ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

Size: px
Start display at page:

Download "ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO"

Transcription

1 ADDENDUM NO 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 as noted below. Those portions of the contract not specifically mentioned in this addendum remain in force. All trades affected shall be fully advised of these changes, deletions, or additions. Substitute pages reflecting changes in the specifications are attached. SPECIFICATIONS ITEM NO. 1 PART A, PAGE A-1. Paragraph 1, Line 1 shall be revised to read: Sealed bids will be received at the office of the City Clerk, City Hall, North Fern Avenue, Lancaster, California, prior to 11:00 a.m. (10:59:59) according to the City Clerk s official Bid clock) on Tuesday, July 11, 2017, and on the same day, or shortly thereafter, they will be publicly opened and read aloud for Public Works Construction Project No , 10 th Street West Gap Closure in Lancaster, California, in accordance with the Specifications and Construction Plans therefor. ITEM NO. 2 PART F, PAGES F-16 through F-19. Bid Schedule, replace pages F-16 through F-19 with revised pages F-16 through F-19, dated June 22, GENERAL/CLARIFICATION ITEM NO. 1 Engineer s Estimate for quantities revised June 22, 2017 is $3,251,889. Marissa Diaz Capital Program Manager City of Lancaster 06/22/17 Date MD:pk

2 BIDDER'S CERTIFICATE 10 TH STREET WEST GAP CLOSURE I acknowledge receipt of Addendum No. 1 and accept the aforementioned conditions. Date Contractor THIS ADDENDUM TO BE NOTED ON PAGE F-2 AND THIS SHEET IS TO BE ATTACHED TO REVISED SHEET F-19 DATED JUNE 22, 2017 AND TURNED IN WITH THE CONTRACTOR'S BID TO THE CITY.

3 100. General a. Insurance and Bonds 1 LS $ $ b. Mobilization/Demobilization 1 LS $ $ c. Traffic Control During Construction 1 LS $ $ d. Demolition (including Clearing & Grubbing) 1 LS $ $ 101. Street Improvements a. Undergrounding Facilities 1 LS $ $ b. 2.5" Asphalt Concrete 14,290 SY $ $ c. 3" Asphalt Concrete 6,810 SY $ $ d. 5" Asphalt Concrete 12,100 SY $ $ e. 13" Aggregate Base 12,100 SY $ $ f. Asphalt Grind (2.5") 14,290 SY $ $ g. Asphalt Grind (3") 6,810 SY $ $ h. Fiberglass Grid Pavement Reinforcing Fabric 6,810 SY $ $ i. Crack Seal and Type II Slurry Seal 15,090 SY $ $ j. PCC Sidewalk, STD ,100 SF $ $ k. PCC Curb, STD (A1-6) 5,010 LF $ $ l. PCC Curb and Gutter, STD (A2-8) 2,500 LF $ $ m. 4" Thick Stamped Concrete 7,450 SF $ $ n. 10" Concrete Retaining Curb 90 LF $ $ o. PCC Curb, 4" (Planter) 49 LF $ $ F-16

4 p. PCC Cross Gutter, STD ,810 SF $ $ q. PCC Concrete Pad (8") 1,625 SF $ $ r. Detectable Warning System (Surface Applied) 7 EA $ $ s. PCC Curb Ramps, Case and Type per Plan 12 EA $ $ t. Bus Turn Out 1 LS $ $ u. PCC Driveway (Commercial) 605 SF $ $ v. Catch Basin, STD (Modified) 3 EA $ $ w. Railtop Box Culvert, per Plan 170 LF $ $ x. Parkway Culvert and Outlet Structure, STD , Inlet/Outlet No. 2 (Modified) 240 LF $ $ y. Adjust Manhole 35 EA $ $ z. Relocate Fire Hydrant 2 EA $ $ aa. Relocate Water Meter 2 EA $ $ bb. Street Lighting 1 LS $ $ cc. Shoulder Grading and Backing 180 LF $ $ dd. Root Pruning 3 EA $ $ ee. Billboard Sign Removal 1 LS $ $ 102. Landscaping and Irrigation 1 LS $ $ 103. Traffic Improvements a. Striping, Signing and Markings 1 LS $ $ b. Traffic Signal 1 LS $ $ F-17

5 c. Vehicle Detection 1 LS $ $ d. Delineators, STD A73C, Class 1, Type G 5 EA $ $ TOTAL BID AMOUNT $ TOTAL BID AMOUNT WRITTEN IN WORDS NOTE: The quantities shown hereon are estimated and are for a comparison of the bids received. Payment will be based on the actual quantities of materials used on the job. The City reserves the right to increase or decrease the amount of the quantities shown. If there is a discrepancy between the numerical and written Total Bid Amount, the Total Bid Amount written in words shall prevail. Pursuant to Section of the California Public Contracts Code, the following method, as indicated by a check mark in the box associated with the statement, shall be used to determine the order of bidders, from lowest to highest. Please note that this method is not used to calculate the bids and does not address issues of responsiveness or responsibility: The lowest bid shall be the lowest bid price on the base contract without consideration prices on the additive or deductive items. The lowest bid shall be the lowest total of the bid prices on the base contract and those additive or deductive items that were specifically identified in the bid solicitation as being used for the purpose of determining the lowest bid. The lowest bid shall be the lowest total of the bid prices on the base contract and those additive or deductive items taken in order from a specifically identified of those items, depending upon available funds as identified in the solicitation. The lowest bid shall be determined in a manner that prevents any information that would identify any of the bidders from being removed to the public entity before ranking of all bidders from lowest to highest has been determined. When no box is marked, the default value of the bid award shall be the lowest bid price on the base contract only, without consideration of the prices on the additive or deductive items. The City of Lancaster reserved the right to add to or deduct from the contract any of the additive or deductive items after the lowest responsible bidder has been determined. F-18

6 PRIME CONTRACTOR: I DECLARE UNDER PENALTY OF PERJURY THAT ALL INFORMATION PROVIDED AND STATEMENTS MADE IN THESE BID DOCUMENTS ARE TRUE AND ACCURATE. NAME OF FIRM SIGNATURE TITLE ADDRESS CITY STATE ZIP TELEPHONE NUMBER LICENSE NO./CLASS/EXP. DATE F-19

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

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

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

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

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

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

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

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

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

Addendum 1 Downtown North CRA Sidewalks

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

More information

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

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

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

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

REPLACEMENT OF MERCER COUNTY BRIDGE

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

More information

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

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

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 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 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

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

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 J. Blunk, Deputy Public Works Director / City Engineer

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

More information

Certified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University

Certified 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 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

City of Lynwood. Public Works Department

City of Lynwood. Public Works Department City of Lynwood STREET REHABILITATION PROJECT LINDEN STREET FROM MARTIN LUTHER KING JR. BOULEVARD TO SANBORN AVENUE VIRGINIA AVENUE FROM SANBORN AVENUE TO MARTIN LUTHER KING JR BOULEVARD ELMWOOD AVENUE

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

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

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

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

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

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

More information

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

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

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

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

Sunset Street West Sidewalk Projects Opinion of Anticipated Construction Costs March 12, 2012 Project Summary. Project List

Sunset Street West Sidewalk Projects Opinion of Anticipated Construction Costs March 12, 2012 Project Summary. Project List Project Summary Project List Anticipated Construction Cost 1 Sunset/Benton Intersection: Curb Ramp and Sight Distance Improvements $ 18,700 2 Sunset/Oakcrest Intersection: West Right-of-Way Drainage Improvements

More information

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

Honorable Mayor and Members of the City Council

Honorable Mayor and Members of the City Council TO: ATTENTION: FROM: Honorable Mayor and Members of the City Council Jeffrey L. Stewart, City Manager Len Gorecki, Director of Public Works Philip Wang, Associate Engineer SUBJECT: Consideration and possible

More information

TAUSSIG. Annual Report Fiscal Year City of Irvine Community Facilities District No (Great Park) & Associates, Inc.

TAUSSIG. Annual Report Fiscal Year City of Irvine Community Facilities District No (Great Park) & Associates, Inc. DAVID TAUSSIG & Associates, Inc. Annual Report Fiscal Year 2016-2017 City of Irvine Community Facilities District No. 2013-3 (Great Park) September 26, 2017 Public Finance Public Private Partnerships Urban

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

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

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

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

More information

CITY OF DEERFIELD BEACH Request for City Commission Agenda

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

More information

TOTAL QUANTITY UNIT COST UNIT

TOTAL 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 information

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California 93030 Tel 805.385.880 OXNARD WASTEWATER TREATMENT PLANT MAIN ELECTRICAL BUILDING TRANSFORMER REPLACEMENT PROJECT

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

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

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

More information

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

TAUSSIG. Annual Report Fiscal Year City of Irvine Community Facilities District No (Great Park) & Associates, Inc.

TAUSSIG. Annual Report Fiscal Year City of Irvine Community Facilities District No (Great Park) & Associates, Inc. DAVID TAUSSIG & Associates, Inc. Annual Report Fiscal Year 2014-2015 City of Irvine Community Facilities District No. 2013-3 (Great Park) October 27, 2015 Public Finance Public Private Partnerships Urban

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

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

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

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT

ITEM 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 information

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

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

More information

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

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

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

More information

CITY OF MISSION VIEJO PUBLIC WORKS FEE SCHEDULE

CITY OF MISSION VIEJO PUBLIC WORKS FEE SCHEDULE CITY OF MISSION VIEJO PUBLIC WORKS FEE SCHEDULE GENERAL INSTRUCTIONS 1. This pamphlet lists services available or required to process your project and fees or charges for these services. 2. Fees or deposits

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

City of Dade City Beauchamp Ave Drainage Improvements CDBG Contract #: 17DB-OL N19 City Project #: 1603ST

City 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 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

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 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

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

CITY OF TAMPA ADDENDUM 2. April 18, 2018

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

More information

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

BID FORM. PROJECT: 2017 Water line replacement

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

More information

SUTTER BUTTER FLOOD CONTROL AGENCY FEATHER RIVER WEST LEVEE PROJECT PROJECT C, CONTRACT NO C BID TABULATION

SUTTER 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 information

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012

BID 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 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

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

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

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

MEANDER WAY RECONSTRUCTION

MEANDER WAY RECONSTRUCTION Contract No. E14-091 File No. 1784 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT

More information

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

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

More information

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

PART A ROADWAY - BASE BID

PART 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 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

CITY-TIF COMMISSION EXPENSES Cost Description Project Cost Data Reimbursable From Public Funds Developer Equity COST TIF Super TIF State TIF CID SCTC PRIVATE I. Legal $ 750,000 $ 750,000 $ - $ - $ - $

More information

Street Excavation Permit

Street Excavation Permit Street Excavation Permit Application Checklist & Submission Package This document and all attachments are provided as assistance to persons seeking certain approvals and permits as required by various

More information

PROJECT COST. Prepared for City of Burlington, Iowa Downtown/Riverfront Revitalization Project

PROJECT COST. Prepared for City of Burlington, Iowa Downtown/Riverfront Revitalization Project PROJECT COST Prepared for City of Burlington, Iowa Downtown/Riverfront Revitalization Project City of Burlington Downtown/Riverfront Revitalization Project TIGER Grant Budget Date: 4/29/2016 Project Budget

More information

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

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

More information

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

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

More information

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

Exhibit 4 Page 1 of 8

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

More information

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

CONTRACT TIME DETERMINATION

CONTRACT TIME DETERMINATION CONTRACT TIME DETERMINATION MISSOURI DEPARTMENT OF TRANSPORTATION March 15, 2004 DEFINITIONS Calendar Day: Any day shown on the calendar beginning and ending at midnight. Working Day: A calendar day during

More information

Hanby to First Water Line Replacement

Hanby to First Water Line Replacement City of Bishop, California Bidding Information and Contract Documents for Hanby to First Water Line Replacement in the City of Bishop, County of Inyo, California 8 August 2017 Approved: David Grah Director

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the 2013 purchase of waterborne traffic marking paint For the City of Galesburg, IL

More information

STRAIGHT STRIPE PAINTING, INC. 22b Remove Pavement Markings with Sand Blasting Per Hour 1 $ $ $ $

STRAIGHT STRIPE PAINTING, INC. 22b Remove Pavement Markings with Sand Blasting Per Hour 1 $ $ $ $ PAVEMENT MARKING STRAIGHT STRIPE PAINTING, AMERICAN PAVEMENT MARKING, LLC ITEM UNIT TOTAL UNIT TOTAL NUMBER DESCRIPTION UNIT QUANTITY COST AMOUNT COST AMOUNT 1 Mobilization L.S. 3 $ 400.00 $ 1,200.00 $

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

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements Sealed bids will be received at Kearney City Hall, Kearney, Missouri, 100 East Washington, Kearney, MO 64060, on or before 2:00

More information

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU # VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page

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

Patchogue Road Culvert Crossing IFB ADDENDUM #1 07/13/2015. Addendum #1 addresses the questions submitted by contractors.

Patchogue 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 information

DOCUMENT PROJECT MANUAL. for PORT OF STOCKTON PORT ROAD 23 IMPROVEMENTS PROJECT EAST COMPLEX, PORT OF STOCKTON STOCKTON, CA

DOCUMENT PROJECT MANUAL. for PORT OF STOCKTON PORT ROAD 23 IMPROVEMENTS PROJECT EAST COMPLEX, PORT OF STOCKTON STOCKTON, CA DOCUMENT 00001 PROJECT MANUAL for PORT OF STOCKTON PORT ROAD 23 IMPROVEMENTS PROJECT at EAST COMPLEX, PORT OF STOCKTON STOCKTON, CA Juan G. Villanueva 2201 W. Washington Street P.O. Box 2089 Stockton,

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

BOONE COUNTY, ILLINOIS

BOONE COUNTY, ILLINOIS BOONE COUNTY, ILLINOIS Bid Requirements for RCI-16-06 (Bid Number) Material(s) or Services: 1. Seal Coating at the Logan Avenue Campus Parking Lot. 2. Crack Filling at the Logan Avenue Campus Parking Lot.

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

NOTICE TO CONTRACTORS

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

More information