CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER
|
|
- Daniel Payne
- 5 years ago
- Views:
Transcription
1 CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, 2012 SPECIAL MEETING 12:00 P.M. 1. CALL TO ORDER 2. GENERAL BUSINESS a. AB Resolution Authorizing Contract for Landslide Repair Project Mark Rigos, Public Works Director The Council will review the proposed awarding of a contract for the repair of a landslide at Newcastle Golf Club Road. 3. ADJOURNMENT
2 CITY COUNCIL MEETING DATE SPECIAL MEETING DECEMBER 18, 2012 CITY COUNCIL AGENDA BILL AGENDA BILL NO: TITLE: Award of Landslide Repair Bid for Project S 024 TOTAL PAGES: 18 EXHIBITS: 1. Bid Tabs (including engineer s estimate and all 11 bidders) 2. DBE Forms (for Weber Construction Inc. Apparent Low bidder) including Utilization Certification A and Written Confirmation Document A 3. Weber Construction Inc. Proposal 4. Authorizing Resolution ORIGINATING DEPT: Public Works SUMMARY: Award Newcastle Golf Club Road Landslide Repair construction contract to Weber Construction Inc., the lowest qualified bidder. View contract provisions and other documents at: ftp:// .ci.newcastle.wa.us/upload/publicworks/landslid erepair/ FISCAL SUMMARY This contract is for work on project S 024 Newcastle Golf Club Road Landslide Repair. The total estimated amount needed for project completion (excluding native plant restoration and monitoring) is approximately $950,000. The Federal Highway Administration (FHWA) will fund 86.5% of the project and the remaining 13.5% will come from the City s Surface Water Management Fund. In the 2013 budget, the construction estimate for this project is $425,000. Bid amounts submitted to the City ranged from $281, to $ Weber Construction Inc. was determined to be the lowest qualified bidder at $292, LEGISLATIVE HISTORY DATE SUMMARY ACTION 12/21/2010 Resolution No declaring the existence of an emergency relating to a landslide adjacent to Newcastle Golf Club Road Declaration, waiver of competitive bidding and contract execution for temporary stabilization 12/6/2011 Ordinance ; 2012 Budget Approval Approved vote 7 0 Council Packet Special Meeting 12/18/12 1
3 3/6/21012 Status update on Golf Club Road Landslide Stabilization presenting three alternatives for action. 6/5/2012 Engineering and project management contract awarded to Tetra Tech for the Emergency Landslide Repair Project on Newcastle Golf Club Road (S 024). Approved action alternative 3. Vote 7 0 Approved vote 7 0 BACKGROUND A significant landslide occurred on a steep slope at Newcastle Golf Club Road in December Following the slide, the City of Newcastle requested FHWA Emergency Relief (ER) funds as this was part of a significant event which was declared a disaster by the Governor, making this project eligible for ER funds. The City contracted with an engineering firm, Tetra Tech in June of 2012 to prepare civil engineering drawings / designs, historical review, environmental studies, permitting, associated surveying, bid specifications, inspections, construction management, reporting and WSDOT Local Programs coordination for this emergency landslide repair. The bid documents prepared by Tetra Tech were completed and approved in November Bid documents include engineering designs, specifications, contracts, bonds, etc. Bids were publically solicited in an Invitation to Bid, and the City received 11 bids on December 7, The City of Newcastle intended to permanently stabilize the slope in 2012, however due to pending approvals from WSDOT and FHWA the schedule was delayed. The selected contractor will be expected to substantially complete this job by April 15, Landscaping and monitoring will continue past this date. DISCUSSION Following all requirements of local advertising and award procedures in WSDOT s Local Agency Guidelines Manual, the City of Newcastle solicited bids for the Newcastle Golf Club Landslide Repair. Bid solicitation began November 16, 2012, and lasted three weeks. A public bid opening occurred on December 7, 2012 at 12 p.m. A total of 11 companies submitted all the required bid documents by the submittal deadline. The apparent low bidder was Santana Trucking and Excavating Inc. at a bid of $283, Following the opening, Tetra Tech calculated all items on the project quote form and generated the bid tab. They confirmed the apparent low bidder bid amount, qualifications, and references. However, one of Santana s forms was not completed correctly as identified by WSDOT, and their bid was considered non responsive. Tetra Tech with WSDOT approval and staff confirmation, recommend the City of Newcastle City Council select and award the construction contract to Weber Construction Inc., the lowest qualified bidder, in the amount of $292, ACTION ALTERNATIVES The City Council may take one of the following actions or identify an alternative different from the ones below: 1) Award contract to Weber Construction Inc. in the amount of $292, ) Do not award contract RECOMMENDATION Staff recommends alternative 1. Council Packet Special Meeting 12/18/12 2
4 MOTION I MOVE TO APPROVE THE RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH WEBER CONSTRUCTION INC., THE LOWEST QUALIFIED BIDDER, FOR THE NEWCASTLE GOLF CLUB ROAD LANDSLIDE REPAIR, IN THE AMOUNT OF $292, Council Packet Special Meeting 12/18/12 3
5 EXHIBIT 1 Item No. Item Description Qty Unit Unit Price Amount Unit Price Amount Percentage Variance Unit Price Amount Percentage Variance Unit Price Amount Percentage Variance Schedule A Engineers Estimate NEWCASTLE GOLF CLUB ROAD - LANDSLIDE REPAIR Weber Construction, Inc BID REVIEW Kamins Construction C.A. Carey Corporation 1 Mobilization 1 LS $ 30, $ 30, $ 26, $ 26, % $ (4,146.00) $ 29, $ 29, % $ (1,016.00) $ 30, $ 30, % $ (146.00) 2 Roadway Surveying 1 LS $ 5, $ 5, $ 4, $ 4, % $ (1,900.00) $ 3, $ 3, % $ (2,060.00) $ 7, $ 7, % $ 1, SPCC Plan 1 LS $ 1, $ 1, $ 1, $ 1, % $ $ $ % $ (400.00) $ 1, $ 1, % $ - 4 Other Temporary Traffic Control 1 LS $ 3, $ 3, $ 3, $ 3, % $ (600.00) $ $ % $ (2,700.00) $ 3, $ 3, % $ (600.00) 5 Traffic Control Supervisor 1 LS $ 3, $ 3, $ 17, $ 17, % $ 14, $ 1, $ 1, % $ (1,800.00) $ 3, $ 3, % $ Flaggers and Spotters 80 HR $ $ 4, $ $ 4, % $ $ $ 3, % $ (160.00) $ $ 5, % $ 1, Construction Signs, Class A 63 SF $ $ 4, $ $ 3, % $ (945.00) $ 6.00 $ % $ (4,347.00) $ $ 1, % $ (3,213.00) 8 Clearing and Grubbing 0.22 AC $ 8, $ 1, $ 10, $ 2, % $ $ 25, $ 5, % $ 3, $ 20, $ 4, % $ 2, Removal of Structures and Obstructions 1 LS $ 1, $ 1, $ 1, $ 1, % $ $ 6, $ 6, % $ 5, $ 3, $ 3, % $ 2, Rock Excavation 101 CY $ $ 8, $ $ 4, % $ (3,636.00) $ $ 3, % $ (4,639.94) $ $ 8, % $ (303.00) 11 General Excavation 2165 CY $ $ 54, $ $ 33, % $ (21,108.75) $ $ 70, % $ 16, $ $ 64, % $ 10, Temporary Shoring 504 SF $ $ 32, $ $ 40, % $ 7, $ $ 24, % $ (8,568.00) $ $ 22, % $ (10,080.00) 13 Construction Geotextile for Separation 1018 SY $ 7.00 $ 7, $ 3.00 $ 3, % $ (4,072.00) $ 0.90 $ % $ (6,209.80) $ 4.00 $ 4, % $ (3,054.00) 14 Construction Geotextile for Permanent Erosion 17 Control SY $ 7.00 $ $ $ % $ $ $ % $ $ $ % $ Planing Bituminous Pavement 28 SY $ 6.00 $ $ $ 2, % $ 2, $ $ 1, % $ 1, $ $ 2, % $ 2, High Density Polyethylene (HDPE) Pipe 18 in. 60 Diam. SDR 21 LF $ $ 3, $ $ 5, % $ 1, $ $ 9, % $ 5, $ $ 7, % $ 3, Testing Storm Sewer Pipe 60 LF $ 1.70 $ $ $ 1, % $ 1, $ $ % $ $ $ % $ Soil/Cement Pipe Anchor 6 EA $ $ 1, $ $ 3, % $ 1, $ $ 2, % $ $ $ 3, % $ 1, Storm Drainage Bypass System 1 LS $ 5, $ 5, $ 5, $ 5, % $ - $ $ % $ (4,040.00) $ 5, $ 5, % $ Catch Basin Type 2 60 In. Diam. 1 EA $ 6, $ 6, $ 6, $ 6, % $ - $ 4, $ 4, % $ (1,546.00) $ 4, $ 4, % $ (1,500.00) 21 Adjust Catch Basin 1 EA $ $ $ 1, $ 1, % $ 1, $ $ % $ (270.00) $ $ % $ (350.00) 22 ESC Lead 20 Day $ $ 1, $ $ 4, % $ 2, $ $ 1, % $ - $ $ 2, % $ Street Cleaning 50 HR $ $ 6, $ $ 7, % $ $ $ 6, % $ (200.00) $ $ 7, % $ 1, Plastic Covering 1052 SY $ 1.50 $ 1, $ 2.50 $ 2, % $ 1, $ 2.40 $ 2, % $ $ 2.00 $ 2, % $ High Visibility Fence 595 LF $ 2.50 $ 1, $ 2.25 $ 1, % $ (148.75) $ 3.90 $ 2, % $ $ 4.00 $ 2, % $ Silt Fence 610 LF $ 5.00 $ 3, $ 6.00 $ 3, % $ $ 4.80 $ 2, % $ (122.00) $ 7.00 $ 4, % $ 1, Temporary Curb 150 LF $ 7.00 $ 1, $ 8.00 $ 1, % $ $ $ 3, % $ 2, $ $ 1, % $ Stabilized Construction Entrance 106 SY $ $ 2, $ $ 2, % $ - $ $ 1, % $ (593.60) $ $ 2, % $ - 29 Compost Sock 40 LF $ $ $ 6.00 $ % $ (160.00) $ $ % $ $ $ % $ - 30 Inlet Protection 1 EA $ $ $ $ % $ $ $ % $ (30.00) $ $ % $ Compost Berm 110 LF $ $ 1, $ $ 1, % $ - $ $ 1, % $ $ $ 3, % $ 1, Straw Bale 50 EA $ $ 1, $ $ 2, % $ 1, $ $ 1, % $ $ $ 2, % $ 1, Landscaping 1 LS $ 36, $ 36, $ 22, $ 22, % $ (14,649.00) $ 27, $ 27, % $ (9,049.00) $ 40, $ 40, % $ 3, Thickened Edge 170 LF $ $ 1, $ $ 5, % $ 4, $ $ 4, % $ 2, $ $ 2, % $ Removing Guardrail 80 LF $ $ 1, $ $ 2, % $ $ $ 1, % $ $ $ 1, % $ - 36 Beam Guardrail Type 1 80 LF $ $ 3, $ $ 4, % $ 1, $ $ 3, % $ - $ $ 2, % $ (1,120.00) 37 Beam Guardrail Flared Terminal 1 EA $ 1, $ 1, $ 3, $ 3, % $ 1, $ 2, $ 2, % $ $ 2, $ 2, % $ 1, Light Loose Riprap 128 CY $ $ 4, $ $ 5, % $ $ $ 9, % $ 5, $ $ 11, % $ 6, Quarry Spall Placement on Slope 2538 CY $ $ 38, $ 8.00 $ 20, % $ (17,766.00) $ $ 58, % $ 20, $ $ 38, % $ - 40 Furnishing Quarry Spalls Including Haul 1643 CY $ $ 41, $ $ 29, % $ (11,501.00) $ $ 55, % $ 14, $ $ 78, % $ 37, Gabion Cribbing 6 CY $ $ $ $ 2, % $ 1, $ $ 1, % $ $ $ 3, % $ 2, VERIFIED TOTAL $ 324, $ 292, % $ (31,999.50) $ 359, % $ 34, $ 391, % $ 67, READ AT BID TOTAL $ 294, $ 359, $ 391, REQUIRED FORMS Proposal (Pages P1 - P8) Bid Deposit or Proposal Bond (B-1) Disadvantaged Business Enterprise Utilization (Form EF) Disadvantaged Business Enterprise Written Confirmation (Form ) INCLUDED (YES / NO) INCLUDED (YES / NO) INCLUDED (YES / NO) YES YES YES YES YES YES YES YES YES YES YES YES NON-COLLUSION DECLARATION (Appdx E) INCLUDED INCLUDED INCLUDED Council Packet Special Meeting 12/18/12 4
6 Item No. Item Description Qty Unit Unit Price Amount Schedule A Engineers Estimate 1 Mobilization 1 LS $ 30, $ 30, Roadway Surveying 1 LS $ 5, $ 5, SPCC Plan 1 LS $ 1, $ 1, Other Temporary Traffic Control 1 LS $ 3, $ 3, Traffic Control Supervisor 1 LS $ 3, $ 3, Flaggers and Spotters 80 HR $ $ 4, Construction Signs, Class A 63 SF $ $ 4, Clearing and Grubbing 0.22 AC $ 8, $ 1, Removal of Structures and Obstructions 1 LS $ 1, $ 1, Rock Excavation 101 CY $ $ 8, General Excavation 2165 CY $ $ 54, Temporary Shoring 504 SF $ $ 32, Construction Geotextile for Separation 1018 SY $ 7.00 $ 7, Construction Geotextile for Permanent Erosion 17 Control SY $ 7.00 $ Planing Bituminous Pavement 28 SY $ 6.00 $ High Density Polyethylene (HDPE) Pipe 18 in. 60 Diam. SDR 21 LF $ $ 3, Testing Storm Sewer Pipe 60 LF $ 1.70 $ Soil/Cement Pipe Anchor 6 EA $ $ 1, Storm Drainage Bypass System 1 LS $ 5, $ 5, Catch Basin Type 2 60 In. Diam. 1 EA $ 6, $ 6, Adjust Catch Basin 1 EA $ $ ESC Lead 20 Day $ $ 1, Street Cleaning 50 HR $ $ 6, Plastic Covering 1052 SY $ 1.50 $ 1, High Visibility Fence 595 LF $ 2.50 $ 1, Silt Fence 610 LF $ 5.00 $ 3, Temporary Curb 150 LF $ 7.00 $ 1, Stabilized Construction Entrance 106 SY $ $ 2, Compost Sock 40 LF $ $ Inlet Protection 1 EA $ $ Compost Berm 110 LF $ $ 1, Straw Bale 50 EA $ $ 1, Landscaping 1 LS $ 36, $ 36, Thickened Edge 170 LF $ $ 1, Removing Guardrail 80 LF $ $ 1, Beam Guardrail Type 1 80 LF $ $ 3, Beam Guardrail Flared Terminal 1 EA $ 1, $ 1, Light Loose Riprap 128 CY $ $ 4, Quarry Spall Placement on Slope 2538 CY $ $ 38, Furnishing Quarry Spalls Including Haul 1643 CY $ $ 41, Gabion Cribbing 6 CY $ $ VERIFIED TOTAL $ 324, READ AT BID TOTAL 3 Kings Environmental, Inc Westwater Construction Company J.R. Hayes and Sons, Inc R.L. Alia Company Unit Price Amount Percentage Variance Unit Price Amount Percentage Variance Unit Price Amount Percentage Variance Unit Price Amount Percentage Variance $ 35, $ 35, % $ 4, $ 50, $ 50, % $ 19, $ 33, $ 33, % $ 3, $ 10, $ 10, % $ (20,146.00) $ 4, $ 4, % $ (1,900.00) $ 5, $ 5, % $ (900.00) $ 10, $ 10, % $ 4, $ 3, $ 3, % $ (2,400.00) $ $ % $ (500.00) $ 2, $ 2, % $ 1, $ 1, $ 1, % $ $ $ % $ (500.00) $ 20, $ 20, % $ 16, $ 5, $ 5, % $ 1, $ 9, $ 9, % $ 5, $ 6, $ 6, % $ 2, $ 1, $ 1, % $ (2,000.00) $ 20, $ 20, % $ 17, $ 5, $ 5, % $ 2, $ 1, $ 1, % $ (2,000.00) $ $ 5, % $ 1, $ $ 8, % $ 4, $ $ 4, % $ $ $ 4, % $ - $ $ 1, % $ (2,835.00) $ $ 1, % $ (3,150.00) $ $ % $ (3,969.00) $ $ 1, % $ (3,717.00) $ 18, $ 4, % $ 2, $ 10, $ 2, % $ $ 23, $ 5, % $ 3, $ 40, $ 8, % $ 7, $ 25, $ 25, % $ 24, $ 2, $ 2, % $ 1, $ 10, $ 10, % $ 9, $ 15, $ 15, % $ 14, $ $ 7, % $ (1,010.00) $ $ 9, % $ $ $ 9, % $ $ $ 7, % $ (1,010.00) $ $ 54, % $ - $ $ 82, % $ 28, $ $ 46, % $ (7,794.00) $ $ 93, % $ 38, $ $ 52, % $ 20, $ $ 35, % $ 2, $ $ 107, % $ 74, $ $ 69, % $ 36, $ 2.00 $ 2, % $ (5,090.00) $ 2.00 $ 2, % $ (5,090.00) $ 3.10 $ 3, % $ (3,970.20) $ 5.00 $ 5, % $ (2,036.00) $ 2.00 $ % $ (85.00) $ $ % $ $ $ % $ $ $ % $ $ $ 4, % $ 4, $ $ 1, % $ 1, $ $ 4, % $ 4, $ $ 2, % $ 2, $ $ 7, % $ 3, $ $ 26, % $ 22, $ $ 18, % $ 14, $ $ 10, % $ 6, $ $ % $ $ $ % $ $ $ 1, % $ $ $ 1, % $ $ 1, $ 6, % $ 4, $ 1, $ 6, % $ 4, $ $ 5, % $ 3, $ 1, $ 6, % $ 4, $ 5, $ 5, % $ $ 4, $ 4, % $ (500.00) $ 7, $ 7, % $ 2, $ 40, $ 40, % $ 35, $ 6, $ 6, % $ $ 10, $ 10, % $ 4, $ 8, $ 8, % $ 2, $ 10, $ 10, % $ 4, $ 2, $ 2, % $ 1, $ 1, $ 1, % $ $ $ % $ (89.00) $ $ % $ (250.00) $ $ 1, % $ (200.00) $ $ 2, % $ $ $ 2, % $ 1, $ $ 6, % $ 5, $ $ 7, % $ 1, $ $ 8, % $ 2, $ $ 6, % $ $ $ 6, % $ (500.00) $ 3.00 $ 3, % $ 1, $ 3.00 $ 3, % $ 1, $ 2.30 $ 2, % $ $ 5.00 $ 5, % $ 3, $ 3.00 $ 1, % $ $ 2.00 $ 1, % $ (297.50) $ 2.10 $ 1, % $ (238.00) $ 6.00 $ 3, % $ 2, $ 3.00 $ 1, % $ (1,220.00) $ 9.00 $ 5, % $ 2, $ 4.00 $ 2, % $ (610.00) $ 6.00 $ 3, % $ $ $ 1, % $ $ $ 2, % $ 1, $ 8.90 $ 1, % $ $ $ 2, % $ 1, $ $ 2, % $ - $ $ 4, % $ 2, $ $ 2, % $ $ $ 3, % $ 1, $ $ % $ $ $ % $ - $ 6.40 $ % $ (144.00) $ $ 2, % $ 1, $ $ % $ (40.00) $ $ % $ $ $ % $ (6.00) $ 1, $ 1, % $ $ 8.00 $ % $ (770.00) $ $ 4, % $ 2, $ $ 2, % $ $ $ 2, % $ 1, $ $ 1, % $ $ $ 4, % $ 3, $ $ 1, % $ $ $ 5, % $ 4, $ 10, $ 10, % $ (26,649.00) $ 60, $ 60, % $ 23, $ 33, $ 33, % $ (2,929.00) $ 17, $ 17, % $ (19,149.00) $ $ 2, % $ $ $ 8, % $ 6, $ $ 4, % $ 2, $ $ 3, % $ 1, $ $ 1, % $ $ $ 1, % $ $ $ 2, % $ $ $ 4, % $ 2, $ $ 4, % $ $ $ 3, % $ (160.00) $ $ 4, % $ 1, $ $ 4, % $ $ 2, $ 2, % $ $ 2, $ 2, % $ $ 3, $ 3, % $ 1, $ 2, $ 2, % $ 1, $ $ 11, % $ 7, $ $ 22, % $ 18, $ $ 13, % $ 8, $ $ 12, % $ 7, $ $ 38, % $ - $ $ 38, % $ - $ $ 138, % $ 100, $ $ 119, % $ 81, $ $ 55, % $ 14, $ $ 65, % $ 24, $ $ 71, % $ 30, $ $ 78, % $ 37, $ $ 2, % $ 1, $ 4, $ 24, % $ 23, $ $ 2, % $ 1, $ 2, $ 15, % $ 14, $ 396, % $ 72, $ 536, % $ 212, $ 590, % $ 266, $ 594, % $ 270, $ 394, $ 536, $ 590, $ 594, REQUIRED FORMS INCLUDED (YES / NO) INCLUDED (YES / NO) INCLUDED (YES / NO) INCLUDED (YES / NO) Proposal (Pages P1 - P8) Bid Deposit or Proposal Bond (B-1) Disadvantaged Business Enterprise Utilization (Form EF) Disadvantaged Business Enterprise Written Confirmation (Form ) NON-COLLUSION DECLARATION (Appdx E) YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES INCLUDED INCLUDED INCLUDED INCLUDED Council Packet Special Meeting 12/18/12 5
7 Non-Responsive Bids / Irregularities in the Proposal Item No. Item Description Qty Unit Unit Price Amount Schedule A Engineers Estimate 1 Mobilization 1 LS $ 30, $ 30, Roadway Surveying 1 LS $ 5, $ 5, SPCC Plan 1 LS $ 1, $ 1, Other Temporary Traffic Control 1 LS $ 3, $ 3, Traffic Control Supervisor 1 LS $ 3, $ 3, Flaggers and Spotters 80 HR $ $ 4, Construction Signs, Class A 63 SF $ $ 4, Clearing and Grubbing 0.22 AC $ 8, $ 1, Removal of Structures and Obstructions 1 LS $ 1, $ 1, Rock Excavation 101 CY $ $ 8, General Excavation 2165 CY $ $ 54, Temporary Shoring 504 SF $ $ 32, Construction Geotextile for Separation 1018 SY $ 7.00 $ 7, Construction Geotextile for Permanent Erosion 17 Control SY $ 7.00 $ Planing Bituminous Pavement 28 SY $ 6.00 $ High Density Polyethylene (HDPE) Pipe 18 in. 60 Diam. SDR 21 LF $ $ 3, Testing Storm Sewer Pipe 60 LF $ 1.70 $ Soil/Cement Pipe Anchor 6 EA $ $ 1, Storm Drainage Bypass System 1 LS $ 5, $ 5, Catch Basin Type 2 60 In. Diam. 1 EA $ 6, $ 6, Adjust Catch Basin 1 EA $ $ ESC Lead 20 Day $ $ 1, Street Cleaning 50 HR $ $ 6, Plastic Covering 1052 SY $ 1.50 $ 1, High Visibility Fence 595 LF $ 2.50 $ 1, Silt Fence 610 LF $ 5.00 $ 3, Temporary Curb 150 LF $ 7.00 $ 1, Stabilized Construction Entrance 106 SY $ $ 2, Compost Sock 40 LF $ $ Inlet Protection 1 EA $ $ Compost Berm 110 LF $ $ 1, Straw Bale 50 EA $ $ 1, Landscaping 1 LS $ 36, $ 36, Thickened Edge 170 LF $ $ 1, Removing Guardrail 80 LF $ $ 1, Beam Guardrail Type 1 80 LF $ $ 3, Beam Guardrail Flared Terminal 1 EA $ 1, $ 1, Light Loose Riprap 128 CY $ $ 4, Quarry Spall Placement on Slope 2538 CY $ $ 38, Furnishing Quarry Spalls Including Haul 1643 CY $ $ 41, Gabion Cribbing 6 CY $ $ VERIFIED TOTAL $ 324, READ AT BID TOTAL Santana Trucking and Excavating Inc Santa Inc Justice Trucking and Backhoe Service A-1 Landscaping and Construction, Inc Unit Price Amount Percentage Variance Unit Price Amount Percentage Variance Unit Price Amount Percentage Variance Unit Price Amount Percentage Variance $ 28, $ 28, % $ (2,146.00) $ 30, $ 30, % $ (146.00) $ 50, $ 50, % $ 19, $ 34, $ 34, % $ 4, $ 3, $ 3, % $ (2,050.00) $ 10, $ 10, % $ 4, $ 11, $ 11, % $ 5, $ 5, $ 5, % $ (400.00) $ $ % $ (300.00) $ 1, $ 1, % $ $ 1, $ 1, % $ $ 1, $ 1, % $ $ 1, $ 1, % $ (2,600.00) $ 8, $ 8, % $ 4, $ 8, $ 8, % $ 4, $ 6, $ 6, % $ 2, $ 1, $ 1, % $ (1,500.00) $ 7, $ 7, % $ 4, $ 13, $ 13, % $ 10, $ 4, $ 4, % $ 1, $ $ 3, % $ (80.00) $ $ 4, % $ $ $ 5, % $ 1, $ $ 4, % $ $ $ % $ (3,843.00) $ $ % $ (3,805.20) $ $ 4, % $ (630.00) $ $ 4, % $ (315.00) $ 22, $ 4, % $ 3, $ 13, $ 3, % $ 1, $ 10, $ 2, % $ $ 8, $ 1, % $ $ 4, $ 4, % $ 3, $ 2, $ 2, % $ 1, $ 4, $ 4, % $ 3, $ 18, $ 18, % $ 17, $ $ 6, % $ (2,020.00) $ $ 1, % $ (7,159.89) $ $ 5, % $ (2,727.00) $ $ 2, % $ (6,363.00) $ $ 49, % $ (4,330.00) $ 7.39 $ 15, % $ (38,125.65) $ $ 90, % $ 36, $ $ 38, % $ (15,155.00) $ $ 8, % $ (24,696.00) $ $ 8, % $ (24,444.00) $ $ 19, % $ (13,104.00) $ $ 11, % $ (21,672.00) $ 1.90 $ 1, % $ (5,191.80) $ 1.68 $ 1, % $ (5,415.76) $ 3.50 $ 3, % $ (3,563.00) $ 4.00 $ 4, % $ (3,054.00) $ $ % $ $ 8.70 $ % $ $ $ % $ $ $ % $ $ $ 2, % $ 2, $ $ 2, % $ 2, $ $ 4, % $ 3, $ $ 1, % $ 1, $ $ 8, % $ 4, $ $ 6, % $ 2, $ $ 5, % $ 1, $ $ 8, % $ 4, $ $ % $ $ $ % $ $ $ % $ $ 3.00 $ % $ $ $ 2, % $ $ $ 2, % $ $ $ 4, % $ 3, $ 1, $ 10, % $ 9, $ 4, $ 4, % $ (500.00) $ 2, $ 2, % $ (2,475.00) $ 2, $ 2, % $ (2,500.00) $ 24, $ 24, % $ 19, $ 4, $ 4, % $ (1,700.00) $ 6, $ 6, % $ $ 3, $ 3, % $ (2,900.00) $ 6, $ 6, % $ $ $ % $ (500.00) $ $ % $ (200.00) $ $ % $ (200.00) $ $ % $ - $ $ 2, % $ $ $ 9, % $ 8, $ $ 2, % $ $ $ 2, % $ 1, $ $ 10, % $ 3, $ $ 9, % $ 2, $ $ 16, % $ 9, $ $ 6, % $ - $ 2.00 $ 2, % $ $ 2.35 $ 2, % $ $ 1.25 $ 1, % $ (263.00) $ 4.00 $ 4, % $ 2, $ 4.00 $ 2, % $ $ 2.17 $ 1, % $ (196.35) $ 3.90 $ 2, % $ $ 7.00 $ 4, % $ 2, $ 4.50 $ 2, % $ (305.00) $ 5.77 $ 3, % $ $ 3.75 $ 2, % $ (762.50) $ 8.00 $ 4, % $ 1, $ 5.00 $ % $ (300.00) $ 4.81 $ % $ (328.50) $ 3.25 $ % $ (562.50) $ $ 3, % $ 2, $ $ 1, % $ (530.00) $ $ 1, % $ (1,044.10) $ $ 2, % $ $ $ 3, % $ $ 6.00 $ % $ (160.00) $ 6.60 $ % $ (136.00) $ $ % $ $ 4.00 $ % $ (240.00) $ $ % $ (15.00) $ $ % $ (2.00) $ $ % $ - $ $ % $ $ 7.00 $ % $ (880.00) $ $ 3, % $ 1, $ $ 1, % $ $ 7.00 $ % $ (880.00) $ $ 1, % $ $ $ 1, % $ $ $ 2, % $ 1, $ $ 2, % $ 1, $ 25, $ 25, % $ (11,649.00) $ 41, $ 41, % $ 4, $ 1, $ 1, % $ (35,149.00) $ 4, $ 4, % $ (32,389.00) $ 7.00 $ 1, % $ (510.00) $ $ 4, % $ 2, $ $ 6, % $ 4, $ $ 3, % $ 1, $ 6.00 $ % $ (720.00) $ $ 2, % $ $ $ % $ (240.00) $ 9.00 $ % $ (480.00) $ $ 2, % $ (720.00) $ $ 5, % $ 2, $ $ 2, % $ (800.00) $ $ 2, % $ (1,280.00) $ 2, $ 2, % $ 1, $ 3, $ 3, % $ 1, $ 2, $ 2, % $ 1, $ 2, $ 2, % $ 1, $ $ 10, % $ 6, $ $ 6, % $ 1, $ $ 6, % $ 2, $ $ 7, % $ 2, $ 5.50 $ 13, % $ (24,111.00) $ 8.67 $ 22, % $ (16,065.54) $ $ 55, % $ 17, $ $ 109, % $ 71, $ $ 57, % $ 16, $ $ 61, % $ 20, $ $ 29, % $ (11,501.00) $ $ 69, % $ 27, $ $ 2, % $ 2, $ $ 1, % $ $ $ % $ $ $ 3, % $ 2, $ 281, % $ (43,108.30) $ 297, % $ (26,741.93) $ 381, % $ 57, $ 424, % $ 100, $ 283, $ 297, $ 381, $ 424, REQUIRED FORMS Proposal (Pages P1 - P8) Bid Deposit or Proposal Bond (B-1) Disadvantaged Business Enterprise Utilization (Form EF) INCLUDED (YES / NO) INCLUDED (YES / NO) INCLUDED (YES / NO) INCLUDED (YES / NO) NO - Missing Page (P-1) Included Two (P-6) YES YES with different values YES YES YES YES YES YES YES NO, FILLED INCORRECTLY Box 4 YES Disadvantaged Business Enterprise Written Confirmation (Form ) NO, FILLED INCORRECTLY Did not complete Boxes 2 and 3 on Form , Amount listed on Form for Out West has 2 valuses listed. NO, FILLED INCORRECTLY Box 4 NO, FILLED INCORRECTLY NON-COLLUSION DECLARATION (Appdx E) INCLUDED INCLUDED INCLUDED INCLUDED Council Packet Special Meeting 12/18/12 6
8 EXHIBIT 2 Council Packet Special Meeting 12/18/12 7
9 Council Packet Special Meeting 12/18/12 8
10 Council Packet Special Meeting 12/18/12 9
11 EXHIBIT 3 Council Packet Special Meeting 12/18/12 10
12 Council Packet Special Meeting 12/18/12 11
13 Council Packet Special Meeting 12/18/12 12
14 Council Packet Special Meeting 12/18/12 13
15 Council Packet Special Meeting 12/18/12 14
16 Council Packet Special Meeting 12/18/12 15
17 Council Packet Special Meeting 12/18/12 16
18 Council Packet Special Meeting 12/18/12 17
19 Council Packet Special Meeting 12/18/12 18
20 Council Packet Special Meeting 12/18/12 19
21 EXHIBIT 4 RESOLUTION NO A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWCASTLE, WASHINGTON, AWARDING A CONTRACT TO WEBER CONSTRUCTION, INC. FOR CONSTRUCTION OF GOLF CLUB ROAD LANDSLIDE REPAIRS, AND AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACT. WHEREAS, Newcastle Golf Club Road is maintained by the City and provides roadway service to residents and businesses; and WHEREAS, roadway embankment stabilization is necessary to protect public health, safety and welfare; and WHEREAS, the City has solicited and received bids following Washington State Department of Transportation Local Agency Guidelines; and WHEREAS, with assistance from Federal Highway Administration emergency funds, adequate funding for repair of the landslide is available; and WHEREAS, the low bidder s bid amount, qualifications and references were confirmed; WHEREAS, the lowest qualified bidder was determined to be Weber Construction Inc.; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF NEWCASTLE, WASHINGTON, HEREBY AWARDS the contract for construction of Golf Club Road landslide repairs in the amount of $292, to Weber Construction Inc. and authorizes the City Manager to execute said contract. APPROVED BY THE CITY COUNCIL at a special meeting on Tuesday, December 18, ATTEST Rich Crispo, Mayor Sara McMillon, City Clerk Council Packet Special Meeting 12/18/12 20
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 informationNE 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 information69889/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 informationI. 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 informationNorth 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 informationBIDDER'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 informationSUBDIVISION 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 informationSECTION 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 informationBID 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 informationCITY 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 information2015 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 informationTABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2
TABLE OF CONTENTS General Requirements Total Pages Table of Contents 3 List of Drawings 1 Procurement Requirements Advertisement for Bids 2 Instruction for Procurement Instructions to Bidders 8 Procurement
More informationSUTTER 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 informationFailure 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 informationADDITIONS, 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 informationActive Construction RV Associates Scarsella JR Hayes
CITY OF PORT ORCHARD PUBLIC WORKS DEPARTMENT TREMONT STREET IMPROVEMENTS SR 16 to Port Orchard Boulevard Opening: 6/6/2017 Fed Aid Proj No: STPUS-6610(004) $ 12,779,179.17 $ 12,855,082.55 $ 12,901,887.92
More informationSubject: 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 informationPRESENTER: 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 informationCITY 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 informationDORAN 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 informationBID 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 informationBID OPENING: FRIDAY, September 16,2016 County Engineer \...-/
I hereby certify this to be a true copy of the tabulation of the bids as received and opened. BID OPENING: FRIDAY, September 16,2016 County Engineer \...-/ GrouR 1 - Ke~ Peninsula Highwa~ 1 LUMP SUM Mobilization
More informationENGINEER'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 informationTOTAL 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 informationCITY 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 informationRegular. NECESSARY RESOURCES/IMPACTS (OTHER) n/a. Fiscal Impact
CITY COUNCIL AGENDA Meeting Date: 09/16/2013 TITLE: Hatley Way Sidewalk Improvements 2013 Bid Award Responsible Staff: Ron Crumley Backup Material: Backup material attached Digital Presentation: Yes Other
More informationBID 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 informationAWARD 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 informationJob 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 informationCITY OF DEERFIELD BEACH Request for City Commission Agenda
Item: CITY OF DEERFIELD BEACH Request for City Commission Agenda Agenda Date Requested: 6/5/2012 Contact Person: Charles DaBrusco, P.E., Director of Environmental Services Description: Award of contract
More informationCITY 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 informationBoth bids are substantially higher than the engineer s estimate of $362, The attached Bid Abstract shows the bid details.
STAFF REPORT MEETING DATE: September 12, 2017 TO: FROM: City Council David Dammuller, Senior Engineer Chris Blunk, Deputy Public Works Director 922 Machin Avenue Novato, CA 94945 415/ 899-8900 FAX 415/
More informationSAN 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 informationMVMCC CAPITAL IMPROVEMENT PROGRAM (CIP) UPDATE AND ADOPTING A RESOLUTION APPROVING A MVMCC CAPITAL BUDGET ALLOCATION AMENDMENT
STAFF REPORT MEETING DATE: October 20, 2015 TO: FROM: City Council Cathy Capriola, Assistant City Manager Matt Greenberg, Park General Manager Tony Williams, Senior Civil Engineer 922 Machin Avenue Novato,
More informationQUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID
QUONSET DEVELOPMENT CORPORATION (QDC) A BID is solicited for the following work: INVITATION TO BID Name of Project: Background & Description of Work: Pavement Repairs: Utility Connections: On-Call Pavement
More informationRock 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 informationReviax 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 informationLETTING : 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 informationOKLAHOMA 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 informationRANCHERO 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 informationCITY 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 informationEngineer'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 informationAVERAGE 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 informationEmergency Relief Program
Chapter 33 Emergency Relief Program This chapter provides information and instructions on procedures applicable to emergency projects funded by FHWA under the Emergency Relief (ER) Program. Agencies should
More informationCITY 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 informationEmergency Relief Program
Chapter 33 Emergency Relief Program This chapter provides information and instructions on procedures applicable to emergency projects funded by FHWA under the Emergency Relief (ER) Program. Agencies should
More informationOKLAHOMA 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 informationBid 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**REVISED BID PRICE FORM** October 24, 2018
**REVISED BID PRICE FORM** October 24, 2018 (Date) TO: RE: CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412 INVITATION FOR BID WANNAMAKER COUNTY PARK DOG
More informationPART 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 informationSPECIAL WORKSHOP MEETING AUGUST 23, 2017 CITY COUNCIL AGENDA AT 2:00 PM
NOTICE OF SPECIAL WORKSHOP MEETING Council Chambers, 865 SE Barrington Drive NOTICE IS HEREBY GIVEN that the Oak Harbor City Council will hold a Special Workshop Meeting on Wednesday, July 26, 2017 at
More informationAddendum 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 informationJANUARY 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 informationBASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #
VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page
More informationPatchogue 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 informationDESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018
Clarification: DESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018 Proposers may submit clarifying questions
More informationCity of Palmer Action Memorandum No
City of Palmer Action Memorandum No. 15-075 Subject: Authorize the City Manager to Negotiate and Execute a Contract with for the Palmer 2015 ADA Sidewalk Improvement Project in the Amount of $62,837 Agenda
More informationTABULATION OF BIDS 1 L.S. $ 5, $ 5, $ 27, $ 27,000.00
TABULATION OF BIDS Jesse Viertel Memorial Airport Boonville, Missouri Bids Received: 6/12/2018 Lochner Job No.: 000011332 RECONSTRUCT RUNWAY 1836, NORTH CONNECTING TAXIWAY AND TURNAROUND REPLACE EXISTING
More informationADDENDUM 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 informationSolicitation 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 informationOKLAHOMA 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 informationRight of Way Permits. Contact Information:
Right of Way Permits A Right-of-Way Use Permit is required for any work performed in the public right-of-way (including but not limited to sewer or water extensions, franchise utility work, storm drainage,
More informationPUBLIC 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 informationCity 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 informationMEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID
MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID The Town of Northfield is inviting proposals for contract at the Town Hall, 21 Summer Street, Northfield, New
More informationCITY 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 information2012 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 informationCITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST
CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST Applicant shall provide three (3) copies of the following attachments: Geotechnical Report (Soils Report with grading specifications and
More informationCOUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS
COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN, that Sealed bids will be received at the office of the County Manager/Clerk of the Board of Supervisors, Hall of Justice
More informationFuel 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 informationInvitation for Bid Re-Advertisement. Mowing, and Grounds Cleanup Services. IFB Number:
Invitation for Bid Re-Advertisement Mowing, and Grounds Cleanup Services IFB Number: 17-0010 Response Deadline: 4:00 P.M. (EST), Tuesday, September 5, 2017 Responses will be opened on this date and time
More informationAddendum 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 informationDepartment 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 informationKITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER
KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID 2018-119 TREE SERVICES ROSTER RESPONSE DEADLINE: Thursday, April 19, 2018, 3:00 p.m. The Kitsap County Purchasing Office
More informationFor 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 informationBID 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 informationMarket 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 informationPART ONE BIDDING REQUIREMENTS
PART ONE BIDDING REQUIREMENTS 1 NOTICE TO CONTRACTORS Office of Ferry County Public Works 350 East Delaware # 8 Republic, WA 99166-9747 Sealed bids will be received by the Board of County Commissioners
More information$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 informationEMERGENCY CONTRACT MANUAL
EMERGENCY CONTRACT MANUAL 2012, Commonwealth of Virginia Virginia Department of Transportation February, 2012 TABLE OF CONTENTS Introduction... 3 Requirements... 5 Emergency Authorization Chart... 6 District
More informationREPLACEMENT 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 informationNOTICE 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 informationTown 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 informationREQUEST FOR PROPOSAL. Concrete Work at Grand Ravines County Park
REQUEST FOR PROPOSAL Concrete Work at Grand Ravines County Park July 13, 2018 The Ottawa County Parks and Recreation Commission (OCPRC) is seeking proposals for construction of a concrete stairs and pavement
More informationThe following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin
The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin within the Vendor Self Service portal at wvoasis.gov.
More informationAnnual 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 informationCECIL 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 informationCITY COMMISSION Meeting AGENDA City Hall Commission Chambers Monday, February 2, :00 p.m. MEETING #4991
CITY COMMISSION Meeting AGENDA City Hall Commission Chambers Monday, February 2, 2015 7:00 p.m. MEETING #4991 CALL TO ORDER ROLL CALL INVOCATION by Pastor Kirk Larson, Grace Community Church PLEDGE OF
More informationCITY OF ELK GROVE CITY COUNCIL STAFF REPORT
AGENDA ITEM NO. 8.11 CITY OF ELK GROVE CITY COUNCIL STAFF REPORT AGENDA TITLE: Adopt resolution approving the Rural Roads Shoulder Backing Improvements Project (WRM001) (Re-bid), authorizing the City Manager
More informationITB-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 informationOn-Call Civil Construction Services Project No. MT-GN
Request for Bids On-Call Civil Construction Services - 2016 Project No. MT-GN-2016-13 CIP No. Various Commissioners October 25, 2016 Glen Bachman Tom Stiger Troy McClelland CEO / Executive Director Les
More informationOLMSTED STONE ARCH BRIDGE REPAIR PROJECT
SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,
More informationA 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 informationBID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013
BID INVITATION (THIS IS NOT AN ORDER) FROM: FINANCE DEPARTMENT DATE: SEPTEMBER 27, 2013 CITY OF WEATHERFORD BID NUMBER: 2014-001 P.O. BOX 255 BID TITLE: HIGHWAY MOWING & LITTER PICK-UP WEATHERFORD, TX.
More informationCity of Biddeford Finance Committee March 20, :00 PM Council Chambers
City of Biddeford Finance Committee March 20, 2018 5:00 PM Council Chambers 1. Call to order 2. Approval of the Minutes 2.1. March 6, 2018 Finance Committee Meeting Minutes 3-06-2018 Finance Committee
More informationTOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:
TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: APPLICATION DATE: ADDRESS OF WORK OR ENCROACHMENT: CROSS STREET: STARTING DATE: APN: - - No. Street City/Township ESTIMATED COST: $ COMPLETION
More informationA SUMMARY OF EMERGENCY RELIEF PROCEDURES. For FEDERAL-AID HIGHWAYS
A SUMMARY OF EMERGENCY RELIEF PROCEDURES For FEDERAL-AID HIGHWAYS Prepared By THE OREGON DEPARTMENT OF TRANSPORTATION Local Government Section A SUMMARY OF EMERGENCY RELIEF (ER) PROCEDURES FOR FEDERAL-AID
More informationBID TABULATION JAMES STREET TRUNK SEWER IMPROVEMENTS CORALVILLE, IOWA
Bid No. 1 Bid No. 2 Foley Construction Company JB Holland Construction, Inc. 5401 Victoria Avenue 2092 Hwy 9 W Project: Construct the James Street Davenport, IA 52807 Decorah, IA 52101 1.1 Construction
More informationPROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014
PROJECT MANUAL Taxiways P and P7 Drainage Improvements CONTRACT NO. 201416594 BID FORMS Issued for Bid August 25, 2014 CITY & COUNTY OF DENVER DEPARTMENT OF AVIATION DENVER INTERNATIONAL AIRPORT BID FORMS
More informationPORT OF EVERETT SECTION Insert Project Name in CAPS
BIDDER S NAME THIS BID SUBMITTED TO: Port of Everett 2911 Bond Street, Suite 202 Everett, WA 98201 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with
More information