Sample. Bid Proposal. Not Valid for Use
|
|
- Thomasine Curtis
- 5 years ago
- Views:
Transcription
1 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 to furnish all labor materials as specified, perform the work required for the construction of pipeline appurtenances, San Antonio Water System Water Job Number Sewer Job Number in accordance with the Plans Specifications for the following prices to wit: Base Bid SAWS JOB NO (WATER) Item No. Description & LF Remove Concrete Curb, per linear foot 106 Remove Sidewalks & Driveways, per square foot 413 Flowable Fill, per cubic yard SF Concrete Curb, Gutter, Concrete Curb Gutter, per linear foot 502 Concrete Sidewalks, per square yard CY 26 _ 511 Asphalt Treated Base (10 Compacted Depth), per square yard 550 Trench Protection, per linear foot LF 4 SY 2 SY 260 LF 415 5/1/2013 BP 1
2 Item No. Description & LF PVC Waterline (Restrained), per linear foot _ PVC Waterline (Restrained), per linear foot LF 35 _ 824 Relay ¾ Short Service, per each 824 Relay ¾ Long Service, per each EA Relay 2 Short Service, per each Gate Valve, per each Gate Valve, per each 833 Existing Meter & Meter Box Relocation, per each _ EA 6 _ 833 New Meter Box, per each EA 6 _ 834 Fire Hydrant, per each _ 5/1/2013 BP 2
3 Item No. Description & TON Pipe Fittings, All Sizes & Types, per ton _ Water Tie-Ins, per each EA 2 _ Water Tie-Ins, per each 841 Hydrostatic Testing, per each Blow-off, Temporary, per each Management of Impacted Soils (4100.2), per cubic yard Transportation to Disposal Facility (4100.4), per cubic yard Lfill Disposal (4100.6), per cubic yard EA 2 CY 320 CY 320 _ Removal, Storage & Treatment of Water (4300.2), per gallons per minute CY 320 _ Removal, Storage & Treatment of Water (4300.4), per gallons per minute GPM 5 GPM 5 5/1/2013 BP 3
4 Item No. Description & Disposal of Impacted Water (4300.6), per gallons per minute GPM 5 _ Testing of Water for Lead (4300.7), per each _ Testing of Water for Arsenic (4300.8), per each Testing of Water for Dissolved Oxygen (4300.9), per each Testing of Water for Total Suspended Solids ( ), per each Development of Site Specific Health Safety Plan (4400.1), per lump sum Development of the Waste Management Plan (4500.1), per lump sum _ Environmental Oversight Implementation (4500.2), per hour SUBTOTAL SAWS JOB NO (WATER) HR 40 _ $ 5/1/2013 BP 4
5 SAWS JOB NO (SEWER) Item No. Description & 413 Flowable Fill, per cubic yard CY 184 _ 511 Asphalt Treated Base (10 Compacted Depth), per square yard 550 Trench Protection, per linear foot PVC Gravity Sanitary Sewer Pipe (SDR , 160 PSI) (0-10 Cut) (Temporary Diversion), per linear foot SY 951 LF 1, PVC Gravity Sanitary Sewer Pipe (SDR , 160 PSI) (0-10 Cut), per linear foot Restrained Joint PVC C900 DR-25 Air Bypass, per linear foot LF 198 LF Restrained Joint PVC C905 DR-18 Sanitary Sewer Pipe Siphon, per linear foot Fusible PVC C905 Sanitary Sewer Siphon, per linear foot LF 186 LF 176 LF 358 _ 5/1/2013 BP 5
6 Item No. Description & PVC Sanitary Sewer Pipe ASTM F-679 (Temporary Diversion), per linear foot LF 449 _ PVC Sanitary Sewer Pipe ASTM F-679 (PVC), per linear foot LF Siphon Box (SB1), per each 850 Siphon Box (SB2), per each Sq. Sanitary Sewer Doghouse Manhole (0-6 ), per each 852 Sanitary Sewer Manhole (0-6 ), per each 852 Extra Depth Manholes (greater than 6 ), per vertical foot EA Sanitary Sewer Fiberglass T-Base Manhole (0-6 ), per each EA 4 VF Sanitary Sewer Laterals SDR , 160 PSI, per linear foot EA 2 LF 270 5/1/2013 BP 6
7 Item No. Description & 854 Service Lateral Cleanout, per each 2 _ Carrier Pipe (Restrained Joint PVC Joint C-900 DR-25, per linear foot LF Carrier Pipe (Restrained Joint PVC C-905 DR- 18), per linear foot Carrier Pipe (Fusible PVC C-905), per linear foot Steel Casing, per linear foot Steel Casing, per linear foot LF 210 LF Jacking Boring - 54 Casing (30-40 Depths), per linear foot LF 210 LF 210 _ 856 Jacking Boring 60 Casing (30 40 Depths), per linear foot LF 210 _ 862 Abonment of Sanitary Sewer Main (8 or greater), per linear foot LF 210 LF 227 5/1/2013 BP 7
8 Item No. Description & 864 Bypass Pumping (8-36 ), per lump sum _ 866 Sewer Main Pre-Television Inspection (36 ), per linear foot LF Sewer Main Post-Television Inspection (36 ), per linear foot 2002 Odor Control Set-up Removal 2002 Odor Control Equipment Rental 2002 Odor Control Biochemical Solution LF 2, Dewater, Clean, Remove Backfill of Temporary Diversion (8 or greater), per linear foot $ X X X X $ X X X X $ X X X X Management of Impacted Soils (4100.1), per cubic yard Transportation to Disposal Facility (4100.3), per cubic yard LF 552 CY 1,284 CY 1,284 _ 5/1/2013 BP 8
9 Item No. Description & Lfill Disposal (4100.5), per cubic yard CY 1,284 _ Removal, Storage & Treatment of Water (4300.1), per gallons per minute GPM Removal, Storage & Treatment of Water (4300.3), per gallons per minute Disposal of Impacted Water (4300.5), per gallons per minute Testing of Water for Lead (4300.7), per each GPM Testing of Water for Arsenic (4300.8), per each Testing of Water for Dissolved Oxygen (4300.9), per each GPM Testing of Water for Total Suspended Solids ( ), per each _ 5/1/2013 BP 9
10 Item No. Description & Development of Site Specific Health Safety Plan (4400.1), per lump sum _ Development of the Waste Management Plan (4500.1), per lump sum Environmental Oversight Implementation (4500.2), per hour SUBTOTAL SAWS JOB NO (SEWER) HR 200 $ Traffic Control Bid Items Item No. Description & 530 Barricades, Signs, Traffic Hling, per lump sum SUBTOTAL TRAFFIC CONTROL BID ITEMS $ Bid Summary SUBTOTAL SAWS JOB NO (WATER): $ SUBTOTAL SAWS JOB NO (SEWER): $ SUBTOTAL TRAFFIC CONTROL: $ _ LINE ITEM A SUBTOTAL BASE BID (WATER, SEWER, & TRAFFIC CONTROL) $ 5/1/2013 BP 10
11 Mobilization & Prep Right-of-Way Items Item No. Description & 100 Mobilization Percent of the Line Item A Subtotal Base Bid written in words Lump Sum 1 Percent (Maximum of 10% of the Line Item A Subtotal Base Bid amount) $ XXXXXXXX 101 Preparing R.O.W. Percent of the Line Item A Subtotal Base Bid written in words Percent (Maximum of 5% of the Line Item A Subtotal Base Bid amount) Lump Sum 1 $ XXXXXXXX Mobilization lump sum bid shall be limited to a maximum 10% of the Line Item A Sub-total Base Bid amount. Preparing Right-of-Way lump sum bid shall be limited to a maximum of 5% of the Line Item A Sub-total Base Bid amount. The Line Item A Sub-total base bid is defined as all bid items EXCLUDING Item 100, Mobilization Item 101, Preparing Right-of-Way. 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 Item A, Mobilization & Preparing Right-of-Way) AND The Contractor herein acknowledges receipt of the following: Addendum Nos. $ CENTS DOLLARS AND BIDDER S SIGNATURE & TITLE FIRM S NAME (TYPE OR PRINT) FIRM S ADDRESS FIRM S PHONE NO. /FAX NO. FIRM S 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, to complete the Project within 240 calendar days after the start date, as set forth in 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 pages. 5/1/2013 BP 11
12 Statement of Bidder s Experience BIDDER S EXPERIENCE In order to make a responsive Bid, the Bidder (Prime Contractor) must provide evidence of being a responsible bidder by providing a minimum of three (3) successfully completed Jacking Boring projects. The Bidder must have successfully completed three projects with similar size (48 inches or larger) similar scope of work. A successfully completed project is considered as a project that did not involve the contractor defaulting on the contract, was completed within the contract time incurred zero (0) owner claims. Contractor should reference projects that included Jacking Boring work on either sanitary sewer or water lines with a minimum diameter of forty-eight (48) inches under the San Antonio River. Data given must be clear comprehensive. Include specific project name, facility owner telephone number, total length of installed water/sanitary sewer lines, total contract amount, as presented below. San Antonio Water System in determining the responsible bidder will approve the Bid based on low cost on Bidder s demonstrated experience ability to perform the work. Project Name Facility Owner (tel. #) Length Size of Mains Installed Construction Completion Date Contract Amount The signed Bidder Experience Form any required supplemental information must be submitted with this Proposal for the Bidder to be considered: Contractor By Title Date 5/1/2013 BP 12
13 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. Please return bidder's check to: Signed: Company Representative Company Name Address Company Name Address Rev. 01/13 PC-1
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 informationGeneral Water Bid Items Item No.
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 informationFor 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 informationSAN 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 informationBID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of
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. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction
More informationPROPOSAL OF, a corporation. an individual doing business as
PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to instructions and invitations to bidders, the undersigned proposes
More informationTO THE SAN ANTONIO WATER SYSTEM:
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 informationINVITATION TO BIDDERS. Solicitation No. CO-00157
INVITATION TO BIDDERS Solicitation No. CO-00157 Sealed bids are requested by the San Antonio Water System for the construction of approximately 5,900 LF of 6 to 8-inch of water main and approximately 3,000LF
More informationSAN 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 informationADDENDUM NO. 1 NOVEMBER 8, 2016
SAN ANTONIO WATER SYSTEM C_13 BROADWAY CORRIDOR PROJECT SEWER REHABILIATION PACKAGE 2.C AND 4.C SAWS JOB NO. 15-45111 (2.C) & 15-4514 (4.C) SOLICITATION NO. CO-00097 ADDENDUM NO. 1 NOVEMBER 8, 2016 TO
More informationTO THE SAN ANTONIO WATER SYSTEM:
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 informationEach Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.
ACKNOWLEDGEMENT BY RESPONDENT Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. This undersigned acknowledges receipt of this Addendum No. 1
More informationLEON CREEK WATER RECYCLING CENTER INTERCONNECT TO THE SOUTHWEST BEXAR SEWER PIPELINE PROJECT Job No SAWS Solicitation No: B MF
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
More informationBID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS
BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway
More informationMasterson 24-Inch Water Main Extension Solicitation Number: CO Job No.: ADDENDUM 2 July 3, 2018
Masterson 24-Inch Water Main Extension Solicitation Number: CO-00177 Job No.: 18-1018 ADDENDUM 2 July 3, 2018 To Bidder of Record: This addendum, applicable to work referenced above, is an amendment to
More informationBID PROPOSAL PROPOSAL OF, corporation, a partnership consisting of, an individual doing business as,
Access Roads BID PROPOSAL PROPOSAL OF, corporation, a partnership consisting of, an individual doing business as, THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the
More informationBID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR
BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park
More informationSan Antonio Water System ADDENDUM NO. 1
San Antonio Water System ADDENDUM NO. 1 Historic Mission Reach, Phase IV ADDENDUM NO. 1 To Bidder of Record: February 26, 2010 This addendum, applicable to work referenced above, is an amendment to the
More informationSAN ANTONIO WATER SYSTEM S. PRESA ST. 48 SIPHON #6 PROJECT SAWS PROJECT # SAWS Solicitation No. B DG ADDENDUM NO.
SAN ANTONIO WATER SYSTEM S. PRESA ST. 48 SIPHON #6 PROJECT SAWS PROJECT # 11-4514 SAWS Solicitation No. B-11-020-DG ADDENDUM NO. 1 MAY 6, 2011 This addendum, applicable to work designed above, is an amendment
More informationSAN 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 informationAnnual 2012 Asphalt Overlay Work Order Construction Contract Job No Solicitation No. B MR BID PROPOSAL. PROPOSAL OF, a corporation a
Job No. 12-0101 Solicitation No. B-12-013-MR BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction
More informationBID FORM (LUMP SUM CONTRACT)
BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an
More informationSECTION MEASUREMENT AND PAYMENT
SECTION 01026 PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values E. Application for Payment 1.2 EXPLANATION AND DEFINITIONS A. The following
More informationSPECIAL 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 informationRFB 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 informationBid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)
Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A
More information(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.
Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information
More informationOCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director
OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC 29691 Robyn M. Courtright, CPPO, Procurement Director Tronda Spearman, CPPB, Assistant Procurement Director Telephone: 864-638-4141
More informationThe 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 informationEL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02
EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: April 22, 2009 To: Prospective Bidders/Plan Holders From: Abraham Campos, PE on behalf of City of El
More informationEXHIBIT E SCHEDULE OF UNIT PRICES
SCHEDULE OF UNIT PRICES TO ACCOMPANY THE BID OF (Bidder/Contractor) ON CALL UTILITY SERVICES AND MISCELLANEOUS CONSTRUCTION FOR SEWER AND WATER LINES SOLICITATION NO.: IFB SA1703 Any bidder who enters
More informationADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015
ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015 To all prospective bidders: This Addendum is part of the Bid Documents and modifies the
More informationAddendum No. 1 Issue Date: March 29, 2016
Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South
More informationADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA
ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in
More informationAddendum 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 informationJob Order Sewer Repair Services
Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified
More informationADDENDUM #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 informationCITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems
CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016
More informationNovember 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 informationSOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.
SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS
More informationADDENDUM #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 informationADDENDUM NO. 1 Page 1 of 7
ADDENDUM NO. 1 Page 1 of 7 INVITATION TO BIDDERS Solicitation No. CO-00109 Sealed bids are requested by the San Antonio Water System for the construction of approximately 5,014 linear feet of chain link
More informationADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:
ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum
More informationCONTRACTOR 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 informationVILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL
Page 312 VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS-12-01 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the IL ROUTE
More informationextrudesection 00301 BID FORM PROJECT IDENTIFICATION: CONSTRUCTION OF PROPOSED DRAINAGE IMPROVEMENTS THIS BID IS SUBMITTED TO: THE CITY OF FREDERICKSBURG, TEXAS, herein after referred to as OWNER. 1. Enter
More informationI INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project
I INVITATION TO BID Water Distribution Department The Water Distribution Department is accepting sealed bids for a until 2:45 p.m. (our clock) on March 8, 2018 at City Hall located at 110 Main Street,
More informationADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community
HOUSING AUTHORITY OF THE COUNTY OF SAN BERNARDINO PROCUREMENT AND CONTRACTS DEPARTMENT 715 E. BRIER DRIVE, SAN BERNARDINO, CA 92408 (909) 890-0644 FAX (909) 890-2349 http://www.hacsb.com/procurement.htm
More informationRequest for Bid Group 1 Relay Addendum No. 1 to RFB No. 196548.71.0401 February 20, 2018 The following information encompasses Addendum No. 1 for the above referenced RFB. Bidders shall fully consider
More informationAD 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 informationThe bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.
ADDENDUM NO. FOUR March 5, 2018 NORTH IDAHO COLLABORATIVE EDUCATION BUILDING North Idaho College, Coeur d Alene, ID DPW PROJECT 16251 - H2A PROJECT 1616 This addendum is hereby incorporated into and is
More informationBASE BID Description Written & Numeric Price
PROPOSAL Proposal TxDOT CSJ No. Project : Airfield drainage improvements to alleviate storm water conveyance issues at in Liberty, TX. The improvements include: re-grading of existing concrete lined infields,
More informationSAN ANTONIO WATER SYSTEM S. Flores St. 48-inch and 60-inch Outfall Rehab Project SAWS Job No Solicitation No. CD-B DB ADDENDUM NO.
Addendum No. III S. Flores St. 48-inch and 60-inch Outfall Rehab Project SAWS Job No.13-4808 SAN ANTONIO WATER SYSTEM S. Flores St. 48-inch and 60-inch Outfall Rehab Project SAWS Job No. 13-4808 ADDENDUM
More information707 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 informationApril 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS
April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009
More informationSECTION MEASUREMENT AND PAYMENT
SECTION 012000 Applies only to Collier County Public Utilities Projects or Works and Utilities Portions of Collier County Transportation Projects, but not to Private Developments PART 1 GENERAL 1.1 SECTION
More informationBRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2
BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 The original Contract Documents entitled BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT are amended
More informationIFB # R Blythe Creek Grinder Pump Eliminations
IFB # 2019-015R Blythe Creek Grinder Pump Eliminations ADDENDUM No. 1 ISSUE DATE: October 10, 2018 *******************************************************************************************************************
More informationADDENDUM #1 Walker Woods Pump Station Replacement PW
April 10, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Walker Woods Pump Station Replacement 18-0027PW A. The following additions, deletions, revisions, and/or amendments to the original drawings
More informationCHARLES 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 informationE-19 Ira Lee Siphon Project Solicitation Number: CO SM Job No.: ADDENDUM 2 12/12/18
E-19 Ira Lee Siphon Project Solicitation Number: CO-00250-SM Job No.: ADDENDUM 2 12/12/18 To Bidder of Record: This Addendum, applicable to work referenced above, is an amendment to the bid proposal, plans
More informationAddendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018
Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA-2019-004 TMWA Capital Project No.: 10-0001.053 October 3, 2018 The following information, clarifications, changes and modifications are by reference
More informationADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.
TO: ALL HOLDERS OF CONTRACT DOCUMENTS FOR: City of Carlsbad, New Mexico Sanitary Sewer Interceptor 118 Upgrades Phase I Wade M. Chacon P.E. HDR Project Manager/Engineer Bid # 2016-32 ADDENDUM NUMBER ONE
More informationA D D E N D U M N O. 4
A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to
More informationADDENDUM NO. 1 APRIL 24, 2017
DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS
More information00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project
00900 ADDENDUM #1 Issued to: All Document Holders of Record Date: February 16, 2016 Project: Bayfield Waterline Replacement Project This Addendum forms a part of the Contract described above. The original
More informationSECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19
SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01
More informationCECIL COUNTY, MARYLAND. ADDENDUM #2 Bid ; Marley Road Sewer Extension
Office of the County Executive Alan J. McCarthy County Executive Department of Finance Purchasing Division Ken Jackson Purchasing/Fleet/Leasing Mgr. Alfred C. Wein, Jr. Purchasing Office Director of Administration
More informationPURCHASING DEPARTMENT. Project # Addendum # # of pages Original Issue Date April 24, 2015
PURCHASING DEPARTMENT The bid listed below has had addenda issued. Documents are available over the Internet at http://www.norwalkct.org Adobe Acrobat reader is required to view this document. If you do
More informationADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016
ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP #2017-01 NOTICE TO PROSPECTIVE BIDDERS June 7, 2016 Prospective bidders are hereby informed of the following corrections, additions, deletions, and/or modifications
More informationWastewater Treatment Plant Dewatering Pad
Community Development Department Engineering Division Wastewater Treatment Plant Dewatering Pad Project #: 2017-06 Bid Date: December 19, 2018 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4. Plan
More informationBid Form. To the Texas Department of Transportation hereinafter called the Agent.
Bid Form TxDOT CSJ No. 1809HILLS Project: 2017 Airport Improvements Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal
More informationBID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:
BID FORM TxDOT CSJ No. 1507JNCTN Project Description: T-Hangar Development Project Bid by: Name of Bidder Address: Telephone: FAX: Email Address: To the Texas Department of Transportation hereinafter called
More informationAddendum No. TWO Date:
Addendum No. TWO Date: 11.12.2018 Project: HICKORY GROVE RE-PAVING OF DRIVES & PARKING FOR THE JEFFERSON COUNTY HOUSING AUTHORITY, BIRMINGHAM, ALABAMA MCKEE PROJECT NO. 18-229 The following modifications/
More informationFORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )
PAGE 1 OF 6 FOR USE WHEN UNIT S FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. Owner: Contract:
More informationBID FORM. (Firm) FOR CONSTRUCTION OF
BID FORM BY Rancho California Water District 42135 Winchester Road Post Office Box 9017 Temecula, CA 92589-9017 (Firm) FOR VIA VISTA GRANDE [PROJECT 20161], AVOCADO MESA [PROJECT 20162], AND CARANCHO WEST
More informationPROJECT 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 informationDALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 1 FOR SE QUADRANT MAIN SANITARY SEWER CONTRACT NO April 8, 2019
DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 1 FOR SE QUADRANT MAIN SANITARY SEWER CONTRACT NO. 9500652 April 8, 2019 The Request for Bids for the above is hereby revised as follows: Technical
More informationSUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1
DATE: May 18, 2016 TO: FROM: All Bidders/Proposers Willie Velez, CPPB Procurement Administrator City of Casselberry Purchasing Division SUBJECT: ITB-2016-0023, Oxford Road Complete Street Improvements
More informationDOCUMENT 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 informationHARMONY LELAND-CLAY REPLACEMENT ELEMENTARY SCHOOL
ADDENDUM NO. 4 November 26, 2018 Page 1 TO PLANS AND SPECIFICATIONS FOR CONSTRUCTION OF HARMONY LELAND-CLAY REPLACEMENT ELEMENTARY SCHOOL FOR COBB COUNTY SCHOOL DISTRICT COBB COUNTY, GEORGIA DATED: JULY
More informationSUQUAMISH 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 informationADVERTISEMENT FOR BIDS
ADVERTISEMENT FOR BIDS Todd County Water District P.O. Box 520 2201 New Highway 68 West Elkton, KY 42220 RE: Novelis Water Supply Project: Contract No. 1 Waterline Extensions The Todd County Water District
More informationPublic Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel
Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California 93030 Tel 805.385.8280 October 24, 2018 ADDENDUM NO. 2 Vineyard Avenue Street Resurfacing Project PW 16-12 SCHEDULED
More informationADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO
ADDENDUM NO. 2 LANCASTER BOULEVARD AND 15 th STREET WEST ROUNDABOUT This addendum forms a part of the contract documents for the above identified project and modifies the original specifications, plans,
More informationPADUCAH DOME RELOCATION NORTH 6 TH STREET PADUCAH, KENTUCKY MARCUM ENGINEERING NO ADDENDUM 1.00 NOVEMBER 25, 2015
PADUCAH DOME RELOCATION NORTH 6 TH STREET PADUCAH, KENTUCKY MARCUM ENGINEERING NO. 15637 ADDENDUM 1.00 NOVEMBER 25, 2015 The following Addendum Items shall be made part of the Contract Documents for the
More informationNovember 29, CITY OF PLANT CITY Purchasing Division (813)
November 29, 2018 CITY OF PLANT CITY Purchasing Division (813) 659-4270 IFB 18-014UM-LG 12-inch Water Transmission Main-Franklin St., Hancock St. and Terrace Drive West ADDENDUM No. 3 *Bidders are required
More informationDivision IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT
Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT DIVISION IV CONSTRUCTION AND MATERIAL SPECIFICATIONS SECTION 4100 MEASUREMENT AND PAYMENT 4100 SCOPE... 2 4101 Clearing and Grubbing...
More informationSchedule Of Bid Items
GREATER NEW HAVEN WATER POLLUTION CONTROL AUTHORITY Project: 2016 Collection System Assessment and Rehabilitation - Chapel Street Project Project Number: SSR 2016-01 Schedule Of Bid Items ITEM NUMBER ESTIMATED
More informationMainelli 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 information2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02
2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: March 3, 2015 To: Prospective Contractors From: Jack Fleming, PE City of El Centro 1275 W. Main St. El Centro, CA 92243 Telephone:
More informationUTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL
DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING
More informationBIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:
BID SHEET FOR CIP 17-101 CIPP LINING OF SANITARY SEWER SYSTEM Item No. 16 17 18 19 20 21 Description and Bid Unit Price Brim Style Service Line Connection Sealing System Temporary Bypass Facilities Set
More informationAddendum 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 informationThe 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 informationChilled Water Plant Improvements Project Solicitation Number: CO Job No.: ADDENDUM 2 February 9, 2016
Chilled Water Plant Improvements Project Solicitation Number: CO-00051 Job No.: 15-7502 To Respondent of Record: ADDENDUM 2 February 9, 2016 This addendum, applicable to work referenced above, is an amendment
More informationSECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.
SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section
More informationAddendum 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 informationAddendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements,
ITB 2018-02 ADDENDUM NO. 2 Addendum No. 2 to ITB 2018-02 MEDART LIFT STATION BYPASS Issued February 15, 2018 SECTION 2.0 SCHEDULE OF EVENTS See dates added in RED below Failure to comply with this or any
More information