Town of Holly Springs Town Council Meeting Agenda Cover Sheet

Size: px
Start display at page:

Download "Town of Holly Springs Town Council Meeting Agenda Cover Sheet"

Transcription

1 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 (reports, information presentations), Public Hearings, Consent Agenda, Unfinished Business, New Business, Closed Session or Agenda Addition) Subject Title: NC 55 Superstreet at Sportsmanship Way Construction Contract Staff Resource(s): Mary DePina Action(s): Adopt a project budget Award the Sportsmanship Way construction contract to red Smith Company and provide $2,436,634 in funding, which consists of the base bid of $2,215,122 plus a 10% contingency of $221,512; and Award the Sportsmanship Way construction engineering and inspection (CEI) contract to Summit Engineering & Design and provide $220,000 in funding; and Approve execution of a supplemental agreement with NCDOT for a 50/50 split of additional funding in the amount of $1,777,967, and the Town s non-match amount of $577,967. Background: The Town and NCDOT are sharing costs in construction of a Sportsmanship Way connection to the NC 55 superstreet. The 2016 agreement provides an 80/20 split of federal funds in which NCDOT will provide $1.2 million to the project, and the Town will provide $300,00. The project is authorized to begin, but bids for construction, engineering and inspection during construction came in higher than the engineer s estimate because the cost of labor and materials has increased. Because of the cost overage, NCDOT has issued a supplement to the funding agreement with a 50/50 split with total federal funds of $1,777,967 and the Town s non-match amount of $577,967. Explanation: In 2016, the Town entered into a Municipal Agreement with NCDOT for the construction of the Sportsmanship Way connection to the NC 55 superstreet. Sportsmanship Way is approximately 1 mile north of Holly Springs Road. It serves as the access road from N. Main Street to the North Main Athletic Complex, (Ting Park). This will provide a much needed connection to Ting Park from Hwy. 55. The agreement is for three years with an 80/20 split with total federal funds of $1,200,000 and the Town s non-match amount of $300,000. Design has been completed, and NCDOT has authorized the Town to move forward with construction. When construction bids were opened in September, the low bidder was red Smith Company. A condition of the municipal agreement is that the Town will provide Construction Engineering and Inspection, (CEI) during construction. After a rigorous solicitation and selection process, Summit Design and Engineering Group was selected to provide these services. The low bid was 31% higher than the engineer s estimate. The design engineer justified the overage stating that the cost of labor and materials has increased Agenda Topic Cover Sheet / last modified Nov. 6, 2018

2 significantly in recent months. Research of NCDOT bid tabs over the past year confirms this. In addition, contractors are busy and are charging a premium in order to hire additional crew memebers and procure equipment necessary to complete the work. Because of the increased cost, NCDOT has issued a Supplemental Municipal Agreement with a 50/50 split with total ederal unds of $1,777,967 and the Town s non-match amount of $577,967. Another condition of the municipal agreement is that the Town must receive bid concurrence from NCDOT prior to awarding the construction contract. Bid concurrence is dependant upon council approving the construction contract. The construction contract stipulates that the unit prices submitted at bid will remain valid for 60 calendar days. After the 60 day window, the contractor may either adjust unit prices or withdraw the bid, altogether. Because we are fast approaching the 60 day window, it is necessary that bid concurrence be given promptly unding Source(s): BUDGET AMENDMENT to Transfer $2,656,634 from street reserves (22.95) to the project account NCDOT is committed to reimbursing the Town a total amount of $1,777, The reimbursements will be used to replenish street reserves (22.95) Agenda Topic Cover Sheet / last modified Nov. 6, 2018

3

4 COUNTY O WAKE D.B. 5418, PG. 249 B.M. 2012, PG NC D R IV E C P.I.N NC 55 BYPASS SUPERSTREET ( CO NNECTI O N AT SPO RTSM ANSHI P W AY) U5118 JB CO NCEPT DRAW I NG NC5 5BYP ASS BLANCHE W. HINTON ESTATE ILE: 12-E-1476 D.B , 1121 W CW P.I.N W W C ET RE ST PROPOSED RETAINING WALL N TO EA EXI ST I NG R I GHT OWAY C B R W UNDERGROUND CONCRET E WA L KWA Y CBRW D.B , PG LOT 2 TRACT 2 D.B , PG B.M. 2013, PG. 310 TRACT 1 P.I.N PREPARED OR: B.M. 2013, PG. 310 H S P.I.N N A B.M. 2015, PG TOWN O HOLLYSPRINGS M TS B.M. 2013, PG. 310 THE COUNTY OWAKE D.B. 5448, PG. 2 R TRACT 1 O P S TOWN O HOLLY SPRINGS 7011 Al bertpi ckrd SteG Greensboro,NC t: l i cense#:c0832 www. wi thersravenel. com G R A V E L ASS P Y 5B 5 Engi neer s Pl anner s Sur veyor s Wi thersravenel C LOT 1 P I B.M. 2015, PG W P.I.N Y A Legend EXISTING RIGHT O WAY, PROPERTY LINES TEMPORARY CONSTRUCTION EASEMENT PROPOSED ROADWAY PROPOSED STRUCTURES, ISLANDS, CURB AND GUTTER EXISTING STRUCTURES, ISLANDS, CURB AND GUTTER TO BE RETAINED PROPOSED GRASS MEDIAN, GRASS SLOPES C PROPOSED LIMIT O DISTURBANCE (CUT) PROPOSED LIMIT O DISTURBANCE (ILL) EXISTING RETAINING WALLS TO BE RETAINED LAKES, RIVERS, STREAMS AND PONDS 20 PROPOSED SIGNAL (ENGLISH)

5 Town of Holly Springs Certified Bid Tabulation for NC 55 Bypass at Sportsmanship Way (TIP No. U 5118 JB) Bid Date/Time: September 7, PM Carolina Sunrock, LLC SC II, LLC DBA red Smith Co. Triangle Grading & Paving, Inc. Engineer's Estimate Line Item No. Std. Item No. Item Description Unit Est. Quan. Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price N MOBILIZATION LS 1 $ 139, $ 139, $ 110, $ 110, $ 170, $ 170, , $ 89, N CONSTRUCTION SURVEYING LS 1 $ 29, $ 29, $ 34, $ 34, $ 150, $ 150, , $ 28, E CLEARING & GRUBBING ACR 2.4 $ 12, $ 29, $ 13, $ 31, $ 15, $ 36, , $ 8, E SUPPLEMENTAL CLEARING & GRUBBING ACR 1 $ 9, $ 9, $ 1.00 $ 1.00 $ 4, $ 4, , $ 3, E UNCLASSIIED EXCAVATION CY 2,000 $ $ 32, $ $ 60, $ $ 40, $ 12, E UNDERCUT EXCAVATION CY 1,000 $ $ 75, $ $ 30, $ $ 20, $ 30, E BORROW EXCAVATION CY 6,600 $ $ 190, $ $ 99, $ $ 165, $ 79, E TEMPORARY SHORING S 989 $ $ 49, $ $ 24, $ $ 98, $ 9, E REINORCED SOIL SLOPES SY 500 $ $ 50, $ $ 37, $ $ 50, $ 22, E OUNDATION CONDITIONING MATERIAL, MINOR STRUCTURES TON 100 $ $ 3, $ $ 5, $ $ 5, $ E OUNDATION CONDITIONING GEOTEXTILE SY 290 $ $ 7, $ 3.50 $ 1, $ 2.00 $ $ 1, E 15 RC PIPE CULVERTS, CLASS III L 797 $ $ 49, $ $ 51, $ $ 79, $ 39, E 18 RC PIPE CULVERTS, CLASS III L 204 $ $ 16, $ $ 13, $ $ 22, $ 12, E PIPE REMOVAL L 10 $ $ 1, $ $ $ $ $ N INE GRADING LS 1 $ 359, $ 359, $ 224, $ 224, $ 607, $ 607, , $ 100, E MILLING ASPHALT PAVEMENT, 1.5 DEPTH SY 910 $ $ 10, $ 8.50 $ 7, $ $ 13, $ 1, E INCIDENTAL MILLING SY 200 $ $ 5, $ $ 5, $ $ 8, $ E ASPHALT CONC BASE COURSE, TYPE B25.0C TON 2570 $ $ 157, $ $ 149, $ $ 359, $ 179, E ASPHALT CONC INTERMEDIATE COURSE, TYPE I19.0C TON 1370 $ $ 84, $ $ 84, $ $ 205, $ 82, E ASPHALT CONC SURACE COURSE, TYPE S9.5C TON 1040 $ $ 58, $ $ 73, $ $ 187, $ 46, E ASPHALT BINDER OR PLANT MIX TON 240 $ $ 170, $ $ 156, $ $ 156, $ 96, E PIPE COLLARS CY 0.4 $ 2, $ 1, $ 3, $ 1, $ 1, $ $ N MASONRY DRAINAGE STRUCTURES EA 15 $ 3, $ 50, $ 3, $ 52, $ 5, $ 75, , $ 21, E MASONRY DRAINAGE STRUCTURES L 22 $ $ 13, $ $ 4, $ $ 11, $ 9, N RAME WITH TWO GRATES, STD EA 3 $ $ 2, $ $ 2, $ 1, $ 3, $ 1, N RAME WITH TWO GRATES, STD EA 4 $ $ 3, $ $ 2, $ 1, $ 4, $ 1, N RAME WITH GRATE & HOOD, STD TYPE EA 4 $ $ 3, $ $ 3, $ 1, $ 4, $ 2, N RAME WITH GRATE & HOOD, STD TYPE G EA 2 $ $ 1, $ $ 1, $ 1, $ 2, $ 1, N RAME WITH COVER, STD EA 4 $ $ 2, $ $ 2, $ 1, $ 4, $ 2, N CONCRETE TRANSITIONAL SECTION OR CATCH BASIN EA 5 $ $ 3, $ $ 4, $ 1, $ 7, $ 4, N CONCRETE TRANSITIONAL SECTION OR DROP INLET EA 3 $ 1, $ 3, $ 1, $ 3, $ 1, $ 4, $ 2, E 1'-6" CURB AND GUTTER L 1555 $ $ 23, $ $ 23, $ $ 27, $ 24, E 2'-6" CURB AND GUTTER L 364 $ $ 6, $ $ 6, $ $ 9, $ 6, E 5" MONOLITHIC CONCRETE ISLANDS (KEYED IN) SY 715 $ $ 53, $ $ 50, $ $ 46, $ 42, N ADJUSTMENT O DROP INLET EA 1 $ $ $ 1, $ 1, $ 1, $ 1, $ N CONVERT EXISTING DROP INLET TO JUCTION BOX W/ MH EA 2 $ 1, $ 3, $ 1, $ 2, $ 1, $ 3, , $ 5, N CONVERT EXISTING JUCTION BOX TO DROP INLET EA 1 $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, , $ 1, E STEEL BEAM GUARDRAIL L 350 $ $ 10, $ $ 7, $ $ 8, $ 5, E STEEL BM GUARDRAIL, SHOP CURVED L 181 $ $ 9, $ $ 3, $ $ 4, $ 3, N ADDITIONAL GUARDRAIL POST EA 5 $ $ $ $ $ $ $ N GUARDRAIL END UNITS, TYPE TL-3 EA 2 $ 4, $ 9, $ 3, $ 6, $ 3, $ 7, , $ 3, E REMOVE & RESET EXISTING GUARDRAIL L 115 $ $ 2, $ $ 1, $ $ 1, $ E REMOVE EXISTING GUARDRAIL L 606 $ 5.90 $ 3, $ 2.00 $ 1, $ 3.00 $ 1, $ E RIP RAP, CLASS I TON 3 $ $ $ $ $ $ $ Town of Holly Springs U 5118 JB Bid Tabulation Opening: September 7, 2018 Page 1 of 3

6 Town of Holly Springs Certified Bid Tabulation for NC 55 Bypass at Sportsmanship Way (TIP No. U 5118 JB) Bid Date/Time: September 7, PM Carolina Sunrock, LLC SC II, LLC DBA red Smith Co. Triangle Grading & Paving, Inc. Engineer's Estimate Line Item No. Std. Item No. Item Description Unit Est. Quan. Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price E GEOTEXTILE OR DRAINAGE SY 1,100 $ 4.05 $ 4, $ 2.75 $ 3, $ 1.00 $ 1, $ 4, E CONTRACTOR URNISHED, TYPE E AND S 79 $ $ 1, $ $ $ $ 1, $ 1, E SUPPORTS, 3 LB STEEL U CHANNEL L 256 $ 8.80 $ 2, $ 7.00 $ 1, $ 8.00 $ 2, $ 1, N SIGN ERECTION, TYPE D EA 1 $ $ $ $ $ $ $ N SIGN ERECTION, TYPE E EA 6 $ $ $ $ $ $ $ N SIGN ERECTION, TYPE EA 23 $ $ 3, $ $ 3, $ $ 2, $ 1, N SIGN ERECTION, RELOCATE, TYPE E (GROUND MOUNTED) EA 1 $ $ $ $ $ $ $ N DISPOSAL O SUPPORT, U CHANNEL EA 1 $ $ $ $ $ $ $ N GENERIC TRAIC CONTROL ITEM, TRAIC CONTROL LS 1 $ 148, $ 148, $ 165, $ 165, $ 100, $ 100, , $ 95, N LAW ENORCEMENT HR 20 $ $ 1, $ $ 1, $ $ 1, $ E THERMOPLASTIC PAVEMENT MARKING (4", 90 MILS) L 3,936 $ 3.10 $ 12, $ 2.50 $ 9, $ 2.50 $ 9, $ 1, E THERMOPLASTIC PAVEMENT MARKING LINES (4", 120 MILS) L 254 $ 3.10 $ $ 2.50 $ $ 2.50 $ $ E THERMOPLASTIC PAVEMENT MARKING LINES (8", 90 MILS) L 1,557 $ 4.35 $ 6, $ 3.50 $ 5, $ 4.00 $ 6, $ 2, E THERMOPLASTIC PAVEMENT MARKING LINES (8", 120 MILS) L 838 $ 4.35 $ 3, $ 3.50 $ 2, $ 3.50 $ 2, $ 2, E THERMOPLASTIC PAVEMENT MARKING LINES (24", 120 MILS) L 127 $ $ 2, $ $ 1, $ $ 1, $ 1, E THERMOPLASTIC PAVEMENT MARKING CHARACTER (120 MILS) EA 8 $ $ 1, $ $ $ $ $ E THERMOPLASTIC PAVEMENT MARKING SYMBOL (90 MILS) EA 21 $ $ 4, $ $ 3, $ $ 3, $ 2, N REMOVAL O PAVEMENT MARKINGSYMBOLS & CHARACTERS EA 3 $ $ $ $ $ $ $ N PERMANENT RAISED PAVEMENT MARKERS EA 100 $ $ 3, $ $ 3, $ $ 3, $ 2, E INSTALL ELECTRICAL CONDUIT (PROVIDED BY DUKE ENERGY) L 350 $ $ 10, $ $ 4, $ $ 10, $ E ABANDON UTILITY MANHOLE EA 2 $ 1, $ 3, $ 1, $ 2, $ 3, $ 6, $ E TEMPORARY SILT ENCE L 1,025 $ 3.55 $ 3, $ 3.00 $ 3, $ 3.00 $ 3, $ 2, E STONE OR EROSION CONTROL, CLASS B TONS 40 $ $ 3, $ $ 2, $ $ 3, $ 1, E SEDIMENT CONTROL STONE TONS 64 $ $ 4, $ $ 2, $ $ 4, $ 2, E TEMPORARY MULCHING ACR 3 $ 2, $ 7, $ 1, $ 3, $ 1, $ 5, $ 2, E SEED OR TEMPORARY SEEDING LB 150 $ $ 1, $ 9.00 $ 1, $ 5.00 $ $ E ERTILIZER OR TEMPORARY SEEDING TON 1 $ 1, $ $ 2, $ 1, $ 1, $ , $ E SILT EXCAVATION CY 160 $ $ 7, $ $ 1, $ 3.00 $ $ 1, E MATTING OR EROSION CONTROL SY 500 $ 5.50 $ 2, $ 2.25 $ 1, $ 3.00 $ 1, $ 1, E 1/4" HARDWARE CLOTH L 480 $ 4.70 $ 2, $ 4.00 $ 1, $ 4.00 $ 1, $ 1, E 24" TEMPORARY PIPE L 436 $ $ 17, $ $ 13, $ 1.00 $ $ 10, E TEMPORARY PIPE OR STREAM CROSSING L 25 $ $ 5, $ $ 1, $ $ 1, $ 1, N SPECIAL STILLING BASIN EA 2 $ 1, $ 2, $ 1, $ 3, $ 1, $ 2, , $ 20, E SEEDING & MULCHING ACR 3 $ 3, $ 10, $ 3, $ 9, $ 3, $ 10, , $ 9, E GENERIC EROSION CONTROL ITEM, DIVERSION PUMPING LS 1 $ 17, $ 17, $ 25, $ 25, $ 1.00 $ , $ 37, N CONCRETE WASHOUT STRUCTURE EA 1 $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, , $ 3, N GENERIC PLANTING ITEM, CLETHRA ALNIOLIA, SIXTEEN CANDLES EA 139 $ $ 4, $ $ 3, $ $ 7, $ 4, N GENERIC PLANTING ITEM, ROSA 'KNOCKOUT' EA 4 $ $ $ $ $ $ $ N GENERIC PLANTING ITEM, SPIRAE JAPONICA, 'GOLDMOUND' EA 6 $ $ $ $ $ $ $ Town of Holly Springs U 5118 JB Bid Tabulation Opening: September 7, 2018 Page 2 of 3

7

8 October 31, 2018 Ms. Kendra Parrish, P.E. Director of Engineering Town of Holly Springs 128 South North Main Street P.O. Box 8 Holly Springs, NC RE: NC 55 Bypass Intersection with Sportsmanship Way TlP Number: U 5118 JB Town Project Number: Bid Evaluation and Award Recommendation Dear Ms. Parrish: The bid opening for the subject project was originally scheduled for August 17, Since only 2 bids were received, the project was re bid and bids were received on September 7, The purpose of this letter is to present our evaluation of the bids and make a recommendation for award. A tabulation of the bids was prepared using the unit prices provided on each bid form. The certified bid tabulation is attached. The bid form included 125 individual bid items, and a total of 3 bids were received and opened. SC II, LLC dba red Smith Co. was the low bidder with a total bid amount of $2,215, The second lowest bidder was Carolina Sunrock, LLC with a bid of $2,794, The highest and final bidder was Triangle Grading & Paving, Inc. with a bid of $3,389, Review of the bid submittal documentation revealed that the bid was complete, the extended prices were correctly computed, and all supporting documentation requested for the bid was provided. All contractors are prequalified with NCDOT. The low bid is 31% above the Engineer s Estimate provided by WithersRavenel dated May 3, or several of the bid items, the unit costs submitted by the bidders were significantly higher than what we would have reasonable estimated based on the cost data available at the time the final estimate was prepared. After a discussion with the contractor regarding the items with the largest discrepancies, we have updated the Engineer s Estimate to reflect the higher costs. The modifications to our estimate are highlighted in green in the attached Revised Engineer s Estimate. Below is a breakdown of the eight items and the contractor s explanation of the cost variation. Item #1 Mobilization Lump Sum The subtotal cost of the contractor bid was higher than the engineer s estimate therefore the Mobilization Cost was higher. Mobilization is capped at 5%. Item #5 Unclassified Excavation Cubic Yard Due to the size and shape of the project multiple pieces of equipment will be required for earthwork. The work is more labor intensive that linear grading. 424 Gallimore Dairy Road, Suite C Greensboro, NC t: f: License No. C 0832 Asheville Cary Greensboro Pittsboro Raleigh Wilmington

9 Item #15 ine Grading Lump Sum The fine grading is calculated for the entire disturbed area and includes grading all areas to final required elevation. Due to the size and shape of the project multiple pieces of equipment will be required for earthwork. The work is more labor intensive that linear grading. Item #21 Asphalt Binder for Plant Mis Ton The price is based on the cost provided by the supplier, then tax, transportation and profit are added. Item #53 Generic Traffic Control Lump Sum The contractor breaks down the manhours and material required for the project, then assigns it to a lump sum cost. Item #115 Removal of Existing Structure Lump Sum The cost includes removal of the structure, on site demolition to manageable pieces, haul and disposal cost. Item #116 Culvert Excavation Lump Sum The cost includes both the excavation and the backfill for the area. Item #117 Class A Concrete Cubic Yard The cost to construct and remove the forms for construction of the culvert is included in the cost. The original Engineer s Estimate dated May 3, 2018 was not updated prior to the latest re bid. The Revised Engineer s Estimate corresponds to the unit price breakdown in the latest bid form included in the contract documents. Based on the revisions, the Engineer s Estimate is now within 2.5% of the apparent low bid. Based on our review of the bid tabulation and the supporting documentation provided, we recommend that the Town of Holly Springs award the contract to SC II, LLC dba red Smith Co. Please let us know if you have any questions. Sincerely, WithersRavenel rances S. Gallagher, PE Project Manager Attachments: Certified Bid Tabulation, Construction Bid Opening Responsiveness Checklist, Revised Engineer s Estimate ile: October 31, 2018 Ms. Kendra Parrish, P.E. Page 2 of 2

10 NORTH CAROLINA SUPPLEMENTAL AGREEMENT WAKE COUNTY DATE: 10/24/2018 NORTH CAROLINA DEPARTMENT O TRANSPORTATION TIP #: U-5118 JB AND WBS ELEMENTS: PE ROW TOWN O HOLLY SPRINGS CON OTHER UNDING: EDERAL-AID #: STPDA-0055(045) CDA #: TOTAL SUPPLEMENTAL UNDS [NCDOT PARTICIPATION] $577,967 THIS AGREEMENT is made and entered into on the last date executed below, by and between the North Carolina Department of Transportation, an agency of the State of North Carolina, hereinafter referred to as the Department, and the Town of Holly Springs, hereinafter referred to as the Municipality. W I T N E S S E T H: WHEREAS, the Department and the Municipality on 8/5/2016, entered into a certain Project Agreement for the original scope: the construction of a superstreet on NC 55 Bypass at Sportsmanship Way in Holly Springs, programmed under Project U-5118 JB; and, WHEREAS, this Supplemental Agreement is to provide additional federal funding for the Project. NOW THEREORE, the parties wish to supplement the aforementioned Agreement whereby the following provisions are amended: UNDING The Department s original participation was $1,200,000. The Department agrees to reimburse the Municipality an additional $577,967 of STBGDA funds. Agreement ID #

11 The Municipality s original match was $300,000. The Municipality will provide $577,967 as their additional local match. REVISED UNDING TABLE und Source ederal unds Reimbursement Non-ederal Non-ederal Amount Rate Match $ Match Rate STPDA $1,200, % $300, % (original agreement) STBGDA $577, % $577, % (Supplemental) Total Estimated Cost $2,655,934 Except as hereinabove provided, the Agreement heretofore executed by the Department and the Municipality on 8/5/2016, is ratified and affirmed as therein provided. Agreement ID #

12 IN WITNESS WHEREO, this Agreement has been executed, in duplicate, the day and year heretofore set out, on the part of the Department and the Municipality by authority duly given. L.S. ATTEST: TOWN O HOLLY SPRINGS BY: TITLE: DATE: BY: TITLE: DATE: NCGS and Executive Order 24 prohibit the offer to, or acceptance by, any State Employee of any gift from anyone with a contract with the State, or from any person seeking to do business with the State. By execution of any response in this procurement, you attest, for your entire organization and its employees or agents, that you are not aware that any such gift has been offered, accepted, or promised by any employees of your organization. Approved by (Governing Board) of the Town of Holly Springs as attested to by the signature of, Clerk of the (Governing Board) on (Date) This instrument has been pre-audited in the manner required by the Local Government Budget and iscal Control Act. (SEAL) (INANCE OICER) ederal Tax Identification Number Remittance Address: Town of Holly Springs DEPARTMENT O TRANSPORTATION BY: (CHIE ENGINEER) DATE: APPROVED BY BOARD O TRANSPORTATION ITEM O: (Date) Agreement ID #

13 Project Name: Estimate Prepared By: Project No. Date Engineers Project Budget NMAC Off Site Roadways MKD Technical/Professional Services Professional Services, remaining $5, NCDOT Signal Permit Review ee $5, NCDOT Municipal Agreement or GRANT Project Estimate Comment Legal & Admin Legal (recordation) $5, Administration $2, Property/Land & ROW ROW/Sidewalk Easement/Temp Const Easeestimated by Real Estate Specialist Construction Construction of Bypass access Utility Construction Embarq Time Warner Cable PGN Overhead and Underground Utility Relocation $0.00 Wake Co Land Dedication $2,436, incl. 10% contengency PGN Lighting Construction Administration $219, Materials and Testing Enhancement ee (NCDOT) $0.00 Sub-Total $2,672, TOWN CONTRIBUTION GRAND TOTAL $2,672, unding Sources NCDOT Reimbursement $1,777, Original Amt.$1,200,000 plus add'l amt. $577,967 Street Reserves $889, Original Amt. $300,000 plus add l amt. $577,967 less remaining design fees Total $2,667, Notes: 1.This estimate is preliminary and is subject to change. 2.Utility Relocation Costs unknown at this time 3. Holly Springs CIP Page EEB Project Budget

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

More information

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

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

More information

CITY 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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

More information

CITY OF MISSION VIEJO PUBLIC WORKS FEE SCHEDULE

CITY OF MISSION VIEJO PUBLIC WORKS FEE SCHEDULE CITY OF MISSION VIEJO PUBLIC WORKS FEE SCHEDULE GENERAL INSTRUCTIONS 1. This pamphlet lists services available or required to process your project and fees or charges for these services. 2. Fees or deposits

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

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

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 SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST

CITY 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 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

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

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

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

SAN RAFAEL CITY COUNCIL AGENDA REPORT

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

More information

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

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

I. J~ /.. RrECE~VfEfD 9J7J:. 13~ 7b 1/1~ COUNCIL. ~ 1-j r-(lk. 1 1-'> lft:; WHATCOM COUNTY COUNCIL AGENDA BILL

I. J~ /.. RrECE~VfEfD 9J7J:. 13~ 7b 1/1~ COUNCIL. ~ 1-j r-(lk. 1 1-'> lft:; WHATCOM COUNTY COUNCIL AGENDA BILL WHATCOM COUNTY COUNCIL AGENDA BILL NO. 2016-248 CLEARANCES Initial Date Date Received in Council Office AxendaDate Assixned to: Originator: James Karcher, P.E. 9J7J:. 1 1-'> lft:; RrECE~VfEfD Division

More information

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

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

More information

ADDENDUM 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

Preliminary Budget Cost Estimate-Raft Island RIIA Roads 26952 SY Construction Items Budget Preliminary Temporary Erosion Control/Miscellaneous Work $ 18,500.00 Traffic Control $ 10,000.00 Pulverizing $

More information

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

Patchogue Road Culvert Crossing IFB ADDENDUM #1 07/13/2015. Addendum #1 addresses the questions submitted by contractors.

Patchogue Road Culvert Crossing IFB ADDENDUM #1 07/13/2015. Addendum #1 addresses the questions submitted by contractors. Patchogue Road Culvert Crossing IFB 2015-03 ADDENDUM #1 07/13/2015 Addendum #1 addresses the questions submitted by contractors. Q1: Bid Item shows 22 LF of 60 RCP but plans show 27 LF, please clarify.

More information

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

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

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

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

SUPPLEMENTAL SPECIFICATION CRITICAL PATH METHOD CONSTRUCTION SCHEDULES

SUPPLEMENTAL SPECIFICATION CRITICAL PATH METHOD CONSTRUCTION SCHEDULES March 1, 2007 SUPPLEMENTAL SPECIFICATION CRITICAL PATH METHOD CONSTRUCTION SCHEDULES General This supplemental specification addresses the Critical Path Method (CPM) construction schedule requirements

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

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

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

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

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 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: 6/5/2012 Contact Person: Charles DaBrusco, P.E., Director of Environmental Services Description: Award of contract

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

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

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

More information

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 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

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

Route Route Z Intersection Realignment

Route Route Z Intersection Realignment Route N @ Route Z Intersection Realignment Sponsor County Highway Project No. RB18-000016 Project Type Traffic Flow TOTAL FUNDING Total County Sponsor Federal $3,310,000 $1,776,000 $0 $1,534,000 Project

More information

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

QUONSET 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 information

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

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

More information

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OLMSTED 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 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

NOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 CHANGES TO PROPOSAL OR PLANS

NOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 CHANGES TO PROPOSAL OR PLANS NOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 This Addendum changes the terms of the Bid Proposal and/or plans associated with the project indicated below. By submitting a bid, any and all

More information

NON-STATE SYSTEM STREET-AID ALLOCATION (POWELL BILL) N.C. Department of Transportation Financial Management Division

NON-STATE SYSTEM STREET-AID ALLOCATION (POWELL BILL) N.C. Department of Transportation Financial Management Division APRIL 2006 State Authorization: N.C.G.S. 136-41.1 through 41.3 N.C. Department of Transportation Financial Management Division Agency Contact Person Program Betsy G. Williams, Manager Powell Bill Program

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

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

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

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

More information

A Galveston County MUD No. 6 Page 1 Operating Fund August 6, 2018 CASH-CHECKING (End of last report) ($10,592.38) ADD: Maintenance tax $625.32 From M.M. $20,000.00 Voided Checks From Construction Interest

More information

Galveston County MUD No. 6 Page 1 Operating Fund September 10, 2018

Galveston County MUD No. 6 Page 1 Operating Fund September 10, 2018 A Galveston County MUD No. 6 Page 1 Operating Fund September 10, 2018 CASH-CHECKING (End of last report) ($6,819.44) ADD: Maintenance tax $217.73 From M.M. $10,000.00 Voided Checks From Construction Interest

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

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1113 VALUE ENGINEERING IN CONSTRUCTION. October 19, 2012

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1113 VALUE ENGINEERING IN CONSTRUCTION. October 19, 2012 STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1113 VALUE ENGINEERING IN CONSTRUCTION October 19, 2012 1113.01 Description 1113.02 References 1113.03 Definitions 1113.04 Value Engineering Change

More information

Public Works Maintenance STORMWATER AND

Public 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 information

STANDARD PROCEDURE FOR VALUE ENGINEERING IN CONSTRUCTION

STANDARD PROCEDURE FOR VALUE ENGINEERING IN CONSTRUCTION Standard Procedure No.: 510-008(SP) Effective Date: September 14, 2011 Responsible Division: Construction Management Approved: Megan Blackford, P.E. Deputy Director, Division of Construction Management

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

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

August 22, Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA

August 22, Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA August 22, 2016 Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA RE: Hammond Northshore Regional Airport Runway 18-36/13-31 Runway Intersection

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

CANTON COMMUNITY REQUEST FOR BOARD ACTION

CANTON 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 information

CITY-TIF COMMISSION EXPENSES Cost Description Project Cost Data Reimbursable From Public Funds Developer Equity COST TIF Super TIF State TIF CID SCTC PRIVATE I. Legal $ 750,000 $ 750,000 $ - $ - $ - $

More information

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM NAME OF CONTRACTOR PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM PROJECT NO. 4907 1.08 miles of roadway reconstruction including clearing, grade establishment, sand subbase,

More information

Solicitation/Proposal/Award (Construction) PROPOSAL

Solicitation/Proposal/Award (Construction) PROPOSAL SOLICITATION: PL-K-REC-09-001-17-011, Amendment #03. Solicitation/Proposal/Award (Construction) PROPOSAL Offerors shall enter in the space below a Total Lump Sum Cost Proposal. A. Total Lump Sum Cost Proposal:

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

BID TABULATION PAGE 1 OF 6

BID TABULATION PAGE 1 OF 6 BID TABULATION PAGE 1 OF 6 BID PRE-BID ESTIMATE R.G. Huston Company, Inc. Kopplin & Kinas Co., Inc. Cottage Grove, WI Green Lake, WI NO. DESCRIPTION OF WORK QUANT. UNITS UNIT PRICE AMOUNT UNIT PRICE AMOUNT

More information

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

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

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

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

RFB Addendum 3

RFB Addendum 3 Yes GENERAL CONDITIONS 1.00 MOBLIZATION AND DEMOBILIZATION 1 LS $ 293,750.00 $ 293,750.00 1.01 STORMWATER POLLUTION PREVENTION PLAN (INCLUDES EROSION CONTROL AND SEDIMENT IMPLEMATION PLAN) 1.02 STORMWATER

More information

BID DOCUMENTS & SPECIFICATIONS

BID DOCUMENTS & SPECIFICATIONS BID DOCUMENTS & SPECIFICATIONS For WILDERNESS DRIVE DRAIN Sections 2-3 & 10, DeWitt Township Clinton County, Michigan Prepared for Phil Hanses 100 M-21 St Johns, MI 48879 October 25, 2016 Prepared by:

More information

REQUEST FOR PROPOSAL. Concrete Work at Grand Ravines County Park

REQUEST 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 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

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

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

More information