Loading...
HomeMy WebLinkAboutResolution - 2024-R0266 - Public Works Contract 17883, With Lone Star Dirt And Paving LTD - 05/28/2024Resolution No. 2024-RO266 Item No. 7.11 May 28, 2024 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Public Works Contract No. 17883 for 146th St Reconstruction from Quaker to Indiana as per RFP 24-17883-TF, by and between the City of Lubbock and Lone Star Dirt & Paving, LTD. of Lubbock, TX, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on May 28 2024 TRAY P NE, MAY ATTEST: lkvvj- a - Courtney Paz, City Secretary APPROVED AS TO CONTENT: Erik Rejino, Assistant City Manager APPROVED AS TO FORM: elli Leisure, Senior Assistant City Attorney ecdocs/RES.Public Works Contract 17883 1461h St Reconstruction 05.06.24 PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 24-17883-TF, 1461h St Reconstruction from Quaker to Indiana c Proposal of Z p n e J-¢c., s` , r r_ (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for construction of the referenced project, having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 3L D (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS:.3 -� (to Final Completion) (not to exceed 300 consecutive calendar days to Substantial Completion / 335 consecutive calendar dax s to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 300 Consecutive Calendar Days with final completion within 335 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $750for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's 4/24/'24 9:54 AM check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. 4/24/'24 9:54 AM Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for _ Dollars (S _1 or a Proposal Bond in the sum of Dollars ($_ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. DateAd ; ( S = •Z Y Addenda No. Date Addenda No. Date �, I '!9_,Z Addenda No. Date M/WBE Firm: I I Woman Black American Date:. Authc alure (Printed or Typed Name) Ion Com any Un; v Address // II / ff _`4{j City, County ---- l-lie - _ _ _, 174 yl. 3 State Zip Code Telephoner - 7Y� 4, C, Fax: 0 (. - ?y 5- z16 75/ Email: j,,,� Sfa�Qn�s--on�in. , v7e-f FEDERAL TAX ID or SOCIAL SECURITY No. /.gyp 4 - - Native 4/24/'24 9:54 AM INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. 4/24/'24 9:54 AM TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. Agreement Example Review This sample Agreement has been reviewed and ( is acceptable ( ) is acceptable as noted 4/24/'24 9:54 AM Contractor AcknowledVement In compliance with this solicitation, the undersigned, having examined the solicitation documents, instructions to offerors, documents associated with the request for proposals, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. By signing below, the terms stated have been reviewed and approved. Company Name: �O'le SrG r t ��i v � n� �tc� Signed By: C V/w Print Name and Tile: tle: u �-"�� COC� ner- Date: —W-'Z 4/24/'24 9:54 AM Lone Star Dirt & Paving Total Cost $ 8,257,373.70 # Items Lowest TxDOTlterr QTY+/- U/M UnitPrice ExtendeclCost 500 1 LS $425,000.00 $425,000.00 #1-1 :-Mobilization MOBILIZATION $425,000.00 #2-1 PREPARING RIGHT-OF-WAY $260,000.00 100 65 STA $4,000.00 $260,000.00 #2-2 PREPARING RIGHT-OF-WAY (REMOVE TREE) (5" TC $2,000.00 100 4 EA $2,500.00 $10,000.00 #2-3 REMOVING CONC (CURB AND GUTTER) $27,948.00 104 2329 LF $20 $46,580.00 #2-4 REMOVING CONC (PAV) $11,130.00 104 371 SY $40 $14,840.00 #2-5 REMOVING CONC (DRIVEWAYS) $46,500.00 104 1550 SY $40 $62,000.00 #2-6 REMOVING CONC (SIDEWALK) $1,980.00 104 66 SY $40 $2,640.00 #2-7 REMOVE STAB BASE AND ASPH PAV (2") $107,985.00 105 21597 SY $5 $107,985.00 #2-8 SALVAGE AND HAUL ASPHALT PAVEMENT (2") $44,187.00 305 44187 TON -MI $5.50 $243,028.50 #2-9 REMOVING STRUCTURE (PIPE) $2,000.00 496 40 LF $100 $4,000.00 #2-10 REMOVE MAILBOX ASSEMBLY $900.00 560 9 EA $500 $4,500.00 #2-11 REMOVE LIGHT POLE $900.00 610 1 EA $900 $900.00 #2-12 REMOVE SMALL SIGN ASSEMBLY $1,100.00 644 11 EA $1,000.00 $11,000.00 ©iii-tiialirlGlilfa #3-1 BARRICADES, SIGNS, AND TRAFFIC HANDLING $90,000.00 502 12 MO $12,000.00 $144,000.00 #3-2 PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) $40,000.00 6001 2 EA $27,500.00 $55,000.00 #3-3 CONSTRUCT TEMPORARY PAVEMENT $30,660.00 508 1022 SY $125 $127,750.00 #3-4 CONSTRUCT TEMPORARY DRIVEWAY $64,000.00 508 1600 SY $85 $136,000.00 #3-5 WK ZN PAV MRK (Y) 4" (SLD) $50,532.50 662 59450 LF $0.85 $50,532.50 #3-6 WK ZN PAV MRK (Y) 4" (BRK) $2,880.00 662 1600 LF $1.80 $2,880.00 #3-7 WK ZN PAV MRK (W) 4" (SLD) $29,002.00 662 34120 LF $0.85 $29,002.00 #3-8 WK ZN PAV MRK (W) 4" (BRK) $1,854.00 662 1030 LF $1.80 $1,854.00 #3-9 WK ZN PAV MRK (W) 8" (SLD) $11,052.00 662 6140 LF $1.80 $11,052.00 #3-10 WK ZN PAV MRK (W) 8" (DOT) $153.00 662 85 LF $1.80 $153.00 #3-11 WK ZN PAV MRK (W) 12" (SLD) $6,000.00 662 500 LF $12 $6,000.00 #3-12 WK ZN PAV MRK (W) 24" (SLD) $31,050.00 662 1725 LF $18 $31,050.00 #4-1 Roadway4 Base Bid - CONC CURB AND GUTTER $199,248.00 529 8302 LF $32 $265,664.00 #4-2 VALLEY GUTTERS AND FILLETS (CONC) $116,460.00 530 1294 SY $90 $116,460.00 #4-3 DRIVEWAYS (CONC) $181,170.00 530 2013 SY $90 $181,170.00 #4-4 CONC SIDEWALKS (4") $224,445.00 531 3453 SY $65 $224,445.00 #4-5 CURB RAMPS (TY 1) $2,500.00 531 1 EA $2,500.00 $2,500.00 #4-6 CURB RAMPS (TY 2) $45,000.00 531 18 EA $2,500.00 $45,000.00 #4-7 INSTALL MAILBOX ASSEMBLY (SINGLE) (TWG) (TY ] $4,500.00 560 9 EA $1,500.00 $13,500.00 :5 Base Bid - Drainage and Utility Items (10) #5-1 FLOWABLE BACKFILL $45,000.00 401 150 CY $300 $45,000.00 #5-2 RIPRAP (CONC) (5 IN) $20,000.00 432 50 CY $600 $30,000.00 #5-3 RIPRAP (STONE COMMON) (DRY) (4"-8") $38,400.00 432 192 CY $200 $38,400.00 #5-4 RC PIPE (CL IV) (24 IN) $78,000.00 464 390 LF $200 $78,000.00 #5-5 INLET (COMPL) (PCO) (3FT) (2 EXT RIGHT) $10,000.00 465 1 EA $20,000.00 $20,000.00 #5-6 SET (TY II) (24 IN) (RCP) (6:1) $5,000.00 467 1 EA $15,000.00 $15,000.00 #5-7 ADJUST SEWER MANHOLE $12,000.00 479 6 EA $2,500.00 $15,000.00 #5-8 ADJUST WATER VALVE $32,000.00 479 32 EA $2,000.00 $64,000.00 #5-9 ADJUST FIRE HYDRANT $9,000.00 n/a 3 EA $3,000.00 $9,000.00 #5-10 6 CONC FLUME Base Bid Pavement $13,620.00 529 454 LF $100 $45,400.00 #6-1 - Marking and Sign Items (13) SMALL SIGN ASSEMBLY $18,750.00 644 25 EA $1,500.00 $37,500.00 #6-2 REFL PAV MRK TY II (Y) 6" (SLD) $16,411.00 666 16411 LF $1.10 $18,052.10 #6-3 REFL PAV MRK TY II (Y) 6" (BRK) $1,873.00 666 1873 LF $1.10 $2,060.30 #6-4 REFL PAV MRK TY II (W) 6" (SLD) $8,001.00 666 8001 LF $1.10 $8,801.10 #6-5 REFL PAV MRK TY II (W) 6" (BRK) $339.00 666 339 LF $1.10 $372.90 #6-6 REFL PAV MRK TY II (W) 8" (SLD) $7,339.50 666 4893 LF $1.50 $7,339.50 #6-7 REFL PAV MRK TY II (W) 8" (DOT) $693.00 666 462 LF $1.50 $693.00 #6-8 REFL PAV MRK TY II (W) 12" (SLD) $5,376.00 666 896 LF $6 $5,376.00 #6-9 REFL PAV MRK TY II (W) 24" (SLD) $20,688.00 666 1724 LF $12 $20,688.00 #6-10 PREFAB PAV MRK TY C (W) (ARROW) $19,080.00 668 53 EA $360 $19,080.00 #6-11 REFL PAV MRKR TY I-C $2,282.40 672 317 EA $7.20 $2,282.40 #6-12 REFL PAV MRKR TY II -A -A $4,226.40 672 587 EA $7.20 $4,226.40 #6-13 ELIM EXIST PAV MRK $24,000,00 677 20000 LF $1.20 $24,000.00 Base Bid III 17 #7-1 - DRILL SHAFT (RDWY ILL POLE) (30 IN) $24,000.00 416 80 VF $300 $24,000.00 #7-2 IN RD IL (TY SA) 40T-8 (250W EQ) LED $39,840.00 610 8 EA $4,980.00 $39,840.00 #7-3 CONDT (PVC) (SCH 40) (2 IN) $10,152.00 618 705 LF $14.40 $10,152.00 #7-4 ELEC CONDR (NO. 8) BARE $1,692.00 620 705 LF $2.40 $1,692.00 #7-5 ELEC CONDR (NO. 8) INSULATED $3,172.50 620 1410 LF $2.40 $3,384.00 47-6 GROUND BOX (TY A) (122311) W/APRON $1,200.00 624 1 EA $1,200.00 $1,200.00 #7-7 ELEC SRV TY A 240/480 060(NS)GS(T)GC(0) $20,000.00 628 2 EA $10,200.00 $20,400.00 #8-1 DRILL SHAFT (TRAF SIG POLE) (36 1N) $13,464.00 416 26.4 VF $510 $13,464.00 #8-2 DRILL SHAFT (TRAF SIG POLE) (48 IN) $82,782.00 416 131.4 VF $630 $82,782.00 #8-3 CONDT (PVC) (SCH 40) (2 IN) $5,385.60 618 374 LF $14.40 $5,385.60 #8-4 CONDT (PVC) (SCH 40) (3 IN) $20,889.60 618 1024 LF $20.40 $20,889.60 #8-5 ELEC CONDR (NO. 6) BARE $3,235.20 620 1348 LF $2.40 $3,235.20 #8-6 ELEC CONDR (NO. 6) INSULATED $925.60 620 356 LF $2.60 $925.60 #8-7 GROUND BOX (TY C) (162911) W/ APRON $11,520.00 624 8 EA $1,440.00 $11,520.00 #8-8 ELEC SRV TY D 120/240 060(NS)SS(E)SP(U) $15,600.00 628 2 EA $7,800.00 $15,600.00 #8-9 INSTALL HWY TRF SIG (SYSTEM) $24,000.00 680 2 EA $12,000.00 $24,000.00 #8-10 VEH SIG SEC (12 IN) LED (GRN) $8,640.00 682 24 EA $360 $8,640.00 #8-11 VEH SIG SEC (12 IN) LED (GRN ARROW)) $5,760.00 682 16 EA $360 $5,760.00 #8-12 VEH SIG SEC (12 IN) LED (YEL) $8,640.00 682 24 EA $360 $8,640.00 #8-13 VEH SIG SEC (12 IN) LED (YEL ARROW) $8,640.00 682 24 EA $360 $8,640.00 #8-14 VEH SIG SEC (12 IN) LED (RED) $11,520.00 682 32 EA $360 $11,520.00 #8-15 VEH SIG SEC (12 IN) LED (RED ARROW) $2,880.00 682 8 EA $360 $2,880.00 #8-16 PED SIG SEC (12 IN) LED (COUNTDOWN) $14,400.00 682 16 EA $900 $14,400.00 #8-17 BACK PLATE (12 IN) (3 SEC) (VENTED) ALUM $4,800.00 682 16 EA $300 $4,800.00 #8-18 BACK PLATE (12 IN) (4 SEC) (VENTED) ALUM $2,640.00 682 8 EA $330 $2,640.00 #8-19 BACK PLATE (12 IN) (5 SEC) (VENTED) ALUM $2,880.00 682 8 EA $360 $2,880.00 #8-20 TRF SIG CBL (TY A) (12 AWG) (2 CONDR) $14,347.80 684 2657 LF $5.40 $14,347.80 #8-21 TRF SIG CBL (TY A) (14 AWG) (7 CONDR) $1,144.80 684 159 LF $7.20 $1,144.80 #8-22 TRF SIG CBL (TY A) (14 AWG) (25 CONDR) $15,737.40 684 1249 LF $12.60 $15,737.40 #8-23 INS TRF SIG PL AM (S)l ARM(44') $43,200.00 686 2 EA $21,600.00 $43,200.00 #8-24 INS TRF SIG PL AM (S)l ARM(50') $168,000.00 686 4 EA $42,000.00 $168,000.00 #8-25 INS TRF SIG PL AM (S)l ARM(60') $87,600.00 686 2 EA $43,800.00 $87,600.00 #8-26 PED POLE ASSEMBLY $17,280.00 687 8 EA $2,160.00 $17,280.00 #8-27 PED DETECT PUSH BUTTON (APS) $16,800.00 688 16 EA $1,050.00 $16,800.00 #8-28 BBU SYSTEM (EXT BATT CABINET) $22,800.00 6058 2 EA $11,400.00 $22,800.00 #8-29 VIDEO IMAGING AND RAD VEH DETECTION SYS $14,400.00 6083 2 LS $7,200.00 $14,400.00 9 Base Bid - ., ,,, #9-1 SODDING $93,040.00 162 9304 SY $15 $139,560.00 #9-2 BROADCAST SEEDING (PERM) (URBAN) (SANDY) $64,098.00 164 21366 SY $6.50 $138,879.00 #9-3 VEGETATIVE WATERING $92,010.00 168 30670 SY $5 $153,350.00 #9-4 IRRIGATION SYSTEM REPAIR $25,000.00 170 2500 LF $25 $62,500.00 #9-5 ROCK FILTER DAMS (INSTALL) (TY 1) $9,000.00 506 225 LF $50 $11,250.00 #9-6 ROCK FILTER DAMS (REMOVE) $9,000.00 506 225 LF $50 $11,250.00 #9-7 CONSTRUCTION EXITS (INSTALL) (TY 1) $11,000.00 506 550 SY $35 $19,250.00 #9-8 CONSTRUCTION EXITS (REMOVE) $8,250.00 506 550 SY $15 $8,250.00 #9-9 BIODEG EROSN CONT LOGS (INSTL) (8") $85,400.00 506 10675 LF $8 $85,400.00 #9-10 81BIODEG EROSN CONT LOGS (REMOVE) $53,375.00 506 10675 LF $5 $53,375.00 #10-1 EXCAVATION (ROADWAY) $203,280.00 110 20328 CY $10 $203,280.00 #10-2 EMBANKMENT (DENSITY CONTROL) $18,945.00 132 1263 CY $20 $25,260.00 #10-3 FL BS (8") (TY A) (GR 5) $24,174.00 247 1422 SY $17 $24,174.00 #10-4 FL BS (12") (TY A) (GR 5) $8,280.00 247 368 SY $25 $9,200.00 #10-5 PRIME COAT (MC-30) $2,864.00 310 358 GAL $16 $5,728.00 #10-6 D-GR HMATY-C PG70-28 (2") $33,075.00 340 189 TON $240 $45,360.00 #10-7 D-GR HMATY-B PG70-28 (4") $11,250.00 340 75 TON $150 $11,250.00 #10-8 CONCRETE PAVEMENT (CRCP) (9") ########### 360 32060 SY $102 $3,270,120.00 #10-9 TY 1 PAVEMENT JUNCTION TERMINAL $23,600.00 360 236 SY $100 $23,600.00 #10-10 CONCRETE PAVEMENT MOBILIZATION $59,000.00 500 1 LS $59,000.00 $59,000.00