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

Size: px
Start display at page:

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

Transcription

1 2. BID SCHEDULE RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO To the Honorable Mayor and City Council of the City of Hesperia: Schedule of prices to construct the Ranchero Road and BNSF Grade Separation Project. All proposed improvements as shown on the drawings shall be furnished and installed and coordinated by the Contractor. Bids shall include sales taxes and all other applicable taxes and fees. In compliance with the Notice Inviting Sealed Bids, the undersigned hereby agrees to enter into a contract to furnish all labor, materials, equipment, and supplies for the above-mentioned project in accordance with the Plans, Profiles, and Contract Documents and Specifications, which are on file at the City of Hesperia, at the following prices: 1 Bonds, insurance, mobilization, field office, construction water, clean-up, relocation, demobilization, all misc. work, etc. complete and in place. 1 LS $ N/A $ 2 SWPPP Conformance & Implementation 1 LS $ N/A $ 3 Compliance with the requirements of permits and agreements issued by utilities and other regulatory agencies as described in Chapter VI Special Provisions, Section 5 1 LS $ N/A $ 4 Traffic Control Plans & Implementation 1 LS $ N/A $ 5 Clear and Grub 1 LS $ N/A $ 6 Remedial Removal and Re-compaction 209,600 CY $ $ 7 Construct Concrete Protective Slab per Plan Sheet CD-2 and G CY $ $ 8 Unclassified Excavation 522,000 CY (F) $ $ 9 Unclassified Fill 548,000 CY (F) $ $ Page 3-3

2 10 Import/Export Fill Materials 106,000 CY $ $ 11a 11b 11c 12a 12b 12c Construct Masonry Sound Wall SW-2 per Plan Sheet G-1 6,720 SF $ $ Construct Footing for Masonry Sound Wall SW-2 per Plan Sheet G LF $ $ CIDH Piles for Masonry Sound Wall SW-2 per Plan Sheet G-1 1 LS $ N/A $ Construct Masonry Sound Wall SW-8 per Plan Sheet G-6 and G-7 6,900 SF $ $ Construct Footing for Masonry Sound Wall SW-8 per Plan Sht. G-6 and G LF $ $ CIDH Piles for Masonry Sound Wall SW-8 per Plan Sheet G-6 and G-7 1 LS $ N/A $ 13 Construct 6' High Non-retaining Garden Wall per City of Hesperia Std. Dwg. G-2 89 LF $ $ 14 Construct Concrete Retaining Wall A per Plan Sheet CD-3 and CD-4 53 CY $ $ 15 Construct Concrete Retaining Wall B per Plan Sheet CD-3 and CD-4 71 CY $ $ 16 Construct Concrete Retaining Wall D per Plan Sheet CD-3 and CD CY $ $ 17 Construct 6' High Non-retaining Garden Wall per City of Hesperia Std. Dwg. G LF $ $ 18 Furnish & Install Construction Area Signs 29 EA $ $ 19 Construct 24 x 24 Drop Inlet 1 EA $ $ Page 3-4

3 20 Construct 18 RCP 3000D 73 LF $ $ 21 Construct Straight Headwall per Caltrans Std. Plan D89 1 EA $ $ 22 Construct RSP Splash Pad per Caltrans Std. Specs, Section CY $ $ 23 Construct 6 PVC Drain Line 85 LF $ $ 24 Structure Excavation (Bridge) 13,780 CY (F) $ $ 25 Structure Backfill (Bridge) 2,510 CY (F) $ $ 26 Structure Drain Pipe - 6" Welded Steel Pipe (Bridge) 35 LF $ $ 27 Pervious Backfill Material (Bridge) 70 TON (F) $ $ 28 Furnish Steel Piling (Bridge) 11,770 LF (F) $ $ 29 Drive Steel Pile (Bridge) 11,770 LF (F) $ $ 30 Cast in Place Concrete psi (Bridge) 1,470 CY (F) $ $ 31 Cast in Place Concrete psi (Bridge) 370 CY (F) $ $ 32 Reinforcement (Bridge) 564,200 LB (F) $ $ 33 Concrete Coating (Bridge) 14,000 SF (F) $ $ 34 Structural Steel (Bridge) 590 TON (F) $ $ 35 Bridge Deck Waterproofing (Bridge) 1,020 SY (F) $ $ 36 Flashing and Steel Cover Plates as detailed on Plan Sht. S-18 (Bridge) 1 LS (F) $ N/A $ Page 3-5

4 37 Elastomeric Bearing Pads (Bridge) 144 EA (F) $ $ 38 Hand Railing (Bridge) 500 LF (F) $ $ 39 Slope Paving Rock Cobble and Concrete (Bridge) 3,900 SF (F) $ $ 40 Slope Paving Graphics Precast Panels as detailed on Plan Sht. S-25 (Bridge) 1 LS (F) $ N/A $ 41 Wingwalls - Fractured Rib Texture Only (Bridge) 1 LS (F) $ N/A $ 42 Wingwalls - Fractured Rib Texture with Graphics as detailed on Plan Sht. S-26 (Bridge) 1 LS (F) $ N/A $ 43 Remove Curb Opening Outflow Structure 215 LF $ $ 44 Sawcut and Remove Curb & Gutter 110 LF $ $ 45 Remove and Replace Curb and Gutter 25 LF $ $ 46 Remove and Dispose of AC Pavement and Base 115,500 SF $ $ 47 Remove & Replace Exist. AC Pavement per City of Hesperia Std. Dwg. ST-10 1,100 SF $ $ 48 Remove Existing Rock Slope Protection 690 SF $ $ 49 Remove Existing Manhole 3 EA $ $ 50 Remove Existing Catch Basin 1 EA $ $ 51 Remove and Dispose Concrete Channel, Pipe, Rock Slope Protection 1,450 LF $ $ Page 3-6

5 52 Remove & Dispose Existing Storm Drain 290 LF $ $ 53 Remove various exist. water lines sized 4-inch to 18-inch as shown on the plans 1 LS $ N/A $ 54 Plug Existing Storm Drain per SPPWC Std. Plan & abandon existing Storm Drain in place 2 EA $ $ 55 NOT USED - RESERVED 0 N/A $ N/A $ Construct Concrete Rock Slope Protection, 2-Ton Class Rock 1,690 CY $ $ 57 Construct Concrete Rock Slope Protection, "1/4 Ton" Class Rock 4,336 CY $ $ 58 Construct 1/4 ton Rip Rap Blanket per detail on Plan Sheet G CY $ $ 59 Construct Concrete Interceptor Drain per detail on Plan Sheet G-10 6,743 LF $ $ 60 Construct Concrete Down Drain per detail on Plan Sheet G LF $ $ 61 Construct Concrete Terrace Drain per detail on Plan Sheet G-10 3,250 LF $ $ 62 Construct Concrete Parkway Drain per detail on Plan Sheet G CY $ $ 63 Construct Concrete Parkway Drain per SPPWC Std. Plan LF $ $ 64 Construct Grating Catch Basin (transverse) per SPPWC Std. Plan EA $ $ 65 Construct Protection Barrier per SPPWC Std. Plan EA $ $ Page 3-7

6 66 Construct Concrete Cut-off Wall per Plan Sheet D CY $ $ 67 Construct Manhole Pipe to Pipe Mainline per SPPWC Std. Plan EA $ $ 68 Construct Manhole Pipe to Pipe per SPPWC Std. Plan EA $ $ 69 Construct Junction Structure Pipe to Pipe Inlet per SPPWC Std. Plan EA $ $ 70 Construct Junction Structure Pipe to Pipe per SPPWC Std. Plan 332-2, Case per Plans 4 EA $ $ 71 Construct Transition Structure Pipe to Pipe per SPPWC Std. Plan EA $ $ 72 Construct Junction Structure Pipe to RCB per SPPWC Std. Plan EA $ $ 73 Construct Concrete Collar per SPPWC Std. Plan EA $ $ 74 Construct Pressure Manhole Shaft per SPPWC Std. Plan EA $ $ 75 Construct Velocity Control Rings per SPPWC Std. Plan EA $ $ 76 Construct Box Culvert Warped Wing Walls per Caltrans Std. Plan D86A 46 CY $ $ 77 Construct Pipe Headwall and Warped Wing Walls per Caltrans Std. Plan D86B 34 CY $ $ 78 Construct Pipe Headwall and Wing Walls per Caltrans Std. Plan D90 12 CY $ $ Page 3-8

7 79 Construct Gravity Headwall per San Bernardino Cnty. Road Dept. Std EA $ $ 80 Construct Concrete Pipe Slope Anchor per SPPWC Std. Plan EA $ $ 81 Construct Concrete Lined Trap Channel per Plan Sheet D CY $ $ 82 Construct Monolithic Catch Basin Connection per SPPWC Std. Plan EA $ $ 83 Construct Curb Opening Catch Basin per SPPWC Std. Plan EA $ $ 84 Construct Pipe through Channel w/flap Gate per SBCFCD Std. Plan 183-A 2 EA $ $ 85 Construct 84" RCP, D Load Per Profile 2,732 LF $ $ 86 Construct 72" RCP, D Load Per Profile 15 LF $ $ 87 Construct 60" RCP, D Load Per Profile 2,244 LF $ $ 88 Construct 54" RCP, D Load Per Profile 685 LF $ $ 89 Construct 48" RCP, D Load Per Profile 2,370 LF $ $ 90 Construct 36" RCP, D Load Per Profile 428 LF $ $ 91 Construct 30" RCP, D Load Per Profile 410 LF $ $ 92 Construct 24" RCP, D Load Per Profile 330 LF $ $ 93 Construct 18" RCP, D Load Per Profile 214 LF $ $ 94 Construct single 12 x 12 RCB per Caltrans Std. Plan D LF $ $ Page 3-9

8 95 Construct double 10 x 10 RCB per Caltrans Std. Plan D LF $ $ 96 Construct 8 PVC C900 Water Line per City of Hesperia Std. Dwgs. 1,752 LF $ $ 97 Construct 12" DIP CL 150 Water Line per City of Hesperia Std. Dwgs. 118 LF $ $ 98 Construct 16 DIP CL 150 Water Line per City of Hesperia Std. Dwgs. 155 LF $ $ 99 Install 16 DIP 45 Bend 2 EA $ $ 100 Construct 18" DIP CL 150 Water Line per City of Hesperia Std. Dwgs. 1,927 LF $ $ 101 Install 18" DIP 45 Bend 13 EA $ $ 102 Install 18" DIP 11 1/4 Bend 1 EA $ $ 103 Install 18" DIP 22 1/2 Bend 2 EA $ $ 104 Install 12" Butterfly valve per City of Hesperia Std. Dwg. W-1a and W-4a 2 EA $ $ 105 Install 18" Butterfly Valve per City of Hesperia Std. Dwg. W-1a and W-4a 4 EA $ $ 106 Construct 18" CML/CMC Steel Water Line 350 LF $ $ 107 Install 18" CML/CMC 45 Bend 4 EA $ $ 108 Install 1" Air and Vacuum Release Valve per City of Hesperia Std. Dwg. W-21 2 EA $ $ 109 Install 2" Air and Vacuum Release Valve per City of Hesperia Std. Dwg. W-17 2 EA $ $ Page 3-10

9 110 Construct 4 Line Drain Blow Off per City of Hesperia Std. Dwg. W-20 2 EA $ $ 111 Install 3-way Fire Hydrant per City of Hesperia Std. Dwg. W-2b 3 EA $ $ 112 Relocate Existing Fire Hydrant 1 EA $ $ 113 Remove and Salvage Exist. Fire Hydrant 1 EA $ $ 114 Remove and Salvage Exist. Air Vac 1 EA $ $ 115 Install 8 Gate Valve per City of Hesperia Std. Plan W-1a and W-4a 3 EA $ $ 116 Construct 4" PVC Irrigation Sleeve 1,030 LF $ $ 117 Construct Local Depression CB W= SF $ $ 118 Construct Local Depression CB W=7 25 SF $ $ 119 Construct Local Depression CB W=14 98 SF $ $ 120 Construct Local Depression CB W= SF $ $ 121 Construct Local Depression CB W= SF $ $ 122 Construct Select Subgrade 85,800 CY $ $ 123a Construct Aggregate Base (Roadway) 5,267 CY $ $ 123b Construct Aggregate Base (Sub Ballast) 6,683 CY $ $ 123c Remove, relocate, construct Aggregate Base (from Sub Ballast to Roadway) 6,683 CY $ $ 124 Construct 8-inch Curb and Gutter per SPPWC Std. Plan ,030 LF $ $ Page 3-11

10 125 Construct 8-inch Curb and 12 Gutter per SPPWC Std. Plan LF $ $ 126 Construct 8-inch Curb per SPPWC Std. Plan ,007 LF $ $ 127 Construct Cross Gutter and Spandrel per SPPWC Std. Plan ,265 SF $ $ 128 Construct 6-inch Curb and Gutter per SPPWC Std. Plan ,576 LF $ $ 129 Construct 4-inch mountable AC Dike Type E per Caltrans Std. Plan A87B 1,648 LF $ $ 130 Concrete Commercial Drive Approach per City of Hesperia Std. Dwg. ST-1 3 EA $ $ 131 Concrete Residential Drive Approach per City of Hesperia Std. Dwg. ST-2 9 EA $ $ 132 Concrete Residential Drive Approach per City of Hesperia Std. Dwg. ST-3 6 EA $ $ 133 Construct Mod Sidewalk Ramp per City of Hesperia Std. Dwg. ST EA $ $ 134 Construct 0.65 AC Pavement 29,830 TON $ $ 135 Construct 0.40 AC Pavement 674 TON $ $ 136 Construct 0.35 AC Pavement 1,520 TON $ $ 137 Construct 0.25 AC Pavement 487 TON $ $ 138 Construct 0.35' AC Over Native 4,274 TON $ $ 139 Construct 6-inch AC Dike per SPPWC Std. Plan ,341 LF $ $ Page 3-12

11 140 Construct 3 AC Driveway Connection per City of Hesperia Std. Dwg. ST-3 58 TON $ $ 141 Remove and Replace Concrete Driveway per City of Hesperia Std. Dwg. ST SF $ $ 142 Construct 2.5 AC Driveway Approach per City of Hesperia Std. Dwg. ST-2 1 EA $ $ 143 Construct Fencing per SBCFCD Special DWG. No. 1 2,282 LF $ $ 144 Construct 20' Wide Access Gate per Plan Sheet D-15 3 EA $ $ 145 Construct Pipe Gate per SPPWC Std. Plan EA $ $ 146 Construct 20 Wide Access Gate per SBCFCD Special DWG No. 1 2 EA $ $ 147 Construct 5 Chain Link Fence, Grounded 557 LF $ $ 148 Construct Grounded SCE Access Gate 1 EA $ $ 149 Relocate Existing Street Sign 2 EA $ $ 150 Install 4" Dashed White Lane Line [MUTCD Fig. 3A-102(CA) - Detail 12] 13,362 LF $ $ 151 Install 4" Solid Double Yellow Line [MUTCD Fig. 3A-104(CA) - Detail 22] 2,501 LF $ $ 152 Install Right Edge Pattern [MUTCD Fig. 3A-105(CA) - Detail 26] 14,490 LF $ $ 153 Install 4 White Right Edge Pattern [MUTCD Fig. 3A-106(CA) - Detail 27B] 7,100 LF $ $ Page 3-13

12 154 Install 6" Solid White Bike Lane Line [MUTCD Fig. 3A-111(CA) - Detail 39] 12,389 LF $ $ 155 Install 6 White Bike Line Pattern [MUTCD Fig. 3A-111(CA) - Detail 39A] 756 LF $ $ 156 Install 8 White Lane Drop Pattern [MUTCD Fig. 3A-111(CA) - Detail 37B] 350 LF $ $ 157 Install 8 White Channelizing Line [MUTCD Fig. 3A-111(CA) - Detail 38] 575 LF $ $ 158 Install 12 White Stop Line 1,131 LF $ $ 159 Install 12" Solid White Stop Line/Chevron 200 LF $ $ 160 Furnish and Install Thermoplastic Pavement Markings (Directional Arrows and Messages) 96 EA $ $ 161 Furnish and Install Object Markers [MUTCD Fig. 3C-1(CA) - Type K-1/K-2] 7 EA $ $ 162 Furnish and Install Traffic Signs 50 EA $ $ BASIS FOR LOW BID / TOTAL BID FOR ITEMS = $ (F) Denotes Final Pay Item The lowest bid shall be determined by the lowest submitted Base Bid, which includes Bid Item No s. 1 through 162. The City may, at its discretion, award one or more of the Add or Alternate Bid Items when awarding a contract. Bidders shall provide a bid amount for ALL Add or Alternate Bid Items. Failure to provide bid amounts may be cause for rejection of a bid. Page 3-14

13 ADD OR ALTERNATE BID ITEMS Item Description Est. Qty. Units Unit Price A-85 Design, process submittals, and Construct 84 Cast-in-Place Concrete Pipe in lieu of 84 RCP, D Load 2,732 LF $ $ A-86 Design, process submittals, and Construct 72 Cast-in-Place Concrete Pipe in lieu of 72 RCP, D Load 15 LF $ $ A-87 Design, process submittals, and Construct 60 Cast-in-Place Concrete Pipe in lieu of 60 RCP, D Load 2,244 LF $ $ A-88 Design, process submittals, and Construct 54 Cast-in-Place Concrete Pipe in lieu of 54 RCP, D Load 685 LF $ $ A-134a A-134b Construct Ranchero Road with 0.50 of PCC Pavement, Class 520-A-2500 per Section and Section 201 of the Standard Specifications, the project plans, and the Special Provisions in lieu of 0.65 of AC Pavement. If this Bid item is awarded by the City then an equal amount of AC Pavement shall be deducted from Bid Item No ,440 CY $ $ Construct an additional 1.8-inches of Aggregate Base (roadway) 3,363 CY $ $ B-1 Design, Furnish, Construct, and Build (Design/Build) a complete, turnkey, operational Traffic Signal at the intersection of Ranchero Road and Santa Fe Avenue 1 LS $ N/A $ FINAL PAY ITEMS When an item of work is designated as (F) in the Bid Schedule, the estimated quantity for that item of work shall be the final pay quantity, unless the dimensions of any portion of that item are revised Page 3-15

14 by the Engineer, or the item or any portion of the item is eliminated. If the dimensions of any portion of the item are revised, and the revisions result in an increase or decrease in the estimated quantity of that item of work, the final pay quantity for the item will be revised in the amount represented by the changes in the dimensions. If a final pay item is eliminated, the estimated quantity for the item will be eliminated. If a portion of a final pay item is eliminated, the final pay quantity will be revised in the amount represented by the eliminated portion of the item of work. The estimated quantity for each item of work designated as (F) in the Bid Schedule shall be considered as approximate only, and no guarantee is made that the quantity which can be determined by computations, based on the details and dimensions shown on the plans, will equal the estimated quantity. No allowance will be made in the event that the quantity based on computations does not equal the estimated quantity. In case of discrepancy between the quantity shown in the Bid Schedule for a final pay item and the quantity or summation of quantities for the same item shown on the plans, payment will be based on the quantity shown in the Bid Schedule. ADDENDA This Bid is submitted with respect to the changes to the contract included in Addendum Number(s) (fill in numbers of addenda that have been received). Bidder acknowledges receipt of the following Addendum: Addendum No. Addendum No. Addendum No. Addendum No. Date: Date: Date: Date: Warning If an Addendum or Addenda have been issued by the City of Hesperia and not noted above as being received by the Bidder, this Bid may be rejected. The undersigned has checked carefully all of the above figures and understands that the City shall not be responsible for any errors or omissions on the part of the undersigned in making up this bid. Attached to this Bid is cash, or a cashier s check, or a certified check in favor of the City of Hesperia, in an amount equal to at least ten percent (10 %) of the grand total of all items, or a bid bond for said amount in the form furnished by the City, with the understanding that said security shall be held by the City until the agreement for doing the work has been entered into, and that said total security shall be forfeited to the City as liquidated damages should the undersigned fail to enter into a contract and furnish the required bonds and insurance within the time specified in the Contract Documents regardless of the actual total of the bids included in the awards. If awarded the contract, the undersigned agrees that in the event of such failure, the actual amount of damages to the City would be impractical and extremely difficult to determine. Page 3-16

15 The undersigned is licensed in accordance with the Contractors License Law, Business and Professions Code, Section 7000 et seq., providing for the registration of contractors. California Contractor's License No. Class Expires on (Note: Bids which do not show the number and date of the Bidder's License under the provisions of Chapter 9 of Division 3 of the Business & Professions Code may be rejected.) Firm Name: Address: Phone: Fax: Please indicate whether corporation, partnership, or sole proprietorship, and any use of fictitious business name: Corporation Partnership Sole Proprietorship Fictitious Business Name I, (name of bidder - printed), hereby certify under penalty of perjury that all information and representations contained in this bid, including but not limited to the name of bidder, and above contractor s license and expiration date, are true and correct and that I agree to comply with all requirements set forth herein. (Note: Two notarized officer's signatures and the corporate seal are required for corporations. One signature must be by either the President or Vice-President and the second signature must be by either the Secretary or Assistant Secretary.) Signature of Bidder Signature of Bidder Title Title Date Date corporate seal Page 3-17

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

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

More information

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

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

More information

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

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

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

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

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

More information

Bid 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

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

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

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

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

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

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

More information

2012 WATER & SEWER 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

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

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

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 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

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

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

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

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

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

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

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

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 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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

More information

CITY OF 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

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

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

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

More information

CITY OF 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

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

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

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

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

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

More information

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

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

More information

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

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

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

BID FORM. PROJECT: 2017 Water line replacement

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

More information

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading,

More information

Reviax Constracting Corp. DeSantis Construction

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

More information

ITEM 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

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

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

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

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

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

City of Newnan, Georgia

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

More information

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

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

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

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

More information

Opinion of Probable Cost

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

More information

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

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

More information

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

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

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

SAN RAFAEL CITY COUNCIL AGENDA REPORT

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

More information

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

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

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

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

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

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

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT REQUEST FOR QUOTE FCARC # - 00126 54 th Street Pavement Improvement Project By: Marilyn Weisenberg, Buyer II and Water Conservation District

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 NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER

CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS 12835 NEWCASTLE WAY, SUITE 200 DECEMBER 18, 2012 SPECIAL MEETING 12:00 P.M. 1. CALL TO ORDER 2. GENERAL BUSINESS a. AB 12 077 Resolution Authorizing

More information

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

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

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT

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

More information

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

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

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

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

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

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5 Page 1 of 5 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 9:30 A.M., EST, WEDNESDAY, March 9, 2016 Board of County Road Commissioners of the County of Gladwin, 301 South State Street, Gladwin, Michigan

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

BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO CITY OF ATLANTIC BEACH, FLORIDA

BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO CITY OF ATLANTIC BEACH, FLORIDA BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO. 1617-04 CITY OF ATLANTIC BEACH, FLORIDA SUBMITTED BY: DATE: The undersigned, as bidder, hereby declares that

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

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

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

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