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

Size: px
Start display at page:

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

Transcription

1 ROADWAY BRIDGE REGULAR PAY Mobilization 1 LS $ 424, $ 238, $ 445, $ 445, $ 376, $ 376, $ 416, $ 416, $ 585, $ 585, $ 299, $ 299, Maintenance of Traffic ( incl. Pedestrian MOT )(Sandalfoot Blvd) 1 LS $ 150, $ 40, $ 75, $ 75, $ 77, $ 77, $ 40, $ 40, $ 355, $ 355, $ 206, $ 206, Maintenance of Traffic ( incl. Pedestrian MOT )(SW 3rd Street) 1 LS $ 122, $ 48, $ 75, $ 75, $ 77, $ 77, $ 40, $ 40, $ 255, $ 255, $ 166, $ 166, Clearing and Grubbing 1 LS $ 89, $ 50, $ 145, $ 145, $ 88, $ 88, $ 25, $ 25, $ 55, $ 55, $ 132, $ 132, Regular Excavation 1185 CY $ $ $ $ 11, $ $ 30, $ $ 20, $ $ 29, $ $ 36, Embankment (Compacted in Place) 133 CY $ $ $ $ 11, $ $ 3, $ $ 1, $ $ 1, $ $ 3, Type B Stabilization (LBR 40) (12") 3383 SY $ $ 8.00 $ $ 40, $ $ 42, $ $ 57, $ 4.00 $ 13, $ 6.00 $ 20, Optional Base Group SY $ $ 8.50 $ $ 87, $ $ 64, $ $ 74, $ $ 62, $ $ 91, Optional Base Group SY $ $ $ $ 22, $ $ 27, $ $ 17, $ $ 17, $ $ 26, Mill Existing Asphalt Pavement (1" Thick Avg.) SY $ 3.39 $ 5.00 $ 3.15 $ 41, $ 3.45 $ 45, $ 4.25 $ 56, $ 3.25 $ 42, $ 2.85 $ 37, Miscellaneous Asphalt Pavement (2" Thick) 10.5 TN $ $ $ $ 2, $ $ 2, $ $ 2, $ $ 5, $ $ 3, Type SP Structural Course (Traffic C) (1.5") 311 TN $ $ $ $ 41, $ $ 46, $ $ 73, $ $ 43, $ 9.75 $ 3, Type SP Structural Course (Thickness Varies) 523 TN $ $ $ $ 75, $ $ 85, $ $ 122, $ $ 75, $ $ 60, Asphalt Concrete Friction Course (Traffic C)( FC-9.5 ) PG 76-22, ARB (1.0") 1080 TN $ $ $ $ 183, $ $ 209, $ $ 280, $ $ 156, $ $ 145, Control Structure 1 EA $ 11, $ 9, $ 10, $ 10, $ 10, $ 10, $ 10, $ 10, $ 18, $ 18, $ 11, $ 11, Manhole ( Type P-7 )(<10') 4 EA $ 7, $ 7, $ 7, $ 30, $ 7, $ 31, $ 7, $ 28, $ 7, $ 28, $ 8, $ 33, Modify Existing Inlets 1 EA $ 5, $ 2, $ 5, $ 5, $ 5, $ 5, $ 4, $ 4, $ 3, $ 3, $ 6, $ 6, Adjust Inlets 1 EA $ 1, $ 3, $ 2, $ 2, $ 2, $ 2, $ 1, $ 1, $ 2, $ 2, $ 2, $ 2, Adjust Manhole 1 EA $ 1, $ 1, $ $ $ $ $ 1, $ 1, $ 2, $ 2, $ $ Relocate Existing Control Structure 1 EA $ 7, $ 3, $ 4, $ 4, $ 4, $ 4, $ 8, $ 8, $ 15, $ 15, $ 5, $ 5, " Pipe Culvert (Storm) 90 LF $ $ $ $ 9, $ $ 9, $ $ 6, $ $ 6, $ $ 10, " Pipe Culvert (Storm) 24 LF $ $ $ $ 3, $ $ 3, $ $ 2, $ $ 2, $ $ 3, Pipe Culvert (36") CMP 32 LF $ $ $ $ 4, $ $ 4, $ $ 4, $ $ 4, $ $ 4, Mitered End Section (MES) 1 EA $ 2, $ 1, $ 1, $ 1, $ 1, $ 1, $ 3, $ 3, $ 3, $ 3, $ 1, $ 1, Storm Sewer Pumping (Exist.( 24" Or Less )(See SP's) 674 LF $ $ $ 8.05 $ 5, $ 8.40 $ 5, $ $ 8, $ $ 10, $ 9.00 $ 6, French Drain (18" RCP) 140 EA $ $ $ $ 20, $ $ 21, $ $ 24, $ $ 18, $ $ 22, Type F Curb & Gutter 2699 LF $ $ $ $ 43, $ $ 138, $ $ 53, $ $ 49, $ $ 56, Concrete Curb (Type D) 10 LF $ $ $ $ $ $ 1, $ $ $ $ $ $ Concrete Drop Curb 175 LF $ $ $ $ 3, $ $ 10, $ $ 5, $ $ 3, $ $ 3, Engraving of Curb Face (See SP's) 6 EA $ $ $ $ 2, $ $ 4, $ $ 3, $ $ 3, $ $ 3, Concrete Sidewalk ( 4" Thick ) 1118 SY $ $ $ $ 50, $ $ 49, $ $ 44, $ $ 39, $ $ 47, Concrete Sidewalk ( 6" Thick ) 280 SY $ $ $ $ 15, $ $ 17, $ $ 16, $ $ 10, $ $ 12, Guardrail 297 LF $ $ $ $ 16, $ $ 18, $ $ 12, $ $ 8, $ $ 16, Sodding 4243 SY $ 5.08 $ 4.00 $ 3.25 $ 13, $ 9.66 $ 40, $ 3.00 $ 12, $ 6.50 $ 27, $ 3.00 $ 12, ITS Large Pull Box (30"x48"x24"D) w/ Concrete Apron 1 EA $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, Removal of ITS Large Pull Box w/ Concrete Apron 1 EA $ $ 1, $ $ $ $ $ $ $ $ $ $ SUBTOTAL (ROADWAY ) $ 1,505, $ 1,561, $1,483, $ 1,958, $ 1,492, REMOVAL OF EXISTING BRIDGE (SANDALFOOT 1 LS $ 110, $ 45, $ 145, $ 145, $ 110, $ 110, $ 75, $ 75, $ 100, $ 100, $ 120, $ 120, REMOVAL OF EXISTING BRIDGE (SW 3RD STREET) 1 LS $ 88, $ 45, $ 85, $ 85, $ 85, $ 85, $ 50, $ 50, $ 100, $ 100, $ 120, $ 120, PRESTRESSED DECK SLABS TYPE A (SANDALFOOT 300 LF $ $ $ $ 97, $ $ 102, $ $ 135, $ $ 121, $ $ 135, PRESTRESSED DECK SLABS TYPE A (SW 3RD STREET) 300 LF $ $ $ $ 97, $ $ 102, $ $ 135, $ $ 121, $ $ 135, PRESTRESSED DECK SLABS TYPE B (SANDALFOOT 225 LF $ $ $ $ 79, $ $ 77, $ $ 101, $ $ 91, $ $ 101, PRESTRESSED DECK SLABS TYPE B (SW 3RD STREET) 150 LF $ $ $ $ 52, $ $ 52, $ $ 67, $ $ 60, $ $ 67, CLASS II (BRIDGE DECK) CONCRETE FOR KEYWAYS 23.7 CY $ $ $ $ 7, $ $ 18, $ $ 16, $ $ 7, $ 1, $ 23, N:\ROADWAY\PRO\2013\ _ \3_Award Spec Forms\1_Bid Tabulations\Bid Tabs_ & xlsx Page 1 of 5

2 44 REINFORCING STEEL (KEYWAYS) 1853 LB $ 1.13 $ 0.76 $ 1.00 $ 1, $ 0.88 $ 1, $ 1.25 $ 2, $ 1.00 $ 1, $ 1.50 $ 2, CLASS II (BRIDGE DECK) CONCRETE FOR DIAPHRAGMS 11.9 CY $ $ $ $ 3, $ 1, $ 13, $ 1, $ 11, $ $ 5, $ 1, $ 16, REINFORCING STEEL FOR DIAPHRAGMS 747 LB $ 1.13 $ 0.76 $ 1.00 $ $ 0.88 $ $ 1.25 $ $ 1.00 $ $ 1.50 $ 1, CONCRETE TRAFFIC RAILING (FDOT INDEX 423) LF $ $ $ $ 23, $ $ 43, $ $ 68, $ $ 37, $ $ 35, CONCRETE BARRIER WALL (FDOT INDEX 410) LF $ $ $ $ 24, $ $ 61, $ $ 123, $ $ 113, $ $ 35, ALUMINUM PEDESTRIAN/BICYCLE RAILING (FDOT INDEX 822) LF $ $ $ $ 17, $ $ 17, $ $ 22, $ $ 12, $ $ 50, CLASS IV CONCRETE (SUBSTRUCTURE) CY $ $ $ $ 146, $ $ 157, $ $ 146, $ $ 122, $ $ 130, REINFORCING STEEL (SUBSTRUCTURE) LB $ 1.12 $ 0.99 $ 1.00 $ 42, $ 0.88 $ 37, $ 1.25 $ 53, $ 1.00 $ 42, $ 1.45 $ 62, "x66 LF TEST PILES WITH PDA 132 LF $ $ $ $ 36, $ $ 29, $ $ 92, $ $ 44, $ $ 44, "x74 LF TEST PILES WITH PDA 148 LF $ $ $ $ 41, $ $ 29, $ $ 103, $ $ 49, $ $ 49, " SQUARE CONCRETE PILES (MAIN CAPS) 2758 LF $ $ $ $ 234, $ $ 250, $ $ 206, $ $ 289, $ $ 369, " SQUARE CONCRETE PILES (WING WALLS) 1496 LF $ $ $ $ 127, $ $ 136, $ $ 201, $ $ 157, $ $ 200, CLASS IV CONCRETE TYPE A SHEET PANEL (SANDALFOOT 390 LF $ $ $ $ 37, $ $ 79, $ $ 54, $ $ 78, $ $ 47, CLASS IV CONCRETE TYPE B SHEET PANEL (SANDALFOOT 60 LF $ $ $ $ 5, $ $ 12, $ $ 8, $ $ 12, $ $ 7, CLASS IV CONCRETE TYPE C SHEET PANEL (SANDALFOOT 60 LF $ $ $ $ 5, $ $ 12, $ $ 8, $ $ 12, $ $ 7, CLASS IV CONCRETE TYPE D SHEET PANEL (SANDALFOOT BLVD. & SW 3RD ST.) 48 LF $ $ $ $ 4, $ $ 11, $ $ 14, $ $ 9, $ $ 5, CLASS IV CONCRETE TYPE A SHEET PANEL (SW 3RD ST.) 341 LF $ $ $ $ 32, $ $ 70, $ $ 47, $ $ 68, $ $ 41, CLASS IV CONCRETE TYPE B SHEET PANEL (SW 3RD ST.) 62 LF $ $ $ $ 5, $ $ 12, $ $ 8, $ $ 12, $ $ 7, CLASS IV CONCRETE TYPE C SHEET PANEL (SW 3RD ST.) 124 LF $ $ $ $ 11, $ $ 25, $ $ 17, $ $ 24, $ $ 15, CLASS II CONCRETE (PIPE SUPPORTS) 0 CY $ 4, $ $ $ $ 9, $ 3, $ 3, $ 1, $ 8, $ 3, $ 1, $ REINFORCING STEEL (PIPE SUPPORTS) 63 LB $ 3.00 $ 0.76 $ 1.00 $ $ 5.00 $ $ 4.00 $ $ 1.00 $ $ 4.00 $ CLASS II CONCRETE (SIDEWALKS) 94.3 CY $ $ $ $ 28, $ $ 56, $ $ 56, $ $ 58, $ $ 73, REINFORCING STEEL (SIDEWALKS) 4268 LB $ 1.10 $ 0.76 $ 0.85 $ 3, $ 0.88 $ 3, $ 1.25 $ 5, $ 1.00 $ 4, $ 1.50 $ 6, CLASS II (BRIDGE DECK) CONCRETE (APPROACH SLABS) CY $ $ $ $ 107, $ $ 130, $ $ 115, $ $ 142, $ $ 198, REINFORCING STEEL (APPROACH SLABS) LB $ 1.13 $ 0.76 $ 1.00 $ 68, $ 0.88 $ 60, $ 1.25 $ 86, $ 1.00 $ 68, $ 1.50 $ 103, RIP RAP RUBBLE REVETMENT 1001 TN $ $ $ $ 105, $ $ 99, $ $ 200, $ $ 115, $ $ 162, BEDDING STONE 497 TN $ $ $ $ 62, $ $ 17, $ $ 49, $ $ 47, $ $ 52, SUBTOTAL (BRIDGE ) $ 1,746, $ 1,924, $ 2,290, $ 2,138, $ 2,431, CONTINGENCY (ROADWAY) 71 Premium for Conflict Condition (See SP's) 1 EA $ 4, $ 4, $ 3, $ 3, $ 3, $ 3, $ 6, $ 6, $ 7, $ 7, $ 4, $ 4, Class I Concrete (Miscellaneous) 50 CY $ $ $ $ 17, $ $ 7, $ $ 40, $ $ 10, $ $ 27, Flowable Fill 30 CY $ $ $ $ 7, $ $ 4, $ $ 9, $ $ 6, $ $ 4, Changeable (Variable Message) Sign (Non MOT) 30 ED $ $ $ $ $ $ $ $ $ $ $ $ Traffic Control Officer (Non MOT) 40 HR $ $ $ $ 1, $ $ 2, $ $ 2, $ $ 2, $ $ 2, Storm Sewer Cleaning (Exist.)( 24" Or Less )(See SP's) 674 LF $ $ $ $ 6, $ $ 13, $ $ 6, $ $ 13, $ $ 13, Temporary Chain Link Fence (6' high) 100 LF $ $ $ $ 1, $ $ 2, $ $ 1, $ $ 2, $ $ 1, SUBTOTAL (ROADWAY CONTINGENCY ) $ 38, $ 34, $ 66, $ 41, $ 53, PBC WATER UTILITY SANDALFOOT BOULEVARD FORCE MAIN RELOCATION 78 8" DIP Force Main Removal 125 LF $ $ $ $ 6, $ $ 6, $ $ 3, $ $ 3, $ $ 6, " DIP Force Main 72 LF $ $ $ $ 19, $ $ 20, $ $ 16, $ $ 7, $ $ 21, " Flange DIP Force Main 57 LF $ $ $ $ 20, $ $ 21, $ $ 10, $ $ 37, $ $ 22, " Gate Valve & Valve Box 2 EA $ 2, $ 1, $ 1, $ 3, $ 1, $ 3, $ 2, $ 4, $ 2, $ 4, $ 2, $ 4, Temporary Force Main 1 LS $ 13, $ 10, $ 15, $ 15, $ 16, $ 16, $ 6, $ 6, $ 11, $ 11, $ 17, $ 17, F&I DIP Fittings w/joint Restraint 0.6 TN $ 16, $ 3, $ 15, $ 9, $ 15, $ 9, $ 15, $ 9, $ 17, $ 10, $ 16, $ 10, " Air Release Valve pressure gauge with double strap saddle and 1 EA $ 2, $ 5, $ 2, $ 2, $ 2, $ 2, $ 1, $ 1, $ 3, $ 3, $ 2, $ 2, Fan Guard with support struts 2 EA $ 5, $ 6, $ 4, $ 9, $ 4, $ 9, $ 6, $ 12, $ 5, $ 11, $ 5, $ 10, N:\ROADWAY\PRO\2013\ _ \3_Award Spec Forms\1_Bid Tabulations\Bid Tabs_ & xlsx Page 2 of 5

3 86 Connect to Existing Force Main 2 EA $ 5, $ 1, $ 6, $ 12, $ 6, $ 13, $ 4, $ 8, $ 3, $ 7, $ 7, $ 14, Concrete Class IV (Includes steel reinforcement) 0.7 CY $ 6, $ 1, $ 2, $ 1, $ 12, $ 8, $ 12, $ 8, $ 1, $ $ 3, $ 2, " Prestressed Pile 100 LF $ $ $ $ 9, $ $ 23, $ $ 12, $ $ 10, $ $ 11, SANDALFOOT BOULEVARD WATER MAIN RELOCATION 89 8" DIP Water Main Removal 172 LF $ $ $ $ 6, $ $ 6, $ $ 3, $ $ 4, $ $ 6, " DIP Water Main 126 LF $ $ $ $ 21, $ $ 22, $ $ 27, $ $ 10, $ $ 23, " Flange DIP Water Main 57 LF $ $ $ $ 16, $ $ 16, $ $ 10, $ $ 28, $ $ 17, " DIP Water Main 8 LF $ $ $ $ 1, $ $ 1, $ $ 2, $ $ 1, $ $ 1, " Gate Valve & Valve Box 2 EA $ 1, $ 1, $ 1, $ 3, $ 1, $ 3, $ 2, $ 4, $ 1, $ 3, $ 1, $ 3, F&I DIP Fittings w/joint Restrain 0.6 TN $ 10, $ 3, $ 7, $ 4, $ 7, $ 4, $ 17, $ 10, $ 15, $ 9, $ 7, $ 4, " Air Release Valve pressure gauge with double strap saddle and 1 EA $ 1, $ 4, $ 1, $ 1, $ 1, $ 1, $ $ $ 1, $ 1, $ 1, $ 1, " Steel Casing 10 LF $ $ $ $ 1, $ $ 1, $ $ 2, $ $ 2, $ $ 1, Sample Points 2 EA $ $ $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 1, Fan Guard with support struts 2 EA $ 5, $ 6, $ 4, $ 9, $ 4, $ 9, $ 6, $ 12, $ 5, $ 11, $ 5, $ 10, Connect to Existing Water Main 2 EA $ 5, $ 1, $ 6, $ 12, $ 6, $ 13, $ 6, $ 13, $ 1, $ 3, $ 6, $ 13, Removal of Existing Fire Hydrant 1 EA $ $ 1, $ $ $ $ $ 1, $ 1, $ $ $ $ FH Assembly w/6" Gate Valve and Valve Box 1 EA $ 4, $ 4, $ 5, $ 5, $ 5, $ 5, $ 5, $ 5, $ 1, $ 1, $ 5, $ 5, "x6" Tee for FH 1 EA $ $ $ $ $ $ $ $ $ $ $ $ Reinstate Existing Water Service 1 EA $ 2, $ 1, $ 5, $ 5, $ 1, $ 1, $ $ $ 3, $ 3, $ 1, $ 1, Concrete Class IV (Includes Steel Reinforcement) 0.7 CY $ 5, $ 1, $ 2, $ 1, $ 12, $ 8, $ 10, $ 7, $ 1, $ $ 3, $ 2, " Prestressed Pile 100 LF $ $ $ $ 9, $ $ 23, $ $ 12, $ $ 10, $ $ 11, As Built Record Drawings (WM& FM) 1 LS $ 4, $ 10, $ 1, $ 1, $ 5, $ 5, $ 2, $ 2, $ 8, $ 8, $ 3, $ 3, SW 3RD STREET FORCE MAIN RELOCATION " DIP Force Main Removal 132 LF $ $ $ $ 5, $ $ 6, $ $ 5, $ $ 3, $ $ 6, " DIP Force Main 75 LF $ $ $ $ 32, $ $ 34, $ $ 22, $ $ 14, $ $ 36, Temporary Force Main 1 LS $ 16, $ 15, $ 20, $ 20, $ 21, $ 21, $ 5, $ 5, $ 12, $ 12, $ 22, $ 22, " Flange DIP Force Main 60 LF $ $ $ $ 45, $ $ 47, $ $ 15, $ 1, $ 66, $ $ 51, " Gate Valve & Valve Box 2 EA $ 8, $ 6, $ 7, $ 14, $ 7, $ 15, $ 10, $ 20, $ 7, $ 15, $ 8, $ 16, F&I DIP Fittings w/joint Restraint 1.3 TN $ 12, $ 9, $ 12, $ 15, $ 12, $ 16, $ 9, $ 11, $ 16, $ 21, $ 13, $ 17, Existing ARV Manhole removal 1 EA $ 2, $ 1, $ 3, $ 3, $ 3, $ 3, $ 1, $ 1, $ 2, $ 2, $ 3, $ 3, " Air Release Valve pressure gauge with double strap saddle and 1 EA $ 4, $ 5, $ 4, $ 4, $ 4, $ 4, $ 1, $ 1, $ 4, $ 4, $ 5, $ 5, " Steel Casing 10 LF $ $ $ $ 4, $ $ 4, $ $ 3, $ $ 2, $ $ 4, Fan Guard with support struts 2 EA $ 5, $ 6, $ 5, $ 10, $ 5, $ 10, $ 6, $ 12, $ 5, $ 11, $ 5, $ 11, Connect to Existing Force Main 2 EA $ 9, $ 6, $ 11, $ 23, $ 12, $ 24, $ 9, $ 18, $ 3, $ 6, $ 12, $ 25, As Built Record Drawings 1 LS $ 3, $ 4, $ 1, $ 1, $ 4, $ 4, $ 2, $ 2, $ 8, $ 8, $ 2, $ 2, SW 3RD STREET WATER MAIN RELOCATION " DIP Water Main Removal 88 LF $ $ $ $ 6, $ $ 6, $ $ 3, $ $ 2, $ $ 7, " DIP Water Main 92 LF $ $ $ $ 36, $ $ 38, $ $ 36, $ $ 17, $ $ 41, " Butterfly Valve & Valve Box 2 EA $ 9, $ 20, $ 10, $ 20, $ 10, $ 21, $ 7, $ 14, $ 10, $ 21, $ 11, $ 22, F&I DIP Fittings w/joint Restrain 1.3 TN $ 9, $ 3, $ 8, $ 10, $ 8, $ 10, $ 9, $ 12, $ 15, $ 19, $ 8, $ 11, Sample Points 2 EA $ 1, $ $ 1, $ 2, $ 1, $ 2, $ 1, $ 3, $ $ 1, $ 1, $ 3, Connect to Existing Water Main 2 EA $ 15, $ 7, $ 20, $ 40, $ 21, $ 42, $ 9, $ 18, $ 4, $ 8, $ 22, $ 44, As Built Record Drawings 1 LS $ 3, $ 4, $ 1, $ 1, $ 4, $ 4, $ 2, $ 2, $ 8, $ 8, $ 2, $ 2, SUBTOTAL (PBC WATER UTILITY ) $ 509, $ 580, $ 422, $ 457, $ 570, PBC WATER UTILITY CONTINGENCY 126 Deflect 36" PCCP Raw Water Main at N.W. Mast Arm Foundation (Sandalfoot Blvd.) 1 LS $ 88, $ 40, $ 112, $ 112, $ 117, $ 117, $ 70, $ 70, $ 20, $ 20, $ 124, $ 124, " Concentrate Line Deflection at Traffic Railing (SW 3rd Street) 1 LS $ 66, $ 40, $ 75, $ 75, $ 78, $ 78, $ 39, $ 39, $ 55, $ 55, $ 83, $ 83, Subaqueous 24" Water Main Relocation under E-1 Canal (SW 3rd Street) 1 LS $ 121, $ 70, $ 117, $ 117, $ 122, $ 122, $ 130, $ 130, $ 105, $ 105, $ 130, $ 130, N:\ROADWAY\PRO\2013\ _ \3_Award Spec Forms\1_Bid Tabulations\Bid Tabs_ & xlsx Page 3 of 5

4 SUBTOTAL (PBC WATER UTILITY CONTINGENCY ) $ 305, $ 319, $ 239, $ 180, $ 337, SIGNALIZATION " PVC (SCH 40) UNDERGROUND CONDUIT 78 LF $ 9.29 $ 9.70 $ $ $ 9.22 $ $ $ $ 8.50 $ $ 6.70 $ " (HDPE SDR 11) UNDER PAVEMENT CONDUIT (DIRECTIONAL BORE) 168 LF $ $ $ $ 3, $ $ 4, $ $ 4, $ $ 2, $ $ 3, " (HDPE SDR 11) UNDER PAVEMENT CONDUIT (DIRECTIONAL BORE) 474 LF $ $ $ $ 13, $ $ 20, $ $ 13, $ $ 12, $ $ 10, F SIGNAL CABLE (SPAN LENGTH 651' - 750') 1 PI $ 5, $ 4, $ 5, $ 5, $ 4, $ 4, $ 4, $ 4, $ 8, $ 8, $ 5, $ 5, A PEDESTRIAN SIGNAL CABLE - 4 CONDUCTOR 1 PI $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ $ $ 2, $ 2, A PEDESTRIAN SIGNAL CABLE - 7 CONDUCTOR 1 PI $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, FIBER OPTIC CABLE, (FSM) 48-COUNT (UNDERGROUND) 218 LF $ 4.09 $ 1.77 $ 3.65 $ $ 3.80 $ $ 5.00 $ 1, $ 3.50 $ $ 4.50 $ FIBER OPTIC CONNECTION, INSTALL SPLICE 48 EA $ $ $ $ 2, $ $ 2, $ $ 2, $ $ 2, $ $ 3, FIBER OPTIC CONNECTION, INSTALL TERMINATION 2 EA $ 2, $ $ $ $ 3, $ 6, $ 3, $ 7, $ 2, $ 5, $ 4, $ 8, A PULL BOX (17" x 30" x 12"D) HEAVY DUTY COVERS (TIER 15) 14 EA $ $ $ $ 11, $ $ 9, $ $ 10, $ $ 12, $ $ 10, PULL BOX, (24"X36"X24"D) FIBERGLASS, HEAVY DUTY COVERS B (TIER 15) 1 EA $ 1, $ $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ $ ALUMINUM SIGNALS POLE, PEDESTAL WITH TRANSFORMER BASE (8 FEET ABOVE GROUND) 4 EA $ 1, $ $ 1, $ 6, $ 1, $ 4, $ 1, $ 5, $ 1, $ 4, $ 1, $ 5, G MAST ARM ASSY D5-S3 60' (GALVANIZED FINISH) 1 EA $ 41, $ 31, $ 39, $ 39, $ 39, $ 39, $ 41, $ 41, $ 42, $ 42, $ 47, $ 47, G MAST ARM ASSY D6-S24 70' 6" W/LUM (GALVANIZED FINISH) 2 EA $ 52, $ 39, $ 52, $ 105, $ 49, $ 98, $ 53, $ 106, $ 50, $ 100, $ 55, $ 110, REMOVE STEEL MAST ARM ASSEMBLY - DEEP REMOVAL (INCLUDES ARM (S), UPRIGHT AND WHOLE BURIED ATTACHMENTS TO THE DEPTH OF EXISTING FOUDATION BELOW 3 EA $ 3, $ 7, $ 7, $ 22, $ 2, $ 6, $ 2, $ 7, $ 6, $ 19, $ 1, $ 4, GROUND) INCLUDES DELIVERY OF REMOVED MAST ARM EQUIPMENT) TRAFFIC SIGNAL HEAD ALUMINUM (3-SECTION, 1-WAY) INCLUDES BACKPLATES 9 AS $ $ $ $ 8, $ $ 8, $ 1, $ 9, $ $ 7, $ 1, $ 10, TRAFFIC SIGNAL HEAD ALUMINUM (5-SECTION, 1-WAY) INCLUDES BACKPLATES 3 AS $ 1, $ 1, $ 1, $ 4, $ 1, $ 4, $ 1, $ 4, $ 1, $ 4, $ 1, $ 4, TRAFFIC SIGNAL HEAD ASSEMBLY, REMOVAL 12 EA $ $ $ $ $ $ 1, $ $ 1, $ $ 1, $ $ 3, PEDESTRIAN SIGNAL - COUNT DOWN (1-WAY) ALUMINUM 3 EA $ $ $ $ 1, $ $ 1, $ $ 2, $ $ 1, $ $ 2, PEDESTRIAN SIGNAL - COUNT DOWN (2-WAY) ALUMINUM 1 EA $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, VIDEO IMAGE DETECTION 4 - CAMERA SYSTEM (ITERIS) B4 COMPLETE. 1 EA $ 29, $ 30, $ 29, $ 29, $ 28, $ 28, $ 31, $ 31, $ 26, $ 26, $ 33, $ 33, PEDESTRIAN DETECTOR (PUSH BUTTON) 5 EA $ $ $ $ $ $ 1, $ $ 1, $ $ 1, $ $ 1, B TRAFFIC CONTROLLER ASSEMBLY (TYPE 6) AS PER NAZTEC 1 AS $ 32, $ 25, $ 27, $ 27, $ 30, $ 30, $ 34, $ 34, $ 35, $ 35, $ 37, $ 37, REMOVE MISCELLANEOUS SIGNAL EQUIPMENT 4 HR $ $ $ 1, $ 4, $ $ $ $ 1, $ $ $ $ 1, REMOVE INTERNALY ILLUMINATED SIGN 3 EA $ $ $ $ $ $ $ $ $ $ $ $ SIGNAL PEDESTRIAN HEAD ASSEMBLY, REMOVAL 4 EA $ $ $ $ $ $ 1, $ $ $ $ $ $ SIGNAL PEDESTAL, REMOVE 4 EA $ $ $ $ $ $ $ $ 1, $ $ $ $ REMOVE CONTROLLER ASSEMBLY COMPLETE WITH FOUNDATION - INCLUDES DELIVERY OF REMOVED CONTROLLER 1 EA $ $ $ $ $ $ $ $ $ $ $ $ EQUIPMENT REMOVE CABLE, UNDERGROUND 600 LF $ 2.49 $ 1.00 $ 9.75 $ 5, $ 0.58 $ $ 0.63 $ $ 0.88 $ $ 0.60 $ INTERNALLY ILLUMINATED SIGN (8') FLUORESCENT 3 EA $ 2, $ 2, $ 2, $ 6, $ 0.58 $ 1.74 $ 3, $ 9, $ 2, $ 8, $ 3, $ 10, SUBTOTAL (SIGNALIZATION ) $ 308, $ 283, $ 307, $ 304, $ 322, GRAND TOTAL $4,413, $4,705, $4,809, $5,080, $5,209, Math error on bid package. N:\ROADWAY\PRO\2013\ _ \3_Award Spec Forms\1_Bid Tabulations\Bid Tabs_ & xlsx Page 4 of 5

5 PBC PROJECT # & # THE AND QUANTITIES SHOWN, SHALL GOVERN OVER THE PLANS. PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE. PAY ITEM FOOTNOTES: THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET. Note # 1 10 THE AND QUANTITIES ABOVE, SHALL GOVERN OVER THE PLANS. PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE. PAY ITEM FOOTNOTES MOT SHALL INCLUDE THE COST OF ANY TEMPORARY PAVEMENT, AND TEMPORARY CONC. BARRIERS AS REQUIRED. 2 ALL SHALL INCLUDE COST TO FURNISH AND INSTALL UNLESS OTHERWISE NOTED. 3 4 CONCRETE SAW CUT, REMOVAL OF GUARDRAIL AND DISPOSAL (AS REQUIRED), TREE REMOVAL AND DISPOSAL ARE INCLUDED IN THE WORK FOR "CLEARING AND GRUBBING", LS. OPTIONAL BASE GROUP & ASPHALTIC CONCRETE INCLUDE BITUMINOUS MATERIAL & TACK COAT AS REQUIRED. 5 ALL STRUCTURE BOXES ARE 10 FEET OR LESS IN DEPTH UNLESS OTHERWISE NOTED. 6 THE COST OF BREAKING INTO EXISTING STRUCTURES IS INCIDENTAL TO COST OF PIPE THE COST FOR "SAW CUT AND BUTT JOINT", AS REQUIRED, SHALL BE INCIDENTAL TO THE RELATED ASPHALT ITEM. PREMIUM FOR CONFLICT CONDITION SHALL INCLUDE COSTS OF REQUIRED STEEL CASING, AS DIRECTED BY THE ENGINEER. CONNECTION OF THE NEW GUARDRAIL TO THE EXISTING GUARDRAIL AND BRIDGE RAILING ARE INCLUDED IN THE WORK FOR "GUARDRAIL", LF. BOLTS, CONNECTIONS TO PIPE SUPPORTS AND NEOPRENE SEAT GASKET ARE INCIDENTAL TO FLANGE PIPE INSTALLATION. 11 HARDWARE, NEOPRENE, ETC., PER PBCWUD DETAIL 27W ARE INCIDENTAL TO FAN GUARD INSTALLATION. 12 JOINT RESTRAINT PER PBCWUD SPECIFICATIONS IS INCIDENTAL TO FORCE MAIN AND WATER MAIN INSTALLATION. 13 ONE RECORD DRAWING IS REQUIRED FOR WATER MAIN AND FORCE MAIN FOR SANDALFOOT BOULEVARD CONTINGENCY ITEM "DEFLECT 36" PCCP RAW WATER MAIN AT N.W. MAST ARM FOUNDATION (SANDALFOOT, LS", IS ANTICIPATED TO INVOLVE: DEFLECTING PCCP TOWARDS THE WEST R/W WITH 45 BENDS TO MAINTAIN MIN. 5' CLEAR TO MAST ARM FOUNDATION. CONTINGENCY ITEM "24" CONCENTRATE LINE DEFLECTION AT TRAFFIC RAILING (SW 3RD STREET), LS", IS ANTICIPATED TO INVOLVE: REMOVING A SECTION OF EXISTING CASING (LENGH AS NECCESARY); DEFLECTING EXISTING 24" FORCE MAIN UNDER TRAFFIC RAILING FOUNDATION WITH 45 BENDS (FORCE MAIN TO BE IN A 42" STEEL CASING UNDER THE FOUNDATION WITH 1.5' CLEARANCE); CONNECTING TO EXISTING 24" FORCE MAIN AT FIRST UPPER BEND OF THE AERIAL CROSSING. CONTINGENCY ITEM "SUBAQUEOUS 24" WATER MAIN RELOCATION UNDER E-1 CANAL (SW 3RD STREET), LS", IS ANTICIPATED TO INVOLVE: CONNECTION TO EXISTING 24" x 24" TEE IN SR7; DEFLECTING 24" DIP WATER MAIN UNDER RELOCATED CANAL WITH 45 BENDS; CONNECTION TO EXISTING 24" WATER MAIN AT LOCATION OF UPPER BEND ON EAST SIDE OF CANAL. Working days to complete project: 450 calendar days (See Special Provisions) Bids as read at opening on Tuesday, December 5, 2017, 2016; 2:00 PM All bids subject to OSBA SBE compliance and Board Approval. Prepared by: Geraldine Lazzarino-Kelly, Technical Assistant I Checked by: Holly B. Knight, P.E., Contracts Section Manager N:\ROADWAY\PRO\2013\ _ \3_Award Spec Forms\1_Bid Tabulations\Bid Tabs_ & xlsx Page 5 of 5

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

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

8 EA $ 1, $ $ 1, $ 8, $ 1, $ 8, EA $ 6, $6, $ 7, $ 7, $ 5, $ 5,445.

8 EA $ 1, $ $ 1, $ 8, $ 1, $ 8, EA $ 6, $6, $ 7, $ 7, $ 5, $ 5,445. Palmetto Park Road, SW 7th AVE. To SW 5th Avenue LWDD E4 (E Rio) Canal ENGECON CONSTRUCTON RUSSELL ENGNEERNG TEM# TEM DESCRPTON QTY UNTS Total Total ROADWAY TEMS 5 Regular Excavation 937 CY $ 14.28 $17.52

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

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 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

CITY OF TAMPA ADDENDUM 2. April 18, 2018

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

More information

BID TABULATION 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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

More information

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

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

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

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

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

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

/2 1,!JM [ ] [] Agenda Item #: 3-C-4 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY. Meeting Date: May 16, 2017 [X] Consent

/2 1,!JM [ ] [] Agenda Item #: 3-C-4 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY. Meeting Date: May 16, 2017 [X] Consent Recommended by: /2 1,!JM ~ F:\ROADW A Y\AIS\2002\2002109-utility receive & file.doc ~epartment Director Administrator.... Date Agenda Item #: 3-C-4 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA

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

Northumberland County County Road 2 Class Environmental Assessment Construction Cost Estimate

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

More information

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

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

More information

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

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

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

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

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

A DESIGN-BUILD PROJECT

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

More information

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

3\1:s11, Date. Agenda Item is over 50 pages; may be viewed in the Minutes Department. Agenda Item #: 3-C-7

3\1:s11, Date. Agenda Item is over 50 pages; may be viewed in the Minutes Department. Agenda Item #: 3-C-7 Recommended by:./4 J ). {J...Jv.l Department Director 3\1:s11, Date Agenda Item is over 50 pages; may be viewed in the Minutes Department Agenda Item #: 3-C-7 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS

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

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

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

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

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

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

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 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

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

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

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

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

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

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

Master Development Plan for the TxDOT North Tarrant Express Project, Segments 2-4. Chapter 6: Preliminary Cost Estimates.

Master Development Plan for the TxDOT North Tarrant Express Project, Segments 2-4. Chapter 6: Preliminary Cost Estimates. , Segments 2-4 Chapter 6: Preliminary Cost Estimates Table of Contents 6.1 Details of Facilities... 17 6.2 Pre-Development and Facility Feasibility... 1 6.2.1 Planning... 1 6.2.2 Environmental Mitigation...

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

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

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

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

More information

CITY OF 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

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY EXECUTIVE BRIEF

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY EXECUTIVE BRIEF Agenda Item is over 5 pages; may be viewed in the Minutes Department Agenda Item #: 3-C-4 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: July 12, 216 [X] Consent [ ]

More information

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

PRELIMINARY DESIGN OF AIRFIELD COMPONENTS (25%) ESTIMATE OF PROBABLE CONSTRUCTION COST PRELIMINARY DESIGN OF AIRFIELD COMPONENTS (25%) ESTIMATE OF PROBABLE CONSTRUCTION COST Table of Contents 1. Introduction...2 2. Scope of Estimate...2 3. Subpackage Breakout....2 4. Assumptions Used in

More information

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

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

MSCAA PROJECT NO

MSCAA PROJECT NO TIME: RBID ENVELOPE MSCAA PROJECT NO. 08-1260-02 NAME OF PROJECT: GLYCOL MANAGEMENT PROGRAM- BRIDGES AND SITE CONSTRUCTION BIDS DUE: U7/27/2017 U U 2:00 PM Local Time UBIDDER IDENTIFICATIONU: MEMPHIS SHELBY

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/09/19

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/09/19 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/09/19 240 0.00 CONTRACT ID: 090249068 PROJECT: STP 2014(119)TE CONTRACT: 08163051 AWARD AMOUNT: $2,150,084.20 PROJECTED AMOUNT: $2,344,277.78 ADJ. PROJECTED

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

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

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

A Financial Impact Assessment of LD 1725: Stream Crossings

A Financial Impact Assessment of LD 1725: Stream Crossings A Financial Impact Assessment of LD 1725: Stream Crossings Prepared by: The New England Environmental Finance Center For the Maine Department of Transportation Office of Environmental Planning Edmund S.

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

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

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

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

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

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

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

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

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

$4, CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/08/17 -73, FM0317 DISTRICT NAME: Tyler COUNTY: PROJECT: RMC

$4, CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/08/17 -73, FM0317 DISTRICT NAME: Tyler COUNTY: PROJECT: RMC -73,034.10 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/08/17 56 5.00 CONTRACT ID: 629625001 PROJECT: RMC - 629625001 CONTRACT: 02164011 AWARD : $446,216.00 PROJECTED : $446,222.00 ADJ. PROJECTED : $373,187.90

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

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

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

More information

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

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

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

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

BOARD OF SUPERVISORS BUSINESS MEETING ACTION ITEM. At the pleasure of the Board.

BOARD OF SUPERVISORS BUSINESS MEETING ACTION ITEM. At the pleasure of the Board. BOARD OF SUPERVISORS BUSINESS MEETING ACTION ITEM Date of Meeting: May 19, 2016 # 6 SUBJECT: ELECTION DISTRICT: CRITICAL ACTION DATE: STAFF CONTACTS: Identification of Construction Funding for Traffic

More information