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

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

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

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

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

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

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

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

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

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

Pflugerville, TX St. Hedwig, TX 78152

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

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

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

RFB Addendum 3

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

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

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

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

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

BID TABULATION BID REQUEST NO

PART II - Prospect Street 37. 8" Ductile Iron CL52 Water Main 614 lin. ft. $ $ 49, $ $ 43, $ $ 46,050.

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

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

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

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

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

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

Rock Chalk Park - Infrastructure Report. July 2013

2018 Pipelines Water and Sewer Construction Contract Pkg I

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

Addendum 1 13 TH Street Streetscape. September 1, 2017

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

San Antonio Water System

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

Mainelli Wagner & Associates, Inc.

OKLAHOMA TURNPIKE AUTHORITY

REPLACEMENT OF MERCER COUNTY BRIDGE

CITY OF TAMPA ADDENDUM 2. April 18, 2018

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

REQUEST FOR QUOTATION

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

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

Mainelli Wagner & Associates, Inc.

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

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

BID TABULATION PAGE 1 OF 8

CONTRACT DOCUMENTS TABLE OF CONTENTS BIDDING AND CONTRACT REQUIREMENTS

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT

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

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

ADDENDUM No. 1 January 29, Paving Program Village of Milford

CITY OF SURREY (the Owner ) INVITATION TO TENDER (ITT)

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

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

Gail Hamrick-Pigg, PE Director Pipelines. M. Antonio Leyva, PE Manager Pipelines. Angelica Mata Manager Contract Administration

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

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

City of Newnan, Georgia

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

RIGHT-OF-WAY PERMIT APPLICATION

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

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

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

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

BID FOR LUMP SUM CONTRACT

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

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

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

SAN RAFAEL CITY COUNCIL AGENDA REPORT

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

Reviax Constracting Corp. DeSantis Construction

Scope of Sanitary Sewer Inspection and Cleaning Program

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT FRANCISCO YELLOWSTONE SEWERLINE REHABILITATION. ADDENDUM NO. 3 April 3, 2019

INSTRUCTIONS TO BIDDERS

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

PORT OF EVERETT SECTION Insert Project Name in CAPS

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

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

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

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

LOUISIANA UNIFORM PUBLIC WORK BID FORM

EST. UNIT UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS

CITY OF DEERFIELD BEACH Request for City Commission Agenda

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

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

*Reverse Auction: Wednesday, June 7, 2018

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

GENERAL INSTRUCTIONS TO BIDDERS

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

Florida Governmental Utility Authority

CITY OF SAN MATEO REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY FOR SAN MATEO VILLAGE NEIGHBORHOOD

2015 SIDEWALK REPAIR REQUEST FOR TENDER

SUBDIVISION IMPROVEMENTS AGREEMENT

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

BID TABULATION PAGE 1 OF 6

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

WINDOW WASHING

Transcription:

Job 11-4518 Solicitation B-12-059-DD PROPOSAL of BID PROPOSAL, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER STEM: Pursuant to Instructions Invitation to Bidders, the undersigned proposes to furnish all labor materials as specified perform the work required for the construction of pipelines appurtenances, San Antonio Water System Job Number. 11-4518 in accordance with the Plans Specifications for the following prices to wit: 103.1 103.3 205.4 206.1 306.1 500.1 502.1 507.2 Description ( to be Written in Words) Remove Concrete Curb Remove Concrete Sidewalk Driveways Hot Mix Asphaltic Pavement - TYPE D (2" Compacted Depth) Asphalt Treated Base - 10" Compacted Depth Structural Excavation (Bore Pits) Concrete Curb Concrete Sidewalks - Conventionally Formed Temporary Chain Link Wire Fence (6' High) 43 SF 122.46 344.79 291.8 CY 1161 43 13.64 212 BP-1

Job 11-4518 Solicitation B-12-059-DD 515.1 516.1 530.1 550 553 799 Description ( to be Written in Words) Topsoil (4" Depth) Bermuda Sodding Barricades, Signs, Traffic Hling Trench Excavation Safety Protection Stormwater Pollution Prevention Plan (SW3P) Removal Replacement of Speed Hump (Type II) 8 PVC Sanitary Sewer Line. (SDR 26) (6-10 ) 10 PVC Sanitary Sewer Line. (SDR 26) (10-14 ) 30 PVC Sanitary Sewer Line. (SDR 26) (6-10 ) 30 PVC Sanitary Sewer Line. (SDR 26) (10-14 ) 30 PVC Sanitary Sewer Line. (SDR 26) (14-18 ) 30 PVC Sanitary Sewer Line. (SDR 26 150 psi) (6-10 ) CY 99.38 LS 894.8 1 1290.77 1 2 107.54 10.00 390.40 290.00 362.83 40.00 BP-2

Job 11-4518 Solicitation B-12-059-DD 850 852.1 852.2 854.1 854.2 856.1 856.1 856.3 856.3 860 862.1 Description ( to be Written in Words) Sanitary Sewer Structures, 6 ft Diameter - Type "B" (Complete in Place) Sanitary Sewer Manhole (4' Diameter) (0' - 6') Extra Depth Manholes (4' Diameter) (> 6') Sanitary Sewer Laterals (6" Dia.) One-Way Sanitary Sewer Clean-out Jacking. Boring, or Tunneling 30" Jacking, Boring, or Tunneling 48" Casing or Liner 30" (To Include Casing Spacers) Casing or Liner 48" (To Include Casing Spacers) Vertical Stacks Abonment of 8" Sanitary Sewer Main VF VF 9 2 6.26 302.16 10 38 76 38 76 58.33 250 BP-3

Job 11-4518 Solicitation B-12-059-DD 862.1 862.2 862.2 862.2 864 866 866 5000 Description ( to be Written in Words) Abonment of 30" Sanitary Sewer Main Abonment of Sanitary Sewer Manholes Abonment of Sanitary Sewer Siphon Structure (335 Azucena) Abonment of Sanitary Sewer Siphon Structure (328 Azucena) Bypass Pumping Sewer Main Television Inspection (8"-15") Sewer Main Television Inspection ( Siphon - Complete-in-Place (Siphon Structures, Pipes, Air By-pass, Excavation, Risers, Manholes, All Material Labor) 857 2 1 1 LS 1 117.54 1294.23 LS 1 SUBTOTAL SAWS JOB NO. 11-4518 (SEWER): $ LINE ITEM "A" SUBTOTAL BASE BID (SEWER): $ BP-4

Job 11-4518 Solicitation B-12-059-DD 100.1 Description Mobilization (Percent of Line "A" Sub Total Base Bid written in words) Percent LS 1 (Maximum of 10% of the Line "A" Sub Total Base Bid Amount) MOBILIZATION SUBTOTAL: $ Mobilization lump sum bid shall be limited to a maximum 10% of the Line A Sub-total Base Bid amount. The Line A Sub-total base bid is defined as all bid items EXCLUDING 100.1, Mobilization. In the event of a discrepancy between the written percentage dollar amount shown for Mobilization Preparation of ROW bid items the written percentage will govern. If the percentage written exceeds the allowable maximum stated for mobilization or preparation of ROW, SAWS reserves the right to cap the amount at the percentages shown adjust the extensions of the bid items accordingly. TOTAL BID AMOUNT (Line "A" & Mobilization $ DOLLARS AND CENTS Bidder's Signature & Title Firm's Name (Type or Print) Firm's Address Firm's Phone /Fax Firm's E-mail The contractor herein acknowledges Addendum 's 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 to complete the Project within 120 calendar days after the Authorization to Proceed. The Bidder understs 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 page(s). BP-5

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 the bidder fails to execute 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, shall be considered as payment for damages due to delay 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 all bids. It is anticipated that the Owner will act on this proposal within 60 calendar days after the bid opening. Upon acceptance award of the contract to the undersigned by the Owner, the undersigned shall execute stard San Antonio Water System Contract Documents make Performance 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 provisions of the contract, to insure guarantee the work until final completion acceptance, the guarantee period stipulated, to guarantee payment of all lawful claims for labor performed 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 consecutive calendar days. The undersigned certifies that the bid prices contained in the proposal have been carefully checked are submitted as correct final. In completing the work contained in this proposal the undersigned certifies that bidder's practices policies do not discriminate on the grounds of race, color, religion, sex or national origin that the bidder will affirmatively cooperate in the implementation of these policies practices. Signed: Company Representative Company Name Address Please return bidder's check to: Company Name Address BP-6