August 22, Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA

Size: px
Start display at page:

Download "August 22, Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA"

Transcription

1 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 Rehabilitation LaDOTD Project No: H FAA AIP No Subject: Recommendation to Award Dear Mr. Lobue: Michael Baker International, Inc. has reviewed the bid documents received on August 9, 2016 and the post-bid documents received on August 19, 2016 for the subject project and we recommend award to the apparent low bidder, Inc. for the Base Bid plus Alternate No, 1, 2, and 3 in the amount of $3,872, Their bid package is complete and considered responsive. The current DBE goal established is 11% and Barriere Construction has committed to meet this goal and complete the project with 11.12% participation from certified DBE subcontractors. If you have any questions or need additional information, please do not hesitate to call. Respectfully, Michael Baker International Michael D. Hixson, P.E. Aviation Services Manager Enclosures: Cc: Certified Bid Tabulation Projected Project Budget Mr. Justin Barker, FAA Mrs. Tina Wilson, LaDOTD 2600 Citiplace, Suite 450 Baton Rouge, LA Office: Fax:

2 HAMMOND NORTHSHORE REGIONAL AIRPORT RUNWAY 18-36/13-31 INTERSECTION REHAB BID TABULATION BID DATE: AUGUST 9, 2016 Base Bid 1 M-105 MOBILIZATION (SECTION 105) 1 L.S. $ 245, $ 245, $ 180, $ 180, $ 400, $ 400, $ 205, $ 205, $ 223, $ 223, TEMPORARY BARRICADES, LIGHTING 2 M-200 PAVEMENT REMOVAL, 6-INCH 3 P CONCRETE 1 L.S. $ 105, $ 105, $ 160, $ 160, $ 20, $ 20, $ 40, $ 40, $ 20, $ 20, ,461 S.Y. $ $ 366, $ 3.20 $ 78, $ $ 611, $ $ 397, $ $ 244, P UNCLASSIFIED EXCAVATION 5,611 C.Y. $ $ 112, $ 7.00 $ 39, $ 5.00 $ 28, $ $ 140, $ 9.00 $ 50, P UNDERCUT ESCAVATION 4,740 C.Y. $ $ 118, $ $ 237, $ 5.00 $ 23, $ $ 161, $ $ 227, P-156 SILT FENCE 2,400 L.F. $ 3.00 $ 7, $ 2.00 $ 4, $ 1.00 $ 2, $ 2.00 $ 4, $ 1.50 $ 3, P INCH DEPTH 21,307 S.Y. $ $ 745, $ $ 298, $ $ 426, $ $ 308, $ $ 319, P-501 PCC PAVEMENT, 10.5-INCH DEPTH 20,922 S.Y. $ $ 2,092, $ $ 1,569, $ $ 1,464, $ $ 1,673, $ $ 2,322, P-602 BITUMINOUS PRIME COAT 5,327 GAL $ 4.00 $ 21, $ 4.00 $ 21, $ 0.01 $ $ 4.50 $ 23, $ 4.50 $ 23, P PAVEMENT MARKING REMOVAL (100%) 1,800 S.F. $ 2.00 $ 3, $ 5.50 $ 9, $ 0.01 $ $ 2.25 $ 4, $ 2.25 $ 4, P TEMPORARY RUNWAY MARKING-WHITE 12,332 S.F. $ 0.50 $ 6, $ 1.60 $ 19, $ 1.00 $ 12, $ 0.75 $ 9, $ 0.75 $ 9, P FINAL RUNWAY MARKING-WHITE 12,332 S.F. $ 0.75 $ 9, $ 1.50 $ 18, $ 1.00 $ 12, $ 0.65 $ 8, $ 0.66 $ 8, P FINAL OUTLINE MARKING-BLACK 1,016 S.F. $ 2.00 $ 2, $ 2.20 $ 2, $ 1.00 $ 1, $ 0.40 $ $ 0.40 $ UNDERDRAIN, 6-INCH PERFORATED 14 D (COMPLETE, INCLUDING POROUS BACKFILL AND FILTER FABRIC) UNDERDRAIN, 6-INCH NON- 15 D PERFORATED 2,579 L.F. $ $ 38, $ $ 30, $ $ 64, $ $ 33, $ $ 67, L.F. $ $ 24, $ $ 9, $ $ 24, $ $ 14, $ $ 19, D-751 UNDERDRAIN CLEANOUT 12 EACH $ $ $ $ 10, $ 1, $ 12, $ $ 10, $ $ 6, CABLE, 1/C #8KV, L-824C INSTALLED IN 17 L CONDUIT OR DUCT BANK COUNTERPOISE, #6 BARE SOLID 18 L COPPER, INCLUDING GROUND RODS AND CONNECTIONS 19 L SCHEDULE-40 PVC, DIRECT EARTH BURIAL, EARTH BACKFILL SCHEDULE-40 PVC, CONCRETE 20 L ENCASED, INSTALLED UNDER NEW RUNWAY PAVEMENT RELOCATED L-861 MEDIUM INTENSITY RUNWAY EDGE LIGHT, NEW L-867B 21 L BASE, ISOLATION TRANSORMER, NEW L-852D IN-PAVEMENT MEDIUM INTENSITY RUNWAY EDGE LIGHT 22 L INSTALLED ON NEW L-868B BASE IN NEW PCC PAVEMENT, INSTALLED COMPLETE REMOVE CONCRETE ENCASED LIGHT B 23 L ASE 1,690 L.F. $ 2.75 $ 4, $ 1.50 $ 2, $ 1.00 $ 1, $ 4.00 $ 6, $ 4.17 $ 7, L.F. $ 2.25 $ 1, $ 1.50 $ 1, $ 1.00 $ $ 6.25 $ 5, $ 6.54 $ 5, L.F. $ 9.50 $ 4, $ 8.50 $ 3, $ $ 4, $ $ 4, $ $ 5, L.F. $ $ 12, $ $ 7, $ $ 9, $ $ 8, $ $ 8, EACH $ 1, $ 8, $ 2, $ 16, $ 2, $ 15, $ 1, $ 11, $ 1, $ 11, EACH $ 3, $ 14, $ 3, $ 12, $ 5, $ 20, $ 2, $ 9, $ 2, $ 9, EACH $ $ 4, $ $ 7, $ $ 5, $ $ 8, $ $ 8, T-901 SEEDING (HYDROSEED) 2 ACRE $ 2, $ 5, $ 2, $ 4, $ 2, $ 5, $ 2, $ 4, $ 2, $ 4, TOTAL BASE BID $3,954, $2,745, $3,163, $3,094, $3,609, of 3

3 ADDITIVE ALTERNATE NO. 1 1 TEMPORARY BARRICDES, LIGHTING M L.S. $ 60, $ 60, $ 48, $ 48, $ 1.00 $ 1.00 $ 10, $ 10, $ 10, $ 10, PAVEMENT REMOVAL, 6-INCH P CONCRETE 11,765 S.Y. $ $ 141, $ 3.80 $ 44, $ $ 294, $ $ 191, $ $ 117, P UNCLASSIFIED EXCAVATION 3,420 C.Y. $ $ 85, $ 9.00 $ 30, $ 5.00 $ 17, $ $ 85, $ 9.00 $ 30, P UNDERCUT EXCAVATION 1,870 C.Y. $ $ 121, $ $ 93, $ 5.00 $ 9, $ $ 63, $ $ 89, P-154 SUBASE COURSE, 8-INCH DEPTH 7,375 S.Y. $ $ 331, $ $ 73, $ $ 73, $ $ 154, $ $ 221, P-156 SILT FENCH 1,470 L.F. $ 3.00 $ 4, $ 2.00 $ 2, $ 1.00 $ 1, $ 2.00 $ 2, $ 1.50 $ 2, P INCH DEPTH BITUMINOUS ASPHALT COURSE (PG 76-8 P , GRADATION 2) 7,272 S.Y. $ $ 276, $ $ 196, $ $ 145, $ $ 152, $ $ 254, ,970 TON $ $ 216, $ $ 197, $ $ 197, $ $ 200, $ $ 228, P-602 BITUMINOUS PRIME COAT 2,050 GAL $ 4.00 $ 8, $ 4.00 $ 8, $ 0.01 $ $ 3.25 $ 6, $ 5.68 $ 11, P-603 BITUMINOUS TACK COAT 820 GAL $ 4.00 $ 3, $ 5.00 $ 4, $ 5.00 $ 4, $ 5.25 $ 4, $ 4.50 $ 3, P TEMPORARY RUNWAY MARKING-WHITE 5,130 S.F. $ 0.50 $ 2, $ 1.60 $ 8, $ 1.00 $ 5, $ 0.75 $ 3, $ 0.75 $ 3, P FINAL RUNWAY MARKING-WHITE 5,130 S.F. $ 0.75 $ 3, $ 1.50 $ 7, $ 1.00 $ 5, $ 0.65 $ 3, $ 0.65 $ 3, TEMPORARY TAXIWAY MARKING- 13 P YELLOW 593 S.F. $ 0.50 $ $ 1.60 $ $ 1.00 $ $ 0.75 $ $ 0.75 $ P FINAL TAXIWAY MARKING-YELLOW 593 S.F. $ 0.75 $ $ 1.50 $ $ 1.00 $ $ 0.65 $ $ 0.75 $ UNDERDRAIN, 6-INCH PERFORATED 15 D (COMPLETE, INCLUDING POROUS BACKFILL AND FILTER FABRIC) 1,270 L.F. $ $ 19, $ $ 17, $ $ 31, $ $ 19, $ $ 33, D-751 UNDERDRAIN CLEANOUT 4 EACH $ $ $ $ 3, $ 1, $ 4, $ $ 3, $ $ 2, CABLE, 1/C #8KV, L-824C INSTALLED IN 17 L CONDUIT OR DUCT BANK COUNTERPOISE, #6 BARE SOLID 18 L COPPER, INCLUDING GROUND RODS AND CONNECTIONS 19 L SCHEDULE-40 PVC, DIRECT EARTH BURIAL, EARTH BACKFILL RELOCATED L-861T MEDIUM INTENSITY TAXIWAY EDGE LIGHT NEW L-867B 20 L BASE, ISOLATION TRANSORMER, RELOCATED L-861 MEDIUM INTENSITY RUNWAY EDGE LIGHT, NEW L-867B 21 L BASE, ISOLATION TRANSORMER, REMOVE CONCRETE ENCASED LIGHT 22 L BASE 175 L.F. $ 2.75 $ $ 1.50 $ $ 1.00 $ $ 4.00 $ $ 4.17 $ L.F. $ 2.25 $ $ 1.50 $ $ 1.00 $ $ 6.25 $ 2, $ $ 4, L.F. $ 9.50 $ 3, $ 8.50 $ 2, $ $ 3, $ $ 8, $ $ 4, EACH $ 1, $ 2, $ 2, $ 5, $ 2, $ 5, $ 1, $ 3, $ 1, $ 3, EACH $ 1, $ 11, $ 2, $ 22, $ 2, $ 20, $ 1, $ 14, $ 1, $ 15, EACH $ $ 1, $ $ 2, $ $ 1, $ $ 2, $ $ 2, T-901 SEEDING (HYDROSEED) 1 ACRE $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, TOTAL ADDITIVE ALTERNATE NO. 1 $1,297, $774, $822, $937, $1,047, TOTAL BASE BID AND ADDITIVE ALTERNATE NO. 1 $5,252, $3,520, $3,986, $4,032, $4,656, of 3

4 ADDITIVE ALTERNATE NO. 2 1 P FINAL RUNWAY MARKING-WHITE 70,552 S.F. $ 0.75 $ 52, $ 0.85 $ 59, $ 1.00 $ 70, $ 0.65 $ 45, $ 0.65 $ 45, P FINAL OUTLINE MARKING-BLACK 15,750 S.F. $ 2.00 $ 31, $ 0.70 $ 11, $ 1.00 $ 15, $ 0.40 $ 6, $ 0.35 $ 5, P FINAL TAXIWAY MARKING-YELLOW 2,400 S.F. $ 1.50 $ 3, $ 2.20 $ 5, $ 1.00 $ 2, $ 0.65 $ 1, $ 0.65 $ 1, P PAVEMENT MARKING REMOVAL (70%) 88,702 S.F. $ 1.00 $ 88, $ 0.90 $ 79, $ 0.01 $ $ 0.65 $ 57, $ 0.80 $ 70, TOTAL ADDITIVE ALTERNATE NO. 2 $176, $156, $89, $111, $123, TOTAL BASE BID AND ADDITIVE ALTERNATE NO. 1 & 2 $5,428, $3,676, $4,075, $4,143, $4,780, ADDITIVE ALTERNATE NO. 3 1 TEMPORARY BARRICADES, LIGHTING M L.S. $ 12, $ 12, $ 21, $ 21, $ 1.00 $ 1.00 $ 10, $ 10, $ 10, $ 10, P PAVEMENT REMOVAL, 4-INCH ASPHALT 1,500 S.Y. $ $ 18, $ 4.00 $ 6, $ 5.00 $ 7, $ $ 21, $ $ 15, P UNCLASSIFIED EXCAVATION 4,375 C.Y. $ $ 109, $ $ 48, $ 5.00 $ 21, $ $ 109, $ 9.00 $ 39, P-154 SUBBASE COURSE, 8-INCH DEPTH 1,464 S.Y. $ $ 65, $ $ 20, $ $ 14, $ $ 32, $ $ 43, P INCH DEPTH BITUMINOUS ASPHALT SURFACE 6 P-401 COURSE (PG 76-22, GRADIATION 2) 1,440 S.Y. $ $ 54, $ $ 38, $ $ 28, $ $ 33, $ $ 50, TON $ $ 39, $ $ 54, $ $ 36, $ $ 55, $ $ 41, P-602 BITUMINOUS PRIME COAT 375 GAL $ 4.00 $ 1, $ 4.50 $ 1, $ 0.01 $ 3.75 $ 4.50 $ 1, $ 5.50 $ 2, P-603 BITUMINOUS TACK COAT 150 GAL $ 4.00 $ $ 5.00 $ $ 5.00 $ $ 5.25 $ $ 4.50 $ TEMPORARY TAXIWAY MARKING- 9 P YELLOW 50 S.F. $ 0.50 $ $ $ 2, $ 5.00 $ $ 0.75 $ $ 4.00 $ P FINAL TAXIWAY MARKING-YELLOW 50 S.F. $ 0.75 $ $ $ 2, $ 5.00 $ $ 0.65 $ $ 4.00 $ T-901 SEEDING (HYDROSEED).2 ACRE $ 2, $ $ 2, $ $ 2, $ $ 2, $ $ 2, $ TOTAL ADDITIVE ALTERNATE NO. 3 $302, $195, $110, $264, $204, TOTAL BASE BID AND ADDITIVE ALTERNATE NO. 1, 2, & 3 $5,731, $3,872, $4,186, $4,408, $4,984, ENGINEER'S CERTIFICATION I HEREBY CERTIFY THAT THE ABOVE IS A TRUE AND CORRECT SUMMARY OF PROPOSALS RECEIVED. Michael D. Hixson, P.E. Michael Baker International, Inc. 3 of 3

5 HAMMOND NORTHSHORE REGIONAL AIRPORT RUNWAY 18-36/13-31 INTERSECTION REHAB PROJECTED PROJECT BUDGET ADMINISTRATION Administration Expenses $ 2, SUBTOTAL $ 2, BASIC ENGINEERING SERVICES Bidding $ 23, Construction Administration $ 123, SUBTOTAL $ 146, SPECIAL SERVICES Resident Project Representative $ 145, Construction Materials Testing $ 119, Baker Admin Fee $ 17, Independent Fee Estimate (RS&H) $ 4, SUBTOTAL $ 287, CONSTRUCTION COST Base Bid (Inside RSA-Concrete) $ 2,745, Alternate No. 1 (Reconstruct Outside RSA-Asphalt) $ 774, Alternate No. 2 (Runway Marking) $ 156, Alternate No. 3 (Runway and Taxiway Alpha Repair) $ 195, SUB TOTAL $ 3,872, GRAND TOTAL $ 4,308, August 22, 2016

WAYNE COUNTY AIRPORT AIRPORT CAPITAL IMPROVEMENT PROGRAM (ACIP)

WAYNE 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 information

TABULATION OF BIDS 1 L.S. $ 5, $ 5, $ 27, $ 27,000.00

TABULATION 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 information

PRELIMINARY DESIGN OF AIRFIELD COMPONENTS (25%) ESTIMATE OF PROBABLE CONSTRUCTION COST

PRELIMINARY 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 information

FALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST

FALCON 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 information

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO

PROPOSAL 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 information

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

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122 Addendum No. 1 Page One To: From: All Plan Holders of Record CT Consultants, Inc. Gene E. Arters, P.E. on behalf of Cuyahoga Community College Subject: Addendum No. 1 Project #C20166009 CCE Parking Lot

More information

PART A ROADWAY - BASE BID

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 information

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

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012 Page 1 BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO. 87786 BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012 ROADWAY 1 201 CLEARING AND GRUBBING 1 LUMP $4,500.00 $4,500.00 $10,016.00

More information

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

Sunset Street West Sidewalk Projects Opinion of Anticipated Construction Costs March 12, 2012 Project Summary. Project List Project Summary Project List Anticipated Construction Cost 1 Sunset/Benton Intersection: Curb Ramp and Sight Distance Improvements $ 18,700 2 Sunset/Oakcrest Intersection: West Right-of-Way Drainage Improvements

More information

OKLAHOMA TURNPIKE AUTHORITY

OKLAHOMA TURNPIKE AUTHORITY PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 70,000.00 $70,000.00 $ 15,735.00 $ 15,735.00 $ 60,000.00 $ 60,000.00 $ 25,000.00 $ 25,000.00 $ 20,000.00 $ 20,000.00 201(A) CLEARING & GRUBBING

More information

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

Certified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University Base Bid - Parking Lot Construction Number Grading and Surfacing Items Quantity Unit C-1 Mobilization 1 LS $ 60,000.00 $ 60,000.00 $ 82,000.00 $ 82,000.00 $ 18,255.59 $ 18,255.59 C-2 Traffic Control 1

More information

BID TABULATION BID REQUEST NO

BID TABULATION BID REQUEST NO BID TABULATION BID REQUEST NO. 13-1046 1 LOWEST RESPONSIVE BIDDER Dakota Contracting Bidder: Corporation D & G Concrete Bidder: Construction, Inc. Carl V. Carlson Bidder: Company Address: 431 NORTH PHILLIPS

More information

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

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted, ADDENDUM NO. 3 TO THE PLANS AND SPECIFICATIONS for STREET AND STORM SEWER IMPROVEMENTS ON HANCOCK AND WASHINGTON STREETS for the FRENCH LICK REDEVELOPMENT COMMISSION ORANGE COUNTY, INDIANA MEI PROJECT

More information

ADDENDUM NO. 1. RELOCATE TAXIWAY B MILL & OVERLAY A PORTION OF TAXIWAY H PAVEMENT REPAIR AT ARFF (AIRSIDE) AIP No xxx-2017 FOR

ADDENDUM NO. 1. RELOCATE TAXIWAY B MILL & OVERLAY A PORTION OF TAXIWAY H PAVEMENT REPAIR AT ARFF (AIRSIDE) AIP No xxx-2017 FOR Specification No. 030082 ADDENDUM NO. 1 RELOCATE TAXIWAY B MILL & OVERLAY A PORTION OF TAXIWAY H PAVEMENT REPAIR AT ARFF (AIRSIDE) AIP No. 3-33-0011-xxx-2017 FOR Manchester Boston Regional Airport The

More information

REPLACEMENT OF MERCER COUNTY BRIDGE

REPLACEMENT OF MERCER COUNTY BRIDGE ADDENDUM NO. ONE Notice is hereby given that on April 26, 2019 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Department in the Mercer County McDade

More information

MSCAA PROJECT NO

MSCAA 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 information

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following: Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and

More information

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

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11 69889/AV/lm TO: Recipients of C-TRAN ITB #2015-04 Fourth Plain BRT Maintenance Facility Expansion DATE: June 25, 2015 SUBJECT: Addendum #11 C-TRAN has revised the following sections of the Invitation to

More information

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

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown 19th & Barker Roundabout / Waterline Improvement Project No. 56CP12901(C) Cost Breakdown Engineering Fees: Original Contract $ 71,861.00 Additional Services $ 8,744.00 Waterline Contract $ 17,500.00 TOTAL

More information

OKLAHOMA TURNPIKE AUTHORITY

OKLAHOMA TURNPIKE AUTHORITY PART A - BASE BID PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 40,000.00 $40,000.00 $ 61,320.82 $ 61,320.82 $ 45,000.00 $ 45,000.00 201(A) CLEARING & GRUBBING LSUM 1.00 $ 150,000.00 $150,000.00

More information

LETTING : CALL : 056 COUNTIES : MILLE LACS

LETTING : CALL : 056 COUNTIES : MILLE LACS S T A T E O F M I N N E S O T A PAGE : -1 NUMBER OF DAYS: 0 BRIDGE COUNT : 3 CONTRACT DESCRIPTION : GRADING, BIT PAVING & SURFACING, ROUNDABOUT, AND BRIDGES. CONTRACT LOCATION: LOCATED ON T.H. 95 AT THE

More information

Fuel Adjustment Allowance USD 50,000 $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $

Fuel 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 information

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

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017

More information

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

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project.

More information

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

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075 Office of the County Executive Alan J. McCarthy County Executive Department of Finance Purchasing Division Ken Jackson Purchasing/Fleet/Leasing Mgr. Alfred C. Wein, Jr. Purchasing Office Director of Administration

More information

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

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600. CITY OF PLANT CITY WHEELER STREET RE-ALIGNMENT Opinion of Probable Construction Costs (Final Plans) Rev 7/22/2010 Rev 8/2/2010 Rev 8/27/20012 Bid Cost per Estimated Extended Item Item Unit Units Wheeler

More information

TOTAL QUANTITY UNIT COST UNIT

TOTAL QUANTITY UNIT COST UNIT BASE BID DIVISION 1 - GENERAL 1 1070-206-A-0 TRAFFIC CONTROL LS 1 $ 10,000 $ 10,000 $3,000.00 $3,000.00 $5,600.00 $5,600.00 2 2010-108-B-0 CLEARING AND GRUBBING AC 5 $ 9,000 $ 45,000 $7,192.50 $35,962.50

More information

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

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as Description 103 REMOVE, STORE AND REINSTALL EXISTING RETAINING WALL 107.1 EMBANKMENT (FINAL)(DENS CONT)(TY B) 203.1 TACK COAT BID PROPOSAL PROPOSAL OF, a corporation, a partnership consisting of an individual

More information

OKLAHOMA TURNPIKE AUTHORITY

OKLAHOMA TURNPIKE AUTHORITY PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 250,000.00 $250,000.00 $ 240,978.56 $ 240,978.56 260,000.00 $ 260,000.00 201(A) CLEARING & GRUBBING LSUM 1.00 $ 30,000.00 $30,000.00 $ 17,188.20

More information

MSCAA PROJECT NO

MSCAA 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 information

RFB Addendum 3

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

More information

INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No /049

INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No /049 Project Name: 2018 Airfield Improvements INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No. 3-53-0051-048/049 Bid Date: Tuesday, April 10, 2018, at 3:00pm Local Time

More information

BID TABULATION JAMES STREET TRUNK SEWER IMPROVEMENTS CORALVILLE, IOWA

BID 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 information

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

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal Page: 1 of 8 (F) Description 1 050000A CONTRACTOR STAKING LS 1 $ $ 2 070030 LEAD COMPLIANCE PLAN LS 1 $ $ 3 080000A POTHOLING LS 1 $ 50,000.00 $ 50,000.00 4 080050 PROGRESS SCHEDULE (CRITICAL PATH METHOD)

More information

CITY OF DEERFIELD BEACH Request for City Commission Agenda

CITY 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 information

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

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m. PAVING IMPROVEMENTS 101 Mobilization and Bonds, LS 1 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 102 Right-of-way Preparation LS 1 $ 365,500.00

More information

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

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT: ADDENDU #1 arch 12, 2019 BID FOR PLACE DATE: PROJECT: oore, Oklahoma 34 th Street, Telephone Rd to Santa Fe Ave Roadway Widening Proposal of (hereinafter called BIDDER ), doing business as a Corporation

More information

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER

DENVER 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 information

PROJECT MANUAL BID FORMS. Runway 17L-35R Complex Pavement and Lighting Rehabilitation CONTRACT NO Issued for Bid October 28, 2014

PROJECT MANUAL BID FORMS. Runway 17L-35R Complex Pavement and Lighting Rehabilitation CONTRACT NO Issued for Bid October 28, 2014 PROJECT MANUAL Runway 17L-35R Complex Pavement and Lighting Rehabilitation CONTRACT NO. 201417577 BID FORMS Issued for Bid October 28, 2014 CITY & COUNTY OF DENVER DEPARTMENT OF AVIATION DENVER INTERNATIONAL

More information

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

ADDENDUM No. 1 January 29, Paving Program Village of Milford ADDENDUM No. 1 2018 Paving Program Village of Milford The following changes, additions, and/or clarifications to the Contract Documents shall be incorporated in said documents and shall be allowed for

More information

ADDENDUM NO. ONE (1)

ADDENDUM NO. ONE (1) The Wilson Group: 9198-000 Terminal Renovation & Expansion Talbert, Bright & Ellington: 3309-1701 May 14, 2018 Date: May 14, 2018 ADDENDUM NO. ONE (1) RE: From: To: The Wilson Group PO Box 5510 Charlotte,

More information

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

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $ RESOLUTION NO 2015078 STREETS LS Traffic Control (5% of construction cost) 5% $ LS Clear & Grub Site (5% of construction cost) 5% $ EA Tree Removal $ 800.00 $ CY Concrete Removal $ 300.00 $ CY AC Pavement

More information

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk s Office, City of Yuba City, located at City Hall, 1201 Civic Center

More information

BID TABULATION. Engineer's Estmated Opinion of Costs

BID 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 information

Engineer's Preliminary Estimate - 100% Submittal

Engineer's Preliminary Estimate - 100% Submittal EA 284700 1 070010 PROGRESS SCHEDULE (CRITICAL PATH) LS 1 $ 15,000 $ 15,000 2 071325 TEMPORARY FENCE (TYPE ESA) M 1250 $ 10 $ 12,500 3 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS 1 $ 7,000

More information

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE ROADWAY 1 Mobilization 1 LS $ 990,048.50 $ 80,000.00 $ 880,000.00 $ 880,000.00 $ 950,000.00 $ 950,000.00 $ 967,510.00 $ 967,510.00 $ 1,162,684.00 $ 1,162,684.00 2 Maintenance of Traffic ( incl. Pedestrian

More information

GENERAL AVIATION TERMINAL BUILDING

GENERAL AVIATION TERMINAL BUILDING CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF GENERAL AVIATION TERMINAL BUILDING FERNANDINA BEACH NASSAU COUNTY, FLORIDA ITB 17-02 FAA AIP NO. TBD FLORIDA DOT PROJECT NO. 427248-1-94-16 FEBRUARY 2017 PASSERO

More information

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

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction) 2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction) Project Information The Glen at Widefield Filing No. 9 PDD File: SF-185 9/25/2018 Project Name Section 1 - Grading and Erosion

More information

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

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

More information

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

NE WEST KINGSTON ROAD CULVERT REPLACEMENT NE WEST KINGSTON ROAD CULVERT REPLACEMENT KITSAP COUNTY MILE POST 1.28 TO 1.44 PUBLIC WORKS BID TABULATION SECTION PREPARED: BLB LENGTH: 0.16 Mile REVISED: DATE: March 7, 2017 SCHEDULE A - ROADWAY IMPROVEMENTS

More information

Reviax Constracting Corp. DeSantis Construction

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

More information

ITEM ESTIMATED UNIT NO. DESCRIPTION QUANTITIES UNIT PRICE AMOUNT 1a COLD MILLING CLASS 3 (Approx.2") 7,386 S.Y. $ $ 1b COLD MILLING CLASS 3 (Approx 3-

ITEM ESTIMATED UNIT NO. DESCRIPTION QUANTITIES UNIT PRICE AMOUNT 1a COLD MILLING CLASS 3 (Approx.2) 7,386 S.Y. $ $ 1b COLD MILLING CLASS 3 (Approx 3- ITEM ESTIMATED UNIT NO. DESCRIPTION QUANTITIES UNIT PRICE AMOUNT 1a COLD MILLING CLASS 3 (Approx.2") 7,386 S.Y. $ $ 1b COLD MILLING CLASS 3 (Approx 3-4") 3,218 S.Y. $ $ 2 ASPHALTIC CONCRETE TYPE SPR 2,619

More information

S 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

S 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 information

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

CITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS 1 2 3 4 5 6 MOBILIZATION per the General Requirements, Sections 01292 and 01721 ALLOWANCE for Differing Site Condition per the General Requirements, Sections 01212 and 01253 ALLOWANCE for Participating

More information

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

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

More information

City of Newnan, Georgia

City of Newnan, Georgia City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25

More information

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

SUTTER BUTTER FLOOD CONTROL AGENCY FEATHER RIVER WEST LEVEE PROJECT PROJECT C, CONTRACT NO C BID TABULATION Bid Schedule A - Feather River West Levee Project C Improvements No. Item Description Quantity Unit Nordic/Magnus Pacific JV Engineer's Estimate Unit Price Total Price Unit Price Total Price A1 Injury

More information

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000. NOTICE TO BIDDERS FOR PAVE AIRPORT SERVICE ROAD TERMINAL APRON TO SOUTH CARGO APRON AT DES MOINES INTERNATIONAL AIRPORT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each

More information

Town 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 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 information

2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.

2011 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 information

Northumberland County County Road 2 Class Environmental Assessment Construction Cost Estimate

Northumberland County County Road 2 Class Environmental Assessment Construction Cost Estimate Date: Nov 12, 2012 Page: A - 1 CPR Bridge Rehabilitation - Construction Phase I Rehabilitation of C.P. Bridge L.S. $ 1,400,000.00 $ 1,400,000.00 SUBTOTAL $ 1,400,000.00 Engineering and Contingency (25%)

More information

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

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

More information

CONTRACT TIME DETERMINATION

CONTRACT 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 information

REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO OF THE CITY OF SAN JACINTO

REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO OF THE CITY OF SAN JACINTO REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO. 2003-1 OF THE CITY OF SAN JACINTO December 11, 2003 REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO. 2003-1 CITY OF SAN JACINTO Prepared for CITY OF SAN

More information

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

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

More information

Department of Public Works Engineering

Department of Public Works Engineering Department of Public Works Engineering DATE: January 27, 2016 TO: Honorable Chairman and Public Utility Authority Members FROM: Cynthia M. Herrera, MMC, Interim Executive Director/ City Clerk BY: Nathan

More information

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL II. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL ITEM NO. 1: Page P-1, Proposal DELETE the Proposal (pages P-1 through P-9) in its entirety and REPLACE with the attached Proposal (pages P-1R

More information

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

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

More information

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM

PROPOSAL 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 information

OKLAHOMA DEPARTMENT OF TRANSPORTATION PRELIMINARY HIGHWAY DETAIL CONSTRUCTION ESTIMATE. PAGE NO. 1 DATE PRINTED : May 22, 2018

OKLAHOMA 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 information

PROJECT NO PID BEL TE21-G990(217) TYPE: SLIDE REPAIR LETTING: 06/07/01 COMPLETION DATE: 09/30/02

PROJECT 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 information

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM NAME OF CONTRACTOR PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM PROJECT NO. 4735 1.00 miles of roadway reconstruction including grade establishment, sand subbase, aggregate

More information

Market Street Gateway Improvements Phase 1

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

More information

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

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

More information

CITY-TIF COMMISSION EXPENSES Cost Description Project Cost Data Reimbursable From Public Funds Developer Equity COST TIF Super TIF State TIF CID SCTC PRIVATE I. Legal $ 750,000 $ 750,000 $ - $ - $ - $

More information

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

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price 2. BID SCHEDULE RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO. 7046 To the Honorable Mayor and City Council of the City of Hesperia: Schedule of prices to construct the Ranchero Road and BNSF

More information

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

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No. Job 11-4518 Solicitation B-12-059-DD PROPOSAL of BID PROPOSAL, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER STEM: Pursuant to Instructions Invitation

More information

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

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018 CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex 2017-2018 April 4, 2018 Great Basin Engineering CLEARING EARTHWORK 1 337.01200 Mobilization @ Per Lump Sum 1 LS $445,350.00 $ 445,350.00 $481,768.00

More information

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

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029 SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the

More information

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

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

Rock Chalk Park - Infrastructure Report. July 2013

Rock Chalk Park - Infrastructure Report. July 2013 Rock Chalk Park Infrastructure Report July 2013 The following report is the first monthly report for the construction of infrastructure at Rock Chalk Park. The format follows the sections outlined in the

More information

NAME OF CONTRACTOR CONTRACTORS ADDRESS Buffalo Road th ave Ct SW Walcott, IA North Liberty, IA

NAME 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 information

Tabulation of Bids. Counties: ROUTE 94 BLACK CREEK TRIBUTARY CULVERT REPLACEMENT

Tabulation 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 information

BID TABULATION PAGE 1 OF 8

BID 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 information

INSTRUCTIONS TO BIDDERS

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

More information

DORAN 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 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 information

ALVAREZ 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 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 information

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

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221 Bid : 7379 GENERAL 1 2 3 4 @ unit $ total $ @ unit $ total $ @ unit $ total $ @ unit $ total $ G-1.1 Mobilization 1 LS $ 450,000.00 $ 450,000.00 $ 720,000.00 $ 720,000.00 $ 750,000.00 $ 750,000.00 $ 530,000.00

More information

I. J~ /.. RrECE~VfEfD 9J7J:. 13~ 7b 1/1~ COUNCIL. ~ 1-j r-(lk. 1 1-'> lft:; WHATCOM COUNTY COUNCIL AGENDA BILL

I. 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 information

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

North 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 information

Patchogue Road Culvert Crossing IFB ADDENDUM #1 07/13/2015. Addendum #1 addresses the questions submitted by contractors.

Patchogue 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 information

CITY OF TAMPA ADDENDUM 2. April 18, 2018

CITY OF TAMPA ADDENDUM 2. April 18, 2018 CITY OF TAMPA Bob Buckhorn, Mayor CONTRACT ADMINISTRATION DEPARTMENT Michael W. Chucran, Director ADDENDUM 2 April 18, 2018 Contract 17-C-00021; Citywide Water Meter Bidders on the above referenced project

More information

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014 PROJECT MANUAL Taxiways P and P7 Drainage Improvements CONTRACT NO. 201416594 BID FORMS Issued for Bid August 25, 2014 CITY & COUNTY OF DENVER DEPARTMENT OF AVIATION DENVER INTERNATIONAL AIRPORT BID FORMS

More information

SUBDIVISION IMPROVEMENTS AGREEMENT

SUBDIVISION IMPROVEMENTS AGREEMENT SUBDIVISION IMPROVEMENTS AGREEMENT THIS AGREEMENT, made between GLEN DEVELOPMENT COMPANY, hereinafter called the "Subdivider," and El Paso County by and through the Board of County Commissioners of El

More information

REQUEST 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 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 information

Tampa International Airport RUNWAY 18-36, TAXIWAY A, HANGAR TAXILANES, PARKING LOT & ROAD REHABILITATION TAMPA EXECUTIVE AIRPORT

Tampa International Airport RUNWAY 18-36, TAXIWAY A, HANGAR TAXILANES, PARKING LOT & ROAD REHABILITATION TAMPA EXECUTIVE AIRPORT Tampa International Airport RUNWAY 18-36, TAXIWAY A, HANGAR TAXILANES, PARKING LOT & ROAD REHABILITATION TAMPA EXECUTIVE AIRPORT Mandatory Pre-Solicitation Conference Runway 18-36, Taxiway A, Hangar Taxilanes,

More information

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

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

More information

**REVISED BID PRICE FORM** October 24, 2018

**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

Hillsborough County Aviation Authority Solicitation Addendum. & Road Rehabilitation

Hillsborough County Aviation Authority Solicitation Addendum. & Road Rehabilitation Hillsborough County Aviation Authority Solicitation Addendum Addendum No.: 1 Solicitation No.: 14-411-034 Project No.: 6205 14 Runway 18-36, Taxiway A, Hangar Taxilanes, Parking Lot Solicitation Title:

More information

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

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

More information