Addendum 2. Invitation for Bids

Size: px
Start display at page:

Download "Addendum 2. Invitation for Bids"

Transcription

1 Addendum 2 Invitation for Bids WAKE FOREST INNOVATION QUARTER (WFIQ) RAIL TRAIL NORTH GREENWAY PROJECT BIDS WILL BE RECEIVED UNTIL ***** BID OPENING DUE DATE AND TIME CHANGE ***** January 28, :00 PM, Friday, January 29, 2016 in City Hall Building 101 North Main Street Room 16 Winston-Salem, NC Please acknowledge receipt of this Addendum and include with your proposal. Company Authorized Signature Date **** Time and Date change **** Changes have been made to the Proposal Form in the bid documents You MUST submit your bid using the Addendum 2 Proposal page Bids Due - 2:00 PM, Friday, January 29, 2016 FB1620 Addendum 2 WFIQ Rail Trail North Greenway Page 1 of 1

2 Addendum 2 Itemized Proposal Form Item No. Description Quantity Units Price Total Mobilization 1 LS $ $ 2 801/SP Construction Surveying 1 LS $ $ 3 226/SP Grading 1 LS $ $ Supplemental Clearing and Grubbing 0.75 AC $ $ Undercut 863 CY $ $ Geotextile for Soil Stabilization 5111 SY $ $ 7 SP 8 SP 9 SP Hauling and Disposal of Contaminated Soil to WFIQ Brownfield Property 700 CY $ $ Hauling and Disposal of Contaminated Soil to an approved/licensed landfill 1200 TN $ $ Hauling and Disposal of Petroleum Contaminated Soil to an approved/licensed facility 1200 TN $ $ /SP Foundation Conditioning Materials, Minor Structures 17 TN $ $ /SP Foundation Conditioning Geotextile 53 SY $ $ /SP 6" HDPE Pipe Culvert 117 LF $ $ /SP 6" Schedule 40 PVC Pipe Culvert 97 LF $ $ /SP 8" HDPE Pipe Culvert 218 LF $ $ /SP 12" HDPE Pipe Culvert 298 LF $ $ /SP 18" R.C. Pipe Culvert, Class III 5 LF $ $ /SP Pipe Removal 149 LF $ $ Removal of Existing Structure at Station to LS $ $ Removal of Existing Structure at Station to LS $ $ /SP Shallow Undercut 864 CY $ $ /SP Class IV Subgrade Stabilization 1709 TN $ $ Aggregate Base Course 1182 TN $ $ /SP Asphalt Concrete Surface Course, SF9.5A 80 TN $ $ Asphalt Binder for Plant Mix 10 TN $ $ Asphalt Plant Mix, Pavement Repair 10 TN $ $ 26 SP Granite Street Marker 8 EA $ $ Subdrain Excavation 84 CY $ $ Geotextile for Subsurface Drains 500 SY $ $ Subdrain Coarse Aggregate 84 CY $ $ " Perforated Subdrain Pipe 133 LF $ $ /SP Masonry Drainage Structures 8 EA $ $ Masonry Drainage Structures 6.75 LF $ $ Frame with Cover, Std EA $ $

3 Frame with Cover, Std EA $ $ 35 SP Trench Drains 209 LF $ $ 36 SP Inline Drain with Dome Grates 10 EA $ $ 37 SP Concrete Pavers 1040 SF $ $ /SP 4" Concrete Sidewalk 158 SY $ $ /SP 5" Thick Concrete Paving 3133 SY $ $ 40 SP Concrete Steps 20.1 CY $ $ /SP Adjustment of Manholes 8 EA $ $ Adjustment of Grate Inlets 1 EA $ $ 43 SP Fixed Bollards 2 EA $ $ 44 SP Adjustable Bollards 11 EA $ $ 45 SP 8' Fence 543 LF $ $ 46 SP 54" Fence 797 LF $ $ 47 SP Guardrail With Mesh Panels 78 LF $ $ 48 SP Cable Guardrail 24 LF $ $ 49 SP Stainless Steel Handrail 14 LF $ $ 50 SP Steel Edging 21 LF $ $ /SP Rip Rap Dissipator 1 EA $ $ 52 SP Wood Bench 88 LF $ $ 53* SP Bicycle Rack 20 EA $ $ 54 SP Litter Receptacle 7 EA $ $ 55 SP Recycling Receptacle 7 EA $ $ 56 SP Pet Waste Station 2 EA $ $ 57 SP Drinking Fountain 1 EA $ $ 58 SP Reinstall Push Pad 1 LS $ $ 59 SP Monument Sign at MLK Jr. Drive 1 LS $ $ 60 SP Wayfinding Sign 2 EA $ $ 61 SP Traffic control 1 LS $ $ /SP Paint Pavement Markings 1 LS $ $ 63 SP Electrical System 1 LS $ $ 64 SP Luminaire, Type L1A 6 EA $ $ 65 SP Luminaire, Type L1AWIFI 2 EA $ $ 66 SP Luminaire, Type L1B 18 EA $ $ 67 SP Luminaire, Type L1B2 1 EA $ $ 68 SP Luminaire, Type L1BWIFI 11 EA $ $ 69 SP Luminaire, Type L2 2 EA $ $ 70 SP Luminaire, Type L4 23 EA $ $ 71 SP Luminaire, Type L6 3 EA $ $ 72 SP Luminaire, Type L7 2 EA $ $ 73 SP 1" Water Connection 4 EA $ $ 74 SP 1" Backflow Prevention Assembly 3 EA $ $ 75 SP Irrigation System 1 LS $ $ 76 SP Construction Entrance 3 EA $ $ 77 SP Silt fence 1391 LF $ $

4 78 SP Stone Outlet 6 EA $ $ 79 SP Inlet Protection 20 EA $ $ 80 SP Matting for Erosion Control 243 SY $ $ /SP Wooded Area Cleanup 0.1 AC $ $ /SP Seeding and Mulching (Temporary and Permanent) 5.57 AC $ $ Mowing 1.7 AC $ $ /SP Sodding 884 SY $ $ Specialized Hand Mowing 96 MH $ $ Plant Materials - Deciduous Canopy Tree 86 SP 87 SP Acer saccharum Green Mountain (2" Min. Cal, 12-14' Ht., BB) 2 EA $ $ Quercus nuttallii (2.5-3" Cal, 12-14' Ht., BB) 5 EA $ $ Plant Materials - Large Evergreen Tree 88 SP Pinus nigra (2-2.5" Cal, 7-8' Ht.,BB, Tree Form) 2 EA $ $ 89 SP Juniperus virginiana (2.5-3", 7-8' Ht., BB) 4 EA $ $ 90 SP Pinus taeda (8-10' Ht., BB, Tree Form) 4 EA $ $ 91 SP 92 SP 93 SP 94 SP 95 SP 96 SP Plant Materials - Understory/Ornamental Deciduous Tree Amelanchier x grandiflora 'Autumn Brilliance' (1.5" Min. Ea. Cal., 8-10' Ht., Multi-stem) 5 EA $ $ Cornus florida 'Cherokee Brave' (1.5" Min.Cal., 8-10' Ht.) 4 EA $ $ Cercis canadensis 'Appalachian Red' (2" Min.Cal., 8-10' Ht.) 5 EA $ $ Cercis canadensis 'Forest Pansy' (1.5-2" Min.Cal., 8-10' Ht.) 5 EA $ $ Chionanthus virginicus (1.5-2" Min.Cal., 8-10' Ht.) 2 EA $ Prunus serrulata 'Snow Goose' (2.5-3" Min.Cal., 9-10' Ht.) 17 EA $ $ 97 SP Cotinus coggyria 'Royal Purple' (1.5" Cal., 6-7' Ht.) 3 EA $ $ Plant Materials - Small Evergreen Tree $ 98 SP Ilex cornuta 'Needlepoint' (4-5' Ht.) 9 EA $ 99 SP Magnolia virginiana 'Jim Wilson' (1.5" Min. Ea., 8-10' Ht., BB, Multi-Stem, Tree Form) 3 EA $ $ Plant Materials - Evergreen Shrub 100 SP Encore Azalea 'Autumn Angel' (18-24") 15 EA $ $ 101 SP Encore Azalea 'Autumn Ruby' (18-24") 6 EA $ $ 102 SP Distylium 'Blue Cascade' (18-24") 30 EA $ $ $

5 103 SP Camellia sasanqua 'Shi Shi Gashira' (15-18") 9 EA $ $ 104 SP Ilex cornuta 'Carissa' (18-24") 83 EA $ $ 105 SP Cephalotaxus harringtonia 'Prostrata' (12" Min.) 33 EA $ $ 106 SP Juniperus virginiana 'Grey Owl' (18-24") 3 EA $ $ 107 SP Ilex crenata 'Hoogendorn' (18-24") 54 EA $ $ Raphiolepis umbellata 'Eleanor Tabor' ( SP 24") 88 EA $ $ 108 SP Perovskia 'Filigran' (15-18") 49 EA $ $ 110 SP Ilex crenata Helleri (18-24") 48 EA $ $ 111 SP Juniperus chinensis 'Sea Green' (18-24") 27 EA $ $ 112 SP Ilex glabra 'Shamrock' (18-24") 133 EA $ $ 113 SP Ilex crenata 'Steeds' (18-24") 44 EA $ $ Plant Materials - Deciduous Shrub 114 SP Aesculus parviflora (24-30") 3 EA $ $ 115 SP Buddleia davidii 'Nanho Blue' (18-24") 10 EA $ $ 116 SP Clethra alnifolia 'Hummingbird' (24" Min.) 6 EA $ $ 117 SP Callicarpa americana (18-24") 5 EA $ $ 118 SP Clematis viticella 'Etoile Violette' (4') 1 EA $ $ 119 SP Bignonia capreolata (4') 1 EA $ $ 120 SP Deutzia gracilis 'Nikko' (18-24") 19 EA $ $ 121 SP Rosa 'radrazz' (18-24") 10 EA $ $ 122 SP Hydrangea paniculata 'Little Lime' (18-24") 8 EA $ $ 123 SP Hydrangea quercifolia 'Pee Wee' (18-24") 9 EA $ $ 124 SP Hypericum calycinum 'Aaron's Beard' (1 gal) 17 EA $ $ $ 125 SP Lonicera sempervirens 'Magnifica' (5' Ht.) 2 EA $ 126 SP Itea virginica 'Little Henry' (18-24") 10 EA $ $ 127 SP Ilex verticillata 'Red Sprite' (18-24") 7 EA $ $ 128 SP Ilex verticillata 'Jim Dandy' (24" Min.) 5 EA $ $ Plant Materials - Perennial 129 SP Amsonia hubrichtii 'Blue Star' (1 gal) 43 EA $ $ 130 SP Iberis sempervirens Alexanders White (1 gal) 13 EA $ $ 131 SP Coreopsis 'Jethro Tull' (1 gal) 44 EA $ $ 132 SP Hemerocallis 'Happy Returns' (1 gal) 61 EA $ $ 133 SP Hemerocallis 'Ruby Stella' (1 gal) 36 EA $ $ 134 SP Echinacea purpurea 'Kim's Knee High' (1 gal) 36 EA $ $ 135 SP Geranium x Rozanne (1 gal) 37 EA $ $ 136 SP Achillea millefolium Paprika (1 gal) 22 EA $ $

6 137 SP Solidago Baby Gold (1 gal) 63 EA $ $ 138 SP Heuchera 'Dolce Creme Brulee' (1 gal) 53 EA $ $ 139 SP Heuchera 'Green Spice' (1 gal) 59 EA $ $ 140 SP Heuchera 'Pinot Gris' (1 gal) 34 EA $ $ 141 SP Echinacea Cheyenne Spirit (1 gal) 26 EA $ $ 142 SP Salvia guaranitica Black and Blue (1 gal) 56 EA $ $ 143 SP Monarda Petite Delight (1 gal) 37 EA $ $ 144 SP Delosperma cooperi (1 gal) 22 EA $ $ 145 SP Eupatorium dubium 'Little Joe' (1 gal) 21 EA $ $ 146 SP Stachys byzantina 'Countess Helen von Stein' (1 gal) 10 EA $ $ 147 SP Rudbeckia fulgida 'Goldsturm' (1 gal) 59 EA 148 SP Salvia nemerosa 'Caradonna' (1 gal) 63 EA $ $ 149 SP Sedum x 'Autumn Joy' (1 gal) 57 EA $ $ Chrysanthemum x superbum 'Becky' (1 150 SP gal) 41 EA $ $ 151 SP Verbena 'Homestead' (1 gal) 13 EA $ $ Plant Materials - Ornamental Grass (container) 152 SP Bouteloua gracilis 'Blonde Ambition' (1 gal) 93 EA $ $ 153 SP Pennisetum alopecuroides 'Cassian' (1 gal) 50 EA $ $ 154 SP Panicum virgatum 'Heavy Metal' (3 gal) 84 EA 155 SP Pennisetum orientale 'Karley Rose' (3 gal) 134 EA $ $ 156 SP Miscanthus sinensis 'Morning Light' (3 gal) 39 EA $ $ 157 SP Muhlenbergia capillaris 'Pink' (3 gal) 116 EA $ $ 158 SP Panicum virgatum 'Shenandoah' (3 gal) 75 EA $ $ Plant Materials - Groundcover 159 SP Ajuga reptans 'Catlin's Giant' (1 gal) 89 EA $ $ 160 SP Liriope muscari 'Big Blue' (1 gal) 736 EA $ $ 161 SP Juniperus conferta Blue Pacific (3 gal) 131 EA $ $ 162 SP Narcissus pseudonarcissus 'Tête-à-Tête' (Bulb) 125 EA $ $ 163 SP Liriope muscari 'Variegated' (1 gal) 169 EA $ $ Plant Materials - Ornamental Grass (plug) 164 SP Carex pensylvanica (Plug) 518 EA $ $ Plant Materials - Meadow Seed 165 SP Meadow Seed 9155 SF $ $ 166 SP Pre-emergent Herbicidal Treatment for Plant Beds 2955 SY $ $ /SP Mulch for Planting 247 CY $ $ /SP Soil Amendment 247 CY $ $ 169 SP Landscape Ballast.5 TN $ $ 170 SP Telecommunications System 1 LS $ $

7 Item No. Description Quantity Units Price Total 171* SP CIP Gravity Retaining Walls 803 SF $ $ 172 SP 173 SP Prefabricated Steel Pedestrian Bridge, Sta Sta (E. Fourth Street) 1 LS $ $ Prefabricated Steel Pedestrian Bridge, Sta Sta (E. Fifth Street) 1 LS $ $ Prefabricated Steel Pedestrian Bridge, Sta. 174 SP Sta (Seventh Street) 1 LS $ $ 175 SP Precast Concrete Crossing 58 LF $ $ Base Bid Estimated Cost $ *Quantities were corrected. ADD ALTERNATE A - 4 th STREET STAIRS 1 LS $ The Contractor shall provide a lump sum price for the installation of the stairs and amenities at 4th Street as shown in the plans. Construction of the 4 th Street stairs and amenities shall include, but is not limited to, clearing and grubbing, grading, erosion control, drainage, precast concrete crossing, concrete paving, concrete sidewalk, litter and recycling receptacles, wood bench, retaining wall, stairs, bollards, cable guardrail, handrail, electrical, lighting, wall mounted lights, wall mounted signs, wall trellis, landscaping. Bidders must provide a price for all add alternates. Failure to provide prices for all add alternates may render the bid non-responsive and may be rejected.

TOTAL QUANTITY UNIT COST UNIT

TOTAL QUANTITY UNIT COST UNIT BASE BID DIVISION 1 - GENERAL 1 1070-206-A-0 TRAFFIC CONTROL LS 1 $ 10,000 $ 10,000 $3,000.00 $3,000.00 $5,600.00 $5,600.00 2 2010-108-B-0 CLEARING AND GRUBBING AC 5 $ 9,000 $ 45,000 $7,192.50 $35,962.50

More information

Market Street Gateway Improvements Phase 1

Market Street Gateway Improvements Phase 1 PROPOSAL FORM Market Street Gateway Improvements Phase 1 CITY OF PORTSMOUTH, N.H. To the City of Portsmouth, New Hampshire, herein called the Owner. The undersigned, as Bidder, herein referred to as singular

More information

LETTING : CALL : 056 COUNTIES : MILLE LACS

LETTING : CALL : 056 COUNTIES : MILLE LACS S T A T E O F M I N N E S O T A PAGE : -1 NUMBER OF DAYS: 0 BRIDGE COUNT : 3 CONTRACT DESCRIPTION : GRADING, BIT PAVING & SURFACING, ROUNDABOUT, AND BRIDGES. CONTRACT LOCATION: LOCATED ON T.H. 95 AT THE

More information

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11 69889/AV/lm TO: Recipients of C-TRAN ITB #2015-04 Fourth Plain BRT Maintenance Facility Expansion DATE: June 25, 2015 SUBJECT: Addendum #11 C-TRAN has revised the following sections of the Invitation to

More information

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221 Bid : 7379 GENERAL 1 2 3 4 @ unit $ total $ @ unit $ total $ @ unit $ total $ @ unit $ total $ G-1.1 Mobilization 1 LS $ 450,000.00 $ 450,000.00 $ 720,000.00 $ 720,000.00 $ 750,000.00 $ 750,000.00 $ 530,000.00

More information

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m. PAVING IMPROVEMENTS 101 Mobilization and Bonds, LS 1 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 102 Right-of-way Preparation LS 1 $ 365,500.00

More information

REPLACEMENT OF MERCER COUNTY BRIDGE

REPLACEMENT OF MERCER COUNTY BRIDGE ADDENDUM NO. ONE Notice is hereby given that on April 26, 2019 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Department in the Mercer County McDade

More information

NAME OF CONTRACTOR CONTRACTORS ADDRESS Buffalo Road th ave Ct SW Walcott, IA North Liberty, IA

NAME OF CONTRACTOR CONTRACTORS ADDRESS Buffalo Road th ave Ct SW Walcott, IA North Liberty, IA Unit BID ITEMS 1 1070-206-A-3 TRAFFIC CONTROL 0.5 0.5 1 LS $ 2,200.00 $ 2,200.00 $ 2,800.00 $ 2,800.00 $ 2,688.00 $ 2,688.00 $ 2,500.00 $ 2,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 2 2010-108-C-0

More information

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction) 2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction) Project Information The Glen at Widefield Filing No. 9 PDD File: SF-185 9/25/2018 Project Name Section 1 - Grading and Erosion

More information

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

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

More information

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

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

More information

Northumberland County County Road 2 Class Environmental Assessment Construction Cost Estimate

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

More information

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

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

More information

Rock Chalk Park - Infrastructure Report. July 2013

Rock Chalk Park - Infrastructure Report. July 2013 Rock Chalk Park Infrastructure Report July 2013 The following report is the first monthly report for the construction of infrastructure at Rock Chalk Park. The format follows the sections outlined in the

More information

OKLAHOMA TURNPIKE AUTHORITY

OKLAHOMA TURNPIKE AUTHORITY PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 250,000.00 $250,000.00 $ 240,978.56 $ 240,978.56 260,000.00 $ 260,000.00 201(A) CLEARING & GRUBBING LSUM 1.00 $ 30,000.00 $30,000.00 $ 17,188.20

More information

Exhibit 4 Page 1 of 8

Exhibit 4 Page 1 of 8 Page 1 of 8 Price Analysis Summary Bid #C2113975C1, Construction of Davie Road Extension Agency: Highway Construction and Engineering Division Bid Submittals: 4 Purchasing Agent: Cara M. Leisy, J.D. Declinations:

More information

Addendum 1 13 TH Street Streetscape. September 1, 2017

Addendum 1 13 TH Street Streetscape. September 1, 2017 Addendum 1 13 TH Street Streetscape September 1, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDUMS ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE

More information

BID TABULATION BID REQUEST NO

BID TABULATION BID REQUEST NO BID TABULATION BID REQUEST NO. 13-1046 1 LOWEST RESPONSIVE BIDDER Dakota Contracting Bidder: Corporation D & G Concrete Bidder: Construction, Inc. Carl V. Carlson Bidder: Company Address: 431 NORTH PHILLIPS

More information

Addendum 1 Downtown North CRA Sidewalks

Addendum 1 Downtown North CRA Sidewalks Addendum 1 Downtown North CRA Sidewalks January 12, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDA ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE

More information

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

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

More information

AVGPR14.Y01 2/11/2014 DOES NOT INCLUDE STATE AID PROJECTS ALL ITEMS BETWEEN 12/01/13 AND 12/31/13 BY ITEM GROUP

AVGPR14.Y01 2/11/2014 DOES NOT INCLUDE STATE AID PROJECTS ALL ITEMS BETWEEN 12/01/13 AND 12/31/13 BY ITEM GROUP AVERAGE BID PRICES FOR AWARDED PROJECTS 14:48 Tuesday, February 11, 2014 1 2011 2011.601/00003 CONSTRUCTION SURVEYING LS 1 $19 $18,500.00 1 2013 2013.602/00022 ROAD/WEATHER SENSOR AND CABLE EACH 3 $32

More information

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012 Page 1 BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO. 87786 BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012 ROADWAY 1 201 CLEARING AND GRUBBING 1 LUMP $4,500.00 $4,500.00 $10,016.00

More information

OKLAHOMA TURNPIKE AUTHORITY

OKLAHOMA TURNPIKE AUTHORITY PART A - BASE BID PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 40,000.00 $40,000.00 $ 61,320.82 $ 61,320.82 $ 45,000.00 $ 45,000.00 201(A) CLEARING & GRUBBING LSUM 1.00 $ 150,000.00 $150,000.00

More information

Engineer's Preliminary Estimate - 100% Submittal

Engineer's Preliminary Estimate - 100% Submittal EA 284700 1 070010 PROGRESS SCHEDULE (CRITICAL PATH) LS 1 $ 15,000 $ 15,000 2 071325 TEMPORARY FENCE (TYPE ESA) M 1250 $ 10 $ 12,500 3 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS 1 $ 7,000

More information

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown 19th & Barker Roundabout / Waterline Improvement Project No. 56CP12901(C) Cost Breakdown Engineering Fees: Original Contract $ 71,861.00 Additional Services $ 8,744.00 Waterline Contract $ 17,500.00 TOTAL

More information

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

NE WEST KINGSTON ROAD CULVERT REPLACEMENT NE WEST KINGSTON ROAD CULVERT REPLACEMENT KITSAP COUNTY MILE POST 1.28 TO 1.44 PUBLIC WORKS BID TABULATION SECTION PREPARED: BLB LENGTH: 0.16 Mile REVISED: DATE: March 7, 2017 SCHEDULE A - ROADWAY IMPROVEMENTS

More information

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following: Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and

More information

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018 CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex 2017-2018 April 4, 2018 Great Basin Engineering CLEARING EARTHWORK 1 337.01200 Mobilization @ Per Lump Sum 1 LS $445,350.00 $ 445,350.00 $481,768.00

More information

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

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

More information

Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562

Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562 Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562 1 T100 PROJECT LOCATION MAP Scale: NTS N Revisions: No. Date: Description: Scale As Indicated

More information

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

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price 2. BID SCHEDULE RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO. 7046 To the Honorable Mayor and City Council of the City of Hesperia: Schedule of prices to construct the Ranchero Road and BNSF

More information

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE ROADWAY 1 Mobilization 1 LS $ 990,048.50 $ 80,000.00 $ 880,000.00 $ 880,000.00 $ 950,000.00 $ 950,000.00 $ 967,510.00 $ 967,510.00 $ 1,162,684.00 $ 1,162,684.00 2 Maintenance of Traffic ( incl. Pedestrian

More information

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122 Addendum No. 1 Page One To: From: All Plan Holders of Record CT Consultants, Inc. Gene E. Arters, P.E. on behalf of Cuyahoga Community College Subject: Addendum No. 1 Project #C20166009 CCE Parking Lot

More information

SUBDIVISION IMPROVEMENTS AGREEMENT

SUBDIVISION IMPROVEMENTS AGREEMENT SUBDIVISION IMPROVEMENTS AGREEMENT THIS AGREEMENT, made between GLEN DEVELOPMENT COMPANY, hereinafter called the "Subdivider," and El Paso County by and through the Board of County Commissioners of El

More information

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as Description 103 REMOVE, STORE AND REINSTALL EXISTING RETAINING WALL 107.1 EMBANKMENT (FINAL)(DENS CONT)(TY B) 203.1 TACK COAT BID PROPOSAL PROPOSAL OF, a corporation, a partnership consisting of an individual

More information

Fuel Adjustment Allowance USD 50,000 $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $

Fuel Adjustment Allowance USD 50,000 $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ SOLICITATION NO. 147850: VALENCIA ROAD: WADE ROAD TO MARK ROAD Achen Gardner Granite Hunter Borderland KE&G ITEM NO. ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT

More information

Munilla Construction HOOD RD., E. OF FLORIDA'S TURNPIKE TO W. OF CENTRAL BLVD. AND HOOD RD. & CENTRAL

Munilla Construction HOOD RD., E. OF FLORIDA'S TURNPIKE TO W. OF CENTRAL BLVD. AND HOOD RD. & CENTRAL JW Cheatham, ROADWAY 1 MOBILIZATION 1.0 LS $ 1,350,116.25 $ 906,000.00 $ 1,233,000.00 $ 1,233,000.00 $ 1,159,208.36 $ 1,159,208.36 $ 1,451,835.00 $ 1,451,835.00 $ 1,556,421.65 $ 1,556,421.65 2 MAINTENANCE

More information

Certified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University

Certified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University Base Bid - Parking Lot Construction Number Grading and Surfacing Items Quantity Unit C-1 Mobilization 1 LS $ 60,000.00 $ 60,000.00 $ 82,000.00 $ 82,000.00 $ 18,255.59 $ 18,255.59 C-2 Traffic Control 1

More information

New Jersey Department of Transportation DATE : 01/10/08 PAGE : TABULATION OF BIDS CALL ORDER : 167 CONTRACT ID : COUNTIES : CAPE MAY

New Jersey Department of Transportation DATE : 01/10/08 PAGE : TABULATION OF BIDS CALL ORDER : 167 CONTRACT ID : COUNTIES : CAPE MAY PAGE : 167-1 CONTRACT TIME : 07/11/08 COMPLETION DATE CONTRACT DESCRIPTION : PROJECT(S) : STATE ROUTE 52 MALIBU BEACH CONSTRUCTION AND MITIGATION CONTRACT NO. 000088003 EGG HARBOR TOWNSHIP, ATLANTIC COUNTY

More information

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

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

More information

BID PROPOSAL ANNUAL PATHWAY & MINOR CONSTRUCTION CONTRACT PBC PROJECT #

BID PROPOSAL ANNUAL PATHWAY & MINOR CONSTRUCTION CONTRACT PBC PROJECT # ENGINEERS Wynn & Sons Envir. ESTIMATE Construction, Inc. 1 Emergency Response, Less than 6 Hours 10 EA $ 50.00 $ 50.00 $ 500.00 2 Emergency Response, 6 Hours to 24 Hours 20 EA $ 50.00 $ 50.00 $ 1,000.00

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017

More information

Sunset Street West Sidewalk Projects Opinion of Anticipated Construction Costs March 12, 2012 Project Summary. Project List

Sunset Street West Sidewalk Projects Opinion of Anticipated Construction Costs March 12, 2012 Project Summary. Project List Project Summary Project List Anticipated Construction Cost 1 Sunset/Benton Intersection: Curb Ramp and Sight Distance Improvements $ 18,700 2 Sunset/Oakcrest Intersection: West Right-of-Way Drainage Improvements

More information

PART A ROADWAY - BASE BID

PART A ROADWAY - BASE BID May 10, 2016 HEB-MC-61 PART A ROADWAY - BASE BID 202(A) - UNCLASSIFIED EXCAVATION - CY 34,946.00 $ 6.00 209,676.00 $ 7.98 $ 278,869.08 205(A) - TYPE A-SALVAGED TOPSOIL - LSUM 1.00 $ 22,500.00 $ 22,500.00

More information

OKLAHOMA TURNPIKE AUTHORITY

OKLAHOMA TURNPIKE AUTHORITY PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 70,000.00 $70,000.00 $ 15,735.00 $ 15,735.00 $ 60,000.00 $ 60,000.00 $ 25,000.00 $ 25,000.00 $ 20,000.00 $ 20,000.00 201(A) CLEARING & GRUBBING

More information

A DESIGN-BUILD PROJECT

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

More information

2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.

2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY. ALLEY: 5600 BLOCK OF N. LAKE DRIVE 1 Remove concrete pavement 800 SY $ 11.07 $ 8,856.00 $ 5.31 $ 4,248.00 $ 12.70 $ 10,160.00 $ 6.20 $ 4,960.00 $ 9.27 $ 7,416.00 $ 16.75 $ 13,400.00 2 6" Aggregate Dense

More information

Department of Public Works Engineering

Department of Public Works Engineering Department of Public Works Engineering DATE: January 27, 2016 TO: Honorable Chairman and Public Utility Authority Members FROM: Cynthia M. Herrera, MMC, Interim Executive Director/ City Clerk BY: Nathan

More information

Reviax Constracting Corp. DeSantis Construction

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

More information

CITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS

CITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS 1 2 3 4 5 6 MOBILIZATION per the General Requirements, Sections 01292 and 01721 ALLOWANCE for Differing Site Condition per the General Requirements, Sections 01212 and 01253 ALLOWANCE for Participating

More information

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

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

More information

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO ADDENDUM NO. 1 10 th STREET WEST GAP CLOSURE This addendum forms a part of the contract documents for the above identified project and modifies the original specifications, plans, and contract documents

More information

CITY OF TAMPA ADDENDUM 2. April 18, 2018

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

More information

CITY OF TAMPA ADDENDUM NO. 1. DATE: December 3, Contract 14-C-00033; Tampa Riverwalk Doyle Carlton Drive Segment and Seawall Repair

CITY OF TAMPA ADDENDUM NO. 1. DATE: December 3, Contract 14-C-00033; Tampa Riverwalk Doyle Carlton Drive Segment and Seawall Repair CITY OF TAMPA Bob Buckhorn, Mayor CONTRACT ADMINISTRATION DEPARTMENT David L. Vaughn, AIA, Director ADDENDUM NO. 1 DATE: December 3, 2014 Contract 14-C-00033; Tampa Riverwalk Doyle Carlton Drive Segment

More information

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

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

More information

NOTICE OF AWARD OF CONTRACT S.R. 408/S.R.417 INTERCHANGE IMPROVEMENTS PHASE 1. Project No. 253F Contract No

NOTICE OF AWARD OF CONTRACT S.R. 408/S.R.417 INTERCHANGE IMPROVEMENTS PHASE 1. Project No. 253F Contract No NOTICE OF AWARD OF CONTRACT S.R. 408/S.R.417 INTERCHANGE IMPROVEMENTS PHASE 1 Project No. 253F Contract No. 001118 October 8, 2015 Bids for this project were received and opened on September 16, 2015,

More information

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT: ADDENDU #1 arch 12, 2019 BID FOR PLACE DATE: PROJECT: oore, Oklahoma 34 th Street, Telephone Rd to Santa Fe Ave Roadway Widening Proposal of (hereinafter called BIDDER ), doing business as a Corporation

More information

Annual Services Construction Contract (ASCC) #15 Project Number: PUCN

Annual Services Construction Contract (ASCC) #15 Project Number: PUCN Annual Services Construction Contract (ASCC) #15 Project Number: PUCN-16-0023 Engineer's Estimate Inlet Construction, Inc. Peters & White Construction Inc. Worley Turf & Irrigation Inc. East West Construction

More information

CONTRACT TIME DETERMINATION

CONTRACT TIME DETERMINATION CONTRACT TIME DETERMINATION MISSOURI DEPARTMENT OF TRANSPORTATION March 15, 2004 DEFINITIONS Calendar Day: Any day shown on the calendar beginning and ending at midnight. Working Day: A calendar day during

More information

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075 Office of the County Executive Alan J. McCarthy County Executive Department of Finance Purchasing Division Ken Jackson Purchasing/Fleet/Leasing Mgr. Alfred C. Wein, Jr. Purchasing Office Director of Administration

More information

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

Sandalfoot Blvd. & SR 7 and SW 3rd St. & SR 7 Bridge Replacements WEEKLEY ASPHALT PAVING, INC. KIEWIT INFRASTRUCTURE CO. RUSSELL ENGINEERING ROADWAY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 BRIDGE 37 38 39 40 41 42 43 REGULAR PAY Mobilization 1 LS $ 424,200.00 $ 238,930.61 $ 445,000.00

More information

2001 Average Bid Tabs

2001 Average Bid Tabs Municipality of Anchorage Department of Planning, Development and Public Works Project Management and Engineering Department 2001 Average Bid Tabs SPEC. 20.02 Clearing and Grubbing 1 L.S. $ 750.00 $ 11,793.52

More information

PAM'S PERENNIAL PLANT FARM, LLC Item List January 20, 2019 Plant Quantity On Hand PRICE

PAM'S PERENNIAL PLANT FARM, LLC Item List January 20, 2019 Plant Quantity On Hand PRICE ACER FREEMANII CELEBRATION 2" BB 4 $175.00 ACER P. EMPORER ONE #10 13 $120.00 ACER P. TAMUKAYAMA #15 6 $135.00 ACER P. TAMUKAYAMA #7 7 $110.00 ACER RUBRUM RED SUNSET 1.25" BB 3 $95.00 ACER RUBRUM RED SUNSET

More information

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This

More information

ALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUN

ALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUN ALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUNITY DEVELOPMENT DISTRICT CITY OF SWEETWATER, FLORIDA

More information

TABULATION OF BIDS 1 L.S. $ 5, $ 5, $ 27, $ 27,000.00

TABULATION 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 information

AECOM Redoubt Road - Mill Road Corridor Project Appendix B Cost Estimate Revision B 20-Jul-2014 Prepared for Auckland Transport Co No.: N/A Item Description Unit QTY Rates $ Alternative Alignment - Option

More information

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

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

More information

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

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

More information

ADDENDUM No. 1 January 29, Paving Program Village of Milford

ADDENDUM No. 1 January 29, Paving Program Village of Milford ADDENDUM No. 1 2018 Paving Program Village of Milford The following changes, additions, and/or clarifications to the Contract Documents shall be incorporated in said documents and shall be allowed for

More information

DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates

DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates (Alternative 1 - Doran Overpass) PROJECT DESCRIPTION Limits Doran Street from Commercial

More information

The bid due date has been changed to 2:50 p.m. May 25, 2018.

The bid due date has been changed to 2:50 p.m. May 25, 2018. May 18, 2018 BL051-18 Addendum #1 Construction and Rehab of Gravity and Sewer Force Mains on an Contract Make the following changes/additions or clarifications to the above referenced bid: The bid due

More information

Tabulation of Bids. Counties: ROUTE 94 BLACK CREEK TRIBUTARY CULVERT REPLACEMENT

Tabulation of Bids. Counties: ROUTE 94 BLACK CREEK TRIBUTARY CULVERT REPLACEMENT Page 1 of 20 16 SSSEX ROTE 94 BLACK CREEK TRIBTARY CLVERT REPLACEMENT CONSTRCTION CORP INC. (2) KONKS CORPORATION (3) NORTHEAST REMSCO CONSTRCTION INC Quantity and nits nit Price nit Price nit Price 0001

More information

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

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

More information

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

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

More information

Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL

Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL Date: BID PROPOSAL PROPOSAL OF A corporation A partnership consisting of An individual doing business as THE SAN ANTONIO WATER SYSTEM Pursuant to Instructions and Invitations to Bidders, the undersigned

More information

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/17/00 PAGE : 1 TABULATION OF BIDS

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/17/00 PAGE : 1 TABULATION OF BIDS PAGE : 1 CONTRACT DESCRIPTION : SP 03-626-17/ PLH 0399 (248) CONTRACT LOCATION: CSAH 26 WITHIN THE TAMARAC NATIONAL WILDLIFE REFUGE RECOMMENDATION: AWARD TO LOW BIDDER --------------------------------------------------------------------

More information

**REVISED BID PRICE FORM** October 24, 2018

**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 information

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL North Baker Ave. - City Limits to 23rd St. NE Bid Documents BD-1 To the Board of County Commissioners Douglas County, Washington Gentlemen: North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

More information

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL II. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL ITEM NO. 1: Page P-1, Proposal DELETE the Proposal (pages P-1 through P-9) in its entirety and REPLACE with the attached Proposal (pages P-1R

More information

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER DENVER INTERNATIONAL AIRPORT BID FORMS CONTRACT NAME: Contract No.: 201206054 BID LETTER BIDDER Manager of Aviation City and County of Denver Business Management Services (Procurement) Office Airport Office

More information

FALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST

FALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST FALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) 1 Contractor Quality Control 1 LS $50,000.00 $50,000.00 2 Mobilization 1 LS $100,000.00 $100,000.00 3 Location of Underground Utilities 1 LS $25,000.00

More information

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

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

More information

WAYNE COUNTY AIRPORT AIRPORT CAPITAL IMPROVEMENT PROGRAM (ACIP)

WAYNE COUNTY AIRPORT AIRPORT CAPITAL IMPROVEMENT PROGRAM (ACIP) WAYNE COUNTY AIRPORT AIRPORT CAPITAL IMPROVEMENT PROGRAM (ACIP) 2017 2026 DECEMBER 2015 Prepared For: Federal Aviation Administration Ohio Department of Transportation Office of Aviation Attachment A 10

More information

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL Solicitation No. B-11-030-BB Date: BID PROPOSAL PROPOSAL OF A corporation A partnership consisting of An individual doing business as THE SAN ANTONIO WATER SYSTEM Pursuant to Instructions and Invitations

More information

What are Capital Reserves?

What are Capital Reserves? Capital Reserves What are Capital Reserves? A separate account set up by the Association to fund large, non-annual repairs Stormwater pond repair, dredging and drainage improvements Fence repair, retaining

More information

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

Utility Committee Meeting AGENDA. October 3, 2017

Utility Committee Meeting AGENDA. October 3, 2017 Utility Committee Meeting AGENDA October 3, 2017 I. CALL TO ORDER II. MATTERS BEFORE COMMITTEE 1. Purchase - Gas Materials for Estates at Dean Hill Farms 2. Approval - 2016 CDBG Grant Construction Bid

More information

LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY

LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY January 5, 205 2 Partially Completed Single Family Lots (65' x 5' typical) 46 Completed Townhome Pads (22' x 50' typical) Sale. This letter of intent outlines

More information

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

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

More information

Both bids are substantially higher than the engineer s estimate of $362, The attached Bid Abstract shows the bid details.

Both 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 information

COST ESTIMATE and LETTER OF CREDIT FOR SITE DEVELOPMENT WORKS. PREPARED BY CSD-Planning Division. City of Kitchener- Letter of Credit (2017)

COST ESTIMATE and LETTER OF CREDIT FOR SITE DEVELOPMENT WORKS. PREPARED BY CSD-Planning Division. City of Kitchener- Letter of Credit (2017) This information is available in accessible formats upon request. Please call 519-741-2345 or TTY 1-866-969-9994 for assistance. COST ESTIMATE and LETTER OF CREDIT FOR SITE DEVELOPMENT WORKS PREPARED BY

More information

Town of Holly Springs Town Council Meeting Agenda Cover Sheet

Town of Holly Springs Town Council Meeting Agenda Cover Sheet Town of Holly Springs Town Council Meeting Agenda Cover Sheet Meeting Date: Nov. 6, 2018 Agenda Item #: 10d Agenda Placement: New Business (Recognitions (awards, proclamations), Requests & Communications

More information

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

TABLE 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 information

CITY OF SAN MARCOS ENGINEERING DIVISION

CITY OF SAN MARCOS ENGINEERING DIVISION AN APPLICANT S GUIDE TO PROCEDURES FOR: CITY OF SAN MARCOS ENGINEERING DIVISION 1 Civic Center Dr., San Marcos, CA 92069-2918 (760) 744-1050 FAX (760) 591-4135 FEE SCHEDULE FOR GRADING & IMPROVEMENT PLAN

More information

Opinion of Probable Cost

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

More information

CITY OF DEERFIELD BEACH Request for City Commission Agenda

CITY OF DEERFIELD BEACH Request for City Commission Agenda Item: CITY OF DEERFIELD BEACH Request for City Commission Agenda Agenda Date Requested: 7/10/2012 Contact Person: Charles DaBrusco, P.E., Director of Environmental Services Description: Award of contract

More information

DRAFT For Review SETTLERS POINTE LEXINGTON, SC. Prepared for: SETTLERS POINTE HOMEOWNERS ASSOCIATION. Prepared by:

DRAFT For Review SETTLERS POINTE LEXINGTON, SC. Prepared for: SETTLERS POINTE HOMEOWNERS ASSOCIATION. Prepared by: DRAFT For Review FULL RESERVE STUDY SETTLERS POINTE LEXINGTON, SC Prepared for: SETTLERS POINTE HOMEOWNERS ASSOCIATION LEXINGTON, SC Prepared by: CRITERIUM GILES ENGINEERS 7334 CHAPEL HILL ROAD, SUITE

More information

APPENDIX A-3: Cost Engineering

APPENDIX A-3: Cost Engineering APPENDIX A-3: Cost Engineering ALISO CREEK MAINSTEM ECOSYSTEM RESTORATION STUDY Orange County, California September 217 Orange County Public Works Environmental Resources Department This page intentionally

More information

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

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

More information