Exhibit 4 Page 1 of 8
|
|
- Meredith Hood
- 5 years ago
- Views:
Transcription
1 Page 1 of 8 Price Analysis Summary Bid #C C1, Construction of Davie Road Extension Agency: Highway Construction and Engineering Division Bid Submittals: 4 Purchasing Agent: Cara M. Leisy, J.D. Declinations: 0 HCED/Engineer's Cost Estimate General Asphalt Co Inc Weekley Asphalt Paving Inc. JVA Engineering Contractor Inc. Community Asphalt Corp % Difference Comparison Recommended Bid vs. Engineer's Estimate 1 (B/A) Group # Group Description Total Price Price Price Price Price 1 General Construction Operations $ 715, $ 617, $ 528, $ 909, $ 1,419, % 2 Roadway $ 2,581, $ 2,320, $ 2,609, $ 2,762, $ 3,101, % 3 Signing and Pavement Marking $ 201, $ 185, $ 206, $ 213, $ 202, % 4 Signalization $ 137, $ 138, $ 124, $ 137, $ 149, % 5 Landscaping $ 330, $ 452, $ 343, $ 368, $ 388, % 6 Payment and Performance Bond $ 30, $ 20, $ 45, $ 61, $ 37, % 7 Insurance $ 8, $ 5, $ 3, $ 15, $ 10, % Total* $ 4,005, $ 3,738, $ 3,860, $ 4,467, $ 5,309, % Note: The lowest bid received was compared against the engineer's cost estimate that uses the overall area costs based on historical industry prices for similar items of work being performed. Fluctuations in costs between the average costs and the bid costs may be present due to availability of materials and labor forces, market demand, economic activity, and overall bidding preferences of the contractor. * Bid Totals listed above do not include the $25,000 bid allowance for permit fees.
2 Page 2 of 8 Lot: General Construction Operations C C FDOT PAY Mobilization 1 lump sum $ 290, $ 290, $ 100, $ 100, $ 90, $ 90, $ 390, $ 390, $ 486, $ 486, C C FDOT PAY Maintenance of Traffic 1 lump sum $ 330, $ 330, $ 446, $ 446, $ 395, $ 395, $ 410, $ 410, $ 832, $ 832, C C FDOT PAY SEDIMENT BARRIER linear foot $ 2.35 $ 31, $ 1.71 $ 22, $ 1.00 $ 13, $ 2.00 $ 26, $ 1.63 $ 21, C C FDOT PAY INLET PROTECTION SYSTEM 5 each $ $ 1, $ $ $ $ $ $ $ 1, $ 9, C C FDOT PAY LITTER REMOVAL acre $ $ 5, $ 1.00 $ $ 1.00 $ $ $ 11, $ $ 9, C C FDOT PAY MOWING acre $ $ 3, $ 1.00 $ $ 1.00 $ $ $ 14, $ $ 12, C C FDOT PAY INSPECTION & SETTLEMENT MONITORING 1 lump sum $ 6, $ 6, $ 9, $ 9, $ 11, $ 11, $ 15, $ 15, $ 2, $ 2, C C FDOT PAY FIELD OFFICE 900 SQUARE FEET 270 day $ $ 43, $ $ 36, $ $ 15, $ $ 32, $ $ 42, lump sum $ 3, $ 3, $ 2, $ 2, $ 2, $ 2, $ 8, $ 8, $ 2, $ 2, C C FDOT PAY Audio Visual Pre Construction and Post Construction Records Total $715, $617, $528, $909, $1,419,405.71
3 Page 3 of 8 Lot: Roadway C C FDOT PAY CLEARING & GRUBBING acre $ 16, $ 180, $ 10, $ 116, $ 26, $ 283, $ 19, $ 203, $ 14, $ 160, C C FDOT PAY REGULAR EXCAVATION 7230 cubic yard $ 8.49 $ 61, $ 5.50 $ 39, $ $ 132, $ $ 86, $ $ 99, C C FDOT PAY EMBANKMENT 727 cubic yard $ $ 10, $ 4.40 $ 3, $ $ 9, $ $ 23, $ $ 16, C C FDOT PAY TYPE B STABILIZATION 9297 square yard $ 5.60 $ 52, $ 3.80 $ 35, $ 3.45 $ 32, $ 3.50 $ 32, $ 6.22 $ 57, C C FDOT PAY OPTIONAL BASE BASE GROUP 09 (B 12.5 ONLY) 8819 square yard $ $ 325, $ $ 361, $ $ 326, $ $ 370, $ $ 943, C C FDOT PAY TURNOUT CONSTRUCTION ASPHALT 714 ton $ $ 143, $ $ 107, $ $ 121, $ $ 97, $ $ 97, C C FDOT PAY MILLING EXIST ASPH PAVT 1 inch AVG DEPTH square yard $ 2.95 $ 92, $ 2.00 $ 62, $ 2.25 $ 70, $ 2.40 $ 75, $ 2.54 $ 79, C C FDOT PAY SUPERPAVE ASPHALTIC CONC TRAFFIC C 8322 ton $ $ 846, $ $ 790, $ $ 912, $ $ 957, $ $ 822, C C FDOT PAY ASPHALT CONCRETE FRICTION COURSETRAFFIC C FC 9.5 PG 76 to 2986 ton $ $ 407, $ $ 358, $ $ 375, $ $ 406, $ $ 402, C C FDOT PAY MANHOLE ADJUST 1 each $ $ $ $ $ $ $ 1, $ 1, $ $ C C FDOT PAY INLETS DT BOT TYPE C PARTIAL 1 each $ 6, $ 6, $ 5, $ 5, $ 1, $ 1, $ 2, $ 2, $ 4, $ 4, C C FDOT PAY MANHOLES P to 8 PARTIAL 1 each $ 4, $ 4, $ 5, $ 5, $ 2, $ 2, $ 5, $ 5, $ 6, $ 6, C C FDOT PAY DESILTING PIPE 0 to 24 inch 338 linear foot $ $ 3, $ 6.60 $ 2, $ 8.25 $ 2, $ $ 6, $ $ 3, C C FDOT PAY PIPE CULVERT OPTIONAL MATERIAL ROUND 12 inch SD 45 linear foot $ $ 6, $ $ 4, $ $ 3, $ $ 4, $ $ 7, C C FDOT PAY CONCRETE CURB & GUTTER TYPE F 1303 linear foot $ $ 40, $ $ 36, $ $ 30, $ $ 44, $ $ 55, C C FDOT PAY CONCRETE SIDEWALK AND DRIVEWAYS 6 inch THICK 4241 square yard $ $ 221, $ $ 256, $ $ 179, $ $ 176, $ $ 181, C C FDOT PAY BUS SHELTER PAD REINFORCED CONCRETE 22 square yard $ $ 2, $ $ 1, $ $ 3, $ $ 2, $ $ 9, C C FDOT PAY DETECTABLE WARNINGS 961 square foot $ $ 34, $ $ 29, $ $ 24, $ $ 27, $ $ 45, C C FDOT PAY GUARDRAIL REMOVAL 93 linear foot $ 3.70 $ $ $ 2, $ 5.00 $ $ 4.00 $ $ $ 1, C C FDOT PAY PERFORMANCE TURF SOD PASPALUM NOTATUM BAHIA GRASS square yard $ 4.09 $ 135, $ 3.00 $ 99, $ 2.87 $ 95, $ 7.00 $ 232, $ 3.08 $ 102, C C FDOT PAY BUS SHELTER RELOCATE 1 each $ 2, $ 2, $ 1, $ 1, $ $ $ 3, $ 3, $ $ C C FDOT PAY BICYCLE RACK RELOCATE 1 each $ $ $ $ $ $ $ $ $ 2, $ 2, each $ $ $ $ $ $ $ $ $ 1, $ 1, C C FDOT PAY TRASH RECEPTACLE RELOCATE Total $2,581, $2,320, $2,609, $2,762, $3,101,719.01
4 Page 4 of 8 Lot: Signing and Pavement Marking C C FDOT PAY PATTERNED PAVEMENT GREEN BIKE LANE square yard $ $ 77, $ $ 81, $ $ 72, $ $ 78, $ $ 82, C C FDOT PAY CONDUIT FURNISH & INSTALL OPEN TRENCH 20 linear foot $ $ $ $ $ $ $ $ $ $ C C FDOT PAY PULL & SPLICE BOX RELOCATE 2 each $ $ 1, $ $ 1, $ $ 1, $ 1, $ 3, $ 1, $ 3, C C FDOT PAY ALUMINUM SIGNALS POLE RELOCATE 2 each $ $ 1, $ 1, $ 2, $ 1, $ 2, $ $ 1, $ $ 1, C C FDOT PAY SINGLE POST SIGN (F&I) LESS THAN 12 SF 37 assembly $ $ 17, $ $ 13, $ $ 25, $ $ 25, $ $ 16, C C FDOT PAY SINGLE POST SIGN (F&I) 12 to 20 SF 15 assembly $ 1, $ 19, $ 1, $ 17, $ $ 14, $ $ 14, $ $ 9, C C FDOT PAY SINGLE POST SIGN RELOCATE 23 assembly $ $ 3, $ $ 7, $ $ 9, $ $ 9, $ $ 3, C C FDOT PAY SINGLE POST SIGN REMOVE 36 assembly $ $ $ $ $ $ 1, $ $ 1, $ $ 3, C C FDOT PAY RETRO REFLECTIVE PAVEMENT MARKER 587 each $ 4.70 $ 2, $ 3.30 $ 1, $ 3.50 $ 2, $ 4.00 $ 2, $ 3.49 $ 2, C C FDOT PAY PAINTED PAVEMENT MARKINGS FINAL SURFACE 1 lump sum $ 22, $ 22, $ 10, $ 10, $ 15, $ 15, $ 15, $ 15, $ 14, $ 14, C C FDOT PAY THERMOPLASTIC STD. WHITE SOLID 12 inch 606 linear foot $ 2.69 $ 1, $ 2.20 $ 1, $ 1.30 $ $ 1.50 $ $ 1.43 $ C C FDOT PAY THERMOPLASTIC STD. WHITE SOLID 18 inch 110 linear foot $ 3.53 $ $ 2.75 $ $ 2.00 $ $ 2.00 $ $ 2.31 $ C C FDOT PAY THERMOPLASTIC STD. WHITE SOLID 24 inch 661 linear foot $ 4.82 $ 3, $ 3.50 $ 2, $ 3.00 $ 1, $ 3.00 $ 1, $ 3.15 $ 2, C C FDOT PAY THERMOPLASTIC STD. WHITE 2 to 4 DOTTED GUIDELINE/ 6 to gross mile $ 2, $ 2, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ C C FDOT PAY THERMOPLASTIC STD. WHITE MESSAGE 3 each $ $ $ $ $ $ $ $ $ $ C C FDOT PAY THERMOPLASTIC STD. WHITE ARROW 43 each $ $ 4, $ $ 2, $ $ 3, $ $ 3, $ $ 3, C C FDOT PAY THERMOPLASTIC STD. YELLOW SOLID 18 inch 491 linear foot $ 3.36 $ 1, $ 2.75 $ 1, $ 2.00 $ $ 2.00 $ $ 2.31 $ 1, C C FDOT PAY THERMOPLASTIC STD. YELLOW 2 to 4 DOTTED/GUIDELINE/6 to gross mile $ 2, $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ C C FDOT PAY PREFORMED TAPE BIKE MESSAGE 21 each $ $ 5, $ $ 4, $ $ 18, $ $ 18, $ $ 15, C C FDOT PAY PREFORMED TAPE BIKE ARROW 21 each $ $ 3, $ $ 2, $ $ 7, $ $ 7, $ $ 15, C C FDOT PAY THERMOPLASTIC STD. OTHER SURFACES WHITE SOLID 6 inch 4.01 gross mile $ 4, $ 17, $ 4, $ 18, $ 3, $ 14, $ 3, $ 14, $ 3, $ 14, C C FDOT PAY THERMOPLASTIC STD. OTHER SURFACES WHITE SOLID 8 inch 0.05 gross mile $ 5, $ $ 5, $ $ 4, $ $ 4, $ $ 4, $ C C FDOT PAY THERMOPLASTIC STD. OTHER SURFACES YELLOW SOLID 6 inch 2.99 gross mile $ 4, $ 12, $ 4, $ 13, $ 3, $ 10, $ 3, $ 10, $ 3, $ 11, gross mile $ 1, $ $ 1, $ $ 1, $ $ 2, $ $ $ C C FDOT PAY THERMOPLASTIC STD. OTHER SURFACES YELLOW SKIP 6 inch Total $201, $185, $206, $213, $202,462.93
5 Page 5 of 8 Lot: Signalization C C FDOT PAY CONDUIT (F& I) OPEN TRENCH 60 linear foot $ 8.96 $ $ $ 1, $ $ 1, $ $ $ 9.56 $ C C FDOT PAY CONDUIT (F& I) DIRECTIONAL BORE 242 linear foot $ $ 5, $ $ 7, $ $ 7, $ $ 4, $ $ 4, C C FDOT PAY SIGNAL CABLE NEW OR RECONSTRUCTED INTERSECTION FURNISH & INS 1 per intersection $ 5, $ 5, $ 6, $ 6, $ 5, $ 5, $ 3, $ 3, $ 4, $ 4, C C FDOT PAY PULL & SPLICE BOX (F&I) 13 inch x 24 inch 23 each $ $ 12, $ $ 14, $ $ 12, $ $ 17, $ $ 14, C C FDOT PAY PULL & SPLICE BOX (F&I) 24 inch X 36 inch 1 each $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, C C FDOT PAY ELECTRICAL POWER SRV(F&I) UGPURNOT REQ 1 assembly $ 2, $ 2, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, C C FDOT PAY ELECTRICAL SERVICE WIRE (F&I) 320 linear foot $ 2.80 $ $ 3.00 $ $ 1.90 $ $ 5.00 $ 1, $ 5.06 $ 1, C C FDOT PAY ELECTRICAL POWER SERVICE REMOVE OVERHEAD 1 assembly $ $ $ $ $ $ $ $ $ $ C C FDOT PAY STRAIN POLE WOOD REMOVE 2 each $ $ 1, $ $ $ $ $ 1, $ 3, $ 2, $ 4, C C FDOT PAY ALUMINUM SIGNALS POLE PEDESTAL 2 each $ 1, $ 2, $ 1, $ 3, $ 1, $ 3, $ $ 1, $ 1, $ 2, C C FDOT PAY M/ARMF&I WS 150SING ARMWITH LUM 60 1 each $ 44, $ 44, $ 50, $ 50, $ 44, $ 44, $ 44, $ 44, $ 50, $ 50, C C FDOT PAY TRAFFIC SIGNAL(F&I) ALUMINUM 3 S 1 W 4 assembly $ 1, $ 4, $ $ 3, $ $ 3, $ $ 3, $ 1, $ 4, C C FDOT PAY TRAFFIC SIGNAL RELOCATE INCLUDES REMOVAL AND REINSTALLATION 4 assembly $ $ 2, $ $ 1, $ $ 1, $ $ 2, $ $ 2, C C FDOT PAY PEDESTRIAN SIGNAL (F&I) LED COUNT 1 WAY 2 assembly $ $ 1, $ $ 1, $ $ 1, $ $ 1, $ $ 1, C C FDOT PAY PEDESTRIAN DETECTOR (F&I) ACCESSIBLE 2 each $ 1, $ 3, $ 2, $ 4, $ 2, $ 4, $ $ 1, $ $ 1, C C FDOT PAY TRAFFIC CONTROLLER ASSEMBLY (F&I) MODEL assembly $ 31, $ 31, $ 33, $ 33, $ 30, $ 30, $ 31, $ 31, $ 35, $ 35, C C FDOT PAY TRAFFIC CONTROLLER ASSEMBLY REMOVE CONTROLLER WITH CABINET 1 assembly $ $ $ $ $ $ $ $ $ $ C C FDOT PAY MANAGED FIELD ETHERNET SWITCH ADJUST / MODIFY 1 each $ $ $ $ $ $ $ $ $ $ C C FDOT PAY LIGHTING CONDUCTORS (F&I) INSULATED NO.8 to linear foot $ 2.80 $ $ 3.00 $ 1, $ 1.90 $ $ 2.00 $ $ 1.52 $ C C FDOT PAY LOAD CENTER (F&I) SECONDARY VOLTAGE 1 each $ 12, $ 12, $ 3, $ 3, $ 3, $ 3, $ 12, $ 12, $ 14, $ 14, each $ 1, $ 1, $ $ $ $ $ 1, $ 1, $ 1, $ 1, C C FDOT PAY LUMINAIRE (F&I) ROADWAY COBRA HEAD Total $137, $138, $124, $137, $149,034.28
6 Page 6 of 8 Lot: Landscaping C C TREE REMOVAL CANOPY TREES LESS THAN 20 FOOT IN HT 7 each $ $ 1, $ $ 3, $ $ 1, $ $ 4, $ $ 3, C C TREE REMOVAL CANOPY TREES MORE THAN 20 FOOT IN HT 49 each $ 1, $ 49, $ 2, $ 98, $ $ 25, $ $ 44, $ $ 27, C C TREE REMOVAL PALM TREES 15 each $ $ 4, $ $ 7, $ $ 3, $ $ 9, $ $ 6, C C ROOT BARRIER 18 INCH PANEL 705 linear foot $ $ 17, $ $ 11, $ $ 11, $ $ 10, $ $ 11, C C ACER RUBRUM RED MAPLE 14 FOOT to 16 FOOT x 8 FOOT SPR. 45 G 9 each $ $ 4, $ $ 6, $ $ 6, $ $ 6, $ $ 6, C C BURSERA SIMARUBA GUMBO LIMBO 14 FOOT to 16 FOOT x 8 FOOT SPR. 65 G 27 each $ $ 18, $ $ 17, $ $ 15, $ $ 15, $ $ 17, C C CONOCARPUS ERECTUS GREEN BUTTONWOOD 12 FT to 14 FT x 6 FT SPR. 3 INCH CAL. 13 each $ $ 8, $ $ 8, $ $ 8, $ $ 8, $ $ 9, C C CONOCARPUS ERECTUS SERICEUS SILVER BUTTONWOOD 10 FOOT to 12 FOOT x 6 FOOT SPR. 29 each $ $ 14, $ $ 13, $ $ 12, $ $ 12, $ $ 13, C C JACARANDA MIMOSIFOLIA JACARANDA 12 FOOT to 14 FOOT x 6 FOOT SPR. FG 11 each $ $ 7, $ $ 7, $ $ 6, $ $ 6, $ $ 7, C C QUERCUS VIRGINIANA LIVE OAK 14 FOOT to 18 FOOT x 8 FOOT FG 89 each $ $ 74, $ 1, $ 112, $ 1, $ 102, $ 1, $ 102, $ 1, $ 115, C C PERSEA BORBONIA FLORIDA RED BAY 10 FOOT to 12 FOOT x 6 FOOT SPR. 45 G 11 each $ $ 6, $ $ 8, $ $ 7, $ $ 7, $ $ 8, C C TAXODIUM DISTICHUM BALD CYPRESS 14 FOOT to 18 FOOT x 8 FOOT FG 18 each $ $ 9, $ $ 10, $ $ 9, $ $ 9, $ $ 10, C C BISMARCKIA NOBILIS SILVER BISMARCK PALM 10 FOOT CT SINGLE TRUNK 26 each $ 1, $ 45, $ 1, $ 45, $ 1, $ 41, $ 1, $ 41, $ 1, $ 46, C C ROYSTONEA REGIA FLORIDA ROYAL PALM 10 FOOT GRAY WOOD MATCHED 25 each $ 1, $ 33, $ 1, $ 35, $ 1, $ 32, $ 1, $ 32, $ 1, $ 36, each $ $ 34, $ $ 64, $ $ 58, $ $ 58, $ $ 65, C C SABAL PALMETTO SABAL PALM 14 FOOT to 22 FOOT STAGGERED HTS. BOOTED Total $330, $452, $343, $368, $388,416.12
7 Page 7 of 8 Lot: Payment and Performance Bond C C Payment and Performance Bond Premium 1 lump sum $ 30, $ 30, $ 20, $ 20, $ 45, $ 45, $ 61, $ 61, $ 37, $ 37,164.03
8 Page 8 of 8 Lot: Insurance C C Insurance Bond Premium 1 lump sum $ 8, $ 8, $ 5, $ 5, $ 3, $ 3, $ 15, $ 15, $ 10, $ 10,984.77
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 informationNOTICE 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 informationMunilla 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 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 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 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 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 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 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 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 informationCertified 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 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 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 informationSandalfoot 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 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 informationRoute Route Z Intersection Realignment
Route N @ Route Z Intersection Realignment Sponsor County Highway Project No. RB18-000016 Project Type Traffic Flow TOTAL FUNDING Total County Sponsor Federal $3,310,000 $1,776,000 $0 $1,534,000 Project
More 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 informationBID 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 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 information33 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 informationADDENDUM #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 informationITEM 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 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 informationCONTRACT 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 informationBID TABULATION. Engineer's Estmated Opinion of Costs
Street Resurfacing Project - 2018 Rank Vendor Name Total Bid % of Low Bid % of Estimate File 2018-004 Engineer's $ 5,032,397.47 102.11% 100.00% Bid 4529 1 Ajax Paving Industries, Inc $ 4,928,322.54 100.00%
More information2011 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 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 informationAVGPR14.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 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 informationCrushed 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 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 informationMaster Development Plan for the TxDOT North Tarrant Express Project, Segments 2-4. Chapter 6: Preliminary Cost Estimates.
, Segments 2-4 Chapter 6: Preliminary Cost Estimates Table of Contents 6.1 Details of Facilities... 17 6.2 Pre-Development and Facility Feasibility... 1 6.2.1 Planning... 1 6.2.2 Environmental Mitigation...
More 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 informationCANTON COMMUNITY REQUEST FOR BOARD ACTION
CANTON COMMUNITY REQUEST FOR BOARD ACTION MEETING DATE: March 22, 2016 AGENDA ITEM #G-10 ITEM: Consider Approval of a Budget Amendment & Award of a Contract Asphalt Repairs to Hutch Paving, Inc. the Wayne
More informationPALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY EXECUTIVE BRIEF
Agenda Item is over 5 pages; may be viewed in the Minutes Department Agenda Item #: 3-C-4 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: July 12, 216 [X] Consent [ ]
More 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 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 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 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 informationPublic Works Maintenance STORMWATER AND
Public Works Maintenance STORMWATER AND TRANSPORTATION Mission Statement T H E P U B L I C W O R K S M A I N T E N A N C E D I V I S I O N I S T H E M A I N C U S T O D I A N A N D P R I N C I P A L C
More 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 informationADDENDUM 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 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 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 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 information19th & 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 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 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 informationRight-of-Way Construction Permit Application
Address Permit # Date Approved: Right-of-Way Construction Permit Application APPLICANT INFORMATION Company s Legal Name (Owner of Facilities) Address City State Zip (Area Code) Telephone # 24-Hour Emergency
More information2012 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 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 informationREVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO OF THE CITY OF SAN JACINTO
REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO. 2003-1 OF THE CITY OF SAN JACINTO December 11, 2003 REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO. 2003-1 CITY OF SAN JACINTO Prepared for CITY OF SAN
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 informationChapter 6: Financial Resources
Chapter 6: Financial Resources Introduction This chapter presents the project cost estimates, revenue assumptions and projected revenues for the Lake~Sumter MPO. The analysis reflects a multi-modal transportation
More information1 DEPARTMENT MAKING REQUEST 2 MEETING DATE 4 AGENDA 5 IS THIS ITEM BUDGETED ( IF APPLICABLE ) -
Charlotte County Board Of County Commissioners Agenda Item Summary Item Number: R- 5 1 DEPARTMENT MAKING REQUEST 2 MEETING DATE Purchasing 6/24/2014 9:00:00 AM 3 REQUESTED MOTION/ACTION Award Bid #14-209
More informationCITY 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 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 informationAppendix B Example Project Designs and Engineers Opinion of Costs
Appendix B Example Project Designs and Engineers Opinion of Costs 32 nd Street from E. 2 nd to Main Avenue CR 251 and CR 250 9 th Street Sidewalk Improvements 15 th Street Improvements Intermodal Facility
More 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 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 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 informationFALCON 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 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 informationBID 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 informationRevised Cal. P.U.C. Sheet No E Cancelling Original Cal. P.U.C. Sheet No E. ELECTRIC RULE NO. 15 Sheet 1 DISTRIBUTION LINE EXTENSIONS
Revised Cal. P.U.C. Sheet No. 20093-E Cancelling Original Cal. P.U.C. Sheet No. 15575-E ELECTRIC RULE NO. 15 Sheet 1 APPLICABILITY: This rule is applicable to extension of electric Distribution Lines*
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 informationEST. 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 informationElectric Service Information Sheet Georgia Power Company
Electric Service Information Sheet Georgia Power Company Project: Location: Developer: (Name of S/D or Customer) (Street Address or road Name) (Developer s Name) Georgia Power Company (the Company) will
More informationAppendix E: Revenues and Cost Estimates
Appendix E: Revenues and Cost Estimates Photo Source: Mission Media Regional Financial Plan 2020-2040 Each metropolitan transportation plan must include a financial plan. In this financial plan, the region
More informationGENERAL PROVISIONS I. WORK REQUIREMENTS
GENERAL PROVISIONS I. WORK REQUIREMENTS 1. Inspection The Permittee shall request initial inspection from the County at 408-573-2429 a minimum of twenty-four (24) hours prior to any work being performed.
More informationFOR OFFICE USE ONLY CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT
40555 Utica Road P.O. Box 8009 Sterling Heights, MI 48311-8009 TEL 586-446-2720 FAX 586-276-4061 CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT
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 informationBOARD OF SUPERVISORS BUSINESS MEETING ACTION ITEM. At the pleasure of the Board.
BOARD OF SUPERVISORS BUSINESS MEETING ACTION ITEM Date of Meeting: May 19, 2016 # 6 SUBJECT: ELECTION DISTRICT: CRITICAL ACTION DATE: STAFF CONTACTS: Identification of Construction Funding for Traffic
More 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 information8 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 informationTRANSPORTATION CAPITAL PROGRAM
TRANSPORTATION CAPITAL PROGRAM The transportation capital program for fiscal year 2016 through fiscal year 2020 consists of a variety of transportation construction and maintenance capital projects primarily
More informationOKLAHOMA DEPARTMENT OF TRANSPORTATION PRELIMINARY HIGHWAY DETAIL CONSTRUCTION ESTIMATE. PAGE NO. 1 DATE PRINTED : May 22, 2018
LETTING DATE : 2018-06-14 CALL NUMBER : 772 OKLAHOMA DEPARTMENT OF TRANSPORTATION PRELIMINARY HIGHWAY DETAIL CONSTRUCTION ESTIMATE PAGE NO. 1 DATE PRINTED : JOB NUMBER : 170236 ESTIMATE NUMBER : PROJECT
More 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 informationRFB 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 informationARKANSAS PUBLIC SERVICE COMMISSION
2 nd Revised Sheet No. 61.0.1 Schedule Sheet 1 of 18 Replacing: 1 st Revised Sheet No. 61.0.1 61.0. TARIFF GOVERNING THE INSTALLATION OF ELECTRIC UNDERGROUND RESIDENTIAL DISTRIBUTION SYSTEMS AND UNDERGROUND
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 informationNAME 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 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 informationPROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO
PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO. 3-49-0024-048-2018 MAIL TO: Ogden City Corporation Purchasing Department 549 Washington Boulevard, Suite 510 Ogden, Utah
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 informationOPTION 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 informationADOPTED BY SIV BOARD
SAN IGNACIO VISTAS INC. FUNDING PLAN 2016-2050 FOR THE RRP (REPLALCEMENT RESERVE PLAN) This plan is reviewed and adjusted as needed on an annual basis Year Contributions Expenditures Opening RETURN Reserve
More informationSunset 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 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 informationPART 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 information2018 Road Improvements Engineer's Project Number: LK 01 Bid Deadline: May 1, 2018 at 2:00 p.m. local time
TABULATION PAGE 1 OF 6 PRE- ESTIMATE Pitlik and Wick, Inc. CONTRACT A - BASE Highway X (Friedle Road to Dam Road) A1.1 Single Layer Chip Seal 75,100 sq. yds. $ 2.50 $ 187,750.00 $ 1.60 $ 120,160.00 $ 1.19
More 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 informationLETTER 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 informationMaintenance Funding & Investment Decisions STACEY GLASS, P.E. STATE MAINTENANCE ENGINEER ALABAMA DEPARTMENT OF TRANSPORTATION
Maintenance Funding & Investment Decisions STACEY GLASS, P.E. STATE MAINTENANCE ENGINEER ALABAMA DEPARTMENT OF TRANSPORTATION Funding Allocations Routine State $ 166 Million Resurfacing Federal $ 260 Million
More informationAECOM 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 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 informationPWC SCHEDULE OF DEPOSITS, FEES AND CHARGES. Table of Contents
PWC SCHEDULE OF DEPOSITS, FEES AND CHARGES Table of Contents I. DEFINITIONS... 2 II. DEPOSITS... 3 A. Establishment of Credit... 3 B. Deposit Refunds... 4 III. CUSTOMER SERVICE FEES AND CHARGES... 4 A.
More informationIn this chapter, we will talk about the criteria and procedures for these other types of measurement and payment.
INTRODUCTION Most construction items are measured and paid for by one of the techniques described in the previous chapters. Some items, however, do not fall into any of these categories and are measured
More 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 information