 12, (G) TEMP. ROCK FILTER DAM TYPE 2 CY $ $3, $ $ 3, $ $ 2, (G) TEMP. ROCK FILTER DAM TYPE 3 CY $ $2, $ $ 1, $ $ 1, (A) SOLID SLAB SODDING SY 186, $ 2.00 $372, $ 1.62 $ 301, $ 1.50 $ 279, (A) VEGETATIVE MULCHING AC $ $18, $ $ 23, $ $ 20, MOWING AC $ $6, $ $ 8, $ $ 7, (K) STABILIZED SUBGRADE SY 87, $ 5.50 $483, $ 5.24 $ 460, $ 8.70 $ 764, (B) SUBGRADE METHOD B SY 9, $ 2.00 $18, $ 1.77 $ 16, $ 1.50 $ 13, (B) TACK COAT GAL 2, $ 3.00 $7, $ 3.74 $ 8, $ 2.75 $ 6, PRIME COAT GAL 33, $ 4.50 $152, $ 4.23 $ 143, $ 1.00 $ 33, (B) SUPERPAVE TYPE S3 (PG OK) TON 3, $ $232, $ $ 270, $ $ 282, ( C) SUPERPAVE SYPE S4 (PG OK) TON $ $68, $ $ 79, $ $ 94, (A) RUMBLE STRIP METHOD HMA-CON LF 8, $ 0.75 $6, $ 0.46 $ 3, $ 0.38 $ 3,119.80
2 413(D) RUMBLE STRIP METHOD PCC-CON LF 21, $ 0.75 $16, $ 0.46 $ 10, $ 0.38 $ 8, (A) PC CONCRETE PVMT, PLACEMENT SY 7, $ $110, $ 8.01 $ 60, $ 7.00 $ 53, (B) DOWEL JNTD PAVEMENT, PLACEMENT SY 60, $ $950, $ $ 946, $ $ 736, (G) PC CONCRETE FOR PAVEMENT CY 16, $ $1,555, $ $ 1,851, $ $ 1,614, (A) STRUCTURAL EXCAVATION, UNCL. CY $ $9, $ $ 8, $ $ 6, (A) CLASS AA CONCRETE CY $ $374, $ $ 469, $ $ 369, (D) CLASS C CONCRETE CY $ $10, $ $ 6, $ $ 13, (A) REINFORCING STEEL LB 110, $ 1.20 $132, $ 0.77 $ 85, $ 0.85 $ 94, (B) TYPE IA RIPRAP TON 1, $ $65, $ $ 54, $ $ 73, ( C) TYPE IA FILTER BLANKET TON $ $15, $ $ 11, $ $ 19, (A) CONCRETE CURB 8" BARRIER LF 1, $ $12, $ 3.50 $ 3, $ $ 16, (A) MANHOLD 4' DIAMETER EA 1.00 $ 2, $2, $ 1, $ 1, $ 2, $ 2, (B) ADD'L DEPTH IN MANHOLE VFT 5.84 $ $ $ $ $ $ (G) INLET CDI RCP DES 6 EA 1.00 $ 4, $4, $ 3, $ 3, $ 4, $ 4, (G) INLET GPI TYPE 2 DES 12 EA 2.00 $ 3, $7, $ 2, $ 4, $ 4, $ 8, (H) ADD'L DEPTH IN INLET CDI RCP VF 0.60 $ $ $ $ $ $ (H) ADD'L DEPTH IN INLET GPI TYPE 2 VF 4.60 $ $2, $ $ 1, $ $ 1, (A) 24" RC PIPE CLASS III LF $ $11, $ $ 13, $ $ 9, (A) 30" RC PIPE CLASS III LF $ $2, $ $ 4, $ $ 2, (A) 36" RC PIPE CLASS III LF $ $9, $ $ 14, $ $ 11, (A) 48" RC PIPE CLASS III LF $ $6, $ $ 12, $ $ 7, (A) 28"X 18" RC PIPE ARCH CLASS III LF $ $5, $ $ 9, $ $ 5,320.00
3 613(M) TYPE B6 CULVERT END TREATMENT EA 4.00 $ 2, $11, $ 1, $ 5, $ 2, $ 8, (M) TYPE C6 CULVERT END TREATMENT EA 1.00 $ 3, $3, $ 1, $ 1, $ 2, $ 2, (M) TYPE D6 CULVERT END TREATMENT EA 2.00 $ 3, $7, $ 2, $ 4, $ 2, $ 4, (B) REM OF STRUCTURES & OBSTRUCTIONS LSUM 1.00 $ 15, $15, $ 7, $ 7, $ 7, $ 7, (B) REMOVAL OF HEADWALL EA 7.00 $ 1, $7, $ $ 6, $ 1, $ 9, (B) REM OF CONCRETE PAVEMENT SY 23, $ 6.00 $139, $ 3.92 $ 91, $ 3.30 $ 76, (B) REM OF ASPHALT PAVEMENT SY 11, $ 2.50 $28, $ 2.39 $ 26, $ 3.25 $ 36, (B) REM OF CONCRETE GUARDRAIL LF $ 4.25 $1, $ 3.11 $ 1, $ 1.75 $ (B) REMOVAL OF PIPE LF $ $ $ 8.64 $ $ 3.20 $ ( C) SAWING PAVEMENT LF 8, $ 2.00 $16, $ 3.99 $ 33, $ 2.00 $ 16, (A) BEAM GUARDRAIL W-BEAM SINGLE LF $ $7, $ $ 8, $ $ 6, (I) GUARDRAIL BRIDGE CONNECTION EA 1.00 $ $ $ 2, $ 2, $ 1, $ 1, (G) GUARDRAIL END TREATMENT (GET) EA 1.00 $ 2, $2, $ 3, $ 3, $ 2, $ 2, (A) FENCE- STYLE WWF LF 4, $ 6.50 $28, $ 5.23 $ 22, $ 7.30 $ 31, MOBILIZATION LSUM 1.00 $ 400, $400, $ 386, $ 386, $ 415, $ 415, STAKING LSUM 1.00 $ 30, $30, $ 71, $ 71, $ 122, $ 122, (A) DRILLED SHAFTS 42" DIAMETER LF $ $40, $ $ 60, $ $ 51, (A) 4' CONCRETE SIDEWALK SY $ $2, $ $ 3, $ $ 3, (B) 2" PVC CONDUIT BORED LF $ $2, $ $ 4, $ $ 3, (B) 2" PVC CONDUIT TRENCHED LF 7, $ 6.00 $43, $ 9.68 $ 69, $ 8.00 $ 57, (A) PULL BOX EA 9.00 $ $3, $ $ 3, $ $ 3, (A) STRUCTURAL CONCRETE CY $ $10, $ $ 15, $ $ 13,432.80
4 804(B) REINFORCING STEEL LB 2, $ 1.60 $3, $ 2.01 $ 4, $ 1.75 $ 3, (A) REM OF EXISTING SIGNS LSUM 1.00 $ 3, $3, $ $ $ 3, $ 3, (D) 40" MTG PTP EA $ 2, $81, $ 2, $ 61, $ 1, $ 54, BREAKAWAY BASE EA $ $15, $ $ 22, $ $ 18, (A) ROADWAY LUMINAIRE EA $ 1, $37, $ 2, $ 72, $ 2, $ 60, (E) HIGH MAST LUMINAIRE EA 8.00 $ 1, $12, $ 4, $ 38, $ 4, $ 32, (E) SERVICE POLE EA 1.00 $ 3, $3, $ 7, $ 7, $ 6, $ 6, /C No 4 ELECT COND LF 14, $ 2.10 $30, $ 2.21 $ 32, $ 1.90 $ 27, /C No 12 ELECT COND LF 3, $ 0.90 $2, $ 1.26 $ 3, $ 1.10 $ 3, ' HIGH MAST POLE EA 2.00 $ 18, $36, $ 20, $ 40, $ 18, $ 36, HIGH MAST LOWERING DEVICE EA 2.00 $ 12, $24, $ 14, $ 28, $ 12, $ 24, (A) SHEET ALUMINUM SIGNS SF $ $2, $ $ 5, $ $ 4, (B) EXTRUDED ALUMINUM SIGNS SF $ $6, $ $ 7, $ $ 6, (A) 4"@13 GAL STEEL POST LF $ $9, $ $ 6, $ $ 5, " SQUARE POST LF $ $9, $ $ 5, $ $ 4, (A) TRAFFIC STRIPE 6" LF 47, $ 0.75 $35, $ 0.72 $ 34, $ 0.65 $ 30, (A) TRAFFIC STRIPE 8" LF 3, $ 1.10 $3, $ 1.96 $ 6, $ 1.75 $ 5, (A) TRAFFIC STRIPE 12" LF 1, $ 1.25 $2, $ 5.23 $ 9, $ 5.00 $ 9, (A) CONSTR. TRAFFIC PAINT 4" LF 34, $ 0.30 $10, $ 0.29 $ 10, $ 0.30 $ 10, CONST ZONE IMPACT ATTENUATOR SD $ $13, $ 7.85 $ 7, $ 7.00 $ 6, (A) DEL PORTABLE BARRIER LF 9, $ $231, $ $ 134, $ $ 185, (J) CONST. TRAFFIC CONTROL LSUM 1.00 $ 22, $22, $ 185, $ 185, $ 162, $ 162, (K) SURVEILLANCE OF TRAFFIC CONTROL SD $ $180, $ $ 117, $ $ 94, (A) CHANGEABLE MESSAGE SIGN SD $ $22, $ 9.15 $ 8, $ 8.00 $ 7,200.00
5 883(B) SMART WORK ZONE PORT. CHNG. MESSAGE SIGN 883( C) SMART WORK ZONE PORT. TRAFFIC SENSOR SD 3, $ 9.50 $34, $ $ 42, $ $ 36, SD 8, $ $101, $ 9.15 $ 74, $ 8.00 $ 64, (E) SMART WORK ZONE WEBSITE SYSTEM SD $ $9, $ $ 5, $ $ 4, SP SANITARY SEWER LINE INSTALLATION LSUM 1.00 $ 455, $455, $ 846, $ 846, $ 640, $ 640, SP WATER LINE INSTALLATION LSUM 1.00 $ 477, $477, $ 419, $ 419, $ 342, $ 342, SP MITIGATION PLANS LSUM 1.00 $ 204, $204, $ 163, $ 163, $ 192, $ 192, SP MCDONALD/EZ GO GRADING PLAN LSUM 1.00 $ 90, $90, $ 24, $ 24, $ 8, $ 8, PART A TOTAL BID $10,017, $9,648, $9,173, PART B - SUBSTANTIAL COMPLETION 102 "B" BID - SUBSTANTIAL COMPLETION $/DAY $ 10, $4,200, $ 3,250, $ 3,920, PAVEMENT SMOOTHNESS (NON- BIDDABLE) LSUM PART B - TOTAL $4,200, $ 3,250, $ 3,920, PART C - INTERNAL MILESTONE 102 "C" BID - INTERNAL MILESTONE $/DAY $ 10, $1,800, $ 1,300, $ 1,790, PART C - TOTAL $1,800, $ 1,300, $ 1,790, PART A + PART B + PART C = TOTAL BID AMOUNT $16,017, $14,198, $14,883,507.55
PART A ROADWAY - BASE BID
May 10, 2016 HEB-MC-61 PART A ROADWAY - BASE BID 202(A) - UNCLASSIFIED EXCAVATION - CY 34,946.00 $ 6.00 209,676.00 $ 7.98 $ 278,869.08 205(A) - TYPE A-SALVAGED TOPSOIL - LSUM 1.00 $ 22,500.00 $ 22,500.00
More informationOKLAHOMA TURNPIKE AUTHORITY
PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 70,000.00 $70,000.00 $ 15,735.00 $ 15,735.00 $ 60,000.00 $ 60,000.00 $ 25,000.00 $ 25,000.00 $ 20,000.00 $ 20,000.00 201(A) CLEARING & GRUBBING
More informationOKLAHOMA TURNPIKE AUTHORITY
PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 250,000.00 $250,000.00 $ 240,978.56 $ 240,978.56 260,000.00 $ 260,000.00 201(A) CLEARING & GRUBBING LSUM 1.00 $ 30,000.00 $30,000.00 $ 17,188.20
More informationOKLAHOMA DEPARTMENT OF TRANSPORTATION PRELIMINARY HIGHWAY DETAIL CONSTRUCTION ESTIMATE. PAGE NO. 1 DATE PRINTED : May 22, 2018
LETTING DATE : 2018-06-14 CALL NUMBER : 772 OKLAHOMA DEPARTMENT OF TRANSPORTATION PRELIMINARY HIGHWAY DETAIL CONSTRUCTION ESTIMATE PAGE NO. 1 DATE PRINTED : JOB NUMBER : 170236 ESTIMATE NUMBER : PROJECT
More informationADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:
ADDENDU #1 arch 12, 2019 BID FOR PLACE DATE: PROJECT: oore, Oklahoma 34 th Street, Telephone Rd to Santa Fe Ave Roadway Widening Proposal of (hereinafter called BIDDER ), doing business as a Corporation
More informationTOTAL QUANTITY UNIT COST UNIT
BASE BID DIVISION 1 - GENERAL 1 1070-206-A-0 TRAFFIC CONTROL LS 1 $ 10,000 $ 10,000 $3,000.00 $3,000.00 $5,600.00 $5,600.00 2 2010-108-B-0 CLEARING AND GRUBBING AC 5 $ 9,000 $ 45,000 $7,192.50 $35,962.50
More informationBID TABULATION BID REQUEST NO
BID TABULATION BID REQUEST NO. 13-1046 1 LOWEST RESPONSIVE BIDDER Dakota Contracting Bidder: Corporation D & G Concrete Bidder: Construction, Inc. Carl V. Carlson Bidder: Company Address: 431 NORTH PHILLIPS
More informationBID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012
Page 1 BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO. 87786 BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012 ROADWAY 1 201 CLEARING AND GRUBBING 1 LUMP $4,500.00 $4,500.00 $10,016.00
More information2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)
2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction) Project Information The Glen at Widefield Filing No. 9 PDD File: SF-185 9/25/2018 Project Name Section 1 - Grading and Erosion
More informationREPLACEMENT OF MERCER COUNTY BRIDGE
ADDENDUM NO. ONE Notice is hereby given that on April 26, 2019 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Department in the Mercer County McDade
More informationBID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.
PAVING IMPROVEMENTS 101 Mobilization and Bonds, LS 1 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 102 Right-of-way Preparation LS 1 $ 365,500.00
More informationLETTING : CALL : 056 COUNTIES : MILLE LACS
S T A T E O F M I N N E S O T A PAGE : -1 NUMBER OF DAYS: 0 BRIDGE COUNT : 3 CONTRACT DESCRIPTION : GRADING, BIT PAVING & SURFACING, ROUNDABOUT, AND BRIDGES. CONTRACT LOCATION: LOCATED ON T.H. 95 AT THE
More informationAVGPR14.Y01 2/11/2014 DOES NOT INCLUDE STATE AID PROJECTS ALL ITEMS BETWEEN 12/01/13 AND 12/31/13 BY ITEM GROUP
AVERAGE BID PRICES FOR AWARDED PROJECTS 14:48 Tuesday, February 11, 2014 1 2011 2011.601/00003 CONSTRUCTION SURVEYING LS 1 $19 $18,500.00 1 2013 2013.602/00022 ROAD/WEATHER SENSOR AND CABLE EACH 3 $32
More informationSubject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122
Addendum No. 1 Page One To: From: All Plan Holders of Record CT Consultants, Inc. Gene E. Arters, P.E. on behalf of Cuyahoga Community College Subject: Addendum No. 1 Project #C20166009 CCE Parking Lot
More informationNE WEST KINGSTON ROAD CULVERT REPLACEMENT
NE WEST KINGSTON ROAD CULVERT REPLACEMENT KITSAP COUNTY MILE POST 1.28 TO 1.44 PUBLIC WORKS BID TABULATION SECTION PREPARED: BLB LENGTH: 0.16 Mile REVISED: DATE: March 7, 2017 SCHEDULE A - ROADWAY IMPROVEMENTS
More informationMunilla 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 informationFuel Adjustment Allowance USD 50,000 $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $
SOLICITATION NO. 147850: VALENCIA ROAD: WADE ROAD TO MARK ROAD Achen Gardner Granite Hunter Borderland KE&G ITEM NO. ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT
More informationBid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221
Bid : 7379 GENERAL 1 2 3 4 @ unit $ total $ @ unit $ total $ @ unit $ total $ @ unit $ total $ G-1.1 Mobilization 1 LS $ 450,000.00 $ 450,000.00 $ 720,000.00 $ 720,000.00 $ 750,000.00 $ 750,000.00 $ 530,000.00
More informationBIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project.
More informationAVERAGE OF BID ITEMS ENGINEERS ESTIMATE
ROADWAY 1 Mobilization 1 LS $ 990,048.50 $ 80,000.00 $ 880,000.00 $ 880,000.00 $ 950,000.00 $ 950,000.00 $ 967,510.00 $ 967,510.00 $ 1,162,684.00 $ 1,162,684.00 2 Maintenance of Traffic ( incl. Pedestrian
More informationENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal
Page: 1 of 8 (F) Description 1 050000A CONTRACTOR STAKING LS 1 $ $ 2 070030 LEAD COMPLIANCE PLAN LS 1 $ $ 3 080000A POTHOLING LS 1 $ 50,000.00 $ 50,000.00 4 080050 PROGRESS SCHEDULE (CRITICAL PATH METHOD)
More informationCONTRACT TIME DETERMINATION
CONTRACT TIME DETERMINATION MISSOURI DEPARTMENT OF TRANSPORTATION March 15, 2004 DEFINITIONS Calendar Day: Any day shown on the calendar beginning and ending at midnight. Working Day: A calendar day during
More informationEngineer's Preliminary Estimate - 100% Submittal
EA 284700 1 070010 PROGRESS SCHEDULE (CRITICAL PATH) LS 1 $ 15,000 $ 15,000 2 071325 TEMPORARY FENCE (TYPE ESA) M 1250 $ 10 $ 12,500 3 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS 1 $ 7,000
More informationRock Chalk Park - Infrastructure Report. July 2013
Rock Chalk Park Infrastructure Report July 2013 The following report is the first monthly report for the construction of infrastructure at Rock Chalk Park. The format follows the sections outlined in the
More informationSUBDIVISION IMPROVEMENTS AGREEMENT
SUBDIVISION IMPROVEMENTS AGREEMENT THIS AGREEMENT, made between GLEN DEVELOPMENT COMPANY, hereinafter called the "Subdivider," and El Paso County by and through the Board of County Commissioners of El
More informationJANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,
ADDENDUM NO. 3 TO THE PLANS AND SPECIFICATIONS for STREET AND STORM SEWER IMPROVEMENTS ON HANCOCK AND WASHINGTON STREETS for the FRENCH LICK REDEVELOPMENT COMMISSION ORANGE COUNTY, INDIANA MEI PROJECT
More informationCITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018
CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex 2017-2018 April 4, 2018 Great Basin Engineering CLEARING EARTHWORK 1 337.01200 Mobilization @ Per Lump Sum 1 LS $445,350.00 $ 445,350.00 $481,768.00
More informationCertified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University
Base Bid - Parking Lot Construction Number Grading and Surfacing Items Quantity Unit C-1 Mobilization 1 LS $ 60,000.00 $ 60,000.00 $ 82,000.00 $ 82,000.00 $ 18,255.59 $ 18,255.59 C-2 Traffic Control 1
More informationCITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $
RESOLUTION NO 2015078 STREETS LS Traffic Control (5% of construction cost) 5% $ LS Clear & Grub Site (5% of construction cost) 5% $ EA Tree Removal $ 800.00 $ CY Concrete Removal $ 300.00 $ CY AC Pavement
More informationNOTICE OF AWARD OF CONTRACT S.R. 408/S.R.417 INTERCHANGE IMPROVEMENTS PHASE 1. Project No. 253F Contract No
NOTICE OF AWARD OF CONTRACT S.R. 408/S.R.417 INTERCHANGE IMPROVEMENTS PHASE 1 Project No. 253F Contract No. 001118 October 8, 2015 Bids for this project were received and opened on September 16, 2015,
More information69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11
69889/AV/lm TO: Recipients of C-TRAN ITB #2015-04 Fourth Plain BRT Maintenance Facility Expansion DATE: June 25, 2015 SUBJECT: Addendum #11 C-TRAN has revised the following sections of the Invitation to
More informationNorthumberland County County Road 2 Class Environmental Assessment Construction Cost Estimate
Date: Nov 12, 2012 Page: A - 1 CPR Bridge Rehabilitation - Construction Phase I Rehabilitation of C.P. Bridge L.S. $ 1,400,000.00 $ 1,400,000.00 SUBTOTAL $ 1,400,000.00 Engineering and Contingency (25%)
More informationSandalfoot 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 informationCONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 02/09/18 HIGHWAY: FM 1988 COUNTY: 04/07/2015 ESTIMATE PAID: AWARD DATE: 04/30/2015 ESTIMATE PERIOD:
0.00 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 02/09/18 217 10.00 CONTRACT ID: 187601030 PROJECT: BR 1502(017) CONTRACT: 04153032 AWARD : 3,278,223.27 PROJECTED : 3,289,223.27 ADJ. PROJECTED : 3,289,223.27
More information2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.
ALLEY: 5600 BLOCK OF N. LAKE DRIVE 1 Remove concrete pavement 800 SY $ 11.07 $ 8,856.00 $ 5.31 $ 4,248.00 $ 12.70 $ 10,160.00 $ 6.20 $ 4,960.00 $ 9.27 $ 7,416.00 $ 16.75 $ 13,400.00 2 6" Aggregate Dense
More information19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown
19th & Barker Roundabout / Waterline Improvement Project No. 56CP12901(C) Cost Breakdown Engineering Fees: Original Contract $ 71,861.00 Additional Services $ 8,744.00 Waterline Contract $ 17,500.00 TOTAL
More informationCECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075
Office of the County Executive Alan J. McCarthy County Executive Department of Finance Purchasing Division Ken Jackson Purchasing/Fleet/Leasing Mgr. Alfred C. Wein, Jr. Purchasing Office Director of Administration
More informationA DESIGN-BUILD PROJECT
Price Proposal A DESIGN-BUILD PROJECT Fall Hill Avenue Widening and Mary Washington Boulevard Extension From: 0.12 Miles West of Gordon W. Shelton Boulevard To: Route 1 at Mary Washington Boulevard Fredericksburg,
More informationBID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as
Description 103 REMOVE, STORE AND REINSTALL EXISTING RETAINING WALL 107.1 EMBANKMENT (FINAL)(DENS CONT)(TY B) 203.1 TACK COAT BID PROPOSAL PROPOSAL OF, a corporation, a partnership consisting of an individual
More informationSunset Street West Sidewalk Projects Opinion of Anticipated Construction Costs March 12, 2012 Project Summary. Project List
Project Summary Project List Anticipated Construction Cost 1 Sunset/Benton Intersection: Curb Ramp and Sight Distance Improvements $ 18,700 2 Sunset/Oakcrest Intersection: West Right-of-Way Drainage Improvements
More information33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600.
CITY OF PLANT CITY WHEELER STREET RE-ALIGNMENT Opinion of Probable Construction Costs (Final Plans) Rev 7/22/2010 Rev 8/2/2010 Rev 8/27/20012 Bid Cost per Estimated Extended Item Item Unit Units Wheeler
More informationReviax 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 informationNAME OF CONTRACTOR CONTRACTORS ADDRESS Buffalo Road th ave Ct SW Walcott, IA North Liberty, IA
Unit BID ITEMS 1 1070-206-A-3 TRAFFIC CONTROL 0.5 0.5 1 LS $ 2,200.00 $ 2,200.00 $ 2,800.00 $ 2,800.00 $ 2,688.00 $ 2,688.00 $ 2,500.00 $ 2,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 2 2010-108-C-0
More informationRANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price
2. BID SCHEDULE RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO. 7046 To the Honorable Mayor and City Council of the City of Hesperia: Schedule of prices to construct the Ranchero Road and BNSF
More informationRFB 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 informationSUTTER BUTTER FLOOD CONTROL AGENCY FEATHER RIVER WEST LEVEE PROJECT PROJECT C, CONTRACT NO C BID TABULATION
Bid Schedule A - Feather River West Levee Project C Improvements No. Item Description Quantity Unit Nordic/Magnus Pacific JV Engineer's Estimate Unit Price Total Price Unit Price Total Price A1 Injury
More informationDORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates
DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates (Alternative 1 - Doran Overpass) PROJECT DESCRIPTION Limits Doran Street from Commercial
More informationPROJECT NO PID BEL TE21-G990(217) TYPE: SLIDE REPAIR LETTING: 06/07/01 COMPLETION DATE: 09/30/02
AWARDED PROJECT PROJECT NO. 016002 PID. 19109 BEL-7-3.68 TE21-G990(217) TYPE: SLIDE REPAIR LETTING: 06/07/01 COMPLETION DATE: 09/30/02 OHIO DEPARTMENT OF TRANSPORTATION GORDON PROCTOR, DIRECTOR CONTRACT
More information2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL
BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and
More informationTabulation of Bids. Counties: ROUTE 94 BLACK CREEK TRIBUTARY CULVERT REPLACEMENT
Page 1 of 20 16 SSSEX ROTE 94 BLACK CREEK TRIBTARY CLVERT REPLACEMENT CONSTRCTION CORP INC. (2) KONKS CORPORATION (3) NORTHEAST REMSCO CONSTRCTION INC Quantity and nits nit Price nit Price nit Price 0001
More informationDepartment of Public Works Engineering
Department of Public Works Engineering DATE: January 27, 2016 TO: Honorable Chairman and Public Utility Authority Members FROM: Cynthia M. Herrera, MMC, Interim Executive Director/ City Clerk BY: Nathan
More informationCrushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:
Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and
More informationAddendum 1 Downtown North CRA Sidewalks
Addendum 1 Downtown North CRA Sidewalks January 12, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDA ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE
More informationActive Construction RV Associates Scarsella JR Hayes
CITY OF PORT ORCHARD PUBLIC WORKS DEPARTMENT TREMONT STREET IMPROVEMENTS SR 16 to Port Orchard Boulevard Opening: 6/6/2017 Fed Aid Proj No: STPUS-6610(004) $ 12,779,179.17 $ 12,855,082.55 $ 12,901,887.92
More informationExhibit 4 Page 1 of 8
Page 1 of 8 Price Analysis Summary Bid #C2113975C1, Construction of Davie Road Extension Agency: Highway Construction and Engineering Division Bid Submittals: 4 Purchasing Agent: Cara M. Leisy, J.D. Declinations:
More informationCITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS
1 2 3 4 5 6 MOBILIZATION per the General Requirements, Sections 01292 and 01721 ALLOWANCE for Differing Site Condition per the General Requirements, Sections 01212 and 01253 ALLOWANCE for Participating
More informationFor Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.
Job 11-4518 Solicitation B-12-059-DD PROPOSAL of BID PROPOSAL, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER STEM: Pursuant to Instructions Invitation
More information$4, CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/08/17 -73, FM0317 DISTRICT NAME: Tyler COUNTY: PROJECT: RMC
-73,034.10 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/08/17 56 5.00 CONTRACT ID: 629625001 PROJECT: RMC - 629625001 CONTRACT: 02164011 AWARD : $446,216.00 PROJECTED : $446,222.00 ADJ. PROJECTED : $373,187.90
More informationFALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
FALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) 1 Contractor Quality Control 1 LS $50,000.00 $50,000.00 2 Mobilization 1 LS $100,000.00 $100,000.00 3 Location of Underground Utilities 1 LS $25,000.00
More informationThe 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 informationS T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/17/00 PAGE : 1 TABULATION OF BIDS
PAGE : 1 CONTRACT DESCRIPTION : SP 03-626-17/ PLH 0399 (248) CONTRACT LOCATION: CSAH 26 WITHIN THE TAMARAC NATIONAL WILDLIFE REFUGE RECOMMENDATION: AWARD TO LOW BIDDER --------------------------------------------------------------------
More informationLETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY
LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY January 5, 205 2 Partially Completed Single Family Lots (65' x 5' typical) 46 Completed Townhome Pads (22' x 50' typical) Sale. This letter of intent outlines
More informationTABULATION OF BIDS 1 L.S. $ 5, $ 5, $ 27, $ 27,000.00
TABULATION OF BIDS Jesse Viertel Memorial Airport Boonville, Missouri Bids Received: 6/12/2018 Lochner Job No.: 000011332 RECONSTRUCT RUNWAY 1836, NORTH CONNECTING TAXIWAY AND TURNAROUND REPLACE EXISTING
More informationPatchogue Road Culvert Crossing IFB ADDENDUM #1 07/13/2015. Addendum #1 addresses the questions submitted by contractors.
Patchogue Road Culvert Crossing IFB 2015-03 ADDENDUM #1 07/13/2015 Addendum #1 addresses the questions submitted by contractors. Q1: Bid Item shows 22 LF of 60 RCP but plans show 27 LF, please clarify.
More informationMarket 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 informationBID 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 informationADDENDUM No. 1 January 29, Paving Program Village of Milford
ADDENDUM No. 1 2018 Paving Program Village of Milford The following changes, additions, and/or clarifications to the Contract Documents shall be incorporated in said documents and shall be allowed for
More informationAnnual 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 informationUtility Committee Meeting AGENDA. October 3, 2017
Utility Committee Meeting AGENDA October 3, 2017 I. CALL TO ORDER II. MATTERS BEFORE COMMITTEE 1. Purchase - Gas Materials for Estates at Dean Hill Farms 2. Approval - 2016 CDBG Grant Construction Bid
More informationBID TABULATION. Engineer's Estmated Opinion of Costs
Street Resurfacing Project - 2018 Rank Vendor Name Total Bid % of Low Bid % of Estimate File 2018-004 Engineer's $ 5,032,397.47 102.11% 100.00% Bid 4529 1 Ajax Paving Industries, Inc $ 4,928,322.54 100.00%
More informationBID TABULATION JAMES STREET TRUNK SEWER IMPROVEMENTS CORALVILLE, IOWA
Bid No. 1 Bid No. 2 Foley Construction Company JB Holland Construction, Inc. 5401 Victoria Avenue 2092 Hwy 9 W Project: Construct the James Street Davenport, IA 52807 Decorah, IA 52101 1.1 Construction
More informationITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT
Engineering Estimate R. D. Johnson Excavating Co., Inc 1 Mobilization Lump Sum 1 $ 85,000.00 $ 85,000.00 $ 18,000.00 $ 18,000.00 2 Contractor Construction Staking Lump Sum 1 $ 15,000.00 $ 15,000.00 $ 8,760.00
More informationOpinion of Probable Cost
Appendix E Opinion of Probable Cost 01054/8410233/14/Rohner_Alt_Analysis_Report Rohner Creek Flood Control, Habitat and Seismic Improvement Project Alternatives Analysis Cost Alternative 1: Improved Channel
More informationEST. 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 informationFLOOD DIVERSION AUTHORITY FINANCE COMMITTEE AGENDA FOR THURSDAY, MAY 11, Fargo City Commission Chambers 3:00 PM
1. Call to order FLOOD DIVERSION AUTHORITY FINANCE COMMITTEE AGENDA FOR THURSDAY, MAY 11, 2017 Fargo City Commission Chambers 3:00 PM 2. Recommended contracting actions a. Schmidt & Sons Construction,
More informationALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUN
ALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUNITY DEVELOPMENT DISTRICT CITY OF SWEETWATER, FLORIDA
More informationMSCAA PROJECT NO
TIME: RBID ENVELOPE MSCAA PROJECT NO. 08-1260-02 NAME OF PROJECT: GLYCOL MANAGEMENT PROGRAM- BRIDGES AND SITE CONSTRUCTION BIDS DUE: U7/27/2017 U U 2:00 PM Local Time UBIDDER IDENTIFICATIONU: MEMPHIS SHELBY
More informationTown of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562
Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562 1 T100 PROJECT LOCATION MAP Scale: NTS N Revisions: No. Date: Description: Scale As Indicated
More informationPflugerville, TX St. Hedwig, TX 78152
Pesado Construction Co., Inc. 7054 Pipestone Schertz, TX 78154 Lewis Contractors, Inc. P.O. Box 1623 Bertram, TX 78605 Wauters Engineering, LLC 12870 Adkins St. Hedwig Rd. St. Hedwig, TX 78152 Cash Construction
More informationCONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/09/19
CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/09/19 240 0.00 CONTRACT ID: 090249068 PROJECT: STP 2014(119)TE CONTRACT: 08163051 AWARD AMOUNT: $2,150,084.20 PROJECTED AMOUNT: $2,344,277.78 ADJ. PROJECTED
More informationPART II - Prospect Street 37. 8" Ductile Iron CL52 Water Main 614 lin. ft. $ $ 49, $ $ 43, $ $ 46,050.
BID TABULATION PAGE 1 OF 6 Engineer's Project Number: RI 124 Bid Deadline: Changed via addendum to July 2, 2018 at 2:00 p.m. local time BID PRE-BID ESTIMATE Kruczek Construction, Inc. Musson Bros., Inc.
More informationCONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/11/17 HIGHWAY: FM 958 COUNTY: 06/08/2016 ESTIMATE PAID: AWARD DATE: 07/13/2016 ESTIMATE PERIOD:
CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/11/17 166 CONTRACT ID: 100802018 PROJECT: C 1008-2-18 CONTRACT: 06163219 AWARD : $3,498,600.69 PROJECTED : $3,564,104.69 ADJ. PROJECTED : $3,564,104.69 CONTRACT:
More informationNOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 CHANGES TO PROPOSAL OR PLANS
NOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 This Addendum changes the terms of the Bid Proposal and/or plans associated with the project indicated below. By submitting a bid, any and all
More informationAugust 22, Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA
August 22, 2016 Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA RE: Hammond Northshore Regional Airport Runway 18-36/13-31 Runway Intersection
More informationDISTRICT AVERAGES 1, 2016 THROUGH 1, 2018 ITEM ITEM DESCRIPTION UNIT MINIMUM MAXIMUM AVERAGE DISTRICT
100 MOBILIZATION LS $ 15,000.00 $ 143,384.14 $ 69,597.83 BRSTL 101 CONSTRUCTION SURVEYING CONSTR. LS $ 2,000.00 $ 59,277.82 $ 12,621.73 BRSTL 102 CONSTRUCTION SURVEYING MIN.-PLAN LS $ 15,000.00 $ 15,000.00
More informationPRELIMINARY DESIGN OF AIRFIELD COMPONENTS (25%) ESTIMATE OF PROBABLE CONSTRUCTION COST
PRELIMINARY DESIGN OF AIRFIELD COMPONENTS (25%) ESTIMATE OF PROBABLE CONSTRUCTION COST Table of Contents 1. Introduction...2 2. Scope of Estimate...2 3. Subpackage Breakout....2 4. Assumptions Used in
More informationJob No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars
BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned
More informationCITY OF TAMPA ADDENDUM 2. April 18, 2018
CITY OF TAMPA Bob Buckhorn, Mayor CONTRACT ADMINISTRATION DEPARTMENT Michael W. Chucran, Director ADDENDUM 2 April 18, 2018 Contract 17-C-00021; Citywide Water Meter Bidders on the above referenced project
More informationADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO
ADDENDUM NO. 1 10 th STREET WEST GAP CLOSURE This addendum forms a part of the contract documents for the above identified project and modifies the original specifications, plans, and contract documents
More informationCITY 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 informationJob No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL
Date: BID PROPOSAL PROPOSAL OF A corporation A partnership consisting of An individual doing business as THE SAN ANTONIO WATER SYSTEM Pursuant to Instructions and Invitations to Bidders, the undersigned
More information2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD
BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and
More informationFailure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.
Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017
More informationPROJECT NO PID SCI NON-FEDERAL TYPE: BRIDGE REPLACEMENT (1 BRIDGE) LETTING: 04/18/01 COMPLETION DATE: 06/30/04
AWARDED PROJECT PROJECT NO. 010178 PID. 11858 SCI-23-0.00 NON-FEDERAL TYPE: BRIDGE REPLACEMENT (1 BRIDGE) LETTING: 04/18/01 COMPLETION DATE: 06/30/04 OHIO DEPARTMENT OF TRANSPORTATION GORDON PROCTOR, DIRECTOR
More informationAddendum 1 13 TH Street Streetscape. September 1, 2017
Addendum 1 13 TH Street Streetscape September 1, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDUMS ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE
More informationCITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER
CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS 12835 NEWCASTLE WAY, SUITE 200 DECEMBER 18, 2012 SPECIAL MEETING 12:00 P.M. 1. CALL TO ORDER 2. GENERAL BUSINESS a. AB 12 077 Resolution Authorizing
More informationBID TABULATION PAGE 1 OF 8
BID TABULATION PAGE 1 OF 8 BID PRE-BID ESTIMATE A-1 Excavating, Inc. Maddrell Excavating, LLC Bloomer, WI Brodhead, WI BASE BID CTP P Utility Work 1. 8" SDR 35 Sanitary Sewer Main 3,656 lin. $ 69.00 $
More informationOFFICIAL BID TABULATION AWARDED PROJECT
AWARDED PROJECT PROJECT NO. 990073 PID. 17004 CLI-68-19.746 TE21-G990(144) TYPE: TWO LANE RESURFACING LETTING: 03/03/99 COMPLETION DATE: 09/30/99 OHIO DEPARTMENT OF TRANSPORTATION GORDON PROCTOR, DIRECTOR
More informationDISTRICT AVERAGES 31, 2014 THROUGH 1, 2016 ITEM ITEM DESCRIPTION UNIT MINIMUM MAXIMUM AVERAGE DISTRICT
100 MOBILIZATION LS $ 20,000.00 $ 143,384.14 $ 74,567.11 BRSTL 101 CONSTRUCTION SURVEYING (CONSTR.) LS $ 2,500.00 $ 59,277.82 $ 13,090.66 BRSTL 102 CONSTRUCTION SURVEYING(MIN. PLAN) LS $ 15,000.00 $ 15,000.00
More informationJob No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL
Solicitation No. B-11-030-BB Date: BID PROPOSAL PROPOSAL OF A corporation A partnership consisting of An individual doing business as THE SAN ANTONIO WATER SYSTEM Pursuant to Instructions and Invitations
More information