CITY OF DEERFIELD BEACH Request for City Commission Agenda

Size: px
Start display at page:

Download "CITY OF DEERFIELD BEACH Request for City Commission Agenda"

Transcription

1 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 to Southeastern Engineering Contractors, Inc. for construction of the SW 15 Street Roadway Improvements Project, in accordance with the terms and conditions of Bid /24 City Project P Fiscal Impact: $131, (CDBG Funded) Budget Line Item Number and Title: & (SW 15 Street). Required Attachment: A Cover Memo from the Department Head to the City Manager further describing the request and providing back-up information and documents. THIS SECTION RESERVED FOR PROCESSING OF THE REQUEST Ordinance X Resolution Consent Agenda Agenda Item Type Presentation Written Request Public Hearing Public Hearing Second Reading Quasi-Judicial Public Hearing X General Item Comments: ITEM APPROVED FOR THE AGENDA: Keven Klopp 7/5/12 Signature Date

2 RESOLUTION NO. 2012/ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DEERFIELD BEACH, FLORIDA APPROVING AWARD OF BID # /24 TO SOUTHEASTERN ENGINEERING CONTRACTORS, INC. IN AN AMOUNT NOT TO EXCEED $$131, FOR THE SW 15 TH STREET ROADWAY IMPROVEMENTS PROJECT WHEREAS, on June 13, invitation letters were sent to the appropriate City registered vendors via , facsimile or USPS for the SW 15 th Street Roadway Improvements Project; and WHEREAS, on July 3, 2012 the Purchasing Division opened three submittals; and WHEREAS, the Purchasing Division has determined that Southeastern Engineering Contractors is the lowest responsive responsible bidder; and WHEREAS, this is a Community Development Block Grant (CDBG) funded project with an available grant amount for construction of $131,360.22; and WHEREAS, the total lump sum including add alternate two amounts to $119,403.10; and WHEREAS, City Manager is hereby authorized to approve additional services and quantities contained in the bid response and the unit prices specified in the submittal up to the maximum amount of the grant funding available; and WHEREAS, the City Commission finds that it is in the best interest of the residents of the City of Deerfield Beach to award the Bid to Southeastern Engineering Contractors, Inc; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DEERFIELD BEACH, FLORIDA, AS FOLLOWS: Section 1. The above referenced Whereas clauses are true and correct and made a part hereof. Section 2. The City Commission does hereby award Bid # /24 to Southeastern Engineering Contractors, Inc. for the SW 15 th Street Roadway Improvements Project in the amount of $119, with the City Manager being hereby authorized to approve additional construction services up to the maximum amount of the grant funds available. The Mayor 1

3 and/or the City Manager are hereby authorized to execute any necessary documents relating to the Bid award. Section 3. This Resolution shall become effective immediately upon adoption. PASSED AND ADOPTED THIS DAY OF, ATTEST: PEGGY NOLAND, MAYOR ADA GRAHAM-JOHNSON, MMC, CITY CLERK Deerfield/Resolutions/Purchasing/SW 15 th Street Roadway Bid 2

4 Memorandum TO: FROM: Burgess Hanson, City Manager Charles DaBrusco, P.E., Director of Environmental Services DATE: July 3, 2012 RE: Award of contract to Southeastern Engineering Contractors, Inc. for construction of the SW 15 Street Roadway Improvements Project, in accordance with the terms and conditions of Bid /24 City Project P. The purpose of this memo is to obtain City Commission approval to award a contract to Southeastern Engineering Contractors, Inc. for construction of the SW 15 Street Roadway Improvements Project. The proposed improvements on SW 15 Street consist of milling, resurfacing, drainage swale regrading, sod and roadway widening to provide additional parent Pick-up/Drop-off queue at the Deerfield Beach High School thus eliminating the traffic back up on SW 15 th Street. On June 13, 2012, Invitation to Bid ITB # /24 for the SW 15 Street Roadway Improvements Project was advertised for competitive bids by the City s Purchasing Division. A public bid opening was conducted on July 3, Staff of the Purchasing Division subsequently reviewed the bids and have determined that Southeastern Engineering Contractors, Inc. with a bid amount of $ 119, (Base Bid Items & Alternate Bid Items # 2), is the lowest, most responsive and responsible bidder. A memo from the Purchasing Manager outlining the bid evaluation and results is attached. The construction cost of $ 119, ($ 110, for Base Bid Items and $ 9, for Alternate Bid Item # 2 / Sod) will be 100% funded under the Community Development Block Grant (CDBG) with the Construction Budget of $ 131, Alternate Bid Items # 1 in the amount of $ 29, for the replacement of the School Zone Flashing Signal will be removed from the project due to the budget constraint. This item, requested by the Broward County Traffic Engineering Dept., was not part of the original scope of work. Staff requests the City Commission approve the award of contract to Southeastern Engineering Contractors, Inc., in the amount of $ 119,403.10, in accordance with the terms and conditions of Bid /24, for construction of the SW 15 Street Roadway Improvements Project. In addition, staff is requesting the commission authorize the City Manager to negotiate a contract change order for up to an additional $11, so that staff can work with the Contractor to add resurfacing of the entire roadway within the project limits. Based on the above, Staff is requesting the City Commission approve a total expenditure not to exceed $131,360.22, the budgeted funds available for construction for this project. Attachments cc: Keven Klopp, Assistant City Manager Donna DeFronzo, Director of Senior Services David Santucci, Purchasing Manager Hiep B. Huynh, P.E., CRA Project Manager File: Project P

5 TO: FROM: THRU: FOR: Charlie DaBrusco, Director of Environmental Services Paul Collette, Buyer David Santucci, Purchasing Manager Commission Approval DATE: July 3, 2012 SUBJECT: SW 15 th Street Roadway Improvement, ITB # /24 The Purchasing Division recently issued a Invitation to Bid for the SW 15 th Street Roadway Improvement project. This is a Community Development Block Grant (CDBG) funded project. This formal competitive solicitation process complies with the City of Deerfield Beach and grant procurement requirements. Details of the competitive solicitation process are as follows: On Wednesday, June 13, 2012 fifty-eight (58) invitation letters were sent to the appropriate registered vendors with the City via , facsimile, or USPS. The competitive solicitation was advertised in the legal notices section of the Sun- Sentinel on Wednesday, June 13, A Mandatory Pre-Bid meeting was held on Wednesday, June 20, A total of nine (9) potential bidders attended. One addenda was issued on Monday, June 25, 2012 to address vendor questions and make changes to the specifications. On Tuesday, July 3, 2012, the due date and time, the Purchasing Division opened the responses. Three (3) responses were received by the due date and time required. The apparent low bidder was Southeastern Engineering Contractors, Inc. with a Grand Total Lump Sum Bid with Allowance and Alternate 2 of $119, They are the low bidder by $41, The average of all bids was $154, Reference checks were conducted and revealed positive ratings. Southeastern Engineering Contractors, Inc. is the lowest responsive and r esponsible bidder able to meet the ITB requirements; therefore, I recommend award of this contract to them. Please use this memorandum and all attachments as your backup for your agenda request to the City Manager for the July 10, 2012 Commission Meeting. Att. Bid Tabulation, Reference Surveys, Reecommended Bidder s Submittal, Original Bid Documents. c: Keven Klopp, Assistant City Manager Hiep Huynh, CRA Project Manager James Thiele, P.E., Keith and Associates, Inc. (Engineer of Record) Mark Castano, E.I., Keith and Associates, Inc. (Design Engineer)

6 City of Deerfield Beach ITB # /24 S W 15th Street Roadway Improvement Bid Tabulation SECTION A ROADWAY IMPROVEMENTS (KEITH & ASSOCIATES, INC.) Item. Description Unit Est. Qty. Unit Cost Southeastern Engineering Contractors, Inc. Total FHP Tectonics Corp. Unit Cost Total Weekley Asphalt Paving, Inc. Unit Cost Total 1 Mobilization LS 1 $ 20, $ 20, $ 9, $ 9, $ 16, $ 16, Maintenance of Traffic LS 1 $ 1, $ 1, $ 3, $ 3, $ 31, $ 31, Selective Clearing and Grubbing (Removal of the Existing Concrete/Asphalt/Rock Base and Other Existing Elements) in Coordination with Proposed Improvements AC 2.2 $ 3, $ 7, $ 7, $ 16, $ 4, $ 9, Staked Silt Fence LF 1,413 $ 1.90 $ 2, $ 2.62 $ 3, $ 1.00 $ 1, Pavement Widening (Sawcut Asphalt/2 Excavation/12 Subgrade(L BR40)/8 Base(LBR 100)/2 S-3 Asphalt (2-1 Lifts)) SY 812 $ $ 44, $ $ 42, $ $ 51, Mill (1 Depth) and Resurface (1 S-3 Asphalt (1 Lift)) SY 945 $ 1.90 $ 1, $ $ 20, $ 6.50 $ 6, Concrete Sidewalk and Flatwork (6 thick)with Truncated Domes SF 850 $ 5.90 $ 5, $ 6.21 $ 5, $ $ 8, Type D Curb with Pad LF 34 $ $ 1, $ $ 2, $ $ 3, Utility Adjustments (including but not limited to water and sewer valves) LS 1 $ $ $ 2, $ 2, $ $ Relocation of Existing Traffic Signs with Posts LS 1 $ $ $ 2, $ 2, $ 1, $ 1, Furnish and Install New Regulatory Traffic Signs and Posts EA 1 $ $ $ $ $ $ Removal of Existing Pavement Markings (Thermoplastic) by sandblasting in areas of no new asphalt. LF 1,350 $ 2.00 $ 2, $ 1.36 $ 1, $ 2.06 $ 2, Temporary Pavement Markings (Paint) LS 1 $ 1, $ 1, $ 2, $ 2, $ 6, $ 6, Directional Arrows (FDOT) (Thermoplastic) EA 13 $ $ $ $ 1, $ $ 1,235.00

7 City of Deerfield Beach ITB # /24 S W 15th Street Roadway Improvement Bid Tabulation SECTION A ROADWAY IMPROVEMENTS (KEITH & ASSOCIATES, INC.) Item. Description Unit Est. Qty. Unit Cost Southeastern Engineering Contractors, Inc. FHP Tectonics Corp. Weekley Asphalt Paving, Inc. Total Unit Cost Total Unit Cost Total Skip Traffic Stripe (Thermoplastic) (6 ) Yellow with RPMs LF 920 $ 0.80 $ $ 0.51 $ $ 2.00 $ 1, Solid Traffic Stripe (Thermoplastic) (6 ) Yellow with RPMs LF 344 $ 0.80 $ $ 1.43 $ $ 3.00 $ 1, Skip Traffic Stripe (Thermoplastic) (6 ) White with RPMs LF 150 $ 0.80 $ $ 1.20 $ $ 4.00 $ Solid Traffic Stripe (Thermoplastic) (6 ) White with RPMs LF 2,811 $ 0.80 $ 2, $ 1.20 $ 3, $ 2.90 $ 8, Solid Traffic Stripe (Thermoplastic) (18 ) White with RPMs LF 140 $ 2.10 $ $ 3.60 $ $ 5.00 $ Solid Traffic Stripe (Thermoplastic) (24 ) White with RPMs LF 76 $ 3.00 $ $ 4.71 $ $ $ Regrade/Reshape New Swale Area SY 2,846 $ 1.60 $ 4, $ 6.80 $ 19, $ 2.43 $ 6, SECTION A - TOTAL (ITEMS 1-21) $ 100, $ 139, $ 161, TOTAL BASE BID LUMP SUM $ 100, ALLOWANCE 1 $10, $ 139, $ 161, $10, $10, GRAND TOTAL LUMP SUM BID WITH ALLOWANCE $ 110, $ 149, $ 171,636.90

8 City of Deerfield Beach ITB # /24 S W 15th Street Roadway Improvement Bid Tabulation ADD ALTERNATES The Contract Time for all work related to the Base Bid shall be 30 days for substantial completion. If Add Alternate 1 New Solar Powered School Flashing Beacon is added to the contract the Contract Time will be extended an additional 0 days (Add Alternate work is concurrent to the Base Bid work). Item. Description Unit Est. Qty. Unit Price ADD Alternate 1 (LUMP SUM) Southeastern Engineering Contractors, Inc. Total FHP Tectonics Corp. Unit Price Total Weekley Asphalt Paving, Inc. Unit Price Total DEDUCT (ADD) 22 (ADD) 23 t Applicable Deduct Alternate 1 Subtotal (A) $0.00 $0.00 $0.00 Furnish and Install New Solar Powered School Flashing Beacon with Post and Sign Panels per BCTED standards EA 1 $ 23, $ 23, $ 19, $ 19, $ 15, $ 15, Remove Existing School Flashing Beacon w/ Post and Sign Panels per BCTED standards EA 1 $ 5, $ 5, $ $ $ $ Add Alternate 1 Subtotal (B) $ 29, $ 19, $ 15, Alternate 1 LUMP SUM Total (A-B) $ 139, $ 169, $ 187, ADD Alternate 2 (LUMP SUM) The Contract Time for all work related to the Base Bid shall be thirty (30) days for substantial completion. If Alternate 2 Sodding and 1-inch Top Soil is added to the contract the Contract Time will be extended an additional 0 days (Add Alternate work is concurrent to the Base Bid work). Item. Description Unit Est. Qty. Unit Price Total Unit Price Total Unit Price Total DEDUCT (ADD) 24 t Applicable Deduct Alternate 2 Subtotal (A) $0.00 $0.00 $0.00 Sod with 1-inch Top Soil including watering for the first four (4) weeks from installation. SY 2,846 $ 3.30 $ 9, $ 4.12 $ 11, $ 4.30 $ 12, Add Alternate 2 Subtotal (B) $9, $11, $12, Alternate 2 LUMP SUM Total (A-B) $ 119, $ 161, $ 183, Addendum 1 Completed Schedule "A": Local Vendor Meets SDBE Goal Provided Certificate of Insurance Has Required Licenses

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

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: 8/20/2013 Contact Person: Charles DaBrusco, P.E., Director of Environmental Services Description: Request to purchase

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: 02/21/12 Contact Person: Charles DaBrusco, Director of Environmental Services Description: Renewal of Co-Op Purchase

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: September 4, 2012 Contact Person: Donna DeFronzo, Director of Senior Services/Community Development Division Description:

More information

Request for City Commission Agenda

Request for City Commission Agenda Item # Request for City Commission Agenda Agenda Date Requested: January 13, 2015 Contact Person: Description: Kara Petty, CPRP, Director Parks and Recreation Department Request Commission approval to

More information

Request for City Commission Agenda

Request for City Commission Agenda Item # Request for City Commission Agenda Agenda Date Requested: October 21, 2014 (a.k.a. Facesheet) Contact Person: Description: Charles DaBrusco, P.E, Director Environmental Services Award of Contract

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: March 19, 2013 Contact Person: Donna DeFronzo, Director of Senior Services Description: Amendment #001 for Agreement

More information

Request for City Commission Agenda

Request for City Commission Agenda Item # Request for City Commission Agenda Agenda Date Requested: March 18, 2014 (a.k.a. Facesheet) Contact Person: Description: Fiscal Impact: Budget Line Item #/Title: Impact on Cost of Housing: David

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

ALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUN

ALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUN ALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUNITY DEVELOPMENT DISTRICT CITY OF SWEETWATER, FLORIDA

More 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 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

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

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

CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER

CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS 12835 NEWCASTLE WAY, SUITE 200 DECEMBER 18, 2012 SPECIAL MEETING 12:00 P.M. 1. CALL TO ORDER 2. GENERAL BUSINESS a. AB 12 077 Resolution Authorizing

More information

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

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted, ADDENDUM NO. 3 TO THE PLANS AND SPECIFICATIONS for STREET AND STORM SEWER IMPROVEMENTS ON HANCOCK AND WASHINGTON STREETS for the FRENCH LICK REDEVELOPMENT COMMISSION ORANGE COUNTY, INDIANA MEI PROJECT

More information

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.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 2016-2017 City

More information

FALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST

FALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST FALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) 1 Contractor Quality Control 1 LS $50,000.00 $50,000.00 2 Mobilization 1 LS $100,000.00 $100,000.00 3 Location of Underground Utilities 1 LS $25,000.00

More information

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price 2. BID SCHEDULE RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO. 7046 To the Honorable Mayor and City Council of the City of Hesperia: Schedule of prices to construct the Ranchero Road and BNSF

More information

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075 Office of the County Executive Alan J. McCarthy County Executive Department of Finance Purchasing Division Ken Jackson Purchasing/Fleet/Leasing Mgr. Alfred C. Wein, Jr. Purchasing Office Director of Administration

More information

Addendum 1 Downtown North CRA Sidewalks

Addendum 1 Downtown North CRA Sidewalks Addendum 1 Downtown North CRA Sidewalks January 12, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDA ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE

More 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

LETTING : CALL : 056 COUNTIES : MILLE LACS

LETTING : CALL : 056 COUNTIES : MILLE LACS S T A T E O F M I N N E S O T A PAGE : -1 NUMBER OF DAYS: 0 BRIDGE COUNT : 3 CONTRACT DESCRIPTION : GRADING, BIT PAVING & SURFACING, ROUNDABOUT, AND BRIDGES. CONTRACT LOCATION: LOCATED ON T.H. 95 AT THE

More information

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

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

More information

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m. PAVING IMPROVEMENTS 101 Mobilization and Bonds, LS 1 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 102 Right-of-way Preparation LS 1 $ 365,500.00

More information

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

CITY OF TAMPA ADDENDUM 2. April 18, 2018

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

More information

I. J~ /.. RrECE~VfEfD 9J7J:. 13~ 7b 1/1~ COUNCIL. ~ 1-j r-(lk. 1 1-'> lft:; WHATCOM COUNTY COUNCIL AGENDA BILL

I. J~ /.. RrECE~VfEfD 9J7J:. 13~ 7b 1/1~ COUNCIL. ~ 1-j r-(lk. 1 1-'> lft:; WHATCOM COUNTY COUNCIL AGENDA BILL WHATCOM COUNTY COUNCIL AGENDA BILL NO. 2016-248 CLEARANCES Initial Date Date Received in Council Office AxendaDate Assixned to: Originator: James Karcher, P.E. 9J7J:. 1 1-'> lft:; RrECE~VfEfD Division

More information

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

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

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

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a Solicitation No. B-09-071-RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR BID # FY2013-2014-005 ANSIN BOULEVARD, SIDEWALK, PEDESTRIAN LIGHTS IMPROVEMENT PREPARED BY CITY OF HALLANDALE BEACH PUBLIC WORKS DEPARTMENT PROCUREMENT

More information

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown 19th & Barker Roundabout / Waterline Improvement Project No. 56CP12901(C) Cost Breakdown Engineering Fees: Original Contract $ 71,861.00 Additional Services $ 8,744.00 Waterline Contract $ 17,500.00 TOTAL

More information

Exhibit 4 Page 1 of 8

Exhibit 4 Page 1 of 8 Page 1 of 8 Price Analysis Summary Bid #C2113975C1, Construction of Davie Road Extension Agency: Highway Construction and Engineering Division Bid Submittals: 4 Purchasing Agent: Cara M. Leisy, J.D. Declinations:

More 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

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

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

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

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

More information

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: 01/10/12 Contact Person: Robert Johnston, Chief Water Operator Description: A RESOLUTION AUTHORIZING THE AWARD OF

More information

Department of Public Works Engineering

Department of Public Works Engineering Department of Public Works Engineering DATE: January 27, 2016 TO: Honorable Chairman and Public Utility Authority Members FROM: Cynthia M. Herrera, MMC, Interim Executive Director/ City Clerk BY: Nathan

More information

REQUEST FOR PROPOSAL. Concrete Work at Grand Ravines County Park

REQUEST FOR PROPOSAL. Concrete Work at Grand Ravines County Park REQUEST FOR PROPOSAL Concrete Work at Grand Ravines County Park July 13, 2018 The Ottawa County Parks and Recreation Commission (OCPRC) is seeking proposals for construction of a concrete stairs and pavement

More information

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

**REVISED BID PRICE FORM** October 24, 2018

**REVISED BID PRICE FORM** October 24, 2018 **REVISED BID PRICE FORM** October 24, 2018 (Date) TO: RE: CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412 INVITATION FOR BID WANNAMAKER COUNTY PARK DOG

More information

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD 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

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

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

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

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY EXECUTIVE BRIEF

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY EXECUTIVE BRIEF Agenda Item is over 5 pages; may be viewed in the Minutes Department Agenda Item #: 3-C-4 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: July 12, 216 [X] Consent [ ]

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

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

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT: ADDENDU #1 arch 12, 2019 BID FOR PLACE DATE: PROJECT: oore, Oklahoma 34 th Street, Telephone Rd to Santa Fe Ave Roadway Widening Proposal of (hereinafter called BIDDER ), doing business as a Corporation

More information

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

REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO OF THE CITY OF SAN JACINTO REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO. 2003-1 OF THE CITY OF SAN JACINTO December 11, 2003 REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO. 2003-1 CITY OF SAN JACINTO Prepared for CITY OF SAN

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

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2 TABLE OF CONTENTS General Requirements Total Pages Table of Contents 3 List of Drawings 1 Procurement Requirements Advertisement for Bids 2 Instruction for Procurement Instructions to Bidders 8 Procurement

More information

August 22, Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA

August 22, Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA August 22, 2016 Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA RE: Hammond Northshore Regional Airport Runway 18-36/13-31 Runway Intersection

More information

New Jersey Department of Transportation DATE : 06/22/10 PAGE : TABULATION OF BIDS

New Jersey Department of Transportation DATE : 06/22/10 PAGE : TABULATION OF BIDS PAGE : 107-1 CONTRACT TIME : 01/24/11 COMPLETION DATE CONTRACT DESCRIPTION : URBAN PROJECT(S) : FS-0022(105) ROUTE 37 FROM ROUTE 70 TO GARDEN STATE PARKWAY RESURFACING CONTRACT NO. 000103080 TOWNSHIP OF

More information

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE ROADWAY 1 Mobilization 1 LS $ 990,048.50 $ 80,000.00 $ 880,000.00 $ 880,000.00 $ 950,000.00 $ 950,000.00 $ 967,510.00 $ 967,510.00 $ 1,162,684.00 $ 1,162,684.00 2 Maintenance of Traffic ( incl. Pedestrian

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 12063 PAVEMENT MARKING ANNUAL ON-CALL CONTRACT Proposal Release: May 31, 2012 Proposal Questions Deadline: June 8, 2012 Proposal Due Date: June 14, 2012

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

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACT MANAGEMENT BRANCH ISSUED ADDENDUM. From: Department of Military Affairs, CFMO Contracting Branch

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACT MANAGEMENT BRANCH ISSUED ADDENDUM. From: Department of Military Affairs, CFMO Contracting Branch DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACT MANAGEMENT BRANCH ISSUED ADDENDUM October 9, 2018 ADDENDUM # 1 Project # 210032 Project Name: CBJTC RV Storage Lot From: Department of Military Affairs, CFMO

More information

Engineer's Preliminary Estimate - 100% Submittal

Engineer's Preliminary Estimate - 100% Submittal EA 284700 1 070010 PROGRESS SCHEDULE (CRITICAL PATH) LS 1 $ 15,000 $ 15,000 2 071325 TEMPORARY FENCE (TYPE ESA) M 1250 $ 10 $ 12,500 3 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS 1 $ 7,000

More 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

New Jersey Department of Transportation DATE : 11/16/10 PAGE : TABULATION OF BIDS

New Jersey Department of Transportation DATE : 11/16/10 PAGE : TABULATION OF BIDS PAGE : 131-1 CONTRACT TIME : 11/30/11 COMPLETION DATE CONTRACT DESCRIPTION : URBAN PROJECT(S) : STP-5042(107) ROUTE 129 RESURFACING FROM ROUTE 1 TO LAMBERTON ROAD CONNECTOR CITY OF TRENTON, TOWNSHIP OF

More 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

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 FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for STREET ASPHALT PAVING & PATCHING.

More information

THIS SECTION INTENTIONALLY LEFT BLANK

THIS SECTION INTENTIONALLY LEFT BLANK SUPPLEMENTAL INFORMATION ADDENDUM NO. 2 PROJECT: ITB No. 18-010 2018 Road Resurfacing CONTACT: Fiona Charleton, Purchasing Agent 912-754-2159 fcharleton@effinghamcounty.org DATE ISSUED: May 31, 2018 ITB

More information

Utility Committee Meeting AGENDA. October 3, 2017

Utility Committee Meeting AGENDA. October 3, 2017 Utility Committee Meeting AGENDA October 3, 2017 I. CALL TO ORDER II. MATTERS BEFORE COMMITTEE 1. Purchase - Gas Materials for Estates at Dean Hill Farms 2. Approval - 2016 CDBG Grant Construction Bid

More information

CANTON COMMUNITY REQUEST FOR BOARD ACTION

CANTON COMMUNITY REQUEST FOR BOARD ACTION CANTON COMMUNITY REQUEST FOR BOARD ACTION MEETING DATE: March 22, 2016 AGENDA ITEM #G-10 ITEM: Consider Approval of a Budget Amendment & Award of a Contract Asphalt Repairs to Hutch Paving, Inc. the Wayne

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

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as Description 103 REMOVE, STORE AND REINSTALL EXISTING RETAINING WALL 107.1 EMBANKMENT (FINAL)(DENS CONT)(TY B) 203.1 TACK COAT BID PROPOSAL PROPOSAL OF, a corporation, a partnership consisting of an individual

More information

BID FORM. PROJECT: 2017 Water line replacement

BID FORM. PROJECT: 2017 Water line replacement Project Town of Georgetown P.O. Box 426 Georgetown, CO 80444 BID FORM PROJECT: 2017 Water line replacement THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract Documents,

More information

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project County of El Paso Purchasing Department 500 East San Antonio, Room 500 El Paso, Texas 79901 (915) 546-2048 / Fax: (915) 546-8180 ADDENDUM 1 To: From: All Interested Proposers Claudia Sepulveda, Bid Clerk/Buyer

More information

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

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

More information

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

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600. CITY OF PLANT CITY WHEELER STREET RE-ALIGNMENT Opinion of Probable Construction Costs (Final Plans) Rev 7/22/2010 Rev 8/2/2010 Rev 8/27/20012 Bid Cost per Estimated Extended Item Item Unit Units Wheeler

More information

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

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122 Addendum No. 1 Page One To: From: All Plan Holders of Record CT Consultants, Inc. Gene E. Arters, P.E. on behalf of Cuyahoga Community College Subject: Addendum No. 1 Project #C20166009 CCE Parking Lot

More information

CITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS

CITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS 1 2 3 4 5 6 MOBILIZATION per the General Requirements, Sections 01292 and 01721 ALLOWANCE for Differing Site Condition per the General Requirements, Sections 01212 and 01253 ALLOWANCE for Participating

More information

Right of Way Permits. Contact Information:

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

More information

Rock Chalk Park - Infrastructure Report. July 2013

Rock Chalk Park - Infrastructure Report. July 2013 Rock Chalk Park Infrastructure Report July 2013 The following report is the first monthly report for the construction of infrastructure at Rock Chalk Park. The format follows the sections outlined in the

More information

KEYS COVE COMMUNITY DEVELOPMENT DISTRICT MIAMI-DADE COUNTY REGULAR BOARD MEETING OCTOBER 24, :30 P.M.

KEYS COVE COMMUNITY DEVELOPMENT DISTRICT MIAMI-DADE COUNTY REGULAR BOARD MEETING OCTOBER 24, :30 P.M. KEYS COVE COMMUNITY DEVELOPMENT DISTRICT MIAMI-DADE COUNTY REGULAR BOARD MEETING OCTOBER 24, 2018 5:30 P.M. Special District Services, Inc. 8785 SW 165 th Avenue, Suite 200 Miami, FL 33193 www.keyscovecdd.org

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

2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.

2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY. ALLEY: 5600 BLOCK OF N. LAKE DRIVE 1 Remove concrete pavement 800 SY $ 11.07 $ 8,856.00 $ 5.31 $ 4,248.00 $ 12.70 $ 10,160.00 $ 6.20 $ 4,960.00 $ 9.27 $ 7,416.00 $ 16.75 $ 13,400.00 2 6" Aggregate Dense

More 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

SPECIAL WORKSHOP MEETING AUGUST 23, 2017 CITY COUNCIL AGENDA AT 2:00 PM

SPECIAL WORKSHOP MEETING AUGUST 23, 2017 CITY COUNCIL AGENDA AT 2:00 PM NOTICE OF SPECIAL WORKSHOP MEETING Council Chambers, 865 SE Barrington Drive NOTICE IS HEREBY GIVEN that the Oak Harbor City Council will hold a Special Workshop Meeting on Wednesday, July 26, 2017 at

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

Bidding with the City

Bidding with the City Bidding with the City A G U I D E T O T H E C O N T R A C T L E T T I N G P R O C E S S H E A T H E R T I P P E Y P I E R C E, M P A, C E S C I G E N E R A L S E R V I C E S M A N A G E R O M A H A P U

More information

REPLACEMENT OF MERCER COUNTY BRIDGE

REPLACEMENT OF MERCER COUNTY BRIDGE ADDENDUM NO. ONE Notice is hereby given that on April 26, 2019 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Department in the Mercer County McDade

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Department INVITATION TO BID (ITB) 17-037 PAVEMENT MARKINGS JUNE 2017 HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Purchasing Division INVITATION

More information

Fuel Adjustment Allowance USD 50,000 $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $

Fuel Adjustment Allowance USD 50,000 $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ SOLICITATION NO. 147850: VALENCIA ROAD: WADE ROAD TO MARK ROAD Achen Gardner Granite Hunter Borderland KE&G ITEM NO. ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT

More information

OKLAHOMA TURNPIKE AUTHORITY

OKLAHOMA TURNPIKE AUTHORITY PART A - BASE BID PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 40,000.00 $40,000.00 $ 61,320.82 $ 61,320.82 $ 45,000.00 $ 45,000.00 201(A) CLEARING & GRUBBING LSUM 1.00 $ 150,000.00 $150,000.00

More information

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

CHARLES COUNTY GOVERNMENT. Home Elevation in Newburg. ITB Number 15-20

CHARLES COUNTY GOVERNMENT. Home Elevation in Newburg. ITB Number 15-20 CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Home Elevation in Newburg ITB Number 15-20 December 2, 2014 ADDENDUM NUMBER ONE TO: All Bidders Please be

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 February 25, 2019 To Whom It May Concern: The Platte County

More information

BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO CITY OF ATLANTIC BEACH, FLORIDA

BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO CITY OF ATLANTIC BEACH, FLORIDA BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO. 1617-04 CITY OF ATLANTIC BEACH, FLORIDA SUBMITTED BY: DATE: The undersigned, as bidder, hereby declares that

More information

VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 940 LAKESHORE DRIVE, SUITE 200 THE VILLAGES, FLORIDA PHONE: (352) * FAX:

VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 940 LAKESHORE DRIVE, SUITE 200 THE VILLAGES, FLORIDA PHONE: (352) * FAX: VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 940 LAKESHORE DRIVE, SUITE 200 THE VILLAGES, FLORIDA 32162 PHONE: (352) 751-6700 * FAX: (352) 751-6715 E-mail: melissa.schaar@districtgov.org

More information