Addendum 1 Downtown North CRA Sidewalks
|
|
- Meryl Nichols
- 5 years ago
- Views:
Transcription
1 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 OR CONTACT JULIE YOUNG AT THE CITY, , PRIOR TO PROPOSAL OPENING TO RECEIVE A LISTING OF ALL ADDENDA. THE FOLLOWING NOTICE IS ISSUED BY THIS ADDENDUM: 1. The Due Date remains Tuesday, January 17, 2017 by 2:00 p.m. local time at the Purchasing Office, 519 E. 7th Street, Panama City, Florida, Pre-bid meeting sign-in sheet and meeting notes are attached. 3. Revise sheets 56 and 59 for 9 th Street (Alt Bid) are attached. These sheets revise the angle of the culvert extension, the headwall length, and the water line replacement. 4. Revised Bid Schedule is attached for 9 th Street Alt. This schedule revises the culvert/headwall concrete line item to LS, revises the 6 white thermo striping line item to LF, and adds line items for the optional 6 line stops and HDPE WL. Note that the HDPE line item includes connections to the existing WL. 5. Revised bid schedules for Hamilton and Mercedes are attached. Sidewalk area and valve box adjustment quantities have been revised. End of Addendum 1 Page 1 of 1
2 DT North CRA Pre-Bid Meeting Notes Tuesday, January 3, :00 am; City Hall Conference Room Bid date is Jan. 17 th at 2:00pm. We go by the Purchasing Office clock. Pre-bid meetings are not mandatory. Ty Farris will be the inspector on this project. Make sure you are pre-qualified you have until Jan. 5 th at 5:00pm. If you were already prequalified make sure it has not expired. They expire after 3 years. Concrete Flat Work Days of Completion is set for 180 days, there is a $500 on liquidated damages if you do not meet that completion date. The Proposal is unit price it is the contractors job to familiarize himself with the site work and work required. No work shall be done on weekends and holidays. If there is an addendum needed it will be posted by Friday January 13 th. FDOT Permit has been issued for this project and there was no stormwater permit needed for the 9 th St culvert extension on 9 th St. Add/Alt. Local Preference applies to this project Six streets are to be priced individually; city will determine if all or fewer than six (and which ones) will be constructed pending available funding Follow FDOT Specifications as amended by Special Provisions Finish soil layer is called for in plans/specs, even where sod is called for. Be advised that this may be a VE discussion item once bids are received, but is required for the bids Irrigation system adjustments are contractor responsibility. Include in applicable line item(s) City will determine if water meters are to be relocated instead of adjusted to final grade. If change is made it will be via addendum. Questions? Concrete psi Plans call out per FDOT Specs.
3
4 Summary of Pay Items Downtown North CRA Sidewalk Project - E. 9th St. Add/Alt Drawing name: J:\P16802\Roadway\East 9th Street\Roadway\SUMQRD01 - ADD-ALT 9th st..dwg Jan 12, :07pm jlofaso No. Date Revision SHEET NO NOTE TO CONSTRUCT HEADWALL PER INDEX 251 SHEET NO NOTE TO MATCH EXIST. HEADWALL ANGLE AT CONNECTION SHEET NO REV. 6" DIP REALIGNMENT PER COMMENT SHEET NO ADDED QUANTITIES FOR UTILITY PIPE AND LINE STOPS ITEM NO. PAY ITEM DESCRIPTION UNIT QUANTITY MOBILIZATION LS MAINTENANCE OF TRAFFIC LS SEDIMENT BARRIER LF CLEARING & GRUBBING AC MAILBOX, RELOCATE EA REGULAR EXCAVATION CY EMBANKMENT CY PREPARED SOIL LAYER, FINISH SOIL LAYER, 6" SY CONCRETE, CLASS III (BOX CULVERT AND HEADWALL) LS INLETS, CURB, TYPE P-3, <10' EA INLETS, CURB, TYPE J-2, <10' EA INLETS, CURB, TYPE J-3, <10' EA MANHOLE, P-7, PARTIAL EA VALVE BOX, ADJUST EA PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 18" SD LF PIPE HANDRAIL - GUIDERAIL, ALUMINIUM LF CONCRETE CURB AND GUTTER, TYPE F LF CONCRETE, 4" THICK SY CONCRETE, 6" THICK SY DETECTABLE WARNINGS SF PERFORMANCE TURF, SOD SY STD-OP, WHITE, SOLID, 6" LF UTILITY PIPE, POLYETHYLENE, F&I, WATER/SEWER, 6" LF UTILITY FIXTURE - LINE STOP ASSEMBLY, FURNISH AND INSTALL, 6" EA 2 By No. Date Revision By A Full Service A & E Firm Offices In: 5 Florida Architects M / E / P Puerto Rico Engineers Planners Connecticut 6 Environmental Surveyors Maryland ArchitectsTraffic/Transportation Texas SHEET NO REVISED UNITS FOR CONCRETE AND STRIPING SHEET NO ADDED BEGINNING AND END HEADWALL STATIONING Designed by: KRL Date: 1/12/2017 Drawn by: JS/CJT/ Scale: AS NOTED Checked by: JLT Approved by: Job No. KRL P16802 C 2017 Downtown CRA Sidewalk Project Panama City, Florida Plans Prepared By: CPH, Inc C W. 23rd St. Panama City, FL Ph: Licenses: Eng. C.O.A. No Arch. Lic. No. AA Survey L.B. No Landscp. Lic. No. LC KURT R. LUMAN, JR., P.E. FL P.E. No PLAN FINAL E. 9th St. Add/Alt Summmary of Pay Items Sheet No. 56
5 N S TH STREET S-102 CR-G McKENZIE AVENUE 27 9TH STREET S-102 Drawing name: J:\P16802\Roadway\East 9th Street\Roadway\PLANRD01(A) - 9th Add Alt.dwg Jan 12, :52pm jlofaso No. Date Revision SHEET NO NOTE TO CONSTRUCT HEADWALL PER INDEX 251 SHEET NO NOTE TO MATCH EXIST. HEADWALL ANGLE AT CONNECTION SHEET NO REV. 6" DIP REALIGNMENT PER COMMENT SHEET NO ADDED QUANTITIES FOR UTILITY PIPE AND LINE STOPS By No. Date Revision By A Full Service A & E Firm Offices In: 5 Florida Architects M / E / P Puerto Rico Engineers Planners Connecticut 6 Environmental Surveyors Maryland ArchitectsTraffic/Transportation Texas SHEET NO REVISED UNITS FOR CONCRETE AND STRIPING SHEET NO ADDED BEGINNING AND END HEADWALL STATIONING Designed by: KRL Date: 1/12/2017 Drawn by: JS/CJT/ Scale: AS NOTED Checked by: JLT Approved by: Job No. KRL P16802 C 2017 Downtown CRA Sidewalk Project Panama City, Florida Plans Prepared By: CPH, Inc C W. 23rd St. Panama City, FL Ph: Licenses: Eng. C.O.A. No Arch. Lic. No. AA Survey L.B. No Landscp. Lic. No. LC KURT R. LUMAN, JR., P.E. FL P.E. No E. 9th St. ADD/ALT Plan Sheet Sheet No. 59
6 ITEM NO. Downtown North CRA Sidewalk Project E. 9 th St. Add/Alt PAY ITEM DESCRIPTION UNIT QUANTITY PLAN UNIT COST COST MOBILIZATION LS 1 $ $ MAITENANCE OF TRAFFICE LS 1 $ $ SEDIMENT BARRIER LF 289 $ $ CLEARING & GRUBBING AC 1 $ $ MAILBOX, RELOCATE EA 1 $ $ REGULAR EXCAVATION CY 70 $ $ EMBANKMENT CY 356 $ $ PREPARED SOIL LAYER, FINISH SOIL LAYER, 6 SY 593 $ $ CONCRETE, CLASS III (BOX CULVERT AND HEADWALL LS 1 $ $ INLETS, CURB, TYPE P-3, <10 EA 1 $ $ INLETS, CURB, TYPE J-2, <10 EA 1 $ $ INLETS, CURB, TYPE J-3, <10 EA 1 $ $ MANHOLE, P-7, PARTIAL EA 4 $ $ VALVE BOX, ADJUST EA 1 $ $ PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 18 SD LF 220 $ $ PIPE HANDRAIL GUIDERAIL, ALUMINUM LF 42 $ $ CONCRETE CURB AND GUTTER, TYPE F LF 801 $ $ CONCRETE, 4 THICK SY 432 $ $ CONCRETE, 6 THICK SY 283 $ $ DETECTABLE WARNINGS SF 49 $ $ PERFORMANCE TURF, SOD SY 593 $ $
7 STD-OP, WHITE, SOLID, 6 LF 27 $ $ LINE STOP EA 2 $ $ HDPE DR 11 (ISP)* LF 80 $ $ SUBTOTAL COST $ Includes connections to existing 6 WL. BID SUMMARY TABLE STREET SUBTOTAL COST GRACE AVE. $ LOUISIANA AVE. $ MAGNOLIA AVE. $ HAMILTON AVE.E. $ MERCEDES AVE. $ 9 TH ST. $ E. 9 TH ST. ADD/ALT $ TOTAL BID $ In words dollars and cents
8 ITEM NO. Downtown North CRA Sidewalk Project Hamilton Ave. PAY ITEM DESCRIPTION UNIT QUANTITY PLAN UNIT COST COST MOBILIZATION LS 1 $ $ MAINTENANCE OF TRAFFIC LS 1 $ $ SEDIMENT BARRIER LF 952 $ $ REMOVAL OF EXISTING CONCRETE SY 213 $ $ MAILBOX, RELOCATE SINGLE EA 10 $ $ REGULAR EXCAVATION CY 104 $ $ EMBANKMENT CY 14 $ $ PREPARED SOIL LAYER, FINISH SOIL LAYER, 6 SY 2,023 $ $ VALVE BOXES, ADJUST EA 2 $ $ CONCRETE CURB & GUTTER, TYPE F LF 74 $ $ CONCRETE, 4 THICK SY 485 $ $ CONCRETE, 6 THICK SY 432 $ $ DETECTABLE WARNINGS SF 140 $ $ PERFORMANCE TURF, SOD SY 2,023 $ $ STD, WHITE, SOLID, 12 LF 316 $ $ STD, WHITE, SOLID, 24 LF 11 $ $ $ $ SUBTOTAL COST $ Page 24 of 68
9 ITEM NO. Downtown North CRA Sidewalk Project Mercedes Ave. PAY ITEM DESCRIPTION UNIT QUANTITY PLAN UNIT COST COST MOBILIZATION LS 1 $ $ MAINTENANCE OF TRAFFICE LS 1 $ $ INLET PROTECTION SYSTEM EA 7 $ $ CLEARING & GRUBBING AC 1 $ $ REMOVAL OF EXISTING CONCRETE SY 221 $ $ MAILBOX, RELOCATE EA 5 $ $ REGULAR EXCAVATION CY 237 $ $ EMBANKMENT CY 14 $ $ PREPARED SOIL LAYER, FINISH SOIL LAYER, 6 SY 2,181 $ $ CONCRETE CLASS NS, GRAVITY WALL CY 6 $ $ INLETS, CURB, TYPE P-5, PARTIAL EA 2 $ $ VALVE BOX, ADJUST EA 4 $ $ CONCRETE CURB & GUTTER, TYPE F LF 215 $ $ CONCRETE, 4 THICK SY 1,047 $ $ CONCRETE, 6 THICK SY 416 $ $ DETECTABLE WARNINGS SF 154 $ $ FENCING, WOOD FENCE, , RESET EXISTING LF 110 $ $ FENCING, VINYL FENCE, , RESET EXISTING LF 130 $ $ PERFORMANCE TURF, SOD SY 2,181 $ $ SINGLE SIGN POST, RELOCATE AS 4 $ $ STD, WHITE, SOLID, 12 LF 374 $ $ STD, WHITE, SOLID, 24 LF 55 $ $ SUBTOTAL COST $ Page 25 of 68
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 informationJANUARY 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 informationBid 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 information19th & 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 informationADDENDUM 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 informationBID 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 informationAVERAGE 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 informationBIDDER'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 information69889/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 informationBID 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 informationREPLACEMENT 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 informationOKLAHOMA TURNPIKE AUTHORITY
PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 70,000.00 $70,000.00 $ 15,735.00 $ 15,735.00 $ 60,000.00 $ 60,000.00 $ 25,000.00 $ 25,000.00 $ 20,000.00 $ 20,000.00 201(A) CLEARING & GRUBBING
More informationOKLAHOMA 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 informationMunilla Construction HOOD RD., E. OF FLORIDA'S TURNPIKE TO W. OF CENTRAL BLVD. AND HOOD RD. & CENTRAL
JW Cheatham, ROADWAY 1 MOBILIZATION 1.0 LS $ 1,350,116.25 $ 906,000.00 $ 1,233,000.00 $ 1,233,000.00 $ 1,159,208.36 $ 1,159,208.36 $ 1,451,835.00 $ 1,451,835.00 $ 1,556,421.65 $ 1,556,421.65 2 MAINTENANCE
More informationRANCHERO 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 informationITB-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 informationDORAN 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 informationRock 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 informationDepartment 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 informationALVAREZ 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 informationBID PROPOSAL ANNUAL PATHWAY & MINOR CONSTRUCTION CONTRACT PBC PROJECT #
ENGINEERS Wynn & Sons Envir. ESTIMATE Construction, Inc. 1 Emergency Response, Less than 6 Hours 10 EA $ 50.00 $ 50.00 $ 500.00 2 Emergency Response, 6 Hours to 24 Hours 20 EA $ 50.00 $ 50.00 $ 1,000.00
More informationADDENDUM #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 informationNE 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 informationCITY 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 informationCITY 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 informationCITY 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 informationSandalfoot Blvd. & SR 7 and SW 3rd St. & SR 7 Bridge Replacements WEEKLEY ASPHALT PAVING, INC. KIEWIT INFRASTRUCTURE CO. RUSSELL ENGINEERING
ROADWAY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 BRIDGE 37 38 39 40 41 42 43 REGULAR PAY Mobilization 1 LS $ 424,200.00 $ 238,930.61 $ 445,000.00
More information33 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 information2012 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 informationSunset 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 informationFailure 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 informationCertified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University
Base Bid - Parking Lot Construction Number Grading and Surfacing Items Quantity Unit C-1 Mobilization 1 LS $ 60,000.00 $ 60,000.00 $ 82,000.00 $ 82,000.00 $ 18,255.59 $ 18,255.59 C-2 Traffic Control 1
More informationSUTTER BUTTER FLOOD CONTROL AGENCY FEATHER RIVER WEST LEVEE PROJECT PROJECT C, CONTRACT NO C BID TABULATION
Bid Schedule A - Feather River West Levee Project C Improvements No. Item Description Quantity Unit Nordic/Magnus Pacific JV Engineer's Estimate Unit Price Total Price Unit Price Total Price A1 Injury
More information2015 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 informationExhibit 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 informationBID 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 informationNOTICE OF AWARD OF CONTRACT S.R. 408/S.R.417 INTERCHANGE IMPROVEMENTS PHASE 1. Project No. 253F Contract No
NOTICE OF AWARD OF CONTRACT S.R. 408/S.R.417 INTERCHANGE IMPROVEMENTS PHASE 1 Project No. 253F Contract No. 001118 October 8, 2015 Bids for this project were received and opened on September 16, 2015,
More informationPART A ROADWAY - BASE BID
May 10, 2016 HEB-MC-61 PART A ROADWAY - BASE BID 202(A) - UNCLASSIFIED EXCAVATION - CY 34,946.00 $ 6.00 209,676.00 $ 7.98 $ 278,869.08 205(A) - TYPE A-SALVAGED TOPSOIL - LSUM 1.00 $ 22,500.00 $ 22,500.00
More informationENGINEER'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 information2012 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 information2011 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 informationRFB Addendum 3
Yes GENERAL CONDITIONS 1.00 MOBLIZATION AND DEMOBILIZATION 1 LS $ 293,750.00 $ 293,750.00 1.01 STORMWATER POLLUTION PREVENTION PLAN (INCLUDES EROSION CONTROL AND SEDIMENT IMPLEMATION PLAN) 1.02 STORMWATER
More informationCITY 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 informationUtility 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 informationTOTAL QUANTITY UNIT COST UNIT
BASE BID DIVISION 1 - GENERAL 1 1070-206-A-0 TRAFFIC CONTROL LS 1 $ 10,000 $ 10,000 $3,000.00 $3,000.00 $5,600.00 $5,600.00 2 2010-108-B-0 CLEARING AND GRUBBING AC 5 $ 9,000 $ 45,000 $7,192.50 $35,962.50
More informationCrushed 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 informationReviax 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 informationSubject: 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 informationCity of Dade City Beauchamp Ave Drainage Improvements CDBG Contract #: 17DB-OL N19 City Project #: 1603ST
CONTRACT DOCUMENTS For City of Dade City Beauchamp Ave Drainage Improvements CDBG Contract #: 17DB-OL-08-61-02-N19 City Project #: 1603ST Located in the City of Dade City (Pasco County), Florida Client:
More informationCITY 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 informationCECIL 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 informationNorth 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 informationCITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018
CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex 2017-2018 April 4, 2018 Great Basin Engineering CLEARING EARTHWORK 1 337.01200 Mobilization @ Per Lump Sum 1 LS $445,350.00 $ 445,350.00 $481,768.00
More informationFuel 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 informationEST. 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 informationSUBDIVISION 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 informationADDENDUM 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 informationOKLAHOMA TURNPIKE AUTHORITY
PART A - BASE BID 106 QUALITY CONTROL & ACCEPTANCE LSUM 1.00 $ 250,000.00 $250,000.00 $ 240,978.56 $ 240,978.56 260,000.00 $ 260,000.00 201(A) CLEARING & GRUBBING LSUM 1.00 $ 30,000.00 $30,000.00 $ 17,188.20
More information8 EA $ 1, $ $ 1, $ 8, $ 1, $ 8, EA $ 6, $6, $ 7, $ 7, $ 5, $ 5,445.
Palmetto Park Road, SW 7th AVE. To SW 5th Avenue LWDD E4 (E Rio) Canal ENGECON CONSTRUCTON RUSSELL ENGNEERNG TEM# TEM DESCRPTON QTY UNTS Total Total ROADWAY TEMS 5 Regular Excavation 937 CY $ 14.28 $17.52
More informationFALCON 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 informationPatchogue Road Culvert Crossing IFB ADDENDUM #1 07/13/2015. Addendum #1 addresses the questions submitted by contractors.
Patchogue Road Culvert Crossing IFB 2015-03 ADDENDUM #1 07/13/2015 Addendum #1 addresses the questions submitted by contractors. Q1: Bid Item shows 22 LF of 60 RCP but plans show 27 LF, please clarify.
More informationBID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012
Page 1 BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO. 87786 BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012 ROADWAY 1 201 CLEARING AND GRUBBING 1 LUMP $4,500.00 $4,500.00 $10,016.00
More informationAnnual Services Construction Contract (ASCC) #15 Project Number: PUCN
Annual Services Construction Contract (ASCC) #15 Project Number: PUCN-16-0023 Engineer's Estimate Inlet Construction, Inc. Peters & White Construction Inc. Worley Turf & Irrigation Inc. East West Construction
More informationJob No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL
Date: BID PROPOSAL PROPOSAL OF A corporation A partnership consisting of An individual doing business as THE SAN ANTONIO WATER SYSTEM Pursuant to Instructions and Invitations to Bidders, the undersigned
More information1 DEPARTMENT MAKING REQUEST 2 MEETING DATE 4 AGENDA 5 IS THIS ITEM BUDGETED ( IF APPLICABLE ) -
Charlotte County Board Of County Commissioners Agenda Item Summary Item Number: R- 5 1 DEPARTMENT MAKING REQUEST 2 MEETING DATE Purchasing 6/24/2014 9:00:00 AM 3 REQUESTED MOTION/ACTION Award Bid #14-209
More informationCity 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 informationRegular. 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 informationADDITIONS, 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 informationSolicitation 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 informationITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT
Engineering Estimate R. D. Johnson Excavating Co., Inc 1 Mobilization Lump Sum 1 $ 85,000.00 $ 85,000.00 $ 18,000.00 $ 18,000.00 2 Contractor Construction Staking Lump Sum 1 $ 15,000.00 $ 15,000.00 $ 8,760.00
More informationSECTION 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 informationNorthumberland County County Road 2 Class Environmental Assessment Construction Cost Estimate
Date: Nov 12, 2012 Page: A - 1 CPR Bridge Rehabilitation - Construction Phase I Rehabilitation of C.P. Bridge L.S. $ 1,400,000.00 $ 1,400,000.00 SUBTOTAL $ 1,400,000.00 Engineering and Contingency (25%)
More informationOpinion of Probable Cost
Appendix E Opinion of Probable Cost 01054/8410233/14/Rohner_Alt_Analysis_Report Rohner Creek Flood Control, Habitat and Seismic Improvement Project Alternatives Analysis Cost Alternative 1: Improved Channel
More informationCONTRACT 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 informationCITY 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 informationLETTER 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 informationNAME OF CONTRACTOR CONTRACTORS ADDRESS Buffalo Road th ave Ct SW Walcott, IA North Liberty, IA
Unit BID ITEMS 1 1070-206-A-3 TRAFFIC CONTROL 0.5 0.5 1 LS $ 2,200.00 $ 2,200.00 $ 2,800.00 $ 2,800.00 $ 2,688.00 $ 2,688.00 $ 2,500.00 $ 2,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 2 2010-108-C-0
More informationFor 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 informationBID 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 informationEngineer'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 informationCITY 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 informationJob 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 informationCITY 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 informationREQUEST 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 informationBID 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 informationPRELIMINARY DESIGN OF AIRFIELD COMPONENTS (25%) ESTIMATE OF PROBABLE CONSTRUCTION COST
PRELIMINARY DESIGN OF AIRFIELD COMPONENTS (25%) ESTIMATE OF PROBABLE CONSTRUCTION COST Table of Contents 1. Introduction...2 2. Scope of Estimate...2 3. Subpackage Breakout....2 4. Assumptions Used in
More informationCITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT
CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading,
More informationNOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 CHANGES TO PROPOSAL OR PLANS
NOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 This Addendum changes the terms of the Bid Proposal and/or plans associated with the project indicated below. By submitting a bid, any and all
More informationMarket Street Gateway Improvements Phase 1
PROPOSAL FORM Market Street Gateway Improvements Phase 1 CITY OF PORTSMOUTH, N.H. To the City of Portsmouth, New Hampshire, herein called the Owner. The undersigned, as Bidder, herein referred to as singular
More informationThe 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 informationPUBLIC 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 informationPreliminary Budget Cost Estimate-Raft Island RIIA Roads 26952 SY Construction Items Budget Preliminary Temporary Erosion Control/Miscellaneous Work $ 18,500.00 Traffic Control $ 10,000.00 Pulverizing $
More informationA DESIGN-BUILD PROJECT
Price Proposal A DESIGN-BUILD PROJECT Fall Hill Avenue Widening and Mary Washington Boulevard Extension From: 0.12 Miles West of Gordon W. Shelton Boulevard To: Route 1 at Mary Washington Boulevard Fredericksburg,
More informationAWARD 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 informationWhat are Capital Reserves?
Capital Reserves What are Capital Reserves? A separate account set up by the Association to fund large, non-annual repairs Stormwater pond repair, dredging and drainage improvements Fence repair, retaining
More informationREPLACEMENT RESERVE REPORT FY 2019 SANCTUARY AT FALSE CAPE. Prepared for: Ms. Rebecca Beamon
SANCTUARY AT FALSE CAPE REPLACEMENT RESERVE REPORT FY 2019 SANCTUARY AT FALSE CAPE REPLACEMENT RESERVE REPORT FY 2019 Prepared for: SANCTUARY AT FALSE CAPE Ms. Rebecca Beamon 3700 Sandpiper Road Virginia
More informationLETTING : 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 informationCOUNTY 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 information3\1:s11, Date. Agenda Item is over 50 pages; may be viewed in the Minutes Department. Agenda Item #: 3-C-7
Recommended by:./4 J ). {J...Jv.l Department Director 3\1:s11, Date Agenda Item is over 50 pages; may be viewed in the Minutes Department Agenda Item #: 3-C-7 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS
More informationRight 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