Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL

Similar documents
Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL

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

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

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

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

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

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

Job No.: Project Title: Lift Stations Rehabilitation Design Phase 3 Solicitation # B MF

Pflugerville, TX St. Hedwig, TX 78152

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

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

RFB Addendum 3

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

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

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

Rock Chalk Park - Infrastructure Report. July 2013

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

The bid due date has been changed to 2:50 p.m. May 25, 2018.

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

Annual Services Construction Contract (ASCC) #15 Project Number: PUCN

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

SAN ANTONIO WATER SYSTEM CIBOLO CREEK SEWERSHED FLOW DIVERSION PROJECT SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM NO.

Tornillo-Guadalupe Port of Entry Project Zone Sewer Facility. Bid #

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

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

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

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

BID TABULATION BID REQUEST NO

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

San Antonio Water System

REQUEST FOR QUOTATION

BID FORM. PROJECT: 2017 Water line replacement

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018

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

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

BID FOR LUMP SUM CONTRACT

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

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

NOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 CHANGES TO PROPOSAL OR PLANS

CITY OF TAMPA ADDENDUM 2. April 18, 2018

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

Quote Name: Furnish and Install New Drainage Outfall Pipe and Inlet

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

Bartlett &West Driv<ng Community and Industry Forward, Together

Addendum 1 13 TH Street Streetscape. September 1, 2017

PORT OF EVERETT SECTION Insert Project Name in CAPS

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT

PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COSTS

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

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

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

BRICK UTILITIES PARTIAL WATER MAIN REPLACEMENT CEDAR VILLAGE VARIOUS STREETS & PARTIAL FORCE MAIN REPLACEMENT BAY HARBOR BOULEVARD

BID RESPONSE FORM. Heritage School HVAC System Replacement. The above scope of work to be performed at the dollar amount(s) stated herein.

OKLAHOMA TURNPIKE AUTHORITY

2014 SEWER REHABILITATION PROJECT. Project #: Bid Date: Tuesday, October 28, 2014

2018 Pipelines Water and Sewer Construction Contract Pkg I

CONTRACT DOCUMENTS TABLE OF CONTENTS BIDDING AND CONTRACT REQUIREMENTS

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

SUBDIVISION IMPROVEMENTS AGREEMENT

Utility Committee Meeting AGENDA. October 3, 2017

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).

Sandalfoot Blvd. & SR 7 and SW 3rd St. & SR 7 Bridge Replacements WEEKLEY ASPHALT PAVING, INC. KIEWIT INFRASTRUCTURE CO. RUSSELL ENGINEERING

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

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

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

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

SECTION 1.A BID FOR LUMP SUM CONTRACT

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

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

BID DOCUMENTS & SPECIFICATIONS

BID TABULATION JAMES STREET TRUNK SEWER IMPROVEMENTS CORALVILLE, IOWA

WINDOW WASHING

Mainelli Wagner & Associates, Inc.

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

CONTRACT & BID DOCUMENTS & TECHNICAL SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION

Project Manual and Bid Documents. City of Ranson 2017 Street Paving Projects. City of Ranson, West Virginia

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO

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

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

KEY LARGO WASTEWATER TREATMENT DISTRICT

City of Newnan, Georgia

Munilla Construction HOOD RD., E. OF FLORIDA'S TURNPIKE TO W. OF CENTRAL BLVD. AND HOOD RD. & CENTRAL

Addendum 1 Downtown North CRA Sidewalks

BIDDING REQUIREMENTS, CONTRACT FORMS, CONTRACT CONDITIONS AND SPECIFICATIONS. Sub 9 Civil PREPARED BY:

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Mainelli Wagner & Associates, Inc.

Facility Services Planning, Design and Construction Condensate Line Replacement Near Reilly Hall NAU PROJECT #

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

NAME OF CONTRACTOR CONTRACTORS ADDRESS Buffalo Road th ave Ct SW Walcott, IA North Liberty, IA

INSTRUCTIONS TO BIDDERS

GENERAL INSTRUCTIONS TO BIDDERS

Florida Governmental Utility Authority

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

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

The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

Televising and cleaning of Sanitary Sewer & Storm Sewer lines City of Hudson

SECTION BIDDING REQUIREMENTS AND CONDITIONS

Transcription:

Date: BID PROPOSAL PROPOSAL OF A corporation A partnership consisting of An individual doing business as THE SAN ANTONIO WATER SYSTEM Pursuant to Instructions and Invitations to Bidders, the undersigned proposes to furnish all labor and materials as specified and perform the work required for the construction of pipelines and appurtenances, San Antonio Water System Job Number 12-2504 in accordance with the Plans and Specifications for the following prices to wit: 1. Erosion & Sedimentation Controls 2. Trench Excavation Safety Protection Cents LF 36,401 $ $ 3. Re-vegetation Cents SY 172,072 $ $ 4. 8 (PVC, SDR 26, all depths) Cents LF 38 $ $ 5. 18 (PVC, SDR 26, all depths) Cents LF 5,537 $ $ 6. 24 (PVC, SDR 26, all depths) Cents LF 9,130 $ $ BP-1 November 2011

7. 60 FRP, SN72 (all depths) Cents LF 60 $ $ 8. 66 FRP, SN72 (all depths) Cents LF 20,911 $ $ 9. Standard Manhole (Fiberglass) Cents EA 34 $ $ 10. Standard Drop Manhole (Fiberglass) Cents EA 1 $ $ 11. Standard Manhole Extra Depth, >15 (Fiberglass) Cents VF 279 $ $ 12. Manholes Over Existing Sanitary Sewer Lines Cents EA 3 $ $ 13. 66 Tee Base MH Cents EA 2 $ $ 14. 66 & 60 Tee Base MH, Miter Cents EA 7 $ $ 15. 66 Tee Base MH (Drop) Cents EA 6 $ $ BP-2 February 2012

16. 66 Tee Base MH Miter (Drop) Cents EA 15 $ $ 17. 66 Tee Base MH (Drop x2) Cents EA 7 $ $ 18. 66 Tee Base MH Miter (Drop x2) Cents EA 2 $ $ 19. Tee Base MH, 60 Riser Extra Depth (>15 ) Cents VF 671 $ $ 20. Fence Gate 16 (Type 1) Cents EA 13 $ $ 21. Remove and Replace Fencing Cents LF 2,040 $ $ 22. Boring or Tunneling (18 DIA. PVC) Cents LF 379 $ $ 23. Carrier Pipe Installed in Steel Casing and Steel Liner Plate (18 DIA. PVC) Cents LF 379 $ $ 24. Boring or Tunneling for 24 DIA. PVC Cents LF 468 $ $ BP-3 February 2012

25. Carrier Pipe Installed in Steel Casing or Tunnel Liner Plate (24 DIA. PVC) Cents LF 468 $ $ 26. Boring or Tunneling for 66 DIA. FRP Cents LF 964 $ $ 27. Carrier Pipe Installed in Steel Casing or Steel Line Plate (66 DIA. FRP) Cents LF 964 $ $ 28. Downstream Siphon Structure No. 4 29. Upstream Siphon Structure No. 4 30. 12 FRP for Siphon No.4 31. 36 FRP for Siphon No.4 Cents LF 725 $ $ Cents LF 725 $ $ 32. 42 FRP for Siphon No.4 Cents LF 725 $ $ 33. 30 HDPE (Air By-Pass Pipe) Cents LF 763 $ $ BP-4 February 2012

34. Air Bypass Manhole (FRP) Cents EA 2 $ $ 35. Remove and Replace Existing Gravel Roads Cents SY 17,615 $ $ 36. Demolition Cents LS 1 $ XXXXXXXX $ 37. Concrete Encasement for 18 (PVC, SDR 26) Cents LF 128 $ $ 38. Concrete Encasement for Siphon Barrels Cents LF 391 $ $ 39. Bypass Pumping 40. Abandonment of Sanitary Sewer Main and Manholes Cents LF 354 $ $ 41. Lift Station #193 Decommissioning 42. Lift Station #219 Decommissioning BP-5 February 2012

43. Tree Protection 44. Connection to MRSO Segment 3 45. Connection to MRSO Segment 5 46. Gravity Sewer Outfall Testing Cents LF 37,487 $ $ LINE A SUB TOTAL BASE BID $ 47. Mobilization Percent LS 1 $XXXXXXXX $ (Maximum of 5% of the Line Item A Sub-total Base Bid amount) LINE B MOBILIZATION SUB TOTAL $ Note: Mobilization lump sum bid amount shall be limited to a maximum of 5% of the Subtotal base bid amount. In the event of a discrepancy between the written percentage and dollar amount shown for the Mobilization bid item the written percentage will govern. If the percentage written exceeds the allowable maximum stated for mobilization, SAWS reserves the right to cap the amount at the percentage shown and adjust the extension of the bid item accordingly. TOTAL BID AMOUNT (LINE A + LINE B ) $ DOLLARS AND CENTS BP-6 February 2012

BIDDER S SIGNATURE & TITLE FIRM S NAME (TYPE OR PRINT) FIRM S ADDRESS FIRM S PHONE /FAX The Contractor herein acknowledges receipt of the following FIRM S EMAIL ADDRESS Addendum No. Dated Signed: Addendum No. Dated Signed: Addendum No. Dated Signed: Addendum No. Dated Signed: OWNER RESERVES THE RIGHT TO ACCEPT THE OVERALL MOST RESPONSIBLE BID. The bidder offers to construct the Project in accordance with the Contract Documents for the contract price, and to complete the Project with 480 calendar days after the start date, as set forth in the Authorization to Proceed. The Bidder understands and accepts the provisions of the contract Documents relating to liquidated damages of the Project if not completed on time. Complete the additional requirements of the Proposal which are included on the following pages. BP-7 February 2012

PROPOSAL CERTIFICATION Accompanying this proposal is a Bid Bond or Certified or Cashier's Check on a State or National Bank payable to the Order of the San Antonio Water System for dollars ($ ), which amount represents five percent (5%) of the total bid price. Said bond or check is to be returned to the bidder unless the proposal is accepted and the bidder fails to execute and file a contract within 10 calendar days after the award of the Contract, in which case the check shall become the property of said San Antonio Water System, and shall be considered as payment for damages due to delay and other inconveniences suffered by said San Antonio Water System due to the failure of the bidder to execute the contract. The San Antonio Water System reserves the right to reject any and all bids. It is anticipated that the Owner will act on this proposal within 60 calendar days after the bid opening. Upon acceptance and award of the contract to the undersigned by the Owner, the undersigned shall execute standard San Antonio Water System Contract Documents and make Performance and Payment Bonds for the full amount of the contract within 10 calendar days after the award of the Contract to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and the guarantee period stipulated, and to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is anticipated that the Owner will provide written Authorization to Proceed within 30 days after the award of the Contract. The Contractor hereby agrees to commence work under this Contract within seven (7) calendar days after issuance by the SAWS of the written Authorization to Proceed. Under no circumstances shall the work commence prior to Contractor's receipt of SAWS issued, written Authorization to Proceed. Work shall be completed in full within 540 consecutive calendar days. The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. In completing the work contained in this proposal the undersigned certifies that bidder's practices and policies do not discriminate on the grounds of race, color, religion, sex or national origin and that the bidder will affirmatively cooperate in the implementation of these policies and practices. Signed: Company Representative Company Name Address Please return bidder's check to: Company Name Address Rev. 06/10 BP-8