AGENDA ITEM Public Utilities Commission City and County of San Francisco

Size: px
Start display at page:

Download "AGENDA ITEM Public Utilities Commission City and County of San Francisco"

Transcription

1 San Francisco Water Power Sewer Services of lhn San Froncisco Public UWitiea Ccmmolon AGENDA ITEM Public Utilities Commission City and County of San Francisco DEPARTMENT Infrastructure Division Project Management Bureau AGENDA NO. 9e MEETING DATE May 24, 2011 Construction Closeout with Modification: Consent Calendar Project Manager: Chris Nelson Contract No. WD-2597, Closeout with Modification, Lawrence Livermore Laboratory & Phase II Thomas Shaft Improvement Proiect Summary of Proposed Commission Action: Accept work performed by NTK Constmction, Inc., for Water Enterprise, Water System Improvement Program-funded Contract No. WD-2597, Lawrence Livermore and Phase II Thomas Shaft Improvement Project; approve Modification No. 9 (Final) to address for unanticipated conditions encountered during facility testing and start-up, increasing the contract by $67,784, for a total contract amount of $3,440,719 and extend it by 162 consecutive calendar days, for a total contract duration of 563 consecutive calendar days; and authorize final payment, to the contractor in the amount of $186,625. Background & Description of Scope of Work: Background: Pursuant to an agreement established in June of 1960 with the United States Department of Energy (DOE, then the Atomic Energy Commission) the San Francisco Public Utilities Commission (SFPUC) serves water to certain facilities in Alameda County. A recent modification of this contract in the Spring 2010 provides for water service to federal facilities from the Thomas Shaft Chlorination Station on the Coast Range Tunnel. This Water System Improvement Program (WSIP) construction contract was issued to fulfill the SFPUC's obligations under the agreement with the DOE by furnishing a new ultra violet water treatment process and other improvements at the Thomas Shaft Chlorination Station. Description of Scope of Work: The Thomas Shaft Chlorination Station is located in San Joaquin County about 3 miles southwest of the City of Tracy. The scope of the construction contract serves the goals of assuring the quality of water served to the federal facilities as well as the seismic and operational reliability of the APPROVAL DEPARTMENT/ BUREAU COMMISSION SECRETARY FINANCE Todd L. Rydstrom Housh SSS& Ed Harrington

2 Contract: WD-2547, Vista Francisco Pump Station Upgrade Commission Meeting Date: May 24, 2011 Thomas Shaft Chlorination station by providing: Two 30-horse power submersible well pumps; 300 gallon-per-minute UV disinfection system; Replacement of the tunnel water sampling system replacement; Replacement of the Thomas Vent Shaft enclosure; and, Fencing, paving and drainage upgrades. Changes to the Contract under Modifications: The original contract amount was $3,044,700 and the original contract duration was 290 consecutive calendar days. Modification No. 1 was issued on December 28, 2009, for ($1,479) to compensate for changes in concrete slab demolition work and fiberglass platform installation, decreasing the total contract amount to $3,043,221. Modification No. 2 was issued on February 19, 2010, for $2,738 to improve visibility at the facility's highway access point and to provide a backflow prevention device, which was omitted from the design, increasing the total contract amount to $3,045,959. Modification No. 3 was issued on April 16, 2010, for $27,053 to provide bird netting to prevent nesting activity at the project site and safety upgrades to equipment access design and power supply facilities omitted from the design, increasing the total contract amount to $3,073,012. Modification No. 4 was issued on May 25, 2010, for $9,037 to address errors and omissions in facilities piping design and to provide time for extended review of the contractor's Ultra Violet (UV) System by the California Department of Public Health, increasing the contract total amount to $3,082,049, and extending the contract by 55 consecutive calendar days for a total contract duration of 345 consecutive calendar days. Modification No. 5 was issued on July 1, 2010, for $33,693 to address unanticipated drainage conditions, electrical equipment location conflicts and site access requirements, increasing the total contract amount to $3,115,742. Modification No. 6 was issued on July 27, 2010, for $50,487 to address accessibility code requirements, and roof hatch and utility piping changes, increasing the total contract amount to $3,166,230. Modification No. 7 was issued on September 3, 2010 for $253,394 to address errors and omissions in the contract controls design, increasing the total contract amount to $3,419,624 and extending the contract by 56 consecutive calendar days for a total contract duration of 401 consecutive calendar days. Modification No. 8 was issued on October 26, 2010 for ($46,688) to for address errors and omissions in the instrumentation design and wiring design and to adjust the contract amount for unused allowances, decreasing the total contract amount to $3,372,936.

3 Contract: WD-2547, Vista Francisco Pump Station Upgrade Commission Meeting Date: May 24, 2011 Changes to the Contract under this Final Modification Modification No. 9 (final): is being requested for $67,784 to repair tunnel water sampling equipment, which was determined to have been damaged during final testing by unanticipated tunnel flow conditions, increasing the contract amount to $3,440,719 and extending the time allowance for work 162 consecutive calendar days for a total contract duration of 563 consecutive calendar days. *A11 numbers have been rounded to the nearest dollar value. Result of Inaction: Budget & Costs: Schedule: Compliance With Chapter 14b: Local Business Enterprise (LBE) And Non- Discrimination In Contracting Ordinance: Recommendation: Attachments: A delay in closing out this contract will delay final payment to the contractor. Funding: within the Project No. CUW Lawrence Livermore Water Quality Improvement and Project No. CUW Lawrence Livermore Filtration Plant. Original Award Amount: $3,044,700 Modification No. 1 Amount: ($1,479) Modification No. 2 Amount: $2,738 Modification No. 3 Amount: $27,053 Modification No. 4 Amount: $9,037 Modification No. 5 Amount: $33,693 Modification No. 6 Amount: $50,487 Modification No. 7 Amount: $253,394 Modification No. 8 Amount: ($46,688) Modification No. 9 (final) Amount: $67,784 Total Contract Amount: $3,440,719 Notice-To-Proceed Date: August 26, 2009 Original Duration: 290 consecutive calendar days Modification No. 4 Duration: 55 consecutive calendar days Modification No. 7 Duration: 56 consecutive calendar days Modification No. 9 (final) Duration: 162 consecutive calendar days Total Duration: 563 consecutive calendar days The Human Rights Commission (HRC) Local Business Enterprise (LBE) subcontracting goal on this contract was 13%. By the end ofthe contract, NTK achieved a LBE participation of 30%. SFPUC staff recommends that the Commission adopt the attached resolution. 1. SFPUC Resolution 2. HRC memo

4 PUBLIC UTILITIES COMMISSION City and County of San Francisco RESOLUTION NO. WHEREAS, Construction has been completed for Water Enterprise, Water System improvement Program-funded Contract No. WD-2597, Lawrence Livermore Laboratory & Phase II Thomas Shaft Improvement Project, by the contractor, NTK Construction, Inc.; and WHEREAS, On July 14, 2009, by Resolution No , this Commission awarded Contract No. WD-2597, Lawrence Livermore Laboratory & Phase II Thomas Shaft Improvement Project, in the amount of $3,044,700, to the lowest, qualified responsible and responsive bidder, NTK Construction, Inc.; and WHEREAS, The construction contract Notice-To-Proceed date was set for August 26, 2009, with an original schedule of 290 consecutive calendar days and the contract work was completed in 563 consecutive calendar days on March 11, 2011; and WHEREAS, Modification No. 1 was issued for ($1,479) to compensate for changes in concrete slab demolition work and fiberglass platform installation, decreasing the contract amount to $3,043,220; and WHEREAS, Modification No. 2 was issued for $2,738 to improve visibility at the facility's highway access point and to provide a backflow prevention device, which was omitted from the design, increasing the contract amount to $3,045,959; and WHEREAS, Modification No. 3 was issued for $27,053 to provide bird netting to prevent nesting activity at the project site and safety upgrades to equipment access design and power supply facilities omitted from the design, increasing the contract amount to $3,073,012; and WHEREAS, Modification No. 4 was approved by this Commission on July 14, 2009 by Resolution No for $9,037 with a time extension of 55 consecutive calendar days to address errors and omissions in facilities piping design and to provide time for extended review of the contractor's UV System by the California Department of Public Flealth, increasing the contract amount to $3,082,049 and increasing the contract duration to 345 consecutive calendar days; and WHEREAS, Modification No. 5 was issued for $33,693 to address unanticipated drainage conditions, electrical equipment location conflicts and site access requirements, increasing the contract amount to $3,166,230; and WHEREAS, Modification No. 6 was issued for $50,487 to address accessibility code requirements, and roof hatch and utility piping changes, increasing the contract amount to $3,166,830; and WHEREAS, Modification No. 7 was approved by this Commission on August 10, 2010 by Resolution No , for $253,393 with a time extension of 56 consecutive calendar days to address correction of errors and omissions in the contract controls design, increasing the contract amount to $3,419,624 and increasing the contract duration to 401 consecutive calendar days; and

5 WHEREAS, Modification No. 8 was issued for ($46,688) to provide for address errors and omissions in the instrumentation design and wiring design and to adjust the contract amount for unused allowances, decreasing the contract amount to $3,372,936; and WHEREAS, Modification No. 9 is being requested for $67,784 to provide for the repair of tunnel water sampling equipment, increasing the contract amount to $3,440,719 and increasing the contract duration by 162 consecutive calendar days; and WHEREAS, The contractor has made a good faith effort to comply with the Human Rights Commission (HRC) subcontracting goals of 13% Local Business Enterprise (LBE) submitted for this contract; and WHEREAS, Funds are available from Project No. CUW Lawrence Livermore Water Quality Improvement and Project No. CUW Lawrence Livermore Filtration Plant; now, therefore, be it RESOLVED, That this Commission hereby accepts work performed for Water Enterprise Water, System improvement Program-funded Contract No. WD-2597, Lawrence Livermore Laboratory & Phase II Thomas Shaft Improvement Project; approves Modification No. 9 (Final), increasing the contract by $67,784 for a total contract amount of $3,440,719; and authorizes the final payment, in the amount of $186,625 to the contractor, NTK Construction, Inc. J hereby certify that the foregoing resolution was adopted by the Public Utilities Commission at its meeting of May 24, 2011 Secretary, Public Utilities Commission

6 City and County of San Francisco Edwin Lee Mayor Human Rights Commission Contract Compliance Dispute Resolution/Fair Housing San Francisco Disadvantaged Business Enterprise Program Lesbian Gay Bisexual Transgender & HIV Discrimination Theresa Sparks Executive Director MEMORANDUM Date: April 4, 2011 To: From: Subject: Chris Nelson Project Manager, PUC Bayard Fong Contract Compliance Officer, HRC Closeout for WD-2597 LLL and TS Improvement Project HRC staff has determined that the prime contractor, NTK Construction, Inc has complied with the Chapter 14B LBE subcontracting requirements. At the time the bid was advertised, the following LBE subcontracting goal was established: 13% LBE Subcontracting Goal Pursuant to NTK's HRC Form 2A, the following LBE subcontracting participation level was committed: 27.9% LBE participation The LBE participation achieved is 30% at the end of the contract. (See chart below) NTK was awarded a contract in the amount of $3,044,700. The final contract amount was $3,440,719. FIRM Brown Sheet Metal & Mechanical, Inc. Control Line Electric, Inc. Pump Repair Service Company Tom's Metal Specialist SERVICE HVAC Electrical Pump Removal & Install Miscellaneous Metal Original Contract $ 97, % $341, % $318, % $ 93, % LBE Contract Mod/Chang Order ($3,100) sub to a non- LBE ($5,641)owner chang/scp Final Contract $94, % $505, % $347, % $87, % TOTAL $850, % $1,035,436 30% R 25 Van Ness Avenue Suite 800 San Francisco California TEL (415) FAX (415) TDD (415) &

7 Page 2 April 4, 2011 WD-2597 Brown Sheet Metal was listed at bid time to perform HVAC services for $97,674. However, Brown utilized a non-lbe second tier sub contractor, National Air Balance, Inc. in the amount of $3,100 to perform air balancing services. HRC does not credit work performed by a non LBE who perform work under a listed LBE. Brown Sheet Metal's participation is $94,644 or 2.7%. Tom's Metal Specialist was listed at bid time to provide miscellaneous metal services in the amount of $93,100. The owner modified the specifications by requiring a fiberglass grate instead of a metal grate. Changes in scope by the owner that may result in a reduction of a LBE's participation are permitted under Chapter 14B guidelines. Although this represented a $40,000 reduction in Tom's participation, Tom's level of participation was made up thru additional work added during the job. Tom's Metal Specialist participation is $87,459 or 2.5%. HRC has determined that NTK complied with the Chapter 14B requirements. NTK listed LBEs to perform 27.9% of the construction work. NTK exceeded the LBE goal with an LBE participation of 30%. The role of the HRC with respect to post award contracts is to ensure that the LBE subcontracting participation goal is met and that LBE subcontractors received the appropriate payments. All other issues and concerns aside from the foregoing lay with the Department and/or the prime contractor. Based on the foregoing, HRC concurs with the closeout of this contract. Cc: N.Truax, HRC, Vng, SFPUC

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY THIS PRINT COVERS CALENDAR ITEM NO. : 10.4 SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY DIVISION: Capital Programs & Construction BRIEF DESCRIPTION: Authorizing the Director of Transportation to execute

More information

Stacey Camillo, Contract Administration. As-Needed Construction Contracting

Stacey Camillo, Contract Administration. As-Needed Construction Contracting Stacey Camillo, Contract Administration As-Needed Construction Contracting November 3, 2016 Why we are here Agenda Introductions Methods of getting construction work in San Francisco New As-Needed Construction

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts

More information

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY THIS PRINT COVERS CALENDAR ITEM NO. : 10.8 SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY DIVISION: Capital Programs & Construction BRIEF DESCRIPTION: Authorizing the Director of Transportation to execute

More information

1 Mountain Cascade, Inc. $2,050, Con-Quest Contractors, Inc. $2,170, Sierra National Construction, Inc. $2,170,300.

1 Mountain Cascade, Inc. $2,050, Con-Quest Contractors, Inc. $2,170, Sierra National Construction, Inc. $2,170,300. Agenda Item No. 9B September 9, 2014 TO: FROM: SUBJECT: Honorable Mayor and City Council Attention: Laura C. Kuhn, City Manager Steven L. Hartwig, Director of Public Works/City Engineer RESOLUTION TO WAIVE

More information

BACKGROUND, OBJECTIVE & METHODOLOGY

BACKGROUND, OBJECTIVE & METHODOLOGY Page 2 of 7 Background BACKGROUND, OBJECTIVE & METHODOLOGY The Charter of the City and County of San Francisco (City) provides CSA with broad authority to conduct audits. CSA conducted the Job Order Contract

More information

The City of San Francisco s Use of DRBs

The City of San Francisco s Use of DRBs The City of San Francisco s Use of DRBs Harvey Elwin Deputy Director, Water System Improvement Program San Francisco Public Utilities Commission Agenda San Francisco s Contracting Environment Decision

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1 CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Replacement of Manual Trolley Switch System Phase

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY THIS PRINT COVERS CALENDAR ITEM NO. : 14 DIVISION: Capital Programs and Construction BRIEF DESCRIPTION: SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY Awarding San Francisco Municipal Transportation Agency

More information

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

AGENDA REPORT SUMMARY. Reject all bids of the City Hall HVAC System Upgrades, Project CF and re-advertise the project

AGENDA REPORT SUMMARY. Reject all bids of the City Hall HVAC System Upgrades, Project CF and re-advertise the project CONSENT CALENDAR Agenda Item # 6 Meeting Date: June 28, 2016 AGENDA REPORT SUMMARY Prepared by: Reviewed by: Approved by: Aida Fairman, Associate Civil Engineer Susanna Chan, Public Works Director Chris

More information

City of Palo Alto (ID # 4369) City Council Staff Report

City of Palo Alto (ID # 4369) City Council Staff Report City of Palo Alto (ID # 4369) City Council Staff Report Report Type: Consent Calendar Meeting Date: 1/13/2014 Summary Title: Seismic Upgrade Project Amendment #1 w/ URS Title: Approval of Amendment Number

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

DOCUMENT INVITATION TO BID

DOCUMENT INVITATION TO BID DOCUMENT 00 11 16 INVITATION TO BID 1. Notice is hereby given that the governing board ( Board ) of the Oakland School District ( District or Owner ) will receive sealed bids for the following: Project

More information

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SOLICITATION NO.: B-10-031-MF SAWS JOB NO. 07-6500 DESCRIPTION: DOS RIOS WATER RECYCLING

More information

CHAPTER 8. Further Exploration of MBE/WBE and DBE Utilization on FHWA- and State-funded Contracts

CHAPTER 8. Further Exploration of MBE/WBE and DBE Utilization on FHWA- and State-funded Contracts CHAPTER 8. Further Exploration of MBE/WBE and DBE Utilization on FHWA- and State-funded Contracts Building upon the analysis presented in Chapter 7, Keen Independent further examines the utilization of

More information

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax ADDENDUM 707 Minnesota Ave., Suite 506 Kansas City, Kansas 66101 Tel. 913.287.1900 Fax. 816.300.4102 www.wskfarch.com A r c h i t e c t u r e I n t e r i o r D e s i g n I l l u s t r a t I o n P l a n

More information

CONSENT CALENDAR Agenda Item No. : 6a CC Mtg. : 7/12/2005

CONSENT CALENDAR Agenda Item No. : 6a CC Mtg. : 7/12/2005 CONSENT CALENDAR Agenda Item No. : 6a CC Mtg. : 7/12/2005 DATE : June 28, 2005 TO : FROM : SUBJECT : Mayor and City Council Members Utilities Department RESOLUTION NO. 7603 - A RESOLUTION AUTHORIZING THE

More information

AGENDA ITEM NO. June 6, 2017

AGENDA ITEM NO. June 6, 2017 DocuSign Envelope ID: 7CA39164-0C90-42A5-B40D-ED361AA88939 AGENDA ITEM NO. June 6, 2017 May 23, 2017 Honorable Board of Supervisors County of Alameda 1221 Oak Street, Suite 536 Oakland, CA 94612-4305 Dear

More information

Page 1 of 6. Office of the City Manager CONSENT CALENDAR October 18, 2016

Page 1 of 6. Office of the City Manager CONSENT CALENDAR October 18, 2016 Page 1 of 6 Office of the City Manager CONSENT CALENDAR October 18, 2016 To: From: Honorable Mayor and Members of the City Council Dee Williams-Ridley, City Manager Submitted by: Phillip L. Harrington,

More information

Local Area Apprenticeship and Employment Opportunities Program

Local Area Apprenticeship and Employment Opportunities Program Local Area Apprenticeship and Employment Opportunities Program Definitions For the purposes of the Procedures described herein, the following terms are defined as follows: WSIP: Water System Improvement

More information

Honorable Mayor and Members of the City Council

Honorable Mayor and Members of the City Council Office of the City Manager CONSENT CALENDAR October 15, 2013 To: From: Honorable Mayor and Members of the City Council Christine Daniel, City Manager Submitted by: Andrew Clough, Director, Public Works

More information

San Francisco Water Power Sewer Operator of the Hetch Hetchy Regional Water System

San Francisco Water Power Sewer Operator of the Hetch Hetchy Regional Water System San Francisco Water Power Sewer Operator of the Hetch Hetchy Regional Water System Bureau of Environmental Management 1145 Market Street, Suite 500 San Francisco, CA 94103 T 415.934.5700 F 415.934.5750

More information

CITY AND COUNTY OF SAN FRANCISCO PUBLIC UTILITIES COMMISSION WASTEWATER ENTERPRISE

CITY AND COUNTY OF SAN FRANCISCO PUBLIC UTILITIES COMMISSION WASTEWATER ENTERPRISE San Francisco Water Power Sewer SOUTHEAST WATER POLLUTION CONTROL PLANT 042-SEISMIC RETROFIT AND REHABILITATION CONTRACT NO. WW-665 ADDENDUM NO. 3 Signatures: ::.:g-- _..,,,4:1:d6'--... M-u- r-at_b,,'""""ku_rt

More information

JOB ORDER CONTRACTING INFORMATIONAL PRESENTATION

JOB ORDER CONTRACTING INFORMATIONAL PRESENTATION JOB ORDER CONTRACTING INFORMATIONAL PRESENTATION FOR PROSPECTIVE SANDAG CONTRACTORS March 2, 2016 1 WELCOME & INTRODUCTIONS 2 AGENDA Overview of Job Order Contracting (JOC) SANDAG s JOC Program SANDAG

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

PREQUALIFICATION OF PROSPECTIVE BIDDERS

PREQUALIFICATION OF PROSPECTIVE BIDDERS Subcontractor* Prequalification for Fullerton College Building 3000 HVAC Equipment Replacement North Orange Coast Community College District, Fullerton California BID #1819-09 PREQUALIFICATION OF PROSPECTIVE

More information

Honorable Mayor and Members of the City Council. Contract: Andes Construction, Inc. for Sanitary Sewer Manhole Rehabilitation FY 2014 Phase 1 Project

Honorable Mayor and Members of the City Council. Contract: Andes Construction, Inc. for Sanitary Sewer Manhole Rehabilitation FY 2014 Phase 1 Project Office of the City Manager CONSENT CALENDAR October 15, 2013 To: From: Honorable Mayor and Members of the City Council Christine Daniel, City Manager Submitted by: Andrew Clough, Director, Public Works

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA 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

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

Proposed Changes to Chapter 6 of the Administrative Code. Status as of February 2, 2015 Office of the Controller

Proposed Changes to Chapter 6 of the Administrative Code. Status as of February 2, 2015 Office of the Controller Proposed Changes to Chapter 6 of the Administrative Code Status as of February 2, 2015 Office of the Controller 1 Presentation Outline 1) Working Group process and members 2) Threshold Amount 3) Existing

More information

Mayor and Members of the City Council through City Manager

Mayor and Members of the City Council through City Manager Agenda Item # 3. G DATE: June 18, 2018 TO: Honorable Mayor and Members of the City Council through City Manager FROM: Dan St. John, F.ASCE Director, Public Works & Utilities Tim Moresco, P. E. Associate

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: Longfellow ES Exit Balcony Addition DATE: March 4, 2019 755 Morse Street, SF, CA 94112 SFUSD Project No.12059

More information

SAN FRANCISCO PUBLIC UTILITIES COMMISSION WATER SYSTEM IMPROVEMENT PROGRAM CONSTRUCTION MANAGEMENT PROCEDURES

SAN FRANCISCO PUBLIC UTILITIES COMMISSION WATER SYSTEM IMPROVEMENT PROGRAM CONSTRUCTION MANAGEMENT PROCEDURES SAN FRANCISCO PUBLIC UTILITIES COMMISSION WATER SYSTEM IMPROVEMENT PROGRAM CONSTRUCTION MANAGEMENT PROCEDURES SECTION: WSIP CONSTRUCTION MANAGEMENT PROCEDURE NO.: 010 TITLE: APPLICATIONS FOR PAYMENT APPROVED:

More information

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS Page 1 of 9 WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS I. DESCRIPTION The requirements set forth

More information

RANCHO ESTATES MUTUAL WATER COMPANY

RANCHO ESTATES MUTUAL WATER COMPANY RANCHO ESTATES MUTUAL WATER COMPANY Request for Quotations for Public Works Project Reservoir Lining and Covering Introduction: Rancho Estates Mutual Water Company (REMWC) is accepting proposals to line

More information

MEMORANDUM. Timothy P. Oakley, P.E., CFM, Director of Public Works and Engineering Timothy Watkins, Assistant Director of Public Works and Engineering

MEMORANDUM. Timothy P. Oakley, P.E., CFM, Director of Public Works and Engineering Timothy Watkins, Assistant Director of Public Works and Engineering PUBLIC WORKS AND ENGINEERING DEPARTMENT 1111 Joseph J. Schwab Des Plaines, IL 60016 P: 847.391.5464 desplaines.org MEMORANDUM Date: February 23, 2017 To: From: Cc: Subject: Mike Bartholomew, MCP, LEED-AP,

More information

NOTICE TO BIDDERS FOR THE

NOTICE TO BIDDERS FOR THE NOTICE TO BIDDERS FOR THE STRUCTURAL REPAIRS, APPLICATION OF 150 MIL THICK POLYURETHANE FOR INTERNAL LINING OF RESERVOIR 4A, REMOVAL AND REPLACEMENT OF A 7.5 HP PUMP, PIPES, FITTINGS, ELECTRICAL CONDUITS,

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

NOTICE TO BIDDERS FOR THE

NOTICE TO BIDDERS FOR THE NOTICE TO BIDDERS FOR THE STRUCTURAL REPAIR, APPLICATION OF 200 MIL THICK POLYURETHANE FOR INTERNAL LINING OF RESERVOIR 4A, REMOVAL AND REPLACEMENT OF AN EXISTING RETAINING WALL, A 7.5 HP PUMP, PIPES,

More information

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT Effective September 6, 2018, Addendum No. 3 (THREE), {Pages 1-7 and the applicable attachment(s)}, is associated

More information

ST. PETERSBURG CITY COUNCIL Consent Agenda Meeting of May 2, 2013

ST. PETERSBURG CITY COUNCIL Consent Agenda Meeting of May 2, 2013 ST. PETERSBURG CITY COUNCIL Consent Agenda Meeting of May 2, 2013 To: The Honorable Karl Nurse, Chair and Members of City Council Subject: Awarding a contract to Pospiech Contracting, Inc. in the amount

More information

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the CONTRACT AGREEMENT This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the "City") and Contractor as of the date the last party to this Contract Agreement signed below. W I T N E

More information

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

More information

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

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

More information

CONTRACTORS ASSISTANCE CENTER RESOURCE GUIDE

CONTRACTORS ASSISTANCE CENTER RESOURCE GUIDE CONTRACTORS ASSISTANCE CENTER RESOURCE GUIDE May 2014 Contractors Assistance Center Overview San Francisco is poised to invest billions of dollars into the City s aging public infrastructure water, sewer,

More information

Honorable Mayor and Members of the City Council. Contract: Andes Construction, Inc. for Sanitary Sewer Rehabilitation Project on Woolsey Street

Honorable Mayor and Members of the City Council. Contract: Andes Construction, Inc. for Sanitary Sewer Rehabilitation Project on Woolsey Street Office of the City Manager CONSENT CALENDAR October 1, 2013 To: From: Honorable Mayor and Members of the City Council Christine Daniel, City Manager Submitted by: Andrew Clough, Director, Public Works

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

Mustang Substation Bank I Replacement Project MAJ 15-SP5054 CALIFORNIA POLYTECHNIC STATE UNIVERSITY FACILITIES PLANNING & CAPITAL PROJECTS San Luis Obispo, CA 93407-0690 p 805/756-2581 f 805.756.7566 http://www.afd.calpoly.edu/facilities/ Mustang Substation Bank

More information

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY THIS PRINT COVERS CALENDAR ITEM NO. : 10.7 SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY DIVISION: Capital Programs and Construction BRIEF DESCRIPTION: Authorizing the Director of Transportation to execute

More information

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 3: Roofs 1 & 3 DATE: December 29, 2017 1235 Mission

More information

Scope of Work Bid Package C-4 - West Polished Concrete

Scope of Work Bid Package C-4 - West Polished Concrete Scope of Work Bid Package C-4 - West Polished Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS 1. INVITATION Sealed proposals for the following work will be received by the University of Kentucky, Construction Procurement Section, Peterson Service Building, 411 South Limestone,

More information

SPRR TUPELO ST. R UNION CITY BLVD. ZON PADRE PASEO DEEP CREEK ROAD ARDENWOOD COYOTE HILLS REGIONAL PARK PROJECT LIMITS PATTERSON RANCH ROAD BLVD. COMM

SPRR TUPELO ST. R UNION CITY BLVD. ZON PADRE PASEO DEEP CREEK ROAD ARDENWOOD COYOTE HILLS REGIONAL PARK PROJECT LIMITS PATTERSON RANCH ROAD BLVD. COMM SPRR TUPELO ST. R UNION CITY BLVD. ZON PADRE PASEO DEEP CREEK ROAD ARDENWOOD COYOTE HILLS REGIONAL PARK PROJECT LIMITS PATTERSON RANCH ROAD BLVD. COMMERCE DR. PASEO PADRE PARKWAY KAISER DRIVE DUMBARTON

More information

REQUIRED CONTRACT PROVISION SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY CONTRACTUAL REQUIREMENT

REQUIRED CONTRACT PROVISION SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY CONTRACTUAL REQUIREMENT Sheet 1 of 7 REQUIRED CONTRACT PROVISION SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY CONTRACTUAL REQUIREMENT 1. General: Equal employment opportunity requirements to NOT discriminate and to take affirmative

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

california REPORT TO THE: Housing Authority E Successor Agency ~ Oversight Board fl

california REPORT TO THE: Housing Authority E Successor Agency ~ Oversight Board fl glendal~ %~ california CITY OF GLENDALE, CALIFORNIA Joint E City Council N REPORT TO THE: Housing Authority E Successor Agency ~ Oversight Board fl January 24, 2017 AGENDA ITEM Report: project. Contract

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

More information

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY. Approving parking modifications associated with the Commuter Shuttle Pilot Program.

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY. Approving parking modifications associated with the Commuter Shuttle Pilot Program. THIS PRINT COVERS CALENDAR ITEM NO. : 10.5 DIVISION: Sustainable Streets BRIEF DESCRIPTION: SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY Approving parking modifications associated with the Commuter Shuttle

More information

EXHIBIT II SCOPE OF CONTRACTOR'S SERVICES

EXHIBIT II SCOPE OF CONTRACTOR'S SERVICES BROOKS PATTERSON-COUNTY EECUTIVE EHIBIT II SCOPE OF CONTRACTOR'S SERVICES Provide construction management services for various projects as directed by OCFM and/or OCPRC. The scope of services for each

More information

ANNE ARUNDEL COUNTY Department of Public Works DATE: 01/25/2017 FROM: Rich Osborn, P.E., Prof.L.S., Project Manager, Bureau of Engineering SUBJECT: Minutes for Pre-Bid Meeting January 19, 2017 South Shore

More information

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 February 07, 2017 ITB NO. 17-17 MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

Scope of Work Bid Package C-8 - West Overhead Doors

Scope of Work Bid Package C-8 - West Overhead Doors Scope of Work Bid Package C-8 - West Overhead Doors CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,

More information

HAYWARD CITY COUNCIL RESOLUTION NO. 16- Introduced by Council Member

HAYWARD CITY COUNCIL RESOLUTION NO. 16- Introduced by Council Member ATTACHMENT II HAYWARD CITY COUNCIL RESOLUTION NO. 16- Introduced by Council Member RESOLUTION AUTHORIZING THE EXECUTION OF A COMMUNITY WORKFORCE AGREEMENT WITH THE ALAMEDA COUNTY BUILDING TRADES COUNCIL

More information

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO NOTICE TO CONTRACTORS

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO NOTICE TO CONTRACTORS SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO. 6004 NOTICE TO CONTRACTORS Notice is hereby given that the Board of Directors of Sacramento Area Sewer District of Sacramento

More information

VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES. Part I: Proposal Information

VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES. Part I: Proposal Information VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES Part I: Proposal Information A General Information The Village of Vernon Hills is soliciting proposals for construction

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County Proposals Due: 10:00 A.M., Thursday, March 28, 2019 Address Proposals

More information

Subject: Late Season/Cold Weather Temporary Pavement Markings

Subject: Late Season/Cold Weather Temporary Pavement Markings Minnesota Department of Transportation MEMORANDUM Office of Traffic, Safety and Operations Office Telephone: 651-234-7377 Mail Stop 725 Fax: 651-234-7370 1500 West County Road B-2 Roseville, MN 55113 Date:

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM PROPOSED THREE-YEAR OVERALL GOAL & METHODOLOGY FOR FEDERAL FISCAL YEARS 2017 THROUGH

DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM PROPOSED THREE-YEAR OVERALL GOAL & METHODOLOGY FOR FEDERAL FISCAL YEARS 2017 THROUGH DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM PROPOSED THREE-YEAR OVERALL GOAL & METHODOLOGY FOR FEDERAL FISCAL YEARS 2017 THROUGH 2019 12.2% Sound Transit last developed an overall DBE goal in 2013,

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: OWNER: Shell and Core Improvements-1235 Mission Scope 1: Stairs DATE: December 29, 2017 1235 Mission Street San Francisco, California SFUSD Project

More information

Port of Seattle Commission. Policy Directive on Diversity in Contracting. As Adopted January 9, 2018

Port of Seattle Commission. Policy Directive on Diversity in Contracting. As Adopted January 9, 2018 Port of Seattle Commission Policy Directive on Diversity in Contracting As Adopted January 9, 2018 Document last updated April 6, 2018 SECTION 1. Purpose. The Port finds that minority and women businesses

More information

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018 Sud Associates, P.A. Consulting Engineers Flat Iron Building, Suite 706, 20 Battery Park Avenue, Asheville, NC 28801 (828) 255-4691 Fax: (828) 255-4949 Ish Sud, Ph.D., P.E., President Fellow ASHRAE, LEED

More information

REQUEST FOR WRITTEN BIDS

REQUEST FOR WRITTEN BIDS Parks & Recreation Department 9355 East Stockton Blvd., Suite 185 Elk Grove, CA 95624 REQUEST FOR WRITTEN BIDS TO: ALL PROSPECTIVE BIDDERS DATE: March 9, 2016 Project Managers: Priscilla Oliver, Landscape

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 December 28, 2018 The Platte County Board of Supervisors will

More information

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide

More information

Addendum No. 1 Page 1 of 1

Addendum No. 1 Page 1 of 1 Addendum No. 1 Page 1 of 1 DATE: February 26, 2018 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Steam Pipe System Replacement w/

More information

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION CONTRACTOR S PROPOSAL COMPANY ADDRESS CITY, STATE, ZIP ( ) TELEPHONE NUMBER City of Hesperia 9700 Seventh Avenue Hesperia, CA 92345 Ladies and Gentlemen: STATE LICENSE NUMBER Pursuant to the Public Notice

More information

1 [Modification of Design-Build Requirements - Airport's Terminal 1 Center Renovation and the Boarding Area B Reconstruction Projects] 2

1 [Modification of Design-Build Requirements - Airport's Terminal 1 Center Renovation and the Boarding Area B Reconstruction Projects] 2 FILE NO. 140700 ORDINANCE NO. 183-14 1 [Modification of Design-Build Requirements - Airport's Terminal 1 Center Renovation and the Boarding Area B Reconstruction Projects] 2 3 Ordinance modifying or waiving

More information

ADDENDUM NO. 1. PROJECT: Lowell High School DATE: January 28, Eucalyptus Drive, SF, CA 94132

ADDENDUM NO. 1. PROJECT: Lowell High School DATE: January 28, Eucalyptus Drive, SF, CA 94132 SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2011 PROPOSITION A BOND PROGRAM LOWELL HIGH SCHOOL PROJECT #11493 INTERIM HOUSING for VOLUNTARY SEISMIC STRENTHENING ADDENDUM NO. 1 PROJECT: Lowell High School DATE:

More information

Mainelli Wagner & Associates, Inc.

Mainelli Wagner & Associates, Inc. www.mwaeng.com Mainelli Wagner & Associates, Inc. 6920 Van Dorn Street, Suite A, Lincoln, NE 68506 Phone: (402) 421-1717 Fax: (402) 421-6061 January 30, 2019 To Whom It May Concern: The Burt County Board

More information

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

More information

MOCCASIN ADMINISTRATION MAIN HALL Moccasin Switchback Road Moccasin, CA 95347

MOCCASIN ADMINISTRATION MAIN HALL Moccasin Switchback Road Moccasin, CA 95347 WELCOME SFPUC General Manager's Small Firm Advisory Committee Presents: HETCH HETCHY REGIONAL CONTRACTS NETWORKING EVENT February 11, 2016 11:00 AM - 1:00 PM MOCCASIN ADMINISTRATION MAIN HALL 10390 Moccasin

More information

PUBLIC UTILITIES. COMMISSION City and County of San Francisco

PUBLIC UTILITIES. COMMISSION City and County of San Francisco SAN FRANCISCO PUBLIC UTILITIES COMMISSION City and County of San Francisco Edwin M Lee MAYOR MINUTES (Approved March 8, 2011) REGULAR MEETING Thursday, January 27, 2011 1:30 P.M. City Hall, Room 400 1

More information

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 July 18, 2017 ITB NO. 18-02 WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS ADDENDUM

More information

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION The work to be performed under this Contract shall consist of furnishing all equipment, materials, supplies, and manufactured articles

More information

19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms

19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms FISCAL NOTE Rule Citation: Rule Topic: NCDOT Division: 19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms Revision of the Requirements

More information

Specification No. FC 6-126

Specification No. FC 6-126 NOTICE TO BIDDERS Specification No. FC 6-126 On May 21, 2013 the Board of Supervisors for the Alameda County Flood Control and Water Conservation District approved the following project for advertisement

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information