Department of Public Works Engineering

Size: px
Start display at page:

Download "Department of Public Works Engineering"

Transcription

1 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 Coapstick, Public Works Project Coordinator SUBJECT: BID RESULTS FOR ADELANTO TOWN CENTER OFF-SITE IMPROVEMENTS RECOMMENDATION: Approve the Bid results and approve Lewis Development to award the contract to Vance Corporation for the construction of the Adelanto Town Center off-site improvements. SUMMARY: Attached are the bid results and Vance Corporations bid package for review and approval of the Bid. This project is to be performed and administered by Lewis development, with reimbursements for expenditures per the executed development agreement between Lewis Development and the City of Adelanto. BIDS: Received (Qualified) 1. Vance Corporation 2. Sully-Miller Contracting 3. All American Asphalt Received (Un-Qualified) 1. Lyle Parks Jr. Construction BUDGET: The City has previously entered into a Development Agreement with Lewis Development Corp which allocates $3,700,000 of Regional Measure I funds to perform the installation of the improvements. ATTACHMENTS: 1. Bid Opening Tabulation Chart 2. Vance Corporations Bid Schedule

2 Adelanto Bid Spread Project Title: Adelanto Towne Center Off-Site Improvements Project Location: Adelanto, CA Bid Opening Location: 160 S. Old Spring Rd., Ste 210 Bid Opening Date/Time: Dec 17th, :00 PM Sully-Miller Contracting 3 4 Vance Corporation Company All American Asphalt ***Lyle Parks Jr. Construction Rialto, CA Brea, CA Corona, CA Corona, CA Item Unit of Item No. Measure Quantity Unit Price Total Unit Price Total Bid Unit Price Total Bid Unit Price Total Bid Unit Price Their Total 1 Mobilization And Demobilization LS 2 $ - $ - $ 63, $ 126, $ 51, $ 102, $ 40, $ 80, $ 3, $ 3, Clearing And Grubbing LS 1 $ - $ - $ 3, $ 3, $ 8, $ 8, $ 20, $ 20, $ 28, $ 28, SWPPP: Contractor To Prepare, Submit To The State Board, And Implement Approved SWPPP Prepared And Signed By Contractor's QSD LS 1 $ - $ - $ 29, $ 29, $ 7, $ 7, $ 20, $ 20, $ 46, $ 46, Traffic Control And Lane Closures Implementation LS 1 $ - $ - $ 96, $ 96, $ 100, $ 100, $ 370, $ 370, $ 18, $ 18, Construction Staking And Survey LS 1 $ - $ - $ 22, $ 22, $ 9, $ 9, $ 19, $ 19, $ 12, $ 12, As-Built Drawings LS 1 $ - $ - $ 1, $ 1, $ 1, $ 1, $ 5, $ 5, $ - 7 Trench Shoring And Bracing LS 1 $ - $ - $ 10, $ 10, $ 14, $ 14, $ 16, $ 16, $ - 8 Sawcut Remove And Dispose Existing Pavement SF 53,000 $ - $ - $ 0.60 $ 31, $ 1.10 $ 58, $ 1.40 $ 74, $ 1.89 $ 105, Adjust Valve/Meter/Vaults/Manholes To Grade EA 6 $ - $ - $ 1, $ 7, $ $ 1, $ 1, $ 6, $ $ 4, Relocate Existing Sign EA 5 $ - $ - $ $ $ $ 3, $ $ 1, $ $ 1, Relocate Existing Fence LF 960 $ - $ - $ 1.00 $ $ $ 24, $ $ 19, $ 6.50 $ 6, Earthwork - Export CY 5,500 $ - $ - $ 7.90 $ 43, $ $ $ $ 121, $ $ 132, Earthwork - Earthwork Within Project CY 10,500 $ - $ - $ 7.50 $ 78, $ 8.50 $ 89, $ $ 178, $ 69, $ 69, Coldplane And Overlay Existing Pavement 0.25' Thick W/ HMA Type C SF 13,000 $ - $ - $ 0.44 $ 5, $ 2.80 $ 36, $ 3.20 $ 41, $ 2.75 $ 35, Fine Grade SF 150,000 $ - $ - $ 0.25 $ 37, $ 0.25 $ 37, $ 0.25 $ 37, $ 0.31 $ 27, ' Thick Hot Mix Asphalt SF 102,500 $ - $ - $ 5.75 $ 589, $ 5.60 $ 574, $ 7.00 $ 717, $ 5.95 $ 609, ' Thick Class II Aggregate Base SF 102,500 $ - $ - $ 1.35 $ 138, $ 1.80 $ 184, $ 3.30 $ 338, $ 1.95 $ 199, Curb And Gutter (Caltrans Std A87A Type A2-6) LF 1,100 $ - $ - $ $ 21, $ $ 26, $ $ 30, $ $ 35, Bicycle Ramp (FHWA-RD W/ Caltrans DIB 80-01) SF 160 $ - $ - $ $ 2, $ 4.00 $ $ $ 3, $ $ 1, Commercial Driveway Approach (Caltrans Std A87A) SF 270 $ - $ - $ 7.80 $ 2, $ 6.50 $ 1, $ $ 3, $ $ 2, PCC Cross Gutter (City Of Adelanto Std 119) SF 2,000 $ - $ - $ 8.50 $ 17, $ 8.50 $ 17, $ $ 23, $ 9.00 $ 17, " Thick PCC Sidewalk (Caltrans StdSpecs 73) SF 10,200 $ - $ - $ 4.10 $ 41, $ 5.00 $ 51, $ 5.70 $ 58, $ 6.20 $ 67, ADA Compliant Curb Ramp With Cast In Place Detectable Warning Surface (Caltrans Std A88A Case A) EA 5 $ - $ - $ 2, $ 10, $ 1, $ 9, $ 2, $ 11, $ 1, $ 6, ' Thick Hot Mix Asphalt Over 1.85' CL II AB SF 7,300 $ - $ - $ 4.60 $ 33, $ 2.75 $ 20, $ 9.00 $ 65, $ 5.70 $ 41, Temporary Stripings/Markings On Hwy 395 LS 1 $ - $ - $ 1, $ 1, $ 6, $ 6, $ 9, $ 9, $ - $ - 26 Drain Inlet (Std. D72 Type OL) With Fossil Filter And Local Depression EA 1 $ - $ - $ 10, $ 10, $ 6, $ 6, $ 11, $ 11, $ 9, $ 9, Concrete Collar (SPPWC Std 380-4) EA 1 $ - $ - $ $ $ 1, $ 1, $ $ $ $ " RC Pipe (D-2000) Includes Trenching And Backfill LF 35 $ - $ - $ $ 6, $ $ 8, $ $ 7, $ $ 14, " x 6" Rectangular CI Pipe (Includes Trenching And Backfill) LF 10 $ - $ - $ $ 2, $ $ 4, $ $ 3, $ $ 3, Concrete Manhole (SPPWC Std 320-2) EA 1 $ - $ - $ 4, $ 4, $ 8, $ 8, $ 6, $ 6, $ 8, $ 8, Shoulder Backing (Caltrans SSP 19-9) SF 2,500 $ - $ - $ 1.28 $ 3, $ 1.50 $ 3, $ 5.00 $ 12, $ 1.25 $ 3, AC Trapezoidal Channel (Includes 3" Curb) SF 2,300 $ - $ - $ 6.70 $ 15, $ 6.00 $ 13, $ 6.00 $ 13, $ 8.00 $ 18, " Deep Concrete Cutoff Wall (Includes Base Section) LF 28 $ - $ - $ $ 4, $ $ 4, $ $ 2, $ $ 4, " Tick Rip Rap (Includes Base Section) SF 450 $ - $ - $ $ 6, $ $ 6, $ $ 9, $ $ 7, Metal Flared End Section (Caltrans Std. D94A-D94B) EA 1 $ - $ - $ $ $ 1, $ 1, $ 4, $ 4, $ 3, $ 3, Metal Beam Guardrailing (Caltrans Std A77A1-A77K2) LF 60 $ - $ - $ $ 6, $ $ 8, $ $ 7, $ $ 4, Infiltration Trench Per Detail. (Includes 0" Perimiter Curb, Observation Wells, And Filter Fabric) SF 2,400 $ - $ - $ $ 60, $ $ 127, $ $ 120, $ $ 74, Signal Modification (Hwy 395 & Mojave Dr.) LS 1 $ - $ - $ 97, $ 97, $ 100, $ 100, $ 130, $ 130, $ 92, $ 92, Install Traffic Signal Conduits At The Intersection Of Hwy 395 & Joshua St) Per Traffic Signal Plan (Sheet 11 Of 13) LS 1 $ - $ - $ 5, $ 5, $ 100, $ 100, $ 211, $ 211, $ 5, $ 5, " PVC Pipe, C-900 CL 200 (Includes Trenching, Fittings, Thrust 40 Blocks, Restrained Joints, Backfill, Tape, And Tracer Wire As LF 100 $ - $ - $ $ 10, $ $ 10, $ $ 17, $ - $ - Required) 41 12" PVC Pipe, C-900 CL 200 (City Of Adelanto Std Plate 8) (Includes Trenching, Thrust Blocks, Restrained Joints, Backfill, LF 140 $ - $ - $ $ 19, $ $ 22, $ $ 25, $ $ 30, Tape, And Tracer Wire As Required) 42 12" Butterfly Valve EA 1 $ - $ - $ 3, $ 3, $ 8, $ 8, $ 3, $ 3, $ 3, $ 3, Connect To Existing 12" Waterline W/Hot Tap EA 8 $ - $ - $ 5, $ 40, $ 3, $ 28, $ 1, $ 12, $ 9, $ 78, Install Super Fire Hydrant Assembly 6"x4" 2.5"x2.5" Dry Barrel (Includes Trenching, Backfill, Pipe, Gate Valve, Hydrant Marker, Thrust Blocks, And Restrained Joints As Required) EA 5 $ - $ - $ 8, $ 42, $ 7, $ 37, $ 10, $ 53, $ 8, $ 43, Install 2" Water Service w/meter Box (City of Adelanto Std) EA 11 $ - $ - $ 2, $ 30, $ 2, $ 22, $ 7, $ 81, $ 3, $ 35, Install 1 1/2" Water Service w/meter Box (City of Adelanto Std) EA 2 $ - $ - $ 2, $ 4, $ 2, $ 5, $ 7, $ 14, $ 3, $ 6, " x 6" Rectangular RC Pipe LF 120 $ - $ - $ $ 32, $ $ 102, $ 1, $ 126, $ 1, $ 144, Permanent K Rail LF 70 $ - $ - $ $ 1, $ $ 9, $ $ 3, $ $ 14, Joint Trench (SCE & CATV) LF 1,650 $ - $ - $ $ 26, $ $ 24, $ $ 23, $ 8.18 $ 13, Sole Trench - CATV LF 125 $ - $ - $ $ 1, $ $ 1, $ $ 1, $ 4.40 $ Sole Trench - SCE LF 70 $ - $ - $ $ $ $ 1, $ $ $ 7.86 $ " Sand Base LF 1,850 $ - $ - $ 1.05 $ 1, $ 1.10 $ 2, $ 1.10 $ 2, $ 1.08 $ 1, " Sand Shade Over SCE LF 1,720 $ - $ - $ 1.57 $ 2, $ 1.70 $ 2, $ 1.65 $ 2, $ 4.61 $ 7, " Sand Shade Over CATV LF 1,780 $ - $ - $ 1.30 $ 2, $ 1.40 $ 2, $ 1.35 $ 2, $ 2.25 $ 4, Full Electric Conduit Encasement Per SCE Drawings LF 1,440 $ - $ - $ $ 30, $ $ 31, $ $ 30, $ 8.33 $ 11, " SCE Conduit LF 3,225 $ - $ - $ $ 35, $ $ 38, $ $ 36, $ $ 37, " SCE Conduit LF 7,070 $ - $ - $ $ 74, $ $ 77, $ $ 76, $ $ 76, 'x14' SCE Vault EA 2 $ - $ - $ 31, $ 63, $ 32, $ 64, $ 32, $ 65, $ 10, $ 20, "x72" SCE Concrete Pad EA 1 $ - $ - $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, " Schedule 40 CATV Conduit LF 3,055 $ - $ - $ 2.10 $ 6, $ 2.20 $ 6, $ 2.15 $ 6, $ 6.11 $ 18, "x36" CATV Vault EA 4 $ - $ - $ $ 2, $ $ 2, $ $ 2, $ 1, $ 4, Remove Traffic Striping SF 4,062 $ - $ - $ 1.58 $ 6, $ 1.60 $ 6, $ 1.60 $ 6, $ - $ - 63 Relective R.P.M. EA 521 $ - $ - $ 5.25 $ 2, $ 5.50 $ 2, $ 5.40 $ 2, $ - $ - 64 Furnish And Install Signs EA 7 $ - $ - $ $ 2, $ $ 2, $ $ 2, $ - $ - 65 Install Thermopalstic Markings SF 201 $ - $ - $ 4.40 $ $ 4.75 $ $ 4.55 $ $ - $ - 66 Remove And Salvage Signs EA 1 $ - $ - $ $ $ $ $ $ $ - $ " Crosswalk & Limit Line LF 440 $ - $ - $ 4.20 $ 1, $ 4.50 $ 1, $ 4.30 $ 1, $ - $ " Solid LF 250 $ - $ - $ 1.05 $ $ 1.10 $ $ 1.10 $ $ - $ " Solid LF 1,300 $ - $ - $ 2.10 $ 2, $ 2.25 $ 2, $ 2.15 $ 2, $ - $ - 70 Detail 12 LF 2,790 $ - $ - $ 0.65 $ 1, $ 0.70 $ 1, $ 0.67 $ 1, $ - $ - 71 Detail 22 LF 1,885 $ - $ - $ 1.68 $ 3, $ 1.80 $ 3, $ 1.75 $ 3, $ - $ - 72 Detail 27B LF 2,890 $ - $ - $ 0.78 $ 2, $ 0.80 $ 2, $ 0.80 $ 2, $ - $ - 73 Detail 29 LF 1,105 $ - $ - $ 3.36 $ 3, $ 3.60 $ 3, $ 3.45 $ 3, $ - $ - 74 Detail 38 LF 475 $ - $ - $ 1.57 $ $ 1.70 $ $ 1.65 $ $ - $ - 75 Miscellaneous Pavement Markings, Legends, Etc. LS 1 $ - $ - $ 5, $ 5, $ 5, $ 5, $ 5, $ 5, $ - $ - Sum = $ 2,049, Sum = $2,318, Sum = $ 3,436, Sum = $ 2,752, Bid = Bid = Bid = Difference = $ 2,049, Difference = $2,318, Difference = $ 3,436, Some Items Not Included That Did Not Match Note(s): 1. Red Text Indicates a Mathematical Error Page 1 of 1

3

4

5

6

7

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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 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

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

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

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

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

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

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

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

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

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

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 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

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

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 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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

7 31 32 33 34 35 37 38 39 40 41 42 43 A G R E E M E N T Between Morrison County, The City of Pierz and Rich Prairie Sewer and Water District THIS AGREEMENT is made and entered into between Morrison

More information

Preliminary Budget Cost Estimate-Raft Island RIIA Roads 26952 SY Construction Items Budget Preliminary Temporary Erosion Control/Miscellaneous Work $ 18,500.00 Traffic Control $ 10,000.00 Pulverizing $

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

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

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

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

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

TAUSSIG. Annual Report Fiscal Year City of Irvine Community Facilities District No (Great Park) & Associates, Inc.

TAUSSIG. Annual Report Fiscal Year City of Irvine Community Facilities District No (Great Park) & Associates, Inc. DAVID TAUSSIG & Associates, Inc. Annual Report Fiscal Year 2014-2015 City of Irvine Community Facilities District No. 2013-3 (Great Park) October 27, 2015 Public Finance Public Private Partnerships Urban

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

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

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

TAUSSIG. Annual Report Fiscal Year City of Irvine Community Facilities District No (Great Park) & Associates, Inc.

TAUSSIG. Annual Report Fiscal Year City of Irvine Community Facilities District No (Great Park) & Associates, Inc. DAVID TAUSSIG & Associates, Inc. Annual Report Fiscal Year 2016-2017 City of Irvine Community Facilities District No. 2013-3 (Great Park) September 26, 2017 Public Finance Public Private Partnerships Urban

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

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

City of Palmer Action Memorandum No

City of Palmer Action Memorandum No City of Palmer Action Memorandum No. 15-075 Subject: Authorize the City Manager to Negotiate and Execute a Contract with for the Palmer 2015 ADA Sidewalk Improvement Project in the Amount of $62,837 Agenda

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

NOTICE OF AWARD OF CONTRACT S.R. 408/S.R.417 INTERCHANGE IMPROVEMENTS PHASE 1. Project No. 253F Contract No

NOTICE OF AWARD OF CONTRACT S.R. 408/S.R.417 INTERCHANGE IMPROVEMENTS PHASE 1. Project No. 253F Contract No NOTICE OF AWARD OF CONTRACT S.R. 408/S.R.417 INTERCHANGE IMPROVEMENTS PHASE 1 Project No. 253F Contract No. 001118 October 8, 2015 Bids for this project were received and opened on September 16, 2015,

More information

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This

More information

BID FORM. PROJECT: 2017 Water line replacement

BID FORM. PROJECT: 2017 Water line replacement Project Town of Georgetown P.O. Box 426 Georgetown, CO 80444 BID FORM PROJECT: 2017 Water line replacement THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract Documents,

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 4.g Meeting Date: March 6, 2017 Department: Public Works SAN RAFAEL CITY COUNCIL AGENDA REPORT Prepared by: Bill Guerin, Director of Public Works TOPIC: ADA-DOJ CURB RAMPS 2016-2017 City

More 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

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

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

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

Public Works Maintenance STORMWATER AND

Public Works Maintenance STORMWATER AND Public Works Maintenance STORMWATER AND TRANSPORTATION Mission Statement T H E P U B L I C W O R K S M A I N T E N A N C E D I V I S I O N I S T H E M A I N C U S T O D I A N A N D P R I N C I P A L C

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

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT BEFORE YOU CAN PERFORM ANY CONSTRUCTION OR MAINTENANCE WORK IN THE PUBLIC RIGHT-OF-WAY, YOU MUST HAVE A VALID ENCROACHMENT PERMIT ISSUED BY THIS DEPARTMENT This work includes but is not limited to driveway

More information

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: APPLICATION DATE: ADDRESS OF WORK OR ENCROACHMENT: CROSS STREET: STARTING DATE: APN: - - No. Street City/Township ESTIMATED COST: $ COMPLETION

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

New Jersey Department of Transportation DATE : 06/22/10 PAGE : TABULATION OF BIDS

New Jersey Department of Transportation DATE : 06/22/10 PAGE : TABULATION OF BIDS PAGE : 107-1 CONTRACT TIME : 01/24/11 COMPLETION DATE CONTRACT DESCRIPTION : URBAN PROJECT(S) : FS-0022(105) ROUTE 37 FROM ROUTE 70 TO GARDEN STATE PARKWAY RESURFACING CONTRACT NO. 000103080 TOWNSHIP OF

More information

New Jersey Department of Transportation DATE : 11/16/10 PAGE : TABULATION OF BIDS

New Jersey Department of Transportation DATE : 11/16/10 PAGE : TABULATION OF BIDS PAGE : 131-1 CONTRACT TIME : 11/30/11 COMPLETION DATE CONTRACT DESCRIPTION : URBAN PROJECT(S) : STP-5042(107) ROUTE 129 RESURFACING FROM ROUTE 1 TO LAMBERTON ROAD CONNECTOR CITY OF TRENTON, TOWNSHIP OF

More 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

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

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

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

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

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

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

Route Route Z Intersection Realignment

Route Route Z Intersection Realignment Route N @ Route Z Intersection Realignment Sponsor County Highway Project No. RB18-000016 Project Type Traffic Flow TOTAL FUNDING Total County Sponsor Federal $3,310,000 $1,776,000 $0 $1,534,000 Project

More information