LOCAL AGENCY BILLING SUMMARY

Similar documents
OHIO DEPARTMENT OF TRANSPORTATION OFFICE OF REAL ESTATE

Work Change Directive No.

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

REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO OF THE CITY OF SAN JACINTO

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

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/08/15 HIGHWAY: COUNTY: 12/08/2014 ESTIMATE PAID: AWARD DATE: 12/09/2014 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/10/17

DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT

Local Assistance Procedures Manual EXHIBIT 10-H1 Cost Proposal. Consultant Project No. Contract No. Date

3. Defer action, pending additional information or further staff analysis. M:\Memo to CAC\2006\ \MTA MUNI Overhead Stanyan Fillm.

Disasters-Recovery From A Financial Perspective. Lavelle J. Lemonier Director, Finance & Administration Port of Beaumont (Texas)

STANDARD PROCEDURE FOR VALUE ENGINEERING IN CONSTRUCTION

PORT OF EVERETT SECTION Insert Project Name in CAPS

August 17, 2017 Public Event #2 Alternatives Evaluation Process & Identification of Preferred Alternatives

Railroad Audit Circular Training Supplement # 1

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:

5/16/2016. Procurement 101 OIG Findings TDEM Conference Texas Department of Public Safety. Procurement 101

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


Special thanks to Ohio DOT. Utility Relocation Costs

The BASICS of CONSTRUCTION ACCOUNTING Workshop GLOSSARY

Final Estimates Level 2

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

FUTURE STORMWATER CONTROLS PROGRAM RULES (ARTICLE 5)

City of Palmer Action Memorandum No

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:

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

Workforce Investment Act (WIA) Service Providers

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

PURCHASING, LEASING & CONTRACTING POLICY

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

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

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

DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA TIA PROJECT CONCEPT REPORT

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 09/10/18 HIGHWAY: US 84 COUNTY: 04/04/2017 ESTIMATE PAID: AWARD DATE: 04/27/2017 ESTIMATE PERIOD:

European Commission THE FIFTH FRAMEWORK PROGRAMME. This document can be downloaded from URL:

Route Route Z Intersection Realignment

CITY OF SUNSET VALLEY 11. AGENDA DATE: May 15, 2018

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

Military Highway Continuous Flow Intersection (CFI) Initial Financial Plan

CHAPTER 11: FINANCIAL MANAGEMENT

Mainelli Wagner & Associates, Inc.

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/07/18 HIGHWAY: COUNTY: 07/12/2017 ESTIMATE PAID: AWARD DATE: 07/27/2017 ESTIMATE PERIOD:

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

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

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements

REQUEST FOR PROPOSAL. Concrete Work at Grand Ravines County Park

Performance After Funding Breakout Session #4. Thursday, September 20, 2018 Michaela McCain Moderator Outreach Manager Local Assistance Division

California Virtual Academies and Insight Schools of California

GATA Major Bridge Budget Instructions

Reimbursement Application Minnesota Agricultural Chemical Response and Reimbursement Account (ACRRA)

County of Sonoma Agenda Item Summary Report

Uniform Grant Guidance Policies & Procedures

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 12/08/16 HIGHWAY: US 82 COUNTY: 12/03/2014 ESTIMATE PAID: AWARD DATE: 12/18/2014 ESTIMATE PERIOD:

Attachment 17 RTD Pricing Conditions

ACTIVITY NARRATIVE PHASE II

City of Portsmouth Portsmouth, New Hampshire Department of Public Works

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

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:

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES

BURBANK-GLENDALE-PASADENA AIRPORT AUTHORITY. Customer Facility Charge Audit Reports. Year ended June 30, 2011

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

EASTERN OREGON UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

CE303 Introduction to Construction Engineering 2/15/2011. CE303 Introduction to Construction Engineering. Construction Contracts Definition

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

Document A Exhibit A

PARISH NAME PETTY CASH VOUCHER ACCT DESCRIPTION AMOUNT

$4, CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 08/08/17 -73, FM0317 DISTRICT NAME: Tyler COUNTY: PROJECT: RMC

SOLID WASTE FINANCIAL ASSURANCE PROGRAM REPORT

Audit Follow-Up. Second Progress Audit of Gaines Street Revitalization (Report #1319 issued June 14, 2013) As of September 30, 2013.

ODOT Local Public Agencies (LPA) Cost Recovery and Financial Audit Guidance

DRAFT. PROJECT POLICY CAPITAL AND OPERATING Approved by: History: Administrative Policy Policy Number: REYNOLDA CAMPUS CONTENTS:

UNIVERSAL SERVICE AND ACCESS FINAL REPORT

Administration and Projects Committee STAFF REPORT June 4, 2015 Page 2 of 2 Attachments A. Letter from Caltrans dated May 15, 2015 Changes from Commit

Format for Title III Projects ACTIVITY NARRATIVE

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:

Chapter 12. Auditing Contract Termination Delay Disruption and Other Price Adjustment Proposals or Claims

Deans, Directors, Department Heads, Business Administrators, Faculty, Finance Personnel, and Sponsored Project Personnel

Trial Balance. Format of Trial Balance. The under mention points may be noted for preparing a trial balance.

The West Georgia Consortium

5. All expenditures must be ones that are accounted for by the Applicant on its financial records under Generally Accepted Accounting Principles.

HANDOUT 1 CFO MEMO NO. 02 ( ) October 3, 2012 CHIEF FINANCIAL OFFICER MEMORANDUM NO. 02 ( )

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

$200, $ 200, Administration (may not exceed 10% of line 21)

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

3.1.2 The Contractor shall perform the Work in accordance with the Contract Documents.

Subsection Policies (policy #)

I-64 Capacity Improvements Segment III Initial Financial Plan

CITY OF DEERFIELD BEACH Request for City Commission Agenda

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

The Springs at Santa Rita Homeowners Association. Fiscal Policies and Procedures

Programed Totals $39,761 $35,676 $75,437 $73,111 $2,326 $0 $17,109 $17,109 $17,109 $0 $0 $14,580 $14,580 $14,580 $0

Gilliam County Attainable Housing Incentive Programs

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:

CHAPTER ALLOWABLE COST REIMBURSEMENT FOR NON-STATE OPERATED INTERMEDIATE CARE FACILITIES FOR INDIVIDUALS WITH AN INTELLECTUAL DISABILITY

Falsification of Documents. Next Slide

FLORIDA DEPARTMENT OF JUVENILE JUSTICE PROCEDURE. Title: Procedures for Financial Management of Fixed Capital Outlay Projects

Measure B Expenditures Across All Programs FY Report Card

San Francisco County Transportation Authority Proposition K Sales Tax Program Allocation Request Form

PennDOT Rapid Bridge Replacement Project

Transcription:

LOCAL AGENCY BILLING SUMMARY INDIRECT COST RATES Date: October 5, 2011 Approved by Caltrans: YES / NO Agency: City of Moreland Rate(s) Fiscal Year(s) Local Assistance Project Number: STPL 2596(107) 9.73% 08/09 Project Location: Green Street from C to D streets Project Description: Pavement overlay and sidewalk upgrade ALLOCATIONS / AUTHORIZATION(S) / FUND(S) AVAILABLE Date Program Supplement Approved:: April 11, 2008 Page 1 of 6 FEDERAL and / or STATE FUNDS COMPONENT / DATE PHASE FUNDING REIMBURSEMENT OBLIGATED / TOTAL PREVIOUS FUNDS CURRENTLY PHASE AUTHORIZED SOURCE RATE ALLOCATED PAYMENTS REMAINING INVOICED PRELIMINARY 4/11/2008 Q400 32.57% 5,000.00 5,000.00 ENGINEERING State Match 11.47% 573.00 573.00 RIGHT OF WAY - - - - CONSTRUCTION 8/3/2010 Q240 88.53% 1,000.00 500.00 500.00 ENGINEERING Q400 88.53% 2,000.00 2,000.00 2,000.00 CONSTRUCTION 8/3/2010 Q400 83.24% 60,000.00 60,000.00 - - - - - - TOTAL 68,573.00 6,073.00 62,500.00 2,000.00 Include only the applicable sections (Consultants Contract, PE, R/W, CE and CON) below were reimbursement is sought thus far. CONSULTANT CONTRACT(S) CONSULTANTS TYPE CONTRACT EXECUTION DATE CONTRACT AMOUNT PUBLICLY ADVERTIZED (YES/ NO) APPLICABLE FEDERAL PHASE(S) GENERAL SERVICES PROVIDED CONSULTANT A Initial On Call Contract 5/7/2008 250,000 Yes PE Environmental Studies Task Order 7/8/2009 75,000 No PE Environmental Studies CONSULTANT B Initial Contract 4/16/2008 50,000 Yes PE Design Amendment 6/23/2009 25,000 No PE, CE Design and CM Services CONSULTANT C Initial Contract (N.P.) 9/10/2010 110,000 Yes CE Inspection

PRELIMINARY LOCAL AGENCY STAFF COSTS ENGINEERING TIME PERIOD AGENCY STAFF PE COSTS From To Participating Nonparticipating TOTAL 12/11/2008 6/30/2009 3,865.32 3,865.32 8/3/2010 10/31/2009 2,535.00 115.32 2,650.32 10/31/2010 11/31/2009 824.22 824.22 Staff Subtotal 7,224.54 115.32 7,339.86 DIRECT COSTS Corresponding Payment Transaction EXPENDITURE DETAILS POSTING DIRECT PE COSTS Number DATE PARTICIPATING NONPARTICIPATING TOTAL 87934 8,645.41 1 Consultant A 10/20/2008 3,889.13 3,889.13 87934 8,645.41 2 Consultant A 10/28/2008 1,178.78 912.25 2,091.03 79402 4,955.00 3 Consultant B 3/17/2009 500.00 500.00 88945 2,090.00 4 Consultant A 3/21/2009 1,040.00 1,040.00 X Direct Subtotal 2,718.78 912.25 3,631.03 PE TOTAL 9,943.32 1,027.57 10,970.89 Page 2 of 6

RIGHT OF WAY LOCAL STAFF COSTS (INCIDENTIAL) TIME PERIOD AGENCY STAFF R/W COSTS From To Participating Nonparticipating TOTAL Staff Incidental Subtotal CORRESPONDING PAYMENT TRANSACTION EXPENDITURE DETAILS POSTING INCIDENTIAL R/W COSTS DIRECT COSTS (INCIDENTIAL) Number DATE Participating Nonparticipating TOTAL Direct Costs Incidental Subtotal INCIDENTAL TOTAL CAPITAL COSTS CORRESPONDING PAYMENT TRANSACTION EXPENDITURE DETAILS POSTING CAPITAL R/W COSTS Number DATE Participating Nonparticipating TOTAL Acquistion Type, Parcel Number / Name RAP Rental / Sales Income Authorized Utility Relocation* (separate from construction contract) Utility Name, Size, Type Subtotal Authorized Utilities* Authorized Utility Relocation (included in construction contract and funds under CON E 76) Name, size, type Name, Size, Type Descrip./Bid Item No. Qty or % Price Part. PG&E 4" Gas Trans 10,000.00 PG&E 4" Gas AC / 2 Ton 15.00 65.00 975.00 Transmisssion Sidewalk / 3 Feet 200.00 27.00 5,400.00 6,375.00 < Subtotal > 6,375.00 CAPITAL TOTAL *Fed reimbursement cannot exceed the utility authorization without obtaining Caltrans preapproval and modification of the authorized amount. Page 3 of 6

CONSTRUCTION Contractor: Granite Construction Original Contract : $847,458.36 EXPENDITURE DETAILS DIRECT COSTS CON Bill # Corresponding Payment Transaction RETENTION INFORMATION Posting CONSTRUCTION CONTRACT Number Disbursement Retention Date Participating Nonparticipating TOTAL 87934 500.00 1 8C 4,500.00 500.00 10/20/2008 5,000.00 5,000.00 79402 171.25 2 8C 731.25 81.25 3/17/2009 812.50 812.50 88945 1,572.50 3 9 3,037.50 337.50 3/18/2009 3,105.00 270.00 3,375.00 X 8,268.75 918.75 < TOTALS> 3,917.50 270.00 4,187.50 Page 4 of 6 <Part. Utilities Billed to R/W* > 220.00 220.00 89578 500.00 < Retention Released 500.00 < Total > 50.00 3,967.50 <Retention Balance > 418.75 Note: Include the "Bid Summary / Cost to Date" Form or a copy of the most recent approved contractor s quantities to date summary provided it contains the same information and that participating / nonparticipating costs are clearly annotated and totaled. *Participating Utilities done by contractor billed to R/W LOCAL AGENCY STAFF COSTS CONSTRUCTION ENGINEERING TIME PERIOD AGENCY STAFF CE COSTS From To Participating Nonparticipating TOTAL 8/3/2010 10/31/2010 2,535.00 115.32 2,650.32 10/31/2010 11/31/2010 824.22 824.22 X Staff Subtotal 3,359.22 115.32 3,474.54 Corresponding Payment Transaction EXPENDITURE DETAILS DIRECT CE COSTS DIRECT COSTS Number POSTING DATES Participating Nonparticipating TOTAL 87934 8,645.41 4P Consultant C 10/20/2008 3,889.13 3,889.13 87934 8,645.41 4P Consultant C 10/28/2008 1,178.78 912.25 2,091.03 79402 4,955.02 5 Mailing 3/17/2009 50.00 50.00 X 88945 2,090.00 6 Advertizing 3/17/2009 2,955.00 2,955.00 X 88945 2,090.00 7 Copying 3/18/2009 540.00 540.00 X Direct Costs Subtotal 4,723.78 912.25 5,636.03 CE TOTAL 8,063.00 1,027.57 9,110.57

BID SUMMARY / COST TO DATE Item No. Item Description Qty or % Page 5 of 6 Construction Contract Expenditures to Date Date: October 5, 2011 Agency: City of Moreland Fed. Project #: STPL 2596(107) Bid Current Total Participating Nonparticipating Price Lump Sum Qty or % Price Qty or % 1 Moblization LS 100% 5,000.00 5,000.00 5,000.00 100% 5,000.00 5,000.00 2 AC Ton 37.00 65.00 2,405.00 13 12.50 65.00 812.50 812.50 3 Sidewalk Feet 415.00 27.00 11,205.00 125 115.00 27.00 3,105.00 10.00 27.00 270.00 3,375.00 Bid 18,610.00 <Particpating > 3,917.50 <Nonparticpating > 270.00 4,187.50 CHANGE ORDER SUMMARY Price Total Total CCOs Contract Item Price> 200.00 250.00 450.00 Total CCOs Force Acct. / Agreed Price> 10.00 10.00 Contract Change Order Expenditures @ CCO Contract Item Price Force Acct/Agreed Price No. Brief Description Total Expended Participating Expended Particpating TOTAL> 4,117.50 530.00 4,647.50 Original Contract : 18,610.00 1 Additional AC and tree removal 700.00 500.00 450.00 200.00 10.00 * Contract Changes Orders: 700.00 2 Revised Contract : 19,310.00 3 Work Complete to Date: 24% AUTHORIZED UTILITIES (If Applicable)* 700.00 500.00 450.00 200.00 10.00 Utility Name, Size, Type / Item Participating Authorized No. Description Qty or % Price PG&E 4" Gas Trans. / $30,000 2 AC Ton 15.00 65.00 975.00 3 Sidewalk Feet 200.00 27.00 5,400.00 Subtotal > > 6,375.00 * Include this section if Specific Authorization for Utilities under Construction has been approved. Utilities need to be subtotal individually. If utilities are being billed under R/W then they should be list as N.P on the Bid Summary Cost to Date Form and will be accounted for under R/W.

LOCAL AGENCY STAFF TIME SUMMARY DOCUMENT Journal Entries PHASE: PRELIMINARY ENGINEERING Hours Average Labor Labor Fringe Local Agency Labor Costs Date Name, Title Worked Rate Benefits Participating Nonparticipating TOTAL Prev. Time Period: 1/26/08 to 1/26/08 Subtotal Prev. Time Period: 1/27/08 to 2/26/08 Subtotal Date A Name A, Title Date C Name C, Title Name B, Title Date D Name B, Title Date I Name B, Title Time Period: 3/25/11 to 3/25/11 Subtotal Phase Total * An equivalent alternative would be to reverse the first two columns and organize the data by Name, then chronologically by Date. If an agency s internal accounting system captures all the information above and complies into a readily discernible printout, the printout accompanied with the simplified summary table (shown below) would be an acceptable alternative. Phase Summary PHASE: PRELIMINARY ENGINEERING Staff Average Labor Labor Fringe Local Agency Labor Costs Name Title Hours Rate Benefits Participating Nonparticipating TOTAL Name A Title A 5 45.23 115.34 341.49 341.49 Name B* Title B 3 74.51 100.59 324.12 324.12 4 74.51 134.12 432.16 432.16 Name C Title C 6 36.69 96.86 317.00 317.00 Time Period: 3/26/08 to 3/25/11 Phase Total 1,090.65 324.12 1,414.76 * Individuals with both participating and nonparticipating costs should be separated into two corresponding entries. * The project specific Task(s) / Function(s) info is preferred but optional and will help justify expenditures if the typical Caltrans/FHWA guidelines are exceeded. Page 6 of 6