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

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

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

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

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

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

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

Pflugerville, TX St. Hedwig, TX 78152

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

Rock Chalk Park - Infrastructure Report. July 2013

RFB Addendum 3

BID FOR LUMP SUM CONTRACT

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

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

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

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

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

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

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

BID FORM. PROJECT: 2017 Water line replacement

PORT OF EVERETT SECTION Insert Project Name in CAPS

San Antonio Water System

REQUEST FOR QUOTATION

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

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

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

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

BID TABULATION BID REQUEST NO

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

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

BID TABULATION JAMES STREET TRUNK SEWER IMPROVEMENTS CORALVILLE, IOWA

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

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

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

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

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

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

BID DOCUMENTS & SPECIFICATIONS

SUBDIVISION IMPROVEMENTS AGREEMENT

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

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

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

CONTRACT DOCUMENTS TABLE OF CONTENTS BIDDING AND CONTRACT REQUIREMENTS

2018 Pipelines Water and Sewer Construction Contract Pkg I

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

CITY OF TAMPA ADDENDUM 2. April 18, 2018

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

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

*Reverse Auction: Wednesday, June 7, 2018

SECTION 1.A BID FOR LUMP SUM CONTRACT

City of Newnan, Georgia

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

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

Utility Committee Meeting AGENDA. October 3, 2017

Mainelli Wagner & Associates, Inc.

Northumberland County County Road 2 Class Environmental Assessment Construction Cost Estimate

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

OKLAHOMA TURNPIKE AUTHORITY

CONTRACT & BID DOCUMENTS & TECHNICAL SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION

REQUEST FOR PROPOSAL. Concrete Work at Grand Ravines County Park

Mainelli Wagner & Associates, Inc.

GENERAL INSTRUCTIONS TO BIDDERS

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

WINDOW WASHING

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment and

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

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

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT

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

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

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

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

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

NOTICE INVITING BIDS

Addendum 1 13 TH Street Streetscape. September 1, 2017

ISSUED FOR BIDS. Contract Documents & Technical Specifications

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

LOUISIANA UNIFORM PUBLIC WORK BID FORM

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

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

SAN ANTONIO WATER SYSTEM WATER AND/OR SANITARY SEWER CONSTRUCTION ADDITIONS TO THE GENERAL CONDITIONS FOR BEXAR COUNTY CDBG FUNDED PROJECTS

County of Grande Prairie No. 1 INSTRUCTIONS TO TENDERERS TENDER # La Glace Wastewater Lagoon Berm Removal and Repair

PROPOSAL FOR 2019 MINERAL WELL BRINE

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

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

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

TOTAL QUANTITY UNIT COST UNIT

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

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

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

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

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

PROPOSAL FOR 2017 MINERAL WELL BRINE

Field 6 Fence Phase 1

Transcription:

Solicitation No. B-11-030-BB 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 12-2505 in accordance with the Plans and Specifications for the following prices to wit: 1. Erosion & Sedimentation Controls 2. Trench Excavation Safety Protection Cents LF 25,195 $ $ 3. Revegetation 4. 60 FRP (all depths) Cents SY 91,750 $ $ Cents LF 24,891 $ $ 5. 42 FRP (all depths) Cents LF 75 $ $ 6. 36 FRP (all depths) Cents EA 229 $ $ TWDB 04/10 BP-1 October 2011

7. Standard Drop Manhole (Fiberglass) 8. Standard Manhole Extra Depth (Fiberglass) Cents VF 41 $ $ 9. Manhole Over Existing Sanitary Sewer Line 10. 60 x 36 Tee Base Manhole w/42 Stubout 11. 60 Tee Base MH 12. 60 Tee Base MH, Miter 13. 60 Tee Base MH (Drop) Cents EA 3 $ $ Cents EA 7 $ $ 14. 60 Tee Base MH, Miter (Drop) Cents EA 21 $ $ 15. 60 Tee Base MH (Drop x2) Cents EA 7 $ $ TWDB 04/10 BP-2 October 2011

16. 60 Tee Base MH, Miter (Drop x2) Cents EA 4 $ $ 17. Tee Base MH, 60 Riser Extra Depth (>15 ) Cents VF 663 $ $ 18. Fence Gate 16 (Type 1) Cents EA 22 $ $ 19. Remove and Replace Fencing Cents LF 3,465 $ $ 20. Boring or Tunneling for 60 DIA FRP Cents LF 2,138 $ $ 21. Carrier Pipe Installed in Steel Casing or Steel Liner Plate (60 DIA FRP) Cents LF 2,138 $ $ 22. Carrier Pipe and Steel Casing Installation, Open Cut (60 DIA FRP) Cents LF 136 $ $ 23. Remove and Replace Existing Gravel Roads Cents SY 5,428 $ $ TWDB 04/10 BP-3 October 2011

24. Rock Rip Rap Cents LS 1 $ $ 25. Concrete Encasement 26. Bypass Pumping Cents LF 821 $ $ 27. Abandonment of Sanitary Sewer Main and Manholes Cents LF 129 $ $ 28. Tree Protection 29. Connection to MRSO Segment 4 30. Connection to MRSO Segment 6 31. Gravity Sewer Outfall Testing Cents LF 27,333 $ $ 32. Disputes Review Board 30,000.00 TWDB 04/10 BP-4 October 2011

LINE A SUB TOTAL BASE BID $ 33. 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 TWDB 04/10 BP-5 October 2011

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 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 540 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. TWDB 04/10 BP-6 October 2011

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 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-3