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

Size: px
Start display at page:

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

Transcription

1 G-7 STAFF REPORT MEETING DATE: November 27, 2018 TO: FROM: City Council Petr Skala, Associate Engineer 922 Machin Avenue Novato, CA / FAX 415/ PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer SUBJECT: ADOPT A RESOLUTION REJECTING A BID PROTEST AND AWARD THE BASE BID PLUS THE ALTERNATE A1 CONSTRUCTION CONTRACT FOR THE VINEYARD ROAD IMPROVEMENTS, CIP PROJECT NO ; STPL-5361(027) REQUEST Adopt a resolution rejecting a bid protest and award the Base Bid plus the Alternate A1 Construction Contract to Coastside Concrete and Construction Inc. for the Vineyard Road Improvements, CIP ; STPL-5361(027). DISCUSSION This project will consist of comprehensive pavement rehabilitation of the existing roadway; inclusion of Class II and Class III bicycle facilities through the project limits; replacement of any damaged existing curb and gutter; infill existing gaps in curb, gutter, and sidewalk; upgrade curb ramps and accessibility features. The project was initially advertised in August of 2018, but all bids were rejected following a bid protest. The project was re-advertised on September 28, 2018 and the second bid opening was held on October 23, Total of four bids were received. The bids are summarized in table below: BIDDER LOCATION BASE BID ALTERNATE A1 BASE BID +A1 (REFERENCE ONLY) RECOMMENDED AWARD = BASE BID + A1 + 10% 1 Coastside Concrete & Construction Inc. Santa Rosa $1,377, $24, $1,401, $1,542, Argonaut Constructors Santa Rosa $1,632, $38, $1,670, Granite 3 Construction Co. Ukiah $1,665, $29, $1,694, Ghilotti Bros. Inc. San Rafael $1,683, $33, $1, The attached Bid Abstract shows the bid details. The low bidder was determined by the base bid only. On October 29, 2018 the City of Novato (City) received a bid protest submitted by Copeland Law Firm, ACP representing Argonaut Constructors (Argonaut). Argonaut s protest of the bid cc18_

2 submitted by Coastside Concrete & Construction, Inc. (Coastside) for Vineyard Road Improvements, CIP Project No ; STPL-5361 (027) is restated below. 1. The Principal s bid bond acknowledgement guarantee at Section was never submitted by Coastside Concrete (CC), and as such a proper bid guarantee has not been submitted and there is no bid security in place; 2. CC exaggerated the amount of work their CIR subcontractor is supplying on Federal DEB form 12-B and also failed to completely fill out form, which specifically states the following information is required for each sub-contractor... Specifically, CC failed to list the line item of work awarded the subcontractors, and the listed percentage attributed to each subcontractor does not match the dollar amount listed for each subcontractor. Striping Graphics is listed for Striping with a dollar amount of $47,000 with no line items included but a percentage of the bid item listed at 3%. However, the striping items in CC s bid (41-48) total is $49,825.80, so the percentage isn t possibly correct. Likewise, the description of work CC awarded to Pavement Recycling is vague and fails to include bid line items of work awarded to Pavement Recycling Systems (PRS). There are six items of work associated with the Cold In Place recycling work, but CC s form does not state which items are being performed by PRS. The totals of all six items in CC s bid is $363,750, yet PRS is listed for $500,000 of work in the form. Yet PRS is listed for 35% of the bid items. CC s misleading form gives the CC the ability to manipulate the work being performed by PR after the bid thus giving them an unfair advantage and potentially violating the subcontractor listing laws. 3. CC failed to comply with the requirements of bid form Section which reads THE BIDDER S EXECUTION OF THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTUION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL AND, The above certification is required by the Equal Employment Opportunity Regulation of the Secretary of Labor (41 CFR (b)(1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts, which are subject to the equal opportunity clause [which this Contract is] No subcontractor forms have been submitted by CC in violation of this requirement; 4. CC failed to submit forms for any of its subcontractors, which form reads. The bidder shall complete the questionnaire below for the bidder and each subcontractor to whom the bidder proposes to subcontract portions of the work. ; 5. CC failed to turn in the required backup to its DBE Good Faith Efforts Form in violation of the Contract provision on digital page 87 which reads, If the total [DBE] % claimed is less than item Contract DBE Goal, an adequately documented Good Faith Effort (GFE) is required City staff consulted with the City attorney s office. The bid protest has no merit and should be rejected for the following reasons: 1. The Bid Bond submitted by Coastside provides sufficient security if Coastside were to refuse or fail to execute the contract (if awarded). 2. The type of work and portion of work to be performed by subcontractors has been sufficiently described and that the portion of work being allotted to each type of work to be performed by subcontractors does not demonstrate that an arithmetical or clerical error has been made by the contractor which would materially alter the bid from that which is being intended, and therefore cc18_

3 any bid defect that is being claimed cannot be of the nature that it would provide an actual competitive advantage to Coastside. The irregularities (if any) stated do not appear to provide unfair advantage as listed and are considered minor bid irregularities by the City. 3. The required documents were submitted by Coastside prior to the deadline of November 2, 2018, in accordance with the deadline for submissions provided under the referenced 2015 Caltrans Standard Specifications Section 2 - Bidding (page 26). 4. The required documents were submitted by Coastside prior to the deadline of November 2, 2018, in accordance with the deadline for submissions provided under the referenced 2015 Caltrans Standard Specifications Section 2 - Bidding (page 26). 5. The required documents were submitted by the deadline of Monday, October 29, 2018 by 4 p.m. in accordance with the deadline for submissions provided under the referenced 2015 Caltrans Standard Specifications Section 2 Bidding (page 26). Upon review of Coastside Bid submittal and all supporting documents received, it was determined that the Bid proposal is in compliance with Section PROPOSAL REQUIREMENTS AND CONDITIONS of the Project Specifications. City staff recommends award of the Base Bid plus the Alternate A1 (new sidewalk along the north edge of the island at the intersection of Vineyard Road and Mill Road) construction contract for the Vineyard Road Improvements, CIP ; STPL-5361(027), in the total amount of $1,542, including an allowance for a 10% contingency, to Coastside Concrete & Construction Inc. as the lowest responsible bidder submitting the lowest responsive bid and authorizing the City Manager to execute the contract. PUBLIC OUTREACH This item is listed on the agenda, and the agenda is posted on the City s Community Service Board, and on the website 72 hours prior to the Council meeting as required by California Government Code 54954(a) ( Brown Act ). The Project was presented to the Novato City Council (Council) at the following meetings: The Vineyard Rd. Improvement Project was initiated in fiscal year 2014 / March 15, 2016: Council approved funding exchange / swap. December 5, 2017: Council held a public hearing and adopted the resolution to prohibit excavation upon final completion of the paving in the traveled way for Vineyard Road. February 27, 2018: Council approved finalizing the project plans and specifications for Vineyard Road including the sidewalk gap closure option. June 26, 2018: review, follow up discussion and approval of proposed 2018 / 2019 CIP budget. July 24, 2018: Council approved the plans and specifications, authorized bid advertisement and find that the project is exempt from the requirements of CEQA pursuant to Section Existing Facilities Subsections 15301(c) and 15301(d). September 25, 2018: Council rejected all bids received on September 4 th 201, approved the revised plans and specifications, authorized bid advertisement and find that the project is exempt from the requirements of CEQA pursuant to Section Existing Facilities Subsections 15301(c) and 15301(d). October 30, 2018: Council authorized the City Manager to execute Local Agency-State Master Agreement for Federal-Aid projects No F15 and Program Supplement No. N015-F. cc18_

4 If awarded, notification of the construction start date will be sent to nearby residents. ENVIRONMENTAL ASSESSMENT This project was determined to be Categorically Exempt from California Environmental Quality Act (CEQA) pursuant to Section Existing Facilities - Subsections (c) and (d) of 2014 California Environmental Quality Act (CEQA), as detailed in the staff report presented at the July 24, 2018 City Council meeting. FISCAL IMPACT This project is included in the City of Novato Adopted Capital Improvement Program Budget for 2018/2019 in the total amount of $1,815,757 of this total, $1,014,000 is made of federal funding. RECOMMENDATION Adopt resolution rejecting a bid protest and award the Base Bid plus the Alternate A1 construction contract for the Vineyard Road Improvements, CIP ; STPL-5361(027). ALTERNATIVES 1. Take no action at this time; direct staff as to action requested. ATTACHMENTS 1. Resolution 2. Bid Abstract 3. Vicinity Map 4. CIP Budget Excerpt cc18_

5 Attachment 1 G-7.1 CITY COUNCIL OF THE CITY OF NOVATO RESOLUTION NO. ADOPT A RESOLUTION REJECTING A BID PROTEST AND AWARD THE BASE BID PLUS THE ALTERNATE A1 CONSTRUCTION CONTRACT TO COASTSIDE CONCRETE & CONSTRUCTION INC. FOR THE VINEYARD ROAD IMPROVEMENTS, CIP PROJECT NO ; STPL-5361(027) WHEREAS, in accordance with California Public Contract Code (CPCC) Section and other applicable laws, the City of Novato solicited bids for the Vineyard Road Improvements, CIP Project No ; STPL-5361(027) between September 28, 2018 and October 23, 2018; and WHEREAS, this project will consist of comprehensive pavement rehabilitation of the existing roadway; inclusion of Class II and Class III bicycle facilities through the project limits; replacement of any damaged existing curb and gutter; infill existing gaps in curb, gutter, and sidewalk; upgrade curb ramps and accessibility features; and WHEREAS, on July 24, 2018 the City Council of the City of Novato found that the project is exempt from the provisions of the California Environmental Quality Act (CEQA) pursuant to Section Existing Facilities - Subsections (c) and (d). WHEREAS, the project was initially advertised in August of 2018, but all bids were rejected following a bid protest; and WHEREAS, the project was re-advertised on September 28, 2018 and the second bid opening was held on October 23, Total of four bids were received; and WHEREAS, on October 29, 2018 the City of Novato received a bid protest submitted by Copeland Law Firm, ACP representing Argonaut Constructors; and WHEREAS, the City staff consulted with the City Attorney, finding that the bid protest has no merit and should be rejected; and WHEREAS, upon review of Coastside Concrete & Construction Inc. Bid submittal and all supporting documents received, it was determined that the Bid proposal is in compliance with Section Proposal Requirements and Conditions of the Project Specifications; and WHEREAS, the custodian of records is the City Clerk of the City of Novato, 922 Machin Avenue, Novato, CA NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Novato hereby rejects the bid protest submitted by Copeland Law Firm, ACP representing Argonaut Constructors. res5219 5

6 BE IT FURTHER RESOLVED, that the City Council of the City of Novato hereby awards the Base Bid plus the Alternate A1 construction contract for the Vineyard Road Improvements, CIP ; STPL-5361(027) to Coastside Concrete & Construction Inc. as the lowest responsible bidder submitting the lowest responsive bid. * * * * * I HEREBY CERTIFY that the foregoing resolution was duly and regularly adopted by the City Council of the City of Novato, Marin County, California, at a meeting thereof, held on the 27 th day of November, 2018, by the following vote, to wit: AYES: NOES: ABSTAIN: ABSENT: Councilmembers Councilmembers Councilmembers Councilmembers Terrie Gillen, City Clerk Approved as to form: City Attorney of the City of Novato res5219 6

7 CITY OF NOVATO ABSTRACT OF BIDS AND AWARD OF CONTRACT Attachment 2 G-7.2 PROJECT NAME : Vineyard Road Improvements BID NO. : PROJECT NO. : CIP ; STPL (027) DATE : 23-October-2018 BID OPENING : 2:00 pm Coastside Concrete BIDDERS Engineer's Estimate & Construction Inc. Argonaut Constructors No. DESCRIPTION Unit Qty Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Base Bid Item TOTAL BASE BID $1,418, $1,377, $1,632, $1,683, Construction Area Signs LS 1 $ 4, $ 4, $ 15, $ 15, $ 25, $ 25, $ 5, $ 5, Temporary Traffic Control LS 1 $ 80, $ 80, $ 40, $ 40, $ 85, $ 85, $ 160, $ 160, Temporary Water Pollution Control LS 1 $ 8, $ 8, $ 20, $ 20, $ 15, $ 15, $ 10, $ 10, Clearing & Grubbing LS 1 $ 50, $ 50, $ 75, $ 75, $ 162, $ 162, $ 128, $ 128, Landscaping LS 1 $ 30, $ 30, $ 35, $ 35, $ 20, $ 20, $ 2, $ 2, Remove and Replace Curb & Gutter LF 379 $ $ 22, $ $ 20, $ $ 26, $ $ 27, Remove and Replace Concrete Sidewalk SF 1,023 $ $ 20, $ $ 14, $ $ 16, $ $ 31, Remove Concrete and Construct Curb Ramp SF 1,944 $ $ 58, $ $ 58, $ $ 77, $ $ 56, Remove and Replace Concrete Driveway Approach SF 210 $ $ 5, $ $ 3, $ $ 7, $ $ 7, Remove and Replace Concrete Driveway Conform SF 496 $ $ 11, $ $ 8, $ $ 14, $ $ 19, Install UCS Type A Curb & Gutter LF 480 $ $ 31, $ $ 26, $ $ 13, $ $ 27, Install UCS Type A Sidewalk SF 2,326 $ $ 37, $ $ 32, $ 7.00 $ 16, $ $ 27, Install Concrete Curb Ramp SF 375 $ $ 11, $ $ 11, $ $ 6, $ $ 16, Install Concrete Driveway Approach SF 3,744 $ $ 67, $ $ 67, $ 8.00 $ 29, $ $ 71, Construct Precast 48" Diameter Manhole EA 1 $ 8, $ 8, $ 7, $ 7, $ 8, $ 8, $ 8, $ 8, Construct Type A Catch Basin with Frame and Grate EA 1 $ 5, $ 5, $ 5, $ 5, $ 7, $ 7, $ 4, $ 4, Modify Existing Drainage Inlet EA 1 $ 2, $ 2, $ 3, $ 3, $ 1, $ 1, $ 2, $ 2, Install 12" HDPE Storm Drain LF 178 $ $ 44, $ $ 35, $ $ 35, $ $ 32, Install 10" C900 PVC Pipe Storm Drain LF 72 $ $ 18, $ $ 13, $ $ 12, $ $ 12, Install 6" Area Drain EA 1 $ $ $ 5, $ 5, $ $ $ $ Install Curb Face Drainage Outlet EA 1 $ $ $ 1, $ 1, $ 1, $ 1, $ 1, $ 1, Adjust Existing Sanitary Sewer Manhole to Grade EA 34 $ $ 17, $ $ 17, $ 1, $ 37, $ $ 31, Adjust Existing Sanitary Sewer Cleanout Cover to Grade EA 1 $ $ $ $ $ $ $ $ Adjust Existing PG&E Gas Valve Cover Grade EA 6 $ $ 2, $ $ 1, $ $ 4, $ $ 3, Adjust Existing Monument Cover to Grade EA 17 $ $ 8, $ $ 5, $ $ 12, $ $ 10, Class 2 Aggregate Base TN 300 $ $ 21, $ $ 15, $ $ 30, $ $ 49, Deep Lift HMA (Road Widening) TN 290 $ $ 87, $ $ 31, $ $ 87, $ $ 81, ' Daylight/Edge Grind Existing HMA (0.15') SY 7,800 $ 4.00 $ 31, $ 4.00 $ 31, $ 3.00 $ 23, $ 4.00 $ 31, Cold In-Place Recycling (4" Depth - Foamed Asphalt) SY 20,000 $ 9.00 $ 180, $ $ 210, $ $ 227, $ $ 228, Emulsified Recycling Agent (CIR - Foamed Asphalt) TN 110 $ $ 88, $ $ 93, $ 1, $ 110, $ 1, $ 110, TOTAL 1-30 $951, $906, $1,117, $1,200, Page 1 of 4 7

8 CITY OF NOVATO ABSTRACT OF BIDS AND AWARD OF CONTRACT PROJECT NAME : Vineyard Road Improvements BID NO. : PROJECT NO. : CIP ; STPL (027) DATE : 23-October-2018 BID OPENING : 2:00 pm Coastside Concrete BIDDERS Engineer's Estimate & Construction Inc. Argonaut Constructors Item TOTAL BASE BID $1,418, $1,377, $1,632, $1,683, No. DESCRIPTION Unit Qty Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 31 Cement (CIR - Foamed Asphalt) TN 45 $ $ 9, $ $ 11, $ $ 10, $ $ 10, Mix Design (CIR - Foamed Asphalt) LS 1 $ 15, $ 15, $ 20, $ 20, $ 7, $ 7, $ 7, $ 7, Asphalt Emulsion (CIR - Foamed Asphalt) TN 18 $ $ 9, $ $ 9, $ 1, $ 26, $ 1, $ 26, Sand Cover (CIR - Foamed Asphalt) SY 20,000 $ 0.35 $ 7, $ 1.00 $ 20, $ 0.60 $ 12, $ 0.60 $ 12, Profile Plane Existing HMA (0.15') SY 4,200 $ 6.00 $ 25, $ 4.00 $ 16, $ 7.60 $ 31, $ 4.00 $ 16, HMA Base Course - 3/4" mix TN 50 $ $ 15, $ $ 6, $ $ 23, $ $ 47, HMA Surface Course - 1/2" mix (0.15 ) TN 2,750 $ $ 330, $ $ 330, $ $ 357, $ $ 316, Install New Traffic Sign and Post EA 16 $ $ 4, $ $ 7, $ $ 6, $ $ 6, Install New Traffic Sign on Existing Post EA 2 $ $ $ $ $ $ $ $ Re-install Existing Traffic Sign on New Post EA 2 $ $ $ $ $ $ $ $ Thermoplastic Pavement Stripe Detail 1 LF 3,730 $ 2.00 $ 7, $ 1.25 $ 4, $ 1.00 $ 3, $ 1.00 $ 3, Thermoplastic Pavement Stripe Detail 21 LF 1,498 $ 3.00 $ 4, $ 3.50 $ 5, $ 3.00 $ 4, $ 3.00 $ 4, Thermoplastic Pavement Stripe Detail 27B LF 88 $ 1.50 $ $ 2.35 $ $ 2.00 $ $ 2.00 $ Thermoplastic Pavement Stripe Detail 39 LF 7,655 $ 1.50 $ 11, $ 1.50 $ 11, $ 1.25 $ 9, $ 1.25 $ 9, Thermoplastic Pavement Stripe Detail 39A LF 1,053 $ 1.50 $ 1, $ 1.25 $ 1, $ 1.00 $ 1, $ 1.00 $ 1, Thermoplastic Pavement Markings - White SF 2,358 $ 6.00 $ 14, $ 6.75 $ 15, $ 4.75 $ 11, $ 4.75 $ 11, Thermoplastic Pavement Markings - Yellow SF 1,871 $ 6.00 $ 11, $ 5.75 $ 10, $ 5.00 $ 9, $ 5.00 $ 9, Blue Reflective Pavement Markers EA 8 $ $ $ $ $ $ $ $ TOTAL $466, $471, $514, $482, BASE BID CONSTRUCTION TOTAL $1,418, $1,377, $1,632, $1,683, Alternate A1 - Island Extension Between Mill Road and Vineyard Road 7 Remove and Replace Concrete Sidewalk SF 32 $ $ $ $ $ $ 1, $ $ 1, Remove Concrete and Construct Curb Ramp SF 68 $ $ 2, $ $ 2, $ $ 9, $ $ 3, Install UCS Type A Curb & Gutter LF 145 $ $ 9, $ $ 7, $ $ 10, $ $ 9, Install UCS Type A Sidewalk SF 780 $ $ 12, $ $ 10, $ $ 11, $ $ 15, Install Concrete Curb Ramp SF 90 $ $ 2, $ $ 2, $ $ 4, $ $ 3, ALTERNATE A1 CONSTRUCTION TOTAL $27, $24, $38, $33, BASE BID + ALTERNATE A1 CONSTRUCTION TOTAL $1,445, $1,401, $1,670, $1,716, Page 2 of 4 8

9 CITY OF NOVATO ABSTRACT OF BIDS AND AWARD OF CONTRACT PROJECT NAME : Vineyard Road Improvements BID NO. : PROJECT NO. : CIP ; STPL (027) DATE : 23-October-2018 BID OPENING : 2:00 pm BIDDERS Engineer's Estimate Granite Construction Co. Item TOTAL BASE BID $1,418, $1,665, No. DESCRIPTION Unit Qty Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Base Bid 1 Construction Area Signs LS 1 $ 4, $ 4, $ 6, $ 6, Temporary Traffic Control LS 1 $ 80, $ 80, $ 195, $ 195, Temporary Water Pollution Control LS 1 $ 8, $ 8, $ 5, $ 5, Clearing & Grubbing LS 1 $ 50, $ 50, $ 6, $ 6, Landscaping LS 1 $ 30, $ 30, $ 5, $ 5, Remove and Replace Curb & Gutter LF 379 $ $ 22, $ $ 18, Remove and Replace Concrete Sidewalk SF 1,023 $ $ 20, $ $ 19, Remove Concrete and Construct Curb Ramp SF 1,944 $ $ 58, $ $ 40, Remove and Replace Concrete Driveway Approach SF 210 $ $ 5, $ $ 6, Remove and Replace Concrete Driveway Conform SF 496 $ $ 11, $ $ 10, Install UCS Type A Curb & Gutter LF 480 $ $ 31, $ $ 31, Install UCS Type A Sidewalk SF 2,326 $ $ 37, $ $ 41, Install Concrete Curb Ramp SF 375 $ $ 11, $ $ 7, Install Concrete Driveway Approach SF 3,744 $ $ 67, $ $ 82, Construct Precast 48" Diameter Manhole EA 1 $ 8, $ 8, $ 12, $ 12, Construct Type A Catch Basin with Frame and Grate EA 1 $ 5, $ 5, $ 6, $ 6, Modify Existing Drainage Inlet EA 1 $ 2, $ 2, $ 1, $ 1, Install 12" HDPE Storm Drain LF 178 $ $ 44, $ $ 53, Install 10" C900 PVC Pipe Storm Drain LF 72 $ $ 18, $ $ 20, Install 6" Area Drain EA 1 $ $ $ 1, $ 1, Install Curb Face Drainage Outlet EA 1 $ $ $ $ Adjust Existing Sanitary Sewer Manhole to Grade EA 34 $ $ 17, $ 1, $ 39, Adjust Existing Sanitary Sewer Cleanout Cover to Grade EA 1 $ $ $ 1, $ 1, Adjust Existing PG&E Gas Valve Cover Grade EA 6 $ $ 2, $ $ 4, Adjust Existing Monument Cover to Grade EA 17 $ $ 8, $ $ 12, Class 2 Aggregate Base TN 300 $ $ 21, $ $ 22, Deep Lift HMA (Road Widening) TN 290 $ $ 87, $ $ 87, ' Daylight/Edge Grind Existing HMA (0.15') SY 7,800 $ 4.00 $ 31, $ 3.00 $ 23, Cold In-Place Recycling (4" Depth - Foamed Asphalt) SY 20,000 $ 9.00 $ 180, $ $ 207, Emulsified Recycling Agent (CIR - Foamed Asphalt) TN 110 $ $ 88, $ 1, $ 110, TOTAL 1-30 $951, $1,079, Page 3 of 4 9

10 CITY OF NOVATO ABSTRACT OF BIDS AND AWARD OF CONTRACT PROJECT NAME : Vineyard Road Improvements BID NO. : PROJECT NO. : CIP ; STPL (027) DATE : 23-October-2018 BID OPENING : 2:00 pm BIDDERS Engineer's Estimate Granite Construction Co. Item TOTAL BASE BID $1,418, $1,665, $0.00 $0.00 No. DESCRIPTION Unit Qty Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 31 Cement (CIR - Foamed Asphalt) TN 45 $ $ 9, $ $ 10, Mix Design (CIR - Foamed Asphalt) LS 1 $ 15, $ 15, $ 7, $ 7, Asphalt Emulsion (CIR - Foamed Asphalt) TN 18 $ $ 9, $ 1, $ 26, Sand Cover (CIR - Foamed Asphalt) SY 20,000 $ 0.35 $ 7, $ 0.60 $ 12, Profile Plane Existing HMA (0.15') SY 4,200 $ 6.00 $ 25, $ 9.00 $ 37, HMA Base Course - 3/4" mix TN 50 $ $ 15, $ $ 21, HMA Surface Course - 1/2" mix (0.15 ) TN 2,750 $ $ 330, $ $ 426, Install New Traffic Sign and Post EA 16 $ $ 4, $ $ 4, Install New Traffic Sign on Existing Post EA 2 $ $ $ $ Re-install Existing Traffic Sign on New Post EA 2 $ $ $ $ Thermoplastic Pavement Stripe Detail 1 LF 3,730 $ 2.00 $ 7, $ 1.00 $ 3, Thermoplastic Pavement Stripe Detail 21 LF 1,498 $ 3.00 $ 4, $ 3.00 $ 4, Thermoplastic Pavement Stripe Detail 27B LF 88 $ 1.50 $ $ 2.00 $ Thermoplastic Pavement Stripe Detail 39 LF 7,655 $ 1.50 $ 11, $ 1.25 $ 9, Thermoplastic Pavement Stripe Detail 39A LF 1,053 $ 1.50 $ 1, $ 1.00 $ 1, Thermoplastic Pavement Markings - White SF 2,358 $ 6.00 $ 14, $ 4.75 $ 11, Thermoplastic Pavement Markings - Yellow SF 1,871 $ 6.00 $ 11, $ 5.00 $ 9, Blue Reflective Pavement Markers EA 8 $ $ $ $ TOTAL $466, $585, BASE BID CONSTRUCTION TOTAL $1,418, $1,665, Alternate A1 - Island Extension Between Mill Road and Vineyard Road 7 Remove and Replace Concrete Sidewalk SF 32 $ $ $ $ Remove Concrete and Construct Curb Ramp SF 68 $ $ 2, $ $ 5, Install UCS Type A Curb & Gutter LF 145 $ $ 9, $ $ 7, Install UCS Type A Sidewalk SF 780 $ $ 12, $ $ 12, Install Concrete Curb Ramp SF 90 $ $ 2, $ $ 1, ALTERNATE A1 CONSTRUCTION TOTAL $27, $29, BASE BID + ALTERNATE A1 CONSTRUCTION TOTAL $1,445, $1,694, Page 4 of 4 10

11 LIST OF SUBCONTRACTORS Project Name: Vineyard Road Improvements Project No. : CIP ; STPL (027) NAME DESCRIPTION OF WORK SUBCONTRACTOR TO 1 Pavement Recycling Systems, Inc. 2 Granite Rock Company 3 Striping Graphic Cold in Place Recycling 4", Emulsified Recycling, Cement, Mix Design, Asphalt Emulsion Cold in Place Recycling 4", Emulsified Recycling, Cement, Mix Design, Asphalt Emulsion Striping, Markings & Signs Coastside Concrete & Construction, Inc. Argonaut Constructors; Coastside Concrete & Construction, Inc.; Argonaut Constructors; Granite Construction Company 4 Force Traffic Control Flagging Granite Construction Company 5 Johnson Construction Company Adjust Utilities Granite Construction Company 6 CMC Traffic Control Traffic Control 7 ABSL Construction Cold Plane / Grinding Argonaut Constructors; 8 Bay Line Cutting & Coring Saw Cutting 9 RE Maher Inc. 10 FMG Concrete Work Cold in Place Recycling 4", Emulsified Recycling, Cement, Mix Design, Asphalt Emulsion Argonaut Constructors Granite Construction Company 11

12 G-7.3 Attachment 3 12

13 Attachment 4 G-7.4 Capital Improvement Program Vineyard Road Improvements Project No.: Funded Project Object ive: T o perform pavement maintenance on the Vineyard Road from Sutro Avenue to Wilson Avenue, stripe bicycle lanes where pavement width accommodates, and close sidewalk gaps as approved by City Council. Project Descr ipt ion and Background: This project will consist of comprehensive pavement rehabilitation (4 Cold In-Place Recycling) of the existing roadway with localized dig-outs and patches as needed; inclusion of Class II and Class III bicycle facilities through the project limits where feasible based on pavement width; replacement of any damaged existing curb and gutter; upgrade to ADA curb ramps and accessibility features as mandated; replacement of pavement striping and markings; relocation and/or installation new traffic signs will be included within the project limits. At the February 27, 2018 meeting, City Council approved addition of sidewalk gap closure along the south side of Vineyard Road between Eucalyptus Avenue to the existing sidewalk east of Trumbull Avenue; constr uction of a midblock crosswalk at the Dominic Drive connector and a new sidewalk along the north edge of the "porkchop" island at the intersection of Vineyard Road and Mill Road. Bas is for Cost Estimate: completion. Costs are based on the engineer's estimate of probable cost as of 95% design Bas is for Schedule: Project Development started in 14/15. The project must be submitted for Caltrans Authorization to Proceed with Construction (scheduled for Summer/Fall 2018). Revenue Cons iderat ions: Project Development is funded by Gas Tax, Long Term Maintenance and Restricted Revenue. Construction will be funded by a federal PCA / STP Grant, New SB1 Gas Tax and Long Term Maintenance. Sub Prior to Project Expenditure Objects 18/19 18/19 19/20 20/21 21/22 22/23 Total Proj Develop , ,975 Construction 960 1,631,782 1,631,782 Construction Mgt ,000 70,000 TOTAL 113,975 1,701, ,815,757 Sub Prior to Funding Source Objects 18/19 18/19 19/20 20/21 21/22 22/23 Total Gas Tax (229) ,975 63,975 Infrastructure L-T Maint. (119) ,000 20,000 Infrastructure L-T Maint. (119) ,782 50, ,782 PCA/ STP Fed Grant (234) 960 1,014,000 1,014,000 Restricted Revenue (240) ,000 30,000 Restricted Revenue (240) ,000 20,000 SB1 Gas Tax (229) , ,000 SB1 Gas Tax (229) ,000 50,000 TOTAL 1,215, , ,815,757 CARRYOVER 1,101,782 City of Novato Adopted Budget 2018/19 Page

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

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

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

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

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

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

Petr Skala, Engineer II Christopher J. Blunk, Deputy Public Works Director/City Engineer

Petr Skala, Engineer II Christopher J. Blunk, Deputy Public Works Director/City Engineer STAFF REPORT MEETING DATE: March 28, 2017 TO: FROM: City Council Petr Skala, Engineer II Christopher J. Blunk, Deputy Public Works Director/City Engineer 922 Machin Avenue Novato, CA 94945 415/ 899-8900

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 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

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

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

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

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

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

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

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

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

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

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

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

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

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

Heather Hafer, Senior Management Analyst Kate Whan, Public Works Administrative Manager SAN PABLO SUBDIVISION LANDSCAPE & LIGHTING DISTRICT A-03

Heather Hafer, Senior Management Analyst Kate Whan, Public Works Administrative Manager SAN PABLO SUBDIVISION LANDSCAPE & LIGHTING DISTRICT A-03 I-10 STAFF REPORT MEETING DATE: May 22, 2018 TO: City Council FROM: Heather Hafer, Senior Management Analyst Kate Whan, Public Works Administrative Manager 922 Machin Avenue Novato, CA 94945 (415) 899-8900

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

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

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

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

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

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

PRESENTER: Chris Blunk, Deputy Public Works Director/City Engineer STAFF REPORT MEETING DATE: July 11, 2017 TO: City Council FROM: Chris Blunk, Deputy Public Works Director/City Engineer PRESENTER: Chris Blunk, Deputy Public Works Director/City Engineer 922 Machin Avenue

More information

RECEIVE A REPORT AND APPROVE PROPOSED PUBLIC ENGAGEMENT POLICIES AND PRACTICES FOR THE PUBLIC

RECEIVE A REPORT AND APPROVE PROPOSED PUBLIC ENGAGEMENT POLICIES AND PRACTICES FOR THE PUBLIC J-17 STAFF REPORT MEETING DATE: October 24, 2017 TO: City Council FROM: Russ Thompson, Public Works Director PRESENTER: Russ Thompson, Public Works Director SUBJECT: RECEIVE A REPORT AND APPROVE PROPOSED

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

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

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL North Baker Ave. - City Limits to 23rd St. NE Bid Documents BD-1 To the Board of County Commissioners Douglas County, Washington Gentlemen: North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

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

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT BEFORE YOU CAN PERFORM ANY CONSTRUCTION OR MAINTENANCE WORK IN THE PUBLIC RIGHT-OF-WAY, YOU MUST HAVE A VALID ENCROACHMENT PERMIT ISSUED BY THIS DEPARTMENT This work includes but is not limited to driveway

More information

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: APPLICATION DATE: ADDRESS OF WORK OR ENCROACHMENT: CROSS STREET: STARTING DATE: APN: - - No. Street City/Township ESTIMATED COST: $ COMPLETION

More information

Reviax Constracting Corp. DeSantis Construction

Reviax Constracting Corp. DeSantis Construction Denise Piszkowski, Q.P.A., Purchasing Agent Bid Results for: 2016-B08 Reconstrucion of Preston Drive Submitted By: JTG Construction Black Rock Enterprises Top Line Construction Reviax Constracting Corp.

More information

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

BID TABULATION BID REQUEST NO

BID TABULATION BID REQUEST NO BID TABULATION BID REQUEST NO. 13-1046 1 LOWEST RESPONSIVE BIDDER Dakota Contracting Bidder: Corporation D & G Concrete Bidder: Construction, Inc. Carl V. Carlson Bidder: Company Address: 431 NORTH PHILLIPS

More information

7 31 32 33 34 35 37 38 39 40 41 42 43 A G R E E M E N T Between Morrison County, The City of Pierz and Rich Prairie Sewer and Water District THIS AGREEMENT is made and entered into between Morrison

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

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

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 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

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

Pavlick, Kenneth - DEN Date: :26:57-07'00'

Pavlick, Kenneth - DEN Date: :26:57-07'00' November 21, 2018 PIKES PEAK PARKING RESTORATION CONTRACT NO. 201845783 ADDENDUM NUMBER ONE This Addendum Number One supersedes and/or supplements all portions of the Contract Documents with which it conflicts.

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

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

2. fl Concord REPORT TO MAYOR AND COUNCIL/AGENCY BOARD

2. fl Concord REPORT TO MAYOR AND COUNCIL/AGENCY BOARD AGENDA ITEM NO. 2. fl Concord REPORT TO MAYOR AND COUNCIL/AGENCY BOARD TO THE HONORABLE MAYOR AND COUNCIL: DATE: June 22, 2009 Subiect: ADOPTING RESOLUTION NO. 09-53, APPROVING THE CITY'S REVISED PROPOSITION

More information

MEETING NOTICE. City Council will be held at 5:30 p.m. in the City Council Chambers. located at 305 Third Avenue East.

MEETING NOTICE. City Council will be held at 5:30 p.m. in the City Council Chambers. located at 305 Third Avenue East. CITY OF TWIN FALLS, IDAHO MEETING NOTICE * * * * The Monday, November 19, 2012, regular meeting of the Twin Falls City Council will be held at 5:30 p.m. in the City Council Chambers located at 305 Third

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

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

ADDENDUM No. 1 January 29, Paving Program Village of Milford

ADDENDUM No. 1 January 29, Paving Program Village of Milford ADDENDUM No. 1 2018 Paving Program Village of Milford The following changes, additions, and/or clarifications to the Contract Documents shall be incorporated in said documents and shall be allowed for

More information

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

LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY

LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY January 5, 205 2 Partially Completed Single Family Lots (65' x 5' typical) 46 Completed Townhome Pads (22' x 50' typical) Sale. This letter of intent outlines

More information

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

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

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

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

Carla Hansen, Management Analyst II Peggy Flynn, Public Communications Coordinator Cathy Capriola, Assistant City Manager

Carla Hansen, Management Analyst II Peggy Flynn, Public Communications Coordinator Cathy Capriola, Assistant City Manager STAFF REPORT MEETING DATE: October 27, 2015 TO: FROM: City Council Carla Hansen, Management Analyst II Peggy Flynn, Public Communications Coordinator Cathy Capriola, Assistant City Manager 922 Machin Avenue

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

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

NE WEST KINGSTON ROAD CULVERT REPLACEMENT NE WEST KINGSTON ROAD CULVERT REPLACEMENT KITSAP COUNTY MILE POST 1.28 TO 1.44 PUBLIC WORKS BID TABULATION SECTION PREPARED: BLB LENGTH: 0.16 Mile REVISED: DATE: March 7, 2017 SCHEDULE A - ROADWAY IMPROVEMENTS

More information

County of Sonoma Agenda Item Summary Report

County of Sonoma Agenda Item Summary Report Revision No. 20170501-1 County of Sonoma Agenda Item Summary Report Agenda Item Number: 20 (This Section for use by Clerk of the Board Only.) Clerk of the Board 575 Administration Drive Santa Rosa, CA

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

COUNTY OF LOS ANGELES

COUNTY OF LOS ANGELES COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS JAMES A. NOYES, Director 900 SOUTH FREMONT AVENUE ALHAMBRA, CALIFORNIA 91803-1331 Telephone: (626) 458-5100 ADDRESS ALL CORRESPONDENCE TO: P.O. BOX 1460

More information

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal Page: 1 of 8 (F) Description 1 050000A CONTRACTOR STAKING LS 1 $ $ 2 070030 LEAD COMPLIANCE PLAN LS 1 $ $ 3 080000A POTHOLING LS 1 $ 50,000.00 $ 50,000.00 4 080050 PROGRESS SCHEDULE (CRITICAL PATH METHOD)

More information

CITY OF ELK GROVE CITY COUNCIL STAFF REPORT

CITY OF ELK GROVE CITY COUNCIL STAFF REPORT AGENDA ITEM NO. 8.11 CITY OF ELK GROVE CITY COUNCIL STAFF REPORT AGENDA TITLE: Adopt resolution approving the Rural Roads Shoulder Backing Improvements Project (WRM001) (Re-bid), authorizing the City Manager

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

On-Call Civil Construction Services Project No. MT-GN

On-Call Civil Construction Services Project No. MT-GN Request for Bids On-Call Civil Construction Services - 2016 Project No. MT-GN-2016-13 CIP No. Various Commissioners October 25, 2016 Glen Bachman Tom Stiger Troy McClelland CEO / Executive Director Les

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

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

BID TABULATION. Engineer's Estmated Opinion of Costs

BID TABULATION. Engineer's Estmated Opinion of Costs Street Resurfacing Project - 2018 Rank Vendor Name Total Bid % of Low Bid % of Estimate File 2018-004 Engineer's $ 5,032,397.47 102.11% 100.00% Bid 4529 1 Ajax Paving Industries, Inc $ 4,928,322.54 100.00%

More information

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN by the, State of California, that sealed bids for Work in accordance

More information

EST. UNIT UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS

EST. UNIT UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS BID TAB PROJECT: City of Steamboat Springs / Emerald Park Access & Railroad Crossing Phase I (2017) JOB NO: 1340-067 DATE: 6/15/2017 Oldcastle SW Group, Inc. dba Engineer's Estimate United Companies Native

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

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

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

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

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

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST Applicant shall provide three (3) copies of the following attachments: Geotechnical Report (Soils Report with grading specifications and

More information

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019 TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019 NOTICE TO BIDDERS As a matter of general information, each bidder is encouraged to direct specific attention to each of the points outlined

More information

CITY OF SAN MATEO REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY FOR SAN MATEO VILLAGE NEIGHBORHOOD

CITY OF SAN MATEO REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY FOR SAN MATEO VILLAGE NEIGHBORHOOD CITY OF SAN MATEO REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY FOR SAN MATEO VILLAGE NEIGHBORHOOD REVISED RFQ, NOVEMBER 17, 2009 PRIVATE SEWER LATERAL REPLACEMENT

More information

2014 SEWER REHABILITATION PROJECT. Project #: Bid Date: Tuesday, October 28, 2014

2014 SEWER REHABILITATION PROJECT. Project #: Bid Date: Tuesday, October 28, 2014 Community Development Department Engineering Division 2014 SEWER REHABILITATION PROJECT Cameron and Henderson Area Sewer Project #: 2014-03 Bid Date: Tuesday, October 28, 2014 1. Notice Inviting Bids 2.

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

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

ITEM ESTIMATED UNIT NO. DESCRIPTION QUANTITIES UNIT PRICE AMOUNT 1a COLD MILLING CLASS 3 (Approx.2") 7,386 S.Y. $ $ 1b COLD MILLING CLASS 3 (Approx 3-

ITEM ESTIMATED UNIT NO. DESCRIPTION QUANTITIES UNIT PRICE AMOUNT 1a COLD MILLING CLASS 3 (Approx.2) 7,386 S.Y. $ $ 1b COLD MILLING CLASS 3 (Approx 3- ITEM ESTIMATED UNIT NO. DESCRIPTION QUANTITIES UNIT PRICE AMOUNT 1a COLD MILLING CLASS 3 (Approx.2") 7,386 S.Y. $ $ 1b COLD MILLING CLASS 3 (Approx 3-4") 3,218 S.Y. $ $ 2 ASPHALTIC CONCRETE TYPE SPR 2,619

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

City of San Juan Capistrano Agenda Report. Honorable Mayor and Members of the City Council

City of San Juan Capistrano Agenda Report. Honorable Mayor and Members of the City Council 10/3/2017 E12 City of San Juan Capistrano Agenda Report TO: FROM: Honorable Mayor and Members of the City Council ~jamin Siegel, City Manager SUBMITTED BY: Ste~e May, Public Works and Utilities Director

More information

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

Christopher Blunk, Deputy Director Public Works/City Engineer. PRESENTER: Christopher Blunk, Deputy Director Public Works/City Engineer STAFF REPORT MEETING DATE: April 10, 2018 TO: FROM: City Council Christopher Blunk, Deputy Director Public Works/City Engineer PRESENTER: Christopher Blunk, Deputy Director Public Works/City Engineer 922

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

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER DENVER INTERNATIONAL AIRPORT BID FORMS CONTRACT NAME: Contract No.: 201206054 BID LETTER BIDDER Manager of Aviation City and County of Denver Business Management Services (Procurement) Office Airport Office

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

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F.

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F. TOWN OF MORRISTOWN DEPARTMENT OF PUBLIC WORKS Sidewalk and curb Permit Application Town Code Section 18-2 (No permit or fee required for minor repairs as determined by the Director of Public Works) Location

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

DEPARTMENT OF PUBLIC WORKS BID FORMS FOR

DEPARTMENT OF PUBLIC WORKS BID FORMS FOR DEPARTMENT OF PUBLIC WORKS BID FORMS FOR FFY 2014-15 STREET RESURFACING PROJECT PROJECT NO. 1446 FEDERAL PROJECT NO. STPL 5008(142) (FEDERAL AID CONTRACT) THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE

More information

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Resurfacing projects are among the most common and routine types of projects regularly conducted by highway agencies. When resurfacing projects

More information

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

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

More information

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