CITY OF DEERFIELD BEACH Request for City Commission Agenda

Similar documents
CITY OF DEERFIELD BEACH Request for City Commission Agenda

CITY OF DEERFIELD BEACH Request for City Commission Agenda

CITY OF DEERFIELD BEACH Request for City Commission Agenda

CITY OF DEERFIELD BEACH. Request for City Commission Agenda

Request for City Commission Agenda

Request for City Commission Agenda

CITY OF DEERFIELD BEACH Request for City Commission Agenda

Request for City Commission Agenda

Addendum 1 13 TH Street Streetscape. September 1, 2017

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

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

City of Newnan, Georgia

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

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

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

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

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

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

SAN RAFAEL CITY COUNCIL AGENDA REPORT

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

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

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

Addendum 1 Downtown North CRA Sidewalks

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

LETTING : CALL : 056 COUNTIES : MILLE LACS

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

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

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

CITY OF TAMPA ADDENDUM 2. April 18, 2018

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

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

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

SUBDIVISION IMPROVEMENTS AGREEMENT

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS

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

Exhibit 4 Page 1 of 8

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

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

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

CITY OF DEERFIELD BEACH Request for City Commission Agenda

Department of Public Works Engineering

REQUEST FOR PROPOSAL. Concrete Work at Grand Ravines County Park

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.

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

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

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

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

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

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

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

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

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

City of Palmer Action Memorandum No

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

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

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

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

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

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

Engineer's Preliminary Estimate - 100% Submittal

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

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

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

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

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

THIS SECTION INTENTIONALLY LEFT BLANK

Utility Committee Meeting AGENDA. October 3, 2017

CANTON COMMUNITY REQUEST FOR BOARD ACTION

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

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

BID FORM. PROJECT: 2017 Water line replacement

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

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

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

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

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

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

Right of Way Permits. Contact Information:

Rock Chalk Park - Infrastructure Report. July 2013

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

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

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

PORT OF EVERETT SECTION Insert Project Name in CAPS

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

CITY OF SIGNAL HILL Cherry Avenue Signal Hill, CA

Bidding with the City

REPLACEMENT OF MERCER COUNTY BRIDGE

INVITATION TO BID (ITB)

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

OKLAHOMA TURNPIKE AUTHORITY

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

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

Mainelli Wagner & Associates, Inc.

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

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

Transcription:

Item: CITY OF DEERFIELD BEACH Request for City Commission Agenda Agenda Date Requested: 7/10/2012 Contact Person: Charles DaBrusco, P.E., Director of Environmental Services Description: Award of contract to Southeastern Engineering Contractors, Inc. for construction of the SW 15 Street Roadway Improvements Project, in accordance with the terms and conditions of Bid. 2011-12/24 City Project. 11264-P Fiscal Impact: $131,360.22. (CDBG Funded) Budget Line Item Number and Title: 106-8000-541-60-44 & 107-8000-541-60-44 (SW 15 Street). Required Attachment: A Cover Memo from the Department Head to the City Manager further describing the request and providing back-up information and documents. THIS SECTION RESERVED FOR PROCESSING OF THE REQUEST Ordinance X Resolution Consent Agenda Agenda Item Type Presentation Written Request Public Hearing Public Hearing Second Reading Quasi-Judicial Public Hearing X General Item Comments: ITEM APPROVED FOR THE AGENDA: Keven Klopp 7/5/12 Signature Date

RESOLUTION NO. 2012/ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DEERFIELD BEACH, FLORIDA APPROVING AWARD OF BID #2011-12/24 TO SOUTHEASTERN ENGINEERING CONTRACTORS, INC. IN AN AMOUNT NOT TO EXCEED $$131,360.22 FOR THE SW 15 TH STREET ROADWAY IMPROVEMENTS PROJECT WHEREAS, on June 13, 2012 58 invitation letters were sent to the appropriate City registered vendors via e-mail, facsimile or USPS for the SW 15 th Street Roadway Improvements Project; and WHEREAS, on July 3, 2012 the Purchasing Division opened three submittals; and WHEREAS, the Purchasing Division has determined that Southeastern Engineering Contractors is the lowest responsive responsible bidder; and WHEREAS, this is a Community Development Block Grant (CDBG) funded project with an available grant amount for construction of $131,360.22; and WHEREAS, the total lump sum including add alternate two amounts to $119,403.10; and WHEREAS, City Manager is hereby authorized to approve additional services and quantities contained in the bid response and the unit prices specified in the submittal up to the maximum amount of the grant funding available; and WHEREAS, the City Commission finds that it is in the best interest of the residents of the City of Deerfield Beach to award the Bid to Southeastern Engineering Contractors, Inc; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DEERFIELD BEACH, FLORIDA, AS FOLLOWS: Section 1. The above referenced Whereas clauses are true and correct and made a part hereof. Section 2. The City Commission does hereby award Bid #2011-12/24 to Southeastern Engineering Contractors, Inc. for the SW 15 th Street Roadway Improvements Project in the amount of $119,403.10 with the City Manager being hereby authorized to approve additional construction services up to the maximum amount of the grant funds available. The Mayor 1

and/or the City Manager are hereby authorized to execute any necessary documents relating to the Bid award. Section 3. This Resolution shall become effective immediately upon adoption. PASSED AND ADOPTED THIS DAY OF, 2012. ATTEST: PEGGY NOLAND, MAYOR ADA GRAHAM-JOHNSON, MMC, CITY CLERK Deerfield/Resolutions/Purchasing/SW 15 th Street Roadway Bid 2

Memorandum TO: FROM: Burgess Hanson, City Manager Charles DaBrusco, P.E., Director of Environmental Services DATE: July 3, 2012 RE: Award of contract to Southeastern Engineering Contractors, Inc. for construction of the SW 15 Street Roadway Improvements Project, in accordance with the terms and conditions of Bid. 2011-12/24 City Project. 11264-P. The purpose of this memo is to obtain City Commission approval to award a contract to Southeastern Engineering Contractors, Inc. for construction of the SW 15 Street Roadway Improvements Project. The proposed improvements on SW 15 Street consist of milling, resurfacing, drainage swale regrading, sod and roadway widening to provide additional parent Pick-up/Drop-off queue at the Deerfield Beach High School thus eliminating the traffic back up on SW 15 th Street. On June 13, 2012, Invitation to Bid ITB #2011-12/24 for the SW 15 Street Roadway Improvements Project was advertised for competitive bids by the City s Purchasing Division. A public bid opening was conducted on July 3, 2012. Staff of the Purchasing Division subsequently reviewed the bids and have determined that Southeastern Engineering Contractors, Inc. with a bid amount of $ 119,403.10 (Base Bid Items & Alternate Bid Items # 2), is the lowest, most responsive and responsible bidder. A memo from the Purchasing Manager outlining the bid evaluation and results is attached. The construction cost of $ 119,403.10 ($ 110,011.30 for Base Bid Items and $ 9,391.80 for Alternate Bid Item # 2 / Sod) will be 100% funded under the Community Development Block Grant (CDBG) with the Construction Budget of $ 131,360.22. Alternate Bid Items # 1 in the amount of $ 29,500.00 for the replacement of the School Zone Flashing Signal will be removed from the project due to the budget constraint. This item, requested by the Broward County Traffic Engineering Dept., was not part of the original scope of work. Staff requests the City Commission approve the award of contract to Southeastern Engineering Contractors, Inc., in the amount of $ 119,403.10, in accordance with the terms and conditions of Bid. 2011-12/24, for construction of the SW 15 Street Roadway Improvements Project. In addition, staff is requesting the commission authorize the City Manager to negotiate a contract change order for up to an additional $11,957.12 so that staff can work with the Contractor to add resurfacing of the entire roadway within the project limits. Based on the above, Staff is requesting the City Commission approve a total expenditure not to exceed $131,360.22, the budgeted funds available for construction for this project. Attachments cc: Keven Klopp, Assistant City Manager Donna DeFronzo, Director of Senior Services David Santucci, Purchasing Manager Hiep B. Huynh, P.E., CRA Project Manager File: Project. 11264-P

TO: FROM: THRU: FOR: Charlie DaBrusco, Director of Environmental Services Paul Collette, Buyer David Santucci, Purchasing Manager Commission Approval DATE: July 3, 2012 SUBJECT: SW 15 th Street Roadway Improvement, ITB #2011-12/24 The Purchasing Division recently issued a Invitation to Bid for the SW 15 th Street Roadway Improvement project. This is a Community Development Block Grant (CDBG) funded project. This formal competitive solicitation process complies with the City of Deerfield Beach and grant procurement requirements. Details of the competitive solicitation process are as follows: On Wednesday, June 13, 2012 fifty-eight (58) invitation letters were sent to the appropriate registered vendors with the City via e-mail, facsimile, or USPS. The competitive solicitation was advertised in the legal notices section of the Sun- Sentinel on Wednesday, June 13, 2012. A Mandatory Pre-Bid meeting was held on Wednesday, June 20, 2012. A total of nine (9) potential bidders attended. One addenda was issued on Monday, June 25, 2012 to address vendor questions and make changes to the specifications. On Tuesday, July 3, 2012, the due date and time, the Purchasing Division opened the responses. Three (3) responses were received by the due date and time required. The apparent low bidder was Southeastern Engineering Contractors, Inc. with a Grand Total Lump Sum Bid with Allowance and Alternate 2 of $119,403.10. They are the low bidder by $41,782.69. The average of all bids was $154,821.20. Reference checks were conducted and revealed positive ratings. Southeastern Engineering Contractors, Inc. is the lowest responsive and r esponsible bidder able to meet the ITB requirements; therefore, I recommend award of this contract to them. Please use this memorandum and all attachments as your backup for your agenda request to the City Manager for the July 10, 2012 Commission Meeting. Att. Bid Tabulation, Reference Surveys, Reecommended Bidder s Submittal, Original Bid Documents. c: Keven Klopp, Assistant City Manager Hiep Huynh, CRA Project Manager James Thiele, P.E., Keith and Associates, Inc. (Engineer of Record) Mark Castano, E.I., Keith and Associates, Inc. (Design Engineer)

City of Deerfield Beach ITB #2011-12/24 S W 15th Street Roadway Improvement Bid Tabulation SECTION A ROADWAY IMPROVEMENTS (KEITH & ASSOCIATES, INC.) Item. Description Unit Est. Qty. Unit Cost Southeastern Engineering Contractors, Inc. Total FHP Tectonics Corp. Unit Cost Total Weekley Asphalt Paving, Inc. Unit Cost Total 1 Mobilization LS 1 $ 20,500.00 $ 20,500.00 $ 9,807.64 $ 9,807.64 $ 16,000.00 $ 16,000.00 2 Maintenance of Traffic LS 1 $ 1,540.00 $ 1,540.00 $ 3,269.21 $ 3,269.21 $ 31,815.00 $ 31,815.00 3 Selective Clearing and Grubbing (Removal of the Existing Concrete/Asphalt/Rock Base and Other Existing Elements) in Coordination with Proposed Improvements AC 2.2 $ 3,600.00 $ 7,920.00 $ 7,519.19 $ 16,542.22 $ 4,505.00 $ 9,911.00 4 Staked Silt Fence LF 1,413 $ 1.90 $ 2,684.70 $ 2.62 $ 3,702.06 $ 1.00 $ 1,413.00 5 6 7 Pavement Widening (Sawcut Asphalt/2 Excavation/12 Subgrade(L BR40)/8 Base(LBR 100)/2 S-3 Asphalt (2-1 Lifts)) SY 812 $ 54.80 $ 44,497.60 $ 52.19 $ 42,378.28 $ 63.06 $ 51,204.72 Mill (1 Depth) and Resurface (1 S-3 Asphalt (1 Lift)) SY 945 $ 1.90 $ 1,795.50 $ 22.10 $ 20,884.50 $ 6.50 $ 6,142.50 Concrete Sidewalk and Flatwork (6 thick)with Truncated Domes SF 850 $ 5.90 $ 5,015.00 $ 6.21 $ 5,278.50 $ 10.50 $ 8,925.00 8 Type D Curb with Pad LF 34 $ 35.40 $ 1,203.60 $ 84.61 $ 2,876.74 $ 99.00 $ 3,366.00 9 Utility Adjustments (including but not limited to water and sewer valves) LS 1 $ 531.00 $ 531.00 $ 2,549.99 $ 2,549.99 $ 778.00 $ 778.00 10 11 12 Relocation of Existing Traffic Signs with Posts LS 1 $ 472.00 $ 472.00 $ 2,157.68 $ 2,157.68 $ 1,590.00 $ 1,590.00 Furnish and Install New Regulatory Traffic Signs and Posts EA 1 $ 236.00 $ 236.00 $ 316.46 $ 316.46 $ 400.00 $ 400.00 Removal of Existing Pavement Markings (Thermoplastic) by sandblasting in areas of no new asphalt. LF 1,350 $ 2.00 $ 2,700.00 $ 1.36 $ 1,836.00 $ 2.06 $ 2,781.00 13 Temporary Pavement Markings (Paint) LS 1 $ 1,770.00 $ 1,770.00 $ 2,026.91 $ 2,026.91 $ 6,000.00 $ 6,000.00 14 Directional Arrows (FDOT) (Thermoplastic) EA 13 $ 53.10 $ 690.30 $ 85.00 $ 1,105.00 $ 95.00 $ 1,235.00

City of Deerfield Beach ITB #2011-12/24 S W 15th Street Roadway Improvement Bid Tabulation SECTION A ROADWAY IMPROVEMENTS (KEITH & ASSOCIATES, INC.) Item. Description Unit Est. Qty. Unit Cost Southeastern Engineering Contractors, Inc. FHP Tectonics Corp. Weekley Asphalt Paving, Inc. Total Unit Cost Total Unit Cost Total 15 16 17 18 10-30 Skip Traffic Stripe (Thermoplastic) (6 ) Yellow with RPMs LF 920 $ 0.80 $ 736.00 $ 0.51 $ 469.20 $ 2.00 $ 1,840.00 Solid Traffic Stripe (Thermoplastic) (6 ) Yellow with RPMs LF 344 $ 0.80 $ 275.20 $ 1.43 $ 491.92 $ 3.00 $ 1,032.00 6-10 Skip Traffic Stripe (Thermoplastic) (6 ) White with RPMs LF 150 $ 0.80 $ 120.00 $ 1.20 $ 180.00 $ 4.00 $ 600.00 Solid Traffic Stripe (Thermoplastic) (6 ) White with RPMs LF 2,811 $ 0.80 $ 2,248.80 $ 1.20 $ 3,373.20 $ 2.90 $ 8,151.90 19 20 Solid Traffic Stripe (Thermoplastic) (18 ) White with RPMs LF 140 $ 2.10 $ 294.00 $ 3.60 $ 504.00 $ 5.00 $ 700.00 Solid Traffic Stripe (Thermoplastic) (24 ) White with RPMs LF 76 $ 3.00 $ 228.00 $ 4.71 $ 357.96 $ 11.00 $ 836.00 21 Regrade/Reshape New Swale Area SY 2,846 $ 1.60 $ 4,553.60 $ 6.80 $ 19,352.80 $ 2.43 $ 6,915.78 SECTION A - TOTAL (ITEMS 1-21) $ 100,011.30 $ 139,460.27 $ 161,636.90 TOTAL BASE BID LUMP SUM $ 100,011.30 ALLOWANCE 1 $10,000.00 $ 139,460.27 $ 161,636.90 $10,000.00 $10,000.00 GRAND TOTAL LUMP SUM BID WITH ALLOWANCE $ 110,011.30 $ 149,460.27 $ 171,636.90

City of Deerfield Beach ITB #2011-12/24 S W 15th Street Roadway Improvement Bid Tabulation ADD ALTERNATES The Contract Time for all work related to the Base Bid shall be 30 days for substantial completion. If Add Alternate 1 New Solar Powered School Flashing Beacon is added to the contract the Contract Time will be extended an additional 0 days (Add Alternate work is concurrent to the Base Bid work). Item. Description Unit Est. Qty. Unit Price ADD Alternate 1 (LUMP SUM) Southeastern Engineering Contractors, Inc. Total FHP Tectonics Corp. Unit Price Total Weekley Asphalt Paving, Inc. Unit Price Total DEDUCT (ADD) 22 (ADD) 23 t Applicable Deduct Alternate 1 Subtotal (A) $0.00 $0.00 $0.00 Furnish and Install New Solar Powered School Flashing Beacon with Post and Sign Panels per BCTED standards EA 1 $ 23,600.00 $ 23,600.00 $ 19,615.27 $ 19,615.27 $ 15,000.00 $ 15,000.00 Remove Existing School Flashing Beacon w/ Post and Sign Panels per BCTED standards EA 1 $ 5,900.00 $ 5,900.00 $ 241.92 $ 241.92 $ 600.00 $ 600.00 Add Alternate 1 Subtotal (B) $ 29,500.00 $ 19,857.19 $ 15,600.00 Alternate 1 LUMP SUM Total (A-B) $ 139,511.30 $ 169,317.46 $ 187,236.90 ADD Alternate 2 (LUMP SUM) The Contract Time for all work related to the Base Bid shall be thirty (30) days for substantial completion. If Alternate 2 Sodding and 1-inch Top Soil is added to the contract the Contract Time will be extended an additional 0 days (Add Alternate work is concurrent to the Base Bid work). Item. Description Unit Est. Qty. Unit Price Total Unit Price Total Unit Price Total DEDUCT (ADD) 24 t Applicable Deduct Alternate 2 Subtotal (A) $0.00 $0.00 $0.00 Sod with 1-inch Top Soil including watering for the first four (4) weeks from installation. SY 2,846 $ 3.30 $ 9,391.80 $ 4.12 $ 11,725.52 $ 4.30 $ 12,237.80 Add Alternate 2 Subtotal (B) $9,391.80 $11,725.52 $12,237.80 Alternate 2 LUMP SUM Total (A-B) $ 119,403.10 $ 161,185.79 $ 183,874.70 Addendum 1 Completed Schedule "A": Local Vendor Meets SDBE Goal Provided Certificate of Insurance Has Required Licenses