SAN RAFAEL CITY COUNCIL AGENDA REPORT

Size: px
Start display at page:

Download "SAN RAFAEL CITY COUNCIL AGENDA REPORT"

Transcription

1 Agenda Item No: 4.g Meeting Date: March 6, 2017 Department: Public Works SAN RAFAEL CITY COUNCIL AGENDA REPORT Prepared by: Bill Guerin, Director of Public Works TOPIC: ADA-DOJ CURB RAMPS City Manager Approval: File No.: SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO AWARD A CONSTRUCTION CONTRACT FOR THE ADA-DOJ CURB RAMPS PROJECT #11297 TO QUIMU CONTRACTING, INC., IN THE AMOUNT OF $182,675. RECOMMENDATION: Adopt the resolution authorizing the City Manager to award the construction contract to Quimu Contracting, Inc. BACKGROUND: In August 2004, the City of San Rafael entered into a Settlement Agreement with the Federal Department of Justice (DOJ) to address a lack of compliance with the Americans with Disabilities Act (ADA) and related accessibility issues in City-owned facilities and the public right-of-way. A section of the Agreement calls for the City to construct curb ramps or sloped areas at various intersections to provide access for pedestrians. In 2004, Public Works identified a backlog of 797 curb ramps requiring construction. In 2014, the DOJ agreed to our request to temporarily waive construction of 32 of the original 797 ramps, reducing the City s target to 765 (797-32=765), and to extend the Settlement Agreement expiration date to February To date, the City has installed 453 of the 765 curb ramps. In June 2016, the DOJ agreed to no longer require the City to complete all the curb ramps by February 2019 and has closed its file under the condition that the City will complete its obligation to perform all remedial actions under the Settlement Agreement, including the completion of the 312 curb ramps that remain to be constructed over time, and to continue to allocate a specific amount of funding each year for that purpose. The proposed project includes construction of 12 new ADA compliant curb ramps and related storm drainage improvements along Peacock Drive in the Peacock Gap Neighborhood. In keeping with our standard practices, Public Works staff conducted a multi-modal study of the locations specific to this project to ensure that the most reasonable facilities for all modes of travel were included in the project design. The study was completed on December 30, FOR CITY CLERK ONLY File No.: Council Meeting: Disposition:

2 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 The ADA-DOJ Curb Ramps project has been determined to have no significant environmental effect. A Notice of Exemption was filed at the Marin County Clerk s Office on January 9, The project was advertised in accordance with San Rafael s Municipal Code on January 12, The engineer s estimate was $210,000. The following bids were received and read aloud on February 8, 2017, at 11:00 AM: NAME OF BIDDER AMOUNT Quimu Contracting, Inc. $182, FBD Vanguard Construction $182, Coastside Concrete and Construction, Inc. $182, Ghilotti Bros., Inc. $207, Kerex Engineering $213, W.R. Forde Associates $222, J.J.R. Construction, Inc. $234, Maggiora & Ghilotti, Inc. $277, ANALYSIS: The referenced bids have been reviewed by Public Works staff and the bid from Quimu Contracting, Inc. was found to be both responsive and responsible. The low bid from Quimu Contracting, Inc. in the amount of $182,675 falls within the project budget. Constructing curb ramp work at this time of year is challenging due to the potential for weather-related delays. However, the CDBG grant requires completion of the majority of the construction by April 1, Staff therefore recommends awarding the contract at this time in order to complete construction within the time frame dictated by the grant. PUBLIC OUTREACH: Prior to commencement of construction, Public Works staff will send letters to property owners and residents of adjacent properties notifying them of the upcoming construction, providing a link to the project website listing a detailed construction schedule, and providing a phone number to call with any questions. FISCAL IMPACT: The following tables summarize funding sources and expenses: Funding Source: Project Funding Sources Allocation Community Development Block Grant $95,937 Gas Tax Fund (Fund #206) [16/17 CIP] $150,000 Total Available Funds $245,937 Expenses: Design Costs Amount Environmental Document and Topographic Survey $5, Design Subtotal $5, Construction Costs Construction Contract $182, Construction Contingency (Approx. 12%) $21,921.00

3 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3 Materials Testing and Sampling $2, Construction Subtotal $206, Total Project Cost* $212, *Construction management and inspection of this project will be managed by Public Works engineering staff which is estimated to cost $33,690. OPTIONS: 1. Adopt the resolution awarding the contract to Quimu Contracting, Inc., in the amount of $182,675. If this option is chosen, construction will commence as soon as possible. 2. Do not award the contract and direct staff to rebid the project. If this option is chosen, rebidding will delay construction until summer Do not award the contract and direct staff to stop work on the project. ACTION REQUIRED: Adopt the resolution awarding the construction contract to Quimu Contracting, Inc. in the amount of $182,675. ATTACHMENTS: 1. Resolution

4 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONSTRUCTION CONTRACT FOR THE ADA-DOJ CURB RAMPS PROJECT TO QUIMU CONTRACTING. INC., IN THE AMOUNT OF $182,675 WHEREAS, on the 8 th day of February, 2017, pursuant to due and legal notice published in the manner provided by law, inviting sealed bids or proposals for the work hereinafter mentioned, as more fully appears from the Affidavit of Publication thereof on file in the office of the City Clerk of the City of San Rafael, California, the City Clerk of said City did publicly open, examine, and declare all sealed bids or proposals for doing the following work in said City, to wit: ADA-DOJ Curb Ramps City Project No in accordance with the plans and specifications therefore on file in the office of said City Clerk; and WHEREAS, the bid of $182,675 from Quimu Contracting, Inc., at the unit prices stated in its bid, was and is the lowest and best bid for said work and said bidder is the lowest responsible bidder. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES as follows: 1. The plans and specifications for the ADA-DOJ Curb Ramps Project, City Project No , on file in the office of the City Clerk, are hereby approved. 2. The bid of Quimu Contracting, Inc., is hereby accepted at the unit prices stated in its bid, and the contract for said work and improvements is hereby awarded to Quimu Contracting, Inc., at the stated unit prices.

5 3. The City Manager and the City Clerk are authorized and directed to execute the contract with Quimu Contracting, Inc., in a form approved by the City Attorney, and to return the bidder s bond upon the execution of the contract. 4. Community Development Block Grant Funds totaling $95,937 will be appropriated in Fund 206 for City Project No There are sufficient funds in the Gas Tax Fund (#206) to cover the remainder of expenses for this project. 6. The City Manager is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of said City held on Monday, the 6 th day of March, 2017 by the following vote, to wit: AYES: NOES: ABSENT: COUNCILMEMBERS: COUNCILMEMBERS: COUNCILMEMBERS: File No.: ESTHER C. BEIRNE, City Clerk

6 City of San Rafael California Form of Contract Agreement for ADA-DOJ Curb Ramps This Agreement is made and entered into this day of 2017 by and between the City of San Rafael (hereinafter called City) and Quimu Contracting, Inc. (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: l - Scope of the Work The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work described in the specifications for the project entitled: ADA-DOJ Curb Ramps , City Project No , all in accordance with the requirements and provisions of the Specifications and Contract Documents for ADA/DOJ Curb Ramps 2016/2017 dated January 2017, which are hereby made a part of this Agreement. The liability insurance provided to City by Contractor under this contract shall be primary and excess of any other insurance available to the City. li- Time of Completion (a) The work to be performed under this Contract shall be commenced within Five (5) Working Days after the date of written notice by the City to the Contractor to proceed. (b) All work shall be completed, including all punchlist work, within Forty (40) Working Days and with such extensions of time as are provided for in the General Provisions. lli - Liquidated Damages It is agreed that, if all the work required by the contract is not finished or completed within the number of working days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $1,900 for each and every calendar day s delay in finishing the work in excess of the number of working days prescribed above; and the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract. lv - The Contract Sum The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work in the following schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL PRICE 1. Mobilization 1 $5, = $5, Signs and Traffic Control 1 $20, = $20, Clearing and Grubbing 1 $20, = $20, Minor Concrete Minor Structures a. Type A Curb and Gutter 430 $35.00 = $15, b. 4 PCC Sidewalk 1,100 $15.00 = $16, c. Curb Ramp Case A 2 $6, = $13, AGREEMENT 1

7 ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL PRICE d. Curb Ramp Case B 3 $6, = $19, e. Curb Ramp Case C 6 $6, = $36, f. Curb Ramp Case D 1 $6, = $6, g. New Type E Catch Basin 2 $3, = $7, h. New Type A Manhole 1 $7, = $7, i. Under Sidewalk Drain 2 $1, = $2, Hot Mix Asphalt 55 $ = $11, Storm Drain Pipe (12 PVC SDR 26) 14 $ = $2, Pavement Striping and Markings a. Pavement Markings 110 $15.00 = $1, b. Red Curb 15 $25.00 = $ GRAND TOTAL BID $182, V - Progress Payments (a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an estimate covering the total quantities under each item of work that have been completed from the start of the job up to and including the 25th day of the preceding month, and the value of the work so completed determined in accordance with the schedule of unit prices for such items together with such supporting evidence as may be required by the City and/or Contractor. (b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments made, pay to the Contractor 95% of the amount of the estimate as approved by the Public Works Department. (c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the filing of the notice of completion and acceptance of the work by the Public Works Department. (d) The Contractor may elect to receive 100% of payments due under the contract from time to time, without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 4590 of the Government Code. Such securities, if deposited by the Contractor, shall be valued by the City s Finance Director, whose decision on valuation of the securities shall be final. VI - Acceptance and Final Payment (a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the City Engineer shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of said Notice of Completion. (b) Before final payment is due the Contractor shall submit evidence satisfactory to the City Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. AGREEMENT 2

8 (c) Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before the final payment will be made. (d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously made and still unsettled. (e) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the City Engineer so certifies, the City shall, upon certificate of the City Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. VII - Assignment of Warranties; Waiver of Subrogation (a) Contractor hereby assigns to City all warranties, guarantees, or similar benefits such as insurance, provided by or reasonably obtainable from the manufacturers or suppliers of equipment, material or fixtures that Contractor has installed or provided in connection with the work performed under this Agreement. (b) Contractor hereby agrees to waive and arrange by contract for its subcontractors to waive any subrogation rights which any insurer of Contractor or its subcontractors might otherwise acquire in connection with the insurer s payment to Contractor or its subcontractors of any insured loss with respect to work performed under this Agreement. Contractor further agrees to obtain and to arrange for its subcontractors to obtain for City s benefit any endorsements from insurers that may be necessary to effect such waiver of subrogation. Specifically, any worker s compensation insurance policies of the Contractor or its subcontractors shall be endorsed with a waiver of subrogation in favor of City for any work performed by Contractor or its subcontractors under this Agreement, and copies of such endorsements shall be provided to City. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: CITY OF SAN RAFAEL: Esther C. Beirne City Clerk APPROVED AS TO FORM: Jim Schutz City Manager Quimu Contracting, Inc.: Rob Epstein City Attorney Printed Name: Title: Quimu Contracting, Inc.: Printed Name: Title: AGREEMENT 3

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 7.b Meeting Date: June 19, 2017 Department: Public Works Prepared by: Bill Guerin, Director of Public Works TOPIC: SAN RAFAEL CITY COUNCIL AGENDA REPORT City Manager Approval: SECOND STREET

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 6.b Meeting Date: April 3, 2017 Department: Public Works Prepared by: Bill Guerin, Director of Public Works TOPIC: SAN RAFAEL CITY COUNCIL AGENDA REPORT City Manager Approval: File No.:

More information

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

AWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET STAFF REPORT MEETING DATE: June 9, 2015 TO: City Council FROM: Petr Skala, Engineer II PRESENTER: Russ Thompson, Public Works Director 922 Machin Avenue Novato, CA 94945 (415) 899-8900 FAX (415) 899-8213

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 4.j Meeting Date: August 15, 2016 Department: Public Works SAN RAFAEL CITY COUNCIL AGENDA REPORT Prepared by: Bill Guerin, Director of Public Works TOPIC: STREET RESURFACING 2015-2016 City

More information

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

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk s Office, City of Yuba City, located at City Hall, 1201 Civic Center

More information

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

PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer G-7 STAFF REPORT MEETING DATE: November 27, 2018 TO: FROM: City Council Petr Skala, Associate Engineer 922 Machin Avenue Novato, CA 94945 415/ 899-8900 FAX 415/ 899-8213 www.novato.org PRESENTER: Christopher

More information

SUBJECT: ADOPT RESOLUTIONS TO APPROVE STREET RESURFACING, CITY PROJECT NO :

SUBJECT: ADOPT RESOLUTIONS TO APPROVE STREET RESURFACING, CITY PROJECT NO : Agenda Item No: 6.b Meeting Date: April 16, 2018 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: Bill Guerin, Director of Public Works City Manager Approval: File No.: 16.06.87

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 4.c Meeting Date: June 5, 2017 Department: Finance SAN RAFAEL CITY COUNCIL AGENDA REPORT Prepared by: Mark Moses, Finance Director City Manager Approval: TOPIC: ADOPTION OF LEGAL SPENDING

More information

Both bids are substantially higher than the engineer s estimate of $362, The attached Bid Abstract shows the bid details.

Both bids are substantially higher than the engineer s estimate of $362, The attached Bid Abstract shows the bid details. STAFF REPORT MEETING DATE: September 12, 2017 TO: FROM: City Council David Dammuller, Senior Engineer Chris Blunk, Deputy Public Works Director 922 Machin Avenue Novato, CA 94945 415/ 899-8900 FAX 415/

More information

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

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project.

More information

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

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

More information

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

MVMCC CAPITAL IMPROVEMENT PROGRAM (CIP) UPDATE AND ADOPTING A RESOLUTION APPROVING A MVMCC CAPITAL BUDGET ALLOCATION AMENDMENT

MVMCC CAPITAL IMPROVEMENT PROGRAM (CIP) UPDATE AND ADOPTING A RESOLUTION APPROVING A MVMCC CAPITAL BUDGET ALLOCATION AMENDMENT STAFF REPORT MEETING DATE: October 20, 2015 TO: FROM: City Council Cathy Capriola, Assistant City Manager Matt Greenberg, Park General Manager Tony Williams, Senior Civil Engineer 922 Machin Avenue Novato,

More information

CITY OF SIGNAL HILL Cherry Avenue Signal Hill, CA

CITY OF SIGNAL HILL Cherry Avenue Signal Hill, CA CITY OF SIGNAL HILL 2175 Cherry Avenue Signal Hill, CA 90755-3799 AGENDA ITEM TO: FROM: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL STEVE MYRTER, P.E. DIRECTOR OF PUBLIC WORKS SUBJECT: RESOLUTION DECLARING

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

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

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM AGENDA ITEM MEETING DATE January 17, 2018 GOVERNING BOARD AGENDA ITEM TO: SUBJECT: Members of the Governing Board CONTRACT AWARD TO HM CONSTRUCTION, INC. FOR CONSTRUCTION SERVICES FOR THE PAVEMENT REHABILITATION

More information

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN, that Sealed bids will be received at the office of the County Manager/Clerk of the Board of Supervisors, Hall of Justice

More information

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

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

More information

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $ RESOLUTION NO 2015078 STREETS LS Traffic Control (5% of construction cost) 5% $ LS Clear & Grub Site (5% of construction cost) 5% $ EA Tree Removal $ 800.00 $ CY Concrete Removal $ 300.00 $ CY AC Pavement

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 Boiler Replacement BID PACKET Due: Location: October 2, 2017 by 10:00 am Blackhawk Center 1101 Jefferson Drive Oregon, IL 61061 Bid Proposal: 2017 Boiler Replacement Administrative Contact: Dan Griffin,

More information

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

DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates (Alternative 1 - Doran Overpass) PROJECT DESCRIPTION Limits Doran Street from Commercial

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

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

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

More information

CITY OF DEERFIELD BEACH Request for City Commission Agenda

CITY OF DEERFIELD BEACH Request for City Commission Agenda Item: CITY OF DEERFIELD BEACH Request for City Commission Agenda Agenda Date Requested: 7/10/2012 Contact Person: Charles DaBrusco, P.E., Director of Environmental Services Description: Award of contract

More information

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS Section Page 8-1 BASIS AND MEASUREMENT OF PAYMENT QUANTITIES... 8.1 8-1.01 Unit Price Contracts... 8.1 8-1.02 Lump Sum or Job Contracts... 8.1 8-1.03

More information

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS PROPOSAL, AGREEMENT SPECIAL PROVISIONS PARKING LOT IMPROVEMENTS AT THE KINGS COUNTY GOVERNMENT CENTER County Project No.82420032

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT CONTRACT DOCUMENTS FOR SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT (Notice Inviting Bids, Instructions to Bidders, Bid Forms, General Conditions, Special Provisions, Technical Specifications, Construction

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT COMPENSATION FOR THE ELECTED CITY CLERK AND ELECTED PART-TIME CITY ATTORNEY

SAN RAFAEL CITY COUNCIL AGENDA REPORT COMPENSATION FOR THE ELECTED CITY CLERK AND ELECTED PART-TIME CITY ATTORNEY Agenda Item No: 6.e Meeting Date: September 19, 2016 Department: Management Services SAN RAFAEL CITY COUNCIL AGENDA REPORT Prepared by: Stacey Peterson, HR Director City Manager Approval: TOPIC: SUBJECT:

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

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

ADDENDUM NO. 1. ADDENDUM NO. 1 for the above referenced project hereby modifies the RPF documents, as follows:

ADDENDUM NO. 1. ADDENDUM NO. 1 for the above referenced project hereby modifies the RPF documents, as follows: REQUEST FOR PROPOSAL TO PROVIDE OPERATION AND ABANDONMENT SERVICES FOR OIL AND GAS WELLS ABANDONMENT AT 9865 OLYMPIC BOULEVARD BEVRLY HILLS, CALIFORNIA ADDENDUM NO. 1 ADDENDUM NO. 1 for the above referenced

More information

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to: The City of Farmington is accepting bids for EXCAVATION AND HAULING and your company is invited to submit a proposal. Bids are due by 10:30 a.m. local time, Friday March 31, 2017. Sealed bids may be mailed

More information

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

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

More information

CITY OF YUBA CITY PUBLIC WORKS DEPARTMENT 1201 CIVIC CENTER BOULEVARD YUBA CITY, CALIFORNIA 95993

CITY OF YUBA CITY PUBLIC WORKS DEPARTMENT 1201 CIVIC CENTER BOULEVARD YUBA CITY, CALIFORNIA 95993 CITY OF YUBA CITY PUBLIC WORKS DEPARTMENT 1201 CIVIC CENTER BOULEVARD YUBA CITY, CALIFORNIA 95993 NOTICE TO CONTRACTORS SPECIAL PROVISIONS PROPOSAL AND CONTRACT FOR CONTRACT NO. 17-04 FOR USE WITH STANDARD

More information

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

More information

CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT

CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT Mission Statement We Care for Our Residents by Working Together to Build a Better Community for Today and Tomorrow. CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT ITEM NO. Meeting Date: November 24, 2015

More information

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid. ADDENDUM NO. 1 PROJECT: DUNHAM LIFT STATION REPLACEMENT PHASE ONE CLIENT: CITY OF ST. JOSEPH ISSUE DATE: 11/01/18 The following clarifications and changes shall be included in the Plans and Specifications

More information

City of Newnan, Georgia

City of Newnan, Georgia City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25

More information

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

Rapid City, South Dakota

Rapid City, South Dakota SPECIFICATIONS FOR FOUR (4) NEW TYPE III CLASS I STAR-OF-LIFE CERTIFIED AMBULANCES 165 X95 AND THE REMOUNT OF ONE OF THE RAPID CITY FIRE DEPARTMENTS PRESENT TYPE III AMBULANCE BODIES ON A NEW GM CHASSIS

More information

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID The Town of Northfield is inviting proposals for contract at the Town Hall, 21 Summer Street, Northfield, New

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221 Bid : 7379 GENERAL 1 2 3 4 @ unit $ total $ @ unit $ total $ @ unit $ total $ @ unit $ total $ G-1.1 Mobilization 1 LS $ 450,000.00 $ 450,000.00 $ 720,000.00 $ 720,000.00 $ 750,000.00 $ 750,000.00 $ 530,000.00

More information

SECTION AGREEMENT BETWEEN OWNER AND CONTRACTOR

SECTION AGREEMENT BETWEEN OWNER AND CONTRACTOR Montgomery County Public Schools Facilities Guide DIVISION 0 - CONDITIONS OF THE CONTRACT SECTION 00500 - AGREEMENT BETWEEN OWNER AND CONTRACTOR The provisions of the following Agreement Between Owner

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

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

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS Section Page 8-1 BASIS AND MEASUREMENT OF PAYMENT QUANTITIES... 8-1 8-1.01 Unit Price Contracts... 8-1 8-1.02 Lump Sum or Job Contracts... 8-1 8-1.03

More information

Agenda Item B.5 CONSENT CALENDAR Meeting Date: November 19, 2013

Agenda Item B.5 CONSENT CALENDAR Meeting Date: November 19, 2013 Agenda Item B.5 CONSENT CALENDAR Meeting Date: November 19, 2013 TO: FROM: CONTACT: Mayor and Councilmembers Steve Wagner, Public Works Director Teresa Lopes, Senior Project Manager SUBJECT: Curb, Gutter

More information

CITY OF DEERFIELD BEACH Request for City Commission Agenda

CITY OF DEERFIELD BEACH Request for City Commission Agenda Item: CITY OF DEERFIELD BEACH Request for City Commission Agenda Agenda Date Requested: 6/5/2012 Contact Person: Charles DaBrusco, P.E., Director of Environmental Services Description: Award of contract

More information

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document

More information

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM AGENDA ITEM MEETING DATE January 17, 2018 GOVERNING BOARD AGENDA ITEM TO: SUBJECT: Members of the Governing Board CONTRACT AWARD TO LISTER CONSTRUCTION, INC. FOR CONSTRUCTION SERVICES FOR THE PARKING LOT

More information

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL II. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL ITEM NO. 1: Page P-1, Proposal DELETE the Proposal (pages P-1 through P-9) in its entirety and REPLACE with the attached Proposal (pages P-1R

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

EXHIBIT P CONSULTANT S APPLICATION FOR PAYMENT *INSTRUCTION SHEET*

EXHIBIT P CONSULTANT S APPLICATION FOR PAYMENT *INSTRUCTION SHEET* EXHIBIT P CONSULTANT S APPLICATION FOR PAYMENT *INSTRUCTION SHEET* **IMPORTANT** PLEASE REMOVE TOP PAGE BEFORE COMPLETING APPLICATION CONSULTANT NAME PROJECT NAME CONTRACT NUMBER As stated in the Agreement

More information

CITY OF SAN MARCOS ENGINEERING DIVISION

CITY OF SAN MARCOS ENGINEERING DIVISION AN APPLICANT S GUIDE TO PROCEDURES FOR: CITY OF SAN MARCOS ENGINEERING DIVISION 1 Civic Center Dr., San Marcos, CA 92069-2918 (760) 744-1050 FAX (760) 591-4135 FEE SCHEDULE FOR GRADING & IMPROVEMENT PLAN

More information

PLATINO LANE AND ORO DRIVE INTERSECTION DRAINAGE IMPROVEMENTS PROJECT NO. PW

PLATINO LANE AND ORO DRIVE INTERSECTION DRAINAGE IMPROVEMENTS PROJECT NO. PW DEPARTMENT OF PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION AUGUST 2015 PLATINO LANE AND ORO DRIVE INTERSECTION DRAINAGE IMPROVEMENTS PROJECT NO. PW 2015-08 SPECIFICATIONS AND CONTRACT DOCUMENTS This page

More information

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services CITIES OF BOYNE CITY AND CHARLEVOIX INVITATION TO BID Pavement Marking Services Sealed bids are now being accepted by the Cities of Boyne City and Charlevoix for Pavement Marking of Roadways and Parking

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

HAYCRAFT AREA NEIGHBORHOOD IMPROVEMENTS PHASE 4 CITY OF ELIZABETHTOWN ENGINEERING DEPARTMENT ELIZABETHTOWN, KY

HAYCRAFT AREA NEIGHBORHOOD IMPROVEMENTS PHASE 4 CITY OF ELIZABETHTOWN ENGINEERING DEPARTMENT ELIZABETHTOWN, KY HAYCRAFT AREA NEIGHBORHOOD IMPROVEMENTS PHASE 4 CITY OF ELIZABETHTOWN ENGINEERING DEPARTMENT ELIZABETHTOWN, KY May 16, 2016 INDEX ADVERTISEMENT FOR BIDS INSTRUCTIONS TO BIDDERS BID FORM BIDDERS QUALIFICATIONS

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 6.a Meeting Date: May 1, 2017 Department: FINANCE SAN RAFAEL CITY COUNCIL AGENDA REPORT From: Mark Moses Finance Director City Manager Approval: TOPIC: PARAMEDIC TAX FY 17-18 SUBJECT: CONSIDERATION

More information

PORT OF EVERETT SECTION Insert Project Name in CAPS

PORT OF EVERETT SECTION Insert Project Name in CAPS BIDDER S NAME THIS BID SUBMITTED TO: Port of Everett 2911 Bond Street, Suite 202 Everett, WA 98201 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with

More information

ADVERTISEMENT FOR BIDS CSD NO. 158 BID # B CONSOLIDATED SCHOOL DISTRICT # ELEMENTARY SCHOOLS CARPET INSTALLATION

ADVERTISEMENT FOR BIDS CSD NO. 158 BID # B CONSOLIDATED SCHOOL DISTRICT # ELEMENTARY SCHOOLS CARPET INSTALLATION ADVERTISEMENT FOR BIDS CSD NO. 158 BID #2011-29B CONSOLIDATED SCHOOL DISTRICT #158 2011 ELEMENTARY SCHOOLS CARPET INSTALLATION Consolidated School District #158 will receive single prime sealed bids for

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

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

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

PRESENTER: Christopher Blunk, Deputy Public Works Director/City Engineer G-6 STAFF REPORT MEETING DATE: June 12, 2018 TO: FROM: City Council Petr Skala, Assistant Engineer 922 Machin Avenue Novato, CA 94945 (415) 899-8900 FAX (415) 899-8213 www.novato.org PRESENTER: Christopher

More information

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT REQUEST FOR QUOTE FCARC # - 00126 54 th Street Pavement Improvement Project By: Marilyn Weisenberg, Buyer II and Water Conservation District

More information

Proposal and Agreement for Construction on Purchaser s Lot

Proposal and Agreement for Construction on Purchaser s Lot Proposal and Agreement for Construction on Purchaser s Lot This Proposal and Agreement is made this day of, 200, by and between The Company, (hereinafter referred to as The Company), and (hereinafter referred

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

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

NEVADA IRRIGATION DISTRICT. Appendix B

NEVADA IRRIGATION DISTRICT. Appendix B NEVADA IRRIGATION DISTRICT DEVELOPMENT STANDARDS DEVELOPER REQUIREMENTS FOR TREATED WATER SYSTEM EXTENSIONS Appendix B Conveyance Agreement Standard Form Preface The standard form of Conveyance Agreement

More information

NOTICE TO CONTRACTORS

NOTICE TO CONTRACTORS NOTICE TO CONTRACTORS Sealed bids for the Sloss Streetscape Phase II Street Improvements, PTK 143270, under PEP129CP 003880, will be received by the City Engineer in Room 220, City Hall, Birmingham, Alabama

More information

Jim SChutz,~~ Assistant City Manager

Jim SChutz,~~ Assistant City Manager Agenda Item No: 6 a. Meeting Date: May 7, 2012 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Prepared by: Management Services Jim SChutz,~~ Assistant City Manager City Manager APproval)]~ SUBJECT:

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

SEWER LATERAL REPAIR APPLICATION

SEWER LATERAL REPAIR APPLICATION CITY OF BALLWIN 14811 Manchester Road Ballwin, MO 63011 (636) 227-2129 FAX: (636) 207-2360 inspections@ballwin.mo.us APPLICATION # OUT OF MONEY SEWER LATERAL REPAIR APPLICATION IMPORTANT NOTICE APPLICANT

More information

DOUGLAS S. STACK, DIRECTOR OF PUBLIC WORKS /CITY ENGINEER ADVERTISEMENT FOR BIDS FOR THE MOFFETT DRIVE ( CIP 70224)

DOUGLAS S. STACK, DIRECTOR OF PUBLIC WORKS /CITY ENGINEER ADVERTISEMENT FOR BIDS FOR THE MOFFETT DRIVE ( CIP 70224) AGENDA REPORT Agenda Item 9 Reviewed City Manager Finance Director N/ A MEETING DATE: APRIL 21, 2015 TO: JEFFREY C. PARKER, CITY MANAGER FROM: DOUGLAS S. STACK, DIRECTOR OF PUBLIC WORKS /CITY ENGINEER

More information

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA ADDENDUM NO. 1 Invitation to Bid (ITB) 5517-2018 Asphalt or Site Contractor for Leon County Schools Technology Center Parking Lot Milling and Resurfacing Project SCHOOL BOARD OF LEON COUNTY, FLORIDA ITEM

More information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS PROJECT TITLE UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties hereto by and between THE BOARD OF TRUSTEES

More information

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2013-01 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT APRIL 2013 1 INVITATION TO BID Sealed Bids will be received

More information

Addendum 1 13 TH Street Streetscape. September 1, 2017

Addendum 1 13 TH Street Streetscape. September 1, 2017 Addendum 1 13 TH Street Streetscape September 1, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDUMS ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE

More information

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION 2013 CDBG/HOME HOUSING NEW CONSTRUCTION CONTRACT THIS CONSTRUCTION CONTRACT is made and entered into this day of 2013, by and between, (marital status),

More information

ADVERTISEMENT FOR BIDS WATER SERVICE LINE REPAIR & METER BOX REPLACEMENT CITY / COUNTY UTILITIES

ADVERTISEMENT FOR BIDS WATER SERVICE LINE REPAIR & METER BOX REPLACEMENT CITY / COUNTY UTILITIES ADVERTISEMENT FOR BIDS WATER SERVICE LINE REPAIR & METER BOX REPLACEMENT CITY / COUNTY UTILITIES Pursuant to N.C.G.S. 143-131, sealed bid proposals endorsed Water Line & Meter Box Contract FB19188 will

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 July 11, 2018 To Whom It May Concern: The Burt County Board

More information

Project Name, Improvement District No. Improvement District Number

Project Name, Improvement District No. Improvement District Number CONTRACT THIS AGREEMENT, made and entered into this day of, 20, between the City of Fargo (a Municipal Corporation, under the laws of North Dakota) by the City Commission, hereinafter called the City,

More information

Merritt College Science Building Site Paving

Merritt College Science Building Site Paving PROJECT NO. 2353, BID NO. 14-15/20 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 March 17, 2015 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

More information

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming City of Charlevoix ADVERTISEMENT FOR BIDS Tree Trimming The City of Charlevoix will accept sealed proposals for the removal and disposal of hazardous limbs, dead trees and stump grinding until 10:00 am

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide CENTRAL COAST WATER AUTHORITY Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide March 2018 1 CONTRACT DOCUMENTS TABLE OF CONTENTS BIDDING REQUIREMENTS, CONTRACT

More information

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No. 19-02-650 Prepared by: ENGINEERING DEPARTMENT CITY OF VALDOSTA February 2019 Bid Opening Date: March 7, 2019 INVITATION FOR BID

More information

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas

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

CITY OF ELK GROVE CITY COUNCIL STAFF REPORT

CITY OF ELK GROVE CITY COUNCIL STAFF REPORT CITY OF ELK GROVE CITY COUNCIL STAFF REPORT AGENDA ITEM NO. 8.15 AGENDA TITLE: MEETING DATE: July 23, 2014 PREPARED BY: Adopt resolution finding that no further environmental review is required for the

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 5.c Meeting Date: December 5, 2016 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: CITY MANAGER S OFFICE Prepared by: Rebecca Woodbury, Senior Management Analyst City Manager Approval:

More information

Staff Report. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager

Staff Report. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager .d Staff Report Date: December, 1 To: From: Reviewed by: Prepared by: Subject: City Council Valerie J. Barone, City Manager Andrea Ouse, Director of Community and Economic Development Abhishek Parikh,

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information