ALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUN
|
|
- Aldous Beasley
- 5 years ago
- Views:
Transcription
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
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71 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 SUMMARY OF BID RESULTS AND RANKING OF CONTRACTORS All County Paving General Asphalt JVA Engineering H&R Paving, Inc. No. Criteria Relative Importance (0-100) Score (0-100) Weighted Value Score (0-100) Weighted Value Score (0-100) Weighted Value Score (0-100) Weighted Value 1 Ability and adequacy of the professional personnel Reputation, experience and past performance on similar work Willingness to meet time and budget requirements Geographical location of the firm's office in relation to the project Recent, current and projected workloads of the bidder Whether the cost components of the bid response are appropriately balanced Did Not Submit a Bid 7 History of violations of Federal, State, or Local law regulations Length of time the firm has been in business Length of tenure of key personnel with the firm The size of the firm and financial stability Total Weighted Value (Max 100,000) 99, ,000 0 b) Bid Prices Bid Amount Bid Component Bid Amount Bid Amount $ 511, $ 396, $ Bid Amount 565, $ Bid Amount - c) Value Ratio (Weighted Value / Bid Price) Ratio Ratio Ratio Ratio N/A d) Ranking na Page 1 of 3
72 ALVAREZ ENGINEERS, INC. July 27, 2017 BID COMPARISON PER CONTRACTOR Contractor PAY ITEM NO. ITEM UNIT TOTAL QUANTITIES ADDITIONAL QUANTITIES General Asphalt JVA Engineering All County Paving TOTAL UNIT PRICE TOTAL PRICE TOTAL UNIT PRICE TOTAL PRICE TOTAL UNIT PRICE TOTAL PRICE ROADWAY AND SIGNALIZATION MOBILIZATION LS 1 1 $ 25, $ 25, , $ 53, , $ 35, MAINTENANCE OR TRAFFIC DA $ $ 4, $ 44, $ 15, WORK ZONE SIGN ED $ 0.50 $ $ $ CHANELIZATION DEVICE-TYPE I, 11, DI, VP, DRUM, OR LCD ED $ 0.24 $ 1, , $ 2, , $ 3, CHANE LIZATION DEVICE-TYPE 111, 6' ED $ 0.55 $ $ $ ARROW BOARD/ADVANCE WARNING ARROW PANEL ED $ 8.80 $ $ $ 2, TEMPORARY RETROREFLECTIVE PAYMENT MARKERS EA $ 3.30 $ 1, $ 2, $ 2, INLET PROTECTION SYSTEM EA 4 4 $ $ $ $ CLEARING & GRUBBING AC $ 4, $ 6, , $ 12, , $ 20, MILLING EXIST ASPH PAVT, 1" AVG DEPTH SY $ 2.75 $ 17, , $ 31, , $ 22, MILLING EXIST ASPH PAVT, 2" AVG DEPTH SY $ $ 6, $ 3, $ 1, HOT MIX ASPHALT (TRAFF IC C) (SR-9.5) TN $ $ 10, $ 18, $ 8, ASPHALTIC CONCRETE FRICTION COURSE (TRAFFIC C, FC-9.5, PG 76-22) TN $ $ 63, $ 81, $ 50, MANHOLES, ADJUST, UTILITIES EA 1 1 $ $ $ , $ 1, CONCRETE CURB, TYPE D LF $ $ 4, $ 12, $ 4, CONCRETE TRAFFIC SEPARATOR, SPECIAL - VARIABLE WIDTH SY $ $ 2, $ 5, $ 8, SIDEWALK CONCRETE, 4" THICK SY $ $ 4, $ 7, $ 3, SIDEWALK CONCRETE, 6" THICK SY $ $ 2, $ 5, $ 2, CONCRETE BUMPER GUARD FOR PARKING LOT EA 4 4 $ $ $ $ FENCING TYPE B,5.1'-6.0, STANDARD LF $ $ 23, $ 29, $ 16, FENCE GATE, TYPE B, SLIDING/CANTILEVER, ' OPENING EA 1 1 $ 5, $ 5, , $ 5, , $ 4, LANDSCAPE COMPLETE- SMALL PLANTS LS 1 1 $ 35, $ 35, , $ 58, , $ 50, IRRIGATION SYSTEM REPAIRS LS 1 1 $ 8, $ 8, , $ 15, , $ 20, PAINT, STD., WHITE, SOLID, 6" GM $ $ , $ , $ PAINT, STD., WHITE, SOLID, 8" GM $ $ , $ , $ 1, PAINT, STD., WHITE, SOLID, CROSSWALK/ RA, 12" LF $ 0.66 $ $ $ PAINT, STD., WHITE, SOLID, DIAG. / CHEVRON, 18" LF $ 1.00 $ $ 1, $ 1, PAINT, STD., WHITE, SOLID, STOP LINES/ CROSSWALK, 24" LF $ 1.32 $ $ $ PAINT, STD., WHITE, SKIP, 6" (10 / 30) GM $ $ $ $ PAINT, STD., MESSAGE OR SYMBOL (ONLY) EA $ $ $ $ PAINT, STD., MESSAGE OR SYMBOL (STOP) EA 6 6 $ $ $ $ PAINT, STD., ARROWS (LEFT) EA 5 5 $ $ $ $ PAINT, STD., ARROWS (RIGHT) EA 8 8 $ $ $ $ PAINT, STD., ARROWS (TRU) EA $ $ $ $ PAINT, STD., YE LLOW, SOLID, 6" GM $ $ , $ , $ PAINT, STD., YELLOW, SOLID, DIAG. / CHEVRON, 18" LF $ 1.00 $ $ $ 9, CONDUIT, F&I, DIRECTIONAL BORE LF $ $ 24, $ 13, $ 28, SIGNAL CABLE-REPAIR/REPLAC E/O THER, F& I LF $ 9.35 $ 3, $ 2, $ 7, PULL & SPLICE BOX, F&I, 13"x24" COVER SIZE EA $ $ 12, , $ 18, , $ 20, ELECTRICAL POWER SERVICE, F&I, UNDERGROUND, METER PURCHASED BY CONTRACTOR AS 3 3 $ 3, $ 11, , $ 15, , $ 12, ELECTRI CAL SERVICE WIRE, F&I LF $ 5.39 $ 1, $ 2, $ 3, PRESTRESSED CONCRET E POLE, F&I, TYPE P-11 SERVICE POLE EA 3 3 $ 1, $ 5, , $ 4, , $ 6, ALUMINUM SIGNALS POLE, PEDESTAL EA 3 3 $ 2, $ 7, , $ 3, , $ 5, TRAFF IC SIGNAL, F&I ALUMINUM, 1 SECTION, 1 WAY AS 3 3 $ $ 1, $ 2, , $ 3, TOTAL ROADWAY AND SIGNALIZATION $ 298, $ 460, $ 376, Page 2 of 3
73 ALVAREZ ENGINEERS, INC. July 27, 2017 BID COMPARISON PER CONTRACTOR Contractor PAY ITEM NO. ITEM UNIT TOTAL QUANTITIES ADDITIONAL QUANTITIES General Asphalt JVA Engineering All County Paving TOTAL UNIT PRICE TOTAL PRICE TOTAL UNIT PRICE TOTAL PRICE TOTAL UNIT PRICE TOTAL PRICE SIGNING AND PAVEMENT MARKINGS SINGLE POST SIGN, F&l GROUND MOUNT, UP TO 12 SF EA $ $ 12, $ $ 14, $ $ 24, SINGLE POST SIGN, RELOCATE EA 8 8 $ $ 2, $ $ 2, $ $ 1, SINGLE POST SIGN, REMOVE EA 7 7 $ $ $30.00 $ $31.25 $ SIGN PANEL, FURNISH & INSTALL GROUND MOUNT, UP TO 12 SF EA 7 7 $ $ 2, $ $ 5, $ $ 1, SIGN PANEL, REMOVE, UP TO 12 SF EA 4 4 $ $ $ $ $12.50 $ ULTRA HIGH IMPACT RESISTANCE CITY POST WHITE 36" EA $ $ 6, $ $ 4, $ $ 9, RETRO-REFLECTIVE PAVEMENT MARKER EA $ 3.30 $ 5, ,654 $5.00 $ 8, ,654 $5.00 $ 8, PAINT, STD., WHITE, SOLID, 6" GM $ $ $1, $ $1, $ PAINT, STD., WHITE, SOLID, 8" GM $ $ $1, $ $2, $ 1, PAINT, STD., WHITE, SOLID, CROSSWALK/RA, 12" LF $ 0.66 $ $5.00 $ $0.94 $ PAINT, STD., WHITE, SOLID, DIAG./CHEVRON, 18" LF $ 1.00 $ $2.00 $ 1, $1.69 $ 1, PAINT, WHITE, SOLID, STOP LINES/CROSSWALK, 24" LF $ 1.32 $ $5.00 $ $2.19 $ PAINT, STD., WHITE, SKIP, 6" (10/30) GM $ $ $ $ $ $ PAINT, STD., MESSAGE OR SYMBOL (ONLY) EA $ $ $50.00 $ $37.50 $ PAINT, STD., MESSAGE OR SYMBOL (STOP) EA 6 6 $ $ $50.00 $ $37.50 $ PAINT, STD., ARROWS (LEFT) EA 5 5 $ $ $25.00 $ $25.00 $ PAINT, STD., ARROWS (RIGHT) EA 8 8 $ $ $25.00 $ $25.00 $ PAINT, STD., ARROWS (THRU) EA $ $ $25.00 $ $25.00 $ PAINT, STD., YELLOW, SOLID, 6" GM $ $ $1, $ $1, $ PAINT, STD., YELLOW, SOLID, DI AG/CHEVRONS, 18" LF $ 1.00 $ $2.00 $ $1.69 $ THERMO., STD., WHITE, SOLID, CROSSWALK/RA, 12" LF $ 2.20 $ $2.00 $ $2.19 $ THERMO., STD., WHITE, SOLID, DIAG./CHEVRONS, 18" LF $ 2.75 $ 1, $3.00 $ 2, $3.44 $ 2, THERMO., STD., WHITE, SOLID, STOP LINE, 24" LF $ 3.47 $ $4.00 $ $4.69 $ THERMO., STD., WHITE, DOTTED EXT., 6" (6/10) GM $ 1, $ $2, $ $1, $ THERMO., STD., MESSAGE OR SYMBOL (TRAF CALM-6) EA $ $ 2, $ $ 3, $68.75 $ 1, THERMO., STD., MESSAGE OR SYMBOL (STOP) EA $ $ 1, $ $ 1, $ $ 2, THERMO., STD., MESSAGE OR SYMBOL (ONLY) EA $ $ 2, $ $ 2, $ $ 6, THERMO., STD., MESSAGE OR SYMBOL (HUMP) EA $ $ 2, $ $ 3, $ $ 7, THERMO., STD., ARROWS ( LEFT) EA $ $ 1, $80.00 $ 1, $93.75 $ 2, THERMO., STD., ARROWS (RIGHT) EA $ $ $80.00 $ $93.75 $ 1, THERMO., STD., ARROWS (DUAL TURN) EA 2 2 $ $ $80.00 $ $ $ THERMO., STD., ARROWS (THRU) EA $ $ 1, $80.00 $ 1, $93.75 $ 1, THERMO., STD., YELLOW, SOLID, DIAG./CHEVRONS, 18" LF $ 2.75 $ 2, $3.00 $ 2, $3.44 $ 2, THERMO., STD., YELLOW, DOTTED EXT., 6" (6/10) GM $ 1, $ $1, $ $1, $ THERMO., PREFORMED, WHITE, SOLID, 12" LF $ $ 3, $2.00 $ $15.00 $ 2, THERMO., PREFORMED, WHITE, SOLID, 24" LF $ $ 7, $4.00 $ 1, $25.00 $ 9, THERMO., STD. - OTHER, WHITE, SOLID, 6" GM $ 4, $ 12, $5, $ 15, $4, $ 15, THERMO., STD. - OTHER, WHITE, SOLID, 8" GM $ 5, $ 3, $5, $ 2, $8, $ 4, THERMO., STD. - OTHER, WHITE, SKIP, 6" (10/30) GM $ 1, $ 4, $1, $ 4, $1, $ 3, THERMO., STD. - OTHER, YELLOW, SOLID, 6" GM $ 4, $ 15, $5, $ 18, $4, $ 17, THERMO., STD. - OTHER, YELLOW, SKIP, 6" (10/30) GM $ 1, $ $2, $ 1, $1, $ TOTAL SIGNING AND PAVEMENT MARKINGS $ 98, $ 105, GRAND TOTAL $ 396, $ 565, $ $ 135, , Page 3 of 3
74 D/B/A-Dolphin Expediting Services SW 147 CT Miami, FL US (305) Estimate ADDRESS Juan Alvarez Alvarez Engineers Inc NW 41 St Ste. 103 Miami, Florida ESTIMATE # DATE /10/2017 ACTIVITY QTY RATE AMOUNT Dolphin Mall Outer Ring Road Improvements NewCon01 I am pleased to quote permit expediting services for your Dolphin Mall Outer Ring project The scope of services includes the following: 1 6, , City of Sweetwater Permit Application(s) Processing Notice of Commencement Processing Sweetwater Public Works Review Sweetwater Building Department Review B, E, P & S Sweetwater Zoning Review Sweetwater Code Compliance & Planning Reviews Miami Dade County Miami Dade County Fire Review MIami Dade County DERM/PERA Review Miami Dade County Tree Permit Permit Invoicing & Payment Processing NOTE Price Is All Inclusive To Acquire Your Master Building Permit For Construction Price Excludes - Sub-Permits, Revisions, Shop Drawings Etc... NOTE Additional Permits May Be Required After Master Permit Is Acquired - Fence/Gates, Irrigation & Signs - I Will Try To Have Them Issue Everything Under This Permit, But Cannot Guarantee TOTAL $6,000.00
75 Accepted By Accepted Date
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
97
98
99
100
101
102
103
104
105
106
107
108
109
Exhibit 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 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 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 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 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 informationCITY OF DEERFIELD BEACH Request for City Commission Agenda
Item: CITY OF DEERFIELD BEACH Request for City Commission Agenda Agenda Date Requested: 7/10/2012 Contact Person: Charles DaBrusco, P.E., Director of Environmental Services Description: Award of contract
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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 informationPALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY EXECUTIVE BRIEF
Agenda Item is over 5 pages; may be viewed in the Minutes Department Agenda Item #: 3-C-4 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: July 12, 216 [X] Consent [ ]
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 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 informationCITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS
CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk s Office, City of Yuba City, located at City Hall, 1201 Civic Center
More 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 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 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 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 informationOKLAHOMA TURNPIKE AUTHORITY
PART A - BASE BID PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 40,000.00 $40,000.00 $ 61,320.82 $ 61,320.82 $ 45,000.00 $ 45,000.00 201(A) CLEARING & GRUBBING LSUM 1.00 $ 150,000.00 $150,000.00
More 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 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 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 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 informationITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2
Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This
More informationCity of Newnan, Georgia
City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25
More 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 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 informationPART A ROADWAY - BASE BID
May 10, 2016 HEB-MC-61 PART A ROADWAY - BASE BID 202(A) - UNCLASSIFIED EXCAVATION - CY 34,946.00 $ 6.00 209,676.00 $ 7.98 $ 278,869.08 205(A) - TYPE A-SALVAGED TOPSOIL - LSUM 1.00 $ 22,500.00 $ 22,500.00
More 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 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 informationI. J~ /.. RrECE~VfEfD 9J7J:. 13~ 7b 1/1~ COUNCIL. ~ 1-j r-(lk. 1 1-'> lft:; WHATCOM COUNTY COUNCIL AGENDA BILL
WHATCOM COUNTY COUNCIL AGENDA BILL NO. 2016-248 CLEARANCES Initial Date Date Received in Council Office AxendaDate Assixned to: Originator: James Karcher, P.E. 9J7J:. 1 1-'> lft:; RrECE~VfEfD Division
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 informationNew Jersey Department of Transportation DATE : 11/16/10 PAGE : TABULATION OF BIDS
PAGE : 131-1 CONTRACT TIME : 11/30/11 COMPLETION DATE CONTRACT DESCRIPTION : URBAN PROJECT(S) : STP-5042(107) ROUTE 129 RESURFACING FROM ROUTE 1 TO LAMBERTON ROAD CONNECTOR CITY OF TRENTON, TOWNSHIP OF
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 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 informationNew Jersey Department of Transportation DATE : 06/22/10 PAGE : TABULATION OF BIDS
PAGE : 107-1 CONTRACT TIME : 01/24/11 COMPLETION DATE CONTRACT DESCRIPTION : URBAN PROJECT(S) : FS-0022(105) ROUTE 37 FROM ROUTE 70 TO GARDEN STATE PARKWAY RESURFACING CONTRACT NO. 000103080 TOWNSHIP OF
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 informationKEYS COVE COMMUNITY DEVELOPMENT DISTRICT MIAMI-DADE COUNTY REGULAR BOARD MEETING OCTOBER 24, :30 P.M.
KEYS COVE COMMUNITY DEVELOPMENT DISTRICT MIAMI-DADE COUNTY REGULAR BOARD MEETING OCTOBER 24, 2018 5:30 P.M. Special District Services, Inc. 8785 SW 165 th Avenue, Suite 200 Miami, FL 33193 www.keyscovecdd.org
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 informationCITY OF DEERFIELD BEACH Request for City Commission Agenda
Item: CITY OF DEERFIELD BEACH Request for City Commission Agenda Agenda Date Requested: 6/5/2012 Contact Person: Charles DaBrusco, P.E., Director of Environmental Services Description: Award of contract
More informationRight-of-Way Construction Permit Application
Address Permit # Date Approved: Right-of-Way Construction Permit Application APPLICANT INFORMATION Company s Legal Name (Owner of Facilities) Address City State Zip (Area Code) Telephone # 24-Hour Emergency
More informationAWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET
STAFF REPORT MEETING DATE: June 9, 2015 TO: City Council FROM: Petr Skala, Engineer II PRESENTER: Russ Thompson, Public Works Director 922 Machin Avenue Novato, CA 94945 (415) 899-8900 FAX (415) 899-8213
More 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 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 information8 EA $ 1, $ $ 1, $ 8, $ 1, $ 8, EA $ 6, $6, $ 7, $ 7, $ 5, $ 5,445.
Palmetto Park Road, SW 7th AVE. To SW 5th Avenue LWDD E4 (E Rio) Canal ENGECON CONSTRUCTON RUSSELL ENGNEERNG TEM# TEM DESCRPTON QTY UNTS Total Total ROADWAY TEMS 5 Regular Excavation 937 CY $ 14.28 $17.52
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 informationOKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES
OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,
More 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 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 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 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 informationPRESENTER: 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 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 information1 DEPARTMENT MAKING REQUEST 2 MEETING DATE 4 AGENDA 5 IS THIS ITEM BUDGETED ( IF APPLICABLE ) -
Charlotte County Board Of County Commissioners Agenda Item Summary Item Number: R- 5 1 DEPARTMENT MAKING REQUEST 2 MEETING DATE Purchasing 6/24/2014 9:00:00 AM 3 REQUESTED MOTION/ACTION Award Bid #14-209
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 informationBid Comparison. Contract ID: 1651 Description: Joint replacement on the Cass Avenue bridge. Location:
Bid Comparison Contract ID: 1651 Description: Joint replacement on the Cass Avenue bridge. Location: Projects(s): Cass Avenue over North Branch Clinton River Clinton Township, Macomb County 1651 Rank Bidder
More informationCITY OF GAINESVILLE REQUEST FOR PROPOSAL
CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 12063 PAVEMENT MARKING ANNUAL ON-CALL CONTRACT Proposal Release: May 31, 2012 Proposal Questions Deadline: June 8, 2012 Proposal Due Date: June 14, 2012
More informationCITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services
CITIES OF BOYNE CITY AND CHARLEVOIX INVITATION TO BID Pavement Marking Services Sealed bids are now being accepted by the Cities of Boyne City and Charlevoix for Pavement Marking of Roadways and Parking
More 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 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 informationTHIS SECTION INTENTIONALLY LEFT BLANK
SUPPLEMENTAL INFORMATION ADDENDUM NO. 2 PROJECT: ITB No. 18-010 2018 Road Resurfacing CONTACT: Fiona Charleton, Purchasing Agent 912-754-2159 fcharleton@effinghamcounty.org DATE ISSUED: May 31, 2018 ITB
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 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 informationCITY OF PALM DESERT PUBLIC WORKS DEPARTMENT
BEFORE YOU CAN PERFORM ANY CONSTRUCTION OR MAINTENANCE WORK IN THE PUBLIC RIGHT-OF-WAY, YOU MUST HAVE A VALID ENCROACHMENT PERMIT ISSUED BY THIS DEPARTMENT This work includes but is not limited to driveway
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 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 informationCOUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: TRAFFIC SIGNS & RELATED MATERIALS. Issue Date: December 18, 2015
COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: 760-5398 TRAFFIC SIGNS & RELATED MATERIALS Issue Date: IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER
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 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 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 informationWASHTENAW COUNTY ROAD COMMISSION Permit Engineering Section 555 N. Zeeb Road Ann Arbor, MI 48103
WASHTENAW COUNTY ROAD COMMISSION Permit Engineering Section The following is (1) a list of the activities which utility companies will be allowed to undertake in Washtenaw County road Right-of-Way under
More informationWASHTENAW COUNTY ROAD COMMISSION Permit Engineering Section 555 N. Zeeb Road Ann Arbor, MI 48103
WASHTENAW COUNTY ROAD COMMISSION The following is (1) a list of the activities which utility companies will be allowed to undertake in Washtenaw County road Right-of-Way under a Blanket Permit ; and, (2)
More informationGladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5
Page 1 of 5 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 9:30 A.M., EST, WEDNESDAY, March 9, 2016 Board of County Road Commissioners of the County of Gladwin, 301 South State Street, Gladwin, Michigan
More informationBOARD OF SUPERVISORS BUSINESS MEETING ACTION ITEM. At the pleasure of the Board.
BOARD OF SUPERVISORS BUSINESS MEETING ACTION ITEM Date of Meeting: May 19, 2016 # 6 SUBJECT: ELECTION DISTRICT: CRITICAL ACTION DATE: STAFF CONTACTS: Identification of Construction Funding for Traffic
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 informationElectric Service Information Sheet Georgia Power Company
Electric Service Information Sheet Georgia Power Company Project: Location: Developer: (Name of S/D or Customer) (Street Address or road Name) (Developer s Name) Georgia Power Company (the Company) will
More informationADVERTISEMENT FOR BIDS WATER SERVICE LINE REPAIR & METER BOX REPLACEMENT CITY / COUNTY UTILITIES
ADVERTISEMENT FOR BIDS WATER SERVICE LINE REPAIR & METER BOX REPLACEMENT CITY / COUNTY UTILITIES Pursuant to N.C.G.S. 143-131, sealed bid proposals endorsed Water Line & Meter Box Contract FB19188 will
More informationSTRAIGHT STRIPE PAINTING, INC. 22b Remove Pavement Markings with Sand Blasting Per Hour 1 $ $ $ $
PAVEMENT MARKING STRAIGHT STRIPE PAINTING, AMERICAN PAVEMENT MARKING, LLC ITEM UNIT TOTAL UNIT TOTAL NUMBER DESCRIPTION UNIT QUANTITY COST AMOUNT COST AMOUNT 1 Mobilization L.S. 3 $ 400.00 $ 1,200.00 $
More 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 informationAppendix B Example Project Designs and Engineers Opinion of Costs
Appendix B Example Project Designs and Engineers Opinion of Costs 32 nd Street from E. 2 nd to Main Avenue CR 251 and CR 250 9 th Street Sidewalk Improvements 15 th Street Improvements Intermodal Facility
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 informationCANTON COMMUNITY REQUEST FOR BOARD ACTION
CANTON COMMUNITY REQUEST FOR BOARD ACTION MEETING DATE: March 22, 2016 AGENDA ITEM #G-10 ITEM: Consider Approval of a Budget Amendment & Award of a Contract Asphalt Repairs to Hutch Paving, Inc. the Wayne
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 informationAECOM Redoubt Road - Mill Road Corridor Project Appendix B Cost Estimate Revision B 20-Jul-2014 Prepared for Auckland Transport Co No.: N/A Item Description Unit QTY Rates $ Alternative Alignment - Option
More informationPROJECT COST. Prepared for City of Burlington, Iowa Downtown/Riverfront Revitalization Project
PROJECT COST Prepared for City of Burlington, Iowa Downtown/Riverfront Revitalization Project City of Burlington Downtown/Riverfront Revitalization Project TIGER Grant Budget Date: 4/29/2016 Project Budget
More informationREQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING
NHTI-2013-59 REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING NHTI-CONCORD S COMMUNITY COLLEGE PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI-Concord
More informationREQUEST FOR CITY COUNCIL ACTION
REQUEST FOR CITY COUNCIL ACTION CITY COUNCIL MEETING DATE: MAY 8, 2007 TITLE: ORANGE COUNTY GREAT PARK CORPORATION BALLOON PROJECT BID, ADD ALTERNATES, AND PROPOSED BUDGET ADJUSTM NT Chief Executiv~~Dfficer
More information**REVISED BID PRICE FORM** October 24, 2018
**REVISED BID PRICE FORM** October 24, 2018 (Date) TO: RE: CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412 INVITATION FOR BID WANNAMAKER COUNTY PARK DOG
More information