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

Size: px
Start display at page:

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

Transcription

1 Unit BID ITEMS A-3 TRAFFIC CONTROL LS $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, $ 1, $ 1, $ 1, $ 1, C-0 CLEARING AND GRUBBING LS $ 4, $ 4, $ 3, $ 3, $ 4, $ 4, $ 10, $ 10, $ 3, $ 3, $ 4, $ 4, D-1 TOPSOIL, ON-SITE CY $ 5.00 $ 79, $ 5.75 $ 91, $ 4.55 $ 72, $ 7.00 $ 111, $ 3.50 $ 55, $ 5.00 $ 79, E-0 EXCAVATION, CLASS CY $ 3.50 $ 127, $ 3.95 $ 144, $ 3.55 $ 129, $ 5.00 $ 182, $ 2.20 $ 80, $ 3.10 $ 113, E-0 EXCAVATION, CLASS CY $ 6.00 $ 13, $ 6.10 $ 13, $ $ 36, $ 7.00 $ 15, $ 2.85 $ 6, $ 7.50 $ 16, I-0 SUBBASE, MODIFIED (IADOT GRADATION NO. 14) TON $ $ 70, $ $ 91, $ $ 67, $ $ 70, $ $ 66, $ $ 68, I O P Q A E-0 SUBBASE, MACADAM (IADOT GRADATION NO. 13) SUBBASE, WASHED SAND, 4" THICK, UNDER SURFACE AGGRAGATE INFIELD/WARNING TRACK SKIN SURFACE, RED BALL DIAMOND AGGREGATE, 5" THICK BATTING CAGE SURFACE, FINE LIMESTONE (IADOT GRADATION NO. 8) SANITARY SEWER GRAVITY MAIN, TRENCHED, SDR 26 PVC, 8" SANITARY SEWER SERVICE STUB, PVC SDR 23.5, 4" TON $ $ 3, $ $ 4, $ $ 4, $ $ 5, $ $ 4, $ $ 5, TON $ $ 46, $ $ 34, $ $ 47, $ $ 49, $ $ 31, $ $ 30, TON $ $ 135, $ $ 126, $ $ 128, $ $ 135, $ $ 122, $ $ 120, TON $ $ 1, $ $ $ $ 1, $ $ 1, $ $ 1, $ $ 2, LF $ $ 21, $ $ 22, $ $ 16, $ $ 22, $ $ 16, $ $ 38, EA $ $ $ 1, $ 1, $ $ $ 1, $ 1, $ $ $ $ A-1 STORM SEWER, TRENCHED, RCP, 15" LF $ $ 1, $ $ 3, $ $ 1, $ $ 2, $ $ 1, $ $ 1, A-1 STORM SEWER, TRENCHED, RCP, 18" LF $ $ 27, $ $ 38, $ $ 24, $ $ 38, $ $ 25, $ $ 33, A-1 STORM SEWER, TRENCHED, RCP, 24" LF $ $ 2, $ $ 5, $ $ 5, $ $ 3, $ $ 2, $ $ 3, A-1 STORM SEWER, TRENCHED, RCP, 36" LF $ $ 9, $ $ 19, $ $ 15, $ $ 18, $ $ 13, $ $ 16, A A A A-1 6" 12" 15" 18" LF $ $ $ $ $ $ $ $ $ $ $ $ LF $ $ $ $ $ $ $ $ 1, $ $ $ $ LF $ $ 4, $ $ 6, $ $ 4, $ $ 7, $ $ 4, $ $ 6, LF $ $ 29, $ $ 37, $ $ 27, $ $ 39, $ $ 25, $ $ 40, C-0 REMOVAL OF STORM SEWER, 18" RCP 5 5 LF $ $ $ $ $ $ $ $ $ $ $ $ B-0 PIPE APRON, RCP, 12" 2 2 EA $ $ $ 1, $ 2, $ $ 1, $ $ 1, $ $ 1, $ $ 1, B-0 PIPE APRON, RCP, 18" 3 3 EA $ $ 1, $ 1, $ 4, $ $ 2, $ $ 2, $ $ 2, $ $ 2, B-1 PIPE APRON, RCP, 36" 1 1 EA $ $ $ 2, $ 2, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, D-0 PIPE APRON GUARD, 36" 1 1 EA $ $ $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ $ $ $ A-0 SUBDRAIN, HDPE, 2" DIA. PERF LF $ 8.00 $ 41, $ 5.00 $ 26, $ 6.45 $ 33, $ 7.00 $ 36, $ 6.00 $ 31, $ 4.25 $ 22, A-0 SUBDRAIN, HDPE, 4" DIA. PERF LF $ 8.00 $ 1, $ $ 2, $ $ 2, $ $ 2, $ $ 1, $ $ 3, A-0 SUBDRAIN, HDPE DUAL WALL, NON PERF, 4" DIA LF $ 8.00 $ $ $ $ $ $ $ $ $ $ $ A-1 SUBDRAIN, HDPE DUAL WALL, NON PERF, 6" DIA LF $ $ 18, $ $ 19, $ $ 15, $ $ 17, $ $ 15, $ $ 23, A-0 SUBDRAIN, HDPE DUAL WALL, 6" LF $ $ 10, $ $ 8, $ $ 7, $ $ 6, $ $ 6, $ $ 9, C-0 SUBDRAIN CLEANOUT, TYPE A-1, 6" 3 3 EA $ $ 1, $ $ 1, $ $ 1, $ $ $ $ $ $ 1, A-1 WATER MAIN, TRENCHED, DR18 PVC, 6" LF $ $ 22, $ $ 21, $ $ 10, $ $ 22, $ $ 13, $ $ 19, A-1 WATER MAIN, TRENCHED, CLASS 52 DIP, 6", WITH NITRILE GASKETS LF $ $ 3, $ $ 4, $ $ 3, $ $ 3, $ $ 2, $ $ 4, A-1 WATER MAIN, TRENCHED, DR21 PVC, 3" LF $ $ 2, $ $ 4, $ 9.70 $ 1, $ $ 2, $ 7.85 $ $ $ 2, C-2 FITTING, MJ DIP LB $ $ 4, $ $ 12, $ $ 5, $ 9.00 $ 3, $ 2.15 $ $ $ 4, F-0 CONNECTION TO EXISTING WATER MAIN 1 1 EA $ 1, $ 1, $ $ $ 1, $ 1, $ 2, $ 2, $ $ $ $ G-0 IRRIGATION DELIVERY SYSTEM FOR 3 FIELDS 1 1 LS $ 12, $ 12, $ 7, $ 7, $ 10, $ 10, $ 15, $ 15, $ 5, $ 5, $ 10, $ 10, H-0 IRRIGATION SYSTEM - SOFTBALL FIELD 1 1 LS $ 24, $ 24, $ 10, $ 10, $ 12, $ 12, $ 13, $ 13, $ 13, $ 13, $ 20, $ 20, H-0 IRRIGATION SYSTEM - LITTLE LEAGUE FIELD LS $ 16, $ 16, $ 8, $ 8, $ 12, $ 12, $ 12, $ 12, $ 11, $ 11, $ 15, $ 15, Page 1 of 5

2 Unit H-0 IRRIGATION SYSTEM - LITTLE LEAGUE FIELD LS $ 16, $ 16, $ 8, $ 8, $ 12, $ 12, $ 12, $ 12, $ 11, $ 11, $ 15, $ 15, A-0 VALVE, GATE, 3" 1 1 EA $ $ $ 1, $ 1, $ $ $ $ $ $ $ $ A-0 VALVE, GATE, 6" 4 4 EA $ $ 3, $ 1, $ 5, $ $ 3, $ $ 3, $ $ 2, $ $ 3, C-0 FIRE HYDRANT ASSEMBLY 3 3 EA $ 3, $ 10, $ 4, $ 14, $ 3, $ 11, $ 4, $ 12, $ 3, $ 9, $ 4, $ 14, A-0 MANHOLE TYPE SW-301, 48" VF $ $ 9, $ $ 22, $ $ 14, $ $ 11, $ $ 11, $ $ 10, A-0 MANHOLE TYPE SW-401, 48" VF $ $ 2, $ $ 6, $ $ 4, $ $ 5, $ $ 3, $ $ 2, A-0 MANHOLE TYPE SW-402, 48"x48" VF $ $ 3, $ $ 7, $ 1, $ 13, $ $ 7, $ $ 3, $ $ 4, B-0 INTAKE TYPE SW EA $ 1, $ 1, $ 3, $ 3, $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, $ 5, $ 5, B-0 INTAKE TYPE SW EA $ 1, $ 7, $ 4, $ 18, $ 2, $ 11, $ 3, $ 14, $ 2, $ 11, $ 4, $ 17, B-0 INTAKE TYPE SW EA $ 2, $ 4, $ 6, $ 13, $ 4, $ 8, $ 4, $ 9, $ 3, $ 7, $ 6, $ 13, B-0 INTAKE TYPE SW EA $ 2, $ 2, $ 5, $ 5, $ 3, $ 3, $ 4, $ 4, $ 2, $ 2, $ 6, $ 6, B-0 INTAKE TYPE NYLOPLAST, 24" W/ H-20 STANDARD GRATE EA $ 1, $ 16, $ 2, $ 22, $ 1, $ 16, $ 2, $ 25, $ 1, $ 15, $ 1, $ 16, H-0 REMOVE INTAKE 1 1 EA $ $ $ $ $ $ $ $ $ 1, $ 1, $ $ A-0 PAVEMENT, PCC, 6" SY $ $ 213, $ $ 193, $ $ 200, $ $ 173, $ $ 173, $ $ 190, A-0 PAVEMENT, PCC, 6" THICK, REINFORCED SY $ $ 14, $ $ 14, $ $ 11, $ $ 12, $ $ 12, $ $ 13, A-0 PAVEMENT, PCC, 8" REINFORCED SY $ $ 14, $ $ 11, $ $ 12, $ $ 10, $ $ 10, $ $ 11, F-0 BEAM CURB, PCC LF $ $ 9, $ $ 8, $ $ 29, $ $ 7, $ $ 7, $ $ 8, I-0 PCC PAVEMENT SAMPLES AND TESTING 1 1 LS $ 2, $ 2, $ 2, $ 2, $ 12, $ 12, $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, C-1 SHARED USE PATH, PCC, 6" THICK SY $ $ 160, $ $ 145, $ $ 167, $ $ 130, $ $ 130, $ $ 143, C-2 SHARED USE PATH, PCC, 8" THICK (NOMINAL) REINFORCED SY $ $ 1, $ $ 1, $ $ $ $ 1, $ $ 1, $ $ 1, E-0 SIDEWALK, PCC, 4" THICK SY $ $ 26, $ $ 39, $ $ 28, $ $ 35, $ $ 35, $ $ 38, G-0 DETECTABLE WARNING SF $ $ 3, $ $ 4, $ $ 2, $ $ 4, $ $ 4, $ $ 4, B-0 ENGINEERING FABRIC (PLAYGROUND) SY $ 2.25 $ 1, $ 1.30 $ $ 3.75 $ 2, $ 1.00 $ $ 5.00 $ 3, $ 2.00 $ 1, C-0 PAINTED PAVEMENT MARKINGS, DURABLE 1 1 LS $ 1, $ 1, $ 1, $ 1, $ 7, $ 7, $ 7, $ 7, $ 2, $ 2, $ 3, $ 3, G-0 PAINTED SYMBOLS AND LEGENDS 6 6 EA $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ $ $ A-0 SIGN, INSTALL, HANDICAP 5 5 EA $ $ 1, $ $ $ $ 1, $ $ 1, $ $ 1, $ $ 1, A-0 SIGN, INSTALL, HANDICAP W/ VAN 1 1 EA $ $ $ $ $ $ $ $ $ $ $ $ A-0 SEEDING, FERTILIZING, AND MULCHING, TYPE AC $ $ 7, $ 1, $ 23, $ $ 11, $ 5, $ 63, $ 1, $ 14, $ $ 11, A A-1 TYPE 1 PERMANENT LAWN TYPE 1 BALLFIELD LAWN SEEDING AC $ 1, $ 6, $ 2, $ 13, $ 2, $ 9, $ 3, $ 13, $ 2, $ 9, $ 2, $ 10, AC $ 2, $ 4, $ 3, $ 7, $ 3, $ 8, $ 4, $ 9, $ 3, $ 7, $ 4, $ 10, A A A-1 NO MOW FESCUE SHORT GRASS PRAIRIE FLOOD PLAIN AC $ 3, $ 2, $ 3, $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, $ 2, AC $ 2, $ 4, $ 3, $ 7, $ 5, $ 11, $ 3, $ 6, $ 3, $ 6, $ 5, $ 11, AC $ 3, $ 1, $ 3, $ 1, $ 5, $ 2, $ 3, $ 1, $ 3, $ 1, $ 5, $ 2, B-0 HYDRAULIC MULCHING AC $ 1, $ 10, $ 1, $ 11, $ 1, $ 20, $ 3, $ 36, $ 1, $ 18, $ 2, $ 20, D-0 WATERING TGAL $ 2.00 $ 50, $ 0.20 $ 5, $ 0.20 $ 5, $ 2.00 $ 50, $ 3.75 $ 93, $ $ 825, F-0 SPORTSFIELD SOIL PREPARATION 1 1 LS $ 3, $ 3, $ 13, $ 13, $ 17, $ 17, $ 20, $ 20, $ 45, $ 45, $ 25, $ 25, G-0 SPORTSFIELD GROW IN PLAN 1 1 LS $ 4, $ 4, $ 6, $ 6, $ 5, $ 5, $ 9, $ 9, $ 8, $ 8, $ 20, $ 20, B B B-0 PLANTS, TREE, AUTUM BLAZE FREEMAN MAPLE - 3" CAL. PLANTS, TREE, EUROPEAN BLACK ALDER - 6' PLANTS, TREE, ARMSTRONG COLUMNAR MAPLE - 3" CAL. 9 9 EA $ $ 3, $ $ 6, $ $ 4, $ $ 3, $ $ 4, $ $ 5, EA $ $ 1, $ $ 2, $ $ 1, $ $ 2, $ $ 2, $ $ 2, EA $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 2, B-0 PLANTS, TREE, RIVER BIRCH - 10' EA $ $ 3, $ $ 3, $ $ 4, $ $ 3, $ $ 3, $ $ 4, B-0 PLANTS, TREE, WASHINGTON HAWTHORN - 6' 8 8 EA $ $ 2, $ $ 2, $ $ 2, $ $ 2, $ $ 2, $ $ 2, Page 2 of 5

3 Unit B-0 PLANTS, TREE, DAWYCK PURPLE BEECH - 3" CAL. 1 1 EA $ $ $ $ $ $ $ $ $ $ $ $ B-0 PLANTS, TREE, MAIDENHAIR TREE - 3" CAL. 5 5 EA $ $ 2, $ $ 3, $ $ 2, $ $ 2, $ $ 2, $ $ 3, B-0 PLANTS, TREE, SKYLINE HONEYLOCUST - 3' CAL. 9 9 EA $ $ 3, $ $ 5, $ $ 4, $ $ 4, $ $ 4, $ $ 5, B-0 PLANTS, TREE, NORWAY SPRUCE - 6' 4 4 EA $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 1, B-0 PLANTS, TREE, LONDON PLANETREE - 3" CAL. 1 1 EA $ $ $ $ $ $ $ $ $ $ $ $ B-0 PLANTS, TREE, BLACK HILLS SPRUCE - 8' EA $ $ 5, $ $ 8, $ $ 6, $ $ 7, $ $ 8, $ $ 10, B-0 PLANTS, TREE, COLORADO BLUE SPRUCE - 8' 1 1 EA $ $ $ $ $ $ $ $ $ $ $ $ B-0 PLANTS, TREE, WHITE PINE - 7' 5 5 EA $ $ 1, $ $ 2, $ $ 2, $ $ 1, $ $ 1, $ $ 1, B-0 PLANTS, TREE, WHITE OAK - 3" CAL EA $ $ 3, $ $ 7, $ $ 5, $ $ 4, $ $ 5, $ $ 8, B-0 PLANTS, TREE, BUR OAK - 3" CAL EA $ $ 4, $ $ 7, $ $ 5, $ $ 4, $ $ 5, $ $ 9, B-0 PLANTS, TREE, ACCOLADE ELM - 3" CAL. 3 3 EA $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 2, B-0 PLANTS, TREE, BLACK HAW VIBURNUM - 4' 8 8 EA $ $ 1, $ $ $ $ $ $ 2, $ $ 2, $ $ 1, B B-0 PLANTS, SHRUB, HAPPY RETURNS DAYLILY - 1 GAL. PLANTS, SHRUB, GRO-LOW FRAGRANT SUMAC - 18" EA $ $ 1, $ $ 1, $ $ $ $ $ $ $ $ 2, EA $ $ $ $ $ $ $ $ $ $ $ $ 1, B-0 PLANTS, SHRUB, NEON FLASH SPIREA - 18" EA $ $ 3, $ $ 5, $ $ 3, $ $ 2, $ $ 2, $ $ 7, B B-0 PLANTS, SHRUB, MISSION STRAIN ARBORVITAE, 5' PLANTS, SHRUB, ARROWWOOD VIBURNUM - 36" EA $ $ 7, $ $ 11, $ $ 8, $ $ 4, $ $ 5, $ $ 13, EA $ $ 3, $ $ 2, $ $ 2, $ $ 1, $ $ 1, $ $ 2, F-0 LIVE FASCINE LF $ $ 5, $ $ 12, $ $ 17, $ $ 10, $ $ 11, $ $ 14, A-2 SWPPP, MANAGEMENT LS $ 10, $ 10, $ 2, $ 2, $ 4, $ 4, $ 3, $ 3, $ 4, $ 4, $ 4, $ 4, E-0 TEMPORARY RECP,TYPE SY $ 1.50 $ 16, $ 1.45 $ 16, $ 1.20 $ 13, $ 1.00 $ 11, $ 1.10 $ 12, $ 1.20 $ 13, F-1 WATTLES, 9", INSTALLATION, MAINTENANCE LF $ 2.50 $ 15, $ 1.68 $ 10, $ 2.15 $ 13, $ 2.00 $ 12, $ 2.00 $ 12, $ 2.20 $ 13, F-2 WATTLES, REMOVAL LF $ 0.50 $ 3, $ 0.17 $ 1, $ 0.80 $ 5, $ 0.50 $ 3, $ 0.75 $ 4, $ 0.80 $ 5, J-0 RIP RAP, EROSION STONE W/FABRIC TON $ $ 3, $ $ 4, $ $ 5, $ $ 6, $ $ 5, $ $ 8, N N N-3 INSTALLATION REMOVAL OF SEDIMENT REMOVAL OF DEVICE LF $ 3.50 $ 14, $ 1.35 $ 5, $ 1.85 $ 7, $ 2.00 $ 8, $ 1.70 $ 7, $ 1.90 $ 8, LF $ 1.00 $ 1, $ 0.65 $ $ 0.55 $ $ 0.50 $ $ 0.50 $ $ 0.55 $ LF $ 0.75 $ 3, $ 0.34 $ 1, $ 0.55 $ 2, $ 0.50 $ 2, $ 0.50 $ 2, $ 0.55 $ 2, * O-2 STABILIZED CONSTRUCTION ENTRANCE TON $ $ 5, $ $ 5, $ $ 4, $ $ 5, $ $ 4, $ $ 5, P-1 DUST CONTROL, WATER SY $ 0.25 $ 6, $ 0.04 $ $ 0.70 $ 16, $ 0.20 $ 4, $ 0.45 $ 10, $ 0.25 $ 6, T-1 INLET PROTECTION DEVICE, SURFACE APPLIED, INSTALLATION AND MAINTENANCE EA $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 1, T-2 INLET PROTECTION DEVICE, REMOVAL EA $ 5.00 $ $ $ $ $ $ $ $ $ $ $ H-0 FENCING CAP, OUTFIELD FENCE LF $ 5.50 $ 6, $ 3.15 $ 3, $ 3.00 $ 3, $ 4.00 $ 4, $ 6.11 $ 7, $ 3.00 $ 3, A-0 CONCRETE STEPS SF $ $ 3, $ $ 2, $ $ 3, $ $ 3, $ $ 8, $ $ 8, B-0 HANDRAIL, ALUMINUM LF $ $ 2, $ $ 1, $ $ 1, $ $ 5, $ $ 2, $ $ 1, A-0 SPORTSFIELD EQUIPMENT - SOFTBALL FIELD 1 1 LS $ 1, $ 1, $ 1, $ 1, $ 5, $ 5, $ 9, $ 9, $ 8, $ 8, $ 4, $ 4, A A-0 SPORTSFIELD EQUIPMENT - LITTLE LEAGUE FIELD 1 SPORTSFIELD EQUIPMENT - LITTLE LEAGUE FIELD LS $ 1, $ 1, $ 1, $ 1, $ 5, $ 5, $ 9, $ 9, $ 8, $ 8, $ 4, $ 4, LS $ 1, $ 1, $ 1, $ 1, $ 5, $ 5, $ 9, $ 9, $ 8, $ 8, $ 4, $ 4, Page 3 of 5

4 Unit B-0 ELECTRONIC SCOREBOARDS 3 3 EA $ 7, $ 22, $ 10, $ 30, $ 23, $ 70, $ 10, $ 30, $ 9, $ 27, $ 10, $ 31, C-0 BATTING CAGE EQUIPMENT 1 1 LS $ 8, $ 8, $ 11, $ 11, $ 3, $ 3, $ 20, $ 20, $ 18, $ 18, $ 11, $ 11, D-0 BLEACHERS, ALUMINUM, 15' LONG, 4 ROWS 9 9 EA $ 3, $ 27, $ 2, $ 19, $ 2, $ 18, $ 2, $ 22, $ 1, $ 13, $ 2, $ 18, E-0 PICKLEBALL COURT EQUIPMENT 1 1 LS $ 3, $ 3, $ 11, $ 11, $ 2, $ 2, $ 5, $ 5, $ 4, $ 4, $ 2, $ 2, F-0 PICKLE BALL COURT SURFACING 1 1 LS $ 6, $ 6, $ 4, $ 4, $ 4, $ 4, $ 15, $ 15, $ 3, $ 3, $ 4, $ 4, G-0 PLAYGROUND EQUIPMENT 1 1 LS $ 100, $ 100, $ 98, $ 98, $ 88, $ 88, $ 80, $ 80, $ 91, $ 91, $ 97, $ 97, H-0 SAFETY SURFACING - 12" DEPTH CY $ $ 12, $ $ 7, $ $ 8, $ $ 7, $ $ 9, $ $ 7, I-0 BIKE RACKS 1 1 LS $ 1, $ 1, $ 2, $ 2, $ 1, $ 1, $ 6, $ 6, $ $ $ 1, $ 1, J-0 PARK BENCHES 6 6 EA $ $ 4, $ 1, $ 7, $ 1, $ 7, $ 1, $ 6, $ 1, $ 6, $ 1, $ 6, K-0 TRASH RECEPTACLES 9 9 EA $ $ 5, $ 1, $ 12, $ 1, $ 10, $ 1, $ 9, $ 1, $ 9, $ 1, $ 9, L-0 FLAG POLE - 30' WITH INTEGRAL LIGHT 1 1 EA $ 4, $ 4, $ 5, $ 5, $ 8, $ 8, $ 8, $ 8, $ 5, $ 5, $ 5, $ 5, L-0 FLAG POLE - 25' 2 2 EA $ 3, $ 6, $ 5, $ 11, $ 6, $ 12, $ 7, $ 14, $ 2, $ 5, $ 4, $ 8, M-0 LANDSCAPE BOULDERS - STONE STEPS AND OUTCROPPING TON $ $ 12, $ $ 16, $ $ 14, $ $ 12, $ $ 13, $ $ 13, M-0 LANDSCAPE BOULDERS - SEAT STONES TON $ $ 9, $ $ 8, $ $ 8, $ $ 8, $ $ 8, $ $ 9, M-0 LANDSCAPE BOULDERS - PLAYGROUND STEPPER BOULDERS TON $ $ 8, $ $ 7, $ $ 6, $ $ 6, $ $ 6, $ $ 7, A-0 ELECTRICAL SYSTEM 1 1 LS $ 40, $ 40, $ 149, $ 149, $ 144, $ 144, $ 113, $ 113, $ 134, $ 134, $ 56, $ 56, A-0 PAVILION BUILDING AND APPERTENANCES 1 1 LS $ 326, $ 326, $ 312, $ 312, $ 326, $ 326, $ 280, $ 280, $ 773, $ 773, $ 345, $ 345, , A CONSTRUCTION SURVEY LS $ 25, $ 25, $ 20, $ 20, $ 19, $ 19, $ 20, $ 20, $ 18, $ 18, $ 20, $ 20, , A MOBILIZATION LS $ 200, $ 200, $ 118, $ 118, $ 174, $ 174, $ 264, $ 264, $ 98, $ 98, $ 200, $ 200, , A-0 CONCRETE WASHOUT LS $ 2, $ 2, $ 5, $ 5, $ 2, $ 2, $ $ $ 1, $ 1, $ 5, $ 5, TOTAL BASE BID $ 2,354, $ 2,457, $ 2,504, $ 2,662, $ 2,677, $ 3,256, * FA1 FA2 FA3 FA4 FENCING OPTION A 6' TALL (06B) 10' TALL (10A) 20' TALL (20A) LF $ $ 23, $ $ 15, $ $ 13, $ $ 15, $ $ 16, $ $ 14, LF $ $ 33, $ $ 20, $ $ 19, $ $ 21, $ $ 21, $ $ 19, LF $ $ 16, $ $ 11, $ $ 11, $ $ 24, $ $ 16, $ $ 11, LF $ $ 17, $ $ 19, $ $ 18, $ $ 28, $ $ 23, $ $ 19, FA B-0 GATES, CHAIN LINK, ALUMINIZED, 4' WIDE 7 7 EA $ $ 3, $ $ 3, $ $ 3, $ $ 3, $ $ 4, $ $ 3, FA B-0 GATES, CHAIN LINK, ALUMINIZED, 6' TALL, DOUBLE 6'' (12' WIDE) 3 3 EA $ 1, $ 3, $ $ 2, $ $ 2, $ 1, $ 3, $ 1, $ 3, $ $ 2, TOTAL FENCING OPTION A $ 98, $ 71, $ 68, $ 96, $ 86, $ 70, FB1 FB2 FB3 FB4 FENCING OPTION B 6' TALL (06B) 10' TALL (10A) 20' TALL (10B) LF $ $ 31, $ $ 20, $ $ 19, $ $ 23, $ $ 24, $ $ 19, LF $ $ 45, $ $ 27, $ $ 26, $ $ 29, $ $ 29, $ $ 26, LF $ $ 22, $ $ 15, $ $ 15, $ $ 30, $ $ 17, $ $ 15, LF $ $ 23, $ $ 22, $ $ 22, $ $ 33, $ $ 29, $ $ 22, FB B-0 GATES, CHAIN LINK, PVC COATED, 4' WIDE 7 7 EA $ $ 5, $ $ 4, $ $ 4, $ $ 3, $ $ 6, $ $ 4, FB B-0 GATES, CHAIN LINK, PVC COATED, 6' TALL, DOUBLE 6'' (12' WIDE) 3 3 EA $ 1, $ 4, $ 1, $ 3, $ $ 2, $ 1, $ 3, $ 1, $ 4, $ $ 2, TOTAL FENCING OPTION B $ 132, $ 93, $ 90, $ 123, $ 111, $ 91, Page 4 of 5

5 Unit LA1 LA B-0 FIELD LIGHTING OPTION A FIELD LIGHTING, HID CONROL SYSTEM AND DISTRIBUTION FOR 3 FIELDS FIELD LIGHTING POLES & LUMINAIRES, HID, SOFTBALL FIELD 1 1 LS $ 25, $ 25, $ 50, $ 50, $ 17, $ 17, $ 340, $ 340, $ 16, $ 16, $ 62, $ 62, LS $ 110, $ 110, $ 134, $ 134, $ 149, $ 149, $ 158, $ 158, $ 139, $ 139, $ 150, $ 150, LA3 FIELD LIGHTING, HID - LITTLE LEAGUE FIELD LS $ 100, $ 100, $ 95, $ 95, $ 104, $ 104, $ 110, $ 110, $ 97, $ 97, $ 103, $ 103, LA4 FIELD LIGHTING, HID - LITTLE LEAGUE FIELD LS $ 100, $ 100, $ 89, $ 89, $ 98, $ 98, $ 103, $ 103, $ 91, $ 91, $ 97, $ 97, TOTAL LIGHTING OPTION A $ 335, $ 369, $ 369, $ 711, $ 343, $ 412, LB1 LB2 LB3 LB B-0 FIELD LIGHTING OPTION B FIELD LIGHTING CONROL SYSTEM AND DISTRIBUTION, 3 FIELDS, LED SOFTBALL FIELD LITTLE LEAGUE FIELD 1 LITTLE LEAGUE FIELD LS $ 25, $ 25, $ 50, $ 50, $ 17, $ 17, $ 421, $ 421, $ 16, $ 16, $ 62, $ 62, LS $ 140, $ 140, $ 179, $ 179, $ 196, $ 196, $ 206, $ 206, $ 182, $ 182, $ 197, $ 197, LS $ 130, $ 130, $ 128, $ 128, $ 127, $ 127, $ 135, $ 135, $ 118, $ 118, $ 128, $ 128, LS $ 130, $ 130, $ 128, $ 128, $ 127, $ 127, $ 135, $ 135, $ 118, $ 118, $ 128, $ 128, TOTAL FIELD LIGHTING OPTION B $ 425, $ 486, $ 469, $ 897, $ 436, $ 516, DUGOUT OPTION A DA N-0 DUGOUT, LUMBER FRAMED, 10' DEEP x 32' WIDE 6 6 EA $ 6, $ 36, $ 7, $ 43, $ 6, $ 38, $ 3, $ 21, $ 54, $ 12, $ 75, DA O-0 TWO TIER DUGOUT BENCH, LUMBER, 24' LONG 6 6 EA $ 1, $ 7, $ $ 3, $ 2, $ 12, $ 1, $ 7, $ 12, $ 1, $ 9, TOTAL DUGOUT OPTION A $ 43, $ 46, $ 51, $ 28, $ 66, $ 84, DUGOUT OPTION B DB P-0 CANTILEVER DUGOUT, 10' DEEP x32' WIDE 6 6 EA $ 19, $ 114, $ 19, $ 117, $ 18, $ 112, $ 24, $ 144, $ 112, $ 25, $ 150, DB2 DB3 DB Q G-0 TWO TIER DUGOUT BENCH, ALUMINUM, 24' LONG VERTICAL SLATTED WINDSCREEN MATERIAL, 6' TALL 6 6 EA $ 4, $ 27, $ 3, $ 21, $ 4, $ 26, $ 3, $ 19, $ 18, $ 4, $ 24, LF $ $ 6, $ $ 6, $ $ 6, $ $ 4, $ 5, $ $ 6, LF $ $ 2, $ 8.40 $ 2, $ 8.05 $ 2, $ 6.00 $ 1, $ 3, $ 8.25 $ 2, TOTAL DUGOUT OPTION B $ 151, $ 147, $ 147, $ 169, $ 138, $ 182, ESTIMATED BASE BID TOTAL $ 2,354, $ 2,457, $ 2,504, $ 2,662, $ 2,677, $ 3,256, ESTIMATED TOTAL OF OPTIONS A $ 476, $ 487, $ 489, $ 835, $ 495, $ 567, ESTIMATED TOTAL OF OPTIONS B $ 708, $ 728, $ 707, $ 1,190, $ 686, $ 790, * Adjusted By Engineer COMBINATIONS OF OPTIONS AAA BASE + FENCE A + LIGHTS A + DUGOUTS A $ 2,831, $ 2,945, $ 2,994, $ 3,497, $ 3,172, $ 3,823, AAB BASE + FENCE A + LIGHTS A + DUGOUTS B $ 2,939, $ 3,046, $ 3,090, $ 3,639, $ 3,245, $ 3,921, ABB BASE + FENCE A + LIGHTS B + DUGOUTS B $ 3,029, $ 3,164, $ 3,189, $ 3,825, $ 3,338, $ 4,025, BBB BASE + FENCE B + LIGHTS B + DUGOUTS B $ 3,063, $ 3,186, $ 3,212, $ 3,852, $ 3,363, $ 4,046, ABA BASE + FENCE A + LIGHTS B + DUGOUTS A $ 2,921, $ 3,062, $ 3,093, $ 3,683, $ 3,265, $ 3,928, BAA BASE + FENCE B + LIGHTS A + DUGOUTS A $ 2,865, $ 2,967, $ 3,016, $ 3,525, $ 3,198, $ 3,845, BBA BASE + FENCE B + LIGHTS B + DUGOUTS A $ 2,955, $ 3,084, $ 3,115, $ 3,711, $ 3,290, $ 3,949, Page 5 of 5

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

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

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 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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

2001 Average Bid Tabs

2001 Average Bid Tabs Municipality of Anchorage Department of Planning, Development and Public Works Project Management and Engineering Department 2001 Average Bid Tabs SPEC. 20.02 Clearing and Grubbing 1 L.S. $ 750.00 $ 11,793.52

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

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

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

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

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

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

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT

ITEM 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 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

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

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

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

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

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

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

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

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

PART II - Prospect Street 37. 8 Ductile Iron CL52 Water Main 614 lin. ft. $ $ 49, $ $ 43, $ $ 46,050. BID TABULATION PAGE 1 OF 6 Engineer's Project Number: RI 124 Bid Deadline: Changed via addendum to July 2, 2018 at 2:00 p.m. local time BID PRE-BID ESTIMATE Kruczek Construction, Inc. Musson Bros., Inc.

More information

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

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

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

More information

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

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

Utility Committee Meeting AGENDA. October 3, 2017

Utility Committee Meeting AGENDA. October 3, 2017 Utility Committee Meeting AGENDA October 3, 2017 I. CALL TO ORDER II. MATTERS BEFORE COMMITTEE 1. Purchase - Gas Materials for Estates at Dean Hill Farms 2. Approval - 2016 CDBG Grant Construction Bid

More information

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

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

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

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

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

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

Addendum 1 Downtown North CRA Sidewalks

Addendum 1 Downtown North CRA Sidewalks Addendum 1 Downtown North CRA Sidewalks January 12, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDA ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE

More information

LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY

LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY January 5, 205 2 Partially Completed Single Family Lots (65' x 5' typical) 46 Completed Townhome Pads (22' x 50' typical) Sale. This letter of intent outlines

More 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

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

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

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

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

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

Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL Date: BID PROPOSAL PROPOSAL OF A corporation A partnership consisting of An individual doing business as THE SAN ANTONIO WATER SYSTEM Pursuant to Instructions and Invitations to Bidders, the undersigned

More information

Active Construction RV Associates Scarsella JR Hayes

Active 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 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

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

BID TABULATION PAGE 1 OF 6

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

More information

PROJECT COST. Prepared for City of Burlington, Iowa Downtown/Riverfront Revitalization Project

PROJECT COST. Prepared for City of Burlington, Iowa Downtown/Riverfront Revitalization Project PROJECT COST Prepared for City of Burlington, Iowa Downtown/Riverfront Revitalization Project City of Burlington Downtown/Riverfront Revitalization Project TIGER Grant Budget Date: 4/29/2016 Project Budget

More information

COST ESTIMATE and LETTER OF CREDIT FOR SITE DEVELOPMENT WORKS. PREPARED BY CSD-Planning Division. City of Kitchener- Letter of Credit (2017)

COST ESTIMATE and LETTER OF CREDIT FOR SITE DEVELOPMENT WORKS. PREPARED BY CSD-Planning Division. City of Kitchener- Letter of Credit (2017) This information is available in accessible formats upon request. Please call 519-741-2345 or TTY 1-866-969-9994 for assistance. COST ESTIMATE and LETTER OF CREDIT FOR SITE DEVELOPMENT WORKS PREPARED BY

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

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

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL Solicitation No. B-11-030-BB Date: BID PROPOSAL PROPOSAL OF A corporation A partnership consisting of An individual doing business as THE SAN ANTONIO WATER SYSTEM Pursuant to Instructions and Invitations

More information

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

BID PROPOSAL ANNUAL PATHWAY & MINOR CONSTRUCTION CONTRACT PBC PROJECT #

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

More information

Addendum 1 13 TH Street Streetscape. September 1, 2017

Addendum 1 13 TH Street Streetscape. September 1, 2017 Addendum 1 13 TH Street Streetscape September 1, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDUMS ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE

More information

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

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

More information

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

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned

More information

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

The bid due date has been changed to 2:50 p.m. May 25, 2018. May 18, 2018 BL051-18 Addendum #1 Construction and Rehab of Gravity and Sewer Force Mains on an Contract Make the following changes/additions or clarifications to the above referenced bid: The bid due

More information

Exhibit 4 Page 1 of 8

Exhibit 4 Page 1 of 8 Page 1 of 8 Price Analysis Summary Bid #C2113975C1, Construction of Davie Road Extension Agency: Highway Construction and Engineering Division Bid Submittals: 4 Purchasing Agent: Cara M. Leisy, J.D. Declinations:

More 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

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

1 DEPARTMENT MAKING REQUEST 2 MEETING DATE 4 AGENDA 5 IS THIS ITEM BUDGETED ( IF APPLICABLE ) -

1 DEPARTMENT MAKING REQUEST 2 MEETING DATE 4 AGENDA 5 IS THIS ITEM BUDGETED ( IF APPLICABLE ) - Charlotte County Board Of County Commissioners Agenda Item Summary Item Number: R- 5 1 DEPARTMENT MAKING REQUEST 2 MEETING DATE Purchasing 6/24/2014 9:00:00 AM 3 REQUESTED MOTION/ACTION Award Bid #14-209

More information

A DESIGN-BUILD PROJECT

A DESIGN-BUILD PROJECT Price Proposal A DESIGN-BUILD PROJECT Fall Hill Avenue Widening and Mary Washington Boulevard Extension From: 0.12 Miles West of Gordon W. Shelton Boulevard To: Route 1 at Mary Washington Boulevard Fredericksburg,

More 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

Pflugerville, TX St. Hedwig, TX 78152

Pflugerville, TX St. Hedwig, TX 78152 Pesado Construction Co., Inc. 7054 Pipestone Schertz, TX 78154 Lewis Contractors, Inc. P.O. Box 1623 Bertram, TX 78605 Wauters Engineering, LLC 12870 Adkins St. Hedwig Rd. St. Hedwig, TX 78152 Cash Construction

More information

NOTICE 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 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 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

COMMUNITY CONSOLIDATED SCHOOL DISTRICT 59

COMMUNITY CONSOLIDATED SCHOOL DISTRICT 59 March 10, 2017 The proposed Community Consolidated School District 59 (CCSD 59) Administration/Professional Development building will house the Administrative and Maintenance staff, providing for the administrative

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

2018 Road Improvements Engineer's Project Number: LK 01 Bid Deadline: May 1, 2018 at 2:00 p.m. local time

2018 Road Improvements Engineer's Project Number: LK 01 Bid Deadline: May 1, 2018 at 2:00 p.m. local time TABULATION PAGE 1 OF 6 PRE- ESTIMATE Pitlik and Wick, Inc. CONTRACT A - BASE Highway X (Friedle Road to Dam Road) A1.1 Single Layer Chip Seal 75,100 sq. yds. $ 2.50 $ 187,750.00 $ 1.60 $ 120,160.00 $ 1.19

More information

Opinion of Probable Cost

Opinion of Probable Cost Appendix E Opinion of Probable Cost 01054/8410233/14/Rohner_Alt_Analysis_Report Rohner Creek Flood Control, Habitat and Seismic Improvement Project Alternatives Analysis Cost Alternative 1: Improved Channel

More information

The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin

The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin within the Vendor Self Service portal at wvoasis.gov.

More information

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

ADDENDUM 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 information

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

August 22, Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA August 22, 2016 Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA RE: Hammond Northshore Regional Airport Runway 18-36/13-31 Runway Intersection

More information

CITY OF SAN MARCOS ENGINEERING DIVISION

CITY OF SAN MARCOS ENGINEERING DIVISION AN APPLICANT S GUIDE TO PROCEDURES FOR: CITY OF SAN MARCOS ENGINEERING DIVISION 1 Civic Center Dr., San Marcos, CA 92069-2918 (760) 744-1050 FAX (760) 591-4135 FEE SCHEDULE FOR GRADING & IMPROVEMENT PLAN

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

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

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

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

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

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

FLOOD DIVERSION AUTHORITY FINANCE COMMITTEE AGENDA FOR THURSDAY, MAY 11, Fargo City Commission Chambers 3:00 PM

FLOOD DIVERSION AUTHORITY FINANCE COMMITTEE AGENDA FOR THURSDAY, MAY 11, Fargo City Commission Chambers 3:00 PM 1. Call to order FLOOD DIVERSION AUTHORITY FINANCE COMMITTEE AGENDA FOR THURSDAY, MAY 11, 2017 Fargo City Commission Chambers 3:00 PM 2. Recommended contracting actions a. Schmidt & Sons Construction,

More information

AVGPR14.Y01 2/11/2014 DOES NOT INCLUDE STATE AID PROJECTS ALL ITEMS BETWEEN 12/01/13 AND 12/31/13 BY ITEM GROUP

AVGPR14.Y01 2/11/2014 DOES NOT INCLUDE STATE AID PROJECTS ALL ITEMS BETWEEN 12/01/13 AND 12/31/13 BY ITEM GROUP AVERAGE BID PRICES FOR AWARDED PROJECTS 14:48 Tuesday, February 11, 2014 1 2011 2011.601/00003 CONSTRUCTION SURVEYING LS 1 $19 $18,500.00 1 2013 2013.602/00022 ROAD/WEATHER SENSOR AND CABLE EACH 3 $32

More information

FORM G PRICE PROPOSAL CAMINO REAL REGIONAL MOBILITY AUTHORITY ("CRRMA") The undersigned having familiarized themselves with the local conditions affec

FORM G PRICE PROPOSAL CAMINO REAL REGIONAL MOBILITY AUTHORITY (CRRMA) The undersigned having familiarized themselves with the local conditions affec FORM G PRICE PROPOSAL CAMINO REAL REGIONAL MOBILITY AUTHORITY ("CRRMA") The undersigned having familiarized themselves with the local conditions affecting the cost of work and with the Request for Proposals

More information

AECOM Redoubt Road - Mill Road Corridor Project Appendix B Cost Estimate Revision B 20-Jul-2014 Prepared for Auckland Transport Co No.: N/A Item Description Unit QTY Rates $ Alternative Alignment - Option

More information

AB COMFORT STATION AT MERCER COUNTY PARK FESTIVAL GROUNDS DESCRIPTION SAKOUTIS J.H. WILLIAMS SCOZZARI LEVY TRICON RED OAK VISION DELL-TECH

AB COMFORT STATION AT MERCER COUNTY PARK FESTIVAL GROUNDS DESCRIPTION SAKOUTIS J.H. WILLIAMS SCOZZARI LEVY TRICON RED OAK VISION DELL-TECH AB2016-06 COMFORT STATION AT MERCER COUNTY PARK FESTIVAL GROUNDS DESCRIPTION SAKOUTIS J.H. WILLIAMS SCOZZARI LEVY TRICON RED OAK VISION DELL-TECH GENERAL CONDITIONS 35,000.00 89,400.00 41,000.00 20,000.00

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 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 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 information