Size: px
Start display at page:

Download ""

Transcription

1

2

3 A

4

5

6 Galveston County MUD No. 6 Page 1 Operating Fund August 6, 2018 CASH-CHECKING (End of last report) ($10,592.38) ADD: Maintenance tax $ From M.M. $20, Voided Checks From Construction Interest Earned $0.86 Tax Refund Paychex Refund LESS: Withdrawal to purchase investment Bank service charges $0.86 Check printing charge Payroll Taxes Payroll Fees $20, ($0.86) Available Cash $10, LESS: Checks to be issued (Scheduled) ($16,852.38) ($6,819.44) Investments $142, FUND BALANCE $135, B

7 Galveston County MUD No. 6 Page 2 Operating Fund August 6, 2018 INVESTMENTS DUE RATE AMOUNT TexPool 1.85 $53, Compass Bank M.M..25 $88, $142,057.46

8 Galveston County MUD No. 6 Page 3 Operating Fund August 6, 2018 CHECKS TO BE ISSUED NUMBER AMOUNT Municipal Business Services, Inc $ Gregg & Gregg, P.C $12, Blackline Engineering, LLC - # $3, Wayde Shipman - Expense Reimb $14.88 $16,852.38

9 Galveston County MUD No. 6 Page 4 Construction Fund August 6, 2018 CASH-CHECKING (End of last report) $2, ADD: Certificates of deposit redeemed Interest Earned $ Void Check Transfer from Money Market From Tex Pool Bond Proceeds $ LESS: Bank Service Charge $0.06 Check Printing charge Withdrawal to purchase investment Bond Proceeds Escrowed ($0.06) Available Cash $2, LESS: Checks to be issued (Scheduled) $0.00 $2, Investments $4,809, Escrowed Funds $144, FUND BALANCE $4,956,608.61

10 Galveston County MUD No. 6 Page 5 Construction Fund August 6, 2018 INVESTMENTS DUE RATE AMOUNT Texas Gulf Bank Oct08,18.65 $245, Compass Bank Money Market.25 $201, Amegy Bank of Texas Money Market.15 $1, TexPool 1.85 $4,361, $4,809, ESCROWED Amegy Bank of Texas Oct12,18 $105, Compass Bank Money Market 0.25 $38, $144,253.59

11 Galveston County MUD No. 6 Page 6 Construction Fund August 6, 2018 CHECKS TO BE ISSUED NUMBER AMOUNT Lucas Construction - Est. # $0.00

12 Galveston County MUD No. 6 Page 6 Bond Fund August 6, 2018 CASH-CHECKING (End of last report) $1, ADD: Tax Transfers Interest earned $0.11 Certificates of deposit redeemed League City Rebate From Tex Pool From Chase MM Void Check $0.11 LESS: Withdrawal to purchase investment Bank service charges $0.11 Transfer to Tex Pool Check Order BONY - Redeem Series 2005A ($0.11) Available Cash $1, LESS: Checks to be issued (Scheduled) ($1,785,853.64) ($1,784,722.31) CERTIFICATES OF DEPOSIT (Scheduled) $3,683, FUND BALANCE $1,899, Debt Service Requirements Principal Interest Total September 1, 2018 Series 2005 $250, $39, $289, Series A $140, $15, $155, Series 2006 $100, $16, $116, Series 2008 $125, $27, $152, Series 2010 $675, $27, $702, Series 2013 $305, $15, $320, Series 2018 $0.00 $46, $46, $1,784, March 1, 2019 Series 2005 $0.00 $35, $35, Series A $0.00 $12, $12, Series 2006 $0.00 $14, $14, Series 2008 $0.00 $24, $24, Series 2010 $0.00 $13, $13, Series 2013 $0.00 $10, $10, Series 2018 $0.00 $55, $55, $168,103.13

13 Galveston County MUD No. 6 Page 7 Bond Fund August 6, 2018 INVESTMENTS DUE RATE AMOUNT Green Bank Aug13, $25, Independent Bank Nov10,18.30 $245, Tex Pool 1.85 $3,413, Compass Bank Money Market $ $3,683,902.76

14 Galveston County MUD No. 6 Page 8 Bond Fund August 6, 2018 CHECKS TO BE ISSUED NUMBER AMOUNT The Bank of New York - Series $289, The Bank of New York - Series 2005A 1004 $155, The Bank of New York - Series $116, The Bank of New York - Series $152, The Bank of New York - Series $702, Amegy Bank - Series $320, Amegy Bank - Series $46, The Bank of New York - Series 2005 Fee 1010 $ The Bank of New York - Series 2006 Fee 1011 $ $1,785,853.64

15 GALVESTON COUNTY MUD 6 October November December January February March April May June July August September Year to Date Budget Variance Maint. Tax $40.44 $1, $91, $30, $7, $2, $1, $ $ $136, $130, % Interest $77.50 $55.29 $41.13 $91.57 $ $ $ $ $ $88.41 $1, $ % From Construction $0.00 $ % $0.00 $ % $0.00 $ % $0.00 $ % TOTAL $ $55.29 $1, $91, $30, $7, $2, $1, $ $ $0.00 $0.00 $137, $130, % EXPENDITURES Director Fees $0.00 $ % Mowing $0.00 $ % Legal Fees $7, $11, $5, $8, $10, $7, $9, $10, $9, $12, $94, $70, % Audit $6, $ $7, $7, % Engineering $15, $3, $8, $8, $3, $2, $6, $3, $52, $35, % DirectorElection $0.00 $ % Bond Application $0.00 $ % Bookkeeping $ $ $ $ $ $ $ $ $ $ $5, $6, % Misc. $14.88 $14.88 $1, % Payroll Tax $0.00 $ % Insurance $3, $ $3, $4, % Meeting Expense $0.00 $ % Financial Advisory Fee $1, $1, $1, % Detention Const. $0.00 $ % Cost of Issuance $1, $11, $13, $ % TOTAL $27, $15, $7, $24, $22, $23, $13, $11, $16, $16, $0.00 $0.00 $ 177, $ 124, % Excess Rev.(E ($27,769.32) ($15,444.46) ($6,042.96) $67, $8, ($15,316.92) ($10,521.43) ($9,976.72) ($15,439.62) ($16,138.65) $0.00 $0.00 $ (40,676.03) $ 5, % FYE 2018

16 C

17

18

19

20

21

22

23 GCMUD NO. 6 ENGINEERING REPORT Meeting Date: August 6, 2018 Time: 7:00 p.m. Location: The Landing Office 1109 Landing Boulevard League City, Texas Engineering Representative: Scott Novosad, P.E. Directors: Wayde Shipman - President William Heins -Vice President Mark Domma - Secretary Gary Burt - Director Tye Max Cowan - Director I. District Action Items: A. None at this time. II. District Pay Items: A. Willow Pond Erosion Control Measures- approval of Pay Application No. 4 & Final in the amount of $19, * III. Developer Pay Items: A. None at this time. IV. District Projects: A. Willow Pond Erosion Control Measures (Agenda Item No. 3) 1. Contractor: Lucas Construction Contract Amount: $195, Contract Duration: 90 Calendar Days a. Pay Application No. 4 & Final to Lucas Construction in the amount of $19, (release of retainage-attached to this report). b. Certificate of Completion issued (Attached to this report). * Action Items **Board Concurrence/Consideration D

24 GCMUD NO. 6 ENGINEERING REPORT B. Bond Issue Series 2018 (Agenda Item No. 10) 1. Awaiting Bond Sale. C. Bond Issue Series 2019-Final Bond Issue (Agenda Item No. 11) 1. Awaiting further instructions. V. Developer Projects: A. None at this time. * Action Items **Board Concurrence/Consideration

25 E

26

27

28

29

30

31 1616 S. Voss Road Suite 850 Houston, Texas Office July 24, 2018 Dr. Wayde Shipman Galveston County MUD No. 6 c/o Gregg & Gregg, P.C Space Center Blvd., Suite 150 Houston, Texas Re: Willow Pond Erosion Control Measures Within Galveston County MUD No. 6 Galveston County, TX BE Project No.: DCH Dear Dr. Shipman: Enclosed for your review and approval is Pay Application No. 4 and Final for the referenced project. We have reviewed the pay application and recommend payment in the amount of $19, to Lucas Construction. Sincerely, Blackline Engineering, LLC Firm No Scott Novosad, P.E., CFM Principal Enclosure CC: Dr. Wayde Shipman-Galveston County MUD No. 6 Dick Gregg-Gregg & Gregg, P.C. Ryan Lucas-Lucas Construction Bob Ideus-Municipal Business Services F

32 Pay Application No. 4 and Final 5/31/2018 PERIOD: 3/7/2018 TO: 3/31/2018 OWNER CONTRACTOR Galveston County MUD No. 6 Lucas Construction c/o Gregg & Gregg, P.C. 551 League City Parkway, Suite C Space Center Blvd., Suite 150 League City, Texas Houston, Texas Contract Time: Date of Contract Award 10/3/2017 Notice to Proceed 11/27/2017 Contract Days and Approved Time Extensions 90 Projected Contract Substantial Completion Date 2/25/2018 Actual Contract Substantial Completion Date 03/02/18 Contract Days to Date 115 Percent of Time Used to Date 128% Percent of Work Completed to Date 100% Contract Cost: APPLICATION AND CERTIFICATE FOR PAYMENT WILLOW POND EROSION CONTROL MEASURES TO SERVE GALVESTON COUNTY MUD NO. 6 GALVESTON COUNTY, TEXAS BE PROJECT NUMBER: DCH Original Contract Amount $195, Net Change Orders (See attached Change Order Summary) $0.00 Current Contract Amount $195, Work Completed to Date $195, Less Amount Retained (10%) $0.00 Less Previous Payment to Contractor $176, AMOUNT DUE THIS PAYMENT $19, Page 1 of 6

33 Pay Application No. 4 and Final 5/31/2018 APPLICATION AND CERTIFICATE FOR PAYMENT WILLOW POND EROSION CONTROL MEASURES TO SERVE GALVESTON COUNTY MUD NO. 6 GALVESTON COUNTY, TEXAS BE PROJECT NUMBER: DCH PERIOD: 3/7/2018 TO: 3/31/2018 The undersigned Contractor certifies that the work covered by this Application for Payment has been completed in accordance with the Contract Document, that all amounts have been paid by him for work for which previous Recommendation for Payments were issued and payments received from the Owner, and that the current payment shown herein is now due. CONTRACTOR: Lucas Construction By: On-File Date: 5/31/2018 Job progress is satisfactory and the work appears to be in compliance with plans and specifications. In accordance with the Contract, the undersigned recommends payment to the Contractor of the amount due as shown above. ENGINEER: BLACKLINE ENGINEERING, LLC By: Date: 7/24/2018 Change Order Summary: Contract Time Schedule: Original Contract Time 90 Previous Approved Time Extensions 0 Requested and Approved Time Extensions This Period 0 Total Contract Calendar Days and Approved Time Extensions to Substantial Completion (95%) 90 Previous Contract Days 91 Contract Days This Period 24 Total Contract Days To Date 115 Special Notes/Considerations: Page 2 of 6

34 Pay Application No. 4 and Final 5/31/2018 APPLICATION AND CERTIFICATE FOR PAYMENT WILLOW POND EROSION CONTROL MEASURES TO SERVE GALVESTON COUNTY MUD NO. 6 GALVESTON COUNTY, TEXAS BE PROJECT NUMBER: DCH ITEM WK. DONE WK. DONE WK. % CONT. THIS PREVIOUS DONE COM- UNIT UNIT QTY ESTIMATE ESTIMATE TO DATE PLETE PRICE AMOUNT BASE BID-RIP RAP INSTALLED AT THREE CRITICAL AREAS IDENTIFIED ON BID PLANS SHEET 3 1. Mobilization, move-in & set up, including bonds and insurance. LS % $ 25, $25, Excavate eroded side slopes down to undisturbed material. Removal and disposal of material. CY 3, ,000 3, % $ $30, Import fill (60/40-clay mix) and compact to 8-inch lifts to match existing slope grade. CY 1, ,500 1, % $ $33, Provide and install rip rap and geotextile fabric per HCFCD specifications. SY 1, ,700 1, % $ $93, Import and install topsoil for 6-inch cover of riprap. CY % $ $11, Apply dry application according to HCFCD specifications, including broadcast seeding, organic fertilizer, cultipac, application of hay on slope, cap with hydromulch and tackifier. Turf must be established in all disturbed and bare areas prior to the issuance of a Certificate of Completion. AC % $ 3, $3, TOTAL BASE BID-THREE CRITICAL AREAS IDENTIFIED ON BID PLANS SHEET 3 $195, ALTERNATE ONE BID-RIP RAP INSTALLED ALONG ENTIRE PERIMETER OF WILLOW POND 1. Mobilization, move-in & set up, including bonds and insurance. LS % $ 35, $ Excavate eroded side slopes down to undisturbed material. Removal and disposal of material. CY 3, % $ $ Import fill (60/40-clay mix) and compact to 8-inch lifts to match existing slope grade. CY 1, % $ $ Provide and install rip rap and geotextile fabric per HCFCD specifications. SY 7, % $ $ Import and install topsoil for 6-inch cover of riprap. CY 1, % $ $ of 6

35 Pay Application No. 4 and Final 5/31/2018 APPLICATION AND CERTIFICATE FOR PAYMENT WILLOW POND EROSION CONTROL MEASURES TO SERVE GALVESTON COUNTY MUD NO. 6 GALVESTON COUNTY, TEXAS BE PROJECT NUMBER: DCH ITEM WK. DONE WK. DONE WK. % CONT. THIS PREVIOUS DONE COM- UNIT UNIT QTY ESTIMATE ESTIMATE TO DATE PLETE PRICE AMOUNT BASE BID-RIP RAP INSTALLED AT THREE CRITICAL AREAS IDENTIFIED ON BID PLANS SHEET 3 6. Apply dry application according to HCFCD specifications, including broadcast seeding, organic fertilizer, cultipac, application of hay on slope, cap with hydromulch and tackifier. Turf must be established in all disturbed and bare areas prior to the issuance of a Certificate of Completion. AC % $ 3, $0.00 TOTAL ALTERNATE ONE BID-ENTIRE PERIMETER OF WILLOW POND $0.00 ALTERNATE TWO FLEXAMAT (OR APPROVED EQUAL) INSTALLED AT 3 CRITICAL AREAS AND RIP RAP INSTALLED ALONG REMAINING 1. Mobilization, move-in & set up, including bonds and insurance. LS % $ 50, $ Excavate eroded side slopes down to undisturbed material. Removal and disposal of material. CY 12, % $ $ Import fill (60/40-clay mix) and compact to 8-inch lifts to match existing slope grade. 4. Provide and install Flexamat (Or Approved Equal) at 3 critical areas, includes placement of matting on top of repaired areas and placing flush with existing slope pavement. Connection of Flexamat (Or Approved Equal) to existing slope pavement by filling voids with concrete. CY 1, % $ $0.00 SY 1, % $ $ Provide and install rip rap and geotextile fabric per HCFCD specifications. SY 5, % $ $ Import and install topsoil for 6-inch cover on Fleximat (Or Approved Equal) for preparation of dry application bedding as needed, and on top of installed rip rap CY 1, % $ $ Apply dry application according to HCFCD specifications, including broadcast seeding, organic fertilizer, cultipac, application of hay on slope, cap with hydromulch and tackifier. Turf must be established in all disturbed and bare areas. AC % $ 2, $0.00 TOTAL ALTERNATE TWO BID-FLEXAMAT (OR APPROVED EQUAL) INSTALLED AT 3 CRITICAL AREAS AND RIP RAP INSTALLED ALONG REMAINING PERIMETER OF WILLOW POND $ of 6

36 Pay Application No. 4 and Final 5/31/2018 APPLICATION AND CERTIFICATE FOR PAYMENT WILLOW POND EROSION CONTROL MEASURES TO SERVE GALVESTON COUNTY MUD NO. 6 GALVESTON COUNTY, TEXAS BE PROJECT NUMBER: DCH ITEM WK. DONE WK. DONE WK. % CONT. THIS PREVIOUS DONE COM- UNIT UNIT QTY ESTIMATE ESTIMATE TO DATE PLETE PRICE AMOUNT BASE BID-RIP RAP INSTALLED AT THREE CRITICAL AREAS IDENTIFIED ON BID PLANS SHEET 3 SUPPLEMENTAL ITEMS S-1 Supplemental Item: Install and remove stabilized construction access if needed. EA % $ 3, $0.00 S-2 A Supplemental Item: (Base Bid): Provide coffer dams and by-pass pumping necessary for completion of the work. DAY % $ 1, $0.00 S-2 B Supplemental Item: (Alternate One Bid): Provide coffer dams and by-pass pumping necessary for completion of the work. DAY % $ 1, $0.00 S-2 C Supplemental Item: (Alternate Two Bid): Provide coffer dams and by-pass pumping necessary for completion of the work. DAY % $ 1, $0.00 S-3 Supplemental Item: Return any and all disturbed areas of Willow Pond to original conditions. AC % $ 5, $0.00 S-4 Supplemental Item: Remove and dispose of rip rap material necessary for the completion of the work. CY % $ $0.00 S-5 A S-5 B S-5 C Supplemental Item: (Base Bid): Additional Bypass Pumping (pumping that exceeds duration in Item S-2 above) DAY % $ 1, $0.00 Supplemental Item: (Alternate One Bid): Additional Bypass Pumping (pumping that exceeds duration in Item S-2 above) DAY % $ 1, $0.00 Supplemental Item: (Alternate Two Bid): Additional Bypass Pumping (pumping that exceeds duration in Item S-2 above) DAY % $ 1, $0.00 S-6 Supplemental Item: Additional Excavation eroded side slopes down to undisturbed material. Removal and disposal of material. CY % $ $0.00 S-7 Supplemental Item: Additional Importation of fill (60/40-clay mix) and compact to 8- inch lifts to match existing slope grade. CY % $ $ of 6

37 Pay Application No. 4 and Final 5/31/2018 APPLICATION AND CERTIFICATE FOR PAYMENT WILLOW POND EROSION CONTROL MEASURES TO SERVE GALVESTON COUNTY MUD NO. 6 GALVESTON COUNTY, TEXAS BE PROJECT NUMBER: DCH ITEM WK. DONE WK. DONE WK. % CONT. THIS PREVIOUS DONE COM- UNIT UNIT QTY ESTIMATE ESTIMATE TO DATE PLETE PRICE AMOUNT BASE BID-RIP RAP INSTALLED AT THREE CRITICAL AREAS IDENTIFIED ON BID PLANS SHEET 3 S-8 Supplemental Item: Provide and install Channellock II Flexible Revetment System (Or Approved Equal) at 3 critical areas, includes placement of matting on top of repaired areas and placing flush with existing slope pavement. Connection of Flexamat (Or Approved Equal) to existing slope pavement by filling voids with concrete. SY 1, % $ $0.00 S-9 Supplemental Item: Provide and install rip rap and geotextile fabric per HCFCD specifications. SY % $ $0.00 S-10 Supplemental Item: Import and install topsoil for 6-inch cover on Fleximat (Or Approved Equal) for preparation of dry application bedding as needed, and on top of installed rip rap CY % $ $0.00 S-11 Supplemental Item: Apply dry application according to HCFCD specifications, including broadcast seeding, organic fertilizer, cultipac, application of hay on slope, cap with hydromulch and tackifier. Turf must be established in all disturbed and bare areas. AC % $ 2, $0.00 S-12 Supplemental Item: Remove and dispose of hike/bike path material in the event that it is damaged by construction activity. Return the damaged path to preconstruction conditions. SF % $ 5.00 $ of 6

38

39

40

41

42

43 1616 S. Voss Road Suite 850 Houston, Texas Office BLACKLINE-ENG.COM ENGINEER S CERTIFICATE OF COMPLETION OF WATER DISTRICT PROJECT DATE: TO: ATTN: ADDRESS: PROJECT: BE PROJECT NO: CONTRACT DATE: CONSULTING ENGINEER: July 25, 2017 Lucas Construction Company, Inc. Mr. Willis Lucas 551 West League City Parkway League City, TX Willow Pond Erosion Control Measures To Serve Galveston County MUD N0. 6 Galveston County, Texas SCH October 3, 2017 Blackline Engineering 1616 S. Voss, Suite 850 Houston, Texas I certify this project was completed on July 23, 2018, that the Project was under continuous supervision during construction, that all inspection was performed by or under the supervision of Scott Novosad, P.E., a Licensed Professional Engineer; that the Project was constructed in substantial accordance with plans and specifications. Scott Novosad, P.E., Texas License No CC: Dr. Wayde Shipman-Galveston County MUD No. 6, President, Board of Directors Dick Gregg-Gregg & Gregg, P.C. Ryan Lucas-Lucas Construction Company, Inc. Jack Murphy-League City Engineering Department

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

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

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

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County, Specifications and Bid Forms for Riprap at Bridge Berm Structure #68-134-120 44138 303 rd Street, Yankton South Dakota, Yankton County, 57078 For Yankton County Highway Department 3302 W City Limits Road

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

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

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

Regular. NECESSARY RESOURCES/IMPACTS (OTHER) n/a. Fiscal Impact

Regular. NECESSARY RESOURCES/IMPACTS (OTHER) n/a. Fiscal Impact CITY COUNCIL AGENDA Meeting Date: 09/16/2013 TITLE: Hatley Way Sidewalk Improvements 2013 Bid Award Responsible Staff: Ron Crumley Backup Material: Backup material attached Digital Presentation: Yes Other

More 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

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

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

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

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/10/18 HIGHWAY: SH 123 COUNTY: 11/03/2016 ESTIMATE PAID: AWARD DATE: 11/17/2016 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/10/18 HIGHWAY: SH 123 COUNTY: 11/03/2016 ESTIMATE PAID: AWARD DATE: 11/17/2016 ESTIMATE PERIOD: 10,070.68 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/10/18 37 5.00 CONTRACT ID: 036605044 PROJECT: STP 2017(285) CONTRACT: 11163011 AWARD : $611,559.93 PROJECTED : $611,559.93 ADJ. PROJECTED : $621,630.61

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

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

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 02/09/18 HIGHWAY: COUNTY: 03/09/2016 ESTIMATE PAID: AWARD DATE: 03/10/2016 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 02/09/18 HIGHWAY: COUNTY: 03/09/2016 ESTIMATE PAID: AWARD DATE: 03/10/2016 ESTIMATE PERIOD: 158,697.80 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 02/09/18 552 365.00 CONTRACT ID: 629164001 : RMC - 629164001 CONTRACT: 03161902 AWARD : $138,98 ED : $138,983.00 ADJ. ED : $297,680.80 CONTRACT: CONTRACTOR:

More information

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

TABULATION OF BIDS 1 L.S. $ 5, $ 5, $ 27, $ 27,000.00 TABULATION OF BIDS Jesse Viertel Memorial Airport Boonville, Missouri Bids Received: 6/12/2018 Lochner Job No.: 000011332 RECONSTRUCT RUNWAY 1836, NORTH CONNECTING TAXIWAY AND TURNAROUND REPLACE EXISTING

More information

Wells Branch Municipal Utility District. Accounting Report. July 17, 2018

Wells Branch Municipal Utility District. Accounting Report. July 17, 2018 Wells Branch Municipal Utility District Accounting Report July 17, 2018 Financial Highlights: The operating fund has cash and investments of approximately $11.7 million; the debt service fund cash/investment

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

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

Wells Branch Municipal Utility District. Accounting Report. February 20, 2018

Wells Branch Municipal Utility District. Accounting Report. February 20, 2018 Wells Branch Municipal Utility District Accounting Report February 20, 2018 Financial Highlights: The operating fund has cash and investments of approximately $10.7 million; the debt service fund cash/investment

More information

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014 PROJECT MANUAL Taxiways P and P7 Drainage Improvements CONTRACT NO. 201416594 BID FORMS Issued for Bid August 25, 2014 CITY & COUNTY OF DENVER DEPARTMENT OF AVIATION DENVER INTERNATIONAL AIRPORT BID FORMS

More 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

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

Wells Branch Municipal Utility District. Accounting Report. December 19, 2017

Wells Branch Municipal Utility District. Accounting Report. December 19, 2017 Wells Branch Municipal Utility District Accounting Report December 19, 2017 Financial Highlights: The operating fund has cash and investments of approximately $8.9 million; the debt service fund cash/investment

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

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

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

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/07/18 HIGHWAY: COUNTY: 04/11/2017 ESTIMATE PAID: AWARD DATE: 04/17/2017 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/07/18 HIGHWAY: COUNTY: 04/11/2017 ESTIMATE PAID: AWARD DATE: 04/17/2017 ESTIMATE PERIOD: 7,254.5 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/7/18 CONTRACT ID: 6313261 : RMC - 6313261 CONTRACT: 417124 AWARD : $264,4. ED : $273,38. ADJ. ED : $343,292.5 CONTRACT: CONTRACTOR: FORDE CONSTRUCTION

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 09/08/17 HIGHWAY: SH 29 COUNTY: 01/06/2016 ESTIMATE PAID: AWARD DATE: 01/28/2016 ESTIMATE PERIOD:

CONTRACTOR'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 information

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No. Job 11-4518 Solicitation B-12-059-DD PROPOSAL of BID PROPOSAL, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER STEM: Pursuant to Instructions Invitation

More 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

The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin

The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin within the Vendor Self Service portal at wvoasis.gov.

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 06/07/17 02/10/2016 ESTIMATE PAID: AWARD DATE: 02/25/2016 ESTIMATE PERIOD: 10/31/2016 % TIME USED:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 06/07/17 02/10/2016 ESTIMATE PAID: AWARD DATE: 02/25/2016 ESTIMATE PERIOD: 10/31/2016 % TIME USED: 143,230.65 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 06/07/17 77 4.00 CONTRACT ID: 041902041 PROJECT: STP 2016(746) CONTRACT: 02163223 AWARD : $3,653,777.19 PROJECTED : $3,823,809.19 ADJ. PROJECTED :

More information

NOTICE TO BIDDERS. Specifications and bidding blanks may be obtained at the Road Commission office at the above address.

NOTICE TO BIDDERS. Specifications and bidding blanks may be obtained at the Road Commission office at the above address. NOTICE TO BIDDERS Sealed proposals will be received by the Ottawa County Road Commission, at its offices at 14110 Lakeshore Drive, Grand Haven, Michigan 49417, until Wednesday November 16, 2016 at 10:00am

More information

GCMUD NO. 6 ENGINEERING REPORT Meeting Date: November 5, 2018 Time: 7:00 p.m. Location: The Landing Office 1109 Landing Boulevard League City, Texas 77573 Engineering Representative: Scott Novosad, P.E.

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/07/18 HIGHWAY: SH 103 COUNTY: 10/03/2017 ESTIMATE PAID: AWARD DATE: 10/26/2017 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/07/18 HIGHWAY: SH 103 COUNTY: 10/03/2017 ESTIMATE PAID: AWARD DATE: 10/26/2017 ESTIMATE PERIOD: 13,138.91 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/07/18 90 19.00 CONTRACT ID: 033606028 PROJECT: STP 2018(156)HES CONTRACT: 10173013 AWARD : $597,891.99 PROJECTED : $600,891.99 ADJ. PROJECTED : $614,030.90

More information

Columbia Lakes III & IV Homeowners Association

Columbia Lakes III & IV Homeowners Association Meeting Minutes Columbia Public Library 6:30 PM, April 4 th, 2018 I. Call to Order II. Roll Call a. Trustees Noland and Duguay present III. Approval of the Minutes IV. Financial Report a. Currently $53,437.68

More information

Pflugerville, TX St. Hedwig, TX 78152

Pflugerville, TX St. Hedwig, TX 78152 Pesado Construction Co., Inc. 7054 Pipestone Schertz, TX 78154 Lewis Contractors, Inc. P.O. Box 1623 Bertram, TX 78605 Wauters Engineering, LLC 12870 Adkins St. Hedwig Rd. St. Hedwig, TX 78152 Cash Construction

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 09/08/15

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 09/08/15 68,460.45 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 09/08/15 101 28.00 CONTRACT ID: 207501053 PROJECT: NH 2013(466) CONTRACT: 03133207 AWARD : $3,794,106.27 PROJECTED : $3,958,638.27 ADJ. PROJECTED :

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

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

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

More information

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

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID OVERSEEDING BID INVITATION TO BID. Office of Finance 100 West First North Street Morristown, TN 37814

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID OVERSEEDING BID INVITATION TO BID. Office of Finance 100 West First North Street Morristown, TN 37814 INVITATION TO BID Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is accepting sealed bids for overseeding with specifications stated herein. Bidder

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

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

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location: INVITATION FOR BIDS Agency Name: Culpeper SWCD 351 Lakeside Drive Culpeper, Virginia 22701 (540) 825-8591 Project Name & Location: Access Road Relocation 1) Mountain Run Dam 8A (04701) PROJECT CODE NO:

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

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

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

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

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 11/09/16 HIGHWAY: COUNTY: 04/07/2015 ESTIMATE PAID: AWARD DATE: 04/30/2015 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 11/09/16 HIGHWAY: COUNTY: 04/07/2015 ESTIMATE PAID: AWARD DATE: 04/30/2015 ESTIMATE PERIOD: -18,600.75 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 11/09/16 CONTRACT ID: 628405001 PROJECT: RMC - 628405001 CONTRACT: 04154013 AWARD : $597,778.20 PROJECTED : $597,783.20 ADJ. PROJECTED : $579,182.45

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 02/09/18 HIGHWAY: FM 1988 COUNTY: 04/07/2015 ESTIMATE PAID: AWARD DATE: 04/30/2015 ESTIMATE PERIOD:

CONTRACTOR'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 information

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 PROPOSALS MUST BE MAILED OR DELIVERD TO: City of Kearney, Attn: Lauren

More information

BID TABULATION JAMES STREET TRUNK SEWER IMPROVEMENTS CORALVILLE, IOWA

BID TABULATION JAMES STREET TRUNK SEWER IMPROVEMENTS CORALVILLE, IOWA Bid No. 1 Bid No. 2 Foley Construction Company JB Holland Construction, Inc. 5401 Victoria Avenue 2092 Hwy 9 W Project: Construct the James Street Davenport, IA 52807 Decorah, IA 52101 1.1 Construction

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/10/18 HIGHWAY: US 59 COUNTY: 02/02/2017 ESTIMATE PAID: AWARD DATE: 02/23/2017 ESTIMATE PERIOD:

CONTRACTOR'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

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: 8/5/2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery of

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

2018 Road Improvements Engineer's Project Number: LK 01 Bid Deadline: May 1, 2018 at 2:00 p.m. local time

2018 Road Improvements Engineer's Project Number: LK 01 Bid Deadline: May 1, 2018 at 2:00 p.m. local time TABULATION PAGE 1 OF 6 PRE- ESTIMATE Pitlik and Wick, Inc. CONTRACT A - BASE Highway X (Friedle Road to Dam Road) A1.1 Single Layer Chip Seal 75,100 sq. yds. $ 2.50 $ 187,750.00 $ 1.60 $ 120,160.00 $ 1.19

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING 80 West

More information

City of Palmer Action Memorandum No

City of Palmer Action Memorandum No City of Palmer Action Memorandum No. 15-075 Subject: Authorize the City Manager to Negotiate and Execute a Contract with for the Palmer 2015 ADA Sidewalk Improvement Project in the Amount of $62,837 Agenda

More information

$ CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 10/11/18 234, PROJECT: RMC SH0020

$ CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 10/11/18 234, PROJECT: RMC SH0020 234,238.82 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 10/11/18 43 3 CONTRACT ID: 630941001 PROJECT: RMC - 630941001 CONTRACT: 02172404 AWARD AMOUNT: $83,876.21 PROJECTED AMOUNT: $83,876.21 ADJ. PROJECTED

More information

Right of Way Permits. Contact Information:

Right of Way Permits. Contact Information: Right of Way Permits A Right-of-Way Use Permit is required for any work performed in the public right-of-way (including but not limited to sewer or water extensions, franchise utility work, storm drainage,

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/11/17 HIGHWAY: FM 958 COUNTY: 06/08/2016 ESTIMATE PAID: AWARD DATE: 07/13/2016 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/11/17 HIGHWAY: FM 958 COUNTY: 06/08/2016 ESTIMATE PAID: AWARD DATE: 07/13/2016 ESTIMATE PERIOD: CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/11/17 166 CONTRACT ID: 100802018 PROJECT: C 1008-2-18 CONTRACT: 06163219 AWARD : $3,498,600.69 PROJECTED : $3,564,104.69 ADJ. PROJECTED : $3,564,104.69 CONTRACT:

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

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

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

BID TABULATION 32-04MAY06-Asphalt Overlay & Roadway Drainage Improvements

BID TABULATION 32-04MAY06-Asphalt Overlay & Roadway Drainage Improvements BID TABULATION 32-04MAY06-Asphalt Overlay & Roadway Drainage Improvements BETHEL CHURCH ROAD BID Description Unit Qty Unit Price Extended Total Unit Price Extended Total Mobilization LS 1 $ 2,500.00 $

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

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

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: March 2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery

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

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

County of Grande Prairie No. 1 INSTRUCTIONS TO TENDERERS TENDER # La Glace Wastewater Lagoon Berm Removal and Repair

County of Grande Prairie No. 1 INSTRUCTIONS TO TENDERERS TENDER # La Glace Wastewater Lagoon Berm Removal and Repair INSTRUCTIONS TO TENDERERS TENDER # 638956 La Glace Wastewater Lagoon Berm Removal and Repair Prepared for: County of Grande Prairie No.1 Prepared by: SNC-Lavalin Inc. (SNC-Lavalin) Grande Prairie, Alberta

More information

CITY OF TAMPA ADDENDUM 2. April 18, 2018

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

More information

METRO INVESTMENT REPORT (GENERAL FUND)

METRO INVESTMENT REPORT (GENERAL FUND) METRO INVESTMENT REPORT (GENERAL FUND) OCTOBER 2010 Metropolitan Transit Authority of Harris County Monthly Investment Report - Board Summary for General Funds For the Month Ended October 31, 2010 Portfolio

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

VIRGINIA RECREATIONAL FISHING DEVELOPMENT FUND SUMMARY PROJECT APPLICATION*

VIRGINIA RECREATIONAL FISHING DEVELOPMENT FUND SUMMARY PROJECT APPLICATION* VIRGINIA RECREATIONAL FISHING DEVELOPMENT FUND SUMMARY PROJECT APPLICATION* NAME AND ADDRESS OF APPLICANT: City of Norfolk City Hall Building 810 Union Street Norfolk, VA 23510 PRIORITY AREA OF CONCERN:

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

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

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 10/10/18 HIGHWAY: US 82 COUNTY: 02/01/2018 ESTIMATE PAID: AWARD DATE: 02/22/2018 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 10/10/18 HIGHWAY: US 82 COUNTY: 02/01/2018 ESTIMATE PAID: AWARD DATE: 02/22/2018 ESTIMATE PERIOD: CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 10/10/18 45 CONTRACT ID: 004501061 PROJECT: NH 2018(556) CONTRACT: 02183025 AWARD : $2,124,211.95 PROJECTED : $2,130,211.95 ADJ. PROJECTED : $2,130,211.95 CONTRACT:

More information

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

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

More information

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

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 09/10/18

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 09/10/18 211,476.00 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 09/10/18 112 27.00 CONTRACT ID: 027104091 PROJECT: NH 2016(724) CONTRACT: 02163035 AWARD AMOUNT: $4,962,242.32 PROJECTED AMOUNT: $4,962,249.32 ADJ.

More information

Green Bay Packaging. Also included is a post-closure cost estimate that includes our new landfill Cell No. 5, as requested by Mr. Masoud Arjmandi.

Green Bay Packaging. Also included is a post-closure cost estimate that includes our new landfill Cell No. 5, as requested by Mr. Masoud Arjmandi. Green Bay Packaging Inc. April13, 2016 Susan Speake Solid Waste Management Division Arkansas Department of Environmental Quality 5301 Northshore Drive North Little Rock, AR 72118-5317 ARKANSAS KRAFT DIVISION

More information

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

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

More information

1. BACKGROUND/HISTORY

1. BACKGROUND/HISTORY City Council Agenda Item Report October 21, 2014 Agenda Item No. Contact Stanley Fees, P.E., CFM, City Engineer 312-0084 sfees@ci.buda.tx.us SUBJECT: Deliberation and possible action on awarding the bid

More information

City of Corpus Christi Housing and Community Development

City of Corpus Christi Housing and Community Development City of Corpus Christi Housing and Community Development General Contractors, Roofing Contractors, Plumbing Contractors, Electrical Contractors, HVAC Contractors, General Repair Contractors, Demolition

More information

APPENDIX A-3: Cost Engineering

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

More information

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

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

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 02/09/18 03/08/2017 ESTIMATE PAID: AWARD DATE: 03/28/2017 ESTIMATE PERIOD: 00/00/0000 % TIME USED:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 02/09/18 03/08/2017 ESTIMATE PAID: AWARD DATE: 03/28/2017 ESTIMATE PERIOD: 00/00/0000 % TIME USED: 8,370.50 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 02/09/18 118 20.00 CONTRACT ID: 004901092 PROJECT: NH 2017(876) CONTRACT: 03173229 AWARD : $3,877,223.25 PROJECTED : $4,018,765.25 ADJ. PROJECTED : $4,027,135.75

More information

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

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

More information

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

SHIPLEY S CHOICE DAM REHABILITATION COMMUNITY MEETING MINUTES

SHIPLEY S CHOICE DAM REHABILITATION COMMUNITY MEETING MINUTES SHIPLEY S CHOICE DAM REHABILITATION COMMUNITY MEETING MINUTES A community meeting was held on September 13, 2018 at the Shipley s Choice Elementary School. County staff from the Watershed Protection and

More information

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT TOWN OF HILLSBOROUGH PUBLIC WORKS DEPARTMENT AGREEMENT FOR PUBLIC IMPROVEMENTS SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT THIS AGREEMENT is made and entered into as of the -----------------, by and between

More information

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

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

More information

YPSILANTI COMMUNITY UTILITIES AUTHORITY BOARD OF COMMISSIONERS MEETING

YPSILANTI COMMUNITY UTILITIES AUTHORITY BOARD OF COMMISSIONERS MEETING Agenda YPSILANTI COMMUNITY UTILITIES AUTHORITY BOARD OF COMMISSIONERS MEETING Wednesday, January 23, 2019 3:00 p.m. YCUA Administration Building 2777 State Road Ypsilanti, MI 48198-9112 1. CALL TO ORDER

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

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

APPLICATION & PERMIT FOR CONSTRUCTION IN PUBLIC RIGHT OF WAY. Name of Owner: Name of Applicant: Address of Applicant: City: State: Zip:

APPLICATION & PERMIT FOR CONSTRUCTION IN PUBLIC RIGHT OF WAY. Name of Owner: Name of Applicant: Address of Applicant: City: State: Zip: Town of Chino Valley Public Works Department 1982 Voss Dr., #201 Chino Valley, AZ 86323 Phone: 928-636-7140 Fax: 928-636-7141 APPLICATION & PERMIT FOR CONSTRUCTION IN PUBLIC RIGHT OF WAY Date: Permit #:

More information