ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT

Size: px
Start display at page:

Download "ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT"

Transcription

1 Engineering Estimate R. D. Johnson Excavating Co., Inc 1 Mobilization Lump Sum 1 $ 85, $ 85, $ 18, $ 18, Contractor Construction Staking Lump Sum 1 $ 15, $ 15, $ 8, $ 8, Demolition and Removal Lump Sum 1 $ 30, $ 30, $ 41, $ 41, Clearing and Grubbing Lump Sum 1 $ 20, $ 20, $ 6, $ 6, Excavation Cu. Yd. 1,513 $ $ 22, $ $ 18, Embankment Cu. Yd. 45 $ $ $ 4.00 $ Utility Trench & Backfill/Compaction Cu. Yd. 200 $ $ 4, $ 3.25 $ Subgrade Stabilization (9" Fly Ash Treatment) Sq. Yd. 809 $ $ 9, $ 6.10 $ 4, Subgrade Stabilization (8" KDOT AB-3) Sq. Yd $ $ 27, $ 8.50 $ 21, Asphalt Pavement (8") Sq. Yd. 672 $ $ 23, $ $ 25, Concrete Pavement (4")(Plain)(Colored) Sq. Yd. 83 $ $ 5, $ $ 7, Concrete Pavement (8")(NRDJ) Sq. Yd $ $ 70, $ $ 85, Concrete Pavement (10")(NRDJ) Sq. Yd. 706 $ $ 38, $ $ 48, Temporary Surfacing (Aggregate) Ton 265 $ $ 14, $ $ 4, Driveways (6")(Concrete) Sq. Yd. 85 $ $ 5, $ $ 6, Driveways (6")(Asphalt) Sq. Yd. 28 $ $ $ $ 2, Sidewalks (4")(Concrete) Sq. Yd. 284 $ $ 11, $ $ 12, Shared Use Paths (6 )(Concrete)(Fiber Reinforced) Sq. Yd. 75 $ $ 3, $ $ 4, Access Ramps Each 10 $ 1, $ 10, $ 1, $ 10, Curb and Gutter (Type CG-1) Ln. Ft $ $ 36, $ $ 29, Curb and Gutter (Type CG-1, Dry) Ln. Ft. 87 $ $ 2, $ $ 2, Curb and Gutter (Type CG-1, Monolithic) Ln. Ft. 32 $ $ $ $ Curb and Gutter (Type CG-3) Ln. Ft. 252 $ $ 7, $ $ 7, Curb and Gutter (Type CG-3, Dry) Ln. Ft. 20 $ $ $ $ Storm Sewer Structure (Curb Inlet)(6x4) Each 2 $ 4, $ 9, $ 2, $ 5, Storm Sewer Structure (Curb Inlet)(8x4) Each 1 $ 5, $ 5, $ 3, $ 3, Storm Sewer Structure (Curb Inlet)(6x5) Each 1 $ 4, $ 4, $ 3, $ 3, Storm Sewer Structure (Junction Boxes)(4x5) Each 3 $ 5, $ 15, $ 2, $ 8, Storm Sewer Pipe (15" HDPE) Ln. Ft. 7 $ $ $ $ Storm Sewer Pipe (18" HDPE) Ln. Ft. 88 $ $ 4, $ $ 5, Storm Sewer Pipe (15" RCP) Ln. Ft. 141 $ $ 7, $ $ 8, Storm Sewer Pipe (18" RCP) Ln. Ft. 33 $ $ 1, $ $ 2, Storm Sewer Pipe (24" RCP) Ln. Ft. 60 $ $ 4, $ $ 4, Storm Sewer Pipe (30" RCP) Ln. Ft. 150 $ $ 13, $ $ 11, Traffic Signal Lump Sum 1 $ 125, $ 125, $ 125, $ 125, Video Detection System Lump Sum 1 $ 20, $ 20, $ 24, $ 24, Emergency Vehicle System Lump Sum 1 $ 15, $ 15, $ 14, $ 14, Pavement Marking (Temporary)(White)(6") Ln. Ft. 363 $ 6.50 $ 2, $ 2.00 $ Pavement Marking (Temporary)(White)(12") Ln. Ft. 82 $ $ 1, $ 4.00 $ Pavement Marking (Temporary)(Yellow)(4") Ln. Ft. 397 $ 5.50 $ 2, $ 1.25 $ Pavement Marking (Temporary)(White)(24") Ln. Ft. 127 $ $ 2, $ 8.00 $ 1, Pavement Marking Symbol (Temporary)(White)(Left Arrow) Each 2 $ $ $ $ Pavement Marking (Patterned Cold Plastic)(White)(6") Ln. Ft. 238 $ 6.50 $ 1, $ 6.00 $ 1, Pavement Marking (Patterned Cold Plastic)(White)(12") Ln. Ft. 14 $ $ $ $ Pavement Marking (Patterned Cold Plastic)(Yellow)(4") Ln. Ft. 683 $ 5.50 $ 3, $ 5.00 $ 3, Pavement Marking (Intersection Grade)(White)(24") Ln. Ft. 125 $ $ 2, $ $ 2, Pavement Marking Symbol (Intersection Grade)(White)(Left Arrow) Each 4 $ $ 1, $ $ 1, Pavement Marking Symbol (Intersection Grade)(White)(Right Arrow) Each 4 $ $ 1, $ $ 1, Pavement Marking Symbol (Intersection Grade)(White)(ONLY) Each 2 $ $ $ $ 1, Seeding (Permanent) Lump Sum 1 $ 5, $ 5, $ 2, $ 2, Sediment Control Devices (Sediment Fence) Ln. Ft. 200 $ 5.00 $ 1, $ 3.00 $ Sediment Control Devices (Inlet Protection) Each 5 $ $ 2, $ $ Traffic Control Lump Sum 1 $ 25, $ 25, $ 9, $ 9, Install 12" Water Line Ln. Ft. 337 $ $ 42, $ $ 15, Install 12 Gate Valve Each 3 $ 6, $ 19, $ 2, $ 6, Install 12" Tee and Block Each 2 $ 1, $ 3, $ 1, $ 3, Install 12" Anchor Coupling Each 1 $ $ $ 1, $ 1, Install 2" Blowoff Assembly Each 2 $ 2, $ 4, $ $ 1, Connect to Existing Waterline Each 1 $ 3, $ 3, $ 1, $ 1,000.00

2 Engineering Estimate R. D. Johnson Excavating Co., Inc 60 Install 3/4" Long Service Each 1 $ 2, $ 2, $ $ Install 1 Long Service Each 1 $ 2, $ 2, $ $ Install Meter Tile, Setter, and Ring & Cover Each 1 $ 2, $ 2, $ $ Install Fire Hydrant Assembly with Swivel 90 Each 1 $ 4, $ 4, $ 3, $ 3, " Sanitary Sewer Pipe Ln. Ft. 285 $ $ 48, $ $ 29, Standard Sanitary Manholes Each 2 $ 5, $ 10, $ 3, $ 7, Extra Depth Sanitary Manholes Vert. Ft. 7.4 $ $ $ $ 1, GRAND TOTAL $ 869, $ 685, Grand Total (Written): Six Hundred Eighty-Five Thousand, Six Hundred Twenty-Nine Dollars and Forty Cents The following portions of the project shall be substantially complete and open to vehicular and pedestrian traffic by August 5, 2016: The north portion of Ousdahl and all of 19th Street (the traffic signal does not need to be in operation by that date). Liquidated damages of five hundred dollars ($500.00) per day shall be charged for every day thereafter until these streets are open to said traffic. The south portion of Ousdahl shall be Substantially Complete by October 28, Liquidated damages of five hundred dollars ($500.00) per day shall be charged for every day thereafter until Substantial Completion is reached and accepted by the Owner. The date for Final Completion for the entire project shall be November 11, Liquidated damages of five hundred ($500.00) per day shall be charged for every day thereafter until the project is complete and accepted by the Owner. PAGE P-6 AND P-7 MUST BE COMPLETED AND SUBMITTED WITH YOUR BID

3 Crossland Heavy Contractors, Inc. Kansas Heavy Construction LLC 1 Mobilization Lump Sum 1 2 Contractor Construction Staking Lump Sum 1 3 Demolition and Removal Lump Sum 1 4 Clearing and Grubbing Lump Sum 1 5 Excavation Cu. Yd. 1,513 6 Embankment Cu. Yd Utility Trench & Backfill/Compaction Cu. Yd Subgrade Stabilization (9" Fly Ash Treatment) Sq. Yd Subgrade Stabilization (8" KDOT AB-3) Sq. Yd Asphalt Pavement (8") Sq. Yd Concrete Pavement (4")(Plain)(Colored) Sq. Yd Concrete Pavement (8")(NRDJ) Sq. Yd Concrete Pavement (10")(NRDJ) Sq. Yd Temporary Surfacing (Aggregate) Ton Driveways (6")(Concrete) Sq. Yd Driveways (6")(Asphalt) Sq. Yd Sidewalks (4")(Concrete) Sq. Yd Shared Use Paths (6 )(Concrete)(Fiber Reinforced) Sq. Yd Access Ramps Each Curb and Gutter (Type CG-1) Ln. Ft Curb and Gutter (Type CG-1, Dry) Ln. Ft Curb and Gutter (Type CG-1, Monolithic) Ln. Ft Curb and Gutter (Type CG-3) Ln. Ft Curb and Gutter (Type CG-3, Dry) Ln. Ft Storm Sewer Structure (Curb Inlet)(6x4) Each 2 26 Storm Sewer Structure (Curb Inlet)(8x4) Each 1 27 Storm Sewer Structure (Curb Inlet)(6x5) Each 1 28 Storm Sewer Structure (Junction Boxes)(4x5) Each 3 29 Storm Sewer Pipe (15" HDPE) Ln. Ft Storm Sewer Pipe (18" HDPE) Ln. Ft Storm Sewer Pipe (15" RCP) Ln. Ft Storm Sewer Pipe (18" RCP) Ln. Ft Storm Sewer Pipe (24" RCP) Ln. Ft Storm Sewer Pipe (30" RCP) Ln. Ft Traffic Signal Lump Sum 1 36 Video Detection System Lump Sum 1 37 Emergency Vehicle System Lump Sum 1 38 Pavement Marking (Temporary)(White)(6") Ln. Ft Pavement Marking (Temporary)(White)(12") Ln. Ft Pavement Marking (Temporary)(Yellow)(4") Ln. Ft Pavement Marking (Temporary)(White)(24") Ln. Ft Pavement Marking Symbol (Temporary)(White)(Left Arrow) Each 2 43 Pavement Marking (Patterned Cold Plastic)(White)(6") Ln. Ft Pavement Marking (Patterned Cold Plastic)(White)(12") Ln. Ft Pavement Marking (Patterned Cold Plastic)(Yellow)(4") Ln. Ft Pavement Marking (Intersection Grade)(White)(24") Ln. Ft Pavement Marking Symbol (Intersection Grade)(White)(Left Arrow) Each 4 48 Pavement Marking Symbol (Intersection Grade)(White)(Right Arrow) Each 4 49 Pavement Marking Symbol (Intersection Grade)(White)(ONLY) Each 2 50 Seeding (Permanent) Lump Sum 1 51 Sediment Control Devices (Sediment Fence) Ln. Ft Sediment Control Devices (Inlet Protection) Each 5 53 Traffic Control Lump Sum 1 54 Install 12" Water Line Ln. Ft Install 12 Gate Valve Each 3 56 Install 12" Tee and Block Each 2 57 Install 12" Anchor Coupling Each 1 58 Install 2" Blowoff Assembly Each 2 59 Connect to Existing Waterline Each 1 $ 33, $ 33, $ 50, $ 50, $ 9, $ 9, $ 6, $ 6, $ 60, $ 60, $ 42, $ 42, $ 7, $ 7, $ 24, $ 24, $ $ 34, $ $ 35, $ $ 1, $ $ 4, $ $ 4, $ $ 19, $ 9.50 $ 7, $ $ 20, $ 8.50 $ 21, $ $ 27, $ $ 31, $ $ 28, $ $ 8, $ $ 8, $ $ 83, $ $ 87, $ $ 48, $ $ 54, $ $ 4, $ $ 6, $ $ 3, $ $ 4, $ $ 6, $ $ 2, $ $ 10, $ $ 10, $ $ 3, $ $ 3, $ $ 6, $ 1, $ 10, $ $ 23, $ $ 33, $ $ 1, $ $ 2, $ $ $ $ $ $ 5, $ $ 7, $ $ $ $ $ 2, $ 5, $ 4, $ 8, $ 3, $ 3, $ 5, $ 5, $ 3, $ 3, $ 4, $ 4, $ 2, $ 7, $ 4, $ 13, $ $ 1, $ $ 1, $ $ 5, $ $ 6, $ $ 8, $ $ 11, $ $ 2, $ $ 2, $ $ 4, $ $ 5, $ $ 13, $ $ 15, $ 137, $ 137, $ 138, $ 138, $ 26, $ 26, $ 26, $ 26, $ 15, $ 15, $ 15, $ 15, $ 2.20 $ $ 2.20 $ $ 4.40 $ $ 4.40 $ $ 1.40 $ $ 1.40 $ $ 8.80 $ 1, $ 8.80 $ 1, $ $ $ $ $ 6.70 $ 1, $ 6.75 $ 1, $ $ $ $ $ 5.50 $ 3, $ 5.50 $ 3, $ $ 2, $ $ 2, $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ 2, $ 2, $ 5, $ 5, $ 2.20 $ $ 1.60 $ $ $ $ $ $ 10, $ 10, $ 10, $ 10, $ $ 21, $ $ 42, $ 2, $ 6, $ 2, $ 8, $ 1, $ 2, $ 1, $ 2, $ $ $ $ $ 1, $ 3, $ 2, $ 4, $ 1, $ 1, $ 2, $ 2,000.00

4 Crossland Heavy Contractors, Inc. Kansas Heavy Construction LLC 60 Install 3/4" Long Service Each 1 61 Install 1 Long Service Each 1 62 Install Meter Tile, Setter, and Ring & Cover Each 1 63 Install Fire Hydrant Assembly with Swivel 90 Each " Sanitary Sewer Pipe Ln. Ft Standard Sanitary Manholes Each 2 66 Extra Depth Sanitary Manholes Vert. Ft. 7.4 GRAND TOTAL $ 1, $ 1, $ 5, $ 5, $ 1, $ 1, $ 5, $ 5, $ 1, $ 1, $ 1, $ 1, $ 4, $ 4, $ 5, $ 5, $ $ 41, $ $ 35, $ 3, $ 6, $ 6, $ 12, $ $ 1, $ $ 1, $ 778, $ 907, Grand Total (Written): Six Hundred Eighty-Five Thousand, Six Hundred Twenty-Nine Dollars and Forty Cents The following portions of the project shall be substantially complete and open to vehicular and pedestrian traffic by August 5, 2016: The north portion of Ousdahl and all of 19th Street (the traffic signal does not need to be in operation by that date). Liquidated damages of five hundred dollars ($500.00) per day shall be charged for every day thereafter until these streets are open to said traffic. The south portion of Ousdahl shall be Substantially Complete by October 28, Liquidated damages of five hundred dollars ($500.00) per day shall be charged for every day thereafter until Substantial Completion is reached and accepted by the Owner. The date for Final Completion for the entire project shall be November 11, Liquidated damages of five hundred ($500.00) per day shall be charged for every day thereafter until the project is complete and accepted by the Owner. PAGE P-6 AND P-7 MUST BE COMPLETED AND SUBMITTED WITH YOUR BID

5 Freeman Concrete Construction, LLC Kissick Construction Company 1 Mobilization Lump Sum 1 2 Contractor Construction Staking Lump Sum 1 3 Demolition and Removal Lump Sum 1 4 Clearing and Grubbing Lump Sum 1 5 Excavation Cu. Yd. 1,513 6 Embankment Cu. Yd Utility Trench & Backfill/Compaction Cu. Yd Subgrade Stabilization (9" Fly Ash Treatment) Sq. Yd Subgrade Stabilization (8" KDOT AB-3) Sq. Yd Asphalt Pavement (8") Sq. Yd Concrete Pavement (4")(Plain)(Colored) Sq. Yd Concrete Pavement (8")(NRDJ) Sq. Yd Concrete Pavement (10")(NRDJ) Sq. Yd Temporary Surfacing (Aggregate) Ton Driveways (6")(Concrete) Sq. Yd Driveways (6")(Asphalt) Sq. Yd Sidewalks (4")(Concrete) Sq. Yd Shared Use Paths (6 )(Concrete)(Fiber Reinforced) Sq. Yd Access Ramps Each Curb and Gutter (Type CG-1) Ln. Ft Curb and Gutter (Type CG-1, Dry) Ln. Ft Curb and Gutter (Type CG-1, Monolithic) Ln. Ft Curb and Gutter (Type CG-3) Ln. Ft Curb and Gutter (Type CG-3, Dry) Ln. Ft Storm Sewer Structure (Curb Inlet)(6x4) Each 2 26 Storm Sewer Structure (Curb Inlet)(8x4) Each 1 27 Storm Sewer Structure (Curb Inlet)(6x5) Each 1 28 Storm Sewer Structure (Junction Boxes)(4x5) Each 3 29 Storm Sewer Pipe (15" HDPE) Ln. Ft Storm Sewer Pipe (18" HDPE) Ln. Ft Storm Sewer Pipe (15" RCP) Ln. Ft Storm Sewer Pipe (18" RCP) Ln. Ft Storm Sewer Pipe (24" RCP) Ln. Ft Storm Sewer Pipe (30" RCP) Ln. Ft Traffic Signal Lump Sum 1 36 Video Detection System Lump Sum 1 37 Emergency Vehicle System Lump Sum 1 38 Pavement Marking (Temporary)(White)(6") Ln. Ft Pavement Marking (Temporary)(White)(12") Ln. Ft Pavement Marking (Temporary)(Yellow)(4") Ln. Ft Pavement Marking (Temporary)(White)(24") Ln. Ft Pavement Marking Symbol (Temporary)(White)(Left Arrow) Each 2 43 Pavement Marking (Patterned Cold Plastic)(White)(6") Ln. Ft Pavement Marking (Patterned Cold Plastic)(White)(12") Ln. Ft Pavement Marking (Patterned Cold Plastic)(Yellow)(4") Ln. Ft Pavement Marking (Intersection Grade)(White)(24") Ln. Ft Pavement Marking Symbol (Intersection Grade)(White)(Left Arrow) Each 4 48 Pavement Marking Symbol (Intersection Grade)(White)(Right Arrow) Each 4 49 Pavement Marking Symbol (Intersection Grade)(White)(ONLY) Each 2 50 Seeding (Permanent) Lump Sum 1 51 Sediment Control Devices (Sediment Fence) Ln. Ft Sediment Control Devices (Inlet Protection) Each 5 53 Traffic Control Lump Sum 1 54 Install 12" Water Line Ln. Ft Install 12 Gate Valve Each 3 56 Install 12" Tee and Block Each 2 57 Install 12" Anchor Coupling Each 1 58 Install 2" Blowoff Assembly Each 2 59 Connect to Existing Waterline Each 1 $ 70, $ 70, $ 40, $ 40, $ 10, $ 10, $ 8, $ 8, $ 50, $ 50, $ 57, $ 57, $ 9, $ 9, $ 22, $ 22, $ $ 86, $ $ 78, $ $ 1, $ $ 3, $ $ 10, $ $ 4, $ $ 8, $ $ 12, $ $ 32, $ 9.00 $ 22, $ $ 34, $ $ 30, $ $ 6, $ $ 6, $ $ 90, $ $ 137, $ $ 52, $ $ 64, $ $ 8, $ $ 7, $ $ 5, $ $ 8, $ $ 6, $ $ 2, $ $ 12, $ $ 16, $ $ 4, $ $ 7, $ 1, $ 12, $ 1, $ 15, $ $ 25, $ $ 27, $ $ 1, $ $ 2, $ $ $ $ $ $ 5, $ $ 5, $ $ $ $ $ 3, $ 6, $ 4, $ 8, $ 4, $ 4, $ 5, $ 5, $ 4, $ 4, $ 4, $ 4, $ 3, $ 11, $ 4, $ 13, $ $ $ $ 1, $ $ 8, $ $ 11, $ $ 10, $ $ 15, $ $ 4, $ $ 5, $ $ 8, $ $ 9, $ $ 23, $ $ 22, $ 146, $ 146, $ 140, $ 140, $ 28, $ 28, $ 28, $ 28, $ 16, $ 16, $ 17, $ 17, $ 2.30 $ $ 2.20 $ $ 4.70 $ $ 4.40 $ $ 1.50 $ $ 1.35 $ $ 9.30 $ 1, $ 8.50 $ 1, $ $ $ $ $ 7.00 $ 1, $ 6.50 $ 1, $ $ $ $ $ 6.00 $ 4, $ 5.50 $ 3, $ $ 2, $ $ 2, $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ 4, $ 4, $ 4, $ 4, $ 3.00 $ $ 6.00 $ 1, $ $ $ $ $ 11, $ 11, $ 11, $ 11, $ $ 37, $ $ 38, $ 2, $ 6, $ 2, $ 6, $ $ 1, $ 1, $ 3, $ $ $ $ $ $ 1, $ 2, $ 4, $ 1, $ 1, $ 3, $ 3,000.00

6 Freeman Concrete Construction, LLC Kissick Construction Company 60 Install 3/4" Long Service Each 1 61 Install 1 Long Service Each 1 62 Install Meter Tile, Setter, and Ring & Cover Each 1 63 Install Fire Hydrant Assembly with Swivel 90 Each " Sanitary Sewer Pipe Ln. Ft Standard Sanitary Manholes Each 2 66 Extra Depth Sanitary Manholes Vert. Ft. 7.4 GRAND TOTAL $ 3, $ 3, $ 1, $ 1, $ 3, $ 3, $ 1, $ 1, $ $ $ 3, $ 3, $ 3, $ 3, $ 5, $ 5, $ $ 82, $ $ 62, $ 3, $ 7, $ 4, $ 8, $ $ $ $ $ 1,003, $ 1,038, Grand Total (Written): Six Hundred Eighty-Five Thousand, Six Hundred Twenty-Nine Dollars and Forty Cents The following portions of the project shall be substantially complete and open to vehicular and pedestrian traffic by August 5, 2016: The north portion of Ousdahl and all of 19th Street (the traffic signal does not need to be in operation by that date). Liquidated damages of five hundred dollars ($500.00) per day shall be charged for every day thereafter until these streets are open to said traffic. The south portion of Ousdahl shall be Substantially Complete by October 28, Liquidated damages of five hundred dollars ($500.00) per day shall be charged for every day thereafter until Substantial Completion is reached and accepted by the Owner. The date for Final Completion for the entire project shall be November 11, Liquidated damages of five hundred ($500.00) per day shall be charged for every day thereafter until the project is complete and accepted by the Owner. PAGE P-6 AND P-7 MUST BE COMPLETED AND SUBMITTED WITH YOUR BID

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

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

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 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

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

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 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

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

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

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

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

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 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

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

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

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

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

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

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

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 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

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

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

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

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

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 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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

PROJECT NO PID BEL TE21-G990(217) TYPE: SLIDE REPAIR LETTING: 06/07/01 COMPLETION DATE: 09/30/02 AWARDED PROJECT PROJECT NO. 016002 PID. 19109 BEL-7-3.68 TE21-G990(217) TYPE: SLIDE REPAIR LETTING: 06/07/01 COMPLETION DATE: 09/30/02 OHIO DEPARTMENT OF TRANSPORTATION GORDON PROCTOR, DIRECTOR CONTRACT

More information

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

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

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

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

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

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

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

More information

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

In this chapter, we will talk about the criteria and procedures for these other types of measurement and payment.

In this chapter, we will talk about the criteria and procedures for these other types of measurement and payment. INTRODUCTION Most construction items are measured and paid for by one of the techniques described in the previous chapters. Some items, however, do not fall into any of these categories and are measured

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

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

CURB CUTS SPECIFICATIONS AND STANDARDS

CURB CUTS SPECIFICATIONS AND STANDARDS City of Elmira, New York CURB CUTS SPECIFICATIONS AND STANDARDS Just a click away Effective Date: April 1992 This document, the Curb Cut Permit Application, and other specifications and standar ds are

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

AGENDA. Sartell City Council Special Meeting Sartell City Hall July 31, :30 pm. 2. Public Hearing - Vacation of Drainage and Utility Easements

AGENDA. Sartell City Council Special Meeting Sartell City Hall July 31, :30 pm. 2. Public Hearing - Vacation of Drainage and Utility Easements AGENDA Sartell City Council Special Meeting Sartell City Hall July 31, 2017 5:30 pm 1. Agenda Review and Adoption 2. Public Hearing - Vacation of Drainage and Utility Easements 3. 4 th Avenue South Bid

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

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

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

CANTON COMMUNITY REQUEST FOR BOARD ACTION

CANTON COMMUNITY REQUEST FOR BOARD ACTION CANTON COMMUNITY REQUEST FOR BOARD ACTION MEETING DATE: March 22, 2016 AGENDA ITEM #G-10 ITEM: Consider Approval of a Budget Amendment & Award of a Contract Asphalt Repairs to Hutch Paving, Inc. the Wayne

More information

City of Markham Asset Management Plan

City of Markham Asset Management Plan 2016 City of Markham Asset Management Plan Table of Content 1. Executive Summary...4 2. Introduction...7 2.1 Provincial Guidelines on Asset Management Plans...7 2.2 City of Markham Goals / Strategic Plan...7

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

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

Regular. NECESSARY RESOURCES/IMPACTS (OTHER) n/a. Fiscal Impact

Regular. NECESSARY RESOURCES/IMPACTS (OTHER) n/a. Fiscal Impact CITY COUNCIL AGENDA Meeting Date: 09/16/2013 TITLE: Hatley Way Sidewalk Improvements 2013 Bid Award Responsible Staff: Ron Crumley Backup Material: Backup material attached Digital Presentation: Yes Other

More information

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

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

More information

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

Administrative Policy City of Lawrence, Kansas APPROVED BY TOTAL PAGES POLICY NUMBER: 117

Administrative Policy City of Lawrence, Kansas APPROVED BY TOTAL PAGES POLICY NUMBER: 117 Administrative Policy City of Lawrence, Kansas SUBJECT Sidewalk Hazard Repair Program APPLIES TO All City of Lawrence property owners EFFECTIVE DATE REVISED DATE None NEXT REVIEW DATE APPROVED BY TOTAL

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

Appendix B Example Project Designs and Engineers Opinion of Costs

Appendix B Example Project Designs and Engineers Opinion of Costs Appendix B Example Project Designs and Engineers Opinion of Costs 32 nd Street from E. 2 nd to Main Avenue CR 251 and CR 250 9 th Street Sidewalk Improvements 15 th Street Improvements Intermodal Facility

More information

Specifications, Forms of Contract, and Proposal Forms for a Service Contract for Various Types of Concrete Work

Specifications, Forms of Contract, and Proposal Forms for a Service Contract for Various Types of Concrete Work James E. Darling, Mayor Hilda Salinas, Mayor Pro-Tem, Commissioner District 3 Aida Ramirez, Mayor Pro-Tem, Commissioner District 4 Scott Crane, Commissioner District 1 Trey Pebley, Commissioner District

More information

City of Arcata Engineering Department Encroachment Permit Application

City of Arcata Engineering Department Encroachment Permit Application City of Arcata Engineering Department Encroachment Permit Application Complete and return to City of Arcata, 736 F Street, Arcata, CA 95521 707-825-2128 mdabill@cityofarcata.org or Location of Work AP

More information

City of Bowling Green Department of Public Works

City of Bowling Green Department of Public Works City of Bowling Green Department of Public Works 1011 College Street P.O Box 430 Bowling Green, KY 42102-0430 Phone: 270-393-3628 Fax: 270-393-3050 TDD: 1-800-618-6056 Web Address: www.bgky.org Attention

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

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

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

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

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

CITY OF SURREY (the Owner ) INVITATION TO TENDER (ITT)

CITY OF SURREY (the Owner ) INVITATION TO TENDER (ITT) CITY OF SURREY (the Owner ) INVITATION TO TENDER (ITT) Contract Name: District Energy System Phase 2a: Distribution Piping System (DPS), Energy Transfer Stations (ETS) and Containerized Boiler Plant (CBP)

More information