HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Tuesday, February 20, :30 PM 600 S. Commerce Ave. Sebring, FL AGENDA

Size: px
Start display at page:

Download "HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Tuesday, February 20, :30 PM 600 S. Commerce Ave. Sebring, FL AGENDA"

Transcription

1 HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Tuesday, February 20, :30 PM 600 S. Commerce Ave. Sebring, FL AGENDA 1 MEETING CALLED TO ORDER: Invitation to fill out "citizens not on the agenda forms" Please silence all cell phones and devices. 2 INVOCATION: 3 PLEDGE OF ALLEGIANCE 4 PUBLIC HEARING: 4.A Consideration of construction of Sebring Parkway Phase III project using Highlands County employees, services, and equipment. Clinton Howerton Jr., P.E. - County Engineer W. Kyle Green, Road and Bridge Superintendent Total project budget is currently $10,073, An additional $1,408, will be needed to fully fund the project as proposed. Phase III Cost comparison.pdf Parkway Phase III location map.pdf 5 CITIZENS NOT ON THE AGENDA 6 COMMISSIONERS 7 ADJOURN Any person who might wish to appeal any decision made by the Board of County Commissioners of Highlands County, Florida, in public hearing or meeting is hereby advised that he will need a record of the proceedings, and for such purpose may need to ensure that a verbatim record of the proceedings is made which will include the testimony and evidence upon which such appeal is to be based. The Board of County Commissioners of Highlands County, Florida, does not discriminate upon the basis of any individual's disability status. This non-discrimination policy involves every aspect of the Board's functions, including one's access to, participation, employment or treatment in its programs or activities. Anyone requiring reasonable accommodation as provided for in the Americans with Disabilities Act or Section Florida Statutes should contact Ms. Pam Rogers, ADA Coordinator at: (Voice), or via Florida Relay Service 711, or by progers@hcbcc.org. Requests for CART or interpreter services should be made at least 24 hours in advance to permit coordination of the service. PLEASE NOTE OUR WEB SITE ADDRESS: For more information on the meeting, see the County Commission page online: Any invocation that may be offered before the official start of the Commission meeting shall be the voluntary offering of a private citizen, to and for the benefit of the Commission. The views or beliefs expressed by the invocation speaker have not been previously reviewed or approved by the Commission, and the Commission is not allowed by law to endorse the religious beliefs or views of this, or any other speaker. 1

2 HIGHLANDS COUNTY COUNTY COMMISSION AGENDA ITEM DATE OF ACTION REQUEST: Feb 20, 2018 PRESENTER: SUBJECT/TITLE: Clinton Howerton Jr., P.E. - County Engineer W. Kyle Green, Road and Bridge Superintendent Consideration of construction of Sebring Parkway Phase III project using Highlands County employees, services, and equipment. STATEMENT OF ISSUE On August 16, 2011, the Board approved the State of Florida Department of Transportation (FDOT) County Incentive Grant Program (CIGP) Agreement (FDOT financial project ID # ) in which FDOT agreed to share the cost of Sebring Parkway Phase III Project in the maximum participated amount of three million dollars ($3,000,000.00) for design, construction, and construction engineering and inspection services to construct 4.2 miles of roadway. This project will begin at the existing 90-degree bend in the Sebring Parkway Phase I project and continue north along the abandoned Seaboard Railroad right-of-way and end at Memorial Drive. This project is necessary to maintain the current levels of service for our existing roadways and to accommodate future development in the area. Per the original executed FDOT CIGP Agreement, the Sebring Parkway Phase III construction was required to be completed by October In April 2016, the County requested an extension for the second time extending the project through December 31, In July, 2017, a revised environmental resource permit was issued by SWFWMD for a revised design by a separate engineering firm hired by the County. In November 2017, FDOT granted another extension to complete the project prior to December 31, The current design-build contractor, Preferred Materials Inc., does not wish to incorporate the revised design desired by Highlands County as their plan for construction without additional compensation provides for construction of only 2 separated lanes. The current contract amount is $6,359, but will require an estimated additional $2 million or more with no certainty of final future costs. After reviewing the revised plans and reviewing construction prices and costs, staff has determined the complete 4 lane roadway can be constructed for the same approximate cost as needed for the contractor to complete their contract if built using County employees, services, and equipment. Recommendation by staff is to construct all 4 lanes of the proposed roadway in this method. RECOMMENDED ACTION Move to direct staff to prepare to complete the construction plans and construct the 4-lane roadway using Highlands County services, employees and equipment. FISCAL IMPACT Total project budget is currently $10,073, An additional $1,408, will be needed to fully fund the project as proposed. 2

3 Attachments: Phase III Cost comparison.pdf Parkway Phase III location map.pdf 3

4 No. Item Description Quan. Unit Unit Cost Total I. Highlands County Construction Cost Estimate Estimated HC Unit Cost HC Total Projected Savings Mobilization(10%) 1 LS 800, $800, , $10, , Maintenance of Traffic 1 LS 75, $75, , $40, , II GENERAL SEBRING PARKWAY PHASE III 4 LANES PRELIMINARY OPINION OF PROBABLE COST 25-Jan-18 PARKWAY DRAINAGE CONSTRUCTION Engineers Estimate SUB-TOTAL= $875, $50, , Floating Turbidity Barrier 200 LF $10.00 $2, $10.00 $2, $ Erosion and Sediment Control/Staked Silt Fence Type III 45,124 LF $2.50 $112, $1.80 $81, $31, Contractor Quality Control (Materials Testing) 1 LS $100, $100, $50, $50, $50, Clearing and Grubbing 67 AC $1, $67, $ $56, $10, Regular Excavation 70,464 CY $4.00 $281, $3.05 $214, $66, Embankment 76,221 CY $8.00 $609, $6.50 $495, $114, Stabilization Type B (12") 195,784 SY $4.00 $783, $3.05 $597, $185, Op. Base Group 4 (6" Shell rock, LBR 100)(8 ft. Multi-Use Path) 23,706 SY $13.18 $312, $10.85 $257, $55, Optional Base Group 9 (10" Shell rock, LBR 100)(Roadway) 165,906 SY $16.40 $2,720, $13.70 $2,272, $447, Milling Existing Asphalt Pav't (1 1/2" Avg Depth) 7,550 SY $1.80 $13, $1.80 $13, $ Type SP 9.5 Asph. Conc. (1.5")(8 ft. Multi-Use Path) 174 TN $93.00 $16, $80.00 $13, $2, Type SP 9.5 Asph. Conc. (1.5")(1st Lift Parkway) 12,816 TN $93.00 $1,191, $80.00 $1,025, $166, Type FC 9.5 Asph. Conc. (1")(2nd Lift Parkway) 8,544 TN $93.00 $794, $80.00 $683, $111, Miscellaneous Asphalt 10 TN $ $1, $ $1, $ Class NS Concrete (Gravity Wall)(2237 LFx 0.43) 962 CY $ $479, $ $479, $ Class II Concrete (Endwalls) 70 CY $1, $81, $1, $81, $ ft. x 6 ft. Concrete Box Culvert 352 LF $ $228, $ $211, $17, Inlets (Curb) (Type P-6) (<10') 7 EA $4, $32, $4, $32, $ Inlets (Ditch Bottom) (Type C) (<10') 31 EA $2, $78, $2, $78, $ Inlets (Ditch Bottom) (Type D) (<10') 15 EA $3, $45, $3, $45, $ Inlets (Ditch Bottom) (Type E) (<10') 3 EA $3, $9, $3, $9, $ Inlets (Gutter Type S) (< 10') 4 EA $3, $14, $3, $14, $ Manholes, J-7, < 10 ft. 7 EA $5, $35, $5, $35, $ Pipe Culvert, Optional Material, Round, 18", S/CD 3,775 LF $52.00 $196, $40.00 $151, $45, Pipe Culvert, Optional Material Round, 24", S/CD 976 LF $62.00 $60, $51.00 $49, $10, Pipe Culvert, Optional Material, Round, 30", S/CD 8 LF $80.00 $ $77.00 $ $ Pipe Culvert, Optional Material, Round, 36", S/CD 971 LF $94.00 $91, $84.00 $81, $9, Pipe Conc. Culv.(12"x 18" SS) 16 x 106' 15 LF $ $1, $ $1, $ Pipe Conc. Culv. (38"x 60" SS) 119 LF $ $23, $ $23, $ Mitered End Section, Optional Round, 18", CD 11 EA $ $9, $ $6, $3, Mitered End Section, Optional Round, 24", CD 1 EA $1, $1, $ $ $ Mitered End Section, Ellip/Arch 15" 1 EA $ $ $ $ $ Trench Drain (24" Perforated HDPE) 123 LF $ $19, $ $18, $1, Concrete Curb and Gutter, Type F 5,946 LF $18.00 $107, $18.00 $107, $ Concrete Curb, Type "D" (Along Trail) 213 LF $14.00 $2, $14.00 $2, $ Concrete Curb, Type "RA" 404 LF $16.00 $6, $16.00 $6, $ Concrete Ribbon Curb 701 LF $14.00 $9, $14.00 $9, $ Traffic Separator 924 LF $40.00 $36, $40.00 $36, $ Shoulder Gutter, Concrete 1,269 LF $20.00 $25, $20.00 $25, $ Detectable Warning 16 EA $ $4, $ $3, $ Guardrail 230 LF $25.00 $5, $25.00 $5, $ End Anchorage Assembly 8 EA $1, $14, $1, $14, $ Rip Rap, Fabric Formed Concrete 100 SY $74.00 $7, $74.00 $7, $ Fencing, Type A 45,124 LF $8.50 $383, $5.50 $248, $135, Temporary Seed and Mulch (NPDES Erosion Control) 150,000 SY $1.00 $150, $0.80 $120, $30, Sodding (Incl. Top Soil, Fertilizer & Water) 246,400 SY $2.11 $519, $1.90 $468, $51, Single Post Sign, F&I, Less Than 12 SF 39 EA $ $9, $ $9, $ Thermoplastic, Standard, White, 6" 50,554 LF $0.60 $30, $0.60 $30, $ Thermoplastic, Standard, White, 12" 807 LF $2.20 $1, $2.20 $1, $ Thermoplastic, Standard, White, 24" 246 LF $4.17 $1, $4.17 $1, $ Thermoplastic, Standard, White, 6" Dotted Guideline, 6-10 skip 1,640 $0.75 $1, $0.75 $1, $ Thermoplastic, Standard, White, Arrow 64 EA $64.98 $4, $64.98 $4, $ Thermoplastic, Standard, Yellow, 6" 45,654 LF $0.60 $27, $0.60 $27, $ Thermoplastic, Standard Yellow, 18" 313 LF $3.21 $1, $3.21 $1, $ Thermoplastic, Standard Yellow, 6" Dotted Guideline, 6-10 skip 1,319 LF $0.75 $ $0.75 $ $ Ditch Blocks Concrete 33 EA $1, $33, $1, $33, $ Ditch Blocks Sodded 122 EA $ $61, $ $61, $ Traffic Signals 1 EA $250, $250, $200, $200, $50, Tortoise Relocation 1 EA $50, $50, $35, $35, $15, SUB-TOTAL= $10,161, $8,547, $1,613, TOTAL CONSTRUCTION COST = $11,036, $8,597, $2,438, Engineering Consultants 1 EA $100, $100, $100, $0.00 Engineering Department expenses 1 EA $30, $40, $40, $10, Construction Engineering and Inspection 1 EA $150, $100, $100, $50, R&B Project Management expenses 1 EA $140, $140, $140, County Admin/Legal expenses 1 EA $45, $35, $35, $10, Survey 1 EA $30, $30, $30, III. 8.5% Contingency $938, $730, GRAND TOTAL SEBRING PARKWAY PHASE III = $12,299, $9,773, $2,526, Cell Coloring Guide Costs provided by Engineer Estimate Costs provided by Highlands County Comparison of two estimates G:\PROJECTS\Sebring Parkway Phase III\BOARD MEETING\2018\2018 Public Hearing\Phase III Cost Est.xls 4

5 5

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM. HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB 15-044 ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn:

More information

SEMINOLE TRIBE OF FLORIDA PURCHASING DEPARTMENT RFB MABEL T FRANK WAY ROADWAY CONSTRUCTION BIG CYPRESS INDIAN RESERVATION

SEMINOLE TRIBE OF FLORIDA PURCHASING DEPARTMENT RFB MABEL T FRANK WAY ROADWAY CONSTRUCTION BIG CYPRESS INDIAN RESERVATION SEMINOLE TRIBE OF FLORIDA PURCHASING DEPARTMENT RFB MABEL T FRANK WAY ROADWAY CONSTRUCTION BIG CYPRESS INDIAN RESERVATION 6300 STIRLING ROAD HOLLYWOOD, FLORIDA 33024 ADDENDUM NUMBER THREE June 12, 2015

More information

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 3/08/16 ITB NO. 16-012 ADDENDUM No. 1 Project.: TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY Owner: Highlands County BCC

More information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More information

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number) EXHIBIT A CONTRACTOR'S COMPENSATION SCHEDULE FOR ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / 50103-000-4150 (Budget Account Number) ITEM NO. P-S-F DESCRIPTION QTY

More information

2015 Financial Assurance (Basic form) 3/17/2015 Estimate Form

2015 Financial Assurance (Basic form) 3/17/2015 Estimate Form 2015 Financial Assurance (Basic form) 3/17/2015 Estimate Form Project Information (\aen i vake.. F;) N0.3-7114117 Project Name Section 1 - Grading and Erosion Control BMPs Quantity Units Price Earthwork

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

BID TABULATION Page 1 of 10. CMES, Inc. (L) E. R. Snell Contractor, Inc. (L) Est. Bid Quantity

BID TABULATION Page 1 of 10. CMES, Inc. (L) E. R. Snell Contractor, Inc. (L) Est. Bid Quantity BID TABULATION Page 1 of 10 CMES, Inc. C. W. Matthews Contracting Co., Inc. E. R. Snell Contractor, Inc. Units Unit Price Total Price Unit Price Total Price Unit Price Total Price 001 Aerial Photograph

More information

36 JASPER THPMAS ROAD CRAWFORDVILLE, FL.

36 JASPER THPMAS ROAD CRAWFORDVILLE, FL. N ARRAN RD. N US 319 CRAWFORDVILLE HWY SR 61 SHADEVILLE RD. WAKULLA HARVEY MILL ROAD US 319 PREBLE-RISH INC CIVIL SURVEYING SITE PLANNING 36 JASPER THPMAS ROAD CRAWFORDVILLE, FL. 32327 GENERAL NOTES: 1.

More information

C. W. Matthews Contracting Co., Inc. (L)

C. W. Matthews Contracting Co., Inc. (L) BID TABULATION Page 1 of 5 E.R. Snell Contractor, 001 Photograph Documentation 8 MO $110.00 $880.00 $250.00 $2,000.00 $97.17 $777.36 $1,250.00 $10,000.00 002 Traffic Control Project No. F-1056 1 LS $192,000.00

More information

BASE BID FORM FY 2015

BASE BID FORM FY 2015 BASE BID FORM FY 2015 STORMWATER TREATMENT AREA - BASE BID (FY2015) THE LUMP SUM (LS) PRICES FOR ITEMS 1-6 SHALL BE DONE IN ACCORDANCE WITH THE CONTRACT DOCUMENTS AND SPECIFICATIONS AND ALL APPLICABLE

More information

SPECIAL PROVISION Description of Project, Scope of Contract, and Sequence of Work

SPECIAL PROVISION Description of Project, Scope of Contract, and Sequence of Work 2004 Specifications CSJ: 0932-01-076 SPECIAL PROVISION Description of Project, Scope of Contract, and Sequence of Work 1.0 Description of Project 1.1. General. This project provides for the widening of

More information

Lump Sum L.S. (15") EA

Lump Sum L.S. (15) EA Page of 6 ROADWAY ITEMS 000 000000000-N 800 MOBILIZATION Lump Sum L.S. 000 000000000-N 80 CONSTRUCTION SURVEYING 0003 009000000-N SP REINFORCED BRIDGE APPROACH FILL, STATION ************ (5+6.0) 000 0050000000-E

More information

10:00 AM, Wednesday, April 8, 2015

10:00 AM, Wednesday, April 8, 2015 NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, April 8, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference

More information

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater

More information

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1 CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT- ENGINEERING DIVISION ADDENDUM DATE: 10/12/15 PROJECT: BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: 41506 BID DATE: 10/27/15 ADDENDUM

More information

:00 PM CST. McDonald Construction Inc of Slidell $1,002, Magee Excavation & Development LLC $1,

:00 PM CST. McDonald Construction Inc of Slidell $1,002, Magee Excavation & Development LLC $1, General Info Number: 316-00-17-47-2 Description: Lake Village Drainage Improvements - N. Pearl Mill & Overlay Deadline: 2017-7-9 2:00 PM CST Bids Business Bid Total McDonald Construction Inc of Slidell

More information

COST ESTIMATE STREET IMPROVEMENTS (Off Site)

COST ESTIMATE STREET IMPROVEMENTS (Off Site) STREET IMPROVEMENTS (Off Site) Developer: Planning Case # Engineer: TM No./PM No.: Phone No: Date: ITEM QUANTITY UNIT UNIT COST () AMOUNT 6" Curb and Gutter LF 13. 6" Curb only LF 1.5 8" Curb and Gutter

More information

Project Type: Drainage and Storm Systems

Project Type: Drainage and Storm Systems 580 Dakin Avenue Box Culvert & Utility Improvements Project $944,952 Improvements to approx. 3,000 lf of existing 4'x5' concrete box culvert; clean interior, patch surface, fill joints/cracks; install

More information

Page 1 of 7 Contract No.: 0216 OCPW Schedule Of Prices Addendum Date Created 1 07/11/2016 9:28 AM Project Number: SP 055-609-018 Project Title or Road Number: CSAH 9 Mill, Grade, Overlay Work Type: Grading,

More information

Today s Date: April 15, 2015 Bid Opening Date: April 22, 2015

Today s Date: April 15, 2015 Bid Opening Date: April 22, 2015 ADDENDUM NO. 1 FOR CONSTRUCTION OF COMMUNITY SEWAGE LIFT STATIONS & WASTEWATER TREATMENT LAGOONS FOR THE WHITE SHIELD COMMUNITY FORT BERTHOLD RESERVATION McLEAN COUNTY, NORTH DAKOTA Project AB-14-S59,

More information

Bidder Name: ITEMIZED BID: The bidder should complete the following section in accordance with Sec 102.7. The bidder proposes to furnish all labor, materials, equipment, services, etc. required for the

More information

DECEMBER 5, 2017 AT 2:00 P.M. (EASTERN TIME) (Estimated Cost: $5,000,000) Bids

DECEMBER 5, 2017 AT 2:00 P.M. (EASTERN TIME) (Estimated Cost: $5,000,000) Bids General Info Number: PROJECT NO. 43-17-04 : BRIDGE DECK REPAIR AND BRIDGE REMOVAL OHIO TURNPIKE OVER QUARRY ROAD, M.P. 138.0 OHIO TURNPIKE OVER INACTIVE RAILROAD, M.P. 138.2 LORAIN COUNTY, OHIO Deadline:

More information

ADDENDUM #1 ISSUE DATE: WEDNESDAY, MARCH 16, 2016 BID DATE: TUESDAY, MARCH 22, 2016 AT 12:00 PM (NOON)

ADDENDUM #1 ISSUE DATE: WEDNESDAY, MARCH 16, 2016 BID DATE: TUESDAY, MARCH 22, 2016 AT 12:00 PM (NOON) PROJECT #: 150081 CLIENT: PROJECT TITLE: CITY OF WILMINGTON, OH AIRBORNE CONNECTOR ROAD, PHASE 1 ISSUE DATE: WEDNESDAY, MARCH 16, 2016 BID DATE: TUESDAY, MARCH 22, 2016 AT 12:00 PM (NOON) THIS IS TO CERTIFY

More information

SOIL TRACKING PREVENTION DEVICE TYPE A

SOIL TRACKING PREVENTION DEVICE TYPE A Approach Length Swale Sediment Pit B Slope To Drain (0.1 Min.) 50 Std. 15 Std. Full Width 1-lane 30 Std. Full Width 2-lane A Slope To Drain A Construct Paved Turnout (Index No 515). May Be Deleted If Approved

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed

More information

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT Prepared By: 3800 Via Del Rey Bonita Springs, FL 34134 July 2015 Table of Contents Name Section Bid Schedule Project Description

More information

WAKULLA SITE PLANNING

WAKULLA SITE PLANNING WAKULLA CIVIL SURVEYING SITE PLANNING TRAFFIC CONTROL PLAN WAKULLA ARRAN ROAD WIDENING & RESURFACING UTILITY CONTACT LIST NO. DATE: APPR. REVISION: DATE: CIVIL SURVEYING SITE PLANNING GENERAL NOTES WAKULLA

More information

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form. ADDENDUM #2 JUNE 30, 2017 APRON REHABILITATION PHASE 3 HENRY E. ROHLSEN AIRPORT ST. CROIX, U.S. VIRGIN ISLANDS FAA AIP No.: 3-78-0002-037-2017 This addendum modifies or interprets the proposal documents

More information

CITY STANDARD DETAILS FOR CITY OF JACKSONVILLE FLORIDA DEPARTMENT OF PUBLIC WORKS

CITY STANDARD DETAILS FOR CITY OF JACKSONVILLE FLORIDA DEPARTMENT OF PUBLIC WORKS CITY STANDARD DETAILS FOR CITY OF JACKSONVILLE FLORIDA DEPARTMENT OF PUBLIC WORKS COMPLETE THROUGH REVISION #18 April 2009 CITY STANDARD DETAILS REVISIONS Revision No. Revision Date Effective Date 2 August

More information

BID TABULATION ( BIDS OPENED MONDAY, APRIL 24, 1:00 P.M. ) CONSTRUCT PARALLEL TAXIWAY - PHASE 3 HABERSHAM COUNTY AIRPORT, CORNELIA, GEORGIA

BID TABULATION ( BIDS OPENED MONDAY, APRIL 24, 1:00 P.M. ) CONSTRUCT PARALLEL TAXIWAY - PHASE 3 HABERSHAM COUNTY AIRPORT, CORNELIA, GEORGIA BASE BID 1 01000 MOBILIZATION 1.00 L. SUM $799,945.96 $799,945.96 $1,150,000.00 $1,150,000.00 2 01510 FIELD ENGINEER'S OFFICE 1.00 L. SUM $40,000.00 $40,000.00 $5,000.00 $5,000.00 3 ALL-1 4 ALL-2 5 MISC-1

More information

TABULATION OF BIDS DODGE CITY REGIONAL AIRPORT DODGE CITY, KANSAS RECONSTRUCT RUNWAY 14-32: SUMMARY PROJECT NO.: AIP

TABULATION OF BIDS DODGE CITY REGIONAL AIRPORT DODGE CITY, KANSAS RECONSTRUCT RUNWAY 14-32: SUMMARY PROJECT NO.: AIP RECONSTRUCT RUNWAY 14-32: SUMMARY., BID SUMMARY TOTAL COST TOTAL COST TOTAL COST TOTAL COST TOTAL COST Schedule 1 Cost of Construction $4,717,480.00 $5,106,762.00 $5,697,026.50 $4,430,910.42 $4,640,166.10

More information

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE,

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE, CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE FOR THE CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS RQ# 41677 BIDS DUE ON: May 1, 2018, at 2:00 p.m. ADDENDUM NUMBER 1, April 25, 2018, Page

More information

MAY 11, 2017 T-MC-107A & T-MC-107B1

MAY 11, 2017 T-MC-107A & T-MC-107B1 Schedule of Bid Items - Part A ROADWAY 107A 201(A) - CLEARING AND GRUBBING - LSUM 1.00 30,000.00 30,000.00 $100,000.00 $100,000.00 $65,000.00 $65,000.00 $120,000.00 $120,000.00 $50,000.00 $50,000.00 $18,262.05

More information

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 04/03/17 Comp. Dt: 10/06/17

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 04/03/17 Comp. Dt: 10/06/17 Letting: 17030200 Letting Dt: March 02, 2017 9:30 A.M. State Proj.: 6216-127 Contract ID: Contract Description: Contract Location: Recommendation: 170023 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION

More information

CONTRACT ADDENDUM CASS WHITE ROAD - BARTOW COUNTY

CONTRACT ADDENDUM CASS WHITE ROAD - BARTOW COUNTY Bartow County June 5, 2018 0015144 Bartow Cass White Road Relocation CONTRACT ADDENDUM 0015144 CASS WHITE ROAD - BARTOW COUNTY ADDENDUM NO.: 005 DATE ISSUED: July 18, 2018 BID DATE: July 26 th, 2018 BID

More information

ANSWERS TO QUESTIONS RECEIVED THROUGH 1:00 PM ON MAY 24, 2018:

ANSWERS TO QUESTIONS RECEIVED THROUGH 1:00 PM ON MAY 24, 2018: ADDENDUM NO. 3 PROJECT NO. 43805 (PART A & B) PAGE 2 ANSWERS TO QUESTIONS RECEIVED THROUGH :00 PM ON MAY 24, 208: Q#32 Addendum # answered Question #7 indicating that an average depth of 3 feet for the

More information

MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : PROJECTS STP-1277(700)S

MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : PROJECTS STP-1277(700)S MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : 012777.00 PROJECTS ------------------------------ STP-1277(700)S COUNTY : ANDROSCOGGIN CONTRACT ID : 012777.00 MAINE

More information

MEMORANDUM ADDENDUM # 1

MEMORANDUM ADDENDUM # 1 MEMORANDUM ADDENDUM # 1 To: Interested Vendors From: Cindy Clack & Misty Landers Date: 7/15/2016 Re: RFB2016-17 Old Hog Mountain Road Resurfacing -- Addendum #1 (6 pages to include a Revised Bid Form and

More information

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances 2004 Specifications CSJ 2250-01-021, etc SPECIAL SPECIFICATION 5243 Water and Sewer System and Appurtenances 1. Description. This Item governs for the furnishing of all equipment, labor and materials to

More information

Replace BID SCHEDULE with attached revised BID SCHEDULE.

Replace BID SCHEDULE with attached revised BID SCHEDULE. CONTRACT ADDENDUM Project: 9 st Ave SE & 4 th Street SE Sidewalk Improvements Project No: 00 Addendum No: Date: 0 September 0 Addendum: Replace BID SCHEDULE with attached revised BID SCHEDULE. Section

More information

Florida Department of Environmental Protection Bureau of Design and Construction 3540 Thomasville Road Tallahassee, Florida 32309

Florida Department of Environmental Protection Bureau of Design and Construction 3540 Thomasville Road Tallahassee, Florida 32309 Florida Department of Environmental Protection Bureau of Design and Construction 3540 Thomasville Road Tallahassee, Florida 32309 Rick Scott Governor Jennifer Carroll Lt. Governor Herschel T. Vinyard Jr.

More information

CONSTRUCTION SPECIFICATION MANUAL TECHNICAL STANDARDS FOR STORMWATER

CONSTRUCTION SPECIFICATION MANUAL TECHNICAL STANDARDS FOR STORMWATER CONSTRUCTION SPECIFICATION MANUAL TECHNICAL STANDARDS FOR STORMWATER Tavares, Florida Jones Edmunds & Associates, Inc. Project No. 06806-012-01 CONSTRUCTION SPECIFICATION MANUAL TECHNICAL STANDARDS FOR

More information

ESTIMATED DISTRIBUTION OF MATERIAL LIST Lomitas Negras Phase 2 Southern Sandoval County Arroyo Flood Control Authority

ESTIMATED DISTRIBUTION OF MATERIAL LIST Lomitas Negras Phase 2 Southern Sandoval County Arroyo Flood Control Authority PAY DESCRIPTION GENERAL 1 1200 Construction Traffic Control and Barricading: including any and all access signs and permitting by the City of LS 1 Rio Rancho, 2 1504 Temporary Pollution Control: NPDES

More information

Project Location: Various, Anywhere, PA Bid Date: 7/16/ Rock Construction Entrance

Project Location: Various, Anywhere, PA Bid Date: 7/16/ Rock Construction Entrance To: Project Name: Bidding Company Site Work Project Contact: Address: Various Phone: Fax: Bid Number: Project Location: Various, Anywhere, PA Bid Date: 7/16/2014 Clarifications: This takeoff does not include

More information

OKLAHOMA TURNPIKE AUTHORITY JUNE 7, 2018 SCHEDULE OF BID ITEMS EOC JP 26422(10) INTERCHANGE AT I-40

OKLAHOMA TURNPIKE AUTHORITY JUNE 7, 2018 SCHEDULE OF BID ITEMS EOC JP 26422(10) INTERCHANGE AT I-40 PART A - ROADWAY - EOC 2461 201(A) CLEARING AND GRUBBING LSUM 1.00 $500,000.00 $500,000.00 202(A) UNCLASSIFIED EXCAVATION CY 651,706.00 $4.00 $2,606,824.00 202(D) UNCLASSIFIED BORROW CY 7,500.00 $8.00

More information

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged. 1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,

More information

DOCUMENT ADDENDA AND MODIFICATIONS

DOCUMENT ADDENDA AND MODIFICATIONS DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Wyman & Simpson Inc. - Richmond, ME $3,379,844.00 Scott Construction Corporation - Portland, ME $3,572,184.50 CPM Constructors - Freeport, ME $3,732,667.25 Page 1 of 16 Wyman

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 17/ AE POT SPRINGS RESTORATION PROJECT. Addendum #1 October 11, 2018

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 17/ AE POT SPRINGS RESTORATION PROJECT. Addendum #1 October 11, 2018 SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 17/18-037 AE POT SPRINGS RESTORATION PROJECT Addendum #1 October 11, 2018 Due to impacts of Hurricane Michael and the closure of District

More information

Maine Turnpike Authority

Maine Turnpike Authority PAVEMENT REHABILITATION & CLEAR ZONE IMPROVEMENTS MM 80.7 TO MM 88.6 202.121 Removing Existing Concrete (6CY) 1.00 LS 202.127 Removing of Existing Bituminous Pavement (470 SY) 1.00 LS 202.202 Removing

More information

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018 155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated

More information

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2 MERCED COUNTY BID LIST CAMPUS PARKWAY SEGMENT 2 CONTRACT 2017191 The bidder must provide unit prices for each bid item listed below, based on the specified unit of measure. The unit price for each item

More information

Department of Transportation Mitchell Region Office

Department of Transportation Mitchell Region Office Connecting South Dakota and the Nation Department of Transportation Mitchell Region Office PO Box 1206 Mitchell, SD 57301-7206 605/995-8129 FAX: 605/995-8135 September 28, 2018 TO: Interested Bidders (pdf

More information

(ENGLISH UNITS) FILE:

(ENGLISH UNITS) FILE: J u l i a R. B u e r e n, D i r e c t o r Deputy Directors Brian M. Balbas Stephen Kowalewski Steven Silveira Joe Yee Memo TO: Engineering Services Staff DATE: FROM: Warren Lai, Assistant Public Works

More information

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS TO: All Plan Holders and Prospective Bidders TITLE: Hills of Cedar Creek East Phase 2 PROJECT NO: LOCATION: OWNER: EGA181011 Council Bluffs, IA. City

More information

INFRASTRUCTURE FINANCING PLAN FOR THE WOODGLEN SPECIFIC PLAN

INFRASTRUCTURE FINANCING PLAN FOR THE WOODGLEN SPECIFIC PLAN FINAL REPORT INFRASTRUCTURE FINANCING PLAN FOR THE WOODGLEN SPECIFIC PLAN Prepared for: City of Modesto Prepared by: Willdan Financial Services Approved by Modesto City Council on July 9, 2013 Resolution

More information

PLANNING, APPROVED CONCEPT, AND BACKGROUND

PLANNING, APPROVED CONCEPT, AND BACKGROUND Revised Project Concept Report Page 2 P.I. Number: 0009397 County: Fulton PLANNING, APPROVED CONCEPT, AND BACKGROUND Project Justification Statement: The Need and Purpose Statement approved November 18,

More information

1.00 LS $150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150,000.

1.00 LS $150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150,000. LAS VEGAS PAVING CORP. CONTRI CONSTRUCTION COMPANY AGGREGATE INDUSTRIES-SWR, INC. TAB CONTRACTORS, INC. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT

More information

CITY OF CRESTVIEW OFFICE OF THE CITY CLERK P.O. DRAWER 1209, CRESTVIEW, FLORIDA Phone # (850) Fax # (850)

CITY OF CRESTVIEW OFFICE OF THE CITY CLERK P.O. DRAWER 1209, CRESTVIEW, FLORIDA Phone # (850) Fax # (850) 1. Call to Order 2. Pledge of Allegiance CITY OF CRESTVIEW OFFICE OF THE CITY CLERK P.O. DRAWER 1209, CRESTVIEW, FLORIDA 32536 Phone # (850) 682-1560 Fax # (850) 682-8077 September 24, 2018 5:30 P.M. Council

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

College Station, TX. Legislation Details (With Text)

College Station, TX. Legislation Details (With Text) City Hall 1101 Texas Ave 77840 Legislation Details (With Text) File #: 18-0233 Version: 1 Name: Veterans Park and Athletic Complex Build Out Phase 1 Construction Contract Type: Contract Status: Consent

More information

APPENDIX B Construction Surface Water Management Plan PLANT CITY, FLORIDA SYDNEY ROAD RECLAIMED WATER PROJECT INVITATION TO BID ITB NO.

APPENDIX B Construction Surface Water Management Plan PLANT CITY, FLORIDA SYDNEY ROAD RECLAIMED WATER PROJECT INVITATION TO BID ITB NO. APPENDIX B Construction Surface Water Management Plan PLANT CITY, FLORIDA SYDNEY ROAD RECLAIMED WATER PROJECT INVITATION TO BID ITB NO. 11-91360-001 ADVERTISED: November 5, 2010 MANDATORY PRE-BID MEETING:

More information

Kansas Department of Transportation DISTRICT 1. Project(s): 089 U / HSIP-U231(701) Min: Max:

Kansas Department of Transportation DISTRICT 1. Project(s): 089 U / HSIP-U231(701) Min: Max: Page 1 of 18 SECTION: 01 COMMON ITEMS 1 025323 MOBILIZATION 2 070626 MOBILIZATION (DBE) 3 025600 FIELD OFFICE AND LABORATORY (TYPE A) 4 012340 FOUNDATION STABILIZATION (SET PRICE) 5 020100 CONTRACTOR CONSTRUCTION

More information

PITTSBURGH TECHNOLOGY CENTER PUBLIC IMPROVEMENTS SITE PREPARATION CONTRACT NO. 11 BID TABULATION BID OPENING DATE: MARCH 11, 2008

PITTSBURGH TECHNOLOGY CENTER PUBLIC IMPROVEMENTS SITE PREPARATION CONTRACT NO. 11 BID TABULATION BID OPENING DATE: MARCH 11, 2008 BT-1 of 7 Clearing and Grubbing L.S. $50,000.00 $50,000.00 $5,335.00 $5,335.00 $14,560.00 $14,560.00 $20,000.00 $20,000.00 $10,600.00 $10,600.00 Class 1 Excavation 4300 C.Y. $20.00 $86,000.00 $15.00 $64,500.00

More information

UNIT PRICE LIST January 2009

UNIT PRICE LIST January 2009 UNIT PRICE LIST January 2009 1 INTRODUCTION The purpose of the Unit Price List is to provide a resource for the preparation of cost estimates for subdivisions and permit projects and should be used only

More information

EXIST PIPE 12 FT LANDSCAPING PROPOSED PLAN LEFT EXIST. R/W REPLACE INLET TOP EXIST PIPE

EXIST PIPE 12 FT LANDSCAPING PROPOSED PLAN LEFT EXIST. R/W REPLACE INLET TOP EXIST PIPE EDGE OF PAVEMENT EXIST SIDEWALK PROPOSED SIDEWALK PROPOSED SIDEWALK EXIST PIPE DBI SD 12 FT 12 FT LANDSCAPING LANDSCAPING EXIST DITCH TO BE REMOVED EXISTING PLAN (RIGHT SIDE SHOWN, LEFT SIDE SIMILAR) PROPOSED

More information

Addendum No: 3 THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO.3. Closing Time: 2:00 P.M., December 18, 2018 Opening Time: 2:01 P.M., December 18, 2018

Addendum No: 3 THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO.3. Closing Time: 2:00 P.M., December 18, 2018 Opening Time: 2:01 P.M., December 18, 2018 CITY OF WACO Purchasing Services Post Office Box 2570 Waco, Texas 76702-2570 254 / 750-8405 Fax: 254 / 750-8063 www.waco-texas.com Date: 12/18/2018 RFB No: 2018-078 Commodity: South 26 th Street Improvements

More information

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013 ADDENDUM NO. 1 for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA Posting Date: June 20, 2013 BIDDERS SHALL CONFORM TO THE FOLLOWING CHANGES AS A PART OF THE BID DOCUMENTS, WHICH SHALL BECOME

More information

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 3690 NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Commissioners Kitsap County 614 Division Street Port

More information

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON - April 24, 2017 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 25, 2017 in accordance

More information

Construction Cost Estimation Preparation Manual for Preliminary Design (English Units)

Construction Cost Estimation Preparation Manual for Preliminary Design (English Units) 10/16/2014 Construction Cost Estimation Preparation Manual for Preliminary Design (English Units) July 2002 Prepared by Construction Cost Estimating Unit Program Support Services 10/16/2014 Table of Contents

More information

Cherokee County Government Capital Program Management 130 East Main Street Suite 106 Canton, GA Fax

Cherokee County Government Capital Program Management 130 East Main Street Suite 106 Canton, GA Fax Cherokee County Government Capital Program Management East Main Street Suite 6 Canton, 4 678-49-677 Fax 678-49-688 March 4, 26 RE: Project 629 East Cherokee Drive at Dean Rusk Middle School Description

More information

PLAN PREPARATION GUIDE CHAPTER 3 QUANTITY COMPUTATIONS AND INFORMATION

PLAN PREPARATION GUIDE CHAPTER 3 QUANTITY COMPUTATIONS AND INFORMATION PLAN PREPARATION GUIDE CHAPTER 3 QUANTITY COMPUTATIONS AND INFORMATION SECTION DESCRIPTION PAGE 1 General Quantities 3-1 2 Maintenance of Roadway and Drives 3-1 3 Liquid Asphalt Binder in Paving Mixture

More information

SECTION 1500 REMOVALS

SECTION 1500 REMOVALS SECTION 1500 REMOVALS REMOVALS PART 1 GENERAL 1.01 Section Summary A. Removal of structures, obstructions, surfacing, and miscellaneous items. 1.02 Related Sections A. Section 1800 Excavation and Embankment

More information

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction and Invitations to Bidders, the undersigned

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount CPM Constructors - Freeport, ME $13,984,117.36 Reed & Reed, Inc. - Woolwich, ME $14,883,139.00 Page 1 of 11 CPM Constructors Freeport, ME 201.11 Clearing AC 2.00 10000.00

More information

Taxiways P and P7 Drainage Improvements Re-bid CONTRACT NO ADDENDUM NUMBER ONE

Taxiways P and P7 Drainage Improvements Re-bid CONTRACT NO ADDENDUM NUMBER ONE Department of Aviation Airport Office Building 8500 Peňa Boulevard Denver, Colorado (303) 342-2200 www.flydenver.com March 3, 2015 Taxiways P and P7 Drainage Improvements Re-bid ADDENDUM NUMBER ONE This

More information

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS CONTRACT NO COLORADO CENTER BICYCLE/PEDESTRIAN BRIDGE OVER I-25

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS CONTRACT NO COLORADO CENTER BICYCLE/PEDESTRIAN BRIDGE OVER I-25 201-00000 Clearing and Grubbing 1 LS 202-00010 Removal of Tree 1 EA 202-00035 Removal of Pipe 30 LF 202-00200 Removal of Sidewalk 431 SY 202-00203 Removal of Curb and Gutter 973 LF 202-00205 Removal of

More information

Date of Advertisement: December 30, 2009 in the Herald Newspapers

Date of Advertisement: December 30, 2009 in the Herald Newspapers Date of Advertisement: December 30, 2009 in the Herald Newspapers ADVERTISEMENT FOR BIDS BOARD OF CHOSEN FREEHOLDERS CAPE MAY COUNTY NEW JERSEY Notice is hereby given that sealed proposals addressed to

More information

PAY QUANTITY NOTES INCLUDES CU. YDS. FOR DRIVEWAYS, RETURNS, DIKES, AND MISCELLANEOUS EARTHWORK WHERE NO QUANTITY IS SHOWN ON P & P SHEETS.

PAY QUANTITY NOTES INCLUDES CU. YDS. FOR DRIVEWAYS, RETURNS, DIKES, AND MISCELLANEOUS EARTHWORK WHERE NO QUANTITY IS SHOWN ON P & P SHEETS. PAY QUANTITY NOTES (F-1) (F-2) (F-3) (F-4) (F-5) (F-6) (F-7) (F-8) (F-9) (F-10) (F-11) (F-12) (F-13) (F-14) (F-15) (F-16) (F-17) (F-18) (F-19) INCLUDES CU. YDS. FOR DRIVEWAYS, RETURNS, DIKES, AND MISCELLANEOUS

More information

CITY OF CRESTVIEW OFFICE OF THE CITY CLERK P.O. DRAWER 1209, CRESTVIEW, FLORIDA Phone # (850) Fax # (850)

CITY OF CRESTVIEW OFFICE OF THE CITY CLERK P.O. DRAWER 1209, CRESTVIEW, FLORIDA Phone # (850) Fax # (850) 1. Call to Order 2. Pledge of Allegiance 3. Open Workshop 4. Approve Agenda CITY OF CRESTVIEW OFFICE OF THE CITY CLERK P.O. DRAWER 1209, CRESTVIEW, FLORIDA 32536 Phone # (850) 682-1560 Fax # (850) 682-8077

More information

2018 Roadway Erosion Control CONTRACT NO ADDENDUM NUMBER TWO

2018 Roadway Erosion Control CONTRACT NO ADDENDUM NUMBER TWO July 27, 2018 2018 Roadway Erosion Control ADDENDUM NUMBER TWO This Addendum Number Two supersedes and/or supplements all portions of the Contract Documents with which it conflicts. Bidders must acknowledge

More information

County of Georgetown, South Carolina

County of Georgetown, South Carolina County of Georgetown, South Carolina 129 Screven Street, Suite 239 Georgetown, SC 29440-3641 Post Office Box 421270, Georgetown, SC 29442-4200 (843)545-3082 Fax (843)545-3500 purch@gtcounty.org ADDENDUM

More information

OAK MARSH PHASE II FEASIBILITY REPORT CITY OF MANKATO MINNEOSTA. January 20, 2015 Project No

OAK MARSH PHASE II FEASIBILITY REPORT CITY OF MANKATO MINNEOSTA. January 20, 2015 Project No PHASE II FEASIBILITY REPORT CITY MINNEOSTA January 20, 20 Project No. 14 I. INTRODUCTION Oak Marsh Phase II is a residential development on a parcel of land located in the Southern portion of the City

More information

INVITATION TO BID OFFICE OF THE CENTRAL FLORIDA EXPRESSWAY AUTHORITY ORLANDO, FLORIDA

INVITATION TO BID OFFICE OF THE CENTRAL FLORIDA EXPRESSWAY AUTHORITY ORLANDO, FLORIDA INVITATION TO BID OFFICE OF THE CENTRAL FLORIDA EXPRESSWAY AUTHORITY ORLANDO, FLORIDA Sealed Bids for the work generally described below will be received on February 16, 2016, in the headquarters office

More information

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6 SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO. 18-4501 SOLICITATION NO. CO-00198 ADDENDUM 6 (September 10, 2018) To Respondent of Record: This addendum, applicable to work referenced

More information

Franklin County Engineer's Office - Highway Design FRA-Hamilton Road Bid Tabulation

Franklin County Engineer's Office - Highway Design FRA-Hamilton Road Bid Tabulation 7/07/2015 Page 1 of 20 Group: A Roadway 005 201E11000 Clearing And Grubbing 008 202E20010 Headwall Removed 10.00 EA 010 202E23000 Pavement Removed, 88.00 SQYD Concrete 012 202E23010 Pavement Removed, Asphalt

More information

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE:

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE: Revision 1 Dated October 2, 2014 1.3.2 UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE: PEYTON DRIVE WIDENING - PHASE 3 AND ENGLISH CHANNEL IMPROVEMENTS Project No s. S12012 & 800360

More information

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02 ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 23, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance

More information

Bruce Powers, Park Analyst / Project Manager Parks & Recreation Department

Bruce Powers, Park Analyst / Project Manager Parks & Recreation Department 6.1 TO: FROM: SUBJECT: Kent Studebaker, Mayor Members of the City Council Bruce Powers, Park Analyst / Project Manager Parks & Recreation Department East Waluga Sports Fields Replacement Project DATE:

More information

CITY AND COUNTY OF DENVER

CITY AND COUNTY OF DENVER 2-1.1b REMOVE COMBINATION CONCRETE CURB, GUTTER AND SIDEWALK (3'-11") 2-1.2a REMOVE 6" CONCRETE CURB AND/OR GUTTER S Holly: See near STA: 25+56 S Poplar 300 LF 25 LF 2-1.4 REMOVE HANDICAP CONCRETE CURB

More information

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1 UPPER SKAGIT INDIAN TRIBE COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO. 1 (7 pages total) Issue Date: May 11, 2016 General: Recitations of each and every section of the bid documents impacted

More information

CONSTRUCTION PLAN CHECKLIST

CONSTRUCTION PLAN CHECKLIST CONSTRUCTION PLAN CHECKLIST The design engineer is responsible for ensuring that plans submitted for city review are in accordance with this checklist. It is requested that the executed checklist be submitted

More information

4TH STREET SEWER EXTENSION TO MBR PLANT BID SOLICITATION NO

4TH STREET SEWER EXTENSION TO MBR PLANT BID SOLICITATION NO ADDENDUM NO. 2 March 12, 2019 Engineer: Owner: Parametrix The Tulalip Tribes 1019 39th Avenue SE 8802 27th Avenue NE Suite 100 Tulalip, WA 98271-9694 Puyallup, Washington 98374 4TH STREET SEWER EXTENSION

More information

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ADDENDUM NO. 1 ITB-U-11-05 CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ISSUE DATE: February 14, 2011 BID DATE: TO: SUBJECT: INTENT: March 1, 2011 @ 2:00 P.M. All Prospective Bidders and Others

More information

$1,314, SW King Street and SW Mauldin Ave Bid Opening 5/3/2018 Company Name Amount. Anderson Columbia. Curt s Construction

$1,314, SW King Street and SW Mauldin Ave Bid Opening 5/3/2018 Company Name Amount. Anderson Columbia. Curt s Construction Bid No. 2018-3 Columbia County Board of County Commissioners SW King Street and SW Mauldin Ave Bid Opening 5/3/2018 Company Name Amount Anderson Columbia C.A. Boone Construction Curt s Construction 1,187,141.78

More information

SPECIAL PROVISION Detours, Barricades, Warning Signs, Sequence of Work, etc.

SPECIAL PROVISION Detours, Barricades, Warning Signs, Sequence of Work, etc. 2004 Specifications CSJ 0299-04-049, Etc. SPECIAL PROVISION 000---979 Detours, Barricades, Warning Signs, Sequence of Work, etc. 1. Description of Project. A. General. This project provides for the construction

More information

33rd Street Outfall (Curtis to Lafayette) Schedule A

33rd Street Outfall (Curtis to Lafayette) Schedule A 01-21.23.01 ALLOWANCE ACCOUNT - SEE PROJECT SPECIAL PROVISIONS Add'l Info: For coordination and installation of power supply to upgraded traffic signals at MLK and Downing and MLK and Marion. Please see

More information

ADDENDUM NO. 2. DATE: June 21, PROJECT NAME: Calusa Corners Park Improvements

ADDENDUM NO. 2. DATE: June 21, PROJECT NAME: Calusa Corners Park Improvements ADDENDUM NO. 2 DATE: June 21, 2016 PROJECT NAME: Calusa Corners Park Improvements This Addendum is issued to clarify and/or modify the previously issued Invitation for Bid. All requirements not modified

More information