Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:
|
|
- Verity Horn
- 5 years ago
- Views:
Transcription
1
2 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 tools necessary for the installation of this item, including, but not limited to, grading, placing and compacting the subgrade; furnishing, placing, grading and compacting crushed surfacing material to the compacted depth shown on the Plans, and testing. ITEM NO. 2: Pages 8-8, Special Provisions Section , Materials REVISE the section as shown below (deleted text is shown as strike out, added text is italicized): This Section is supplemented with the following: (August 3, 2009 WSDOT GSP) Coated Chain Link Fence Chain link fence fabric shall be hot-dip galvanized with a minimum of ounce per square foot of surface area. Fencing materials shall be coated with an ultraviolet-insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color shall be gray, or be as approved by the Engineer. The Chain link fabric shall be 2-inch diamond mesh and 9-gauge wire. No additional vinyl coating will be required. Samples of the coated fencing materials shall be approved by the Engineer prior to installation on the project. Concrete Footings shall be constructed using concrete Class Page 2 of 2
3 ADDENDUM NO. 2 TRADER STREET RECONSTRUCTION AND FY 2017 ARTERIAL PRESERVATION PROJECT REBID PROPOSAL City of Wapato 205 E. Third Street Wapato, Washington The undersigned has examined the Work site(s), local conditions, the Contract, and all applicable laws and regulations covering the Work. The following unit and lump sum prices are tendered as an offer to perform the Work in accordance with all of the requirements set forth in the Contract and all applicable laws and regulations. As required by the Contract, a certified check, bank draft, cashier s check or Proposal bond made payable to the Owner is attached hereto. If this Proposal is accepted and the undersigned fail(s) or refuse(s) to enter into a contract and furnish the required performance bond, labor and material payment bond, special guarantee bonds (if required), required insurance and all other required documentation, the undersigned will forfeit to the Owner an amount equal to five percent of the amount bid. After the date and hour set for submitting the Proposals, no bidder may withdraw its Proposal, unless the Award of the contract is delayed for a period exceeding 60 consecutive calendar days. The undersigned agrees that in the event it is Awarded the contract for the Work, it shall employ only Contractors and Subcontractors that are duly licensed by the State of Washington and remain so at all times they are in any way involved with the Work. The undersigned agrees that the Owner reserves the right to reject any or all Proposals and to waive any minor irregularities and informalities in any Proposal. The undersigned agrees that the Owner reserves the right to Award the Contract to the lowest responsible, responsive bidder whose Proposal is in the best interest of the Owner. The basis of award shall be the lowest combined total of Schedules A and B or the lowest combined total of Schedules A, B and C. The Owner will determine at the time of Award of the Contract which schedules will be included in the Contract. P-1R
4 SCHEDULE A: TRADER STREET RECONSTRUCTION NO. ITEM QUANTITY UNIT PRICE AMOUNT 1. Mobilization, Cleanup, and Demobilization 1 LS $ $ 2. Project Temporary Traffic Control 1 LS $ $ 3. Removal of Structure and Obstruction 1 LS $ $ 4. Excavation, Embankment and Grading, Incl. Haul 470 CY $ $ 5. Unsuitable Foundation Excavation, Incl. Haul. 20 CY $ $ 6. Cement Treated Base 4,950 SY $ $ 7. Cement 180 TN $ $ 8. Controlled Density Fill 20 CY $ $ 9. Crushed Surfacing Top Course 250 TN $ $ 10. Crushed Surfacing Base Course 80 TN $ $ 11. Crushed Surfacing Repair 530 SY $ $ 12. Commercial HMA Class 1/2", PG TN $ $ 13. Commercial HMA Pavement Repair 540 SY $ $ 14. Storm Sewer Pipe, 8-In. Diam., Incl. Bedding 420 LF $ $ 15. Catch Basin, Type 1 7 EA $ $ 16. Concrete Inlet 7 EA $ $ 17. Precast Concrete Drywell, 48-Inch Diam. 7 EA $ $ 18. Adjust Manhole 6 EA $ $ P-2R
5 NO. ITEM QUANTITY UNIT PRICE AMOUNT 19. Removal of Unsuitable Material (Trench) 10 CY $ $ 20. Trench Excavation Safety Systems 1 LS $ $ 21. Bank Run Gravel for Trench Backfill 10 TN $ $ 22. Adjust Valve Box 5 EA $ $ 23. PVC Sanitary Sewer Pipe, 6-In. Diam. 10 LF $ $ 24. Sewer Cleanout 1 EA $ $ 25. Cement Concrete Traffic Curb & Gutter 2,340 LF $ $ 26. Cement Concrete Pedestrian Curb 80 LF $ $ 27. Cement Concrete Driveway Entrance 80 SY $ $ 28. Cement Concrete Driveway Repair 20 SY $ $ 29. Chain Link Fence 60 LF $ $ 30. Chain Link Gate 20 LF $ $ 31. Cement Concrete Sidewalk 620 SY $ $ 32. Cement Concrete Sidewalk Ramp 6 EA $ $ 33. Traffic Signal System 1 LS $ $ 34. Illumination System 1 LS $ $ 35. Permanent Signing 1 LS $ $ 36. Paint Line 1,500 LF $ $ 37. Painted Stop Line 130 LF $ $ 38. Painted Crosswalk Line 660 SF $ $ 39. Painted Traffic Arrow 2 EA $ $ P-3R
6 NO. ITEM QUANTITY UNIT PRICE AMOUNT 40. Painted Access Parking Space Symbol. 2 EA $ $ Subtotal (Schedule A):... $ Washington State Sales Tax (0%)*:... $ 0.00 TOTAL CONSTRUCTION COST (SCHEDULE A):... $ *Per Washington State Revenue Rule 171 (See Special Provisions Section (2) and WAC ) SCHEDULE B: FY 2017 ARTERIAL PRESERVATION NO. ITEM QUANTITY UNIT PRICE AMOUNT 1. Mobilization, Cleanup, and Demobilization 1 LS $ $ 2. SPCC Plan 1 LS $ $ 3. Project Temporary Traffic Control. 1 LS $ $ 4. Removal of Structure and Obstruction 1 LS $ $ 5. Excavation, Embankment and Grading, Incl. Haul 80 CY $ $ 6. Unsuitable Foundation Excavation, Incl. Haul. 50 CY $ $ 7. Subgrade Repair, Type SY $ $ 8. Subgrade Repair, Type SY $ $ 9. Crushed Surfacing Repair 30 SY $ $ 10. Planing Bituminous Pavement 5,980 SY $ $ 11. Commercial HMA Class 1/2", PG ,850 TN $ $ 12. Commercial HMA for Preleveling Cl. 3/8", PG TN $ $ P-4R
7 NO. ITEM QUANTITY UNIT PRICE AMOUNT 13. Crack Sealing 1,500 LF $ $ 14. Adjust Manhole 7 EA $ $ 15. Replace Frame and Grate 1 EA $ $ 16. Adjust Valve Box 41 EA $ $ 17. Erosion/Water Pollution Control 1 LS $ $ 18. Landscape Repair 50 SY $ $ 19. Cement Concrete Traffic Curb & Gutter 650 LF $ $ 20. Cement Concrete Pedestrian Curb 260 LF $ $ 21. Cast-In-Place Monument 2 EA $ $ 22. Adjust Monument Case and Cover 3 EA $ $ 23. Cement Concrete Sidewalk 240 SY $ $ 24. Cement Concrete Sidewalk Ramp 15 EA $ $ 25. Traffic Signal System 1 LS $ $ 26. Paint Line 4,520 LF $ $ 27. Painted Stop Line 350 LF $ $ 28. Painted Traffic Arrow 26 EA $ $ 29. Painted Crosswalk Line 3,330 SF $ $ Subtotal (Schedule B):... $ Washington State Sales Tax (0%)*:... $ 0.00 TOTAL CONSTRUCTION COST (SCHEDULE B):... $ *Per Washington State Revenue Rule 171 (See Special Provisions Section (2) and WAC ) P-5R
8 SCHEDULE C: 1ST STREET (OPTIONAL WITH OWNER) NO. ITEM QUANTITY UNIT PRICE AMOUNT 1. Mobilization, Cleanup, and Demobilization 1 LS $ $ 2. Project Temporary Traffic Control 1 LS $ $ 3. Removal of Structure and Obstruction 1 LS $ $ 4. Excavation, Backfill, Compaction and Grading for Roadway, Incl. Haul 40 CY $ $ 5. Unsuitable Foundation Excavation, Incl. Haul 10 CY $ $ 6. Subgrade Repair, Type SY $ $ 7. Crushed Surfacing Repair 10 SY $ $ 8. Planing Bituminous Pavement 2,510 SY $ $ 9. Commercial HMA Class 1/2", PG TN $ $ 10. Commercial HMA for Preleveling C1. 3/8", PG TN $ $ 11. Commercial HMA Pavement Repair 40 SY $ $ 12. Adjust Valve Box 7 EA $ $ 13. Erosion/Water Pollution Control 1 LS $ $ 14. Cement Concrete Pedestrian Curb 110 LF $ $ 15. Cement Concrete Driveway Entrance 20 SY $ $ 16. Cement Conc. Sidewalk 100 SY $ $ 17. Cement Concrete Sidewalk Ramps 7 EA $ $ 18. Paint Line 2,200 LF $ $ 19. Painted Stop Line 50 LF $ $ P-6R
9 NO. ITEM QUANTITY UNIT PRICE AMOUNT 20. Painted Traffic Arrow 24 EA $ $ 21. Painted Crosswalk Line 660 SF $ $ Subtotal (Schedule C):... $ Washington State Sales Tax (0%)*:... $ 0.00 TOTAL CONSTRUCTION COST (SCHEDULE C):... $ *Per Washington State Revenue Rule 171 (See Special Provisions Section (2) and WAC ) BID SUMMARY 1. TOTAL CONSTRUCTION COST (SCHEDULE A from page P-4):... $ 2. TOTAL CONSTRUCTION COST (SCHEDULE B from page P-5):... $ 3. TOTAL CONSTRUCTION COST (SCHEDULE C from above)... $ 4. TOTAL CONSTRUCTION COST (SCHEDULES A & B COMBINED)... $ 5. TOTAL CONSTRUCTION COST (SCHEDULES A, B, & C COMBINED)... $ Note: A bid must be received on all items. P-7R
10 ALTERNATES TO BID ITEMS Bidders shall use this page to submit proposals on any alternate types of equipment or materials that bidders recommend the Owner consider using. Contract Award will be made on the basis of equipment and materials that are specified. After Award, the Owner may consider any proposal alternates that, in the opinion of the Owner, will be equivalent to or better than the item specified and/or used as the basis of contract Award. The Owner shall have complete discretion on whether to use any alternates, and the Owner s decision shall not be subject to challenge. Alternate to Bid Item No. Schedule Item Manufacturer Amount Bid P-8R
11 Name of Firm: Address: STATEMENT OF BIDDER'S QUALIFICATIONS Telephone No. Fax No. Contact Person for this Project: Number of years the Contractor has been engaged in the construction business under the present firm name, as indicated above: Gross dollar amount of work currently under contract: Gross dollar amount of contracts currently not completed: General character of work performed by firm: List of five major projects of a similar nature which have been completed by the Contractor within the last five years and the gross dollar amount of each project, together with the Owner's name and telephone number, and the Engineer s name: Project Name Amount Owner Phone Engineer s Name P-9R
12 List five major pieces of equipment which are anticipated to be used on this project by the Contractor and note which items are owned by the Contractor and which are to be leased or rented from others: Bank Reference: How many general superintendents or other responsible employees in a supervisory position do you have at this time, and how long have they been with the firm? Identify who will be the general superintendent and/or project superintendent on this project. Also, list the number of years each person identified has been with firm. Have you changed bonding companies within the last three years? If so, why? Have you ever been a party to a lawsuit or an arbitration proceeding in any way relating to a construction project? Identify the proceeding and parties and describe the claims asserted by all parties. What was the disposition of the case? Do you have any outstanding payments due to the Department of Revenue? If yes, explain. Bidder agrees that the Owner shall have the right to obtain credit reports. Yes No P-10R
13 WORK COMPLETED BY CONTRACTOR List the Work and the dollar amount thereof that the Contractor will complete with its forces, if awarded the contract. Work to be Performed Dollar Amount PROPOSED SUBCONTRACTORS (Per RCW ) For Proposals exceeding one million dollars, indicate who (either the Contractor submitting this bid or a subcontractor) will be completing the work for each of the three categories listed below. Information shall include their Washington State Department of Licensing Contractor's Registration No. This information shall be provided with the Proposal or within one hour after the published Proposal submittal time in accordance with RCW Work to be Performed Heating, Ventilation and Air Conditioning Subcontractor or Prime (Name and Registration Number) Plumbing Electrical P-11R
14 ADDENDA RECEIVED Addendum No. Date Received Name of Recipient NOTE: Bidder shall acknowledge receipt of all addenda. Bidder is responsible for verifying the actual number of addenda issued prior to submitting a Proposal. Subject to any extensions of the Contract time granted under the Contract, the undersigned agrees to substantially complete the Work required under this Contract within 85 working days (the Substantial Completion Date) and to physically complete the Work required under this contract within 90 working days (the Physical Completion Date) from when Contract Time begins. The undersigned has reviewed and fully understands the provisions in the Contract regarding liquidated damages and agrees that liquidated damages shall be $ per day for each and every working day beyond the Contract time allowed for substantial completion until the Substantial Completion Date is achieved and $ for each and every working day required beyond the Contract Time for physical completion until the Physical Completion Date is achieved. The undersigned is in, and will remain in, full compliance with all Washington State Department of Licensing requirements for contractors, including but not limited to requirements for bond, proof of insurance and annual registration fee. The undersigned's Washington State: Dept. of Labor and Industries Workman's Compensation Account No. is ; Dept. of Licensing Contractor's Registration No. is ; Unified Business Identifier Number is ; Excise Tax Registration Number is ; and Employment Security Account Number is. The undersigned has reviewed all insurance requirements contained in the Contract and has verified the availability of and the undersigned s eligibility for all required insurance. The undersigned verifies that the cost for all required insurance, has been included in this Proposal. The undersigned waives any immunity granted under the State Industrial Insurance Law, RCW Title 51. This waiver has been specially negotiated by the parties, which is acknowledged by the undersigned in signing this Proposal. By signing the proposal, the undersigned declares, under penalty of perjury under the laws of the United States and the State of Washington, that the following statements are true and correct: P-12R
15 1. That the undersigned person(s) or entity(ies) has(have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this Bid is submitted. 2. That by signing the signature page of this Bid, I am deemed to have signed and to have agreed to the provisions of this declaration. The undersigned agrees that the Owner is authorized to obtain information from all references included herein. Very truly yours, Print Company Name By: Print Name Sign Name Title Date Amount of bid deposit: $ Check No., or bid bond in the amount of $, issued through Name of Bank/Bonding Company located at Mailing Address Telephone Number of Bank/Bonding Company P-13R
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 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 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 informationNorth Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL
North Baker Ave. - City Limits to 23rd St. NE Bid Documents BD-1 To the Board of County Commissioners Douglas County, Washington Gentlemen: North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL
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 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 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 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 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 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 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 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 informationOn-Call Civil Construction Services Project No. MT-GN
Request for Bids On-Call Civil Construction Services - 2016 Project No. MT-GN-2016-13 CIP No. Various Commissioners October 25, 2016 Glen Bachman Tom Stiger Troy McClelland CEO / Executive Director Les
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 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 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 informationPORT OF EVERETT SECTION Insert Project Name in CAPS
BIDDER S NAME THIS BID SUBMITTED TO: Port of Everett 2911 Bond Street, Suite 202 Everett, WA 98201 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with
More informationBID FORM. PROJECT: 2017 Water line replacement
Project Town of Georgetown P.O. Box 426 Georgetown, CO 80444 BID FORM PROJECT: 2017 Water line replacement THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract Documents,
More 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 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 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 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 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 informationSECTION BID. Valley Court Force Main Replacement Contract No. BE17-029
SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the
More 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 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 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 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 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 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 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 informationOPTION 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 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 informationPUBLIC 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 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 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 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 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 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 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 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 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 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 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 informationBASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #
VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page
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 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 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 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 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 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 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 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 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 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 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 informationPART ONE BIDDING REQUIREMENTS
PART ONE BIDDING REQUIREMENTS 1 NOTICE TO CONTRACTORS Office of Ferry County Public Works 350 East Delaware # 8 Republic, WA 99166-9747 Sealed bids will be received by the Board of County Commissioners
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 informationINSTRUCTIONS TO BIDDERS
1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a
More 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 informationCONTRACT DOCUMENTS FOR. Lake Stevens Project No September Prepared for the City of Lake Stevens 1812 Main Street Lake Stevens, WA 98258
CONTRACT DOCUMENTS FOR st AVE SE & th STREET SE SIDEWALK IMPROVEMENTS PROJECT Lake Stevens Project No. 00 September 0 Prepared for the City of Lake Stevens Main Street Lake Stevens, WA KIM DAUGHTRY KURT
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 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 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 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 informationPROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO
PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO. 3-49-0024-048-2018 MAIL TO: Ogden City Corporation Purchasing Department 549 Washington Boulevard, Suite 510 Ogden, Utah
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 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 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 informationUNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT
UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2013-01 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT APRIL 2013 1 INVITATION TO BID Sealed Bids will be received
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 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 informationSAN RAFAEL CITY COUNCIL AGENDA REPORT
Agenda Item No: 4.g Meeting Date: March 6, 2017 Department: Public Works SAN RAFAEL CITY COUNCIL AGENDA REPORT Prepared by: Bill Guerin, Director of Public Works TOPIC: ADA-DOJ CURB RAMPS 2016-2017 City
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 informationSIDEWALK REPAIR PROGRAM ON-CALL CONTRACT
CONTRACT DOCUMENTS FOR SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT (Notice Inviting Bids, Instructions to Bidders, Bid Forms, General Conditions, Special Provisions, Technical Specifications, Construction
More informationTABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2
TABLE OF CONTENTS General Requirements Total Pages Table of Contents 3 List of Drawings 1 Procurement Requirements Advertisement for Bids 2 Instruction for Procurement Instructions to Bidders 8 Procurement
More informationADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project
County of El Paso Purchasing Department 500 East San Antonio, Room 500 El Paso, Texas 79901 (915) 546-2048 / Fax: (915) 546-8180 ADDENDUM 1 To: From: All Interested Proposers Claudia Sepulveda, Bid Clerk/Buyer
More informationDENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER
DENVER INTERNATIONAL AIRPORT BID FORMS CONTRACT NAME: Contract No.: 201206054 BID LETTER BIDDER Manager of Aviation City and County of Denver Business Management Services (Procurement) Office Airport Office
More 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 informationOLMSTED STONE ARCH BRIDGE REPAIR PROJECT
SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,
More informationQUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID
QUONSET DEVELOPMENT CORPORATION (QDC) A BID is solicited for the following work: INVITATION TO BID Name of Project: Background & Description of Work: Pavement Repairs: Utility Connections: On-Call Pavement
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 informationREQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019
REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 PROPOSALS MUST BE MAILED OR DELIVERD TO: City of Kearney, Attn: Lauren
More 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 informationCOUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS
COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN, that Sealed bids will be received at the office of the County Manager/Clerk of the Board of Supervisors, Hall of Justice
More 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 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 informationSolicitation 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 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 information2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87
2017 TRAIL PAVING TENDER DOCUMENT FOR THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87-1 - Municipal District of Bonnyville No. 87 2017 Trail Paving INVITATION TO TENDER The Municipal District of Bonnyville
More informationMEANDER WAY RECONSTRUCTION
Contract No. E14-091 File No. 1784 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT
More informationADVERTISEMENT 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 informationCITY OF SURREY (the Owner ) INVITATION TO TENDER (ITT)
CITY OF SURREY (the Owner ) INVITATION TO TENDER (ITT) Contract Name: District Energy System Phase 2a: Distribution Piping System (DPS), Energy Transfer Stations (ETS) and Containerized Boiler Plant (CBP)
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 informationRIVERSIDE 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 informationPROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM
NAME OF CONTRACTOR PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM PROJECT NO. 4907 1.08 miles of roadway reconstruction including clearing, grade establishment, sand subbase,
More informationPavlick, Kenneth - DEN Date: :26:57-07'00'
November 21, 2018 PIKES PEAK PARKING RESTORATION CONTRACT NO. 201845783 ADDENDUM NUMBER ONE This Addendum Number One supersedes and/or supplements all portions of the Contract Documents with which it conflicts.
More informationBID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO CITY OF ATLANTIC BEACH, FLORIDA
BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO. 1617-04 CITY OF ATLANTIC BEACH, FLORIDA SUBMITTED BY: DATE: The undersigned, as bidder, hereby declares that
More informationWAYNE COUNTY AIRPORT AIRPORT CAPITAL IMPROVEMENT PROGRAM (ACIP)
WAYNE COUNTY AIRPORT AIRPORT CAPITAL IMPROVEMENT PROGRAM (ACIP) 2017 2026 DECEMBER 2015 Prepared For: Federal Aviation Administration Ohio Department of Transportation Office of Aviation Attachment A 10
More informationNOTICE TO BIDDERS H.M.A. PAVING
ROAD COMMISSION for MONTCALM COUNTY 619 W. MAIN STREET STANTON, MICHIGAN 48888 PHONE: 989-831-5285 NOTICE TO BIDDERS Sealed bids will be received by the Board of County Road Commissioners of Montcalm County
More information