A DESIGN-BUILD PROJECT
|
|
- Estella Pope
- 6 years ago
- Views:
Transcription
1 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, Virginia State Project No.: U Federal Project No.: STP-5A01(181) Contract ID No.: C DB59 Date: February 6, 2014
2 ATTACHMENT DESIGN-BUILD PRICE PROPOSAL CHECKLIST Project Name: Fall Hill Avenue Widening and Mary Washington Boulevard Extension Contract ID Number: C DB59 Contents of Price Proposal: Proposal Price, in both numbers and words (Attachment 4.8.1) Schedule of Items itemized in accordance with Part 1, Section 4.8.2, including material quantities and costs of each proposed work package Proposed Monthly Payment Schedule showing the anticipated schedule on which funds will be required and associated value of work in accordance with Part 1, Section Price Adjustment Information and Forms for Fuel, Asphalt and Steel, including identification of pay items and associated quantities eligible for adjustment (Part 3, Section 6.3, Attachments 6.3) Proposal Guaranty (C-24) required by Section of Part 5, Division I Amendments to the Standard Specifications Sworn Statement Forms (C-104, C-105, Attachments 4.8.6(a) and 4.8.6(b)) DBE Requirements Forms (C-111, C-49 and C-112) as applicable (Attachments 4.8.7(a), 4.8.7(b) and 4.8.7(c)) CD-ROM containing the entire Price Proposal in a single cohesive Adobe PDF file 1 of 1
3 4.8.1 Price Proposal
4
5 4.8.2 Schedule of Items
6 Attachment State Project U VDOT Item Code 1 Item Description SCHEDULE OF ITEMS This Schedule of Items shall identify the total material quantities and costs of each proposed pay item, using item codes and units of measure that are consistent with VDOT's list of standard and non-standard item codes. Any pay items considered for price adjustments shall be identified. The values and quantities shall be clearly supported by the escrowed pricing documents. Date: 2/6/2014 Fuel (F) or Price (P) Budgeted Cost Adjustment App Quantity Unit 1 ($) NS DESIGN SERVICES 1 LS $ 5,500, MOBILIZATION 1 LS $ 1,900, CONSTRUCTION SURVEYING (CONSTR.) 1 LS $ 250, NS QUALITY ASSURANCE 1 LS $ 1,000, NS QUALITY CONTROL 1 LS $ 1,080, CLEARING & GRUBBING 1 LS $ 560, REMOVAL OF SIDEWALK & ENTRANCE 2,560 SY $ 51, REMOVAL OF COMB. CURB & GUTTER 15,301 LF $ 107, SILTATION CONTROL EXCAVATION 4,681 CY $ 131, INLET PROTECTION, TYPE A 14 EA $ 4, INLET PROTECTION, TYPE B 179 EA $ 28, INLET PROTECTION, TYPE C 19 EA $ 15, TEMP. SILT FENCE 13,408 LF $ 26, CHECK DAM, ROCK TY. I 3 EA $ 1, CHECK DAM, ROCK TY. II 26 EA $ 6, MOWING 250 HR $ 5, DEWATERING BASIN 2 EA $ 3, TEMP. SEDIMENT BASIN EXCAVATION 592 CY $ 11, REGULAR EXCAVATION F 102,953 CY $ 2,059, TOPSOIL CLASS A 12,237 CY $ 146, SETTLEMENT PLATE 4 EA $ 12, STD. COMB. CURB & GUTTER CG-6 24,004 LF $ 576, STD. CURB CG LF $ 10, STD. COMB. CURB & GUTTER CG LF $ 7, ENTRANCE GUTTER CG-9D 18 SY $ 1, CG-12 DETECTABLE WARNING SURFACE 77 SY $ 4, HYDR. CEMENT CONC. SIDEWALK 4" 7,919 SY $ 253, NS ROUNDABOUT TRUCK APRON 260 SY $ 48, MEDIAN STRIP MS-1 77 SY $ 6, MEDIAN STRIP MS-2 5,327 LF $ 319, NS SIGN/DIRECTION ISLANDS 356 SY $ 28, GUARDRAIL TERMINAL GR-11 4 EA $ 3, GUARDRAIL GR-2 1,025 LF $ 22, ALT. BREAKAWAY CABLE TERM. (GR-9) 6 EA $ 15, FIXED OBJECT ATTACH. GR-FOA-1 TY. 1 2 EA $ 5, FIXED OBJECT ATTACH. GR-FOA-2 TY.I 4 EA $ 10, FIXED OBJECT ATTACH. GR-FOA-2 TY.II 4 EA $ 2, REMOVE EXISTING GUARDRAIL 1,899 LF $ 11, REGULAR SEED 2,656 LB $ 37, OVERSEEDING 1,660 LB $ 13, LEGUME SEED 224 LB $ 5, LEGUME OVERSEEDING 140 LB $ 3, FERTILIZER ( ) 4 TON $ 6, LIME 57 TON $ 12, EROSION CONTROL MULCH 15 ACRE $ 24, SOIL STAB. MAT EC-3 TYPE A 460 SY $ 3, NS LIGHT POLE 4 EA $ 24, FENCE FE-CL 2,400 LF $ 48,000.00
7 22663 CORNER BRACE UNIT FE-CL 24 EA $ 3, LINE BRACE UNIT FE-CL 8 EA $ 1, NS FE-CL GATE (DOUBLE SWING) 4 EA $ 1, FENCE FE-W1 800 LF $ 4, LINE BRACE FE-W1 10 EA $ 1, CORNER BRACE FE-W1 2 EA $ CONCRETE CLASS A4 F 1,379 CY $ 1,034, CONCRETE CLASS A4 BRIDGE APPR. SLAB 205 CY $ 154, REINF. STEEL BRIDGE APPROACH SALB 30,814 LB $ 36, BRIDGE DECK GROOVING 2,782 SY $ 8, PRESTRESSED CONCRETE BULB-T 53" DEPTH +80'-90' 40 EA $ 1,000, CORROSION RESISTANT REINFORCING STEEL, CLASS I 302,667 LB $ 756, RAILING, BR27C, 4 RAILS 927 LF $ 397, PEDESTRIAN FENCE 9' 847 LF $ 118, MSE WALLS (RETAINING STRUCTURE) 4,978 SF $ 323, SELECT MATERIAL 3,638 TN $ 127, STRUCTURE EXCAVATION F 6,567 CY $ 525, GEOCOMPOSITE WALL DRAIN 67 SY $ 1, PIPE UNDERDRAIN 6" 232 LF $ 2, EPS MATERIAL 47 CY $ 12, CONCRETE CLASS A3 F 836 CY $ 669, REINFORCING STEEL 228,107 LB $ 262, CORROSION RESISTANT REINFORCING STEEL, CLASS I 8,623 LB $ 21, CONTRACT NBIS ACCESS, UNDER BRIDGE INSPECTION 6 DAY $ 19, BRIDGE ELECTRICAL CONDUIT SYSTEM 1 LS $ 35, CONSTRUCTION ACCESS 1 LS $ 250, DYNAMIC PILE TEST (END BEARING PILES) 6 EA $ 15, STEEL PILES 12" 1,890 LF $ 168, PILE POINT FOR 12" STEEL PILE 36 EA $ 4, STEEL PILES 14" 3,480 LF $ 271, PILE POINT FOR 14" STEEL PILE 96 EA $ 14, PIER PROTECTION BARRIER 420 LF $ 157, NS BRIDGE INCIDENTALS INSPECT STRUCTURE 1 LS $ 10, NS ENV.& WORKER PROTECT. STR. NO LS $ 12, NS MATERIAL DISPOSAL STR. NO. 6082, TYPE 1 LS $ 3, REMOVE EXISTING STR. NO LS $ 325, UNDERDRAIN UD-1 (MODIFIED) 850 LF $ 8, UNDERDRAIN UD-2 4,994 LF $ 159, UNDERDRAIN UD-3 11,192 LF $ 167, UNDERDRAIN UD-4 19,286 LF $ 115, COMB. UNDERDRAIN CD LF $ 7, OUTLET PIPE 543 LF $ 46, ENDWALL EW-12 2 EA $ 2, POST INSTALLATION INSPECTION 12,079 LF $ 12, " STORM SEWER PIPE 6,009 LF $ 600, " STORM SEWER PIPE 1,959 LF $ 195, " STORM SEWER PIPE 2,182 LF $ 229, " STORM SEWER PIPE 33 LF $ 4, " STORM SEWER PIPE 1,034 LF $ 139, " STORM SEWER PIPE 354 LF $ 61, " STORM SEWER PIPE 375 LF $ 84, " STORM SEWER PIPE 170 LF $ 46, " END SECTION ES-1 6 EA $ 4, " END SECTION ES-1 1 EA $ " END SECTION ES-1 1 EA $ 1, " END SECTION ES-1 1 EA $ 1, " END SECTION ES-1 2 EA $ 3, " END SECTION ES-1 1 EA $ 2, CONCRETE CLASS A3 MISC F 76 CY $ 60,600.00
8 06817 DROP INLET DI-3B, L=4' 5 EA $ 17, DROP INLET DI-3B, L=6' 36 EA $ 144, DROP INLET DI-3B, L=8' 25 EA $ 112, DROP INLET DI-3B, L=10' 10 EA $ 45, DROP INLET DI-3B, L=12' 1 EA $ 5, DROP INLET DI-3B, L=14' 2 EA $ 11, DROP INLET DI-3B, L=20' 1 EA $ 7, DROP INLET DI-3BB, L=6' 4 EA $ 18, DROP INLET DI-3BB, L=8' 10 EA $ 60, DROP INLET DI-3BB, L=10' 1 EA $ 8, DROP INLET DI-3BB, L=12' 1 EA $ 7, DROP INLET DI-4B, L=6' 4 EA $ 20, DROP INLET DI-4BB, L=6' 3 EA $ 21, DROP INLET DI-3C, L=6' 6 EA $ 24, DROP INLET DI-3C, L=8' 7 EA $ 28, DROP INLET DI-3C, L=10' 2 EA $ 9, DROP INLET DI-3C, L=12' 1 EA $ 4, DROP INLET DI-3CC, L=10' 1 EA $ 5, DROP INLET DI-4CC, L=8' 1 EA $ 7, DROP INLET DI-3A 9 EA $ 27, DROP INLET DI-3AA 1 EA $ 3, DROP INLET DI-7 2 EA $ 8, DROP INLET DI-1 2 EA $ 6, MANHOLE MH-1 OR MH-2 7 EA $ 21, FRAME AND COVER MH-1 10 EA $ 3, NS SWM STRUCTURE 2 EA $ 28, EROS. CONTR. STONE CL. A1 EC1 87 SY $ 13, EROS. CONTR. STONE CL 1 EC1 F 53 SY $ 7, EROS. CONTR. STONE CL 2 EC1 28 SY $ 5, NS REMOVE EX. PIPE 2,497 LF $ 49, NS REMOVE EX. STRUCTURE 23 EA $ 11, FLOWABLE BACKFILL 77 CY $ 30, NS UTILITIES 1 LS $ 4,900, AGGR. BASE MAT. TY. I NO. 21A OR 21B F 36,640 TON $ 1,282, CRUSHER RUN AGGR. NO. 25 OR 26 F 500 TON $ 25, ASPHALT CONCRETE TY. IM-19.0A F & P 12,654 TON $ 885, ASPHALT CONCRETE TY. SM-9.5A F & P 1,638 TON $ 114, ASPHALT CONCRETE TY. SM-9.5D F & P 7,819 TON $ 547, ASPHALT CONCRETE TY. BM-25.0A F & P 22,087 TON $ 1,325, NS SAW-CUT ASPH CONC FULL DEPTH 16,942 LF $ 50, FLEXIBLE PAVEMENT PLANING F 32,011 SY $ 64, DEMO. OF PAVEMENT (FLEXIBLE) F 26,116 SY $ 130, TY. B CLI PAVE. LINE MARK. 6" 2,679 LF $ 6, TY. B CL I PAVE. LINE MARK. 4" 45,396 LF $ 22, TY. B CL I PAVE. LINE MARK. 24" 1,112 LF $ 10, TY. B CL VI PAVE. LINE MARK. 4" CONT 909 LF $ 4, TY. B CL VI PAVE LINE MARK. 6" 1,098 LF $ 4, ERAD. OF EXIST. PAVE. MARKING 45,375 LF $ 36, SNOW PLOW. RAISED PAVE. MARK. 469 EA $ 14, TYPE B, CLASS 1, YIELD MARKINGS 48 LF $ PAVE. MESS. MARK. ELONG. ARROW SINGLE 100 EA $ 10, PAVE. MESS. MARK. ELONG. ARROW DOUBLE 1 EA $ PAVEMENT MESSAGE MARK. "ONLY" 3 EA $ 1, NS PAVE. MESS. MARK. HANDICAP 2 EA $ 2, NS REMOVE SIGN POST 66 EA $ 6, NS NEW SIGN POST 116 EA $ 12, NS SIGN FOUNDATION 116 EA $ 46, NS RELOCATE EXISTING SIGN PANEL 10 EA $ 2, SIGN PANEL 987 SF $ 29,610.00
9 51000 NS SIGNALIZATION 1 LS $ 600, NS TEMPORARY SIGNALIZATION 1 LS $ 60, ALLAYING DUST 352 HR $ 26, TYPE III BARRICADE 8' 19 EA $ 13, CONSTRUCTION SIGNS 2,004 SF $ 80, TRUCK MOUNTED ATTENUATOR 1,225 HR $ 42, GROUP 2 CHANNELIZING DEVICES 248,220 DAY $ 124, PORTABLE CHANGEABLE MESSAGE SIGN 4 EA $ 60, ELECTRONIC ARROW 2 EA $ 7, FLAGGER SERVICE 910 HR $ 40, PAVE. MESS. MARK. ELONG. ARROW SIN 26 EA $ 2, CONSTR. PAVE. MARK. (TY. F, CL. II) 4" 61,081 LF $ 30, NS TRAFFIC BARRIER SERVICE SINGLE FACE 425 LF $ 31, TRAF.BARR.SER.CONC.DOUBLE FACE 1,870 LF $ 37, IMPACT ATTEN. SER. TYPE I-A 6 EA $ 42, NS BALL FIELD CONSTRUCTION 1 LS $ 200, NS RELOCATE PRECAST STORAGE BUILDING 1 LS $ 5, NS FIELD OFFICE TY. I 24 MO $ 52, NS PUBLIC RELATIONS 1 LS $ 175, NS ENVIRONMENTAL CREDITS 1 LS $ 300, NS RELOCATE STONE GATES 1 LS $ 100, PROGRESS SCHEDULE BASELINE 1 LS $ 25, PROGRESS SCHEDULE UPDATES 30 EA $ 42, RETAINING WALL 13,454 SF $ 979, RETAINING WALL EXCAVATION F 7,694 CY $ 190, RETAINING WALL SOE 4,380 SF $ 330, NOISE WALL 14,057 SF $ 858, Use five digit item codes and units of measure that are consistent with VDOT's list of standard and non standard item codes (i.e Mobilization; Regular Excavation, etc...).
10 4.8.3 Proposed Monthly Payment Schedule
11 4.3.3 Proposed Monthly Payment Schedule FALL HILL AVENUE WIDENING AND MARY WASHINGTON BOULEVARD EXTENSION STATE PROJECT NO: U Contract ID # C DB59 Description Unit Value Apr 14 May 14 Jun 14 Jul 14 Aug 14 Sep 14 Oct 14 Nov 14 Dec 14 Jan 15 Feb 15 Mar 15 Apr 15 May 15 Jun 15 Jul 15 Aug 15 Sep 15 Oct 15 Nov 15 Dec 15 Design Services LS $5,500, $ 825, $ 825, $ 825, $ 550, $ 550, $ 550, $ 275, $ 275, $ 275, $ 275, $ 137, $ 137, Mobilization LS $2,150, $ 1,075, $ 1,075, Quality Assurance (QA) (Construction) LS $1,000, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, $ 29, Quality Control (QC) (Construction) LS $1,080, $ 43, $ 43, $ 43, $ 43, $ 43, $ 43, $ 43, $ 86, $ 43, $ 43, Earthwork LS $3,171, $ 158, $ 158, $ 158, $ 634, $ 475, $ 475, Roadway Incidentals LS $1,515, $ 45, $ 45, $ 60, $ 106, $ 75, $ 37, Bridge (Structures) LS $6,739, $ 134, $ 134, $ 202, $ 269, $ 269, $ 673, $ 269, $ 606, $ 269, $ 269, Drainage (Structures) LS $2,727, $ 204, $ 204, $ 177, $ 149, $ 327, $ 681, Utilities LS $4,900, $ 122, $ 122, $ 122, $ 122, $ 245, $ 245, $ 490, $ 490, $ 490, $ 490, $ 490, $ 490, $ 245, $ 245, $ 245, $ 245, Pavement LS $4,425, $ 132, $ 132, $ 177, $ 309, $ 221, $ 110, Permanent Traffic Control/Signage LS $870, $ 200, $ 200, $ 20, $ 220, Maintenance of Traffic LS $538, $ 26, $ 25, $ 25, $ 25, $ 25, $ 25, $ 25, $ 25, $ 25, All Other Costs LS $899, $ 25, $ 25, $ 25, $ 151, $ 151, $ 1, $ 1, $ 1, $ 1, $ 1, $ 18, $ 18, $ 55, $ 110, $ 105, $ 105, $ 5, $ 5, $ 5, $ 5, $ 5, Retaining Walls LS $1,499, $ 350, $ 500, $ 315, Noise Walls LS $858, $ 110, Monthly Totals: $37,876, $1,954, $1,997, $879, $853, $853, $703, $428, $550, $550, $795, $675, $810, $780, $1,264, $1,300, $896, $1,585, $1,233, $2,569, $1,973, $2,324,541.94
12 4.8.4 Price Adjustment Forms
13 American Infrastructure-VA, Inc. Adjustments to Prices Section Contract ID No. C DB59 PAY ITEMS AND ASSOCIATED QUANTITIES Associated quantities for asphalt pricing adjustment and fuel adjustment provisions which American Infrastructure-VA, Inc. elects to use for Fall Hill Ave Widening and Mary Washington Boulevard Extension design-build price proposal are as follows: 6.3(a) Asphalt Price Adjustment ITEM ITEM DESCRIPTION QUANTITY UNIT NUMBER ASPHALT CONCRETE TY. IM-19.0A 12,654 TON ASPHALT CONCRETE TY. SM-9.5A 1,638 TON ASPHALT CONCRETE TY. SM-9.5D 7,819 TON ASPHALT CONCRETE TY. BM-25.0A 22,087 TON 6.3(c) Fuel Price Adjustment ITEM NUMBER ITEM DESCRIPTION QUANTITY UNIT FUEL FACTOR gal/unit REGULAR EXCAVATION 102,953 CY CONCRETE CLASS A3 MISC. 76 CY EROSION CONTROL STONE CLASS I, EC-1 53 TON AGGR. BASE MATL. TY. I NO. 21A OR 21B 36,640 TON ASPHALT CONCRETE TY. IM-19.0A 12,654 TON FLEXIBE PAVEMENT PLANING 32,011 SY ASPHALT CONCRETE TY. SM-9.5A 1,638 TON ASPHALT CONCRETE TY. SM-9.5D 7,819 TON ASPHALT CONCRETE TY. BM-25.0A 22,087 TON RETAINING WALL EXCAVATION 7,694 CY CRUSHER RUN AGGREGATE NO. 25 OR TON DEMOLITION OF PAVEMENT (FLEXIBLE) 26,116 SY CONCRETE CLASS A4 1,379 CY STRUCTURE EXCAVATION 6,567 CY CONCRETE CLASS A3 836 CY 1.892
14
15
16
17
18
19 Request for Proposals Part 4 General Conditions of Contract August 19, 2013 Fall Hill Avenue Widening and Mary Washington Boulevard Extension Fredericksburg, Virginia Project No. U Contract ID # C DB59 FORM FOR PRICE ADJUSTMENT FOR ELIGIBLE STEEL ITEMS ON DESIGN-BUILD PROJECTS Must be supplied with Price Proposal for Department Participation (All prices to be supported by project-specific quotes) DATE FOR RECEIPT OF PRICE PROPOSAL Note: All prices (costs) are to include any surcharges on materials quoted. Vendors must include this surcharge with their cost. All prices (costs) are F.O.B. from the originating mill. Item Number Item Description Quantity Unit Unit Price Supplier Date of Quote We/I, the undersigned, understand that by supplying prices for the steel items listed above and signing this form we are declaring our desire to apply the Special Provision For Steel Adjustment for Design-Build Projects to this Price Proposal and contract. The terms and conditions for participation are as stated in the Special Provision For Steel Adjustment for Design-Build Projects. Design-Builder Date Commonwealth of Virginia Virginia Department of Transportation Page 3 of 8
20
21
22
23
24
25 4.8.5 Proposal Guaranty Form C-24
26
27
28
29 4.8.6 Sworn Statements
30
31
32
33 4.8.7 DBE Documents
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65 C-78 Addendum 3
66
67 American Infrastructure-VA, Inc. 301 Concourse Blvd. Suite 300 Glen Allen, VA Rinker Design Associates, P.C. 301 Concourse Blvd. Suite 120 Glen Allen, VA
DISTRICT AVERAGES 31, 2014 THROUGH 1, 2016 ITEM ITEM DESCRIPTION UNIT MINIMUM MAXIMUM AVERAGE DISTRICT
100 MOBILIZATION LS $ 20,000.00 $ 143,384.14 $ 74,567.11 BRSTL 101 CONSTRUCTION SURVEYING (CONSTR.) LS $ 2,500.00 $ 59,277.82 $ 13,090.66 BRSTL 102 CONSTRUCTION SURVEYING(MIN. PLAN) LS $ 15,000.00 $ 15,000.00
More informationDISTRICT AVERAGES 1, 2016 THROUGH 1, 2018 ITEM ITEM DESCRIPTION UNIT MINIMUM MAXIMUM AVERAGE DISTRICT
100 MOBILIZATION LS $ 15,000.00 $ 143,384.14 $ 69,597.83 BRSTL 101 CONSTRUCTION SURVEYING CONSTR. LS $ 2,000.00 $ 59,277.82 $ 12,621.73 BRSTL 102 CONSTRUCTION SURVEYING MIN.-PLAN LS $ 15,000.00 $ 15,000.00
More informationLETTING : CALL : 056 COUNTIES : MILLE LACS
S T A T E O F M I N N E S O T A PAGE : -1 NUMBER OF DAYS: 0 BRIDGE COUNT : 3 CONTRACT DESCRIPTION : GRADING, BIT PAVING & SURFACING, ROUNDABOUT, AND BRIDGES. CONTRACT LOCATION: LOCATED ON T.H. 95 AT THE
More information2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)
2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction) Project Information The Glen at Widefield Filing No. 9 PDD File: SF-185 9/25/2018 Project Name Section 1 - Grading and Erosion
More informationTOTAL QUANTITY UNIT COST UNIT
BASE BID DIVISION 1 - GENERAL 1 1070-206-A-0 TRAFFIC CONTROL LS 1 $ 10,000 $ 10,000 $3,000.00 $3,000.00 $5,600.00 $5,600.00 2 2010-108-B-0 CLEARING AND GRUBBING AC 5 $ 9,000 $ 45,000 $7,192.50 $35,962.50
More informationENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal
Page: 1 of 8 (F) Description 1 050000A CONTRACTOR STAKING LS 1 $ $ 2 070030 LEAD COMPLIANCE PLAN LS 1 $ $ 3 080000A POTHOLING LS 1 $ 50,000.00 $ 50,000.00 4 080050 PROGRESS SCHEDULE (CRITICAL PATH METHOD)
More informationOKLAHOMA TURNPIKE AUTHORITY
PART A - BASE BID PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 40,000.00 $40,000.00 $ 61,320.82 $ 61,320.82 $ 45,000.00 $ 45,000.00 201(A) CLEARING & GRUBBING LSUM 1.00 $ 150,000.00 $150,000.00
More informationSubject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122
Addendum No. 1 Page One To: From: All Plan Holders of Record CT Consultants, Inc. Gene E. Arters, P.E. on behalf of Cuyahoga Community College Subject: Addendum No. 1 Project #C20166009 CCE Parking Lot
More informationBID TABULATION BID REQUEST NO
BID TABULATION BID REQUEST NO. 13-1046 1 LOWEST RESPONSIVE BIDDER Dakota Contracting Bidder: Corporation D & G Concrete Bidder: Construction, Inc. Carl V. Carlson Bidder: Company Address: 431 NORTH PHILLIPS
More informationBIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project.
More informationREPLACEMENT OF MERCER COUNTY BRIDGE
ADDENDUM NO. ONE Notice is hereby given that on April 26, 2019 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Department in the Mercer County McDade
More informationAVERAGE OF BID ITEMS ENGINEERS ESTIMATE
ROADWAY 1 Mobilization 1 LS $ 990,048.50 $ 80,000.00 $ 880,000.00 $ 880,000.00 $ 950,000.00 $ 950,000.00 $ 967,510.00 $ 967,510.00 $ 1,162,684.00 $ 1,162,684.00 2 Maintenance of Traffic ( incl. Pedestrian
More informationBID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012
Page 1 BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO. 87786 BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012 ROADWAY 1 201 CLEARING AND GRUBBING 1 LUMP $4,500.00 $4,500.00 $10,016.00
More informationEngineer's Preliminary Estimate - 100% Submittal
EA 284700 1 070010 PROGRESS SCHEDULE (CRITICAL PATH) LS 1 $ 15,000 $ 15,000 2 071325 TEMPORARY FENCE (TYPE ESA) M 1250 $ 10 $ 12,500 3 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS 1 $ 7,000
More informationOKLAHOMA TURNPIKE AUTHORITY
PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 250,000.00 $250,000.00 $ 240,978.56 $ 240,978.56 260,000.00 $ 260,000.00 201(A) CLEARING & GRUBBING LSUM 1.00 $ 30,000.00 $30,000.00 $ 17,188.20
More informationSUBDIVISION IMPROVEMENTS AGREEMENT
SUBDIVISION IMPROVEMENTS AGREEMENT THIS AGREEMENT, made between GLEN DEVELOPMENT COMPANY, hereinafter called the "Subdivider," and El Paso County by and through the Board of County Commissioners of El
More informationPART A ROADWAY - BASE BID
May 10, 2016 HEB-MC-61 PART A ROADWAY - BASE BID 202(A) - UNCLASSIFIED EXCAVATION - CY 34,946.00 $ 6.00 209,676.00 $ 7.98 $ 278,869.08 205(A) - TYPE A-SALVAGED TOPSOIL - LSUM 1.00 $ 22,500.00 $ 22,500.00
More informationOKLAHOMA TURNPIKE AUTHORITY
PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 70,000.00 $70,000.00 $ 15,735.00 $ 15,735.00 $ 60,000.00 $ 60,000.00 $ 25,000.00 $ 25,000.00 $ 20,000.00 $ 20,000.00 201(A) CLEARING & GRUBBING
More informationAnnual Services Construction Contract (ASCC) #15 Project Number: PUCN
Annual Services Construction Contract (ASCC) #15 Project Number: PUCN-16-0023 Engineer's Estimate Inlet Construction, Inc. Peters & White Construction Inc. Worley Turf & Irrigation Inc. East West Construction
More informationNE WEST KINGSTON ROAD CULVERT REPLACEMENT
NE WEST KINGSTON ROAD CULVERT REPLACEMENT KITSAP COUNTY MILE POST 1.28 TO 1.44 PUBLIC WORKS BID TABULATION SECTION PREPARED: BLB LENGTH: 0.16 Mile REVISED: DATE: March 7, 2017 SCHEDULE A - ROADWAY IMPROVEMENTS
More informationBID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.
PAVING IMPROVEMENTS 101 Mobilization and Bonds, LS 1 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 102 Right-of-way Preparation LS 1 $ 365,500.00
More informationBid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221
Bid : 7379 GENERAL 1 2 3 4 @ unit $ total $ @ unit $ total $ @ unit $ total $ @ unit $ total $ G-1.1 Mobilization 1 LS $ 450,000.00 $ 450,000.00 $ 720,000.00 $ 720,000.00 $ 750,000.00 $ 750,000.00 $ 530,000.00
More informationRock Chalk Park - Infrastructure Report. July 2013
Rock Chalk Park Infrastructure Report July 2013 The following report is the first monthly report for the construction of infrastructure at Rock Chalk Park. The format follows the sections outlined in the
More information19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown
19th & Barker Roundabout / Waterline Improvement Project No. 56CP12901(C) Cost Breakdown Engineering Fees: Original Contract $ 71,861.00 Additional Services $ 8,744.00 Waterline Contract $ 17,500.00 TOTAL
More information2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.
ALLEY: 5600 BLOCK OF N. LAKE DRIVE 1 Remove concrete pavement 800 SY $ 11.07 $ 8,856.00 $ 5.31 $ 4,248.00 $ 12.70 $ 10,160.00 $ 6.20 $ 4,960.00 $ 9.27 $ 7,416.00 $ 16.75 $ 13,400.00 2 6" Aggregate Dense
More informationSandalfoot Blvd. & SR 7 and SW 3rd St. & SR 7 Bridge Replacements WEEKLEY ASPHALT PAVING, INC. KIEWIT INFRASTRUCTURE CO. RUSSELL ENGINEERING
ROADWAY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 BRIDGE 37 38 39 40 41 42 43 REGULAR PAY Mobilization 1 LS $ 424,200.00 $ 238,930.61 $ 445,000.00
More information69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11
69889/AV/lm TO: Recipients of C-TRAN ITB #2015-04 Fourth Plain BRT Maintenance Facility Expansion DATE: June 25, 2015 SUBJECT: Addendum #11 C-TRAN has revised the following sections of the Invitation to
More informationPROJECT 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 informationSUTTER BUTTER FLOOD CONTROL AGENCY FEATHER RIVER WEST LEVEE PROJECT PROJECT C, CONTRACT NO C BID TABULATION
Bid Schedule A - Feather River West Levee Project C Improvements No. Item Description Quantity Unit Nordic/Magnus Pacific JV Engineer's Estimate Unit Price Total Price Unit Price Total Price A1 Injury
More informationDORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates
DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates (Alternative 1 - Doran Overpass) PROJECT DESCRIPTION Limits Doran Street from Commercial
More informationJANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,
ADDENDUM NO. 3 TO THE PLANS AND SPECIFICATIONS for STREET AND STORM SEWER IMPROVEMENTS ON HANCOCK AND WASHINGTON STREETS for the FRENCH LICK REDEVELOPMENT COMMISSION ORANGE COUNTY, INDIANA MEI PROJECT
More informationMunilla Construction HOOD RD., E. OF FLORIDA'S TURNPIKE TO W. OF CENTRAL BLVD. AND HOOD RD. & CENTRAL
JW Cheatham, ROADWAY 1 MOBILIZATION 1.0 LS $ 1,350,116.25 $ 906,000.00 $ 1,233,000.00 $ 1,233,000.00 $ 1,159,208.36 $ 1,159,208.36 $ 1,451,835.00 $ 1,451,835.00 $ 1,556,421.65 $ 1,556,421.65 2 MAINTENANCE
More informationBOARD OF SUPERVISORS BUSINESS MEETING ACTION ITEM. At the pleasure of the Board.
BOARD OF SUPERVISORS BUSINESS MEETING ACTION ITEM Date of Meeting: May 19, 2016 # 6 SUBJECT: ELECTION DISTRICT: CRITICAL ACTION DATE: STAFF CONTACTS: Identification of Construction Funding for Traffic
More informationNOTICE OF AWARD OF CONTRACT S.R. 408/S.R.417 INTERCHANGE IMPROVEMENTS PHASE 1. Project No. 253F Contract No
NOTICE OF AWARD OF CONTRACT S.R. 408/S.R.417 INTERCHANGE IMPROVEMENTS PHASE 1 Project No. 253F Contract No. 001118 October 8, 2015 Bids for this project were received and opened on September 16, 2015,
More informationTabulation 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 informationOpinion 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 informationCONTRACT TIME DETERMINATION
CONTRACT TIME DETERMINATION MISSOURI DEPARTMENT OF TRANSPORTATION March 15, 2004 DEFINITIONS Calendar Day: Any day shown on the calendar beginning and ending at midnight. Working Day: A calendar day during
More information33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600.
CITY OF PLANT CITY WHEELER STREET RE-ALIGNMENT Opinion of Probable Construction Costs (Final Plans) Rev 7/22/2010 Rev 8/2/2010 Rev 8/27/20012 Bid Cost per Estimated Extended Item Item Unit Units Wheeler
More informationAVGPR14.Y01 2/11/2014 DOES NOT INCLUDE STATE AID PROJECTS ALL ITEMS BETWEEN 12/01/13 AND 12/31/13 BY ITEM GROUP
AVERAGE BID PRICES FOR AWARDED PROJECTS 14:48 Tuesday, February 11, 2014 1 2011 2011.601/00003 CONSTRUCTION SURVEYING LS 1 $19 $18,500.00 1 2013 2013.602/00022 ROAD/WEATHER SENSOR AND CABLE EACH 3 $32
More informationTown of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562
Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562 1 T100 PROJECT LOCATION MAP Scale: NTS N Revisions: No. Date: Description: Scale As Indicated
More informationNorthumberland 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 informationCONTRACTOR'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 informationOKLAHOMA DEPARTMENT OF TRANSPORTATION PRELIMINARY HIGHWAY DETAIL CONSTRUCTION ESTIMATE. PAGE NO. 1 DATE PRINTED : May 22, 2018
LETTING DATE : 2018-06-14 CALL NUMBER : 772 OKLAHOMA DEPARTMENT OF TRANSPORTATION PRELIMINARY HIGHWAY DETAIL CONSTRUCTION ESTIMATE PAGE NO. 1 DATE PRINTED : JOB NUMBER : 170236 ESTIMATE NUMBER : PROJECT
More informationFuel Adjustment Allowance USD 50,000 $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $
SOLICITATION NO. 147850: VALENCIA ROAD: WADE ROAD TO MARK ROAD Achen Gardner Granite Hunter Borderland KE&G ITEM NO. ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT
More informationFALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
FALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) 1 Contractor Quality Control 1 LS $50,000.00 $50,000.00 2 Mobilization 1 LS $100,000.00 $100,000.00 3 Location of Underground Utilities 1 LS $25,000.00
More informationCITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018
CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex 2017-2018 April 4, 2018 Great Basin Engineering CLEARING EARTHWORK 1 337.01200 Mobilization @ Per Lump Sum 1 LS $445,350.00 $ 445,350.00 $481,768.00
More informationCertified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University
Base Bid - Parking Lot Construction Number Grading and Surfacing Items Quantity Unit C-1 Mobilization 1 LS $ 60,000.00 $ 60,000.00 $ 82,000.00 $ 82,000.00 $ 18,255.59 $ 18,255.59 C-2 Traffic Control 1
More informationRANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price
2. BID SCHEDULE RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO. 7046 To the Honorable Mayor and City Council of the City of Hesperia: Schedule of prices to construct the Ranchero Road and BNSF
More informationALVAREZ 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 informationCrushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:
Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and
More informationNOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 CHANGES TO PROPOSAL OR PLANS
NOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 This Addendum changes the terms of the Bid Proposal and/or plans associated with the project indicated below. By submitting a bid, any and all
More informationAECOM Redoubt Road - Mill Road Corridor Project Appendix B Cost Estimate Revision B 20-Jul-2014 Prepared for Auckland Transport Co No.: N/A Item Description Unit QTY Rates $ Alternative Alignment - Option
More informationActive Construction RV Associates Scarsella JR Hayes
CITY OF PORT ORCHARD PUBLIC WORKS DEPARTMENT TREMONT STREET IMPROVEMENTS SR 16 to Port Orchard Boulevard Opening: 6/6/2017 Fed Aid Proj No: STPUS-6610(004) $ 12,779,179.17 $ 12,855,082.55 $ 12,901,887.92
More informationCECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075
Office of the County Executive Alan J. McCarthy County Executive Department of Finance Purchasing Division Ken Jackson Purchasing/Fleet/Leasing Mgr. Alfred C. Wein, Jr. Purchasing Office Director of Administration
More informationMarket Street Gateway Improvements Phase 1
PROPOSAL FORM Market Street Gateway Improvements Phase 1 CITY OF PORTSMOUTH, N.H. To the City of Portsmouth, New Hampshire, herein called the Owner. The undersigned, as Bidder, herein referred to as singular
More informationRFB Addendum 3
Yes GENERAL CONDITIONS 1.00 MOBLIZATION AND DEMOBILIZATION 1 LS $ 293,750.00 $ 293,750.00 1.01 STORMWATER POLLUTION PREVENTION PLAN (INCLUDES EROSION CONTROL AND SEDIMENT IMPLEMATION PLAN) 1.02 STORMWATER
More informationADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:
ADDENDU #1 arch 12, 2019 BID FOR PLACE DATE: PROJECT: oore, Oklahoma 34 th Street, Telephone Rd to Santa Fe Ave Roadway Widening Proposal of (hereinafter called BIDDER ), doing business as a Corporation
More informationBID TABULATION. Engineer's Estmated Opinion of Costs
Street Resurfacing Project - 2018 Rank Vendor Name Total Bid % of Low Bid % of Estimate File 2018-004 Engineer's $ 5,032,397.47 102.11% 100.00% Bid 4529 1 Ajax Paving Industries, Inc $ 4,928,322.54 100.00%
More informationSunset Street West Sidewalk Projects Opinion of Anticipated Construction Costs March 12, 2012 Project Summary. Project List
Project Summary Project List Anticipated Construction Cost 1 Sunset/Benton Intersection: Curb Ramp and Sight Distance Improvements $ 18,700 2 Sunset/Oakcrest Intersection: West Right-of-Way Drainage Improvements
More informationCONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 02/09/18 HIGHWAY: FM 1988 COUNTY: 04/07/2015 ESTIMATE PAID: AWARD DATE: 04/30/2015 ESTIMATE PERIOD:
0.00 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 02/09/18 217 10.00 CONTRACT ID: 187601030 PROJECT: BR 1502(017) CONTRACT: 04153032 AWARD : 3,278,223.27 PROJECTED : 3,289,223.27 ADJ. PROJECTED : 3,289,223.27
More informationCITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $
RESOLUTION NO 2015078 STREETS LS Traffic Control (5% of construction cost) 5% $ LS Clear & Grub Site (5% of construction cost) 5% $ EA Tree Removal $ 800.00 $ CY Concrete Removal $ 300.00 $ CY AC Pavement
More information$4, CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/08/17 -73, FM0317 DISTRICT NAME: Tyler COUNTY: PROJECT: RMC
-73,034.10 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/08/17 56 5.00 CONTRACT ID: 629625001 PROJECT: RMC - 629625001 CONTRACT: 02164011 AWARD : $446,216.00 PROJECTED : $446,222.00 ADJ. PROJECTED : $373,187.90
More informationReviax Constracting Corp. DeSantis Construction
Denise Piszkowski, Q.P.A., Purchasing Agent Bid Results for: 2016-B08 Reconstrucion of Preston Drive Submitted By: JTG Construction Black Rock Enterprises Top Line Construction Reviax Constracting Corp.
More informationEST. UNIT UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS
BID TAB PROJECT: City of Steamboat Springs / Emerald Park Access & Railroad Crossing Phase I (2017) JOB NO: 1340-067 DATE: 6/15/2017 Oldcastle SW Group, Inc. dba Engineer's Estimate United Companies Native
More informationCITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS
CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk s Office, City of Yuba City, located at City Hall, 1201 Civic Center
More informationADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO
ADDENDUM NO. 1 10 th STREET WEST GAP CLOSURE This addendum forms a part of the contract documents for the above identified project and modifies the original specifications, plans, and contract documents
More informationCITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS
1 2 3 4 5 6 MOBILIZATION per the General Requirements, Sections 01292 and 01721 ALLOWANCE for Differing Site Condition per the General Requirements, Sections 01212 and 01253 ALLOWANCE for Participating
More informationFailure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.
Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017
More informationLETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY
LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY January 5, 205 2 Partially Completed Single Family Lots (65' x 5' typical) 46 Completed Townhome Pads (22' x 50' typical) Sale. This letter of intent outlines
More informationI. J~ /.. RrECE~VfEfD 9J7J:. 13~ 7b 1/1~ COUNCIL. ~ 1-j r-(lk. 1 1-'> lft:; WHATCOM COUNTY COUNCIL AGENDA BILL
WHATCOM COUNTY COUNCIL AGENDA BILL NO. 2016-248 CLEARANCES Initial Date Date Received in Council Office AxendaDate Assixned to: Originator: James Karcher, P.E. 9J7J:. 1 1-'> lft:; RrECE~VfEfD Division
More informationCITY OF TAMPA ADDENDUM 2. April 18, 2018
CITY OF TAMPA Bob Buckhorn, Mayor CONTRACT ADMINISTRATION DEPARTMENT Michael W. Chucran, Director ADDENDUM 2 April 18, 2018 Contract 17-C-00021; Citywide Water Meter Bidders on the above referenced project
More informationDepartment of Public Works Engineering
Department of Public Works Engineering DATE: January 27, 2016 TO: Honorable Chairman and Public Utility Authority Members FROM: Cynthia M. Herrera, MMC, Interim Executive Director/ City Clerk BY: Nathan
More informationCOST 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 informationAddendum 1 Downtown North CRA Sidewalks
Addendum 1 Downtown North CRA Sidewalks January 12, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDA ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE
More informationThe 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 informationPRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer
G-7 STAFF REPORT MEETING DATE: November 27, 2018 TO: FROM: City Council Petr Skala, Associate Engineer 922 Machin Avenue Novato, CA 94945 415/ 899-8900 FAX 415/ 899-8213 www.novato.org PRESENTER: Christopher
More informationCITY 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 informationADDENDUM No. 1 January 29, Paving Program Village of Milford
ADDENDUM No. 1 2018 Paving Program Village of Milford The following changes, additions, and/or clarifications to the Contract Documents shall be incorporated in said documents and shall be allowed for
More information2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL
BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and
More informationCITY OF 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 information8 EA $ 1, $ $ 1, $ 8, $ 1, $ 8, EA $ 6, $6, $ 7, $ 7, $ 5, $ 5,445.
Palmetto Park Road, SW 7th AVE. To SW 5th Avenue LWDD E4 (E Rio) Canal ENGECON CONSTRUCTON RUSSELL ENGNEERNG TEM# TEM DESCRPTON QTY UNTS Total Total ROADWAY TEMS 5 Regular Excavation 937 CY $ 14.28 $17.52
More informationITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT
Engineering Estimate R. D. Johnson Excavating Co., Inc 1 Mobilization Lump Sum 1 $ 85,000.00 $ 85,000.00 $ 18,000.00 $ 18,000.00 2 Contractor Construction Staking Lump Sum 1 $ 15,000.00 $ 15,000.00 $ 8,760.00
More informationFLOOD 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 informationBID PROPOSAL ANNUAL PATHWAY & MINOR CONSTRUCTION CONTRACT PBC PROJECT #
ENGINEERS Wynn & Sons Envir. ESTIMATE Construction, Inc. 1 Emergency Response, Less than 6 Hours 10 EA $ 50.00 $ 50.00 $ 500.00 2 Emergency Response, 6 Hours to 24 Hours 20 EA $ 50.00 $ 50.00 $ 1,000.00
More informationUtility 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 informationExhibit 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 informationBID TABULATION PAGE 1 OF 8
BID TABULATION PAGE 1 OF 8 BID PRE-BID ESTIMATE A-1 Excavating, Inc. Maddrell Excavating, LLC Bloomer, WI Brodhead, WI BASE BID CTP P Utility Work 1. 8" SDR 35 Sanitary Sewer Main 3,656 lin. $ 69.00 $
More informationNew Jersey Department of Transportation DATE : 11/16/10 PAGE : TABULATION OF BIDS
PAGE : 131-1 CONTRACT TIME : 11/30/11 COMPLETION DATE CONTRACT DESCRIPTION : URBAN PROJECT(S) : STP-5042(107) ROUTE 129 RESURFACING FROM ROUTE 1 TO LAMBERTON ROAD CONNECTOR CITY OF TRENTON, TOWNSHIP OF
More informationNew Jersey Department of Transportation DATE : 06/22/10 PAGE : TABULATION OF BIDS
PAGE : 107-1 CONTRACT TIME : 01/24/11 COMPLETION DATE CONTRACT DESCRIPTION : URBAN PROJECT(S) : FS-0022(105) ROUTE 37 FROM ROUTE 70 TO GARDEN STATE PARKWAY RESURFACING CONTRACT NO. 000103080 TOWNSHIP OF
More informationWAYNE 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 informationMaster Development Plan for the TxDOT North Tarrant Express Project, Segments 2-4. Chapter 6: Preliminary Cost Estimates.
, Segments 2-4 Chapter 6: Preliminary Cost Estimates Table of Contents 6.1 Details of Facilities... 17 6.2 Pre-Development and Facility Feasibility... 1 6.2.1 Planning... 1 6.2.2 Environmental Mitigation...
More informationNorth Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL
North Baker Ave. - City Limits to 23rd St. NE Bid Documents BD-1 To the Board of County Commissioners Douglas County, Washington Gentlemen: North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL
More informationCITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT
CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading,
More informationCITY-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 informationMSCAA PROJECT NO
TIME: RBID ENVELOPE MSCAA PROJECT NO. 08-1260-02 NAME OF PROJECT: GLYCOL MANAGEMENT PROGRAM- BRIDGES AND SITE CONSTRUCTION BIDS DUE: U7/27/2017 U U 2:00 PM Local Time UBIDDER IDENTIFICATIONU: MEMPHIS SHELBY
More informationPRELIMINARY 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 informationKANE COUNTY DIVISION of TRANSPORTATION
Carl Schoedel, P.E. Director of Transportation County Engineer KANE COUNTY DIVISION of TRANSPORTATION 41W011 Burlington Road St. Charles, IL 60175 (630) 584-1170 Fax: (630) 584-5265 Section 13-00176-02-BR
More informationNAME OF CONTRACTOR CONTRACTORS ADDRESS Buffalo Road th ave Ct SW Walcott, IA North Liberty, IA
Unit BID ITEMS 1 1070-206-A-3 TRAFFIC CONTROL 0.5 0.5 1 LS $ 2,200.00 $ 2,200.00 $ 2,800.00 $ 2,800.00 $ 2,688.00 $ 2,688.00 $ 2,500.00 $ 2,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 2 2010-108-C-0
More informationCONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 09/08/17 HIGHWAY: SH 29 COUNTY: 01/06/2016 ESTIMATE PAID: AWARD DATE: 01/28/2016 ESTIMATE PERIOD:
0.00 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 09/08/17 31 CONTRACT ID: 033702041 PROJECT: STP 2016(576) CONTRACT: 01163208 AWARD : $1,499,000.00 PROJECTED : $1,520,990.00 ADJ. PROJECTED : $1,520,990.00
More informationCONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/10/18 HIGHWAY: US 59 COUNTY: 02/02/2017 ESTIMATE PAID: AWARD DATE: 02/23/2017 ESTIMATE PERIOD:
48,793.52 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/10/18 69 18.00 CONTRACT ID: 017701102 PROJECT: NH 2017(641) CONTRACT: 02173007 AWARD : $2,215,251.08 PROJECTED : $2,257,251.08 ADJ. PROJECTED : $2,306,044.60
More information